E- TENDER FORM - Rajasthan › Tender › tenderform30815.pdf · E- TENDER FORM . Signed & sealed...
Transcript of E- TENDER FORM - Rajasthan › Tender › tenderform30815.pdf · E- TENDER FORM . Signed & sealed...
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
0
Tender ID 2016_RCDF_30815_1
FOR
“DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 25
KLPD DAIRY PLANT ALONGWITH UTILITIES ON TURN KEY BASIS”
AT VILLAGE SARDARPURA, PANCHAYAT BABAI, TEHSIL KHETRI
DISTRICT JHUNJHUNU (RAJ.).
RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED
SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR
Phone No: 0141-2702501-508, Telefax: 0141-2710209, 0141-2702135
Website: www.sarasmilkfed.coop, E-mail: [email protected]
E- TENDER FORM
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
1
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,
“SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in
E-mail : [email protected], [email protected]
No. RCDF/DPM& Proj./(C-4008)/2015-16 Dated 26.02.2016
NOTICE INVITING TENDERS
E-Tenders are invited for “Design, Supply, Erection, Testing and Commissioning on Turn-key
basis for 25 KLPD Dairy plant at Khetri (Jhunjhunu), 20KLPD Milk Chilling plant at Ghadsana
(Sriganganagr), 500MT Grain Silos at CFP, Lambiakala (Bhilwara) & Pali, Civil works for Godown
& Expansion of Ghee section at Kota dairy for Rs. 56.50 lacs, Construction of C.C. Road &
Hard pad at CFP, Jodhpur for Rs. 50.00 lacs, Civil work for Seed Godown at SPP, Bikaner for
Rs. 47.00 lacs & Civil work for construction of RMG at CFP, Lamiakala (Bhilwara) for Rs.
150.00 lacs. Details can be obtained from our website www.sarasmilkfed.rajasthan.gov.in &
http://eproc.rajasthan.gov.in, www.sppp.rajasthan.gov.in i.e. spp portal.
General Manager (DPM & Proj.) Copy to:-
1. General Manager (P & A), RCDF, Jaipur – please arrange to get the above NIT
published in daily news papers as per norms.
2. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on
the RCDF website also with the enclosed detaild NIT and tender forms and also arrange
to published the same with individual tender ID on e-procurement website by
02.03.2016.
3. Dy.Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal –
Please also arrange to get the above NIT/Tenders uploaded on the State Public
Procurement Portal by 3.00 PM on 02.03.2016.
General Manager (DPM & Proj.)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
2
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,
“SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in
E-mail : [email protected], [email protected]
No. RCDF/DPM& Proj./(C-4008)/2015-16 Dated 26.02.2016
NOTICE INVITING TENDERS
E-Tenders are invited for “Design, Supply, Erection, Testing and Commissioning on Turn-key basis
for 25 KLPD Dairy plant at Khetri (Jhunjhunu), 20KLPD Milk Chilling plant at Ghadsana
(Sriganganagr), 500MT Grain Silos at CFP, Lambiakala (Bhilwara) & Pali, Civil works for Godown
& Expansion of Ghee section at Kota dairy for Rs. 56.50 lacs, Construction of C.C. Road &
Hard pad at CFP, Jodhpur for Rs. 50.00 lacs, Civil work for Seed Godown at SPP, Bikaner for
Rs. 47.00 lacs & Civil work for construction of RMG at CFP, Lambiakala (Bhilwara) for Rs.
150.00 lacs. Details can be obtained from our website www.sarasmilkfed.rajasthan.gov.in &
http://eproc.rajasthan.gov.in, www.sppp.rajasthan.gov.in i.e. spp portal.
General Manager (DPM & Proj.)
Table A S.
No Description of Item Total
Qty.
(In nos.)
Place/Plant/ M.U./CFP
Tender ID No. Pre bid
conference
at 11 AM
Tender
opening
date at 3.30
PM
EMD
(in Rs.)
1 Design, Supply, Erection,
Testing and Commissioning
of 25 KLPD Dairy plant
alongwith utilities on Turn-
key basis at Khetri
(Jhunjhunu) (Raj.)
1 Lot Khetri
(Jhunjhunu) 2016_RCDF_
30815_1 16.03.2016 06.04.2016 7,00,000/-
2 Design, Supply, Erection,
Testing and Commissioning
of 20 KLPD Milk Chilling
plant alongwith utilities on
Turn-key basis at Ghadsana
(Sriganganagar) (Raj.)
1 Lot Ghadsana
(Sri-
ganganagar)
2016_RCDF_
30816_1 16.03.2016 06.04.2016 3,00,000/-
3 Design, Supply, Erection,
Testing and Commissioning
of Grain Silos of 500MT
alongwith civil works on
Turnk Key basis at Cattle
Feed plant Lambiakala
(Bhilwara) & Pali (Raj.)
2 Set CFP
Lambiakala
(Bhilwara)
- 01 CFP,
Pali - 01
2016_RCDF_
30817_1 17.03.2016 07.04.2016 5,00,000/-
Requisite tender fee as well as EMD in the form of DD/Pay Order favouring RCDF Ltd., Jaipur and tender processing
fees in the form of DD/Pay Order favouring Managing Director, RISL must accompany the tender documents failing
which the tenders shall not be considered. Each item shall be considered as separate and independent and decided
accordingly. Tender fees, EMD alongwith processing fees should be deposited in the physical form upto tender
submission date i.e. preceding working day of respective tender opening date and will be received upto 3.00 PM.
M.D., RCDF reserves the right to accept or reject any or all tenders in part or full without assigning any reason thereof.
General Manager (DPM & Proj.)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3
: 2 :
Table B
Work No. 04: Expansion of Ghee Section & Civil work for Godown at Kota Dairy.
Tender ID No. : 2016_RCDF_30818_1 1 Estimated cost of construction work - Rs. 56.50 Lacs.
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1,13,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1000/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 1000/-
5 Date & time of downloading of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
6 Date & time of submission of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
7 Date & Time of opening of tender - 31.03.2016 at 11.00 AM
8 Completion period of work - 06Months
9 Validity of quoted rate in tender - 90 Days
Work No. 05 : Construction of C.C. Road & Hard Pad at CFP, Jodhpur.
Tender ID No. : 2016_RCDF_30819_1 1 Estimated cost of construction work - Rs. 50.00 Lacs.
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1,00,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1000/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 1000/-
5 Date & time of downloading of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
6 Date & time of submission of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
7 Date & Time of opening of tender - 31.03.2016 at 11.00 AM
8 Completion period of work - 03Months
9 Validity of quoted rate in tender - 90 Days
Contd...3
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4
: 3 :
Work No. 06 : Civil work for Seed Godown at SPP, Bikaner.
Tender ID No. : 2016_RCDF_30820_1
1 Estimated cost of construction work - Rs. 47.00 Lacs.
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 94,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1000/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 500/-
5 Date & time of downloading of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
6 Date & time of submission of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
7 Date & Time of opening of tender - 31.03.2016 at 11.00 AM
8 Completion period of work - 06Months
9 Validity of quoted rate in tender - 90 Days
Work No. 07 : Civil work for construction of RMG at CFP, Lambiakala (Bhilwara).
Tender ID No. : 2016_RCDF_30821_1
1 Estimated cost of construction work - Rs. 150.00 Lacs.
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 3,00,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1000/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 1000/-
5 Date & time of downloading of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
6 Date & time of submission of tender - 15.03.2016, 9.30 AM to
30.03.2016, 5.00 PM
7 Date & Time of opening of tender - 31.03.2016 at 11.00 AM
8 Completion period of work - 10 Months
9 Validity of quoted rate in tender - 90 Days
Requisite tender fee as well as EMD in the form of DD/Pay Order favouring RCDF Ltd., Jaipur and tender
processing fees in the form of DD/Pay Order favouring Managing Director, RISL must accompany the tender
documents failing which the tenders shall not be considered. Tender fees, EMD alongwith processing fees
should be deposited in physical form as per scheduled date & time of submission of tender before 31.03.2016
(10.30 AM) for works shown in Table B.
M.D., RCDF reserves the right to accept or reject any or all tenders in part or full without assigning any
reason thereof.
General Manager (DPM & Proj.)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
5
1. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on the RCDF
website also with the enclosed detaild NIT and tender forms and also arrange to published the same
with individual tender ID on e-procurement website by 02.03.2016.
2. Dy.Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal – Please also
arrange to get the above NIT/Tenders uploaded on the State Public Procurement Portal by 3.00 PM
on 02.03.2016.
General Manager (DPM & Proj.)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
6
Important Information
Subject: e-Procurement/tendering system at RCDF
Government of Rajasthan has decided to implement e-procurement system for their
departments and PSU to enhance efficiency & transparency in public procurement from April
2012, in which all purchases/ works/ services etc. of value ` 50.00 Lacs or above will be
processed electronically through State e-procurement portal i.e. www.eproc.rajasthan.gov.in.
Accordingly at RCDF, the existing process of manually submitting bids will be discontinued.
Information regarding tenders will be posted on the above mentioned website & bids will also
be accepted via the website. A registered user with a valid Digital Signature Certificate (DSC)
will be able to access the website, view & download tender details, fill in tender bids & upload
(send) to the website. At the scheduled time of tender opening, details of all bids can be viewed
by the bidders.
Requirement for participating: Internet access (details available on the home page of website
www.eproc.rajasthan.gov.in), DSC & registration on the website.
Bidders will need to get a class III digital certificate with encryption – decryption facility
through controller of certifying authorities (CCA) approved certifying agencies. Information
regarding DSC is available at the home page under ‘Information regarding DSC’. A
bidder should enroll on the e-procurement website & register the DSC. Please arrange to fulfill
the necessary requirements of e-procurement, since only the authorized bidders can participate
in the tender.
A additional fee ( Rs.1000/- per tender/bidder for tender value > 50.00 lacs) is payable to
RajCOMP info services ltd.(RISL) for participating in e-procurement.
Help manual for bidder is available on the home page of the website under ‘Help for
contractors’. You can also call on 0141-4022688 & 1800-233-7315 for any assistance
regarding e-procurement during office hours.
Bidders training will be provided free of cost by RISL.
You may contact concerning department for further clarification(s).
General Manager (DPM & Proj.)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
7
Rajasthan Co-operative Dairy Federation Limited “Saras Sankul” J.L.N. Marg, Jaipur-302 017
Phone No.2702501 : Fax 2702135 : Website : www.sarasmilkfed.rajasthan.gov.in : E-mail: [email protected]
No. RCDF/DPM& Proj./(C-4008)/2015-16/884-87 Dated 29.02.2016
INDEX
S.N. PARTICULARS PAGE NO.
1. NIT 01-06
2. INDEX 07-08
3. CHECK LIST OF DOCUMENTS TO BE SUBMITTED 09
4. ELIGIBILITY & QUALIFICATIONS CRITERION 10-12
5. SYNOPSIS OF TENDER 13-17
6. GENERAL TERMS AND CONDITIONS 18-37
7. ADDITIONAL GENERAL TERMS AND CONDITIONS 38-41
8. GENERAL TERMS AND CONDITIONS FOR ERECTION
CONTRACT WHEREEVER APPLICABLE 42-83
9. ANNEXURE – I Tender Acceptance Letter (to be given on
Company letter head) 84
10. ANNEXURE –
II
Section –I Manufacturers authorization
form format 85
11. ANNEXURE –
III
Section –II- Schedule-I format of Major
works completed during past five years. 86
12. ANNEXURE –
IV
Section –II- Schedule-II format of Works
in hand during current year 87
13. ANNEXURE –
V
Section –III- Technical Deviation
statement format 88
14. ANNEXURE –
VI
Rate quotation form for supply / supply,
installation & commissioning of
equipment. Rates to be filled in prescribed
file .XLS only.
89-94
15. ANNEXURE –
VII
Form of agreement required to be
submitted by the supplier 95-97
16. ANNEXURE –
VIII
Form of Bank Guarantee for 30% advance
payment 98-99
17. ANNEXURE –
IX
Performa of Bank Guarantee for
releasing 10% balance payment. 100-101
18. ANNEXURE-
IX(A) Performa bank guarantee for EMD & SD 102-103
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
8
18. ANNEXURE – X
Detailed technical specification Sub section-1 Project information
Sub section-2 Instruction to bidder
Sub section -3 Design basis
Sub section-4 Responsibilities
Sub section-5 Project management
Sub section-6 Scope of supply and
technical specification
Sub section-7 Battery Limits
Sub section-8 Deviation from technical
requirement
Sub section-9 Joint data and Documents
Sub section-10 Bidders Meetings
104
105-108
109-112
113-117
118-120
121-125
126-129
130-305
306-307
308-309
310-311
312-313
19. List of Recommended Makes 314-316
20. BUILDING LAYOUT PLANS 317-320
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
9
A check list of documents required to be submitted
(Each Tenderer is required to upload the required documents failing which the tender will become
liable for no further consideration/evaluation)
Sr.
no. Particulars Cover
Yes/No Page No.
1. Copies of documents defining the constitution of tendering firm along with duly attested power
of attorney for participating in tender on behalf of the firm.
Cover-
A
2. Whether manufacturer if yes please attach scanned copy of manufacturing licence. Cover-
A
If no, manufacturer’s authorization form be uploaded as per Section I. Cover-
A
3. Submit experience of past performance in works of similar nature within the past five years as
per Schedule I of Section II. (Attach copies of Purchase Orders & performance certificates).
Cover-
A
4. Submit details of current works in hand and other contractual commitments, if any, as per
Schedule II of Section II. (Attach copies of Purchase Orders).
Cover-
A
5. Submit Technical Deviation statement form as per Section III. (Where there is no deviation, the
statement should be uploaded duly signed with an endorsement indicating “No Deviations”.
Cover-
A
6. Enclose P&L statement and balance sheet for last three years. (Summary only) Cover-
A
7. Enclose information regarding current litigation if any. Cover-
A
8. Furnish copies of documents showing that the bidder has completed three dairy projects for
similar and higher capacity during the last five years.
Cover-
A
9. Submit copy of IT returns submitted for the previous three years. Cover-
A
10. Submit copy of PAN Card Cover-
A
11. Submit copies of Sales Tax Returns submitted for the previous three year. Cover-
A
12. Submit copy of Registration certificate of VAT Cover-
A
13. Submit acceptance of tender document and specifications in the enclosed format. Do not up-
load tender document.
Cover-
A
14. Scanned copy of Demand Draft of Rs. 1,000/-, for each item separately, in favour of MD,
RCDF payable at Jaipur, towards the tender fee.
Cover-
A
15. Scanned copy of Demand Draft towards the prescribed EMD in favour of MD, RCDF, payable
at Jaipur.
Cover-
A
16. Scanned copy of Demand Draft of Rs. 1000/- towards the Tender Processing Fee in favour of
MD, RISL Payable at Jaipur
Cover-
A
17. Please furnish your complete Correspondence address along with all details viz. Telephone
Numbers, Fax Numbers, E-mail ID and the name & designation of the contact person(s) &
his/their mobile numbers. The information may be submitted on the firm’s letter head.
Cover-
A
18. Submit a list of recommended spare parts along with their individual prices valid for one year,
as per clause 3.2, in PDF format in part two of the bid.
Cover-
A
19. Rates quotation in prescribed .XLS file only. Cover-
B
Note : Please submit the documents as per check list S. No. and also mention the S. No. on respective
documents.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
10
Eligibility & Qualifications Criterion
1. The bidder shall furnish, as Part-I of its bid, documents establishing the bidder’s eligibility
to bid and its qualifications to perform the contract if its bid is accepted. The bidder
should also give information in the format attached to the bid document.
2. The documentary evidence of the bidder’s qualification to perform the contract if
its bid is accepted shall establish to the purchaser’s satisfaction :
(a) that in the case of a bidder offering to supply goods under the contract
which the bidder did not manufacture or otherwise produce the bidder has
been duly authorised by the goods manufacturer or producer to supply the
goods. The bid shall include Manufacturers Authorisation Form given under
Section-I ANNEXURE – I. Offers from other agents, brokers & middlemen
shall not be accepted.
(b) that the bidder has the financial, technical and production capability
necessary to perform the contract. To this end, all bids submitted shall
include the following information under Section – II :
(i) Copies of original documents defining the constitution or legal status,
place of registration and principal place of business of the company
or firm or partnership etc.
(ii) Power of Attorney or a true copy thereof duly attested by a Gazetted
Officer in case an authorised representative has signed the bid.
(iii) Details of experience and past performance of the bidder (or each
party to a joint venture) on works of similar nature within the past
five years, and details of current works in hand and other contractual
commitments shall be submitted as per Schedule-I ANNEXURE – III
and Schedule-II ANNEXURE – IV given in Section-II respectively
of this bidding document.
(iv) Reports on financial standing of the bidder such as profit and loss
statements, balance sheets of the past three years. (Summery only)
(v) Information regarding any current litigation, past debarment /
blacklisting in which the bidder is involved is required to be
furnished.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
11
3. For the purpose of establishing the bidders ability to execute this particular,
contract, bidders shall submitted following document:
(a) The bidder should be in business of the jobs tendered for a minimum period
of three years at the time of bid opening.
(b) The bidder’s annual financial turnover in last three years shall not be less than
Rs. 12 Crore in each year.
(c) The bidder shall have completed the three dairy projects of similar or above
capacity in last five years.
(d) The bidder shall furnish a copy of the Income Tax Returns for the last three
years.
4. Bid submitted by a joint venture of two or more firms as partners shall comply
with the following requirements :
(a) the bid and in case of a successful bid, the form of agreement shall be signed
so as to be legally binding on all the partners;
(b) one of the partners shall be nominated as being incharge and this authorisation
shall be evidenced by submitted a power of attorney signed by legally
authorised signatories of all the partners;
(c) the partner incharge shall be authorised to incur liabilities and received
instructions for an on behalf of any and all the partners of the joint venture
and the entire execution of the contract including payment shall be done
exclusively with the partner incharge;
(d) all the partners of the joint venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms and a relevant
statement to this effect shall be included in the authorisation mentioned (b)
above as well as in the form of bid and the form of agreement (in case of the
successful bid) and
(e) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid. The tenderer should have completed atleast one
project under joint venture with same name and style.
(f) experience, resources, men and machinery of each party to the joint venture
will be taken into account only to the extent of their participation for
performing tasks under the joint venture agreement.
(g) all the partners of the joint venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms and a relevant
statement to this effect shall be included in the authorisation mentioned (b)
above as well as in the form of bid and the form of agreement (in case of the
successful bid) and
(h) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid;
(i) Experience, resources, men and machinery of each party to the joint venture
will be taken into account only to the extent of their participation for
performing tasks under the joint venture agreement.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
12
5. Documents Establishing Goods – Eligibility and Conformity to Bidding
Documents.
5.1 The bidder shall furnish as part of its bid, documents establishing the eligibility and
conformity to the bidding documents of all goods and services which the bidder
proposes to supply under the contract.
5.2 The documentary evidence of the goods and services eligibility shall consist of a
statement in the price schedule on the country of origin of the goods and services
offered which shall be confirmed by a certificate of origin issued at the time of
shipment.
5.3 The documentary evidence of the goods and services conformity to the bidding
documents may be in the form of literature, drawing and data and shall furnish :
(a) a detailed description of the goods essential technical and performance
characteristics;
(b) a list giving full particulars, including available sources and current prices of
all spare parts, special tools etc. necessary for the proper and continuing
functioning of the goods for a period of two years, following commencement
of the goods use by the purchaser ; and
(c) a statement of deviations and exceptions to the provisions of the technical
specifications demonstrating the goods and services substantial
responsiveness to those specifications in the form provided under Section-
III ANNEXURE – V.
5.4 The bidder should clearly confirm that all the facilities exist for inspection and
shall be made available to the inspecting authority.
5.5 Pursuant to Clause-5.3(c) above, the bidder shall note that standards for
workmanship, material and equipment, and references to brand names of catalogue
numbers designated by the purchaser in its technical specifications are intended to
be descriptive only and not restrictive. The bidder may substitute alternative
standards, brand names and/or catalogue numbers in its bid, provided that it
demonstrates to the purchaser’s satisfaction that the substitutions are substantially
equivalent or superior to those designated in the technical specifications.
5.6 The bidder shall furnish Photo copy of PAN card.
5.7 The bidder shall furnish Photo copy of VAT registration.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
13
SYNOPSIS OF THE TENDER
1.0 Purchaser : The Rajasthan Co-operative Dairy Federation Ltd., Jaipur
Saras Sankul, Jawaharlal Nehru Marg, Jaipur
2.0 Contact : Phone No.2702501 : Fax 2702135 : Website : www.sarasmilkfed.coop
: E-mail: [email protected]
E-mail: [email protected]
3.0 Job : “DESIGN, SUPPLY, ERECTION, TESTING AND
COMMISSIONING OF 25 KLPD DAIRY PLANT
ALONGWITH UTILITIES ON TURN KEY BASIS” AT
KHETARI DISTRICT JHUNJHUNU (RAJ.).
4.0 Exclusions : All Workshop Tools & Machines, Sanitary Installation, Water
Disposal, Water Hydrants, Environmental Works, Laboratory
Glassware, Chemicals & Equipment, Workshop tools, furniture,
Telephone & Intercom Systems and civil works.
5.0 Scope of Work: The scope of work includes design, supply, installation, testing &
commissioning of plant and machinery, utilities as per list
detailed below:-
S.
No
Particulars Quantity
(in Nos.)
1. Electric Weighing Scale with bowl 500 Kg., & dock automa+tion 1 Set
2. Chain Can Conveyor with can tipping bar (powered ) 1 No.
3. Dump Tanks -
1000 Kg. x 2 (for good milk & sour milk)
2 Nos.
4. S.S. can Scrubber 2 Nos.
5. Can drip saver 1 No.
6. Platform balance 100 Kg. 1 No.
7. Milk Pumps 10,000 LPD / 3.5 HP 4 Nos.
8. Balance tank 200 ltrs. 8 Nos.
Sub Total (A)
B) Process Section :
1. Milk Chillers 10,000LPH 1 No.
2. Milk Pasteurizer 5,000 LPH expandable to 10000 LPH 1 No.
3. Milk Separator 5,000 LPH 1 No.
4. Raw Milk Storage Tanks (HMST) 15 KL 2 Nos.
5. Pasteurised Milk Storage Tanks (HMST) 15 KL 2 Nos.
6. Cream Ripening Tanks 5 KL 1 No.
8. Butter Churn 2 KLPH 1 No.
9. Milk Pumps 10,000 LPH (3.5 HP) 4 Nos.
10 Ghee Kettle 1000 L. 1 No.
11. Ghee Settling Tank 1000 L 1 No.
12. Butter melting Vat 1000 L 1 Set
13. Ghee & Butter Oil pumps 5000 ltr. per hr. 2 Nos.
14. Ghee Clarifier 1 KLPH 1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
14
15. Ghee storage tank Cap. 2.5 Ltrs. 1 No.
16. Sour Milk Separator 2 Nos.
17. Butter Trolley cap. 600 Kg. 2 Nos.
18. Ghee pouch filling machine cap. 1500 1 No.
Sub Total (B)
C) Liquid Milk Packing :
1. Form fill and Seal Machine (Mechanical) 1 No.
2. Crate Conveyors / Rollers 1 No.
3. Plastic Crates 2000
Nos.
4. Milk / ghee pouch collection tray arrangement 1 Lot.
5 Manual operated jet type crate washer. 1 No.
Sub Total (C )
D) Services 1. Complete Refrigeration Plant with Ice Bank system with suitable IBTs,
Ammonia Compressors, Condensers, Condenser Pumps, etc.
1 Lot
2. Cold store of 7Mtr* 7Mtr. size with AHUs, insulation, doors, air curtains, safety
devices etc.
1 No.
3. (a) Boiler 1000 Kg./ hour -
(b) Chimney for 1 Ton boiler
(c) Boiler feed water tank Cap.2000 ltr
(d) F.O. Service Tank cap. 825 Ltrs. with structure
(e) F.O. tanks of 35 KL with, F.O. Loading & Unloading system with oil pumps,
oil service line, with heating arrangement etc.
1 No.
1 No.
1 No.
1 No.
1 Lot
4. Water softening plant with accessories 100000ltrs. per day 1 Set 5. Air Compressor (Screw) 1 Set 6. RO system 5000 per hr. alongwith PVC tank & pipe lines etc 1 Set
Sub Total (D)
E) Electricals :
1. Complete electrical work consisting of HT panel for 11 KVA 3 phase 50
Hrs. AC Supply, AC Supply, OCB/VCB, Electric panels for
(Refrigeration, dock, Ghee, Butter section, pre-pack, boiler, ETP)
Transformer with 315 KVA with accessories (H-Pole, ACB, distribution,
boards, HT cable, Automatic power factor control capacitor bank, control
panels, LT cables various size.
1 Lot
Sub Total (E)
F) General :
1. D.G. Set 160 KVA 1 Lot
2. Erection & commissioning of equipments along with allied pipe lines i.e.
(SS pipe line, GI pipe line with required valves, MS Pipe line HP / LP
with insulation and steam valves)
1 Lot
3. Work shop tools 1 Lot
4. Lab equipments 1 Lot
5. Fire fighting / safety equipment 1 Lot
6. Effluent treatment plant 1 Lot
Total Scope, Mechanical & Electrical Equipment (A+B+C+D+E+F)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
15
Note:-
(1.) The plant & machinery, utilities shall be supplied as per respective specification
detailed at Annexure -
(2.) The tenderer should provide plant and machinery layout defining inter-connection of
equipment and flow of milk, water, steam etc.
(3.) Approvals are required from RCDF before fabrication of equipment and for the
execution of awarded work:- General arrangement drawing of the IBT coils,
accumulator and valves arrangement shall have to be got approved by the contractor
before fabrication.
(4.) Steam generation system : Boiler with chimney, feed water tank, day oil service tank, Furnace Oil tank, FO loading &
unloading system with allied pipelines, heat tracing etc, PRS, High/low pressure line,
expansion joint, steam/water flow meter, water softener, steam trapes, condensate recovery
system.
(5) Complete electrical work
Metering system, HT/LT panel with equipped with all safety control, VCB/ACBs,
transformers, DG Set, APFC panel, HT & LT cables, cable tray.
(6) In addition to the standers mentioned, all works shall also conform to the requirements of
the following for which necessary certifications of the concerned departments are to be
obtained and submitted to the concerned Milk Union/RCDF:-
a. Indian Electricity Act and rules framed there under.
b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
6.0 Eligibility (a) The bidder should be in business of the jobs tendered for a minimum period of three
years at the time of bid opening.
(b) The bidder’s annual financial turnover in last three years shall not be less than Rs. 12
Crore in each year.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
16
(c) The bidder shall have completed the three dairy projects of similar or above capacity in
last five years.
(d) The bidder shall furnish a copy of the Income Tax Returns for the last three years.
7.0 Completion : Design, Supply, Erection, Testing & Commissioning within 12
Months from the site clearance. 8.0 Payment : For Supply of equipment
30% advance against Bank guarantee 60% after third party inspection and quality verification at works, and on safe receipt of the equipment ordered at site The third party for inspection and quality verification shall be appointed by the RCDF. 10% after completion of job & against performance BG
For Erection & Commissioning
10% advance against Bank guarantee 80 % after erection, commissioning & completion of trial runs 10% after completion of job & against performance BG
9.0 Liquidated damages: 0.5% per week beyond the contract period &
maximum upto 5% of the contract value. 10.0 Bid validit : 120 days from the date of opening of bids
11.0 Quality Control A : The equipment under the purview of your supply should be
inspected by your own technical experts at your works and such
inspection report should be forwarded to us in triplicate alongwith
dispatch documents. However, the RCDF, reserves its right of
inspection at any stage of fabrication manufacture of the
equipment/material. The final inspection in any case will be carried
out at RCDF project site.
You should forward to us the test certificate, wherever applicable,
obtained from the concerned authorities/principal manufacturers
either regarding quality or any other details of the items utilised in
the process of manufacture/fabrication.
B Bidder should submit the quality assurance plan for equipment
under scope of supply for approval, accordingly the inspection may
be carried out by Third Party / RCDF to ensure the quality of
respective item.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
17
12. PRE-BID MEETINGS
12.1 Bidders are requested to attend pre-bid meeting on scheduled date and time for
technical/commercial discussion related to project.
12.2 Bidders may have technical discussions with the Dairy / clients, project team before the
tender closing date. Subjects for discussion at the pre-bid / technical meeting may
include:
Project management
Technical clarifications
Scope of supply
Concept of the design
Processes
Equipment designs
Equipment suppliers
Automation
Plant management
Quality control
Existing equipment to be utilized in the job
Battery limits
Acceptable alternatives
This will be the only opportunity for bidders to discuss the project in detail with
Dairy before the commercial bid opening, and all technical matters / clarification
related to tender should be resolved in this meetings.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
18
GENERAL TERMS AND CONDITIONS
1.0. PREFACE
Note:- This tender is an e-tender. Consequently offline submission of tender
documents other than Demand Drafts is not allowed. All the terms & conditions
may be read and interpreted in this light. Only offline submission of DD’s towards
tender fee, tender processing fee & EMD is required. These are required to be sent
by post so as to reach the office of General Manager (Purchase) , Rajasthan Co-
operative Dairy Federation Ltd. “SARAS SANKUL” Jawahar Lal Nehru Marg,
Jaipur-302017 before the tender opening date & time.
1.1 The Rajasthan Co-Operative Dairy Federation Limited, Jaipur hence forth termed as
R.C.D.F. LTD., invites the competitive bids from the technically & financially sound
individual / HUF / firm / Company for “DESIGN, SUPPLY, ERECTION, TESTING
AND COMMISSIONING OF 25 KLPD DAIRY PLANT ALONGWITH UTILITIES ON
TURN KEY BASIS” AT KHETARI DISTRICT JHUNJHUNU (RAJ.).
1.2 The Managing Director, Rajasthan Co-operative Dairy Federation reserves the
right to reject any or all the tenders in full or part thereof, which in his opinion
justifies such action without further explanation to the tenderers.
2.0 TENDERING PROCEDURE
IMPORTANT NOTES
1. ALONG WITH THE SAME ALL IN THE DESIRED FORMAT
DOCUMENTS THAT ARE REQUIRED TO BE SUBMITTED AS PER
ELIGIBILITY & QUALIFICATION CRITERION SHOULD ALSO BE SELF
ATTESTED ALONG WITH SEAL OF TENDERER & SHOULD BE
SCANNED AND UPLOADED / SUBMITTED IN THE FIRST COVER OF
THE TENDER.
2. ON THE BASIS OF THE ABOVE DOCUMENTS THE TENDER SHALL BE
TECHNICALLY EXAMINED & ONLY IF FOUND TO BE QUALIFIED
TECHNICALLY THEN THE FINANCIAL BIDS OF THE TECHNICALLY
QUALIFIED TENDERS WOULD BE OPENED.
3. THE FINANCIAL BIDS ARE REQUIRED TO BE SUBMITTED ONLY IN
THE PREESCRIBED PERFORMA IN THE XLS SHEET PROVIED FOR
THE SAME.
2.1 The tender form is not required to be submitted at the time of e-bidding. In
lieu of the same a acceptance letter accepting the tender in its entirety in the
prescribed format enclosed at Annexure-I is required to be submitted on the
Company letter head. In addition self attested photocopies of all the
documents required for fulfilling the eligibility & qualifications criterion are
also required to be scanned and submitted with the e-bid
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
19
2.2 No telegraphic/telephonic/telex/Fax tenders shall be considered. Further the
tenderer may please note that the successful tenderer would be required to submit a
duly sealed & signed hard copy of the tender form along with the security deposit,
agreement etc. upon award of rate contract
2.3 LEGAL COMPETENCY OF SIGNING THE TENDER
Individual signing the tender or other documents connected with this tender must
specify whether he signs as :
a) “Sole Proprietor” of the firm or constituted attorney of such proprietor.
b) The partner of the firm, if it is a partnership firm in which case, he must
have authority to refer to arbitration disputes pertaining to business of the
partnership either by virtue of the partnership deed or by holding the power
of attorney.
c) Constituted attorney of the firm, if it is a Company.
NOTE:
1) In case of (b) above, a copy of the partnership deed or general power of
attorney duly attested by a notary public should be furnished or any
affidavit on stamp paper of all the partners admitting execution of the
partnership deed or the general power of attorney should be furnished.
2) In case of partnership firms, where no authority to refer disputes concerning
to the business of the partnership has been conferred on any partner, the
tender and all other related documents must be signed by every partner of
the firm.
3) A person, signing the tender form or any documents constituting an integral
part of the contract, on behalf of another shall be deemed to warranty that he
has authority to bind such other and if, on enquiry it appears that the person
so signing has no authority to do so, the buyer may without prejudice to
other civil remedies, terminate the contract and hold the signatory liable for
all costs and damages.
2.4 EARNEST MONEY DEPOSIT
2.4.1 (a) Earnest money as mentioned in the NIT, must accompany the tender. The earnest
money shall be required to be paid by a crossed demand draft in favour of Managing
Director, Rajasthan Co-operative Dairy Federation Ltd., drawn on any scheduled or
nationalized bank in India, payable at Jaipur. The tenders accompanied by cheques instead
of demand draft towards earnest money will not be considered. Earnest money shall have
to be paid according to the items offered by tenderer covering the total quantity required
for all the projects.
2.4.1 (b) In addition tender processing fees of Rs. 1000/- payable by demand draft in favour of
Managing Director, RISL (payable at Jaipur and non- refundable) and tender fees
Rs.1,000/- for each item separately, payable by demand draft in favour of RCDF Ltd.,
Jaipur (payable at Jaipur and non-refundable) are also required to be submitted along with
the tender failing which the tender will be summarily rejected.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
20
2.4.2 Any tender whose tender fee, tender processing fee & EMD as stated above does not reach
this office before the tender opening date & time is liable to be summarily rejected.
Earnest money of unsuccessful tenderer will be returned within 120 clear / working days
from the date of opening of the tender.
2.4.3 No interest shall be paid for the earnest money deposit for the period during which it (the
earnest money) lies in deposit with the Rajasthan Co-operative Dairy Federation Ltd.
2.5. The tenderers should state herein the complete address to which the orders, notices and
further correspondence pertaining to the tender and agreements are to be sent. Any
correspondence made by the RCDF/milk union at the address given herein shall be
deemed to have been delivered to the party notwithstanding that such correspondence may
not in fact have been delivered. Any change in the address thereafter must be notified to
the Managing Director, Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the
concerned milk unions and a copy in confirmation of RCDF/milk union having recorded
change in address be obtained in writing from RCDF/milk union. In absence of such
confirmation the correspondence made on the address given herein shall be valid once the
confirmation is issued by RCDF/milk union subsequent correspondence shall be sent to
the new notified address.
Address_______________________ Telegraphic
Address_______________________________________________
Phone No./ ________________________ Mobile no.______________
Fax No.________________ E-mail _________________
Name of contact Person: _______________________.
2.6 The tenders received shall be opened on the date and time given in the N.I.T. at the
Office of the Managing Director, Rajasthan Co-operative Dairy Federation Ltd., Jaipur.
The tenderers or their accredited agents will be allowed to be present at the time of
opening of the tender.
2.7 Negligence on the part of tenderer in preparing the tender confers no right to withdraw the
tender after it has been opened.
2.8 The specifications, conditions, schedules drawing of the tender constitute an
integral part of the tender.
2.9 All tenders in which any of the prescribed conditions are not fulfilled or which
have been vitiated by errors in calculations totaling, or other discrepancies or
which contain overwriting in figures or words or corrections not initialed and dated
will be rejected.
2.10 In the place of substantial non conformity with the specifications or if it contains
any inadmissible reservations seen or otherwise, in contravention to the sprit and
latter of the tender documents, such tenders shall be summarily rejected.
2.11 The tenderer whose tender is accepted (hereinafter called the supplier/contractor)
will be required to furnish security for the due fulfillment of his contract in the
form of a bank Demand Draft or Bank Guarantee of 5% of the contracted value
(F.O.R. site). This bank Demand Draft / Bank Guarantee of Nationalized /
Scheduled Bank drawn in favour of Managing Director, RCDF, Jaipur is to be
submitted within a period of 10 to 15 days from the date of placement of Purchase
Order. The EMD amount shall be adjusted in the aforesaid security.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
21
The security will be refunded if otherwise found to be qualifying for refund within
six months from the date of expiry of contract. No interest will be paid by the
RCDF on such security amount. In case of breach of any terms and conditions of
the contract or on unsatisfactory performance of the contract the RCDF shall have
an absolute right of being compensated through liquidated damages or penalties
and the amount of security deposit shall also, in such an event, be liable to
forfeiture in full or part for being appropriate towards aforesaid liquidated damages
and the decision of MD RCDF shall be final in this regard. If the tenderer fails to
deposit the security or to execute the agreement within the period specified, such a
failure will be treated as a breach of the terms and conditions of the tender and
shall result in the forfeiture of the Earnest Money besides any other action for the
default. The expenses of completing & stamping the agreement shall be paid by the
tenderer who shall furnish to the RCDF one executed stamped counter part of the
agreement free of charge.
In case the contractor/supplier completes it contractual obligations, except
for performance of equipment for which 10% amount is deducted/retained while
processing payments against supply and / or erection, the security deposit can be
refunded at such point of time as may be decided by the Purchase Section at its
sole discretion.
All compensation or other sums of money payable by the contractor to
Rajasthan Co-operative Dairy Federation Ltd. under the terms of this contract may
be deducted from, or paid by the sale of a sufficient part of his security deposit or
from any sums which may be due or may become due to the contractor by the
Rajasthan Co-operative Dairy Federation Ltd. on any account whatsoever, and in
the event of his security deposit being reduced by reason of any such deduction or
sale as aforesaid, the contractor shall within ten days thereafter make good in cash
endorsed as aforesaid any sum or sums which may have been deducted from or
raised by sale of his security deposit or any part thereof.
2.12 No refund of tender fee is claimable for tenders not accepted or Forms returned or tenders
not submitted.
2.13 SPECIAL NOTES TO TENDERER
2.14 PRE BID CONFERENCE : Pre bid conference dates for the equipments are given in the NIT. The tenderers can
seek any clarifications in the Pre-bid conference on the tenders they intend to participate
in, and so the tenderers are advised to depute their authorized representative to attend
the same, without fail.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
22
3.0 SCOPE OF TENDER.
5.0 Scope of Work : The scope of work includes design, supply, installation, testing
& commissioning of plant and machinery, utilities as per list
detailed below:-
S.
No
Particulars Quantity
(in Nos.)
1. Electric Weighing Scale with bowl 500 Kg., & dock automa+tion 1 Set
2. Chain Can Conveyor with can tipping bar (powered ) 1 No.
3. Dump Tanks -
1000 Kg. x 2 (for good milk & sour milk)
2 Nos.
4. S.S. can Scrubber 2 Nos.
5. Can drip saver 1 No.
6. Platform balance 100 Kg. 1 No.
7. Milk Pumps 10,000 LPD / 3.5 HP 4 Nos.
8. Balance tank 200 ltrs. 8 Nos.
Sub Total (A)
B) Process Section :
1. Milk Chillers 10,000LPH 1 No.
2. Milk Pasteurizer 5,000 LPH expandable to 10000 LPH 1 No.
3. Milk Separator 5,000 LPH 1 No.
4. Raw Milk Storage Tanks (HMST) 15 KL 2 Nos.
5. Pasteurised Milk Storage Tanks (HMST) 15 KL 2 Nos.
6. Cream Ripening Tanks 5 KL 1 No.
8. Butter Churn 2 KLPH 1 No.
9. Milk Pumps 10,000 LPH (3.5 HP) 4 Nos.
10 Ghee Kettle 1000 L. 1 No.
11. Ghee Settling Tank 1000 L 1 No.
12. Butter melting Vat 1000 L 1 Set
13. Ghee & Butter Oil pumps 5000 ltr. per hr. 2 Nos.
14. Ghee Clarifier 1 KLPH 1 No.
15. Ghee storage tank Cap. 2.5 Ltrs. 1 No.
16. Sour Milk Separator 2 Nos.
17. Butter Trolley cap. 600 Kg. 2 Nos.
18. Ghee pouch filling machine cap. 1500 1 No.
Sub Total (B)
C) Liquid Milk Packing :
1. Form fill and Seal Machine (Mechanical) 1 No.
2. Crate Conveyors / Rollers 1 No.
3. Plastic Crates 2000
Nos.
4. Milk / ghee pouch collection tray arrangement 1 Lot.
5 Manual operated jet type crate washer. 1 No.
Sub Total (C )
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
23
D) Services 1. Complete Refrigeration Plant with Ice Bank system with suitable IBTs,
Ammonia Compressors, Condensers, Condenser Pumps, etc.
1 Lot
2. Cold store of 7Mtr* 7Mtr. size with AHUs, insulation, doors, air curtains, safety
devices etc.
1 No.
3. (a) Boiler 1000 Kg./ hour -
(b) Chimney for 1 Ton boiler
(c) Boiler feed water tank Cap.2000 ltr
(d) F.O. Service Tank cap. 825 Ltrs. with structure
(e) F.O. tanks of 35 KL with, F.O. Loading & Unloading system with oil pumps,
oil service line, with heating arrangement etc.
1 No.
1 No.
1 No.
1 No.
1 Lot
4. Water softening plant with accessories 100000ltrs. per day 1 Set 5. Air Compressor (Screw) 1 Set 6. RO system 5000 per hr. alongwith PVC tank & pipe lines etc 1 Set
Sub Total (D)
E) Electricals :
1. Complete electrical work consisting of HT panel for 11 KVA 3 phase 50
Hrs. AC Supply, AC Supply, OCB/VCB, Electric panels for
(Refrigeration, dock, Ghee, Butter section, pre-pack, boiler, ETP)
Transformer with 315 KVA with accessories (H-Pole, ACB, distribution,
boards, HT cable, Automatic power factor control capacitor bank, control
panels, LT cables various size.
1 Lot
Sub Total (E)
F) General :
1. D.G. Set 160 KVA 1 Lot
2. Erection & commissioning of equipments alongwith allied pipe lines i.e.
(SS pipe line, GI pipe line with required valves, MS Pipe line HP / LP
with insulation and steam valves)
1 Lot
3. Work shop tools 1 Lot
4. Lab equipments 1 Lot
5. Fire fighting / safety equipment 1 Lot
6. Effluent treatment plant 1 Lot
Total Scope, Mechanical & Electrical Equipment (A+B+C+D+E+F)
Note:-
(1) The plant & machinery, utilities shall be supplied as per respective specification
detailed at Annexure -
(2) The tenderer should provide plant and machinery layout defining inter-
connection of equipment and flow of milk, water, steam etc.
(3) Approvals are required from RCDF before fabrication of equipment and for
the execution of awarded work:- General arrangement drawing of the IBT
coils, accumulator and valves arrangement shall have to be got approved by the
contractor before fabrication.
(4) Steam generation system : Boiler with chimney, feed water tank, day oil service tank, Furnace Oil tank, FO
loading & unloading system with allied pipelines, heat tracing etc, PRS, High/low
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
24
pressure line, expansion joint, steam/water flow meter, water softener, steam trapes,
condensate recovery system.
(4) Complete electrical work
Metering system, HT/LT panel with equipped with all safety control, VCB/ACBs,
transformers, DG Set, APFC panel, HT & LT cables, cable tray.
(5) In addition to the standers mentioned, all works shall also conform to the
requirements of the following for which necessary certifications of the concerned
departments are to be obtained and submitted to the concerned Milk Union/RCDF:-
a. Indian Electricity Act and rules framed there under.
b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State
Electricity Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the
State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
1. The Tenderer shall be responsible for developing the conceptual layout and flow
diagram to ensure operation of the plant with minimum investment. 2. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry
out all minor works necessary to achieve the rated capacity of the plant even though
they might not have been expressly mentioned in the tender document.
3. All the equipment to be supplied will have to be manufactured/supply as per the
standard specifications adopted by the Milk plant manufacturer/dairy industry in the
country.
4. This contract will be “Fixed Rate Contract” and the contractor will have to supply the
equipment and complete the erection and commissioning within the agreed contract
value and no escalation of prices will be allowed.
5. It is absolutely essential to complete the job of design, fabrication, supply, erection and
commissioning of Milk Dairy project within 12months from the date of signing the
contract and receipt of advance.
6. The tenderer is advised to visit to site so as to apprise himself of actual site condition
and quantum of work involved.
3.1 Supply :
The suppliers shall supply the material/articles in accordance with specifications
stipulated for the article in the tender at ANNEXURE –X.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
25
3.1.1 Erection, Testing & Commissioning:
The tenders shall erect/install the equipment in accordance with the terms and
conditions/specifications stipulated in Schedules of the tender.
4.0 TURN – KEY CONTRACT This is a turn - key project. All necessary material which may be required for the successful completion of the project falls in the scope of the work. Cost of installation for any addition or deletion in quantities will be calculated based on the unit prices indicated. If any extra quantities of quoted items are needed then the tenderer shall supply those at the quoted unit price. If any extra item (s), not included in the tender but required for successful completion of the work, the same will be either supplied by the RCDF/Milk Union and erected by the tenderer or supplied and erected both by the tenderer at mutually agreed rates considering purchase price, taxes and handling charges etc. Necessary ESI/PF deductions, wherever applicable shall be borne by the tenderer.
The requisite approval from Chief Electrical Inspectorate, Government of Rajasthan must be
obtained by the tenderer and the actual payment shall be reimbursed by RCDF/Milk Union
against production of original documents.
The tenderers are required to give the price bid for all items section-wise in the same faction as
of Part – A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing
& commissioning as well the total cost.
In addition to the standards mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained
and submitted to the concerned Milk Union/RCDF:-
a. Indian Electricity Act and rules framed there under.
b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State
Electricity Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the
State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
26
5.0 BID PRICES
5.1 The price should be quoted on the basis of F.O.R. site inclusive of all taxes. All taxes are to
be built up in the financial bid part as on 21.03.2016 and are to be shown separately. Any
addition/deletion/variation in taxation or future taxes leveled by the State or Central Govt.
beyond this date shall be born by RCDF/Concerned Unions. It should be absolutely clear
that any tax applicable as on 21.03.2016 but not considered by the tenderer while
submitting financial bid shall be deemed to have included in the rate offered by the
tenderer.
The bidder shall quote for the total package of Design, Fabrication, Supply, Erection,
Testing & Commissioning on the Turn key basis. The prices quoted under different heads
should be grouped as under.
Supply - Including packing, forwarding, taxes & duties, freight, loading & unloading at
site and insurance etc. Detailed price break and list of equipment as given under Annexure
– VI.
Erection & commissioning – Labour charges including service tax should be given for all
the equipment and the steel structure as per the list given under Annexure – VI.
Discount - If any should also be indicated separately. The bidders‟ separation of price
components as above will be solely for the purpose of facilitating the comparison of bids by
the purchaser and will not in any way limit the purchasers right to contract on any of the
terms offered.
5.2 FIXED PRICE:
Prices quoted by the bidder shall be fixed during the bidder’s performance of the contract and not subject to variation on any account.
5.3 PRICE OF SPARE PARTS:
All the bidders are required to submit the list of spares with rates. In case of bought out
items a list giving full particulars, including available sources and current prices, of all
spare parts, special tools, etc. which are necessary for the proper and continuing
functioning of the plant for a period of two years should be furnished. These prices should
be valid, for acceptance by the purchaser and placement of orders, for one year from the
date of bid opening.
5.4 The prices thus quoted by firm, free from all escalations and valid for a period of 120 clear
days from the closing date of the tender.
5.5 All the tenderers should quote for supply of equipment in fully fabricated and
assembled condition.
5.6 BREAK – UP PRICES All the bidders shall furnish the cost separately for the supply and
installation/commissioning along with detailed cost break-up (item-wise), which will be
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
27
applicable for progressive payments. Items and works for which no break-up price is
furnished by the bidder will not be paid for by the purchaser when supplied/executed and
shall be deemed covered by other break-up prices. Such break up cost should be based on
ex-works cost and percentage of ex-works cost should be indicated separately for packing
and forwarding, transportation, insurance and other incidental charges, erection and
commissioning on percentage basis for each item.
5.7 Spare Parts :
The tenders shall submit a recommended list of spare parts alongwith the price
valid for one year for each items of the equipment which would be reasonable to
anticipate as necessary, to enable the equipment to be operated and maintained in a
satisfactory manner for a period of 24 calendar month from the date of
commissioning.
5.7.1 The cost of spare parts will not be considered in evaluating the tenders.
5.7.2 The prices thus quoted for the spares should be valid for 12 calendar months from
the date of opening of the tender.
5.8 Sales Tax/ Entry Tax:
The Sales Tax, Entry Tax , Surcharge and any other type of taxes prevailing up to date of
submission of the rates must be included in the net rate. This however should be shown
separately, so that in the event of any subsequent change in these charges by the
Government (State or Central), the same will be considered for increase/decrease over the
net rates.
Wherever possible C/D forms shall be issued to avail concessional rates of the
Central/State Tax. The Entry Tax, if applicable, should be included where the supplier
belongs to outside Rajasthan and Purchase Order/RAL placed on outside Rajasthan. The
tenderer must also indicate the details of Sales Tax Registration and the number allotted to
them by Sales Tax authorities.
5.9 Octroi :
Octroi duty, if applicable at the destination shall be paid extra on all dispatches made from
the suppliers works/warehouses to the point of destination.
5.10 Excise Duty:
Excise duty or surcharge prevailing upto the date of submission of the rates must be
included in the net rate. This however, should be shown separately, so that in the event of
any subsequent change in these charges by the Government (State or Central), the same
will be considered for increase/decrease over the net rates. However, the increased excise
duty due to change in slab on higher turnover shall be payable by the tenderer.
5.11 Service Tax:
The Service Tax and Surcharge prevailing upto date of submission of the rates must be
included in the net rate. This however should be shown separately, so that in the event of
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
28
any subsequent change in these charges by the Government (State or Central), the same
will be considered for increase/decrease over the net rates.
5.12 Unloading charges at site – For supply order the price should exclude unloading charges.
However for installation contract the price must include these charges.
5.13 If the price for reasons of change in statutory taxes and duties by Government taking place
during the period of bid finalisation or during the normal delivery period envisaged in the
Purchase Order/Contract.
(a) The material/equipment/machinery offered must be securely packed at the cost of
the suppliers to withstand tough handling enroute by road/rail/air. Packing should
be provided with protective lining to avoid damage to the surface of the packing
and the items packed inside.
(b) Marking :
Each package delivered under this tender shall be marked by the suppliers at their
own expenses. Such markings shall be distinct and should bear the following:
(i) Name of the supplier.
(ii) Details of the items in the package.
(iii) Weight gross, net and tare.
(iv) Name and address of the consignees as mentioned in the Purchase
Order.
Marking shall be carried out with such a material as may be considered necessary
as regards quickness of drying, fastness and indelibility.
6.0 Insurance:-
The supplier shall arrange insurance coverage, according to the dispatch
instructions issued by Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the
supplier should cover all dispatches. However, to avoid any complications that
may arise at the time of settlement of claims by the underwriters for the transit
losses it is proposed that the insurance coverage shall be arranged by the supplier
as under:
(a) The insurance coverage shall have to be arranged commencing from their
warehouse/works to the warehouse of the buyer (All Transit risks).
(b) Suppliers are requested to take insurance with any Nationalised Insurance
Company.
(c) The cover provided by the insurance shall be in such amount so as to allow
complete replacement for any item lost or damaged.
7.0 Guarantee :-
The supply of equipment as well as installation, if entrusted shall have to be carried
out by the supplier to the entire satisfaction of the buyer. The supplier shall also
guarantee to repair/replace without any extra cost, the items or parts there of if
found defective due to defective design, workmanship or substandard material
brought to the attention within 12 calendar months from the date of satisfactory
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
29
commissioning or within 24 months from the date of receipt of material at site,
whichever is earlier. If it is necessary to send the defective equipment or parts
thereof for repair/replacement the cost of loading, unloading, repacking and
transportation from the site to works and back to site shall have to be borne by the
supplier. The guarantee however does not cover any damage resulting from normal
wear and tear or improper attendance or mishandling of the equipment by the
buyer/his authorised representatives.
The contractor shall have to guarantee the complete installation for
satisfactory performance for a minimum period of one year from the date of
commissioning of the plant. Any defect arising out of faulty erection/installation or
use of substandard material or workmanship shall have to be rectified by the
contractor at his own cost.
7.1 Warranty:
All the suppliers shall provide a warranty for a minimum period of 12 calendar
months from the date of commissioning of the equipment for the satisfactory
performance of the equipment supplied to the designed/rated/installed capacity or
any other norms fixed by the buyer. Also, they should provide a warranty for the
period as stated above to the effect that supplier shall alone be responsible for all
the litigations/disputes/claims and other legal complications that may arise in
connection with the patent rights design rights and the rights of ownership of the
materials.
7.2 Right to operate & use unsatisfactory material or equipment :-
If after delivery, acceptance and installations and within the guarantee period, the
operation of use of materials or equipment proves to be unsatisfactory to the buyer,
he shall have the right to continue to operate or use such materials or equipment
until rectifications of defect, errors or omissions by repair or by partial replacement
can be made without interfering with the buyer’s operation.
8.0 Technical information required with tenders :-
8.1 The tenderers have to mention clearly that the specification of the materials
tendered are strictly in adherence to the technical specifications stipulated in
Schedule. In case of any deviation, the tenderers shall have to mention the same in
details.
8.2 Maximum outputs of machines are to be specified for information only.
8.3 Schematic drawings and technical literature of equipment tendered shall have to be
furnished.
8.4 Overall dimensions of the various equipment shall have to be mentioned in detail.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
30
8.5 The total weights (in dry and working) of the various equipment/item shall have to
be stated clearly.
8.6 The safety interlocks/devices in the equipment shall have to be highlighted.
8.7 The consumptions and services requirements of various equipment shall have to be
detailed.
9.0 Commercial information required with tender :-
9.1 Brand Names:
If the supplier is quoting for spare parts, which is not manufactured by him, but he
has obtained the same from another manufacturer then he should state the name of
the manufacturer with address, brand name and catalogue number etc. and the
spare parts offered should conform to the same performance capability as that of
the main item for which it is meant.
9.2 Terms of Payment :
Following terms of payment would be applicable to this order subject to supplier/
contractor having furnished security deposit for 5% of the F.O.R. order value for
the due fulfilment of this contract in form of cash/DD in accordance with the
Clause No.2.11 of the tender document. In case the contractor/supplier completes
its contractual obligations before 12 months the cash/DD deposit can be refunded
before 12 months at the sole discretion of RCDF before aforesaid period of 12
months.
9.2.1 For supply of equipment :-
30% of the ex-works order value (basic cost) shall be paid on acceptance of the
order subject to the supplier furnishing a Bank Guarantee valid for 12 calendar
months from the date of guarantee for an equivalent amount from a scheduled or
Nationalised Bank in the enclosed proforma given at Annexure-VIII. The Bank
Guarantee can be released by RCDF once the advance is fully recovered / adjusted.
The execution of agreement in the format at Annexure-VII is also a precondition
for clearing advance.
60% (90% in case of the supplier/contractor who has not taken advance) after third
party inspection and quality verification at works, and on safe receipt of the
equipment ordered at site but not later than 45 days from the date of receipt of the
equipment at site. The third party for inspection and quality verification shall be
appointed by the RCDF.
The 10% of the FOR site value shall be paid within 12 calendar months from the
date of commissioning or 24 months from the date of receipt of the same at site,
whichever is earlier. However the balance 10% will also be released, if so desired
by the supplier, provided the supplier furnishes a Bank Guarantee from a
Scheduled or Nationalised Bank for the 10% value valid for a period of 12 calendar
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
31
months from the date of issue of Bank Guarantee in the proforma enclosed given at
ANNEXURE – IX.
9.2.2 For Erection :-
90% on submission of progressive bills duly certified by the authorised
representatives/Site Engineer of RCDF and balance 10% within 12 months from
satisfactory commissioning of the equipment. However, the balance 10% will also
be released, if so desired by the supplier, provided the supplier furnishes a Bank
Guarantee from a Scheduled or Nationalised Bank for the 10% value valid for a
period of 12 calendar months from the date of issue of Bank Guarantee in the
Performa enclosed.
10.0 Delivery Schedule of Items:- (a) Bidders should submit a detailed item wise delivery schedule keeping in view the
completion period of the contract. Such items shall be grouped under monthly
delivery schedule with total value of such items. This will facilitate for ensuring
the cash flow requirement for the project.
(b) The delivery time given in the contract is to be adhered to strictly. For this
purpose the supplier has to inform RCDF the progress made towards
fabrication of the items ordered from time to time during the delivery
period. The supplier has to maintain good progress of work during the
delivery period so as to deliver the items ordered in time. It is essential that
RCDF is informed of the quantified progress made by the supplier by
Registered Post once after 1/3rd
of delivery time elapses and again after 2/3rd
of delivery time elapses. In case RCDF does not receive such progress
reports it will presume that the work has not been taken up by the supplier in
the right earnest and that RCDF in such a situation will be at liberty to
withdraw the work order and forfeit the earnest money as well as security
deposit simultaneously. The supplier is therefore advised strictly to follow
this essential condition of the contract.
(c) It may be noted that delay/time taken in release of advance payment
whether for reasons of supplier not furnishing the Bank Guarantee exactly in
the Performa given in this tender document or any other reasons
whatsoever, will not affect the delivery period. Similarly delay in execution
of the agreement will also not affect the delivery period. The tenderer is
therefore advised to take note of this important condition. The successful
tenderer should therefore take immediate action for execution of agreement
and submission of bank guarantee of advance, if desired, within 10 to 15
days of placement of purchase order. It normally takes 30 days to release the
advance, subject to submission of B.G. as per our format.
(d) In case of failure by supplier in making deliveries within the time specified,
the Rajasthan Co-operative Dairy Federation Ltd. may procure the materials
supplies and services from any other sources and hold the suppliers
responsible for any losses occurred thereby. Further the Rajasthan Co-
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
32
operative Dairy Federation Ltd. reserves the right to terminate the services
of such suppliers in such case without assigning any reasons thereof.
(e) In case supplier fails to supply machinery/equipment in delivery period,
interest at the rate of 19% per annum will be charged on the advance
amount from the date by which delivery fails due to the actual date of
supply unless an extension in delivery period is mutually agreed to by the
supplier and RCDF.
11.0 Completion of work :
The entire job of “DESIGN, SUPPLY, ERECTION, TESTING AND
COMMISSIONING OF 25 KLPD DAIRY PLANT ALONGWITH UTILITIES ON
TURN KEY BASIS” AT KHETRI DISTRICT JHUNJHUNU (RAJ.). is to be
completed within 12 months from the date of issuing the work order.
It may be noted that delay/time taken in release of advance payment whether for
reasons of supplier not furnishing the Bank Guarantee exactly in the proforma given in
this tender document or any other reasons whatsoever, will not affect the completion
period. Similarly delay in execution of the agreement will also not affect the completion
period. The tenderer is therefore advised to take note of this important condition. The
successful tenderer should therefore take immediate action for execution of agreement
and submission of bank guarantee of advance, if desired, within 10 to 15 days of
placement of purchase order.
In case of failure by contractor in completing the job within the time specified, the
Rajasthan Co-operative Dairy Federation Ltd. Will have liberty to get the job completed
from any other sources and hold the contractor responsible for any losses occurred
thereby. Further the Rajasthan Co-operative Dairy Federation Ltd. reserves the right to
terminate the services of such contractor in such case without assigning any reasons
thereof.
11.0 Compensation for delay :
Clause 1 : The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the contractor and shall be reckoned from the 15th
day after the
date of written order to commence the work as given to the contractor. The work
shall throughout the stipulated period of the contract be proceeded with all due
diligence, time being deemed to be the essence of the contract on the part of the
contractor and the contractor shall pay as compensation an amount equal to half
percent or such smaller amount as the Managing Director, RCDF Ltd. (whose
decision shall be final) may decide on the tendered amount for every week that the
work remains uncommenced or unfinished after the proper date subject to a
maximum of 5% of the net value of each item of the accepted order which remains
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
33
undelivered or partially delivered if the delivery has not been made the order stands
cancelled ten weeks after expiry of the stipulated delivery unless the validity is
extended in writing by the Rajasthan Co-operative Dairy Federation Ltd.
And further to ensure good progress during the execution of work, the
contractor shall be bound in all cases in which the time allowed for any work
exceeds one month (save door special jobs) to complete 1/8th
of the whole of the
work before ¼ th of the whole time allowed under the contract has elapsed. The
contractor shall further be bound to carry out the work in accordance with the dates
and quantities as may be given by RCDF from time to time.
Clause 2 :-
The Managing Director, RCDF Ltd. may without prejudice to his right
against the contractor in respect of any delay or inferior workmanship or otherwise
or any claims for damage in respect of any breaches of the contract and without
prejudice to any rights or remedies under any provisions of this contract or
otherwise and whether the date for completion has or has not elapsed by notice in
writing absolutely determine the contract in any of the following cases :-
(i) If the contractor having been given by the Officer-in-charge or authorised
representative, a notice in writing to rectify, reconstruct or replace any
defective work or that the work is being performed in an inefficient or
otherwise improper or unworkman like manner shall omit to comply with
the requirements of such notice for a period of seven days thereafter or if the
contractor shall delay or suspend the execution of the work so that either in
the judgment of the Officer-in-charge or authorised Engineer (which shall
be final and binding) he will be unable to secure completion or he has
already failed to complete the work by that date.
(ii) If the contractor being a company shall pass a resolution or the court shall
make an order that the company shall be wound up or if a receiver or a
manager on behalf of a creditor shall be appointed or if circumstance shall
arise which entitle the court or creditor to appoint a receiver or a manager or
which entitle the court to make a winding up order.
(iii) If the contractor commits breach of any of the terms and conditions of the
contract.
(iv) If the contractor commits any acts mentioned in clause 19 hereof.
When the contractor has made himself liable for action under any of the cases
aforesaid, the Managing Director, Rajasthan Co-operative Dairy Federation Ltd.
shall have powers :-
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
34
a. to determine or rescind the contract as aforesaid (of which termination or
rescission notice in writing to the contractor under the hand of the Managing
Director, RCDF Ltd. shall be conclusive evidence). Upon such
determination or rescission the full security deposit of the contractor
calculated on the tendered amount shall be liable to be forfeited and shall
absolutely be at the disposal of Rajasthan Co-operative Dairy Federation
Ltd.
b. to employ labour paid by the Federation and to supply materials to carry out
the work or any part of the work debiting the contractor with the cost of the
labour and the price of the materials (of the amount of which cost and price
certified by the Officer-in-charge shall be final and conclusive) and
crediting him with the value of the work done in all respects in the same
manner and at the same rates as if it has been carried out by the contractor
under the terms of his contract. The certificate of the Officer-in-charge as to
the value of work done shall be final and conclusive against the contractor
provided always that action under the sub-clause shall only be taken after
giving notice in writing to the contractor. Provided also that if the expenses
incurred by the Federation are less than the amount payable to the contractor
at his agreement rates, the difference shall not be payable to the contractor.
c. after giving notice to the contractors on measure up the work of the
contractor and to take such part there of as shall be unexecuted out of his
hands and to give it to another contractor to complete in which case any
expenses which may be incurred in excess of the sum which would have
been paid to the original contractor if the whole work had been executed by
him (of the amount of which excess, the certificate in writing of the Officer-
in-charge shall be final and conclusive) shall be borne and paid by the
original contractor and may be deducted from any money due to him by
Rajasthan Co-operative Dairy Federation Ltd. under this contract or on any
other account whatsoever or from his security deposit or the proceeds of
sales thereof or a sufficient part thereof as the case may be.
In the event of any one or more of the above courses as may be
deemed best suited to the interest of the Federation being adopted by the
Managing Director, Rajasthan Co-operative Dairy Federation Ltd., the
contractor shall have no claim to compensation for any loss sustained by
him by reason of his having purchased or procured by him by reason of his
having purchased or procured any materials or entered into any
engagements, or made any advances on account of or with a view to
execution of the work or the performance of the contract. And in case action
is taken under any of the provisions aforesaid, the contractor shall not be
entitled to recover or be paid any sum for any work there for actually
performed under this contract unless and until the Officer-in-charge has
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
35
certified in writing the performance of such work and the value payable in
respect thereof and he shall only be entitled to be paid the value as certified.
Contractor remains liable to pay compensation if action not taken under
Clause 3.
Clause 3 :-
In any case in which any of the powers conferred by Clause 3 hereof shall have
become exercisable and the same shall have not been exercised, the non-exercise
thereof shall not constitute waiver of any of the conditions hereof, and such power
shall notwithstanding be exercisable in the event of any future case of default the
contractor for which by any clause or clauses hereof he is declared the contractor
for which by any clause or clauses hereof he is declared liable to pay compensation
amounting to the whole of his security deposit and the liability of the contractor for
past and future compensation shall remain unaffected.
12.0 Force Majeure Clause :-
The terms and conditions mutually agreed shall be subject to the Force Majeure
Clause. Neither the supplier nor the buyer shall be considered in default in
performance of its obligations hereunder, if such performance is prevented or
delayed because of war, hostilities, revolutions, civil commotion, strike, epidemic,
accident, fire, wind, flood, earthquake or because of any law, order, proclamation,
regulation, or ordinance of any Government or any act of God or any other cause
whether of similar or dissimilar nature, beyond the reasonable control of the party
affected should one or both of the parties be prevented from fulfilling his/their
contractual obligations by a state of Force Majeure lasting continuously for a
period of six months, the two parties should consult with each other regarding the
future implementation of the agreement/purchase order.
13.0 Settlement of disputes :
In the event of any dispute in the interpretation of the terms of this agreement/
Purchase Order or difference of opinion between the parties on any point in the
Purchase Order arising out of, or in connection with the agreement/accepted
purchase order or with regard to performance of any obligations hereunder by the
either party, the parties hereto shall use their best efforts to settle such disputes or
difference of opinion amicable by mutual negotiations.
In case, no agreement is reached between the two parties in respect of or concerning
any of the provisions herein contained or arising out of this supply order/ tender/
agreement as to the rights, liabilities or duties of the said parties hereunder or as to
the recovery of any amount, the same shall be referred to the Sole Arbitrator M.D.,
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
36
RCDF who in turn may refer the dispute to any officer of RCDF for adjudication.
The arbitration shall be in accordance to the law of Arbitration & Conciliation Act,
1996. The decision of the Sole Arbitrator shall be final and binding on both the
parties.
All the disputes pertaining to the said contract / supply order / tender / agreement
shall vest to the jurisdiction of Courts at Jaipur.
14.0 Right of Acceptance :
The Rajasthan Co-operative Dairy Federation Ltd. does not pledge itself to accept
the lowest or any tender and reserves to itself the right to accept the whole or any
part of the tender or portion of the quantity offered. The tenderer is at liberty to
tender for whole or any portion or to state in the tender that the rates quoted shall
apply only if the entire quantity is taken from them.
15.0 Form of Tender Rate Quotation :
The form of tender rate quotation is given at Annexure-VI enclosed with
Schedule–I.
16.0 IMPORTANT NOTES :
16.1 TIMELY DELIVERY, OF SPECIFIED QUALITY OF MATERIAL, PLANT &
MACHINERY SATISFYING ALL DESIGN AND FUNCTIONAL
REQUIREMENTS ORDERED, IS THE ESSENCE OF THE CONTRACT.
THEREFORE, FAILURE TO DELIVER IN TIME OR NOT CONFORMING TO
PRESCRIBED SPECIFICATIONS & QUALITY WILL MAKE THE SUPPLIER
LIABLE FOR BLACKLISTING THE FIRM AND THEREBY DEBARRING
THE SUPPLIER FROM PARTICIPATION IN FUTURE TENDERS BY RCDF,
MILK UNIONS & OTHER AFFILIATED UNITS. AS FOR THE PRESENT
CONTRACT PENALTIES, COMPENSATION AND OTHER PROVISIONS AS
GIVEN IN THE TENDER DOCUMENT SHALL BE INVOKED ON FAILURE
OF THE PARTY.
16.2 RCDF and milk unions shall have the fullest liberty to notify the defaulting firm to
Business/Trade Associations/Public Sector undertakings/autonomous bodies and the like
about the default and breach of contract committed by a firm giving out names of the
partners of the firm. A register is intended to be maintained for such defaulting firms and
their partners.
16.3 RCDF will not consider the tender of such firms who has earlier been
debarred/censured/black listed or even those firms who have on their role key
employees/ key executives/ proprietors/ partners of another already debarred/censured/
black listed firms in one or the other capacity.
16.4 All the tenderers without fail, should furnish full technical details about tendered
project.
17.0 The quantities mentioned in the tender are tentative and the actual quantities to be
procured may vary upward or downward suiting to the actual requirements.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
37
18.0 Supplier will execute agreement on non-judicial stamp paper of Prescribed value
before 30% advance can be released to him. Format of the agreement is given at
Annexure-VII.
19.0 If the Managing Director shall at any time, and for any reasons whatever, think
any portion of the work should not be executed or should be withdrawn from the
contractor he may, by notice in writing to that effect, require the contractor not to
execute the portion of the work specified in the notice or may withdraw from the
contractor the portion of the work so specified and the contractor shall not be
entitled to any compensation by reason of such portion of the work having been
executed by him, and the value (i.e. cost at tendered rates) of the portion of work so
omitted or withdrawn shall in cases where the contractor has for any reason already
received payment for it or in the cases of lump-sum contracts be deducted from any
sum them due or thereafter to become due under the contract or otherwise against
or from the security deposit or the proceeds of sale thereof.
20.0 No term or condition in addition to those mentioned above will be agreed to.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
38
Additional General Terms and Conditions which shall form
an integral part of Purchase Order
1. INSPECTION :
The equipment under the purview of your supply should be inspected by your own
technical experts at your works and such inspection report should be forwarded to
us in triplicate alongwith dispatch documents. However, the RCDF, reserves its
right of inspection at any stage of fabrication manufacture of the
equipment/material. The final inspection if any case will be carried out at RCDF
project site.
You should forward to us the test certificate, wherever applicable, obtained from
the concerned authorities/principal manufacturers either regarding quality or any
other details of the items utilised in the process of manufacture/fabrication.
2. DESPATCH INSTRUCTIONS :
The material are to be despatched to the project site by the mode of transport
specified in the order under intimation to us. Depending on the type of material,
you shall have to carryout proper packing/creating to avoid breakage in transit.
Other details of despatch such as marking, consignee a particulars etc. are given
under clause No.4 of this purchase order. For using any mode of transport other
than the specified one prior concurrence from us in writing should be obtained. All
consignments should be despatched on freight paid basis irrespective of price basis.
In the event of freight paid basis irrespective of price basis. In the event of freight
payable by us, you shall have to obtain our prior approval and produce necessary
documentary evidence in support of your claims. Unless otherwise stated, the
original RR/LR should be sent by registered post directly to the consignee
alongwith a copy of invoice and two copies of delivery challan/packing list.
3. INSURANCE :
You shall have to arrange all transit risk insurance on warehouse basis for the items
to be supplied by you. In the cases, where orders are placed on ex-works basis, the
premium shall be paid by us at actuals to you against production of documentary
evidence. In the event of any damage to /loss of consignment in transit, it will be
your responsibility to lodge necessary claims with the cariers/underwriters and
pursue them till settlement. Since insurance policy will be taken in our name, if
required, we shall give you necessary authorisation letter, authorising you to lodge
and pursue claims on your behalf with the carriers/underwriters. Also you shall
have to make good the losses/damages occurred in transit by making
replacement/payment to us in the first instance and if claims are settled by the
underwriters and any amounts are released by us, the amount thus realised in
settlement of claims shall be reimbursed to you.
In other words, the prime facie responsibility rests on you for getting compensation
of the damages/losses incurred if any, due to all transit hazards.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
39
In the case, when order is placed on ‘free delivery at site’ basis, no insurance
premium will be paid by us. However, in such case also, all transit risk insurance
policy must be taken to safeguard your own interest and to protect the material
against transit hazards.
4. DELIVERY CLAUSE :
The stipulated delivery time given in the order is the essence of this contract. You
must, therefore, strictly adhere to the delivery schedule mentioned in the order.
5. DEMURRAGE :
You shall bear and reimburse to useful demurrage charges, if any paid by reason of
delay on your part in forwarding the original despatch documents to destination
given in the purchase order.
6. REJECTION :
We reserve the right to reject the goods either in part or full if at the time of
delivery, it is noticed that the goods supplied do not conform to the
specifications/description given in the order. The rejection, if any, will intimated to
you in writing within a reasonable time. You will be liable to repair/replace the
rejected goods within the stipulated time. Till the repair/replacement is done, the
rejected goods shall be lying at your risk, cost and responsibility. If you do not
arrange to repair/replace the rejected goods within a period stipulated by us, we
may dispose of such goods at your risk and in the manner which we think fit. We
shall be entitled to retain the incurred on storage, handling and disposal of the
rejected goods. We shall also be entitled to recover the expenses made by us on
storage land handling of such rejected goods till the goods are removed from our
premises/stores.
7. COMPENSATION FOR DELAY :
The accepted delivery schedule of supply and/or installation shall be governed by
the compensation for delay clause as given in the tender. Under the clause, if the
delivery or installation of the equipment is not made by the stipulated date, you
shall have to pay a penalty @ half percent the value of each item per week subject
to a maximum of five percent of the net value of the unexecuted part of the
accepted order. Alternatively in the event of non delivery of the materials or non
completion of installation within the stipulated time, we reserve the right to cancel
the order and procure the material/get installed from any other the order land the
party.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
40
8.0 GUARANTEE :
The supply of equipment as well as installation, if entrusted, shall have to be
carried out by you to the entire satisfaction of RCDF.
You shall also guarantee to repair/replace without any extra cost, the items or parts
thereof, if found defective due to bad designing, workmanship or substandard
material, within 12 months from the date of commissioning or 24 months from the
date of receipt of material at site whichever is earlier. If it is necessary to send the
defective equipment or parts thereof to your works for repair/replacement, without
forming any precedence the cost of repacking, loading, unloading, transportation
from the site to your works and back to site shall have to be borne by you. The
guarantee however, does not cover any damage resulting from normal wear and
tear or improper attendance or mishandling of the equipment during repair by
personnel other than the supplier or their authorised agents.
9. WARRANTY :
You must provide a warranty for a minimum period of one year from the date of
commissioning of the equipment for satisfactory performance of the supplied
equipment according to the designed/rated/installed capacity or any other norms
fixed by RCDF.
10. DRAWINGS, SPECIFICATIONS & MANUALS :
10.1 Prior to commencement of fabrication, you shall have to submit for our approval,
two sets of drawings of all the items ordered for supply showing overall
dimensions with typical sections, details of service connection and their
requirement, details of drive units etc. The drawing should also show a complete
bill of material, wherever applicable.
10.2 Three copies of each operation and maintenance manuals and service instructions
alongwith the drawings showing details of part list, against each item of your
supply should be sent to us. You should also furnish us service requirements like
water (hot water, chilled water and main’s water), electricity, lubricant air etc. for
each equipment, wherever applicable.
10.3 You shall provide a list of spare parts, which will be required for the plants and
equipments supplied by you for at least two years of normal operation with the
names and the addresses of the manufacturers from whom they can be procured.
The list should contain the code numbers of the parts, which are required to be
procured in addition to the machine number and model etc.
10.4 In case, any documents, drawings are supplied to you by RCDF the same must be
treated as confidential, must not be copies, reproduced, transmitted or disclosed
otherwise in whole or part, not duplicated, modified, divulged or discussed to any
third party nor misused in any other way without the consent of the RCDF in
writing. All such documents, and drawings shall be the property of RCDF and they
must be returned to RCDF after done with.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
41
11. SUBMISSION OF BILLS :
Bills in triplicate under registered post, stating therein our purchase order reference
alongwith necessary inspection certificates from your inspector in respect of the
material supplied and copies of despatch documents should be sent to our Head
Office at Jaipur. Unless otherwise state, the payment shall be made to you by
Crossed Account Payee Cheque by post according to the terms of payment
mentioned in the Purchase Order.
12. CANCELLATION OF CONTRACT AND REFUND OF ADVANCES :
We shall be free to cancel our order in part or full, in the case of non-delivery of
material/non-completion of installation within the stipulated delivery period or
breach of any one of the clauses mentioned herein. Consequential losses, if any, on
account of our getting installation done or obtaining supplies from alternative
sources besides payment of higher price shall be recovered from you. In the event
of cancellation of the order, you will be liable to refund the advance amount, if
any, to the RCDF in full. Suppliers will have no right to forfeit the advance amount
received by them.
13. SUB-CONTRACT :
In the event of awarding sub-contract to any of the parties by you for the
manufacture/supply/erection of any parts/spares/components that will be used in
the ordered equipment, you must furnish us details about your sub-contractors,
their experience, specification etc. The sub-contract can be awarded by you only
after obtaining written approval from us. In the event of sub-contract also the prime
facie responsibility rests on you regarding quality, quantity, guarantee/warranty of
the materials supplied by the sub-contractors.
14. FORCE MAJEURE CLAUSE :
The terms and conditions mutually agreed upon shall be subject to For Majeure
Clause. Neither the supplier nor the purchaser shall be considered in default in
performance of its obligations hereunder, if such performance is prevented or
delayed because of war hostilities, revolution, civil commotion, strike, epidemic,
order, proclamation, regulation, or ordinance of any Government or of any act of
God or of any other cause whether of similar or dissimilar nature, beyond the
reasonable control of the party affected. Should one or both the parties be
prevented from fulfilling his/their contractual obligations by a state of Force
Majeure lasting continuously for a period of six months, the two parties should
consult each other regarding the future implementation of the contract.
15. ARBITRATION CLAUSE :
For settlement of any dispute arising out of this order, Jaipur shall be the
jurisdiction irrespective of any jurisdiction clause mentioned in your
correspondence. The arbitration proceedings shall be governed by the provisions of
the Indian Arbitration & Conciliation Act, 1996 and the rules made there under or
any enactment or statutory modifications thereof for the time being in force subject
to condition No.13 of General Terms & Conditions Schedule – I of the tender
document.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
42
TERMS & CONDITIONS
FOR
ERECTION/TESTING/
COMMISSIONING
OF
25 KLPD DAIRY PLANT &
MACHINERY
RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR
Phone No.0141-2702501-508/2702135 : Telefax: Fax : 2710209/2702135 Website : www.sarasmilkfed.rajasthan.gov.in
E-mail: [email protected]
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
43
SCHEDULE-III
GENERAL TERMS AND CONDITIONS FOR ERECTION CONTRACT
1.0 Material drawings etc.
1.1 All goods or materials shall be erected/supplied under the scope of erection with the
specifications stated herein, and those covered under scope of work.
1.2 All goods or materials supplied or used shall be unused, new and of first quality. Where
foreign or partly foreign goods or material are to be used, this must be specifically stated
and brought to the notice of RCDF.
1.3 Wherever necessary or required by RCDF, the erector shall furnish the necessary test
and/or inspection certificate etc. from the appropriate authorities as per IBR, IER and
other statutory regulations at no extra cost.
1.4 All remarks, suggestions and modifications as suggested by the authorities mentioned in
1.3 above, shall be carried out by the erector to the entire satisfaction of the referred
authorities and no extra cost shall be payable in this regard to the erector by the RCDF.
1.5 The supplier shall furnish the necessary foundation drawings with all pertinent details for
each of the equipment under the purview of the supply alongwith the sets of drawings for
approval.
2.0 Assigning & Subletting :
Assigning or subletting the contract shall not be done by the party unless written
permission is obtained from RCDF. Written permission if given shall not relieve erector
from his obligations under the contract and he shall take full responsibility for all the
works carried out by the Sub-vendor.
3.0 Purchaser’s comments :
Erector shall not be relieved of his obligations under the order including but not limited to
his warranty obligations stated herein merely by incorporating the purchaser’s design and
fabrication comments on the goods hereunder.
4.0 Secrecy Clause :
4.1 The technical information, drawings, specifications and other related documents forming
part of purchase order are the property of Purchaser and shall not be used for any other
purpose, except for the execution of the order. All rights, including rights in the event of
grant of a patent and registration of designs are reserved. The technical information,
drawings, specifications, records and other documents shall not be copied, transcribed,
traced or reproduced in any other form or otherwise, in whole or part and/or duplicated,
modified, divulged and/or disclosed to a third party nor misused in any other form
whatsoever without Owner’s or his collaborators previous consent in writing, except to
the extent required for the execution of this order. This technical information, drawings,
specifications and other related documents shall be returned to owner with all approved
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
44
copies and duplicate, if any, immediately after they have been used for the agreed
purpose.
4.2 In the event of any breach of this provision, erector shall indemnify the owner from any
loss, cost or damage or any other claim whatsoever from his collaborator and or any other
parties claiming from or through them or from any other party in respect of such a breach.
5.0 Scope of Contract for Erection :
The erection would comprise of positioning and installing all MILK DAIRY PROJECT,
miscellaneous and service equipments under the purview of his supply and those
mentioned herein as per the approved machinery layout drawings. The scope of
mechanical erection involves access preparation for moving of the plant and equipment
including their fittings, from the work site godown(s) or from the place within the site
where they have been unloaded, to the place of erection, decorating, placing on
foundation wherever specified or required; erection of pipes and connections of necessary
services to the main or ancillary branch of the service lines, but all within the battery
limits, specified starting up and successful commissioning to get the specified rated output
for each equipment. The installation should be carried out as per the drawing(s) submitted
by the erector and approved by RCDF. Necessary Pipes fittings and valves etc. for
interconnecting the equipment would be installed by the erector and it would generally be
done according to the piping layout to be prepared by the erector and approved by RCDF.
All the serviced pipes, fittings and valves etc. shall be supplied and installed by the erector
and this should be carried out as per service piping drawings prepared by the erector and
approved by RCDF.
All necessary foundation bolts and their grouting on floor, walls, etc. as per the
requirement, are included in the scope of erection & installation. All the supply covered in
this part shall be governed by the same general terms and conditions given in the tender
document against which the offer was made. Further the specifications of the contract are
intended to describe and provide for a finished piece of work. They are intended to be
complementary and what is equired by either shall be as if required by all. It is to be
understood and agreed by erector that the work described shall be complete in every
details even though every item necessarily involved is not particularly mentioned herein.
Erector shall be required to provide all Labour materials and equipments necessary for the
entire completion of the work describe and shall not avail himself of any manifesting or
unintentional error, omission or inconsistency that may exist. Erector shall carry out and
complete the work in every respect in accordance with the contract and accordance with
the directions and to the entire satisfaction of RCDF and the manufacture’s
representatives.
6.0 Engineer’s Instructions :
RCDF may in his absolute discretion, from time to time issue further drawings and/or
written instructions, details directions and explanations which are collectively referred to
as ‘Engineer’s instructions’ in regard to :
6.1 Any additional drawings and explanations to exhibit or illustrate details.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
45
6.2 The variation or modifications of the design, quality or quantity of work or the additional
or omissions or substitutions of any works.]
6.3 Any discrepancy in the drawings or between the schedule of quantities and/or
specifications.
6.4 The removal from the site of any material brought thereon by erector and the substitution
of any other material thereof.
6.5 The removal and/or re-execution of any work executed by the erector.
6.6 The dismissal from the work of any persons employed thereupon.
6.7 The opening up for inspection of any work covered up.
6.8 The amending and making good of any defects.
7.0 Right of RCDF :
7.1 The various parts of the contract are intended to be complementary to each other but
should any discrepancy appear or any misunderstandings arises as to the interpretations of
anything contained therein, the explanation of RCDF shall be final and binding.
7.2 Right to direct work :
7.2.1 RCDF shall have the right to direct the manner in which all work under this contract shall
be conducted in so far as it may be necessary to secure the safe and proper progress and
specified quality of the work, all work shall be done and all materials shall be furnished to
the satisfaction and approval of RCDF.
7.2.2 Whenever, in the opinion of the RCDF, erector has made marked departures from the
schedule of the completion laid down in the agreement or when untoward circumstances
force a such departure from the said schedule, RCDF in order to assure the compliance
with the schedule and the provisions of the agreement, shall direct the order, pace and
method of conducting the work, which shall be adhered to by the erector.
7.2.3 If, in the judgment of RCDF, it become necessary at any time to accelerate the over all
pace of the plant erection work erector when, ordered and directed by RCDF shall cease
work at any particular point and transfer his men to such other point or points and execute
such portion of his work, as may be required, to enable RCDF to hasten and properly
engage and carry on their work, all directed by the RCDF.
7.2.4 Night work will be permitted only with prior approval of RCDF, RCDF may also direct
erector to operate extra shifts over and above normal day shift to ensure completion of
contract as scheduled or due to exigent circumstances, if in his opinion, such work is
required.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
46
7.3 Right to order Modifications of Methods & Equipment:
If at any time the erectors methods, materials or equipment appear to RCDF to be unsafe,
inefficient or inadequate for securing the safety of workmen or the public, the quality of
work or the rate of progress required, he may order erector to ensure their safety, and
increase their efficiency and adequacy and the erector shall promptly comply with such
orders. If at any time erectors working force and equipment are in the opinion of RCDF is
inadequate for securing the necessary progress as herein stipulated erector shall if so
directed increase the working force and equipment to such an extent as to give reasonable
assurance of compliance with the schedule of completion. The absence of such demands
from RCDF shall not relieve erector of his obligations to secure the quality, the safe
conducting of the work and the rate of progress required by the contract the erector alone
shall be and remain liable and responsible for the safety, efficiency and adequacy of his
methods, materials, working force and equipment, irrespective of whether or not he makes
any changes as a result or any order or orders received from RCDF.
8 Changes/ Variation in the work :
8.1 If it becomes necessary or desirable to modify the contract and the specifications therein
contained and the drawings, in a manner not materially affecting the substance thereof, or
to make changes by altering, adding to or deducting from the work, or to add correlated
work not now covered by the contract to the work to be done under his contract RCDF
may, without invalidating the contract, direct such changes increase the cost of work and
payment therefore is not covered by the prices bid for the various items, erector shall be
reimbursed for such changes under a supplementary contract. In case such changes shall
diminish the cost of the work, appropriate deductions towards such reduction in cost shall
be made from the contract price.
8.2 Erector when requested in writing by RCDF shall perform extra work and furnish extra
material not covered by the specifications but forming an inseparable part of the work
contracted for and shall be paid extra for all such work at rates and terms mutually agreed
upon.
8.3 Extra items, if any, shall be paid on the basis of vouchers of cost of materials and labour
procured by erector. Erector shall be paid 15% of the cost of material and labour towards
his profit, supervision and overhead charges.
8.4 Items not covered by the schedule of quantities but similar in nature to the items already
covered shall be paid for, the rates being worked out on the basis of rates quoted for
similar items.
8.5 The purchaser shall make any variation of the form, quality or quantity of the works or any
part there of that may. In his opinion, be necessary and for that purpose, or if for any other
reason it shall, in his opinion be desirable, he shall have power to order the supplier to do
and the supplier shall do any of the following:
a. Increase or decrease the quantity of any work included in the contract,
b. Omit any such work,
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
47
c. Change the character or quality or kind of any such work, d. Change the levels, lines, position and dimension of any part of the works, and e. Execute additional work of any kind necessary for the works and no such variation
shall in any way vitiate or invalidate the contract, but the value, if any, of all such
variations shall be taken into account in ascertaining the amount of the contract price. 8.6 The supplier shall make no such variations without an order in writing of the purchaser.
8.7 Provided that no order in writing shall be required for increase or decrease in the
quantity of any work where such increase or decrease is not the result of an order given
under this clause, butis the result of an order given under this clause, but is the result of
the quantities exceeding or being less than those stated in the contract/bill of quantities.
Provided also that if for any such order verbally, the supplier shall comply with such
verbal order given by the purchaser, whether before or after the carrying out of the order,
shall be deemed to be an order in writing within the meaning of this clause. Provided
further that if the supplier shall within seven days confirm in writing to the purchaser
and in writing within 14 days, it shall be deemed to be an order in writing by the
purchaser.
8.8 All extra or additional work done or work omitted by order of the purchaser shall be
valued at the rates and prices set out in the contract if in the opinion of the purchaser, the
same shall be applicable. If the contract does not contain any rates or prices applicable to
the extra or additional work, then suitable rates or prices shall be agreed upon between
the purchaser and the supplier. In the event of disagreement the purchaser shall fix such
rates or prices as shall, in his opinion, be reasonable and proper.
8.9 Provided that if the nature or amount of any omission or addition relative to the nature or
amount of the whole of the works or to any part thereof shall be such that, in the opinion
of the contract for any item of the works, is by reason of such omission or addition,
rendered unreasonable or inapplicable, then a suitable rate or price shall be agreed upon
between the purchaser and the supplier. In the event of disagreement the purchaser shall
fix such other rate or price as shall, in his opinion, be reasonable and proper having
regard to the circumstances.
8.10 Provided also that no increase or decrease mentioned above or variation of rate or price
shall be made unless, as soon after the date of the order as is practicable and, in the case
of extra or additional work before the commencement of the work or as soon thereafter
as is practicable, notice shall have been given in writing:
a. By the supplier to the purchaser of his intension to claim extra payment or a varied
rate or price, or b. By the purchaser to the supplier of is intension to vary a rate or price.
8.11 If, on certified completion of the whole of the works, it shall be found that a reduction
or increase greater than 15 percent of the sum named in the letter of acceptance results
from the aggregate effect of all variation orders but not from any other cause, the
amount of the contract price shall be adjusted by such sum as may be greed between the
supplier and the purchaser or, failing agreement, fixed by the purchaser having regard
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
48
to all material and relevant factors, including the suppliers site and general overhead
costs of the contract.
8.12 The supplier shall send to the purchasers representative once in every month an account
giving particulars, as full and detailed as possible, of all claims for any additional
payment to which ordered by the supplier may consider himself entitled and of all extra
or additional work ordered by the purchaser which he has executed during the
preceding month.
8.13 No final or interim claim for payment for any such work or expense will be considered
which has not been included in such particulars. Provided always that the purchaser
shall be entitled to authorize payment to be made for any such work or expense,
notwithstanding the suppliers failure to comply with this condition, if the supplier has,
at the earliest practicable opportunity, notified the purchaser in writing that he intends
to make a claim for such work.
8.14 The work shall be carried out as approved by the purchaser or his authorized
representative/s from time to time, keeping in view the overall schedule of completion
of the project. The suppliers job schedule must not disturb or interfere with purchasers
or the other suppliers schedules of day-to-day work. The purchaser will provide all
reasonable assistance for carrying out the jobs.
8.15 Night work will be permitted only with prior approval of the purchaser. The purchaser
may also direct the supplier to operate extra shifts over and above per schedule.
Adequate lighting wherever required should be provided by the supplier at no extra
cost. The supplier should employ qualified electricians and wiremen for these facilities.
8.16 In-case of suppliers failure to provide these facilities. in case of suppliers failure to
provide these facilities and personnel, the purchaser has the right to arrange such
facilities and personnel and to change the cost thereof to the supplier.
8.17 In order to enable the purchaser to arrange for insurance of all items received at the site
including the items of supply covered under this contract, the supplier shall furnish
necessary details of all the equipment immediately on its receipt at site, to the
purchaser. Any default on the part of the supplier due to which any item does not get
covered under the insurance of the purchaser; the consequential losses shall be charged
to the supplier.
8.18 The purchaser shall not be liable for or in respect of any damages or compensation
payable at law in respect or in consequence of any accident or injury to any workman or
other person in the employment of the supplier or any sub-supplier, save and except an
accident or injury resulting from any act or default of the purchaser, his agents,
servants. The supplier shall indemnify and keep indemnified the purchaser against all
such damages and compensation, save and except as aforesaid and against all claims,
proceedings, costs, charges and expenses whatsoever in respect thereof or in relation
thereto.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
49
8.19 The supplier shall ensure against such liability with as insurer during the whole of the
time that any persons are employed by him on the works shall, when required, produced
to the purchaser or purchasers representative such policy of insurance and the receipt
for payment of the current premium. Provided always that, in respect of any persons
employed by any sub-supplier, the suppliers obligations to ensure as aforesaid under
this sub-clause shall be satisfied if the sub-supplier shall have insured against the
liability in respect of such persons in such manner that the purchaser is indemnified
under the policy, but the supplier shall require such sub-supplier to produce to the
purchaser or purchasers representatives, when required such policy of insurance and the
receipt for the payment of the current premium
8.20 Whenever proper execution of the work under the contract depends on the jobs carried
out by some other supplier, the supplier should inspect all such erection and installation
jobs and report to the purchaser regarding any defects or discrepancies. The suppliers
failure to do so shall constitute as acceptance of the other suppliers installation/jobs as
fit and proper for reception of suppliers works except those defects which may develop
after execution. Supplier should also report any discrepancy between the executed work
and the drawings. The supplier shall extend all necessary help/cooperation to other
suppliers working at the site in the interest of the work.
8.21 Supplier shall carryout final adjustments of foundations, leveling and dressing of
foundation surfaces, bedding and grouting of anchor bolts, bedplates etc. required for
seating of equipment in proper position. The supplier shall be responsible for the
reference lines and proper alignment of the equipment. However, all civil works like
making cutouts in walls, floors and ceilings for pipelines shall be done by the
purchaser. Adjustment & leveling are to be carried out by the supplier at no extra cost.
The purchaser shall arrange the necessary refilling/repairs of these cutouts and pockets.
The supplier should arrange for laying the supports, cutouts, grouting of bolts, etc.
when the civil works are in progress, so as to avoid refilling/repair works. The
purchaser at suppliers costs shall make the damages occurring to civil and other works
good. For fixing of piping/equipment supports on wall/beams/roof floor etc. preferably
anchor bolts shall be used by the supplier. Drilling of holes for fixing anchor bolts is in
the scope of supplier without any extra cost.
8.22 The supplier shall keep a check on deliveries of the equipment covered in the scope of
erection work and shall advise the purchaser well in advance regarding possible hold-
up in suppliers work due to the likely delay in delivery of such equipment/components
to enable him to take remedial actions.
DUTIES OF THE SUPPLIER VIS-À-VIS THE PURCHASER. The equipment and the items, if any, to be supplied by the purchaser for erection, testing
and commissioning shall be as listed in the contract.
Besides the utilities/services as specified in battery limits the following
assistance/facilities shall also be provided to the supplier by the purchaser for carrying
out the installation work.
Plant building ready for installation of equipment/items.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
50
Necessary temporary water for carrying out the installation shall be supplied at only one
point within the project site by the purchaser free of charge. All necessary distribution
tapings from this point onwards shall be the suppliers responsibility.
Necessary temporary power is provided by the purchaser, the recovery @1% of total
installation charges will be recovered. However, the supplier shall supply all the items
such as energy meter, switchgear etc. required for getting temporary power.
The details of temporary water and power requirements shall be furnished seven days in
advance by the supplier to enable the purchaser to make timely arrangement.
If the supplier suffers delay and/or incurs costs from failure on the part of the purchaser
to give possession of the civil works in accordance with mutually agreed schedule, the
purchaser shall determine:
Any extension of time to which the supplier is entitled under the contract
The amount of such costs, which shall be added to the contract price, and shall notify the
supplier accordingly.
9 Erector’s functions :
9.1 Erector shall provide everything necessary for the proper execution of the works,
according to the patent and meaning of the drawings, schedule of quantities and
specifications taken together whether the same may or may not be particularly shown or
described therein provided that the same can reasonably be inferred there from and if the
erector finds any discrepancy therein, he shall immediately and in writing refer the same
to RCDF where decision shall be final and binding on all the parties.
9.2 It is not expected that the work under contract will be subcontracted. However, in case
erector desires to subcontract a part of the work in the interest of the project, he shall
request in writing to RCDF for approval for the same giving full and complete details
regarding the proposed subcontractor, his experience and the terms of subcontract.
Approval from RCDF for subcontracting part of the work shall not relieve the erector
from any of his obligations and responsibilities under this contract.
9.3 Erector shall proceed with the work to be performed under this contract and each and
every part and details thereof, in the best and most workman like manner by engaging
qualified, careful and efficient workers, and do the several parts thereof at such time and
in such order as RCDF may direct and finish such work in strict conformance with the
plans, drawing and/or specifications, and any changes, modifications thereof made by
RCDF.
9.4 The supplier shall provide everything necessary for proper execution of the works,
according to the drawings, schedule of quantities and specifications taken together
whether the same may or may not be particularly shown or described therein, provided
that the same can reasonably be inferred there from and if the supplier finds any
discrepancy therein, supplier shall immediately refer the same to the purchaser whose
decision shall be final and binding on the supplier.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
51
9.5 The supplier shall proceed with the work to be performed under this contract in the best
and workman like manner by engaging qualified and efficient workers and finish the work
in strict conformance with the drawings and specifications and any changes/modifications
thereof made by the purchaser.
9.6 Any work is to be done at place other than the site of the works erector shall obtain the
written permission of RCDF for doing so.
10 Unloading, Inspection & Storing :
10.1 Erector shall promptly unload from the carriers all the materials/equipment covered under
this contract. It is the erectors sole responsibility to keep in touch with the RCDF and
others to inform himself on the expected date and time or arrival of carriers at site and
ensure that his men aids are available in time to unload the material/equipment and
promptly release the carriers. Any demurrage charges incurred due to the delay in
unloading the materials/equipment and releasing the carriers shall be changed to the
erector’s account. Erector shall plan in advance his requirements of jacks, cranes, sleepers
etc. including those not specified here in but required to unload the material/equipment
promptly and efficiently.
10.2 Unless excluded in the specifications, erector shall safety transport the material/equipment
to the storage area and store the same in systematic manner with tags for easy
identification and retrieval. He shall also maintain all required stores records and furnish
all required reports. If in the opinion of RCDF the erector is not taking any action to
unload and transport the material to site. RCDF reserves the right to arrange for the same
through alternative agencies, entirely at the cost of the erector. It is further clarified that
even in the event RCDF arranges for the unloading, transportation storage space etc.
under the circumstances described above, the liability and responsibility will rest with the
erector.
10.3 All materials and equipment received at site, before erector arrives at site, shall be
unloaded and stored by RCDF at the risk responsibility and cost of the erector. These
materials shall be handed over to the erector and there upon the erector shall inspect the
same and furnish the receipt to the RCDF. The protection safety and security of the
material so taken over shall be the responsibility of the erector until it is handed over to
the RCDF after erection and/or commissioning. Any and all the material/equipment
covered under the scope of this contract, received at site after erector arrives at a site shall
be unpacked, inspected and checked and against invoices by the erector. He shall furnish
shortage and damages reports to RCDF within a week of the receipt of material and assist
the RCDF in lodging claims with the Insurance Companies. In case RCDF incurs a loss
due to the delay in lodging insurance claims, which are attributable to erector all such
losses shall be deducted from erector’s bills. Erector shall repack materials/equipments as
required and store the same in an orderly manner.
10.4 Erector shall also inform RCDF in right time regarding the repairs/replacement required
towards the items damages/lost in order to enable the RCDF to arrange for
repairs/replacement well in time and avoid delays due to non availability of equipment
and part at the time of their actual need.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
52
10.5 Erector shall arrange for periodical inspection of material equipment in his custody until
taken over by the RCDF and shall carry out all protective and preservative measures
thereupon.
10.6 Erector shall also keep a check on the deliveries of the equipment/material covered in his
scope of erection and shall advise RCDF well in advance regarding possible hod ups in
his work due to expected delays in delivery of equipment, to enable RCDF to expedite the
deliveries and take other remedial action.
11 Other Contractors/Erector’s Work :
If any part of Erector’s work depends, for proper execution, upon the work of any other
erector, the erector shall inspect and promptly report to RCDF any defect in such work of
other contractors that render it unsuitable for use. Failure to do so shall be deemed as an
acceptance of the other erector’s work as fit and proper for the erection of his work except
as to defects which may develop in the work of other contractors after the proper
execution of the work. To ensure proper execution of his subsequent work, erector shall
measure work already in place and shall at once report to RCDF and discrepancy between
the executed work and the drawings.
12 Supply of Tools, Tackles & Materials :
12.1 For full completion of the work, erector shall at his own expense furnish all necessary
erection tools, machine tools, power tools, tackles, hoists, cranes, derricks, cables, slings,
skids scaffolding work benches, tools for rigging, cribbing and blocking, welding
machines and all other associated protective equipment, instruments, appliances, materials
and supplies required for unloading, transporting, storing, erecting, testing and
commissioning all the equipment of the plant that may be required to accomplish the work
under the contract unless otherwise provided for. Adequacy of such tools will be subject
to final determination by RCDF.
12.2 Erector shall also furnish all necessary expandable device like anchors, grinding and
abrasive wheels, raw plugs hacksaw blades, tape, dyes, drills, reamers, chisels, files
carborundum stones, oil stones, wire brushes, necessary bamboo scaffolding, ladders
wooden planks timers, sleeper and consumable material like oxygen, acetylene, argon,
lubricating, oils, greases, cleaning fluids, welding rods cylinder oils, graphite powder and
flakes fasteners, gaskets temporary supports stainless steel shims of various thickness as
required, cotton waste, cheese cloth and all other miscellaneous supplies of every kind not
necessarily listed above but required for carrying out the work under contract.
12.3 Erector shall provide all reasonable facilities including tools personnel etc. and ensure
coordination with RCDF and erection supervisors of other equipment suppliers to enable
them to carry out all supervision measurements checks etc. in a satisfactory manner.
12.4 Erector shall not dispose off transport or withdraw any tools, tackles, equipments and
material provided by him for the execution of the work without taking prior written
approval from RCDF at all times shall have right to refuse permission for disposal,
transport or withdraw all of tools, tackles, equipment and material which in the opinion of
RCDF will adversely affect the efficient and expeditious completion of the project.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
53
12.5 Machinery Foundation :
All the civil foundations as per the drawings furnished by the manufactures/suppliers shall
be arranged by RCDF. The erector shall place the equipment on the foundations and carry
out final adjustment of the foundations alignment dressing of foundation surface,
providing and grouting of anchor bolts pockets etc. and set the equipment properly as per
approved layout drawing and manufacture instructions.
12.6 Structural Platform :
Supply of all necessary materials and installation of structural platforms, structural
supports and access arrangement required for the various equipment is included within the
scope of mechanical installation and should be so carried out that all operation can be
easily manoeuvred.
The details and drawings in regard of the platforms shall be worked out/prepared by the
erector and submitted to the RCDF for approval. The items should be executed as per the
approval details drawing. The payment will be made on the basis of cost per unit weight
as offered by erector and accepted by RCDF.
13 For Erection & Commissioning :
The erector will be required to take a ‘storage-cum-erection’ insurance for the items to be
erected and commissioned by him. For this insurance premium shall however be
reimbursed to him by the buyer. In case, the erector is not able to arrange insurance at
reasonable rates acceptable to the buyer, the buyer shall arrange the same on behalf of the
erector. However, in the event of any loss/damage to the equipment during storage or
erection and commissioning, the erector alone shall have to lodge the claims with
underwriters and pursue the same till settlement irrespective of the fact whether the
insurance policy is taken by the erector or arranged by the buyer on his behalf. Further, it
shall be sole responsibility of the erector to make good the losses/damages expeditiously
without any extra cost to the buyer.
14. All the equipment/machineries including motors, pumps, starters, junction boxes,
isolators, and boxes, tanks supporting structures, pipe supports and brackets of MS, GI,
Pipes which are not insulated and all exposed and visible cost Iron parts shall be given a
double coat of anticorrosive primers. MS and GI parts (within the building) should be
given a final coat of paint of approved shade. However, if so instructed by RCDF in
respect of certain particular items/equipments, the erect should touch up breaches in the
paintings. All surfaces must be properly cleaned and all scale, dirt and grease should be
removed prior to painting. Spray painting must preferably be used on all the equipment,
machineries and wherever else practicable. Suitable and necessary cleaning/wiping of
slight/dial glasses, other non-metallic parts, flooring, walls and other surfaces which have
been spoiled by paint during painting must also be carried out by the erector. Lettering
and other markings, including capacity and flow direction markings, shall also be carried
out by the tenderer on the tanks, pipe lines, starters, motors, isolators and wherever else
necessary as directed and as per the standard practice of installation. The scope of paining
includes a double steel primer under coat and a top coat of paint of approved shade and
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
54
quality, wherever possible ISI colour codes and colour charts must be adhered to.
However, the final colour code shall have to be got approved from RCDF and any
changes suggested thereby should be carried out.
15.0 Cleaning Chemicals & Lubricants :
The necessary quantities of cleaning chemicals, make-up lubricants, etc. required for the
installation, commissioning, testing and start-up all the equipments are to be supplied by
the erector free of cost.
16.0 Access preparation :
In case access preparation is required to be made for shifting the equipment the erector
shall bring to the notice of RCDF, the quantity of work involved for making such a
preparation. Consequently RCDF would review the matter in consultation with the erector
and decide the course of action.
17.0 Setting put works, lines & Grades :
17.1 Building, foundation and other civil works shall be provided by RCDF unless indicated
otherwise. Erector shall carry out all adjustments of foundations, levels, dressing of
foundation surfaces, bedding and grouting of anchor bolts and bed plate etc. as may be
required for seating of the equipment in proper position. Erector shall be responsible for
obtaining correct reference lines for purposes of fixing the alignment of various
equipments from master bench marks furnished by RCDF. Any minor alternation required
in rectifying the anchor bolts pockets, anchor bolts, etc. shall be carried out by erector at
no extra cost. The erector shall supply all the necessary foundation and anchor bolts, bed
plates etc. without any extra cost.
17.2 Erector shall supply, fix and maintain at his cost during the execution of any work, all the
necessary centring, scaffolding, staging, planking, timbering, strutting, shorting pumping,
fencing boarding guarding and lighting by night as well as by day, required not only for
the proper execution and protection of the said work, but also for the protection of the
pumping station and of the safety of any adjacent roads, streets, cellars, vaults ovens,
walls, houses, buildings and all other erections, matters or things. Erector shall take out
and remove any or all such centring, scaffolding, staging, planking timbering, strutting,
shorting etc. as occasion shall require or when ordered to do so and shall fully reinstalled
and make good all matters and things disturbed during execution of the work, to the
satisfaction of RCDF. Erector shall be paid no additional amount for the above.
18.0 Erection & Inspection :
18.1 Erector shall prepare a detailed and comprehensive erection schedule for review and
approval of RCDF’s site Engineer and supplier’s erection supervisors. This ‘Approved’
erection schedule shall form the basis for evaluating the pace of all the erection works to
be performed by erector.
18.2 The schedule shall show approximately the date on which each part of divisions of the
work is expected to begin based on his knowledge of the works of the other contractors
and the date when the work is schedules to be finished. Upon the request of RCDF erector
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
55
should be prepared to discuss his schedule in relation to the master schedule and shall co-
ordinate his work with that of the other erectors/contractors as determined by RCDF.
18.3 The work so far as it is carried out on RCDF’s promised shall be carried out at such time
as RCDF may approve consistent with the construction schedule and so as not to interfere
unnecessarily with the conduct of RCDF’s business and RCDF will give erector all
reasonable assistance for carrying out the work.
18.4 Erector shall revise and up date his erection schedule periodically (atleast once every
calendar month) to indicate actual progress of works, in relation to scheduled progress.
Erector shall also submit monthly progress reports indicating progress work giving
scheduled and actual percentage completions, causes for delay etc. as well as such other
reasonable reports RCDF may request from time to time.
18.5 Adherence to the instructions of supervisory engineers of manufacturers, where provided
by RCDF is compulsory. Erector shall work as per the procedure suggested by
manufacturer and shall complete erection of equipment in such a way so as not to interfere
with or prevent equipment from functioning as intended, as well as to the entire
satisfaction of the manufacturer’s supervisor/RCDF. Erector shall also permit and provide
all facilities for manufacturer’s erection super visors to carry out all checks that they may
wish to and approve any erection procedure and/or final setting and alignment of
components, in order to satisfy themselves that erection has been carried out as intended
by them. This shall, however, in no way relieve erector of his responsibility for providing
adequate and competent supervision and quality workmanship. In case of any dispute, the
decision of the RCDF/Manufacturer’s erection supervisor shall be final and binding on the
erector.
18.6 Erector shall haul materials and equipment furnished at RCDF’s storage or unloading
areas to the points where they are to be used, in the construction work, install the
materials and equipment in their final location and classify and store all surplus and
auxiliary parts in a systematic manner in the warehouse, where they can be readily
identified and located when needed at a later date.
18.7 In the execution of the work no person other than erector or his duly appointed
representatives, his subcontractors and their workman shall be allowed to do work at the
site except by the special permission, in writing of RCDF or their representatives, but
access to everywhere in the site at all times shall be accorded to RCDF and their
representatives and other authorized officials and statutory public authorities.
Nevertheless, erector shall not object to the execution of the work by other
erector/contractor or tradesman whose names shall have been previously communicated in
every facility for the execution of their several functions simultaneously with his own.
18.8 Erector shall carry out the required ‘minor modification work’ at site as required to
efficiently complete the work covered in this contract at no extra cost over his contracted
sum. However ‘minor modifications’ shall not involve more than 24 man hours per each
item of such work. However, in case of ‘major modifications’ which are required to be
done on the equipment, for no fault of erector he shall be compensated on the basis of
man day rates. It is the responsibility of the erector to get the prior approval for such
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
56
‘major modifications work’ from RCDF before such works are taken up. Erector shall
also get the estimates and the actual time sheets certified by RCDF and these certified
time sheets will be the basis for processing his bills for the ‘Major modifications’.
18.9 If the work or any portion thereof shall be damaged in any way excepting by the acts of
RCDF, or if defects not readily detected on prior inspection and which shall develop
before the final completion and acceptance of the whole work, erector shall forthwith
make good, without compensation, such damage or defects in a manner satisfactory to
RCDF. In no case shall defective or imperfect work will be retained.
18.10 Erector at all times shall work in co-ordination with RCDF’s engineering staff and after
them all reasonable facilities to become familiar with the erection, operation and
maintenance of the equipments.
18.11 In respect of observation of local rules, administrative orders, working staff and the like,
erector and his personnel shall co-operate with the RCDF.
18.12 Erector shall not sell, assign, mortgage, hypothecate or remove equipment or materials
which have been installed or which may be necessary for the completion of the contract
without the consent of RCDF in writing.
18.13 Inspection of work : RCDF of any person appointed by them shall have access and right to inspect the work, or
any part thereof at all times and places during the progress of the work. The inspection
and supervision is for the purpose of assuring RCDF that the plans and specifications are
being properly executed and while RCDF and their representatives will extend to the
erector all desired assistance in interpreting the plan and specifications, such assistance
shall not relieve erector of any responsibility for the work. Any work which proves faulty
shall be corrected by erector without delay. The fact that RCDF or their representatives
have not pointed out faulty work or work which is not in accordance with plans and
specifications shall not relieve the erector from correcting such work as directed by RCDF
without additional compensation. RCDF their representatives and the employees shall at
all reasonable times have free access to the works and/or to the workshop factories or
other places where materials are being prepared or constructed or fabricated for the
contract and also to any place where the materials are lying or from where they are being
obtained and erector shall give every facility to RCDF and his representative for
inspection examination and test of the materials and workmanship even to the extent of
discontinuing portion of the work temporarily or of uncovering or taking down portion of
finished work.
19.0 Protection to Plant :
19.1 Except in case where RCDF’s express permission, is applied for and received in writing
no use of RCDF’s plant facilities such as cranes, passenger elevator, toilets showers or
machine shop etc. shall be made by erector or his employees.
19.2 RCDF shall not be responsible or held liable for any damage to person or properly
consequent upon the use, misuse or failure of any construction tools and equipment used
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
57
by erector of any of his subcontractors, even though such constructions tools and
equipment may be furnished rented or loaned to erector or any of this contractors. The
acceptance and/or use of any such constructions tools and equipment by erector or his
subcontractor shall be constructed to mean that erector accepts all responsibility for and
agrees to indemnify and save harmless RCDF from any and all claims for said damages
resulting from said use, misuse or failure of such construction tools and equipments.
19.3 Erector and his subcontractors shall be responsible during work for protection of the work
which has been completed by other contractors/suppliers. Necessary care shall be taken to
see that no damage to the same is caused by his own men during the course of execution
of their work.
19.4 All other work completed or in progress as well as machinery and equipment that are
liable to be damaged by erector’s work shall be protected by erector and such protection
shall remain and be maintained until its removal is directed by RCDF.
19.5 Erector shall effectively protect all the works from action of weather and from damages or
defacement and shall cover finished parts wherever required for their through protection.
Face work shall be perfectly clean and free from defects.
19.6 The work shall be carried out to completion without damage to any work and properly
adjacent to the area of his work to whom so ever it may belong, without interference with
the operation of their existing machines or equipment.
19.7 Adequate lighting at and near all the shortage, handling, fabrication, preassembly and
erection sites for properly carrying out the work and for safety and security shall be
provided by erector. Erector should adequately light the work area during night time also.
Erector should also engage adequate electricians/wireman, helpers etc. to carry out and
maintain these lighting facilities. RCDF may provide such facilities as he may deem
necessary and charge the cost thereof to the erector. In any case, erector shall be liable for
all damages and consequences arising out of his neglect in this regard.
20.0 Clean up of work site
20.1 All soils, filth or other matter of an offensive nature taken out of any trench, sewer,
drain, cesspool or other place shall not be deposited on the surface, but shall at once be
carted away by the erector from the site of work for suitable and proper disposal.
20.2 Erector shall not store or place the equipment, materials or erection tools on the drive
ways and streets and shall take care that his work in no way restricts or impedes traffic or
passage of men and material. During erection, erector shall, without any additional
payment, at all times, keep the working and storage area used by him free from
accumulation of dust or combustile material, waste materials or rubbish, to avoid fire
hazards and hindrance to other works, of RCDF.
20.3 If erector fails to comply with these requirements inspite of written instructions from
RCDF, RCDF will proceed to clear these areas and the expenses incurred by the RCDF in
this regard shall be payable by erector. Erector shall remove or dispose off in a
satisfactory manner all scaffoldings, temporary structures, waste and debris and leave the
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
58
premised in a conditions satisfactory to RCDF. Any packing materials received with the
equipment shall remain as the property of RCDF and may be used by erector on payment
of standard charges to RCDF and with prior approval of RCDF. At the completion of his
work and before final payment, erector shall remove and shall restore the site to a neat
workman like conditions, at his cost.
21.0 Erector’s Personnel :
Erector shall function as on erection organisation and furnish adequate courteous and
competent labour (unskilled, semiskilled and skilled, watchman, supervisors, and
engineers of all classes for the duration of the work to maintain the rate of erection in
accordance with the requirement of the schedule of completion, and shall be in the work
included in the contract at such times as will ensure its completion as specified and shall
complete the same force of all lines and charged, at or before the time specified for
completion. Erector shall make available qualified engineers for placing the equipment in
operation and carrying out the necessary tests and trials. Conducts required of erector’s
men are specified below :
21.1 It is important that erector shall employ men known to be reliable and competent for the
work in general and it shall be requirement of the contract that men used on special
works shall be competent, well trained and trusted employees.
21.2 Erector shall furnish details of the qualifications and experience of his senior supervisors
and engineers assigned to the work including their experience in supervising erection and
commissioning of plant and equipment of comparable capacity.
21.3 Erector shall be personally present or employ at least one competent representative
(whose name shall have previously been communicated in writing to RCDF to supervise
the erection of the equipment and carrying out the work under the contract. This
representative shall have full technical capability and complete administrative and
financial powers to expeditiously and efficiently execute the work under the contract.
Erector or his representative or if more than one be employed, one of the representative
shall be present at the site at all times when work is in progress, and any written orders or
instructions which RCDF may give to the said representative of erector shall deemed to
have been given to the erector. He shall maintain an office near/or adjacent to the site of
the work, and shall at all times keep in office a complete set of specifications and
drawings. RCDF shall normally communicate directly with the said representative at site.
21.4 Erector’s representative at the site shall be posted and be available at site within a
reasonable time after RCDF shall inform erector in writing to the effect. The service of
erector’s representatives shall be made available during the progress of the work for such
periods during the working days as RCDF may require.
21.5 When erector or his representative is not present on any part of the work where it may be
desired to give directions in the event of emergencies, orders may be given by RCDF and
shall be received and obeyed by the supervisors or foreman who may have charge of the
particular part of the work in reference to which order given. If requested to do so, RCDF
shall confirm such orders in writing. Any such instruction, direction or notices given by
RCDF shall be held to have been given to the erector.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
59
21.6 Erector shall furnish RCDF a fortnightly labour force report showing by classifications
the number of employees engaged in the work. Erector’s employment records shall
include any reasonable information as may be required by RCDF. The erector should also
display necessary information as may be required by statutory regulations.
21.7 None of the erector’s superintendents, supervisors, engineers, or labour may be withdrawn
from the work without the notice given to RCDF and further no such withdrawals shall be
made if in the opinion of RCDF, it will jeopardize the required pace of progress and/or the
successful completion of the work.
21.8 RCDF shall be at liberty to object to any representatives or person or skilled, semiskilled
or unskilled worker employed by the erector in the execution, or otherwise, of the worker
who shall misconduct himself, or be incompetent, or negligent or unsuitable and erector
shall remove the person so objected to upon receipt of notice in writing from RCDF
requiring him to do so and shall provide in his place a competent representative at his own
expense within reasonable time.
22.0 Construction, Electric Power & Water :
Electric power and water will be made available for use by RCDF free of cost. These
supplies will be made, where available at one central point in the site convenient to RCDF
and all piping for service water to work area shall be furnished, installed and maintained
by erector at his own expense. He shall also furnish, install and maintain at his cost the
power lines, junction boxes and any other electrical receptacles, apparatus or equipment
from the central point of his work area.
23.0 Drawings :
23.1 Within three weeks from the date of receipt of the order, erector shall submit list of
necessary drawings as mentioned in 1.5, that he proposes to submit for approval,
identifying each by a serial number and descriptive, title and giving the expected date of
submission. This list shall be revised and extended, as necessary during the progress of
work.
23.2 Erector shall also submit copies of design calculations, material specification and detailed
drawings as called for in the equipment specifications for RCDF review. Erector must
satisfy RCDF as to the validity of his design with reference to the requirement of statutory
Code Authorities.
23.3 Drawings submitted for approval shall be signed by responsible representatives of erector
and shall be to any one of the following sizes in accordance with
Indian Standards :
A0, A1, A2, A3, or A4
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
60
23.4 All drawings shall show the following particulars in the lower right hand corner in
addition to Vendor’s name :-
a) Name of RCDF
b) Project Title
c) Title of Drawing
d) Scale
e) Date of drawing
f) Drawing number
g) Space for RCDF drawing number.
23.5 In addition to the information provided on drawings, each drawing shall carry a revision
number, date of revision and brief of revision carried out. Whenever any revision is
carried out, correspondingly revision must be up dated.
23.6 All dimensions on drawings shall be in metric units, unless otherwise, specified.
23.7 Drawings submitted by erector for approval will be checked reviewed by RCDF and
comments, if any, on the same will be conveyed to erector. It is the responsibility of the
rector to incorporate correctly all the comments conveyed by RCDF on erector’s
drawings. The drawings which are approved with comments are to be resubmitted to
RCDF for purpose of records. Such drawings will not be checked/reviewed by RCDF to
verify whether all the comments have been incorporated by the erector. If erector is
unable to incorporate certain comments in his drawings, he shall clearly state in his
forwarding letter such non-compliance along with the valid reasons.
23.8 Upon completion of the installation, erector shall make in a neat and accurate manner, a
complete record of all changes and revision to the original design, as installed in the
complete work. Six copies of these drawings shall be submitted to RCDF for records and
these becomes the property of RCDF.
23.9 Drawings prepared by erector and approved by RCDF shall be considered as a part of the
specifications. However, the examination and approval of the drawings by RCDF shall
not relieve erector of his responsibility for engineering, design, workmanship and material
under the contract.
23.10 If, at any time before the completion of the work, changes are made necessitating revision
of approved drawings, erector shall make such revision and proceed in the same routine as
for the original approval.
24.0 Inspection Right & Privileges :
24.1 RCDF reserves the right to inspect any machinery or material or equipment furnished or
used by erector under the contract, and to project any, which is found defective in
workmanship or otherwise unsuitable for the use and purpose intended, or which is not
in accordance with the intent of the contract.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
61
24.2 Should RCDF waive the right to inspect any equipment, such waiver shall not relieve
erector in anyway of his obligation under the contract.
24.3 RCDF representatives shall be permitted free access to erector’s or his subcontractor’s
shop at all working hours for the purpose of inspecting work at all stages of progress.
24.4 RCDF representatives shall be given full assistance in the form of necessary tools,
instruments, equipment and qualified operations to facilitate inspection.
24.5 RCDF reserves the right to call for certificate of origin and test certificates for all raw
material and equipment at any stage of manufacture.
24.6 In the event of RCDF inspection reveals poor quality of goods RCDF shall be at liberty to
specify additional inspection procedures, if required, to ascertain Vendor’s compliance
with the equipment specifications.
24.7 Even though inspection is carried out by RCDF or his representatives, such inspection
shall not however, relieve Vendor of all responsibility for furnishing equipment
conforming to the requirements of the contract, nor prejudice any claim right or privilege
which RCDF may have because of the use of defective or unsatisfactory equipment.
24.8 A set of latest prints of the approved drawings shall be kept available by the controller, in
the shop floor for reference of RCDF representative during inspection.
25.0 Storage of equipment :
25.1 In general, erector is responsible for the proper storage and maintenance of all
materials/equipments entrusted to him. He shall take all required steps to carry out
frequent inspection of equipment/materials/stores as well as erected equipments until the
same is taken over by the RCDF. The following procedure shall apply for the same.
25.2 Erector’s inspector shall check stored and installed equipments/materials to observe signs
of corrosion, damage to protective coating, to parts, open ends in pipes, vessels and
equipment, insulation resistance of electrical equipment etc. In case open ends are noticed,
he shall immediately get them capped. In case signs of wear damage to protective coating
are noticed, he shall immediately arrange a coat of protective painting. A clean record of
all observations made on equipments, defects noticed shall be promptly communicated to
RCDF and his advise taken regarding the repairs/rectification erector shall thereupon
carryout such repairs rectifications at his own cost. In case erector is not competent to
carry out such repairs/rectification, RCDF reserves the right to get this done by other
competent agencies at the erectors responsibility and risk and the entire cost for the same
shall be recovered from erectors bill.
25.3 Erector’s inspectors shall also inspect and provide lubrication to the assembled pumps etc.
The shafts of such equipment shall be periodically rotated to prevent rusting in certain
zones as well as to check freeness of the same.
25.4 Inspectors shall check for any sign of ingress or moisture of rusting in any equipment.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
62
25.5 If the commissioning of the equipment is delayed after installation of the equipment,
erector shall carry out all protective measures suggested by the Manufacturer RCDF
during such period.
25.6 Adequate security measures shall be taken by erector to prevent theft and loss of material
entrusted to him by RCDF shall carry out periodical inventory of the material received
stored and installed by him and any loss noticed shall be immediately reported to RCDF.
A proper record of these inventories shall be maintained by the erector.
25.7 A suitable grease recommended for protection of surface against rusting (refined from
petroleum oil with lanclin mincu, 70 C and water in traces) shall be applied over all
equipment every six months.
25.8 These equipments shall be stored inside a closed shed or in the open depending upon
whether they are of indoor or outdoors design. However, in case of equipment stored in
the open, suitable protective measures including covering with tarpaulin must be carried
out by the erector. The space heaters, where provided in the electrical equipment shall be
kept connected with power supply irrespective of their type of storage. Where space
heaters are not provided adequate heating with bulb is recommended. In LT. motors a low
voltage current flow through the windings is recommended. Frequent checks on insulation
resistance is essential for all electrical equipments. A records of the inspection reports and
megger readings shall be maintained equipment wise. Such records shall be presented to
RCDF whenever demanded.
25.9 All the necessary items/goods required for the protection as described above shall be
arranged by the erector and no extra cost is payable in this regard by RCDF.
26.0 Deployment of erection team to site and Co-ordination meetings :
The erector shall depute a qualified and experienced engineers together with a adequate
skilled and unskilled labourers for carrying out the installation and commissioning. All
necessary staff shall be at the site till the completion of all works, commissioning/start-up,
trial runs and handling over of the plant. No member of the staff deputed to site shall be
withdrawn unless agreed to by RCDF. The erector shall depute a senior personnel to
attend the site co-ordination meeting that would generally be held at the site every month.
The erector shall take necessary action to implement the decision arrived at such meetings
and shall also update the schedule. In case of lag in the progress the erector shall act
suitably to make up for the lag. RCDF shall be at liberty to object to any representative or
person or skilled, semiskilled or unskilled worker employed by the erector in the
execution or otherwise of the work, who shall misconduct himself or be incompetent, or
negligent or unsuitable and the erector shall remove the persons so objected to, upon
receipt of notice in writing from RCDF requiring him to do so and shall provide in his
place a competent representative at his own expense within reasonable time.
27.0 Programme of Installation & Commissioning :
The successful erector should submit a scheduled programme for carrying out the work.
The erection schedule should describe the estimated time of installation of each of each
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
63
item against each section of the project and should also clarify when each of the item to be
supplied by RCDF should be made available to the erector in order to adhere to the
schedule.
The schedule should be so prepared that the erection, commissioning, testing and start-up
is completed in all respect, within _________________________ from the date of
placement of order.
RCDF shall have the right to direct the manner in which all work covered under the scope
of this contract shall be conducted by the erector in so far as it may be necessary to secure
the safe and proper progress and the specified quality of the work and all work shall be
carried out and all material shall be furnished to the satisfaction and approval of RCDF
whenever, in the opinion of RCDF, the erector has made departures from the schedule of
completion of work submitted by him and approved by RCDF or when untoward
circumstances force a departure from the said schedule or if in the judgment of RCDF, if
becomes necessary at any time to accelerate pace of erection work, then RCDF shall
direct the order pace and method of conducting the work and erector shall fully comply
with all such directions.
If erector doesn’t comply with the direction as described above or complete the erection
and commissioning by the end of 4th
week after programmed completion, RCDF will
operate the penalty clause and shall also have the option to deploy their own staff/other
agencies to complete the job at the erectors risk, responsibility and cost.
It is however, clarified that the above or any such directions from RCDF or abstinence of
RCDF in deploying their own staff/other agencies as described above shall not relieve the
erector of his obligations to secure the quality, the safe conduction of work, rate of
progress required and adherence to scheduled programme.
IF THE ERECTOR FAILES TO COMPLETE ERECTION IN ALL ASPECTS WITHIN
THE STIPULATED PERIOD & TIME. THE ERECTOR SHALL HAVE TO PAY
RUPES @ ½% PER WEEK AS PENALTY FOR THE PERIOD FOR WHICH THE
WORK REMAINS INCOMPLETE.
28.0 Approvals :
The erector shall obtain the necessary approval of the factory Inspector, Boiler Inspector,
Electrical Inspector weights & Measures Inspector, Explosives Inspector, and any other
state and local authorities as may be required. All the necessary details, drawings,
submission of application and proformas will be furnished by the Erector to RCDF for
rectification/signature.
The necessary application duly filled in, together with the prescribed fees shall be
submitted to the authorities by the erector on behalf of the RCDF. However all the actual
prescribed fees paid by the erector shall be reimbursed by RCDF upon production of the
receipt/vouchers of the above said authorities.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
64
RCDF shall, however, extend all possible assistance to the erector for obtaining the
necessary approvals. Nevertheless the ultimate responsibility for obtaining the necessary
approvals lies with the erector.
29.0 Final Drawings & Manuals :
The erector shall, upon completion of the job, submit six complete sets of final drawings
towards the equipment layout different pipe lines, cables, conduits, layout drawings and
other necessary drawings. All the drawings must conform to actual executing carried out.
30.0 Progress of Work :
If the erector does not commence/complete the entire job or sections of the job within four
weeks from programme schedule of commencement/completion, the RCDF shall be free
to deploy their own staff/agencies to commence/complete the job entirely at the risk,
responsibility and cost of the erector.
30.1 Start-up of manufacturer’s representatives during commissioning/trial runs.
30.2 In the following cases the RCDF reserves the right to invite the representative(s) of the
original manufacturer and/or supplier at the cost of the erector for start by help, assistance
and guidance during commissioning and start-up.
a) The erector has no previous experience of commissioning and starting-up of the
similar equipment.
b) The RCDF is of the opinion that the erector is incompetent to commission and start-up
of certain specific equipment.
31.0 Commissioning :
The erector shall operate, maintain and give satisfactory trial run of the plant satisfactory
for a period of continuous one month at the rated output. All rectifications of
damages/defects and routine troubles shooting should be carried out by the erector to
achieve aforesaid satisfactory running of the plant. The erector shall incorporate/execute
necessary minor modification during the trial period for maximising operational
efficiency. The erector should also execute miner modification as may be suggested by
RCDF. The erector shall suggest recommended log sheet proformas for recording
necessary operating data and pass it on to RCDF in proof of satisfactory rated output and
performance of the equipment/plant.
The commissioning shall also include the following for each equipment :
a) Field disassembly and assembly.
b) Cleaning of lubrication system including chemicals cleaning and passivation wherever
required.
c) Circulation of lubricant to check flow.
d) Cleaning and checking of all the service lines.
e) Checking and commissioning of instruments, equipment and plants, filtering of
transformer, and other oils so that if deteriorated, they shall attain the required
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
65
properties/standard, specified tests in this regard must be carried out by approved
authorities and their satisfactory reports submitted to RCDF before start-up.
f) Recharging or make-up filling of lubricant oil up to the desired level in the lubrication
system of individual machine.
g) Operation in empty condition to check general operation details wherever required,
and wherever possible.
h) Closed loop dynamic testing with water wherever required.
i) Operation under load and gradual load increase to attain maximum rated output.
j) Trouble shooting during the trial period.
k) Guarantee of installation.
32.0 Guarantee :
The supply of equipment as well as installation shall have to be carried out by the erector
to the entire satisfaction of the RCDF. The erector shall also guarantee to repair/replace,
without any extra cost, the items or parts thereof, if found defective due to bad design,
workmanship or substandard material within 12 months from the date of commissioning
or 36 months from the date of receipt of material at site whichever is earlier. If it is
necessary to send the defective equipment or parts thereof for repair/replacement, cost of
transportation including package, insurance etc. from the site to works and back to site
shall have to be borne by the erector. The guarantee does not cover any damage resulting
from normal wear and tear or improper attendance or mishandling of the equipment by the
RCDF.
33.0 Training of personnel :
Necessary staff as may be deputed by RCDF shall be trained by the erector for operating
the plant. The personnel will be associated for the training during the installation, testing,
commissioning and start-up period and training tenure shall be minimum for a period of
one month from the date of commissioning and start-up.
34.0 Outline of the scope of duties of the Contractor Viz-a-viz RCDF :
34.1 The equipment and items as specified in purchase order shall be supplied by RCDF for
erection, installation, commissioning by the erector.
34.2 Besides the utilities/services as specified in battery limits the following shall also be
provided to the erector by RCDF for carrying out the installation/erection.
a) Suitable lockable space for storage of tools, tackles and erection materials (No
accommodation for erectors personnel will be provided under any circumstances) the
security of these materials will be the responsibility of the erector.
b) Plant building ready for installation/erection of all the equipment/items (flooring will
generally be carried out after positioning of main equipment and laying of necessary
conduits).
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
66
c) Necessary temporary power for carrying out the installation (the power shall be
supplied at only one point within the dairy site). All necessary tapping from this point
onwards shall be erector’s responsibility.
d) Temporary water at one point within the site for the water required for testing etc. The
erector shall arrange on his own to tap and transfer the water to the points required.
34.3 Prior Information :
a) The details of temporary water and power requirements shall be furnished one month
in advance by the erector to enable RCDF to make timely arrangement.
b) Detailed drawings of the required main cut-outs must be supplied by the erector in
advance to RCDF to provide the same at the time of civil construction. The cutting in
the walls, floors etc. which are not informed earlier and required for erection work
will be done by the erector and to repair the same will also be the responsibility of the
erector.
c) Detailed drawings and other specifications of foundation and any other special
structure must be submitted by the erector within one month after award of contract to
RCDF.
35.0 Damage :
If the work or any portion thereof shall be damaged in any way excepting by the acts of
RCDF or if defects not readily detected by prior inspection shall develop before the final
completion and acceptance of the whole work. Erector shall forthwith make good, without
compensation, such damage or defects in a manner satisfactory to the RCDF. In no case
shall defective or imperfect work be retained.
36.0 Observation of local rules etc.
In respect of observation of local rules, administrative orders, working hours, labour
compensation act, applicable labour laws and the like erector and his personnel shall
strictly abide by the same.
37.0 Stand by manufacturer’s representative :
In the following cases the RCDF reserves the right to invite the representative(s) of the
original manufacturer and/or supplier at the cost of erector for stand by them, assistance
and guidance during the commissioning and start-up.
a) The erector has no previous experience of commissioning and start-up of the similar
equipments.
b) The RCDF is of the opinion that the erector is not competent to commission and start-
up of certain specific equipment, the opinion of RCDF shall be final and binding.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
67
38.0 Inspection & test reports :
The equipment and items supplied under the purview of erector shall be inspected by the
inspector at works and copies of inspection test reports shall be forwarded to RCDF.
39.0 Terms of payment for erection work :
1) 10% of the order value of acceptance of the order subject to the supplier furnishing
Bank Guarantee from a National Bank or Scheduled Bank in India for an equivalent
amount valid for a period of 12 calendar months.
2) 80% against monthly progress bills duly certified by RCDF’s Site Engineer/In-charge.
3) 10% balance within 12 calendar months from the date of satisfactory commissioning
of the plant.
40.0 Battery Limits :
The services/utilities will be made available at battery limits specified in the job
description and it will be the erectors responsibility to transmit them to the various points
required in the project. All the necessary fittings tappings, that would be required to tap
the utility at battery limits for onward transmission shall be supplied and installed by the
erector.
41.0 GENERAL GUIDELINES FOR ELECTRICAL INSTALLATION :
41.1 a) The specifications detail the broad guide lines for erection, testing and commissioning
of electrical equipment. The work shall however, at all times be carried out strictly as
per the instructions of RCDF and in accordance with latest IER.
b) The installation would also comprise for the supply laying and inter connecting, cables
form the battery limits of the power supply to the various switchboards controls and
electrical equipments.
c) The cable of electric power should be of PVC armoured type approved from ISI
unless otherwise specified and with sufficient cross section depending on the feeder.
d) The cable for control and flexible connection should be unarmoured type with copper
conductors. Wherever required, multicore copper cable should be used.
e) Wherever necessary drip proof junction boxes and isolators, cable carrying trays,
necessary clamps etc. shall be provided.
f) Necessary isolators of appropriate sizes are to be provided near the motors as per IER.
All the involved supply included within the scope of electrical installation and
erection should be approved type and make and conform to ISI standard.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
68
g) Detailed electrical diagrams and cable layout should be prepared by the erector
according to the specifications and the same should be approved by RCDF before the
execution.
41.2 Electrical installation work shall comply with all currently applicable statues, regulations
and safety codes in the locality where the equipment will be installed. Nothing in this
specifications shall be construed to relieve erector of his responsibility.
41.3 Unless otherwise specified installation work shall comply with the requirements of latest
additions of applicable Indian standards.
41.4 In accordance with the specific installation instructions, as shown on manufacturer’s
drawings or as directed by Site Engineer of RCDF, the erector shall unload, erect, install
wire test and put into commercial use all the electrical equipment included in the contract.
Equipment shall be installed in neat workman like manner so that if is in level and plumb,
properly aligned and oriented. Tolerance shall be established in manufacturer’s drawings
or as stipulated by an Engineer. No equipment shall be permanently bolted down to
foundation or structure until the alignment has been checked.
41.5 Erector shall furnish all supervision, labour, tools, equipment, ribbing, materials and
incidental materials such as holts, wedges, anchors, concrete, inserts etc. required to
completely install test and adjust the equipment.
41.6 Where assemblies are supplied is more than one section erector shall make all necessary
mechanical and electrical connections between sections including the connection between
buses. Erector shall also do necessary adjustment/alignments necessary for proper
operations of circuit breakers isolators, and their operating mechanism. All insulators and
bushings chipped, cracked or damaged due to negligence or carelessness of erector shall
be replaced by him at his own expense.
41.7 Switchgear and control panels/desks shall be installed in accordance with Indian Standard
Code of Practice IS:3072 and manufacturer’s instructions. The switch gears panels shall
be installed on finished surfaces or concrete or steel sills. Erector shall be required to
install align any channel sills which from part of the foundations. In joining shipping
suctions of the switch gears/panels/control centres together, adjacent housing or panel
section or flanged throat sections provided shall be bolted together after alignment has
been completed. Power bus, enclosures, ground and control splices of conventional nature
shall be cleaned and bolted together, being drawn up with torque wrench of proper size or
by other approved means. Tapes or compounds shall be applied where called for as per
manufacturer’s drawings. Base of outdoor type units shall be sealed in an approved
manner to prevent ingress of moisture.
41.8 All switch gear, control panels, desks etc. shall be made absolutely vermin proof.
41.9 Induction motors shall be installed and commissioned as per IS Code of Practice ISS 900
and manufacturer’s instructions.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
69
41.10 After installation of all power and control wiring, erector shall perform operating test on
all switch gear and panels to verify proper operation of switch gear/panels and correctness
of the interconnections between the various items or equipment. This shall be done by
applying normal AC or DC voltage to the circuit and operating the equipment. Megger
tests for insulations, polarity checks on the instruments transformers, operation tests shall
be carried out by erector, who shall also make all necessary adjustments as specified by
the manufacturer for the proper functioning of equipment.
41.11 Installation and testing of battery and battery charges shall be in strict compliance with the
manufacturer’s instructions. Each cell shall be inspected for breakage and conditions of
the cover seals as soon as received at site. Each cell shall be filled with electrolyte in
accordance with the manufacturer’s instructions. Battery shall be set up on racks as soon
as possible after receipt, utilizing lifting devices supplied by manufacturer. The cells shall
not be lifted by terminals. Contact surfaces of battery terminals and intercell connections
shall be cleaned, coated with protective grease and assembled. Each connection shall be
properly tightened. Each cell shall be tested with by hydrometer and thermometer and
result logged. Freshening charge, if required, shall be provided. When turned over to
RCDF the battery shall be fully charged and electrolyte shall be at full level and of
specified specific gravity.
42.0 Cable Installation :
42.1 Erector shall install, test and commission the suitable cables. Cables shall be laid
directly buried in earth on cable racks, in built up trenches, on cable trays and supports,
in conduits, and ducts or bare on walls, ceiling etc. as follows :
a) Outside the building premises :
The scope of installation of underground cables includes digging necessary trenches,
laying of the cables in the trench, covering them with sand and bricks and then
refilling the trenches. Necessary cable markers at appropriate points to indicate the
path of under ground cable should also be supplied and installed by the erector.
b) With in the building :
Under ground cables will be laid in GI light duty class pipes of not less than 37 mm.
dia.
c) Cables above ground :
Cables above the ground shall be fixed either on wall or in cable trays of slotted
angle with necessary clamps, bolts etc. as directed by RCDF.
d) The main cables inside the building should be laid in hume pipes wherever provided
by RCDF. At the places where hume pipes have not provided the main cables shall
be laid as per 40.1 (c).
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
70
42.2 Installation and testing of proper insulated cables shall be in accordance with Indian
Standard Code of Practice IS:1255.
42.3 Inspection on receipt unloading, storage and handling of cables shall be in accordance
with IS:1255 and other Indian Standards Code of Practice.
42.4 Sharp bending and kinking of cables shall be avoided. The bending radius for various
types of cables shall not be less than those specified below unless specifically approved
by the Site Engineer of RCDF.
Type of Cable Minimum bending radius
Voltage grade Single Multi Core
Core Unarmoured Armoured
Paper insulated upto 11 kv 25 D* 20 D 15 D
Paper insulated upto 22 kv 32 D 25 D 20 D
Paper insulated upto 33 kv 38 D 32 D 25 D
PVC insulated 650/1100 V 10 D 10 D 10 D
Rubber insulated 600 V - 8 D 15 D
Mineral insulated 300 V - - 8 D
* ( D – OVER ALL DIAMETER OF THE CABLE)
If shorter radius appears necessary, no bend shall be made until clearance and instructions
have been received from Engineer.
42.5 Where cables cross roads and water, oil, gas or sewage pipes, the cables shall be laid in
reinforced upon concrete or steel pipes to be supplied and laid by the erector. For road
crossing, the pipes for the cables shall be buried at not less than one meter depth. Cables
laid below railway tracks should be at a depth not less than 180 mm. unless otherwise
approved by the Engineer.
42.6 In each cables run some extra length shall be kept at a suitable point to enable one or two
straight through joints to be made should be the cable develop fault at a later date.
42.7 Control cable terminations shall be made in accordance with wiring diagrams, using
colour codes established by Engineer for the various control circuits, by code marked
wiring diagrams furnished to the erector for this purpose or other approved means of
identification. It is the intent that erector shall terminate the cables which he installs.
Additional work of testing and reconnecting and connected, but where on further testing
reversal or other rearrangement of load turns out to be necessary. Additional work of
testing and reconnecting shall be performed by erector at no extra cost of RCDF.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
71
42.8 Special tools, clips and saddles, glands, seals, PVC sealing compound, locknut etc.
required for the connection and termination of insulated cables shall be supplied by
erector. During installation, connection and termination of insulated cables, care shall be
exercised to ensure that aluminium sheet is not damaged. Groups of mineral insulated
cables shall be bent neatly around the corners by using inner most cables as a form
around, which to bend the next cable. Cables shall not be fastened or clamped close to the
point of entry of the equipment which may vibrate severely. Special instructions furnished
by the manufacturer shall be strictly followed.
42.9 After installation and alignment of motors, erector shall complete the conduit installation,
including a section of flexible conduit between the motor terminal box and cable
trench/tray. Erector shall install and connect the power, control and heater supply cables.
Erector shall be responsible for correct phasing of the motor power connections and shall
interchange connections at the motor terminals box if necessary, after each motor is test
run.
42.10 Connections shall be made to small electrically operated device on equipment installed as
accessories to or assembled with other equipment and requiring two wire or three wire
connection. Connections to recording instruments, float switches, limit switches, pressure
switches, thermocouples, thermostats and other miscellaneous equipment shall be done as
per Manufacturer’s drawing and instructions.
42.11 Metal sheets and armoured of the cable shall be bonded to the earthing system.
42.12 All new cables shall be megger tested before jointing. After jointing is completed all LT.
cables shall be megger tested and HT. Cables (3.3 KV to 11 KV) pressure tested before
commissioning. The test voltage for pressure testing shall be as per Appendix-F of
IS:1255. 1100/650 Volt grade cable shall be tested by 1000 Volt Megger.
Cables cores shall be tested for :
a) Continuity
b) Absence of cross phasing
c) Insulation resistance to earth
d) Insulating resistance between conductors.
Erector shall furnish all testing kit and instruments required for field testing.
43.0 Cable Trays, Accessories and Tray Supports :
43.1 Cable trays shall either be run in concrete trenches or run overhead supported from
building steel, floor slab etc.
43.2 Cables shall be clamped to the cable trays in the horizontal runs and vertical runs.
43.3 All cable trays including perforated sheet trays and vertical raceways shall be hot dip
galvanized or primed with red lead and oil primer followed by a finish coat of grey
lacquer paint or aluminium paint as specified.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
72
44.0 Conduits, Pipes & Ducts :
44.1 Erector shall supply and install G.I. light duty conduits, pipes and ducts. All
accessories/fittings required for making installation complete, including but not limited to
ordinary and inspection tees and elbows, check nuts, male and female reducers and
enlargers, wooden plugs, caps square headed male plugs, nipples, gland sealing fittings,
pull boxes, conduits, outlet boxes, splice boxes terminal boxes, glands gaskets and box
covers, saddles and all steel supporting work shall be supplied by Erector. Conduit fittings
shall be of same material as conduits.
44.2 Conduits or pipes shall run along walls, floors and ceilings, on steel supports, embedded
in soil, floor, wall or foundation, in accordance with relevant layout drawings, under
ground portions of conduit installation to be embedded in the foundation or structural
concrete shall be installed in close co-ordination with collateral work. Exposed conduit
shall be neatly run and evenly spaced, with conduits parallel when in racks or in banks.
Conduits embedded in foundation or structural concrete shall be run as directly as possible
among with generally indicated route between two points with a minimum length and
with a minimum of crossing bending and cutting but without creating interferences with
other installations.
44.3 When two lengths of conduits are joined together through a coupling, running threads
equal to twice the length of coupling shall be provided on any one length to facilitate easy
dismantling of the two conduits whenever required.
44.4 When one or more cables are drawing through a conduit, cross sectional area of the cables
shall be 40% of the internal cross sectional area of the conduit.
44.5 Conduits and accessories shall be adequately protected against mechanical damage as well
as corrosion.
45.0 Earthing :
45.1 The scope of supply and installation should also include absolutely independent double
earthing of individual electric motors, control gears and switchboards, complete with
necessary copper/GI wire, copper strip, earthing plate, top funnel, salt, cola etc. The
earthing process include digging of earthing pit, filling the same with alternative layers
of coal and salt, refilling the pit and providing perforated GI pipe making housing pit
and cover as per IER & ISI code of practice No. ISI:3034-1966.
45.2 Erector shall install bare/insulated aluminium/GI Cables and strips, etc. required for
system and individual equipment earthing. All work such as cutting, bending, supporting
soldering, coating drilling, brazing, clamping, bolting and connecting into structures,
pipes, equipment frames, terminals, rails or other devices shall be in Erector’s scope of
work. Unless otherwise specified, the excavation and trenching shall be done by Erector.
Erector shall also backfill and reinstate the trenches after installation of earthing
conductors.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
73
45.3 Earthing shall conform to the Indian Standard Code of practice IS:3043 and Indian
Electricity Rules, 1956. All materials and fittings used in the earthing installation shall
conform to the relevant Indian Standards or approved by RCDF’s Engineer. Any change
in routing, size of conductors etc. shall be subject to the prior approval of RCDF
Engineers.
45.4 Metallic frame of all electrical equipment shall be earthed by two separate and district
connections with earthing system.
45.5 All underground connections for the earthing system shall be brazed/welded. Connections
to equipment and devices shall be normally of the bolted type.
45.6 On completion of the installation, continuity of all conductors and efficiency of all bends
and joints shall be tested. The earth resistance shall be tested in the presence of RCDF
Engineer’s/representative. All equipment necessary for the test shall be furnished by
Erector.
45.7 EARTHING NETWORK
The entire ear thing installation shall be done in accordance with the ear thing drawings,
specifications and instructions of the Engineer-in-charge. The entire ear thing system
shall fully comply with the Indian electricity act and rules framed there under. The
supplier shall carry out any changes desired by the electrical inspector or the owner in
order to make the installation conform to the Indian electricity rules, at no extra cost.
The exact location of the earth pits, earth electrode and conductors and ear thing points
of the equipments shall be determined at site, in consultation with the engineer-in-
charge. Any change in the methods, routing, size of conductor etc. shall be subject to
approval of the owner/engineer-in-charge before execution.
45.8 Earth Pit with Electrode
1. Plate or pipe type earth electrode with earth pit shall be provided for this work
unless otherwise advised and pit shall be as per IS:3043 – 1966 (code of practices
for ear thing). All earth electrodes shall preferably be driven to a sufficient depth
to reach permanent.
2. Earth pit centre shall be at a minimum distance of 2m distance shall be maintained
between centres of 2 earth pits. 45.9 Earth Bus. Ear thing Lead & Earth wire /strip
All electrical equipment is to be doubly earthed by connecting two earth strips / wire
conductor from the frame of the equipment to a ear thing pit / main ear thing ring. The
ear thing ring will be connected via. Links to several earth electrodes. The cable armored
will be earthed through the cable glands. Conductor size for connection to various
equipment shall be as specified in the drawing or as instructed by the engineer-in charge.
However the length of the branch leads from equipment to ear thing grid/ring shall not
be more than 10 to 15 meters.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
74
All hardware for ear thing installation shall be hot dip galvanized. Spring washers shall
be used for all ear thing connections of equipment having vibrations.
Size of earthing lead/wire shall be as specified in schedule of quantities/drawings.
Following may be considered as general guidelines:
Sr.No Item Size
Control switches G.I. wire 14 SWG
Motor upto 10 HP G.I. wire 8 SWG
Motor above 10 HP upto 125 HP G.I. strip 25 x 3mm
Motor above 125 HP G.I. strip 25 x 6mm
Switch Board G.I. strip 25 x 6mm
Power control centre / LT panel of sub-station G.I. strip 40 x 6mm
When ear thing wire is to be drawn under floor / in underground, aluminium wire
10mm dia. With PVC insulation shall be used. Instead of GI wire, PVC insulated
copper conductor wires can also be used. However, while deciding type & size of earth lead the resistance between the ear thing
system and the general mass of the earth shall be as per IS code of practice. The earth
loop impedance to any point in the electrical system shall not be in excess of 1.0 ohm in
order to ensure satisfactory operation of protective devices. G.I. wire/aluminium wire shall be connected to the equipment by providing
crimping type socket/lug. Wherever ear thing strip to be provided in cable tray, it shall be suitably bolted on cable tray and electrically bonded to the cable tray at regular interval. Excavating & refilling of earth, necessary for laying underground earth bus loops shall be the responsibility of the supplier. Wherever earth leads/strips/wire are laid in cable trenches, these shall be firmly and suitably cleaned to the walls/supporting steel structure on which cable is clamped. The neutral of the transformer shall be connected to earth pit independently and earth pit shall have copper earth plate. Long runs of GI strip shall be connected at each end with lap type welding to ensure continuity.
Bureau of Indian Standards to be Followed for Electrical Erection
1. PVC insulated cables (light duty) for working voltage upto 1100 volts 694-1990 Part I & II
2. PVC insulated cables (heavy duty) for voltage upto 1100 volts 1554-1988 Part I
3. PVC insulated cables (heavy duty) for voltage 3.3 KV to 11 KV 1554-1988 Part II
4. Specification for polyethylene insulated PVC sheathed heavy duty
electric cables for voltage not exceeding 1100 V
5959-1970 Part I
5. Specification for polyethylene insulated PVC sheathed heavy duty
electric cables for voltage 3.3 KV to 11 KV
5959-1970 Part II
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
75
6. Guide for marking of insulated conductors 5578-1970 or 5575
7. Code of practice for installation and maintenance of power cables upto
33 kV
1255-1983
8. Code of practice for earthing 3043-1987
9. Guide for safety procedures and practices in electrical work 5216-1982
10. Code of practice for installation and maintenance of AC induction motor
starters
5214-1969
11. Code of practice for installation and maintenance of induction motors 900-1992
12. Code of practice for installation and maintenance of switchgears 10118 - 1982
Part I, II, III, IV
13. Code of practice for installation and maintenance of transformers 10028 – 1981 Part I
14. Code of practice for electrical wiring installation, voltage not exceeding
650 V
732-1989
15. Code of practice for electrical wiring installation (system voltage
exceeding 650 V)
2274-1963
16. Guide for testing three-phase induction motor 4029-1967
17. Guide for safety Procedures & Practices in electrical works 5316
18. XLPE Cables for working voltage upto and including 1100 Volts 7098 – 1988 Part I
19. XLPE Cables for working voltage upto 33 kV 7098 – 1988 Part II
20. Boxes for enclosures of electrical accessories 5133
21. Electric Power connectors 5561
22. HRC Cartridge Fuse Link up to 650 V 2208
23. Code of Practice for Selection, Installation & Maintenance of Fuse up to
650 V
3108
24. Cables methods of testing 10810
25. Danger / Lattice Boards 3551
26. National Electric Code SP :30
Recommended Cable Size for Industrial Wiring
The following selection table shall be followed for cables of motors unless otherwise specified:
3 Phase 415 V
Motor H.P.
Direct-on-line Star-Delta Starter
Supply side Motor side Supply side Motor side
Copper conductor Cable Size : Sq mm
Up to 7.5 2.5 2.5 2.5 2 X 2.5
10 4 4 4 2 X 2.5
15 6 6 6 2 X 2.5
20 10 10 10 2 X 4
25 16 16 16 2 X 6
30 16 16 16 2 X 6
40 25 25 25 2 X 10
50 35 35 35 2 X 16
Aluminium conductor Cable Size: Sq mm
60 70 70 70 2 X 35
75 95 95 95 2 X 50
100 120 120 120 2 X 70
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
76
125 185 185 185 2 X 95
150 240 240 240 2 X 120
180 - - 300 2 X 150
200 - - 2 X 150 2 X150
250 - - 2 X 185 2 X 185
275 - - 2 X 240 2 X 240
300 - - 2 X 240 2 X 240
Note: Cables indicated above in the table shall be only armoured copper conductor cable for
DOL starter upto 50 HP motor. For motors rating 60 HP and above, armoured aluminium
cable should be used.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
77
Pro forma for PCC, DB, Motor Control Centres Test
SN Test Report
1 Circuit (Breaker/Bidder/Supplier Module Designation/Bus Number)
2 Insulation resistance (Contacts open, breaker Racked in position)
a. Between each Phase & Bus (Mega Ohm)
b. Between each phase and earth (Mega Ohm)
c. DC and AC control & auxiliary circuits (Mega Ohm)
d. Between each phase of CT/PT and between CT & PT circuit if any (Mega
Ohm)
3 CT Checks
a. CT ratio
b. CT secondary resistance
c. CT polarity check
4 Check for contact alignment and wipe
5 Check/test all releases/ relays
6 Check mechanical interlocks
7 Check electrical interlocks
8 Check switchgear/control panel wiring
9 Checking breaker/Bidder/Supplier circuits for
a. Closing- local and remote (wherever applicable)
b. Tripping-local and remote (wherever applicable)
10 Opening time of breaker/ contactor
11 Closing time of breaker/ contactor
Signature and seal of Engineer-in-charge of RCDF,
Jaipur
Signature of Consultant(Perfect Solutions)
Signature and seal of Engineer-in-charge of
Bidder/Supplier
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
78
Pro forma for motor testing SN Test Report
1 Name plate details
A Voltage
B HP / KW
C Mounting
D Current
E RPM
F Frame size
G Make
H Sr No
I Others
2 Insulation test (before cable connection)
A Between Phase and Earth (Mega Ohms)
B Between each Phase (Mega Ohms)
3 Insulation test (after cable connection)
A Between Phase and Earth (Mega Ohms)
B Between each Phase (Mega Ohms)
4 No load current
A R Phase Amps
B Y Phase Amps
C B Phase Amps
5 Full load current
A R Phase Amps
B Y Phase Amps
C B Phase Amps
6 Temperature rise after 4 hours run
A On no load degree C
B On full load degree C
C Ambient temperature during test degree C
7 Operation of thermal overload relay
A At normal Full Load current of motor
B At twice Full Load current of motor trips in
seconds
Signature and seal of Engineer-in-charge of RCDF,
Jaipur
Signature of Consultant(Perfect Solutions)
Signature and seal of Engineer-in-
charge of Bidder/Supplier
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
79
Pro forma for Testing Cables
Sr No Test Report
1 Date of Test
2 Drum Number (from which cable is
taken)
3 Cable From -> To
4 Length of run of this cable (meter)
5 Insulation resistance test (In Mega Ohm)
A Voltage of Megger Volts
B Between core-1 to earth
C Between core-2 to earth
D Between core-3 to earth
E Between core-1 to core-2
F Between Core-2 to Core-3
G Between Core-3 to Core-1
6 High Voltage Test (Voltage Duration)
A Between Cores and Earth
B Between Individual Cores
Signature and seal of Engineer-in-charge of
RCDF, Jaipur
Signature of Consultant (Perfect
Solutions)
Signature and seal of Engineer-in-charge of
Bidder/Supplier
46.0 Supply, Fabrication, Erection and Testing of Piping :
46.1 Codes and standards :
All piping system including sub-contracted materials shall comply with the latest
editions of the following wherever applicable :
a) Indian Boiler Regulation
b) Regulation of Inspector of Explosives
c) All applicable Indian Standards
d) All applicable State Laws.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
80
46.2 Scope of Supply :
Erector shall supply all piping materials like pipes, fittings, flanges and other items as
shown in his scope in the flow diagrams/specifications.
46.3 Scope of erection to be performed by Erector is outlined below :
a) The scope of erection for piping includes all system covered under his scope of work
in the flow diagram/specification.
b) Erector shall also install small accessory, piping an any specialities furnished with or
for equipment such as relief valves, built is bypass, and other items of this type.
c) Erector’s work terminates at the final tube or pipe connection at pumps, including the
final connection.
d) Erector shall install primary elements for flow measurement, control valves, and on
line metering equipment.
e) Erector shall perform necessary internal machining of pipe for installing crevices,
flow nozzles, straightening vances, control valves.
f) Erector shall install all valves and specialities being procured from others.
g) Erector shall hydrostatically test all piping systems including valves and specialities &
instrument impulse line at suitable pressures.
h) All piping shall be internally cleaned and flushed by Erector before and after erection
in a manner suited to the service as directed by RCDF.
i) For hydrostatic testing and water flushing, erector shall furnish necessary pumps,
equipment and instruments, piping etc. Purchase will provide water at available points
of supply to which Erector’s temporary piping will be connected.
46.4 Colour code shall be used to identify pipe material. Erector shall be able to identify on
request all random piping prior to any field fabrication.
46.5 All steam piping shall be fabricated in complete accordance with Indian Boiler Code and
all approval required shall be obtained by Erector from the inspecting authority.
46.6 Erector shall be responsible for the quality of welding done by his organisation and shall
conduct tests to determine the suitability of the welding procedure used by him.
46.7 Erector shall employ welded construction for all black steel piping. All black steel pipes
50 mm. and below shall have socket welded joints unless otherwise specified.
46.8 All piping supports, guides, anchors, rod hangers, spring hangers, rollers with incidental
structural sub framing shall be furnished and erected by Erector.
46.9 All piping shall be suspended, guided and anchored with due regard to general
requirements and to avoid interference with other pipes, hangers, electrical conduits and
their supports, structural members and equipment and to accommodate insulation to
conform to purchaser’s loading limitation. It is the responsibility of the piping Erector to
avoid all interferences while locating hangers and supports.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
81
46.10 Anchors and/or guides for pipe lines or for other purpose shall be furnished when
specified for holding the pipe line in position or alignment. Hangers shall be designed
fabricated and assembled in such a manner that they cannot become disengaged by any
movement of the support pipe.
46.11 All piping shall be wire brushed and purged with air blast to remove all dust, mill scale
from inner surface. The method of cleaning shall be such that no material is left on the
inner or outer surfaces which will affect the serviceability of the pipe.
46.12 Effective precaution such as capping and sealing shall be taken to protect all pipes ends
against ingress of dirt and damage during transit or storage. The outside of the carbon
steel pipe (black) shall receive two coats of red lead paint.
47.0 Testing for :
1. HP Steam 4. Soft and Raw Water
2. LP Steam 5. Air
3. Glycol 6. SS Piping
7. Insulation 8. Electricals
9. Motors 10. Equipments.
Should conform to the latest ISI standards.
48.0 Service piping Installation guide lines :
48.1 Chilled water & Glycol piping (if mentioned in purchase order)
The scope of erection and installation if mentioned, comprises a set of GI ‘B’ class pipes
and fittings for chilled water and glycol including supports, isolation and non-return
valves etc. for providing chilled water or glycol to all the equipment which would
require chilled water or glycol. All the necessary headers for interconnecting all the
chilled water and glycol pumps and auxiliary materials like adapters, reducers, flanges,
union, valves/cocks/ (of gun-metal/brass for valves upto 100 mm. dia), strainers,
gaskets, packing etc. required for the pipe should also be supplied and installed by the
erector. The pipeline should be insulated as per the specification detailed.
48.2 Steam & Hot Water and molasses Piping (if mentioned in purchase order)
The scope of supply and installation of mentioned, comprises the following set of steam
pipes and fittings for providing steam connections from the indicated battery point to all
the equipments requiring steam in accordance with IBR, MS Class ‘C’ pipes, fittings and
auxiliary items. The scope of supply and installation includes the necessary pipes
supports, isolation supports, isolation valves, nonreturn valves, safety valves, check
valves, pressure reducing valves steam traps, strainers, expanders, bends, gaskets,
packing, sight glasses, pressure gauges etc. The manufacturer’s certificates that the
material conforms to IBR duly attested by concerned authority should be furnished for all
items as per requirements. The necessary check valves(s) and other fittings required at the
sources of tapping at the battery point should also be supplied and installed by the erector.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
82
Set of condensate pipes and fittings of MS Class ‘C’ to interconnect the condensate return
line. The supply is inclusive of necessary pipe supports isolation valves, check valves,
bends, gaskets, packing etc.
48.3 Soft well water piping (if mentioned in purchase order)
The scope of installation comprises (if mentioned) a set of well water pipes and fittings
including supports, isolation and non-return valves etc. Pipes of GI Class ‘B’ for
providing well water to sterlizer would be required. All the necessary headers for inter-
connecting the water pumps and auxiliary material like adopters reducers, flanges, union
valves/checks (of gun metal/brass for valve upto 100 mm dia), bends, strainers, gaskets,
packing etc. required for the pipe should also be supplied and installed by the erector.
48.4 Water distribution (if mentioned in purchase order)
The scope of supply and installation if mentioned comprises of the following:
Set of water pipes and fittings of GI Class ‘B’ for providing water connection to the
various equipment/items and points requiring water (raw and soft water) from battery
limits. The scope is also inclusive of the necessary pipes and fittings, GI Class ‘B’ for the
soft water from the softening plant to soft water overhead tank if specifically mentioned
and further to all the equipments requiring soft water and interconnections with suitable
valves etc. from all the compartments of the overhead tank. The supply and installation is
inclusive of necessary pipe supports, isolated valves, strainers, bends gaskets, packing,
polythene/copper tubes and all other necessary auxiliary items.
48.5 Air requirement (if mentioned in purchase order)
The scope of supply and installation if mentioned comprise of the following:
Set of air pipes and fittings in accordance with MS ‘C’ Class for providing air to the
various equipments/items and controls and points requiring the same. The scope of supply
and installation is inclusive of necessary pipe supports, valves, filters, bends, gaskets,
packing, polythene, copper tubes and all other necessary auxiliary items.
48.6 All the above referred piping should generally be of welded execution and must be
removed of mill scales and properly cleaned before installation.
49.0 Important Note :
49.1 All the necessary materials, of a quality and make approved by RCDF required for
carrying out the installation mentioned in 46.2 shall be supplied by the Erector.
49.2 Piping (SS) (if mentioned in Purchase Order)
The scope includes the installation and inter connection of a set of SS Pipes and fittings,
including cocks, valves, Tees, flanges, unions, bends, reducers, liners and other necessary
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
83
fittings SMS/IDF standards, for inter connecting all the equipment listed. Necessary pipe
supports shall be also installed by the Erector.
49.3 Pipe fittings at connection points
All the required fittings that would be needed in the piping at all the tapping, termination,
connection and intermediate points must be installed by the Erector.
49.4 The erector shall prepare and submit the piping layout drawing, details of supports, details
of tapping, termination interconnection etc. for approval. All the piping work shall be
carried out strictly in accordance with the approved drawings/details. The respective milk
flow diagram to which the piping layout correspondence must also be furnished by the
erector.
50.0 Insulation (if mentioned in Purchase Order)
50.2 Insulation of Steam condensate & Hot water pipe lines :
All the steam and hot water pipes shall be insulated with 50 mm. thick mineral wool or
equivalent. The insulation shall be carried out in the following manner:
1) Cleaning of surface to be insulated. Applying a coat of red oxide primer and fixing
glass wool/mineral wool of suitable thickness tightly to the pipe, butting all joints to
be tied with lacking wire.
2) The insulation should be covered with GI wire netting.
3) The steam and hot water lines, after insulation must be covered with 22 gauge
aluminium sheet with proper grooves and overlaps and secured in position with 12
mm. self tapping Parker screws.
4) In case the insulation does not have the desired insulation properties, the entire
insulation will have to be redone at the erector’s cost to give the desired results.
5) In case of condensate return piping, all the steps mentioned above shall be executed
except that the thickness of insulation shall be 30 mm.
All the necessary materials of quality and make approved by RCDF required for carrying out the
insulation mentioned in 50.2 shall be supplied by the erector.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
84
ANNEXURE-I TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
To,
Managing Director,
Rajasthan Co-operative Dairy Federation Ltd.,
Saras Sankul, JLN Marg, Jaipur -302017
Sub: Acceptance of Terms & Conditions of Tender.
Tender Reference No.__________________________
Tender ID No. ________________________________
Name of Tender/ Work / Item ________________________________________________
_________________________________________________________________________ Dear Sir,
1. I / We have downloaded / obtained the tender documents(s) for the above
mentioned “Tender / Work / Item” from the web site(s) namely:
__________________________________________________________________
__________________________________________________________ as per
your advertisement, given in the above mentioned website(s).
2. I / We hereby certify that I/We have read and understood the entire terms and
conditions of the tender documents (including all documents like Special Notes,
annexure(s), Schedules(s), Specifications of the item(s), etc.) which form part of
the contract agreement and I / We shall abide hereby the terms / conditions /
clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organization too
has also been taken into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally agree & accept the tender conditions of above
mentioned tender document(s) corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated or breached then your
department / organization shall without prejudice to any other legal right or remedy
be at liberty to reject this tender / bid including the forfeiture of the full said earnest
money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, With Official Seal)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
85
ANNEXURE-II
SECTION-I
MANUFACTURERS’ AUTHORISATION FORM
(Please see Clause 2(a) of Eligibility Criterion)
No.__________________________________Dated___________________________
To,
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION
“SARAS SANKUL”, J.L.N. MARG,
JAIPUR – 302 017.
Sub : - Tender reference No._______________________________________.
Dear Sir,
We________________________________________ an established and reputable
manufacturers of ______________________________________________ having factories at
________________ and _______________________ do hereby authorise
M/s._____________________________________________ (Name and address of Agents) to
bid, negotiate and conclude the contract with you against tender reference
No.__________________________________ for the above said goods manufactured by us.
No company or firm or individual other than M/s._________________________
________________________________ are authorise to bid, negotiate and conclude the
contract in regard to this business against this specific tender.
We hereby extend our full guarantee and warranty for the goods offered for supply
against your tender.
Yours faithfully,
(NAME)
for and on behalf of M/s.
(Name of Manufacturers) Note : This letter of authority should be on the Letter Head of the manufacturing concern
and should be signed by a person competent and having the power of attorney to bind the
manufacturer.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
86
ANNEXURE-III
SECTION-II – SCHEDULE-I
(Refer clause No.2(b) of Eligibility Criterion)
Major works successfully completed during the past five years
Sr.
No.
Name of
Work Place
Contract
Reference
Name
of client
Value
of
Work
Time of
Completion
Date of
Completion
Note : Indicate plant capacity and major parameters handled.
Completion Certificate from Clients should be enclosed with the bid.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
87
ANNEXURE-IV
SECTION-II – SCHEDULE-II
(Refer clause No.2(b) (iii) of Eligibility Criterion)
WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR
Sr.
No.
Name of
Work
Work
order
reference
Name of
client
Place of
work
order
Value of
Work
order
Completion
period
Date
Note : Indicate plant capacity and major parameters handled.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
88
ANNEXURE-V
SECTION – III
TECHNICAL DEVIATION STATEMENT FORM
(Refer Clause 5 of Eligibility Criterion)
The following are the particulars of deviations from the requirements of the tender
specifications :
CLAUSE DEVIATION REMARKS
(Including justification)
Dated Signature and seal of
the Manufacturer/Bidder
NOTE :
(1) Where there is no deviation, the statement should be returned duly signed with an
endorsement indicating “No Deviations”.
(2) The technical specifications furnished in the bidding document shall prevail over
those of any other document forming a part of our bid, except only to the extent of
deviation furnished in the statement.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
89
ANNEXURE-VI
RATE QUOTATION FORM FOR SUPPLY / SUPPLY, INSTALLATION &
COMMISSIONING OF EQUIPMENT
ALL RATES TO BE FILLED IN PRESCRIBED .XLS FILE ONLY
(TO BE UPLOADED IN FINANCIAL BID COVER-2)
Tender Inviting Authority: MD Rajasthan Co-operative Dairy Federation Ltd.
Price schedule-PART-2
Name of Work: ““DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 25
KLPD DAIRY PLANT ALONGWITH UTILITIES ON TURN KEY BASIS” AT KHETARI DISTRICT JHUNJHUNU (RAJ.).
Contract No RCDF/DPM& Proj./(C-4008)/2015-16/884-87 Dated 29.02.2016
Bidder Name:
PRICE SCHEDULE
Sl.
No
.
Item
Description
Basic
Price
(in.
Rs.)
(Part
I)
Packin
g &
forwar
ding
charges
Excise
Duty
Sales
Tax/R
ST/CS
T/VA
T in
Rs
Entry
tax if
any
Transp
ortatio
n and
Insaur
ance
Any
Other
Charges
if Any
Total
FOR
Site
Price
of 3-9
Installati
on and
Commssi
oning
Charges(
part II)
Ser
vice
Tax
Total
Amou
nt In
Rs.
(10-
12)
1 2 3 4 5 6 7 8 9 10 11 12 13
1 Total Net FOR
Unit Price for
supply,
installation &
commissioning
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
***Total in Figures 0.00 0.00
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
90
ANNEXURE – VI
DETAILS
PART 1. : “DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 25
KLPD DAIRY PLANT ALONGWITH UTILITIES & ON TURN KEY BASIS” AT KHETARI DISTRICT
JHUNJHUNU (RAJ.).
ALL RATES TO BE FILLED IN PRESCRIBED .XLS FILE ONLY
LIST OF EQUIPMENTS AND FORMAT FOR 25 KLPD DAIRY PLANT
Tender Inviting Authority: MD Rajasthan Co-operative Dairy Federation Ltd.
Price schedule-PART-1
Note : TOTAL RATE OF SUPPLY & TOTAL RATE OF ERECTION AND COMMISSIONING OF PRICE SCHEDULE PART-1
SHOULD BE FILLED IN PRICE SCHEDULE PART-2 IN COLUMN NO 3 AND COLUMN NO 11 RESPECTIVELY.
Contract No RCDF/DPM& Proj./(C-4008)/2015-16/884-87 Dated 29.02.2016
Bidder Name:
Sl.
No.
Item Description Capacity Quantity Units Unit Rate
of Supply
Unit
rate of
erectio
n &
Commi
sioning
Total
rate of
supply
Total
rate of
erectio
n &
Commi
sioning
Total rate
of (supply,
erection &
Commisioni
ng)
1 2 3 4 5 6 7 8 9 10
1. Milk Reception
1.1 Electric Weighing
Scale with bowl 500
Kg., & dock
automation
* As per
T.S.
1 SET 0 0 0 0 0
1.2 Chain Can Conveyor
with can tipping bar
(powered )
* As per
T.S.
1 set 0.00 0.00 0.00 0.00 0.00
1.3 Dump Tanks -
1000 Kg. x 2 (for good
milk & sour milk)
* As per
T.S.
2 Nos. 0.00 0.00 0.00 0.00 0.00
1.4 S.S. can Scrubber * As per
T.S.
2 Nos. 0.00 0.00 0.00 0.00 0.00
1.5 Can drip saver * As per
T.S.
1 No. 0.00 0.00 0.00 0.00 0.00
1.6 Platform balance 100
Kg.
Suitable 1 Set 0.00 0.00 0.00 0.00 0.00
1.7 Milk Pumps 10,000
LPD / 3.5 HP 30 Mtrs.
Head
10 KLPH 4 Nos. 0.00 0.00 0.00 0.00 0.00
1.8 SS Balance tank 200 Ltrs. 8 Nos. 0.00 0.00 0.00 0.00 0.00
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
91
2 Process Section 0 0
2.1 Milk Chillers
10,000LPH
* As per
T.S. 1 Set 0.00 0.00 0.00 0.00 0.00
2.2 Milk Pasteurizer 5,000
LPH expandable to
10000 LPH
* As per
T.S. 1 Set 0.00 0.00 0.00 0.00 0.00
2.3 Milk Separator 5,000
LPH
* As per
T.S. 1 Set 0.00 0.00 0.00 0.00 0.00
2.4 Raw Milk Storage
Tanks (HMST) 15 KL
* As per
T.S.
2 Nos. 0.00 0.00 0.00 0.00 0.00
2.5 Pasteurised Milk
Storage Tanks (HMST)
15 KL
* As per
T.S.
2 Nos. 0.00 0.00 0.00 0.00 0.00
2.6 Cream Ripening Tanks
5 KL
* As per
T.S.
1 No. 0.00 0.00 0.00 0.00 0.00
2.7 Butter Churn 2 KLPH * As per
T.S.
1 No. 0.00 0.00 0.00 0.00 0.00
2.8 Milk Pumps 10,000
LPH (3.5 HP) 30 Mtrs.
Head
10000
LPH
1 Lot 0.00 0.00 0.00 0.00 0.00
2.9 Ghee Kettle 1000 L. * As per
T.S.
1 set 0.00 0.00 0.00 0.00 0.00
2.10 Ghee Settling Tank
1000 L
* As per
T.S.
1 No. 0.00 0.00 0.00 0.00 0.00
2.11 Butter melting Vat
1000 L
* As per
T.S.
1 No. 0.00 0.00 0.00 0.00 0.00
2.12 Ghee & Butter Oil
pumps 1000 ltr. per hr.
Suitable 1 Lot 0.00 0.00 0.00 0.00 0.00
2.13 Ghee Clarifier 1 KLPH * As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
2.14 Ghee storage tank Cap.
2.5 Ltrs.
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
2.15 Sour Milk Separator * As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
2.16 Butter Trolley cap. 600
Kg.
* As per
T.S.
2 No. 0.00 0.00 0.00 0.00 0.00
2.17 Ghee pouch filling
machine cap. 1500
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
3 Liquid Milk Packing 0 0
3.1 Form fill and Seal
Machine (Mechanical)
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
3.2 Crate Conveyors
Rollers
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
3.3 Plastic Crates Suitable 2000 Nos. 0.00 0.00 0.00 0.00 0.00
3.4 Leackage Pouch Tank
with stainer cap. 500
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
92
ltrs.
3.5 Manual operated jet
type crate washer.
Suitable
As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
4. Services
4.1 Complete Refrigeration
Plant with Ice Bank
system with suitable
IBTs, Ammonia
Compressors,
Condensers, Condenser
Pumps, etc.
* As per
T.S.
1 Lot 0.00 0.00 0.00 0.00 0.00
4.2 Cold store of 7Mtr* 7Mtr.
size with AHUs,
insulation, doors, air
curtains, safety devices
etc.
* As per
T.S.
1 Lot 0.00 0.00 0.00 0.00 0.00
4.3 Boiler 1000 Kg./ hour -
with chimney
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
4.4 F.O. Service Tank cap.
825 Ltrs., Boiler feed
water tank Cap.2000 ltr
with structure
* As per
T.S. 1 Set
4.5 F.O. tanks of 35 KL
capacity, F.O. Loading &
Unloading system with
oil pumps, oil service
line, with heating
arrangement etc.
* As per
T.S. 1 Lot
4.6 Water softening plant
with accessories 100000
ltrs. per day
* As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
4.7 Air Compressor (Screw) * As per
T.S.
1 Set 0.00 0.00 0.00 0.00 0.00
4.8 RO system 5000 per hr.
alongwith PVC tank &
pipe lines etc
* Suitable. 1 Set 0.00 0.00 0.00 0.00 0.00
5. Electricals
5.1 Complete electrical
work consisting of HT
& LT switch geares,
panels for 11 KVA 3
phase 50 Hz. AC
Supply consisting of
following. HT switch /
VCB, LT panel,
Electric panels for
* As per
T.S.
1 Lot 0.00 0.00 0.00 0.00 0.00
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
93
(Refrigeration section,
process section, ghee
section, Boiler section,
External lighting,
Internal lighting, ETP,
Pump House etc. 315
KVA Transformer with
accessories, Automatic
power factor control
panel with capacitor
bank, HT/LT cables,
control panels, cables
various size etc.
6. General
6.1 D.G. Set 160 KVA * As per
T.S.
1 Lot 0.00 0.00 0.00 0.00 0.00
6.2 Erection &
commissioning of
equipment alongwith
allied pipe lines i.e. (SS
pipe line, GI pipe line,
MS pipe lines with
required valves &
fittings, MS Pipe line
HP / LP with
insulation and steam
valves)
* As per
T.S.
1 Lot 0.00 0.00 0.00 0.00 0.00
6..3 Effluent treatment
plant
Suitable 1 Lot 0.00 0.00 0.00 0.00 0.00
Total 0.00 0.00 0.00 0.00 0.00
***Total in Figures 0.00
***Total in Words
Note:-
(1) The plant & machinery, utilities shall be supplied as per respective specification
detailed at Annexure - X
(2) The tenderer should provide plant and machinery layout defining inter-connection of
equipment and flow of milk, water, steam etc.
(3) Steam generation system : Boiler with chimney, feed water tank, day oil service tank, Furnace Oil tank, FO loading &
unloading system with allied pipelines, heat tracing etc, PRS, High/low pressure line,
expansion joint, steam/water flow meter, water softener, steam trapes, condensate recovery
system.
(4) Complete electrical work
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
94
Metering system, HT/LT panel with equipped with all safety control, VCB/ACBs,
transformers, DG Set, APFC panel, HT & LT cables, cable tray.
(5) In addition to the standers mentioned, all works shall also conform to the requirements of
the following for which necessary certifications of the concerned departments are to be
obtained and submitted to the concerned Milk Union/RCDF:-
a. Indian Electricity Act and rules framed there under.
b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
95
ANNEXURE – VII
AGREEMENT
(On non judicial stamped paper of value Rs.500/-, 1000/- & 5000/-)
1. An agreement made this ___________ day of ____________ between
M/s.____________________ hereinafter called “approved supplier” which expression
shall where the context so admits, be deemed to include his heirs, successors, executors
and administrators of the one part and the Rajasthan Co-operative Dairy Federation Ltd.
(hereinafter called “the Federation” which expression shall, where the context so admits,
be deemed to include his successors in office and assigns) of the other part.
2. Whereas the approved supplier has agreed with the Federation for supply,
installation, testing and commissioning of & all those articles set forth in the
supply order/work order issued vide No._________ and in the manner set forth in
the aforesaid order.
3(a) And whereas the approved supplier has deposited a sum of Rs._______ in form of
Demand Draft as security for the due performance of the agreement.
3(b) And whereas the approved tenderer/supplier has agreed :
(i) to keep the security deposit with the Federation in form of demand draft for an initial
period of 12 months or such extended period so as to cover the period of performance of
contract i.e. supply/erection/commissioning as per purchase order. In case the
contractor/supplier completes its contractual obligations before 12 months the deposit
can be refunded before 12 months at the sole discretion of RCDF before aforesaid
period of 12 months.
(ii) that no interest shall be paid by the Federation on the security deposit.
(iii) that in case of breach of any terms & conditions of the aforesaid supply order of
this agreement by the contractor/supplier the amount of security deposit shall be
liable to forfeiture in full or part by the Federation.
NOW THESE PRESENT WITNESS
1. In consideration of the payment to be made by the Federation at the rates setforth in the
aforesaid supply order/work order, the approved supplier will duly supply the articles
setforth/execute the work in the aforesaid supply order/work order and in the manner
setforth and within the period stipulated in the conditions of the tender and order.
2. The conditions of the tender as given in the tender document for the work,
conditions of the aforesaid supply order/work order and also any subsequent
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
96
amendment as may be issued by the Federation will be deemed to be taken as part
of this agreement and are binding on the parties executing this agreement.
3(a) The Federation do hereby agree that if the approved supplier shall duly supply the
said articles/execute the work in the time and manner aforesaid, observe and keep
the said terms & conditions, the Federation shall pay or cause to be paid to the
approved supplier, at the time and in manner set forth in the said conditions, the
amount payable for each and every consignment/work executed on supplier’s
raising bills.
3(b) The mode of payment will be as specified in the supply order/work order.
4. Delivery shall be effected and completed in the manner and time specified in the
supply order.
5. In case the approved supplier fails to deliver the goods/execute the work within the
time specified in the aforesaid supply order/work order, the conditions of
liquidated damages clause and penalty those for late deliveries as stipulated in the
aforesaid tender/supply order/contract shall be enforced.
6. In case of any doubt or question arising on the interpretation pertaining to the supply
order/tender the terms of the contract shall be binding, override and final over the supply
order/tender.
7. If any dispute or difference shall at any time arise between the two parties in
respect of or concerning any of this herein contained or arising out of this supply
order/tender/agreement as to the rights, liabilities or duties of the said parties
hereunder or as to the recovery of any amount, the same shall be referred to the
sole arbitrator M.D., RCDF who in turn may refer the dispute to any officer of
RCDF for adjudication. The arbitration shall be in accordance to the law of
Arbitration and Conciliation Act, 1996. The decision of the Sole Arbitrator shall be
final and binding on both the parties.
8. All the disputes pertaining to the said contract shall vest to the jurisdiction of
Courts at Jaipur.
In witness whereof the parties hereto have set their hands on the _____________ day ______________________.
SIGNATURE OF THE SIGNATURE FOR AND ON
APPROVED SUPPLIER: BEHALF OF the Federation:
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
97
Witness No.1 Witness No.1
Signature :______________________ Signature :_________________
Name :______________________ Name :_________________
Address :______________________ Address :_________________
______________________ _________________
______________________ _________________
Witness No.2 Witness No.2
Signature :______________________ Signature :_________________
Name :______________________ Name :_________________
Address :______________________ Address :_________________
______________________ _________________
______________________ _________________
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
98
ANNEXURE-VIII
(Form of Bank Guarantee against 30% advance sought from the Dugdh Sanghs for
supply/erection contracts)
1. In consideration of the ______________ ZILA DUGDH UTPADAK SAHAKARI
SANGH LTD.,_______________ (hereinafter called “The SANGH”) having agreed to
grant an advance of Rs.___________(Rupees____________________________ only)
to M/s.________________________ (hereinafter called the said supplier(s) under the
terms and conditions of an agreement /Purchase Order No._________________ dated
_____________ made between the Rajasthan Co-operative Dairy Federation Ltd.,
Jaipur and / or SANGH and M/s.______________________ for supply/erection and
commissioning (hereinafter called the said agreement/purchase order) on production of
a Bank Guarantee for Rs.________________ (Rupees ___________________________
only), We _______________________(hereinafter called “The Bank”) do hereby
undertake to pay the SANGH an amount not exceeding
Rs.______________(Rupees________________________ only) against any
loss/damage caused to or suffered or would be caused to or suffered by the SANGH by
reasons of any breach by the said supplier(s) or any of the terms and conditions
mentioned in the said agreement/Purchase Order.
2. We ________________________ (Name of the Bank) do hereby undertake to pay the
amount due and payable under this guarantee without any demur, merely on a demand
from the SANGH stating that the amount claimed is due by way of loss or damage caused
to or would be caused to or suffered by the SANGH by reasons of any breach by the said
supplier(s) or any of the terms and conditions contained in the said agreement/Purchase
Order, or by reason of the supplier(s) failure to perform the said agreement/purchase
order. Any such demand made on the Bank shall be conclusive as regards the amount due
and payable by the Bank under this guarantee. However our liability under this guarantee
shall be restricted to an amount not exceeding Rs.___________ (Rupees ____________
only).
3. We _______________ (Name of the Bank) further agree that the guarantee herein
contained shall remain in full force and effect during the period that would be taken for
the performance of the said agreement/purchase order and that it shall continue to be
enforceable till all the dues of the SANGH, under or by virtue of the said
agreement/purchase order have been fully paid and its claims satisfied or discharged or
till the SANGH certifies that the terms and conditions of the said agreement/purchase
order have been fully and properly carried out by the said supplier(s) and accordingly
discharge the guarantee unless a demand of claim under this guarantee made on us in
writing on or before _______________. We shall be discharged from all liabilities
under this guarantee thereafter.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
99
4. We _______________ (Name of the Bank) further agree with the SANGH that the
SANGH shall have the fullest liberty without our consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said
agreement/purchase order to extend the time of performance by the said supplier(s) from
time to time or to postpone for any time or from the time to time any of the power
exercisable by the SANGH against the said supplier(s) and to forbear or endorse any of
the terms and conditions relating to the said agreement/purchase order and we shall not be
relieved from our liability by reason of any such variation of extension or for any
forbearance, act or omission on the part of the SANGH or any indulgence by the SANGH
to the said supplier(s) or by any such matter or thing whatsoever which under the law
relating to sureties would but for this provision have effect of so relieving us.
5. We _________________ (Name of the Bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the SANGH in writing.
6. Notwithstanding anything stated above our liability under this guarantee is restricted to
Rs.________________(Rupees __________________________ only). Our guarantee
shall remain in force until unless a suit or an action to enforce a claim under this guarantee
is filed against us before that date, i.e. on or before ____________ all your rights under
the said guarantee shall be forfeited and we shall be released and discharged from all
liability thereunder.
The Bank agrees that the amount hereby guaranteed shall be due and payable to the
SANGH on SANGH’s serving a notice requiring the payment of the amount and such
notice shall be served on the Bank either by actual delivery thereof to the Bank or by
despatch thereof to the Bank by registered post at the address of the said Bank. Any notice
sent to the Bank at its address by Registered Post shall be deemed to have been duly
served on the Bank notwithstanding that the notice may not in fact have been delivered.
NOTWITHSTANDING – anything contained herein :
1) Our liability under this Bank Guarantee shall not exceed
Rs.____________(Rupees______________________________________only).
2) This Bank Guarantee shall be valid upto _________________ and,
3) We are liable to pay the guaranteed amount under this Bank Guarantee only and only
if you serve upon us a written claim or demand in the manner specified above on or
before ______________.
7. Notwithstanding anything stated above the Bank Guarantee shall be discharged by the
SANGH once the advance amount released against the Bank Guarantee along with
interest or penalty if any payable on such advance has been fully recovered/adjusted.
Place :
Date :
Signature & Seal
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
100
ANEXURE-IX
(Performa of Bank Guarantee for releasing 10% balance payment)
(On Non-judicial stamp paper)
This deed of Guarantee made on this __________ day of ____________ 20 (Two
thousand___________________) by _____________ (Name and address of the Bank)
(hereinafter referred to as “The Bank”) which expression shall where the context or meaning so
requires, includes the successors and assignees of the Bank and furnished to the ____________
ZILA DUGDH UTPADAK SAHKARI SANGH LTD., _____________________ (hereinafter
referred to as “The SANGH” which expression shall unless repugnant to the context or the
meaning there of include its legal representatives, successors and assignees.
WHEREAS the Rajasthan Co-operative Dairy Federation Ltd., Jaipur and / or SANGH
has placed its purchase order bearing No._________ dated ________ (Name and address of the
party) (Hereinafter called “The supplier”) for supply /and erection of ________________ and
WHEREAS the SANGH has agreed to pay to the supplier final 10% of the value of the
equipment on submission of a Bank Guarantee of equal amount, which will be kept valid up to
________ from the date of supply or 12 months from date of commissioning of material at site.
In consideration of the SANGH having agreed to pay to the supplier
Rs.___________(Rupees_______________only) being the last 10% of the value of the
equipment, we__________(Name of the Bank) hereby undertake and guarantee to make
repayment to the SANGH of the said 10% amount or any part thereof which does not become
payable to the supplier by the SANGH in accordance with the terms and conditions of the said
purchase order. The Bank further undertakes not to revoke this guarantee during its currency
except with the previous consent of The SANGH in writing and this guarantee shall be a
continuous and irrevocable guarantee upto a sum of Rs.______ (Rupees___________only). The
Bank shall not be discharged or released from this guarantee by any arrangement between the
supplier and the SANGH with or without the consent of the Bank or any alterations in the
obligations of the parties or by any indulgence, forbearance shown by the SANGH to the supplier
and that the same shall not prejudice or restrict remedies against the Bank nor shall the same in
any event be a ground of defence by the Bank against the SANGH. We_________ (Name of the
Bank) do hereby undertake to pay an amount due and payable under this guarantee without any
demur, merely or demand from the SANGH stating that the amount claimed is due to the
SANGH. In case the SANGH puts forth a demand in writing on the Bank for the payment of the
amount in full or in part against this guarantee, the Bank shall consider that such demand by itself
is a conclusive evidence and proof that the supplier has failed in complying with the terms and
conditions stipulated by the Rajasthan Co-operative Dairy Federation Ltd., Jaipur and / or
SANGH without raising any dispute regarding the reasons for any such lapse/failure on the part
or the supplier.
This guarantee shall be in addition to and without prejudice to any other securities or
remedies which the SANGH may have or hereafter possess against the supplier/tenderer and the
SANGH shall be under no obligation to marshal in favour of the Bank any such securities or fund
or assets that the SANGH may be entitled to receiving or have a claim upon and the SANGH at
its absolute discretion may vary, exchange, renew, modify or refuse to complete or enforce or
assign any security or instrument.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
101
The Bank agrees that the amount hereby guaranteed shall be due and payable to the
SANGH on SANGH’s serving a notice requiring the payment of the amount and such notice shall
be served on the Bank either by actual delivery thereof to the Bank or by despatch thereof to the
Bank by registered post at the address of the said Bank. Any notice sent to the Bank at its address
by Registered Post shall be deemed to have been duly served on the Bank notwithstanding that
the notice may not in fact have been delivered to the Bank.
In order to give full effect to the provisions of this guarantee the Bank hereby waives all
rights inconsistent with the above provisions and which the Bank might otherwise as a guarantor
be entitled to claim and enforce.
Notwithstanding anything contained here in before, our liability under this guarantee is
restricted to Rs.____________(Rupees_______________________only) and it shall remain in
force until __________, unless a suit or action is filed against us to enforce such claims, within
three months from the aforesaid date, all the SANGH’s rights under this guarantee shall be
forfeited and we shall be relieved and discharged from all liabilities thereunder.
Place :
Date :
(SIGNATURE)
Seal
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
102
ANNEXURE – IX(A)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
103
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
104
DETAILED
TECHNICAL
SPECIFICATION
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
105
Sub section-1
Project Information
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
106
Project Information
“DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 25 KLPD DAIRY
PLANT ALONGWITH UTILITIES ON TURN KEY BASIS” AT KHETRI DISTRICT
JHUNJHUNU (RAJ.).
Introduction
The scope of the tender shall include the following:-
Scope of Work: The scope of work includes design, supply, installation, testing &
commissioning of plant and machinery, utilities as per list detailed below:-
S. No Particulars Quantity
(in Nos.)
1. Electric Weighing Scale with bowl 500 Kg., & dock automa+tion 1 Set
2. Chain Can Conveyor with can tipping bar (powered ) 1 No.
3. Dump Tanks -
1000 Kg. x 2 (for good milk & sour milk)
2 Nos.
4. S.S. can Scrubber 2 Nos.
5. Can drip saver 1 No.
6. Platform balance 100 Kg. 1 No.
7. Milk Pumps 10,000 LPD / 3.5 HP 30 Mtrs. Head 4 Nos.
B) Process Section :
1. Milk Chillers 10,000LPH 1 No.
2. Milk Pasteurizer 5,000 LPH expandable to 10000 LPH 1 No.
3. Milk Separator 5,000 LPH 1 No.
4. Raw Milk Storage Tanks (HMST) 10 KL 2 Nos.
5. Pasteurised Milk Storage Tanks (HMST) 10 KL 2 Nos.
6. Cream Ripening Tanks 5 KL 1 No.
8. Butter Churn 1 KLPH 1 No.
9. Milk Pumps 10,000 LPH (3.5 HP) 30 Mtrs. Head 4 Nos.
10 Ghee Kettle 1000 L. 1 No.
11. Ghee Settling Tank 1000 L 1 No.
12. Butter melting Vat 1000 L 1 Set
13. Ghee & Butter Oil pumps 5000 ltr. per hr. 2 Nos.
14. Ghee Clarifier 1 KLPH 1 No.
15. Ghee storage tank Cap. 2.5 Ltrs. 1 No.
16. Sour Milk Separator 2 Nos.
17. Butter Trolley cap. 600 Kg. 2 Nos.
18. Ghee pouch filling machine cap. 1500 1 No.
C) Liquid Milk Packing :
1. Form fill and Seal Machine (Mechanical) 1 No.
2. Crate Conveyors / Rollers 1 No.
3. Plastic Crates 2000
Nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
107
4. Leackage Pouch Tank with stainer cap. 500 ltrs. 1 No.
5 Manual operated jet type crate washer. 1 No.
D) Services 1. Complete Refrigeration Plant with Ice Bank system with suitable IBTs, Ammonia
Compressors, Condensers, Condenser Pumps, etc.
1 Set
2. Cold store of 7Mtr* 7Mtr. size with AHUs, insulation, doors, air curtains, safety
devices etc.
1 No.
3. (a) Boiler 1000 Kg./ hour -
(b) F.O. tanks of 35 KL capacity.
(c) Chimney for 1 Ton boiler
(d) F.O. Service Tank cap. 825 Ltrs. with structure
(e) F.O. Loading & Unloading system with oil pumps, oil service line, with heating
arrangement etc.
(f) Boiler feed water tank Cap.2000 ltr
1 No.
1 No.
1 No.
1 No.
1 Lot
4. Water softening plant with accessories 100000 ltrs. per day 1 No.
5. Air Compressor (Screw) 1 No.
6. RO system 5000 per hr. alongwith PVC tank & pipe lines etc 1 Set
E) Electricals :
1. Complete electrical work consisting of HT & LT switch geares, panels for 11
KVA 3 phase 50 Hz. AC Supply consisting of following. HT switch / VCB, LT
panel, Electric panels for (Refrigeration section, process section, ghee section,
Boiler section, External lighting, Internal lighting, ETP, Pump House etc. 315
KVA Transformer with accessories, Automatic power factor control panel with
capacitor bank, HT/LT cables, control panels, cables various size etc.
1 Lot
F) General :
1. D.G. Set 160 KVA 1 No.
2. Erection & commissioning of equipment alongwith allied pipe lines i.e. (SS
pipe line, GI pipe line, MS pipe lines with required valves & fittings, MS Pipe
line HP / LP with insulation and steam valves)
1 No.
3. Work shop tools Set
4. Lab equipments Set
5. Fire fighting / safety equipment Set
6. Effluent treatment plant 1 N
o.
Note:-
The plant & machinery, utilities shall be supplied as per respective specification
detailed at Annexure -
The tenderer should provide plant and machinery layout defining inter-connection
of equipment and flow of milk, water, steam etc.
Following approvals are required from RCDF before fabrication of equipment
and for the execution of awarded work:- General arrangement drawing of the IBT
coils, accumulator and valves arrangement shall have to be got approved by the
contractor before fabrication.
Steam generation system : * Boiler with chimney, feed water tank, day oil service tank, Furnace Oil tank, FO
loading & unloading system with allied pipelines, heat tracing etc, PRS, High/low
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
108
pressure line, expansion joint, steam/water flow meter, water softener, steam trapes,
condensate recovery system.
Complete electrical work
Metering system, HT/LT panel with equipped with all safety control, VCB/ACBs,
transformers, DG Set, APFC panel, HT & LT cables, cable tray.
In addition to the standers mentioned, all works shall also conform to the requirements
of the following for which necessary certifications of the concerned departments are to
be obtained and submitted to the concerned Milk Union/RCDF:-
a. Indian Electricity Act and rules framed there under.
b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
1. The Tenderer shall be responsible for developing the conceptual layout and flow diagram
to ensure successful operation of the plant with minimum investment.
2 Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry out
all minor works necessary to achieve the rated capacity of the plant even though they
might not have been expressly mentioned in the tender document.
3 All the equipment to be supplied will have to be manufactured and supplied as per the
standard specifications adopted by the Milk Plant manufacturer/dairy industry in the
country.
4 This contract will be “Fixed Rate Contract” and the contractor will have to supply the
equipment and complete the erection and commissioning within the agreed contract value
and no escalation of prices will be allowed.
5 It is absolutely essential to complete the job of design, fabrication, supply, erection and
commissioning of Milk Dairy project within 12 months from the date of signing the
contract and receipt of advance.
6 The tenderer is advised to visit to site so as to apprise himself of actual site condition and
quantum of work involved.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
109
Sub Section-2
Instruction to Bidder
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
110
Instructions to Bidder
This section of the bidding document defines the way that bidders are required to structure the
presentation of the technical section of the bids. All technical data are to be provided in the
format given in this section. Any bidder not following the bid format structure or providing
insufficient technical data/information or presenting data that is not in the required format is
liable to be deemed non-responsive.
Introduction:
The bidder is to take note of the various points listed in the introduction and they are to describe
their technical proposal and systems, which they have applied in designing the plant. Also to
highlight any special technical innovation that the bidder proposes to include in the plant that
will improve the performance, reduce operating costs, reduce maintenance or improve product
quality.
The preamble should commence at the start of the process and work logically through the
process. Any such highlights should be cross referenced with the Bid Schedule, Annexure and
paragraph number to which they apply.
Instructions to Bidders
2.1 This Sub - Section of the tender defines the way that bidders are required to structure the
presentation of the technical section of their bids.
2.2 All technical data required by the tender is to be provided in the format given in this Sub
- Section. If no format is given for any specific item the bidder may submit bid in their
format.
2.3 Any bidder not following the required bid document structure of presenting technical
data that is not in the required format is liable to be deemed non-responsive.
Bid Structure of Technical Section
2.4 The technical section of the bid is to be structured in the same order as Tender
Document. Each statement is to be numbered with the same Sub-section and paragraph
number as in the Tender Document. Every page of the technical section of the bid is to be
numbered. Section number is also indicated in every page. The general structure,
therefore, is to be as follows:
Sub – Section Subject
1 Introduction
2 Instruction to Bidders
3 Design Basis
4 Responsibilities
5 Project Management
6 Scope of Supply and Technical Specifications ( Tender package)
7 Battery Limits
8 Deviations from Technical Requirements
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
111
9 Optional & Additional Items
10 Drawings and Documentation
11 Requirement for Bidder meeting
2.5 The bidder is to cover each requirement of the Tender Document by statements, technical
data and descriptive material and, in particular to detail the following:
SUB - SECTION 1 INTRODUCTION
Preamble
The bidder is to describe his technical proposal in details, stating the processes and
systems, which he has, applies in designing the plant layout. Also to highlight any
special technical innovations that the bidder proposes to include in the plant that will
improve the performance, reduce operating cost or improve product quality.
SUB –SECTION 2 ACCEPTANCE OF WORKING CONDITION
A statement is required accepting the “working Conditions” that have been described
in Tender.
SUB – SECTION 3 BASIS OF DESIGN
The bidder is to required to follow the Basic of Design in the tender, and indicate
clearly where additional processes or alternative processes of equipment are
considered to be necessary or desirable to achieve optimum plant operation efficiency,
optimum product quality within the standards specified, and optimum plant operation
convenience.
Under the utilities sections quantified the peak and daily loads of each utility.
SUB – SECTION 4 RESPONSIBILITIES
Responsibilities of the Bidder
The bidder is required to specifically state his acceptance of non-acceptance of each
clause in this sub-section. Non acceptance shall be deemed a deviation from the tender
and should be mentioned in deviations, Sub - Section 8.
Responsibilities of Purchaser
The bidder is required to state here any additional responsibilities that he consider are
to be borne by Client besides those described in the tender.
SUB – SECTION 5 PROJECT MANAGEMENT
Time Schedule
The bidder is to state in this subsection the proposed programme of implementation
from receipt of order to commencement of product trials, to be provided.
The bidder is to ensure that the following Sub - Sections are fully detained and
quantify the duration and manpower supplied to each.
Commissioning
Product trials
Training
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
112
SUB – SECTION 6 SCOPE OF SUPPLY & TECHNICAL SPECIFICATIONS
The bidder is required to follow the sequence of the tender Document and to make a
statement on each paragraph. Do not leave any item without a clarify statement.
SUB – SECTION 7 BATTERY LIMITS
Battery limits for the plant are mentioned in this sub-Section.
SUB – SECTION 8 DEVIATIONS
All technical deviations are to be stated. This is mandatory, and failures to comply
with make the bid liable to be deemed non-responsive see Annexure - V
SUB – SECTION 9 OPTIONAL ITEMS
Items that the bidder includes in this Sub - Section that are considered by evaluation
team to be essential to the satisfactory operation of the plant, shall be included in the
commercial evaluation of the bid.
SUB – SECTION 10 DRAWINGS, DATA & DOCUMENTS
The list of drawings and technical documents required for technical evaluation is
included in Sub - Section 10. These include a number of data sheet formats to be
completed by the bidder. The completion of this format is mandatory, and failure to
comply will make the bid liable to be deemed non-responsive.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
113
Sub Section-3
Design Basis
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
114
INTRODUCTION
The Rajasthan Dairy Co-operative (RCDF) is setting up to install a New Dairy Plant
having a capacity of processing 25000 Ltrs. of Milk per Day which should be
expendable up to 50 LLPD. The proposed dairy plant is to be created at Khetri Distt.
Jhunjhunu. The project will benefit to milk producers/rural population which shall have
a constant market at their door step for milk. It shall help in uplifting the rural economy
.
The newly established dairy plant shall have all modern equipment with latest
technology and enhance and upgrade the processing infrastructure to take care aptly all
the incoming and procured milk from village level milk producers.
The work should be executed on a single responsibility basis and the bidder should
consider the work in totality. It should be understood that any minor work, which
may not be explicitly detailed but is necessary for the proper functioning of the
individual equipment or plant as a whole, is included in the scope of work without any
additional cost.
All the equipment for the plant shall be designed, supplied and installed in accordance
with the prevailing and applicable standards. The bidder shall be responsible for
arranging approval from various applicable Indian Statutory authorities on behalf of the
Purchaser. The Purchaser, on production of documentary evidence, shall reimburse the
statutory fees.
The design and layout of the additional facilities, selection of equipment and services,
methodology of plant execution, testing and commissioning shall be carefully planned
and executed with the knowledge of normal operational & processing routine of the dairy
plant.
The general technical specification of the major components and the ancillary items
described in the technical section, its capacities and quantities proposed by the
Purchaser are furnished in the ‘Basis of Design’ and ‘Schedule of Quantities’. These
are only for the guidance of the bidders to quote their prices on comparable basis.
However, it shall be construed and understood that bidder is familiar / acquainted about
the nature and the quantum of work involved and has submitted his offer without
deviating the basic configuration of the plant.
The quantity of pipes, fittings, valves, cables, cable trays, earthing, instruments,
structural and supports etc are to be offered based on the actual requirement at site. The
bidder shall have to work out the details based on the system offered.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
115
II GENERAL DESCRIPTION
Scope of Work: The scope of work includes design, supply, installation, testing &
commissioning of plant and machinery, utilities as per list
detailed below:-
S. No Particulars Quantity
(in Nos.)
1. Electric Weighing Scale with bowl 500 Kg., & dock automa+tion 1 Set
2. Chain Can Conveyor with can tipping bar (powered ) 1 No.
3. Dump Tanks -
1000 Kg. x 2 (for good milk & sour milk)
2 Nos.
4. S.S. can Scrubber 2 Nos.
5. Can drip saver 1 No.
6. Platform balance 100 Kg. 1 No.
7. Milk Pumps 10,000 LPD / 3.5 HP 30 Mtrs. Head 4 Nos.
B) Process Section :
1. Milk Chillers 10,000LPH 1 No.
2. Milk Pasteurizer 5,000 LPH expandable to 10000 LPH 1 No.
3. Milk Separator 5,000 LPH 1 No.
4. Raw Milk Storage Tanks (HMST) 10 KL 2 Nos.
5. Pasteurised Milk Storage Tanks (HMST) 10 KL 2 Nos.
6. Cream Ripening Tanks 5 KL 1 No.
8. Butter Churn 1 KLPH 1 No.
9. Milk Pumps 10,000 LPH (3.5 HP) 30 Mtrs. Head 4 Nos.
10 Ghee Kettle 1000 L. 1 No.
11. Ghee Settling Tank 1000 L 1 No.
12. Butter melting Vat 1000 L 1 Set
13. Ghee & Butter Oil pumps 5000 ltr. per hr. 2 Nos.
14. Ghee Clarifier 1 KLPH 1 No.
15. Ghee storage tank Cap. 2.5 Ltrs. 1 No.
16. Sour Milk Separator 2 Nos.
17. Butter Trolley cap. 600 Kg. 2 Nos.
18. Ghee pouch filling machine cap. 1500 1 No.
C) Liquid Milk Packing :
1. Form fill and Seal Machine (Mechanical) 1 No.
2. Crate Conveyors / Rollers 1 No.
3. Plastic Crates 2000
Nos.
4. Leackage Pouch Tank with stainer cap. 500 ltrs. 1 No.
5 Manual operated jet type crate washer. 1 No.
D) Services 1. Complete Refrigeration Plant with Ice Bank system with suitable IBTs, Ammonia
Compressors, Condensers, Condenser Pumps, etc.
1 Set
2. Cold store of 7Mtr* 7Mtr. size with AHUs, insulation, doors, air curtains, safety 1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
116
devices etc.
3. (a) Boiler 1000 Kg./ hour -
(b) F.O. tanks of 35 KL capacity.
(c) Chimney for 1 Ton boiler
(d) F.O. Service Tank cap. 825 Ltrs. with structure
(e) F.O. Loading & Unloading system with oil pumps, oil service line, with heating
arrangement etc.
(f) Boiler feed water tank Cap.2000 ltr
1 No.
1 No.
1 No.
1 No.
1 Lot
4. Water softening plant with accessories 100000 ltrs. per day 1 No.
5. Air Compressor (Screw) 1 No.
6. RO system 5000 per hr. alongwith PVC tank & pipe lines etc 1 Set
E) Electricals :
1. Complete electrical work consisting of HT & LT switch geares, panels for 11
KVA 3 phase 50 Hz. AC Supply consisting of following. HT switch / VCB, LT
panel, Electric panels for (Refrigeration section, process section, ghee section,
Boiler section, External lighting, Internal lighting, ETP, Pump House etc. 315
KVA Transformer with accessories, Automatic power factor control panel with
capacitor bank, HT/LT cables, control panels, cables various size etc.
1 Lot
F) General :
1. D.G. Set 160 KVA 1 No.
2. Erection & commissioning of equipment alongwith allied pipe lines i.e. (SS
pipe line, GI pipe line, MS pipe lines with required valves & fittings, MS Pipe
line HP / LP with insulation and steam valves)
1 No.
3. Work shop tools Set
4. Lab equipments Set
5. Fire fighting / safety equipment Set
6. Effluent treatment plant 7 N
o.
Note:-
The plant & machinery, utilities shall be supplied as per respective specification
detailed at Annexure -
The tenderer should provide plant and machinery layout defining inter-connection
of equipment and flow of milk, water, steam etc.
Following approvals are required from RCDF before fabrication of equipment
and for the execution of awarded work:- General arrangement drawing of the IBT
coils, accumulator and valves arrangement shall have to be got approved by the
contractor before fabrication.
Steam generation system : * Boiler with chimney, feed water tank, day oil service tank, Furnace Oil tank, FO
loading & unloading system with allied pipelines, heat tracing etc, PRS, High/low
pressure line, expansion joint, steam/water flow meter, water softener, steam trapes,
condensate recovery system.
Complete electrical work
Metering system, HT/LT panel with equipped with all safety control, VCB/ACBs,
transformers, DG Set, APFC panel, HT & LT cables, cable tray.
In addition to the standers mentioned, all works shall also conform to the
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
117
requirements of the following for which necessary certifications of the
concerned departments are to be obtained and submitted to the concerned Milk
Union/RCDF:-
j. Indian Electricity Act and rules framed there under.
k. Fire, Insurance and Regulations Act.
l. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
m. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
n. Regulations laid down under the Explosive Act.
o. Regulations as per Weight and Measure Act.
p. Pollution Control Board of Rajasthan.
q. Bureau of Indian Standards
r. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
BASIS OF DESIGNS
The proposed dairy plant shall be designed to handle 25000 ltrs of raw milk per day. The
associated activities are as follows:-
* Raw Milk chilling, raw milk storage, pasteurization, pasteurize milk storage, tandardization
of pasteurize milk, milk packing, cooling of packed milk in cold store, dispatch of packed milk,
excess Fat handling, butter making, butter melting, ghee making, ghee packing, and ghee
dispatch.
* The copy of plant building layout is duly enclosed. The civil work already commenced bidder
shall submit the plant machinery layout with consideration of building layout.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
118
Sub Section-4
RESPONSIBILITIES
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
119
4.0 RESPONSIBILITIES OF BIDDER
4.0.1 Developing the process design, complete engineering design, manufacturing and/or
supply of goods and service and ensuring best performance of individual
equipment/systems/process plant as a whole. The bidder shall avail the assistance of
reputed specialists in the respective field wherever required as well as past experiences
gained during installation/ commissioning of the of projects.
4.0.2 Providing technical data, technical literature, production and service load calculations.
4.0.3 Arranging for approvals from various statutory authorities on behalf of the Purchaser .
The statutory fees will be reimbursed by Purchaser on production of receipt.
4.0.4 First charge of oil/lubricants.
4.0.5 Execution of project in accordance with prevailing Indian standards IER & IBR,
wherever applicable & relevant to the project.
4.0.6 Testing and commissioning satisfactorily and performance of all equipment in bidder’s
scope and after sales service at mutually agreed terms.
4.0.7 Test equipment, test kits, instrumentation and materials required for establishing
performance parameters. However laboratory equipment required for testing milk
quality etc. shall be provided by the Purchaser to establish product quality.
4.0.8 Provide necessary manpower during erection, testing and commissioning along with
tests.
4.0.9 Testing, commissioning of the system under scope as per agreed performance
parameters and utility consumption.
4.0.10 Training Purchaser 's personnel in the field of instrumentation, automation, plant
operation & control, maintenance & repair of systems & equipment.
4.0.11 Powder type fire extinguishers shall be provided at strategic points.
4.0.12 Details input for civil design, building layout and drawing, sewage details buildings,
cable trench, underground condensate piping and drainage etc.
4.0.13 Lightening protection system & protection against rain.
4.0.14 Bidder should submit complete plant layout of Dairy Plant, capacity 25000 LPD
expandable up to 50000 LPD.
4.0.15 Distribution of water, steam, electricity within dairy project is in the scope of bidder. It
includes all necessary MS / GI, SS pipes, fittings, structure, electricals, automation &
control etc.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
120
4.1 RESPONSIBILITIES OF PURCHASER
4.1.1 Documents on local site conditions related to climate, access and
communications.
4.1.2 Electric power and water will be made available for use by RCDF free of cost.
These supplies will be made, where available at one central point in the site
convenient to RCDF and all piping for service water to work area shall be
furnished, installed and maintained by erector at his own expense. He shall also
furnish, install and maintain at his cost the power lines, junction boxes and any
other electrical receptacles, apparatus or equipment from the central point of his
work area.
4.1.3 Lighting and domestic wiring system and internal telephone system including
the switch boards for lighting. Engineering personnel to liaison with the
supplier, Project Manager and the execution team.
4.1.4 Permanent water and power supply at the time of pre-commissioning of the
plant.
4.1.5 Adequate staff including operators, supervisors and engineers for product
trials.
4.1.6 Provision of and cost of services, raw products, packaging materials &
chemicals.
4.1.7 Timely provision of personnel for training.
4.1.8 Provide open storage area, lockable store and office space during erection and
commissioning of project.
4.1.9 Suitable Site fabrication yard
4.1.10 Telephone and fax on chargeable basis.
4.1.11 Payment as per agreed terms and conditions.
4.1.12 Approval of drawing within 10 days from date of submission and decision
within a week on any issue which will come up.
4.1.13 Project manager with team throughout the implementation.
4.1.14 Availability of required quantity of milk for the designed product to conduct
the first run of product trials at the rated plant capacity.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
121
SUB SECTION – 5
PROJECT MANAGEMENT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
122
5.0 TIME SCHEDULE
5.0.1 Project execution shall be scheduled to mutually agreed time bound
programme, which should not exceed 12 months from the date of signing of
contract along with advance payment to commencement of product trials and
service load trials. The Project Manager of bidder will provide the Project
Manager of the Purchaser with monthly expediting and progress reports, which
clearly indicate the actual vs., planned progress and the new likely completion
dates of supply, erection, and commissioning and product trials. Bidder shall
give total project time schedule and charts(CPM-PERT) in soft (MS Projects)
and hard copies.
5.0.2 The project-staffing pattern shall be submitted before commencement of work
and should include sufficient personnel to meet the execution time schedule.
5.0 MANAGEMENT TEAM
5.0.3 A Project Manager who shall be adequately experienced in projects of similar
magnitude and type shall head a competent executive team. Reputed experts in
various fields who shall be responsible for satisfactory execution of the project
shall assist the Project Manager. He shall be responsible for overall
implementation of the project, from commencement to final takeover of the
plant.
5.0.4 A Project Engineer shall be appointed for day to day operation and co-
ordination, and to ensure successful and satisfactory design, procurement,
manufacture, inspection, erection, testing and commissioning of all the
equipment/facilities/systems within the time bound schedule.
5.0.5 The Project Manager and Project Engineer shall attend technical and review
meeting between various parties involved in the project, and ensure
implementation of all decision taken in the meetings.
5.0.6 The Project Manager shall also be responsible for detailed material accounting
at site and management of project materials and equipment stored at site.
5.0.7 The Purchaser will nominate a Project Manger with whom the Project
Manager of the supplier shall communicate/co-ordinate.
5.0.8 For smooth execution of the project, a team of Project Manager and Key
Personnel shall remain consistent throughout the execution period.
5.0.9 The Project Manager shall be fully authorized to take on-spot decision with
regards to:-
Modification in layout and execution programme to suit local condition.
To purchase essential materials from local market to avoid delays.
5.1 APPROVAL
5.1.1 Purchaser shall give approval on technical documentation within 7 working
days after submission. Amendments, which are not in the original scope of
work or due to changes in concept, shall be taken up by the supplier as per
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
123
mutually agreed rates to be decided before execution, and shall be binding on
the supplier.
5.1.2 Supplier shall obtain approval for purchase of specific makes of equipment
whose makes are not mentioned in his offer. If two or more makes of
equipment are mentioned in the form of alternatives in the approved list , the
supplier shall select any one of the particular make from the approved list
after mutual discussions with the Purchaser.
5.2 INSPECTION
5.2.1 For indigenous items, the suppliers shall invite Purchaser for inspection and
preliminary testing. Inspection may be required at various stages of
manufacture/assembly for some items. The Purchaser will arrange to complete
such inspection as maybe necessary along with clearance within a reasonable
time (7 days) from the date of intimation by the supplier.
5.2.2 For imported items, however, the supplier shall do the inspection at his cost
and submit the necessary test certificate wherever possible.
5.3 SITE WORK AND INSTALLATION
5.3.1 Protection of electronic equipment.
It is the responsibility of the bidder to ensure that all electronic equipment and
control system shall be fully protected against hostile environment, humidity,
heat and dust that will be encountered during storage and installation.
5.3.2 Temporary power supplies.
Power supply at Khetri is normally very stable, but the bidder is responsible to
ensure that delicate electronic equipment used during construction, such as
welding machine, testing devices etc. are protected against damage from mains
supply. In the event of a major power failure in the system, it shall be the
responsibility of the bidder to hire a diesel generator if this prove to be
necessary.
5.5 COMMISSIONING
5.5.1 After satisfactory erection and testing, a competent team shall be deputed to
commission the plant and to run product trials and to establish performance
parameters.
5.6 PRODUCT TRIAL AND PERFORMANCE GUARANTEE
5.6.1 On completion of the Commissioning period, the plant will be operated at full
capacity to the satisfaction of the Project Authority for a period of seven days
on the designed product.
5.6.2 If shut down occurs due to External Force Majeure reasons after 16 hours of
operation in any day, this shall be considered as a full day of testing. If at less
than 16 hours of operation, the trials shall be continued for an additional full
day.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
124
5.7 TRAINING
5.7.1 The objective of the training is to provide selected staff members of the dairy
with necessary knowledge of dairy technology and maintenance to ensure a
sound and suitable operations of the plant. Emphasis will be given on
application as well as operation and not on basics.
- Dairy staff for:
- Operation of process, services utilized and process technology
- Operation of machinery and equipment
- Maintenance staff for:
- On the job training for technical personnel
- Maintenance of plant and equipment
- Instrumentation staff:
- On job training covering calibration
- On the job training for technical personnel regarding set points
- Fault finding and maintenance
- Automation staff :
- Process logic
- Fault finding and maintenance
- Electrical staff
- Training on Sub station, PCC and MCC
- Training on control and power wiring diagram
- Fault finding and maintenance
- Supervisory staff and operating staff:
- Control and automation schemes
5.8 STAND BY OPERATION OF THE PLANT
The bidder will offer “Stand-by” Personnel to assist the Purchaser during the
first year of operation as mentioned below:
Senior members of each commissioning team will attend at site for two
missions during the first year of operation. The first mission will commence
immediately after product trial and second mission after 6 months of first
mission. Each mission will be of one week duration.
The stand-by team will place particular emphasis on ensuring that correct
operation procedures are followed by the plant operators and that running
adjustment are made correctly to the plant items, controls and instruments.
They shall also run organized training sessions to strengthen the weak areas of
plant management, operation and maintenance.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
125
5.9 SERVICE COVER
The representative of the supplier shall attend the project for two days every
Four months through out two years following first product trials. These visits
will cover meetings, training, equipment adjustment and servicing.
The objective of service covers are intended to ensure that the efficiency of the
plant is maintained at the optimum level and:
1. To help improve operating and maintenance procedures.
2. To keep the plant adjusted for optimum energy efficiency, product quality
and minimum product losses.
3. To arrange for service visits by specialists to inspect, service and carry out
reports.
Spare parts during the services cover shall be supplied by the Purchaser.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
126
SUB SECTION –6
Scope of supply and technical
specification
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
127
Scope of Work: The scope of work includes design, supply, installation, testing &
commissioning of plant and machinery, utilities as per list
detailed below:-
S.
No
Particulars Quanti
ty (in
Nos.)
A) Milk Reception :
1. Electric Weighing Scale with bowl 500 Kg., & dock
automa+tion
1 Set
2. Chain Can Conveyor with can tipping bar (powered ) 1 No.
3. Dump Tanks -
1000 Kg. x 2 (for good milk & sour milk)
2 Nos.
4. S.S. can Scrubber 2 Nos.
5. Can drip saver 1 No.
6. Platform balance 100 Kg. 1 No.
7. Milk Pumps 10,000 LPD / 3.5 HP 30 Mtrs. Head 4 Nos.
B) Process Section :
1. Milk Chillers 10,000LPH 1 No.
2. Milk Pasteurizer 5,000 LPH expandable to 10000
LPH
1 No.
3. Milk Separator 5,000 LPH 1 No.
4. Raw Milk Storage Tanks (HMST) 10 KL 2 Nos.
5. Pasteurised Milk Storage Tanks (HMST) 10 KL 2 Nos.
6. Cream Ripening Tanks 5 KL 1 No.
8. Butter Churn 1 KLPH 1 No.
9. Milk Pumps 10,000 LPH (3.5 HP) 30 Mtrs. Head 4 Nos.
10 Ghee Kettle 1000 L. 1 No.
11. Ghee Settling Tank 1000 L 1 No.
12. Butter melting Vat 1000 L 1 Set
13. Ghee & Butter Oil pumps 5000 ltr. per hr. 2 Nos.
14. Ghee Clarifier 1 KLPH 1 No.
15. Ghee storage tank Cap. 2.5 Ltrs. 1 No.
16. Sour Milk Separator 2 Nos.
17. Butter Trolley cap. 600 Kg. 2 Nos.
18. Ghee pouch filling machine cap. 1500 1 No.
C) Liquid Milk Packing :
1. Form fill and Seal Machine (Mechanical) 1 No.
2. Crate Conveyors / Rollers 1 No.
3. Plastic Crates 2000
Nos.
4. Leackage Pouch Tank with stainer cap. 500 ltrs. 1 No.
5 Manual operated jet type crate washer. 1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
128
D) Services 1. Complete Refrigeration Plant with Ice Bank system with
suitable IBTs, Ammonia Compressors, Condensers,
Condenser Pumps, etc.
1 Set
2. Cold store of 7Mtr* 7Mtr. size with AHUs, insulation,
doors, air curtains, safety devices etc.
1 No.
3. (a) Boiler 1000 Kg./ hour -
(b) F.O. tanks of 35 KL capacity.
(c) Chimney for 1 Ton boiler
(d) F.O. Service Tank cap. 825 Ltrs. with structure
(e) F.O. Loading & Unloading system with oil pumps,
oil service line, with heating arrangement etc.
(f) Boiler feed water tank Cap.2000 ltr
1 No.
1 No.
1 No.
1 No.
1 Lot
4. Water softening plant with accessories 100000 ltrs. per
day
1 No.
5. Air Compressor (Screw) 1 No.
6. RO system 5000 per hr. alongwith PVC tank & pipe
lines etc
1 Set
E) Electricals :
1. Complete electrical work consisting of HT & LT
switch geares, panels for 11 KVA 3 phase 50 Hz.
AC Supply consisting of following. HT switch /
VCB, LT panel, Electric panels for (Refrigeration
section, process section, ghee section, Boiler
section, External lighting, Internal lighting, ETP,
Pump House etc. 315 KVA Transformer with
accessories, Automatic power factor control panel
with capacitor bank, HT/LT cables, control panels,
cables various size etc.
1 Lot
F) General :
1. D.G. Set 160 KVA 1 No.
2. Erection & commissioning of equipment
alongwith allied pipe lines i.e. (SS pipe line, GI
pipe line, MS pipe lines with required valves &
fittings, MS Pipe line HP / LP with insulation and
steam valves)
1 No.
3. Work shop tools Set
4. Lab equipments Set
5. Fire fighting / safety equipment Set
6. Effluent treatment plant 1 No.
Note:-
(4) The plant & machinery, utilities shall be supplied as per respective
specification detailed at Annexure -
(5) The tenderer should provide plant and machinery layout defining inter-
connection of equipment and flow of milk, water, steam etc.
(6) Steam generation system :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
129
Boiler with chimney, feed water tank, day oil service tank, Furnace Oil tank, FO
loading & unloading system with allied pipelines, heat tracing etc, PRS, High/low
pressure line, expansion joint, steam/water flow meter, water softener, steam trapes,
condensate recovery system.
(4) Complete electrical work
Metering system, HT/LT panel with equipped with all safety control, VCB/ACBs,
transformers, DG Set, APFC panel, HT & LT cables, cable tray.
(5) In addition to the standers mentioned, all works shall also conform to the
requirements of the following for which necessary certifications of the concerned
departments are to be obtained and submitted to the concerned Milk Union/RCDF:-
s. Indian Electricity Act and rules framed there under.
t. Fire, Insurance and Regulations Act.
u. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
v. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
w. Regulations laid down under the Explosive Act.
x. Regulations as per Weight and Measure Act.
y. Pollution Control Board of Rajasthan.
z. Bureau of Indian Standards
aa. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
130
TECHNICAL
SPECIFICATION OF
ITEMS UNDER HEAD
MILK RECEPTION
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
131
ELECTRONIC WEIGH SCALE WITH WEIGH BOWL
(SINGLE COMPARMENT) & DOCK AUTOMATION
CAPACITY : 500 L.
1.0 FUNCTIONAL REQUIREMENTS
This would be mounted in a weighing machine for weighing milk (milk would be tipped
manually in to it from 40L cans
2.0 DESIGN REQUIREMENTS
2.1 Capacity 500 L with 75 mm allowance in depth.
2.2 Dimensions of the bowl :should be suitable for the electronic weigh scale.
2.3 Slope ; 1.8 towards the outlet (from three sides )
2.4 Finish : All the welding joints are to be ground smoothly . All stainless steel surface are
to be polished to 150 grits.
2.5 Joint Curvatures : All inside Corners should have minimum radii of 25 mm .
3.0 SCOPE OF SUPPLY 3.1 The bowl : the bowl should be fabricated from 2 mm thick stainless steel sheet
conforming to (ASI 304.) the top edges should be bent outward . It should be suitable to
be suspended from the weigh scale .
3.2 Out let Valve : The outlet Valve would be mechanically operated from the reading
position . The outlet valve disc and stainless steel chain for hanging valve from the
operating lever is within the scope of supply
3.3 Strainer –cum Anti-splash unit : This should be made from 2 mm thick stainless
steel sheet conforming to ASI 304 . This would have an antis plash bowl , slanting
strainer made from perforated stainless steel sheet and mild steel pipe legs with stainless
steel pipe cladding . The legs would be grouted in the floor and the entire unit can be
withdrawn from the legs. The design and dimensions of the unit should conform to
RCDF sketch.
4.0 TESTS
The following tests should be conducted by the manufacturer at its works .
4.1 Dye penetration test for welding joints.
4.2 Water fill –up test for water tightness.
Note:-
1. Bidder should supply electronic weighing machine suspended type were with digital
display suitable for weigh bowl. The weigh bowl should be fabrication as per aforesaid
specification.
2. Dock Automation : The Dock Automation consist of S/I & Commissioning of Three
Computers i.e. for testing, weighing and server mode, Printer, Data cable / network
cable, suitable earthing etc.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
132
TECHNICAL SPECIFICATION OF CAN LOADING CONVEYING SYSTEM WITH
CAN TRIPPING BAR.
1.0 FUNCTIONAL REQUIREMENTS
The can conveyor shall be used to carry 40 L capacity milk filled cans for reception dock up
to the tipping point for milk dumping.
2.0 DESIGN REQUIREMENTS
2.1 Can tipping height - 1000mm (approx.)
2.2 POWERED DOUBLE CHAIN CONVEYOR : The powered double chain conveyor is
to carry all filled cans from the edge of the reception dock to the tripping in a stable
manner. This conveyor should have an effective length of 4 Mtrs. (subject to actual site
conditions) and rise from in floor position to the can tipping height. The complete
conveyor assembly should be made from mild steel and heavily galvanized after
fabrication, should be sand blasted and galvanized. The powered conveyor shall have to
be as per site conditions and for which the party should visit the site at Dairy Plant for
collecting the data for exact placement of the conveyor and subsequently submit the
detailed drawing for its approval to RCDF. Only after the drawing has been duly
approved by RCDF, the party should commence the fabrication.
The powered double chain conveyor shall have the gear box with a 3 HP drive motor.
The gear box should be of a reputed make and the motor should be of Kirloskar/NGEF/
Crompton/ Bharat Bijlee/ Jyoti make.
2.3 LEGS : All the conveyor assemblies shall have sufficient number of galvanized mild
steel legs with stainless steel ball feet having 50mm vertical adjustment - 1 Lot
2.4 LUBRICATION : Adequate and accessible lubricating points for all the moving parts
and power transmission assemblies.
2.5 PAINTING : All the galvanized mild steel surfaces are to be painted with a coat of
epoxy primer followed by two coats epoxy paint of grey colour.
2.6 TOOLS : Essential special tools should be supplied with the conveyor without charging
any extra cost.
NOTES :
1. General arrangement of this equipment should be designed to ensure the placement
of conveyor above ground level (trench system will not be preferred). The tenderer
is required to provide detailed drawing to be got approved from RCDF.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
133
TECHICAL SPECIFICATION OF
DUMP TANK
CAPACITY: 1000L
1.0 FUNCTIONAL REQUIREMENTS
It will work as a balance tank for milk in between the weigh bowl and milk chiller ,
2.0 DESIGN REQUIREMENTS
2.1 CAPACITY: 1000L
2.2 Dimensions of the tank: The dimensions of the tank in general will be as under ;
Inner length - 1500 mm
Inner width - 1100 mm
Overall height - 980 mm
(including the legs)
However, looking to site conditions RCDF may vary dimensions.
2.7 Slope: 1:15 towards the outlet (from all the three sides).
2.8 Finish: All the welding joints are to be ground smoothly. All stainless steel surfaces are
to be polished to 180 grits.
2.9 Joint Curvatures: All inside corners should have minimum radii of 25 mm
3.0 SCOPE OF SUPPLY
3.1 Tank: The tank should be fabricated from 2mm thick stainless steel, sheet conforming to
AISI 304. The top edges of the tank should be bent outward smoothly. – 1 no.
3.2 Accessories
3.3 Cover: The loose fitting tri-sectional top cover with lifting handles should be fabricated
from 2mm thick stainless steel sheet conforming to AISI 304. – 3 nos.
3.4 Legs: Mild Steel legs with stainless steel pipe (AISI 430) cladding with stainless steel
ball feet provided at the bottom of the tank. The stainless less steel ball feet should have
provision for height adjustment of 50 mm. – 4 nos.
3.5 Outlet: The single bottom – outlet of 63.5 mm diameter located in the middle of a long
side. It should be fitted with a 63.5 mm dia stainless steel plug type flanged valve with
complete stainless steel union on the other end. The outlet should be cup type and
should be at a height of 230 mm from the finished floor level. – 1 no.
4.0 TESTS
The following tests should be conducted by the manufacturer at its works
Dye penetration test for welding joints
Water fill-up test for water tightness of the tank.
NOTE :-
1. General arrangement of this equipment should be as per the attached reference
drawing. However there may be some changes in dimensions to suit site conditions,
maintaining the same volume.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
134
SCHEDULE - II
TECHNICAL SPECIFICATION OF SS CAN SCRUBBER
(Manually operated)
Delivery Period : Two Months
1.0 FUNCTIONAL REQUIREMENTS
1.1 General Description - The machine is required to mechanically scrub the inside
(including bottom) and outside surfaces of standard 40 liters milk cans (max dia 352mm,
height 595mm and neck dia 200mm). The cans are to be manually loaded/unloaded.
2.0 DESIGN REQUIREMENT
The generally accepted design should have a horizontal immersion bath in SS 316
construction with the two electrically driven brushes mounted in the horizontal axis.
However, other designs would also be considered.
2.1 The brush drive motor and transmission assembly should be securely mounted at one
end of the bath. The brush drive, which should rotate in the same direction, should
extend through the end wall and be fitted with a proper sealing arrangement to prevent
leakage from the bath. Bearings must be adequately protected from the ingress of water
and have adequate greasing points. The whole driving assembly should be enclosed in a
waterproof cover.
2.2 The bath should be of a robust construction (3mm thick plate) with a rigidly formed top
edge, can overflow connection and a valve discharge drain.
2.3 The high quality nylon brushes which are within the scope of the supply should be
suitable for securing rigidly to the extended drive shafts.
2.4 Frame : - Except for specialized components the machine should be constructed in SS
316 and mounted on a rigid frame.
2.5 Finish :- The complete SS sheet parts should be polishe.
2.6 Electrical requirement – Electrical motor should be wound for 400-440 V/ 3 phase/
50 HZ AC supply. The motors would be of NGEF/Bharat Bijli Make.
Electrical switchgear is not included in the scope of this supply.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
135
TECHNICAL SPECIFICATION OF SS CAN DRIP SAVER
Delivery Period : Two Months
1.0 FUNCTIONAL REQUIREMENTS
The milk can after unloading of milk in milk weigh bowel will be placed manually on can
drip Saver & can drip Saver will facilitate collection of milk left on the inner surface of
milk can. The milk will flow to drip Saver tray and from tray same will be diverted to
dump tank with the help of pipe, placed at the outlet of can drip Saver.
2.0 DESIGN REQUIREMENTS
2.1 General arrangement of can drip Saver should be should be as per the attached reference drawing.
2.10 Slope: 1:15 towards the outlet for perfect flow of milk.
2.11 Finish: All the welding joints are to be ground smoothly. All stainless steel surfaces are
to be polished to 180 grits.
2.12 Joint Curvatures: All inside corners should have minimum radii of 25 mm
3.0 SCOPE OF SUPPLY
3.1 The Can drip Saver SS tray of size 2000mm x 200mm x 100mm should be fabricated
from 2mm thick stainless steel sheet conforming to AISI 304. The top edges of the tray
should be bent outward smoothly and it should be placed on SS pipe frame at the height
of 750mm.
3.2 The SS can drip Saver frame should be fabricated as per drawing from SS pipe dia
50mm thickness 2mm conforming to AISI 304.
3.3 The stainless steel ball feet conforming to AISI 304 should be provided at the bottom of
legs. The stainless steel ball feet should have provision for height adjustment of 50 mm.
3.4 SS ball valve should be provided at the outlet of can drip Saver to facilitate flow of milk
up to dump tank.
TESTS : The following tests should be conducted by the manufacturer at works.
1. Dry penetration test for welding joints.
2. Water fill-up test of SS tray vessel for water tightness.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
136
MILK PUMP
CAP. : 10000 LPH
1.0 FUNCTIONAL REQUIREMENTS
The pump will be used to transfer Milk.
2.0 DESIGN REQUIREMENT
2.1 Capacity : 10000 LPH at30 MWC Head.
2.2 Type : The pump should be centrifugal type.
2.3 Design : It should be of sanitary design.
2.4 Prime Mover : TEFC electrical motor of suitable HP.
2.5 Finish : All the surfaces coming in contact with ghee & butter oil should be
finished to 150 grit.
3.0 SCOPE OF SUPPLY
3.1 Motor : The stainless steel (AISI 316) pump should be supplied with flanged
type electrical motor of standard make having hygienic sealing arrangement.
- 1 No.
3.2 Legs : The stainless steel (AISI 316) pump with motor should have legs having
ball feet arrangement to adjust the height of the pump. - 1 Set.
3.3 Shroud : The motor portion of the pump should be SS shrouded. The shroud
should have provision for circulation of air and entry of electrical cable along
with junction box (terminal box) - 1 No.
3.4 Union : Stainless steel (AISI 316) unions should be provided on the inlet and
outlet of the pump. - 2 Nos.
3.5 Drain Hole : A drain hole should be provided in seal housing between SS pump
and electric motor.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
137
TECHNICAL SPECIFICATION OF MILK PUMPS & TANKER
UNLOADING HOSES
Tanker unloading pump
MOC:SS 304
Construction - Type centrifugal milk pump in sanitary design & construction.
The inlet & outlet connections will be confirming to SMS standards. Pump is complete with
suitable motor covered with a SS shroud. The pump should be suitable for CIP.
Tanker Unloading Hoses.
Function: The flexible hose is used to connect the Milk Tanker outlet to the fixed position-
unloading Pump through Air Eliminator Vessel.
Construction: Food grade rubber hose, with adapter & SMS Unions at both ends. Hoses will be
heavy duty, CIP compatible. The unions should be pre-fixed to the ends through vulcanizing
process.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
138
TECHNICAL
SPECIFICATION OF
ITEMS UNDER HEAD
PROCESS SECTION
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
139
TECHNICAL SPECIFCATIONS FOR MILK CHILLER
1. Capacity : 10 KL per hour
2. Quantity
3. Functional requirement :
The plate heat exchanger would be used for chilling milk with chilled water /brine.
4. Design parameter
1. Milk : feed temperature : 35 deg. C
2. MILK outlet temperature : 4 deg. C
3. Chill water feed temperature : 1.5 deg. c4.
flow rate to milk ,
4. Ratio of chilled water flow rate to milk : 3 Times for 10 KL
5. Maximum pressure drop on Milk side : 6 MWC
6. Maximum pressure drop on Water side : 11 MWC
5. Finish
All welding joints to be ground smoothly. All SS surface are to be polished to 150 grit.
6. Plate Material : AISI 316 Quantity.
7. plate gasket : Food grade quality , Nitrite rubber Gasket which should withstand water
sterilisation temperature of 100 deg C and CIP with caustic solution at 80 deg. C
(Alkanity 0.7 % ) and Nitric Acid Solution at 70 deg C (Acidity 0.5 % )
8. Supporting frame ;The supporting frame for the plate pack should be of self
supporting design made of stainless steel (AISI 304) clad mild steel with manually
operated tightening device. The tightening device should be able to exert uniform
pressure on all the part of heat transfer plate, The frame and tightening device should
prevent the plates from deflecting under pressure differential of minimum 4 kg / sq , cm
The frame should be capable of accommodating the additional plates for the expanded
capacity.
9. Accessories :
9.1 Inlet /Outlet : The inlet and outlet for chilled water and product should be provided with
complete SMS stainless steel (AISI 304 ) union.
9.2 Thermowells : Stainless steel (AISI 304) pockets for thermometer on all the inlet and
outlet (Total 4 Nos.) Each pocket should be complete with suitable stainless steel (AISI
304 ) inclined pocket suitable for mounting stem/ probe of digital thermometer of size 4"
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
140
x 4". One pocket should be provided for digital electronic thermometer for chilled milk
outlet temperature (The thermometers are in the scope of the supply).
9.3 Ball feet : The frame should be provided with adjustable stainless steel ball feet with
provision for height adjustment of 50 mm – 4 Nos.
10 Tools ; A set of essential special tools.
11 The supplier would supply the Chiller in the frame size to be intimated separately by the
Milk Union as per their requirement.
12 No of plates would be as mentioned in the tender document and technical discussions.
IMPORTANT NOTES :
1. Plate Thickness shall be minimum 0.6mm.
2. Gaskets (food grade) shall be non-glude type.
3. Chilled water flow rate shall be three times the flow rate of milk for 5, 10, 20 & 40 KLPH.
4. The plates shall be of AISI 316 grade.
5. Four Nos. Digital Temperature Indicator (PT 100 sensor of reputed make like Honeywell)
size 2" x 4" house-in SS Box, front open, floor / wall mountable with minimum three meter
cable length shall be provided.
Drawings :
The supplier is required to submit detailed fabrication drawings to RCDF on receipt of RAL/PO
for examination. The drawings should generally be as per standard drawings for the item of
similar capacities.
Details : The supplier should furnish the following details of plates in the format given below :
No of Plates H.T.A./Plate
Chilling Section
(H.T.A. = Effective Heat Transfer Area)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
141
MILK PASTEURIZER – 5000 LPH
TECHANICAL SPECIFICATIONS OF THE SKID MOUNTED MILK PASTEURISER,
CAPACITY 5,000 LPH ALONGWITH ACCESSORIES SUITABLE FOR HEATING THE
MILK BY STEAM HEATED HOT WATER AS HEATING MEDIA :
FUNCTIONAL REQUIREMENT :
THE MILK PASTEURISER IS REQUIRED TO PASTEURISE THE MILK HAVING
MAXIMUM 7% FAT & 9.5 % SNF THE PASTEURISER SHOULD BE ABLE TO HEAT
THE MILK UPTO PASTEURISATION TEMPERATURE 80 DEGREE C & FINALLY CHIL
IT TO 4 DEGREE C.
1. DESIGN REQUAIREMENT OF PLATE PACK OF MILK PASTEURISER.
CAPACITY - 5,000 LPH
TEMPERATURE PROGRAMME : - 4-45-60-80 C
RAW MILK INLET TEMPERATURE - 4 C
PROVISION TO TAKE MILK OUT TO
FILTERATION OR SEPARATION AT - 45 C / 50 C
PROVISION TO TAKE MILK FOR
HOMOGEISATION AT - 60 C / 65 C
MILK PASTEURISATION TEMPERATURE - 80 C
PASTEURISED MILK OUTLET AT - 4 C
HEAT REGENERATION EFFICIENCY - 92%
HOLDING TIME FOR HOT MILK AT 80 C - 20 SECONDS
TYPE OF HOLDING SECTION - PLATE TYPE
MAXIMUM PRESSURE DROP ON MILK SIDE - 1.5 Kgs. /sq.cm.
CHILLED WATER FLOW RATE - 3 TIMES OF MILK FLOW
RATE
2. FINISH
ALL WELD JOINTS SHOULD BE GROUND SMOOTH. ALL STAINLESS STEEL
SURFACES ARE TO BE POLISHED TO 150 GRITS.
3.0 SCOPE OF SUPPLY:
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
142
3.1 HEAT EXCHANGER:
3.2 PLATE PACK:
THE PHE PLATES OFFERED SHOULD BE OF 0.6 mm THICKNESS HAVING
MOC OF SS-316 WITH ADHESIVE FREE NBR GASKETS & SHOULD BE OF
SANITARY DESIGN. ALL CONTACT SURFACES OF THE PLATES SHOULD BE
EASILY ACCESSIBLE OR READILY REMOVABLE FOR CLEANING &
INSPECTION.
3.3 PLATE GASKETS:
THE SEALING GASKETS OF THE PLATES SHOULD BE DESIGNED IN SUCH A
WAY TO ENSURE THE COMPLETE SEALING & PREVENT ANY CROSS
LEAKAGE INBETWEEN THE PLATES THE GASKET OFFERED SHOULD BE
ADHESIVE FREE. THE MOC OF GASKETS SHOULD BE OF NBR & SUITABLE
FOR MAXIMUM WORKING TEMPERATURE OF 112 DEGREE C. THE
GASKETS OFFERED SHOULD ALSO BE SUITABLE TO WITHSTAND 2%
CAUSTIC SODA & 2% NITRIC ACID SOLUTION AT 60 TO 80 C DURING CIP
CLEANING.
3.4 HOLDING SECTION:
THE HOLDING SECTION OFFERED SHOULD BE OF PLATE TYPE. THE PLATE
PACK OF MILK PASTEURISER SHOULD BE DESIGNED IN SUCH A WAY
THAT IT ALSO ACCOMODATES THE PLATES OF HOLDING SECTION IN THE
MILK PASTEURISER.
3.5 SUPPORTING FRAME:
THE SUPPORTING FRAME FOR THE PHE SHOULD BE OF SELF SUPPORTING
DESIGN. THE FRAME & PRESSURE PLATE & FIXED PLATE SHOULD BE
MADE OF MILD STEEL CLAD IN STAINLESS STEEL-304. PHE SHOULD BE
PROVIDED WITH MULTIBOLT TIGHTENING DESIGN TO EXERT UNIFORM
PRESSURE ON ALL THE PARTS OF HEAT TRANSFER PLATES TO PREVENT
ANY LEAKAGES FROM PHE AND DAMAGE TO PLATES. THE DESIGN OF
FRAME AND TIGHTENING DEVICE SHOULD BE SUCH SO AS TO PREVENT
ANY DEFLECTION UNDER PRESSURE DIFFERENCE OF MINIMUM 4 KG. /
Sq.Cm.
4. ACCESSORIES OF THE MILK PASTEURISER
4.1 INLET / OUTLET:
THE INLETS & OUTLETS IN EACH SECTION OF THE HEAT EXCHANGER FOR
PRODUCTS AS WELL AS SERVICE LIQUIDS SHOULD BE PROVIDED WITH
SMS UNION.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
143
4.2 THERMOWELLS FOR GLASS THERMOMETERS:
SS THERMOWELL ALONGWITH GUARD SHOULD BE PROVIDED AT
FOLLOWING SECTIONS (GLASS THERMOMETERS ARE NOT COVERED IN
THE SCOPE OF SUPPLY)
MILK INLET
OUTLET OF HOLDING SECTION
CHILLED WATER IN
CHILLED PASTEURISED MILK OUTLET
TO SEPARATION OUTLET POINT
CHILLED WATER OUTLET
HOT WATER INLET
HOT WATER OUTLET
4.3 THERMOWELL FOR RTD:
SS THERMOWELL OF SUITABLE SIZES FOR RESISTANCE TEMPERATURE
DETECTOR SHOULD BE PROVIDED FOR SENSING THE TEMPERATURE OF
FINAL CHILLED PAST. MILK, PASTEURISED HOT MILK AFTER & BEFORE
HOLDING SECTION. THESE SENSORS SHOULD ALSO PROVIDE SIGNALS TO
THE PANEL TO AUDIO VISUAL ALARM FOR UNDER HEATED MILK, AND
TEMPERATURE RECORDER FOR CONTROLLING THE MILK
PASTEURISATION TEMPERATURE.
4.4 SKID:
THE CONSTRUCTIONAL DESIGN OF SKID SHOULD BE SUCH SO AS TO
ACCOMMODATE PHE, MILK PUMPS, HOT WATER PUMPS, MILK BALANCE
TANK, LINE AND DUPLEX FILTER AND CONTROL PENAL THE MOC OF SKID
SHOULD BE MADE OF ISMC SECTIONS DULY CLADED IN SS-304.
4.5 PRESSURE GAUGES:
THE NECESSARY PRESSURE GAUGES SHOULD BE PROVIDED TO OBSERVE
THE PRESSURE DROP IN PRODUCT & SERVICE LIQUID AT VARIOUS POINTS
WHEREVER REQUIRED.
4.6 FLOAT BALANCE TANK:
THE 100 LITRES CAPACITY FLOAT BALANCE TANK SHOULD BE
FABRICATED FROM 2 MM THICK SS 304 SHEET. THE TANK SHOULD BE
CYLINDERICAL IN SHAPE HAVING TUBULAR LEGS WITH NECESSARY
INLET, OUTLET & FLOW DIVERSION CONNECTIONS. THE DESIGN OF
FLOAT CONTROL SHOULD SUCH THAT IT CAN HOLD THE PUMP PRESSURE
IN CASE THE TANK IS FULL.
4.7 MILK PUMP :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
144
THE SS CENTRIFUGAL PUMP SHOULD BE USED FOR FEEDING THE MILK TO
THE PHE. THE PUMP OFFERED SHALL BE OF SANITARY DESIGN AS PER
DAIRY STANDARDS. IT SHOULD BE OF SUITABLE CAPACITY & HEAD AS
REQUIRED COMPLETE WITH TEFC DRIVE MOTOR. THE MOTOR OF THE
PUMP SHOULD BE PROVIDED WITH SS SHROUD & BALL FEET. WITH AIR
LOUVERS AND SUITABLE TERMINAL BOX FOR CABLE CONNECTIONS THE
IMPELLOR OF THE PUMP SHOULD BE OF SS INVESTMENT CASTING DULY
BALANCED. THE MILK PUMP SHOULD BE PROVIDED WITH MECHANICAL
SHAFT SEAL. THE INLET & OUTLET CONNECTION SHOULD BE WITH SMS
UNION.
4.8 HEATING DEVICIE : FINAL STAGE OF HEATING SHOULD BE DONE WITH
STEAM HEATED WATER. THE HOT WATER GENERATION SYSTEM SHOULD
BE A ALL STAINLESS STEEL CONSTRUCTION (AISI 430), EFFICIENT, SILENT
AND RUGGED UNIT WITH ALL THE NECESSARY ACCESSORIES INCLUDING
HOT WATER PUMP REQUIRED TO MAKE THE SYSTEM COMPLETE. THE
HOT WATER PUMP SHOULD BE STAINLESS STEEL SHROUDED WITH
LOUVERS FOR AIR COOLING AND SUITABLE ARRANGEMENT FOR CABLE
CONNECTION. THE HEATING DEVICE SHOULD BE SUITABLE FOR
EXPANDED CAPACITY. THE HOT WATER GENERATING SET SHOULD BE
PROVIDED WITH A THERMOWELL OF ATLEAST 200 MM LONG INCLINED
DOWN WARDS FOR FIXING PROBE OF TEMP. CONTROLLER. HOWEVER
THE TEMPERATURE CONTROLLER IS WITHIN THE SCOPE OF SUPPLY.
4.9 DUPLEX FILTER
THE UNIT SHOULD BE SUPPLIED WITH TWO FILTER CONTAINERS
FABRICATED FROM 2 MM THK SS 304 SHEET THE FILTER CONTAINERS
SHOULD BE COUPLED WITH EACH OTHER WITH THREE WAY VALVES SO
AS TO ENSURE THAT ANY FILTER CAN BE CLEANED WHEN THE OTHER IS
UNDER OPERATION I.E. CLEANING OF ONE FILTER SHALL NOT DISRUPT
THE OPERATION.
THE CYLINDRICAL FILTER DRUM SHOULD BE MADE FROM THE
PERFORATED SS-304 SHEET HAVING 1.5 MM SQUARE PITCH. THE
PERFORATED DRUM SHOULD CONTAIN THE NYLON FILTER BAG OF 280
MICRON MESH SIZE. THE FILTER DRUM SHALL BE PROVIDED WITH THE
NECESSARY INLET / OUTLET & AIR PURGE VALVES.
5. INSTRUMENTS & CONTROL PANEL :
THE INSTRUMENTATION PANEL SHOULD BE DUST & VERMIN PROOF
PREWIRED MOUNTED ON THE SKID. THE PANEL SHOULD BE FABRICATED
FROM 1.6 MM THICK SS 304 SHEET.
THE INDICATIVE DETAILS OF THE PANEL ARE GIVEN BELOW:
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
145
S. No. PUSH BUTTONS WITH
INDICATORS
SELECTION SWITCH
1. MILK SEPARATOR - 1 L 1 MAN ON
2. MILK SEPARATOR - 2 L 2 AUTO
3. HOT WATER PUMP L 3 MANUAL
4. MILK CREAM FEED PUMP L 4 DIVERSION FLOW
5. MILK CREAM TRANSFER
PUMP
L 5 FORWARD FLOW
6. HONOGENISER L 6 HOOTER
7. CHILLED WATER PUMP SS 1 FORWARD / DIVERSION S/S
8. SPARE – 1 SS 2 AUTO / MANUAL S/S
9. HOT WATER INLET TEMP.
INDICATOR
PB22 ACKNOWLEDGE PB 1 S 1 POWER ON / OFF SW
The tenderer should furnish the information as per following format which is indicative only:-
ITEM DESCRIPITION QTY. REMARK / PERFERABLE
MAKE
CONTROL PANEL SS SHEET METAL
PANEL SUITABLE FOR
FREE FLOOR
STANDING
1
NO.
FABRICATED FROM SS
304 SHEET
AIR FILTER CUM
REGULATOR
0-10 Kgs./Sq. Cm. SHAVO NORGEN
SOLENOID
VALVE 220 V
NC CONNECTIONS 2
NOS
SHREADER / FLOWCON
HOOTER FOR DEVIATION IN
PARAMETERS
MIMIC
TEMPERATURE
RECORDER
TWO PEN RECORDER
FOR RECORDING THE
TEMPERATURE OF
HOT & CHILLED MILK
1
NO.
G-TEK
ACKNOWLEDGE
PUSH BUTTON &
OTHER PUSH
BUTTONS
FOR
ACKNOWLEDGING
THE DEVIATION
L & T
MAIN ON / OFF
ROTARY SWITCH
WITH
INDICATION
L & T
The control panel should be prewired with a provision to ensure that under heated milk
is diverted back to the float balance tank and audio visual alarm blows in case of under
heated milk. The pasteurization temperature of the milk should be maintained
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
146
automatically by controlling the temperature and flow rate of hot water generated
through hot water generator.
6. FLOW DIVERSION VALVE :
Standard IDMC/equivalent make pneumatically operated SS 304 three way valve should
be provided for diversion of the under heated milk.
7. S.S. INTERCONNECTING PIPES & FITTINGS :
One set of prefabricated SS interconnecting pipes shall be supplied for interconnecting
all the above mentioned accessories with the PHE based on the closed coupled layout
on the skid.
All terminal connection battery limits for Raw milk inlet, pasteurized milk outlet, milk
to and from separator and homogenizer should terminate with 51mm SMS union.
However the swing on bend connections at the battery limit for separtor and
homogenizer should be provided so that the milk pasteurizer can be operated without
milk separator and homogenizer.
Following GM Valves should be provided in the utility lines of the skid.
At he outlet of the hot water pump for regulating the flow of hot water.
One No of Globe Valve at the inlet of the chilled water to the PHE and one No of NRV
at the outlet of chilled water from the PHE.
One no of NRV in the steam line.
Hot water vessel capacity shall be minimum 12 litres and shall be provided with POP
type of safety valve for removal of the steam condensate.
8. TOOLS
Necessary tools like Hook Spanner, C-Spanner etc. should be provided with the plant.
9. OPERATING SPARE PARTS:
Necessary operating spare parts like SMS gaskets, Plate gaskets, Gasket for the float
valve, Filter Bags, Mech. Seal of the milk feed pump etc. should be supplied with the
milk pasteurizer.
10. UTLITIES REQUIRED: The tenderer is required to furnished the details of the
following:-
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
147
1. Electric Power :
2. Soft Water :
3. Compressed Air :
4. Chilled Water :
5. Hot Water : @ …………. LPH at …. degree C
11. SUPERVISION IN ERECTION & COMMISSIONING:
As the milk pasteurizer should be supplied on the basis of prefabricated on the skid so
that installation shall be required by the tenderer at site however we shall ensure the skid
mounted milk pasteurizer supplied by you is interconnected with our existing milk plant
at the battery limits provided in the skid. However if required the tenderer should depute
their Engineer to the site and guide our staff to carry out this interconnection.
The tenderer shall be required to depute their Engineer for commissioning of the milk
pasteurizer after our confirmation that your milk pasteurizer have been hooked with our
milk plant. However performance and satisfactory commissioning of the milk
pasteurizer is under your scope of work.
12. DESIGN DATA FOR MILK PASTEURISATION PLANT AS A WHOLE: The
tenderer is required to furnish the information in the following format wherever blanks
are left:-
S.
No.
PARTICULARS UNIT PARAMETERS
1. PDT SPECIFICATIONS WHOLE MILK
MAX. 6% FAT & 9%
SNF
2. FLOW RATE - PRODUCT / CIP LPH 5000/7000
3 FEED TEMPERATURE C 4/6
4 FINAL PRODUCT TEMPERATURE C 4
5 REGEGERATION EFFICIENCY AS A
WHOLE
% 90
6 TOTAL PRESSURE DROP ON MILK
SIDE
Kg./sq.cm.
7 PASTEURISATION TEMPERATURE C 80 C
8 MAX. DESIGN PRESSURE Kg./sq.cm.
9 MAX. WORKING TEMPERATURE C
10 GASKET TYPE & MATERIAL CLIP ON ADHESIVE
FREE GASKET
11 CONSTRUCTION OF PLATES
12 MAXS. Nos. OF PLATES THAT CAN
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
148
BE ACCOMODATED ON THE
FRAME
13 PLATE CORRUGATION TYPE HIGH & LOW
THETA
DEPENDING UPON
DESIGN
14 PLATE THICKNESS MM 0.6
15 PLATE DIMENSIONS ( L X W ) mm
16 AREA PER PLATE Sq. Mtrs.
17 GAP GETWEEN PLATES Mm
18 TOTAL FRAME LENGTH Mm
19 PHE MODEL NO. Mm
THE TENDERER IS REQUIRED TO FURNISH SECTION WISE DETAILS OF THE
STANDARD MILK PASTEURISER CAP 5KLPH.
SIZE OF FRAME NOS. OF PLATES IN EACH
SECTION
HTA PER
PLATE
TOTAL
HTA
REGENERATION SECTION – 1 ……… NOS. …….. sq.m. …….. sq.m.
REGENERATION SECTION – 2 ……… NOS. …….. sq.m. …….. sq.m.
REGENERATION SECTION – 3 ……… NOS. …….. sq.m. …….. sq.m.
HEATING SECTION ……… NOS. …….. sq.m. …….. sq.m.
CHILLED SECTION ……… NOS. …….. sq.m. …….. sq.m.
HOLDING SECTION ……… NOS. …….. sq.m. …….. sq.m.
G. TOTAL ……… NOS. …….. sq.m. …….. sq.m.
Note :
1. The scope of supply includes all required pumps, filters, pressure gauges,
temperature indicator, complete steam control system with by-pass arrangement,
steam water mixing battery, pneumatic control system equipped with Air filter
cum regulator at inlet of control panel etc.
2. Control panel should equipped with all required accessories to ensure automatic /
manual operation of milk pasteurization.
3. Heat transfer area per plate should not be less than 0.22 Mtr. Sq.
4. The total Heat transfer area of all plates of milk pasteurizer capacity 5000 LPH
should not be less than 44.00 Mtr. Sq.
5. Tenderer should strictly furnished the details of plates of each section i.e.
Regeneration I, Heating, Cooling and Chilling sections and the heat transfer area
of each section considered in the designed fabrication of Milk Pasteurizer capacity
5000 LPH.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
149
TECHNICAL SPECIFICATIONS OF TRI PURPOSE CENTRIFUGE
Capacity ; 5000 LPH
1.0 FUNCTIONAL REQUIREMENTS :
It would be used as hermetic separator, clarifier and standardize for milk at the
incoming temperature of 40 – 50 degree centigrade.
2.0 DESIGN REQUIREMENTS :
2.1 Capacity ;
2.2.1 Separation, standardization and clarification – 5000 LPH.
2.2.2 Only clarifier – 1.2 times the capacity mentioned against point no 2.1.
2.2 Finish ; All welding joints are to be ground smoothly . All stainless steel surface are to
be polished to 150 grits.
1.0 SCOPE OF SUPPLY :
3.1 The centrifuge : The centrifuge should be made from stainless steel confirming (AISI
304). The whole body including the drive should be stainless steel (AISI 304)
shrouded-1 no.
3.2 Drive : The drive for the centrifuge should be just under the centrifuge and
integrated together - 1 set.
3.3 Accessories:
3.3.1 Lubricating system : Self contained system for effective lubrication .
3.3.2 Controls : Fittings and controls to maintain required degree of standardization -1 set.
3.3.3 Flow gauge : For continuous measurement of milk and cream .
3.3.4. Pressure gauge : For continuous measurement of discharge pressure of skim/
standardization milk. -1 no.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
150
3.3.5 Gasket : The gasket should be of food grade rubber. It should be non toxic, fat resistant
and non absorbent. It should have smooth surface.
3.4 Tools: Essential special tools should be supplied with the machine without charging
any extra cost .
Note :- Scope of supply also include supervision of installation & commissioning of supplied
equipment at site.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
151
TECHNICAL SPECIFICATIONS OF INSULATED HORIZONTAL MILK
STORAGE TANKS, CAPACITY : 15000L
1.0 FUNCTIONAL REQUIREMENTS
The milk storage tank would be used to store chilled milk at 4 degree centigrade
temperature.
2.0 DESIGN REQUIREMENTS
2.1 Capacity : 15000 L
The volume of the tank should be such that after filling it up to the rated
capacity , the level of milk would be at least 50mm below the bottom end of
sight / light glass.
2.2 Constructional Features : Double walled, insulated and welded construction of
sanitary design.
2.3 Slope : 1.50 towards the outlet at the bottom of the tank.
2.4 Metal contact : The only metal to metal contact between the inner and the
outer shells shall be at the places where fittings for the tank are provided. At
the places where mild steel stiffeners are provided insulated padding should be
fixed between the inner stainless steel shell and stiffeners.
2.5 Finish : All welding joints are to be ground smoothly. All stainless steel
surfaces are to be polished to 150 grits.
2.6 Joint Curvatures : The radii of welded and permanent attachment joints should
be at least 6 mm. Where the conical ends join the cylindrical shell the radii
should not be less than 25 mm.
3.0 SCOPE OF SUPPLY
3.1 Inner Cylindrical Body : The inner shell and conical ends should be fabricated
from 2.5 mm thick stainless steel sheet confirming to AISI 304 .
3.2 Outer Cylindrical Body : It should be fabricated from 2mm thick stainless steel
sheet conforming to AISI 304.
3.3 Insulation : The inner stainless steel shell , conical top and flat bottom should be
insulated in three layers as follows :
First layer - 25 mm thick resin bonded crown 150 fibre glass compressed to
10mm.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
152
Second layer - 50 mm thick expanded polystyrene.
Third layer - 50 mm thick expanded polystyrene.
The efficacy of the insulation should be such that temperature rise of the milk at
4 degree C in the tank should not be more than 1 degree C in 24 hours during
summer season.
3.4 Accessories
3.4.1 Inlet -cum- out let : 51 mm dia cup type inlet cum outlet with two way plug
type stainless steel (AISI 304) flanged valve ending in complete stainless steel
union . It should be provided at a height of 450 mm from the finished floor
level. - 1 No.
3.4.2 Air Vent : Stainless steel (AISI 304 ) 150 mm dia air vent to prevent formation
of partial vacuum during CIP and pressure during filling . - 1 No.
3.4.3 Man Way : Oval shaped stainless steel (AISI 304) man way of dimensions
approximately 540 x 380 mm at the front end and provided with leak proof
hinged insulated stainless steel (AISI 304 ) door with tightening and locking
device. The man way door should open inward but at the same time it can be
taken out also when necessary. The gasket should be of neoprene or nitrile
rubber food quality. - 1 No.
3.4.4 Sight Glass : Stainless steel (AISI 304) sight glass assembly should be provided
with toughened glass. It should be provided in such a way that one can easily
read from the lowest level up to the maximum level mark - 1 No.
3.4.5 Sand blasted level marks : It should be calibrated at 500 L intervals and
provided on the inner rear end of the tank opposite to the sight glass.
3.4.6 Light glass : Stainless steel (AISI 304) light glass assembly should be provided
with toughened glass and stainless steel lampshade for mounting 24 Volt and
100 watt bulb. The lamp holder should be of brass - 1 No.
3.4.7 Platform : A small platform of stainless steel (AISI 304) with two steps on the
front end of the tank and two nos. of stainless steel handle 300 mm below sight
glass to enable view through the sight glass. The platform should be located
at around 1400 mm below the sight glass for the convenience of operator.
3.4.8 Agitator : It should be in stainless steel (AISI 304 ) construction complete with
geared motor of adequate capacity and should be able to uniformly agitate and
mix milk in the tank within 10 minutes. The agitator shaft should be a rod.
- 1 Set
3.4.9 Spray Balls : Removable stainless steel (AISI 304 ) cleaning device located on
top to provide flooding of Liquid over the complete interior surface during
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
153
CIP. The spray balls should have stainless steel unions at the outer end
connections. - 2 Nos.
3.4.10 Sampling cock : This should be provided on the inlet cum outlet and should
be in stainless steel (AISI 304 ) construction with sanitary design. - 1 No.
3.4.11 Thermowell : 300 mm long stainless steel (AISI 304) inclined pocket suitable for
mounting stem /probe of digital thermometer of size 4'' x 4'' . It should have
suitable male threads (The thermometer is in the scope of supply ) - 1 No.
3.4.12 Legs : Conical mild steel legs with stainless steel (AISI 304 ) sheet cladding
and stainless steel ball feet provided at the bottom of the tank. The stainless
steel ball feet should have provision for height adjustment of 50 mm. - 6 Nos.
3.4.13 Drain hole : The outer shell should be provided with one or more drain holes at
the lowest point. Any aperture in the shell should be designed so as to prevent
ingress of moisture.
3.4.14 Ladder : Stainless steel (AISI 304) ladder for access to the geared motor
assembly of agitator. - 1 No.
3.4.15 Lifting Lugs : Stainless steel (AISI 304) lifting lugs should be provided at
top. - 2 Nos.
3.5 Painting : All the mild steel stiffeners used in the construction of the milk
storage tank should be painted with two coats of epoxy primer after thorough
de - rusting.
4.0 TESTS :- The following tests should be conducted by the manufacturer at its
works.
4.1 Dye penetration test for welding joints.
4.2 Water fill - up test of inner vessel for water - tightness.
4.3 When man way is closed and cover tightened without gasket then the gap
between the man way neck and cover should not exceed 0.5 mm .
Notes :-
1. General arrangement The equipment should be as per the attached
reference drawing of RCDF.
2. Makes of bought out items are as below :
1st Pref., 2nd Pref
Geared motor ELECON RADICON
3. Equivalent make subjected to purchaser approval.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
154
CREAM STORAGE / RIPENING TANK
CAPACITY : 5000 L
1.0 FUNCITIONAL REQUIREMENTS :
Pasteurizer cream having a fat content of 40 – 45 % / Cream would be ripened and
stored in this tank at a temperature of 6 degree centigrade.
2.0 DESIGN REQUIREMENTS
2.1 Capacity : 5000 L
The volume of the tank should be such that after filling it up to the rated capacity, the
level would be 100 mm below the line where cylindrical shell joints the conical top.
2.2 Constructional feature : Triple walled insulated and welded construction of sanitary design.
2.3 Slope : Sufficient slope should be provided towards the inlet – cum out let along the
periphery of the reverse conical bottom.
2.4 Metal contact : The only metal to metal contact between the inner and outer shells
should be at the places where fittings for the tank are provided.
2.5 Finish : All welding joints are to the ground smoothly. All stainless steel surfaces are
to be polished to 150 grits.
2.6 Joint – Curvatures: The radii of all welded and permanent attachment joints should be
at least 6 mm. Where the conical top and reverse conical bottom join the cylindrical
shell the radii should not be less than 25 mm.
3.0 SCOPE OF SUPPLY :
3.1 Inner cylindrical Body : The inner shell, conical top and reverse conical bottom
should be fabricated from 2 mm thick stainless steel sheet for 5000 L capacity
conforming to AISI 304.
3.2 Intermediate cylindrical Body : The intermediate shell and flat bottom should be
fabricated from 2 mm thick stainless steel sheet conforming to AISI 304.
3.3 Outer cylindrical Body : The outer shell, conical top and flat bottom should be
fabricated from 2 mm thick stainless steel sheet conforming to AISI 304.
3.4 Insulation : The entire intermediate shell, flat bottom and inner conical top shall be
insulated in three layers as follows:
First layer: 25mm thick resin bonded crown 150 fiber glass compressed to 10mm.
Second layer: 50mm thick expanded polystyrene.
Third layer: 50mm thick expanded polystyrene.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
155
3.5 Accessories : 3.5.1 Inlet-cum-outlet: 51mm dia cup type inlet cum outlet with two way plug type stainless
steel (AISI 304) flanged valve ending in complete stainless steel union. It should be
provided at a height of 450 mm from the finished floor level – 1 No.
3.5.2 Air vent: Stainless steel (AISI 304) 150mm air vent to prevent formation of partial
vacuum during CIP and pressure during filling – 1 No.
3.5.3 Man way : Stainless steel (AISI 304) man way of 450mm diameter and located at the
conical top – of the tank and provided with air tight hinged insulated stainless steel
(AISI 304) door with tightening and locking device. The cover should be provided with
stainless steel (AISI 304) anti-splash guard stainless steel (AISI 304) cleats should be
provided near the man way for fixing and hanging rope ladder :- 1 No.
3.5.4 Sand Blasted level marks: It should be calibrated at 500 L intervals and provided on
the inner shell at opposite side of the sight glass. The level mark should be dark enough
so it may be clearly visible.
3.5.5 Sight Glass: Stainless steel (AISI 304) sight glass assembly should be provided with
toughened glass. It should be provided in such a way that one can easily read from the
lowest level up to the maximum level mark. Stainless steel lamp shade for mounting 24
V and 100 watt bulb. The lamp holder should be made from brass – 1 No.
3.5.6 Agitator : Vertical heavy duty sweeping type Stainless steel (AISI 304) agitator
complete with mountings with geared motor of adequate capacity and should be able to
uniformly mix cream in the tank within 10 minutes. The agitator shaft should be a rod –
1 No.
3.5.7 Sprinkler Pipe: A 25mm dia pipe ring of Stainless steel (AISI 304) should be provided
at the top of the jacket for sprinkling hot / chilled water on the outer surface of the inner
shell. The complete sprinkler pipe ring should be removable when necessary. The
complete pipe ring should end outside in a header with two separate connections for hot
and chilled water. In addition to this a Stainless steel (AISI 304) steam sparger pipe /
water steam ejector should also be provided in the bottom jacket and it should end
outside in a flange and counter flange.
3.5.8 Spray Ball: Removable Stainless steel (AISI 304) cleaning device located on conical
top at either sides of the agitator drive to provided flooding of liquid over the complete
interior surface and agitator during CIP. These should have stainless unions at the outer
end connections – 2 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
156
3.5.9 Drain: Made from Stainless steel (AISI 304) pipe of 38mm dia at the bottom of the
jacket with gun metal valve – 1 No.
3.5.10 U-seal: Made from Stainless steel (AISI 304) pipe 38mm dia at the bottom of the jacket
– 1 No.
3.5.11 Over flow: Made from Stainless steel (AISI 304) pipe 38mm dia at the top of the jacket
– 2 Nos.
3.5.12 Sampling Cock: It should provided on the inlet – cum – outlet and should be in
Stainless steel (AISI 304) construction with sanitary design – 1 No.
3.5.13 Thermowell : 200 mm long Stainless steel (AISI 304) inclined pocket suitable for
mounting probe of digital thermometer. The portion of the thermowell which is in the
jacket should be insulated with rock wool or equivalent and totally shrouded so that hot
water or chilled water does not come in contact with the insulating material. It should
have 10mm BSP male threads and the digital thermometer is also to be provided by the
tenderer.
3.5.14 Legs: Conical mild steel legs with Stainless steel (AISI 304) sheet cladding and
stainless steel ball feet provided at the bottom of the tank. The stainless steel ball feet
should have provision for height adjustment of 50mm – 4 Nos.
3.5.15 Ladder: Stainless steel (AISI 304) ladder for access to the sight glass and geared motor
assembly of agitator – 1 No.
3.5.16 Lifting lugs: Stainless steel (AISI 304) lifting lugs should be provided at top – 2 Nos.
3.6 Painting: All the M.S. stiffeners used in the construction of the tank should be painted
with two coats of epoxy primer after thorough de-rusting.
4.0 TESTS: The following tests should be conducted by the manufacturer at works.
4.1 Dye penetration test for welding joints.
4.2 Water fill-up test of inner vessel for water tightness.
Note : General arrangement of the equipment should be provided the attached reference
drawing.
Makes of bought out items are as bellow :
Geared motor Elecon. / Radicon
(1) Scope of supply also include supervision of Installation & commissioning, water trial
of supplied equipment to ensure perfect working of systems at site.
(2) Name plate should be provided on equipment define the connection.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
157
TECHNICAL SPECIFICATION OF BUTTER CHURN
CAPACITY : 1000 L & 2000 L
1.0 FUNCTIONAL REQUIRMENTS
The churn would be fed with approximately 400 L, 800 L of cream having 40-45% fat
for 1KL & 2KL respectively. The output of butter per batch would be approximately
0.2 metric tones.
2.0 DESIGN REQUIRMENTS :
2.1 Capacity : 1000/2000 L
2.2 Available Services
Chilled water (from ice bank system) – at 1.5 deg. C.
Pasteurized chilled water - at 5 deg. C.
Electricity - at given in the ‘General requirement’ sheet.
2.3 finish : All welding joints are to be ground smoothly. Interior surface of the butter
churn should be sand blasted. Exterior surface should be circle –polished.
2.4 Joint Curvatures : the inside radii of all welded and permanent attachment joints
should be at least 6mm. where the cone portion or the dished end joints the cylindrical
portion of the drum of butter churn, the radii should not be less than 25mm.
3.0 SCOPE OF SUPPLY
3.1 Churning barrel & Beaters : The churning barrel and beaters should be fabricated
form stainless steel conforming to AISI 316. The beaters should ensure uniform
distribution of salt and moisture during the working phase -1 unit.
3.2 Drive : the drive arrangement should consist of reduction gear box for a speed ranging
from 5 to 30 rpm. The churn should be able to rotate at least at four different speeds in
clock wise as well as anticlock wise directions. The different speeds are 5,10,17,and 30
rpm. The drive arrangement should be complete with electric motor, belts, electrical
push button panel to operate the churn in forward reverse and off positions, speed
changing levers, clutch and brake to stop the churn at any desired position. The drive
arrangement should be complete with electric motor and suitable VFD.
1 set
3.3 Drive Housing Support : The complete drive should be housed in a drip proof
enclosure which can be placed on R.C.C. foundation. The other end of the churn should
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
158
be supported on mild steel legs made from pipes which rest on 300mm high R.C.C.
pedestals.
3.4 Accessories :
3.4.1 spray pipe : stainless steel (AISI 304) spray pipe over the churn for spraying chilled
water when the churn is in operation. The inlet to the spray pipe should end in a
complete stainless steel (AISI 304) union.
3.4.2 Guard Railing : stainless steel (AISI 304) guard railing with frame. Safety switch
should be provided to prevent the operation of motor when the guard rail is lifted.
1 no.
3.4.3 Door : Leak –proof hinged stainless steel (ZAISI 316) door with proper locking
arrangements. It should be lockable in both open and closed positions. The door should
be provided with synthetic rubber gasket of dairy standards.
3.4.4. Sigh Glass : stainless steel (AISI 316) sight glass assembly of diameter 140mm
should be provided with toughened glass. 1 no.
3.4.5. Butter Milk Drain : 50mm diameter stainless steel (AISI 316) butter milk drain with
drain value ending in complete stainless steel union.
3.4.6. Air Release Cock: It should be press openable type.
3.4.7 C.I.P. Spray Ball: Cleaning device for closed circuit in place cleaning. The location
of the spray ball should be such that effective cleaning can be obtained by a single spray
ball only. The spray ball should be fixed on the shell opening with the help of wing nuts
and gasket. When the churn is in operation a stainless steel blank plate with gasket
should be used to close the opening after removing the spray ball.
3.4.8. End Flanges : It should be made from steel with proper strengthening steel pads for
coupling to the gear box on one side and to the bearing on other side.
3.5 Balance Tank : stainless steel (AISI 316) balance tank of 100 L capacity for hot
detergent solution/water/butter milk. The balance tank should be provided with three
nos. of nylon wheels, stainless steel (AISI 316 ) handle at top and cup type outlet at a
height of 230 mm from the ground level. The tank should also have a removable
stainless steel (AISI 316 ) cover with two handles and a removable type strainer which
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
159
can be placed on the frame provided at nearly 50mm below the top. The strainer should
be made from perforated stainless steel sheet. 1 no
3.6 vacuum System : Comprising vacuum pump, drive and accessories ( for nearly 730 mm
vacuum ), suitable arrangement should be provided for vacuum control.
3.7 Butter Milk Pump : Stainless steel (AISI 316) butter milk pump of sanitary design of
5000 LPH for 1000 churn capacity and 20 MWC head.
3.8 Shovels : Stainless steel (AISI 316) sand blasted shovels complete with handle.
3.9 Chiller : Stainless steel (AISI 304) plate type chiller of capacity suitable to the
requirement of chilled water sprinkling on the butter churn -1 no
3.10 Painting : All mild steel parts of the butter churn should be painted with a coat of
epoxy primer followed by two coats of epoxy paint of approved shade after through de-
rusting.
3.11 Tools : Essential special tools should be supplied with the machine without charging any
extra cost.
4.0 TESTS
The following tests should be conducted by the manufacturer at it’s works.
4.1 Dye penetration test for welding joints.
4.2 Water fill- up test of the churn for water tightness.
4.3 Test on vacuum as specified above under 3.6.
4.4 The scope of supply also include supply installation and commissioning/ perfect trial
run of equipment at site.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
160
TECHNICAL SPECIFICATION FOR MILK PUMPS
CAP. : 10000 LPH
1.0 FUNCTIONAL REQUIREMENTS
The pump will be used to transfer Milk.
2.0 DESIGN REQUIREMENT
2.1 Capacity : 10000 LPH at30 MWC Head.
2.2 Type : The pump should be centrifugal type.
2.3 Design : It should be of sanitary design.
2.4 Prime Mover : TEFC electrical motor of suitable HP.
2.5 Finish : All the surfaces coming in contact with ghee & butter oil should be
finished to 150 grit.
3.0 SCOPE OF SUPPLY
3.1 Motor : The stainless steel (AISI 316) pump should be supplied with flanged
type electrical motor of standard make having hygienic sealing arrangement.
- 1 No.
3.2 Legs : The stainless steel (AISI 316) pump with motor should have legs having
ball feet arrangement to adjust the height of the pump. - 1 Set.
3.3 Shroud : The motor portion of the pump should be SS shrouded. The shroud
should have provision for circulation of air and entry of electrical cable along
with junction box (terminal box) - 1 No.
3.4 Union : Stainless steel (AISI 316) unions should be provided on the inlet and
outlet of the pump. - 2 Nos.
3.5 Drain Hole : A drain hole should be provided in seal housing between SS pump
and electric motor.
Note :- Pump should be able to handle milk & milk products
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
161
TECHNICAL SPECIFICATIONS OF GHEE BOILER
CAPACITY : 1000 L
2.0 FUNCTIONAL REQUIREMENTS :
Ghee boiler (steam heated kettle) would be used for the manufacture of ghee from butter
or cream.
3.0 DESIGN REQUIREMENTS :
2.1 Capacity : 1000 L : ( With at least 100 mm
allowance in depth)
2.2 Available services :
Steam - at 3 Kg / cm2 pressure .
Electric Power : 415 /440 V, 3 ph, 50 Hz, AC supply.
2.3 Finish : All stainless steel welding joints are to be ground smoothly . All stainless steel
surface are to be polished to 150 grits .
3.0 SCOPE OF SUPPLY :
3.1 Inner shell : The inner shell with cylindrical body , hemispherical bottom and
reinforced brim should be fabricated from stainless steel plate of thickness 6 mm
conforming to AISI 316. -1 no.
3.2 Intermediate shell : The intermediate shell with cylindrical body hemispherical bottom
should be fabricated from mild steel plate of 6 mm thickness. -1 no.
3.3 Outer shell : The outer shell with cylindrical body , and hemispherical bottom should
be fabricated from stainless steel sheet of 2 mm thickness conforming to AISI 304 . -1
no.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
162
3.4 Insulation : Rock wool or equivalent insulation should be provided in between the
outer and intermediate shell . The insulation material should withstand the steam
temperature.
3.5 Accessories
3.5.1 Girder : Stainless steel (AISI 316 ) girder for mounting agitator and cover. -1 no.
3.5.2 Covers : Semicircular removable stainless steel (AISI 304 ) covers of 2 mm thickness
with lifting handles – 2 nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
163
GHEE SETTLING TANK
CAPACITY 1000 L /2000 L
1.0 FUNCTIONAL REQUIREMENTS
Ghee made in the ghee boiler, would be transferred in this tank for settling of burnt SNF
residues.
2.0 DESIGN REQUIREMENTS
2.1 CAPACITY : 1000 L /2000 L with at least 100 mm allowance in depth.
2.2 Constructional Features : The tank should be of double walled, jacketed and sanitary
design.
2.3 Finish : All stainless steel welding joints are to be ground smoothly. All stainless steel
surfaces are to be polished to 150 grits.
2.4 Joint Curvatures : All inside corners should have minimum radial of 25 mm.
3.0 SCOPE OF SUPPLY
3.1 Jacket : The shell and the bottom portion of the tank should be jacketted for heating and
cooling arrangement.
3.2 Inner Shell : The inner shell and inner conical bottom should be made from 2 mm
thick stainless steel plate conforming to AISI 304.
3.3 Outer Shell : The outer shell and flat bottom should be made from of 2 mm thick
stainless steel plate conforming to AISI 304.
3.4 Flat Top : The top should be flat made from 2 mm thick stainless steel sheet conforming
to AISI 304.
3.5 Accessories :
3.5.1 Legs : Mild steel legs with stainless steel (AISI 304) pipe cladding with stainless steel
ball feet provided at the bottom of the tank. The stainless steel ball feet should have
provision height adjustment of 50 mm.
3.5.2 Covers : Half openable covers on top made from 2 mm thick stainless steel sheet
conforming to AISI 304. - 2 nos.
3.5.3 Sprinkler Pipe : Sprinkler pipe of 25 mm dia made from stainless steel (AISI 304) for
sprinkling hot or chilled water on the outer surface of inner shell. The complete
sprinkler pipe should be removable. The sprinkler pipe should end outside in a header
with two separate connections for hot and chilled water. 1 set.
3.5.4 Drain : Stainless steel (AISI 304) drain at the bottom of the jacket. - 1 set.
3.5.5 U-Bend : Stainless steel (AISI 304) ‘U’ band of dia 38 mm at the bottom of the jacket.
- 1 set.
3.5.6 Over Flow : Stainless steel (AISI 304) over flow of dia 38 mm at top of the jacket
- 2 nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
164
3.5.7 Steam Ejector : Steam ejector / steam sparger at the bottom in the jacket. The
connection should end outside in a flange and counter flange. - 1 set.
3.5.8 Outlets
3.5.8.1 Bottom : 5 mm diameter vertical outlet with stainless steel straight through plug type
flanged valve ending in complete stainless steel union. This outlet should be at a clear
height of 650 mm from the finished floor level to facilitate placement or can under it.
- 1 no.
3.5.8.2 Side : Horizontal stainless steel outlet of 51 mm diameter with stainless steel angular
flanged valve ending in complete stainless steel union for taking out clear ghee.
- 1 no.
3.5.9 No Foam Inlet : Removable type stainless steel no foam inlet of 38 mm diameter at top.
The inlet should end in a complete stainless steel union outside.
4.0 TESTS :
The following tests should be conducted by the manufacture at it’s works.
4.1 Dye penetration test for welding joints.
4.2 Water fill-up test of inner shell for water tightness.
4.3 Water fill-up test jacket for water tightness.
NOTES :
2. General arrangement of this equipment should be as per the attached reference
drawing. The tenderer is required to provide detailed drawing to be got approved
from RCDF.
Note :-
(1) Scope of supply also include supervision of Installation & commissioning, water trial
of supplied equipment to ensure perfect working of systems at site.
(2) Name plate should be provided on equipment define the connection.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
165
3.5.3 Agitator : Sweeping type stainless steel (AISI 316 ) agitator with vertical geared
motor complete with oil seal , supporting arrangement, support on the shell bottom etc.-
1 set.
3.5.4 Legs : Mild steel legs with stainless steel (AISI 304 ) pipe cladding with stainless steel
ball feet provided at the bottom of the tank . The stainless steel ball feet should have
provision for height adjustment of 50 mm. – 4 nos.
3.5.5 Steam inlet : Steam inlet connection should end outside in a flange and counter flange
but without valves . The places mentioned below should be stiffenened with stainless
steel padding . -1 no.
3.5.5.1 Where steam inlet pipe joints the intermediate shell.
3.5.5.2 Where steam hits on the outer surface of inner shell.
3.5.6 Condensate outlet : Condensate outlet with strainer, thermodynamic steam trap, sight
glass and by pass arrangement – 1 set .
3.5.7 Air-Vent : Stainless steel automatic air vent the top most portion of the steam jacket .- 1
no.
3.5.8 Thermowell : Thermowell (made from stainless steel conforming to AISI 316 ) and
suitable connection should be provided in the outer shell for fixing steam and dial
thermometer to measure the temperature of product . The portion of the thermowell
which is in the steam jacket should be insulated with rock wool or equivalent and totally
shrouded so that the insulation does not come in contact with steam (but the
thermometer is not within the scope of supply ) .
3.5.9 OUTLET :
3.5.9.1 Bottom : 63.5 mm vertical outlet with stainless steel straight through plug type flanged
valve ending in complete stainless steel union. The outlet should be at a clear height of
650 mm from the finished floor level to facilitate placement of can under it . - 1 no
3.5.9.2 Side ; Horizontal stainless steel outlet of 63.5 mm with stainless steel angular flanged
valve ending in complete stainless steel union for taking out clear ghee.
4.0 TESTS :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
166
The following testes should be conducted by the manufacturer at its works.
Dye penetration test for welding joints.
Water fill up test of inner shell for water tightness.
Pressure test of jacket at 5 kg /cm2 pressure.
5.0 Note :
i. General arrangement of this equipment should be as per the attached drawing.
ii Makes of bought out items are as below :
Geared motor REMI Elecon/ Redicon
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
167
TECHNICAL SPECIFICATIONS OF
BUTTER MELTING VET
CAPACITY 1000 L
5.0 FUNCTIONAL REQUIREMENTS
Butter / butter oiled would be melted in the melting vat.
6.0 DESIGN REQUIREMENTS
2.1 CAPACITY : 1000 L
2.5 Constructional Features : The vat would be welded and jacketed in construction having
rectangular cross section. The vat, the hot water generating set and the hot water
circulation system should be integrated together.
2.6 Slope : 1: 50 towards the outlet.
2.7 Available Services :
Steam – at 3 Kg. / cm2 pressure / Hot water at 80º C.
Elec. Power – as given in the General requirement sheet.
2.8 Finish : All welding joints are to be ground smoothly. All stainless steel surfaces are to
be polished to 150 grits.
2.9 Joint Curvatures : All inside corners should have minimum radial of 25 mm.
7.0 SCOPE OF SUPPLY
The melting vat
3.1.1 Inner Vessel : It should be fabricated from 2.5mm thick stainless steel plate conforming
to AISI 316. - 1 No.
3.1.2 Outer Vessel : It should be fabricated from 2mm thick stainless steel plate conforming
to AISI 304. The inner vessel should bend over the outer vessel and come down to about
50mm from the top edge, over lapping with the outer vessel.
- 1 No.
3.1.3 Accessories
3.1.3.1 Cover : The cover of the vat should be in three places with lifting handles and fabricated
from 1.5mm thick stainless steel sheet conforming to AISI 304.
3.1.3.2 Legs : Mild steel legs with stainless steel (AISI 304) pipe cladding with stainless steel
ball feet provided at the bottom of the tank. The stainless steel ball feet should have
provision height adjustment of 50 mm. - 6 Nos
3.1.3.3 Agitator: Stainless steel (AISI 316) agitator with geared motor should be provided on
the melting vat. The agitator assembly should be mounted on a suitable stainless steel
(AISI 304/316) structure and the same should be supported on the vat.
- 1 Set
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
168
3.1.3.4 Outlet : The vat should be provided with a 51mm molten butter/butter oil cup type outlet
of stainless steel with a two way plug type flanged valve having complete stainless steel
(AISI 316) union on the other end.
3.4 Hot water generator set :
3.2.1 Hot water Balance Tank: It should be 100L capacity and made from of 2mm thick
stainless steel sheet conforming to AISI 304.
3.2.1.1 Cover : The balance tank should have removable stainless steel sheet top cover with
handles.
3.2.1.2 Overflow : It should be of 38mm dia stainless steel pipe and provided at the centre of
balance tank. - 1 No.
3.2.1.3 Drain: Stainless steel drain connection with AUDCO valve.
- 1 No.
3.2.2 Ejector : Silent steam/water mixing ejector suitable for water flow rate of 5000 LPH and
steam flow rate of 500 Kgs/Hr. It should end outside in a flange and counter flange.
- 1 No.
3.2.2.1 Connection for Pressure Gauge : Steam inlet line should have a connection/port
provided fro fixing pressure gauge (But the gauge is not within the scope of supply).
3.2.2.2 Theromowell: The hot water set should have a stainless steel thermowell in its body for
fixing stem and dial type thermometer to measure the temp. of water (but the
thermometer is not within the scope of supply).
3.5 Hot water Circulation System.
3.6 Pump : Hot water circulation pump of capacity 5000 LPH against a head of 10 to 15
MWC.
3.3.2 Hot Water Pipe Net Work : The top of the inner vessel should be covered with a net
work of hot water heating pipes. This net work should be made from 25mm dia
stainless steel pipes conforming to AISI 316 . The heating pipe net work should be
properly clamped at nearly 100mm. below the top of the vessel. The inlet and outlet of
hot water for the net work should be kept outside the outer vessel. The net work should
be easily removable from cleaning. 1 Set.
3.3.3 Jacket : The hot water Jacket of the melting vat should be provided with inlet, outlet,
and drain connections for hot water. The drain connection should have a AUDCO valve
of suitable size. The hot water jacket should be divided into three compartments which
would be open to the jacket adjacent to the hot water tank. Hot water would enter into
the jacket compartments, pass through the complete length of jacket and meet in the
jacket at the other end before going back to the hot water set. It should have three nos.
of over flow connections of diameter 76mm each.
3.3.4 Pipes and Fittings: All interconnecting pipes and fittings for hot water circulation the
plant should be made from stainless steel conforming to AISI 316. Hot water valves
should be made from gun metal.
3.4 Painting : All ats of heat resistant primer after through de-rusting.
3.5 Tools : Essential special tools should be supplied with the plant wihhout charging
any extra cost.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
169
4.0 TESTS
The following tests should be conducted by the manufacturer it’s works.
4.1 Dye pentration test for welding joints.
4.2 Water fill-up test of inner vessel for water tightness.
4.3 The jacket should be tested fro a pressure of 3 Kg./cm2
NOTES :
3. General arrangement of this equipment should be as per the attached reference
drawing for capacity 1000 L and 2000 L and same to be suitably modified for 1500
Ltrs. The tenderer is required to provide detailed drawing to be got approved from
RCDF.
4. Makes of bought out items are as below:
1st Pref. 2 Pref.
Geared Motor REMI Elecon / Redicon
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
170
GHEE & BUTTER OIL PUMP
CAP. : 1000 LPH
Supply period 10 months.
1.0 FUNCTIONAL REQUIREMENTS
The pump will be used to transfer ghee / butter oil.
2.0 DESIGN REQUIREMENT
2.1 Capacity : 1000 LPH at 25 MWC Head.
2.2 Type : The pump should be centrifugal type.
2.3 Design : It should be of sanitary design.
2.4 Prime Mover : TEFC electrical motor of suitable HP.
2.5 Finish : All the surfaces coming in contact with ghee & butter oil should be
finished to 150 grit.
3.0 SCOPE OF SUPPLY
3.1 Motor : The stainless steel (AISI 316) pump should be supplied with flanged
type electrical motor of standard make having hygienic sealing arrangement.
- 1 No.
3.2 Legs : The stainless steel (AISI 316) pump with motor should have legs having
ball feet arrangement to adjust the height of the pump. - 1 Set.
3.3 Shroud : The motor portion of the pump should be SS shrouded. The shroud
should have provision for circulation of air and entry of electrical cable along
with junction box (terminal box) - 1 No.
3.4 Union : Stainless steel (AISI 316) unions should be provided on the inlet and
outlet of the pump. - 2 Nos.
3.5 Drain Hole : A drain hole should be provided in seal housing between SS pump
and electric motor.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
171
TECHNICAL SPECIFICATIONS FOR GHEE CLARIFIER
CAPACITY : 1000/2000 LPH.
(Delivery period – 3 Months)
1.0 FUNCTIONAL REQUIREMENTS
It would be used for clarification of ghee at the incoming temperature of 40-75 deg.
Centigrade.
2.0 DESIGN REQUIREMENTS :
2.1 Capacity : 1000/2000 LPH
2.2 Finish : All welding joints are to be ground smoothly. All stainless steel surfaces
are to be polished to 150 grits.
3.0 SCOPE OF SUPPLY :
3.1 The Centrifuge : The centrifuge should be made from stainless steel conforming to
AISI 304. The centrifuge portion of the clarifier should be stainless less steel (
AISI 304) shrouded. - 1 no.
3.2 Drive : The drive for the centrifuge should be just underneath and integrated
together. The drive portion of the separator should be milk steel shrouded. – 1 no.
4.0 Accessories :
4.1 Lubrication System : Force feed lubrication system with gear tube oil pump
- 1 set
4.2 Oil Pressure Gauge : For continuous measurement of lubricating oil pressure
- 1 no.
4.3 Gasket : The gasket should be of food grade rubber. It should be non-toxic, fat
resistant and non absorbant. It should have smooth surface.
4.4 Painting : All mild steel surfaces are to be painted with a coat of epoxy primer
followed by two coats of epoxy paint after thorough de-rusting.
5.0 Technical date:- The tenderer should specitfy following technical datas and also
enclosed the detailed leaflets of the equipment offered.
5.1 Make and Model of machine :
5.2 Electric motor HP, RPM and make :
5.3 Inlet and outlet size :
5.4 Inlet pressure :
5.6 Outlet pressure :
5.7 Techometer provided : Yes / No
5.8 Type of Lubrication :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
172
Tools : Essential special tools should be supplied with the machine without charging
any extra cost.
Note :-
(1) Scope of supply also include supervision of Installation & commissioning, water trial
of supplied equipment to ensure perfect working of systems at site.
(2) Name plate should be provided on equipment define the connection.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
173
GHEE STORAGE TANK
CAPACITY : 2500 L
Supply period 3 months
FUNCIONAL REQUIRMENTS :
1.1 General Description : Ghee processed in a Ghee boiler would be allowed to settle
in the ghee setting tank . SNF sediments would settle down. Clear ghee would be
collected from the side outlet; SNF sediment would be drained from the bottom outlet
and clear ghee to be transferred in ghee storage tank. Ghee or butter oil would be stored
in this time at the temperature of 60 º to 65º.
capacity – 2500 L
2.0 DESIGN REQUIRMENTS :
: It should be a triple walled tank.
The inner shell and intermediate shells should be fabricated from minimum 2 mm
thick steel conforming to AISI 304.
The inner conical bottom should be fabricated from minimum 2 mm thick stainless
steel conforming to AISI 304.
The outer shell should be fabricated from minimum 2 mm AISI 304 thick.
Rock-wool or equivalent insulation should be provided between the outer and
intermediate shells. The insulation material should be capable of withstanding
the steam temperatures.
The tank should be rigidly supported on 4 M.S legs with S.S ball feet capable of 50 mm
vertical adjustment. The overall height of the legs would be 500mm. The legs
should be SS AISI 304 cladded.
It should include the following :
Stainless steel girder for mounting covers and agitator.
2 nos. semi circular S.S covers of 2 mm thick conforming to AISI 316 or equivalent.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
174
1 no, paddle type agitator with geared motor suitable for operation on 3 phase, 50 HZ
400/ 440 v, A.C Supply.
2.7.4 1 No bottom outlet with a flanged type 51 mm dia non clogging type 2 way valve with a
complete union to allow free and complete drainage of product.
2.7.5 1 no. side outlet with a flanged type 51 mm dia two way valve with a complete union.
2.7.6 Inlet for steam with steam stop valve and strainer, 1 no water inlet with a stop valve.
2.7.7 Pressure gauge with siphon & pet- cock, safety valve for the steam inlet.
2.7.8 Suitable arrangement for mixing of steam and water.
2.7.9 Condensate outlet / drain water valve and one no –over flow for jacket.
2.7.10 Air vent cock.
2.8 Material and finish
2.8.1 All product fittings and connections shall be of S.M.S. standard.
2.9 Available services
2.9.1. Steam at 3 kg / cm2
3.0 Makes of bought out items are as follows :
Geared motor REMI Elecon / Redicon
2.10 TESTS :
The following tests should be conducted by the manufacture at it’s works.
(a) Dye penetration test for welding joints.
(b) Water fill-up test of inner shell for water tightness.
(c) Water fill-up test jacket for water tightness.
NOTES :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
175
5. General arrangement of this equipment should be as per the attached reference drawing.
The tenderer is required to provide detailed drawing to be got approved from RCDF.
6. Equivalent make subjected to approval of the purchaser.
Note :-
(1) Scope of supply also include supervision of Installation & commissioning, water trial
of supplied equipment to ensure perfect working of systems at site.
(2) Name plate should be provided on equipment define the connection.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
176
TECHNICAL SPECIFICATIONS OF SOUR MILK SEPARATOR
Capacity ; 1000 / 2000 LPH
1.0 FUNCTIONAL REQUIREMENTS:
1.1 General Description : It would be used as separator for milk at the in-coming
temperature of varying from 26º C to 40º C at Atmospheric temperature.
1.2 Capacity:
Separator capacity 1000 / 2000 LPH.
2.0 DESIGN REQUIREMENTS :
2.1 All parts coming in contact with milk should be faoricated from SS conforming to AISI
304 or equivalent at Atmospheric Temperature.
3.0. The prime mover should be complete with suitable motor of Siemens / Cormption /
GEC / NGEF make for operation on 400/440 Volts, 3-phase, 50Hz, AC supply.
3.1 The centrifuge should be completely SS shrouded with .S.S plate open type.
3.2 Necessary tools for the operation of the machine should be provided.
3.3 Price list of spare parts for two years normal operation should be provided.
3.4 All SS surface should have a finish of 150 grits.
3.5 All SS pipes and fittings should conform to SMS standards.
3.6 All MS surfaces should have i coat of anti-corrosive epoxy primer followed by coats of
paint of approved shade.
4.0 Rubber Gaskets which come in contact with Milk is resistant and non-absorbant.
5.0 Fat percentage in skimmed milk after separation should not be more than 01.%.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
177
TECHNICAL SPECIFICATION FOR BUTTER TROLLEY
CAPACITY : 600 KG.
1.0 FUNCTIONAL REQUIREMENTS
Butter trolley would be used for transportation of butter from one section to other
within the dairy.
2.0 DESIGN REQUIREMENTS
2.1 Capacity : 600 Kg.
2.2 Dimensions : Overall height (from ground level) and width of the trolley should not
exceed 600mm and 900mm respectively.
2.3 Finish : All welding joints are to be ground smoothly. All stainless steel surfaces are to
be polished to 150 grits.
2.4 Slope : Generous slope should be provided towards the outlet.
2.5 Joint-Curvatures : All inside corners should have minimum radi of 25mm.
3.0 SCOPE OF SUPPLY
3.1 The Body : The main body should be made from minimum 2mm thick stainless steel
sheet conforming to AISI 316.
3.2 The frame : The frame should be made from 50mm dia 'B' class mild steel pipe. After
fabrication the complete frame and handle should be spray galvanised. The handle
should be cladded with stainless steel conforming to AISI 316.
3.3 Accessories
3.3.1 Wheels : 200mm diameter nylon wheels, of which front pair should be swivel type.
- 2 Pairs.
3.3.2 Drain Nipple : Stainless steel drain nipple of 51mm diameter and 75mm length ending
in a stainless steel blank and complete union.
- 1 No.
NOTE :
1. General arrangement of this equipment should be as per the enclosed drawing (size
290 x 210mm).
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
178
GHEE PACKING MACHINE (Double Head)
CAPACITY 1600 PPH
(Supply, Installation, Testing & Commissioning period – 4 Months)
1.0 FUNCTIONAL REQUIREMENTS
Ghee would be required to be fed through S.S. Centrifugal Pumps S.S. Pipeline. The
pouches should be formed of film, filled with milk and sealed by the machine.
2.0 DESIGN REQUIREMENT
2.1 CAPACITY : 1600 Packs/ hr. of sizes 500 ml and 1000 ml.
2.2 FUNCTIONAL : Machine operations should be mechanically controlled except for
feeding system.
2.3 Finish : All stainless surfaces are to be polished to 150 grits.
2.4 Feeding system : Feeding should be through S.S. centrifugal pumps & S.S.
Pipe line.
2.5 Type of Seal : Vertical seal overlap Horizontal seal Impulse.
2.6 Injection System : An adjustable volume S.S. volumetric cylinder should be fixed
on the roof of the machine. The product from these shall pass through injection
tube into the film tube. The volume of product in the cylinder is filled in each
end of pouch by opening of the gate valve at the lower of the injection tube for a
present time.
2.7 Electrical Control Panel : The electrical switches , printed circuit boards, solid
state various, pouch counters should be mounted in these panels in the centre of
the machine. All functions of the machine should be electronically controlled
using solid state devices and the machine should be mechanically operated.
3.0 SCOPE OF SUPPLY :
3.1 Description of the Machine Body : The machine should have stainless steel body
built on a treated aluminium machine base plate and vertical plate. All the sub
assemblies should be mounted on these mechanical plates.
All parts in contact with the product and packing material should be AISI –304
with smooth finish.
3.2 Pump feed : Centrifugal pump for ghee alongwith S.S. Pipe line from pump to
machine should be supplied along with the machine.
3.3 The machine should have following arrangements in it :-
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
179
3.3.1 Film guard device to stop the machine when film gets exhausted.
3.3.2 Sterilizing mechanism for pouch film.
3.3.3 Pouch counter.
3.3.4 Date coding device.
3.3.5 Apportioning device for 500 ml. and 1000 ml.
3.3.6 Facility to insert a closed circuit in place cleaning for the machine.
3.4 Tools : Essential special tools should be supplied with the machine without
charging any extra cost.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
180
TECHNICAL
SPECIFICATION OF
ITEMS UNDER HEAD
MILK PACKING
SECTION
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
181
TECHNICAL SPECIFICATIONS FOR MECHANICAL MILK POUCH PACKING
MACHINE DOUBLE HEAD WITH ACCESSORIES
CAPACITY : 5000 Packs/Hr.
1.0 FUNCTIONAL REQUIREMENTS
Milk would be fed to the float balance tank of the pouch filling machine by gravity flow.
The pouches should be formed of film, filled with milk and sealed by the machine.
2.0 DESIGN REQUIREMENT
2.1 Machine Model : ___________________
2.2 Capacity : 5000 Packs/hr. of sizes 200 ml. or 500 ml. or 1000 ml.
2.3 Functional : Machine operations should mechanically controlled except for
feeding system which can be either air or electrically operated.
2.4 Finish : All stainless steel surfaces are to be polished to 150 grits.
2.5 Feeding System : Gravity filler.
2.6 Type of Seal : Overlap/Impulse seal.
2.7 Injection System : A constant level with mechanical float should be fixed on the
roof of the machine. The product from tank should be passed through injection
tube in to the film tube. The filled quantity of product in each pouch should be
controlled by adjustment of opening distance of the gate valve at the lower end of
the injection tube. The flow of the product through injection tube in the pouches
should be continuous and the sealing takes place through the product.
2.8 Electrical Control Panel : The electrical switches, control relays solid state
device and various pouch counters are mounted in this panel. The electric control
panel can be fixed on left or right side of the machine, as per requirement.
3.0 SCOPE OF SUPPLY
3.1 Description of the Machine Body : The machine should have Stainless Steel
Body built on a treated aluminium chassis. All the sub-assemblies are mounted
on these machined plates.
All parts in contact with the product are AISI-304 Stainless Steel with smooth finish.
3.2 Float Balance Tank: Stainless Steel float balance tank of suitable capacity should
be provided at the top of the pouch filling machine. - 1 no.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
182
3.3 The machine should have following arrangements in it.
3.3.1 Film guard device to stop the machine when the film gets exhausted.
3.3.2 Liquid level controller.
3.3.3 Sterilizing mechanism for pouch film.
3.3.4 Pouch counter.
3.3.5 Date printing device.
3.3.6 Apportioning device for 200 ml., 500 ml. and 1000 ml.
3.3.7 Facility to insert a closed circuit in place cleaning system for the machine.
3.3.8 Variable frequency drive - 02 nos are included in the scope of supply.
3.3.9 PLC controlled to pack milk in pouches.
Tools : Essential special tools should be supplied with the machine without changing
any extra coat.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
183
TECHNICAL SPECIFICATION OF ROLLER CRATE CONVEYOR
1.0 FUNCTIONAL REQUIREMENTS
The functional requirement of roller conveyor is to facilitate smooth manual transfer of
loaded milk crates from the front of milk packing machine to milk cold store.
2.0 SCOPE OF WORK
2.1 The roller conveyor should be design to carry out 1000 Kg. load. The length of
conveyor 6000mm. with legs supports on every 400mm.
2.13 Roller conveyor frame should be fabricated by MS channel size 100 x 50 x 6mm.
2.14 Roller should be made from MS ‘C’ class pipe of 50 NB with placement of MS washer
of requirement thickness on both ends. Roller rod should be made of bright steel rod dia
25mm.
2.15 The legs of roller conveyor of height 400mm should be fabricated from MS ‘C’ class
pipe dia 40 NB. Stainless steel ball feet conforming to AISI 304 should be provided at
the bottom of legs. The stainless steel ball feet should have provision for height
adjustment of 50 mm.
2.16 Railing should be provided on both sides of roller conveyor for perfect guide of milk
cans up to can tripping bar by MS ‘C’ class pipe 25 NB.
2.17 MS washer of 8mm thickness should be welded at every 85mm (Centre distance
between roller) on inner side of MS channel size 100 x 50 x 6mm to increase the
thickness at roller support and to avoid shearing of channel on load.
2.18 SS ball valve should be provided at the outlet of can drip Saver to facilitate flow of milk
up to dump tank.
Note :
1. The length of the conveyor may vary with respect to site condition; party should
quote rates of per meter length for roller conveyor.
2. General arrangement of roller conveyor should be should be as per the attached
reference drawing.
3. Tenderer should get approved the drawing of Roller conveyor from Milk Union /
RCDF before fabrication.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
184
TECHNICAL SPECIFICATION OF LEAKAGE POUCH TANK WITH STRAINERS
CAPACITY : 500 KG Drawing 500 Kg. required.
1.0 FUNCTIONAL REQUIREMENTS
The leakage pouch tank with strainers is required to collect the milk from leakage pouch.
The leakage pouch will be placed manually on the S.S. strainers placed at S.S. tank top.
2.0 DESIGN REQUIREMENTS
2.1 CAPACITY: 500 Kg.
2.2 Dimensions of the tank: The dimensions of the tank in general will be as under for 500
Kg. capacity.
Inner dia. - 850mm / suitable
Height - 1000 / suitable
Overall height - 1300 mm
(including the legs)
However, looking to site conditions RCDF may vary dimensions.
2.19 Slope: 1:15 towards the outlet.
2.20 Finish: All the welding joints are to be ground smoothly. All stainless steel surfaces are
to be polished to 180 grits.
2.21 Joint Curvatures: All inside corners should have minimum radii of 25 mm
3.0 SCOPE OF SUPPLY
3.1 The Tank: The tank should be fabricated from 2mm thick stainless steel sheet
conforming to AISI 304. The top edges of the tank should be bent outward smoothly. It
should be suitable to support the strainer
– 1 no.
3.2. Accessories
3.2.1 SS Strainer : It should be fabricated from 2mm thick stainless steel sheet conforming to
AISI 304. It should be perforated, hole dia 2 mm the strainer should have S.S. flat
stiffener strips 25 mm x 6 mm thick to carry leakage pouch load.
3.2.2 Legs: Mild Steel legs with stainless steel pipe (AISI 304) cladding, with stainless steel
ball feet provided at the bottom of the tank. The stainless steel ball feet should have
provision for height adjustment of 50 mm. – 4 nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
185
3.2.3 Outlet: The single bottom – outlet of 38 mm diameter. It should be fitted with a 38 mm
dia stainless steel plug type flanged valve with complete stainless steel union on the
other end. The outlet should be cup type and should be at a height of 230 mm from the
finished floor level. – 1 no.
4.0 TESTS
The following tests should be conducted by the manufacturer at its works
4.1 Dye penetration test for welding joints
4.2 Water fill-up test for water tightness of the tank.
NOTE :-
2. General arrangement of this equipment should be as per the attached reference drawing.
The tenderer is required to provide detailed drawing to be got approved from RCDF.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
186
TECHNICAL SPECIFICATIONS FOR MANUAL OPERATED CRATE
WASHER
1.0 FUNCTIONAL REQUIREMENTS
Crate washer turf should be designed for washing HDPE pouch crates of 10/12 litres
capacity of 1.2 Kg. & 1.5 Kg. Outer dimention of crates are as under
1. 1.2 Kg. - 520 (L) x 230 (B) x 170 (H) + 1mm
2. 1.5 Kg. - 470 (L) + 3mm (B) x 378 (H) + 3mm x 168 + 2mm
2.0 DESIGN :
2.1 Capacity : Manual feeding of Crates approx. 400 Crates /hr.
2.2 Configuration : Straight Through type.
2.3 Washing sequence :
2.3.1 Pre-rinse : This should be external to the crate washer, drawing water from the first
rinse sump with pump. Provision to either drain the water or to return water to
first rinse sump is provided.
2.3.2 First – rinse of nozzle pressure 2.0 Kg/Sq.cm 1.0 HP Pump. Length of sump i.e. 0.5
Mtrs.
2.3.3 Hot detergent rinse at nozzle pressure : 2.0 Kg./Sq.cm with pump of 3 HP,
temperature 60 to 70 deg C. Length of sump i.e. 1.5 Mtrs.
2.3.4 Hot water rinse at nozzle pressure 3.0 Kg../Sq.cm with 3.0 HP pump, Temp. 55 to
60 deg.C. Length of sump i.e. 1.0 Mtr.
2.3 Available Services :
2.4.1 Steam : At pressure 3 kg./Cm2.
2.4.2 Electric power : 3 Phase, 415 V, 50 Hz, AC.
2.4.3 Finish : All welding joints are to be ground smoothly . All stainless steel surfaces
are to be polished to 150 grits.
2.4.4 Sprinkler Header : These should be made of SS pipes with SMS unions for easy
locking /unlocking of sprinkler header.
3.0 SCOPE OF SUPPLY :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
187
3.1 Main Enclosure : The main enclosure should be made from 2mm thick stainless
steel sheet conforming to AISI 304. For easy accessibility it should contain inspection
doors all along the length on one side. Crates guides should be provided through the
length of crate washer turf. These doors should be hinge type, leak proof with
gasket based doors.
3.2 Under Frame : The under frame should be made of SS square 50 x 50 x 2mm
rectangular sections. The assembly should have sufficient number of SS legs with the
stainless steel ball feet having 50mm vertical adjustment. -1 No.
3.3 Washing Stations :
3.3.1 Washing : The pumping and jetting arrangements should apply sufficient washing
liquid to the inside and outside surfaces of the crates.
3.4.2 Filter : SS disc type filter for first rinse, hot detergent and hot water rinse section
should be provided to prevent choking of stainless steel fixed nozzles.
3.4.3 Sump Tanks : These tanks should be made from stainless steel thickness 2mm
conforming to AISI 304 and should be used as feed tanks for various washing
liquids. All tanks should have SS ball floats. Maximum care will be taken to avoid
any inter mixing between different liquids. Separate sumps and pumps should be
provided for first rinse, detergent and hot water after – rinse. All 3 sumps should
have drain valves. - 3 Nos.
3.4.4 Water Heating arrangements :- For hot water, direct steam injection system should
be provided using steam water ejector for mixing steam with water. In case of
detergent heating, indirect steam heating coil with control valve should be used with a
suitable T.D. type steam trap. Condensate from the heating coil should be
discharged into sump tank for heat recovery. Temp. of hot water sump should be
maintained by manual controls.
3.4.5 Jet Nozzles : The nozzles would be of SS 316 and fixed and chisel type fabrication. The
minimum number of nozzles would be 60 nos.
- 1 No.
3.4.6 Drain Header : Common G.I. drain header with individual drain valve should be
provided for all sumps (manually locking type drain valves ) - 1 No.
3.4.7 Pumps : The centrifugal pump suitable capacity for each section should have cast
iron impeller, cast iron body, SS shaft with gland packing having suitable
discharge pressure for the specified capacity. The Pumps would be of BEACON
make and of specified HP. The shaft would be in standard construction i.e. Cast Steel.
3.6 Electrical Control Panel :-
3.6.1 Main enclosure : Panel board should be fabricated from 2 mm SS sheet (AISI 304),
will be moisture, dust and vermin proof. It should be provided with mimic and
indicating lamps. .
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
188
3.6.2 Push Buttons and indicating lamps : It would contain ON/OFF push buttons and
indicating lamps for all the motors. All indicating lamps should contain related
inscriptions. The panel should also have an emergency lockable switch to stop total
operations of the crate washer in case of emergency.
3.6.3 Wiring : The control panel should be completely pre-wired. The wiring should be
done by ISI quality copper cables and should be dressed in accordance with the
standard practice.
3.7 Termination Points : All distribution piping should be pre-assembled and terminated
at a single flange for each service connections.
3.8 BATTERY LIMITS : Supplier
a) Electrical cables related to Crate Washer are ended at cable termination box,
which is provided on the top of crate washer.
b) Steam and Water line ended with Leader make GM valves and counter flanges.
Battery Limits : Purchaser
a) Steam and Water line has arrange from counter flanges at operating valves.
b) All main cables from MCC and starters are to be connected from cable termination
box provided on top of the crate washer.
3.10 The tenderer should enclose General Layout drawing of the proposed Crate Washer
along with the tender giving the detailed dimensions and general arrangement.
Note : Makes and other details
4.1 The pressusre gauges would be 0-7 Kg. / cm.Sq. and H Guru make.
4.2 The under frame should be made of SS square section size 50 x 50 x 2mm.
4.4 The steam valve would be of Audo make and other condensate and water valves
would be of Leader make. The steam trap would be M/s. Spirex make.
4.3 The motor would be of NGEF/Bharat Bijli/Crompton/ABB make.
4.4 The float valves would of Leader make with SS ball float.
4.5 S.S. angle 50 x 50 x 6mm should be used as a guide for crate transfer.
4.6 The proper safety guards would be provided on pump motors.
4.7 The proper water collection trays should be provided at both ends to reduce
water wastage and to ensure return of water carried away by crates to respective
sump.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
189
TECHNICAL
SPECIFICATIONS
OF
SERVICES
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
190
TECHNICAL SPECIFICATIONS FOR THE TURNKEY JOB OF REFREGERATION
PLANT FOR 25KLPD (TWENTY FIVE KLPD.) LITRE PER DAY CAPACITY DAIRY
PLANT AT KHETRI, RAJASTHAN.
The job involves the turnkey project to be executed towards the supply, erection, testing &
commissioning of various equipment for establishing refrigeration plant for milk processing
capacity 25,000 litre per day at new dairy at Khetri in Rajasthan. The equipment mainly shall
comprise of ammonia compressors, ice bank tanks, ice accumulating coils, accumulator, air-
purser, atmospheric condensers, condenser pumps, ammonia receiver, chilled water pumps,
temperature indicator for IBT suction and discharge lines vapors, cold store insulation, air
handling units for the cold store and related accessories at Khetri Dairy:
A. Scope of work:-
The turnkey project shall cater to a load of milk chilling, milk pasteurization and
keeping the packed milk at predefined temperature in cold store for 25,000 litre of milk
per day. To cater to the refrigeration load of Khetri Dairy 2 numbers Ammonia
compressors (1 operating + 1 standby) with IBTs, Ice Accumulating coils, Ammonia
Receiver, Chilled water pumps, forward and return chilled water pipe lines with due
insulations, necessary valves and fittings & related accessories, condenser pipes,
condenser pumps, related valves and fittings, related ammonia valves and fittings,
related accessories like electronic float, gauges, RTD alongwith temperature indicator of
suitable range to indicate the temperature of suction and discharge line vapours,
airpurser system etc. need to be supplied and installed.
The job involves supply, installation and commissioning of 2 Nos. 6”x6” size
Frick/equivalent size Kilsokar make ammonia compressors, (equivalent make
subjected to purchaser approval) Ice Bank Tanks, Ice Accumulating Coils, 2 Nos.
Accumulator, IBT Agitators with motors for the IBTs and wooden covers of Assam
Teak / seasoned wood, forward & return chilled water pipe lines, Chilled water header,
chilled water pumps, overflow and drain piping, atmospheric condensers, condenser
pumps, related pipes, valves, NRVs, filters, various ammonia valves and water line
valves, insulation and aluminium cladding of various pipe lines, electricals alongwith
accessories viz electronic float, solenoid valve, ice limit switch, oil purging line, LCD
temp. indicators, pressure gauges etc., related valves, fittings & gauges etc. at Khetri
Dairy.
The supplier shall be required to ensure that no damage occurs to any of the structure /
building of the Plant. If any existing structure / line is required to be removed for the
job, the contractor has to make it good and restore to its existing state at his cost.
Important Note :-
The tenderer is advised to visit the site so as to apprise himself of actual site
conditions & quantum of work involved.
1.0 TECHINCAL SPECIFICATIONS:
1.1 Ammonia Compressors - 2 Nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
191
Two Nos. heavy duty industrial type double cylinder reciprocating Frick make ammonia
compressor 6” x 6” size Frick / equivalent Kilsokar make (equivalent make subjected to
purchaser approval) to operate at minus 10 degree C suction & plus 40 degree C condensing
temperature while running at 440 RPM. Supplier should specify the make, model and operating
RPM of compressor. Maximum allowable RPM should also be specified. Each ammonia
compressor should be complete with the following:-
- Automatic un-loader and capacity controller.
- Suction and discharge manifolds with isolating valves.
- Safety relief valve.
- High, low oil pressure gauge.
- High, low & differential pressure cutouts of Indfoss make
- Gauge board (to be installed separately)
- Oil gauge glass with valves, high pressure gauge and cutouts
- All interconnecting lines and valves
- Thermowell to be provided in suction and discharge lines
- Provision for reverse cycle
- Fly wheel
- Belt guard, V. Belts.
- Anchor bolts.
- Tools and wrenches
- Motor pulley.
1.2 For the Ammonia compressors – Ammonia oil separator of suitable capacity complete
with counter flanges with float valve and oil filter for automatic return of oil to the crank
case shall have to be provided.
1.3 For each ammonia compressor Kirloskar / Siemens make 40 HP/ 30 KW TEFC squirrel
cage induction motor complete with Key shall have to be provided. The motor should
be 3 phase, 440 V, 50 Hz. and for continuous rating for driving the above compressor.
It should be provided with slide rails, foundation bolts etc.
1.4 SIEMENS/L&T make star-delta starter for each of above motor for the ammonia
compressor. Cable with tray for connecting motor and starter are included in the tender.
Cable should be of reputed make of suitable size.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
192
1.5 The likely length of each Gas Header of 100mm & 80mm will be 8 to 10 meters
approx. the suction vapour pipe is to be insulated. The actual suction vapour and hot
discharge gas pipe length may vary. Hence supplier must quote their unit rate for
supply and erection and insulation of gas pipes.
All pipes to be used are to be of Tata Make ‘C’ class ERW only.
1.6 Supplier should note that scope of work includes complete supply, installation, testing
and commissioning of compressors, motors, starters etc and therefore all allied work and
requisite material falls in the scope of supplier except civil works of foundation. The
suction and discharge lines are to be supplied and erected along with requisite valves &
NR valves etc.
2.0 IBTs - 2 Nos.
Two Nos. of Ice Bank Tanks each of inner dimensions as 6.5 M x 2.25 M x 2.00 M high
to accommodate a total of approximate 900 RMT Accumulating coil (say 450 RMT of
coil in each IBT) & 2 nos. agitators (1 in each tank) are to be supplied and installed.
The tanks shall be fabricated out of 6 mm thick M.S. sheet for walls including
compartment/partition walls and 8 mm thick M.S. sheet for bottom. The tanks shall be
complete with M.S. Framed structure and sufficient stiffeners to keep all the sides of
tanks straight (without deflection) when full with water as well as during operations. 50
mm thick wooden covers of Assam Teak / Seasoned wood for tanka, overflow, outlet
and valved drain connections shall have to be provided. The tanks shall be supplied in
knock down conditions and fabricated at site.
However all civil jobs pertaining to construction of foundation for IBTs and wall all
around IBTs (after insulation) etc. shall be carried out by concerned Milk Union, and is
not in the scope of tenderer.
On the top of the IBTs necessary M.S. angle structure shall be required to be provided in
order to make the wooden covers rest on it and to bear additional load of operators
moving on roof of IBTs for operation / maintenance. The wooden covers for the tank
should be fabricated in two equal layers each of 25 mm thick Assam Teak / seasoned
wood. The two layers should be separated by a water proof paper. The covers should
be made in sections for easy removal and inspection of tanks. The covers should be
suitably varnished and provided with sufficient no. of sturdy lifting handles.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
193
The IBTs is to be compartmented in two suitable parts with suitable no. of coils on each
side. Necessary horizontal and vertical stiffeners/supports to be clamped with coils to
keep them in position. At the bottom, the coils shall have to be supported on M.S.
channel of at least 75 x 40 mm size. All these shall have to be galvanized. General
arrangement drawing of the coils, accumulator etc. shall have to be got approved by the
supplier before fabrication.
NOTE: The dimensions of IB Tank can be altered to suit to site condition.
2.1 The Ice Accumulating coils are required to be supplied and installed. These coils shall
be accommodated in the IBTs. The Ice Accumulating coils are required to be fabricated
out of 32 mm N.B. M.S. ‘C’ class ERW pipe TATA make, sand blasted and spray
galvanized after fabrication with the upper and lower headers, oil purging arrangements
etc. complete with accumulator, requisite ammonia valves etc. The Ice accumulating
coils should be designed to ensure accumulation of minimum of 50 mm thick ice.
For each IBT 2 Nos. upper headers one each for one set of columns of coils shall be
provided and each upper header shall be of 4” in dia and of M.S. ‘C’ class TATA make
pipe. Similarly for each IBT the 2 Nos. lower headers, one each for one set of columns
of corresponding coils shall have to be provided and each lower header shall be of 3”
dia and M.S. ‘C’ class TATA make pipe. All the headers should be duly sand blasted
and spray galvanised with risers.
2.2 The total length of Ice Accumulating coils shall be approximately 900 RMT.
2.3 The coil is to be so arranged in each tank so that there is a 6” clear air gap between the
adjacent coil in horizontal plane and 5” clear air gap between adjacent coils in vertical
plane. However the first coil and the last coil shall have an air gap of at least 4” from
the wall (including the partition/compartment wall). General arrangement drawing of
the coils, accumulator and valves arrangement shall have to be got approved by the
contractor before fabrication.
2.4 Each coil is to be placed in the IBT in such a fashion that top pipe of the coil is nearly
11” below the top of IBT.
2.5 Oil purging connections and valves shall have to be provided and installed.
2.6 Suitable accumulator shall have to be provided and placed on each IBT, with due
connections and fittings and accessories properly / placed. The accumulator shall have
to be suitably insulated with 2” thick insulation and cladded by 26 gauge aluminimum
sheet. The drawing showing the details of accumulator and arrangement of fittings and
accessories upon it shall have to be got approved from RCDF.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
194
The requirement of ammonia suction line approx. 5 Mtr. for the accumulator should be
of MS ‘C’ class TATA make. This shall have to be supplied and installed with
ammonia flanged valve of Super / Super Maini make in between the suction line and the
accumulators. This piping shall have to be suitably insulated with 2” thick insulation
and cladded with the aluminium sheet after making due connections to the
accumulators. This pipe line shall be suitably supported on wall supports as per existing
arrangement.
Ammonia liquid line approx. 12 Mtr. OF MS ‘C’ class TATA make shall have to be
provided from the receiver to the IBTs alongwith two Nos. Super / Super Maini make
flanged valves.
2.7 Ammonia liquid receiver of suitable size and of adequate capacity (approx. 2000 Kg.) to
receive the refrigerant of the system complete with the following:-
Liquid inlet valve of suitable size for Double the capacity mentioned above.
Liquid outlet valve of suitable size -do- -do-
Oil and air purging valves of suitable sizes.
Gauge glass with double valves, the gauge glass should be enclosed in a metal casing.
Pressure gauge with valve.
Safety valve with arrangement to connect its outlet to a place of safety and equalizing
connection. Necessary water sprinkler system needs to be provided to safeguard against
high head pressure and in the event of any leakage of ammonia.
2.8 Suitable electronic float of Manik/Manor/Cstle make alongwith solenoid valve
interconnecting ammonia line and valves (bye pass line, expansion valve, strainer etc.)
as required shall have to be provided for proper flow of refrigerant in ice accumulating
coils. All ammonia valves should be of flange type.
(Schematic drawing to be got approved before installation).
2.9 3 Nos. (2 operating + 1 standby) 5 H.P. Suitable chilled water centrifugal type for 31
Mt. head gun metal Beacon make monoblock pumps having 3 phase 440 Volt TEFC
motor.
2.10 One No. Ice Accumulating limit switch (for each of the IBT coil)o of
Danfoss/Indofoss/Manik make to be provided for automatic stoppage of ammonia
compressors when desired thickness of ice is achieved on coils, for each set.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
195
TESTING:-
2.11 The coil set shall have to be pressure tested at 18 Kg./Sq.Cm. pressure for leakage of
joints etc. and vacuum test before charging of Ammonia finally flushed with Nitrogen
followed by vacuum testing before charging of Ammonia. Ammonia compressor will
not be used of pressure and vacuum testing.
2.12 One M.S. ladder shall have to be supplied and installed for making access to the top of
the tanks.
2.13 The IBTs are to be painted suitably from inside with two coats of anti-rust paint.
2.14 The IBTs shall have 2 Nos. of chilled water agitators each with 5 HP TEFC motor
(Cromption/Jyoti/NGEF/Siemens make) and 18” dia impeller with proper guiding chute
to be provided at IBT for ensuring proper circulation / agitation of water through coil
spacing and all around IBT.
Suitable isolator, cable (upto 20 mtr.) double earthing with wire of 8 gauge for each IBT
agitator motor to be supplied and installed.
2.15 Suitable overflow and drain pipe line shall have to be provided to cater to the new IBT
and it should be of MS ‘C’ class of TATA make suitably supported maintaining
aesthetic symmetry. The overflow pipe of 2” dia MS ‘C’ class TATA make with funnel
arrangement shall have to be provided for the IBT. The drain pipe of 2½” dia MS ‘C’
class TATA make with butterfly valve of 2½” (65 mm ) size of Audco / Crowley & Ray
/ Castle make shall have to be provided for the set.
2.16 The chilled water outlet pipe of 100 mm dia MS ‘C’ class TATA make shall have to be
provided alongwith 100 mm strainer with 100 mm butterfly valve of Audco/ Crowley &
Ray / Castle make. It shall be led to suction of the chilled water pumps. Necessary non-
return valve of 100 mm dia and of Leader make shall have also provided for each IBT.
3.0 Sufficient quantity of insulation material (expanded polysterene) for chilled water tank
is to be supplied and fitted.
(a) 100 mm heavy density expanded polystyrene having average density of 18
Kg./cu.m. for floor of the tank in two layers of 50 mm each.
(b) 100 mm normal density expended polystyrene having average density of 16
Kg./cu.m. for sides of the tank in two layers of 50 mm each.
(c) Sufficient quantity of vapour barrier like tar felt and polythene sheet, bitumen,
chicken wire-mesh etc. as required are included.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
196
3.1 All ammonia valves are to be of Frick/Super/Super Maini / Crown make and water line
butterfly valves of Audco / Crowley & Ray / Castle make.
3.2 The necessary compressor oil and ammonia gas required shall be provided by Milk
Union and shall have to be charged into the system by the contractor while
commissioning the plant.
3.3 All pipe lines, cable installation should be properly supported.
3.4 The power supply shall be provided by Khetri Dairy free of cost. The supply shall be
made at one point at site. The contractor shall make his own arrangement to carry and
distribute the power wherever it is required within the site as per Indian Electricity
Rules. Water shall also be provided free of cost by Khetri Dairy.
The temporary supply lines shall be removed and the site shall be cleared by the
contractor after the completion of the work at his own cost.
Forward & Return Chilled Water Pipe Lines Supply, installation, testing & commissioning of necessary forward & return chilled
water pipes, duly insulated and aluminium claded for connecting to 10,000 LPH milk
chiller & 5,000 LPH milk pasteurizer.
The forward chilled water line shall be required to commence from refrigeration room
and to lead to process hall and terminating at the end of the process hall working out to
be approx 42 mtrs. in length. This pipe line should be of 4” dia M.S. ‘C’ class TATA
make. Piping of 2½” dia M.S. ‘C’ class TATA make from this main pipe in the process
hall shall lead to the milk chiller of 10000 LPH capacity & the length of this pipe shall
be approx 9 mtrs. Similarly piping of 2½” / NB 65 dia M.S. ‘C’ class TATA make from
this main pipe in the process hall shall lead to the milk pasteurizer of 5,000 LPH
capacity & the length of this pipe shall be approx 9 mtr. Thus there shall be requirement
of approximately following piping for forward chilled water pipes :-
1. M.S. ‘C’ class TATA make – 4” dia. – approx 42 mtr.
2. M.S. ‘C’ class TATA make – 2½” / NB 65 dia. – approx 18 mtr.
In the similar fashion there shall be requirement of approximately following piping for
return chilled water pipes :-
1. M.S. ‘C’ class TATA make – 4” dia. – approx 42 mtr.
2. M.S. ‘C’ class TATA make – 2½” / NB 65 dia. – approx 18 mtr.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
197
These pipes shall be suitably insulated by thermocole pipe halves and than bound by
suitable wire meshing and finally cladded with at least 26 gauge aluminimum sheet
suitably. For the 2½” dia pipe lines leading to the chiller as well as pasteurizer
necessary 2” size non-return valve (vertical) of Leader make shall have to be provided
in each line. All these pipe lines shall be required to be fixed properly on suitable
supports drawing of which should be got approved from Project cell of RCDF. All pipes
shall be terminated with flange and counter flange / dead counter flange as per the
requirement.
The quantities of above pipe lengths shall depend on actual site conditions and may
vary and hence the tenderer is required to quote the unit rate for the above pipe
sizes separately for bare pipes and pipes with due insulation and cladding.
However for the purpose of drawing financial comparative statement, above
quantities of pipes shall be taken into consideration.
Necessary inter locking arrangement for safe operation of Ammonia compressors,
condenser water pumps, LP HP cut-outs etc. need be provided.
Two numbers independent earthings for ammonia compressors & one number
independent earthing for chilled water pumps, IBT agitator motors need be
provided.
Atmospheric Condensers – Supply, installation, testing & commissioning of
atmospheric condensers :-
To cater to the refrigeration requirement, 10 stacks of atmospheric condensers with 12
pipe high in each stack & with each pipe length of 20 ft. (and with a provision to add 3
stacks further in future) need be supplied, installed & commissioned
1.1 There shall be 10 stacks of atmospheric condensers with 12 pipes high in each stack
& with each pipe length of 20 ft. long. The condenser coils should be fabricated
from 2” dia heavy duty M.S. ‘C’ Class TATA make ERW pipes duly hydraulically
tested. The pipes need to be 20 ft. long x 12 high x 1 RD supported on channels of
3” x 1.5” (with the provision to add 3 stacks further in future). These should be duly
sand blasted and properly spray galvanised and complete with the following :-
- Gas header of 100 mm dia and liquid header of 80 mm dia. These should be of
M.S. ‘C’ class heavy duty TATA make ERW pipes duly sand blasted and spray
galvanised.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
198
- Gas and liquid valves of suitable size flanged type and of Super / Super Maini /
Crown Make.
- Each stack should have suitable size flanged valves in-between every stack &
header - both for gas as well as liquid.
Water sprinkler pipe to be fabricated from 2” dia G.I. ‘C’ class heavy duty TATA make
pipes with suitable flange connections. These shall have to bhe suitably supported on
channels etc.
Necessary ammonia valves and related piping for suction and liquid lines shall have to be
supplied and installed. All piping should be of M.S. ‘C’ class TATA make and all
ammonia valves should be of Super / Super Maini / Crown Make.
Necessary non return valves of suitable size and of Leader Make shall have to be supplied
and installed in the water circulation system set up.
All nuts and bolts should be of good quality and duly cleaned and properly spray
galvanised.
Condenser coils should be duly supported on M.S. Channel with nuts and bolts both sides
complete with inlet and outlet flanges for gas inlet and liquid outlet and duly galvanised.
The drawing should be got approved from RCDF.
Sub headers of suitable size and connecting required coils to each sub header shall have to
be provided. The main header should be suitable to connect suitable stacks coils of
condensers equidistantly spreading over the beams of the condenser tank by means of
flanges. The header should be sand blasted and spray galvanised.
One number independent earting shall have to be provided for the condenser pumps.
Consensor water circulation pumps 5 HP – 2 Nos. (1 operating and 1 stand by) of suitable
model to deliver maximum discharge at 12 MWC for condensers and compressor jacket
cooling. The pump should be monobloc type of Kirloskar / Becon make (Gland type). The
pumps should be mounted on a MS channel frame. The pumps should be supplied with
suitable GI covers for rain protection.
GI ‘B’ class pipe valves and fitting comprising of butterfly valves, non-return valves,
strainer etc. to interconnect pumps, condensers and compressor jacket cooling valves and
fittings etc. - One lot
Ammonia pipes and fittings conforming to IS 1239 comprising of ammonia valves, non
return valves, stainers, supports etc. to interconnect all refrigeration equipments viz
compressors, condensers, receiver and IBT accumulators etc.
Controls for IBT comprising of electronic level controllers, solenoid valves of Manik /
Castle make.
2.0 Testing :
The coil shall have to be pressure tested at 18 Kg. / sq.cm. for 24 hours by air for
detecting of leakage of joints.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
199
2.1 One air purser alongwith all necessary valves to be provided.
2.2 The instruments and controls like digital thermometer, pressure gauges etc.
are of standard make as specified in tender document. Photocopy of
calibration / test certificate as available from manufacturer covering the
batch no. or lot size shall be provided by supplier.
Note :
A. Scope of electrical work & other items :
1. Complete control wiring of refrigeration system with suitable control cable.
2. Connection of condenser pump with main refrigeration panel with suitable coper
armored cable. Four core 2.5 Sq.mm.
3. Connection of compressor motor & starter from main panel with suitable
aluniminium armored cable.
4. All required Inter lockings LP, HP cutouts, Solenoid valves, condenser pump
etc.
5. Supply, installation & commissioning of digital temperature indicator, RTD’s
with suitable cable, same placed to indicate the suction and discharge vapour
temperature.
6. Placement of isolator on both IBT agitator
7. The cables of Gloster / CCI / ICL / Ralison / Hawell make needed to supplied.
All necessary lugs of Dowell make for the various cables with due crimping
shall have to be supplied and installed.
8. Arrangement of reverse cycle operation.
9. RTD & Temperature indicator for indication of temperature of section and
discharge vapour line.
10. Two valves at suction of compressor.
11. Minimum two week trial run of Refrigeration plant, replacement of compressor
oil and filters etc. during trial run is in the scope of tenderer.
12. The make of all the motors would be Bharat Bijlee / Kiroloskar / ABB /
Siemens.
13. All ammonia pipes lines would be of MS ‘C’ Class and water pipe lines would
be of GI ‘B’ Class only. However chilled water pipe line would be of MS ‘C’
Class.
14. The support for condenser would be of double MS angle 50x50 size instead of
channel.
15. The preferred choice would be Frick Make compressor model 6”x6” being slow
speed. However, in case of any delivery problems the Kirloskar Make KC-2
also be considered.
16. The Ice limit switch would be of Manik / Manor make.
17. The size of chilled water supply and return line should be 4” dia.
18. Chilled water connection from main chilled water supplier line to Cream tank(s)
and cream tank to main chilled water return line is also scope of work.
Approximate supply and return pipe line size 40 NB qty. 36 Mtrs.
19. Enclosed site building plan for your ready reference and assessment of quantum
of work involved.
20. Party should quote unit rates for supply, erection and commissioning of MS
pipes with and without insulation. So that extra work if any as per site condition
may be carried out on following quoted rates.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
200
S.
No.
MS ‘C’ Class
pipe Size
Unit Rate
of supply
Unit Rate
of
insulation
Unit Rate of
erection &
commissioning
Total
1 15 NB
2 25 NB
3 40 NB
4 50 NB
5 65 NB
6 80 NB
7 100 NB
B. Equivalency of other make ammonia compressor with Frick make 6 x 6 compressor
should be made at minimum operating RPM not at maximum say operating range of
any equivalent compressor is 650 to 1400 RPM then TR of compressor should be
matched at 650 RPM not at 1400 RPM, equivalency at maximum RPM is not
acceptable.
Special notes : This is a turn key project. The quantities of various items listed are tentative only and may
vary on either side during execution. The final quantities of these would be as per site
conditions. Cost of installation for any addition or delition in quantities will be calculated
based on the unit prices indicated. All necessary material which may be required for the
successful completion of the project falls in the scope of the work. If any extra quantities of
quoted items are needed then the tenderer shall supply those at the quoted unit price. If any
extra item(s), not included in the tender but required for successful completion of the work,
the same will be either supplied by the RCDF or Milk Union and erected by the tenderer or
supplied and erected both by the tenderer at mutually agreed rates considering purchase
price, taxes and handling charges etc.
In addition to the standards mentioned, all works shall also conform to the requirements of
the following:-
a) Indian Electricity Act and rules framed thereunder.
b) Fire insurance regulations.
c) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity
Board.
d) Regulations laid down by the Pollution Control Board.
e) Regulations laid down by the Factory Inspector of the State.
f) Any other regulations laid down by the local authorities.
g) Installation operating manuals of original manufacturers of equipment.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
201
TECHNICAL SPECIFICATIONS FOR INSULATION WITH AIR
HANDLING SYSTEM FOR COLD STORE OF APPROX SIZE 6.7M
X 6.7M X 3.6M HEIGHT FOR KHETRI DAIRY.
The requirement is to provide insulation to the existing room of having approx. inner
dimensions as 6.7 M x 6.7 M x 3.6 M high and this shall be required to be used as milk
cold store operating at 4 degree C. The civil works shall be taken care of separately.
Necessary air handling units, 4 nos. cold store doors & 2 nos. air curtains alongwith
related items viz. Electronic floats, ammonia piping, electricals, controls measuring
instruments etc. are required to be supplied , erected and commissioned to cater to the
functional requirements as under :-
1) Functional requirements :-
Size of store Product Input Cooling Duration Packing
(inner dimen- P. day reqd. in hrs. medium
sions ) from
6.7M x 6.7M Milk in 25000L 8 degree 6 Polythene
x 3.6 M pouches C to 4 film
high degree C
The job comprises of:-
1) Supply & fixing of insulation for cold store.
1.1 Walls with area 112 sq.mtr.(approx), by 2 layers each to be of 50 mm thick
insulation of expanded polystyrene of density 16 kg./cum with layers of bitumen of
grade 85/40 or 85/25, wooden batten of Marandi/Assam teak wood of size 2” x 2” to
be fixed by fastners, with frame size 1.0 m x 0.5 m, chicken wiremesh binding. A cost
of Shalimar make Shalicoat/ Black Japan is to be applied on side walls before
application of bitumen to improve the adhesive quality of bitumen which has to be
applied subsequently.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
202
1.2 Ceiling with area of 49 sq.mtr. (approx. ), by 2 layers each to be of 50 mm thick
insulation of expanded polystyrene of density 16 kg. /cum with layers of bitumen
of grade 85/40 or 85/25, wooden batten of Marandi/Assam teak wood of size 2” x
2” to be fixed by fastners, with frame size 1.0 m x 0.5, chicken wiremesh binding.
A coat of Shalimar make Shalicoat/ Black Japan is to be applied on side walls
before application of bitumen to improve the adhesive quality of bitumen which
has to be applied subsequently.
1.3 Floor with area of 49sq.mtr. (approx. )
- Clean the surface and apply a thick coat of bitumen.
- Fix a layer of 1.5 mm thick waterproof tarfelt using bitumen as adhesive with 75
mm overlap at joints.
- Seal the joints with bitumen and apply a coat of bitumen on the outer surface of
tarfelt.
- Fix 2 layers each to be of 50 mm thick insulation of expanded polystyrene of
density not less than 18 kg./cum and seal the joints.
1.4 Insulated Cold Store Doors with frame :- The bidder shall be required to supply,
instal and commission 2 nos. doors and frames to be made of seasoned wood, with
expanded polystyrene resin insulation of density not less than 16 kg. /cum with 18
gauge aluminium cladding on both sides of door and frame. The doors should be
complete with hinges, seals, handles & locking arrangement with pushing knobs etc.
made of brass and chromium plated. Doors shall have clear opening 1.2 M x 2.0 M
(with 100mm thick insulation ) or puff insulated SS Doors with SS frame of aforesaid
dimension.
1.5 Hatch Door - Hatch door with clear opening 0.62 M x 0.97 M with provision of flap to
permit access of crates into cold store - 1 no.
1.6 Air curtains and Air Shield curtains :-
Air curtains for both the doors, PVC air shield curtains having flaps of 4” width with
25% overlap and minimum thickness 2mm, with 2 blowers with double shaft motor of
1/3 HP & required electrical materials shall have to be provided.
Cooling Equipment :- Supply, fixing, installation, erection & commissioning of
suitable numbers MS structure supported air handling units of Frick or equivalent
reputed make of capacity sufficient to meet the functional requirement as given
above. The tube preferably be 3/4 inch dia mild steel with 3- 4 fins per inch.
The coils to be spray galvanised with minimum thickness of 80 micron which
may be got verified at site by the Milk Union/ RCDF with the instrument supplied
by the supplier. Before finning the coil pipe, Milk Union/ RCDF may verify
about the make & quality of the evaporating coil or SS cooling unit of equipment
capacity.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
203
The air handling units required are of MS structure supported cross draft type. The
forced draft coolers are intended to suit the operation with flooded type liquid
evaporators. Each coil is supplied with liquid from the liquid header and ensure
even distribution of liquid feed to all coils. The evaporator is to be provided with
liquid separator ( accumulator). The liquid separator is a large horizontal
cylinderical
type vessel complete with electronic float switch of Manik/Manor/Castle make
connected to liquid feeding solenoid valve of Danfoss/Indofoss/Castle make for
maintaining the present liquid level in the accumulator and regulating the flow of
liquid refrigerent in the coils along with strainer, metering valve, by-pass
arrangement and hand expansion valve.
The liquid level header provided for electronic float switch should have oil drain pot
and provision to drain oil through oil drain valve. This header should be insulated
for better function of float controls. The header size should be not less than 100
mm dia with each accumulator provide pressure gauge tapping, valved, flanged
with pressure gauge of Fiebig /H- Guru make.
Insulate the accumulator and other related items with appropriate thickness.
Aluminium cladding 26 gauge for suction line after the necessary insulation as
well for accumulators shall have to be provided.
Water defrost spray pipes, nozzles and header shall have to be provided & the same
need to be so arranged that it is self –draining type. This provision is required for air
handling units.
The casing shall be of galvanised sheet steel, cross –broken to prevent drumming.
Refrigerant coils and defrost piping shall be fixed to substantial bearers. The
bidder should ensure that no rattle occurs when the unit is operating.
Induced draft fans shall be axial, direct coupled to motors. Belt drives are not
acceptable. Fans and motors shall be dynamically balanced. Fans of cast
aluminium or heavy gauge sheet steel, hot dip galvanised, are acceptable. Fan and
motor assemblies shall be resiliently mounted and effectively guarded. Motors and
bearings shall be suitable for operation at an ambient temperature of zero degree for
cold store room evaporators and motors should have degree of protection IP55 or
better.
The drain tray shall be of 18 gauge galvanised sheet, cross broken to provide
falls and arranged to intercept condensation from the casing. The height of the tray
shall be not less than 100 mm. The outlet shall be vertical. Fabrication and installation
drawings shall have to be got approved.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
204
The fixing of air handling unit shall be on suitable sturdy MS frame to ensure perfect
safety of air handling unit while in operation.
3) All necessary ammonia valves of Super Maini/Frick/Castle make are to be
provided for the complete system. 3/4 inch dia size refrigerent line is to be
tapped from the existing ammonia receiver of the refrigeration plant and thereafter
1/2 inch dia size tapping from within it is to be taken as required for the second
A.H.U. The requirement for 3/4 inch dia pipe and 1/2 inch dia pipe shall be as
per site conditions. The bidder must quote the unit rate for both sizes of these
pipes. For the purpose of drawing comparative statement 10 Mtr. of length for each
of these two sizes of pipes shall be considered. All the pipes should be of MS
‘C’ class Tata make.
4) Temperature indicators 6” dia (with sensing probe ) of reputed quality preferably
Radix/Rubzero or equivalent make (purchaser to approve) are to be provided.
5) The instruments and controls like digital thermometer, pressure gauges etc. are of
standard make as specified in tender document. Photocopy of calibration/test certificate
as available from manufacturer covering the batch No. or lot size shall be provided by
supplier.
The bidder shall be fully responsible for proper design of the system, detailing etc.
to give the rated performance. Supply & installation of all the items as necessary to
meet the functional requirements efficiently are covered in the scope of this tender.
This also includes L & T make starters and cables of proper size for the motors of
the cooling units.
Safety :-
Provision for safety of personnel shall be made by the supplier in accordance with
IS : 661 ( Code of practice for Insulation and safe Operation of Cold Storages ).
The cold room shall have a safety pilot light outside indicating the presence of people in
the room and electric alarm bell as well battery operated light as emergency light, need to be
provided. The bell shall be installed at approved location and bell push switch and
hatch door clearly illuminated in cold store. The circuits for bell, safety pilot
illumination shall be independent of the mains power supply.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
205
Item Sr. No.
TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION AND
COMMISSIONING OF OIL FIRED BOILER SHELL TYPE
CAPACITY 1000 KG./HR.
Completion period. : 6 months
1.0 FUNCTIONAL REQUIREMENT
1.1 General Description :
The oil fired boiler would be required to generate a dry saturated steam for use in
various processes in plant. It would cater to considerable varying steam requirements
depending on various processes schedules.
2.0 DESIGN REQUIREMENTS
2.1 Capacity and Working Pressure : Capacity, working pressure and quantity for the boiler
should be as per the details given in clause 11.0.
2.2 Dryness of steam :
Dryness of steam shall be 98%. The boiler should be designed for adequate size
of barrel having necessary internals, etc.
2.3 Type of Boiler :
The boiler should be IBR, horizontal shell type smoke tube fully packed 3 pass wet
back automatically control tested proven under rigorous conditions and subject to the
strictest quality control procedures and arrangement for obtaining higher boiler
efficiency.
2.4 Fuel :
The boiler should be designed to use Furnace oil of net calorific value as given below
:
Furnace oil - 9650 Kcal/Kg.
2.5 Thermal efficiency :
The thermal efficiency on NCV basis of oil at 100% load is 89% and 88% at 50% load.
Any tolerance on efficiency to be specified, Thermal efficiency should be 89% at NCB.
2.6 STATUTORY REQUIREMENTS
The boiler should comply with the latest Indian Boiler Regulations (IBR), International
Standards Organization (ISO), PCB and other statutory regulations/requirements. The
minimum requirement shall be as per the details furnished hereunder.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
206
The electrical equipments, installation should comply with the latest Indian Electricity
Regulations, CEIG and the EB regulations of the state in which the boiler is installed.
The boiler should be got approved by the supplier from the statutory authorities and any
modifications changes if suggested by the authorities shall be carried out by the supplier
without any additional cost. IBR certificate shall have to be obtained by the supplier
and handed over to the buyer.
3.0 SCOPE OF SUPPLY
3.1 The complete boiler having steam generating arrangement, casing, burners,
pumps, controls, instruments, ducting, chimney and all necessary accessories
should be supplied.
a. Boiler should be horizontal, shell type fully packaged 3- pass smoke tube design, automatically
controlled, tested and proven under rigorous conditions and subject to the strictest quality
control procedures.
b. The boiler should be of genuine three pass flue path. Flue gases should pass through the furnace
(first pass) whereas second and thirds passes should be formed by nests of smoke tubes. At the
end of the furnace the flue gas reverses into second pass tubes.
(i) The boiler shall be complete with all mountings, accessories, controls etc.
(ii) Boiler construction shall be in accordance with the latest revision of Indian Boiler
Regulations 1950, Act 1923 applicable and in conformity with AOTC requirements for
unattended boilers. All materials used shall be approved and tested as per relevant existing
codes. All the welded joints shall be as per code requirement.
(iii) The boiler should be of modern compact design and be genuinely packaged design. The
design source should confirm to international design. The boiler and the burner design
must be preferably from the same source to ensure perfect matching of burner and boiler.
(iv) The fire tubes in the tubes nest should be plain without any restriction inside. These tubes
should be easily accessible both from inside as well as outside for inspection and
maintenance. These tubes are to be tightly expanded in the tube plate and seal welded.
The required number of stay tubes and stay bars are to be fitted the boiler. The stay tubes
should be seamless & strength-welded to tube plates.
(v) All working parts of the boiler should be accessible for ease of inspection and
maintenance. On the shell, one elliptical mandoor and on tube plate one mud hole must
be provided. Access to the combustion chamber should be through bolted refractory lined
access door whereas tube nest should be exposed through hinged mounted front door.
(vi) Boiler front door is lined with ceramic fiber blanket with SS sheeting on the tube side of
the door.
(vii) The boiler mountings shall be as per the Extent of Supply.
(viii) The boiler shall be designed and constructed to generate steam at efficiency of 89% on net
calorific valve (NCV) basis. Efficiency shall be demonstrated as per standard BS – 845
Part 1 Indirect method.
(ix) The cylindrical shell of the boiler should be insulated. A movable ladder shall be provided
which can be moved as per convenience. Boiler should be skid mounted.
(x) Boiler and accessories shall be mounted on a single base frame. Individual systems such
as feed water pump etc. may be on separate base plates welded to the boiler base frame.
(xi) The boiler shall not require any special foundation for the boiler and its
mountings/fittings. It should be able to be mounted on simple PCC foundation.
c. Fuel oil system : This shall be suitable for handling the fuel specified. Burner shall be mono-
bloc type, step-less modulating sequence control, turn down ration 1:3. Oil pump and FD fan is
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
207
driven by the same motor. The built in electric heater with three elements is provided for
ensuring the conditioning of furnace oil for firing in the boiler. The electrical oil pre-heating
system shall 100% pre-heating for the rated boiler capacity.
d. Combustion system: This system consists of a forced draft combustion air blower with motor,
mechanical atomizer burner assembly, photocell operated safety device, ignition electrodes,
transformers, etc. Burner assembly shall be bolted on combustion chamber and that the burner is
lit only when the entire burner assembly is fitted and is in a closed position, ready for operation.
Pressure jet atomisation shall be provided. The burner should be capable of firing furnace oil of
viscosity upto 3500 Red. Sec. at 100 deg. F .Spring loaded explosion door & fusible plug
provided for ultimate safety. The entire assembly should be engineered in such a way that
burner moves alongwith the door when the door is opened for tube cleaning. Burner must be
with turn down ratio 1:3.
e. Feed water System: 2 nos. electrically driven vertical centrifugal multistage pumps mounted on
the boiler frame itself with motor capable of using feed water at temperature of 120 deg C with
all SS internals, interconnected pipework between pumps and feed check valves.
Feed water day tank (by customer) shall be placed at an elevation of 3.5m approx. from finished
floor level.
f. Blowdown system : Automatic Blowdown Control System based on conductivity principle with
pneumatically actuated valve for efficient control of TDS level within the boiler shell. This
system shall be installed in parallel to the manual blowdown valve.
g. Controls : The sequence control system shall be provided. The relay based control panel cum
MCC shall be mounted on the same boiler frame.
(i) Interlocking of the feed water pumps and water level in the boiler
(ii) Audio–visual alarm for danger level of water in the boiler and also for flame failure.
(iii) Programmer controller to ensure sequence of boiler start-up after ensuring required
temperature and pressure of oil, air etc.
(iv) MCB’s and contactors shall be provided for all electrical drives for the boiler
(v) Pilot lamp to indicate operating status of the various equipment.
(vi) Complete internal wiring to ensure power supply at a single point on the panel.
(vii) Indicating lamps/ Audio alarm shall be provided for the following parameters -
- Low water level in the boiler
- Burner flame failure
- Feed water pumps failure
- Damper closed position
Pressure switch should be provided for burner interlock. 3.1.3 Insulation : All portions of the Boiler not covered by the Boiler casing, are to be lagged
with glass wool mattress 75mm thick & density 150 Kg./mз retained in position with
wire mesh.
The boiler shell is then to be covered by GI/Alunimium cladding of 24 SWG thickness
duly pre-treated before painting. The temperature of the outer shell should not be
more than 15° C of the ambient temp.
3.2 Burner :
Boiler burner should have multi nozzle control with sequence controller on variable
load. Burner turndown rations 1:3.
3.3 Chimney & Ducting :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
208
CHIMNEY : The technical specification of Chimney and flue gas ducting suitable
for Oil Fired IBR Boiler Capacity – 1000 Kg./ Hr. are as per enclosed schedule - II
For the flue gas duct between boiler and chimney a length of 4 metre has been
envisaged to be supplied and erected. However as per site conditions there may be
requirement of some variation in this length. The tenderer is required to quote rate as
per running meter basis for fabrication & erection both, for any additional length of such
ducting.
4.0 Extent of Supply
The package boilers for specified duty shall be supplied complete with all accessories in all respects, but
not limited, to the following, within vendor’s battery limit.
- Oil fired package boiler complete with all accessories as specified such as fuel oil system, FD
fan, oil heating system, boiler mountings, motors, starters, etc. Foundation bolts for all items to
be supplied.
- Two feed water pumps of adequate capacity and rating complete with motor, starters etc.
- All necessary instrumentation complete with pre-wired control panel
- Inter connecting piping, fittings etc.
- Inter connected power & control wiring and instrument tubing etc.
- Items required for installation, commissioning & start up of boiler
The following items, but not limited to those mentioned, shall be supplied with the boiler.
Pressure Parts
a. Boiler Shell 1 no.
b. Tube Plates 2 nos.
c. Furnace Flue 1 no.
d. Combustion Chamber 1 no.
e. Boiler Tubes 2 lots
f. Stays (Tubes, Bars, Gussets) 1 lot
g. Mud door on tube plate 1 no.
h. Man door 1 no.
i. Stand Pipes for Stop, Feed check, Safety
and Blowdown Valves
1 lot
j. Stand pipes for gauge glass and level
controller
1 lot
General Construction Parts
a. Front casing with hinged door 1 no.
b. Rear casing with removable doors, Flue
outlet flange
2 lot.
c. Insulation and sheeting for boiler shell 1 lot.
d. Refractory for front & rear access doors
with support base frame. Refractory for
furnace ring / burner ring
1 lot.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
209
Accessories
a. Oil firing equipment Pressure jet, automatic, with necessary
valves, fittings & mountings – 1 set
b. Oil pump with drive motor 1 no.
c. FD fan with drive motor 1 no.
d. Electric pre-heater 1 no.
e. Multistage feed pumps with motors 2 nos.
Mounting & Fittings
a. Main steam stop valve 1 no.
b. Safety valve 2 nos. (with each capable of 50% venting
capacity)
c. Feed check valve 2 nos.
d. Auxillary valve 1 no.
e. Blowdown valve with Automatic
Blowdown Control System
1 no.
f. Isolating valve for water level controllers 2 nos.
g. Isolating valve for pressure switches and
pressure gauge
2 nos.
h. Drain valve for water level controller 2 nos.
l. Sight glass assembly 1 set
* all the valves should be Piston valve with Asbestos free packings.
Instrumentation
a. Water level controllers 2 no. for feed pump operation and low water level
alarm
b. Over-ride controller 1 no. for lockout under extra low water level
alarm
c. Steam pressure gauge with
cock
1 no. For display of boiler steam pressure
d. Water level gauge assembly 2 nos. For display of water level in the boiler
c. Switch gears, relays,
connectors
1 set For individual controls of equipment
through control panel
d. Audio / visual alarm 1 set In case of unsafe operation for lockout
under extreme conditions
e. Pressure and temp gauge with
thermostat
1 set for burner operation
f. Control panel 1 no. For housing above instruments and
switchgears
Controls & Safeties
a. Oil temperature indicator 1 no. Local cum panel mounted to indicate oil
temperature
b. Pressure switch 2/3 nos. For firing positions of burner
c. Photo resistant cell 1 no. Flame failure and audio visual alarm
d. Temperature controller 1 no. To control oil temperatures in burner heater
before nozzle with audio visual alarm and
burner trip
e. Sequence controller 1 no. To control sequence of firing, pre-purging
etc.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
210
f. Modulating mechanism 1 no. Stepped / Three stage modulation
g. Low oil pressure switch 1 no. To trip burner with audio visual alarm
h. Level controller 2 nos. To regulate feed water pump operation and
trip burner in case of very low level with
audio visual alarm.
Safety Interlocks
Unsafe condition
Instrument Action
High water level Level controller No. 1 Feed water pump trip.
Low water level Level controller No. 1 Alarm & Burner Shut down
Extra low water level Level Controller No. 2 (Overriding
controller)
Alarm & lock-out
Flame failure Photocell Alarm & burner trip
Boiler high pressure Safety valves Lift & discharge
Piping
Feed water : Feed pumps outlet to boiler shell
Oil : Burner integral oil piping
Drain : Interconnecting drain piping within battery limits
Electricals
The control panel must be a part and parcel of boiler/boiler package. It should contain all necessary
switchgears, safety alarms/interlocks and burner management system and is to be mounted on the boiler
itself eliminating any cabling requirement at site.
Boiler should be complete with all necessary electrical cabling from the control panel till burner / FW
pumps etc. Power cables shall be 1100 V grade, PVC insulated & PVC overall sheathed. Control cables
shall be multi-strand copper conductors of minimum 2.5 sq.mm. All motors shall conform to squirrel
cage induction motors, TEFC, IP-55, class ‘F’ insulation.
MCC Cum Control Panel
A MCC cum control panel, complete with main isolator switch, starters, auxiliary contactors, relays,
fuses, rotary switches, indicating lamps, isolator, hooters with programmer and combustion safety relay.
The panel should be completely pre wired and factory tested. It should be mounted on the boiler itself
and shall not require any separate foundation.
Insulation & Cladding
The boiler should be completely insulated in the factory itself and there should not be any site work
involved for insulation and electrical cabling. The cylindrical shell of boiler must be insulated with glass
wool / Rock wool mattresses of desired thickness and should be housed in a box shaped CRCA covered
frame giving the boiler a provides neat appearance and also reducing heat loss due to the air gap
between insulated shell and outer sheet metal cover. The top plate of the box should be designed to
provide working platform for maintenance.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
211
Refractory
Suitable refractory material is provided for all required parts as follows :
Front door : Ceramic fiber blanket with SS sheeting
Rear door : Hysil blocks with Kynex HG / Insulyte 7
Furnace ring / burner ring : Hysil blocks with Insulyte 7
5.0 Services
The following services shall be provided by the vendor –
Supervision of Erection & Commissioning
IBR Approval of Boiler upto Provisional Firing Order.
6.0 BATTERY LIMITS :
a) Feed water
The scope of work of the supplier starts from the existing header of feed water
located within the existing boiler house.
b) Fuel gas
The scope of work of the supplier is up to outlet of flue gas chimney.
c) Steam
The main steam out put connecting pipe of suitable size shall be drawn from the
outlet flange of non-return valve fitted after the outlet valve of the boiler. Same to
be connected in steam header having provision of one stand by boiler of similar
capacity, the high pressure line from this header has to be extended up to
approximately 35 Mtrs. and to be connected with PRS (Pressure Regulating
Station). The supply, installation and commissioning of PRS is also in the scope
of supply. The aforesaid high pressure line and PRS should be able to
accommodate steam flow rate i.e 2000Kg. per hr. at boiler pressure i.e. 10.5
Kg. per Cm2. The steam pipe from safety valve discharge shall be taken outside
the boiler house and the steam pipe for heating of fuel in the pre-heaters, burner
etc., steam outlet shall be taken up to the respective units. All necessary pipe
fittings and accessories, valves, strainers, PRV controls etc., as required shall be
provided by the supplier.
d) Blow down
The scope of work of supplier is to take the piping from each blow down
connection to the separate blow down pits located outside the boiler house.
Existing trench to be used.
e) Drains
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
212
All drains from water level controllers, gauges, press stats, steam pre-heater,
sample cock, mobrey etc. shall be taken outside the boiler house using the existing
trenches.
f) Fuel oil
The scope of work of the supplier starts from oil service tank outlet valve (service
tank located within the boiler house) to boiler through oil pre heater and return
line from boiler to oil return header, adequately sized. Necessary steam tracing of
these pipelines is to be carried out and is included in the scope of the work.
Existing trenches are to be used.
g) Electricals
The purchasers/client shall provide incoming electrical connection and earthing to
the supplier's boiler control panel. From control panel all power and control cable
distribution shall be done by the supplier. Earthing network from boiler control
panel/control panel trench to the various equipment is in the scope of the supplier.
Existing trenches are to be used.
h) General
All necessary bolts/nuts, templates etc. shall be provided by the supplier. All indoor
trenches have already been provided by the client/purchaser and these shall be used for
the oil, water, drain and electrical as described above, but necessary steel supports/cable
trays etc. for piping/ducting and cabling etc. are in bidder's scope. The supplier shall
visit the dairy plant and familiarize himself with the layout of existing trenches
within the boiler house, proposed location of chimney, location of feed water and
oil service tanks and also the location proposed for the new boiler. The list of
drawings to be prepared by supplier and submitted to purchaser for approval is
listed elsewhere in the order. Any foundation/structures at the chosen location shall
be removed by the client and new foundations as proposed by the supplier shall be
provided.
7.0 Guarantees
The boiler supplier shall guarantee the following
1. The boiler shall be guaranteed for trouble free operation for a period of 12 months form the date
of handing over.
2. Performance guarantee runs shall be conducted as per BS 845 part I – 1987 indirect test method
– after one month of continuous trouble free operation.
3. Any defect shall be rectified free of cost to the entire satisfaction of the purchaser.
4. All guarantees from equipment suppliers will be vested in the client.
8.0 Makes
1. Boiler J N Marshall, Thermax or equivalent
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
213
make (Purchaser to approve)
2. Feed Water Pump Salmson, Grundfoss, KSB
3. Fuel oil pump Neels – Entees, Suntec
4. Burner As per Mfg Standards
5. Blower Burner manufacturer’s standard
6. Sequence controller Burner manufacturer’s standard
7. Photocell Burner manufacturer’s standard
8. Motors Crompton, Laxmi Hydraulics
9. Main steam stop valve & Mobrey
Isolation valve
Forbes Marshall, BDK, Uniklinger
10. Steam & Water Valves Forbes Marshall, Uniklinger, BDK
11. Non Return valve Spirax Marshall
12. Safety valve Fainger Lesser, Sempell
13. Blow down valve Levcon
14. Level indicator Teleflo / Tectrol
15. Level controller Malhotra
16. Pressure switches Indfoss
17. Pressure gauges Forbes Marshall, Eq
18. Steam flow meter Forbes Marshall, Eq
19. Automatic Blowdown Control
System
Spirax Marshall
20. Electrical Switch Gears L&T
21. Cables Polycab
22. MCB L&T
9.0 Control Panel :
9.1 The complete control panel shall be supplied and installed with all instruments and
components such as sequential controller, push buttons, indicating lights, window
annunciator, temperature / pressure controller, digital temperature indicators etc. The
control panel should be made from 14 Gauge CRCA sheet duly pretreated and painted. It
should also have audio alarming system for all the fault condition, which should appear,
visually on annunciator window.
Few of the fault conditions are :
a) Flame failure :
Flame failure protection should be provided. However, in case of flame
failure and accumulation of fuel oil inside the combustion chamber, the
audio, visual alarm should be energized.
b) Fuel oil temperature low :
In case fuel oil temp is low, the audio visual alarm should be energized. The
interlock should be provided such that, without proper fuel oil temp boiler
can not be started.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
214
c) Electrical heater on :
The electrical heaters should maintain the temperature of fuel oil, whenever
starts there should be indication on annunciator.
d) Steam pressure more than set value :
If the steam pressure goes above the burner cutoff set pressure value, boiler
should be stopped and there should be audio-visual signals.
e) High, low and extra low water level should energies the audio-visual
alarm.
The low and extra levels apart from audio-visual alarm should switch off the
burner.
The hooter should stop once it is acknowledged, but the annunciator
should keep light 'ON' till the time fault conditions are attended.
f) Following controls also should be provided :
- The boiler can not be started till the correct fuel inlet conditions like
temperature, pressure and other parameters are met.
- There should be control for start up and shut down purge sequences.
- The control also should be provided for burner ignition and modulating.
- To maintain steady steam pressure steam pressure switches to control the
combustion should be provided.
- MCB and contractor should be provided with electrical device of boiler.
9.2 The control panel should have suitable incoming and outgoing feeders. All
contactors, switches, starters, HRC fuses, relays, terminals etc., should be neatly
mounted and pre-wired in the panel board terminating in suitably rated terminal
blocks/epoxy based insulators. All fuses should be HRC link type. The
components of the control panel should also selected as follows:
The main incomer to the control panel shall be of suitably rated, TP, 35 KA,
MCCB, with shunt coil. Suitable copper terminal extensions shall be made and
fixed on epoxy based insulators if required for terminating the incoming power
cable to the control panel.
Ammeter and voltmeters shall be provided with selector switches. Resin cast CT
shall be provided for connecting the ammeter and the voltmeter shall have control
fuses.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
215
All contactors shall have rated coil voltage of 240 V AC. Individual isolators,
fuses, starters, controls etc., shall be provided for each of the outgoing feeders.
Minimum rating of contractor shall be 16 Amps. For star-delta starters all
contractors shall have same rating.
The wiring within the panel shall be done using copper wires. Minimum section
of power wiring shall be 4 Sq.mm and that of control cable shall be 1.5 Sq.mm
Indicating ferrules at both cable ends shall be provided. Lugs shall be
provided for all power and control cable terminations.
Star-Delta starters shall be provided for the motor ratings above 10 HP. DOL
starters shall be provided for the motor ratings of 10 HP and below. However, for
feed water pumps DOL starters may be provided irrespective of pump horse
power.
Aluminum armored power cables shall be used for the motors. Minimum size
shall be 4 Sq.mm. All cables shall be sized as per the standard practice and as per
approval of client
Aluminum earth bus of 25 x 6mm or equivalent area shall be provided at the
bottom of the panel for connecting the earth grid to the panel at two places.
Makes shall be as per the approved makes :
9.3 All starters, fuses, isolator, heater ON/OFF push button indicating lamp etc. shall
be mounted in the panel and the same shall be dust and vermin proof.
9.4 Indicators, rotary switches etc. shall be provided on top of the panel and the same
shall be at convenient operating height.
9.5 The panel shall be completely pre-wired. The electric supply shall be 415 volts,
50Hz AC.
9.6 The panel board shall be installed in boiler house as per approved layout.
9.7 Necessary isolators near motors shall be provided as per statutory requirement.
9.8 All feeders above 10 HP to be provided with ammeter with selector switch.
9.9 All field wiring (between control panel and field instruments/controls) shall be in
flexible conduits and shall be heat resistant type.
9.10 Painting :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
216
All the exposed MS surfaces and boiler shall be thoroughly cleaned with sand
blasting followed by two coats of heat resistance anti corrosive primer followed by
two coats of heat resistance paint as given below :
Item Colour
All Valves Oxford Blue
Front and rear casings Black
Platform Black
Sheeting Oxford Blue
Burner As per manufacturer's
Control panel Siemens Grey
Feed pump As per manufactur's standard
9.11 Boiler fitting and accessories :
The boiler should have all necessary standard mounting and fittings for safe and
efficient operation of the boiler and in accordance with the latest IBR regulations.
The boiler shall have all the components as listed below. It will be the supplier's
responsibility to indicate any components not listed in this specification but
required as per the statutory regulations. Unless otherwise specified the steam
valves shall be flanged (flanges as per BS 10 TAB H). All screwed connections
shall be BSP.
It will be the supplier's responsibility to provide any components / items not
appearing in the list, nor additionally listed by the bidder in their offer and the
same are found to be required as per the statutory regulations. Supplier shall
provide such additional components / items within the scope of the work and no
additional cost will be considered for the same. All valve should be piston type
and Asbestos free packing.
9.12 Spring loaded full lift type safety valve having a total discharge rate exceeding the
maximum steam producing capacity of boiler with exhaust pipe to discharge
outside the boiler house. - 2 Sets.
9.13 Access doors (front and rear) - 2 Nos.
9.14 Main steam stop valve with counter flanges - 1 No.
9.15 Non return valve for main steam with counter flanges - 1 No.
9.16 Blow down valve with counter flanges & necessary handles for operating the
valves and necessary pipes and fittings upto blow down pit which will be located
outside the boiler house.
- 1 Set
9.17 Steam stop valve with counter flanges for auxiliary steam connection
- 1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
217
9.18 Steam pressure gauge of minimum size 200mm dia. with siphon tube and cock.
- 1 Set.
9.19 Auxiliary steam connection with cock for fixing test pressure gauge and for
removal of air. - 1 Set.
9.20 Water level sight glasses with safety shields and isolating cocks.
- 2 Sets.
9.21 High, low and extra low water level alarms with isolating valve and drain point
(screwed) having a drain pipe up to blow down pit. -2 Sets.
9.22 Flame observation port/fire view glass of suitable thickness and design shall be of
rotating type with blue tint colour glass/plain glass and the glasses not be exposed
to fire. - 2 Nos.
9.23 Access ladder service platform and top walkway platform complete with railings.
- 1 Set.
9.24 Rigid MS base frame (for boiler & other eqpt) - 1 Lot.
9.25 Fusible plug in the furnace tube - 1 No.
9.26 Pressostats for automatic operation - 1 Set.
9.27 Flue gas temperature indicator (digital type) - 1 No.
9.28 Steam pressure switch for combustion controls by interlocking with burner.
9.29 Steam temperature indicator. - 1 No.
9.30 Water level controller (heavy duty) Mobrey type. - 2 Sets.
9.31 Water flow meter magnetic type, suitable to operate up to 100° C and the
maximum boiler pressure. The flow meter should be connected with flanged type
isolating valves & accessories at the discharge side of feed water pumps for
measurement of water consumption in the boiler. 1 No.
10.0 ERECTION AND COMMISSIONING :
10.1 Scope of Work
The scope of work in brief includes unloading, shifting and positioning of the
boiler on foundation, connecting feed water, oil and drain lines, steam line up to
main valves and connection to the existing HP steam header, safety valve vent line
outside building, blow down lines up to blow down pit, electrical panel
installation, power and control supply, installation and termination of all electrical
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
218
machines upto electric panel, double earthing of the panel and all the equipment,
fabrication of ducting as per layout, positioning of the chimney on foundation and
making all necessary connections, completing all other associated works.
10.2 The following items in brief shall be supplied and installed by the supplier as per
the battery limits mentioned at 5.0.
a) The steam pipes (HP/LP, vent lines, steam heating pipes for burner pre-heater
with PRV and controls, PRS if included in the scope of the work), water pipes,
and oil pipes along with pipe fittings for the above.
b) Safety valves, controls, instruments, gauges (dial type and digital type), valves,
sensors and all associated instruments/gadgets.
c) Insulation of steam line and oil pipe lines as per the battery limits and cladding
with 24 Gauge aluminum sheet.
d) Asbestos rope insulation of drain lines and safety lines as per requirement.
e) Heat tracing materials for fuel oil pipe line from furnace oil service tank to the
oil pre-heater of boiler.
f) All foundation bolts.
g) Cables, wires with all interconnections. Earthing materials and laying of the
earthing conductor (on surface, indoor and outdoor trenches including
excavation and back fitting of the outdoor trenches.
h) Supply and installation of earth station, 2 Nos. for lightening arrester complete
with earth electrode and associated accessories as per relevant IS, including
excavation for the earth pit, back filling, providing CI chamber and the
associated concrete masonry work, of pit etc. complete. The Panel board shall
be connected to a third earth pit.
i) Necessary bolts, nuts, fittings, consumables, tools and tackles and labour for
the job.
It will be the supplier's responsibility to execute any works, which are neither
furnished in the specification, nor additionally listed by the bidder in their offer
and the same are found to be required as per the statutory regulations. Supplier
shall execute such works within the scope of the ordered price and no additional
cost will be considered for the same.
10.3 The boiler should be transported by the supplier after receiving intimation
regarding readiness of the foundation. Boiler should be insured, transported and
unloaded on foundation by the supplier.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
219
10.4 All mountings, fittings, accessories etc. should be installed, aligned and piping,
electrical connections etc. should be carried out as per the latest engineering
practices.
10.5 Chimney and ducting should be fabricated after getting the drawings approved
from the purchaser and concerned Statutory authorities.
10.6 For commissioning and trail run of the boiler, necessary materials for 1st charge
like lubricating oil, grease, and other chemicals, if any, required for
commissioning, shall have to be supplied by the supplier. However, fuel, water,
shall be supplied by the purchaser.
10.7 After commissioning the boiler the following parameters are to be established and
recorded by the supplier.
* Steam generating capacity
* Efficiency of the boiler
* Dryness fraction of steam, if available
* Fuel consumption
* Electricity consumption
* Water consumption
The supplier shall carry out the efficiency test as per BS 845 Part 1. It will be the
supplier's responsibility, to provide all the necessary efficiency monitoring and
any other additional instruments required for establishing the design parameters
during testing and till the time the results are achieved and accepted by the
Purchaser. Efficiency shall be established by indirect method and output by direct
method.
Thereafter, the boiler should be on trial run for minimum two months, during this
period training should be imparted to the authorized operating personnel before
handing over the boiler to Project Authority.
10.8 The erection and commissioning should be carried out as per general terms and
conditions of erection contract mentioned in the tender.
10.9 The rates with the quantity breakup for essential spares considering normal
operation of the plant for two years shall be provided in the tender. These rates
shall be valid for at least two years from date of commissioning. The
purchaser/end user may place the order for spares any time at a later date as
desired within the validity.
It may please be noted that, any spares required during startup and commissioning
and trials of the boiler and all its associated equipment, the same shall be deemed
to be included in the quoted price of the steam raising plant and shall have to be
supplied by the supplier without any extra cost.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
220
10.0 This is a complete turn key job for supply, installation, testing and commissioning
of steam raising plant. Any items not mentioned in the specification/scope of the
work but are required for completion of the work, the same shall be supplied and
installed by the boiler supplier without claiming extra payment.
IBR Certification and Boiler firing certificate :
The IBR certification and Boiler firing certificate is in the scope of the supplier.
All test certificates and necessary approvals from Boiler, PCB, Electrical
Inspectorate etc., shall also be obtained by the boiler supplier and the same is
within the scope of the work, Statutory fees paid shall be reimbursed to the
supplier at actual by the Project Authority/Purchaser based on the production of
the acknowledged receipt from the Statutory Authorities. The complete IBR
documents shall be submitted in duplicate in two neat folders containing the
necessary form II, Form III, form IV, As fabricated pressure part drawings, IBR
test certificates of all the mountings and accessories in form IIIC for of mountings
and accessories coming under IBR.
The operation and maintenance manual in 3 sets shall be submitted.
11.0 Details of the Boiler :-
8.1 The name of the project ................ DAIRY EXPANSION
(a) Capacity Continuous water evaporation at the rate of
1000 Kg./hr F&A 100°C
(b) Pressure (Maximum operating) 10.5 Kg./Sq.cm
(c) Quantity One no.
(d) Turn down ratio (minimum) 1:3
(e) Chimney Height As per statutory regulation and the minimum
height of the chimney from the finished floor
level should be 25 Mtrs.
(f) Chimney quantity One no. (individual chimney)
(g) Type of chimney Guyrope supported type and mounted outside
the boiler house.
(h) Length of flue gas The length of the ducting would be
approximately 6 Mts. and shall be provided
from the boiler up to the chimney.
Special Notes :
1. The sequence controller would be of Petercem / Diligent / DDC make.
2. Party should quote rates for suitable Chimney approx. weight 4000Kg. maximum
variation plus 10%, Oil service tank, and Feed water tank separately. Insulated Feed
Water Tank capacity 2000 ltrs and oil service tank capacity 900 ltrs. cylindrical /
rectangular sheet thickness 5mm make TATA / Jindal / SAIL / SR with self supporting
structure having elevation of minimum 3 mtrs. with ladder. MS stricture for placement
of Feed water tank capacity 2000 ltrs and oil service tank capacity 900 ltrs. approximate
weight 1000 Kg. maximum variation plus 10% (Rates for per Kg. weight of structure
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
221
should be quoted). Structure drawing as per site condition should be submitted to
General Manager (DPM & Proj.), RCDF for approval.
3. The IBR pipe line length 12 mtrs. of 50 NB with IBR header of 150 NB of length 1.5
mtr. alongwith valves and raps with provision of additional nozzle for future
expansion.
4. One set of pressure reducing station size 50 NB x 80 NB, pressure reduction from 10.5
Kg. to 3.5 Kg.
5. Insulation of non-IBR pipe line of length 6 mtrs. and dia 80 NB is required.
6. The scope includes supply, installation, testing and commissioning of new steam
generation system & hooking up the same to the existing steam generation system.
7. The tenderer must have supplied, tested, erected & commissioned at least 5 boilers of
such capacity and photocopy of performance certificate from the clients towards the
satisfactory performance of the equipment must accompany the technical part of the bid.
8. All tools and tackles required for execution of the work on turn key basis shall be in the
bideer’s scope. Any item which is not included in the scope of supply but required for
completion and to meet the functional requirements and norms to be complied with the
statutory authority shall be without any extra cost.
9. All statutory approvals will have to be obtained by the bidder. However, statutory fee
shall be reimbursed by purchaser.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
222
Schedule - II
//Final technical sp. for Chimney//
Technical specifications of Chimney suitable for 1000 Kg. / hr. IBR boiler &
ducting for connecting to boiler.
Supply, installation, testing & commissioning period – 3 months
Supply, installation, testing & commissioning of chimney suitable for 1000 Kg. / hr.
IBR boiler shall be Straight up guyrope / self supported made out of MS sheet of
suitable thickness with stiffeners, helical strakes for safety of chimney, complete with
base plate, cleaning door, flanges, gussets, clits and holding accessories like C clamps
etc. painted externally with two coats of red oxide and one coat of black heat resistance
paint.
Height : 25 meters. However the height of the chimney should be in accordance with
the regulations of Air and Pollution Control Board, Rajasthan and other statutory State /
National Agencies, as per the case, thus for the additional height of chimney, the bidder
must quote the rates for the additional per meter height separately. The top & bottom dia
should be 14” & 28” respectively.
One set of flue gas ducting made of suitable gauge MS sheet and of 12” dia shall have to
be provided for connection from the Boiler outlet to the chimney. The tenderers are
required to quote for 8 mtrs. of flue ducting with due insulation (as per requirement) and
also the unit rate for such bare ducting as well as unit rate for insulated ducting. For the
purpose of drawing comparative statement a length of 8 mtrs. of ducting shall be
considered.
Drawings for the chimney and ducting shall be submitted to General Manager (Projects
& DPM), RCDF, Jaipur for necessary approval.
Note :
1. Base plate size 1.5 mtr. x 1.5 mtr. x 25 mm thick.
2. Chimney MS sheet thickness 8 mm up to 5 Mtrs. and 6 mm up to 10 Mtrs. & 5
mm up to remaining height.
3. Stiffner to be provided on base with 25 mm thick MS plate.
4 The Chimney shall be Guyropes supported type (total height 25 Mtrs.) Guyropes
of suitable size and length to be supplied and installed by tenderer.
5 The Chimney should also be provided with hood, lightning arrestor, aviation
lamp, sampling point & platform, pulley arrangement for fixing of aviation
lamps (Including necessary conditues, cable, lighting arrestor) (Copper) with
GI strip of 25 x 6 mm section approx. length 30 Mtrs., ladder etc.
6 Party should also quote separately the unit rate for GI strip 25 x 6 mm section.
7 The necessary earthing pit would be provided by concerned Milk Union.
8 Necessary foundation drawings & bolts shall be supplied by the supplier. The
civil foundation work would be done by concerned Milk Union.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
223
9 The earthing pit shall consist of plate earthing with G.I. earth plate of size
600mm X 600mm X 6.0mm by emboding 3 to 4 mtr. Below the ground level
with 40 NB dia. G.I. ‘B’ class watering pipe including all accessories like nut,
bolts & G.I. strips 25 x 6mm section, reducer, nipple, wire meshed funnel, and
brick masonary finished chamber covered with ferro cement cover C.I. Frame of
size 300mm x 300mm complete with alternate layers of salt and coke/charcoal,
testing of earth resistance as required. In case of hard surface Chemical Gel
Earthing of equivalent capacity may be considered.
10 Duct thickness should be 4mm and actual length as per site condition and
connection of Chimney and boiler through duct is in the scope of tenderer.
11 Installation of ducting to be carried out by tenderer.
12 Length of guy rope alongwith necessary hooks as per site condition.
13 Party should supply required template alongwith foundation bolts and
installation of same to be supervised by the tenderer at the time of Chimney
foundation work.
14 Party should depute their engineer alongwith required manpower for perfect
installation of Chimney.
15 Unit rate for additional length of Chimney will be calculated based on rates
submitted by party for additional lengthy of Chimney.
The Chimney fabrication should follow all air and pollution norms and should be
equipped with all required accessories such as sampling point platform,
provision of ladder up to top of chimney, earthing strip, lighting arrestor etc.
16 The weight of chimney approximately 4000 Kg. maximum variation plus 10%.
Party should mention the rates per Kg. weight of Chimney and submit the
drawing.
17 Tenderer should ensure the safety of Chimney.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
224
SCHEDULE – II
Technical Specifications for Furnace Oil Storage Tank 35000L, fuel oil service tank, heat
tracing, fittings and allied equipments
(Supply, installation, testing & commissioning period – 4 months)
The following items related with steam generation are required to be supplied, installed,
tested and commissioned:-
A) For F.O. Tank 35000L Cap.
Functional Requirements
The furnace oil storage tank will be used to store furnace oil required for steam raising
plant.
Capacity – 35,000 ltrs.
Quantity required – 1 No.
Design Requirement
The tank shall be cylindrical in design. It shall be made out of 6 mm thick for the shell
and top cover whereas 8 mm thick for the bottom made of M.S. plate. All welds of the
tank will be staggered. The size of the tank will be approximately 3.2 mtr. ID x 4.6
mtr. height (Excluding conical top portion).
The tank will be complete with the following:-
One manhole (at the top) 500 mm dia complete with manhole lid with locking
arrangement.
Suitable level indicating device preferably float type with indicator moving in a slot
fabricated out with the help of channel/angles.
65 mm NB CI class B inlet connection with unit flange and counter flange. The inlet
connection shall be provided at the top and inlet pipe extending right upto the bottom
and taking a short U turn with a clearance of 80 mm from bottom. The inlet shall be
provided with 15 mm connection with a valve (open to atmosphere) to avoid siphoning
out of furnace oil after filling.
Outlet of 80 mm NB flange and counter flange alongwith valves.
Air vent (50 mm NB) covered with double layer of brass wire mesh 11 per sq.cm.
Heating Arrangement :
The heating arrangement shown in the drawing for heating oil by steam heating
coil need be provided along with suitable electrically operated outflow heater of 12
kW approved from Petroleum Explosive and Safety Organization (PESO) suitable
for heating furnace oil per hr. upto the temperature of 50 degree C shall have to be
provided alongwith required thermo-state control and related safety etc.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
225
a. M.S. ladder with railing to go to the top of the tank.
b. 50mm NB drain with Gun Metal gate valves flanged type.
c. Overflow connection on the top running to bottom up to 1.5 mtr. above ground
level with flange and counter flange.
d. Railing (as per tentative drawing) shall be provided with a kick plate of 100 mm
high all around on the top of the F.O. tank for safety of personnel.
e. Suitable monkey ladder fabricated using flats angles and rods as rungs shall also be
provided inside & outside the tank to carry out cleaning and maintenance.
f. FO Tank cap. 35000 ltrs should be designed, fabricated and tested confirming to IS
803.
g. Outer surface shall be wire brushed, cleaned and painted with two coats of red oxide
primer and finally painted with two coats of anticorrosive paints.
NOTES :
1) All flanged connections should be provided with counter flanges also.
2) Detailed drawing of the tank indicating the heating arrangement should be got
approved from RCDF prior to taking on fabrication of the tanks. However all
important fabrication details as mentioned above are to be incorporated in the
drawing. Orientation of various manholes ladder etc. must be clearly specified
suiting to the site conditions.
3) 80 NB rubber hose pipe for unloading Furnace Oil length 3 mtrs is required. One
side flange and other tanker side flange/nipple confirming to SB 1435 type S-7.
B) For fuel oil service tank
To act as an intermediate storage prior to feeding furnace oil to the boilers.
Capacity - 825 Ltrs.
Quantity required – 1 No.
Design Requirements
Material of construction : Mild steel
Main body shall be made from 5mm thick plate.
Top cover shall be made from 4mm thick plates having half cover welding at the top
and half cover hinged with other half and having lifting handle.
It shall be rectangular in construction having inside dimensions 1300 x 850 x 825 mm
deep complete with following accessories :
Main inlet of 50 mm NB flanged end near top : 1 No.
Excess oil return inlet of 20 mm NB flanged and near top : 1 No.
Outlet of 40 mm NB flanged end at side : 1 No.
The tank should be provided with flanged sockets of 2 ½
inch BSP for holding the two nos. electrical heaters in
position. : 2 Nos.
Overflow of 50 mm NB flanged end : 1 No.
Drain of 50 mm NB flanged end with valve : 1 No.
Level indicating arrangement complete : 1 Set
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
226
with two nos. small pulleys, suspension rope with pointer,
counter-weight, measuring scale etc. The scale should be
well painted with divisions of 100 L, 50 L indicated upon
it Channel based for tank, made from MS channel of size
75 mm x 40 mm x 3.7 mm thick : 2 Nos.
Painting : Inside – Black bituminous paint
Outside – Primer painted alongwith standard enamel paint of colour as per norms
Sketch of the oil service tank is enclosed.
Notes :
1. All flanged connections should be provided with counter flanges also.
2. Insulation 25 mm thick on all sides, bottom and top (top in two halves) covered by
cladding of Aluminium sheet of 24 gauge.
3. The insulation of the oil service tank shall be carried out at site after the oil service tank
has been placed on the existing angle iron supports in the wall for this purpose, and
tested for leakage. The placement of furnace oil service tank on the available angle iron
supports is in the scope of bidder.
C) For Oil Transfer Pumps
General Description :
The pump shall be used to transfer furnace oil from furnace oil storage tank to oil
service tank located in the boiler house.
Capacity : 185 litre per minute against head of 15 mtr.
Quantity required - 2 Nos. (1 operating + 1 standby)
Design Requirements :
Multipurpose rotary gear oil pump motor set with common base plate alongwith bolts
and nuts for securing. The pump should be suitable for discharge of 185 litre per minute
against head of 15 mtr. at 2 Kg. per Sq.cm pressure, built in relief valve. The pump
should be Roto Del /Wilo/Groundfoss make with motor suitable for 3 phase 400/440
Volts A.C. supply.
Inlet and outlet connection should be flanged type complete with counter flanges.
The pump should be equipped with the built in relief valve for byepassing the
transported liquid when the said pressure is exceeded, that to the suction space of the
pump by a channel inside the cover or housing of the pump.
The tenderer shall have to supply the necessary rain hood covers made out of 24 G.
Galvainised plain sheet for the pump motor set for their outdoor type duty.
The civil works related to foundations for the pumps is also in the scope of the work.
The tenderer must enclose complete catalogue of the pump alongwith its performance
chart while bidding.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
227
D) Various pipelines, heat tracing, valves and fittings & MS structure etc.
The quantities mentioned in this section may vary as per site conditions. The
tenderers are required to quote for the quantities mentioned for various items
in this section based on which the financial comparative statement shall be
drawn but they should also quote the unit rate price (F.O.R. site) for each item
separately also in order to make concerned Milk Union release payment for bills
of the firm for the actual quantities of items supplied, installed, tested and
commissioned as per site conditions.
Tender should quote unit rate for various pipe lines, per mtr. rate for
insulation of respective pipe line. Unit rate of clubbed insulation of oil pipe line
with 20 NB steam line.
All pipe line should be supported over the ground. The tender should include
500 kg. MS Structure in the scope of supply for supporting purpose. Tender
should quote unit rate for structure for variation in quantity as per site
condition i.e. quantity of structure may increase or decrease. Civil work related
to placement of support is also in the scope of tenderer.
Tenderer should include supply of one outdoor type control panel to control two
Nos. of Oil pumps, one Oil heater cap. 12 kW inclusive of cables with
temperature indicator and RTD.
For connecting various equipments following pipelines shall be required :-
M.S.’C’ class TATA make ERW pipes (for oil lines) of following sizes :-
a) 80 mm N.B. – 12 Mtr.
b) 65 mm N.B. – 18 Mtr.
c) 50 mm N.B. – 36 Mtr.
d) 40 mm N.B. – 12 Mtr.
e) 20 mm N.B. – 36 Mtr.
For connecting various equipments following valves (for oil line) shall be required :-
Cast steel globe valves (with S.S. working parts) flanged type of Leader / Flow jet
/Fluid line make of following sizes :-
a) 80 mm N.B. – 3 Nos.
b) 65 mm N.B. – 3 Nos.
c) 50 mm N.B. – 1 No.
d) 40 mm N.B. – 1 No.
e) 20 mm N.B. – 3 Nos.
Non return valve horizontal (with gun metal working parts) for oil line for 65 mm N.B. size – 2
Nos.
Oil filter bucket type with S.S. 40 mesh, flanged for 80 mm N.B. oil line, inlet & outlet both 80
mm – 2 Nos.
Valves for oil line should be fire safe ball valves make of Flowjet/Fluid line or equivalent
make.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
228
Thermo dynamic Steam Trap float type assembly :- The thermo dynamic steam trap assembly
of Samsung/JN Marshall make shall have to be provided – 4 Nos.
Heat Tracing – All oil piping from furnace oil storage tank to fuel oil service tank in boiler
house and from fuel oil service tank to boiler pre heater should be electrically heat traced and
all heat traced lines should be insulated with 40 mm thick Glass wool/mineral wool of Singla
Insulation/Polybond make for thermal insulation with suitable. chicken wire mash &
aluminimum cladding sheet of 24 SWG shall have to be used for thermal insulation of pipe
lines of following sizes and Unit rate of heat tracing must be provided All pipe lines should be
well supported over the ground, placement of pipe lines etc. on MS supports is also in the scope
of tender :-
i) for 80 mm N.B. oil line
ii) for 65 mm N. B. oil line
iii) for 50 mm N. B. oil line
iv) for 40 mm N.B. oil line
v) for 20 mm N.B. oil line
The following pipe lines of M.S. ‘C’ class TATA make for steam distribution shall be required
:-
a) For 40 mm N.B. steam line – 36 Mtr.
b) For 20 mm N. B. steam line – 54 Mtr.
c) For 15 mm N.B. steam line – 18 Mtr.
d) For 25 mm N.B. steam line – 12 Mtr.
For the purpose of steam line due insulation with sizes mentioned against each piping shall be
as under :-
a) For 50 mm N.B. steam line, 40 mm thick insulation of Glass wool/mineral wool,
chicken wire mesh, and cladding with aluminimum sheet of 24 SWG shall have
to be provided.
b) For 20 mm N.B. steam line, 40 mm thick insulation of Glass wool/mineral wool,
chicken wire mesh, and cladding with aluminimum sheet of 24 SWG shall have
to be provided.
c) For for 15 mm N.B. steam line, 40 mm thick insulation of Glass wool/mineral
wool, chicken wire mesh, and cladding with aluminimum sheet of 24 SWG shall
have to be provided.
Steam valves of Leader / Audco make suitable for following utility pipings :-
a) 40 mm N.B. – 2 Nos.
b) 20 mm N.B. – 4 Nos.
c) 15 mm N.B. – 4 Nos.
d) 25 mm N.B. – 1 No.
Necessary heavy duty MS ‘C’ class bends, tees, elbows of sizes
a) 80 mm N.B. – 6 Nos.
b) 65 mm N.B. – 6 Nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
229
c) 50 mm N.B. – 6 Nos.
d) 40 mm N.B. – 6 Nos.
e) 20 mm N.B. – 6 Nos.
Special notes :
This is a turn key project. The quantities of various items listed are tentative only and may vary
on either side during execution. The final quantities of these would be as per site conditions.
Cost of installation for any addition or deletion in quantities will be calculated based on the unit
prices indicated. All necessary material which may be required for the successful completion
of the project falls in the scope of the work. If any extra quantities of quoted items are needed
then the tenderer shall supply those at the quoted unit price. If any extra item(s), not included
in the tender but required for successful completion of the work, the same will be either
supplied by the RCDF / Concerned Milk Union and erected by the tenderer or supplied and
erected both by the tenderer at mutually agreed rates considering purchase price, taxes and
handling charges etc.
* Party should quote rates for Furnace Oil Tank cap. 35000L separately.
In addition to the standards mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained
and submitted to the concerned Milk Union / RCDF :-
h) Indian Electricity Act and rules framed thereunder.
i) Fire insurance regulations.
j) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity
Board.
k) Regulations laid down by the Pollution Control Board.
l) Regulations laid down by the Factory Inspector of the State.
m) Any other regulations laid down by the local authorities.
n) Installation operating manuals of original manufacturers of equipment.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
230
SUPPLY, ERRECTION & COMMISSIONING OF WATER SOFTENING PLANT
1,00,000 LPD (One Lac Ltrs. per Day) CAPACITY FOR KHETRI DAIRY PLANT
FUNCTIONAL REQUIREMENT :
Suitable Water Softening Plant for treatment of hard water as per enclosed water
analysis report.
KHETRI - 1 No. – 1,00,000 LPD Capacity
(1,00,000 LPD / per generation & flow rate on 12 Hrs. basis)
DESIGN REQUIREMENT : It should be self contained complete water treatment plant which
should have following major equipment.
1. Vertical Pressure vessel of welded steel construction fitted with manhole and cover,
support legs and nozzles for pipe connections. The softener tank and frontal piping
should be epoxy painted externally and rubber lined internally with a minimum
3mm lining.
2. Set of internal distribution / collection systems for brine and water.
3. Set of frontal and regeneration pipe work of welded steel construction.
4. Set of manually operated cast iron diaphragm type control valves.
5. Initial charge of high capacity polystyrene bead cation exchange resin.
6. Orifice board with level markers to be placed in drain sump.
7. Enclosed pattern integrating type water meter of Kaycee or equivalent make.
8. Set of inlet and outlet pressure gauges.
9. Cylindrical salt saturator tank of corrosion resistant construction for salt storage and
preparation of brine.
10. Hydraulic brine ejector.
11. Water testing set for qualitative determination of soft water.
12. Centrifugal Water Pump : All iron horizontal centrifugal pump having maximum
discharge head 30 MWC complete with motor and base plate, suction and discharge
valves and piping both suction and discharge pipe terminating at 500 mm from the
pump terminals.
13. Water Softening plant should have pressure and sand filter of requisite capacity.
Supply of same shall be optional and for which the rates should be quoted
separately.
14. The item-salt saturation tank/brince tank shall be optional and for which the rates
should be quoted separately. This tank should be open form the top and of HDPE
resistant to chemical and of Sintex/Rotex/Indion make. The capacity of the tank
should be such that it meets all duty conditions.
15. The battery limit for scope of RCDF / Milk Union shall be up to the suction of pump
set and delivery from softener outlet. The scope of work for the tender will be from
pump delivery up to the softener outlet flange.
NOTES : 1. The tenderer can also quote for better, cost effective, efficient water
treatment plant.
2. Detailing is to be given in the enclosed format.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
231
KHETRI DAIRY PLANT
S. No. PARAMETER UNIT POTABLE
WATER
ANALYSIS
REMARKS
1
pH Value Number 7.5
2
Total dissolve solid mg/l 3649
3
Total Hardness as CaCo3 mg/l 500 ppm
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
232
WATER SOFTENING PLANT FOR KHETRI DAIRY PLANT
I. Softening Plant of capacity 1,00,000 LPD to reduce
hardness to 5 ppm 01. Softening Plant :
Quantity (Nos.) :
Type : Down flow
Design Code :
Diameter (mm ) :
Height (mm) (HQS) :
Material of Construction : MS tested quality (IS 2062)
Torispherical dish (IS 1063)
Operating pressure (kgs./cm.sq.
Maximum : 3.5
Minimum : 1.5
Design Pressure (kgs/cm.sq.) :
Hydraulic Test Pressure (Kgs./ :
cm.sq.
Shell Thickness (mm ) : 6
Dished End Thickness (mm) : 8
Bed Plate (mm ) : 10
Corrosion Allowance (mm ) : + 2mm
Service Flow Rate (Cu.M./Hour)
Min . :
Max. :
Output/regeneration (Cu.M. Hour) :
Inlet Hardness as CaCO3 (ppm ) :
Outlet Hardness as Ca CO3 :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
233
Type of Resin : Duolite C-20 strongly Acidic
Cation exchange resin or
Indion or equivalent.
Make of Resin : Ion Exchange /Thermax/
Duolite.
Quantity of Resin ( litres ) :
Resin Bed Height (mm )
Salt / regeneration (100% NaCI )
( Kgs. ) :
Backwash Time (Minutes )
Brine Flow Rate (Cu.M/Hr. :
Injection Time (Minutes ) :
Slow Rinse Flow Rate (Cu.M/Hr. :
Slow Rinse Time (Minutes ) :
Fast Rinse Flow Rate (Cu.M/Hr.) :
Fast Rinse Time (Minutes )
Total Regeneration Time (Minutes ) :
Pressure Drop (Kgs./cm.Sq. ) :
Valves Inlet/Outlet :
Backwash Inlet/Outlet :
Rinse Outlet :
Brine :
Power Water Inlet :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
234
Types of Valves : CIEL (cast iron ebonite lined) diaphragm
type and of Crane. Alfa Leval / BDK Make
Material of Construction : CI
Flanges : BST ‘D’
Ejector : CI
Underbed : PVC / HDPE
Top Distributor : Deflector Plate
Painting External : Epoxy
Internal : Epoxy
Instrumentation :
Accessories :
02. Salt Saturator Tank :
Quantity ( Nos. ) :
Capacity (liters ) :
Diameter (mm ) :
Height (mm ) :
Type :
Material of Construction :
03. Centrifugal Pump :
Quantity ( No. ) :
Capacity (Cu.M. Hour ) :
Head ( MWC ) :
Material of Construction :
Type : Horizontal (Centrifugal)
Suction/Discharge (NB ) :
Motor H.P. :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
235
Motor R.P.M. :
Make : Kirloskar
Accessories :
0.4. Hardness Testing Kit :
Quantity ( No.) :
05. Orifice Board :
Quantity ( No.) :
Material of Construction :
06. Water Meter :
Quantity ( No.) :
Type :
Line size ( NB ) :
Material of construction :
Make :
0.7 Brine solution tank :
Qty. :
Material of construction :
(Internal lining 3mm thick
natural rubber with Gore
hardness upto 78 Degree )
Size :
0.8 Strainers : 10% to be provided extra as spares.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
236
TECHNICAL SPECIFICATIONS FOR SCREW AIR
COMPRESSOR , CAPACITY 26 CFM 1.0 Functional Requirements : The compressor is required to deliver compressed air
at an operating pressure of 7.0 kg. per sq.cm. The air is to be used to operate
process controls of various dairy plants equipments and packing machineries.
2.0 Design Requirements :
2.1 The compressor should be secrew delivering 26 CFM per hour air at a working
pressure of 7.0 kg. per sq.cm at the final outlet after moisture separator driven by a
suitable size of motor 7.5 HP, Siemens/ Kirloskar/NGEF or equivalent make TEFC
induction motor. The motor should be suitably mounted for minimum vibration.
2.2 It should be of air cooled design.
2.3 It should be mounted on suitable common base frame.
2.4 It should be provided with efficient oil air separator so that oil carry over level in the air
is bare minimum.
2.5 It should be supplied with good quality moisture separator with automatic drain so that
bulk of the moisture is removed before outlet.
2.6 It should also comprise with the following :
- Heavy duty suction filter to ensure proper filtration of air at inlet.
3.0 Supplier will have to depute his engineer for supervision of erection &
commissioning of the compressor for which no extra charges should be payable.
4.0 The tenderer is required to provide information and enclose related technical catalogues
giving detailed technical specifications of the model offered :-
- Model offered : ........................................................................
- FAD at outlet
moisture separation
at 7.5 kg./sq. cm : ........................................................................
- Oil carried over : ................................PPM................................
- Air delivery per : ........................................................................
- Unit of Kwh : ........................................................................
5.0 One year AMC during guarantee period is also included during which spares and
consumables shall be provided by the concerned Milk Union.
Note : Due consideration would be given for ease of operation, easy diagnostic
facilities, facilities, efficiency of equipment like air delivery per unit of electric
power.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
237
ELECTRICALS
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
238
TECHNICAL SPECIFICATION
Technical Specifications for the Complete Electrical work (Panels, Cables, Auto Power
Factor correction panel, Transformer etc.) on turn key basis for 25000 LPD Dairy Plant
at Khetri .
For the electrical work on turn key basis for the establishing of 25000 LPD capacity dairy plant
at Khetri , the following items are required to be supplied, installed, tested and commissioned,
the lengths of cables & cable trays mentioned in the tender document are indicative only
and may vary as per actual site conditions and the financial comparative shall be drawn
based on quantities mentioned in the tender document while the payment shall be released
on actual quantities consumed based on unit rate and hence the tenderer must quote the
unit rate for the concerned items positively:-
Part A
S.
No.
Description Qty. Unit Rate (Rs.)
Supply Installation
Total
(Rs.)
1 Supply, Installation, Testing &
Commissioning of Outdoor type
HT Switch Tripal pole 200Amp.
350 MVA, Oil based 11 KV rated
E – SFU (Extendable Switch
Fuse Unit) with Drawout type
fuse carrier immersed in oil for 3
Nos. of HT fuses. Alongwith
one spare set of 3 Nos. of HT
fuses of rated capacity) Make
Crompton / MEI.
One set
2 Supply, Installation, testing &
commissioning of 315KVA
copper-wound, 3 – phase, 50 Hz
oil immersed, naturally cooled,
out door type Power Transformer
having a vector configuration
DY11 with plus/minus 5%
tapping taken out in tap changing
switch, HT winding connection
in Delta and LT winding
connection in Star and neutral
brought out and connected to a
separate terminal with outdoor
open porcelain bushing and
complete with first charge of
requisite transformer oil, with
following being available :-
- Fitting and Accessories
- Oil conservator tank with
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
239
drain plug and filling cap.
- silicla gel dehydration
breather charged with silica
gel
- oil level gauge
- oil drain valve
- thermometer pocket with
thermometer
- earthing terminal
- lifting lugs
- four bidirectional roller
wheels
- air release valve
- explosion vent Parallel operation of transformers:-
- Transformers offered for the same
vector group DY 11, rating and
voltage ratio should be capable of
operating in parallel satisfactorily.
It shall be installed and
commissioned as per IS 10028-
1981 or latest. - Other item- Fire bucket 3 nos
capacity 20 ltrs, Fire extinguishers
CCL type 5 Kg-2 no, Shock
treatment chart 5 n0, Danger plate-
5 Nos.
Further the tenderer is advised to
submit the foundation drawings
of transformer and get it
approved.
The detail specification of 315
KVA transformer are detailed at
Schedule – II.
Supply,
erection
commissioning
& testing
One set
3 Supply, testing and
commissioning HT meter box
cubical panel of size approx 4’ x
4’ x 5’ fabricated from 14 SWG
sheet steel with M.S. angle iron
and provision of 6mm backelite
sheet in CT/PT as per required.
The panel should be as per
approved design of JVVN
(RSEB). (optional item)
One set
4
Providing and laying
underground cable IS:1554 and
approved make suitable for
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
240
working voltage upto and
including 11 KV in aluminium
conductor XLPE armoured
including excavation of 30cm x
75cm size trench as per IS:1225,
25cm thick under the layer of
sand, IInd class brick covering
refill earth in the removing
portion making necessary
connection including testing etc.
as required. The size of the
cable should be 3 x 35 sq.mm
make ICL/Gloster/Hawells.
300Mtr.
5 Supplying and making of Indoor
/ outdoor cable jointing for 11
KV XLPE cable of heat
shrinkable type termination kit
including preparation of cable
ends. Make M Seal/Denson.
(This item will include all
requisite hardwares lugs etc.)
a) Indoor type .. .. .. .. ..
b) Outdoor type .. .. .. .. ..
4 Nos.
4 Nos.
6. To supply, install / test and
commission copper plate earth
electrode station of 600 x 600 x
3mm thick copper plate, CI
cover and tunnel with wire mesh,
test link excavation upto 3.5m
and refilling of 6-10 alternate
layers of charcoal and salt, in
soft/hard soil complete with all
necessary material and
accessories as per IER,
Installation shall also include
supply and fixing of watering
pipe and material for brick
chamber etc. as per IS:3034.
Supply & laying of G.I. strip by
rebating and using steel
hardware of following:-
1. G.I. Strip 25x5
2. G.I. Strip 50x5
3. G.I. Wire 8SWG
14 Nos.
150 Mtr.
50 Mtr.
150 Mtr.
7 Supply, Installation, Testing &
Commissioning of panel board
as per enclosed Annexure ‘1’
and as per the recommended
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
241
make and list.
A MAIN LT PANEL
1 No.
B REFRIGERATION SECTION
PANEL
1 No.
C PROCESSING SECTION
PANEL
1 No.
D GHEE MAKING PANEL 1 No.
E BOILER SECTION PANEL 1 No.
F EXTERNAL LIGHTING DB 1 No.
G INTERNAL LIGHTING DB 1 No.
8
Supply and laying of LT cable as
per IER specifications of 3 ½ / 4
core of 185 Sq.mm (two run)
XLPE armoured GLOSTER/CCI
make from transformer to LT
panel with terminations on both
ends. The cable should be laid in
excavation of 30 cm x 75 cm.
size trench as per IS 1225, 25
cm. thick under the layer of
sand, IInd class brick covering,
and refilling the earth.
* Please refer Part – D also.
*60 Mtr.
The tenderer is required to take necessary approvals from the concerned Inspectorate of
Electrical.
The supplier or erector should submit ‘A’ Class contractor Certificate.
Note :-
(i) All the panel boards should be properly pre wired and requisite ferrules must be
provided for easy identification of wiring.
(ii) All electrical motors above 7.5 HP should have start delta starters and each start
delta starter should have Amp. meter and volt meter of required rating.
(iii) The main panel should have provision for placement of one standby ACB of 630
Amp.
(iv) The main LT Panel should be equipped with over / under voltage, Earth fault,
Neutral fault current setting, change in phase sequence, over-load, protections etc.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
242
Part - B
TECHNICAL SPECIFICATIONS OF MOTOR CONTROL CENTRES
(SHEET STEEL)
1.0 Motor Control Centre (sheet steel)
1.1 Functional requirement :
To receive, control and distribute electrical power at 440V 50Hz. AC on a sheet steel
housing.
1.2 Design requirement and scope of supply :
1.2.1 Statutory requirement :
Motor Control Centre is to be manufactured / assembled as per the latest ISI
specifications, Indian Electricity rules, including special requirements of Rajasthan State
Electrical Inspectorates.
1.3 Housing details :
1.3.1 The switchboard shall be fabricated out of 16SWG sheet steel and shall consist of free
standing front openable panels arranged to from a continuous line up of uniform height.
Cold rolled sheets shall be used for doors and front covers. Front doors shall be hinged
type and bus bars, bars and cables alloys covers shall be bolted type. Suitable M.S.
channel base frame should be provided.
1.3.2 Switch Board shall be extensible at both the ends by addition of vertical sections. Ends
of the bus bars shall be suitably drilled for this purpose.
1.3.3 The Switch board shall be totally enclosed, dust, weather and vermin proof. Gaskets of
durable material shall be provided for doors and other openings. Suitable hooks shall be
provided for lifting the boards. These hooks when removed, shall not leave any opening
in the board.
1.3.4 All hardware shall be corrosion resistant. All joints and connections shall be made by
galvanised zinc passivated or cadmium plated high tensile strength steel bolts, units and
washers secured against loosening.
1.3.5 The switch board shall be in cubical design (each feeder components are housed in
individual cubical). Suitable cable and bus bar alleys shall be provided. All
components of the switch board should be approachable from front. The maximum and
minimum operating handle / push button height of any feeder shall not be more than
1800 mm or less than 400 mm with reference to panel bottom. Supporting arrangement
for dressing of power and control cables in cable alleys shall also be provided.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
243
1.3.6 Painting :
All metal surfaces shall be thoroughly cleaned and degreased to remove all scales, rust,
grease and dirt. Fabricated structures shall be pickled and treated to remove any trace of
acid. The under surface shall be prepared by applying a coat of phosphate paint and a
coat of yellow zinc chromate primer. The under surface shall be made free from all
imperfections before undertaking the final coat.
After preparation of the under surface, the panel shall be spray painted with final two
coats of approved paint. Supplier shall obtain details of approved paint from the
purchaser before final painting.
The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish
shall be free from imperfections like pin holes, orange peals, fun-off paint etc.
All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust,
corrosion etc.
1.3.7 Name Plates :
Name plates for all incoming and out coming feeders shall be provided on doors of each
compartment. Name plates shall be fixed by counter sunk screws only and not by
adhesives. Special danger plates shall be provided as per requirement.
1.4 Busbar sizing, connecting and supports :
1.4.1 The busbar shall be made from high conductivity electrolytic aluminium. The busbars
and supports shall be capable of withstanding the rated and short circuit current, stated
in the feeder details. Minimum size of main power busbars shall be 200 Amps. rating.
Maximum current density permissible for aluminium busbars shall be 8.2 Amps/mm².
An earthing busbar of minimum 150 mm² section aluminium shall be provided outside
panel at bottom throughout the length of the panel.
1.4.2 The busbars shall be provided with PVC/heat shrinkable insulating sleeve. Supports for
busbars shall be made of suitable size hyleum sheets/epoxy compound blocks and these
should be adequate in number so as to avoid any sag in the busbars.
1.4.3 Minimum clearance between phase to phase shall be 32 mm and between phase to
neutral / earth shall be 26 mm.
1.5 Power Connections :
1.5.1 For power inter-connections within the panel board :
Copper conductor PVC insulated cables of adequate cross section shall be used. For
current rating above 63 Amps. aluminium busbar strips of adequate rating shall be used.
Minimum size of copper conductor to be used shall be 2.5 mm². Cables lugs/sockets of
suitable size and type shall be used for all inter-connections.
1.5.2 For all aluminium to copper connections, suitable bimetallic material (“CUP-al”
washers) shall be used.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
244
1.5.3 For each outgoing motor (upto 60 HP) feeder, suitable size terminal blocks (min. 3
ways) shall be provided in its cubical and wiring upto these from contactors shall be
done by panel supplier. All the terminal blocks shall be suitable for aluminium
conductor cable.
1.5.4 For incoming and outgoing feeders of the MCC aluminium conductor cable will be used
and hence the panel is to be designed for receiving these and wherever required cable
boxes shall be provided in panel by supplier. Removable gland plates shall be provided
on top/bottom of panel for cable entries.
1.5.5 To prevent accidental contacts, all interconnecting cables/busbars and all terminals also
shall be shrouded.
1.5.6 Standard colour code of red, yellow and blue for phases and black for Neutral to be
followed for all busbars / conductors.
1.6 Auxiliary wiring and Terminals :
1.6.1 Wiring for all controls, protection, metering, signaling etc. inside the switch board shall
be done with 650 volts PVC insulated copper conductors. Minimum size of those
conductors shall be 1.5 mm². Control wiring to component fixed on doors shall be
flexible type.
1.6.2 The complete panel would be sub-divided into different sections by purchaser and each
section shall have its own control circuit with fuse and indication. Terminal block
(Minimum 3 – ways) for control wiring shall be provided for each outgoing Motor
feeder in its cubical. 10% spare terminals shall always be available in each terminal
block. Control wiring upto these terminal blocks shall be done by supplier.
1.6.3 All control wiring should be provided with necessary cable / sockets / lugs at both ends.
1.6.4 Conductor shall be terminated using compress on type lugs. Each termination shall be
identified at both the ends by PVC ferrules. The identification termination numbers
should match with those on drawings.
1.6.5 Control wiring for motor feeders should be such that the “green” light of motor feeder is
“NO” only when control as well as power circuit of feeder is “NO”.
1.7 Switchgears :
1.7.1 Air Circuit Breaker : The technical specifications given subsequently.
1.7.2 Moulded case circuit breakers (MCCBs) :
MCCBs shall be provided with interlocking system suitably.
1.7.3 MCB:
4 poles MCB of suitable rating for all electrical loads shall be provided.
1.7.4 The rating of the power contractors shall be as required depending upon the feeder
rating indicated in the specifications and as per the table given below. Contractor coils
shall be suitable for 230 / 440 Volts, 50Hz. Unless otherwise specified. All contractors
shall be supplied with minimum 2 NO + 2 NC auxiliary contacts. Additional contacts if
required for inter-licking etc. shall also provide.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
245
1.7.5 Protective devices :
Electronic relays shall be provided for all motor feeders. The relays shall be adjustable
and self reset type. There should be SPP (single phase prevention) built up in the relay.
Any other relays, if required for motor feeders shall be specified in the feeder details.
1.7.6 Timers :
The timers shall be electronic type, suitable for 240V 50Hz. supply.
1.7.7 Push Buttons (PBs) :
push buttons shall be luminous type with 22mm hole size. Push buttons shall be with
contact elements, shall be generally mounted on openable covers. Colours shall be as
follows :
Stop / open / emergency - Red
Start / close - Green
It should have minimum 1 NO + 1 NC contacts. Push buttons with built-in indication
lamps shall also be accepted in with case separate indication lamps are not required.
1.7.8 Indication Lamps :
Indication lamps shall be LED type with 22 mm hole size.
Colours shall be as under:-
Phase : Red, yellow and blue
Open/Stop/Emergency : Red
Close/Start : Green/Black
Bulbs shall be suitable for 250 volts AC supply.
1.7.9 Current Transformers (CTs) :
CTs shall be cast resin insulated type. Primary and secondary terminals shall be marked
individually. CTs shall preferably be mounted on stationary parts. CT rating and
rations shall be as per feeder ratings. These shall be capable of withstanding momentary
short circuit and symmetrical short circuit current for 1 second. Neutral side of CTs
shall be earthed. Protection on CTs shall be low reactance, accuracy should be class I
VA burden. The CTs shall be of ALPHA make.
1.7.10 Measuring Instruments :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
246
These shall be of square pattern having approximate dimensions 96mm x 96mm, flush
mounting type. Necessary auxiliary instruments like CTs PTs etc. are also included in
the scope of supply.
The voltmeter shall be of 0-500 V range with VSS.
The ampere meter shall be 800/5 A range with ASS.
The voltmeter and Ampere meter shall be of AEI / IMP make and the voltage selector
switches shall be of Sulzer / Kaycee make
All AC meters shall be moving iron type having class 1.0 accuracy. Ammeters for
motor feeders shall have a non liner compressed scale at the end to indicate starting
current.
Voltmeter shall be suitable for direct line connection.
Voltmeter shall be connected through fuses only
Energy meters shall be suitable to measure unbalanced loads of 3 phases, 4 wire
systems.
2.0 Special requirements :
3.0 D.G. set change over switch :
There is a requirement of 1 No. change over switch. There will be change over switch
so that operation of DG set 250 KVA is possible when there is no power & also to
isolate State Electricity Board power supply when there is necessity to operate the DG
set.
4.0 Incomer :
a) For incoming feeders upto and 800 A rating provide MCCBs with 40 KA
breaking capacity with overload / short circuit and earth fault protection.
b) For all incoming feeders provide CT operated ammeter with rotary selector
switch; voltmeter with selector switch and 3 Nos. indicating lamps with red
lines.
4.1 Outgoing feeders :
a) Motor feeders of rating of 10 HP or above shall be provided with suitable automatic
star-delta starters along with electronic protected relay, timer, triple pole switch fuse
unit/MCCB and ammeter. All motor feeders upto 60 HP shall be provided with
MCB and above 60 HP MCCBs with a minimum breaking capacity of 40 KA shall
be provided. For feeders below 15 HP rating provide direct reading ammeter and
for feeders of 15 HP and above rating provide CT operated ammeters. All the power
contractors of star-delta starters shall have same current rating.
b) Feeders for star-delta starters will be provided with specified current rating in the
distribution boards.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
247
c) Motor feeders of rating less than 10 HP will be provided with suitable direct on line
starters along with thermal overload relays with single phase preventing and MCBs
as per requirement.
d) The motor feeders wired for remote control will be provided with only an OFF push
buttons the distribution board whereas for the feeders wired for local control from
the board, both ON and OFF push buttons along-with green indicating lamp for ON
will be provided on the distribution board.
e) Suitable cable glands provision will be provided for each of the incoming and
outgoing feeders.
f) The components to be used will be of either L&T/ Siemens / Bhartiya Cutler
Hammer / C&S / GE make. Tenderer should specify the make offered.
g) The following selection table shall be followed for starters of motor feeders unless
otherwise specified:
S.
No.
415 V Motor H.P. Contractor
Rating
Amps.
MCB / MCCB
Rating / Amps.
1 0 to 10.0 HP 16 25 Switch
2 15 HP 32 63 -do-
3 20 to 25 HP 63 63 -do-
4 30 HP 63 100 -do-
5 40 to 50 HP 100 100 -do-
6 60 HP 100 100 -do-
7 75 HP 150 150 / 175MCCB
8 100 HP to 150 HP 150 225 MCCB
Starters / S.F. units of higher ratings should be preferably located at the bottom portion of
MCC.
IMPORTANT NOTES :
1. Interlocking sequences :
Condenser water pump Jacket cooling water pump
HDI Compressor
Capacitor
2. The HP of various motor have not been specified above as the same would depend on
the design of respective equipment to be offered by the tender.
3. The necessary fully automatic star – delta starters (soft starter) for 120 HP motors shall
have to supplied & installed near the ammonia compressors and tested & commissioned.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
248
Part – C
Technical specifications of Air Circuit Breakers.
Quantity Required : - 1 No.
The air circuit breaker shall be 4 pole manually operated draw out type with microprocessor
based protection release for overload, short circuit. & earth fault protection. The design shall be
quick make and quick break type with slow closing facility for ease in maintenance. The total
break time should be less than 30m sec including arcing time of 10m sec. The release shall be
R.M.S. sensing type requiring no external supply for its basic function of tripping against fault.
The release should diagnose the different fault i.e. there shall be inbuilt LED’s in protection
release for over current, short circuit & earth fault. The release shall have provision for
function blocking. The ACB shall be provided with under voltage protection. The setting of
over load in release shall be 40% to 100%. The setting of short circuit shall be minimum 2 to
10 times. The ACB shall have Ics = Icw for 1 Sec. for short circuit breaking capacity of not
less than 50 KA rms at 415 Volts 50HzAC. The overload current setting may be 40% to 100%
of maximum rated value. The ACB neutral pole shall make earlier & break later than main
pole.
Overload (phase) current setting 0.4 to 1.0.
Neutral fault current setting 0.5 to 1.0.
Earth fault current setting 0.1 to 0.6.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
249
Part – D
Necessary Cables, Cable Trays etc. All necessary cables for connecting HT side to the primary of the transformer and LT side of
the transformer to the main panel on LT side, main panel to distribution panels, from various
panel boards to various equipments falls in the scope of the work.
The quantities mentioned for cables & cable trays in this tender document are indicative
only and may vary as per site conditions. The tenderers are required to quote for the
quantities mentioned for various items in this section based on which the financial
comparative statement shall be drawn but they should also quote the unit rate price
(F.O.R. site) for each item separately also in order to make Milk Union release payment
for bills of the firm for the actual quantities of items supplied, installed, tested and
commissioned as per site conditions. For connecting various equipments following cables and
related shall be required :-
1100 KV GRADE, 3.5 C ARMOURED ALUMINUM CONDUCTOR, PVC INSULATED LT
CABLE SELECTION CHART AS PER THE FEEDER DETAILS AT 8 VOLTS DROP.
Table ‘A’
S.
NO.
FEEDER TYPE FEEDER
RATING
CABLE SIZE LENGTH
OF CABLE
(in Mtrs.)
Unit
Rate
TOTAL
AMT.
(in Rs.)
1 TRANSFORM
ER TO MAIN
ACB
800 A 2 X 3.5 X 185
Sq.mm.
XLPE
60
2 REFRIGERATI
ON PANEL
INCOMER
400 A 1 X 3.5 X
185Sq.mm.
XLPE
30
3 PROCESS
SECTION
200 A 1 X 3.5 X 125
Sq.mm.
XLPE
70
4 GHEE
SECTION
INCOMER
100 A 1 X 3.5 x 50
Sq.mm.
70
5 BOILER
SECTION
150 A 1 X 3.5 x 70
Sq.mm.
20
6 INTERNAL
LIGHTING
100 A
1 X 3.5 x 50
Sq.mm.
50
7 EXTERNAL
LIGHTING
1 X 3.5 x 50
Sq.mm.
50
8 E.T.P. 100 A 1 X 3.5 x 50
Sq.mm.
100
9 PUMP HOUSE 100 A 1 X 3.5 x 10
Sq.mm.
100
10 CABLE FOR
MISC. WORK
100 A 1 X 3.5 x 16
Sq.mm.
50
1 X 3.5 x
25Sq.mm.
50
1 X 3.5 x 35
Sq.mm.
50
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
250
Following size flexible 4 core copper cables for connecting miscellaneous electrical motors.
Table ‘B’
S.
NO.
SIZE QTY. (in
mtrs.)
Unit Rate TOTAL
AMT.
(in Rs.)
1. 1.5 sq.mm 500
2. 2.5 sq.mm 500
3 4 sq.mm 300
4 6 sq.mm 200
5 10 sq.mm 200
TOTAL
The cables of Gloster / CCI / ICL / Ralison / Hawell / Hawells standard make need be
supplied. All necessary lugs of Dowell make for the various cables with due crimping shall
have to be supplied and installed. Necessary loops for cables shall have to be provided
wherever necessary.
The unit rates for the cables of all sizes mentioned in the tender document also need be quoted.
Cable trays : - following sizes of cable trays with covers of MS painted black for the cables of
various sizes to be run upon them :-
Table ‘C’
S.
NO.
SIZE QTY. (in
mtrs.)
Unit Rate TOTAL
AMT.
(in Rs.)
1. Cable tray with cover of 10” /
12” width
50 Mtr.
2. Cable tray with cover of 8”
width
50 Mtr.
3 Cable tray with cover of 6”
width.
200 Mtr.
4 Cable tray with cover of 4”
width.
200 Mtr.
TOTAL
The unit rates for the cable trays with covers also need be quoted for all above sizes.
Total of Table A + B + C =
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
251
MAIN LT PANEL AT KHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
Transformer 315 KVA
A MAIN INCOMER
1
630 A FP, MANUAL DRAW OUT
TYPE ACB WITH
MICROPROCESSOR RELASE
HAVING O/L, S/C & E/F
PROTECTION Icu= Ics= Icw= 50 kA 1 No. L&T / Siemens
2
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 1 No. Conzerv/ Schneider
3
Digital Volt Meter 96 x96 of 500 V
rating 1 No. Conzerv/ Schneider
4
Digital Ampere Meter 96 x96 of 1250 A
rating 1 No. Conzerv/ Schneider
5 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
6
CAM TYPE ROTARY VOLT
SELECTOR SWITCH 1 No. Salzer/ Vaishno
7
CT LINKED ROTARY AMPERE
SELECTOR SWITCH 1 No. Salzer/ Vaishno
8
Current Transformer of 800/5 A ratio of
class 1.0 accuracy with 5 VA burden
FORAPFC 3 No. Alpha
9
LED TYPE (R, Y B) 22.5 mm Indication
Lamp 220 V 3 No.
Esbee/Raas/
Telemechanique
10
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
11
63 A FP MCB, 'C' curve with 10 kA
breaking Capacity 1 No.
Schneider/ L&T /
Siemens
12
63 A TPN + E 5 pin Panel Mounting Plug
& Socket 1 No. Schneider/ L&T
13
Under / Over voltage protection relay
with time delay setting 1 RISHABH / MINILEC
14
3 O/C and 1E/F protection relay with
necessary current transformer 1 L&T / ALSTOM
B DG SET INCOMER
1
400 A FP MCCB 35 kA with adj. O/l and
S/c protection Micro Processor Release
with Rotary Handle 1 No.
Schneider/ L&T /
Siemens
2
LED TYPE (R, Y B) 22.5 mm Indication
Lamp 220 V 3 No.
Esbee/Raas/
Telemechanique
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
252
3
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
4 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
5
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 1 No. Conzerv/ L&T
6 CT 400/5 class 1.0 3 No. ALPHA
7
630 A FP ONLOAD CHANGEOVER
SWITCH 1 No. L&T / Siemens
OUTGOINGS
1 FOR REFRIGERATION SECTION
a
400 A FP, MANUAL DRAW OUT
TYPE ACB WITH
MICROPROCESSOR RELASE
HAVING O/L, S/C & E/F
PROTECTION Icu= Ics= Icw= 50 kA 1 No.
Schneider/ L&T /
Siemens
b
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
c 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
d
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 1 No. Conzerv/ L&T
e CT 400/5 class 1.0 3 No. Alpha
2 FOR PROCESSING SECTION
a
200 A FP MCCB 35 kA with adj. O/l and
S/c protection Micro Processor Release
with Rotary Handle 1 No.
Schneider/ L&T /
Siemens
b
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
c 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
d
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 1 No. Conzerv/ L&T
e CT 200/5 class 1.0 3 No. Alpha
3 FOR GHEE MAKING SECTION
a
100 A FP MCCB 35 kA with adj. O/l and
S/c protection Micro Processor Release
with Rotary Handle 1 No.
Schneider/ L&T /
Siemens
b
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
c 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
253
d
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 1 No. Conzerv/ L&T
e CT 100/5 class 1.0 3 No. Alpha
4 FOR BOILER SECTION
a
150 A FP MCCB 35 kA with adj. O/l and
S/c protection Micro Processor Release
with Rotary Handle 1 No.
Schneider/ L&T /
Siemens
b
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
c 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
d
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 1 No. Conzerv/ L&T
5 CT 150/5 class 1.0 3 No. Alpha
a FOR LIGHTING LOADS (INDOOR /
OUTDOOR) No.
b
100 A FP MCCB 25 kA with adj. O/l and
S/c protection Micro Processor Release
with Rotary Handle 2 No.
Schneider/ L&T /
Siemens
c
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 6 No.
Esbee/Raas/
Telemechanique
d 2 A SP MCB 6 No. Schneider/ L&T
e
Digital Energy Analyser capable of
measuring all the Power and Energy
parameters with class 1.0 accuracy 2 No. Conzerv/ L&T
f CT 100/5 class 1.0 6 No. Alpha
6 SPARE No.
a 100 A FP MCCB 2 No.
Schneider/ L&T /
Siemens
b
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 6 No.
Esbee/Raas/
Telemechanique
c 2 A SP MCB 6 No. Schneider/ L&T
d CT 100/5 class 1.0 6 No. Alpha
7 APFC Panel
a 6-32 A TP MCB, 'D' curve with 10 kA 7 No.
Schneider/ L&T /
Siemens
b 40-63 A TP MCB, 'D' curve with 10 kA 5 No.
Schneider/ L&T /
Siemens
c
Capacitor duty Contactor up to 12.5
KVAr 7 No.
Telemachanique/
Sprecher Schu
d Capacitor duty Contactor up to 20 KVAr 5 No.
Telemachanique/
Sprecher Schu
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
254
e
APFC Relay 12 Stage 3 phase sensing
with sensitivity upto 50 mA 1 No. NEPTUNE/ EPCOS
f
3 phase, 415 V, with Discharge Resistor,
MPP type Heavy Duty Capacitor Bank 140 KVAr
NEPTUNE (LL-10)/
EPCOS(MP-HDDD)/
L&T (MDXL)
g
LED TYPE (Red) 22.5 mm Indication
Lamp 220 V 12 No. TE/ESBEE/ Rass
h
2 pole 2 way & 1 way off 22.5 mm dia
Rotary switch for Auto/ Manual
Operation with necessary Element 12 No. TE/ESBEE/ Rass
i 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
j
8 " dia Ventilation Fan controlled by
thermostat 1 No.
8 BUSBAR
a
1200 A TPN, CONTINOUS RATED E
91 GRADE ALUMINUM BUSBAR
COMPLETE ON ALL RESPECT
MOUNTED ON SMC/ DMC
INSULATOR WITH PROPER STEEL
HARDWARE AND INSULATTED
WITH HEAT SHRINKABLE PVC
TUBES HAVING MINIMUM
CREEPAGE DISTANCE OF 30 mm IN
EACH BUS LOT
HINDALCO/ NALCO/
BALCO
b
PANEL ENCLOSURE shall be
fabricated out of mild steel / CRCA sheet
with required bracing and support with
proper siemens grey epoxy coated
powder coated paint on outer/ inner side
of the panel. The enclosure be made of
14/16 SWG MS sheet. The doors holding
meters and relays and the whole panel
will be PU/Neoprene gasketted on doors.
With quality of dust and Vermin proof
suitable for comprising sideways
capacitor bank and wiring with PVC
insulated copper wires. LOT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
255
PROCESSING SECTION PANEL AT KHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
INCOMER
1 200 A TPN , SFU UNIT 1
2 Digital Volt Meter 96 x96 of 500 V rating 1 No.
Conzerv/
Schneider
3
Digital Ampere Meter 96 x96 of 400 A
rating 1 No.
Conzerv/
Schneider
4 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
5
CAM TYPE ROTARY VOLT SELECTOR
SWITCH 1 No. Salzer/ Vaishno
6
CT LINKED ROTARY AMPERE
SELECTOR SWITCH 1 No. Salzer/ Vaishno
7
Current Transformer of 200/5 A ratio of
class 1.0 accuracy with 5 VA burden 3 No. Alpha
8
LED TYPE (R, Y B) 22.5 mm Indication
Lamp 220 V 3 No.
Esbee/Raas/
Telemechanique
9
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
10
63 A FP MCB, 'C' curve with 10 kA
breaking Capacity 1 No.
Schneider/ L&T /
Siemens
11
TPN + E 5 pin Panel Mounting Plug &
Socket 1 No. Schneider/ L&T
OUTGOINGS
1 Milk storage tank agitator 10000 L 1.5 HP 4 Nos.
2
Spare for Milk storage tank agitator
10000 L
1.5 HP 1 No.
3 Milk Reception Pump 10000 L 3.5 HP 2 Nos.
4
Spare for Milk Reception Pump 10000
L
3.5 HP 2 Nos.
5 Raw Milk Pump 10000 L 3.5 HP 2 Nos.
6 Spare for Raw Milk Pump 10000 L 3.5 HP 1 Nos.
7 Cream Separator 5 KLPH 10 HP 2 Nos.
8 Spare for Cream Separator 5 KLPH 10 HP 1 No.
9 Milk Pasteurizer Milk Pump 5 HP 1 No.
10 Spare for Milk Pasteurizer Milk Pump 5 HP 1 No.
11 Milk Pasteurizer Hot water Pump 5 HP 1 No.
12
Spare for Milk Pasteurizer Hot water
Pump
5 HP 1 No.
13 Cream Pasteurizer Hot water Pump 5 HP 1 No.
14
Spare for Cream Pasteurizer Hot water
Pump
5 HP 1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
256
15 Cream Pasteurizer Cream Pump 3 HP 1 No.
16
Spare for Cream Pasteurizer Cream
Pump
3 HP 1 No.
17 Tanker loading pump 3 HP 1 No.
18 Cream un-loading pump 3 HP 1 No.
19 Chilled water return pump 5 HP 1 No.
20 Cream tank agitator 5 HP 1 No.
21 Spare for Cream tank agitator 5 HP 1 No.
22 Can Scrabbers 2 HP 2 Nos.
23 Spare for Can Scrabbers 2 HP 1 Nos.
24 Welding point MCB 63 2 Nos.
25
400 A TPN, CONTINOUS RATED E 91
GRADE ALUMINUM BUSBAR
COMPLETE ON ALL RESPECT
MOUNTED ON SMC/ DMC
INSULATOR WITH PROPER STEEL
HARDWARE AND INSULATTED WITH
HEAT SHRINKABLE PVC TUBES
HAVING MINIMUM CREEPAGE
DISTANCE OF 30 mm IN EACH BUS LOT
HINDALCO/
NALCO/ BALCO
26
PANEL ENCLOSURE shall be fabricated
out of mild steel / CRCA sheet with
required bracing and support with proper
siemens grey epoxy coated powder coated
paint on outer/ inner side of the panel. The
enclosure be made of 14/16 SWG MS
sheet. The doors holding meters and relays
and the whole panel will be PU/Neoprene
gasketted on doors. With quality of dust
and Vermin proof suitable for comprising
sideways capacitor bank and wiring with
PVC insulated copper wires. LOT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
257
REFRIGERATION SECTION PANEL ATKHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
INCOMER
1 300 A TPN , SFU UNIT 1
2 Digital Volt Meter 96 x96 of 500 V rating 1 No.
Conzerv/
Schneider
3
Digital Ampere Meter 96 x96 of 400 A
rating 1 No.
Conzerv/
Schneider
4 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
5
CAM TYPE ROTARY VOLT SELECTOR
SWITCH 1 No. Salzer/ Vaishno
6
CT LINKED ROTARY AMPERE
SELECTOR SWITCH 1 No. Salzer/ Vaishno
7
Current Transformer of 300/5 A ratio of
class 1.0 accuracy with 5 VA burden 3 No. Alpha
8
LED TYPE (R, Y B) 22.5 mm Indication
Lamp 220 V 3 No.
Esbee/Raas/
Telemechanique
9
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
10
63 A FP MCB, 'C' curve with 10 kA
breaking Capacity 1 No.
Schneider/ L&T /
Siemens
11
TPN + E 5 pin Panel Mounting Plug &
Socket 1 No. Schneider/ L&T
OUTGOINGS
1
Ammonia Compressor 6 x 6 with
suitable range of Amp. & Volt Meter
40 HP 2 Nos.
MCB
2
Spare for Ammonia Compressor 6 x 6
with suitable range of Amp. & Volt
Meter
40 HP 1 No.
MCB
3 Chilled water pumps 5 HP 3 Nos.
4 Spare for Chilled water pump 5 HP 1 No.
5 IBT Agitators 5 HP 2 Nos.
6 Spare for IBT Agitators 5 HP 1 No.
7 Condenser pumps 5 HP 2 Nos.
8 Spare for Condenser pumps 5 HP 1 No.
9 Cold store Air handling unit 1.5 HP 2 Nos.
10 Spare Cold store Air handling unit 1.5 HP 1 No.
11 Air curtain (2) 1 HP 2 Nos
12 Bore well pump 7.5 HP 1 No.
13 Spare for Bore well pump 7.5 HP 1 No.
14 SWR pump 5 HP 1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
258
15 Spare for SWR pump 5 HP 1 No.
16
600 A TPN, CONTINOUS RATED E 91
GRADE ALUMINUM BUSBAR
COMPLETE ON ALL RESPECT
MOUNTED ON SMC/ DMC INSULATOR
WITH PROPER STEEL HARDWARE
AND INSULATTED WITH HEAT
SHRINKABLE PVC TUBES HAVING
MINIMUM CREEPAGE DISTANCE OF
30 mm IN EACH BUS LOT
HINDALCO/
NALCO/ BALCO
17
PANEL ENCLOSURE shall be fabricated
out of mild steel / CRCA sheet with required
bracing and support with proper siemens
grey epoxy coated powder coated paint on
outer/ inner side of the panel. The enclosure
be made of 14/16 SWG MS sheet. The doors
holding meters and relays and the whole
panel will be PU/Neoprene gasketted on
doors. With quality of dust and Vermin
proof suitable for comprising sideways
capacitor bank and wiring with PVC
insulated copper wires. LOT Main panel board should have one independent earthing as per techanical specification provided at Part 'A'. In
addition one more independent earthing is also to be provided for ammonia compressor motors of refregeration
section.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
259
BOILER SECTION PANEL ATKHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
INCOMER
1 150 A TPN , SFU UNIT 1
2 Digital Volt Meter 96 x96 of 500 V rating 1 No. Conzerv/ Schneider
3 Digital Ampere Meter 96 x96 of 400 A rating 1 No. Conzerv/ Schneider
4 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
5
CAM TYPE ROTARY VOLT SELECTOR
SWITCH 1 No. Salzer/ Vaishno
6
CT LINKED ROTARY AMPERE
SELECTOR SWITCH 1 No. Salzer/ Vaishno
7
Current Transformer of 150/5 A ratio of class
1.0 accuracy with 5 VA burden 3 No. Alpha
8
LED TYPE (R, Y B) 22.5 mm Indication
Lamp 220 V 3 No.
Esbee/Raas/
Telemechanique
9
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
10
63 A FP MCB, 'C' curve with 10 kA breaking
Capacity 1 No.
Schneider/ L&T /
Siemens
11 TPN + E 5 pin Panel Mounting Plug & Socket 1 No. Schneider/ L&T
12 OUTGOINGS
13 FO loading and un-loding pump 3 HP 2 Nos.
14 Spare for FO loading and un-loding pump 3 HP 1 No.
15 Boiler MCCB 63 A 63 A 1 No.
16 Spare for Boiler MCCB 63 A 63 A 1 No.
17 Pump House 7.5 HP 2 Nos.
18 Heat Tracing 12 KW 2 Nos.
19 Spare MCB 32 A 4 Nos.
20 Ghee pump 3 HP 3 Nos.
21 Spare for Ghee pump 3 HP 1 Nos.
22
300 A TPN, CONTINOUS RATED E 91
GRADE ALUMINUM BUSBAR
COMPLETE ON ALL RESPECT
MOUNTED ON SMC/ DMC INSULATOR
WITH PROPER STEEL HARDWARE AND
INSULATTED WITH HEAT SHRINKABLE
PVC TUBES HAVING MINIMUM
CREEPAGE DISTANCE OF 30 mm IN
EACH BUS LOT
HINDALCO/ NALCO/
BALCO
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
260
23
PANEL ENCLOSURE shall be fabricated out
of mild steel / CRCA sheet with required
bracing and support with proper siemens grey
epoxy coated powder coated paint on outer/
inner side of the panel. The enclosure be made
of 14/16 SWG MS sheet. The doors holding
meters and relays and the whole panel will be
PU/Neoprene gasketted on doors. With quality
of dust and Vermin proof suitable for
comprising sideways capacitor bank and
wiring with PVC insulated copper wires. LOT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
261
GHEE SECTION PANEL AT KHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
INCOMER
1 100 A TPN , SFU UNIT 1
2 Digital Volt Meter 96 x96 of 500 V rating 1 No. Conzerv/ Schneider
3 Digital Ampere Meter 96 x96 of 400 A rating 1 No. Conzerv/ Schneider
4 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
5
CAM TYPE ROTARY VOLT SELECTOR
SWITCH 1 No. Salzer/ Vaishno
6
CT LINKED ROTARY AMPERE SELECTOR
SWITCH 1 No. Salzer/ Vaishno
7
Current Transformer of 100/5 A ratio of class 1.0
accuracy with 5 VA burden 3 No. Alpha
8
LED TYPE (R, Y B) 22.5 mm Indication Lamp 220
V 3 No.
Esbee/Raas/
Telemechanique
9
LED TYPE Trip, ON, OFF 22.5 mm Indication
Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
10
63 A FP MCB, 'C' curve with 10 kA breaking
Capacity 1 No.
Schneider/ L&T /
Siemens
11 TPN + E 5 pin Panel Mounting Plug & Socket 1 No. Schneider/ L&T
OUTGOINGS
12 Ghee boiler cap. 1 KL 1 HP 2 Nos.
13 Spare for Ghee boiler cap. 1 KL 1 HP 2 Nos.
14 Ghee storage tank 2 HP 2 Nos.
15 Ghee clarifier 2 HP 1 No.
16 Ghee packing machine 5 HP 2 Nos.
17 Butter melting vet 1000 ltrs. 1 HP 2 Nos.
18 Spare MCB 32 A 4 Nos.
19 Ghee pump 3 HP 3 Nos.
20 Spare for Ghee pump 3 HP 1 Nos.
21
200 A TPN, CONTINOUS RATED E 91 GRADE
ALUMINUM BUSBAR COMPLETE ON ALL
RESPECT MOUNTED ON SMC/ DMC
INSULATOR WITH PROPER STEEL
HARDWARE AND INSULATTED WITH HEAT
SHRINKABLE PVC TUBES HAVING MINIMUM
CREEPAGE DISTANCE OF 30 mm IN EACH
BUS LOT
HINDALCO/
NALCO/ BALCO
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
262
22
PANEL ENCLOSURE shall be fabricated out of
mild steel / CRCA sheet with required bracing and
support with proper siemens grey epoxy coated
powder coated paint on outer/ inner side of the
panel. The enclosure be made of 14/16 SWG MS
sheet. The doors holding meters and relays and the
whole panel will be PU/Neoprene gasketted on
doors. With quality of dust and Vermin proof
suitable for comprising sideways capacitor bank and
wiring with PVC insulated copper wires. LOT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
263
INTERNAL LIGHTING DB AT KHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
INCOMER
1
100 A FP MCCB 25 kA with adj. O/l and
S/c protection Thermal Magnetic Release
with Rotary Handle 1 No.
Schneider/ L&T /
Siemens
2 Digital Volt Meter 96 x96 of 500 V rating 1 No. Conzerv/ Schneider
3
Digital Ampere Meter 96 x96 of 100 A
rating 1 No. Conzerv/ Schneider
4 2 A SP MCB 3 No.
Schneider/ L&T /
Siemens
5
CAM TYPE ROTARY VOLT SELECTOR
SWITCH 1 No. Salzer/ Vaishno
6
CT LINKED ROTARY AMPERE
SELECTOR SWITCH 1 No. Salzer/ Vaishno
7
Current Transformer of 100/5 A ratio of
class 1.0 accuracy with 5 VA burden 3 No. Alpha
8
LED TYPE (R, Y B) 22.5 mm Indication
Lamp 220 V 3 No.
Esbee/Raas/
Telemechanique
9
LED TYPE Trip, ON, OFF 22.5 mm
Indication Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
10
32 A FP MCB, 'C' curve with 10 kA
breaking Capacity 1 No.
Schneider/ L&T /
Siemens
11
TPN + E 5 pin Panel Mounting Plug &
Socket 1 No. Schneider/ L&T
OUTGOINGS
1
40 A FP MCB 'C' curve with 10 kA
breaking capacity 2 No.
Schneider/ L&T /
Siemens
2
16 A DP MCB 'C' curve with 10 kA
breaking capacity 4 No.
Schneider/ L&T /
Siemens
3
32 A FP MCB 'C' curve with 10 kA
breaking capacity 2 No.
Schneider/ L&T /
Siemens
BUSBAR
1
150 A TPN, CONTINOUS RATED E 91
GRADE ALUMINUM BUSBAR
COMPLETE ON ALL RESPECT
MOUNTED ON SMC/ DMC INSULATOR
WITH PROPER STEEL HARDWARE
AND INSULATTED WITH HEAT
SHRINKABLE PVC TUBES HAVING
MINIMUM CREEPAGE DISTANCE OF
25 mm IN EACH BUS LOT
HINDALCO/
NALCO/ BALCO
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
264
2
PANEL ENCLOSURE shall be fabricated
out of mild steel / CRCA sheet with required
bracing and support with proper siemens
grey epoxy coated powder coated paint on
outer/ inner side of the panel. The enclosure
be made of 14/16 SWG MS sheet. The doors
holding meters and relays and the whole
panel will be PU/Neoprene gasketted on
doors. With quality of dust and Vermin
proof suitable for comprising sideways
capacitor bank and wiring with PVC
insulated copper wires. LOT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
265
EXTERNAL LIGHTING DB AT KHETRI DAIRY
S.
No. Particulars Qty. UNIT Make
INCOMER
1
100 A FP MCCB 25 kA with adj. O/l and S/c
protection Thermal Magnetic Release with Rotary
Handle 1 No. Schneider/ L&T / Siemens
2 Digital Volt Meter 96 x96 of 500 V rating 1 No. Conzerv/ Schneider
3 Digital Ampere Meter 96 x96 of 100 A rating 1 No. Conzerv/ Schneider
4 2 A SP MCB 3 No. Schneider/ L&T / Siemens
5
CAM TYPE ROTARY VOLT SELECTOR
SWITCH 1 No. Salzer/ Vaishno
6
CT LINKED ROTARY AMPERE SELECTOR
SWITCH 1 No. Salzer/ Vaishno
7
Current Transformer of 100/5 A ratio of class 1.0
accuracy with 5 VA burden 3 No. Alpha
8
LED TYPE (R, Y B) 22.5 mm Indication Lamp 220
V 3 No.
Esbee/Raas/
Telemechanique
9
LED TYPE Trip, ON, OFF 22.5 mm Indication
Lamps 220 V 3 No.
Esbee/Raas/
Telemechanique
10
32 A FP MCB, 'C' curve with 10 kA breaking
Capacity 1 No. Schneider/ L&T / Siemens
11 TPN + E 5 pin Panel Mounting Plug & Socket 1 No. Schneider/ L&T
OUTGOINGS
1
40 A FP MCB 'C' curve with 10 kA breaking
capacity 2 No. Schneider/ L&T / Siemens
2
16 A DP MCB 'C' curve with 10 kA breaking
capacity 8 No. Schneider/ L&T / Siemens
3
32 A FP MCB 'C' curve with 10 kA breaking
capacity 4 No. Schneider/ L&T / Siemens
BUSBAR
5
150 A TPN, CONTINOUS RATED E 91 GRADE
ALUMINUM BUSBAR COMPLETE ON ALL
RESPECT MOUNTED ON SMC/ DMC
INSULATOR WITH PROPER STEEL
HARDWARE AND INSULATTED WITH HEAT
SHRINKABLE PVC TUBES HAVING
MINIMUM CREEPAGE DISTANCE OF 25 mm
IN EACH BUS LOT
HINDALCO/ NALCO/
BALCO
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
266
6
OUTDOOR TYPE PANEL ENCLOSURE shall be
fabricated out of mild steel / CRCA sheet with
required bracing and support with proper siemens
grey epoxy coated powder coated paint on outer/
inner side of the panel. The enclosure be made of
14/16 SWG MS sheet. The doors holding meters
and relays and the whole panel will be
PU/Neoprene gasketted on doors. With quality of
dust and Vermin proof suitable for comprising
sideways capacitor bank and wiring with PVC
insulated copper wires. LOT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
267
SCHEDULE - II
TECHNICAL SPECIFICATIONS FOR 315 KVA TRANSFORMER
Supply period – 3 months.
Supply of 315 KVA Cooper wound 3 Phase 50 Cycles, oil immersed, naturally cooled, Core
type, outdoor type with HV outdoor & cable box on LV side power transformer with stepping
down provision from 11 KV to 440 V, having a vector configuration DY 11 with plus/minus
5% tapping taken out in tap changing switch (with provision of 5 steps), HT winding
connection in Delta and LT winding connection in Star and neutral brought out and connected
to a separate terminal with outdoor open porcelain bushing and complete
- With first charge of requisite transformer oil. - 1 Set
- Fitting and accessories (as detailed on next page)
- Oil conservator tank with drain plug and filling cap.
- Silica gel dehydrating breather charged with silica gel.
- Oil level gauge.
- Oil drain valve.
- Thermometer pocket with thermometer.
- Earthing terminal.
- Lifting lugs.
- Four bidirectional roller wheels.
- Air release valve.
- Explosion vent.
The transformer should conform to the IS specifications. The winding temperature rise – 55 deg
C above ambient, oil temp. rise – 50 deg. C above ambient, impedance – 4.5% or above,
permissible no load losses - 650 W (max.), permissible on load losses –4600 W (max.). The
quality of oil should be good conforming to IS : 335 and the oil should be of SAVITA/APAR
make or equivalent make (equivalent make subjected to purchaser approval).
The winding temperature indicator with alarm & tip contacts should be of Thermal make
(mercury type). The number of earthings (independent) should be four.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
268
Standard Fittings & Accessories
S.
No.
Particulars Quantity
1. Rating & Diagrams Plate 1 No.
2. Earthing Terminals 4 Nos.
3. Lifting Lugs of Transformer 2 Nos.
4. Lifting Lugs of Top Cover 2 Nos.
5. Drain Valve with Plug 1 No.
6. Filter Valve with Plug 1 No.
7. Conservator Tank 1 No.
8. Oil level gauge 1 No.
9. Oil Filling hole with Plug 1 No.
10. Air Release Plug 1 No.
11. Thermometer pocket 1 No.
12. Silica gel breather with oil seal 1 No.
13. Explosion Vent 1 No.
14. Off. Ckt. Tap Changer Switch Handle & Position indicator 1 No.
15. L.V. Terminal Box with Extended Copper Flats/suitable Bus
palm
1 No.
16. Neutral brought out terminal for earthing externally 1 No.
17. Bi-Directional rollers 4 Nos.
18. Oil temp indicator 6” with alarm & trip contacts 1 No.
19. Double Float Buckholz relay with alarm and trip contacts 1 No.
20. Inspection cover 1 No.
21. Marshalling Box with complete wiring 1 No.
22. Magnetic oil level gauge with low 1 No. 1 No.
23. Jacking Pads 4 Nos.
24. Winding temp. indicator with alarm trip contacts 1 No.
25. Prismatic oil level gauge. 1 No.
26. HV Cable Box, Long pin bushings, suitable for connecting on
primary side 11 KV grade XLPE Cable entry.
1 Set
Note :
Further the tenderer is advised to submit 3 sets of the foundation drawings of transformer and
get it approved. The supplier will also have to submit test certificates of transformer and oil.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
269
Important Note :
The tenderer is advised to visit to site so as to apprise himself of actual site condition and
quantum of work involved.
Special notes :
This is a turn key project. The quantities of various items listed are tentative only and may vary
on either side during execution. The final quantities of these would be as per site conditions.
Cost of installation for any addition or deletion in quantities will be calculated based on the unit
prices indicated. All necessary material which may be required for the successful completion
of the project falls in the scope of the work. If any extra quantities of quoted items are needed
then the tenderer shall supply those at the quoted unit price. If any extra item(s), not included
in the tender but required for successful completion of the work, the same will be either
supplied by the RCDF Milk Union and erected by the tenderer or supplied and erected both by
the tenderer at mutually agreed rates considering purchase price, taxes and handling charges
etc.
Necessary ESI / PF deductions, wherever applicable shall be borne by the tenderer.
The requisite approval form Chief Electrical Inspectorate, Government of Rajasthan must be
obtained by the tenderer and the actual payment shall be reimbursed by RCDF / Milk Union
against production of original documents.
The tenderers are required to give the price bid for all items section-wise in the same faction as
of Part – A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing
& commissioning as well the total cost.
In addition to the standards mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained
and submitted to the concerned Milk Union / RCDF :-
o) Indian Electricity Act and rules framed thereunder.
p) Fire insurance regulations.
q) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity
Board.
r) Regulations laid down by the Pollution Control Board.
s) Regulations laid down by the Factory Inspector of the State.
t) Any other regulations laid down by the local authorities.
u) Installation operating manuals of original manufacturers of equipment.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
270
GENERAL
ITEMS
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
271
SCHEDULE-II
Supply, Installation and Commission - Completion Period : 4 Months
TECHNICAL SPECIFICATION FOR 160 KVA
DIESEL GENERATING SET
Rating 128 KW continuous output, 160 KVA at 0.8 p.f. (lag) operating at 1500 rev./min.
Output corresponds to standard operating conditions as per BS:649:1958. Generating
Set comprise of :-
1. Kirloskar/Cummins or equivalent make (purchaser to approved) fuel efficient
diesel engine of suitable capacity, radiator water/air cooled, mechanical injection
turbocharged, capable of developing around 195 BHP (Prime Power rating) as
per BS:649 when operating at 1500 r.p.m. on high speed diesel oil conforming to
IS : 1460. The tenderer should give full details of Model No., number of
cylinders etc. of the engine. The engine is supplied complete with accessories and
services as detailed below :-
General:
Basic engine unit will be as per standard practice. The tenderer need specify
complete details of its latest standard design. Following features are indicative
only.
Fuel System :
Cummins PT/Mico BOCH fuel pump and injectors, fuel pump and injectors (or
any other improved design), fuel filters, self contained piping. Fuel Oil service
tank of suitable capacity having level indicators air-vent, filling cap., drain-plug,
piping from tank to engine, over flow return, mechanical digital governing
system & pumps.
Cooling System :
Base frame mounted radiator complete with fan and guard, belt-driven engine
mounted water pump, thermostat, water separator, self contained piping.
Lubricating System :
Engine oil sump strainer, oil pump, lub. Oil cooler, oil filter, by-pass valve, self
contained piping.
Starting System :
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
272
Electric starting by 24 volts starter motor, engine driven alternator, voltage
regulator, automotive dry batteries with self charging system of 24 Volt of 180
Ampere Hour capacity at 20 Hours rate of Cummins/ Exide / Prestolite or
equivalent make (purchaser to approved).
Air Intake System :
Dry type type air filter, intake manifold, turbo-charger with self contained
connections.
Exhaust System :
Engine mounted exhaust manifold, exhaust silencer (industrial type), exhaust
pipe as per latest norms of Central Pollution Control Board. The exhaust pipe
would be or suitable size and up to 10 Mtrs. height from the roof of the DG room.
Instruments :-
Electronic type instrument panel incorporating (a) Lubricating Oil pressure
gauge, (b) Lubricating oil temperature gauge, (c) Water temperature gauge, (d)
Battery charging ammeter, (e) Push button starting switch, (f) Hour Meter and
R.P.M. Indicator (g) Indicator for voltage, current, KVA and frequency for one or
three phase (h) Indicator for under and over battery voltage.
Controls :-
The generator controller should consist of micro processor based integrated
generator set monitoring, metering, protection and control system with built in
torque, matched, volts / overload control. It should have single control for all
genset functions like as mentioned below :-
Digital governing.
Digital voltage control
Operator Inter face
Protection
Advance control function
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
273
Engine :-
Metering Protection
-RPM Low lube oil pressure - Fail to crank
Battery High water temp. - Fail to start
Lube oil pressure High / low DC voltage - Sensor failure
Coolant temp. Weak battery
Running hours Overspeed
Alternator :-
Metering Protection
3 phase voltage Under voltage
(L-L and L-N) Over voltage
3 phase current Over current
Frequency Under / Over- frequency
kVA Loss of sensing
Others :-
Battle switch function
Delay start / stop
Configurable cranking cycle
Sleep mode time
Protection / Indicator :-
Automatic tripping of engine in the event of low lubricating oil pressure and high
engine jacket water temperature.
Others :-
Flywheel, flywheel housing, coupling guard, vibration damper, Drip Tray.
Tests :
Engine should be fully tested at manufacture’s works and test certificate issued.
Literature :
3 Nos. operating maintenance manual.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
274
Consumption Data :
Consumption of fuel oil at 1500 rpm on 100%, 75% & 50% of load should be
provided alongwith the tender.
2. The Alternator :
The Generator set incorporate self-ventilated, self-exciting and self regulating
type AVKC/IEC/ Stamford/ Kirloskar make alternator in screen protected, drip-
proof enclosure complying with IS : 4722. The output voltage is maintained
within + 5% of the rated value from no-load to full load including cold to hot
variations at a power factor between 0.8 lagging and unity. The alternator is
provided with efficient damper windings to facilitate parallel operation. The
alternator is to be designed for 415/440 volts, 3 phase, 4 wire, 50 Hz,
continuously at a driven speed of 1500 rpm plus the tolerance in voltage of + 2%
on account of the difference in speed at no load and full load. The tenderer can
quote for improved design, if any, by giving details and justification of the
improved version.
Technical particulars :
- Alternator Output : 128 KW continuous 160 KVA (net)
- Rated current : 222 Amps.
- Winding connections : STAR
- Design ambient temperature: 40oC
- Type of insulation : Class H.
Alternator shall be complete as supplied by manufacturer in original packing with
test certificate.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
275
The transient reactance of the Alternator is as low as possible consistent with the
need to limit voltage drop on sudden application of the load. The engine and
alternator shall be mounted and aligned on a common skid mounting type base
frame fabricated from suitable MS channel machined to ensure perfect alignment
of the engine and alternator with rigid construction and necessary reinforcement
to ensure minimum vibrations. The alternator conform to BSS : 2613/1970.
AVM PADS : Suitable numbers of AVM pads of Polybond/Resistoflex/
Gerb/Dunlop made and of ‘B’ series shall be supplied with the D.G. Sets.
3. CONTROL PANEL OF GENERATOR SET :
The Diesel Generator switch gear is housed in an indoor floor mounting type,
totally enclosed, sheet metal (of 14 SWG), including the front door and sides to
be of 14 gauge, cubicle, free standing and fully extensible type and consist of :-
1- MCCB 250 Amps Micro processor Based., 4 Pole MCCB having symmetrical
breaking capacity of 32 KA (rms.) 500 V, manually operated and provided with
overload protection, short circuit protection, and Under voltage trip.
1. T.P. Thermal time delay trip for over load protection rated Amps.
1. T.P. Magnetic instantaneous trip for short circuit protection adjusted
between 4 to 12 times.
1. Trip free mechanism complete with mechanical ON/OFF indicator.
1. Under voltage trip front of panel operating lever drive, type KH-1.
1. 5 Pole auxiliary switch.
1. Breaker should be with HRC fuse base.
1. Shunt trip.
1. Phase tester.
1. A.C. voltmeter, 0 to 500 volt range, electronic type.
1. Volt meter selector switch with OFF position and suitable for reading
voltage between phases of Kaycee/Thakur make.
1. A.C. Ammeter, range 0 to 500 Amps., C.T. operated, Electronic type.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
276
1. Ammeter selector switch with OFF position for reading current in each
phase of Kaycee / Thakur make.
1. 3 nos. Current transformers, 15 VA, Class 1, 500/5A of ALPHA make
or equivalent approved by RCDF.
1. 1 no. KWH meter, 3 phase, 4 wire unbalanced load type, electronic type.
1 no. Power factor meter, Electronic type.
1 no. Frequency meter Electronic type of range 47-50-53.
Indicating lamps for Set Run Loan On indication and off indicating lamp
with over cap.
Push Button for breaker off.
H.R.C. fuse links – 3 nos.
Extensive Aluminum bus bar of suitable capacity.
Note : Tenderer may provide single meter having display for Voltage, Current, KWH,
KW and Power Factor.
EARTHING :-
Four earthings as per IS for the generator set and two earthing for pannel shall have to
be provided this will include civil work related to earth pits etc. The tranches shall be
provided by RCDF / Milk union in DG set room only. All earthing material (the
earthing should be with 600 x 600 x 6 mm. GI plate) to be supplied by the supplier and
job to be done by the supplier (total six nos. earthings)
CABLE :-
The cable connection between the alternator to control panel of DG Set and control
panel to change over switch / LT Panel is to be done by 1 x 3.5 x 185 Sq.mm.
aluminium armoured cable of Gloster / Polycab/ Havlles/ KEI or equivalent make. The
comparative statement shall be prepared taking in to consideration of run of 20 Mtrs.
length but Cost of 20 meters of length of cable is included in the price. However, the
actual requirement shall be as per actual site condition and contractor shall have to
supply the necessary cable without joint. Therefore, tenderer should quote the unit rate
of this cable. The cost of extra length of cable, if required shall be paid as per the unit
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
277
price mentioned in the order. Cable layout shall be discussed at site with the Engineer
In-charge of the Milk Union.
ACOUSTIC ENCLOUSER (SOUND & ALL WEATHER PROOF)
1. Sound Proof : It should be compact, modular construction and sleek design with
low noise level confirming to CPCB guidelines of 75 db at 1 meter distance.
2. It should be type approved from the authorised agency as per guidelines of CPCB
vide letter no B-31011/7/93/PCI-II/98 dated 3.1.2005 and B-31013/7/93/PCI-
II/1840 dated 2.2.2005, with regard to extension of the type approval certificate
to the concerned generator original equipment manufacturer (GOEM) for the
assembly of genset model including acoustic enclosure.
3. Supplier should provide copy of approval certificate.
4. Weather Proof : The roof of the canopy is covered to ensure no water
accumulation on the roof. There is no chance of water entering the canopy from
outside and suitable EDPN gasketings is provided. All hardware are zink coated.
5. Surface treatment : It is chemically treated for removing rust, dirt and grease.Two
coats of premier and two coats of paint/ powder coated is provided on canopy.
Bottom portion is provided with black rubber paint.
6. Ventilation :- It should be properly ventilated to met the CPCB norms..
7. Protection & tripping :-Safety devices is provided against high enclosure
temperature limited to 50 oC.
8. Exhaust silencer of residential type.
11. Emergency push button stop is provided outside the canopy.
12. Proper illumination is also provided inside the enclosure.
SCOPE OF TESTING & COMMISSIONING OF D.G. SETS
The supplier is required to complete the supply, erection, testing & commissioning of the Diesel
Generating Set on turnkey basis and the job description given hereunder for erection, testing &
commissioning is to be treated as set of broad guide lines :
a) Providing of foundation drawing indicating details of concrete reinforcement steel
etc.
b) Marking Gen. Set layout.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
278
c) Guidance for making foundation. Foundation to be made by RCDF/ Milk Union.
d) Getting machines unloaded at site and getting machines shifted on to the foundation.
e) Providing of earthing as mentioned above.
f) Alignment of machines.
g) Cable connections between alternator to control panel of D.G. Set, control panel to
change over switch, change over switch to main supply.
h) Supply and installation of service fuel tank of capacity for 12 hours run and fuel
connection between daily service fuel tank to engine.
i) Fixing of exhaust piping (including minor civil works in fixing) as per State
Pollution Control Board standards.
j) Conduction of trial run of Gen. Set, first charge of lub. Oil to be provided by
supplier and Diesel to be supplied by RCDF/Milk Uion.
k) 3-4 hours of full load test run of gen. set. In case of full load is not available with
RCDF/Milk Union, the trial may conducted on available load.
l) Brief training of operators at site in normal maintenance and operation of gen. set.
m) RCDF/Milk Union may depute on operator each for training on engine and
alternator at respective manufacturer’s works. For training on electricals and panels
RCDF/Milk Unions may depute operator at tenderer’s works. No training charges as
such will be payable to supplier for arranging training.
n) Supplier will have to get its installation approved from the statutory authorities if
applicable.
Note :- Civil works of the nature incidental to erection like making holes & grouting for pipe
supports, panel fixing, tank fixing, etc. is included in supplier’s scope of work.
LIST OF TOOLS TO BE SUPPLIED WITH D.G. SETS FREE OF CHARGE
1. Set of spanner 5 nos. – 1set
2. Screw Drier 6” – 1
3. Plier – 1
4. Hammer 1.5 kg. – 1
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
279
5. Phase Tester – 1
6. Leak stop roll – 1
7. Allen wrench set 3/63” to 3/8” – 1
8. Ring spanner (15”/16”) – 1
MAKE OF FOLLOWING ELECTRICAL ITEMS / INSTRUMENTS OF CONTROL PANEL
BE SUPPLIED BY THE TENDERER
1. ACB : 800 A Microprocessor based L & T make
2. Voltmeter & Ammeter : IMP/ AE/ CADEL/ ENERCON
3. KWH meter : IMP/ AE/ CADEL/ ENERCON
4. Frequency meter : IMP/ AE/ CADEL/ ENERCON
5. Power factor meter : IMP/ AE/ CADEL/ ENERCON
Note : Tenderer should have carried out successful installation and commissioning of atleast
20 Nos. of DG set of similar nature in last three years in Rajasthan. At the same enclose
available service network at State level to ensure long term availability of spares and
better services after sales.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
280
Statement of Supply, Erection & Commissioning of Service Pipelines & Allied Equipments at
Khetri Dairy Plant.
CAPACITY : 20 KLPD
ANNEXURE – 1
S.
No.
Description Qty. tentative Unit
Rate of
supply
Unit
Rate of
Erection
Total
amount
of
Supply
Total
amount
of
Erection
Total
amount
of
Supply
&
Erection
1 Supply Erection &
Commissioning of S.S. pipe
line dia 25MM, 38mm, 51MM,
and 63.5 MM.
Erection Rate to include
installation of SS valves &
fittings which will be supplied
by Milk Union/RCDF/ or
Tenderer
Note: Every SS Union joint
should be placed with leak
proof Argon-Arc welding.
(a) S.S. pipe Dia 51 MM 240 Mtrs.
S.S. Pipe Fittings Dia 51 MM Erection
included
in per
meter
rate of
respecti
ve pipe
line
(A) S.S.Three way Cock With
complete Union Dia 51 MM
28 Nos.
(B) S.S. Two way Cock with
complete union Dia 51 MM
10 Nos.
(C) S.S. Short Band Dia 51
MM Without Union
100 Nos.
(D) S.S. Union complete Dia
51 MM
200 Nos.
(E) S.S. Tee Dia 51 MM
without union
6 Nos.
(F) S.S. clamp Dia 51 MM 150 Nos.
(G) S.S. Blank Caps with wings
51 MM
10 Nos.
(H) S.S. Reducer liners 51X38
MM Dia
5 Nos.
(I) SS Vertical Non-Return
Valve dia 51MM
6 Nos.
(J) SS Line Filter (Disc Type) 4 Nos.
(b ) S.S.Pipe Dia 38 MM 42 Mtrs.
S.S. Pipe Fittings Dia 38 MM
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
281
(A)Three way Cock With
complete Union Dia 38 MM
6 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
(B) S.S. Two way Cock With
complete Union Dia 38 MM
5 Nos.
© S.S. Short Band without
Union Dia 38 MM
20 Nos.
(D) S.S. Union Complete Dia
38 MM
40 Nos.
(E) S.S. Tee without Union Dia
38 MM
4 Nos.
(F) S.S. clamp Dia 38 MM 30 Nos.
(G) S.S. Blank Caps with wings
38 MM
4 Nos.
(H) SS Reducer 38 x 25 mm
dia
2 Nos.
(c) Supply Erection &
Commissioning of SS support
for placement of SS pipe lines,.
Erection rates to include
installation of SS clamp, SS
nipple, hanging support etc.
(a) S.S.pipe Dia 50mm
thickness 2mm
36 Mtrs.
(b) SS Square pipe 50mm
thickness 2mm
48 Mtrs.
(c) S.S. Nipple Dia 15mm x 8" 150 Nos.
2 Supply Erection &
Commissioning of various G.I.
'B' Class pipe line TATA /
Jindal for water distribution
circuit. Erection rate to include
installation of required valve
and fittings.
a) 100 NB 6 Mtrs.
b) 80 NB 66 Mtrs.
c) 65 NB 96 Mtrs.
d) 50 NB 78 Mtrs.
e) 40 NB 154 Mtrs.
f) 25 NB 35 Mtrs.
g) 20 NB 14 Mtrs.
(A) Required Fitting for
above pipelines
i.e. M.S. Flanges: Table
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
282
‘E’ BS – 10
a) 150 NB 4 Nos. Erection
included
in per
meter rate
of
respective
pipe line
b) 100 NB 4 Nos.
c) 80 NB 6 Nos.
d) 65 NB 12 Nos.
e) 50 NB 6 Nos.
f) 40 NB 12 Nos.
g) 25 NB 10 Nos.
Required Fitting for
above pipelines
i.e. G.I. Bend (welded
end) Class ‘B’.
a) 100 NB 2 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
b) 80 NB 3 Nos.
c) 65 NB 6 Nos.
c) 50 NB 6 Nos.
d) 40 NB 10 Nos.
e) 25 NB (Threaded end) 10 Nos.
f) 20 NB (Threaded end) 10 Nos.
(B)
Supply Erection &
Commissioning of following
valves on G.I. Pipeline.
Erection
included
in per
meter
rate of
respecti
ve pipe
line.
a) Butter Fly Valve Audco
Make
I. Dia 80 NB 2 Nos.
II. Dia 65 NB 3 Nos.
III Dia 50 NB 2 Nos.
IV Dia 40 NB 8 Nos.
b)Ball Valve Audco Make
I. Dia 25 NB 8 Nos.
3 Supply Erection &
Commissioning of
Non Return Valve (Vertical) in
water circuit
80 NB (Water) 2 Nos.
4 Supply Erection &
Commissioning of Horizontal
monoblock submersible pumps
discharge Cap. 30000 LPH,
Outlet Dia 80 NB working head
30 Mtrs, 3 Phase, 7.5 HP.
Kirlosker / KSB/ Jyoti/
2 Nos.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
283
GRUNDFOS, or equivalent
make.
5 Supply Erection &
Commissioning of Seamless
Pipe schedule 40-1.5D, Class
150, Make Maharashtra
Seamless Ltd.(MSL) /Jindal
(JSL) or equivalent make, for
steam line insulation with
50MM thick glass wool (LRB)
Pad of 100 density with 24
SWG. Aluminum cladding.
a) MS pipe 50 NB (IBR) 12 Mtrs.
6 Supply Erection &
Commissioning of MS 'C' Class
pipe Make TATA /Jindal (JSL)
for steam pipe line, insulation
with 50MM thick glass wool
(LRB) Pad of 100 density
with 24 SWG. Aluminum
cladding.
a) MS pipe 150 NB 6 Mtrs.
a) MS pipe 100 NB 36 Mtrs.
b) MS pipe 80 NB 6 Mtrs.
c) MS pipe 65 NB 21 Mtrs.
d) MS pipe 50 NB 42 Mtrs.
e) MS pipe 40 NB 7 Mtrs.
f) MS pipe 25 NB 42 Mtrs.
g) MS pipe 20 NB 64 Mtrs.
Required Fitting for
above pipelines
i.e. M.S. Flanges Class
150
a) 150 NB 6 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
b) 100 NB 6 Nos.
c) 80 NB 3 Nos.
d) 65 NB 6
e) 50 NB 10 Nos.
f) 40 NB 10 Nos.
g) 25 NB 10 Nos.
h) 20 NB 30 Nos.
Required Fitting for
above pipelines
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
284
i.e. M.S. Bend (welded
end) Class 150.
a) 100 NB 3 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
b) 80 NB 3 Nos.
c) 50 NB 6 Nos.
d) 40 NB 6 Nos.
e) 25 NB (Threaded end) 10 Nos.
f) 20 NB (Threaded end) 30 Nos.
7 Supply Erection &
Commissioning of Steam
flange type CS globe valves
with SS working part, class
150. Audco /KSB or
equivalent make
a) 100 NB 1 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
b) 80 NB 1 Nos.
c) 65 NB 1 Nos.
c) 50 NB 2 Nos.
d) 40 NB 1 Nos.
8 Supply Erection &
Commissioning of Steam ball
valve (thread end) Audco make
a) 25 NB 5 Nos.
b) 20 NB 14 Nos.
9 Supply Erection &
Commissioning of steam trap
assembly with steam stainer,
steam valve and TD type steam
trap, JN Marshal make.
a) 20 NB 6 Nos.
10 Steam Pressure gauge with
syphon tube, hex nipple, socket
& pressure cock (IBR)
a. Pressure gauge range (0-20
kgs) per cm2.
4 Set
b. Pressure gauge range (0-7
kgs) per cm2
4 Set
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
285
11 Supply Erection &
Commissioning of SS Steam
water mixing battery with SS
Hex Nipple, non-return valve,
Hose Nipple, SS hanger and
mounting bracket.
a) Steam battery 7 Set
b) Stem Hose (Dundlop)
make or equivalent make dia 20
NB
50 Mtr.
12 Air pursing system on Steam
line (Air vent)
1 No.
13 Supply Erection &
Commissioning of MS
structure (platform)
for ghee kettle and ghee
settling tank. Structure to be
fabricated
with required MS channel size
are mentioned below:-
a)100 x 50 X 6 MM, 1 Set
b)75 X 40X 6 MM 1000 Kg.
c) MS Angle 50X50
d) Checker plate 5 MM Thick.
e) MS. Plate 5 MM thickness
Note : Quote Rates per Kg.
Approx. weight 1000 Kg.
14 Powder mixing venture system
capacity 25000 LPH
1 Set
15 Supply Erection &
Commissioning of MS channel
for the support of steam and
water distribution circuit.
a) MS channel size 100MM x
50MM x 6MM
30 Mtr.
b) MS channel size 75MM x
40MM x 3MM
70 Mtr.
c) MS Angle 75x75x6 MM 70 Mtr.
Note : Quote Rates per Kg.
Approx. weight 1500 Kg.
16 Shifting, lifting, placement,
orientation & installation of
Milk storage and processing
equipment as follows
a) HMST Cap. 10/15KL 4 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
286
b) Milk weighing scale with
weigh bowl.
1 No.
c) Dump Tank 2 No.
d) Milk Chiller 1 No.
e) Milk pasteurizer 1 No.
f) Cream separator 1 No.
g) Air compressor 1 No.
h) Ghee Boiler 1 No.
i) Ghee Storage Tank 1 No.
j) Milk Packing machine 1 No.
k) Ghee settling Tank 1 No.
l) Butter melting VAT 1 No.
m) Ghee packing machine 1 No.
n) Butter Churn 1 No.
p) Cream tank 1 No.
GRAND TOTAL
Note: - 1. Equivalent makes to be approved by RCDF.
2. Party has to insurance HMST 10/15 KL before shifting & lifting of same.
3. All required SS pipeline/SS union joints should be leak proof Argon Arc-welded.
4. Tender should provide the SS/MS/GI Pipe circuit diagram defining the flow of milk, steam/ water
etc. the milk circuit diagram should have a provision of flow plate along with swing bends to
ensure the diversion of milk as per requirement.
5. The pipe line circuits should ensure proper flow of milk, steam and water as per requirement it
includes provision of wash points, tanker loading and unloading points powder mixing venture, re-
chilling, provision of CIP of milk circuit etc.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
287
Technical Specification for S.S. pipes and fittings
S.S. Pipe 1.0 FUNCTIONAL REQUIREMENTS
1.1 General Description - These SS Pipes would be used to interconnect all milk
processing equipments, storage tanks, in place cleaning system etc.
2.0 DESIGN REQUIREMENTS
2.1 All SS Pipes should conform to SMS standards.
2.2 All SS Pipes should be externally polished to dairy standards and internally pickled to
dairy sanitary conditions.
2.5 All pipes should be externally polished to dairy standards and internally pickled to dairy
sanitary conditions. All pipes should have wall thickness as 1.6mm (16 SWG) & of SS
304 (ERW).
2.6 The following sizes of S.S. pipes shall be required :-
a) 63.5 mm
b) 51 mm
c) 38 mm
1. The raw material should be procured only from reputed manufacturer and should
have following composition in case of material SS 304 :
Max. C : 0.08 %
Max. Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20%
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
288
S.S. VALVES AND FITTINGS
1.0 FUNCTIONAL REQUIREMENTS
1.1 General Description - These SS valves and fittings would be used to
interconnect all milk processing equipments, storage tanks, in place cleaning
system etc.
2.0 DESIGN REQUIREMENTS
2.1 All valves and fittings should conform to SMS standards.
2.2 All valves and fittings should be externally polished to dairy standards and
internally pickled to dairy sanitary conditions.
UNIONS
2. The union should be made in accordance with the SMS standard. As per
international standard, the unions should be produced out of hot (closed die type )
forgoing only and subsequently should be duly solution treated (annealed ) to
remove the internal stresses.
3. The raw material should be procured only from reputed manufacturer and should
have following composition in case of material SS 304 :
Max. C : 0.08 %
Max. Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20%
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03
1. The union should be complete with liner, male part, nut and neoprene food grade
rubber gasket. Liner and male part should be suitable for expansion joint.
2. The thread profile should be generated on precise CNC machine so as to have
correct dimension, finish and accuracy. The union components should be
interchangeable so as to have lesser inventory cost.
3. All the dimensions should be checked with calibrated measuring instruments and
GO - NOGO type gauges. The thread profile should be as per DIN 405 std.
4. The union gasket should be of food grade with appropriate hardness and
composition. 5. All the dimensions of the union should be in accordance with DIN 11851
including its tolerance.
6. The surface finish should be less than 1.0 Ra value.
PLUG, BUTTERFLY, NON RETURN AND FLOW REGULAING VALVES
1. The valves should be made in accordance with the SMS standard. The valve
body and plug should be made out of material SS 304 with following material
composition :-
Max. C : 0.08 %
Max Si : 0.75 %
Max. Mn : 2.00 %
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
289
Cr. : 18 to 20 %
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03
2. Each valve should be manufactured on precise CNC machine. The inner of the
valve body and the contact surface of the plug should be ground smooth and
lapped to get full metal to metal contact.
3. All the dimensions should be checked with calibrated measuring instruments and
GO - NOGO type gauges. The thread profile should be as per DIN 405 std.
4. The outer visible surface of the valve body and the plug should be mirror
polished. The male part should be an integral part of the valve body casting.
5. Each valve should be tested for a hydraulic pressure of minimum 6 bar for
minimum 3 minutes.
6. The supplier should furnish material and hydro test certificate along with the
supply of material .
BEND AND TEE
1. The bends and tees should be in accordance with the SMS standard. The
thickness of fittings made from tube section should be 1.6 mm for dia upto 63.5
mm and 2.0 mm for above 63.5 mm. The bend should be suitable for expandable
union joint.
2. The testing certificate of parent material ( i.e. pipe ) should be submitted along
with the supply of bends and tees.
3. The material composition, in case of material SS 304, should be as per following:
Max. C : 0.08 %
Max. Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20 %
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03
1. The outside surface should be polished to min. 150 grits and inside should be
pickled and shot blasted.
2. The bends should be free from wrinkles and the ''T'' should have uniform flaring
on the radius ( for bends ) should be within the acceptable / permissible limit
specified in the DIN 11852.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
290
LIST OF RECOMMENDED ITEMS ( SS VALVES & FITTINGS)
S.No Items Size(mm) FOR Site Unit
Rates
1 SS BEND W/O UNION 38
51
63.5
76
2. SS UNION COMPLETE 38
51
63.5
76
3. SS EXTENDED BEND WIHOUT UNION
500 MM LONG ONE SIDE
38
51
63.5
76
4. SS TEE WITHOUT UNIONS 38
51
63.5
76
5. SS 3 WAY COCK WITH COMPLETE
UNIONS
38
51
63.5
6. SS 2 WAY COCK WITH COMPLETE
UNIONS
38
51
63.5
7. SS INLINE STRAINER 38
51
63.5
76
8. SS NON RETURN VALVE 38
51
63.5
76
9. SS HOSE CONNECTION WITH MALE
PART
38
51
63.5
76
10. SS HOSE CONNECION WITH NUT &
LINER
38
51
63.5
76
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
291
11. HOSE CLAMPS 38
51
63.5
76
12. SS INLINE SIGHT GLASS WITH
COMPLETE UNIONS
38
51
63.5
76
13. SS PIPE CLAMPS 38
51
63.5
76
14. Pneumatic SS valves 2 way 38
51
63.5
76
15. Pneumatic SS valves 3 way change over
type angular type.
38
51
63.5
76
16. SS RED LINERS 38 X 25
51 X 38
63.5X 51
17. SS NIPPLE PIPES 80 MM X ½''
18. PLASTIC STOPPERS 38
19. FLOOR PLATES WITH 1/2 IN THREAD 38
20. SS BLANK CAPS WITH WINGS
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
292
DETAILED TECHINICAL SPECIFICATIONS AND SCOPE OF WORK FOR EFFLUENT TREATMENT PALNT
(S/I/T & C period 6 months)
1. The scope of work includes complete designing, supply, installation, testing and commissioning of effluent treatment plant, along with civil work suitable to treat effluent load of 50 Mtr Cub per day.
This should be followed by clearance / approval and Certification by Rajasthan Pollution Control Board, Jaipur. The total job is to be taken up on Turnkey basis.
2. Design Data:
The UASB process (Upflow anaerobic sludge blanket), aerobic process is to be designed on the basis of the following characteristics of raw dairy effluent as indicated below in Table 1.
Table 1 - Raw Effluent Parameters (At the inlet of Inlet Channel)
Parameter Value
Flow, m3/day 50
Ph 5 – 11
BOD, mg/l 2500 – 3000
COD, mg/l 5000 – 6000
TSS, mg/l 1000
TDS, mg/l 1500
Temperature, deg C 30 – 40
Oil & Grease, mg/l 600-700
Treated Effluent Characteristics:
The treated effluent parameters after UASB process followed by Aerobic Process shall be as indicated below in Table 2
Table 2 – Ex Aerobic Process Parameter Value
pH 6.5 – 8.5
BOD, mg/l < 30
COD, mg/l < 250
TSS, mg/l < 50
TDS, mg/l < 2100
O & G, mg/l < 10
The design selected for ETP is based on UASB process followed by aerobic process for which following minimum sizes / specifications would have to be taken into consideration.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
293
PROCESS DESIGN CONSIDERATIONS
Effluent Treatment plant is designed for the dairy plant effluent and will consist of preliminary system, primary anaerobic system followed by aerobic system.
The preliminary system includes screening, equalisation, surge and oil & grease removal. The primary anaerobic system includes buffering (acidification), neutralisation, UASB Process and biogas handling system. The aerobic system includes aeration, secondary clarification and sludge dewatering system which includes Sludge drying beds.
As pH of the raw effluent varies between 5.0 – 11.0, either alkali or acid will have to be used for neutralization during process stabilization and commissioning and the consumption of the same can be reduced gradually. The dosing tanks for dosing of alkali or acid by gravity to the buffer tank.
The treated effluent parameters Ex – Aerobic System will be guaranteed for the raw effluent parameters mentioned above in the Table 1.
PROCESS DESCRIPTION
The following section provides a brief description of the process flow diagram and the unit operations involved in the proposed treatment:
The raw effluent from the dairy plant will enter into Inlet channel, which is provided with baffles and screen to remove free floating fat and coarse material in the effluent manually. The effluent from inlet channel will enter into Equalisation Tank where any hydraulic as well as organic variations will be dampened. The equalised effluent will be then pumped Oil & Grease Trap for removal of free oil and grease. The floated free oil & grease will be removed by oil skimmer and will be disposed off. The effluent will be bypassed to Surge Tank in case of a surge. The outlet will again collected into equalisation tank for further treatment. The effluent from oil & grease trap will enter into Buffer Tank where caustic/Lime or acid will be dosed by gravity from dosing tanks if required. The effluent from buffer tank will then be pumped to the proposed UASB Reactor through a series of distribution pipes. The multiple distribution ensures a uniform flow of liquid throughout the sludge blanket making maximum use of available high bacterial population. The liquid rises to the top of UASB reactor alongwith the biogas generated and also some sludge particles. A unique three phase separator, separates out the biogas, liquid and the sludge particles. The biogas is allowed to leave through collecting domes and is carried through a gas header, sediment trap and flame arrestor to gas burner for ultimate flaring to atmosphere. The liquid overflows through the gutters and the suspended solids then separated are allowed to settle down in the sludge blanket thereby retaining valuable bacterial population (attached to the suspended solids).
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
294
The anaerobically treated effluent from UASB Reactor shall then enter by gravity into Aeration Tank. The aeration is achieved by means of submersible aerator which also help in the complete mixing of the contents of the aeration tank. The activated sludge generated from the A.T will be settled in the Settling Tank. A part of the settled activated sludge is recycled back to the aeration tank for maintaining a desired MLSS concentration, while the excess sludge is pumped on to the Sludge Drying Beds for necessary dewatering. The treated effluent from settling tank can be collected in the Treated Effluent Tank where bleaching powder / hypochlorite can be added for desired disinfection. The treated effluent can be discharged for final disposal or for the gardening purpose from the treated water tank.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
295
LIST OF CIVIL UNITS
1. Inlet Channel Length, m Width, m SWD, m Free Board, m MOC
5.0 0.5 0.5 0.3 RCC M30
1 No.
2. Equalisation cum Buffer Tank Length, m Width, m SWD, m Free Board, m MOC
4.0 3.0 3.0 0.3 RCC M30 with partition wall and pipe railing
1 No.
3. Oil & Grease Trap Length, m Width, m SWD, m Free Board, m MOC
4.0 1.5 1.0 0.15 RCC M30 with Baffles & Oil Collection Trough
1 No.
4. UASB Reactor foundation Diameter, m SWD, m Free Board, m MOC
3.25 6.0 0.3 Foundation in RCC M 30 and Drain Channel around the reactor & connecting gutter to buffer tank
1 No.
5. Aeration cum Settling Tank Length, m Width, m SWD, m Free Board, m MOC
4.25 3.00 3.00 0.50 RCC M30 with partition wall
1 No.
6. Sludge Drying Beds Side, m Total Height, m MOC
1.5 1.0 Brickwork In C.M (1:5) with Sand & Gravel Filling
2 Nos.
7. Treated Effluent Tank Length, m Width, m SWD, m Free Board, m MOC
3.00 3.00 3.00 0.30 RCC M30 with pipe railing
1 No.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
296
8. Surge Tank Length, m Width, m SWD, m Free Board, m MOC
2.5 2.5 2.5 0.3 RCC M30
1 No.
9. Other Foundations For
a. Feed Pumps b. Biogas Burner c. Filtrate Pit, V Notch Chamber d. Dosing Tanks e. Inserts required in civil structures f. Cable trenches, pipe supports
1 Lot
10. MCC / Lab Room and chemical storage room & Toilet Block
1 No.
CIVIL CONSTRUCTION SPECIFICATIONS
The scope of civil engineering works will be carried out as per proposed drawings submitted by erector & approved by Salient features are however mentioned below:- Provisions for excavation & back filling for construction of ETP is to be made by contractor and surplus excavated material shall be disposed in consultation CONCRETE MIXES : The following mixes/grades of concrete shall be used in places specified:- M-300 Grade Concrete : In reinforced concrete members in direct contact with liquid using 20mm and nominal size stone aggregates and having cement content not less than the minimum specified in IS:3370:1965. M-150 Grade concrete : In reinforced concrete members not in direct contact with liquid using 20mm and nominal size stone aggregated. 1:4:8 Concrete : In 100mm thick under various footings / foundations and RCC base slabs of structures using 40mm and down size stone aggregate. 1:3:6 Concrete : (i) In 150mm thick foundations for various masonary structures using 40mm down size stone aggregate. (ii) In 100mm thick base slabs of oxidation ditches and aerated lagoon if proposed by the erector using 40mm and down size stone aggregate. Crusher broken stone aggregate used.
NOTES ON CONCRETE CONSTRUCTIONS All concrete will be volume batched. All reinforced will be mechanically mixed and vibrated. All RCC structure will be lift straight from shutters with reasonable rendering of shuttering joint marks only. RCC structure will be suitably plastered wherever necessary. Construction joints in RCC members shall be formed in accordance with the provision of IS:3378.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
297
Reinforcement shuttering work For shuttering ply woods / steel plate shuttering as consider suitable for particular place will be provided. Design should be based on Tor Steel reinforcement basis conforming to IS:1768/1139 MASONARY WORK Stone / Brick masonary work for all walls partitions etc. shall be constructed with best quality of brick/RR stone / sand etc. in cement sand mortar mix 1:4 as per the drawings to be supplied by erector and approved by the Milk Union. FINISHING Exposed faces of R.C. walls shall be given two or more coat to give an even shade of cement paint of approved shade. 20mm thick and 12mm thick cement plasters in 1:4 cement sand mortar shall be provided at the rough faces of the brick panel walls of the pump house / blower room. However the ceiling of the roof shall be provided with / average 6mm thick cement plaster in cement sand mortar and 100mm thick water proofing be done in Brick Ballast and CM (1:3) as per specifications. DESIGN OF STRUCTURES The design of structures will be based on the following IS codes of practice unless specified by us: (i) IS-456-1964 : For plain and reinforced concrete work. (ii) IS-3370 : For structural members in part I, II, IV direct contact with liquid. (iii) Other relevant IS codes. Covers to main reinforcements shall be as per IS 56 3370 whichever is applicable. The thickness of wall foundation of machinery etc. should be structurally safe and sound and the same will have to be got approved before execution. Equipment-wise specification for civil work 1 INLET CHANEL : 1 NO.
This will be constructed with RCC M-300 and plaster on both sides. The side of screen chamber would be 5.0m x 0.5m x 0.5m, free board 0.3 mtr.
2 EQULISATION CUM BUFFER TANK : 1 NO. The construction will be RCC M-300 with partition wall with internal plaster with water proof compound. The size of tank would be 4.0m x 3.00m x 3.00m, free board 0.3 mtr with pipe railing.
3 OIL AND GREASE TRAP : 1 NO. The construction will be RCC M-300 with internal plaster with water proof compound. The size of tank would be 4.0m x 1.5m x 1.0m, free board 0.15 mtr with baffles and oil collection trough.
4 UASB REACTOR FOUNDATION : 1 NO. The foundation will be RCC M-300. The size of MS reactor tank would be dia 3.25m x depth 6.00m, free board 0.3 mtr.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
298
Foundation will be with drain channel around reactor and connecting gutter to buffer tank.
5 AERATION CUM SETTLING TANK : 1 NO. The construction will be RCC M-300 with partition wall with internal plaster with water proof compound. The size of tank would be L 4.25m x W 3.0m x D 3.00m, free board 0.5 mtr.
6 SLUDGE DRYING BEDS : 2 NOS. The construction will be Brick work in C.M. (1:5) with sand and gravel filling with internal plaster with water proof compound. The size of tank would be L 1.5m x W 1.5m x Total Height 1.00m.
7 SURGE TANK : 1 NO. The construction will be RCC M-200 with internal plaster with water proof compound. The size of tank would be L 2.5m x W 2.5 m x D 2.5m, free board 0.3 mtr.
8 TREATED EFFLUENT TANK : 1 NO. The construction will be RCC M-200 with internal plaster with water proof compound. The size of tank would be L 3.0m x W 3.0 m x D 3.0m, free board 0.3 mtr with pipe railing.
9 OTHER FOUNDATIONS : 1 LOT a. Feed Pumps b. Biogas Burner c. Filtrate Pit, V Notch Chamber d. Dosing
Tanks e. Inserts required in civil structures f. Cable trenches, pipe supports
SPECIFICATIONS FOR PIPING WORK : 1 Effluent Piping: MS B class piping. 2. Sludge Line: Suitable size MS B class piping. 4. Gas Line: Suitable size MS B class piping. 5. Water & Other Lines: Suitable size MS B class piping.
The above piping will be of reputed make, ISI marked, complete with suitable size of valves, bends, flanges, headers and other auxiliary materials. All valves will be of flanged type.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
299
LIST OF MECHANICAL, BOUGHT OUT, ELECTRICAL & INSTRUMENTATION ITEMS FOR ETP
A. UASB System, Biogas Handling System:
Sr. No. Unit Specifications Quantity
1. UASB System comprising of: UASB Reactor alongwith ladder a. Influent Header b. Bottom Distribution System c. Three Phase Settler d. Distribution Line Valves e. Baffles f. Sampling Ports g. Inspection Manhole
In MS with internal epoxy painting (Dia 3.25 m x 6.0 m SWD) In M.S of suitable size In M.S. MSEP As per Design In MS Suitable size 1 Lot.
1 Lot
2. Biogas Handling System comprising of: a. Sediment Trap b. Flame Arrestor c. Gas Burner
1 No.
B. Mechanical, Bought Outs & Instrumentation:
Sr. No.
Unit Specifications Quantity
1. Bar Screen Bar Width, mm Bar Depth, mm Cleaning Mode MOC
10.0 10.0 Manual MSEP
1 No.
2. Oil & Grease Trap Feed Pumps Flow Rate, m3/hr Head, MWC Motor Rating / Speed Type MOC
3.0 10.0 1.0 HP / 2900 RPM Horizontal Centrifugal Non Clog C.I.
2 Nos. (1+1)
3. Oil Skimmer Type
Trolley Type
1 No.
4. Dosing Tanks for Acid & Caustic Capacity, lits MOC
100.0 HDPE
2 Nos.
5. UASB Feed Pumps Flow Rate, m3/hr Head, MWC Motor Rating / Speed Type MOC
3.0 15.0 1.0 HP / 2900 RPM Horizontal Centrifugal Non Clog C.I.
2 Nos. (1+1)
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
300
6. Aerator in Aeration Tank
Rating, HP Type Air blower.,
Submersible capacity 65m3/hr, pressure 0.4 kg./cm2, 3 HP qty. 2 nos. (1W+1S) with non clog type membrane diffuser, air grid system suitable for 65m3/hr. with lifting arrangement for Aerator in Aeration Tank
1 No.
7. Sludge Recycle Pumps Flow Rate, m3/hr Head, MWC Motor Rating / Speed Type MOC
3.0 10.0 1.0 HP / 2900 RPM Horizontal Centrifugal Non Clog C.I.
2 Nos. (1+1)
8. Process Piping, Valves and Fittings within battery limits
Piping – M.S. Class B Valves – C.I Butterfly Wafer
1 Lot
9. “V” Notch for flow measurement MOC
MSEP
1 No.
10. Electricals: Starters for UASB Reactor Feed Pumps, Aerator, Sludge Recycle Pumps Associated Cabling and Earthing.
1 Lot
SPECIAL CONDITIONS FOR EFFLUENT TREATMENT PLANT 1. The make of items here in covered should be well reputed. 2. The ETP is to be treated as a turnkey project as per the lay out to be submitted
by suppliers and final drawing to be approved by Concerned Milk Union/RCDF. 3. All necessary mechanical, electrical equipments controls machinery and other
items, which may be required for the erection of the entire plant falls in the scope of supply though specifically mentioned. The plant also is guaranteed for the performance parameters.
4. All the taxes and duties are included and rates are FOR site. 5. The price is inclusive of unloading charges at site of the equipments and your
representative will unload the same safety at site. 6. Complete erection, testing and commissioning of the plant comprise of the
following: Shifting and placing of the equipments on the respective foundations. Electrical wiring of the complete plant including power and control, lubrications, testing, commissioning and handing over of the plant in satisfactory working condition after satisfactory trial runs for 15 days including capacity test.
7. The services/utilities to be made available to the erector shall be arranged upto the battery limits and it will be the erectors responsibility to tap these service / utilities from the battery point to the different places of requirement. All necessary fittings, mountings and all other items required for tapings and transmitting the services shall be supplied and installed by the erector.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
301
8. The necessary quantities of cleaning chemicals, make up lubricants etc. required for the installation, commissioning, testing and start up of all the equipments are to be supplied by erector free of cost.
9. Initially the plant will be on commissioning and will be commissioned on the flow of effluent available at point of time subject to delivery mentioned in the order. However, supplier will be required to demonstrate satisfactory performance of the plant during full flow conditions to be made available during peak season.
10. The performance guarantee period will start from the date of successful commissioning of plant.
11. The tendrer has to stabilize the plant to required parameter and will inform Milk Union/RCDF for 15 days on load trial. During trial period required chemical and lubricants to be arrange by tendrer.
12. The supply system should be under one year performance guarantee period after successful installation and commissioning.
13. The one year performance guarantee period includes deputation of one technical person for supervision of plant operation during general shift. The general maintenance will be carried out by concerned milk union in direction/supervision of deputed technical person by the party.
14. It will be the sole responsibility of the suppliers to ensure performance of the plant to give desire results of treated water as specified by the water pollution board of Rajasthan and as given in the tender. In case any changes, modifications, alterations etc. are required at the time of commissioning by Board, the same will have to be carried out by the supplier free of cost.
15. ZDUSS will reimburse any statutory fee payable for the plant on submission of receipt / vouchers etc.
16. Approval from various Agencies like RPCB/Electrical Inspectorate etc. which are connected with the ETP plants supply, installation, testing and commissioning will be obtained by the suppliers.
17. The oil and grease trap, equilisation tank, Aeration tank etc. will be RCC M-300 construction. The detailed civil drawings will be got approved by supplier prior to construction.
18. All interconnecting pipe lines will be of MS as mentioned. 19. ZDUSS will lay cables up to ETP which is to be connected therein by contractor. 20. The plant layout will be such as to facilitate expansion in future. The expansion
possibilities and directions should be down dotted in the layout. 21. Tenderer should have execute three ETP projects of similar or above capacity in
India. 22. Tenderer should furnish the details of the chemicals / power consumption per
ltrs of effluent treatment at rated capacity. 23. Tenderers should visit the site for complete analysis of work involved in the
project and S/I/C of ETP should be as per site condition (considering site ground lavels etc.)
24. The consent to establish and consent to operate is in the scope of tenderer.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
302
MAKES OF EQUIPMENTS :
Sr. No. ITEM MAKE
1. Centrifugal pumps Jyoti/Johnson / KSB / Kirloskar
2. Motors Bharat Bijlee / kriloskar / ABB / Siemens Crompton
3. Air blowers Kay / Usha / Everest / Eq.
4. Flow meters / Instruments E&H / Emerson / Eq.
5. Level Probes / switches Pune Techtrol / SBEM / E&H / P&F/ Waree
6. Electrical switchgear L&T / Siemens
7. Cables Gloster / CCI / Nicco/ Finolex/Havells
8. Pressure gauges Fiebig / Forbes / H Guru / Waree / Wika
9. Structural steel SAIL / TISCO / Jindal
10. MS / GI pipes Tata / Jindal
11. HDPE Pipes Finolex / Godavari / Supreme / Dutron
12. DAF Krofta / DAFTECH / Dew /Ionex
13. Decanter Centrifuge Humboldt Wedag / Alfa Laval / Eq.
14. PSF / ACF Thermax / Water Treatment / Ionex
15. PVRV Fainger / Eq.
16. Limit Switch Jayashree / Sirnens /Honeywell/L&T
17. Aerator, Clarifier, Agitator - Gear Box
Redicon/Elecon / Greeves
18. Dosing Pumps Milton Roy / ProMinent / Eq.
19. PH Meter E&H/Emerson/HACH
20. Diffuser Rehau/OTT/Eq.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
303
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
304
LIST OF EQUIPMENT Sl.
No.
Item Description Capacity Quantit
y
Units
1 2 3 4 5
1. Milk Reception
1.1 Electric Weighing Scale with bowl 500 Kg., & dock automation * As per T.S. 1 SET
1.2 Chain Can Conveyor with can tipping bar (powered ) * As per T.S. 1 set
1.3 Dump Tanks -
1000 Kg. x 2 (for good milk & sour milk)
* As per T.S. 2 Nos.
1.4 S.S. can Scrubber * As per T.S. 2 Nos.
1.5 Can drip saver * As per T.S. 1 No.
1.6 Platform balance 100 Kg. Suitable 1 Set
1.7 Milk Pumps 10,000 LPD / 3.5 HP 30 Mtrs. Head 10 KLPH 4 Nos.
1.8 SS Balance tank 200 Ltrs. 8 Nos.
2 Process Section
2.1 Milk Chillers 10,000LPH * As per T.S. 1 Set
2.2 Milk Pasteurizer 5,000 LPH expandable to 10000 LPH * As per T.S. 1 Set
2.3 Milk Separator 5,000 LPH * As per T.S. 1 Set
2.4 Raw Milk Storage Tanks (HMST) 15 KL * As per T.S. 2 Nos.
2.5 Pasteurised Milk Storage Tanks (HMST) 15 KL * As per T.S. 2 Nos.
2.6 Cream Ripening Tanks 5 KL * As per T.S. 1 No.
2.7 Butter Churn 2 KLPH * As per T.S. 1 No.
2.8 Milk Pumps 10,000 LPH (3.5 HP) 30 Mtrs. Head 10000 LPH 1 Lot
2.9 Ghee Kettle 1000 L. * As per T.S. 1 set
2.10 Ghee Settling Tank 1000 L * As per T.S. 1 No.
2.11 Butter melting Vat 1000 L * As per T.S. 1 No.
2.12 Ghee & Butter Oil pumps 1000 ltr. per hr. Suitable 1 Lot
2.13 Ghee Clarifier 1 KLPH * As per T.S. 1 Set
2.14 Ghee storage tank Cap. 2.5 Ltrs. * As per T.S. 1 Set
2.15 Sour Milk Separator * As per T.S. 1 Set
2.16 Butter Trolley cap. 600 Kg. * As per T.S. 2 No.
2.17 Ghee pouch filling machine cap. 1500 * As per T.S. 1 Set
3 Liquid Milk Packing
3.1 Form fill and Seal Machine (Mechanical) * As per T.S. 1 Set
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
305
3.2 Crate Conveyors Rollers * As per T.S. 1 Set
3.3 Plastic Crates Suitable 2000 Nos.
3.4 Leackage Pouch Tank with stainer cap. 500 ltrs. * As per T.S. 1 Set
3.5 Manual operated jet type crate washer. Suitable As per
T.S.
1 Set
4. Services
4.1 Complete Refrigeration Plant with Ice Bank system with suitable IBTs,
Ammonia Compressors, Condensers, Condenser Pumps, etc.
* As per T.S. 1 Lot
4.2 Cold store of 7Mtr* 7Mtr. size with AHUs, insulation, doors, air
curtains, safety devices etc.
* As per T.S. 1 Lot
4.3 Boiler 1000 Kg./ hour - with chimney * As per T.S. 1 Set
4.4 F.O. Service Tank cap. 825 Ltrs., Boiler feed water tank Cap.2000 ltr
with structure
* As per T.S. 1 Set
4.5 F.O. tanks of 35 KL capacity, F.O. Loading & Unloading system with
oil pumps, oil service line, with heating arrangement etc.
* As per T.S. 1 Lot
4.6 Water softening plant with accessories 100000 ltrs. per day * As per T.S. 1 Set
4.7 Air Compressor (Screw) * As per T.S. 1 Set
5. Electricals
5.1 Complete electrical work consisting of HT & LT switch geares,
panels for 11 KVA 3 phase 50 Hz. AC Supply consisting of
following. HT switch / VCB, LT panel, Electric panels for
(Refrigeration section, process section, ghee section, Boiler
section, External lighting, Internal lighting, ETP, Pump House etc.
315 KVA Transformer with accessories, Automatic power factor
control panel with capacitor bank, HT/LT cables, control panels,
cables various size etc.
* As per T.S. 1 Lot
6. General
6.1 D.G. Set 160 KVA * As per T.S. 1 Lot
6.2 Erection & commissioning of equipment alongwith allied pipe
lines i.e. (SS pipe line, GI pipe line, MS pipe lines with required
valves & fittings, MS Pipe line HP / LP with insulation and steam
valves)
* As per T.S. 1 Lot
6.3 Effluent treatment plant Suitable 1 Lot
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
306
Sub-Section 7
BATTERY LIMIT
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
307
BATTERY LIMITS
Supplier will be responsible to undertake all the works involved in completing the
project within the battery limits prescribed below
The battery limits for the dairy project are as follows:
Raw Milk Raw Milk with required quality, quantity shall be made available at the inlet of the tanker
unloading hose of the evaporation plant. Pasteurized milk reception and storage assembly is in
scope of bidder.
Raw Water, Soft Water The purchaser shall provide raw water, soft water at one point outside the dairy project building.
The bidder shall be responsible for the distribution of the water to all points of consumption,
within the dairy plant.
Condensate The bidder shall be responsible for separate collection of the condensate from the plant,
collected condensate shall be transferred to feed water tank in boiler house.
LT Power Milk Union to provide three phases LT power (four wire) at one point within plant premises,
bidder will arrange the extension of same up to work site.
Temporary Site Office and Store The bidder shall be responsible for the construction of the temporary site office and store.
Civil The purchaser shall be responsible for Civil works. However, the bidder shall provide for the
supply of foundation bolts along with template / sub- base, mirror, motor slide rails etc. for
erection and alignment of the equipment.
Raw Material Packing Material and Consumable.
Purchaser shall provide raw material, consumable, CIP detergent or milk etc. As required for
trail run commissioning and performance demonstration etc.
Effluent
The supply, installation and commissioning of suitable ETP plant is in the scope of bidder. The
effluent shall be treated as per CPCB norms.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
308
Sub -Section 8
Deviations from Technical Requirement
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
309
DEVIATION FROM TECHNICAL REQUIREMENT
8.1 This tender document provides guidelines for the processes and equipment to be
used in tender package and the "basis of design" and the "standards and
specifications", define the qualitative parameters against which equipment will
be required to perform.
8.2 It is incumbent on bidder to provide a fully detailed list of equipment and
services, which they intend to provide a fully execute the contract inline with the
tender document.
8.3 At various points in the tender the purchaser has stated that alternative processes
or alternative equipment will be considered. The bidder as part of the bid
document shall provide the fully detailed list of such alternatives, together with a
consider rationale for employing such alternatives.
8.4 Items, which deviate from the tender proposal, shall be as per design
specification of the bidder and shall be treated as a deviation from the text of this
tender document. Deviated item should fulfill the minimum performance
parameters as specified in the tender.
8.5 This tender does not allow bidders to make exclusions from any part of tender
packages for which they bid, and an incomplete list of equipment or an
incomplete schedule of services to be provided would be considered as a non-
responsive bid.
Remarks : Technical deviation statement of Annexure ‘V’
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
310
Sub Section 9
Drawing, Data and Documents
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
311
Drawings enclosed with the tender.
1. Tenderer should submit the proposed plant and machinery, equipment, layout as per
building layout plan of Khetri Plant.
2. Tenderer should submit the proposed pipe-line (steam, hard water, soft water,
condensate recovery, milk circuit etc. layout as per building layout plan of Khetri Plant.
3. Tenderer should submit fabrication drawing of equipment for approval from RCDF,
before start of fabrication.
4. Tenderer should submit foundation drawing of supplied equipment of Khetri Plant.
for approval from RCDF, before installation and commissioning of machinery.
5. Tenderer should submit electrical panel drawing, cable route drawing, electrical panel
layout drawing etc. For approval from RCDF, before start of installation and
commission of electrical cable, laying of cables etc.
6. Tenderer should submit the ETP drawing for approval from RCDF, before start of ETP
plant work.
7. Tenderer should submit the Refrigeration plant layout, fabrication drawing of IBT, PI
diagram defining dia of pipe line valves, controls, liquid flow, milk cold store layout
etc. for approval from RCDF, before start of fabrication of Refrigeration plant.
Kindly find enclosed herewith master plan of site and ground floor plan of Dairy Plant, Khetri.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
312
Sub Section 10
Bidders Meetings
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
313
13.0 BIDDERS MEETINGS
13.1.1 This will be general meeting at which all purchasers of the tender document
may attend.
13.2 Bidders may also request technical discussions with the Dairy / clients project
team before the tender closing date. Subjects for discussion at the technical
meeting may include:
Project management
Technical clarifications
Scope of supply
Concept of the design
Processes
Equipment designs
Equipment suppliers
Automation
Plant management
Quality control
Existing equipment to be utilized in the job
Battery limits
Acceptable alternatives
This will be the only opportunity for bidders to discuss the project in detail with
Dairy before the commercial bid opening, and all technical matters should be
resolved at meetings.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
314
RECOMMENDED MAKES OF MAJOR EQUIPMENT / BOUGHT OUT ITEMS
Sr
N
Description of Item Name of tenderer
1. Plate Heat Exchangers i.e. Milk Chiller,
Milk/Cream Pasteuriser,
HMT/GEA Ecoflex/Tetrapak/D-Laval/Alfa Laval/
IDMC/Dover India (Tranter)/Westfalia
2. Milk / Cream Separator Tetrapak/Alfa Laval/ Westfalia
3. SS fabricated items Milk Silo / HMST
Ghee Kettal / Weigh Bowel / Butter
Melting Wet / Paneer Press / CIP
System / Butter Trolley / Butter Ghee
Storage Tank / Ghee Settling Churn
Cream Tank
HMT/GEA Process Engineering (India) Ltd./Tetrapak/D-
Laval/Alfa Laval/ IDMC/ Westfalia/Swastik
Enterprises/Food & biotech/L&T/ SS Engineering
4. Automatic Form Fill & Ceiling machine
for milk
Nichrome/RMC/Samarpan
5. Automatic Form Fill & Ceiling machine
for ghee
Nichrome/RMC/Samarpan/Paper Products/Tetra pak
6. Oil Fired Boilers with accessories Forbes Marshal/Thermax
7. Water Softening Plant Forbes Marshal/Thermax/Ion Exchange
8. Refrigeration plant and allied item like
cold store, IBT etc.
Kirloskar/Frick India/GEA/Servotech
9. Reciprocating Ammoia compressor Kirloskar/Frick India
10. SS valves and fittings Swastika/IDMC/Sri Pumps & Fittings/Kspar
11. Curd Cup / Shrikkhad Cup Filling &
Ceiling machine
Space Electricals/RMC/Samarpan/Nichrome
12. Desil Generator Set Kirloskar/Cummins/Greaves/Mahendra & Mahindra/Eicher
13. Continuous Butter making machine HMT/GEA Process Engineer (India) Ltd./Tetrapak/ IDMC
14. Automation Rockwell Automation/Tata Honeywell/ Emersion/ IIM/
Siemens
15. Dock Automation REIL
16. Electronic Weigh Bridge Avery India/Mettler
17. Ghee Clarifier Tetra Pak/Penwalt/Alfa Lavel/Westfalia
18. Can scrubbers Chaddha Sales/Swastik/IDMC/Anand Dairy
machinery/BAAF/D-Mech/RPM Engineers
19. SS Pipes Apex Tubes/Bhandhari Foils & Tubes/Ratnaani/ Nika
Tubes/Heavy Metals
20. Air compressor Elgi/Ingersol Rand
21. SS Pumps IDMC/Swastik/Sri Pumps/HMT/Alfa Laval/Tetra
pak/Filtron/Fristam/Zeutec
22. Centrifugal fans ABB / FLAKT WOODS /AEROTECH / DUVENT/
ENGICON / RITZ / TLT / NADI / AIR CONTROL
23. Starter L&T/ ABB /SIEMENS / ALLEN BRADLEY / DANFOSS
24. Programmable Protection Relay MINILEC
25. Temperature / Pressure Transmitter E&H / ROSEMOUNT
26. RTD RADIX /PYROELETRIC / ALTOP / GIC / TOSHNIWAL
27. PID Controller YOKAGAVA / CHINO / FOXBORO / TATA
HONEYWELL/SIEMENS / ROSEMOUNT
28. Level Switch (float type for liquid &
vibrating fork type for powder)
E&H / ROSEMOUNT / P&F / HONEYWELL / TECHROL /
SB ELECTRONICS
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
315
29. Vortex / Magnetic Steam Flow meter FORBES MARSHALL / E&H / ROSEMOUNT /
YOKAGAWA / MANAS MICROSYSTEMS
30. Process Control Valve FORBS MARSHALL /SAMSON / ROSEMOUNT
31. Butterfly Valve SAMSON /DANFOSS / DEMBLA / AVCON / TOSHBRO /
FISHER XOMOX / MASONEILAN/AUDCO/CASTLE
32. Temperature sensors / digital indicator/
controller / recorder
YOKOGAWA / CHINO / TATA HONEYWELL / RADIX /
PYROTECH
33. Energy Monitor L&T / SIEMENS / ABB / ALLEN BRADLEY
34. Voltage / Current / Energy /
Power/factor Transducer
RISHABH / ENERCON
35. Printer HP/Canon
36. Automation System IIM / SIEMENS / ROCKWELL/ TATA HONEYWELL/
INVENSYS / EMERSION/ MELSS / TECHNOWEIGH
37. Electric Motors ABB / KIRLOSKAR / BHARAT BIJLEE / SIEMENS /
NGEF / CROMPTON GREAVES
38. Air Circuit Breaker L&T / SIEMENS / ABB / SCHNEIDER
39. MCCB, MPCB L&T / MDS-LEGRAND / SIEMENS / ABB / MERLIN
GERIN / GE / CROMPTON GREAVES
40. Contactors L&T / SIEMENS / ABB / SCHNEIDER
41. Starter, Overload Relays L&T / SIEMENS / ABB / SCHNEIDER
42. Timers (Electronic) L&T / SIEMENS / BCH / GE
43. Fuse Switch Units L&T / SIEMENS / ABB / SCHNEIDER / C&S/ GE
44. MCBs L&T-HAGER /SIEMENS/ MDS-LEGRAND / GE
45. Push Buttons TEKNIC / ESBEE / SIEMENS / GE / VAISHNO /
46. Indicating Lamps L&T / SIEMENS / VAISHNO / TEKNIC / BINAY
47. Digital Ammeter & Voltmeter L&T /ANERCON / HPL SOCOMEC / MECO
48. Analog Ammeter & Voltmeter RISHABH / IMP / MECO / AE
49. Digital Energy Meter L&T / ENERCON / HPL SOCOMEC / CADEL / AE
50. Analog Energy Meter GEC / UNIVERSAL / HAVE / JAIPUR
51. Power Factor Meter RISHABH / IMP / MECO / AE
52. Current Transformer KAPPA / MECO / AE / IMP / INDCOIL
53. LT Power Cables FINOLEX / FORT GLOSTER / CCI / INCAB / HAVELS
54. LT Copper Control Cables FINOLEX / FORT GLOSTER /CCI / RPG ASIAN / RR
KABELS (UNILAY) / LAPP KABEL/ HAVELS
55. Signal & Instrument cable POLYCAB / LAPP KABEL / THERMOPAD
56. Power Capacitors EPCOS / MOMAYA / MEHER / KHATAU JANKAR /
SIEMENS / UNISTAR
57. APFC Relay L&T / BELUKE / EPCOS / PHASITRON / MECO
58. Cable Tray INDIANA / MEK / SUNRISE / SUPER / PILCO
59. Isolating Switches L&T / SIEMENS / ABB / SCHNEIDER / C&S
60. HRC fuses L&T / SIEMENS / EE / C&S
61. IP 55 boxes for motor isolators, push
buttons, junction boxes etc.
HENSEL / HANSU
62. Terminal Blocks WAGO / LAPP INDIA / CONNECT WELL / ELMEX
63. Selector Switch L&T / KAYCEE / SALZER /
64. Cable Glands COMET / EX-PROTECTA / DOWELS / LAPP KABEL /
BRACKO
65. Programmable Protection Relay MINILEC
66. Servo Voltage Stabilizer SUVIK / APLAB / NEEL / KRYKARD
67. MS Pipes TATA / JINDAL / KALYANI / MST / ISMT
68. LP Steam / condensate Valves AUDCO / LEADER / BDK
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
316
69. Steam relief valve, traps & strainers SPIRAX / SAMSON / THERMAX
70. Expansion bend for steam line JN MARSHALL / MAZDA
71. Steam Pressure Reducing Valve SPIRAX
72. Air Compressor (Reciprocating) INGERSOLL RAND / ELGI / KIRLOSKAR
73. Cables Gloster/ Nicco/ Finolex /Universal / Cci /Rpg Havells/
74. Capacitors Mehir / Unistar
75. Energy meter L&T / Siemens / Enercon
76. Hoist Indef / Consolidated Hoist/
77. Level switch E&H / P&F / Waree
78. Milk / CIP Hoses Gayatri / Saint Gobain/ Pearl/ Sainath
79. Milk / CIP Pumps Fristum / Alfa Laval / GEA / IDMC
80. Motors ABB / Siemens / Crompton Greaves / Kirloskar
81. PRS JNM
82. Steam Flowmeter E&H / Rosemount / Yokagawa / Krone Marshall
83. Water pumps Grundfoss / Becon / Kirloskar / Jyoti
Note:- Bidder may supply Equivalent make subject to purchaser approval.
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
317
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
318
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
319
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
320