tender document for establishment, operation &...

110
TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & MAINTENANCE OF MODERN ABATTOIR ON TURNKEY BASIS BY MUNICIPAL CORPORATION GURGAON AT GURGAON, HARYANA Capacity: Goat/ Sheep (Halal) = 2000 Animals/ Day Goat/ Sheep (Jhatka) = 2000 Animals/ Day Poultry Processing Plant = 24000 Birds/Day MUNICIPAL CORPORATION GURGAON, HARYANA

Upload: others

Post on 12-Jul-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

TENDER DOCUMENT

FOR

ESTABLISHMENT,

OPERATION & MAINTENANCE

OF

MODERN ABATTOIR

ON TURNKEY BASIS

BY

MUNICIPAL CORPORATION GURGAON

AT

GURGAON, HARYANA

Capacity:

Goat/ Sheep (Halal) = 2000 Animals/ Day

Goat/ Sheep (Jhatka) = 2000 Animals/ Day

Poultry Processing Plant = 24000 Birds/Day

MUNICIPAL CORPORATION

GURGAON, HARYANA

Page 2: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

2

CONTENT LIST

Sr.

No.

Description Page #

1. Invitation to Bid 5 – 18

2. Instruction to Bidders 19 – 38

3. SECTION I - A : Mechanical Installation 39

Part I Plant & Machinery for Goat/Sheep (Halal) Abattoir Capacity 2000/ day

40 – 42

Part II Plant & Machinery for Goat/Sheep (Jhatka) Abattoir Capacity 2000/ day

43 – 45

Part III Plant & Machinery for Poultry Processing Plant Capacity 24000 Birds/day

46 – 56

Part IV Plant and Machinery for Rendering Plant 57

Part V Common Hot Water Generator/ Boiler, including Hydro-pneumatic Pumps and Piping for all the sections.

58 – 61

Part VI Common Cold Water Supply, Hydro-pneumatic Pumps and Piping for all the sections.

62 – 65

Part VII Common Compressor with pipe line 66 – 67

Part VIII Personnel Hygiene Equipments for all the sections 68

Part IX Refrigerated Vans for all the sections. 69

Part X Model Meat Retail shop 70 – 71

2. SECTION I-B: Electrical installation 72

Part I LT Panels and Distribution Boards

73

Part II Power and Control Cables

Part III Safety Equipment

Part IV Earthing

Part V Lighting Protection

Part VI Light Point Wiring

Part VII External Lighting

Part VIII Light Fittings

Part IX DG Sets with A.M.F Panel and Synchronization

Part X Electrical work for Plant & Machinery

Page 3: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

3

3. SECTION I-C: CIVIL WORKS 74

Part I Slaughter Hall Buildings

75 – 77

Part II Livestock market

Part III Lairage Buildings

Part IV Guard Room/Pump House.

Part V Gate work

Part VI One Common overhead water tank

4. SECTION I-D: COMMON & MISC. SERVICES 78

Part I – Civil

4.1 Site Preparation

79 – 81

4.2 Construction of Dunk Pit.

4.3 Interconnections of external drains with chambers

4.4 Pipe line for storm water drainage with chambers

4.5 Pipe line for sewer with manholes

4.6 Pipe line connection from all buildings to ETP with chambers

4.7 Construction of Mullin columns

4.8 Construction of internal RCC road work

4.9 Barbered wiring

4.10 Boundary wall

4.11 Greenery

4.12 Construction of Electric Sub Station Room

4.13 Land Filling

4.14 Cleaning of site and disposal of Malwa

4.15 Cutting of rocks and disposal

Part II- Mechanical

82 External Services

Part III- Telephone Intercom Systems

5. SECTION I-E: EFFLUENT TREATMENT PLANT 83 – 84

Page 4: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

4

6. SECTION I-F: Miscellaneous work

85 – 86 6.1 Main electric sub-station, 6.2 Fire Fighting Systems

6.3 Laboratory Equipments 7. SECTION I-G: Concept Drawings 87 – 88

8. SECTION II: Formats 89

8.1 Bid Security Format 90 – 91

8.2 Contract Form 92 – 93

8.3 Performa of Bank Guarantee for Performance Security 94 – 95

8.4 Performa of Bank Guarantee for Advance Payment. 96

8.5 Qualification Application 97

8.6 Price Schedule 98 – 105

8.7 Deviation Statement Form A & B 106 – 107

8.8 Eligibility & Qualification for the Bidders 108

Page 5: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

5

Invitation to Bid

Page 6: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

6

INVITATION TO BID DATE : ……. …..

No: …………….. Online bids are hereby invited on behalf of Commissioner, Municipal Corporation Gurgaon (MCG) for the works mentioned below:- Name of work:- Establishment and maintenance of modern abattoir on turnkey basis in

Sector-37, Gurgaon, Haryana App. Cost Rs.50.00 crores

Sr. No.

of work

Estimated

cost Rs.in

Cr.

Earnest

Money in

Rs.

Tender

document

Fee

During date & time

Downloading of

Tender

document

Online Bid

preparation

and hash

submission

1 Rs.50 Crores Rs.50.00lakhs Rs.10000/- 20-07-2015 20:00 Hrs.

20-07-2015 20:00 Hrs.

1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of Haryana

and Ministry of Food Processing Industries, Govt. of India.

Municipal Corporation Gurgaon invites online Bids from eligible Bidders, experts/experienced for detailed designing for all civil, electrical and mechanical components; supply, installation, testing and commissioning of all Indian and Imported items for Modern Abattoir facility for Goat / Sheep (Halal & Jhatka), Poultry Processing Plant, Rendering Plant, Effluent Treatment Plant, Utility Services Block, Common Hot Water Generator/ Boiler, Common Cold and Hot Water Supply,

Hydro-pneumatic Pumps and Piping, Personal Hygiene Equipments, Ref. Vans etc.

complete with all services, cabling, Earthing, LT Panelling, Lighting, DG Sets, Synchronisation of D.G. Sets, electrical work for Plant & Machinery including all related Civil Construction work, Electrical work and pipe line for connecting the waste water generated from different buildings to Effluent Treatment Plant, construction of two separate lairage facilities, Common Live stock market, Guard room/ Pump house, Gate work, common Overhead Water Tank, boring for entire complex and other common & Miscellaneous work etc. on Turnkey basis for the proposed slaughter house at Gurgaon, Haryana including its Operation, Maintenance and Management for a period of 5 years (i.e. first year for free maintenance under warranty and 4 years on cost basis) from the date of Completion and Successful Commissioning of the Plant.

Capacity: :

Goat/Sheep (Halal) : 2000/day

Goat/Sheep (Jhatka) : 2000/day

Poultry Processing Plant : 24000 Birds/day

Location and area : The proposed Slaughterhouse is located at Sector – 37, Gurgaon, Haryana

Completion time : 18 months

Address for communication : Office of Executive Engineer-V, Municipal Corporation Gurgaon,

Page 7: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

7

Sector 34, GTPL Building Info city, Gurgaon, Haryana

Mobile no : 09467737357, 9717386662

E-mail : [email protected]

Owner : Municipal Corporation Gurgaon, Haryana

2.0 Interested Bidders may obtain further information and inspect the Bid Document in the office of the Executive Engineer-V, Municipal Corporation Gurgaon, Haryana

3.0 A complete set of Bid Document may be purchased on line by any interested Bidder upon payment of a non-refundable price/fee. The Bidders who purchase the Bid Document in their name are only eligible for submission of Bid.

4.0 Tender documents can be seen on website: http://mcg.gov.in and downloaded online from the Portal: http://mcg.etenders.in by the Firms / Individual registered on the Portal.

5.0 As the Bids are to be submitted online and are required to be encrypted and digitally signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For obtaining Digital Certificate, the Bidders should follow point No. 3 under "Annexure-A - Conditions of e-tendering".

6.0 Detailed terms and conditions as well as the technical specifications for all the items of works as indicated in the invitation to bid are contained in the Bid Document.

7.0 Eligibility Criteria

a) Bidder should have experience of successfully executing projects on turnkey basis in India for establishment of modern sheep/goat/poultry slaughterhouse for Municipal Corporation/ Local Self Govt. on turn-key basis. Bidder should have completed at-least one project on single responsibility basis for supply, installation & commissioning of Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work on turnkey

basis in India.

Alternatively: b) Who have collaboration /exclusive agreement with reputed foreign Slaughter

House Equipments manufactures, who are either the suppliers manufacturers / of Abattoir equipment and have successfully designed and executed at-least one project for sheep/goat/poultry Slaughterhouse projects in India for Municipal Corporation/ Local Self Govt. on turn-key basis for supply, installation & commissioning of Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work in India.

Alternatively: c) Bid submitted by a joint venture of two or more firms, as partners shall comply

with the following requirements;

i) Bidder (Joint Venture) should have experience of successfully executing at least one projects in India for establishment of modern slaughterhouse for Municipal Corporation/ Local Self Govt. on turn-key basis. Bidder (Joint Venture) should have completed projects for supply, installation & commissioning Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work on turnkey basis in India: -

Page 8: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

8

No New Joint Venture will be considered in this option. Only joint venture company which has above experience will only be considered.

ii) The Bid,(Joint Venture) must include a copy of the agreement signed all partners so as to be legally binding on all of them.

iii) One of the partners shall be nominated as being in charge; and this authorisation shall be evidenced by submitting a power of attorney signed by legally authorised signatories of all the partners;

iv) The partner in-charge shall be authorised to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the Contract including payment shall be done exclusively with the partner in-charge;

v) All the partners of the joint venture shall be liable jointly and severally for the execution of the Contract statement to this effect, which shall be included in the authorisation mentioned under (ii) above as well as in the form of bid and the form of agreement;

vi) Experience, resources, men and machinery of each party to the joint venture, will be taken into only to the extent of their participation for performing tasks under the joint venture agreement.

8.0- Bidding Process will comprise of three stages i.e. EMD, Tender Purchase fee &

Eligibility and Qualification of section II, Technical Bid & Financial Bid.

Bidders are required to upload the following documents:

i) EMD & Tender Purchase fee. i) Copy of Earnest Money Deposit (Bid security) i.e. scanned copy D.D./Bank

Guarantee (as per Form No. 8.1) will be uploaded and Original Copy will be submitted at office of the Executive Engineer-V, Municipal Corporation Gurgaon Sector 34, GTPL Building Info city, Gurgaon, Haryana on …../06/2015 before 12:00 AM on the Technical Bid opening date..

ii) Original Demand Draft/Receipt of Payment made through RTGS/ Net banking, Credit card for purchase of tender document will also be submitted at office of

the Executive Engineer-V, Municipal Corporation Gurgaon Sector 34, GTPL Building Info city, Gurgaon, Haryana on 20/07/2015 before 17:00 alongwith.

iii) Eligibility and Qualification of Section II (Form 8.8).

ii) Technical Bid

i) Certified copies of valid 'PAN CARD' and photographs of the individuals, owners, Karta of Hindu undivided Family, firms, private limited companies, partners of partnership firms and at least two Directors, if number of Directors are more than two in case of Private Limited Companies, as the case may be. However, in case of Public Limited companies, Semi Government Undertakings, Government Undertakings, no 'PAN CARD' will be insisted.

Last 10 years summary of Profit & Loss Statements Certified by C.A., IT returns Submission acknowledgements, Copy of VAT registration, Copy of Service Tax registration.

ii) Signed copy of the Minutes of conference or the addendum/corrigendum, if any. iii) Copy of Memorandum and Articles of Association, if the Applicant is a body

corporate, and if a partnership then a copy of latest partnership deed.

Page 9: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

9

iv) Valid Registration Certificate for Applicants who are registered with MCG. v) Original documents defining the constitution or legal status, place of

registration and principal place of business of the company or firm or partnership or if a joint venture, of each party thereto constituting the Bidder.

vi) Power of Attorney or a true copy thereof in case an authorised representative

has signed the Bid.

vii) Qualification application deviation statement FORM A & B as per format 8.5 & 8.7, if applicable of Section II for the bidders along with necessary supporting documents.

viii) Original Tender document duly signed and stamped by the authorised signatory along-with Copy of the payment proof towards purchase of Tender

documents through RTGS/ Demand Draft/Net banking/Credit card will be

uploaded.

ix) Bidders are required to submit necessary documents to prove their eligibility along with their Bid. Failure to do so may lead to rejection of their Bid. The Commissioner, Municipal Corporation Gurgaon reserves the right either to obtain or not to obtain any document(s)/clarification(s) in the matter after opening of Bids.

iii) Financial Bid

Price Schedule as per format 8.6 of Section II complete with

� I) Name of the work.

� II) Operation and maintenance of the plant for 5 Years

� Annexure A , B , C , D, E ,& F

9.0 Even though applications meet the above criteria, they are subjects to be disqualified

if they have: - Made untrue or false representations in the forms, statements and attachments submitted in proof of the qualification requirements and /or record of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion or financial failures etc.

10.0 The Bid shall remain valid for a period of 90 days from the date of Bid opening as mentioned above.

11.0 The Bid Security (Earnest Money) accompanying the Bid shall be valid for 30 days beyond the Bid validity period for all the Bidders.

12.0 The Commissioner, Municipal Corporation Gurgaon at his sole discretion and without assigning any reason thereof reserves the right to accept and/or reject any or all Bids. Commissioner, Municipal Corporation Gurgaon also does not bind himself to accept the lowest Bid. Commissioner, Municipal Corporation Gurgaon also reserves the right to award the entire or part work to any one or one or more contractors at its sole discretion without assigning any reasons thereof.

13.0. Key Dates

Sr. No.

MCG Stage Contractor Stage Start Date and Time

Expiry Date and Time

1 Release of Tender document

01-07-2015 10:00 Hrs.

02-07-2015 14:00 Hrs.

Page 10: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

10

2 Pre bid meeting Participation in Pre-Bid meeting

02-07-2015 09:00 Hrs.

20-07-2015 20:00 Hrs.

3 -

Downloading of Bid Documents

alongwith Tender fees

02-07-2015 09:00 Hrs.

20-07-2015 20:00 Hrs.

4 -

Online Bid Preparation & Hash

Submission

02-07-2015 09:00 Hrs.

20-07-2015 20:00 Hrs.

5 Technical & Financial Lock

- 21-07-2015 09:00 Hrs.

22-07-2015 15:00 Hrs.

6

- Re-Encryption of

Online Bids 22-07-2015 15:01 Hrs.

23-07-2015 20:00 Hrs.

7 Open EMD & Technical/PQ Bid

- 24-07-2015 09:00 Hrs.

25-07-2015 20:00 Hrs.

8 Eligibility Criteria evaluation

- 24-07-2015 09:00 Hrs.

25-07-2015 20:00 Hrs.

9 Open Financial/Price-Bid

- 24-07-2015 09:00 Hrs.

25-07-2015 20:00 Hrs.

14. The Bidders can download the tender documents from the Portal: http://mcg.etenders.in. Tender Documents Fees has to be paid online through payment gateway during the "Downloading of Tender Document & Payment of Tender Document fees" stage and Earnest Money Deposit has to be submitted through Demand Draft in the name of Commissioner, Municipal Corporation Gurgaon. The particulars are to be given online at the e-tendering website of the department:-

a) Name of a/c holder from whose a/c payment for earnest money has been made by the agency.

b) A/C No.

c) Name of the Bank

d) Transaction ID

e) Date of time of transaction

f) Mode of payment through RTGS, Demand Draft, Net banking, Credit card etc.

g) Amount of Payment

Willing Contractors shall have to pay the Tender Document Fees through payment gateway during the "Downloading of Tender Document & Payment of Tender Document fees" stage. However, as the details of the EMD are required to be filled at the time of Bid Preparation and Hash Submission stage, the Bidders are required to keep the EMD details ready beforehand.

15. The tender shall be submitted by the bidder in the following three separate envelops online:

1. Earnest Money & Tender document fee - Envelope ‘ED’

2. N.I.T. and Technical Bid - Envelope ‘TI’

3. Price Bid/Commercial Bid - Envelope ‘CI’

Note:- Online Bidders shall submit the EMD, Tender document fee through RTGS/Net

Banking/ Credit card. Documents in support of eligibility criteria shall also be

Page 11: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

11

submitted in Envelope 'ED'. Price Bid(s)/Commercial Bid(s) are to be

submitted mandatory online and shall not be accepted in any physical form.

Reference of the EMD is to be mentioned online.

The envelopes ‘ED’ & ‘TI’ shall be kept in a big outer envelope, which shall also be sealed. In the first instance, the Envelop – ‘ED’ of all the Bidders containing the Earnest Money & tender document fee and documents supporting eligibility criteria shall be opened online. If the Earnest Money & tender document fee and eligibility of bidder is found proper, the Envelop ‘TI’ containing Technical Bid shall be opened in the presence of such bidders who either themselves or through their representatives choose to be present. The Technical and Price Bid/Commercial Bid shall be opened only if the bidders meet the eligibility criteria as per the Bid document.

The bidder will submit the necessary documents as under.

Envelope ‘ED’ - Earnest Money Deposit, tender document fee and eligibility

criteria Envelop

Online EMD Envelope-Reference details of the Earnest Money Deposit, tender document fee instrument and scanned copy of documents supporting eligibility criteria.

Envelope ‘TI’ - Technical Bid Envelope

Online Technical Envelope - All the information and scanned copies of the Documents / Certificates as required to be submitted as per the Tender. Also, all such documents, if any, that cannot be submitted online i.e. all the Information and Documents / Certificates as required to be submitted in physical technical envelope as per the Tender.

Envelope ‘CI’ - Price Bid/Commercial Bid Envelope

To be submitted mandatory online- “Information related to Price Bid/Commercial Bid of the Tender”. The Envelopes ‘ED’ & ‘TI’ shall be placed in another envelop of bigger size clearly marking the name of agency & name of work. In case, the Bidders have submitted all the information and documents/ certificates required as a part of Technical Bid online, physical Envelope ‘TI’ shall be submitted clearly marking ‘Blank’.

The bidder can submit their tender documents as per the dates mentioned in the schedule above.

CONDITONS:- (1) Application for tender documents must accompany with an attested copy of registration

certificate of the contractor at the time of submission of tender.

(2) Tender of societies shall be accepted on production of resolution duly attested by the registrar of society or authorized per son.

(3) The execution of entire work shall be monitored by a citizen supervisory committee comprising persons who are stake holder in the work. The contractor shall be bound to keep the committee apprised of various important phases of the work right from the beginning till the end. The contractor shall also give due consideration to the suggestion of this committee with regard to the quality of work from time to time. In case of contractor finds such suggestion to be unacceptable, the matter shall be brought in the notice of Engineer-in-charge.

(4) The tender without earnest money will not be opened.

Page 12: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

12

(5) The jurisdiction of court will be at Gurgaon.

(6) The tender of the bidder who does not satisfy the eligibility criteria in the bid documents is liable to be rejected summarily without assigning any reason and no claim whatsoever on this account will be considered.

(7) The bid for the work shall remain open for acceptance during the bid validity period to be reckoned from the date of "Online Bid preparation and Hash submission". If any bidder withdraws his bid before the said period, any modifications in the terms and conditions of the bid, the said earnest money shall stand forfeited. Bids would require being valid for 3 months from the date of closing of online "Bid preparation and Hash submission stage".

For and On Behalf of Commissioner MCG

Sd/- Executive Engineer Roads,

Municipal Corporation Gurgaon

Endorsement No. Dated: …………

A copy of above is forwarded to the following for information and wide publicity:

1. Mayor, Municipal Corporation, Gurgaon 2. Commissioner, Municipal Corporation Gurgaon. 3. Deputy Commissioner, Gurgaon. 4. Chief Engineer, Municipal Corporation Gurgaon. 5. Superintending Engineer, Municipal Corporation Gurgaon. 6. Superintending Engineer, P.W.D. (B&R) Circle, Gurgaon. 7. Superintending Engineer, Public Health Engineering Circle, Gurgaon. 8. Superintending Engineer, Circle No. 1 & 2, HUDA, Gurgaon. 9. GM, BSNL Gurgaon for taking necessary steps during execution of works. 10. Chief Account Officer, Municipal Corporation Gurgaon. 11. Executive Engineer III/ IV/ V/ VI, Municipal Corporation Gurgaon. 12. Executive Engineer, Marketing Board, Gurgaon. 13. Executive Engineer, Public Health Engineering Division, Gurgaon. 14. Executive Engineer, PWD B&R Prov. Division No. 1 & 2, Gurgaon. 15. Assistant Engineer- 6, 7, Horticulture Municipal Corporation Gurgaon. 16. Dy. Director (Audit), Municipal Corporation Gurgaon. 17. Assistant Register, Cooperative Societies, Gurgaon. 18. Manager, Gurgaon Distt. Co-op. L/C Federation Ltd. 209/3 Gopal Nagar, Gurgaon. 19. Notice Board, Municipal Corporation Gurgaon. 20. CFC, Municipal Corporation Gurgaon for publication on net. 21. Various Contractors.

For and On Behalf of Commissioner MCG Sd/-

Executive Engineer Roads, Municipal Corporation

Gurgaon

Page 13: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

13

ANNEXURE-A

CONDITIONS OF E-TENDERING Instructions to Contractors on Electronic

Tendering

1. These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.

2. All the Contractors intending to participate in the tenders processed online, are required to get registered for the Electronic Tendering System on the Portal http://mcg.etenders.in For more details, please see the information in Registration info link on the home page.

3. Obtaining a Digital Certificate:

3.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. A digital signature certificate has two keys i.e. Public Key and Private Key. Public Key is used to encrypt the data and Private Key is used to decrypt the data. Encryption means conversion of normal text into coded language whereas decryption means conversion of coded language into normal text. These Digital Certificates are issued by an approved certifying authority, by the controller of Certifying Authorities, Government of India.

3.2 A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters attested by the Notary Public / Charted Account / Any Gazetted Officer whose stamp bears emblem of Ashoka. Only upon the receipt of the required documents, a digital certificate can be issued.

3.3 The contractors may obtain Class II B digital certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities on the portal http://cca.gov.in or may obtain information and application format and documents required for issue of digital certificate from one such certifying authority on given below which is :-

1. TATA Consultancy Services Ltd.

11th Floor, Air India Building, Nariman Point, Mumbai-400021 website -www.tcs-ca.tcs.co.in

2. Sify Communications Ltd. III Floor, Tidel Park, 4 Canal Bank Road, Taramani, Chennai-600113. Website - www.safescrypt.com

3. MTNL Trustline CA O/o DGM (IT-CA), 5515, 5th Floor, Core-V Mahanagar Doorsanchal Sadan, CGO Complex, MTNL, Delhi-125003. Website - www.mtnltrustline.com

4. iTrust CA (IDRBT) Castle Hills, Road No.1, Masab Tank, Hyderabad, Andhra Pardesh -500057. Website - idrbtca.org.in

5. (n)Code solutions 301, GNFC Tower, Bodak Dev, Ahmedabad-380054, Gujarat.

Page 14: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

14

Website - www.ncodesolutions.com

6. National Informatics Centre Ministry of Communication and Information Technology A-Block CGO Complex, Lodhi Road, New Delhi-125003. Website https://nicca.nic.in

7. e-Mudhra CA 3i Info-tech Consumer Serivces Ltd 3rd Floor, Sai Arcade, Outer Ring Road, Devarabeesanahalli, Bangalore-560036, Karnataka Website - http://www.e-Mudhra.com

Contractors may also obtain information and application format and documents required for issue of digital certificate from t he following:-

1. Nextenders (India) Pvt. Ltd. O/O Additional Chief Engineer, HUDA, Sector 40, M- Block South City –I, Gurgaon. Contact persons : Sh. Rajit Garg – 09650482332

2. Nextenders (India) Pvt. Ltd. YUCHIT, Juhu Tara Road, Mumbai-400049 [email protected]

3. Nextenders (India) Pvt. Ltd. O/o HSRDC, Bays No.13-14, Sec-2, Panchkula-134151 Contact Person: Manmit - 09815034028

Rishi – 09878012160

3.4 Bid for a particular tender may be submitted only using the digital certificate, which is used to encrypt the data and sign the hash during the stage of bid preparation and hash submission. In case, during the process of a particular tender, the user looses his digital certificate (i.e. due to virus attack, hardware problem, operating system problem), he may not be able to submit the bid online. Hence, the users are advised to have back up of certificate and keep the copies at safe place under proper security to be used in case of emergencies.

3.5 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate/power of attorney to that User. The firm has to authorize a specific individual via an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm for Municipal Corporation Gurgaon, Haryana tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm. It shall be the responsibility of management / partners of the registered firms to inform the certifying authority or Sub Certifying Authority, in case of change of authorized user and app lies for a fresh digital certificate and issues an 'authorization certificate' for the new user. The procedure for application of a digital certificate will remain the same for the new user.

3.6 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company.

4. Set up of machine

Page 15: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

15

In order to operate on the electronic tender management system, a user's machine is required to be set up. A help file on set ting up of the system can be obtained from NexTenders (India) Pvt. Ltd. or downloaded from the home page of the website - http://mcg.etenders.in. "Information for new users".

5. Online Viewing of Notice Inviting Tenders: The contractors can view the N.I.T and the time schedule (Key Dates) for all the packages floated using the electronic tendering system on the Haryana MCGD website http://mcg.etenders.in. Contractor may refer to NIT in the office of Executive Engineer.

6. Opening of an Electronic Payment Account:

6.1 For purchasing the tender documents online, contractors are required to pay the tender documents fees online using the electronic payments gateway service as mentioned at S. No.8.

6.2 For the list of payments using which the online payments can be made, please refer to the Home page of the Portal http://mcg.etenders.in

7. Submission of Earnest Money Deposit:

7.1 The EMD Payment can be made by eligible contractors through Approved Traditional Financial Instruments or through RTGS/Net Banking transaction .

7.2 Contractors have to submit the EMD either physically in a sealed physical envelope which should reach the office of concerned Executive Engineer as mentioned in the Tender Notice or make EMD payment through RTGS/Net Banking transaction.

8. Submission of Tender Document Fees: The Payment can be made by eligible contractors online directly via Credit Card / Internet Banking Account / Cash Card / Debit card. The contractors have to pay for the tender documents online by making online payment of tender document fees using the service of the secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and credit card / online payment authorization networks.

9. Purchase of Tender Documents: Download of Tender Documents: The tender documents can only be downloaded from the Electronic Tendering System on the Portal http://mcg.etenders.in

10. Submission of Bid Seal (Hash) of online Bids: Submission of bids will be preceded by submission of the digitally signed bid seal (Hash) as stated in the tender time schedule (Key Dates) of the Tender. Bidders should take note of any corrigendum being issued on the website on a regular basis. They should view and note down the tender Hash and ensure that it matches with their previous noted Hash before confirming the rates.

11. Generation of Super Hash: After the time of submission of Bid Seal (Hash) by the bidders has lapsed, the bid round will be closed and a digitally signed tender Super Hash will be generated by authorized Haryana MCG official. This is equivalent to sealing the tender box.

12. Submission (Re-encryption) of actual online bids: Bidders have to submit their encrypted bids online and upload the relevant

documents for which they generated the hash at the stage of hash generation and submission after the generation of Super Hash within the date and time as stated in the Notice Inviting Tenders (Key Dates). The electronic bids of only those contactors who have submitted their bid seals (Hashes) within the stipulated time, as per the tender time schedule (Key Dates), will be accepted by the System. A bidder who

Page 16: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

16

does not submit his bid seal (Hash) within the stipulated time will not be allowed to submit his bid.

13. Key Dates: 13.1 The bidders are strictly advised to follow dates and time as indicated in the Notice

Inviting Tender. The date and time will be binding on all the bidders. The bidders are required to complete the stage within the stipulated time as per the schedule to continue their participation in the tender. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and time of the stage as defined in the Notice Inviting Tender. The bidder should check the status of a particular stage by following the below mentioned procedure:-

a. Click on "Main" after login into the portal. b. Select "Tender Search" and click on "Go" c. Next screen will appear on the screen and click on "Search" button to view

the list of various tenders. d. Select the tender whose status is to be viewed by clicking on the tender no. e. Click on “Action page" button. The status of all the stages i.e. whether

"Pending" or "Completed" can be viewed.

The bidder should ensure that the status of a particular stage should be shown as "Completed" before the expiry date and time of that particular stage and he should possess a copy of receipt of completion of each stage to be performed from his end. It will be the sole responsibility of the bidder if the status of a particular stage is "Pending" till the expiry date and time of that stage and he is not able to proceed further in the e-tendering process.

Other Information: 1. The intending bidders shall fill the lump-sum rate / item rate in the online templates

of the online tender. The Price Bid/Commercial Bid has to be submitted mandatory online.

2. Technical Bid Documents except EMD that cannot be submitted online, if any should be put in separate sealed envelopes and these sealed envelopes together with the documents listed below should be sealed in another cover and delivered to this office one hour before the date and time mentioned in the Tender Notice. i. A list of all documents accompanying the sealed envelopes containing the

tender documents. ii. Duly accepted power of Attorney in original along with its two certified

copies in the name of bidder or authorized representative to act on behalf of the agency.

iii. Documents in respect of payment of earnest money.

3. Tender must strictly abide by the stipulations set forth in notice inviting tender & while tendering for the work, the bidder shall adopt only the three envelope system.

4. The third envelop - Price Bid/Commercial Bid envelope has to be submitted mandatory online and shall not be accepted physically under any circumstances. In case any bidder does not comply with procedure given above, it will be presumed that he is not interested in the work and the work shall not be let out to him. Further he may be de-listed without further notice to him for failing to abide by the strictly approved terms of notice inviting tender for this work.

5. The tenders which are not accompanied by the earnest money or proof of earnest money or do not strictly follow the technical requirement, are liable to be rejected summarily.

Page 17: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

17

6. Tenders / quotations which are dependent upon the quotations of another bidder shall be summarily rejected.

7. The tenders of the bidders who does not satisfy the qualification in the bid documents are liability to be rejected summarily without assigning any reason and no claim what so ever on their account will be considered.

Note: - Bidders participating in e-tendering shall check his/her validity of Digital Signature

Certificate before bidding in the specific work floated online at e-tendering portal of Municipal Corporation Gurgaon, Haryana on the website http://mcg.etenders.in. Also, the bidder will be held liable solely, in case, while bidding in particular stage - Date & Time expired as per the key dates available on the tender document. Key dates are subject to change in case of any amendment in schedule due to any reason stated by concerned Executive Engineer of the Department.

Page 18: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

18

Instructions to Bidders

Page 19: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

19

INSTRUCTIONS TO BIDDERS A. GENERAL

1.1 Description of Works : Municipal Corporation Gurgaon invites sealed Bids from eligible Bidders, experts/experienced for detailed designing for all civil, electrical and mechanical components; supply, installation, testing and commissioning of all Indian and Imported items for Modern Abattoir facility for Goat / Sheep (Halal & Jhatka), Poultry Processing Plant, Rendering Plant, Effluent Treatment Plant, Utility Services Block, Common Hot Water Generator/ Boiler, Common Cold and Hot Water Supply, Hydro-pneumatic Pumps and

Piping, Personal Hygiene Equipments, Ref. Vans etc.

complete with all services, cabling, Earthing, LT Panelling, Lighting, DG Sets, Synchronisation of D.G. Sets, electrical work for Plant & Machinery including all related Civil Construction work, Electrical work and pipe line for connecting the waste water generated from different buildings to Effluent Treatment Plant, construction of two separate lairage facilities, Common Live stock market, Guard room/ Pump house, Gate work, common Overhead Water Tank, boring for entire complex and other common & Miscellaneous work etc. on Turnkey basis for the proposed slaughter house at Gurgaon, Haryana including its Operation, Maintenance and Management for a period of 5 years (i.e. first year for free maintenance under warranty and 4 years on cost basis) from the date of Completion and Successful Commissioning of the Plant.

Capacity :

Goat/Sheep (Halal) : 2000/day

Goat/Sheep (Jhatka) : 2000/day

Poultry Processing Plant

: 24000 Birds/day

1.2 Owner : Municipal Corporation Gurgaon 1.3 Location and area : The proposed Slaughterhouse is located at Sector –

37, Gurgaon, Haryana

(a) Nearest Railway Station : Gurgaon Railway Station

(b) Nearest Airport : IGI Airport, Delhi

(c) Nearest Major Town : Gurgaon

Period of completion : 18 months Starting from the date of notification of the award

and payment of advance and commencement of work, which shall include the non-working periods during Monsoon/Winter and festivals.

Page 20: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

20

2.0 Source of Funds : The project shall be funded by Govt. of India, Govt. of Haryana & Municipal Corporation Gurgaon.

3.0 Eligibility and Qualification requirements:-

3.1 The Eligible Bidders.

This Invitation for Bid is open to all the suppliers/contractors of Slaughterhouse or authorised representatives of the manufacturers and who meet the following criteria in particular.

a) Bidder should have experience of successfully executing projects on turnkey basis in India for establishment of modern sheep/goat/poultry slaughterhouse for Municipal Corporation/ Local Self Govt. on turn-key basis. Bidder should have completed at-least one project on single responsibility basis for supply, installation & commissioning of Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work on turnkey basis in India.

Alternatively: b) Who have collaboration /exclusive agreement with reputed foreign Slaughter

House Equipments manufactures, who are either the suppliers manufacturers / of Abattoir equipment and have successfully designed and executed at-least one project for sheep/goat/poultry Slaughterhouse projects in India for Municipal Corporation/ Local Self Govt. on turn-key basis for supply, installation & commissioning of Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work in India.

Alternatively: c) Bid submitted by a joint venture of two or more firms, as partners shall comply with

the following requirements;

i) Bidder (Joint Venture) should have experience of successfully executing at least one projects in India for establishment of modern slaughterhouse for Municipal Corporation/ Local Self Govt. on turn-key basis. Bidder (Joint Venture) should have completed projects for supply, installation & commissioning Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work on turnkey basis in India: -

No New Joint Venture will be considered in this option. Only joint venture company which has above experience will only be considered.

ii) The Bid,(Joint Venture) must include a copy of the agreement signed all partners so as to be legally binding on all of them.

iii) One of the partners shall be nominated as being in charge; and this authorisation shall be evidenced by submitting a power of attorney signed by legally authorised signatories of all the partners;

iv) The partner in-charge shall be authorised to incur liabilities and receive instructions for and on behalf of any and all partners of the joint venture and the entire execution of the Contract including payment shall be done exclusively with the partner in-charge;

v) All the partners of the joint venture shall be liable jointly and severally for the execution of the Contract statement to this effect, which shall be included in the authorisation mentioned under (ii) above as well as in the form of bid and the form of agreement;

Page 21: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

21

vi) Experience, resources, men and machinery of each party to the joint venture, will be taken into only to the extent of their participation for performing tasks under the joint venture agreement.

Bidding Process will comprise of three stages i.e. EMD, Tender Purchase fee &

Eligibility and Qualification of section II, Technical Bid & Financial Bid.

Bidders are required to upload the following documents:

i) EMD & Tender Purchase fee. i) Copy of Earnest Money Deposit (Bid security) i.e. scanned copy D.D./Bank

Guarantee (as per Form No. 8.1) will be uploaded and Original Copy will be submitted at office of the Executive Engineer-V, Municipal Corporation Gurgaon Sector 34, GTPL Building Info city, Gurgaon, Haryana on 20/07/2015 before 17:00 on the Technical Bid opening date 24-07-2015

ii) Original Demand Draft/Receipt of Payment made through RTGS/ Net banking, Credit card for purchase of tender document will also be submitted at office of

the Executive Engineer-V, Municipal Corporation Gurgaon Sector 34, GTPL Building Info city, Gurgaon, Haryana on 20/07/2015 before 17:00 alongwith.

iii) Eligibility and Qualification of Section II (Form 8.8).

i) Technical Bid

i) Certified copies of valid 'PAN CARD' and photographs of the individuals, owners, Karta of Hindu undivided Family, firms, private limited companies, partners of partnership firms and at least two Directors, if number of Directors are more than two in case of Private Limited Companies, as the case may be. However, in case of Public Limited companies, Semi Government Undertakings, Government Undertakings, no 'PAN CARD' will be insisted.

Last 10 years summary of Profit & Loss Statements Certified by C.A., IT returns Submission acknowledgements, Copy of VAT registration and Copy of Service Tax registration.

ii) Signed copy of the Minutes of conference or the addendum/corrigendum, if any. iii) Copy of Memorandum and Articles of Association, if the Applicant is a body

corporate, and if a partnership then a copy of latest partnership deed. iv) Valid Registration Certificate for Applicants who are registered with MCG.

v) Original documents defining the constitution or legal status, place of registration

and principal place of business of the company or firm or partnership or if a joint venture, of each party thereto constituting the Bidder.

vi) Power of Attorney or a true copy thereof in case an authorised representative has

signed the Bid.

vii) Qualification application deviation statement FORM A & B as per format 8.5 & 8.7, if applicable of Section II for the bidders along with necessary supporting documents.

viii) Original Tender document duly signed and stamped by the authorised signatory along-with Copy of the payment proof towards purchase of

Tender documents through RTGS/ Demand Draft/Net banking/Credit card will be uploaded.

Page 22: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

22

ix) Bidders are required to submit necessary documents to prove their eligibility along with their Bid. Failure to do so may lead to rejection of their Bid. The Commissioner, Municipal Corporation Gurgaon reserves the right either to obtain or not to obtain any documents/clarifications in the matter after opening of Bids.

ii) Financial Bid

Price Schedule as per format 8.6 of Section II complete with

� I) Name of the work.

� II) Operation and maintenance of the plant for 5 Years

� Annexure A , B , C , D, E ,& F

3.4 Even though applications meet the above criteria, they are subject to be disqualified if

they have: - Made untrue or false representations in the forms, statements and attachments submitted in proof of the qualification requirements and /or record of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion or financial failures etc.

4.0 Cost of Bidding The Bidder shall bear all costs associated with the preparation and submission of his Bid and the Municipal Corporation Gurgaon will not be responsible or liable in any case for these costs, regardless of the conduct or outcome of the bidding process.

5.0 Site Visit 5.1 The Bidder is advised to visit and examine the site of working and its surroundings

and obtain for himself on his own responsibility all information that may be necessary for preparing the Bid and entering into a Contract. The costs of visiting the site shall be at Bidder’s own expense.

5.2 The Bidder and any of his personnel or agent(s) will be granted permission by the Municipal Corporation Gurgaon to enter upon the premises and lands for purpose of such inspection, but only upon the express condition that the Bidder, his personnel or agent(s), will release and indemnify the Municipal Corporation Gurgaon, Owner and his personnel and agent(s) from and against all liabilities in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property and any other loss or damage, costs and expenses however caused, which but for the exercise of such permission would not have arisen.

B. BID DOCUMENT

6.0 Contents of Bid Document The Bidder is expected to examine carefully all instructions, conditions, forms, terms and specifications in the Bid Document. Failure to comply with the requirements of Bid submission will be at the Bidder’s own risk. Pursuant to clause-25, Bids which are not substantially responsive to the requirements of the Bid Document will be rejected.

a. Instructions to Bidders b. List of Equipments with Technical Specifications of Civil, Mechanical Goat/

sheep (Halal& Jhatka), Poultry Processing Plant (Imported/Indian), Hot, Cold Water, Compressed Air, Personal Hygiene, Refrigerated Vans& Meat Retail Shops, Effluent Treatment Plant, Rendering Plant, Electrical work, etc.

c. Common & Miscellaneous Services. d. Bid Security Form (EMD) e. Contract form

Page 23: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

23

f. Performance Security Form g. Performa of Bank Guarantee for Advance Payment h. Qualification Application i. Price Schedule j. Deviation Statement Form A & B. k. Eligibility and Qualification for the Bidders.

7.0 Clarification of Bid Document

A prospective Bidder requiring any clarification of the Bid Document may notify the Office of Executive Engineer V, Municipal Corporation Gurgaon, Sector34, GTPL Building Info city Gurgaon, Haryana in writing or by e-mail at the address of communication indicated in the invitation to Bid. Municipal Corporation Gurgaon will respond in writing or by e-mail/fax to any request for the clarification, which is required earlier than 15 days prior to the deadline for the submission of the Bid. Written copies of the response of the Municipal Corporation Gurgaon (including a description of the enquiry without identifying its source) will be sent to all prospective Bidders who purchased the Bid Document.

8.0 Amendment of Bid Document 8.1 At any time prior to the deadline for the submission of Bids, Municipal Corporation

Gurgaon may for any reason whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bid Document by the issuance of amendment.

8.2 The amendment will be uploaded on the site with Bid Document and will be binding upon all the Bidders. However the Bidder shall stamp sign and up load this amendment also along with tender documents in technical bid.

8.3 In order to afford prospective Bidders reasonable time in which to take an amendment into account in preparing their Bids, the Municipal Corporation Gurgaon may, at its discretion, extend the deadline for the submission of Bids.

C. PREPARATION OF BIDS

9.0 Language of Bid The Bid prepared by the Bidder and all correspondence and documents relating to the Bid exchanged by the Bidder and the Municipal Corporation Gurgaon shall be written in the English language. Supporting documents and the printed literature furnished by the Bidder with the Bid may be in another language provided, they are accompanied by an appropriate translation of pertinent passage in the above stated language. For the purpose of the interpretation of the Bid, the English language shall prevail.

10.0 Documents comprising the Bid The Bid to be prepared by the Bidder shall comprise the following: Bid will be in three stages i.e. EMD, Tender Purchase fee, Eligibility and Qualification of section II, Technical

Bid & Financial Bid

i) EMD & Tender Purchase fee. i) Copy of Earnest Money Deposit (Bid security) i.e. scanned copy D.D./Bank

Guarantee (as per Form No. 8.1) will be uploaded and Original Copy will submit at office of the Executive Engineer-V, Municipal Corporation Gurgaon Sector 34, GTPL Building Info city, Gurgaon, Haryana on …../06/2015 before 12:00 AM.

Page 24: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

24

ii) Original Demand Draft/Receipt of Payment made through RTGS/ Net banking, Credit card for purchase of tender document will also be submitted at office of

the Executive Engineer-V, Municipal Corporation Gurgaon Sector 34, GTPL Building Info city, Gurgaon, Haryana on …../06/2015 before 12:00 AM.

iii) Eligibility and Qualification of Section II (Format 8.8).

ii) Technical Bid

i) Certified copies of valid 'PAN CARD' and photographs of the individuals, owners, Karta of Hindu undivided Family, firms, private limited companies, partners of partnership firms and at least two Directors, if number of Directors are more than two in case of Private Limited Companies, as the case may be. However, in case of Public Limited companies, Semi Government Undertakings, Government Undertakings, no 'PAN CARD' will be insisted.

Last 10 years summary of Profit & Loss Statements Certified by C.A., IT returns Submission acknowledgements, Copy of VAT registration, Copy of Service Tax registration.

ii) Signed copy of the Minutes of conference or the addendum/corrigendum, if any. iii) Copy of Memorandum and Articles of Association, if the Applicant is a body

corporate, and if a partnership then a copy of latest partnership deed. iv) Valid Registration Certificate for Applicants who are registered with MCG.

v) (Two) 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 or if a joint venture, of each party thereto constituting the Bidder.

vi) Power of Attorney or a true copy thereof in case an authorised representative has

signed the Bid.

vii) Qualification application as per format 8.5, 8.7 deviation statement FORM A, if applicable of Section II for the bidders along with necessary supporting documents.

viii) Original Tender document duly signed and stamped by the authorised signatory along-with Copy of the payment towards purchase of Tender documents through RTGS/ Demand Draft/Net banking/Credit card will be uploaded.

ix) Bidders are required to submit necessary documents to prove their eligibility along with their Bid. Failure to do so may lead to rejection of their Bid. The Commissioner, Municipal Corporation Gurgaon reserves the right either to obtain or not to obtain any documents/clarifications in the matter after opening of Bids.

iii) Financial Bid

Price Schedule as per format 8.6 of Section II complete with

� I) Name of the work.

� II) Operation and maintenance of the plant for 5 Years

� Annexure A , B , C , D, E ,& F

Page 25: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

25

11.0 Bid Prices

Unless stated otherwise in the Bid Document, the Contract shall be for the whole works as described in the Invitation to Bid based on the schedule of unit rates and prices submitted by the Bidder.

11.1 The Bidder shall fill in rates and prices for all items of goods, works & services described in the Technical Specifications and schedule of quantities in Annexures –

A, B, C, D, E & F and whether quantities are stated or not. Items against which no rate is entered by the Bidder shall not be paid by the Municipal Corporation Gurgaon when executed and shall be deemed to have been covered by the other rates in the schedule of quantities.

11.2 All duties, taxes including works contract tax and other levies shall be payable by the Bidder under the Contract or for any other cause, shall be included in the rates and the prices and total Bid price submitted by the Bidder and the evaluation and the comparison of Bids by the Municipal Corporation Gurgaon shall be made accordingly.

11.3 Rates of Civil construction work of individual item or lump sum rates for undertaking the utilization of the complete project on Turnkey basis will also be acceptable.

11.4 Bidder shall quote separately the rates for Land filling/disposing off the surplus material/ malwa/scrap while carrying out Civil Construction work as per the direction of Municipal Corporation Gurgaon at a pre-determined site.

11.5 The Specifications/ quantity/ drawings of the Bid Document are only indicative; Bidder is free to delete/ add/ alter any item in any section of Mechanical, Electrical, Civil, ETP, Common Services, Misc. Services, etc. These changes/ alternations are to be incorporated in the deviation statement Part A & B. Bidder shall be fully responsible for successful running, implementation and operation of the plant without any trouble/ defect, design, incompatibility etc.

12.0 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, for goods and services whose delivery schedule mentioned in the Bid Document is 12 months or less. A Bid submitted with an adjustable price quotation for such goods and services will be treated as non-responsive and rejected.

12.1 If an extension of time is granted by the Municipal Corporation Gurgaon pursuant to clause 35.0, Municipal Corporation Gurgaon at its discretion may agree to the price adjustment, excluding or including the original contract period, provided that the total actual period of contract including the original contract period exceeds 6 months.

12.2 The rates and prices quoted by the Bidder are subject to adjustment during the performance of the Contract, if the duration of the Contract, as stated in the Invitation to Bid, is more than 6 months. The Price adjustment provision shall not be taken into consideration in Bid evaluation, pursuant to clause 27 of this section.

12.3 Price of Spare Parts All Bidders are required to submit the following details about the spare parts, along with their Bids: a) Spare parts required for the items quoted by the Bidders, for 5 years normal

operation.

Page 26: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

26

b) These prices should be valid for acceptance by the Municipal Corporation Gurgaon and placement of orders, for one year from date of Bid opening.

13.0 Currency of Bid & Payment The rates and prices shall be quoted by the Bidder entirely in Indian currency and all payment shall be made in Indian currency only.

14.0 Documents Establishing Bidder’s Qualifications Pursuant to clause 10.0 the Bidders shall furnish, as part of its Bid, documents establishing the Bidder’s qualifications to perform the Contract if it is accepted. The Bidder should also give information in the format attached to the Bid Document.

14.1 The documentary evidence of the Bidder’s qualifications to perform the contract if its Bid is accepted, shall establish to the MCG’s satisfaction. a) that, in 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.

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:

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) Details of experience and past performance of Bidder on those of similar nature within the past 3 years and details of current contracts in hand and other commitments.

iii) Qualification and experience of key personnel for successful execution of the contract;

iv) In case of a Bidder having on-going collaboration with reputable foreign suppliers/ manufacturers of Abattoir Equipment, copies of the collaboration agreement entered by the Bidder with his collaborator clearly defining the responsibilities undertaken by the parties and their financial arrangement of setting up Modern Abattoir at Gurgaon, Haryana for Municipal Corporation Gurgaon.

An undertaking jointly executed by both the parties for satisfactory design, execution and performance of the contract including all obligations made there under.

c) that, in case of a Bidder not doing business within India, the Bidder is or will be (if successful) represented by an agent in India equipped and able to carry out the Supplier’s maintenance, repair and spare parts stocking obligations prescribed by the Conditions of the Contract and/ or technical specifications.

d) Tender Form duly filled in without price for technical Bid and with price for Price Bid/Commercial Bid.

15.0 Documents Establishing Goods’ Conformity to Bid Document

15.1 Pursuant to clause 10.0 the Bidder furnish, as part of its Bid, documents establishing the conformity to the Bid Document of all goods and services which the Bidder proposed to supply under the Contract.

15.2 The documentary evidence of the goods’ and services’ conformity to the Bid Document may be in the form of literature, drawing and data, and shall furnish: a) A detailed description of the goods’ technical and performance characteristics.

Page 27: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

27

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 one year, following commencement of the goods’ use by the Municipal Corporation Gurgaon(MCG); and

c) A clause-by-clause commentary on the MCG’s Technical Specifications demonstrating the goods’ and services’ substantial responsiveness to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications.

15.3 For purposes of the commentary to be furnished pursuant to clause 15.2 above, the Bidder shall note that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the MCG 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 MCG’s satisfaction that the substitutions are substantially equivalent or superior to those designated in the Technical Specifications.

16.0 Bid Validity 16.1 Bids shall remain valid for 90 days after the date of Bids opening prescribed by the

MCG. A Bid valid for a shorter period may be rejected by the MCG as non- responsive.

16.2 The Bidder shall quote Bid prices entirely in Indian currency and all payments shall be made in Indian currency only.

16.3 In exceptional circumstances, the MCG may solicit the Bidders’ consent to an extension of the period of validity. The request and the responses thereto shall be made in writing or by E-mail/Fax. The Bid Security provided under clause 17.0 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid Security. A Bidder granting the request will not be required permission to modify its Bid.

17.0 Bid Security (Earnest Money Deposit) The Bidder shall furnish, as part of the Bid a Bid Security for the amount as specified in the Invitation to Bid.

17.1 The Bid Security shall, at the Bidder’s option, be in the form of a Bank Draft or a Pay Order drawn in favour of Commissioner, Municipal Corporation Gurgaon or a Bank Guarantee from a Scheduled Indian Bank, or a foreign bank (in case of agents in India). The guarantees given by other agencies should be confirmed by a Scheduled Indian Bank or a foreign bank operating in India. The format of the bank guarantee shall be strictly in accordance with the sample form included in the Bid Document. The bank guarantee shall be valid from the date of opening of the Bid till 120 days.

17.2 Any Bid not accompanied by an acceptable Bid Security pursuant to clause 17.1 hereof shall be rejected by Municipal Corporation Gurgaon as non-responsive.

17.3 The Bid securities of the unsuccessful Bidders shall be refunded as promptly as possible but not later than 30 days after the expiry of the period of Bid validity as prescribed in these documents.

17.4 The Bid Security of the successful Bidder(s) shall be refunded when the Bidder has signed the Agreement and furnished the required performance security or the same can be extended to another 12 months as a Performance Security for the execution of the project subject to Clause 33.

17.5 No interest shall be paid by the Municipal Corporation Gurgaon on the Bid Security furnished by the Bidder.

Page 28: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

28

17.6 The Bid Security may be forfeited: a) If a Bidder withdraws his Bid during the period of Bid validity or b) In the case of a successful Bidder, if he fails within the time limit to :

(i) Sign the agreement, or (ii) Furnish the required performance security.

17.7 Variations in Bidding Conditions

The Bidder shall submit offer, which comply with the requirements of the Bid Document, including the basic technical design as indicated in the drawings and specifications. Conditional Bids are liable to be considered as non-responsive in accordance with clause-25.

18.0 Format and signing of Bids The Bidder shall prepare the “ Eligibility Criteria”, “Technical Bid” and “Price

Bid/Commercial Bid”, as appropriate and will Stamp & Sign all the documents for on line loading.

18.1 All copies of the Bid shall be digitally signed by the Bidder or a person or persons duly authorised to sign by the Bidder.

18.2 Only one Bid may be submitted by each Bidder. No Bidder may participate in the Bid of another for the same Contract in any relation whatsoever.

D. SUBMISSION OF BIDS

19.0 Preparation and submission of Bids The tender shall be submitted by the bidder in the following three separate envelops online: 1. Earnest Money & Tender document fee - Envelope ‘ED’

2. N.I.T. and Technical Bid - Envelope ‘TI’

3. Price Bid/Commercial Bid - Envelope ‘CI’

20.0 Deadline for Submission of Bids

20.1 Bids must be submitted online up to the deadline as indicated in Bid Document. Bidders must adhere to the key dates and times as indicated in the Invitation to Bid.

20.2 The MCG may, at its discretion, extend this deadline for submission of Bids by amending the Bid Document in accordance with Instruction to Bidders, clause 8.0 above in which case all right and obligations of the MCG and Bidders will remain same as previously subject to the deadline will thereafter be subject to the deadline as extended.

21.0 Late Bids

21.1 Any Bid submitted after deadline will not be accepted.

22.0 Modification and Withdrawal of Bids 22.1 The bid for the work shall remain open for acceptance during the bid validity period

to be reckoned from the date of "Online Bid preparation and Hash submission". If any bidder withdraws his bid before the said period, any modifications in the terms and conditions of the bid, the said earnest money shall stand forfeited. Bids would require being valid for 3 months from the date of closing of online "Bid preparation and Hash submission stage"

22.2 No Bid shall be modified subsequent to the deadline for the submission of Bids.

Page 29: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

29

E. BID OPENING AND EVALUATION

23.0 Opening of Bids by MCG

23.1 The MCG will open the online Bids on stipulated date and time as indicated in the Invitation to Bid.

23.2 The Bidders who have not submitted the earnest money deposit physically before the stipulated date and time as indicated in the Invitation to Bid, their Bid will not be opened.

23.3 The Committee constituted by the MCG shall prepare, for its own records, the minutes of the Bid opening.

23.4 Process to be Confidential a) After the public opening of Bids, information relating to the examination,

clarification, evaluation and comparison of Bids and recommendations concerning the award of Contract shall not be disclosed to Bidders or other persons not officially concerned with such process until the award of the Contract to the successful Bidder has been announced.

b) Any effort by a Bidder to influence the Municipal Corporation Gurgaon in the process of examination, clarification, evaluation and comparison of Bids in the decision concerning the award of Contract may result in the rejection of the Bidder’s Bid.

24.0 Clarification of Bids 24.1 To assist in the examination, evaluation and comparison of Bids, Municipal

Corporation Gurgaon may ask the Bidders individually for clarification of their Bids, including break down of unit rates. The request for clarification and the response shall be in writing or by E-Mail / Fax but no change in the price or substance of the Bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the Municipal Corporation Gurgaon during the evaluation of the Bid.

25.0 Preliminary Examination 25.1 The MCG will examine the Technical Bids to determine whether they are complete

and responsive, whether all the items as per required details have been quoted, whether required sureties have been furnished, whether the documents have been properly signed, and whether the Bids are in order.

25.2 Prior to the detailed evaluation, the MCG will determine the substantial responsiveness of each Bid to the Bid Document. For purposes of these clauses, a

substantially responsive Bid is one which conforms to all the terms and conditions of the Bid Document without material deviations. The MCG’s determination of a Bid’s responsiveness is to be based on the contents of the Bid itself without recourse to extrinsic evidence.

25.3 A Bid determined as not substantially responsive will be rejected by the MCG and may not subsequently be made responsive by the Bidder by correction of the nonconformity.

25.4 The MCG may waive any minor informality or non-conformity or irregularity in a Bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of the Bidder.

26.0 Correction of Errors 26.1 Bids determined to be substantially responsive will be checked by the Committee

constituted by the Municipal Corporation Gurgaon for any arithmetic errors in computation and summation. Errors will be corrected as follows:

Page 30: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

30

a) Where there is discrepancy between rates or amounts in figures and in words, the rate or amounts in words shall govern and

b) Where there is a discrepancy between the unit rate and the total amount derived from the multiplication of the unit rate and the quantity the unit rate as quoted shall govern.

26.2 The amount stated in the form of Bid will be adjusted by the Committee Constituted by the Municipal Corporation Gurgaon in accordance with the above procedures for the correction of errors and with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount of Bid, his Bid shall be rejected and the Bid security shall be forfeited.

27.0 Evaluation and Comparison of Bids 27.1 The Committee with the help of Project Management Consultant will evaluate and

compare the Bids previously determined to be substantially responsive for each item separately. A scoring of Bid will be prepared, keeping in view the following. No Bid will be considered for any lesser quantity of a slice than that specified in Section I, “List of Equipments & its Technical Specifications”.

S.No. CRITERIA PARAMETER MARKS

1 Bidder should have experience of successfully executing projects on turnkey basis in India for establishment of modern sheep/goat/poultry slaughterhouse for Municipal Corporation. Bidder should have completed at least two slaughterhouse projects on single responsibility basis for supply, install & commission Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work on turnkey

basis in India

Experience of execution of two projects on single responsibility basis with Imported Slaughter lines as per tender specification

30 Marks

Experience of execution of one project on single responsibility with Imported Slaughter lines as per tender specification

15 Marks

Experience of execution of project on single responsibility basis with Indian Slaughter lines

10 Marks

Alternatively:

Who have collaboration /exclusive agreement with reputed foreign Slaughter House Equipments manufactures, who are either the suppliers manufacturers / of Abattoir equipment and have successfully designed and executed Modern sheep/goat/poultry Slaughterhouse projects in India for Municipal Corporations on turnkey basis for supply, install & commission Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil

Experience of execution of two

projects on collaboration /exclusive agreement with reputed foreign Slaughter House Equipments manufactures with Imported Slaughter lines

20 Marks

Experience of execution of one

project on collaboration /exclusive agreement with reputed foreign Slaughter House Equipments manufactures with Imported Slaughter lines

15 Marks

Experience of execution of

project on collaboration /exclusive agreement with

5 Marks

Page 31: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

31

construction work on turnkey basis in India

reputed foreign Slaughter House Equipments manufactures basis with Indian Slaughter lines

Alternatively:

Bidder (Joint Venture) should have experience of successfully executing at least two projects on turnkey basis for establishment of modern slaughterhouse for Municipal Corporation in India. Bidder (Joint Venture) should have completed projects for supply, install & commission Plant & Machinery, Electrical work, ETP, Rendering Plant including all services and Civil construction work on turnkey basis in India.

Experience of execution of two

projects Under Joint Venture with Imported Slaughter lines

15 Marks

Experience of execution of one

project Under Joint Venture with Imported Slaughter lines

10 Marks

Experience of execution of

project Under Joint Venture basis with Indian Slaughter lines

5 Marks

2 Slaughter House project

established is in operation:

For more than 1 year 5 Marks For more than 2 year 7 Marks For more than 3 year 10 Marks For more than 5 year and above 15 Marks

3 Project cost for Slaughter

House project established

Upto 10.00 Crores 2 Marks Upto 15.00 Crores 4 Marks Upto 20.00 Crores 6 Marks Upto 25.00 Crores 8 Marks Upto 30.00 Crores 10 Marks Upto 35.00 Crores 12 Marks

Upto 40.00 Crores and above 15 Marks

4 Annual Accounts for last 10

years

Summary of Last 10 years Profit and Loss Statement Certified by C. A.

5 Marks

IT returns Submission acknowledgements.

5 Marks

Copy of Vat registration 5 Marks Copy of Service tax registration 5 Marks

5. Experience in project

working /operation &

maintenance of Slaughter

house project established

For single slaughter line in

single project 5 Marks

For two slaughter lines in 10 Marks

Page 32: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

32

single project

For more than two slaughter

lines in single project 20 Marks

Total Maximum Marks 100 Marks

27.2 The evaluation of a Commercial Bid will take in account, in addition to the Bid price and the price of incidental services, the following factors, in the manner and to the extent indicated in clause 27.3 and in the Technical Specifications:

a) Cost of inland transportation, insurance and other costs incidental to delivery of the goods to their final destination including all duties, taxes, levies etc;

b) Delivery schedule offered in the Bid;

c) The availability in India of spare parts and after sales services for the equipment offered in the Bid.

d) Deviation in payment schedule from that specified under Payment Terms.

e) The quality and adaptability of the equipment offered.

27.3 Pursuant to clause 27.2 the following needs to be considered in evaluation of Bids.

a) Inland Transportation, Ex-factory Insurance and Incidentals:

b) For goods offered, within India, Bidders must quote separately for inland transportation, insurance and other incidentals for delivery of goods to the project site as stated in clause 27.2

The above costs will be added to the ex-factory Bid price.

Delivery & Completion Schedule

The Purchaser desires to have delivery of the goods covered under the invitation, at the time specified in the Schedule of requirements. The estimated time of arrival of the goods at the project site / destination should be calculated for each Bid after allowing for reasonable ocean and inland transportation time.

c) Spare Parts and After sales Service facility in India:

The cost to the Purchaser of establishing the minimum service facilities and parts inventories, if quoted separately, shall be added to the Bid price.

27.4 Bidders shall state in their Bid price the payment schedule. Bids will be evaluated on the basis of this price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in Bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule offered by the selected Bidder.

27.5 Methodology to calculate combined technical and financial score.

All over project award criteria have based on the score that the Bidder will get

after the passing out financial and technical aspects of the proposal. This score will

give the clear view for awarding the project. This Methodology is based on Quality

cum Cost Based System (QCBS) methodology with the following formula-

Financial score of Bidder S(f) = 100 ×××× F(m) / F

Where –

F(m) = Lowest Price quoted

F = Price quoted by the Bidder

Combined Score of the Bidder (S) = S(t) ×××× T% + S(f)×××× P%

Where S(t) = Total Technical Score obtained by the Bidder

S(f) = Financial score of Bidder

T% = 7 and P% = 3

Page 33: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

33

Based on the above formula, the final score is derived by multiplying the technical

factor T% with the technical score and financial factor P% with financial score.

Technical and financial factors are not variable.

While evaluating Bids, the sole criteria for selection of Bidder would be the combined maximum (technical score and financial score) score achieved by the Bidder.

28.0 Contacting the MCG 28.1 Subject to clause 23.4, no Bidder shall contact the MCG on any matter relating to its

Bid; from the time of Bid opening to the time the Contract is awarded.

28.2 Any effort by a Bidder to influence the MCG in the MCG’s Bid evaluation; Bid comparison or contract award decisions may result in the rejection of the Bidder’s Bid.

F. AWARD OF CONTRACT

29.0 Post-qualification 29.1 If the required pre-qualification is there, the MCG will determine whether the Bidder

selected as having submitted the lowest evaluated responsive Bid is qualified satisfactorily to perform the contract.

29.2 The determination will take into account the Bidder’s financial, technical and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to Clause 3.1 & 14 as well as such other information as the MCG deems necessary and appropriate including details of experience and records of past performance.

29.3 An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder’s Bid, in which even, the MCG will proceed to the next lowest evaluated Bid to make a similar determination of that Bidders capabilities to perform satisfactorily.

30.0 Award Criteria

30.1 The MCG reserves the right to accept or reject any Bid, and to annul the bidding process and reject all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the MCG’s action.

31.0 Notification of Award 31.1 Prior to expiration of the period of Bid validity, the MCG will notify the successful

Bidder in writing by registered letter or by fax, to be confirmed in writing by registered letter, that its Bid has been accepted.

31.2 Once, Municipal Corporation Gurgaon notifies the successful Bidder that their Bid has been accepted, the successful Bidder will be asked to prepare Location Specific Detailed Drawings, Structural drawings, BOQ etc. for civil work which will be examined by the Project Management Consultant/ MCG for approval.

31.3 The Bidder shall submit a write up on his understanding of the specifications, drawings and design. They are also requested to furnish a detailed time schedule in the form of PERT / Bar Chart to indicate as to how they plan to complete the project in given time schedule.

31.4 Permits and clearance

On notification of award the Bidder shall be solely responsible for taking various statutory and non-statutory clearances for the Project from all concerned authorities.

Page 34: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

34

The authority shall reasonably assist the Concessionaire in procuring the clearance required for the Project.

Permits and clearance shall be obtained as per Applicable Law which includes but not limited to The Environment Protection Act, 1986. The Air (Prevention and Control) Pollution Act 1981 and Water (Prevention and Control) Pollution Act 1974 as amended from time to time.

The projects relating to C&D Waste requires a number of clearances including but not limited to the following:

• Prior Environment Clearance

• Authorization from State Pollution Control Board for the C&D Waste Processing Facility and Landfill Facility

• Clearance from Airport Authority of India (if the Landfill Facility is within 20 kms from the airport)

• Clearance from Development Authority

• Traffic Police Clearance for vehicular movement in the city

• Clearance from DHBVNL (State Electricity Board)

31.5 So long as the tender is not finally accepted after completing the above requirements mentioned under clause 31.2, 31.3 and 31.4 by the Municipal Corporation Gurgaon and registered Agreement is not executed, the Bidder will not get any right whatsoever.

32.0 Signing of Contract 32.1 After approval of Location Specific Detailed Drawing, Structural Drawing and BOQ

of the civil work, registered agreement will be executed between the parties, i.e. Municipal Corporation Gurgaon and the contractor. All the expenses of Location Specific Detailed Drawing, Structural Drawing and BOQ of the civil work including stamps, registration charges etc. will be born by the successful Bidder/ Contractor.

32.2 After signing the Agreement, the successful Bidder / contractor will furnish performance security pursuant to Clause 33.0. Simultaneously, the MCG will discharge Bid Security of unsuccessful Bidders.

33.0 Performance Security 33.1 Within 7 days of the receipt of notification of award from the Purchaser, the

successful Bidder shall furnish the performance security of 1% of the cost of plant and machinery, in the Performance Security Form provided in the Bid Document or another form acceptable to the Purchaser may be that the Bid Security (Earnest Money Deposit) can be extended to another 12 months as a Performance Security for execution of this project. If the Earnest Money is retained as the Performance Security, the amount deficient in EMD has to be paid additionally.

33.2 Failure of the successful Bidder to comply with the requirement of clause 31.0 or clause 32.0 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security, in which even the MCG may make the award to the next lowest evaluated Bidder or call for new Bids.

34.0 Import License No import licence shall be provided by the MCG for goods offered against this Bid.

35.0 Extension of Time of Completion 35.1 Should the amount of extra or additional work of any kind or any cause of delay

referred to in these conditions, or exceptional adverse climatic conditions, or other special circumstances of any kind whatsoever which may occur, other than through a default of the Contractor, be such as fairly to entitle the Contractor to an extension of time for the completion of the works, the Committee shall determine the amount of

Page 35: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

35

such extension and shall notify the Commissioner, Municipal Corporation Gurgaon, Haryana and the Contractor accordingly provided that the Committee is not bound to take in account any extra or additional work or other special circumstances unless the Contractor has within thirty days after such work has been commenced, or such circumstances have arisen, or as soon thereafter as is practicable, submitted to the Committee full and detailed particulars of any extension of time to which he may consider himself entitled in order that submission may be investigated at the time.

36.0 Time of Completion 36.1 Subject to any requirement in the Contract as to completion of any section of the

works before completion of the whole, the whole of the Works shall be completed, in accordance with the provisions of clause 1.4 hereof, within the time stated in the Contract or such extended time as may be allowed under clause 35.0 hereof.

37.0 Liquidated Damages for Delay 37.1 If the Contractor shall fail to achieve completion of the works within the time

prescribed in the Appendix to the Form of Bid, then the contractor shall pay to the MCG the sum at the rate of ½ % of the Contract value as liquidated damages for such default and not as a penalty for every week or part of the week which shall elapse between the time prescribed by clause 35.0.

37.2 The MCG may without prejudice to any other method of recovery, deduct the amount of such damages from any payment in its hands, due or which may become due to the Contractor. The payment or deduction of such damages shall not relieve the Contractor from his obligations to complete the works, or from any other of his obligations and liabilities under the Contract.

37.3 The aggregate maximum of the liquidated damages payable to the MCG under this clause shall be subject to a maximum of 2 % of the Contract value.

37.4 If, before the completion of the whole of the works any part or section of the works has been certified by the Commissioner, Municipal Corporation Gurgaon, as completed, pursuant to clause 36 hereof, and occupied by the MCG, the liquidated damages for delay shall, for any period of delay after such certificate be reduced in the proportion which the value of the part or section so certified bears to the value of the whole of the works.

The criteria for deriving the liquidated damage shall be the actual value of works executed and the amended time of completion.

38.0 Operation, Maintenance and Management of the Modern Slaughterhouse 38.1 Description of work: Operation, Maintenance and Management of the Modern

Slaughterhouse for sheep/goat and poultry for a period of five years after commissioning.

38.2 Price Schedule 38.2.1 The price schedule for Operation and Management of the Modern Slaughterhouse

will be quoted by the Bidder in the given Performa separately for five years under the Price Schedule. The quoted price will include all the expenses incurred by him in Operation, Maintenance and Management of the Modern Slaughterhouse. Thereafter, the Bidder / Operator will be responsible to incur the entire expenditure on Operation, Maintenance and Management of the Modern Slaughterhouse.

38.2.2 Any excise duty, trade/ sales tax, any other taxes or charges applicable in India and

Gurgaon and all such taxes and charges by the State or Central Government on the

Page 36: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

36

operation and maintenance of the modern slaughterhouse complex, during the period of five years, shall be borne entirely by the successful Bidder. Municipal Corporation Gurgaon will not spend any amount whatsoever either towards building, plant and machinery etc. except the price quoted by the Bidder. However Municipal Corporation Gurgaon will provide all assistance in documentation if required for the implementation of new policies and will mutually decide on financial part of it.

39.0 Handing Over / Taken Over: 39.1 “Handing Over - Taken Over Note” will be signed by the parties after

commissioning of the slaughter house by the Bidder/Operator within seven days of successful trial.

40.0 General Responsibility of the successful Bidder:

40. 1 The Bidder / Operator shall, subject to the provisions of the agreement and with due care and diligence operate, manage and maintain the modern slaughterhouse complex and provide man and material for its day to day operations, management and maintenance.

40. 2 The Bidder shall take full responsibility for the stability and safety of all operations

and the safety of all operative/ managerial / administrative / security staff to be employed by him during the period of the agreement.

41.0 Bidder / Operator’s Employees: 41.1 Bidder / Operator shall make his own arrangements for the engagement of all the

employees/labour, local or otherwise, for the operations management and maintenance of the modern slaughterhouse complex.

42.0 Inspections by Commissioner:

42.1 The Commissioner or an Officer authorized by him shall at all times have access to the complex premises and the Bidder / Operator shall afford every facility for and every assistance in providing the right to such access.

43.0 Protection, repairs and maintenance of the modern slaughterhouse complex: 43.1 The Bidder / Operator shall not be responsible or held liable for any damage to

person or property (the land, buildings and plants and machinery) within the premises of the modern slaughterhouse complex by any for natural clamity or public agitation. In case any damage of loss shall happened to the land, buildings, or the plant and machinery during this period the same shall be made good by the Bidder /

Operator from insurance claim, so that the modern slaughterhouse complex is kept in the good condition it is handed over in and shall be taken over back in the same good condition after the expiry of the five years period. However, MCG will provide all help and support in the event of any resistance in operating the plant.

43. 2 The normal repairs and the maintenance of the modern slaughter house complex will

be entirely at the risk and cost of the Bidder / Operator and shall repair and maintain all the building, plants and machinery, equipments, facilities etc. at his own costs.

44.0 SPECIAL CONDITIONS - Operation, Maintenance and Management of the

Modern Slaughterhouse

Page 37: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

37

44.0 The modern slaughter house complex for sheep/ goat, poultry will be built up as a service abattoir to cater to the general slaughtering needs of the Gurgaon City. The present needs of the city population on an average are about 2000 sheep/goat (Halal), 2000 sheep/Goat (Jhatka) and 24000 poultry/day.

44.1 The Bidder/Operator shall be required to provide all the staff and implements to

meet out the general local slaughtering needs on all normal days and also the additional demand on special occasions and festivals etc.

44.2 The Bidder/Operator shall be required to provide all the staff - labour, butchers,

operators, supervisors, mechanics and electricians and such other staff and all other clerical, administrative, managerial staff as also the security personnel for the operations, maintenance and management of the modern slaughterhouse complex.

44.3 The Bidder/Operator shall provide the services for the local slaughtering needs as

stated in clause 44 above and for this the Bidder/Operator shall collect the slaughtering charges, from the animal owners / registered/ licensed meat shopkeepers by the MCG, who bring in their animals for slaughtering.

44.4 The slaughtering charges and livestock trading fees will be collected by the

Bidder/Operator as a routine of its daily operations. The rates would be fixed by the Commissioner in consultation with the Bidder/Operator.

44.5 The Bidder/Operator shall be entitled to carry out its operational work after the first

shift of 8 hours for his own commercial purpose. 44.6 All such up-gradation, expansion and extension activities as deemed necessary by

the Bidder/Operator shall be carried out entirely at his own costs, with prior permission of Municipal Corporation Gurgaon. The Bidder/Operator shall submit technical details, drawings, layouts financial details and costs of such additions, alternations, constructions etc. that he wishes to carry out in the present set up of buildings, plants and machinery etc.

45.0 Payment Terms 45.1 Payment for supply of Indian / Imported Items:

1. 15 % advance payment will be released within two weeks on signing of the contract, against Bank Guarantee for Pre-Engineering & Preparation of drawings layout plans by Bidder and his Foreign Principal including the visit of his engineers and release of respective Bank Guarantees of 15% on approval of the same.

2. 60% of the Cost of Plant and Machinery shall be paid as Advance to Indian / Foreign companies within two weeks on signing of the Contract, on submission of the claim and an irrevocable bank guarantee for the equal amount. This Bank Guarantee of 60% will be released on receipt of Inspection report by International inspecting agency that the Imported / Indian material has been checked and found good as per the specifications and the quantities mentioned in the order along with the proof of shipment. An additional 20 % payment will be released on receipt of the material at site.

Page 38: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

38

3. On the final acceptance, 5% of Balance of the cost of Plant & Machinery shall be paid on satisfactory installation and commissioning of Plant and Machinery certified by the committee / consultant.

45.2 Payment for Civil Works

1. 15 % advance payment against Bank Guarantee for Pre-Engineering & Preparation of drawings layout plans by Bidder & his Foreign Principal including the visit of his engineers & foreign engineers and release of respective Bank Guarantees of 15% on approval of the same.

2. 60 % Advance of the cost of civil work against Bank Guarantee for Completion of Structure, Roof. /Truss/ Sheeting, Brick Masonry, Work of Building (excluding the const. of space required to take the Plant & Machinery inside the Building) and release of respective Bank Guarantee of 60% Value at this stage.

3. 20% on completion of plastering inside / outside, flooring in CC, Mosaic and Kota Stone.

4. 5% on completion of remaining work including Tiling Fixing of windows, Rolling Shutters, Epoxy/Kota, Polishing, Grinding and Site Development etc.

46.0 Certification of Completion of Works 46.1 When the entire work has been virtually completed and satisfactorily passed final test

that may be prescribed by the Contract, the Contractor may give a notice to that effect to the Commissioner, Municipal Corporation Gurgaon, accompanied by an undertaking to finish any outstanding work during the period of Maintenance. Such notice and undertaking shall be in writing and shall be deemed to be a request by the Contractor to the Commissioner, Municipal Corporation Gurgaon, issue a Certificate of Completion in respect of the works. The Commissioner, Municipal Corporation Gurgaon shall on receipt of such notice either issue to the Contractor, a certificate of completion stating the date on which, in the Committee's opinion, the work was virtually completed in accordance with the contract or give instructions in writing to the contractor specifying all the work which, in the Committee’s opinion, require to be done by the contractor before the issue of such certificate. The committee shall also notify the contractor of any defects in the works affecting virtual completion that may appear after such instructions and before completion of the works specified therein. The contractor shall be entitled to receive such a certificate of completion, on the completion, to the satisfaction of the committee/ Commissioner, Municipal Corporation Gurgaon of the works so specified and making good any defects so notified.

Similarly, in accordance with the procedure set out in sub-clause (1) of this clause, the contractor may request and the Committee shall issue a certificate of completion in respect of: - a) Any section of the permanent works in respect of which a separate completion is

provided in the contract and b) Any substantial part of the permanent works which has been completed to the

satisfaction of the committee and taken over by the MCG.

46.2 If any part of the permanent works shall have been virtually completed and shall have satisfactorily passed any final test that may be by the Contract, the Committee may issue a certificate of completion in respect of that part of the permanent works before completion of the whole of the works and, upon the issue of such certificate, the Contractor shall be deemed to have undertaken to complete any outstanding work in that part of the works during the period of Maintenance.

Page 39: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

39

Provided always that a certificate of completion given in respect of any section or part of the permanent works before completion of the whole shall not be deemed to certify completion of any ground or surfaces requiring reinstatement, unless such certificate shall expressly so state.

47.0 Warranty / Guarantee 47.1 The Supplier warrants that the Goods supplied under the Contract are new, unused, of

the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that the Goods supplied under this Contract shall have no defect arising from design or materials or workmanship (except in so far as the design material is required by the MCG’s Specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions obtaining in the country of final destination. The Supplier also guarantees that the Goods supplied shall perform satisfactorily as per the designed/rated/installed capacity as provided for in the Contract.

47.2 This warranty/guarantee shall remain valid for 12 months after the Goods, or any portion thereof as the case may be, have been delivered and commissioned to the final destination indicated in the Contract, or for 18 months after the date of shipment from the port of loading in the source country, whichever period concluded earlier.

47.3 The MCG shall promptly notify the Supplier in writing of any claims arising under this warranty.

47.4 Upon receipt of such notice, the Supplier shall, with all reasonable speed, repair or replace the defective Goods or parts thereof, without costs to the MCG other than, where applicable, the cost of inland delivery of the repaired or replaced Goods or parts from the port of entry to the final destination.

47.5 If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the MCG may proceed to take such remedial action as may be necessary, at the Supplier’s risk and expense and without prejudice to any other rights which the MCG may have against the Supplier under the Contract.

47.6 This warranty/guarantee shall not cover any damage(s) resulting from normal wear and tear or improper handling by the MCG or his authorised representatives.

47.7 In case of installation and commissioning contracts, the Supplier shall guarantee the complete installation for satisfactory performance for a minimum period of twelve months from the date of commissioning. Any defect arising out of faulty installation or use of substandard materials or workmanship shall be rectified by the Supplier at his own cost.

47.8 The Municipal Corporation Gurgaon will be at liberty to get any item inspected through an inspection agency on contact in respect of Best Management Practices (BMP) by paying their inspection charges to the agencies like IIT etc.

Page 40: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

40

SECTION –I A

Mechanical Installation

Page 41: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

41

MECHANICAL INSTALLATION SECTION I-A

PART-I Plant and machinery for Goat /sheep Halal Abattoir

(Capacity - 2000 per day)

S.No Unit Description Source

Imported / Indian Plant & Machinery

1.01

1 pc

Restrainer belt conveyor, 4,5 m length Approx. Frame in Stainless steel to transport sheep/Goat from stable to rotary trap, with Plastic belts

Imported

1.02 1 pc Manual stunning tongs With transformer

Imported

1.03 1 pc Sticking rollers table for slaughtering in S.S. Indian

1.04

M

Stainless steel blood collecting channel according to layout Completely consisting of stainless steel, double drain for blood and water

Indian

1.05 1 pc Blood pump, peristaltic Operation for liquid and semi-coagulated blood

Imported

1.06 m Floor channel Under Bleeding/Dehiding conveyor according to layout Completely consisting of stainless steel,

Indian

1.07 pc Bleeding conveyor consisting of: Imported

Driving- tensioning station Deflection station horizontal Conveyor guide rail and chain with shackles

Autom. lubrication system

1.08 2 pcs

Dehiding knives pneumatically powered

Imported

1.09 1 pc Goat dehiding machine hide removal ,all parts in contact with carcass completely made of stainless steel

Imported

1.10 1 set Dressing Conveyor consisting of Driving- tensioning station Deflection station horizontal Hollow bearing pin chain with guiding

Imported

1.11 pc Offal inspection Conveyor Pneumatic Turning station Shells for gut and hooks for red organs

Imported

Page 42: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

42

S.No Unit Description Source

Imported / Indian Plant & Machinery

1.15 Wash and sterilization device for organ shell and hooks Imported

1.16 Shower Cabin for intestine for organ shells and hooks Imported

1.17 pc Pneumatic Shell tilting Device Imported

1.18 pcs Sheep / Goat slaughtering gambrel Imported

1.19 pc Overhead twin rail scale Indian

1.20 pcs Handwash/ knife sterilizing basin completely of stainless steel, with hot water mixing system and electrical heat resistance knive steriliser.

Imported

1.21 pcs Apron wash cabin completely of stainless steel

Indian

1.22 pc Central electric control panel service voltage:400 V 50HZ

Imported

2 COOLING AREA

2.01 Rail system consisting of approx.:

Imported

m Support I Beam using clamps and fasterners. Including rail switches , curves.

3 SECONDARY STEEL STRUCTURE

3.01 kg Secondary steel construction for the suspension of the tubular rail, made of U- and I- steel, with butt joints. Hot-dip galvanized.

Indian

3.02

kg

Suspension construction for the connection of the secondary steel to the primary building beams Made of tubular steel, round bar steel and steel bars, adjustable in height with fastening screws.

Indian

4 TOOLS FOR SLAUGHTERING

4.01 set 3 Knives with belt and sharpening steel Imported

4.02 pcs Standard meat carts 200Ltr completely of stainless steel

Indian

4.03 pcs Red offal rack complete stainless steel

Indian

4.05 pcs Empty gambrel trolley for chillers storage . Indian

5 Spare parts Imported/ Indian

6.0 EQUIPMENTS /ITEMS

6.01 pc S/S by product disposal chutes from dressing to offals workshop areas

Indian

Page 43: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

43

S.No Unit Description Source

6.02 pc S/S Platform fixed

Indian

6.03 pcs Air curtain Indian

6.04 pcs Flying killer Indian

6.05 Nos. Lockers with four partitions Indian

6.05 Nos. Aprons Imported

6.06 Nos. Gum boots Imported

6.07 Nos. Helmets Imported NOTE: Plant & Machinery from Asian Countries will not be considered as Imported.

Page 44: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

44

MECHANICAL INSTALLATION SECTION I-A

PART-II Plant and machinery for Goat /sheep Jhatka Abattoir

(Capacity – 2000 per day). S.No Unit Description Source

Imported / Indian Plant & Machinery

1.01

1 pc

Restrainer belt conveyor, 4,5 m length approx. Frame in Stainless steel to transport sheep/Goat from stable to rotary trap, with Plastic belts.

Imported

1.02 1 pc Manual stunning device With transformer

Imported

1.03 1 pc Sticking rollers table for slaughtering in S.S. Indian

1.04

M

Stainless steel blood collecting channel according to layout Completely consisting of stainless steel, double drain for blood and water

Indian

1.05 1 pc Blood pump Operation for liquid and semi-coagulated blood Imported

1.06 m Floor channel Under Bleeding/Dehiding conveyor according to layout Completely consisting of stainless steel,

Indian

1.07 pc Bleeding conveyor consisting of: Imported

Driving- tensioning station Deflection station horizontal Conveyor guide rail and chain with shackles

Autom. lubrication system and sticking elevator.

1.08 2 pcs

Dehiding knives pneumatically powered

Imported

1.09 1 pc Goat dehiding machine hide removal,all parts in contact with carcass completely made of stainless steel

Imported

1.10 1 set Dressing conveyor Imported

consisting of Driving- tensioning station Deflection station horizontal

Hollow bearing pin chain with guiding.

1.11 M Floor channel under Dressing conveyor according to layout Completely consisting of stainless steel,

Indian

1.12 pc Offal inspection Conveyor Pneumatic Turning station Shells for gut and hooks for red organs

Imported

Page 45: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

45

S.No Unit Description Source

1.13 Wash and sterilization device for organ shell and hooks Imported

1.14 Shower Cabin for intestine for organ shells and hooks Imported

1.15 Pneumatic Shell tilting Device Imported

1.16 pcs Handshower, PVC with 5m hose connection

Imported

1.17 pc Spray protection wall Indian

1.18 pcs Sheep / Goat slaughtering gambrel (Spreader)

Imported

1.19 pc Overhead twin rail scale

Indian

1.20 pcs Handwash/ knife sterilizing basin completely of stainless steel, with hot water mixing system and electrical heat resistance knive steriliser.

Imported

1.21 pcs Apron wash cabin completely of stainless steel

Indian

1.22 pc Central electric control panel service voltage:400 V 50HZ

Imported

2 COOLING AREA

2.01 Rail system consisting of approx.:

Indian

m Sections attached to the support I Beam using clamps and fasterners. Including rail switches , curves.

3 SECONDARY STEEL STRUCTURE

3.01 kg Secondary steel construction for the suspension of the tubular rail, made of U- and I- steel, with butt joints. Hot-dip galvanized.

Indian

3.02

kg

Suspension construction for the connection of the secondary steel to the primary building beams Made of tubular steel, round bar steel and steel bars, adjustable in height with fastening screws.

Indian

4 TOOLS FOR SLAUGHTERING

4.01 set 3 Knives with belt and sharpening steel Imported

4.02 Head Cutting Tong with Hydraulic Unit Imported

4.03 pcs Standard meat carts 200Ltr completely of stainless steel

Imported/ Indian

Page 46: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

46

4.03 pcs Red offal rack complete stainless steel

Imported/ Indian

4.05 pcs Empty gambrel trolley Imported/ Indian

5 Spare parts Imported/ Indian

6.0 EQUIPMENTS /ITEMS

6.01 pc S/S by product disposal chutes from dressing to offals workshop areas

Indian

6.02 Pc MS Hot Dip Galvanished/S/S Platforms

Indian

6.03 No. Common S.S Blood tank capacity 2000Ltr for Halal and Jhatka equiped with agitator and complete with inter connecting SS pipe line, bends ,flanges , valves, nuts bolts etc from blood collecting tray to pump and to blood tank.

Imported/ Indian

6.04 pcs Air curtain Indian

6.05 pcs Flying killer Indian

6.05 Nos. Lockers with four partitions Indian

6.06 Nos. Aprons Imported

Nos. Gum boots Imported

Nos. Helmets Imported

NOTE: Plant & Machinery from Asian Countries will not be considered as Imported.

Page 47: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

47

MECHANICAL INSTALLATION SECTION I-A PART-III

MACHINERY & EQUIPMENTS FOR POULTRY SLAUGHTERHOUSE

(Capacity-24000 /day)

S.No Qty Description Source

Receiving Area

1.1 2 pc. Roller conveyor HD Imported

For transport of live bird crates Entirely made of stainless steel and other non-rusting materials Including: HD transport rollers with diameter: 90 mm Stainless steel ball bearings Vertical adjustable frame Segment length: 2.000 mm Segment width: 620 mm

1.2 1 pc. Roller Conveyor 90 degr. Curve, HD Imported

For transport of live bird crates Entirely made of stainless steel and other non-rusting materials Including: HD transport rollers with diameter 90 mm Stainless steel ball bearings Height adjustable frame Width: 620 mm

1.3 1 pc. Roller Conveyor LD Imported

For transport of empty live bird crates Entirely made of stainless steel and other, non-rusting components Including: High performance synthetic rollers with 50 mm dia. Stainless steel bearings Stainless steel frame Segment length: 1.000 mm Segment width: 650 mm

1.4 1 stuck High pressure cleaner Imported

HDS_E 8/16-4M 12 Hot water system Voltage: 400 V/50 Hz Capacity: 300 -760 l Pressure: 30-160 bar Temp. range: 35-80°C Including: Spray gun Easy Press 10 m High pressure hose Lance 1050 mm Power nozzle Electrical heating system 12 kW/24 kW Operation panel 3-Piston pump Pressure control 2 Detergent tanks

Page 48: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

48

S.No Qty Description Source

2 Killing Area

2.1 1 set Overhead conveyor OC-S/1 Imported

Shackle distance: 6" Length approx. : 70,00 m All components in direct contact to the products, except the conveyor chain, are made of stainless steel or other non-rusting materials Including: Stainless steel conveyor pipe 1 1/4" Galv., hardened chain Synthetic blue trollies with wheels Shackle guidings Drive unit(s) with geared motor Speed controller Chain tensioner Corners 90° resp. 180° Gradients Suspension material for fixing of overhead Conveyor system to the existing steel construction of the Building

2.2 470 set Killing shackle Imported Rigid type for chicken

Stainless steel Including: Shackle Fixing kit to trolley

2.3 80 m Intermediate chain Imported

For connection of killing shackles Stainless steel Including: Chain Fixing kit to shackle

2.4 1 pc Bleeding trough BR Imported For collecting of blood between killing and scalding

area All components in direct contact to the products are made of stainless steel or other non-rusting materials. Bleeding length: Width according to conveyor system Including: Connecting trough to scalder Ball valve for vacuum pipe or blood pump connection Ball valve for cleaning

2.5 1 pc. Blood pump Imported For blood transport to collecting tank

Membrane type, stainless steel version

Page 49: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

49

S.No Qty Description Source

2.6 1 pc. Scalder BK Imported Passes : 2

Scalding length : 8,50 m All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Stainless steel tank Heat exchanger for operation with steam or hot water Air blower Air blower pipes Water level control Conveyor pipe Roof Side lining covers Heater valve Temperature controller with feeler Remark: The necessary equipment for production of hot water resp. steam has to be provided by the client. When using hot water for supply to the heat exchangers, the flow temperature should be not below 90°C, steam temperature may not exceed 120°C as otherwise skin damages may occur. Contact us if your local steam supplies exceed this temperature.

2.7 1 pc. Picker RM 40 Imported

Qty. Picking bars: 4 Qty. Picking discs per bar: 10 Qty. fingers per disc: 12 All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Base frame Picking bars, horizontal and vertical adjustable Water spray pipe Picking discs drive by means of special belt

2.8 1 pc. Head remover KA Imported

For head removal All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Height adjustable frame Adjustable head guidings

2.9 1 pc Hock Cutter BAS 6 Imported

For hock cutting. Shackle distance:6" All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Stainless steel frame Shackle guiding plate Adjustable knife motor

Page 50: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

50

S.No Qty Description Source

2.10 1 pc. Chute Imported

Stainless steel Length: 3.000 mm Width: 500 mm Height:150 mm

2.11 1 pc. Hock unloader BA 6 Imported

For leg unloading from killing/defeathering shackles Shackle distance: 6"" Unloading units: 10 All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: 180°stainless steel frame Unloading units Shackle guidings

2.12 1 pc. Chute for hock unloader Imported

Stainless steel Length: 2.000 mm Width: 500 mm Height: 150 mm

2.13 1 pc. Shackle washer Imported

For entire shackle cleaning All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: 2 Nylon brushes with the length of 1.200 mm Adjustable frame, fixed in a 30° angle towards the overhead conveyor Water spray pipes Drive motors

3 Evisceration Area

3.1 1 pc. Rehanging table Imported

Stainless steel Length: 3.000 mm Width: 500 mm 3 side walls of 100 mm

3.2 1 set Overhead conveyor OC-S/1 Imported

Shackle distance: 6" Length approx. : 40,00 m All components in direct contact to the products, except the conveyor chain, are made of stainless steel or other non-rusting materials Including: Stainless steel conveyor pipe 1 1/4" Galv., hardened chain Synthetic blue trollies with wheels Shackle guidings Drive unit(s) with geared motor Speed controller Chain tensioner Corners 90° resp. 180° Gradients Suspension material for fixing of overhead conveyor system to the existing steel construction of the building

Page 51: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

51

S.No Qty Description Source

3.3 270 pc. Evisceration shackle BFH Imported

Stainless steel Including: Eviscerating shackle 90° bend Suspension rod Cross joint Fixing material to trolley

3.4 1 pc. Vent cutting gun, type KP Imported

For semi-automatic vent cutting Including: Vent gun Balancer Compressed air conditioner Fixing kit to overhead conveyor system

3.5 1 pc. Evisceration trough BFR Imported

All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Stainless steel gutter with height adjustable support Water piping system Washing stations Collecting funnels for giblets Giblet trough Knife holder Disinfection bath

3.6 3 pc. Eviscerating fork, small Imported

For manual evisceration of birds Entirely made of stainless steel and other non-rusting materials

3.7 1 set Lung suction gun LSP Imported

For semi-automatic lung removal Including: Lung gun 5,00 m Suction hose Balancer Fixing kit to overhead conveyor system

3.8 1 set Pneumatic cutter MD Imported

For cutting of legs of layers Including: Cutter, Balancer, Compressed air conditioner Fixing kit to overhead conveyor system

3.9 5 Pc. Knife for abdomen opening Imported

Length: 13 cm

3.10 5 Couteau, 17 mm Messer, 17 mm

Imported

3.11 2 pc. Neck skin slitter Imported

3.12 2 pc. Inside washing unit Imported

For manual inside washing of birds

Page 52: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

52

S.No Qty Description Source

3.13 1 pc. Outside Washer AW Imported

For outside washing of birds Length:1,50 m Width: 0,50 m All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Casing, Water supply pipe with valve Nozzle stocks with cleaning nozzles

3.14 1 pc. Inspection table Imported

For manual peeling of gizzards or inspection after the gizzard harvester All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Base frame Peeler rollers Drive unit Emergency-off switch

3.15 1 pc. Bird unloader Imported

For unloading of birds from eviscerating shackles Shackle distance: 6" All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: 180°stainless steel frame Drive plate Unloader slides Chute

3.16 1 pc. Chute for bird unloader Imported

Stainless steel Length: 3,00 m

3.17 1 pc. E.M.F. Shackle washer Imported

For entire shackle cleaning All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: 2 Nylon brushes with the length of 1.200 mm Adjustable frame, fixed in a 30° angle towards the overhead conveyor, Water spray pipes Drive motors

4 Pre-Chilling

4.1 1 pc. Screw Chiller SC Imported

For pre-chilling of birds after evisceration Length: 6.000 mm Width: 1.600 mm All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Stainless steel tube, Geared motor, speed adjustable Fixed bird unloader Air blower

Page 53: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

53

S.No Qty Description Source

4.2 1 pc. Drying drum Imported

For removing of excess water from birds after chilling All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Rotating separator drum Base frame Drive unit Remark: The drying drum does not remove 100% of the water from birds but only from skin and abdomen of the birds. When using water chilling it is self explanatory that a relative amount of water is absorbed by the muscle fat.

4.3 1 pc. Rehanging table Imported

Stainless steel Length: 3.000 mm Width: 500 mm 3 side walls of 100 mm

4.4 2 Stück Giblet Chiller IK 2000 Imported

For pre-chilling of hearts, gizzards, livers, necks, feet or heads Length 2.000 mm Width: 650 mm All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Stainless steel tub Conveyor screw Speed adjustable drive unit Unloader Remark: The necessary equipment for production of chilled water resp. flake ice has to be provided by client

5 Sorting Area

5.1 1 pc. Carousel type Weigher Imported

Capacity: 2.100 birds/h All components in direct contact to the products are made of stainless steel or other non-rusting materials Including: Base frame, Drive, Weighing units, Unloader

5.2 1 pc. Cone line Imported

For semi-automatic cut-up of Broiler resp. front half filleting Entirely made of stainless steel and other non-rusting components, Overall length: Working length: Including:, Base frame Drive unit, Synthetic cut-up cones Tensioning unit Carcass unloader

Page 54: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

54

S.No Qty Description Source

6 Packaging Area

Birds

6.1 3 pc. Packing table Imported

Table for fixing of packaging funnel or semi-automatic bagger. Stainless steel Dimensions: Length: 1.000 / 550 mm Width:450 / 400 mm

6.2 3 pc. Packaging funnel type VT Imported

For manual packaging of broiler into bags Entirely made of stainless steel and other non-rusting materials

6.3 2 pc. Taper

For bag closing by tape Imported

Parts

6.4 3 pc. Table Imported

Length approx.: 1.000 mm Width approx.: 1.000 mm Entirely made of stainless steel and other non-rusting materials

6.5 3 pc. Foil wrapper Imported

For foil wrapping of trays Including: Wrapping film dispenser Heated sealing plate

Giblets

6.6 2 pc. Table Imported

Length approx.: 1.000 mm Width approx.: 1.000 mm Entirely made of stainless steel and other non-rusting materials

6.7 2 pc. Foil wrapper Imported

For foil wrapping of trays Including:Wrapping film dispenser, Heated sealing plate

7 Offal Transport Area

7.1 1 pc. Offal and feather separator Imported

For separating offals from transport water Entirely made of stainless steel and other non-rusting components Including: Rotating separator drum Base frame Drive unit

7.2 1 pc. Offal pump for dry installation Imported

For offal transport from pump pit to offal separator Separate pit installation on a frame with belt drive Capacity:160 cbm/h Height:12 m Power 5,50 kW, 400 V, 50 Hz

Page 55: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

55

S.No Qty Description Source

7.3 1 pc. Switchbox Imported

For control of offal or recirculation pump Type for integration in sub distribution offal system supplied by EMF Including: Emergency-off switch Level control

7.4 1 pc. Recirculation pump S 45 Imported

Capacity: 25 cbm/h Height:30 m Power 2,20 kW, 400 V, 50 Hz

7.5 1 pc. Buffer tank Imported

To be used as buffer between vacuum pump and collecting tank Capacity: 180 Entirely made of stainless steel and other non-rusting materials Including: Support Tank Inspection / cleaning lid Connector for compressed air and water for cleaning purposes

7.6 1 pc. Vacuum collecting tank Imported

For collecting of residues and lungs resp. Blood Capacity: 800 Entirely made of stainless steel and other non-rusting materials Including: Support Tank Inspection / cleaning lid Connector for compressed air and water for cleaning purposes

7.7 1 pc. Blood collecting tank Imported

For storage of blood Stainless steel execution Capacity 860 Dia 950 mm Height: 1.750 mm Drain: 1 1/2"

7.8 1 Pc. Air compressor Imported

For supply of compressed to different consumer as scalder, vent cutter, vent cutting gun, final inspection machine, lung gun, giblet pumps, drop-off stations Capacity: 200/min. Including: Compressor Drive unit

Page 56: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

56

S.No Qty Description Source

8 Electric Switchboards

8.1 1 Pc. Main distribution board Imported

For connection between local power supply and the related sub-distributions Equipped with all necessary switchgear and control components for the quoted machinery Including: Lacquered steel housing Copper bars Main switch Frequency converters Motor protection switches Fuses Operating switches

8.2 1 pc. Sub distribution board Imported

For connection between main switchboard and the related machinery Equipped with all necessary switchgear and control components for the quoted machinery Including: Stainless steelhousing Operating switches Indicator lamps Line start indicator with optical and acoustic Indication Emergency-off switch

8.3 1 pc. Sub distribution board Imported

For connection between main switchboard and the related machinery Equipped with all necessary switchgear and control components for the quoted machinery Including: Stainless steelhousing Operating switches Indicator lamps, Line start indicator with optical and acoustic indication, Emergency-off switch

8.4 1 pc. Sub distribution board Imported

For connection between main switchboard and the related machinery Equipped with all necessary switchgear and control components for the quoted machinery Including: Stainless steelhousing Operating switches Indicator lamps, Line start indicator with optical and acoustic indication, Emergency-off switch

9 ACCESSORIES

9.1 4 pc. Hand Washbasin Imported

Sensor operated Including: Tap, Splash guard wall

9.2 4 pc. Soap / disinfectant dispenser Imported

Manual operated Stainless steel and synthetic material

Page 57: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

57

S.No Qty Description Source

9.3 4 pc. Soap / disinfectant dispenser Imported

Manual operated Stainless steel and synthetic material

9.4 1 pc. Knife Disinfection Bath Imported

For wall mounting Electrical heated Including: Stainless steel tank Electrical heating Thermometer Knife holder

9.5 1 pc. Boot cleaner Imported

to clean the bootleg and the sole, for 1 boot. Including: Base frame with hand rail, 1 cleaning brush for the sole, 2 cleaning brushes for the shaft 3 drive units

9.6 1 pc. Disinfection unit Imported

Cplt. Pass-through system Entirely made of stainless steel and other non-rusting materials Including: Hand disinfection unit with turnstile Rotating boot cleaning brushes Hand basin Soap dispenser Towel dispenser Hand disinfection unit

9.7 1 pc. Device for drying boots Imported

20 pairs sided. Boot drying rack For 20 pair one sided

9.8 3 pc. Apron washer Imported

Washing unit for aprons and boots

10 Steel Construction Imported/Indian 10.1 5 pc. Steel construction

For suspension of overhead conveyor Made of hot dip galvanized steel Including: IPE 120/140 profiles resp. suare pipes, Floor plates, Fixing screws, Profile connectors, Bracings

NOTE: Plant & Machinery from Asian Countries will not be considered as Imported.

Page 58: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

58

MECHANICAL INSTALLATION

Section I-A : PART-IV

RENDERING PLANT

Following equipments will be needed to establish this facility.

Pre-breaker of appropriate size

Batch Cooker: Batch cooker 500-1500 L with a maximum charge capacity to meet the requirements with a processing time of 5-6 hours including loading and unloading The system uses a special enzyme and steam to process the waste at a maximum temperature of 120oC to 125oC centigrade. The Drive is through a shaft mounted Gear box and includes a automatic temperature recorder.

Shell and tube condenser with cooling tower: This is a Cyclone type separator complete with inlet and outlet connection constructed from stainless steel with captive loose flange connections.

One Spray Condenser: To condense the process vapour from the Cooker Drier by means of

indirect contact with cold water.

The condensor is a vertical, cylindrical design constructed of stainless steel sheet with centrifugal fan complete with electric motor to extract the non-condensable gases from the condensor and pass to atmosphere or to boiler chimney.

Electrical Board: for control of all equipments. The Panel suitable for wall mounting completely assembled and wired up to the

terminal strips with all necessary switches, motor guards, fuses, overload relays, incoming main isolating switches with Ammeter and Voltmeter with Temperature Indicator.

Including all cabling i.e. main cable to the main control panel and main control panel to cooker, drier, driving unit and centrifugal fan. All mounting in the panel to be of Indian Standards specifications.

Raw Material handling system: Material will be handled and transported in stainless steel trolly having roller wheels covering. The capacity of the trolley will be 80kg.

Meat , Meal Handling system: The system consists of one main scroll driven by electric motor though gear box, which is capable of conveying the cooker discharge to a storage bin via a inclined scroll to the Handling and Bagging Area. The cyclone separator is incorporated with this system for collecting meat-meal at the other end. The construction would be in mild steel with necessary Hoppers and Supporting Structure.

STEAM BOILER Technical Specifications:

Steam output (From & at 100 Deg.) kgs / hr as per requirement Working pressure : 10.5 kg /sq.cm Steam Temp : 179.04oC

Chimney: Dia-200mm, required Height Fuel Tank: 1000Ltr. with Day oil tank: 250 liters

Blood Coagulator : 1 No

Page 59: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

59

MECHANICAL INSTALLATION

SECTION I-A

PART-V

COMMON HOT WATER GENERATOR / BOILER,

INCLUDING HYDROPNEUMATIC PUMP

AND PIPING FOR ALL THE SECTIONS S.No Description Unit

1 COMMON HOT WATER GENERATOR /BOILER (Model -AMW -1/Equivalent)

Supply, Erection, Testing & Commissioning of common Hot water Generator with calorifier in utility block, complete with all accessories and fittings of appropriate capacity required to generate and distribute Hot water supply for Goat Halal S/H, Goat Jhatka S/H, Poultry processing Plant

No

MAIN UNIT HSD

Heat exchanger, consisting of two closely wound, helical, concentric coils, arranged to give three passes on flue gas side and made of ERW tubes

No

Shell assembly consisting of a single jacket, enclosing the heat exchanger coil to serve as an integral “Combustion Chamber”, duly insulated externally

No

Monobloc burner suitable for HSD firing with ON-OFF control No Dust protected, pre-wired control panel housing a set of contractors & MCB,

motor protection and fuses

No

Set of water piping connecting the unit & pump No

ANCILLARIES

Centrifugal pump with mechanical seal and motor for hot water circulation No

PIPING

Set of oil piping from flange battery limit to burner

Interconnecting piping between pump outlet and inlet of Hot Water Generator

MOUNTINGS AND FITTINGS

Safety relief valve in hot water out line No.

Non-Return Valve at the fuel bypass line. No.

Filter on fuel line No.

INSTRUMENTS, CONTROLS AND SAFETIES

Temperature Indicator-cum-controller with 2 set points, one for burner ON-OFF control and the other for safety for high outlet water temperature

No

Pressure gauge at fuel pump outlet No

Technical specifications

Heat output =100000 approx Kcal/h

Max outlet tempr.=90 degree approx

Delta T across HWG=11 degree approx

Calorifier working pressure=4Kg/cm2 approx

Water pump flow rate =9m3/hr approx

Unit efficiency= 92% approx

Fuel HSD = 10200 Kcal/kg approx

HSD = approx 10.5 Kg/hr

Power supply = 415 +_ 6%,50HZ +_3%, 3phase,4 wire

Page 60: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

60

S.No Description Unit

Total connected load =2.23 kw approx

Length = 1.1m approx

Width 1.1 m approx

Height 1.85 m approx

Dry weight = 1640kg approx

BOILER HOUSE ACCESSORIES

Fuel oil Service Tank Capacity approx 250 ltrs. with structure. No

Internal Fuel oil piping with valves, NRV and fittings Set

Internal make-up water piping size 25 nb with valves, NRV and fittings Set

Make water tank, Capacity approx 500 ltrs. with structure No

Chimney with ducting approx 200 mmØ ; 12mtr approx . Height ; wall mounted

Set

Hot water piping with insulation 40 nb from unit to calorifier and back Mtr

Globe valve 40 NB,C.I with flanges and fittings Nos.

Non return valve 40 NB ,C.I with flanges and fittings No

Y Strainer 40NB,C.I with flanges and fittings No

Calorifier with insulation, Capacity approx 1000 ltr No

1.1 WATER SOFTNER No Water softener capacities approx 6m3/hr with a water lifting pump ,

complete with all fittings , pumps piping with MS soft water storage tank capacity approx 20000 ltrs mounted at M.S fabricated plateform. Complete with foundation.

1.2 Common Hydro Pneumatic Pump system No

Common Hydro Pneumatic Pump system for warm water 40/60 degree. VARIABLE SPEED BOOSTER SYSTEM System : Booster Pac Vs 2 x CR 10-4/ Equivalent Type - Horizontal System - (1W +1S)

Flow each pump - approx 8.79m3/hr at a pressure approx 3.5 bar to 5 bar Head - approx 35mtr Mkw - approx 1.5 kw

Supply - 3 phase/50 hz Speed - approx. 2900 rpm No of stages /impeller - 4 Moc of pump casing - cast iron Moc pump impeller- SS304 / Equivalent

Moc pump shaft- SS316 / Equivalent No of VFD - 1No Pressure vessel tank -approx 60ltr

1.3 Common 40/ 60 degree Main Pipe Line Distribution of G. I. With fittings

from Pump room to Goat / Sheep Halal, Goat/sheep Jhatka and poultry

process hall G .I. Pipe line of suitable size and quantity with fittings and N R V, Nuts &

Bolts, Gasket from Pump Outlet to Goat / Sheep Halal, Goat/sheep Jhatka and poultry process

Page 61: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

61

S.No Description Unit

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent 'C' Class

50 mm Mtr

Ball valve 50 mm No

NRV 40 mm No

Flange T.E 50 mm No

Insulation of hot water pipe line -50 mm Mtr 1.4 Pipe Line Distribution from Main line to the individual points in

Goat/sheep Halal.

G .I Pipe line of suitable size and quantity with fittings and N R V, Ball Valve / Gate Valve, Flange Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class 25mm Mtr 15mm Mtr Ball valve 25mm No

15mm No

Flange T.E 25mm No 15mm No Insulation of hot water pipe line

25mm Mtr

15mm Mtr

1.5 Pipe Line Distribution from Main line to the individual points in

Goat/sheep Jhatka.

G .I Pipe line of suitable size and quantity with fittings and N R V, Ball Valve / Gate Valve, Flange Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class 25mm Mtr

15mm Mtr Ball valve 25mm No 15mm No Flange T.E 25mm No

15mm No Insulation of hot water pipe line 25mm Mtr

15mm Mtr

1.6 Pipe Line Distribution from Main line to the individual points in poultry

processing plant.

G .I Pipe line of suitable size and quantity with fittings and N R V, Ball Valve / Gate Valve, Flange Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class 25mm Mtr

Page 62: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

62

S.No Description Unit

15mm Mtr

Ball valve 25mm No 15mm No Flange T.E 25mm No

15mm No Insulation of hot water pipe line 25mm Mtr

15mm Mtr

2 Miscellaneous items for above said pipe lines

Brackets, supports structure, Nut bolts, gasket, welding rods, electricity, water, Flexible for connect in the machines, U-Clamp with fastener, Thermometer , pressure gauges ,Painting of pipes and supports etc.

Lot

Page 63: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

63

MECHANICAL INSTALLATION

SECTION -I-A

PART VI

COMMON COLD WATER SUPPLY, HYDROPNEUMATIC PUMP &

PIPING FOR ALL THE SECTIONS

S.No Description Unit

1 Common Hydro Pneumatic pump in utility block for cold water supply, Warm water supply of appropriate capacity with pressure regulator, auto cut off at preset pressure complete with all accessories and fittings, 1st Pump will deliver the output for Goat / Sheep Halal S/H ,Jhatka S/H and poultry processing plant and 2nd pump work as stand by.

No

Complete with foundations as per the requirement

VARIABLE SPEED BOOSTER SYSTEM

System :Booster Pac Vs 2 x CR 10-4/equivalent .

Type - Horizontal

System - (1W +1S)

Flow each pump - approx 8.79m3/hr at a pressure approx 3.5 bar to 5 bar

Head - approx 35mtr

Mkw - approx 1.5 kw

Supply - 3 phase/50 hz

speed - approx 2900 rpm

No of stages /impeller - 4

Moc of pump casing - cast iron

Moc pump impeller- SS304/Equivalent

Moc pump shaft- SS316/Equivalent

No of VFD - 1No

Pressure vessel tank -approx 60ltr

1.1 Main Pipe Line distribution from over head tank to Utility block.

G.I. Pipe Line of suitable size and quantity with trench as per requirement with fittings from Overhead water tank to Hydro pneumatic pump inlet in utility block.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

80mm Mtr.

Ball valve/butterfly valve

80 mm No

Flange T.E No

Y- strainer

80mm No

Page 64: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

64

S.No Description Unit

1.2 Common G .I. Pipe line from Hydropnumatic Pump Outlet to Goat/sheep Halal, Goat /sheep jhatka and poultry processing plant and one tapping point for making 40 degree water of suitable size and quantity with fittings Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

50mm Mtr.

Butterfly valve

50mm No

Flange T.E

50mm No

NRV 50mm No

1.3 G.I Pipe line in Goat/Sheep Halal process hall including toilets.

G .I. Pipe line in Goat halal section of suitable size and quantity with fittings and Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

25mm Mtr.

15mm Mtr.

Ball valve

25mm No

15mm No

Flange T.E

25mm No

15mm No

Flange T.E. with nut bolts, gasket

25mm No

15mm No

1.4 G.I Pipe line in Goat/Sheep Jhatka process hall including toilets.

G .I. Pipe line in Goat halal section of suitable size and quantity with fittings and Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class 25mm Mtr.

15mm Mtr.

Ball valve with Nuts & Bolts, Gasket.

25mm No

15mm No

Flange T.E with Nuts & Bolts, Gasket.

25mm No

15mm No

1.5 G.I Pipe line in poultry processing plant including toilets.

G .I. Pipe line in Goat halal section of suitable size and quantity with fittings and Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class 25mm Mtr.

15mm Mtr.

Page 65: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

65

S.No Description Unit

Ball valve with Nuts & Bolts, Gasket.

25mm No

15mm No

Flange T.E with Nuts & Bolts, Gasket.

25mm No

15mm No

2 Cold water supply in Lairage building . (Goat Halal Section)

2.1 Cold Water supply for Lairage will be tapped from main external services Pipe line of slaughter house .

G .I. Pipe line inside Lairage building of suitable size and quantity with fittings and Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

25mm Mtr 15mm Mtr Ball valve with Nuts & Bolts, Gasket.

25mm no

15mm no

Flange T.E with Nuts & Bolts, Gasket.

25mm no

15mm no 3 Cold water supply in Lairage building . (Goat Jhatka Section)

3.1 Cold Water supply for Lairage will be tapped from main external services Pipe line of slaughter house .

G .I. Pipe line inside Lairage building of suitable size and quantity with fittings and Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

25mm Mtr 15mm Mtr Ball valve with Nuts & Bolts, Gasket.

25mm no

15mm no

Flange T.E with Nuts & Bolts, Gasket.

25mm no

15mm no 4 Cold water supply in Common Live stock market for Goat/Sheep

4.1 Cold Water line for live stock market will be tapped from main Pipe line of slaughter house .

G .I. Pipe line of suitable size and quantity with fittings and N R V, Ball Valve/Gate Valve, Flange Nuts & Bolts, Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

25mm Mtr 15mm Mtr Ball valve with Nuts & Bolts, Gasket.

25mm no

15mm no

Page 66: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

66

S.No Description Unit

Flange T.E with Nuts & Bolts, Gasket.

25mm no

15mm no 5 Miscellaneous items for above said pipe lines

Brackets, supports structure, Nut bolts, gasket, welding rods, electricity, water, Flexible for connect in the machines, U-Clamp with fastener, Thermometer , pressure gauges , Hose reel. Nozzeles, Painting of pipes & supports etc.

Lot

Page 67: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

67

MECHANICAL INSTALLATION

SECTION I-A

PART-VII

COMMON COMPRESSOR WITH PIPE LINE

S.No Description Unit

1 COMMON AIR COMPRESSOR AND PIPING

1.1 Air compressor

Common Compressor of suitable capacity, Model GA -11+ -7.5 Air cooled Pack/ equivalent (Details in annexure- I) including air dryer , filter and air receiver complete with foundations for Goat /sheep Halal, Goat/sheep Jhakta and poultry processing hall to be installed in utility block.

No

1.2 Common compressed air line for Goat/sheep Halal, Goat/sheep

Jhakta, poultry process hall

Common M.S Main Pipe line distribution of suitable size with fittings from Compressor to Goat Halal, Goat Jhakta, poultry process hall along with the Gate Valve/Ball valve, M.S Flange, M.S Bend, Pressure Gauge with siphon (Dial 0-10kg/cm2), Nuts & Bolts and Gasket.

Make: Jindal/ TATA/ Prakash/ Surya/ equivalent make 'C' Class

50mm Mtr

20mm Mtr

Ball valve with nut bolts ,gasket

50mm No

20mm No

Flange T.E with nut bolts, gasket

50mm No

20mm No

1.3 Air line from main pipe line to individual air point in Goat/sheep Halal

section.

M.S Pipe Line distribution of suitable size and quantity along with fittings and Gate Valve/ Ball Valve, M.S. Flange. FRL Unit with Flexible pipe, coupler for Equipments, Nuts & Bolts, Gasket from Main Pipe line to the individual points of Goat/sheep halal Plant & Machinery

15mm Mtr

Ball valve with nut bolts, gasket

15mm No

Flange T.E with nut bolts, gasket

15mm No

1.4 Air line from main pipe line to individual air point in Goat/sheep

jhatka section.

M.S Pipe Line distribution of suitable size and quantity along with fittings and Gate Valve/ Ball Valve, M.S. Flange. FRL Unit with Flexible pipe, coupler for Equipments, Nuts & Bolts, Gasket from Main Pipe line to the individual points of Goat/sheep Jhatka Plant & Machinery

15mm Mtr

Ball valve with nut bolts, gasket

Page 68: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

68

S.No Description Unit

15mm No

Flange T.E with nut bolts, gasket

15mm No

1.5 Air line from main pipe line to individual air point in Poultry

Processing Plant

M.S Pipe Line distribution of suitable size and quantity along with fittings and Gate Valve/ Ball Valve, M.S. Flange. FRL Unit with Flexible pipe, coupler for Equipments, Nuts & Bolts, Gasket from Main Pipe line to the individual points of poultry processing plant.

15mm Mtr

Ball valve

15mm No

Flange T.E

15mm No

2 Miscellaneous items for above said pipe lines

FRL Unit with PU flexible pipe, coupler for Equipments, Nuts & Bolts, Gasket, Brackets, supports structure, welding rods, electricity, U-Clamp with fastener, Thermometer, pressure gauges, Painting of pipes and supports etc.

Lot

Page 69: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

69

MECHANICAL INSTALLATION

SECTION I-A

PART- VIII

PERSONAL HYGIENE EQUIPMENTS FOR ALL THE SECTIONS

S.NO Description Source Unit Goat

Halal

Goat

Jhatka

Poultry Total

1 Racks for aprons and helmet With 20 hooks distance 200mm Triple row execution wall fastening made of stainless steel

Imported pcs 1 1 1 (with 4 hooks)

3

2 Modular Hygiene station Imported pcs 1 1 2

star cleaning type23881 with a 1.600mm sole cleaning module switch cabinet and rail on one side slot for 23 I packet and two satir sensor actuation , inlet control type 23740 in right hand design dimension :2.670x940x1.860mm power supply:400v 3/N/PE,50-60 HZ power consumption 0.8 kW water supply : 3/4", mix water T=43 degree C, drain :R1 1/2

3 Boot wash machine Type 23800 Imported pcs 1 1 1 3

4 Handwash with knife sterilizing basin cleaning basin type 2041 with sterlizing basin type 2150 completely of stainless steel

Imported pcs 4 4

5 Apron wash cabin including knife sterilizer completely of stainless steel

Imported pcs 1 1

6 Foaming cleaning system ,complete with all accessories

Imported Set 1 1 1 3

Topax- 66 of 20ltr can Imported Nos 10 10 5 25

Page 70: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

70

Mechanical Installation

Section I-A

PART-IX

Refrigerated Vans for all sections

S.No Unit Description Source

1 No TATA -407 Mobile Ref Van complete with construction of 10 ft long container puff insulation having stainless steel inside and painted G.I. Sheet outside & one door

Indian

Container size - 10 ft × 6.5 ft × 6.75 ft

Container in - (-) 18°C to 20°C

Alternatively

No Eicher/Mitsubishi Mobile ref. Van Complete with construction of 12 ft long container puff insulation having stainless steel inside and painted G. I. Sheet outside & one door.

Indian

Container size - 12 ft × 6.5 ft × 6.75 ft

Container in - (-) 18°C to 20°C

Project development including pre-engineering, preparation of final drawings, final layout plans by us. Supply , as per requirement, on turnkey basis. Cost of Indian & Machinery including work Contract Tax on the above items and service tax on project Development.

Page 71: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

71

Mechanical Installation

Section I-A

PART-X

MODEL MEAT RETAIL SHOP

Size of the Outlet: The minimum space required for the sale of raw meat and processed products of mutton and chicken should be 200 sq. feet. Fish should not be allowed to be sold in the same premises, except for the packed and frozen fish and its products.

Lay Out of the Outlet: The typical layout of the meat stall for sale of the meat as described in the IS 7053: 1996 – Indian Standard: Meat and Meat Products – Basic Requirements for a Stall for Sale of Meat of Small and Large Animals. However, the sale counter or entry room should have sufficient space to accommodate at least one display counter (5 x 3 feet), one deep freezer of at least 150 lit. capacity and one marble top raised platform for sales counter. There will be a provision of at least one fly killer (18”x 2 tubes), air curtain (1.2 meter), geyser (25 lit. capacity), SS wash basin, rack / box for keeping butcher knives, packaging materials etc.

List of Equipments

S. No. Equipment description

1 Display Counter at -15C temp - min 5ft x3 ft) 2 Deep freezer at 20C+ temp 3 Gen Set – 5 KVA 4 Fly killer - 18”x 2 tubes 5 Air curtain - 1.2 meter)

6 Electronic Wt. Scale with printer – 10 kg capacity 7 Butcher's Table – SS – 3 x 2 feet 8 Butcher's knives – set of 6 pieces 9 Cutting Sheet/ Chopping pad – 2 x 3 feet

10 Packaging Material – made of food grade plastics (IS 10171 : 1987)

11 Crates, Display Trays, Butcher's aprons etc Q.S.

12 Geyser – 25 lit. capacity 13 Defrost-microwave -Optional 14 Sitting Chair 15 Any other items

Civil Construction: The civil construction will include phase lifting of the existing retail meat outlet so as to convert them into a suitable place for hygienic processing, storage and sale of meat and meat products. Following points needs to be considered for the civil construction work.

(i) Floor and walls: Floor shall be made of impervious and non- slippery materials. The slope of the floor shall be not less than 5 cm in 3m. The interior wall surfaces of the meat preparation room and the ante – room shall be finished with smooth, hard and impervious materials, such as glazed tiles or hygienic panels, etc. up to a height of not less than 1.8 m from the floor level.

(ii) Fittings and Equipment: The retail outlet shall have fittings which are non-corroding and non-rusting type.

(iii) Door: Wire mesh door or other glass door shall be provided between verandahs, ante-room as fly proof measure. The door should be of self closing type. There should be a provision of air curtain above the door.

Page 72: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

72

(iv) Preparation Room: Preparation Room should be well ventilated and cool. Screened ventilators shall be provided near the ceiling for facilitating cross- ventilation. An electric fan and an exhaust fan may preferably be provided inside the preparation room. Care shall be taken that no direct sunlight falls on the dressed carcasses. The room shall suitably be made fly-proof and provided with fly- tarps.

Packaging of Meat and Meat Product: Prepared meat shall be packed in waxed paper and then placed in polyethylene bags or packed directly in bags made of food grade plastics (IS 10171:1987)

Employees’ Hygiene: For employees hygiene the practices described in 4.6 of IS 8182: 1976 shall be followed.

Page 73: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

73

SECTION –I B

Electrical Installation

Page 74: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

74

SECTION I-B : ELECTRICAL INSTALLATION

PART -I : L.T PANELS AND DISTRIBUTION BOARDS

PART II : POWER AND CONTROL CABLES

PART III : SAFETY EQUIPMENTS

PART IV : EARTHING

PART V : LIGHTING PROTECTION

PART VI : LIGHT POINT WIRING

PART VII : EXTERNAL LIGHTING

PART VIII : LIGHT FITTINGS

PART IX : DG SETS WITH AMF PANEL AND

SYNCHRONIZATION

PART X : ELECTRICAL WORK FOR PLANT &

MACHINERY

Page 75: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

75

SECTION –I C

CIVIL WORKS

Page 76: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

76

CIVILCONSTRUCTION WORK

SECTION - I – C

CIVIL CONSTRUCTION WORK

SECTION - I – C PART - I Two Slaughter House Buildings, one for Jhatka & the other for Halal

separated by common Utility Services and Poultry Processing Plant, Each building will have independent entry and exit, Personal Hygiene Section, workshop, toilets, control office, dispatch of bi-products and offal etc.

PART - II Common Livestock market with Pans for Goat/Sheep

PART - III Two separate Lairage Building for Goat/Sheep (Halal & Jhatka) sections.

PART – IV Guard Room/Pump House.

PART - V Gate work

PART - VI One Common overhead/ Underground water tank –200 KL

Page 77: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

77

PART – I : SLAUGHTER HALL – QUANTITY 3 NOS BUILDING : SLAUGHTER HALL EACH

SIZE : As per drawing

CLEAR HEIGHT : 5.50 M ( approx..) for goat/sheep (Halal) & (Jhatka)

ROOF : REINFORCED CEMENT CONCRETE SLAB

FOUNDATION : R.C.C WITH PLINTH BEAM

COLUMNS : R.C.C

FLOORING : RCC FLOOR

FLOOR FINISH : KOTA STONE AND CC IN SHEEP PAN AREA

FINESH FLOOR LEVEL : 1.20 M HIGH ABOVE GROUND LEVEL( approx..)

SLOPE : 1: 100 mm.( approx..)

DOOR/WINDOW : ALUMINIUM POWER COATED SECTIONAL INCLUDING COMPLETE FITTINGS

PART – II: COMMON LIVE STOCK MARKETS – QUANTITY 1 NOS BUILDING : COMMON LIVE STOCK MARKET

SIZE : As per drawing

HEIGHT : 4.5 M TO 6.00 M (Approx)

FOUNDATION : R.C.C

COLUMNS : STEEL

ROOFING : PREFABRICATED STEEL TRUSSES WITH COLOURED GI SHEETING AND SIDE CLADDING

FLOORING : CC FLOORING

WALLS : BRICK WALLS UPTO 1.50 M(Approx) HEIGHT

PARTITION : G.I RAILINGS/ GATES

DRAIN : DRAINS WITH GI GRATINGS FOR CLEANING

PART – III: LAIRAGE BUILDING – QUANTITY 2 NOS

(BRIEF DETAILS FOR 1 NO BUILDING)

BUILDING : LAIRAGE BUILDING

SIZE : As per drawing

HEIGHT : 4.5 M TO 6.00 M APPROX

FOUNDATION : R.C.C

COLUMNS : STEEL

ROOFING : PREFABRICATED STEEL TRUSSES WITH

Page 78: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

78

COLOURED GI SHEETING AND SIDE CLADDING

FLOORING : CC FLOORING AND DRAIN WITH GRATINGS

WALLS : BRICK WALLS UPTO 1.50 M HEIGHT

PART – IV:GUARD ROOM/PUMP HOUSE

(BRIEF DETAILS FOR BUILDING) BUILDING : GUARD ROOM

SIZE : As per drawing

HEIGHT : 3 M Approx

FOUNDATION : R.C.C.

COLUMNS : R.C.C.

ROOFING : R.C.C. WITH MUD PHUSKA WATER PROOFING

FLOORING : KOTA STONE

PART - V : GATE WORK

(BRIEF DETAILS ) GATE : MAIN ENTRY GATE

SIZE : As per drawing

SUB GATE : As per drawing

FOUNDATION : R.C.C. COLUMNS

MATERIAL : MS TUBES OF DIFFERENT SIZES INCLUDING FITTINGS & RAILS

PART - VI :COMMON OVERHEAD/UNDERGROUND WATER TANK BUILDING : ONE COMMON OVERHEAD WATER TANK

CAPACITY : 200 CUM approx (Each)

HEIGHT : BOTTOM HEIGHT OF OVERHEAD TANK FROM FINISH GROUND LEVEL IS 18.00 MTRS TO 20.00 MTRS HIGH approx. (FOR OVERHEAD IF EXECUTED)

STRUCTURE : COMPLETE R.C.C STRUCTURE WITH THE FACILITY OF STAIRCASE

Page 79: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

79

SECTION –I D

Common & Misc. Services

Page 80: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

80

COMMON & MISC. SERVICES

SECTION - I – D

PART- I CIVIL S.No DESCRIPTION UNIT

1.0 Site Preparation

1.1 Geotechnical investigation

Carrying out the Soil investigation by drilling bore holes

Per 100sqm

Dynamic Cone Penetration Test Field Test Laboratory Test Analysis of the data & recommendations of foundations

1.2 Contour surveying Per 100sqm

1.3 Surface dressing of the ground including removal vegetation & in-equalities not exceeding 15 cm deep and disposal of rubbish, lead up to 50 m and lift 1.5m in all kind of soil.

Per 100sqm

1.4 Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30 cm in depth,1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50 m and lift upto 1.5 m, disposed earth to be leveled and neatly dressed. Hard rock (requiring blasting)

Per 100sqm

2.0 Construction of Drunk Pit

Construction of Dunk pit 1200×600×1000 (inside) with one brick thick brick wall with inlet and out let drain with brick of class designation 75 in cement mortar 1:4 (1 cement 4: coarse sand) plastered 12 mm thick with 1: 4 91 cement :4 coarse sand ) finished with a floating coat of neat cement on inside and exposed surface having two half brick walls 850 deep and embedded both the sides cover with open able 1mm thick MS sheet having support of 50×50×5mm angle bed concrete 1:4:8 (1 cement : 4 coarse sand :8 graded stone aggregate 40mm nominal size) with a floating coat of neat cement including all earth excavation , refilling and disposal of surplus earth complete as per design.

1 EACH

3.0 Interconnection of external drain with chambers

Excavating trenches of required width for pipes, etc and then returning the soil as required, in layers not including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm.

Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar

Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) up to haunches s including bed concrete as per standard design :

Constructing masonry Chamber 90×90×100 cm, inside with 75 class designation brick work in cement complete as per standard design.

RMT

Page 81: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

81

S.No DESCRIPTION UNIT

4.0 Pipe line for storm water drainage with chambers

Excavating trenches of required width for pipes, etc and then returning the soil as required, in layers not including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm. Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) up to haunches s including bed concrete as per standard design : Constructing masonry Chamber 90x90x100 cm, inside with 75 class designation brick work in cement complete as per standard design.

RMT

5.0 Pipe line for sewer with manholes

Excavating trenches of required width for pipes, etc and then returning the soil as required, in layers not including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm.

Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar

Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) up to haunches s including bed concrete as per standard design :

Constructing brick masonry circular type manhole 0.90 cm, internal dia at bottom as per standard design.

RMT

6.0 Pipe line connection from all buildings to ETP with chambers

Excavating trenches of required width for pipes, etc and then returning the soil as required, in layers not including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm.

Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar.

Providing and laying cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) up to haunches s including bed concrete as per standard design :

Constructing masonry Chamber 90x90x100 cm, inside with 75 class designation brick work in cement complete as per standard design :

7.0 Construction of Mullion Columns

Excavation of column foundation and laying PCC 1:4:8 for column footing and casting of column upto required height 300 × 300 mm with complete steel and standard design.

Each

Page 82: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

82

S.No DESCRIPTION UNIT

8.0 Construction of internal RCC Road Work

Excavation in soil upto a depth of 300mm including the site clearance, compacting the exposed surface with 10 ton roller, providing and laying of 2 layers of W.B.M.100mm each as per the specifications of Indian Road Congress, providing layer of 100mm P.C.C.(1:4:8)over W.B.M. Then providing a final layer of 150 mm R.C.C. (1:2:4) with steel reinforcement of Tor 8 mm dia @ 250 mm c/c

Sqm

9.0 Barbed Wiring

Fencing with angle iron post placed at required distance embedded in cement concrete blocks, every 15th post, last but one end post and corner post shall be strutted on both sides and end post on one side only and provided with horizontal lines and two diagonals interwoven with horizontal wires, of barbed wire 9.38 kg per 100 m (minimum) between the two posts fitted and fixed with G.I. staples, turn buckles etc. complete. (Cost of posts, struts, earth work and concrete work to be paid for separately) :- Payment to be made per metre cost of total length of barbed wire used.

RMT

10.0 Boundary Wall

Excavation of column foundation upto1.5 m deep from NGL at the inter distance of every 4 m c/c column(300x300mm)connected with plinth beam (230x300mm) and above brick work 230mm upto the height of 1.50m, top finished with 100mm thick cement concrete Plastered both sides and painted as per the direction.

RMT

11.0 Greenery

Grassing with ‘Doob’ grass including watering and maintenance of the lawn for 30 days or more till the grass forms a thick lawn free from weeds and fit for mowing including supplying good earth if needed (the good earth shall be paid for separately).In rows 5 cm apart in either direction.

Sqm

12.0 Electric Sub Station Room

Construction of RCC foundation for transformer and DG set of 8.0 × 10.0mtr height 900mm above from NGL complete as per the standard design.

Cum

13.0 Land filling

Earth work in filling with good earth brought from out-side Including cost of cartage & Soil compaction In layers not exceeding 20 m in depth, Breaking clods, watering, rolling each layer with ½ ton roller, ramming with Steel rammers and rolling every 3rd layer & top most layer with 10.00 ton power roller and dressing up under floor, road, etc. complete

cum

14.0 Cleaning of site and disposal of Malwa

Clearing jungle including uprooting of rank vegetation, grass, brush wood, trees and saplings of girth upto 30 cm measured at a height of 1 m above ground level and removal of rubbish upto a distance of 50 m outside the periphery of the area cleared.

Sqm

15.0 Cutting of Rocks and disposal

Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30 cm in depth, 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead upto 50 m and lift upto 1.5 m, disposed earth to be leveled and neatly dressed.Hard rock (requiring blasting)

Cum

Page 83: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

83

COMMON & MISC. SERVICES

SECTION - I – D

Part II -Mechanical S.No Description Unit

1 EXTERNAL SERVICES

1.1 Laying of common G.I pipe lines for distribution to different blocks/area/greenery including trench as per the requirement of suitable size and quantity with fittings and Ball Valve / Gate Valve, Flange Nuts & Bolts, Gasket.

Jindal/ TATA/ Prakash/ Surya/ equivalent make 'B' Class

80mm Mtr

Butterfly valve/ Ball valve

80mm No

Y -strainer

80mm No

1.2 Boring and Borwell pump 7.5HP or equivalent Nos

G.I. Pipe Line of suitable size and quantity with all fittings, flanges valves, nut bolts, gasket from borwell pump to overhead tank.

50 mm Mtr Ball valve

50 mm No

2 Miscellaneous items for above said pipe lines

Brackets, supports structure, Nut, bolts, gasket, welding rods, electricity, water, U-Clamp with fastener, pressure gauges, painting of pipes, Trenches for underground pipes etc.

Lot

PART III: TELEPHONE INTERCOM SYSTEMS S.No Description Unit

TELEPHONE & INTERCOM SYSTEM

1. Supplying and installation of RJ 11 Telephone jack modular with switch box and plate including connection etc. as required

Nos.

2. Providing & laying multi pair telephone cable unarmoured PVC insulated and sheath 0.61 mm dia annealed tinned copper conductor in existing conduit system, including connection at both ends.:- Size 3 pair telephone cable

Mtr.

3. Providing & laying armoured telephone cable, PVC insulated 0.61 mm dia annealed tinned copper conductor in underground system including identification and connection at both ends.:- Size 10 pair armoured telephone cable

Mtr.

Page 84: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

84

SECTION –I E

Effluent Treatment Plant

(E T P)

Page 85: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

85

EFFLUENT TREATMENT PLANT

SECTION I- E

(Capacity 350-400 KLD as per requirements and availability of space

at project site) S.No. Description Quantity

CIVIL Units

1 Bar Screen chamber MOC : RCC M30 Size: As per requirement

1

2 Scum Trap Unit MOC: RCC M30 Size: As per requirement

1

3 Primary Clarifier MOC: RCC M30 Size: As per requirement

1

4 Collection / Equalization Tank MOC: RCC M30 Size: As per requirement

1

5 Anaerobic Digester/Filter MOC: RCC M30 Size: As per requirement

1

6 Aeration Tank MOC: RCC M30 Size: As per requirement

1

7 Secondary Clarifier MOC: RCC M30 Size: As per requirement

1

8 Supernant Tank MOC: RCC M30 Size: As per requirement

1

9 Sludge Drying Beds MOC: CC base & Brick Masonry Size: As per requirement

1

10 RCC Foundations for Pumps, Blowers, Dosing Tanks, Pressure Filters etc.,

1

11 Walkways, Foot paths, Drains, Manhole chambers etc., within the battery limits

1

12 Construction of Operators room, chemical storage and MCC room. MOC : RCC 1:2:4 Size: As per requirement

1

MECHANICAL, ELECTRICAL, INSTRUMENTATION AND

PIPING WORKS FOR EFFLUENT TREATMENT PLANT 400

KLD

1 Bar Screen . MOC: SS 304 Size: 1.0x1.00 in SS round of 8mm dia at 8mm spacing

2

2 Scum remover MOC: MS EP, V' belt drive with helical gear box at 12 RPM Size: 1.0x2.50

1

Page 86: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

86

3 Primary Clarifier MOC: MSEP, Drive rating 1 HP to suit in 2.50 dia 2.5 SWD.

1

4 Floating aerator to accommodate in equalization Tank MOC:FRP, Drive Capacity, 5HP, Shaft: Fully machined solid shaft.

1

5 Chemical dosing Tank, Agitator and Dosing Pump MOC of Tank : HDPE, Agitator with helical reduction gear box, dosing pump capacity 12 Ltrs./ hr.

2

6 Raw effluent feed pumps Type: Self Priming, capacity 2cum/hr., head 10 M Head

2

7 Primary clarifier sludge Transfer pumps Type: Self Priming, capacity 2cum/hr., head 10 M Head

2

8 BIO Fills: To fill in anaerobic Filter Size: 4.0x4.0x1.00

1

9 Nutrient dosing tank with agitator and dosing pump. 2

MOC of Tank : HDPE, Agitator with helical reduction gear box, dosing pump capacity 12 Ltrs./ hr.

10 Air Diffuser & Purging grid in AT of 5.5x3.50, 8.6X4.0 SWD .

1

11 Air Blowers: Twin lobe air blowers - Roots type

2

12 Secondary clarifier mechanism, MOC: MSEP, Drive rating 1 HP to suit in 3.5 mtr dia 3.0 SWD.

1

13 Bio Sludge recycling pumps: 2

Type: Self Priming, capacity 2cum/hr., head 10 M Head 14 Chlorine dosing tank, agitator and pump MOC of Tank : HDPE,

Agitator with helical reduction gear box, dosing pump capacity 12 Ltrs./ hr.

1

15 Pressure feed pumps , Type: Self Priming, capacity 5 cum/hr., head 30 M

2

16 Duel media pressure filter Flow rate - 5.0 Cum /hr. MOC-MS 1

17 Activated carbon filter Flow rate -2.0 Cum /hr. MOC -MS

18 Providing Gas flare stack along with moisture trap, flame arrester, pressure relief valve etc.

1

19 Providing of Interconnecting pipes between tanks in MS ERW flanged ends with rubber lining

1

20 Suction and discharge lines between pumps and tanks in MS,HDPE pipes, necessary fittings valves etc., within the battery limits.

1

21 Providing of Motor control center with 1 No. incomer and 22nos. Outgoing feeders, with star delta /DOL starters, control wiring an metering alignment

1

22 Providing of control / power wiring within the battery limits to individual equipments along with local push button stations.

1

23 Providing of MS Structures for supporting pipe lines, electrical cables, instruments etc., within the battery limits.

1

Page 87: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

87

SECTION –I F

Miscellaneous Work

Page 88: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

88

MISCELLANEOUS WORK

SECTION I-F

S.NO Description Unit

MAIN ELECTRIC SUBSTATION

A. VCB PANEL (1 No.) 1 Control cables & termination

2 Earthing

MISCELLANEOUS WORK

SECTION I-G

FIRE FIGHTING SYSTEMS S.No Description Qty

Fire Fighting System for proposed Slaughter House / Abattoir consist of Hydrant System for the Protection of Slaughter House Buildings, Parking and Retiring room areas etc.

As per requirement

MISCELLANEOUS WORK

SECTION I-H

LABORATORY EQUIPMENTS

S.No Description

1 Tables, Stools, Chairs

2 Microscope- Simple

3 Microscope- Compound

4 Gas Burners (3)

5 Water bath

6 Hot air oven 7 BOD incubator

8 Autoclave (Vertical)

9 Pressure cooker - 2 Ltrs

10 pH meter

11 pH meter - Probe type

12 Tissue homogenizer

13 Stomacher

14 Knife sterilizer

15 Set of knives

16 Meat cutting boards

17 Refrigerator- 300 Ltrs

18 Deep Freezer -20 degree C

19 Weigh Balance

20 Glassware

21 Media & Chemicals

The above list of equipment and reagents is an indicative list. The bidder(s) will submit the list of equipments required / offered in their bid

Page 89: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

89

SECTION –I G

Concept Drawings

Page 90: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

90

Page 91: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

91

SECTION - II

FORMATS

Page 92: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

92

8.1 BID SECURITY FORMAT In consideration of the Municipal Corporation of Gurgaon (hereinafter called “MCG”

which expression shall include any entity which MCG may designate for the purpose) having agreed, interalia, to consider the bid of M/s …………… …… ……

………… …… which will be furnished in accordance with the terms of the Request for Proposals for the Project(s) Establishment and Maintenance of Modern Slaughter

House at Gurgaon envisaging “RFP” in lieu of the Bidder being required to make a cash deposit, we (Name of the bank) hereinafter called the “Bank” which expression shall include our successors and assigns, as to bind ourselves our successors and assigns do at the instance of the Bidder hereby unconditionally and irrevocably undertake to pay as primary obligor and not as surety only to MCG without protest or demand and without any proof or condition the sum of Rs. 45.00 Lakhs (Rupees Forty Five Lacks

only).

1. We, the Bank, do hereby unconditionally and irrevocably undertake to pay forthwith (and in any event within five days) the amounts due and payable under this Guarantee without any delay or demur merely on a written demand from MCG stating that the amount claimed is due by reason of the occurrence of any of the events referred to in the RFP. Any such demand made on the Bank by MCG shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, the Bank’s liability under ‘this Guarantee shall be restricted to an amount not exceeding Rs. 45.00 Lakhs (Rupees Forty Five Lacks

only).

2. We, the Bank unconditionally undertake to pay to MCG any money so demanded under this Guarantee notwithstanding any dispute or disputes raised by the Bidder or any other party including in any suit or proceeding pending before any court or tribunal relating thereto or any instructions or purported instructions by the Bidder or any other party to the Bank not to pay or for any cause to withhold or defer payment to MCG under this Guarantee. The Bank’s liability under this Guarantee is irrevocable, unconditional, absolute and unequivocal. The payment so made by the Bank under this Guarantee shall be a valid discharge of the bank’s liability for payment hereunder and the Bidder shall have no claim against the Bank for making such payment.

3. We, the Bank further agree that the Guarantee herein contained shall remain in full

force and effect up to and until Validity period i.e. 120 days from (..date…. ..) to

(..date…...) , 2015. Unless a demand or claim under this Guarantee is made on the Bank by MCG in writing on or before the said End Date the Bank shall be discharged from all liability under this Guarantee thereafter.

4. We, the Bank further agree with MCG that MCG shall have the fullest liberty

without the Bank’s consent and without affecting in any manner the Bank’s

obligation hereunder to vary any of the terms and conditions of the RFP or to extend

or postpone the time of performance by the Bidder or any other party from time to

time or postpone for any time or from time or postpone for any time or from time to

time any of the powers exercisable by MCG against the Bidder or any of them

and to enforce or to forbear from enforcing any of the terms and conditions

relating to the RFP and the Bank shall not be relieved from it liability by

reason or any forbearance act or omission on the part of MCG, or any indulgence

given by MCG To the Bidder or any other party or by any such matter or thing

whatsoever which under the law relating to securities would, but for this

provision, have the effect of so relieving the Bank.

5. To give full effect to the obligations herein contained, MCG shall be entitled to act

Page 93: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

93

against the Bank as primary obligor in respect of all claims subject of this Guarantee

and it shall not be necessary for MCG to proceed against the Bidder or any other

party before proceeding against the Bank under this Guarantee and the Guarantee

herein contained shall be enforceable against the bank as principal obligor.

6. This Guarantee will not be discharged or affected in any way by the liquidation

or winding up or dissolution or change of constitution or insolvency of any

individual member of the Bidder or any other party or any change in the legal

constitution or insolvency of the Bidder or any other party or any change in the

legal constitution of the Bank or MCG.

7. We, the bank lastly undertake not to revoke this Guarantee during its currency except

with the previous consent of MCG writing.

Notwithstanding anything contained herein.

a) Our liability under the Bank Guarantee shall not exceed Rs. 45.00 Lakhs

(Rupees Forty Five Lacks only).

b) The Bank Guarantee shall be valid up to (date….…..) , 2015 i.e. 120 days.

c) We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only if you serve upon us a written claim or demand on or before (date…..…..) , 2015 .

IN WITNESS WHEREOF THE BANK HAS SET ITS HANDS HERETO

ON THE DAY, MONTH AND YEAR MENTIONED HEREUNDER.

Page 94: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

94

8.2 CONTRACT FORM

THIS AGREEMENT is made and executed on the day of ............................20 ......................between the President of India acting through Gurgaon Municipal Corporation having its Registered office at Gurgaon(hereinafter referred to as "the Purchaser") of the ONE PART and M/s ......... ............... ........... ........... ............. ........(herein after referred to as lithe Supplier", which expression, shall , unless repugnant to the context or meaning thereof, include the heirs, successors, assignees, executors and administration of the Contractor) of the OTHER PART.

WHEREAS the Purchaser is desirous that certain Goods and ancillary Services should be provided by the Supplier, viz. to Supply, installation, testing and commissioning of Modern abattoir for Goat/sheep (Halal& Jhatka) and Poultry processing plant) facility complete with all services equipment piping. Cabling, Earthing including Civil Construction work, Electrical work, Rendering Plant and Effluent Treatment Plant including construction of Lairage, Internal Road work, etc. on Turnkey basis for the proposed slaughter house at Gurgaon.

and has accepted a bid submitted by the Supplier in response to the Purchaser's Bidding Document Reference Gurgaon Municipal Corporation for the supply of those Goods and Services in the sum of Rs .........................(hereinafter “the Contract Price").

AND Whereas the Purchaser has placed the project funds with the Gurgaon Municipal Corporation (hereinafter Gurgaon Municipal Corporation) is to disburse payments on· the recommendation/ certification of the concerned officer / Committee Constituted by Gurgaon Municipal Corporation.

1. In this agreement words and expressions shall have the same meaning as in the Terms and Conditions and in Section-I in the above referred Bidding Document.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz:

a) The bid and the price schedule submitted by the supplier:

b) The schedule of requirements/list of items and the technical specifications in Sections II in the above referred Bidding Document:

c) The terms and conditions in Section-l in the above referred Bidding Document:

d) The Purchaser's Purchase Order No ........................................ dated ...........................(File Ref.............................................................. ).

3. In consideration of the payments to be made by the Owner to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the purchased to providing Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Purchaser's Purchase Order and Bidding Document.

4. The Purchaser hereby covenants to pay the Supplier through Municipal Corporation of Gurgaon, in consideration of the provisions of the Goods and Services and the remedying of the defects therein, the Contract Price or such other sum as may become payable under the provisions of the Purchase Order at the times and in the manner prescribed in the Purchase Order and Bidding document.

IN WITNESS whereof of the parties hereto have caused this agreement to be executed in accordance with their respective laws the day and year first above written.

Signed, sealed and delivered for and on behalf of the within named Purchaser by the hands of its

Page 95: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

95

Authorised Signatory. (The Purchaser) In the Presence of: Witness

1. Signature: .................................................... Name :..................................................... Address :.....................................................

2. Signature:.....................................................

Name :..................................................... Address :.....................................................

Signed, sealed and delivered for and on behalf Of the within named Supplier by the hands of its Authorised Signatory (The Purchaser) In the presence of: WITNESS:

1. Signature: .................................................... Name :..................................................... Address :.....................................................

2. Signature:.....................................................

Name :..................................................... Address :.....................................................

The Contractor shall not fill up this form

Page 96: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

96

8.3 PERFORMA OF BANK GUARANTEE FOR

PERFORMANCE SECURITY (On Non- Judicial stamp Paper of Rs 100/-)

Bank Guarantee No. Date: This deed of guarantee made this ................ day of 20............... (Two Thousand and ................................................................... ) by (Name & address of the Bank), hereinafter referred to as the bank which shall unless repugnant to the context or the meaning thereof includes its legal representatives successors and assignees and the Gurgaon Municipal Corporation (hereinafter referred to as the Gurgaon Municipal Corporation) which expression shall unless repugnant to the context or meaning hereof include its legal representative, successors or assignees.

Whereas the ...............................................................................................hereinafter referred' as Gurgaon Municipal Corporation has awarded a contract no .................................................. on M/s ............ ....................... ......................... ...... .. .. (Name & the address of the party), hereinafter referred to as the Contractor, to Supply, installation, testing and commissioning of Modern abattoir for Goat/sheep (Halal& Jhatka) and Poultry processing plant ) facility complete with all services equipment piping. Cabling, Earthing including Civil Construction work, Electrical work, Rendering Plant and Effluent Treatment Plant including construction of Lairage, Internal Road work, etc. on Turnkey basis for the proposed slaughter house at Gurgaon.

And whereas, the Contractor has agreed to submit a performance security in the form of a bank guarantee to the Municipal Corporation of Delhi as per the terms and conditions of the bidding documents and the contract which will be kept valid upto ................................ (12 calendar months) from the date of bank guarantee. And whereas, the bank and its duly constituted agent and officer has already read and understood the contract made between the Gurgaon Municipal Corporation and the Contractor.

In consideration of the Gurgaon Municipal Corporation having agreed to award the Contract on the Contractor, we ....................................................., (the bank), do hereby guarantee, undertake, promise and agree with the Gurgaon Municipal Corporation its legal representative, successors, and assignees that the within named (the name of the Contractor) their legal representatives and assignees will faithfully perform and fulfil everything within the bidding document and the Contract order on their part to be performed or fulfilled, at the time (time being the essence of the Contract) and in the manner therein provided, do all obligations there under and we further undertake and guarantee to make payment to the Gurgaon Municipal Corporation a sum of Rs ...................(Rupees .................................................................. only) being the sum agreed upon mutually, do not faithfully perform and fulfil everything within the bidding document and the Contract Order on their part to be performed or fulfilled, at the time and in the manner there in provided and do not wilfully and promptly do all the obligations thereunder.

In case, the Contractor fails to perform or fulfil the contract as per the terms and conditions agreed upon, the Gurgaon Municipal Corporation is entitled to demand and amount of Rupees ........................only from the Contractor and· the demand made by the Gurgaon Municipal Corporation itself will be conclusive evidence and proof that the Contractor has failed to perform or fulfil his obligation under the contract and neither dispute regarding the reasons for the failure of performance or fulfilment on any ground whatsoever.

We, (the name of the bank), do hereby undertake to pay an amount of Rupees................................... only, being the amount due and payable under this guarantee, without any demur, merely on a demand from the Gurgaon Municipal Corporation stating that the amount claimed is due by way of non-performance of the contractual obligations as

Page 97: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

97

aforesaid by the contractor or by the reasons of the contractor's failure to perform the said contractual commitments, 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) being the amount mutually agreed upon by Gurgaon Municipal Corporation and the contractor.

We, the bank further agree that the performance security herein contained shall remain in full force and effect for a period of (12) calendar months from the date of the bank guarantee or a claim under this guarantee is made on us in writing by Gurgaon Municipal Corporation on or before .......... ......... ..... ....... we shall be discharges from all liabilities under this performance security hereafter.

We, the bank, further agree with the Gurgaon Municipal Corporation that the Gurgaon Municipal Corporation shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary and of the terms and the conditions of the bidding document and the contract of its extend the time of performance by the said Contractor from time to time or postpone for any time or from time to time and any of the power exercisable by the Commissioner, Gurgaon Municipal Corporation, against the Contractor and to forbear or enforce any of the terms and conditions relating to the said bidding document and the contract and we shall not be relieved being granted to the said contractor or for any forbearance, act or omission on the part of the Gurgaon Municipal Corporation to the said Contractor 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.

This guarantee shall be in addition to and without prejudice to any other securities or remedies which the Gurgaon Municipal Corporation may have or hereafter possess in respect of the works executed or intended to be executed and the Gurgaon Municipal Corporation shall be under no obligation to may shall in favour of the, bank any such securities or funds or asset that the Gurgaon Municipal Corporation may be entitled to receive or have a claim upon and the Gurgaon Municipal Corporation at its absolute discretion may vary, exchange, renew, modify or refuse to complete to enforce or assign any security or instrument.

The bank agrees that the amount hereby guaranteed shall be due and payable to the Gurgaon Municipal Corporation on serving us with a notice, requiring the payment of the amount and such notice shall be deemed to have been served on the bank either by actual delivery thereof to the banks or by dispatch thereof to the bank by registered post at the address of the bank.

Any notice sent to the bank at its address by registered post shall be deemed to have been duly served on the bank not withstanding that the notice may not in fact has been delivered to the bank.

In order to give full effects 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 guarantee be entitled to claim and enforce.

We, ............................................................................. , lastly undertake not to revoke this guarantee during its currency except with the previous consent of Gurgaon Municipal Corporation in writing and the guarantee shall be a continuous and irrevocable guarantee up to a sum of Rs ........................ (Rupees ......................................................................... only). The guarantee shall unless the guarantee is renewed or a claim is preferred against the bank within three months from guarantee shall cease and the bank shall be released and discharge from all liabilities hereunder.

PLACE SIGNATURE

DATE SEAL

Page 98: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

98

8.4 PERFORMA OF BANK GUARANTEE FOR ADVANCE PAYMENT (On Non-Judicial Stamp Paper ofRs.100)

BANK GUARANTEE NO: DATE:

1. In consideration of Gurgaon Municipal Corporation having agreed to release Rs .................... (Rupees .............................................................................................................to (Contractor's Name & address) as advance payment towards Supply, installation, testing and commissioning of Modern abattoir for Goat/sheep (Halal & Jhatka) and Poultry

processing plant complete with all services equipment piping. Cabling, earthing including Civil Construction work, Electrical work, Rendering Plant and Effluent Treatment Plant including construction of Lairage, Internal Road work, etc. on Turnkey basis for the proposed slaughterhouse at Gurgaon. We (Bank's Name) do hereby guarantee that (Contractor's Name & address) shall utilize the advance given towards execution of his contract to extent of advance granted.

1a. In case of failure to execute this contract as per the terms & conditions of contract agreed upon, M.C.G is entitled to demand in writing on the bank for payment of money in full or in part against this bank guarantee, the bank will consider that such demanding itself is a conclusive evidence and proof that the contractor has failed to execute the contract to the extent advance granted.

2. We, (Bank's Name) further agree that the guarantee shall remain in force not later than Dated .......................Day of .............................20..........

3. Notwithstanding anything contained to the contrary herein above the liability of the Bank will be restricted to a sum not exceeding Rs..................... . ( Rupees ............................................................... only) and this guarantee will remain in full force and effect till a period not later than Dated ..................Day of ...................... 20............ the Bank will be relieved and discharged of all its liabilities under the Guarantee, Until& Unless a demand or claim in writing is received within this period, the BG will stand discharged after Dated ...................... Day of .................. 20.......... even if the original BG is not released by the beneficiary

4. This BG is operative only from the date of release of payment by Gurgaon Municipal Corporation by way of their DD payable at Gurgaon in favour of (Contractor's Name).

Dated ...................................................... day of ....................................... 20..................

Place: Signature:

Date: Seal:

Page 99: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

99

8.5 QUALIFICATION APPLICATION

All the bidders who are interested in submitting their bids against this tender for any or all items must submit the qualification application along with the information in the following formats together with the relevant documentation:

FINANCIAL BUSINESS AND TECHNICAL CAPABILITY

(FORMAT) Name and address of Bidder ................................................. ............................... ........................... .......... ............. ........ ............................. ................... ...................... ......... ......... ........ .............. .................. ..................... ................. ................... .................. ..................... ................. ................ ................. ................ ....... .................... Telephone No....................................... Fax No. ................................. Email Address.................................................. 1. Latest balance sheet filed with.................................................... ...........................

................................ ......... On........ ...... ............ ............. ...... (Attach Copy) 2. Financial position (in the respective currency) as on 31st March of last financial year

a. Cash & Bank Balance b. Current Assets c. Fixed Assets (After depreciation)

3. Last 10 years Certified Profit & Loss Statements has been through ......... .............. ............ ................. ................by.......... ........... ..................... ....................... .........................................

4. Income tax Following documents with regard to income tax should be submitted along with the

application.

a) Details of PAN No. : ……… ….. ….. …… …. b) Latest copy of Income Tax Return.

5.Constitution of the Bidder (enclose documentary evidence) a) Legal status : b) Place of registration :

6. Collaboration / exclusive / joint venture arrangement with foreign companies

a) Collaboration letter /arrangement (copy enclose) b) Exclusive representation document (copy enclose) c) Joint venture arrangement (copy enclose)

7. Bid Validity 8. Bid Security Amount / Validity

Page 100: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

100

8.6 PRICE SCHEDULE

I Name of Work Construction/Establishment of a Modern Abattoir facility for Goat/Sheep (Halal& Jhatka) and Poultry processing plant as per the required Capacity, Prescribed Specifications by way of Design, Supply, Erection/Construction, Testing and Commissioning of Civil/Mechanical/Electrical and Miscellaneous Services including Operation and Maintenance of the same for five years on Turnkey basis.

S. No. ITEM Amount Quoted Annexure

A

Mechanical with 3 A Poultry Processing Plant

(In Figures) Rs. (In Words) Rs.

Price breakup to be Filled in the Annexure -A

B

Electrical

(In Figures) Rs. (In Words) Rs.

Price breakup to be Filled in the Annexure –B

C

Civil

(In Words) Rs. (In Figures) Rs.

Price breakup to be Filled in the Annexure –C

D

Common and Miscellaneous

(In Words) Rs. (In Figures) Rs.

Price breakup to be Filled in the Annexure –D

E E.T.P

(In Words) Rs. (In Figures) Rs.

Price breakup to be Filled in the Annexure –E

F Misc. Work

(In Words) Rs. (In Figures) Rs.

Price breakup to be Filled in the Annexure –F

SUB TOTAL

Note: Prices for Survey, soil testing, Design and engineering, detail and structural Drawings,

etc are included above. All the expenses of Location Specific Detailed Drawing, Structural Drawing and BOQ of the civil work including stamps, registration charges etc. will be born by the successful bidder/ contractor.

Seal with Signature

Place____________ Name of the Bidder

Page 101: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

101

II) OPERATION & MAINTENANCE OF THE PLANT FOR

FIVE YEARS

S. No.

ITEM

Amount Quoted

A. Cost of Operation & Maintenance for 1st

year

(In Words) Rs. (In Figures) Rs.

B.

Cost of Operation & Maintenance for 2nd

year

(In Words) Rs.

(In Figures) Rs.

C.

Cost of Operation & Maintenance for 3rd

year

(In Words) Rs.

(In Figures) Rs.

D. Cost of Operation & Maintenance for 4th

year

(In Words) Rs.

(In Figures) Rs.

E. Cost of Operation & Maintenance for 5th

year

(In Words) Rs. (In Figures) Rs.

Sub Total (In Words) Rs. (In Figures) Rs.

Note:- 1. Bidder will be allowed to operate the plant for local consumptions in the first shift

however second and third shift can be used by him for his own business.

2. Quoted price should be net, free from any variation, for complete job on "Works Contract" basis and should be inclusive of all incidental costs, duties, levies etc. Nothing extra shall be payable on any account.

3. Contractor will be responsible for maintenance of the Plant during Guarantee Period. Quoted Prices for Maintenance of the Plant will be for five Years after Guarantee Period.

4. Bidders are requested to furnish detailed price break-up as per "Schedule of Quantities"

5. The statutory deductions as per the Law shall be made from all payments to be paid to the contractor and due certificates shall be issued.

6. No concessional forms for Sales Tax would be issued.

7. All road permits will be issued by the Gurgaon Municipal Corporation.

Seal with Signature

Name of the Bidder

Page 102: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

102

Annexure-A

(A) Mechanical S. No. ITEM Price Quoted in Rs.

1 Plant and Machinery for Goat/Sheep (Halal) Abattoir Capacity 2000/day

2 Plant and Machinery for Goat/Sheep (Jhatka) Abattoir Capacity 2000/shift

3 Plant and Machinery for Poultry Processing Plant Capacity 24000/day

4 Plant and Machinery for Rendering Plant

5 Common Hot Water Generator including Hydro-pneumatic Pumps and piping

6 Common Cold Water Supply, Hydro-pneumatic Pumps and piping

7 Common Air Compressor with pipe line

8 Personnel Hygiene Equipments

9 Refrigerated Van for all sections

10 Model Meat Retail Shop

TOTAL

Page 103: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

103

Annexure-B

(B)Electrical S. No. ITEM Price Quoted in Rs.

1 LT Panels and Distribution Boards

2 Power and Control Cables

3 Safety Equipment

4 Earthing

5 Lighting Protection

6 Light Point Wiring

7 External Lighting

8 Light Fittings

9 DG Sets with AMF Panel and Synchronization

10 Electrical work for Plant & Machinery

TOTAL

Page 104: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

104

Annexure-C

(C) Civil S.

No.

ITEM Price Quoted in Rs.

1 Two Slaughter House Buildings, one for Jhatka & the other for Halal separated by common Utility Services and Poultry Processing Plant, Each building will have independent entry and exist, Personal Hygiene Section, workshop, canteen, toilets, pump room, control office, dispatch of bi-products and offal etc.

2 Common Livestock market with Pans for Goat/Sheep

3 Two separate Lairage Building for Goat/Sheep (Halal & Jhatka) sections.

4 Guard Room/Pump House.

5 Gate work

6 One Common overhead /Under Ground water tank (200 KLd each).

TOTAL

Page 105: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

105

Annexure-D

(D)Common & Misc. Services S. No. ITEM Price Quoted in Rs.

PART I Civil

1 Site Preparation

2 Construction of Dunk Pit.

3 Interconnections of external drains with chambers.

4 Pipe line for storm water drainage with chambers.

5 Pipe line for sewer with manholes.

6 Pipe line connection from all buildings to ETP with chambers.

7 Construction of Mullion columns

8 Construction of internal RCC road work.

9 Barbered wiring

10 Boundary wall.

11 Greenery

12 Construction of Electric Sub Station Room

13 Land Filling

14 Cleaning of site & disposal of Malwa

15 Cutting of rocks and disposal

PART II Mechanical

1 External Services:

Laying of common G.I./ Pipe lines for distribution to different blocks/areas/ greenery complete with valves and other fittings.

PART II

1 Telephone Intercom System

TOTAL

Page 106: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

106

Annexure-E

(E)Effluent Treatment Plant S. No. ITEM Price Quoted in Rs.

1 Effluent Treatment Plant (Capacity 350- 400 KLD)

TOTAL

Page 107: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

107

Annexure-F

(F)Miscellaneous Work

S. No. ITEM Price Quoted in Rs.

1 Main electric sub-station

2 Fire Fighting Systems

3 Laboratory Equipment

TOTAL

Page 108: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

108

8.7 DEVIATION STATEMENT FORM A & B

PART-A

TECHNICAL DEVIATION STATEMENT FORM

(Please see clauses of Instructions to Bidder's) 1) The following are the particulars of deviations from the requirements of the tender specifications. CLAUSE DEVIATION REMARKS

(including justification) 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 deviations furnished in this statement. Dated Signature and Seal of the Bidder

Note: 1. Where there is no deviation, the statement should be returned duly signed with an

endorsement indicating "No Deviations".

Page 109: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

109

PART B

BIDDING TERMS DEVIATION STATEMENT FORM (Please see Clause of instructions to bidder’s)

1. The following are the particulars of deviations from the requirements of the bidding conditions/terms.

CLAUSE DEVIATION REMARKS

(including justification) The terms and conditions prescribed in e biding document shall prevail over those of any other document forming a part of our bid, except only to le extent of deviations furnished in this statement. Dated Signature and Seal of the Bidder Note: 1. Where there is no deviation, the statement should be returned duly signed with an

endorsement indicating "No Deviations".

Page 110: TENDER DOCUMENT FOR ESTABLISHMENT, OPERATION & …mcg.etenders.in/tpoimages/mcg/tender/Tender2258.pdf · 1.0 The Project is being funded by Municipal Corporation Gurgaon, Govt. of

Municipal Corporation Gurgaon Bidder

110

8.8 ELIGIBILITY & QUALIFICATION FOR THE BIDDERS

Sl. No.

Order

received from (Name of Municipal Corporation in India, City)

Capacity of the project (Species wise)

Plant & Machinery supplied & Installed (Imported / Indian)

Scope of work.

Value of orders executed (in Rs.)

On Single responsibility basis / Collaboration / exclusive arrangement / joint venture arrangement.

Slaughter House project established is in operation from (Years)

Experience in project operation & maintenance for slaughter house project established

Enclose copy of the order and completion certificates.

1.

2..