tender document for modification/upgradationof ... - gujarat · 2 tender document for...

72
2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda, Ahmedabad, Gujarat, India. October, 2016 Through etendering process only Tender Notice No. GAIC/MOD/IPH/ APEDA/2016-2017 GUJARAT AGRO INDUSTRIES CORPORATION LTD. Gujarat State Civil Supply Corporation Bldg. 2 nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010 TEL: 07923240208 ; FAX: 079 - 23240208 E-mail: [email protected] Website: www.gujagro.org

Upload: trinhhanh

Post on 19-Apr-2018

222 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

2

TENDER DOCUMENT

For

MODIFICATION/UPGRADATIONOF INTEGRATEDPACK

HOUSE FACILITY FOR FRUITS AND VEGETABLES

At

Naroda, Ahmedabad, Gujarat, India.

October, 2016

Through e–tendering process only

Tender Notice No. GAIC/MOD/IPH/ APEDA/2016-2017

GUJARAT AGRO INDUSTRIES CORPORATION LTD. Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch

Road, Gandhinagar-382010 TEL: 079–23240208 ; FAX: 079 - 23240208

E-mail: [email protected] Website: www.gujagro.org

Page 2: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

3

DISCLAIMER

The information contained in this Tender Document (hereinafter referred to as “Tender“) provided to the bidders, by Gujarat Agro Industries Corporation Ltd. (hereinafter referred to as “GAIC“), or any of their employees or advisors, is provided to the Bidders on the terms and conditions set out in this Tender Document and all other terms and conditions subject to which such information is provided. The purpose of this tender document is to provide the Bidders with information to assist the formulation of their bids. This Tender document does not purport to contain all the information each Bidder may require. This Tender document may not be appropriate for all Bidders, and it is not possible for GAIC, their employees, consultants or advisors to consider the business / investment objectives, financial situation and particular needs of each Bidder who reads or uses this Tender document. Each Bidder should conduct its own investigations and analysis of the project and should check the accuracy, reliability and completeness of the information in this Tender document. Where necessary Bidder should obtain independent advice from appropriate sources. GAIC, their employees, consultants, and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the Tender document. GAIC, may in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this Tender document. GAIC may at its sole discretion decide, without giving any reason whatsoever to cancel this tender and Earnest Money Deposited (EMD) in such an event would be refunded to the bidders. TENDER ISSUE DATE – 14/10/2016 TENDER PLACE – GANDHINAGAR

Page 3: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

4

Table of Contents-INDEX

SECTION – 1 --NOTICE INVITING ON–LINE TENDER ................................................................ 5

SECTION – 2 INVITATION OF BIDS: .............................................................................................. 8

SECTION - 3 INSTRUCTIONS TO BIDDERS / TENDERERS: ............................................... 113

ANNEXURE - I ................................................................................................................................... 33

PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE ........................... 33

SECTION – 5 TECHNICAL SPECIFICATIONS: ......................................................................... 35

SECTION - 6 TECHNICAL DEVIATION FORM: ..................................................................... 54

SECTION 7 Drawings – Project Site Layout ................................................................................. 55

SECTION – 8 BILL OF QUANTITIES .............................................................................................. 57

Page 4: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

5

SECTION –1 --NOTICE INVITING ON–LINE TENDER

Details about Tender: Tender Notice No. GAIC/MOD/IPH/APEDA/2016-2017

Name of the Corporation : Gujarat Agro Industries Corporation Limited, Gandhinagar

Contact Address : Additional General Manger (M &P), Gujarat Agro Industries Corporation Ltd., Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010.

Division : Marketing &Project Division

IFB No. / Tender Notice No. : Tender Notice No. GAIC/MOD/IPH/ APEDA/2016-2017

Name of Project : MODIFICATION/ UPGRADATION OF INTEGRATED PACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda, Ahmedabad, Gujarat, India.

Name of Work : MODIFICATION/ UPGRADATION OF INTEGRATED PACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda, Ahmedabad, Gujarat, India.

Estimated Cost of Project Rs. 395 Lac

Period of Completion PART 1 : Maximum 3 months from the date of notification of award of contract.

Period of Completion PART 2 : Maximum 4months from the date of notification of award of contract.

Bidding Type : Open

Bid Call ( Nos. ) : 1

Tender Currency Type : Single

Tender Currency Settings : Indian Rupee (INR)

Joint Venture / Consortium : Applicable

Rebate : Applicable

Amount Details

Bid Document Fee (Non- Refundable)

: Rs. 15,000/- (Rupees Fifteen Thousand Only) in the form of Demand Draft/Pay order.

Bid Document Fee Payable to : Gujarat Agro Industries Corporation Limited Payable at Ahmedabad.

Bid Security / EMD (INR) : Rs.12,00,000/- (Rupees Twelve Lakhs Only) in the form of Demand Draft.

Bid Security / EMD in favour of : Gujarat Agro Industries Corporation Limited Payable at Ahmedabad.

Tender Dates

Bid Document Downloading Start Date

: 15.10.2016 17.00 Hrs.

Page 5: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

6

Bid Document Downloading End Date

: 04.11.2016 18.00 Hrs.

Pre Bid meeting : 20.10.2016 12.00 Hrs. Last Date & Time for Receipt (Submission) of Bids

: 04.11.2016 18.00 Hrs.

Submission of prequalification and technical bid documents

: Submission of EMD, Tender Fee and Other Documents on or before 04-11-2016 up to 18.00 hrs. in the office of The Additional General Manager (M & P), Gujarat Agro Industries Corporation Ltd., Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010.

Date of Prequalification and Technical Bid opening

: 05.11.2016 12.00 Hrs.

Date of Financial bid Opening : 07.11.2016 12.00 Hrs. Bid Validity Period : 90 days after opening of price bid

Remarks : Tenderer shall submit their offer in electronic format on website, after digitally signing the same. Offers, which are not digitally signed, will not be accepted. No offer in physical form will be accepted and any such offer received by GAIC will be out rightly rejected.

Other Details:

Officer Inviting Bids : Additional General Manager (M&P), Gujarat Agro Industries Corporation Ltd Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010.

Bid Opening Authority : Managing Director, Gujarat Agro Industries Corporation Ltd., Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010.

General Terms and Conditions:

1.0 Bidders can download the tender document free of cost from the website. However at the

time of submission of the documents tender fee of Rs. 15,000/- MUST be also submitted. 2.0 Bidders have to submit Price bid in Electronic form only on n procure website till the Last

Date and Time for submission specified. 3.0 Offers in physical form will not be accepted in any case. 4.0 Vender training camp are organized at (n) code solutions – A Division of GNFC Ltd. Bidders

are requested to take benefit of the same Bidders who wish to participate in online tenders will have to procure / should have legally valid Digital Certificate as per Information Technology Act – 2000; using it they can sign their electronic bids. Bidders can procure the same from any of license certifying Authority of India or can contact (n) code solutions – A Division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India.

Page 6: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

7

All bids should be digitally signed, for details regarding digital signature certificate related work involved the below mentioned address should be contacted: (n)Code Solutions A Division of GNFC 301, GNFC Infotower, Bodakdev, Ahmedabad – 380 054 (India) Tel: +91-079-26857310 to 18, 40007300, Fax - +91 79 26857321 Email: [email protected], Web site: www.nprocure.com Toll Free: 1800 – 233 – 1010 (Ext. 321)

Other Terms and Conditions as per detailed tender documents

Page 7: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

8

SECTION –2 INVITATION OF BIDS: Gujarat Agro Industries Corporation Limited, hereafter referred as GAICL has decided to Modify/Upgrade the Integrated Pack House for Fruits and Vegetables at Naroda, Ahmedabad as per the Revised norms of Export facility issued by APEDA to make the existing facility suitable for international standards in Gujarat.

The Modified facility will have following salient features:

1) 2 Nos of Hot Water Tank and separate packing area for Mango Treatment as per

latest requirement

2) Additional one Pre-cooler for faster processing

3) More space for processing the fruits

4) Clear area demarcation with partitions for Receiving, Processing, packaging and

Quarantine.

5) New Cold store for Frozen and Chilled products with ante room

6) Independent multiple refrigeration units suitable for various capacity of

operations

7) New Dock shelters

8) Air curtains are provided at all entry and exit points

With Above changes following will be the capacity of existing facility

Sr. no

Description Capacity QTY

1 HOT water Tank 1 MT per Hr 2 Nos

2 Grading line 2 MT per Hr 1 No. 3 Precoolers 6 MT per batch 2 no.

4 Cold Store 100 T + 25 MT 2 no. 5 Ripening Chambers 25 MT 3 no.

6 Dock 2 no.

7 Laboratory equipment as per requirement

New facility

Sr. no

Description Capacity QTY

1 Multipurpose Cold store 120 MT 2 Nos

2 Multipurpose Cold store 50 MT 1 No 3 Frozen Product cold store 65 MT 2 Nos.

Page 8: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

9

The Integrated pack house at Naroda was established in year 2009 and was designed as per the

APEDA scheme for creating pack houses of horticultural produce to meet the international

standards existed at that time. The pack house was recognized by APEDA under the list of

Recognized Pack House for export. Since the recognition certificate of the facility was valid up

to July 2015, hence it was decided to reapply for the certificate to facilitate export of F&V from

the facility.

For this reason technical evaluation of Integrated Pack House Facility was performed by team

of experts. As, APEDA has revised the produce handling protocols for export in its “pack house

recognition to intending exporters of the Horticulture Produce in 2014”; therefore facility was

rejected for the recognition certificate. Rather, team of experts during evaluation suggested

that the packhouse facility needs some modifications and upgradation to ensure that it must be

capable in addressing all issues pertaining to SOP for export of fresh fruits and vegetables to EU

and other international markets Consequently, GAIC is planning to revamp and do the

modernization of the whole pack house to ensure that pack house is capable in addressing all

issues pertaining to SOP for export of fresh fruits & vegetables and frozen products to

international markets.

The location has an earlier power supply from Gujarat Electricity Board for IPH unit, which will

be available during erection and commissioning on chargeable basis. However, the bidders can

also make their own power arrangements for power requirement during erection.

1) The bidders may obtain further information from and inspect the bidding documents at the office of the Additional General Manager (M &P), Gujarat Agro Industries Corporation Ltd., Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010during office hours only.

2) A complete set of bidding documents may be downloaded from the web site.

3) Detailed terms and conditions as well as the technical specifications for all items as indicated in the invitation to financial bid are contained in the bidding documents. The bidder MUST QUOTE for all parts of tender.

Page 9: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

10

4) GAIC shall not take the responsibility for any delay in receipt of the bidding document if it is

sent by post. 5) The bids will be opened in the presence of those bidders or their authorized representative

who choose to attend at the office of GAIC, Gandhinagar on the specified date and time.

6) GAIC, at its sole discretion and without assigning any reason thereof, reserves the right to accept and/or reject any or all bids. GAIC also does not bind to accept the lowest bid.

7) AFTER THE AWARD OF CONTRACT AS PER PROCEDURE ENVISAGED IN THE TENDER, NO CONSIDERATION WILL BE ENTERTAINED FOR ANY ADDITION OF COST FOR ANY MINOR DEVIATION.

Note:

1. Please address all queries and correspondence to the Additional General Manager (M&P), Gujarat Agro Industries Corporation Ltd. Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010.

2. If the Office of the GAIC happens to be closed on the day of receipt of the bids as

specified, the bids will be received and opened on the next working day on opening of the Office up to the same time and at the same venue.

3. Please quote Ref. Number in all your correspondence.

Page 10: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

11

General Instruction

1.0 Bidders who wish to participate in this bid will have to register on https:/www.nprocure.com.

Further, participating Bidders will have to procure Digital Certificate as per Information

Technology Act 2000 using which they can sign their electronic commercial proposals.

Bidders can procure the same from (n) Code Solutions – a division of GNFC Limited, or

from any other agency licensed by Controller of Certifying Authority. Government of India.

Bidders who already have a Digital Certificate need not procure a new digital certificate.

2.0 A complete set of bidding documents may be downloaded from the web site.

3.0 Bidders shall submit physically their bids in THREE SEPARATE PARTS in sealed

envelopes super-scribed with due date, time, project and nature of bid.

PART-I (TECHNICAL BID): One copy of TECHNICAL BID complete with all technical and commercial details except the prices.

Note: Filling up prices in Part I will render the Bidder disqualified.

PART-II (COMMERCIAL BID): Bid Security (EMD of Rs. 12,00,000/-) and Fee of one copy of the Tender Document ( Rs. 15,000/-)

drawn in form of two Demand Drafts in favour of “Gujarat Agro Industries Corporation Limited

(GAIC)” payable at Ahmedabad. The documents related to eligibility criteria should also be

enclosed in a separate sealed envelope superscripted with the Tender Document number.

The envelopes containing Part-I and Part-II of offer should be enclosed in a larger envelope duly

sealed. The enclosed CUT-OUT Slips shall be filled and pasted on the envelopes. All pages of the

offer/ bid must be signed by the authorized person (enclosed with authority letter). The copies

of all the documents related to work orders/P.O./Completion certificates, turnover, references etc.

should be attested.

4.0 Part III (Financial Bid):

Bidder shall submit the FINANCIAL BID online only and physical form will not be

acceptable, in which case bid shall be rejected.

5.0 Goods/Services offered should be strictly as per specifications mentioned in this Tender

Document.

6.0 Bidder shall quote the prices of services as mentioned valid for 90 days from the opening of

the price bid.

7.0 Once quoted, the Bidder shall not make any subsequent price changes, whether resulting or

arising out of any technical/commercial clarifications sought regarding the bid, even if any

deviation or exclusion may be specifically stated in the bid. Such price changes shall render

the bid liable for rejection.

8.0 The duly filled in Technical bids should be sent by Registered Post /Courier/ Speed Post/

Hand Delivery only so as to reach the office of GAIC, Gandhinagar on or before the specified

Page 11: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

12

date and time. GAIC shall not be responsible for non-receipt of the tender bids for any postal

delay.

9.0 AFTER THE AWARD OF CONTRACT AS PER PROCEDURE ENVISAGED IN THE

TENDER, NO CONSIDERATION WILL BE ENTERTAINED FOR ANY ADDITION OF

COST FOR ANY MINOR DEVIATION.

Yours faithfully,

For, Gujarat Agro Industries Corporation Ltd.

Additional General Manager

Marketing & Projects.

Page 12: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

13

SECTION - 3 INSTRUCTIONS TO BIDDERS / TENDERERS:

1) The period of completion shall be maximum 3 months for Part 1and 4 Months for Part 2

(both works will be implemented in parallel) as specified from the date of notification of

award of the contract/work order.

2) The bidder shall bear all costs associated with the preparation and submission of his bid and

GAIC will in no case be responsible or liable for these costs, regardless of the conduct or

outcome of the bidding process.

3) The bidder is advised to visit and examine the site of works 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 site shall be at bidder’s own expense.

4) The bidder shall furnish the appropriate price schedule along with all the applicable taxes,

duties, octroi, insurance, transport and commissioning charges for each machine. The price

schedule must be inclusive of all expenses so as to arrive at the total landed cost of the unit.

No “C” form shall be issued by GAIC for any of the items covered in this tender whatsoever.

5) The determination of award of contract 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, as well as such

other information as GAIC deems necessary and appropriate including details of experience

and records of past performance.

6) Bids are invited in accordance with local competitive bidding procedures.

7) Bids containing deviations from bidding documents terms and other requirements may be

rejected.

8) Bids not accompanied by bid security (Earnest Money Deposit) shall be summarily rejected.

9) Non-compliance with even a minor technical requirement should be specifically stated by

the bidders.

10) Bidders should furnish their complete address for the purpose of further correspondence

pertaining to bidding document.

11) Corrections in the bid should be noted over and initialed at the place of corrections. All the

bids, along with enclosures, drawings and technical literature, should be in English only.

Page 13: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

14

12) Negligence of the bidder in preparing bid confers no right to withdraw the bid after it was

opened, in which case the EMD will be forfeited.

13) Design, specifications, conditions, schedules and drawings of bidding document constitute

an integral part of the bid.

14) All the bids, along with enclosures, drawings and technical literature, should be in English

only.

15) All equipment, system and components should be designed to perform as per specifications

in this bidding document under tropical conditions.

16) All the bidders should submit qualifications application in the given formats with required

documentation.

17) Bids should be kept valid for acceptance for a period of 90 days from the day bids are

opened.

18) The bidding document shall be governed and interpreted according to the laws of the Union

of India.

19) All bidders are urged to submit promptly written requests on matters where clarifications or

additional information are desired, not later than the date of pre-bid meeting, if necessary.

20) All the bidders should quote for the items as per the specifications and details given in this

bidding document only. In case, alternative designs, etc. are to be offered by the bidders,

they may do so but this should be stated separately in the offer in Deviation Sheet of the

tender. Gujarat Agro Industries Corporation Ltd. reserves its right to accept or reject such

alternative offers, without assigning any reasons thereof to the bidders.

21) The bidder has to complete the entire work of Modification/ Upgradation of Integrated Pack

House Facility for Fruits and Vegetables at Naroda, Ahmedabad, Gujarat within the

stipulated time.

22) The bidder can be individual business entity or a consortium of firms not exceeding two such

business entities.

23) The bidder should give test report for all machinery supply authority.

24) The bidder should prepare design and drawing for all machinery and its positions with

various alternative and get approved.

Page 14: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

15

In case of consortium, there should be a lead member who will have overall responsibility and GAIC

will deal with only the lead member for financial, administrative, contractual matters etc. The

arrangement amongst consortium members shall be enclosed with the bid document clearly

indicating share of each of consortium members in terms of role and responsibilities including

financial share in Turnkey Implementation of the project and the scope of work of each consortium

member. Billings of individual consortium members are allowed. However, such bills should be

certified by the lead member. The lead member is solely responsible for the whole guarantee and

warrantee of the project and lead member shall have to submit an undertaking on judicial stamp

paper, duly notarized that he will be solely responsible for the whole project.

Page 15: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

16

SECTION – 4 GENERAL TERMS AND CONDITIONS:

1. Gujarat Agro Industries Corporation Limited, hereafter referred as GAICL has decided to modify

the Integrated Pack House for Fruits and Vegetables at Naroda, Ahmedabad as per the Revised norms of Export facility issued by APEDA to make the existing facility compatible to international world standards in Gujarat. Consortium will be allowed with two members.

TENDER FORM 1.1 Tender form must be completed with the specifications including signed copy of this form,

technical bids as per technical specifications and price bids along with Earnest Money Deposit (EMD) of Rs. 12,00,000/- (Rupees Twelve Lakhs Only) as prescribed in tender notice. The EMD must be in the form of Demand Draft /Pay Order drawn in favour of Gujarat Agro Industries Corporation Ltd., payable at Ahmedabad on any nationalized or scheduled bank.

1.2 Technical Specifications and Brochures: One set of complete technical brochure including detailed drawings of the Design, indicating all the technical details of machine including aspects such as operation/ installation /maintenance/ list of spares for the equipment shall be submitted in English

1.3 Validity of tender -

The tender must be valid for 90 days from the date of opening of price bid. The tender shall not be entitled during the said period without the consent in writing of GAICL, Gandhinagar to revoke or cancel the offer or to vary the terms thereof. In case of the tenderer revoking or canceling the offer or varying any terms in regards thereof during the period, the EMD received with the technical bid shall be forfeited by GAIC, Gandhinagar.

1.4 Address- All completed bid documents and enquiries regarding clarification in connection with this tender as specified in the E Tendering procedure shall be addressed to:

The Additional General Manager,

Marketing & Project Division M/s Gujarat Agro Industries Corporation Ltd Gujarat State Civil Supply Corporation Bldg.

2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010

1.5 Language - The tenderer shall quote the rates in English language and international numerals. The rate shall be in whole numbers. These rates shall be entered in figures as well as in words. In the event of the order being awarded, the language of all services, manuals, instruction, technical documentation etc. provide for under this contract will be English.

Page 16: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

17

2. CONTENTS OF TENDER The tender will be in two parts: 2.1 Part –I (Commercial Bid)as per final specifications provided in this tender only.

2.1.1 Power of attorney/authorization with a seal of the company, of person signing the bid documents. In case of consortium, the arrangement amongst the consortium members including share of each member of consortium, role of each member of consortium. Further each member of consortium shall furnish all the details about their firm especially those indicated in Part-I of the tender

2.1.2 EMD (Earnest Money Deposit) in the manner specified in the general terms and conditions at Sr. No1.1

2.1.3 Tender fee – Rs. 15,000/- in the form of Demand Draft in favour of Gujarat Agro Industries Corporation Ltd., payable at Ahmedabad.

2.1.4 The Bidding Firm have an experience in the construction of Export oriented Packhouses per APEDA Norms and the they have executed two similar such works completed of each value not less than 250 lakhs or one similar of work completed of value not less than 400 lakh. The similar works means completion of Export Facility Pack house As per Norms of APEDA.

2.1.5 Income Tax Clearance certificates of the copy of IT return for the last three financial years filed ending March 2015.

2.1.6 The bidding firm should be in the same field from last Three years. Audited Balance Sheet for the last three financial years ending March, 31st, 2015 or March 31st, 2016 (ifready)

2.1.7 Certified Xerox copies of the purchase order(s) or CA certificate who has audited the Balance Sheet indicating turn over during the year for similar projects during last three years.

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

2.1.9 Solvency certificate from the Bank (only lead member in case of a consortium). 2.1.10 Net worth certificate certified by Chartered Accountant for Rs. 5.00 Crores. In case of

consortium/ JV, the share of the lead member must not be less than 51% of the total turnover and net worth of the consortium/ JV.

2.1.11 In case bidder is a company- Certified copy of Certificate of incorporation or in case the Bidder is a society- Certified copy of registration deed Or in case of Trust- Certified copy of the Trust Deed Or in case of Firm- Certified copy of the Registration Deed

2.1.12 Certified copies of documents submitted, as above, must be signed and carry the seal of the authorized signatory

2.1.13 Documentary evidence required to establish eligibility as shown in Para- 21.1

2.2 Part –II (Technical Bid) 2.2.1 Technical documentation including design, drawings details, technical specification of

the following components. Technical brochures of the proposed machines, makes &

Page 17: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

18

models, rated capacity/output, consumption of power & utilities for individual machines and complete system, proposed drawings etc.

2.2.2 Name of site engineer and list of team members (experts) with their bio data & role to

be played in the project duly signed by each member.

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

2.2.4 Certificate from the project client for award of contract and stage of satisfactory project

completion (in terms of value) in original or its notarized copy for each project claimed, during the last three preceding years.

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

2.2.6 A detailed work plan with PERT confirming capability of the company to execute the

work within a period of 3 months for part I and 6 Months for Part II after award of contract.

2.3 Both the parts I & II above will be submitted in SEPARATED SEALED ENVELOPES with the tender no., name of work and part no. as appropriately indicated on the top of envelope.

2.4 Part III Bidder shall submit the FINANCIAL BID online only and physical form will not be acceptable

3. REJECTION AND RETURN OF TENDER:

3.1 GAIC, Gandhinagar reserves the right to reject any or part of tender or all without

assigning any reason. The documentation submitted by tenderers shall not be returned in case the technical offer is not acceptable unless the tenderer expressly states his request at the time of submission of their tender that tender documentation be returned. The cost for returning the document shall be borne by the tenderer. GAIC, Gandhinagar also reserves the right at its sole discretion not to award any order under the tender call. This decision does not commit GAIC, Gandhinagar to pay any costs or loss incurred in the preparation and submission of any requisite tender or technical proposal or to procure or contract for any of the items described herein.

3.2 If the tenderer deliberately gives wrong information in his tender, GAIC, Gandhinagar

reserves the right to reject such tender at any stage or to cancel the contract, if awarded, and to forfeit the earnest money and invoke performance guarantee.

Page 18: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

19

3.3 Canvassing in any form in connection with the tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing are liable for rejection.

3.4 Tender in which any of the particulars and prescribed information are missing or are

incomplete, in any respect and /or prescribed conditions are not fulfilled, shall be considered non-responsive and is liable to be rejected.

4. PROCEDURES FOR OPENING OF TENDER DOCUMENTS 4.1 Part-I& Part-II containing Commercial and Technical bid documents, tender fee and

EMD will be opened on the date & time as specified in Section 1 of the e-tendering procedure and scrutinized. The Bidder shall be qualified on the basis of criteria laid down.

4.2 Tenders shall be scrutinized on the basis of the information available. It shall, therefore,

be in the tenderers interest to give complete & comprehensive technical particulars/description & details as per Specification in this tender document.

4.3 After the evaluation of technical bids, financial bids of qualified bidders will be opened. 4.4 No correspondence shall be entertained from the tenderers after the opening of

financial bids.

5. STANDARD CONDITIONS 5.1 Standard printed conditions of the tenderer if attached to the offer will not be accepted

and only those mentioned in body of the tender will be considered. All entries in the tender shall preferably be typed. All cancellations and insertions shall be duly attested by the tenderer.

5.2 Tenderers offers, remarks etc. shall be with reference to sections and clause numbers

given in the tender schedules.

5.3 In the case of Indian companies, the consent of the concerned foreign company (IES) and the relevant experience of the foreign company (IES) should be clearly mentioned. The consent of the foreign associates should also be submitted along with tender documents. Change of the foreign company association will not be allowed at a subsequent stage without prior approval of GAIC, Gandhinagar.

6. AWARD OF CONTRACT 6.1 The acceptance of the tender will be intimated to successful tenderer by GAIC,

Gandhinagar either by email / fax or by letter.

Page 19: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

20

6.2 The work under the contract is on ‘Total Turn Key’ basis. The contract shall be awarded to the tenderer on a single source responsibility basis (lead member in case of consortium) and breach in any part or portion of contract shall be considered as a breach of the contract.

6.3 However, management is free to take decision regarding award of contract for ‘Turnkey’ implementation as per the merit of the case, as it may be, and will be at liberty to relax the criteria, as deemed fit.

6.4 The management will also be at liberty to award the contract either wholly or partially, as may be the case for the timely and efficient completion of the project.

6.5 The successful tenderer/s will have to enter a separate agreement as part of award of contract.

7. CORRESPONDENCE

7.1 All correspondence with GAIC, Gandhinagar would be directly by the tenderer or his authorized representative only. Correspondence through agents or unauthorized representative will not be allowed.

8. STANDARDS

8.1 All designs, materials manufacturing techniques and workmanship shall be in accordance with highest accepted international standards for this type of equipment.

8.2 The tender shall also state, where applicable, the national or other international standard (s) to which the whole or any specific part, of the equipment or system complies.

8.3 In addition to any other information/description, the tenderers may wish to provide the features/performance figures specified /indicated with supporting documents/calculations. All figures indicated by the tenderers must be fully qualified and subject to co-ordinate performance.

9. TENDER DOCUMENTATION

9.1 TECHNICAL SCHEDULE

9.1.1 General supporting documents: Each offer shall be supported by adequate technical documentation comprising equipment lists, makes data sheets, performance sheets, illustrations, technical brochures, block diagrams, layout drawings, dimensioned sketches; etc., to facilitate a full and complete appreciation of the systems and equipment under offer and to enable a detailed comparative evaluation of all specified parameters.

9.2 TIME SCHEDULE

9.2.1 The tender shall submit with the tender a proposed schedule for the delivery and installation of equipment, with date of commissioning of the project.

Page 20: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

21

9.3 TIME OF COMPLETION The time given for completion and successful commissioning of the project would be 3 months for part I and 4 Months for part II after award of the contract (both works will be implemented in parallel). Please confirm that you would be able to commission the project by the targeted dates.

Please note that TIME IS ESSENCE OF THE CONTRACT. In case of delay in completion, penalty shall be levied @ ½ % per week or part there of the first two weeks and 1% of the total contract value per week or part thereof for further delay subject to maximum of 10 % of the contract value at the discretion of GAIC depending upon the magnitudes and gravity of delay and reason thereof.

9.4 DELAY AND NON PERFORMANCE

9.4.1 In case of implementation schedule not being adhered to GAIC, Gandhinagar has the right to cancel the order wholly or in part without any liability to pay cancellation charges and procure the goods elsewhere in which case the successful tenderer shall make good the difference between the cost of goods procured elsewhere and price set forth in the order with the successful tenderer.

9.4.2 In the event of rejection of non-conforming goods, the successful tenderer shall be

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

9.4.3 The successful tenderer shall be solely responsible for supply, installation and

commissioning of the Plant and Machineries.

9.4.4 The successful tenderer shall be solely responsible to ensure the following:

a) Proper packing of all items to ensure safety of equipment during transit and

storage.

b) Shipment of items by the due date as specified in the contract.

c) Insurance

d) Custom clearance and handling of items at port of entry in India. Any demurrages

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

successful tenderer.

e) Forwarding and transshipment of items up to destination.

f) Insurance for inland transshipment.

g) Receipt of equipment at site and their safe custody till they are installed, tested

and commissioned and the spares handed over to the engineer-in-charge.

h) Installation, testing and commissioning of the installation as per the contract also

insuring the Performa guarantee of various component and validation of

capacities.

Page 21: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

22

i) Handing over the installation to authorized representative of Gujarat Agro

Industries Corporation Ltd., Gandhinagar.

9.5 TERMS OF PAYMENT

The terms of payment shall be as per the details given below. The payment shall be released after verification & certification of work by consultant/ GAIC’s representative.

a) 20% mobilization advance against an irrevocable bank guarantee of equal amount after

execution of contract agreement.

b) AGAINST SUPPLY: 40% of the Contract value against delivery, pro-rata of the value of

goods delivered after checking of the same at the site of the work by the Engineer-in-Charge and certified all these (materials and goods) by Consultant or GAIC Representative in good condition without any defect and worth use in work.

c) Erection and Installation: 20% of the actual cost of machinery erected and installed be

released based on the bills submitted.

d) COMMISSIONIONG: 10% on completion of commissioning of duly certified by consultant or GAIC Representative (done without defect & as per specification)and uninterrupted use of the same for a minimum period of one month.

e) Balance as WARRANTY:

Balance 10% of the contract value shall be retained by GAIC as a security deposit for

the period of 2 years towards operation and maintenance warranty/guarantee period.

However, GAIC may consider to release of this amount against the submission of

performance Bank guarantee of Nationalized Bank of equivalent value for the same

period. 9.6 Rates: -The rates quoted by the tenderer, shall be firm and inclusive of all taxes

(including work contract taxes, VAT, CST, (no C form shall be provided) ) duties and levies and all charges for packing, forwarding, insurance, freight & delivery, installation, testing, commissioning etc. at site including temporary constructional storage, risk, overhead charges, general liabilities /obligations and clearance from local authorities, if any. The department will not issue Octroi exemption certificate.

9.7 Buy Back of Existing Equipment: - The agency may inspect the existing plant &

equipment at Naroda Pack house to enable him quoting optimum rates which should be inclusive of dismantling, removal, transportation, loading/unloading etc. and cleanup the area. The agency will be allowed to take the material only after completion of the total

work. Final decision on Buy back by vendor or sale of existing equipment by GAIC will be taken after the successful completion of the job.

Page 22: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

23

9.8 PRICES FOR IMPORTED ITEMS

The tenderer shall quote prices for imported items separately for each part including indigenous components, imported components, erection, supervision and commissioning of the project wherever applicable.

9.8.1 Taxes and Duties Any customs duty levied by the Government of India on the import of equipment, which will become the property of GAICL, Gandhinagar shall be to the account of tenderer.

9.8.2 Any customs duty and other taxes, if any, levied by the Government of India on left behind items, damaged items, short supplied items, free replacement items against warranty, claims etc. imported parts, if any, shall be to the tenderers account with 15% service charges for clearing these items from the port.

9.8.3 Liability on account of works contract Act and any other laws shall be borne by the contractor.

9.9 SPARES 9.9.1 All the spares of the equipment under contract will strictly conform to the specification

and documents and will be identical to the corresponding main equipment/components supplied under the contract and shall be fully interchangeable. The quantity of spares recommended by the manufacturer shall be justified and the spares recommended shall have the part number as per manufacturer’s standard.

9.9.2 The quality standards and the inspection requirement finalized on the main equipment

will also be applicable to the corresponding spares. 9.9.3 The successful tenderer shall warrant that all spares supplied will be new and in

accordance with the contract documented and will be free from defects in design, material and workmanship.

9.9.4 In addition to the spares recommended by the successful tenderer, if GAICL, Gandhinagar further identifies certain particular items of spares the successful tenderer will submit the prices and delivery period for such spares within 30 days of receipt of such request with a GAICL, Gandhinagar and placement of order for additional spares, if GAICL, Gandhinagar so desires.

9.9.5 The tenderer shall submit a list of maintenance spares for a period of two years maintenance.

9.9.6 The spares recommended shall be for the purpose of maintenance, which requires replacement within two years of commissioning of the system during regular operation.

9.9.7 The rates shall be quoted for each item of spares recommended.

Page 23: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

24

9.9.8 GAICL, Gandhinagar reserves the right to place order for increased or decreased quantity of the recommended spares.

9.9.9 The recommended spares shall not get damaged due to normal atmospheric storing conditions.

9.9.10 While supplying the spares shall have a tag showing the part no. and name of item for easy identification on later date.

9.9.11 The successful tenderer shall guarantee the long-term availability of spares to the buyer for the full life of the equipment (estimated to be 10 years). The successful tenderer shall guarantee that before going out of production of spare parts of the equipment covered under the contract, successful tenderer shall give GAICL, Gandhinagar least twelve (12) months advance notice so that the latter may order its bulk requirement of spares, if GAICL, Gandhinagar desires. The same provision will also be applicable to subcontractors, if any. Furthermore, in case of discontinuance of manufacture of any spares by the successful tenderer or his subcontractors, the tenderer will provide GAICL, Gandhinagar, one year in advance, full manufacturing drawings, material specifications and technical details required by GAICL, Gandhinagar for the purpose of manufacture of such items.

9.9.12 Furthermore, in case of discontinuance of supply of spares by the successful tenderer or

his subcontractor the tenderer will provide GAICL, Gandhinagar with full information for replacement of such spares; with other equivalent makes, if so required by GAICL, Gandhinagar.

10. EARNEST MONEY

10.1 The Earnest Money Deposit (EMD) as prescribed in terms & conditions as specified shall

accompany each tender. The EMD shall be furnished in the form of a crossed Demand Draft in favor of Gujarat Agro Industries Corporation Ltd., payable at Ahmedabad from any nationalized or scheduled bank in India.

10.2 The EMD of all the tenderers except first, second and third lowest tenderers will be

returned. The EMD amount of all other unsuccessful tenderers will be returned only after the contract has been awarded to the successful tenderer (whose EMD will be retained).

10.3 The EMD of the successful tenderer shall be returned after the successful tenderer provides

the performance guarantee as per Annexure-I enclosed. 10.4 If the successful tenderer fails to submit the performance guarantee and fails to enter into a

contract with GAIC, Gandhinagar within 15 calendar days after the acceptance of bid and award of contract, the EMD amount shall be forfeited.

Page 24: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

25

10.5 Any tender not accompanying with EMD in the said form will be considered non-responsive and rejected.

10.6 No interest or any other expenses, whatsoever, will be payable by GAIC on the EMD by the

tenderer in any manner. 10.7 After the closure of the bid submission, no bidder is allowed to withdraw and / or make any

omissions and / or commissions in bid documents. In such case, the EMD of such bidders will be forfeited.

11. PERFORMANCE GUARANTEE 11.1 The tenderer, whose tender has been accepted, shall within 15 calendar days of the

issue of the letter of acceptance of bid, shall submit the unqualified performance guarantee of 10% of the total cost of contract to GAIC, Gandhinagar in the form of an irrevocable and unconditional bank guarantee of a Nationalized Bank in India, or international bank of repute supported buy back to back guarantee of a Nationalized bank in India as per Proforma attached at Annexure –I. The Bank guarantee shall be valid till the expiry of 90 days after the end of the guarantee period (Two year) after the date of commissioning of the project.

11.2 The performance guarantee amount shall be payable to GAIC, Gandhinagar without any

condition whatsoever and the guarantee shall be irrevocable. 11.3 The performance guarantee shall be deemed to govern the following guarantees from

the successful tenderer, in addition to the other provisions of the guarantee; a) Guarantee against non-performance of contract as per agreement. b) Successful and satisfactory operation of the equipment supplied in accordance

with the specifications & other relevant documents.

11.4 The equipment supplied shall be free from all defects and designs, material and workmanship upon written notice from GAIC, Gandhinagar, the successful tenderer shall fully remedy free of expenses to GAIC, Gandhinagar or such defects as developed under the normal use of the said equipment within the guarantee period of 24 months. No recovery of security deposit shall be made from running bills of contractor once the contractor has submitted performance guarantee.

11.5 The performance guarantee is intended to secure the performance of the entire equipment. However, it is not to be construed as limiting the damages stipulated in any other clause.

11.6 The performance guarantee will be returned to the successful tenderer at the end of the period of liability without interest.

Page 25: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

26

12. COMPARISION AND EVALUATION OF TENDERERS ON FOREX

12.1 The exchange rate for the purpose of comparison and evaluation will as per RBI on the day of opening of price bid, if applicable. Claims/ refunds on account of foreign

exchange loss or foreign exchange gain will not be admitted for the imported equipment.

13. GUARANTEE

13.1 All goods or material shall be strictly in accordance with the specifications. No deviation from such specifications of these conditions shall be made without GAICL’S agreement in writing, which must be obtained before any work against the order is commenced. All materials furnished by the successful tenderer pursuant to the order (irrespective of whether engineering/design or other information) has been furnished, reviewed or approved by GAIC, Gandhinagar are guaranteed to be of the best quality of their respective kinds (unless otherwise specifically authorized) in writing by GAIC, Gandhinagar and shall be free from faulty design. The goods/materials used by the successful tenderer and its workmanship should be of proven quality so as to fulfill in all respects the requirements specified in the order.

13.2 If any trouble or defect originating with the design, materials, workmanship or operating

characteristic of any materials arise within any time prior to 24 months from the date of completion of work as mentioned in the completion certificate and the tenderer notified thereof, the tenderer at his own expense and at no cost to GAICL, Gandhinagar as promptly as possible make such alterations, repairs and replacements at site as may be necessary to permit the functioning of the equipment or replaced goods shall be guaranteed for a period of 24 months from the date of shipment or reinstallation. The bidder must attend any

problem in any machine with 24 hours from the time of reporting, during the guarantee

period, in order to have the normal working of the respective machine and plant as a whole.

13.3 GAIC, Gandhinagar may at its option remove such defective material at the tenderers expenses, if the tenderer does not act after being informed. The tenderer shall make good the replacement in kind or cash.

13.4 In the event that the materials supplied do not meet the specifications and/or are not in accordance with the drawings, data sheets and rectification is required at site. GAIC, Gandhinagar shall inform the tenderer giving full details of deficiencies so as to meet GAICL, Gandhinagar specifications.

14. PATENTS, SUCCESSFUL TENDERERS LIABILITY & COMPLIANCE OF REGULATIONS.

14.1 Successful tenderer shall protect and fully indemnity GAICL, Gandhinagar from any claims for infringement of patents, copyright, trademark or the like.

14.2 Successful tenderer shall also protect and fully indemnity GAICL, Gandhinagar from any claims from successful tenderers workmen/employees, their heirs, dependents, representatives etc. or from any other persons(s) or bodies/companies etc. for any act of commission or omission while executing the order.

Page 26: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

27

14.3 Successful tenderer shall be responsible for compliance with all requirements under the laws and shall protect and indemnity completely GAIC, Gandhinagar from any claims/penalties arising out of any infringements and indemnity completely GAIC, Gandhinagar from any claims/penalties arising out of any infringements.

(a) Indemnify GAIC from all accidents, loss of life etc. resulting during execution of works and after commissioning up to one year during guarantee period.

15. SUBSTITUTION AND WRONG SUPPLIES

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

16. FORCE MAJEURE

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

16.2 That within 10 days after the occurrence of a case of force major but before the expiry of

the stipulated date of completion, the seller informs GAIC, Ahmedabad in writing that the successful tenderer considers himself entitled to an extension of the time limit.

16.3 That the successful tenderer produces evidence of the date of occurrence and the duration

of the force major in an adequate manner by means of documents drawn up by responsible authorities.

16.4 That the successful tenderer proves that the said conditions have actually been interfered

with the carrying out of the contract. 16.5 That the successful tenderer proves that the delay occurred is not due to his own action or

lack of action. 16.6 Apart from the extension of the time limit, force major does not entitle the successful

tenderer to any relaxation nor to any compensation of damage or loss suffered.

Page 27: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

28

17. SETTLEMENT OF DISPUTES AND ARBITRATION 17.1 Except where otherwise provided for in the contract, all questions and disputes relating

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

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

requirements of the contract, or disputes any drawings, record or decision given in writing by the Additional General Manager (M & P), GAICL on any matter in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Additional General Manager (M & P) in writing for written instruction or decision. Thereupon, the Additional General Manager (M & P) shall give his written instructions or decision within a period of one month from the receipt of the contractor’s letter.

If the Additional General Manager (M & P) fails to give his instructions or decision in writing within the aforesaid period or if the contractor is dissatisfied with the instructions or decision of the Additional General Manager (M & P), the contractor may, within 15 days of the receipt of Additional General Manager (M & P)’s decision, appeal to the Managing Director, GAIC, Gandhinagar who shall afford an opportunity to the contractor to be heard, if the latter so desires, and within 30 days of receipt of contractor’s appeal.

ii. Except where the decision has become final, binding and conclusive in terms of

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

iii. The contractor shall not have any lien on the site on the work in process for his dues. In case of dispute of any nature the contractor should handover the site/work in progress, if so directed to the party irrespective of pending settlement of his dues so as to enable the party to get the work completed from some other contractor of his choice.

Page 28: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

29

18. LAWS GOVERNING THE CONTRACT

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

19. COMPLETION CERTIFICATE

Within 10days of completion of the work, the successful tenderer shall send information in writing to the M. D., GAIC. Within 10 days of receipt of information the Managing Director, GAIC or his representative, & Project Consultant shall inspect the work and if found satisfactory without any defect, issue a completion certificate. Otherwise provisional completion certificate shall be issued mentioning the defects (a) To be rectified by the contractor and/or (b) For which payment will be made at a reduced rate. But no completion or provisional certificate will be issued till the contractor clears the site of all temporary structure, scaffolding etc. which was provided by the contractor for the execution of the work. In case of failure of the contractor to remove such structures at the cost of the contractor and dispose through public auction. The proceeding of the auction shall be paid to the contractor after reducing the expenditure incurred.

20. INSPECTION OF SITE

Every tenderer is expected to inspect the site of the proposed work to acquaint himself with the site conditions, approaches, availability of raw material, geological and weather conditions etc. before quoting.

The tenderer shall submit all the documents, as specified in terms & conditions.

Page 29: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

30

21. ELIGIBILITY CRITERIA AND BID EVALUATION PROCEDURE

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

Sr. No.

Eligibility Criteria Documentary Evidence to be attached

1.0 The Bidder should have a minimum average annual turnover of Rs. 500.00 Lac from similar projects during the last three financial years ending March 31st, 2016.

Audited financial statements duly certified by chartered accountant for the last three financial years ending March 31st, 2016.

2.0 The Bidding Firm should be experience in the construction of Export facility as per APEDA Norms and the they must have executed: Two similar works completed of each

value not less than Rs. 250 Lakhs OR One similar of work completed of value

not less than Rs. 400Lakhs. The similar works means completion of Export Facility Pack house As per Norms of APEDA.

Certificate from the project client for award of contract and stage of satisfactory project completion (in terms of value) in original or its notarized copy for each project claimed.TDS should be submitted against above completed works, if works executed in Non-Government organization.

3.0 The Bidder should have minimum three years experience in similar field. Means Pack House & Export Facility for Fruits & Vegetables.

Documentary evidence of experience for the last three years ending March 31st, 2016.

4.0 The Bidder should submit a solvency certificate from banker for a minimum value of Rs. 500.00 Lac.

Solvency certificate from the Nationalized / Scheduled Bank.

5.0 The Bidder (Lead member in case of consortium) should submit certified copy of Service tax, Provident fund (P.F.) and Vat Registration.

Certified copy of appropriate authority.

6.0 Bidder must have a Net worth of Rs. 5.00 Crore as on the last date of year for which audited accounts are available.

Audited Financial Statements duly certified by Chartered Accountant for the last financial year ended on 31st March 2016, along with a net worth certificate signed by the Auditor.

Page 30: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

31

7.0 The Bidder should not be a blacklisted by any Government Agency/ Department.

The bidder should submit and affidavit for affirming of not blacklisted on Rs. 100/- stamp paper duly notarized.

MD, GAIC reserves the right to verify the claims made by the Bidder and to carry out the capacity assessment of the bidder and his decision shall be final in this regard. 21.2 TENDER EVALUATION: 21.2.1 The evaluation and comparison of the bids shall be done for the technical as well as

financial aspects. 21.2.2 Evaluation shall be carried out based on the data and documents provided by the

Bidders in support of their claims. The tender committee shall have the right to verify the claims made by the bidders, in whichever way it deems fit. Based on the bid evaluation, only technically qualified bidders shall be short-listed.

21.2.3 The evaluation committee may call for the presentation by the bidders if required and the bidder should support the facts with proper documents.

21.3 Financial Bid Opening: The financial bid of only the short listed Bidders shall be opened. The technically qualified bidder with lowest total cost of the project would be the preferred bidder. 21.4 Selection Methodology 21.4.1 The Financial Offers of those Technically qualified Bids would be opened and then ranked in

ascending order based on the Total price quoted, with the Bidder quoting the lowest price being ranked first and the Bidder quoting the Second Highest ranked as second and so on.

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

Preferred Bidder. 21.4.3 GAIC reserves the right to reject any Bid, if:

a) At any time, a material misrepresentation is made or discovered; or b) The Bidder does not respond promptly and diligently to requests for supplemental information required for the evaluation of the Bid.

Rejection of a Bid by GAIC as aforesaid would lead to the disqualification of the Bidder. If such disqualification / rejection occur after the Bids have been opened and the Preferred Bidder gets disqualified / rejected, then GAIC reserves the right to: a) Either select the next best Bidder, or b) Take any such measure/s as may be deemed fit in the sole discretion of GAIC, including annulment of the bidding process.

Page 31: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

32

21.4.4 The preferred bidder’s financial offer may be compared with Estimated Project cost and also

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

21.4.5 In the event of acceptance of the Preferred Bidder with or without negotiations, GAIC shall

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

21.4.6 The Successful Bidder shall execute the Contractual Agreement with GAIC within period

specified by GAIC of the issue of Loi or within such further time as GAIC may agree to in its sole discretion.

21.4.7 Failure of the Successful Bidder to comply with the requirements of Clause 24.4.6 shall

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

a) Either invite the next best Bidder for negotiations or b) Take any such measures as may be deemed fit in the sole discretion of GAIC, including

annulment of the bidding process. 21.4.8 Information relating to the examination, clarification, evaluation and recommendation for

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

21.4.9 To assist in the examination, evaluation, and comparison of Bids, GAIC may utilise the

services of consultant(s) or advisor(s). 21.5 Bid Evaluation Committee: A tender evaluation committee nominated by MD, GAIC shall do the above evaluation. The committee shall determine the approach and methodologies for the issues, which may arise during the above, referred evaluation exercise and have not been addressed in this Tender Document. The decision of the committee shall be final and binding on all the bidders. 22.The successful bidder shall be responsible for training of the working personnel of GAIC or their representative for the operation and maintenance of the entire plant and Machinery for at least one month or more for Hand Holding till intricacies regarding operation and maintenance are resolved.

Page 32: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

33

ANNEXURE - I

PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE

To, The Managing Director, Gujarat Agro Industries Corporation Ltd., Gujarat State Civil Supply Corporation Bldg. 2nd Floor, B-wing, Sector -10A, Ch Road, Gandhinagar-382010. Dear Sirs,

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

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

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

Page 33: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

34

bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the bank as principal debtor, in the first instance without proceeding against the contract and notwithstanding and security or other guarantee that the owner may have in relation to the contractors liabilities.

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

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

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

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

Page 34: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

35

SECTION – 5TECHNICAL SPECIFICATIONS:

Appendix A

TECHNICAL DETAILS OF THE REQUIREMENT

SCOPE OF WORK:

PART 1: MODERNIZATION/UPGRADATION of EXISTING PACK HOUSE:

1) Dismantling the existing Cold storage PUF wall and ceiling panel of Pack house andReplacement of damaged PUF panels &Manual sliding doors and

reinstallation as per revised layout. The technical specification of New PUF panel and other items shall be same as per the Technical specification of

Part 2.

2) Dismantling of existing Blue star Make 50 TR Scroll Brine chiller and associated equipment’s like pumps, tanks and cooling tower.The bidder

should visit the existing facility to ascertain required cost.

3) Dismantling the Brine circulation pipe line, cooling tower IDUs Pumps, and HOT/ COLD mixing tank, Air-handling unit in central hall with Ducting and

insulated ceiling panels.

4) Supply, installation of PUF Partition wall and glass windows & doors for the Grading area as per APEDA norms. The technical specification of New PUF

panel, doors shall be same as per the Technical specification of Part 2.

5) Dismantling, Overhauling servicing and reinstallation of existing Mango

washing & cleaning line as per revised layout.

6) Minor Civil, Fabrication and electrical work

7) Supply of Hot water tank for mango treatment.

Technical Specification: After de-sapping and washing, mango fruits/ mango shall be passed through

hot water treatment tanks. The Hot water should be suitable for capacity of 1000 Kg/ Hr. The tank should be fitted with heating element with thermostat

control sensors to maintain the desired temperature of 52OC as per norms. The tank should have suitable water calculation pump to maintain uniform

temperature inside the tank.

After hot water treatment fruits/ Mango should passed through the drying table

to remove the moisture and gets cooled to normal temperature. The machine

Page 35: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

36

should have provision for cooling and drying post Hot water treatment. Fruitshould be cleaned/wiped by a soft automatic sponge by hand so that the

product does not get damaged.

Hot Water Treatment Unit 2 No

Tank M.O.C S.S. 304

Estimated Length 10000 mm Estimated Width clear for 3 crates

On side wise 1250 mm

Powered by VFD as per Supplier Recirculation Pump as per supplier

Electrical Heaters 15kW+ tthermostat (15 KW spare) or as per supplier

Out let (cooling- Existing System)

The above design is with roller emersion of crates into hot water tank,

supplier can suggest other mechanism for the mango treatment of HOT water for 60 min eg using lifting system for pallets or crates)

Or Manufacturer can submit their specification in terms of size and design. It

should be able to handle 1000 Kgs of mangoes per hr in the hot-water bath for 60 min at 52 Deg C (temperature can be set thru digital thermostat)

Cooling capacity load sheet:

Sr. No.

Name No of units Temp. Range

in Dec. C

Cooling capacity in

KW

1 Inspection area 1 1 18 to 24 10

2 Inspection area 2 1 18 to 24 10

3 Receiving area 0 Ambient

4 Grading area 5 18 to 24 50

5 Packing Area 3 18 to 24 30

6 Stacking & quarantine area 1 18 to 24 10

7 Dispatch area 1 18 to 24 10

120

Total estimated load – 120 KW shall be with Split type /one to one Air cooled Refrigeration system

Basic Capacity of indoor and outdoor will be 10 KW

Refrigeration Gas will be R 134a/R410a or R 407C for Above systems

Page 36: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

37

New Stand alone Ref. Units for Ripening Chamber, Cold store & pre cooling:

The cooling capacities are as under

Ripening System will run on R 134a/R410a or R 407C refrigerant gas

Cold Store and Precooling will run on R 404a or R 134a refrigerant gas

Air Cooled Condensing Units

Reputed make hermetically sealed / semi sealed reciprocating / scroll compressor working with suitable capacity. The compressors should, preferably, have capacity

control arrangement. a) Reputed make hermetically sealed / semi sealed reciprocating / scroll compressor /scroll working on R404a/R134A / Other HFC with suitable capacity. The compressors should, preferably, have capacity control arrangement. b) Air cooled condenser with copper tubes and aluminum fins complete with propeller fans and

motors. Condenser shall be liberally sized, considering the ambient temperature of 45 Deg. C

c) Liquid receiver of adequate capacity. d) Base frame for mounting the compressor and condenser assembly. e) H.P. / L.P. cutouts and pressure gauges with gauge board and piping. f) The Precooling units shall be fitted with Oil separator and suction accumulator g) All units shall be with filter drier and sight glass

Sr. No.

Name RH % Temp. Range

in Dec. C Total Cooling

capacity in KW Proposed ref. unit

1 Ripening Room 1 80 to 90 16 to 22 30 Air-cooled Cond. Units and

ACU. 2 nos. unit 50%

each. 2 Ripening Room 2 80 to 90 16 to 22 30

3 Ripening Room 3 80 to 90 16 to 22 30

4 Pre Cooling room 1 80 to 90 2 to 6 43.5 Air-cooled Cond. Units and ACU. 2 nos. unit 50%

each. 5 Pre Cooling room 2 80 to 90 2 to 6 43.5

6 Cold store 1 80 to 90 2 to 6 43.5 Air-cooled Cond. Units and

ACU. 2 nos. unit 50% each.

7 Cold store 2 80 to 90 2 to 6 20 Air-cooled Cond. Units and

ACU. 2 nos. unit 50% each.

Page 37: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

38

h) Platform for placement of the Condensing unit above the ground level by 450mm

Air Cooling Unit for Cold Store

The unit shall be ceiling mounted type and shall be complete with evaporator coil, fan, motor, drain pan and defrost water tray. The casing and the pan shall be made from

thickG.I. sheet and duly painted Zinc rich paint. The suspension from ceiling. The cooling coil copper tubes with aluminium fins and pressure tested pneumatically at 20 kg / cm2.

The fans on the unit shall be 2 or 3 Nos. axial with impellers mounted directly on motor shaft. The fan motor shall be suitable for low temperature operation.

Coil design to be suitable for high humidity application. Air Handling Units for Precooling Casing - The unit shall be suitable for operation on eco friendly HFC refrigerant, and of floor-mounted type. The casing shall be of 3 mm FRP skins / 0.5 mm PCGI with PUF insulation. All structural members, if required, pipe connections etc. shall be MS epoxy coated / hot dip galvanized. All the hardware shall be of stainless steel. Evaporative Coil – The evaporator coil shall be made of seamless copper tubing with Aluminum fins & shall be in two circuits each of 50 % capacity. Test pressure -- 20 Kg/cm2 pneumatic (Nitrogen) Heat Exchanger – specially designed polypropylene heat exchanger offering a high contact surface between the air and chilled water in a counter flow arrangement. Water Spray System - This shall incorporate PVC pipe headers with low-pressure non-clogging nozzles provided at 150 mm Centers. The unit shall have the S.S. water sump tank at the bottom with water inlet, outlet, make up overflow and drain connection. Demisters - This would incorporate polypropylene based pads, which will be removable for cleaning.

Fan - The fan shall be axial type with cast aluminum / S.S. / GRP impeller in aerofoil design

statically & dynamically balanced with adjustable pitch. The casing shall be galvanized or Epoxy coated. The fan motor shall be TEFC squirrel cage type with class 'F' insulation and conforming to IS- 325 / 1978 with IP- 55 protection. The motor shall be of SIEMENS/ NGEF/KIRLOSKAR/Equivalent make. Product Covering Flap - Suitable product covering flap made of PVC sheet / EQVT sturdy material to be mounted on the unit above the fan(s) to ensure proper airflow through the produce. There shall be suitable reinforcement at the end for supporting the FlapHumidifier - Suitable capacity for dry cooling portion (for room temperatures below 3 Deg C). This shall have water particles in 5 ~ 10 micron range or lower the unit should be operable in high humidity as well as dry cooling mode. Dry cooling mode shall have required pump interlocks the capacity and other details shall be as follows: Unit capacity - To cool 5 M.T. of pomegranate / grapes other. fruit from 30 deg. C to 2 deg. C. resp in 6 hrs. with 95 % + RH. Refrigeration Capacity – 43.5 kW at (-) 4 deg. C. evap. Temp. Approx. fan capacity - 34,000 m3/ hr. at 50 mm wg. sp. Pump capacity – 31.5 Lits/sec. at 7.5 m head.

Page 38: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

39

Refrigeration Piping, Fittings & Valves

The piping shall be of refrigeration quality seamless copper tubes and the valves shall be bras somatic / Henry or equivalent make. The piping shall include accessories such as filter, drier, sight glass, heat exchanger, suction line accumulator as per the P and I

diagram approved by Consultant. Adequate number of supports shall be included.

The suction and discharge lines shall be designed for a maximum pressure drop

corresponding to1.1 deg. C drop in saturated evaporating and condensing temperatures.

The liquid line shall be designed for maximum pressure drop corresponding to a drop

0.5 to 1deg. C in saturation temperature.

The piping shall be designed with proper slope in the direction of Refrigerant flow and

proper oil return to the compressor and should be installed with adequate supports to avoid undue vibration. The piping should be thoroughly cleaned as per standard practice prior to installation.

Suction line insulation with 50 mm thick EPS covered with 0.6 mm thick aluminium

cladding /25 mm thick EPDM insulation covered with weatherproof cladding / XLPE with proper sealing of joints and factory backed aluminium foil as per standard practice.

Drain piping with heavy duty PVC/ Copper pipe from Air coil units to outside the machine rooms complete with 'U' Traps, heater andpipe supports and clamps. The

drainpipe shall be insulated with 9 mm EPDM for cold room and for freezer room shall be insulated equivalent material.

Controls and Instrument as follows:

1.0 Thermostatic expansion valves DANFOSS/ SPORLAN / Eqvt approved Make for Pre - cooling, Cold store and Ante - room.

2.0 Digital temperature indicator cum controller (0 to 50 deg. C range) for

Freezer room, Cold Store and Ante - room. The Defrost controller shall be

provided for freezer room

3.0 Liquid line solenoid valves DANFOSS / MANIKS / SPORLAN / equvt approved make for pre - cooling, Cold Store and Ante - room.

4.0 Digital RH indicator (0 to 100 % range) for pre – cooling and Cold Stores.

5.0 First charge refrigeration gas and oil etc. as required up to commissioning

and handling over of plant.

Page 39: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

40

HUMIDIFICATION – MISTING PRESSURE PUMP BASED

Pressure pump based system to achieve the humidity of 90% + in all the cold room ,precooler and ripening chamber Digital RH controller should be provided for each room which can cutoff the solenoid of

the each room Humidification is required for 3 Ripening chambers and 2 Cold Store , the refrigeration

system can maintain humidity level of 70% RH , which needs to be increased to 90% RO plant with tank ( 8 time capacity of hourly requirement ) should be quoted along

with humidification

FOOT DIP at LABOUR ENTRY POINT

Foot dip of size 1.2 x 1.2 m x .15m to be created at the labour entry point near

the change room for both Gents and Ladies The Foot dip should have following

1) Tiles

2) Drain point and drain plug with drain pipe in CPVC till outside the facility

3) Water line connection All work related to foot dip creating like breaking the floor, adding drain line and

refilling with final finish with Tiles and Drain point with plug

Shifting and Modifying the Aluminum partition of office and lab

The existing Aluminum partition work need to be shifted from back side to front. Any additional frames to be considered in the scope of work

Room size – 5 m x 3 m – 2 nos

Door size – 1 x 2.1 – 3 nos

Shifting of existing Ripening Equipment:-

The scope include shifting of Ripening System for present location to suitable position

of newly prepared ripening chambers

Page 40: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

41

Buy Back of unused Existing Equipment:-

Removal of all unused equipment’s & Buy Back proposal of existing 50 TR Brine

chiller, old pipe line, Air coil units etc. The agency may inspect the existing plant &equipment’s to enable him quoting optimum rates which should be inclusive of removal, transportation,loading/unloading etc. and cleanup the area.

The agency need to take care while removing the existing equipments and should not

damage the same. The minimum reserve value of existing Plant & Equipment is Rs. 31,00,000/-. The

agency will be allowed to take material only after completion of the work.

The successful bidder will be allowed to take the material only after completion of the work, in case the rate quoted by the bidder is lesser than the reserved price.

In case, the rate quoted by the successful bidder is either lesser than the reserve price and / or the other unsuccessful qualified bidder’s rate, GAIC may

ask the successful bidder to match the highest rate as the case may be, in

which case the GAIC’s decisions would prevail.

Existing Equipment for Buyback:

S.No DESCRIPTION Make Unit Qty

1 Scroll Brine Chilling Units with micro Computer Panel Controller Blue Star Nos. 2

2 150 TR Capacity Cooling Tower Advance Nos. 1

3 Pumps Kirloskar Nos. 9

4 Brine Air Cooling Units of Capacity for Cold Rooms Coil Company

Nos. 15

5 Brine Air Cooling Units of Capacity for Pre-Cooling Room Star cooler Nos. 1

6 Brine Air Handling Unit ( Floor Mounted type ) of 30 TR Capacity Blue Star Nos. 1

7 Ducting with Complete Accessories and Supports Lot 1

8 Ducting, Dampers and Grills Nos. 1

9 Make-up Brine Tank with complete fittings Set 1

10 GI "B" Class Pipes Lot 1

11 MS "C" Class Pipes Lot 1

12 Valves and Fittings Lot 1

Page 41: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

42

PART 2 : CONSTRUCTION OF NEWCOLD STORE & FREEZER ROOM:

Supply Construction / erection of 2 nosx 120 MT and 1 No x 50 MT Multipurpose

cold store for fruit and vegetables and dairy product and 2 Nos x 65 MT Frozen store at Naroda, Ahmedabad will be executed on Turnkey basis. Accordingly

the scope of work will cover all work relating to delivering the expected performance for the indicated works including Supply, Installation,

Commissioning, and Training of personnel.

GENERAL DESCRIPTION OF WORK AND BASIS OF DESIGN The scope of work includes engineering, fabricating, supplying, installing, testing and

commissioning of the Thermal Insulation Work, Refrigeration Machine and the

associated Electrical Work, F & V Processing and Handling System as per the

specifications given in this tender.

REFRIGERATION SYSTEM PROPOSED

The refrigeration system shall consist of independent units for the cold store, frozen

room and anteroom area. The air-cooled condensing unit shall be located out side the

building. The civil platform 450mm above Ground level for placing the units will be

Sr. No. Particulars

Multipurpose

Cold store I &

II

Multipurpose

Cold store III

Frozen Product

cold store Ante Room

1 Size 12.0 m x 8.50m

x 8.5 m

12.00 m x

7.50 m x 4.5m

12.00 m x 7.50

m x 4.5m

5.5 m x 40.0 m

x 3 .0m

2 Quantity Two One Two One

3 Operating

Temperature +2 to 8 Deg. C +2 to 8 Deg. C -18 to 25 Deg. C 10 Deg. C

Relative Humidity >80 % >80 % NA NA

4 Insulation & Finish PUF – Minimum 0.5mm thick pre-coated GI sheet with 180 GSM

on both sides

5 Thickness Outer

wall &ceiling 100 mm 100mm 120 mm 60 mm

6 Partition wall 100 mm 80 mm 100 mm 60 mm

7 Floor insulation

100 mm (50 x

2 Layer) thick

PUF slab

conventional

type

100 mm (50 x

2 Layer) thick

PUF slab

conventional

type

120 mm (60 x 2

Layer) thick PUF

slab

conventional

type

50 mm (50 x 1

Layer) thick PUF

slab

conventional

8 No. of doors 1 1 1 2

9 Type of Door Manual Sliding Manual Sliding Manual Sliding

Over head

sectional door

(Motorized)

10 Door opening Size 1.5 X 2.4 m 1.5 X 2.4 m 1.5 X 2.4 m 2.5 X3.0 m

11 Door thickness 80mm 80mm 120mm 40mm

Page 42: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

43

included in the vendor scope. The Air Cooling units in cold store, Frozen Room and ante

room shall be in ceiling suspended arrangement. The units shall be designed for

automatic operation with automatic defrost arrangement (for Frozen room unit) and

adequate control system for the maintenance of the specified temperature and relative

humidity.

The Electrical installation shall include a central control panel for the various refrigeration systems, power and control wiring and earthing.

Basis of Design for Ref. Unit shall be as Below:

Outside Design Conditions

Summer Monsoon Winter

DBT (Max) 45 ºC 36.2 ºC 12.8ºC WBT 29 ºC 28.7ºC 8.9ºC

Sr.

No. Basis of design

Multipurpose

Cold store I & II

Multipurpos

e Cold store

III

Frozen

Product cold

store I & II

Ante Room

1 Size 12.0 m x 8.50m x

8.5 m

12.00 m x

7.50 m x

4.5m

12.00 m x 7.50

m x 4.5m

5.5 m x 40.0 m

x 3 .0m

2 Room Temperature +2 to 8 Deg. C +2 to 8 Deg.

C

-18 to -25 Deg.

C 10 Deg. C

3 Relative Humidity >80 % >80 % NA NA

4 Max. Product load Each

Chamber 120 MT 50 MT 65 MT NA

5 Loading Per Day 10 MT 10 MT 10 MT NA

6 Incoming product

Temp. 20-25 Dec. C

20 -25 Deg C -18 Dec. C NA

7 Cooling capacity in Kw 45 KW 36 KW 22.5 KW 20 KW

8 No. of Units per

Chamber 3

2 3 3

9 Capacity of each unit 40% of Ref. Load 50% of ref

load

40% of Ref.

Load

40 % of Ref.

Load

Page 43: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

44

TECHNICALSEPCIFICATION FOR FREEZER ROOM, COLD STORAGE,

ELECTRIFICATION & MISCELLANEOUS

INSULATED PUF PANEL STRUCTURE AND THERMAL INSULATION FOR FLOOR

SCOPE OF WORK AND GENERAL SPECIFICATION

The work involves provision of supply and installation of sandwich Insulated panel structure for the pre cooling, cold stores including floor insulation, insulated doors and

strip curtains etc.

Insulated Panel Structure

CODES AND STANDARDS

Sl Title Reference

1 Code of practice for thermal insulation of cold storages IS 661

2 Specifications for preformed rigid polyurethane (PUF) and poly isocyanurate (PIR) foams for thermal insulation

IS 12436 -1988

3 Glossary of Terms used in Refrigeration& Air conditioning IS 3615: 2007

4 Wind Loads on Buildingsand Structures IS: 875(Part3)

5 Bitumen Felt IS 1322/1993

This would cover supply of PUF insulated sandwich panels with CFC free Polyurethane insulation of 40 ± 2 Kg/m3 density Insulation with internal metal skin of galvanized Steel with plastic coating and external metal skin of galvanized Steel duly coated with

RAL9002/9003 corrosion resistant paint.

The panel shall be approx. 1000 mm (min) width and shall have required lengths to

suit height of the cold chambers. The joints shall have tongue & groove joint arrangement. The scope of work shall cover all other ancillary material such as angles, metal sections, flashing ( internal and external), coving, sealant, vapour barrier,

adhesive, PVC capping, insulation form for ceiling joints and other hardware for fixing the panels with the civil structure. Pressure balancing ports shall be supplied and fixed

and wired as per requirement for freezer rooms. The ceiling panels shall be supported on the panel walls and shall have additional support as necessary from the trusses / purlins of the main roof. In case the ceiling panels have joints, it should have

supporting member below of the joints.

Type of Panel – Continuous ( Camlock not allowed )

Page 44: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

45

PUF and Panel Skin Sheet Properties

Density : 40 + 2 Kg / cu.Mtr.

Closed cell content : 90 to 95%

Temperature range: -30 to +80 Deg C

Sheet GSM – Minimum 180 GSM

Foam Thermal conductivity (K value) of the insulation : < 0.02 kcal/hr-m-°c at +/- 10°c

Tensile strength : 2.5 Kg/ cm2

Bending strength : 3.0 Kg/ cm2 Shear strength : 2.5Kg/ cm2

Compressive strength of PUF Slab- Minimum – 2.1 Kg/cm2

Water absorption : 0.2% volume at 100% RH.-Max

Water Vapour permeability : 0.12mg/pasm at 88% RH & 38°c-max.

Horizontal Burning test : 150 Max

Ignitability – Non readily ignitable Fire retardant ( FR ) form - Yes

Self extinguishing (SE) form – Yes

The work shall include material supply, labour and supervision of the entire insulated panel structure and fixing of doors.

Floor Insulation

The floor insulation shall be done with PUF with 40 kg density as per conventional method as follows:

Coat of bituminous primer on the clean surface followed by coat of bitumen @ 2 Kg/m2.

Fixing of 250 Micro an Polythene sheet with 150mm overlapping with 225mm extension on walls. This is done once the bitumen slightly cools down.

Fixing of first layer of insulation with bitumen and joints sealed with hot bitumen

Page 45: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

46

followed by second layer with staggered joints sealed with bitumen. Covering 2 Ply tar felt with overlaps min 40 mm with extension on walls min 100

mm. (Further flooring treatment shall be as per civil works specification.) Providing and laying in situ cement concrete (50 mm thk.) M-15/1:2:4 of

trap/granite/quartzite/gneiss metal over Floor insulation including dewatering, form

work, compacting, roughening them if special finish is to be provided, finishing if required and curing etc. complete (4.42 bag/cum) Spec. No. 3 Page No. 17

Providing and casting in situ M-20 (1:1.5:3) grade light Reinforced Tremix Flooring

150 mm thick in Cold stores & Ante Room including providing and binding in

position reinforcements as directed. Casting floor concrete in bays by using girder, vibrator, vacuum departingmechanical trawling till perfectly leveled, smooth

integrated cement finish is achieved, curing and making smooth floor.Rate shall include cost of appropriate concrete hardener, expansion joints bituminous felt and excluding cost of reinforcement.

Doors - Sliding type Suitable for fitting on panel structure.

Door Type: - Single Leaf Sliding Door – Manual operations

General: - Doors shall be self- supported sections of CFC-Free PUF sandwich panels. Jointing of sections shall be carried out in such a way that it shall be free of thermal

bridge and shall be fitted with special seals. After Installation, the doors shall form an airtight unit with the wall panels of the Cold Room. Doors shall be equipped with all necessary safety devices and glow signs. The successful bidder shall arrange to

unpack, assemble, move to the place of installation, install and commission in proper alignment along with all the accessories. Any gaps left out between the doors and the

wall after installation shall be made good by completely sealing the gaps by in-situ injection of polyurethane foam and silicon sealants to protect the integrity of the

insulation and vapour barrier.

Important Parameters.

Sr. No. Descriptions Technical Details

1 Size of the Door Clear Opening – as mentioned in design sheet.

2 Door Leaf Insulated sandwich panels surrounded with SS 304 profile of

2mm on all four sides with inside strong reinforcements for long

life of the sliding doorand 0.60mm thick PCGI and 100% CFC-

free, pressure injected high density (45 Kg/ m3 polyurethane

core.

PCGI Sheets: 0.6mm thick, 180 GSM galvanized, RMP RAL 9002,

500 hrs salt spray and 1000 hrs humidity tested.

Polyurethane

2 Component Polyurethane Rigid, Blowing Agent –

Water

Dimensional Stability at +100 Dec Cen. and (-25) Deg

Cen. (2% Max) as per DIN 53431.

Page 46: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

47

Density 45 Kg/Cum. With max deviation of 2 Kg/ cum. As

per DIN 53420.

Condensation resistance at 38 Deg. Cen. and 88 RH –

Maximum variation 2% in weight and volume.

Door blade panels should be framed on all four sides in heavy

gauge (1.5 Kg per Mt.) extruded aluminium profiles of 6063 T6

grade with natural anodized finish.

3 Wall Frame 3 Sided frame made of 0.6mm thick PCGI Sheet. The Frame shall

have either extra high density (65 Kg/ cum) 100% CFC Free

injected PUF or it can be of teak wood insulation.

PCGI: - 0.6mm thick, 200 GSM galvanised, RMP RAL 9002, 500

Hrs salt spray and 1000 hrs humidity tested.

It should have inbuilt thermal break.

Installation can happen on Insulated panels or brick walls.

Counter wall frame should also be provided

4 Rail Heavy Duty profiles (5 Kg / Rmt) in aluminium alloy grade 6063

and Temper T6 grade.

It should give perfect hermetic sealing when closed.

The canopy should have sloping top in 1.2mm thick 200 gsm

galvanized steel and paint in RAL 9002.

Alternatively it can be a double track system, one track can be

fixed on the top and the other will be fixed on the panel on the

opening side of the door on mid bottom of the door for better

strength and all the supporting wheel chair should be of special

ABS imported material.

5 Runners Door must run on self-lubricating nylon roller connected to SS

304 wheel chair. There will be three runner that will distribute

the wait of door. SS 304 wheel chairs which just have a provision

to manoeuver the door movement to achieve up/down for air

tightness.

6 Sealing Gasket ( Sides

and Top)

3 Sided exchangeable EPDM sealing gasket, fixed in special PVC

holder on inside door of the door blade frame.

7 Sealing Gasket

(Bottom)

Sealing with a specific material to provide a hermetic sealing.

8 Opener Out Side Opener : Solid SS Handle of AISI 304 grade with Nylon

Grip

Inside Opener : Solid SS Handle of AISI 304 grade with Nylon

Grip

9 Cladding 0.80mm thick 200 GSM Galvanized Steel Coated with 25 Micron

paint in RAL 9002 (As Per IS 14246 – 1995) to protect and

reinforce the cut out opening in wall panel.

10 Automation NA

11 Kick Plate NA

Page 47: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

48

12 Locking Door must have a provision of locking arrangement with

emergency release system; lock must contain inbuilt key system.

No latching system should be there.

13 Gaskets All gaskets must be triple co extruded and must be safe and

hygienic in nature.

14 Handles Handles inside and outside must be in SS 304 and must be solid in

case of manual operation.

15 Vision Panels NA.

P.V.C. Strip Curtains

PVC Strip curtains made of 3 mm thick transparent PVC sheet strips suitable for low temp and negative temp. asApplicable with 30/40 mm overlap. The curtains shall be

complete with SS or Aluminium hanging &fixing arrangement.

REFRIGERATION SYSTEM

SCOPE OF WORK

The work includes designing, engineering, providing, installing, testing and

commissioning of the refrigeration and air conditioning system covering the equipment

/ materials / services covered in the Technical specification, BOQ and the drawings.

The erection, testing and commissioning will include lifting of equipment placement

and alignment in position, interconnecting piping, controls etc. The system shall be

pressure tested and evacuated as per standard practice before charging the

refrigerant gas. The plant shall be run on no load for 3 days for satisfactory

performance and on load for 3 days for satisfactory performance

All tools and tackles / welding machines, rods and gases etc. required for fabrication, erection, testing and commissioning etc. shall be arranged by the contractor at his own cost.

Air Cooled Condensing Units:

a) Reputed make hermetic / semi sealed reciprocating / scroll compressor working on R404afor Freezers /R134A for Chillers. b) Air cooled condenser with copper tubes and aluminum fins complete with propellerfans and motors. Condenser shall be liberally sized, considering the ambient temperature of 45 Deg. C c) Liquid receiver of adequate capacity. d) Base frame for mounting the compressor and condenser assembly.

Page 48: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

49

e) H.P. / L.P. cutouts and pressure gauges and piping.

F) The freezer unit shall have oil separator and suction accumulator G) All units shall be with filter drier and sight glass

Air Cooling Unit for Cold Store

The unit shall be ceiling mounted type and shall be complete with evaporator coil, fan,

motor, drain pan and defrost water tray. The casing and the pan shall be made from 1.6 thickG.I. sheet and duly painted Zinc rich paint. The suspension should be from ceiling. The cooling coil copper tubes with aluminum fins and pressure tested

pneumatically at 20 kg / cm2.

The fans on the unit shall be 2/3 Nos. axial with cast Aluminum / S.S. / GRP impellers

mounted directly on motor shaft. The fan motor shall be1440 RPM KIRLOSKAR /SIMENS or equivalent approved make TEFC squirrel cage induction type suitable for low temperature operation and 415 Volts, 50 C/S, 3 phase A.C. Supply.

The defrosting arrangement for Freezermay be HOT GAS or with ELECTRIC HEATER

provided in the coil section. The Drain Pan and drain Heating should electrical heater only. Fan ring heater to be provided.

Refrigeration Piping, Fittings & Valves

The piping shall be of refrigeration quality seamless copper tubes. The piping shall

include accessories such as filter, drier, sight glass, heat exchanger, suction line accumulator as per the P and I diagram approved by Consultant. Adequate number of supports shall be included.

The suction and discharge lines shall be designed for a maximum pressure drop corresponding to1.1 deg. C drop in saturated evaporating and condensing

temperatures.

The liquid line shall be designed for maximum pressure drop corresponding to a drop 0.5 to 1deg. C in saturation temperature.

The piping shall be designed with proper slope in the direction of Refrigerant flow and proper oil return to the compressor and should be installed with adequate supports to

avoid undue vibration. The piping should be thoroughly cleaned as per standard practice prior to installation.

Suction line insulation with 25 mm and 32mm in case of Freezer thick EPDM insulation covered with weather proof cladding / XLPE with proper sealing of joints and factory

backed aluminum foil as per standard practice.

Drain piping with heavy duty PVC/ Copper pipe from Air coil units to outside the machine rooms complete with 'U' Traps, heater andpipe supports and clamps. The drainpipe shall be insulated with 9 mm EPDM for cold room and for freezer room shall

be insulated equivalent material.

Page 49: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

50

Controls and Instrument as follows:

Thermostatic expansion valves DANFOSS/ SPORLAN /MANIKs for Freezer, Cold store and Ante - room.

Digital temperature indicator cum controller (-40 to 50 deg. C range) for Freezer room, (0 to 50 deg. C range)Cold Store and Ante - room. The Defrost controller

shall be provided for freezer room Liquid line solenoid valves DANFOSS / MANIKS / SPORLAN for Freezer, Cold Store

and Ante - room.

Digital RH indicator (0 to 100 % range) for Cold Stores. First charge refrigeration gas and oil etc. as required upto commissioning and

handling over of plant.

Dock Shelter: ( Qty _ 2 No. ) The dock seal retractable fixed type of approved make. Size :3450 mm (W) x 3400 mm (H) Shelter Construction : Welded 1½” Tubular Steel Framing with synthetic coated or equivalent architectural fabric, permanently attachedas outer covering. 6” steel channel bumpers are to be included to protect and support frame work. Base fabric to be vinyl, neoprene or color. Dock leveler: ( 2 No. ) The horizontal type dock leveler of approved make as per international standard. An electro hydraulic dock leveler should provide to connect between vehicles to receiving area floor at city side.

Dock leveler should contain platform and lip in anti slip steel. It should contain double effect lip cylinder. Should contain safety stop in case of accidental departure of the vehicle. Must be maximum pressure valve. Should be install rubber bumper guards. Maximum length of platform - 2500 mm. Maximum width of platform - 2030 mm. Lip width - 500 mm. Operated from inside receiving area. Max Load capacity : 4.5 MT

Motorized Over Head sectional doors: (2 No.): Size of Door :2.5 m (w) x 3.0 m (h) x 40 mm (thick) Type of Door : Insulated upper sliding door (sectionaloverhead opening door) Material of Construction : Steel /Polyurethane/Steel sandwich type withSuitable polyester finish and with suitablethermal break. Temperature at which it operates : Ambient temperature. Method of operation : Motorized operated from inside through pushbutton. Stop Down. Viewing Glass Window : 2 Nos. 18” x 6” glazed window in middle doorat 1.5 m level. Operation Switch : OFF / ON operated from inside.(½” sealed insulated fiber glass window unit mounted in molded high – impact polymerframe.)

Page 50: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

51

Lock shall engage in the vertical track. For counter balancing spring shall be torsion type, low stress, helical wound, oil tempered spring wire to provide minimum continuous cycles of use of 25000.Spring fitting and drum should be made of die cast, high strength S.S. Steel. Galvanized steel cable shall provide a minimum of a 5: 1 safety factor. Please note all hardware should be of stainless steel / hot dip galvanized and the electric motor should be of 3 Phase.

Electrical work

Main Power & Motor Control Panel (PMCP) The PMCP should main power center panel for all the refrigeration machines for Freezer room cold room & Anteroom. The Panel construction shall be totally enclosed cubicle type free standing, floor-mounting, compartmentalized and modular in construction, expandable on both sides, fabricated out of 14 gauge CRCA sheet steel duly pretreated and painted with 2 coats of red-oxide zinc-chromate primer and painted with synthetic enamel paint /powder coated. Panel shall have separate incomer section with door interlock and isolated horizontal / vertical bus-bar chambers. Bakelite / acrylic shrouds with danger louver shall be provided as required to cover live parts and bus bars for safety purpose. Separate cable-alleys shall be provided. Component layout in individual modules shall be spacious with adequate clearances for ease of operation and maintenance. Capacitor modules when provided shall have adequate cooling arrangement such as louvers at rear and sides. Cable entry shall be top or bottom as per site conditions. Aluminum anodized labels shall be provided for components and feeders. 25 x 6 mm GI earth bus bar shall be provided along panel length with terminals brought out at both ends. Necessary foundation frame / pedestal / mounting structure, sheet metal blanking covers, foundation bolts and all required material / accessories etc. shall be included. The indicative SLD is attached for reference, however the rates shall be work out as per requirement and the SLD and GA should be submitted for Approval before supply. Incomer Should be as per total power required power input of all with fuses, operating handle and door interlock, etc. – 1 no. (i) 0 to 500 V voltmeter, voltmeter selector switch, 3 Nos. HRC fuses etc. – 1 set (ii) 0 to 200 Amp. Ammeter, ammeter selector switch, 3 Nos. 315 / 5 Amp., 10 VA CTs, shorting links etc. - 1 set (iii) Supply on LED type indication lamp with HRC fuse etc. - 1 set (iv) Copper neutral link - 1 set (v)Bus bars 25 X 6 mm. Main copper bus bars with red, yellow, blue, black colour heat shrinkable PVC sleeves and mounted on epoxy / SMC insulator supports of tested quality as per IS. Other vertical copper bus bars shall be rated for total compartment rating with current density of 1.5 Amp. Per sq. mm. Minimum size 25 X 3 mm.Minimum clearance on all sides of each bus bar shall be 25 mm. Energy Meter to be included in the panel Outgoing Feeders - 1 set a) For Freezer Room 1 &2, Cold Store 1 , 2 & 3 and Ante room and spare compartment -3 nos for

Page 51: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

52

expansion. b)For Docking system – Dock leveller , dock shelter and overhead sectional door Starter Panel for Ref. Machine The above panel shall be Room wise for example For Freezer room 1, Three Ref. And common starer Panel. The Panel should consist of In-comer TPN-MCB shall be for suitable duty and rating shall be coordinated with OLR rating as per manufacturer’s recommendations. Contactor shall be AC3 duty with current rating at least 10% more than motor FLC. Minimum contactor rating 1as per Condensing Unit & Evaporating unit. - OLR shall have SPP feature with maximum setting at-least 10% more than motor FLC. - Cables / wires used for switchgear power connections shall be PVC insulated multi-strand copper conductor as per IS with current rating at least 40% more than feeder FLC. Minimum wire size shall be 2.5 sq. mm. (to be used up to 3.7 KW). MCB and DP-MCB feeders as per system reqmt.MCBs, relays, timers, switches, push-buttons, indication lamps, alarms, controls, instrumentation, necessary circuitry etc. as per system requirement for control and interlocking of compressors, fans, pumps, solenoid valves, level switches, pressure switches, heaters etc. as required.

LIST OF APPROVED MAKES OF MATERIALS Note: The tenderer shall quote his rates on the basis of price of brand/ make stipulated in the item

of works as described in BOQ specification and furnished in technical data. The tenderer shall consider the first make of material from the list of Approved make while quoting tender. The owner reserves the right to select any of the branch indicated in the “List of approved makes/ Agencies”

Sl. Equipment Approved make

A Plant & machinery

1. Condensing Unit Emerson / Blue Star / RINAC/Voltas/ Danfoss/Frascold/ Bitzer/Tecumseh/Icemake

2. Air Cooling Unit Guntner/Luve/Blue Cold/Icemake

Precooling unit Star Cooler /Blue Cold

3. Temp. & Humidity Controllers Carel /Dixell / AS Controls

4. HP/LP Danfoss

6. Valves & Fittings Danfoss /Johnson Controls/ Equivalent

7. TEX Valve Sporlon / Danfoss

8. Insulation Panel Blue Star /TSSC/ APL /IK/Lloyds/Jindal/Icemake equivalent.

9. Manual Sliding Door Metaflex/ MTH/HICON-Dandoor/INFRACA

10. Strip Curtain Metaflex/ GMP/ Russel

11. Dock leveler Technocrat/ Gandhi/ Spanker/Metaflex/Infraca Equivalent

12. OH sectional doors Gandhi/ Mataflex/ Spanker/ BG / Dan door/ Crawford/Infraca

13. Dock Shelter Technocrat/ Gandhi/ Spanker /Metaflex/Infraca/Equivalent

Page 52: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

53

MAKES OF ELECTRICAL ITEMS

Sr. No.

Item description Acceptable makes

1 TOD meter ABB / L&T

2 Electric motors CGL/ KEC / NGEF / Siemens / BB

3 Switch-fuse unit / MCCB L& T / Siemens

4 Changeover switch HPL / Havells

5 DOL / SD starters / Contactors L& T / Siemens

6 Voltmeter / Ammeter A.E. / L&T

7 Indication lamps (cluster LED) Teknik / L&T / Siemens

8 Push-buttons Teknik / L&T / Siemens

9 Selector switches Kaycee / Salzer

10 Control fuses L& T / Siemens

11 Terminals Elmex

12 Panel & lighting wires Polycab / Finolex

13 LV cables CCI / RPG/ Finolex / Polycab

14 Cable lugs Dowells

15 Cable glands Comet

16 Lighting fixtures CGL / Bajaj / Phillips

17 Lighting panels / MCB-DBs MDS / Siemens

18 MCBs Siemens / MDS

19 Ceiling fans CGL / Bajaj

20 Exhaust fans CGL / GEC

21 Light switches, plugs, sockets Anchor

22 Metal-clad plug sockets MDS / BCH

For supply of equipment / items not mentioned in the above list or makes not mentioned in the above list or equivalent make, approval from the both GAIC and consultant to be taken prior to supply of the material to site All the Room , Doors and equipment’s should be with sticker having the name of the room ( Details for the same will be provided by Consultant/ GAIC) and with APEDA logo and words – Assisted By APEDA

Page 53: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

54

SECTION - 6 TECHNICAL DEVIATION FORM:

FOR DISCUSSION IN THE PREBID MEETING

(Please attach separate sheet on original letterhead) The following are the particulars of deviations from the requirements of the tender specifications

Section /Part No.

Item Description Details of Deviation Remarks / justification)

Date - Signature & Seal of the Bidder

Page 54: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

55 | P a g e

SECTION 7

DRAWINGS – PROJECT SITE LAYOUT

Page 55: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

56

Page 56: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

57 | P a g e

SECTION – 8

BILL OF QUANTITIES

Page 57: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

58

Sr. No DESCRIPTION UNIT QTY Rate in Rs. Amount

in Rs

A) Bill of Quantities for Part 1: Pack house Modification

1 Air Cooled Condensing units

SITC of Outdoor units as per specifications working on R404A / R134a / other CFC Free refrigerant as mentioned in the technical document for cooling capacity as below at design conditions; and suitable for operation in Cooling, complete with sturdy MS Stand with two coats of primer and two coats of oil paint of approved colour etc. as required & Floating foundations of concrete blocks of least 200 mm ht, rubber pads to be included.

1.1 Ripening Room

15 kW No. 6 0

1.2 Pre Cooling Room

21.75 KW No. 4 0

1.3 Cold store 1

21.75 KW Nos 2 0

1.4 Cold store 2

10KW Nos 2 0

1.5 For Process Areas ( Inspection/Grading/Packing/Quarantine/ Dispatch

10 KW Nos 12 0

2 Air Coil Unit (Evaporator)

SITC of Indoor Units, with Controls functions along with temperature setting, etc.

Electrical control cabling to ensure fully automatic operation and communication between indoor and outdoor units shall be included in the rate quoted. Minor civil openings as required shall be made and finished and the same to be included in the rate.

2.1 Ripening Room

15 kW No. 6 0

2.2 Pre Cooling Room AHU as per specification

43.5 KW ( Twin Circuit System ) No. 2 0

2.3 Cold store 1

Page 58: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

59

21.75 KW Nos 2 0

2.4 Cold store 2

10 KW Nos 2 0

2.5 For Process Areas ( Inspection/Grading/Packing/Quarantine/ Dispatch

10 KW Nos 12 0

3 Refrigeration Piping, Fittings & Valves

The piping shall be of refrigeration quality seamless copper tubes and the valves shall be brassomatic / Henry or equivalent make. The piping shall include accessories such as filter, drier, sight glass, heat exchanger, suction line accumulator as per the P and I diagram approved by Consultant. Adequate number of supports shall be included.

The suction and discharge lines shall be designed for a maximum pressure drop corresponding to1.1 deg. C drop in saturated evaporating and condensing temperatures.

The liquid line shall be designed for maximum pressure drop corresponding to a drop 0.5 to 1deg. C in saturation temperature.

The piping shall be designed with proper slope in the direction of Refrigerant flow and proper oil return to the compressor and should be installed with adequate supports to avoid undue vibration.

The piping should be thoroughly cleaned as per standard practice prior to installation.

Refrigeration Piping, Fittings & Valves (as described above) Lot 1 0

4

Suction line insulation with EPDM/ XLPE/Equivalent insulation with Aluminum foil Cladding/ Weatherproof Cladding; e.g. Woven glass cloth with epoxy coating or Armaflex/equivalent Cladding with suitable fittings and Adhesives. Thickness - 25mm

Lot 1 0

5 (a) Water piping for Pre- cooling AHU complete with fittings, valves as necessary for supply from a common point near machine room.

Lot 1 0

6 (b) Drain piping with heavy duty PVC pipe from A.C. units to outside the machine rooms complete with 'U' Traps and supports. The drainpipe shall be insulated with 9 mm EPDM or equivalent material.

Lot 1 0

7 Controls and Instrument as follows: Lot 1 0

(a) Thermostatic expansion valves DANFOSS/ SPORLAN / Eqvt approved Make for Pre - cooling, Cold store

and Ante – room and process area rooms

(b) Digital temperature indicator cum controller (0 to 50 deg. C range) for pre - Cooling, Cold Store and Ante - room.

(c) Liquid line solenoid valves DANFOSS / MANIKS / SPORLAN / eqvt approved make for pre - cooling, Cold Store and Ante - room.

(d) Digital RH indicator (0 to 100 % range) for pre – cooling and Cold Stores.

8 First charge refrigeration gas and oil etc. as required up to commissioning and handling over of plant. Lot 1 0

Page 59: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

60

9 Painting for equipment, piping etc. as per standard colour codes Lot 1 0

10 Miscellaneous Items Lot 1 0

a) Vibration isolators for condensing units etc.

b) Minor structural openings in walls / panels etc. for piping, cabling etc. and finishing.

C) Civil Platforms for Condensing units.

11 Electrical work for Refrigeration System

11.1 Electrical control panel cubicle type, dust and vermin proof copper bus bars and suitable for 415 Volts, 3 phase, 50 C/s A.C. supply and incorporating the following:

Set 1 0

a) Incoming MCCB Rating as required.

b) Earth leakage current ELR and suitable ELCB

c) MCBs and starters for condensing units, air handling unit, ACUs in cold stores, ante room

d) MCBs for control circuit

e) MCBs as spare

f) MCBs for capacitors

The control panel shall have provision for interlocking of various equipment as per standard practice.

11.2 Power wiring with ISI approved PVC insulated copper conductors with supports, cable trays etc. to be laid on walls / trenches / under the ceiling. as required as per drawings approved by Consultants.

Lot 1 0

11.3 Control wiring with PVC insulated copper conductor with conduits. Lot 1 0

11.4 Isolating switches for A.C. units, fan motors and other remotely located motors. Lot 1 0

11.5 G.I. earthing for control panel and various motors etc. as per ISI Lot 1 0

12

Modification of the Main Control panel control panel - The panel is floor mounted, totally enclosed compartmentalized, cubicle with rigid construction made from 16-gauge thick MS sheet and stiffened with angle iron framework. The control panel shall consist of bus bar chambers main incoming and outgoing MCBs for the condensing unit motors, AHU motors and their respective starters, voltmeter, ammeter, indicating lamps, interlocking arrangement, rubber mats, hooter for alarm, etc. complete as required.

Lot 1 0

13 New 80 mm Ceiling panel for cold store and pre-coolers and partition Sqm 600 0

14 Support system for existing insulated PUF Ceiling ( around 2450 Sqm of ceiling panels) to avoid the ceiling sag

sqm 2450 0

15

Dismantling / Removing 80 mm PUF Wall & ceiling Panel and re-fixing it with all cost Supports Scaffolding, labour for Dismantling work, HOM of equipment, including disposal of Damaged panels, reinstallation work including cost of Flashing Al. riveting, Silicon sealant etc., complete as per specification. The Air duct opening for the existing AC units to be closed using PVC sheets in the cutting of the ceiling PUG Panel.

sqm 450 0

Page 60: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

61

16

Dismantling and shifting of Mango washing grading line, repairing & re-fixing as per revised Layout, the cost should include repairing modification replacement of spares re-fixing, cleaning, overhauling and testing commissioning.

Lot 1 0

17 Hot Water Treatment Unit No. 2 0

M.O.C S.S. 304

Estimated Length 10000 mm

Estimated Width 1250 mm

Powered by Frequency Drive 5 H.P. Geared Motor x2 nos + With VFD

Recirculating pump 2 H.P.

Metal of Construction S.S. 304

Electrical Heaters 10 kW + (10 with spare, thermostat)

Or Manufacturer can submit their specification in terms of size and design should be able to handle 1000 Kgs of mangoes per hr in the hotwater bath for 60 min at 52 Deg C ( temperature can be set thru digital thermostat )

The above design is with roller emersing the crates into hot water tank, supplier can suggest other mechanism for the mango treatment of HOT water for 60 min eg using lifting system for pallets )

18

Supplying & fixing FLOOR insulation 0F 60 mm PUF slab with coat of bituminous primer, coat of industrial bitumen grade 85 /25 @ 2 Kg / m2 fixing 250 microns Polythene sheet on the surface with 150 mm overlaps and vertically extended on walls up to 225 mm, fixing of PUF high density not less than (40 Kg /m3) insulation slabs of 60 mm covered with 2 ply Tar felt with 100 mm overlap, etc. as required (To be covered by vdf flooring as per item No 27)

SQM 35 0

19 Dismantling and Shifting of insulated MANUAL SLIDING DOORS and refixing on the insulated panel structure The cost of replacement of spares to be included in the cost.

NOS 8 0

Clear opening size – 2400 mm x 2600 mm high

20 Dismantling removal of BSL make Scroll Brine Chiller and MS Brine Circulation Piping and Rectification in HOT/COLD mixing Tank, Condenser water piping.

Lot 1 0

20A Dismantling of Brine IDU and brine piping and cleaning of the space. Lot 1 0

20B Dismantling of Electrical accessories, like wiring, cabling light fittings switches sockets. Note: all these item in 20,20A and 20B should be separatly segretated and kept in safe place with recorded evidence certified by consultant and submit to GAICL

Lot 1 0

Page 61: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

62

21 Supply of Humidification system for Cold Store and Ripening Chambers no 1 0

22 Shiting of Ripening System LOT 1 0

23 Shifting and re installing Aluminium partition work for Office and lab including new material if required LOT 1 0

24 Supply for Strip curtains along with Air curtains for all entrances and exit doors at per door dimension at site

5 Nos 0

TOTAL A 0

B CIVIL WORK

1 Removing false ceiling and stacking it with all cost and conveyance labour for all items of work, including disposal of debris, re-doing of plastering, painting, pipe, cable work etc., complete as per specification.

sqm 115 0

2 Dismantling burnt brick masonry in clay mortar/lime mortar/cement mortar and stacking the bricks within a radius of 50m and removing the debris to a distance up to 200m.

Sqm. 4 0

3 Providing and constructing burnt brick masonry for Cum 5 0

basement and superstructure with approved quality of non-modular bricks of standard size of class designation 3.5 Newton per sqm with cement mortar 1:6 including cost of materials, labour charges, scaffolding, curing complete as per specifications. (Door Openings of size 1m X 2.1 m).

4 Providing 15mm thick cement plaster in single coat Sqm. 20 0

with cement mortar 1:4 (1 Cement: 4 fine sand), to brick masonry including rounding off corners wherever required smooth rendering, Providing and removing scaffolding, including cost of materials, labour, curing complete as per specifications. (Door Openings of size

1m X 2.1 m).

5 Providing and laying in position plain cement concrete flooring 1:4:8 (1 cement : 4 sand : 8 graded crushed rock 20 mm nominal size). With smooth floor 0-0 for PUF panel wall and floor work . Thickness of PCC- 75mm

Cum. 75 0

6 P/L. VDF Flooring, with M20 grade cement concrete Cum. 90 0

using 20mm & down size hard granite / trap metal & clean river sand, m/c. mixing, placing the concrete in panels, vibrating leveling, extracting excess water from concrete & polishing to the required smoothness, adding approved floor hardeners (5Kg/Sqm Nitofloor or equivalent approved make), providing expansion joints in the form of 6X20mm groove cutting, filling with approved ceiling compound at 3X3m intervals, providing steel reinforcements at 3X3m intervals (excluding cost

of steel bars & fabrication charges), hire charges of plant & machinery etc. complete.

7 Providing T.M.T. steel reinforcement for R.C.C work M.T. 2.5 0

Page 62: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

63

including straightening, cutting, bending, hooking, placing in position, lapping and / or welding wherever required, tying with binding wire and anchoring to the adjoining members wherever necessary complete as per design (laps, hooks and wastage shall not be measured and paid) cost of materials, labour, HOM of machinery complete as per specifications (8dia bars

@300 c/c both ways).

8 Providing and laying flooring with M20cement concrete 40 mm thick using broken granite 20mm and Cum 1 0

down size laid to line and level in one layer and finish with a floating coat of neat cement, including cost of materials, labour, curing, complete as per specifications. (for ramp).

9 Foot Dip Including Excavation , laying of drain pipes , Refilling with PCC and Final finish of Tiles . Drain plug and fresh water line to be added

No 3 0

10 Cleanup of all area including removal of all debris outside the premises, providing a clean area. Lot 1 0

TOTAL B 0

C) BUYBACK OF EXISTING EQUIPMENTS

1 Full Buyback of the existing plant & equipment as listed, including removal, transportation loading/unloading etc. on 'as is where is basis', cleanup of area where they are installed etc.

Lot

-1

Total C

0

Part 2 Freezer room & Multipurpose Cold store

Page 63: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

64

REFRIGERATION

1 SITC of Condensing Units as per GTS complete with air cooled condenser

and accessiroes as specified and

Interconnected refrigerant piping between Condensing unit & Air Cooling unit with suction line insulation, drain pump & piping, set of controls, microprocessor based power and control panel, power and control wiring, earthing etc. The Condensing Unit Capacities shall be as below:

1.1 For Freezer -1 & 2, 9 kW Cooling Capacity at -30 °C Evap & 54 °C Condensing temp. Consider 45 °C Ambient temp ( coil to be designed for 10 deg C TD)

Nos 6 0

1.2 For Cold Store 1, 2 & 3 , 18 kW Cooling Capacity at -4 °C Evap & 54 °C Condensing temp. Consider 45

°C Ambient temp. (coil to be designed for 10 deg C TD) Nos 8 0

1.3 For Ante room ,10 kW Cooling Capacity at 12 °C Evap & 54 °C Condensing temp. Nos. 2 0

2

SITC of Air Cooling Units as per GTS, the units shall be ceiling mounted, twin coil type and shall be complete with Aluminum or SS 304L evaporator coils and Aluminum fins, fans & motors, drain pan and with Aluminum or SS304 casing. The casing and the pan shall be made from 2 mm thick Aluminum sheet or 1.22 mm thick. SS304 Casing and duly painted with Zinc rich paint. & outlet heaters in ACUs/ duct mouthpieces to be included. The unit is, in short, to be completely made in Aluminum or SS since the fumes generated due to the films inside the chamber do not seem to have any effect on Aluminum. Other materials which will not be affected by the fumes are also allowed. The fans should be designed such that the noise level at a distance of 1 m from the unit should be below 60 db. The Unit Capacities shall be as below :

2.1 For Freezer -1, 2 & 3 9 kW Cooling Capacity at -30 °C Evap & 54 °C Condensing temp. Consider 45

°C Ambient temp (coil to be designed for 10 deg C TD) Nos 6 0

2.2 For Cold Store 1 & 2 , 18 kW Cooling Capacity at -4 °C Evap & 54 °C Condensing temp. Consider 45

°C Ambient temp. (coil to be designed for 10 deg C TD) Nos 8 0

2.3 For Ante room ,10 kW Cooling Capacity at 12 °C Evap & 54 °C Condensing temp. Nos. 2 0

3 Refrigeration Piping, Fittings & Valves

The piping shall be of refrigeration quality seamless copper tubes and the valves shall be brassomatic / Henry or equivalent make. The piping shall include accessories such as filter, drier, sight glass, heat exchanger, suction line accumulator as per the P and I diagram approved by Consultant. Adequate number of supports shall be included.

The suction and discharge lines shall be designed for a maximum pressure drop corresponding to1.1 deg. C drop in saturated evaporating and condensing temperatures.

The liquid line shall be designed for maximum pressure drop corresponding to a drop 0.5 to 1deg. C in saturation temperature.

The piping shall be designed with proper slope in the direction of Refrigerant flow and proper oil return to the compressor and should be installed with adequate supports to avoid undue vibration.

Page 64: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

65

The piping should be thoroughly cleaned as per standard practice prior to installation.

Refrigeration Piping, Fittings & Valves (as described above) Lot 1 0

4

Suction line insulation with EPDM/ XLPE/Equivalent insulation with Aluminum foil Cladding/ Weatherproof Cladding ; e.g. Woven glass cloth with epoxy coating or Armaflex/equivalent Cladding with suitable fittings and Adhesives. Thickness - 25mm

Lot 1 0

5 (a) Water piping for Pre- cooling AHU complete with fittings, valves as necessary for supply from a common point near machine room.

Lot NA

6 (b) Drain piping with heavy duty PVC pipe from A.C. units to outside the machine rooms complete with 'U' Traps and supports. The drainpipe shall be insulated with 9 mm EPDM or equivalent material.

Lot 1 0

7 Controls and Instrument as follows: Lot 1 0

(a) Thermostatic expansion valves DANFOSS/ SPORLAN / Eqvt approved Make for Frozen, Cold store and Ante - room.

(b) Digital temperature indicator cum controller (0 to 50 deg. C range) for Frozen, Cold Store and Ante - room.

(c) Liquid line solenoid valves DANFOSS / MANIKS / SPORLAN / equvt approved make for Frozen, Cold Store and Ante - room.

(d) Digital RH indicator (0 to 100 % range) for pre – cooling and Cold Stores.

8 First charge refrigeration gas and oil etc. as required up to commissioning and handling over of plant. Lot 1 0

9 Painting for equipment, piping etc. as per standard colour codes Lot 1 0

10 Miscellaneous Items Lot 1 0

a) Vibration isolators for condensing units etc.

b) Minor structural openings in walls / panels etc. for piping, cabling etc. and finishing.

C) Civil Platform for the condensing units – 450 mm above the Ground level and 750mm away from wall

d)Repair to roofing sheets if required

11 Electrical work for Refrigeration System

11.1 Electrical control panel cubicle type, dust and vermin proof copper bus bars and suitable for 415 Volts, 3 phase, 50 C/s A.C. supply and incorporating the following:

Set 1 0

a) Incoming MCCB Rating as required.

b) Earth leakage current ELR and suitable ELCB

c) MCBs and starters for condensing units, air handling unit, ACUs in cold stores, ante room

d) MCBs for control circuit

e) MCBs as spare

Page 65: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

66

f) MCBs for capacitors

The control panel shall have provision for interlocking of various equipment as per standard practice.

11.2 Power wiring with ISI approved PVC insulated copper conductors with supports, cable trays etc. to be laid on walls / trenches / under the ceiling. as required as per drawings approved by Consultants.

Lot 1 0

11.3 Control wiring with PVC insulated copper conductor with conduits. Lot 1 0

11.4 Isolating switches for A.C. units, fan motors and other remotely located motors. Lot 1 0

11.5 G.I. earthing for control panel and various motors etc. as per ISI Lot 1 0

12

INSULATED PANEL STRUCTURE AND THERMAL INSULATION FOR FLOOR BILL OF QUANTITIES FOR

MATERIALS / SERVICES : PART – B - I - INSULATED PANEL STRUCTURE AND THERMAL INSULATION FOR FLOOR

12.1 Supply and installation of 120 mm PUF Wall panel Sq.m 322 0

12.2 Supply and installation of 100 mm PUF Wall panel Sq.m 689 0

12.3 Supply and installation of 80 mm PUF Wall panel Sq.m RO

12.4 Supply and installation of 60 mm PUF Wall panel Sq.m 240 0

12.5 Supply and installation of 120 mm PUF Ceiling panel Sq.m 179 0

12.6 Supply and installation of 100 mm PUF Ceiling panel Sq.m 290 0

12.7 Supply and installation of 80 mm PUF Wall panel Sq.m RO

12.8 Supply and installation of 60 mm PUF Ceiling panel Sq.m 188 0

12.9 Supply and installation of 120 mm PUF (40 kg/cu.m) for Floor insulation in Two layers of 60 mm each Sq.m 175 0

12.1 Supply and installation of 100 mm PUF (40 kg/cu.m) for Floor insulation in Two layers of 50 mm each Sq.m 287 0

13 Insulated Doors - Sliding type suitable for fitting on panel structure : 1500 mm x 2400 mm x 120 mm Thick Puf with frame heater as per specification.

Nos. 2 0

14 Insulated Doors - Sliding type suitable for fitting on panel structure : 1500 mm x 2400 mm x 100 mm Thick Puf with frame heater as per specification.

No. 3 0

15 Strip Curtains : 1500 mm x 2600 mm x 6 mm Thick suitable for Freezer Nos. 2 0

16 Strip Curtains : 1500 mm x 2600 mm x 6 mm Thick suitable for Cold store Nos. 3 0

17 1 - A) FIRE FIGHTING SYSTEM (DRY TYPE)

17.1 ABC type 10 kg capacity ISI Mark Fire Extinguisher complete with wall mounting bracket. Nos. 6 0

Page 66: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

67

17.2 Carbon Di-Oxide (CO2) type 10 Kg. capacity Fire Extinguisher complete with wall mounting bracket. Nos. 10 0

17.3 G.I. Fire Buckets Nos. 10 0

17.4 M.S. Stand for Fire Buckets Nos. 2 0

18 MISCELLANEOUS ITEMS

DOCK DOOR & SEAL

Dock door shall be vertically moving with manual/motorized movement. The shutter shall have PUF / EPS core with aluminum external / internal facing with white paint. (RAL9003E).

The vertical moving track shall be U shaped made of 2.5 mm G.S. Sheets. Door opening : 2500 x 3000 ht mm

Operating Temp. range : 2 deg. C to 30 deg. C

Full perimeters doors seal with PUF verticals, Vinyl lintel seal & rubber seal of bottom shall be provided.

18.1 a) Dock door manual lifting type with operating handle. Size 2500 mm x 3000mm No. 2 0

18.2 b) Dock Shelter, Retractable type No. 4 0

18.3

d) Dock leveler motorised with heavy duty MS chequered plate and folding outside arm. Leveler to be designed for hydraulic operation as per specification size : 2200 mm length x 2400 mm width. Capacity - 1.5 MT., with split lip of1500 + 900

No. 1 0

19 Fly Catchers No 10 0

TOTAL PART 2 A

0

B) ELETRICAL WORK

2B

1

S/I/T/C of light point wiring with 1.5 sq.mm. pvc insulated copper conductor FRLS wires, through pvc conduit concealed or surface mounted on ceiling/wall, point shall be controlled by 6 A modular type switch, with concealed/surface box, modular surface plate, ceiling rose/holder etc. Nos.

85 0

2 Same as above but control shall be two way. Nos. 12 0

Page 67: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

68

3

S/I/T/C of fan point wiring with 1.5 sq.mm. pvc insulated copper conductor FRLS wires, through pvc conduit, concealed or surface mounted on ceiling/wall, point shall be controlled by 6 A modular type switch & step type electronic fan regulator with concealed/surface box, modular surface plate etc. Nos.

0 0

4

S/I/T/C of 6 Amps. socket point wiring with 2x1.5+1x1.0 sq.mm.pvc insulated copper conductor FRLS wires, through pvc conduit, concealed or surface mounted on the ceiling/wall, with modular type 6 Amp. switch & 5 pin socket, concealed/surface box, modular surface plate etc. Nos.

10 0

5 Same as above but on lighting switch board ( Half Pt.). Nos. 10 0

6 S/I/T/C of 6 A sockets with modular type switches, concealed/surface box, modular surface plate etc., without any wiring ( wiring will be measured in mains ). Nos.

12 0

7

S/I/T/C of 6/16 A socket point wiring with 2x2.5+1x1.5 sq.mm.pvc insulated copper conductor FRLS wires, through pvc conduit, concealed/surface mounted on the ceiling/wall, with modular type 16 Amp. switch & 6/16 A socket, concealed/surface box, modular surface plate etc. Nos.

14 0

8 S/I/T/C of 6/16 A socket point with modular type switches, concealed/surface box, modular surface plate etc., without any wiring (wiring will be measured in mains ). Nos.

10 0

9 S/I of medium duty pvc conduit of following sizes with standard accessories and concealed/surface mounted on the ceiling/wall.

13.1 20 mm. dia. Mts. 320 0

13.2 25 mm. dia. Mts. 450 0

13.3 32 mm. dia. Mts. 200 0

13.4 40 mm. dia. Mts. 0

14 S/I of pvc casing & capping with all standard accessories of following sizes surface mounted on the ceiling/wall.

14.1 25 mm. Mts. 30 0

14.2 32 mm. Mts. 40 0

Page 68: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

69

14.3 40 mm. Mts. 0

15 S/I/T/C of mains/sub-main wiring, through existing pvc conduit, of following sizes :

15.1 1.0 sq.mm. FRLS. Mts. 750 0

15.2 1.5 sq.mm. FRLS. Mts. 1000 0

15.3 2.5 sq.mm. FRLS. Mts. 1500 0

15.4 4.0 sq.mm. FRLS. Mts. 0

15.5 6.0 sq.mm. FRLS. Mts. 0

( Measurement of conduit & wire shall be separate ).

16 S/I/T/C of 1.1 KV grade flexible multicore cables with annealed bare copper conductor, pvc insulated & pvc sheathed cable as per IS:694-1990, of following sizes:

16.1 3 C x 2.5 sq.mm. Copper. Mts. 400 0

16.2 4 C x 2.5 sq.mm. Copper. Mts. 400 0

16.3 3 C x 4 sq.mm. Copper. Mts. 300 0

16.4 4 C x 4 sq.mm. Copper. Mts. 500 0

16.5 4 C x 6 sq.mm. Copper. Mts. 200 0

16.6 4 C x 10 sq.mm. Copper. Mts. 100 0

16.7 4 C x 16 sq.mm. Copper. Mts. 25 0

16.8 4 C x 25 sq.mm. Copper. Mts. 25 0

23 S/I/T/C of 8 way 7 segment ( Cat no.607837 ) PPI MCB DB with double door, comprising of following : Nos. 3 0

Incoming :

23.1 63 A 4 pole MCB. 1 No.

23.2 63 A DP RCCB 30 mA HPI. 3 Nos.

Outgoing :

23.4 16 A 1 pole MCB. 24 Nos.

Page 69: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

70

31 S/I/T/C of following luminaires with CFL / FTL / MHL bulbs tubes, complete with wiring :

31.1 2x36 w FTL surface mounted luminaire. Wipro cat. No.: WVP 45236 SGW. Nos. 10 0

31.2 1x36 w FTL surface mounted luminaire. Wipro cat. No.: WIF 83136 SGW. Nos. 10 0

31.3 1x36 w FTL surface mounted luminaire. Wipro cat. No.: WIF 83236 SGW. Nos. 150 0

1x36 w FTL surface mounted luminaire. Wipro cat. No.: WIF 14140 SGW. Nos. 50 0

31.4 18 watt direct fitting CFL bulbs. Nos. 20 0

31.5 1x8 w T5 Emergency lights. Crompton cat. No. EM8/NM/3 Nos. 10 0

31.6 CFL Street light fitting Wipro cat. No. WSP 11136.. Nos. 4 0

Note:

36 watt fluorescent tubes shall have 3250 Lumens out put.

34

S/I/T/C of audio, visual alarm system for cold Rooms & Freezer room rooms. Job involves solid-state annunciator with hooter & enclosure, installed in occupied area, stay-put type push button station in each cold/precooling room, 1 hr. invertor back up for annunciator, cabling from cold/precooling room to annunciator. Job

1 0

40 S/I/T/C of 1.1 KV grade aluminum / copper conductor, XLPE insulated, armored, pvc outer sheath cables conforming to IS:7098 ( part-I ), of following sizes:

40.1 3.5 C x 150 sq. mm. Aluminum. Mts. 125 0

40.2 3.5 C x 35 sq. mm. Aluminum. Mts. 30 0

40.3 4.0 C x 25 sq. mm. Aluminum. Mts. 50 0

40.4 4.0 C x 16 sq. mm. Aluminum. Mts. 200 0

40.5 4.0 C x 10 sq. mm. Copper multi stranded. Mts. 300 0

40.6 4.0 C x 6 sq. mm. Copper multi stranded. Mts. 80 0

40.7 4.0 C x 4 sq. mm. Copper multi stranded. Mts. 100 0

40.8 4.0 C x 2.5 sq. mm Copper multi stranded. Mts. 200 0

40.9 3.0 C x 2.5 sq. mm Copper multi stranded. Mts. 200 0

Page 70: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

71

41 S/T of 1.1 KV grade aluminum / copper conductor, XLPE insulated, armored, pvc outer sheath cables using double compression cable glands, aluminum / copper crimping type lugs, of following sizes:

41.1 3.5 C x 50 sq. mm. Aluminum. Nos. 4 0

41.2 3.5 C x 35 sq. mm. Aluminum. Nos. 2 0

41.3 4.0 C x 25 sq. mm. Aluminum. Nos. 6 0

41.4 4.0 C x 16 sq. mm. Aluminum. Nos. 2 0

41.5 4.0 C x 10 sq. mm. Copper multi stranded. Nos. 6 0

41.6 4.0 C x 6 sq. mm. Copper multi stranded. Nos. 6 0

41.7 4.0 C x 4 sq. mm. Copper multi stranded. Nos. 6 0

41.8 4.0 C x 2.5 sq. mm Copper multi stranded. Nos. 6 0

41.9 3.0 C x 2.5 sq. mm Copper multi stranded. Nos. 6 0

42

S/I of trays made out of 14 G CRCA sheet & hot deep galvanized, with support at every 1.5 mt. interval using M.S. angle of size 40x5 mm. Support shall be painted with two coats of red oxide primer & two coats of silver paint. Cable tray sizes are as under :

42.1 50 x 25 mm. Mts. 40 0

42.2 100 x 40 mm. Mts. 30 0

42.3 200 x 40 mm. Mts. 20 0

42.4 300 x 50 mm. Mts. 10 0

43 S/I/T/C of earthing station using pipe in pipe earthing electrode with 2 mt. length, complete system as per specs. Including civil work, camber etc. Nos.

6 0

44 Same as above but electrode length shall be 3 mts. Nos. 2 0

47 S/I of earthing strip:

47.1 32 x 6 mm G.I. Mts. 100 0

47.2 25 x 5 mm G.I. Mts. 100 0

47.3 25 x 3 mm Copper. Mts. 100 0

Page 71: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

72

48 S/I of lightning conductor comprising of, 5' copper rod, base plate, 5 pronged round head & mounted on 4/5 ft. pipe. Nos.

0

Note : Contractor will supply cables/wiring after taking actual measurements at site. Billing will be as per actual installed qty. only.

49 S/I/T/C of LT TOD meter box CT operated suitable for 60 Kw operating load, comprising of TOD meter, molded CTs, 100 Amp. MCCB all as per GSEB specification duly tested from MSEDCL. No.

1 0

TOTAL B 0

Page 72: TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF ... - Gujarat · 2 TENDER DOCUMENT For MODIFICATION/UPGRADATIONOF INTEGRATEDPACK HOUSE FACILITY FOR FRUITS AND VEGETABLES At Naroda,

73

SUMMERY

PART 1

TOTAL A

TOTAL B

TOTAL C

PART 2

TOTAL A

TOTAL B

GRAND TOTAL FOR THE SYSTEM Part 1(A + B +C ) + Part 2 (A+ B)