You are on page 1of 194

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHKARI SANGH LTD

PATNA DAIRY PROJECT


Feeder Balancing Dairy Complex, Phulwarisharif, Patna - 801505
Phone 0612-2252553,2252542, 2251622, Fax 2250325
E.mail:vpmunin@satyam.net.in

TENDER FOR CATTLE FEED PLANT 150 MT ON TRUNKY BASIS

TENDER FORM

FOR

DESIGN, SUPPLY, INSTALLATION, TESTING AND


COMMISSIONING OF 150 TPD CATTLE FEED PLANT
ON TURNKEY BASIS

AT
CATTLE FEED PLANT , JAGDEOPATH , PATNA-80014

(Bid to be submitted in Two envelop technical & commercial)

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHKARI SANGH LTD

PATNA DAIRY PROJECT

Feeder Balancing Dairy Complex, Phulwarisharif, Patna - 801505


Phone 0612-2252553,2252542, 2251622, Fax 2250325
E.mail:vpmunin@satyam.net.in

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHKARI SANGH LTD

PATNA DAIRY PROJECT

Feeder Balancing Dairy Complex, Phulwarisharif, Patna - 801505


Phone 0612-2252553,2252542, 2251622, Fax 2250325
E.mail:vpmunin@satyam.net.in

TENDER NOTICE
Sealed tenders are invited from experienced bonafide manufacturers of Cattle Feed Plant and its
equipments for Design, Supply, Installation, Testing and Commissioning of 150 TPD cattle
feed plant on Turnkey Basis at Cattle Feed Plant , Jagdeopath , Patna-800014. Tender form with
terms and conditions can be obtained from VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. by depositing Cash/Demand Draft of Rs.5,000/- only (Rs. 100 extra if desired by post) in favour
of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. , payable at Patna up to
3.00 PM on dated 30.10.2012. Further details can be obtained from our website
Managing Director

4. LAST DATE AND TIME OF


: 30.10.2012 Upto 3.00 PM

SALE OF TENDER FORM

: 25.10.2012 AT 11.00 AM AT

5. DATE & TIME OF PRE-BID MEETING

VAISHAL PATLIPUTRA DUGDH UTPADAK


SAHAKARI SANGH LTD. , PATNA
6. LAST DATE & TIME FOR SUBMISSION
OF DULY FILLED TENDER FORM
(Technical & Financial bid in separate envelopes)

: 06.11.2012 Upto 2.30 PM

4. DATE & TIME FOR OPENING OF


: 07.11.2012

THE TENDER (Technical bid only)

AT 3.00 PM

5. EMD (to be deposited with the tender in


: Rs. 8,00,000/- (Rs. Eight Lac
only) by Demand draft only in
favour of VAISHAL PATLIPUTRA DUGDH

the technical bid)

UTPADAK SAHAKARI SANGH


LTD. , payable at Patna

The detailed terms and conditions of the tender are contained in the Tender document.
1.

Name and full address of the firm


Submitting the tender (In block letters)

___________________________________
___________________________________
___________________________________

Phone No. . Mobile No. . Fax No.


5

2.

Addressed to

VAISHAL PATLIPUTRA DUGDH UTPADAK


SAHAKARI SANGH LTD.

FBD Complex
Phulwarisharif
Patna 801505
________________________________

3.

Income tax PAN no.

4.

Last 3 years Income Tax clearance


or returns

5.

Status of tenderer (tick mark only)

6.

Earlier experience in this field (if any)

7.

Name of the person/s authorized to


negotiate and sign the contract
(Designation / status in the firm)

8.

Before making any change in constitution of the firm will be intimated to the VPMU,
Patna for their approval.

9.

The tender fee of Rs. 1,000/= ( Rs One Thousand only ) cash / DD has been deposited vide
cash receipt no._________dated___________.

Either in original or photocopy


certificates duly attested are to be
enclosed.
Individual/ HUF/ firm/ company (Specify the
details in enclosed section I)
Enclose the document/s.
An attested photocopy of power of
attorney issued by all partners/director
in favor of nominated person to be encl.

10. I / We agree to abide by all the terms & conditions mentioned in the Tender Notice issued by
the Asst.General Manager (Purchase),VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. Ltd., Patna and the other conditions annexed with the
tender form, all the pages of which have been signed by me / us in token of my / our
acceptance of the terms & conditions mentioned therein.
11. The EMD deposited vide demand draft no.______________dated__________ issued by
bank______________________________________of Rs. 8,00,000/= (Rs. Eight
Lac only) in favor of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. ,
payable at Patna to cover earnest money (No interest will be payable on EMD).
12. Details of the Bankers:
13.

VALIDITY: The validity of offered rate will be 120 days from the date of opening / final
bid (withdrawal of offer with in which by me / us shall to be forfeiture of the EMD).

14.

COMPANY PROFILE:
The tenderer must enclose their company profile and financial
status (Enclose latest balance sheet, current assets / liabilities, working capital) along with
tender form. It should also include details like location of production unit, make & capacity
of production and service equipments, technical manpower and other facilities available.

Notes:
1. Please do not change the format/language and cut/add any items otherwise the
tender would be rejected.
2. Proofs and supporting documents of all the points must be enclosed and filled in the
checklist.
3. Any clarification w.r.t. tender s terms & conditions can be obtained during office
hours on all working days from this office prior to submission date of tender
4. All rates quoted must be FOR destination. IF RST/CST / excise is/are exempted,
than exemption certificate (s) is/are to be enclosed.
5. Rates in Price Bid as per Annexure-1 shall be written both in words and in
figures. There should not be errors and or overwriting. Correction if any, should be
made clearly and initialed with dates.
6. Tenderer has to submit the Technical Bid and Price Bid Separately in sealed
envelopes super scribing with Technical Bid and Price Bid.
a. EMD and all required enclosures along with duly signed General Terms &
Special Terms & Conditions should be submitted along with PreQualification Bid.
Managing Director

(i)
SPECIAL NOTES Section - I
1. EARNEST MONEY :
The tenderer is required to submit EMD as mentioned in the tender document in a
separate envelop only in form of Demand Draft in favour of Vaishal PATLIPUTRA Dugdh
Utpadak Sahakari Sangh Ltd., Patna.
2. BIDS IN TWO PARTS :
Bids are required to be submitted in two parts - Part-I & Part-II as described below:
2.1 The first part (Part-I) of the bid shall contain 2 separate sealed envelopes. In one
envelope EMD in form of DD/Bankers cheque as specified shall be placed. This
envelope should be super-scribed as Part-I EMD only. The second envelope of
the first part shall contain technical bid only. The envelope should be duly sealed
and super-scribed as Part-I Technical Bid only. At the time of the opening of the
tender first EMD DD envelope shall be opened and EMD shall be verified in
accordance to tender If EMD /DD is not enclosed in a separate envelope and not
found in accordance to tender document the tender of such party shall be
rejected summarily.
2.2 The second part (Part-II) shall be placed in third separate envelope. It shall contain
financial bid/price bid. The envelope should be duly sealed and super-scribed as
Part-II Price Bid only
2.3 After verification of EMD DD deposit Technical bids shall be opened and EMD
details & technical details read out to the bidder s representatives. Price bids shall
not be opened immediately. After scrutiny of the technical bids, the clarifications, if
any, will be obtained from the bidders during the technical discussions. In case it is
necessary to obtain revised prices from the bidders the same shall be done by
asking all the concern bidders to submit the revised price bids in sealed covers, and
the earlier price bids will become invalid. In case all the tenderers submit the price
bids on the same day after freezing of technical requirements the bids shall be
opened on the same day. In case one or more of the eligible tenderers, consequent
to technical discussions and technical details frozen, desire to revise their price bid,
they can do so on the same day or at the most the next working day of the technical
discussions and the bids in such event shall be opened on the next day in the
presence of such representative of the tenderers who wish to be present. Normally
one representative of participating bidder will be allowed.

3. ELIGIBILITY & QUALIFICATION CRITERION:


The information required for Eligibility & Qualification Criterion should be provided
by the tenderer in the Criterion sheet at Page No. (iii) of Special Note and formats

(ii)
prescribed under Section I, Section II (Schedule I and Schedule II), Section III by
enclosing order copies, performance certificates and other relevant documents in
support of their version. Incomplete information & documents or information not
furnished in the prescribed formats will make the tender liable for rejection
without any further reference to the tenderer. It is therefore enjoined upon all
tenderers to furnish complete information in the prescribed formats with supporting
documents in the very first instance.
4. The tenderers are advised to depute their authorized representative for the technical
discussions on the date and time as informed by the VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD.. The bids of the tenderers, who fail to depute
their representative as above shall be liable for rejection.
5. PRE BID CONFERENCE:
Pre bid conference dates as notified in tender document. The tenderers can seek any
clarifications in the Pre-bid conference.

(iii)

COMPARATIVE STATEMENT OF ELIGIBILITY & QUALIFICATIONS


CRITERION

SPECIAL NOTES Section - II


Statement/Check List of important documents to be submitted by each tenderer
(Each tenderer is required to fill up the form and enclose the required document failing which
the tender will become liable for no further consideration/evaluation)
Sr.
no.

Particulars

YES
or
NO

1
2

Power of attorney
Whether manufacturer (Yes/No)
If no, whether manufacturer s authorization form enclosed as per Section I.

Whether experience in past performance on works of similar nature within


the past five years submitted as per Schedule-I of Section-II. (Attach copies of
purchase order and performance certificates)
Whether details of current work in hand and other contractual commitments
submitted as per Schedule-II of Section-II. (Attach copies of purchase order)
Whether P&L statement and balance sheet and auditor s report submitted fo
r
Whether information regarding current litigation submitted.
Is the bidder in business of the jobs tendered for a minimum period of five
years at the time of bid opening? (Attach copy of registration of the firm.)
What is the bidders annual financial turn over during last three years?
st
1 preceding year
nd
2 preceding year
rd
3 preceding year.
Has the bidder completed / having in hand, three projects or above of simil
ar capacity
r
Whether
a copy of IT clearance/returns submitted for the previous three years.
Whether a copy of valid Sales Tax Registration for the tendered item
submitted.
Whether a copy of Sales Tax clearance/returns submitted for the previous three
years.
Whether Solvency Certificate equal to three months requirement of cash flow
at the peak execution period for the project submitted.
Payment terms accepted (Yes/No).
Sealed and signed tender document & specifications in original enclosed
(Yes/No).
EMD Details:
DD No. dated . For Rs. ..
Correspondence address ________________________________________
___________________________________________________________
_
____________________________________________________________

4
5
6
7
8

9
10
11
12
13
14
15
16
17

If yes please
indicate
page no

Ph. No. Fax No. . Mobile No.

Signature of tenderer

10

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHKARI SANGH LTD

PATNA DAIRY PROJECT

Feeder Balancing Dairy Complex, Phulwarisharif, Patna - 801505


Phone 0612-2252553,2252542, 2251622, Fax 2250325
E.mail:vpmunin@satyam.net.in

INDEX
1.

SCHEDULE-I

PAGE NO.

1.1 SPECIAL NOTES


1.2 ELIGIBILITY & QUALIFICATIONS CRITERION SHEET
1.3 SYNOPSIS OF TENDER
1.4 GENERAL TERMS & CONDITIONS
1.5 ANNEXURE I
: Form of Tender for quoting rates.
Part A
Part B
1.6 ANNEXURE II
: Form of Bank Guarantee for 30%
advance payment.
1.7 ANNEXURE III
: Form of agreement required to be
submitted by the supplier
1.8 ANNEXURE IV :
General terms & conditions which
will form an integral part of
Purchase Order.
1.9 ANNEXURE V :
Performa of Bank Guarantee for
releasing 10% balance payment.
1.10 ANNEXURE VI :
Eligibility & Qualifications Criterion
SCHEDULE II

Detailed technical specification.

Sub Section I
Sub Section II
Sub Section III
Sub Section IV
Sub Section V
Sub Section VI

:
:
:
:
:
:

Project Information
Basis of Design and Design Data
Process Flow Description
Technical Data & Information to be Provided by the Bidder
Project Management
Scope of Work

3.

SCHEDULE III

General Terms and Conditions of


Erection Testing & Commissioning

4.

SCHEDULED IV

Equipment Layout
and Flow Diagram

5.

LAST DATE & TIME OF ISSUE OF TENDER

2.

11

As published in

Website
6.

LAST DATE & TIMEOF RECEIVING TENDER: As

published in
Website

7.

DATE & TIME OF OPENING TENDERS

ADDRESS FOR COMMUNICATION

As given above

9.

PLACE OF OPENING

VAISHAL PATLIPUTRA DUGDH

As published in
Website

UTPADAK SAHAKARI SANGH LTD


FBD Complex , Phulwarisharif ,

Patna 801505
10

TENDER ISSUE TO

12

M/s.____________________,
________________________,
________________________.

SYNOPSIS OF THE TENDER


1.0

Purchaser

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD


FBD Complex , Phulwarisharif , Patna 801505

2.0

Contact

3.0

Job

4.0
5.0

Phone No: 0612-2252542-553, Telefax: 0612-2250325.


Website: www.patnadairy.org & www.compfed.co.in
E-mail: vpmunin@satyam.net.in
Design, Supply, Installation, Testing and Commissioning of 150
MTPD cattle feed plant on Turnkey Basis at Cattle Feed Plant ,
Jagdeopath , Patna 14

Exclusions
Eligibility

: i.

ii.

iii.

6.0

Completion

7.0

Automation :

8.0

Payment

: All Civil works, Workshop Tools & Machines, Sanitary


Installation, Water Disposal, Fire Extinguishers,
The bidder should have completed/ having in hand at least three
projects of similar nature capacity 150 TPD or above cattle feed
plants in the last five years.
The bidder s annual financial turnover in the same name and style
during the last three years shall not be less than Rs. 10 crores in
each year.
The bidder should have in house manufacturing setup for the
Cattle Feed plant & machineries and their spare parts.

Supply, Erection Testing & Commissioning within Six months

Automation scope starts from the dumping of Raw material in


Raw material godown and till bagging conveyer
For Supply of equipment
30% advance against Bank guarantee
60% after supply of equipment and inspection at site.
10% after completion of job & against performance BG
For Erection & Commissioning
10% advance against Bank guarantee
80 % after erection, commissioning & completion of trial runs
10% after completion of job & against performance BG

9.0 Liquidated damages :

0.5% per week beyond the contract period & maximum


upto 5% of the contract value.

13

10.0 Bid submission :

In Two Parts
Technical Bid in Envelope No. 1 which shall include
i.
ii.

iii.

Earnest Money deposit


All technical details of equipment to be supplied, literature,
job completion certificates, tax clearance / returns filed and
other documents as per the requirements given in the tender
All other qualifying documents
Commercial Bid in Envelope No. 2 which shall include

i.
ii.
iii.

Tender Form ( as given on page) giving full details of prices of


supply and erection including all taxes & duties.
Terms and conditions
Price break up of all the equipment to be supplied as per Annexure - I.
Both Envelopes to be placed in separate envelope clearly
Indicating Technical bid & Price bid

11.0 Bid validity

120 days from the date of opening of bids

14

GENERAL TERMS AND CONDITIONS


PREFACE:
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH, Patna hence forth termed

as VPDUSS Ltd.., invites the sealed competitive bids from the technically & financially sound
individual / HUF / firm / Company for DESIGN, SUPPLY, INSTALLATION, TESTING
AND COMMISSIONING OF 150 TPD CATTLE FEED PLANT ON TURNKEY BASIS
AT CATTLE FEED PLANT , JAGDEOPATH , PATNA 14.
The Managing Director, VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD.reserves the right to reject any or all the tenders in full or part thereof, which in his
opinion justifies such action without further explanation to the tenderers.
SPECIAL TERMS & CONDITIONS OF TENDER AND CONTRACT:
1.

SUBMISSION OF TENDER:

The tenders should be sent by Registered post with acknowledgement due so as to reach the
Managing Director, Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh Ltd., FBD Complex,
Phulwarisharif , Patna-14 not later than the time and date mentioned in the NIT published.
Alternatively the tenderers or their agents can also submit their tenders personally at the office
of the Managing Director, Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh Ltd., FBD
Complex, Phulwarisharif , Patna-14 and obtain the acknowledgement latest by the time and
Date mentioned in the NIT published.
1.1 Technical & Financial bids to be submitted in two separate properly sealed envelopes
marked Technical & Financial as the case may be on the left corner of the envelopes
Tender
for
DESIGN,
SUPPLY,
INSTALLATION,
TESTING
AND
COMMISSIONING OF 150 TPD CATTLE FEED PLANT ON TURNKEY BASIS
AT CATTLE FEED PLANT , JAGDEOPATH , PATNA-14 .
The technical bids should contain the DD for EMD and photocopies of work
orders executed by tenderers in the past five year, in absence of which tender should
be technically disqualified. The financial bids should be given in sealed separate
envelope and also marked financial on the envelope. Financial bids shall be opened
only after due evaluation of the technical bids.
1.2 No responsibility shall be taken for premature opening of the tender, which is not
properly addressed and identified.
1.3 The tenderer whose tender is accepted (hereinafter called the supplier/contractor) will
be required to furnish security for the due fulfillment of his contract in the form of a
bank demand draft of 10 % of the contracted value (F.O.R. site). This bank Demand Draft
of Nationalized / Scheduled Bank drawn in favour of Managing Director, VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. Ltd, Patna. is to be submitted
within a period of 10 to 15 days from the date of placement of Purchase Order. The EMD
amount shall be adjusted in the aforesaid security. No interest shall be paid for the
security money deposit for the period during which it (the security money) lies in
deposit with the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.

15

In case the contractor/ supplier complete it contractual obligations expect for


performance of equipment for which 10% amount is deducted / retained while
processing payment against supply or erection. The security deposit can be refund at
such point of time as may be decided by the Purchase section at its sole discretion.
All compension or other sums of money payable by the contractor to VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH, Patna under the terms of this contract may be
deducted from, or paid by the sale of a sufficient part of his security deposit or from
any
sums which may be due or may become due to contractor by the VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH, Patna, on any account whatsoever,
and in the event of his security deposit being reduced by reason of any such deduction or
sale as aforesaid, the contractor shall within ten days thereafter make good in case
endorsed as aforesaid any sum of sums which may have been deducted from or raised by
sale of his security
deposit or any part thereof.
1.4 The counter terms & Conditions will not be accepted and as such no additions/
deletions or alternation in the tender form should be done. In such case tender document
may be liable to reject.
1.5 The tenderer shall be deemed to have carefully examined the terms & conditions,
specifications, size, make and drawing etc. In case of any doubts as to the meaning of
any portion of these conditions or of the specification, drawing etc. he shall before
filling the tender form and signing the contract, refer to the competent authority and get
clarifications.
1.6 The tenderer shall, invariably, furnish complete address of the premises of his office,
godown and workshop together with full name and complete address, telephone no.,
FAX no., Mobile no. of the person/s who is to contacted for the purpose. All
Correspondence sent on the given address shall be deemed to be properly served.
1.7 The contractor shall not sublet his contract or any substantial part thereof to any other
agency/ person / firm/ establishment.
1.8 The contractor shall have to submit all related formalities in case of firm/ company like
partnership deed / memorandum and articles of association, registration certificate, bank
guarantee, PAN no. etc along with this tender-form. Any change in constitution of the
firm shall be intimated to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. ., for approval.
1.9 The tenderer should sign the tender form at each page at the end in token of the
acceptance of all the terms & conditions of the tender.
1.10 The VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH Ltd., reserves the right
to accept any tender and reject any tender in whole or part without assigning
any reason thereof. Order can be placed for whole or part of the job to the tenderer
at the absolute discretion of the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD

1.11 Any discrepancy in filling the tender/ incomplete tender form shall make the tender
liable to be rejected.
1.12 General Terms & Conditions for contract are annexed with the tender document which
forms as integral part of the contract.

16

2.0

GENERAL TERMS AND CONDITIONS

2.1

The tender thus prepared should be put in properly sealed double cover in two separate
envelopes marking clearly technical bid and financial bid and super scribed giving
the tender reference number and date of opening. The covers should bear address of
Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh Ltd., FBD Complex,
Phulwarisharif , Patna-14 . Only one tender should be kept in cover. In case more than
one tender is kept in a cover, all the tenders thus kept shall be liable to be ignored.

2.2

The tender must be submitted in the three envelopes method as specified in


special notes.

2.3

The tender thus prepared should be put in properly sealed cover and superscribed giving the tender reference number and date of opening. The covers
should bear address of Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh Ltd.,
FBD Complex, Phulwarisharif ,Patna-14 . Only one tender should be kept in one
cover. In case more than one tender is kept in a cover, all the tenders thus
kept shall be liable to be ignored.

2.4

No responsibility shall be taken for the premature opening of the tender which is
not properly addressed and identified.

2.5

No telegraphic/telephonic/telex/Fax tenders shall be considered. However, any


amendment sent by telegram/telex/Fax to the tender already submitted shall be
considered, provided it is received before the due date and time for opening of the
tender and it is confirmed in writing by post.

2.6

LEGAL COMPETENCY OF SIGNING THE TENDER


Individual signing the tender or other documents connected with this tender must
specify whether he signs as:
a) Sole Proprietor of the firm or constituted attorney of such proprietor.
b) The partner of the firm, if it is a partnership firm in which case, he must have
authority to refer to arbitration disputes pertaining to business of the partnership
either by virtue of the partnership deed or by holding the power of attorney.
c) Constituted attorney of the firm, if it is a Company.

NOTE:
1) In case of (b) above, a copy of the partnership deed or general power of attorney duly
attested by a notary public should be furnished or any affidavit on stamp paper of all the
partners admitting execution of the partnership deed or the general power of attorney
should be furnished.

17

2) In case of partnership firms, where no authority to refer disputes concerning to the


business of the partnership has been conferred on any partner, the tender and all other
related documents must be signed by every partner of the firm.
3) A person, signing the tender form or any documents constituting an integral part of the
contract, on behalf of another shall be deemed to warranty that he has authority to bind
such other and if, on enquiry it appears that the person so signing has no authority to do so,
the buyer may without prejudice to other civil remedies, terminate the contract and hold
the signatory liable for all costs and damages.
2.7

EARNEST MONEY DEPOSIT

2.7.1 Earnest money amounting to Rs. 08,00,000/- (Rupees Eight only) must
accompany the tender. The earnest money shall be required to be paid by a crossed
demand draft in favour of Managing Director, Vaishal PATLIPUTRA Dugdh Utpadak Sahakari
Sangh Ltd., drawn on any scheduled or Nationalized bank in India, payable at Patna. The
tenders accompanied by cheques instead of demand draft towards earnest money will
not be considered. Earnest money shall have to be paid according to the items offered
by tenderers covering the total quantity required for all the projects.
2.7.2 Any tender which is not accompanied by earnest money deposit will be summarily
rejected. Earnest money of unsuccessful tenderer will be returned within 120 clear days
from the date of opening of the tender.
2.7.3 No interest shall be paid for the earnest money deposit for the period during which it
(the earnest money) lies in deposit with the Vaishal PATLIPUTRA Dugdh Utpadak Sahakari
Sangh Ltd.
2.8

The tenderers should state herein the complete address to which the orders, notices and
further correspondence pertaining to the tender and agreements are to be sent. Any
correspondence made by the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD./milk union at the address given herein shall be deemed to have been delivered
to the party notwithstanding that such correspondence may not in fact have been delivered.
Any change in the address thereafter must be notified to the Managing Director, VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.Ltd., Patna and the concerned milk unions
and a copy in confirmation of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD./
milk union having recorded change in address be obtained in writing from VAISHAL PATLIPUTRA A
DUGDH UTPADAK SAHAKARI SANGH LTD./milk union. In absence of such confirmation
the correspondence made on the address given herein shall be valid once the confirmation
is issued by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD./milk union
subsequent correspondence shall be sent to the new notified address.

Address_______________________

Telegraphic

Address_________________

_____________________________
Phone No./ _________________________
Mobile no.____________ Fax No.__________ E-mail________________
Name of contact Person:_______________________.

18

2.9

2.10
2.11
2.12

2.13

The tenders received shall be opened on the date and time given in the N.I.T. at the
Office of the Managing Director, VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD , Patna . The tenderers or their accredited agents will be allowed to be
Present at the time of opening of the tender.
Negligence on the part of tenderer in preparing the tender confers no right to withdraw
the tender after it has been opened.
The specifications, conditions, schedules drawing of the tender constitute an integral
part of the tender.
All tenders in which any of the prescribed conditions are not fulfilled or which have
been vitiated by errors in calculations totaling, or other discrepancies or which contain
overwriting in figures or words or corrections not initialed and dated will be rejected.
In the place of substantial non conformity with the specifications or if it contains any
inadmissible reservations seen or otherwise, in contravention to the sprit and latter of
the tender documents, such tenders shall be summarily rejected.
All compensation or other sums of money payable by the contractor to VPMU Ltd.
under the terms of this contract may be deducted from, or paid by the sale of a sufficient
part of his security deposit or from any sums which may be due or may become due to
the contractor by the Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh Ltd. on any account
whatsoever, and in the event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the contractor shall within ten days thereafter make good
in cash endorsed as aforesaid any sum or sums which may have been deducted from
or raised by sale of his security deposit or any part thereof.

2.14

No refund of tender fee is claimable for tenders not accepted or Forms returned or
tenders not submitted.

1.0

SCOPE OF TENDER.

3.1

Supply :
1. The scope of this tender shall include only the design, fabrication, supply, erection,
testing & commissioning of the cattle feed manufacturing plant required for producing
150 Tons per day balanced cattle feed .The equipment shall include mainly intake
conveyors, storage bins, auto batching, grinding, molasses mixing, pelleting,bagging,
aspiration systems, air compressor and LT electrical. The scope of the bidder shall
necessarily include the supply as well as erection
and commissioning. Any bid
for part job will be summarily rejected.
2. The plant will be installed on the fabricated MS structure and covered with the precoated sheets and fitted with lighting and lightening arrestor by the bidder.
3. All the civil works, foundations, water, steam, molasses and electrical power shall be
provided by the Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd., Patna .
4. The Tenderer shall be responsible for developing the conceptual layout and flow
diagram to ensure automatic operation of the plant with minimum investment.
5. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry

19

6.
7.

8.

9.

out all minor works necessary to achieve the rated capacity of the plant even though
they might not have been expressly mentioned in the tender document.
All the equipment to be supplied will have to be manufactured as per the standard
specifications adopted by the cattle feed industry in the country.
This contract will be Fixed Rate Contract and the contractor will have to supply the
equipment and complete the erection and commissioning within the agreed contract
value and no escalation of prices will be allowed.
It is absolutely essential to complete the job of design, fabrication, supply, erection and
commissioning of cattle feed plant within six months from the date of signing the
contract and receipt of advance.
The tenderer is advised to visit to site so as to apprise himself of actual site condition
and quantum of work involved.
.

3.1.1 Erection, Testing & Commissioning:


The tenders shall erect/install the equipment in accordance with the General terms &
Conditions, special terms and conditions, specifications stipulated in Schedules of the tender.
4.0 TURN KEY CONTRACT
This is a turn - key project. All necessary material which may be required for the successful
completion of the project falls in the scope of the work. Cost of installation for any addition or
deletion in quantities will be calculated based on the unit prices indicated. If any extra quantities
of quoted items are needed then the tenderer shall supply those at the quoted unit price. If any
extra item (s), not included in the tender but required for successful completion of the work, the
same will be either supplied by the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD./Milk Union and erected by the tenderer or supplied
and erected both by the tenderer at
mutually agreed rates considering purchase price, taxes and handling charges etc. Necessary
ESI/PF deductions, wherever applicable shall be borne by the tenderer.
The actual payment shall be reimbursed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD./Milk Union against production of original documents.
The tenderers are required to give the price bid for all items section-wise in the same faction as
of Part A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing
& commissioning as well the total cost.
In addition to the standers mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained
and submitted to the concerned Milk Union/VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD.:-

a. Indian Electricity Act and rules framed there under.


b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.

20

d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Bihar.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.
Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after
handing over the plant. However, actual fee and other charges deposited with the government
authorities will be reimbursed to the Contractor after production of receipt.
5.0 BID PRICES
5.1 The price should be quoted on the basis of F.O.R. site inclusive of all taxes. All taxes are to
be built up in the financial bid part as on 25.10.12 and are to be shown separately. Any
addition/deletion/variation in taxation or future taxes leveled by the State or Central Govt.
beyond this date shall be born by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD./Concerned Unions. It should be absolutely clear that any tax applicable as
on 06.11.2012 but not considered by the tenderer while submitting financial bid
shall be deemed to have included in the rate offered by the tenderer.
The bidder shall quote for the total package of Design, Fabrication, Supply, Erection,
Testing & Commissioning on the Turn key basis. The prices quoted under different heads
should be grouped as under.
Supply - Including packing, forwarding, taxes & duties, freight, loading & unloading at site
and insurance etc. Detailed price break and list of equipment as given under Annexure I
should be submitted in Commercial Bid, i.e. Envelope 2
Erection & commissioning Labour charges including service tax should be given for all the
equipment and the steel structure as per the list given under Annexure I should be submitted
in Commercial Bid, Envelope - 2
Discount if any should also be indicated separately. The bidders separation of price components
as above will be solely for the purpose of facilitating the comparison of bids by the purchaser and
will not in any way limit the purchasers right to contract on any of the terms offered.
5.2 FIXED PRICE:
Prices quoted by the bidder shall be fixed during the bidder,s performance of the contract
and not subject to variation on any account .
5.3 PRICE OF SPARE PARTS:
All the bidders are required to submit the list of spares with rates. In case of bought out
items a list giving full particulars, including available sources and current prices, of all
spare parts, special tools, etc. which are necessary for the proper and continuing
functioning of the plant for a period of two years should be furnished. These prices should
be valid, for acceptance by the purchaser and placement of orders, for one year from the
date of bid opening.

21

5.4 The prices thus quoted by firm, free from all escalations and valid for a period of 120 clear
days from the closing date of the tender.
5.5 All the tenderers should quote for supply of equipment in fully fabricated and
assembled condition.
5.6 BREAK UP PRICES
All the bidders shall furnish the cost separately for the supply and
installation/commissioning along with detailed cost break-up (item-wise), which will be
applicable for progressive payments. Items and works for which no break-up price is
furnished by the bidder will not be paid for by the purchaser when supplied/executed and
shall be deemed covered by other break-up prices. Such break up cost should be based on
ex-works cost and percentage of ex-works cost should be indicated separately for packing
and forwarding, transportation, insurance and other incidental charges, erection and
commissioning on percentage basis for each item.
5.7 Sales Tax/Entry Tax :
The Sales Tax, Entry Tax, Surcharge and any other type of taxes prevailing upto date of
submission of the rates must be included in the net rate. This however should be shown
separately, so that in the event of any subsequent change in these charges by the Government
(State or Central), the same will be considered for increase/decrease over the net rates.
Wherever possible C/D forms shall be issued to avail concessional rates of the Central/State
Tax. The Entry Tax, if applicable, should be included where the supplier belongs to outside
Bihar and Purchase Order/RAL placed on outside Bihar. The tenderer must also indicate
the details of Sales Tax Registration and the number allotted to them by Sales Tax authorities.
5.8 Octroi :
Octroi duty, if applicable at the destination shall be paid extra on all dispatches made from
the suppliers works/warehouses to the point of destination.
5.9 Excise Duty :
Excise duty or surcharge prevailing upto the date of submission of the rates must be included
in the net rate. This however, should be shown separately, so that in the event of any
subsequent change in these charges by the Government (State or Central), the same will be
considered for increase/decrease over the net rates. However, the increased excise duty due
to change in slab on higher turnover shall be payable by the tenderer.
5.10 Service Tax:
The Service Tax and Surcharge prevailing upto date of submission of the rates must be
included in the net rate. This however should be shown separately, so that in the event of any
subsequent change in these charges by the Government (State or Central), the same will be
considered for increase/decrease over the net rates.
5.11 Unloading charges at site
For supply order the price should exclude unloading charges. However for installation
contract the price must include these charges.
5.12 If the price for reasons of change in statutory taxes and duties by Government taking place
during the period of bid finalisation or during the normal delivery period envisaged in the
Purchase Order/Contract.
22

6.0 (a) The material/equipment/machinery offered must be securely packed at the cost of the
suppliers to withstand tough handling enroute by road/rail/air. Packing should be
provided with protective lining to avoid damage to the surface of the packing and
the items packed inside.
(b) Marking :
Each package delivered under this tender shall be marked by the suppliers at their own
expenses. Such markings shall be distinct and should bear the following:
(i) Name of the supplier.
(ii) Details of the items in the package.
(iii) Weight gross, net and tare.
(iv) Name and address of the consignees as mentioned in the Purchase Order.
Marking shall be carried out with such a material as may be considered necessary as
regards quickness of drying, fastness and indelibility.
7.0

Insurance :The supplier shall arrange insurance coverage, according to the dispatch instructions
issued by Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh
Ltd., Patna and the supplier
should cover all dispatches. However, to avoid any complications that may arise
at the time of settlement of claims by the underwriters for the transit losses it is
proposed that the insurance coverage shall be arranged by the supplier as under :
(a)
(b)
(c)

The insurance coverage shall have to be arranged commencing from their


warehouse/works to the warehouse of the buyer (All Transit risks).
Suppliers are requested to take insurance with any Nationalised Insurance
Company.
The cover provided by the insurance shall be in such amount so as to allow
complete replacement for any item lost or damaged.

23

8.0 Guarantee :The supply of equipment as well as installation, if entrusted shall have to be carried out by the
supplier to the entire satisfaction of the buyer. The supplier shall also guarantee to
repair/replace without any extra cost, the items or parts there of if found defective due to
defective design, workmanship or substandard material brought to the attention within 12
calendar months from the date of satisfactory commissioning or within 24 months from the
date of receipt of material at site, whichever is earlier. If it is necessary to send the defective
equipment or parts thereof for repair/replacement the cost of loading, unloading, repacking
and transportation from the site to works and back to site shall have to be borne by the
supplier. The guarantee however does not cover any damage resulting from normal wear and
tear or improper attendance or mishandling of the equipment by the buyer/his authorised
representatives.
The contractor shall have to guarantee the complete installation for satisfactory performance
for a minimum period of one year from the date of commissioning of the plant. Any defect
arising out of faulty erection/installation or use of substandard material or workmanship shall
have to be rectified by the contractor at his own cost.
8.1 Warranty :
All the suppliers shall provide a warranty for a minimum period of 12 months from the date
of commissioning of the equipment for the satisfactory performance of the equipment
supplied to the designed/rated/installed capacity or any other norms fixed by the buyer.
Also, they should provide a warranty for the period as stated above to the effect that
supplier shall alone be responsible for all the litigations/disputes/claims and other legal
complications that may arise in connection with the patent rights design rights and the
rights of ownership of the materials.
8.2 Right to operate & use unsatisfactory material or equipment :
If after delivery, acceptance and installations and within the guarantee period, the operation
of use of materials or equipment proves to be unsatisfactory to the buyer, he shall have the
right to continue to operate or use such materials or equipment until rectifications of defect,
errors or omissions by repair or by partial replacement can be made without interfering with
the buyer s operation.
9.0 Terms of Payment :
Following terms of payment would be applicable to this order subject to supplier/ contractor
having furnished security deposit for 10% of the F.O.R. order value for the due fulfillment of
this contract in form of cash/DD in accordance with the Clause No.1.3 of the tender
document. In case the contractor/supplier completes its contractual obligations before 12
months the cash/DD deposit can be refunded before 12 months at the sole discretion of VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. before aforesaid period of 12 months.

24

9.1 For supply of material :30% of the ex-works order value (basic cost) shall be paid on acceptance of the order subject
to the supplier furnishing a Bank Guarantee valid for 12 calendar months from the date of
guarantee for an equivalent amount from a scheduled or Nationalised Bank in the enclosed
proforma given at Annexure-II. The Bank Guarantee can be released by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. once the advance is fully recovered/adjusted.
The execution of agreement in the format at Annexure-III is also a precondition for clearing
advance.
60% (90% in case of the supplier/contractor who has not taken advance) on safe receipt of
the equipment ordered at site but not later than 45 days from the date of receipt of the
equipment at site.
The 10% of the FOR site value shall be paid within 12 calendar months from the date of
commissioning or 24 months from the date of receipt of the same at site, whichever is
earlier. However the balance 10% will also be released, if so desired by the supplier,
provided the supplier furnishes a Bank Guarantee from a Scheduled or Nationalised Bank
for the 10% value valid for a period of 12 calendar months from the date of issue of Bank
Guarantee in the proforma enclosed.
9.2 For Erection :90% on submission of progressive bills duly certified by the authorised representatives/Site
Engineer of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. and balance
10% within 12 months from satisfactory commissioning of the equipment. However, the
balance 10% will also be released, if so desired by the supplier,provided the supplier
furnishes a Bank Guarantee from a Scheduled or Nationalised Bank for the 10% value
valid for a period of 12 calendar months from the date of issue of Bank Guarantee in the
proforma enclosed.
10.0 DELIVERY SCHEDULE OF ITEMS
(a) Bidders should submit a detailed item wise delivery schedule keeping in view the
completion period of the contract. Such items shall be grouped under monthly
delivery schedule with total value of such items. This will facilitate for ensuring the
cash flow requirement for the project.
(b) The delivery time given in the contract is to be adhered to strictly. For this purpose the
supplier has to inform VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. the
progress made towards fabrication of the items ordered from time to time during the
delivery period. The supplier has to maintain good progress of work during the
delivery period so as to deliver the items ordered in time. It is essential that VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. is informed of the quantified
progress made by the supplier by Registered Post once after 1/3rd of delivery time
elapses and again after 2/3rd of delivery time elapses. In case VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. does not receive such progress reports it will
presume that the work has not been taken up by the supplier in the right earnest and that
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in such a situation will be at
liberty to withdraw the work order and forfeit the earnest money as well as security deposit
simultaneously. The supplier is therefore advised strictly to follow this essential fcondition
of the contract.
25

(c) It may be noted that delay/time taken in release of advance payment whether for
reasons of supplier not furnishing the Bank Guarantee exactly in the proforma given
in this tender document or any other reasons whatsoever, will not affect the
delivery period. Similarly delay in execution of the agreement will also not affect the
delivery period. The tenderer is therefore advised to take note of this important
condition. The successful tenderer should therefore take immediate action for execution
of agreement and submission of bank guarantee of advance, if desired, within 10 to 15
days of placement of purchase order. It normally takes 30 days to release the advance,
subject to submission of B.G. as per our format.
(d) In case of failure by supplier in making deliveries within the time specified, the
Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd. may procure the materials supplies
and services from any other sources and hold the suppliers responsible for any losses
occurred thereby. Further the Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd.
reserves the right to terminate the services of such suppliers in such case without
assigning any reasons thereof.
(e) In case supplier fails to supply machinery/equipment in delivery period, interest at the
rate of 19% per annum will be charged on the advance amount from the date by which
delivery fails due to the actual date of supply unless an extension in delivery period is
mutually agreed to by the supplier and VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH

11.0

LTD..

Completion of work :
The entire job of DESIGN, SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF 150 TPD CATTLE FEED PLANT ON TURNKEY BASIS
AT CATTLE FEED PLANT , JAGDEOPATH , PATNA14. is to be completed
within 6 months from the date of issuing the work order.
It may be noted that delay/time taken in release of advance payment whether for
reasons of supplier not furnishing the Bank Guarantee exactly in the proforma given in
this tender document or any other reasons whatsoever, will not affect the completion
period. Similarly delay in execution of the agreement will also not affect the completion
period. The tenderer is therefore advised to take note of this important condition.
The successful tenderer should therefore take immediate action for execution of
Agreement and submission of bank guarantee of advance, if desired, within 10 to 15
days of placement of purchase order.
In case of failure by contractor in completing the job within the time specified, the
Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd. Will have liberty to get the job
Completed from any other sources and hold the contractor responsible for any losses
Occurred thereby. Further the Vaishal Patliputra Dugdh Utpadak Sahakari Sangh
Ltd. reserves the right to terminate the services of such contractor in such case
terminate the services of such contractor in such case without assigning any reasons
thereof.

26

12.0

Compensation for delay :


Clause 1 :
The time allowed for carrying out the work as entered in the tender shall be strictly
observed by t he contractor and shall be reckoned from the 15th day after the date of
written order to commence the work as given to the contractor. The work shall
throughout the stipulated period of the contract be proceeded with all due diligence,
time being deemed to be the essence of the contract on the part of the contractor and
the contractor shall pay as compensation an amount equal to half percent or such smaller
amount as the Managing Director, VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. (whose decision shall be final) may decide on the tendered amount
for every week that the work remains un-commenced or unfinished after the proper
date subject to a maximum of 5% of the net value of the accepted order which remains
unexecuted or partially executed.
Clause 2 :The Managing Director, VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. may without prejudice to his right against the contractor in respect of any delay or
inferior workmanship or otherwise or any claims or damage in respect of any breaches of
the contract and without prejudice to any rights or remedies under any provisions of
this contract or otherwise and whether the date for completion has or has not elapsed
by notice in writing absolutely determine the contract in any of the following cases :-

(i) If the contractor having been given by the Officer-in-charge or authorised representative,
a notice in writing to rectify, reconstruct or replace any defective work or that the work is
being performed in an inefficient or otherwise improper or unworkman like manner shall
omit to comply with the requirements of such notice for a period of seven days thereafter
or if the contractor shall delay or suspend the execution of the work so that either in the
judgment of the Officer-in-charge or authorised Engineer (which shall be final and
binding) he will be unable to secure completion or he has already failed to complete the
work by that date.
(ii) If the contractor being a company shall pass a resolution or the court shall make an order
that the company shall be wound up or if a receiver or a manager on behalf of a creditor
shall be appointed or if circumstance shall arise which entitle the court or creditor to
appoint a receiver or a manager or which entitle the court to make a winding up order.
(iii) If the contractor commits breach of any of the terms and conditions of the contract.
(iv) If the contractor commits any acts mentioned in clause 19 hereof.
When the contractor has made himself liable for action under any of the cases aforesaid,
the Managing Director, Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd. shall have
powers :a. To determine or rescind the contract as aforesaid (of which termination or rescission
notice in writing to the contractor under the hand of the Managing Director, VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall be conclusive evidence). Upon
Such determination or rescission the full security deposit of the contractor calculated on
the tendered amount shall be liable to be forfeited and shall absolutely be at the disposal
of Vaishal PATLIPUTRA Dugdh Utpadak Sahakari Sangh Ltd.
27

b. To employ labour paid by the VPMU and to supply materials to carry out the work or
any part of the work debiting the contractor with the cost of the labour and the price of the
materials (of the amount of which cost and price certified by the Officer-in-charge shall
be final and conclusive) and crediting him with the value of the work done in all respects
in the same manner and at the same rates as if it has been carried out by the contractor
under the terms of his contract. The certificate of the Officer-in-charge as to the value of
work done shall be final and conclusive against the contractor provided always that action
under the sub-clause shall only be taken after giving notice in writing to the contractor.
Provided also that if the expenses incurred by the VPMU are less than the amount
payable to the contractor at his agreement rates, the difference shall not be payable to the
contractor.
c. After giving notice to the contractors on measure up the work of the contractor and to
take such part there of as shall be unexecuted out of his hands and to give it to another
contractor to complete in which case any expenses which may be incurred in excess of the
sum which would have been paid to the original contractor if the whole work had been
executed by him (of the amount of which excess, the certificate in writing of the Officerin-charge shall be final and conclusive) shall be borne and paid by the original contractor
and may be deducted from any money due to him by Vaishal Patliputra Dugdha
Utpadak Sahakari Sangh Ltd under this contract or on any other account whatsoever
or from his security deposit or the proceeds of sales thereof or a sufficient part thereof
as the case may be.
In the event of any one or more of the above courses as may be deemed best suited to
the interest of the VPMU being adopted by the Managing Director by Vaishal Patliputra
Dugdha Utpadak Sahakari Sangh Ltd., the contractor shall have no claim to compensation
for any loss sustained by him by reason of his having purchased or procured by him by reason
of his having purchased or procured any materials or entered into any engagements, or made
any advances on account of or with a view to execution of the work or the performance of the
contract. And in case action is taken under any of the provisions aforesaid, the contractor shall
not be entitled to recover or be paid any sum for any work there for actually performed under
this contract unless and until the Officer-in-charge has certified in writing the performance of
such work and the value payable in respect thereof and he shall only be entitled to be paid
the value as certified.Contractor remains liable to pay compensation if action not taken under
Clause 3.
Clause 3 :In any case in which any of the powers conferred by Clause 3 hereof shall have become
exercisable and the same shall have not been exercised, the non-exercise thereof shall not
constitute waiver of any of the conditions hereof, and such power shall notwithstanding be
exercisable in the event of any future case of default the contractor for which by any clause or
clauses hereof he is declared the contractor for which by any clause or clauses hereof he is
declared liable to pay compensation amounting to the whole of his security deposit and the
liability of the contractor for past and future compensation shall remain unaffected.

28

13.0 Force Majeure Clause :The terms and conditions mutually agreed shall be subject to the Force Majeure Clause. Neither
the supplier nor the buyer shall be considered in default in performance of its obligations
hereunder, if such performance is prevented or delayed because of war, hostilities, revolutions,
civil commotion, strike, epidemic, accident, fire, wind, flood, earthquake or because of any
law, order, proclamation, regulation, or ordinance of any Government or any act of God or any
other cause whether of similar or dissimilar nature, beyond the reasonable control of the party
affected should one or both of the parties be prevented from fulfilling his/their contractual
obligations by a state of Force Majeure lasting continuously for a period of six months, the two
parties should consult with each other regarding the future implementation of the
agreement/purchase order.
14.0 Settlement of disputes :
In the event of any dispute in the interpretation of the terms of this agreement/ Purchase Order
or difference of opinion between the parties on any point in the Purchase Order arising out of,
or in connection with the agreement/accepted purchase order or with regard to performance of
any obligations hereunder by the either party, the parties hereto shall use their best efforts to
settle such disputes or difference of opinion amicable by mutual negotiations.
In case, no agreement is reached between the two parties in respect of or concerning any of the
provisions herein contained or arising out of this supply order/ tender/ agreement as to the
rights, liabilities or duties of the said parties hereunder or as to the recovery of any amount, the
same shall be referred to the Sole Arbitrator M.D., VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. who in turn may refer the dispute to any officer of VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD. for adjudication. The arbitration shall be in accordance to
the law of Arbitration & Conciliation Act, 1996. The decision of the Sole Arbitrator shall be
final and binding on both the parties.
All the disputes pertaining to the said contract shall vest to the jurisdiction of Courts at Patna.
15.0 Right to Acceptance:
The Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd. Does not pledge itself to accept the
lowest or any tender and reserves to itself the right to accept the whole or any part of the tender
or portion of the quantity offered. The tenderer is at liberty to tender for whole or any portion
or to state in the tender that the rates quoted shall apply only if the entire quantity is taken from them.
16.0 IMPORTANT NOTES :
16.1

TIMELY DELIVERY, OF SPECIFIED QUALITY OF MATERIAL, PLANT & MACHINERY


SATISFYING ALL DESIGN AND FUNCTIONAL REQUIREMENTS ORDERED,
IS THE ESSENCE OF THE CONTRACT. THEREFORE, FAILURE TO DELIVER IN
TIME OR NOT CONFORMING TO PRESCRIBED SPECIFICATIONS & QUALITY
WILL MAKE THE SUPPLIER LIABLE FOR BLACKLISTING THE FIRM AND
THEREBY DEBARRING THE SUPPLIER FROM PARTICIPATION IN FUTURE
TENDERS BY VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.,
MILK UNIONS OTHER AFFILIATED UNITS. AS FOR THE PRESENT CONTRACT

29

PENALTIES, COMPENSATION AND OTHER PROVISIONS AS GIVEN TENDER


DOCUMENT SHALL BE INVOKED ON FAILURE OF THE PARTY.
16.2

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and milk unions shall

have the fullest liberty to notify the defaulting firm to Business/Trade Associations/Public
Sector undertakings/autonomous bodies and the like about the default and breach of contract
committed by a firm giving out names of the partners of the firm. A register is intended
to be maintained for such defaulting firms and their partners.
16.3

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.

will not consider the


such firms who has earlier been debarred/censured/black listed or even those
firms who have on their role key employees/ key executives/ proprietors/ partners
of another already debarred/censured/black listed firms in one or the other capacity.

16.4

All the tenderers without fail, should furnish full technical details about tendered
project.

1.1

The quantities mentioned in the tender are tentative and the actual quantities to be
procured may vary upward or downward suiting to the actual requirements.

18.0

Supplier will execute agreement on non-judicial stamp paper of Rs.100/- (Rupees


One Hundred only) before 30% advance can be released to him. Format of the
agreement is given at Annexure-III.

19.0

If the Managing Director shall at any time, and for any reasons whatever, think
any portion of the work should not be executed or should be withdrawn from the
contractor he may, by notice in writing to that effect, require the contractor not to
execute the portion of the work specified in the notice or may withdraw from the
contractor the portion of the work so specified and the contractor shall not be
entitled to any compensation by reason of such portion of the work having been
executed by him, and the value (i.e. cost at tendered rates) of the portion of work so
omitted or withdrawn shall in cases where the contractor has for any reason already
received payment for it or in the cases of lump-sum contracts be deducted from any
sum them due or thereafter to become due under the contract or otherwise against
or from the security deposit or the proceeds of sale thereof.

20.0

No term or condition in addition to those mentioned above will be agreed to.

30

ANNEXURE-I (Part A)
CATTLE FEED PLANT , JAGDEOPATH , PATNA-800 014
FORM OF TENDER FOR PRICE FOR

(TO BE SUBMITTED IN FINANCIAL BID ENVELOPE)


Time & Date of opening of Tender
Description of goods

:
:

S.No Particulars
1. Design & supply charges for 150 TPD Cattle
Feed Plant equipment and utilities as per the
Technical specification & drawings enclosed.

Amount (Rs.)

Remarks, if any.

2.
3.
4.

Packing & forwarding charges


Excise Duty @______
Sales Tax (BST/CST/VAT) @______ (see note
no.1given below)
5. Entry Tax if any @________
6. Transportation including Insurance charges
7. Any other charges (if any)
8. Total FOR site price (1 to 7)
9. Installation, testing & commissioning charges for
150 TPD Cattle Feed Plant equipment and
utilities as per the technical specification &
drawings enclosed.
10. Service Tax @_____
11. Total FOR Unit Price (9 to 10)
12. Total Net FOR Unit Price for supply, installation &
commissioning (8+11)
(in figures and in words)
*The FOR rates indicated at sr. no. 8, 11 & 12 includes all duties & t axes even if not
Explicitly mentioned here but in vogue/applicable at the time furnishing rates.
Note :
1.Tenderer should indicate clearly whether the sales tax mentioned above is against any concessional
form. In case the concessional form is not provided, the rate of tax should be mentioned.
2.Price negotiations shall be discouraged bidders should therefore quote their most competitive
Rates(with conformity to the specifications and commercial stipulations given in the tender) in
the very instance least they run the risk of losing out in absence of negotiations.
3.The rate must be written both in words and figures. There should be no erasures and or over
writings, corrections, if any, should be made clearly and initiated with date. In case if there is
variation observed in the rates in between words & figures, the lowest rate shall be considered.
4.The conditional offer which affect the rate of the quoted item shall be liable for rejection even
the quoted rate is lowest.

(Signed & sealed by the tenderer


in token of acceptance of above)

31

CATTLE FEED PLANT , JAGDEOPATH , PATNA-800 014


PART 1. : DESIGN, FABRICATION, SUPPLY OF MAJOR EQUIPMENTS, FOR 150 TPD
CATTLE FEED PLANT ON TURNKEY BASIS.
LIST OF MAJOR EQUIPMENT

SR.
NO
1.00
1.1

DESCRIPTION

RAW MATERIALS INTAKE EQUIPMENT ;DUMPING HOPPER ;Fabricated from 3mm thk. M.S.Plate with magnetic grill 1000x1000.

1.2

1.3

1.4

1.5

INTAKE CHAIN CONVEYOR :[LENGTH 40MTR]


. Dust proof and bolted designed having steel plate casing, bottom
6mm , side 4mm , partition plate 4mm , and top cover from 3mm
plate , with screw type chain tensioning device , conveying chain
wheel of hardened special steel, shaft supported on both sides in
pillow block bearing , exchangeable wear rail or at trough top &
bottom for chain guide ,raddler type conveying chain 125mm pitch.
INTAKE CHAIN CROSS CONVEYOR :[LENGTH 33MTR]
. Dust proof and bolted designed having steel plate casing, bottom
6mm , side 4mm , partition plate 4mm , and top cover from 3mm
plate , with screw type chain tensioning device , conveying chain
wheel of hardened special steel, shaft supported on both sides in
pillow block bearing , exchangeable wear rail or at trough top &
bottom for chain guide ,raddler type conveying chain 125mm pitch.
BUCKET (INTAKE)

ELEVATOR

;-

(HEIGHT 27.5 Mtr.)


Bucket size 8 X 6 X 5 Top and Bottom Fabricated from 4mm thk
M.S.Sheet and trough from 2mm thk. M.S.Sheet and Belt 10 10 X 3
ply nylon Rubber Belt (M-24 grade). Permanent Magnet at main inlet.
Complete assembled.
DRUM SIEVE CLEANING ;Main Body fabricated from 3mm thk. M.S.Sheet. Drum fabricated
from 4mm Dia hole M.S. Perforated sheet and 3mm thk. M.S.Sheet
with cleaning brush scraper. With inlet and outlet suitable as per
require. Complete assembled.

1.6

QTY

CASCADE MAGNET ;Body fabricated from 4mm thk. M.S.Plate, With both side stainless
steel magnet composed of several segments.
Adjustable segment gate in the inlet.

32

6NOS

2NO

1NO

1NO

1NO

1NO

1.7

1.8

DISTRIBUTION CONVEYOR ;(Length 11.25 Mtr.)


Screw from 3mm thk MS Sheet mounted onto shaft 305mm pitch
and 305mm flight trough fabricated from 3mm thk MS Sheet. Top
cover from 2mm thk MS of bolted construction. End plate 6mm
thk.MS with needed hanger bearings over flow flap at discharge end
with bracket for fixing limit switch.
DISTRIBUTION CONVEYOR ;(Length 4.25 Mtr.)
Screw from 3mm thk MS Sheet mounted onto shaft 305mm pitch
and 305mm flight trough fabricated from 3mm thk MS Sheet. Top
cover from 2mm thk MS of bolted construction. End plate 6mm
thk.MS with needed hanger bearings over flow flap at discharge end
with bracket for fixing limit switch.

2NOS

1NO

1.9

BATCH PRE MIXER (CAP. 500 KG.) ;Body fabricated from 6mm thk. M.S.Plate side plate from 8mm thk.
M.S.Plate
Rotor shaft from EN8 Dia 80 outside ribbon from 10mm thk. and
inside ribbon from 6mm thk. Complete assembled with manually
operated outlet gate.

1NO

1.10

ASPIRATION UNIT FOR DUMPING WITH BLOWER;Reverse pulse jet type bag filter with filter bags. Cap of 2890 m3 /
per hr at 100mm of wg. Pressure. Fabricated from 3mm thk
M.S.Sheet. Blower directly mounted on top.

6NOS

1.11 ELECTRONIC DIGITAL TYPE WEIGH SCALE ;Seven digit seven segment 20mm highlighted STN transmission LCD
display indication for centre zero. General weighing, counting, simple
batching, check weighing accumulation and peak.

1.12

BAG CLEANING MACHINE ;Main body fabricated from 2mm thk. M.S.Sheet, Blower and cyclone
are made from 2mm thk. M.S.Sheet. with supporting structure made
from 100 x50 M.S.Channel. Machine complete assembled with filter
bags and necessary suction chute with clamping system for gunny
bag cleaning.

1.13

JUTE REMOVER WITH EXTRA ROTAR ;Fabricated from 3mm thk M.S.Sheet.
Twin jute remover complete assembled with one no. extra rotor.

33

2NOS

1NO

1NO

2.00

AUTOMATIC BATCHING EQUIPMENT ;-

2.1

PREWEIGHING BINS:[Cap 15 MT]


Square shell from 3mm thk M.S.Sheet with 6mm thk flanged joint
construction. Each piece of shell made of three equal portion having
vertical flanged joint. each shell portion provided with stiffener ring
from 40 X 6 M.S.Plate top portion of the shell, stiffener ring of 40
X 6 mm flat towards inside for fixing top cover necessary main hole
with removable grill at top portion of bin, octagonal portion made
from 5mm thk plate with 4 nos.10mm thk supporting brackets
welded on 8mm thk pad plate welded to bin body.bin bottom spouts
from 5mm thk M.S.Plate and having outlet suitable for screw bin
discharger.

2.1

2.2

2.3

2.4

PREWEIGHING BINS (S.S) :[Cap 5 MT]


Square shell from 2mm thk S.S.sheet with 6mm thk flanged joint
construction. Each piece of shell made of three equal portion having
vertical flanged joint. each shell portion provided with stiffener ring
from 40 X 6 M.S.Plate top portion of the shell, stiffener ring of 40
X 6 mm flat towards inside for fixing top cover necessary main hole
with removable grill at top portion of bin, octagonal portion made
from 5mm thk plate with 4 nos.10mm thk supporting brackets
welded on 8mm thk pad plate welded to bin body.bin bottom spouts
from 3mm thk S.S.plate and having outlet suitable for screw bin
discharger.
SCREW DISCHARGER:-[250 Dia]
Screw from 3mm thk MS Sheet mounted onto shaft 250mm pitch
and 250mm flight trough fabricated from 3mm thk MS Sheet. Top
cover from 2mm thk MS of bolted construction. End plate 6mm
thk.MS with needed hanger bearings over flow flap at discharge end
with bracket for fixing limit switch.
BATCH WEIGHER HOPPER
[CAP 1 M.T.]
Fabricated from 5mm thk M.S.Sheet.
With loadcell bracket arrangement.
BATCHING SYSTEM ;The system consist of a microprocessor based controller with a PC
386(min) along with .
a) Load cells for batch weigher hopper.
4 nos.750 Kgs each.
b) Microprocessor controller.

34

11NOS

1NO

12NOS

1NO

1NO

c) IBM compatible computer having Pentium. IV processor with


SVGA 19 COLOR MONITOR, Keyboard, Mouse and mouse pad.
d) 132 dot matrix printer.
e) Manual over ride with selector switch.
f) Mimic control desk.
g) UPS for 30 min. with sealed type maintenance free battery.
h) Furniture for computer.
With weighing resolution of 0.05%.

2..5

PNEUMATIC OPERATED SLIDE GATE ;-

2.6

COLLECTION HOPPER :[Cap 1 M.T]

1NO

1 NO
Made from M.S.3 mm thk.

2.7

BATCH CHAIN CONVEYOR:[LENGTH 10 MTR]

1NO

Dust proof and bolted designed having steel plate casing, bottom
6mm , side 4mm , partition plate 4mm , and top cover from 3mm
plate , with screw type chain tensioning device , conveying chain
wheel of hardened special steel, shaft supported on both sides in
pillow block bearing , exchangeable wear rail or at trough top &
bottom for chain guide ,raddler type conveying chain 125mm pitch.

2.8

BATCH

ELEVATOR

;-

1NO

(HEIGHT 22 Mtr.)
Bucket size 8 X 6 X 5 Top and Bottom Fabricated from 4mm thk
M.S.Sheet and trough from 2mm thk. M.S.Sheet and Belt 10 10 X 3
ply nylon Rubber Belt (M-24 grade). Complete Assembled.

3.0

GRINDING & MIXING SECTION ;-

3.1

HOPPER ABOVE
HAMMER
PNEUMATIC SLIDE GATE. ;Fabricate from 3mm thk MS sheet.

3.2

ROTARY FEEDER :Made from 5mm thk M.S.Plate with magnet.

3.3

FULL

MILL

(Cap

1M.T)

WITH

CIRCLE HAMMER MILL ;-

(Cap 7 To 8 MT. Per hr)


With 4mm Sieve Body Plate 12mm thk M.S.Plate with Balancing
Rotor with Base Frame and anti vibration pads complete assembled.
With 4 Set of sieves and 4 Set Beaters for Hammer Mill.

35

2NOS

1NO
1NO

3.4

3.5

3.6

ASPIRATION UNIT FOR HAMMER MILL WITH BLOWER;Reverse pulse jet type bag filter with filter bags. Cap of 2890 m3 /
per hr at 100mm of wg. Pressure. Fabricated from 3mm thk
M.S.Sheet. Blower directly mounted on top.
POWDER ELEVATOR ;(HEIGHT 19 Mtr.)
Bucket size 8 X 6 X 5 Top and Bottom Fabricated from 4mm thk
M.S.Sheet and trough from 2mm thk. M.S.Sheet and Belt 10 10 X 3
ply nylon Rubber Belt (M-24 grade). Permanent Magnet at main inlet.
Complete assembled.
CHAIN CONVEYOR BELOW HAMMER MILL :[LENGTH 4 MTR]
Dust proof and bolted designed having steel plate casing, bottom
6mm , side 4mm , partition plate 4mm , and top cover from 3mm
plate , with screw type chain tensioning device , conveying chain
wheel of hardened special steel, shaft supported on both sides in
pillow block bearing , exchangeable wear rail or at trough top &
bottom for chain guide ,raddler type conveying chain 125mm pitch.

3.7

POWDER CONVEYOR FOR BINS :[LENGTH 6.75 MTR]


Screw from 3mm thk MS Sheet mounted onto shaft 305mm pitch
and 305mm flight trough fabricated from 3mm thk MS Sheet. Top
cover from 2mm thk MS of bolted construction. End plate 6mm
thk.MS with needed hanger bearings over flow flap at discharge end
with bracket for fixing limit switch.

3.8

HOPPER (CAP 1M.T) ;-

3.9

3.10

1NO

1NO

1NO

1NO

Above Batch mixer Fabricated From 3mm thk M.S.Sheet.

1NO

PNEUMATICALLY OPERATED SLIDE GATE ;-Above Batch Mixer


Above Batch-Mixer.

1NO

HORIZONTAL TWIN SPRIAL RIBBON BATCH MIXER


(CAP 1 M.T) ;-Shell plate 5mm thk M.S.Plate, side plate 8mm thk, 1NO
Rotor shaft EN8 Dia 100 and Ribbon made from 10mm and 5mm thk
M.S.Plate with simplex driven sprocket and complete assembled with
outlet gate pneumatically operated.

3.11 HOPPER BELOW BATCH MIXER ;


(CAPACITY 2 MT)
Fabricate from 4mm thk MS Plate

36

1NO

3.12

4.0

PADDLE CONVEYOR (3.8 Mtr.);Screw & Paddle made from 3mm thk M.S.Sheet Trough fabricated
from 3mm thk M.S.Sheet, Side Plates 5mm thk M.S.Plate with Top
Cover 2mm thk M.S.Sheet and complete assembled.

1NO

MOLASSES EQUIPMENT

4.1

MIX FEED ELEVATOR ;(HEIGHT 21.5 Mtr.)


Bucket size 8 X 6 X 5 Top and Bottom Fabricated from 4mm thk
M.S.Sheet and trough from 2mm thk. m.s. sheet and Belt 10 10 X 3
ply nylon Rubber Belt (M-24 grade). Permanent Magnet at main inlet.
Complete assembled with aspiration system.

1NO

4.2

PELLETING (HOLDING) BIN [CAP 5 M.T.]


;Above Pellet Mill. Fabricate from 3mm thk SS Sheet. With manually
operated slide gate.

1NO

4.3

Feed Hopper (Cap. 100 Kg.);Fabricated from 3mm thk. M.S.Sheet.

4.4

4.5

1NO

Variable speed feeder conveyor;fabricated from 3mm thk. S.S.sheet.

1NO

TWIN SHAFT MOLASSES MIXER;-

1NO

Twin Paddle Type molasses mixer body construction from 4mm thk
S.S.plate, Side Plate from 4 mm thk S.S.plate, Top Cover from 2mm
thk S.S.plate with molasses spraying nozzle at inlet with flap
arrangement at inlet to stop injection of molasses when there is no
feeding of material.

4.6

AUXILIARY BAGGING BIN (CAP 1M.T) ;Above Pellet Mill Fabricated From 3mm thk M.S.Sheet.

4.7

MOLASSES DAY TANK ;-

Body construction from 3mm thk S.S.plate with necessary inlet


outlet air vent and molasses return inlet with steam heating coil
totally insulated from 50mm thk glass wool and clapped with 1.6mm
thk S.S.sheet. With Molasses flow meter and piping from molasses
main tank to day tank with necessary valve and fittings.
WITH MOLASSES FEEDING PUMP.

37

1NO
1NO
-

5.0

PELLETING EQUIPMENT
Variable speed feeder conveyor;Fabricated from 3mm thk. S.S.sheet.

1NO

5.1

SUPER SENIOR PELLET MILL WITH


CONDITIONER. ;Pellet Mill with One Conditioners having rigid base, pelleting unit
suitable for installing standard die. [Die ID 520 X 222] complete
with support frame for machine and drive motor, anti vibration
mount slide rails for drive motor, Die holder assembly, Pellet Cutting
Knife assembly, Roller holder shaft pusher, flywheel 1200mm dia.
counter shaft, V-Belt, Limit Switch, support bolts are supplied with
the machine. Machine with 8 mm die fitted on the machine. With 4
Nos. Die 8mm dia and 8 Nos. Press rolls shell for pellet mill.
Complete assembled with hand tools, adjustable torque wrench and
hydraulic press for removing press roll shell.

1NO

5.2

ROTORY FEEDER

5.3

[S.S] ;-

Above Pellet Cooler. Fabricated from 5mm thk S.S.plate.

1NO

PELLET COOLER ;-

1NO

Pellet Counter Flow Cooler holding bin & top hood fabricate from
2mm thk S.S Sheet & Inner Side discharge grill fabricated from
M.S. and supporting frame fabricated from 3mm thk. M.S.Sheet and
m.s.channel 150 x75.
Outlet hopper fabricated from 2mm thk. S.S.sheet, with high level
electronic sensor system for auto and manual mode operation.

5.4

PELLET ELEVATOR ;(HEIGHT 19 Mtr.)


Bucket size 8 X 6 X 5 Top and Bottom Fabricated from 4mm thk
M.S.Sheet and trough from 2mm thk. M.S.Sheet and Belt 10 10 X 3
ply nylon Rubber Belt (M-24 grade). Permanent Magnet at main inlet.
Complete assembled with aspiration system.

1NO

5.5

PELLETING SIEVE ;Fabricated from 3mm thk MS Sheet.


With 6mm perforated screen and supporting frame made from 100
x50 M.S.Channel. And vibratory motor mount on pellet sieve.

1NO

38

5.6

PELLET COOLER BLOWER ;Fabricated from 5mm M.S.Sheet. With dynamically balanced
S S impeller fitting. Base frame made from M.S.Channel 100 x 50 and
vibration footy (damper) mount on frame.

1NO

1NO

5.7

PELLET COOLER CYCLONE S.S ;Fabricated from 2mm thk. S.S.sheet.


With mounting cleat.

5.8

Airlock S.S ;Airlock body fabricated from S.S.plate 5mm thk.

1NO

5.9

PELLET COOLER ASPIRATION DUCTING FROM COOLER TO

1SET

CYCLONE ;(DIA 450)


Fabricated from 2mm thk S.S.sheet.

6.0

BAGGING EQUIPMENTS

6.1

BAGGING BIN FOR PELLET :[CAP 5 M.T.]


Square Type shell from minimum 3mm thk plate in three pieces with
6mm thk flanged joint construction. Each pieces of shell also to be
made of three equal portions having vertical flanged joint.

6.2

MANUALLY OPERATED SLIDE GATE :-

6.3

BIN ACTIVATOR ;Main body fabricated from 5mm thk. M.S.Plate, round upper part
with connection flange for fastening to the silo discharge. With
suitable vibratory motor mount on bottom.

6.4

BAGGING MACHINE :Electronic bagging machine, model 50-BM-01 Net type with gravity
feeder and pneumatically clamping arrangement as per the
specification give below.
Cap 70 Kg bagging machine is a load cell based automatic weigh
machine and is designed for automatic weighing and filling of free
flowing materials into open mounted gunny bags or HDPE bags from
an overhead storage hopper. A hopper
with a pneumatically
operated discharger gate, suspended from two shear beam type
load cells is used to weight the material fed into it and the
bagging process commences on clamping the bag to the chute.

39

2NOS

1NO
1NO

1NO

6.5

6.6

7.0

STITCHING MACHINE :Double thread heavy duty bag closing machine complete with
pedestal pipe column sewer head, style ; SDT/MT/BB, 0.5 HP
electric motor for the sewer head, V-belt, hand wheel and Rack &
Pinion arrangement for height adjustment, belt tensioning device,
double action foot switch, control panel. With extra head.
SLAT CONVEYOR :-[LENGTH 19 MTR]
75mm pitch chain with A2 attachment to every link at one side
having chain. Slat fabricated from 3mm M.S. sheet with necessary
support. Side railing from 40 NB B class pipe.

1NO

1NO

ASPIRATION EQUIPMENT

7.1

ASPIRATION SYSTEM FOR ELEVATORS ;Reverse pulse jet type bag filter with filter bags. Cap of 1900 m3 /
per hr at 100mm of wg. Pressure. Fabricated from 3mm thk
M.S.Sheet. Blower directly mounted on top.

7.2

ASPIRATION SYSTEM FOR PREWEIGHING SECTION;-Reverse


pulse jet type bag filter with filter bags. Cap of 5000 m3 / per hr at
100mm of wg. Pressure. Fabricated from 3mm thk M.S.Sheet. Blower
directly mounted on top.

1NO

ASPIRATION SYSTEM FOR GROND FLOOR EQUIPMENT ;Reverse pulse jet type bag filter with filter bags. Cap of 5000 m3 /
per hr at 100mm of wg. Pressure. Fabricated from 3mm thk
M.S.Sheet. Blower directly mounted on top.

1NO

ASPIRATION PIPING. ;For interconnecting dust produces centre such as hoppers/bins/


machines etc.

1LOT

AIR COMPRESSOR WITH FRL. ;For aspiration system.

1NO

AIR PIPING FOR ASPIRATION ;For operation of pneumatic flaps and gates and aspiration filter.
With necessary valve and fittings.

1LOT

MAGNET At INLET OF ELEVATOR ;For removing metal particles.

5NOS

7.3

7.4

7.5

7.6

7.7

40

4NOS

8.0

PRODUCTION BLOCK HOUSING

8.1

STRUCTURE; - [Approx 100 M.T.]


Necessary Structure for Plant Machinery & Preweighing Section
with
Stair case, cross bracing, plant area.

1LOT

8.2

SIDE AND ROOF SHEETING. ;Roof sheeting covered by percoated galvanized pressed M.S.Sheet
of 0.8mm thk. 120 GSM, 527 micron Premier 16 to 20 micron of
polyester coat.

1LOT

8.3

CHEQURED PLATE FOR RAW MATERIAL


PLANT AREA FLOORING. ( 40 M.T.) ;-

1LOT

8.4

TRENCHES

AND

WINDOWS ;M.S. Framing with welded mesh and 4mm thk. Glass fitted on top.
Size 1200 x 1200.

100Nos

8.5

SUPPORT STAND FOR EQUIPMENT;-

1LOT

8.6

LIGHTING DB ;-

1LOT

Main lighting DB in control room and distribution for floor wise


lighting. Each floor have own lighting db with on/off mcb and metal
cladding 25A plug for maintenance.

8.7

8.8

LIGHTING FIXTURES ;Grey finish polycarbonate housing with rubber gasket and fixed to
the housing by steel toggles. It is suitable for single/twin 40W tube
and comprises of open construction electronic ballast and
accessories wired up to the terminal block.
LIGHTENING ARRESTOR ;-

40NOS

1LOT

Lightening arrestor with copper strip


And supported with epoxy insulator.

9.0

PRODUCT PIPING & FITTINGS

9.1

GRAVITY PIPING :Pipe made from 2mm thk M.S.Sheet for interconnection between
equipment, hopper with necessary cufflinks flanges and packing etc.
41

1LOT

9.2

9.3
9.4

TRANSITION PIECES ;Interconnection between all equipments.

1LOT

SIGHT GLASSES ;For Preweighing piping and below cyclone.


SACKING OFF SPOUT ;-

3NOS

9.5

PNEUMATIC PIPE FLAPS ;Two way flap for distribution of material.

6NOS

9.6

PNEUMATIC SLIDE GATE ;Below Distribution conveyors in Preweighing section.

15NOS

10.0

UTILITIES

10.1

AIR COMPRESSOR ;Two stage air cooled industrial air compressor, maximum air power.
More delivered air providing the power to do the job right and in
less time. 100% continuous duty even for the toughest application.
(20 CFM)
AIR PIPING ;Compressed air piping for pneumatically operated slide gates and
two way flap, with necessary valves and fittings.

10.2

10.3

STEAM PIPING ;Steam pipeline from boiler outlet to pellet mill inlet with pressure
reducing station with all necessary fitting valves. Pipe c class ERW.

11.0

ELECTRICALS

11.1

MOTOR CONTROL CENTRE ;Totally enclosed dust proof sheet metal motor control centre for
motors mcc will have necessary starter al Bus Bar, fuses pushbutton and Indicating Lamps with Incoming Feeder with Ammeter
Voltmeter, DOL starter up to 7.5 HP Motors and star-Delta starter
for large motor. Soft starter for pellet mill and capacitor bank for
pellet mill and hammer mill and balanced motors for plant.

11.2

CONTROL DESK WITH MIMIC ;Control desk mimic panel totally dust proof sheet metal for
Preweighing section and all pn. Flap and two way flap manual mode
operating. Auto/manual selector switch toggle switches for feeder
of the ingredient bins, weigh hopper gate, batch hopper gate, and
batch flap. With indicating lamps and digital weight indicator.
42

1NO

1LOT

1LOT

1NO

1NO

11.3

REMOTE CONTROL PANEL ;Sheet steel enclosure with rubber gasket on front door, totally dust
proof RCP box with indicating lamps and push button, ammeter for
larger motors.

11.4

POWER CABLE ;Aluminum aroumered power cable from motor control center to
connect the motor. Cable is pvc sheated for 11/22/33/KV.

11.5

CONTROL CABLE ;Copper control cable 415/230V of 1100 V grade copper conductor,
PVC insulated, PVC sheated, aroumered and overall pvc sheated.
Copper control cable will be used for Remote Control Panel and
Solenoid valve, limit switches.

11.6

ISOLATER, PB STATION,JUNCTION BOX, ETC. ;Isolator for DOL starter install near motor, Junction boxes are
made from cast iron and IP-55 housing protection.

11.7

CABLE TRAYS, CABLE CONDUIT,CABLE GLANDS,LUGS ;G.I. Perforated type cable tray with standard fitting accessories,
G. I. cable conduct for flexible and single cable, Single and Double
Compression type gland will be used with copper ring type and pin
type Lugs for motor connection and termination in panel .

11.8

EARTHING PITS AND EARTHING STRIP ;600 x 600 size 6mm thk. C.I. Plates 50 mm Dia pipe with funnel,
40x6, 25x6, 25x3, G.I. strips, 8SWG GI wire with necessary nut
bolts etc. for earthing network.

43

8NOS

1LOT

1LOT

1LOT

1LOT

1LOT

13

11.9
SR
NO
01.
02.

DRIVE & DRIVE PARTS DETAIL


DESCRIPTION

QTY

10 HP 75 RPM Geared Motor with Drive and Drive


parts for Intake Chain Conveyor.

1NO

10 HP 75 RPM Geared Motor with Drive and Drive

1NO

parts for Intake Cross Chain Conveyor.

03.

7.5 HP 90 RPM Geared Motor with Drive and

1NO

Drive parts For Intake Elevator.

04.

5 HP, 50 RPM Geared Motor with Drive and Drive

1NO

Parts for Drum Sieve.

05.

7.5 HP, 90 RPM Geared Motor with Drive and

2NOS

Drive Parts for Additional Distribution Conveyor.

06.

7.5 HP, 90 RPM Geared Motor with Drive and

1NO

Drive Parts for Distribution Conveyor.

07.

10 HP, with Geared Box with Drive and Drive

1NO

parts for Batch Pre Mixer.

08.

2 HP: 2800 RPM Motor for Blower Aspiration unit

6NOS

Dumping.

09.

7.5 HP, 1440 RPM Motor with Drive and Drive

1NO

Parts for Bag Cleaning Machine.

10.

0.75 HP 1440 RPM Motor for blower of Intake

1NO

Elevator Aspiration.

11.

2 HP : 50 RPM Motor for Jute Remover

12.

3 HP : 90 RPM Gear Motor for Screw Discharger

13.

5 HP: 75

RPM Gear Motor for Batch Chain

Conveyor.

44

1NO
12NOS
1NO

14.

5 HP: 90 RPM Gear Motor for Batch Elevator.

15.

0.75 HP 1440 RPM Motor for blower of Batch

16.

17.

18.

19.

20.

1NO

Elevator Aspiration.

1NO

2 HP: 90 RPM Geared Motor for Rotary Feeder


with Variable Speed A.C .Drive.

1NO

60 HP: 2800 RPM Motor with Drive and Drive


Parts for Hammer Mill.

1NO

2 HP: 1440 RPM Motor for Blower Aspiration unit


Dumping.

1NO

5 HP; 90 RPM Geared Motor with Drive and Drive


Parts for Powder Elevator.

1NO

0.75 HP 1440 RPM Motor for blower of Powder


Elevator Aspiration.

1NO

21.

5 HP: 75 RPM Gear Motor for Chain Conveyor


Below Hammer Mill.

1NO

22.

5 HP: 75 RPM Gear Motor for Powder Conveyor


For Bins.

1NO

23.

24.

20 HP, with Geared Box with Drive and Drive


parts for Batch Mixer.

1NO

5HP; Geared Motor with Drive and Drive Parts

1NO

for Paddle Conveyor.

25.

3 HP: 90 RPM Geared Motor with Drive parts for


feeder above Molasses Mixer.

45

1NO

26.

27.
28.

29.

15 HP 1440 RPM Motor with Gear Box 5NU15:1


for Molasses Mixer.

1NO

5 HP, 90 RPM Geared Motor with Drive and Drive


Parts for Mix Feed Elevator.
3 HP: 150 RPM Geared Motor with Variable AC

1NO

Frequency Drive for variable feeder conveyor.

1NO

7.5 HP, 1440 RPM Motor with Drive Parts for

1NO

Conditioner.

1NO

30. 180 HP, 1440 RPM Motor with Drive Parts for Su.
Sr. Pellet Mill.

31.

1NO

1 HP; 50 RPM Geared Motor with Drive and Drive


Parts for Rotary Feeder.

1NO

32.

2 HP, 25 RPM Geared Motor for Pellet Cooler.

1NO

33.

5 HP; 90 RPM Geared Motor with Drive and Drive


Parts for Pellet Elevator.

1NO

34.

2 HP Vibratory Motor for Pellet (Vibro) Screen.

1NO

35

20 HP, 1440 RPM Motor with Drive Parts for


Pellet Cooler Blower.

36.

1NO

1 HP; 50 RPM Geared Motor with Drive and Drive


Parts for Air Lock.

37.

38.

1NO

5 HP; 90 RPM Geared Motor with Drive and


Driven Parts for Slat Conveyor.

1NO

10 HP, 1440 RPM Motor for Aspiration Blower

1NO

For Pre-Weighing.

39.

1 HP; 50 RPM Geared Motor with Drive and Drive


Parts for Air Lock.

1NO

40.

10 HP, 1440 RPM Motor for Aspiration Blower


For Ground Equipments.

1NO

41.

1 HP; 50 RPM Geared Motor with Drive and Drive


Parts for Air Lock.

1NO

42..

7.5 HP, 1440 RPM Motor for Air-Compressor.

2 NO

43.

5 HP, 1440 RPM Motor with Drive Parts for


Molasses Pump.

1 NO

46

TOTAL POWER REQUIRED = 505 HP (APPROX)


ANNEXURE-I (Part B)
CATTLE FEED PLANT , JAGDEOPATH , PATNA-800 013
FORM OF TENDER FOR PRICE

(TO BE SUBMITTED IN FINANCIAL BID ENVELOPE)


Time & Date of opening of Tender
Description of goods

:
:

S.No Particulars
1. Design & supply charges for 150 TPD Cattle
Feed Plant equipment and utilities as per the
Technical specification & drawings enclosed.

Amount (Rs.)

Remarks, if any.

2.
3.
4.

Packing & forwarding charges


Excise Duty @______
Sales Tax (BST/CST/VAT) @______ (see note
no.1given below)
5. Entry Tax if any @________
6. Transportation including Insurance charges
7. Any other charges (if any)
8. Total FOR site price (1 to 7)
9. Installation, testing & commissioning charges for
150 TPD Cattle Feed Plant equipment and uti
lities as per the technical specification &
drawings enclosed.
10. Service Tax @_____
11. Total FOR Unit Price (9 to 10)
12. Total Net FOR Unit Price for supply, installation &
commissioning (8+11)
(in figures & words)
wwwordswords)and in words)at sr. no. 8, 11 & 12 inc
The
indicated at sr. No. 8 ,11 & 12 includes duties & taxes even not
*TheFOR
ludesrates
all
explicitly mentioned here but in vogue/applicable at the time furnishing rates.
Note :
(v)

Tenderer should indicate clearly whether the sales tax mentioned above is against any concessional
form. In case the concessional form is not provided, the rate of tax should be mentioned.
(vi) Price negotiations shall be discouraged bidders should therefore quote their most competitive rates
(with conformity to the specifications and commercial stipulations given in the tender) in the very
instance least they run the risk of losing out in absence of negotiations.
(vii) The rate must be written both in words and figures. There should be no erasures and or over
writings, corrections, if any, should be made clearly and initiated with date. In case if there is
variation observed in the rates in between words & figures, the lowest rate shall be considered.
(viii) The conditional offer which affect the rate of the quoted item shall be liable for rejection even
the quoted rate is lowest.

(Signed & sealed by the tenderer


in token of acceptance of above)
47

ANNEXURE-II
(Form of Bank Guarantee against 30% advance sought from the Dugdh Sanghs for
supply/erection contracts)
1. In consideration of the ______________ VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD.,_______________ (hereinafter called The SANGH)
having agreed to grant an advance of Rs.___________________(Rupees_______
______________________________ only) to M/s.________________________
(hereinafter called the said supplier(s) under the terms and conditions of an agreement
/Purchase Order No.______________________________________ dated__________
_____________ made between the Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd.,
Patna and / or SANGH and M/s.______________________ for supply/erection and
commissioning (hereinafter called the said agreement/purchase order) on production of a
Bank Guarantee for Rs.________________ (Rupees ___________________________
only). We _______________________(hereinafter called The Bank) do hereby undertake
to
pay
the
SANGH
an
amount
not
exceeding
Rs.______________(Rupees________________________ only) against any loss/damage
caused to or suffered or would be caused to or suffered by the SANGH by reasons of any
breach by the said supplier(s) or any of the terms and conditions mentioned in the said
agreement/Purchase Order.
2. We ________________________ (Name of the Bank) do hereby undertake to pay the amount
due and payable under this guarantee without any demur, merely on a demand from the
SANGH stating that the amount claimed is due by way of loss or damage caused to or would
be caused to or suffered by the SANGH by reasons of any breach by the said supplier(s) or
any of the terms and conditions contained in the said agreement/Purchase Order, or by reason
of the supplier(s), failure to perform the said agreement/purchase order, or by reasons of the
supplier s failure to perform the said agreement/purchase order. Any such demand made on
the Bank shall be conclusive as regards the amount due and payable by the Bank under this
guarantee. However our liability under this guarantee shall be restricted to an amount not
exceeding Rs.___________ (Rupees ____________ only).
3. We _______________ (Name of the Bank) further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the
performance of the said agreement/purchase order and that it shall continue to be
enforceable till all the dues of the SANGH, under or by virtue of the said
agreement/purchase order have been fully paid and its claims satisfied or discharged or till
the SANGH certifies that the terms and conditions of the said agreement/purchase order
have been fully and properly carried out by the said supplier(s) and accordingly discharge
the guarantee unless a demand of claim under this guarantee made on us in writing on or
before _______________. We shall be discharged from all liabilities under this guarantee
thereafter.
4. We _______________ (Name of the Bank) further agree with the SANGH that the SANGH
shall have the fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said agreement/purchase
order to extended the time of performance by the said supplier (s) from time to time or to
postpone for any time or from the time to time any of the power exercisable by the SANGH

48

against the said supplier(s) and to forbear or endorse any of the terms and conditions relating
to the said agreement/purchase order and we shall not be relived from our liability by reason
of any such variation of extension or for any forbearance, act or omission on the part of the
SANGH or any indulgence by the SANGH to the said supplier(s) or by any such matter or
thing whatsoever which under the law relating to sureties would but for this provision have
effect of so relieving us.
5. We _________________ (Name of the Bank) lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the SANGH in writing.
6. Notwithstanding anything stated above our liability under this guarantee is restricted to
Rs.________________(Rupees __________________________ only). Our guarantee shall
remain in force until unless a suit or an action to enforce a claim under this guarantee is filed
against us before that date, i.e. on or before ____________ all your rights under the said
guarantee shall be forfeited and we shall be released and discharged from all liability
thereunder.
The Bank agrees that the amount hereby guaranteed shall be due and payable to the SANGH
on SANGH s serving a notice requiring the payment of the amount and such notice shall be
served on the Bank either by actual delivery thereof to the Bank or by despatch thereof to the
Bank by registered post at the address of the said Bank. Any notice sent to the Bank at its
address by Registered Post shall be deemed to have been duly served on the Bank
notwithstanding that the notice may not in fact have been delivered.
NOTWITHSTANDING anything contained herein :
i) Our
liability
under
this
Bank
Guarantee
shall
not
exceed
Rs.____________(Rupees__________________________________________only).
ii) This Bank Guarantee shall be valid upto _________________ and,
(iii)We are liable to pay the guaranteed amount under this Bank Guarantee only and only if you
serve upon us a written claim or demand in the manner specified above on or before
______________.
7. Notwithstanding anything stated above the Bank Guarantee shall be discharged by the
SANGH once the advance amount released against the Bank Guarantee along with interest or
penalty if any payable on such advance has been fully recovered/adjusted.
Place :
Date :
Signature & Seal

49

ANNEXURE III
AGREEMENT
(On non judicial stamped paper of value Rs.100/-)
1.

An agreement made this ___________ day of ____________ between


M/s.____________________ hereinafter called approved supplier which expression
shall where the context so admits, be deemed to include his heirs, successors, executors
and administrators of the one part and the Vaishal Patliputra Dugdh Utpadak Sahakari Sangh
Ltd. (hereinafter called the VPMU which expression shall, where the context so admits,
be deemed to include his successors in office and assigns) of the other part.

2.

Whereas the approved supplier has agreed with the VPMU for supply,
installation, testing and commissioning of & all those articles set forth in the
supply order/work order issued vide No._________ and in the manner set forth in
the aforesaid order.

3(a)

And whereas the approved supplier has deposited a sum of Rs._______ in form of
Demand Draft as security for the due performance of the agreement.

3(b)

And whereas the approved tenderer/supplier has agreed :

(i)

to keep the security deposit with the VPMU in form of demand draft for an initial
period of 12 months or such extended period so as to cover the period of performance of
contract i.e. supply/erection/commissioning as per purchase order. In case the
contractor/supplier completes its contractual obligations before 12 months the deposit
can be refunded before 12 months at the sole discretion of VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD. before aforesaid period of 12 months.

(ii)

that no interest shall be paid by the VPMU on the security deposit.

(iii)

that in case of breach of any terms & conditions of the aforesaid supply order of
this agreement by the contractor/supplier the amount of security deposit shall be
liable to forfeiture in full or part by the VPMU.
NOW THESE PRESENT WITNESS

1.

In consideration of the payment to be made by the VPMU at the rates setforth in the
aforesaid supply order/work order, the approved supplier will duly supply the articles
setforth/execute the work in the aforesaid supply order/work order and in the manner
setforth and within the period stipulated in the conditions of the tender and order.

50

2.

3(a)

The conditions of the tender as given in the tender document for the work,
conditions of the aforesaid supply order/work order and also any subsequent
amendment as may be issued by the VPMU will be deemed to be taken as part
of this agreement and are binding on the parties executing this agreement.
The VPMU do hereby agree that if the approved supplier shall duly supply the
said articles/execute the work in the time and manner aforesaid, observe and keep
the said terms & conditions, the VPMU shall pay or cause to be paid to the
approved supplier, at the time and in manner set forth in the said conditions, the
amount payable for each and every consignment/work executed on supplier s
raising bills.

3(b)

The mode of payment will be as specified in the supply order/work order.

4.

Delivery shall be effected and completed in the manner and time specified in the
supply order.

5.

In case the approved supplier fails to deliver the goods/execute the work within the
time specified in the aforesaid supply order/work order, the conditions of
liquidated damages clause and penalty those for late deliveries as stipulated in the
aforesaid tender/supply order/contract shall be enforced.

6.

In case of any doubt or question arising on the interpretation pertaining to the supply
order/tender the terms of the contract shall be binding, override and final over the supply
order/tender.

7.

If any dispute or difference shall at any time arise between the two parties in
respect of or concerning any of this herein contained or arising out of this supply
order/tender/agreement as to the rights, liabilities or duties of the said parties
hereunder or as to the recovery of any amount, the same shall be referred to the
sole arbitrator M.D., VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
who in turn may refer the dispute to any officer of VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. for adjudication. The arbitration shall be
in accordance to the law of Arbitration and Conciliation Act, 1996.
The decision of the Sole Arbitrator shall be final and binding on both the parties.

8.

All the disputes pertaining to the said contract shall vest to the jurisdiction of
Courts at Patna.
In witness whereof the parties hereto have set their hands on the _____________ day
______________________.

SIGNATURE OF THE
APPROVED SUPPLIER:

SIGNATURE FOR AND ON


BEHALF OF the VPMU :
51

Witness No.1

Witness No.1

Signature :______________________

Signature :_________________

Name

Name

:______________________

Address :______________________

:_________________

Address :_________________

______________________

_________________

______________________

_________________

Witness No.2

Witness No.2

Signature :______________________

Signature :_________________

Name

Name

:______________________

Address :______________________

:_________________

Address :_________________

______________________

_________________

______________________

_________________

52

ANNEXURE IV
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.,
PATNA : 801505.
General Terms and Conditions form an integral part of Purchase Order
1.

INSPECTION :
The equipment under the purview of your supply should be inspected by your own
technical experts at your works and such inspection report should be forwarded to
us in triplicate along with despatch documents. However, the VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD., reserves its right of inspection at any
stage of fabrication manufactureof the equipment/material. The final inspection
if any case will be carried out at VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. project site.
You should forward to us the test certificate, wherever applicable, obtained from
the concerned authorities/principal manufacturers either regarding quality or any
other details of the items utilised in the process of manufacture/fabrication.

2.

DESPATCH INSTRUCTIONS :
The material are to be despatched to the project site by the mode of transport
specified in the order under intimation to us. Depending on the type of material,
you shall have to carryout proper packing/creating to avoid breakage in transit.
Other details of despatch such as marking, consignee a particulars etc. are given
under clause No.4 of this purchase order. For using any mode of transport other
than the specified one prior concurrence from us in writing should be obtained. All
consignments should be despatched on freight paid basis irrespective of price basis.
In the event of freight paid basis irrespective of price basis. In the event of freight
payable by us, you shall have to obtain our prior approval and produce necessary
documentary evidence in support of your claims. Unless otherwise stated, the
original RR/LR should be sent by registered post directly to the consignee
alongwith a copy of invoice and two copies of delivery challan/packing list.

3.

INSURANCE :
You shall have to arrange all transit risk insurance on warehouse basis for the items
to be supplied by you. In the cases, where orders are placed on ex-works basis, the
premium shall be paid by us at actual to you against production of documentary
evidence. In the event of any damage to /loss of consignment in transit, it will be
your responsibility to lodge necessary claims with the carriers/underwriters and
pursue them till settlement. Since insurance policy will be taken in our name, if
required, we shall give you necessary authorisation letter, authorising you to lodge
and pursue claims on your behalf with the carriers/underwriters. Also you shall
have to make good the losses/damages occurred in transit by making
replacement/payment to us in the first instance and if claims are settled by the
53

underwriters and any amounts are released by us, the amount thus realised in
settlement of claims shall be reimbursed to you.
In other words, the prime facie responsibility rests on you for getting compensation
of the damages/losses incurred if any, due to all transit hazards.
In the case, when order is placed on free delivery at site basis, no insurance
premium will be paid by us. However, in such case also, all transit risk insurance
policy must be taken to safeguard your own interest and to protect the material
against transit hazards.
4.

DELIVERY CLAUSE :
The stipulated delivery time given in the order is the essence of this contract. You
must, therefore, strictly adhere to the delivery schedule mentioned in the order.

5.

DEMURRAGE :
You shall bear and reimburse to use full demurrage charges, if any paid by reason
Of delay on your part in forwarding the original despatch documents to destination
given in the purchase order.

6.

REJECTION :
We reserve the right to reject the goods either in part or full if at the time of
delivery, it is noticed that the goods supplied do not conform to the
specifications/description given in the order. The rejection, if any, will be intimated
to you in writing within a reasonable time. You will be liable to repair/replace the
rejected goods within the stipulated time. Till the repair/replacement is done, the
rejected goods shall be lying at your risk, cost and responsibility. If you do not
arrange to repair/replace the rejected goods within a period stipulated by us, we
may dispose of such goods at your risk and in the manner which we think fit. We
shall be entitled to retain the incurred on storage, handling and disposal of the
rejected goods. We shall also be entitled to recover the expenses made by us on
storage land handling of such rejected goods till the goods are removed from our
premises/stores.

7.

COMPENSATION FOR DELAY :


The accepted delivery schedule of supply and/or installation shall be governed by
the compensation for delay clause as given in the tender. Under the clause, if the
delivery or installation of the equipment is not made by the stipulated date, you
shall have to pay a penalty @ half percent the value of each item per week subject
to a maximum of five percent of the net value of the unexecuted part of the
accepted order. Alternatively in the event of non delivery of the materials or non
completion of installation within the stipulated time, we reserve the right to cancel
the order and procure the material/get installed from any other the order land the
party.

54

8.0

GUARANTEE :
The supply of equipment as well as installation, if entrusted, shall have to be
carried out by you to the entire satisfaction of VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH

LTD..

You shall also guarantee to repair/replace without any extra cost, the items or parts
thereof, if found defective due to bad designing, workmanship or substandard
material, within 12 months from the date of commissioning or 24 months from the
date of receipt of material at site whichever is earlier. If it is necessary to send the
defective equipment or parts thereof to your works for repair/replacement, without
forming any precedence the cost of repacking, loading, unloading, transportation
from the site to your works and back to site shall have to be borne by you. The
guarantee however, does not cover any damage resulting from normal wear and
tear or improper attendance or mishandling of the equipment during repair by
personnel other than the supplier or their authorised agents.
9.

WARRANTY :
You must provide a warranty for a minimum period of one year from the date of
commissioning of the equipment for satisfactory performance of the supplied
equipment according to the designed/rated/installed capacity or any other norms
fixed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..

10.
10.1

DRAWINGS, SPECIFICATIONS & MANUALS :


Prior to commencement of fabrication, you shall have to submit for our approval,
two sets of drawings of all the items ordered for supply showing overall
dimensions with typical sections, details of service connection and their
requirement, details of drive units etc. The drawing should also show a complete
bill of material, wherever applicable.
Three copies of each operation and maintenance manuals and service instructions
alongwith the drawings showing details of part list, against each item of your
supply should be sent to us. You should also furnish us service requirements like
water (hot water, chilled water and main s water), electricity, lubricant air etc. for
each equipment, wherever applicable.
You shall provide a list of spare parts, which will be required for the plants and
equipments supplied by you for atleast two years of normal operation with the
names and the addresses of the manufacturers from whom they can be procured.
The list should contain the code numbers of the parts, which are required to be
procured in addition to the machine number and model etc.
In case, any documents, drawings are supplied to you by VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. the same must be treated as confidential, must not
be copies, reproduced, transmitted or disclosed otherwise in whole or part, not duplicated,
modified, divulged or discussed to any third party nor misused in any other way without
the consent of the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in
writing. All such documents, and drawings shall be the property of VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. and they must be returned to VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. after done with.
SUBMISSION OF BILLS :

10.2

10.3

10.4

11.

55

12.

13.

14.

15.

Bills in triplicate under registered post, stating therein our purchase order reference
along with necessary inspection certificates from your inspector in respect of the
material supplied and copies of despatch documents should be sent to our Head
Office at Patna/ Concern Milk Union/ Units. Unless otherwise stated, the payment
shall be made to you by Crossed Account Payee Cheque by post according to the
terms of payment mentioned in the Purchase Order.
CANCELLATION OF CONTRACT AND REFUND OF ADVANCES :
We shall be free to cancel our order in part or full, in the case of non-delivery of
material/non-completion of installation within the stipulated delivery period or
breach of any one of the clauses mentioned herein. Consequential losses, if any, on
account of our getting installation done or obtaining supplies from alternative
sources besides payment of higher price shall be recovered from you. In the event
of cancellation of the order, you will be liable to refund the advance amount, if
any, to the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in full.
Suppliers will have no right to forfeit the advance amount received by them.
SUB-CONTRACT :
In the event of awarding sub-contract to any of the parties by you for the
manufacture/supply/erection of any parts/spares/components that will be used in
the ordered equipment, you must furnish us details about your sub-contractors,
their experience, specification etc. The sub-contract can be awarded by you only
after obtaining written approval from us. In the event of sub-contract also the prime
facie responsibility rests on you regarding quality, quantity, guarantee/warranty of
the materials supplied by the sub-contractors.
FORCE MAJEURE CLAUSE :
The terms and conditions mutually agreed upon shall be subject to For Majeure
Clause. Neither the supplier nor the purchaser shall be considered in default in
performance of its obligations hereunder, if such performance is prevented or
delayed because of war hostilities, revolution, civil commotion, strike, epidemic,
order, proclamation, regulation, or ordinance of any Government or of any act of
God or of any other cause whether of similar or dissimilar nature, beyond the
reasonable control of the party affected. Should one or both the parties be
prevented from fulfilling his/their contractual obligations by a state of Force
Majeure lasting continuously for a period of six months, the two parties should
consult each other regarding the future implementation of the contract.
ARBITRATION CLAUSE :
For settlement of any dispute arising out of this order, Patna shall be the
jurisdiction
irrespective of any jurisdiction clause mentioned in your
correspondence. The arbitration proceedings shall be governed by the provisions of
the Indian Arbitration Act, 1940 and the rules made thereunder or any enactment or
statutory modifications thereof for the time being in force subject to condition
No.13 of General Terms & Conditions Schedule I of the tender document.

56

ANNEXURE-V
(Proforma Bank Guarante against 10% balance)
(On Non-judicial stamp paper)
This deed of Guarantee made this __________ day of ____________ 201 (Two
thousand___________________) by _____________ (Name and address of the Bank)
(hereinafter referred to as The Bank) which expression shall be here the context or
meaning so requires, includes the successors and assignees of the Bank and the Vaishal
Patliputra Dugdh Utpadak Sahakari Sangh Ltd., Patna, Bihar, (hereinafter referred
to as The VPMU which expression shall unless repugnant to the context or the meaning
there of include its legal representatives, successors and assignees.
WHEREAS the VPMU has placed its purchase order bearing No._________
dated ________ (Name and address of the party) (Hereinafter called The supplier) for
supply of ________________ and WHEREAS the VPMU has agreed to pay to the
supplier final 10% of the value of the equipment on submission of a Bank Guarantee of
equal amount, which will be kept valid upto ________ from the date of despatch/receipt
of material at site.
In consideration of the VPMU having agreed to pay to the supplier
Rs.___________(Rupees_______________only) being the last 10% of the value of the
equipment, we__________(Name of the Bank) hereby undertake and guarantee to make
repayment to the VPMU of the said 10% amount or any part thereof which does not
become payable to the supplier by the VPMU in accordance with the terms and
conditions of the said purchase order within _____ days from the date of despatch/ receipt
of material at site. The Bank further undertakes not to revoke this guarantee during its
currency except with the previous consent of the VPMU in writing and this guarantee
shall be a continuous and irrevocable guarantee upto a sum of Rs.______
(Rupees___________only). The Bank shall not be discharged or released from this
guarantee by any arrangement between the supplier and the VPMU with or without the
consent of the Bank or any alterations in the obligations of the parties or by any
indulgence, forbearance shown by the VPMU to the supplier and that the same shall
not prejudice or restrict remedies against the Bank nor shall the same in any event be a
ground of defense by the Bank against the VPMU. We_________ (Name of the Bank)
do hereby undertake to pay an amount due and payable under this guarantee without any
demur, merely or demand from the VPMU stating that the amount claimed is due to
the VPMU. In case the VPMU puts forth a demand in writing on the Bank for the
payment of the amount in full or in part against this guarantee, the Bank shall consider
that such demand by itself is a conclusive evidence and proof that the supplier has failed
in complying with the terms and conditions stipulated by the VPMU without raising
any dispute regarding the reasons for any such lapse/failure on the part or the supplier.

57

This guarantee shall be in addition to and without prejudice to any other securities
or remedies which the VPMU may have or hereafter possess against the
supplier/tenderer and the VPMU shall be under no obligation to marshal in favour of
the Bank any such securities or fund or assets that the VPMU may be entitled to
receiving or have a claim upon and the VPMU at its absolute discretion may vary,
exchange, renew, modify or refuse to complete or enforce or assign any security or
instrument.
The Bank agrees that the amount hereby guaranteed shall be due and payable to the
VPMU on VPMU s serving a notice requiring the payment of the amount and such
notice shall be served on the Bank either by actual delivery thereof to the Bank or by
despatch thereof to the Bank by registered post at the address of the said Bank. Any notice
set to the Bank at its address by Registered Post shall be deemed to have been duly served
on the Bank notwithstanding that the notice may not in fact have been delivered to the
Bank.
In order to give full effect to the provisions of this guarantee the Bank hereby
waives all rights inconsistent with the above provisions and which the Bank might
otherwise as a guarantor be entitled to claim and enforce.
Notwithstanding anything contained here in before, our liability under this
guarantee is restricted to Rs.____________(Rupees_______________________only) and
it shall remain in force until __________, unless a suit or action is filed against us enforce
such claims, within three months from the aforesaid date, all the VPMU s rights under
this guarantee shall be forfeited and we shall be relieved and discharged from all liabilities
thereunder.

Place :
Date :
(SIGNATURE)
Seal

58

ANNEXURE VI
Eligibility & Qualifications Criterion
1.

The bidder shall furnish, as Part-I of its bid, documents establishing the bidder s
eligibility to bid and its qualifications to perform the contract if its bid is accepted.
The bidder should also give information in the format attached to the bid
document.

2.

The documentary evidence of the bidder s qualification to perform the contract if


its bid is accepted shall establish to the purchaser s satisfaction :
(a)

that in the case of a bidder offering to supply goods under the contract
which the bidder did not manufacture or otherwise produce the bidder has
been duly authorised by the goods manufacturer or producer to supply the
goods. The bid shall include Manufacturers Authorisation Form given under
Section-I. Offers from other agents, brokers & middlemen shall not be
accepted.

(b)

that the bidder has the financial, technical and production capability
necessary to perform the contract. To this end, all bids submitted shall
include the following information under Section II :
(i)

Copies of original documents defining the constitution or legal status,


place of registration and principal place of business of the company or
firm or partnership etc.

(ii) Power of Attorney or a true copy thereof duly attested by a Gazetted


Officer in case an authorised representative has signed the bid.
(iii) Details of experience and past performance of the bidder (or each party
to a joint venture) on works of similar nature within the past five years,
and details of current works in hand and other contractual
commitments shall be submitted as per Schedule-I and Schedule-II
given in Section-II respectively of this bidding document.
(iv) Reports on financial standing of the bidder such as profit and loss
statements, balance sheets and auditors report of the past three years,
bankers certificates etc.
(v)

3.

Information regarding any current litigation in which the bidder is


involved.

For the purpose of this particular contract, bidders shall meet the following criteria
as minimum :

59

(a)
(b)
(c)

(d)

(e)
(f)
(g)

4.

The bidder should be in business of the jobs tendered for a minimum period
of five years at the time of bid opening in the same name and style.
The bidder, s annual financial turnover in the same name and style during the
last three years shall not be less than Rs. 10 crores in each year.
The bidder in the same name and style shall have completed / having in hand,
the three projects of similar nature or above i.e. cattle feed plant capacity
150 TPD.
The bidder shall furnish a copy of the Income Tax Returns and the Income
Tax Clearance Certificates for the previous three years in original certified
true copies.
Solvency certificate equal to 3 months requirements of cash flow at the peak
execution period for the project.
Major items of plant and equipment available/installed in the bidders factory
premises.
The bidder should have in house manufacturing setup for the Cattle Feed
plant & machineries and their spare parts to ensure proper support of spares
and services after successful execution of the project..

Bid submitted by a joint venture of two or more firms as partners shall comply
with the following requirements :
(a) the bid and in case of a successful bid, the form of agreement shall be signed so
as to be legally binding on all the partners; This parternership or association or
alliance or JV should have completed / having in hand, in the same form 3 or
more successful projects.
(b) one of the partners shall be nominated as being incharge and this authorisation
shall be evidenced by submitted a power of attorney signed by legally authorised
signatories of all the partners;
(c) the partner incharge shall be authorised to incur liabilities and received
instructions for an on behalf of any and all the partners of the joint venture and
the entire execution of the contract including payment shall be done exclusively
with the partner incharge;
(d) all the partners of the joint venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms and a relevant
statement to this effect shall be included in the authorisation mentioned (b)
above as well as in the form of bid and the form of agreement (in case of the
successful bid) and
(e) a copy of the agreement entered into by the joint venture partners shall be
submitted with the bid;
(f) experience, resources, men and machinery of each party to the joint venture will
be taken into account only to the extent of their participation for performing
tasks under the joint venture agreement.

60

(g) A newly formed JV or partenership or alliance of any sort will not be eligible for
this project unless they have executed successfully / having in hand, at least
three similar feed plant turnkey projects.
5.

Documents Establishing Goods Eligibility and Conformity to Bidding


Documents

5.1

The bidder shall furnish as part of its bid, documents establishing the eligibility and
conformity to the bidding documents of all goods and services which the bidder
proposes to supply under the contract.
The documentary evidence of the goods and services eligibility shall consist of a
statement in the price schedule on the country of origin of the goods and services
offered which shall be confirmed by a certificate of origin issued at the time of
shipment.
The documentary evidence of the goods and services conformity to the bidding
documents may be in the form of literature, drawing and data and shall furnish :

5.2

5.3

(a) a detailed description of the goods essential technical and performance


characteristics;
(b) a list giving full particulars, including available sources and current prices of all
spare parts, special tools etc. necessary for the proper and continuing
functioning of the goods for a period of two years, following commencement of
the goods use by the purchaser ; and
(c) a statement of deviations and exceptions to the provisions of the technical
specifications demonstrating the goods and services substantial responsiveness
to those specifications in the form provided under Section-III.
5.4

The bidder should clearly confirm that all the facilities exist for inspection and
shall be made available to the inspecting authority.

5.5

Pursuant to Clause-5.3(c) above, the bidder shall note that standards for
workmanship, material and equipment, and references to brand names of catalogue
numbers designated by the purchaser in its technical specifications are intended to
be descriptive only and not restrictive. The bidder may substitute alternative
standards, brand names and/or catalogue numbers in its bid, provided that it
demonstrates to the purchaser s satisfaction that the substitutions are substantially
equivalent or superior to those designated in the technical specifications.

61

SECTION-I
MANUFACTURERS AUTHORISATION FORM
(Please see Clause 2(a) of Eligibility Criterion)
No.__________________________________Dated___________________________
To,
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
FBD COMPLEX , PHULWARISHARIF ,
PATNA 801505.
Sub : - Tender reference No._______________________________________.
Dear Sir,
We________________________________________ an established and reputable
manufacturers of ______________________________________________ having factories at
________________ and _______________________ do hereby authorise
M/s._____________________________________________ (Name and address of Agents) to
bid, negotiate and conclude the contract with you against tender reference
No.__________________________________ for the above said goods manufactured by us.
No company or firm or individual other than
M/s._________________________ ________________________________ are
authorise to bid, negotiate and conclude the contract in regard to this business against
this specific tender.
We hereby extend our full guarantee and warranty for the goods offered for supply
against your tender.
Yours faithfully,
(NAME)
for and on behalf of M/s.
(Name of Manufacturers)
Note : This letter of authority should be on the Letter Head of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.

62

SECTION-II SCHEDULE-I
(Refer clause No.2(b) of Eligibility Criterion)
Major works successfully completed during the past five years
Sr. Name of Place
No. Work
Completion

Contract
Reference

Name of
Client

Value of
work

Time of
Completion

Note : Indicae plant capacity and major parameters handled.


Completion Certificate from Clients should be enclosed with the bid.

63

Date
of

SECTION-II SCHEDULE-II
(Refer clause No.2(b) (iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR


______________________________________________________________________
Sr.
Name
Work
Name
Place
Value
Completion
No.
of work
order
of client of work Order
of
Period Date
reference
Work Order

Note : Indicate plant capacity and major parameters handled.

64

SECTION III
TECHNICAL DEVIATION STATEMENT FORM
(Refer Clause 5 of Eligibility Criterion)
The following are the particulars of deviations from the requirements of the tender
specifications :
CLAUSE

DEVIATION

Dated

REMARKS
(Including justification)

Signature and seal of


the Manufacturer/Bidder

NOTE :
(1)
(2)

Where there is no deviation, the statement should be returned duly signed with an
endorsement indicating No Deviations.
The technical specifications furnished in the bidding document shall prevail over
those of any other document forming a part of our bid, except only to the extent of
deviation furnished in the statement.

65

SCHEDULE - II

TECHNICAL SPECIFICATION
PROJECT INFORMATION
BASIS OF DESIGN AND DESIGN DATA

(SUB SECTION 1.)


(SUB SECTION 2.)

PROCESS FLOW DESCRIPTION


(SUB SECTION 3)
TECHNICAL DATA & INFORMATION TO BE (SUB SECTION 4.)
PROVIDED BY THE BIDDER
PROJECT MANAGEMENT
(SUB SECTION 5.)
SCOPE OF WORK

(SUB SECTION 6.)

66

(SUB SECTION 1.)


PROJECT INFORMATION

67

Project Information
DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 150 TPD
CATTLE FEED PLANT ON TURNKEY BASIS AT
CATTLE FEED PLANT , JAGDEOPATH , PATNA-14

Introduction
1. The scope of this tender shall include only the design, fabrication, supply, erection,
testing & commissioning of the cattle feed manufacturing plant required for producing
150 Tons per day balanced cattle feed . The equipment shall include mainly intake
conveyrs ,, mineral mix plant, molasses mixing, pelleting, bagging, aspiration
systems, air compressor and LT electrical. The scope of the bidder shall
necessarily include the supply as well as erection and commissioning. Any bid for
part job will be summarily rejected.
2. The plant will be installed on the fabricated MS structure and covered with the precoated sheets and fitted with lighting and lightening arrestor by the bidder.
3. All the civil works, foundations, water, steam, molasses and electrical power shall be
provided by the Vaishal Patliputra Dugdh Utpadak Sahakari Sangh Ltd., Patna.
4. The Tenderer shall be responsible for developing the conceptual layout and flow
diagram to ensure automatic operation of the plant with minimum investment.
5. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry
out all minor works necessary to achieve the rated capacity of the plant even though
they might not have been expressly mentioned in the tender document.
6. All the equipment to be supplied will have to be manufactured as per the standard
specifications adopted by the cattle feed industry in the country.
7. This contract will be Fixed Rate Contract and the contractor will have to supply the
Equipment and complete the erection and commissioning within the agreed contract
value and no escalation of prices will be allowed.
8. It is absolutely essential to complete the job of design, fabrication, supply, erection and
commissioning of cattle feed plant within six months from the date of signing the
contract and receipt of advance.
9. The tenderer is advised to visit to site so as to apprise himself of actual site condition
and quantum of work involved.

68

Instructions to Bidder
This section of the bidding document defines the way that bidders are required to structure the
presentation of the technical section of the bids. All technical data are to be provided in the
format given in this section. Any bidder not following the bid format structure or providing
insufficient technical data/information or presenting data that is not in the required format is
liable to be deemed non-responsive.

Introduction:
The bidder is to take note of the various points listed in the introduction and they are to describe
their technical proposal and systems, which they have applied in designing the plant. Also to
highlight any special technical innovation that the bidder proposes to include in the plant that
will improve the performance, reduce operating costs, reduce maintenance or improve product
quality.
The preamble should commence at the start of the process and work logically through the
process. Any such highlights should be cross referenced with the Bid Schedule, Annexure and
paragraph number to which they apply.

Technical Specification Schedule II.


Design Data and Design Basis
This sub-section gives in brief the design basis to be followed and gives the basic design data
like operating/storage capacities and special requirements for major equipment/system, the
typical ingredient types which will be used, required type and quality parameters of the feed
etc.
The bidder is required to follow the Basis of design given in the bidding document, and indicate
clearly where additional processes or alternative processes or equipment are considered to be
necessary or desirable to achieve optimum plant operating efficiency, optimum product quality
etc., within the standards specified, and optimum plant operating convenience and maintenance.
These additional items/sections & processes may be included as optional.

Process Flow Description


The tentative process description is detailed in this sub-section, which is also shown in the
tentative flow diagram enclosed with the bidding document of the feed plant is also enclosed.

69

Technical Information and Data to be provided by the bidder with


Bids
This sub-section specifies the various technical drawings, data and information, which each
bidder has to provide along with their bid, without which the bid shall be considered incomplete
and will be liable for rejection.

Deviations from Technical Requirement


All technical deviations are to be stated. If there is no deviation, nil is to be recorded. This is
mandatory and failure to comply will make the bid liable to be deemed non-responsive.

Optional Items
Optional items, which the bidder proposes, shall be included in this sub-section. Items that the
bidder includes in this section shall be used if considered during the evaluation to be essential
for the satisfactory operation of the plant and shall not be included in the overall techno
commercial evaluation of the bid. All break-up prices for all such optional items to be given.

Major responsibilities of Bidder/Purchaser


Responsibilities of bidder: The bidder is required to specifically state his acceptance or nonacceptance of each clause in this Sub-section. Non- acceptance shall be deemed as a deviation
from the bidding document, and should be mentioned in deviations.
Responsibilities of Purchaser: The bidder is required to state here any additional responsibilities
that they consider to be borne by Purchaser besides those described in the bidding document.

Project Management
Time Schedule: The bidder is to state the proposed schedule of execution from receipt of
order to commencement of product trials and handing over of the project. Bar Chart or PERT
network shall be provided.

Management Team: The bidder is to detail the make-up of the project management team in
terms of designation, qualifications and their role /function in accordance with this section of
the bidding document.
The bidder is to ensure that the following sections are fully detailed and quantify the duration
and manpower applied to each:
Commissioning, Product Trials & warranty runs
Training
Standby Technical Supervisory Support

Drawings and Documentation


In this section, list of drawings enclosed with bidding documents have been indicated.
Drawings and documentation to be submitted by bidders with their bid for technical evaluation
of the bids are explained (technical information and data to be provided by the bidder). Bidder

70

to indicate and list out in this section the drawings, data and documents provided for technical
portion of their bid.

Battery Limits
The battery limits of the various utilities and Engineering services are clearly given in this
subsection.

Performance Guarantees
The bidder is to take note of the various performance tests and guarantees stated in this subsection and confirm the same being given.

SCOPE OF WORKS
LIST OF EQUIPMENTS TO BE SUPPLIED, INSTALLED & COMMSSIONED
Design & Supply, Installation, Testing and Commissioning
In this section, a consolidated list of all major equipment to be supplied and installed as per
preliminary design of the plant by purchaser are indicated with capacity and quantities. The
bidder has to provide in this section a consolidated list of all major equipment being supplied
and installed as per their design and detailing along with quantity, capacity, size, length, height
etc. of each item. The bidder is required to follow the sequence in their list as followed in
purchaser s list as far as possible to enable purchaser to compare the bids for evaluation. New
items, if required, can be added section wise by bidder.
Technical Specifications for Feed Milling Equipment
It provides the brief general technical specification of each important feed milling equipment.
Lengths, heights, capacities, inlet, outlet, driving motor HP and drive parts etc. may be worked
out by the bidder to meet the overall capacities of section and complete plant as specified in
design data and process flow. It may be noted that specification of the equipment mentioned in
this section is very brief, but the bidders should ensure that all equipments are designed and
manufactured to ensure the best performance of the individual equipment / system. The
technical specifications of equipment are generally based on a particular design, but bidders can
supply equipment, as per their design, to meet the functional requirement of equipment
specified in these technical specifications.
Technical Specifications for Utilities/Services
This sub-section provides the brief technical specifications for the various utilities / services
including supply of its main equipment wherever required. The controlling and distribution
piping network with valves, fittings and all required accessories for utilities like LP steam,
Compressed air up-to each of the equipment where these are required is to be provided and
clearly indicated in the bid.
This sub-section also includes brief technical specification of electrical substation, all main
electrical equipment for receiving and distribution of electrical power in the plant and utilizing
it for control and monitoring of equipment / process. Though the prices of motors and geared
motors etc. may be included with the machines, the specifications of these are mentioned in
this section.

71

Technicals of Production Block Housing


Under this sub-section technical specification of the production block housing steel structure,
side and roof sheeting, windows etc. shall be provided.
Technical Specifications for Erection, testing & commissioning
The bidder is to note carefully the specifications in the scope of erection, testing and
commissioning.
Technical details to be submitted by the bidder:
Under this section, the bidder has to furnish all the technical details for equipment, items under
the scope of supply for technical evaluation of the bid.
Preferred makes of bought out items Multiple makes for the bought items have been given,
category-wise. The bidder may choose the make of the bought items from the list provided.

72

(SUB SECTION 2.)

BASIS OF DESIGN AND DESIGN DATA

73

Basis of Design
Design Data and Design basis of Cattle Feed Plant 150 MTPD feed would be formulated Cattle
by using various ingredients such as: Maize, Groundnut De-oiled cake, De-oiled Rice Bran,
Broken Rice, Rice Polish, De-Oiled Cotton Seed Cake, Molasses, mineral mixture, common salt,
urea, Wheat Br. Jawar, Bajra , Rape, Ext., mus. cake, soya DOC, GNEXP, D.Wheat, Calcite. etc.
Other Details

Capacity
Size of
pellets
Formulated
System

10 TPH (Minimum) of pelletized feed for milk cattle (150 MTPD minimum with 20
hours operation)
4-10 mm diameter & 15 mm long
Generally manual formulation is done by trial and error & method by combin
ing various cattle feed ingredients in different proportion by working out
crude protein, crude fat, crude fiber, ash, and energy content. The tenderer should provide
software for least cost formulation. The formulation will be done through the computer
on the basis

Feed Standards

Proximate Composition of Cattle Feeds of BIS Standards

Crude Protein
Ether Extract
AI Ash
Fiber
Moisture
ME
Urea
Salt by Mass
Calcium by mass
Phosphorous by mass
Vitamin A
Vitamin D3
Vitamin E

Type II

Type I

20% Min
2.5% Min
4% Max
12% Max
11% Max
200 Kcal/Kg Min
1% Max
2.0% Max
0.5% Min
0.5% Min
5000 IU/Kg Min
1000 IU/Kg Min
30 IU/Kg Min

22% Min
3% Min
3% Max
7% Max
11% Max
2500Kcal/Kg Min
1% Max
2.0% Max
0.8% Min
0.8% Min
5000 IU/Kg Min
1200 IU/Kg Min
30 IU/Kg

74

BYEPASS FEED FOR HIGH MILK YIELDERS

Ingredients
Crude Protein
Ether Extract
AI Ash
Fiber
Moisture
ME
UDP
Salt by Mass
Calcium by mass
Phosphorous by mass
Vitamin A
Vitamin D3
Vitamin E

Proportions
25% Min.
3.5% Min.
3% Max.
8% Max.
11% Max.
9.5 K Cal./Joule
15 % Min.
1.5% Max.

5000 IU per Kg Min.

75

Automation
Automation for the main plant shall include controlled operation of electrically driven units,
with sensors / meters etc, with a predetermined logic to produce pellets from dumping of raw
materials in the godown, upto Bagging operation in the production plant. The Automation shall
optimise the power utilization and improve the overall operational efficiency of the plant. The
system also envisages collection of information from various points and shall collate such data
to determine losses, utility consumption/ unit of production and shall generate plant reports with
all necessary data.
Aspiration system with compressed Air generation
Few decentralized, modular type rather than one centralized. All dust producing
equipment/hoppers/bins to be connected to aspiration systems.
Dust collected to be reused.
Automatic compressed air operated compact units.
Feed Mill Housing , platforms , trench covers.
Steel structure including structural platforms, staircase shall be in bidder's scope.
Separate structure with the Main plant would be required for hammer mills and would not
be connected to the main plant structure.
Basement to be avoided to the extent possible. Limited basements or pits can be provided
for elevators legs and Freight/passenger elevators, and trenches for intake conveyors.
Wall cladding and roofing with GALVALUME (AL-ZINC) profile rib sheets. Minimum
thickness of Sheet 0.5 MM
Feed mill housing to have windows, regular industrial staircase, railing, steel chequered
plate flooring and artificial electric lighting.
Steam Distribution Condensate recovery
Low pressure steam piping from outlet of PRS to Main plant , for pellet mill conditioner in
feed mill . Condensate generated from Molasses pre-heating sections shall be returned to Boiler
feed water tank.

Electrical Distribution

Electrical Power distribution for plant requirement


Electrical panel for Main plant, Raw material Intake Equipments,
.

76

3 phase, 415 V, 50 Hz
1 each

APFC panel with capacitors.


Power cables for Main plant MCC shall be drawn from LT Panel
located in substation room. Raw material intake
shall be
drawn from Main Plant MCC.
Power & Control Cables, Signal cables , cable trays
Lighting Distribution Boards, Light fittings, cables

1 No.
1 Lot
1 Lot
1 Lot

Compressed Air Handling System


Generation of Compressed Air & its distribution, to meet requirement of complete plant for
pneumatic cylinders, cleaning and aspiration units is included in the scope.
Screw Air compressor (1 working )
Air drier
Air Receiver
Compressed Air pipes, valves , fittings including FRL etc.

General Requirements for Equipments


2 Nos. portable filled bag conveyor for mechanised conveying of bags to be provided for
transferring bags from Bagging System to the godown for stacking / upto point of loading in
trucks.
All bolted type drag chain conveyors shall have following:

Maximum linear speed


Minimum cover plate thickness
Minimum side plate thickness
Minimum bottom plate thickness
Minimum intermediate plate thickness
All belt bucket elevator with flanged double trough shall have following
Maximum liner belt speed
Minimum trough plate thickness
Minimum head and bottom plate thickness
All screw conveyers shall have the following
Minimum trough plate thickness
Minimum flight screw plate thickness
Minimum too cover plate thickness

0.5 meter/second
2 mm
4 mm
4 mm
3 mm
2 meter/second
2 mm
4 mm
3 mm
3 mm
2 mm

Wear Parts
Following wear parts are to be supplied with the plant and their cost shall be considered in the
technical and financial evaluation:
Pellet Mill die
Pellet Mill roller Shell
Hammers for hammer mill

5 Nos
5 sets
5 sets

77

Sieve for hammer mill


Beaters and knives for molasses mixer
Filter bags for aspiration unit
Flexible canvass/rubber sleeves
Spare Jute twine remover rotor

5 sets
5 sets
1 set for each unit
1 set for complete plant
4 sets

Spare parts

For one year operation of plant, spare parts to be indicated and quoted item wise separately, as
these shall be ordered separately as per the plants requirements.

Not in Scope of Supplier


Following shall be arranged by the purchaser and is not included in scope of supplier.
Fire fighting and detection wherever required.
Lighting for all buildings except production block of feed mill.
Internal Communication system.
Note:
Wherever there is a discrepancy with the technical specification of services utility in General
Terms of Contract General, Electrical, Mechanical and Installation, specifications i.e.
Schedule III, its interpretation in this section shall prevail.
The responsibility of design, performance of the proprietary equipment performance of bought
out equipment shall be with the bidder.

78

SUB SECTION 3
PROCESS FLOW DESCRIPTION

79

Process Flow Description


Raw Material Intake
All the solid ingredients packed in bags for feed production would be received at the plant by
road. These shall be first weighed at Road Weigh Bridge (not in scope) and then samples will
be drawn for testing for acceptance. Acceptable ingredients in trucks shall then be directed to
to Raw Material Godown for its storage. At the Raw Material Godown, the bags will be
manually unloaded from the Trucks and stacked in the Godown.
As per the requirement of production, there are two sets of intake chain conveyors (20 TPH) in
the RMG for transferring ingredients to Main production plant. Ingredient bags are brought
manually to various dumping hoppers located suitably in the RMG, where the bags will be
opened manually and contents dumped.
Ingredients such as salt, urea, and mineral mixture etc are to be added in batch in very small
quantity and hence a premix is prepared. Pre-weighed quantities of mineral mixture per
formulation for a batch are dumped along with a pre-weighed carrier ingredient.
Mineral mix & carrier ingredient is mixed in a 500 Kg batch pre-mixer installed in Godown,
installed on one of the cross conveyors. After mixing, pre-mixed batch is conveyed to the
storage Bin. Main intake conveyors transfer ingredients, to the adjoining Main production
plant through set of elevators
.
Ingredients on reaching the production block are directed to proportionate bins for storage
before batching. Before filling proportionate bins, the ingredients shall pass through Cascade
magnet (Hump back) and Jute twine remover, to remove ferrous impurities and other foreign
materials such as stems, jute fibre etc. Iintake lines from RMG system above proportionate
bins, a set of cross conveyors & distribution conveyors are provided to direct raw materials
automatically to a pre-decided proportionate bin. Operation and selection of Proportionate bin
is done from control room through PLC logic.
Batching
Formulae containing variou s available ingredients in the plant based on least cost to produce a
specific type of balance concentrate feed are made available by quality control officer of the
plant for production. All the major & minor ingredients of these formulae are stored in
proportionate bins. Plant is provided with automatic microprocessor controlled batching
plants, one for major & other for minor ingredients, by which the desired quantity of each
ingredient and premix is discharged from proportionate bins into one main hopper (for main
ingredients) and other small hopper (for minor ingredients) to make a composite batch

80

of 1 MT (maximum). Once the batch is prepared, it is conveyed mechanically to a Bin above


Hammer Mills.
Grinding & Mixing
Ingredients of one batch can be transferred into two Hammer mills from their respective bins
located above. The feeders for the hammer Mills regulates the flow of ingredients to the
Hammer Mill. Permanent magnet in feeder of Hammer mill separates ferrous material from the
ingredients before the batch is ground. Feeders of Hammer mills shall also have provision
to separate big size stone or lump of material in the feed before the batch is ground.
In the Hammer mill, the coarse material is broken into powder till they pass through the
sieve of the grinder. The operation of the Hammer mills and their feeders should be automated
& controlled by a VFD, based on the preset electrical load of the Hammer Mill.
Powdered ingredients are conveyed to the Bin above Batch Mixer. Powdered batch is fed into a
Ribbon type batch mixer through a set of pneumatic gates. Mixing of batch in batch mixer is
done generally for 2 to 3 minutes. Interlocks shall be provided to ensure exclusivity of batches.
Molassing
Molasses is an important source of energy and hence is generally included in the feed
formulation. Molasses is received at plant through road tankers and these after weighment
on Road weigh bridge , it is unloaded through a intermediate underground tank, & pumped to
vertical steel storage tanks. As per the requirement of production, molasses is drawn from the
storage tank by the feed pump. Molasses pumped to the plant, is pre-heated in a molasses preheater before being fed to molasses mixer and feeder conditioners of pellet mills, in a
controlled manner for mixing with feed. The feed from the pelleting bin is drawn by a Lossin-weight
feeder which regulates the flow of feed to the Pellet Mill. A fixed % of molasses is mixed to the
feed in the Molasses mixer. Molasses is metered before being sprayed within the molasses
mixer (major percentage) as well as in conditioner of pellet mills. Molassing of the feed shall be
automatically controlled (coarse controlled) by the speed of the feeder and fine control of the
molasses shall be done by the field operator, if required.
Pelleting
Feed is converted from mash form to pellet form by pelleting machines. In pellet mill, the
mixed molasses mash after being cooked with steam, is pressed between die & press rolls
resulting into formation of pellets, which are cut to required length by pre-adjusted knife of the
mill. Feeder for pellet mill shall control the feed to the Pellet Mill in the same way as feeder to
the Hammer mill. The pellet Mill shall be controlled for parameters such as constant electrical
load based on amperage of pellet mill and conditioning temperature in conditioner based on
PID loop. Steam controller shall control the steam inlet to the conditioner so as to achieve a
preset cooking temperature. Immediately after discharged from pellet mills, pellets are cooled
in counter current pellet coolers by flow of ambient air across column of pellets through a
suitable capacity Exhaust fan. Cooled pellets from the cooler are directed to the elevator by
gravity. These pellets are directed to pellet sieve for separation of crumbles from pellets.

81

The crumbles from the Pellet sieve is returned to the Pellet Mill conditioner and fines from the
cyclone shall be returned to feeder of pellet Mill for re-pelleting. Good pellets are directed to
any of the four Bagging bins for bagging.
Bagging & Dispatch
Finished product from one of the SS Bagging bins selected weighed, filled in Gunny / HDPE
bags in automatic bagging system, which shall place, fill, weigh, & stitch the bags
automatically for a pre-decided quantity. Filled bags are then conveyed to Finished Product
Godown on a slat conveyor. From the Finished product Godown, bags are conveyed to the
trucks for dispatch, through manual Bag stack conveyors.
Aspiration System
To minimize the generation of dust in the plant, all dust-generating points are identified and a
few small aspiration systems operating with compressed air and having filters and blower etc.
are provided which serve to a limited area. Aspiration connection is given to all major
conveying equipment. Dust Powder collected by aspiration system is put back to the system for
minimizing product losses.
Services
For supplying electric power to all the equipment, Motor Control Centre (MCC) for Main plant
is installed in the Electrical panel room of the Main plant, to which cables are connected to all
machines, control equipment like PLC panel, Mimic panel and remote control panels. Separate
panels for Raw material intake section & soft-starters shall be supplied to cater to RMG &
DORB load requirements. For operating the plant, the remote control panels / local control
panels shall be provided in each section for intake, grinding, molassing, pelletting and bagging.
For all automatic operations for the running of the plant, a PLC based system shall be provided
in the control room. The PLC and its computer, shall be located in the control room, are used
for automation of the plant operation.
Steam generated in boilers located in the Boiler house. LP Steam is received at the outlet of
PRS and is piped to the pellet mill area, where it is mainly used to cook the molassed feed,
in conditioner of pellet mills at a desired cooking temperature. Steam line is traced along
with the molasses feeding line to the molasses mixer with insulation. All steam/condensate
lines, valves & fittings shall be insulated & cladded to prevent heat loss in piping.
There are number of pneumatic flaps and slide gates in the plant for diverting and controlling
the flow of material as per requirement of plant operation. For operation of these flaps and slide
gates, compressed air generated by Air Compressors, is fed to an Air receiver, before
distribution to various consumption points through pipes. Moisture is removed from
compressed air by a Refrigerated Air dryer before it is received in an Air receiver. Compressed
air is also used for purging operation of jet filters of aspiration systems.

82

Automation
Objective
Automation for this plant shall be intended to ensure uniform & preset parameters for quality in
production, uninterrupted operation of equipments, optimally run equipments and reduce
manual involvement & errors. PLC with SCADA shall be used to automate various operations
by sequencing the activities of the system.
Raw Material Intake
The control panel operator with the information of level in proportionate bins in Main plant and
requirement, shall decide, which ingredients are required and information on the requirement
shall be flashed on the operator panel for loading operation.
Ingredients on reaching the production block are directed to preset proportionate bin for storage
before batching. The operation of cross conveyor, respective distribution conveyor and
pneumatic gate for the proportionate bin shall be activated by the PLC depending on type
of ingredient. Interlocks shall be made such that ingredients from different intake lines do not
fall into same distribution conveyor. Each proportionate bin shall have two level probes to
provide feedback on the status of bin.
Batching
PLC based batching operation as per formulation arrived by QC officer, shall automatically
prepare batch from the ingredients available in proportionate bins. The outlet feeders (gravity &
screw) from the proportionate bins shall control discharge of all ingredients for a batch through
the software program specific for the recipe. The flow of minor ingredients shall be controlled
through a common VFD for accurate material dosage in the weigh Hopper. Batching is done in
two weigh hoppers, with a set of load cells to prepare a composite batch .
Grinding & Mixing
Probes shall be placed on the Grinding bin. Ingredients of one batch can be transferred
into two Hammer mills from their respective bins located above with Low and high level
indications for control of feed to the Hammer Mill Feeder. These feeders control the feed to the
Hammer mill, through a VFD through a PID loop. The current drawn by the respective grinding
hammer mill in turn controls the speed of the feeder. The batch is conveyed mechanically to the
bin above batch mixer. This bin has a low and high level sensor to avoid accidental mixing of
successive batches. The entire batch is mixed in batch mixer with timer controlled operation for
2 to 3 minutes. Interlocks are provided to ensure exclusivity of batches. For this level probes are
placed on the bin above Mixer.
Molassing
After grinding & mixing, the powdered feed is conveyed to pelleting bins. For a particular flow
rate of the Feed, a fixed % of Molasses by weight is measured for blending with the feed in the
Molasses mixer. The Molasses mixer shall be capable of mixing about 10 to 13% by weight of
Molasses to the mixed feed and is controlled by the speed of the loss-in-weight feeder. To

83

Achieve this, a pneumatically /electrically operated control valve for Molasses is installed to
regulate Molasses feed to Mixer & conditioner to control molasses in coarse adjustment.
However, Final correction of Molasses if required can be done by the operator, near pellet mill.
Pelleting
Feeder for pellet mill shall control the feed to the Pellet Mill in the same way as feeder to the
Hammer mill. Pelleting bins, shall have High and Low level probes to control the operations of
the equipments before and after bin. The pellet Mill shall be controlled for parameters such as
constant electrical load based on amperage of pellet mill and conditioning temperature in
conditioner based on PID loop. The temperature of conditioned feed shall be set in the PLC, as
per requirement and the flow of steam regulated through a control valve and temperature sensor
with transmitter. Steam controller shall control the steam inlet to t he conditioner so as to
achieve a preset cooking temperature.
Bagging & Dispatch
Pellets from vibro-sieve are directly discharged into any of the two bagging bins, through a set
of pneumatic flaps before being bagged. High and low level probes in this bin shall control the
operation of upstream and downs tream equipment. Pellets from the bagging bin are discharged
to Automatic bagging system wherein bags are automatically placed, filled, prefixed quantity of
pellets is filled & stitched in a sequence. PLC shall keep track of the no. of bags bagged for
particular formulae and data shall be used to compile the production figures and in a shift /
day/month/year and overall losses. There should be the provision for Manually Bagging system,
in case of any failure in automatic bagging system.
General Requirement:
The system shall be used to automate and co-ordinate, monitor the plant operations for
production, to ensure smooth and continuous operations.
All idle machinery shall be put off when not in use.
Systematic and regular report generation for shift, day, month, year to be made available.
Various recipes for formulation shall be created as per Least Cost Formula & provision for
changing the recipe from time to time by Quality control officer shall be included feature in
the scope.
Production reports for shift, day, month, year shall be generated and hence loss report shall
be prepared.
Operating loads of Hammer Mill & Pellet Mill motors shall be tracked and recorded.
Inputs for Steam flowmeter in Boiler house shall be picked up & recorded and consumption
of utility/ton of production shall be calculated.
The density variation with temperature for Molasses along with Flow rate shall together be
computed in the PLC to arrive at the mass of Molasses being fed in the Molasses Mixer.
All hardware for dynamic and static panel, PLC, panels shall be supplied.
The control room shall house the PLC panel, Control system for SCADA shall be dust free
& air conditioned. For this a suitable capacity split type air conditioning unit shall be
supplied and installed.

84

SUB SECTION 4
TECHNICAL DATA & INFORMATION TO BE
PROVIDED BY THE BIDDER

85

Technical Data & Information to be Provided by the Bidder


Flow Diagram
This shall be for the complete plant being offered similar to one prepared by purchaser and
attached with bidding document, starting from receipt of material , production and conveying
of finished product to godown. All sections of feed mill including aspiration, utilities, pre-mix etc.
have to be indicated.
Equipment Layout
The scaled layouts shall be in the form of plans (for each floor), sections and elevations with
major dimensions of the equipment as well as that of the building for production block
suggested by the bidder.
Modular Layout of Production Area
Layout similar to one prepared by purchaser and attached with bidding document shall be
shown in one drawing (plan) the overall relative locations of FPG, Production Block,
The design of the plant building shall take into account of wind loading (maximum
as per historical data), seismic zone of the area.
Services Schematics
For all the services like air, LP steam, Molasses, separate single line schematic diagram
indicating piping with valves, fittings etc., up to utility points to be provided.
Electricals
1. Consolidated List of Motors ( equipment-wise), with drive mechanism, connected KW/HP,
RPM of Motor, Type of Geared motor/Gear box, RPM of driven parts, Full Load amperes
of drives
2. Consolidated single line power diagram of electrical installation showing Motor Control
Centres, PLC Control panels, Remote panels, APFC Panel, Electric motors
3. The total capacity of capacitors considered in KVAR for APFC panel for total load and
their quantity and individual ratings.

86

Equipment
List of equipment (Section-wise) with adequate brief specification of each item including
construction material, critical thickness, length/height/ capacity, drive details, make/model etc.
Additional technical details of following main machine:

Machine / Technical Detail


Pellet mill Die
Inner Diameter
Overall width
Working width
Working Area
Effective length
Total Thickness
MOC
Expected Life
Press Roller shell
Inner Diameter
Overall Diameter
Pad width
Pattern of outside of shell
MOC
Expected life
Motor
Driven pulley size:
Motor pulley size :
No of belts :
Conditioner
Diameter
Length
Steam requirement at full capacity
Cooking time at full capacity
MOC
Motor HP

Unit
mm
mm
mm
Sq.mm
mm
mm
MT
mm
mm
mm

MT
HP

mm
mm
Kg/hr
sec

Hammer Mill
Screen area sq.m
Size of the beater (LXBXT)
Tip speed m/min
Open screen Area / HP
Open screen area

sq.cm
%

87

Detail

MOC & No. of beaters in one set


Distance between Hammer & screen
Expected life of beaters
Batch Mixer
Main body thickness
Size L X B x H
Air Cylinder dia and stoke in mm
No. of paddles
RPM after speed reduction
Motor HP
Molasses Mixer
Main body thickness
Size L X B x H
No. of paddles
RPM after speed reduction rpm
Motor HP

no.
mm
MT
mm

rpm

mm

Pellet cooler Blower: Air flow rate : ________ cum/hr at ______ static pressure differential
Chain Conveyor
General arrangement drawing of a typical chain conveyor showing thickness of various plates,
detail of wear plates, detail of chain, designed breaking load, chain speed, type of bearing, drive
arrangement, etc.
Bucket Elevator
General arrangement drawing of a typical belt bucket elevator showing thickness of various
plates, size, type and thickness of buckets, size and type of belt, type of bearings, belt speed,
drive arrangements, head and tail pulley etc.
Screw Conveyors
General arrangement drawing of a typical screw conveyor showing thickness of various plates,
size and type of main shaft, pitch of screw, type of bearing, screw speed, drive arrangement,
drive parts etc.
Proportionate Bins and Big Bins / Hoppers
General arrangement drawing of a typical proportionate bin , showing thickness of various plates,
height and diameter, flange joints, slops and construction material, inspection window, sight glass
etc.

88

Feed Mill Housing Structure


General arrangement drawing of elevation and section showing columns, beams, side cladding,
roof cladding, windows, flooring etc.
Item
Structural steel for Main plant
Chequered plate flooring material
Side cladding
Roof Sheeting
Windows

Quantity Other Details


In MT
In MT
In Sq.mts Thickness & profile
In Sq.mts Thickness & profile
In Sq.mts

Approx. quantity of following to be provided for technical evaluation:


Bidder shall quote for a minimum quantity of 250 MT of Structural steel for plant Main
structure, pipe bridge including platform, trench covers based on which the bids would be
assessed.
Automation System and PLC Panel
Details of the Automation scheme, network diagram, type & model of the PLC offered
Technical detail of Raw material loading in bins, auto-batching, Hammer Mills load
controlling, Molasses dozing, feed conditioning & computer system with a write-up
describing the process controls, type of reports that can be printed Detail of input/
output ports and other technical details of the PLC panel & hardware of computer systems.

89

Make/Model Specific Important Details of Following Equipment/Items 1


Make of Items

Description

st

1
Screw Discharger
Chain Conveyors
Screw Discharger
Bucket Elevators
Paddle Batch Mixer
Hammer Mill
Molasses Mixer
Bin Activators
Pellet Mill
Rotary Air-locks
Bagging of Weigher
Bin Discharger
Counter Current Pellet Cooler
Aspiration Filter
Centrifugal Fans
Air-compressors
Air dryer
Molasses Flow meter
Load cells for Weighing System
Computer System
PLC
Software for Plant operations
Electric Motors
Geared Motors
Gearboxes
Molasses Pumps
Motor Control Centre (MCC)
Power and control cable
Pneumatic cylinders and solenoid valves
Structural Steel
Light fittings
Loss-in-weight Feeder
Air Conditioner
Utility Pipes
Condensate rec. system

90

Preference

nd

Preference

Make/Model Specific Important Details of Following Equipment/Items 2


S. No.

Name of Items

Makes of Items
st

1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21

Preference

nd

Preference

ACB and its relays


Moulded Case Circuit Breaker (MCCB)
Motor Protection Circuit Breaker (MPCB)
Switch Disconnector Fuse Unit
HRC Fuse Links
Miniature Circuit Breaker (MCB)
Soft-starter
Variable Frequency Drive (VFD)
Contactors
Starter Relays
Electronic Timers
Push Buttons
Indicating Lamps
Current Transformers
Measuring Instruments
PVC Insulated Control wires
PVC Insulated Power wires
Terminal Blocks
Junction Box
Power Isolator
Power Capacitor

Deviations From Technical Requirement


This bidding document provides guidelines for the processes and equipment to be used for the
cattle feed plant and the Design data and Design basis and Technical Specifications
define
the qualitative parameters and frame work against which equipment will be required to perform.
It is imperative on bidders to provide the fully detailed technical specification of the equipment
and services, which they intend to provide, to fully execute the contract in line with the bidding
document. Items, which deviate from the bidding proposal, shall be as per design specifications
of the bidder and shall be treated as a deviation from the text of this bidding document.
Deviated items should fulfil the minimum performance parameters as specified in this bidding
document. This bidding document does not allow bidders to make exclusions from any part of
the bid and an incomplete list of equipment or an incomplete schedule of service utilities to be
provided would be considered as a non-responsive bid.

91

Optional Items
There may be items or sections offered as OPTIONAL by the bidder. The entire system shall
be designed with all provisions to include the optional items in such a way that no major
changes would be required in the system. The specifications of `Optional items shall be the
same as that of similar items in the tender.
The cost of `Optional items shall not be included in the calculation of total bid price for
evaluation. In the event that the optional items are selected by the purchaser for supply, these
shall be in addition to evaluated price. The quoted price for the optional item shall include
all incidental costs of installing that item as part of the contract.
Break Up Price
For all items including LOT or SET items, which are detailed in the bidding document, breakup price whether in Nos., RM or Sq. meters, Kilograms or MT is to be provided. unless
specifically asked under technical information and data, which is meant only for technical
evaluation and not for the commercial evaluation of the bid. The bidding document will be
evaluated on a total lump-sum basis as specified price schedule.

92

SUB SECTION V
PROJECT MANAGEMENT

93

Project Management
Major Responsibilities of Bidder & Purchaser
Major responsibilities of Bidder
1. Developing the process design, complete engineering design supply of all equipment and
systems, ensuring best performance of individual equipment/system, for which bidder shall
avail the assistance of reputed specialists in their respective fields, wherever required,
as per the details given in the bidding document and as per battery limits.
2. Performance and suitability of the total system: Performance tests should be carried out by
the bidder in the presence of and to the satisfaction of Purchaser.
3. Arranging and obtaining approvals from various statutory authorities on behalf of the
Purchaser. The statutory fees shall be reimbursed by the Purchaser on production of
receipts.
4. Ensuring satisfactory performance, training of operating staff, stand by services after
commissioning and after sales services of the complete plant supplied and installed.
5. First charge of oil, lubricants and consumables. First charges means that these items shall
be replenished whenever and wherever required till the successful completion of product
trials. However, supply of electricity, water, petrol and diesel etc. is not covered in bidder s
scope.
6. Test kits required for establishing performance parameters.
7. Necessary manpower and tools for installation, testing and commissioning
8. Performance guarantees with regards to the following:
a. Rated performance of individual equipment and complete system.
b. Product quality standards conforming to the prevailing Standards.
c. Three sets of installation, operation and maintenance manuals of all machines should
be supplied. Two sets should be handed over to Site while handing over the plant to
Site Engineer/Project Authority along with the equipment while the third set is to be
handed over to the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
controlling office. As built drawings in soft i.e. in CD (AUTOCAD) with manuals
to be handed over to purchaser.
9. The Bidder shall furnish to the Purchaser, the total load on each of the foundations to enable
the purchaser to design & arrive at the footing/pedestal details.
10. The Bidder shall furnish all equipment details as indicated in Technical Data & information
to be provided by Bidder
Major responsibilities of Purchaser
1. Temporary store at site.
2. Adequate labour force with operators/supervisors and engineers for trial, testing and
commissioning at no charge.
3. Provision of services, Raw material, packaging material etc.
4. Fire fighting system.
5. Lighting distribution system in RMG and FPG and non-plant areas.

94

6. Internal telephone system.


7. Engineering personnel to liase with the supplier, Project Manager and the execution team.
8 . Provision of personnel for training and on going jobs supervision.
9. Telephone facility on chargeable basis.
10. Permanent water and power supply at the time of testing and commissioning of the plant,
including petrol and diesel etc.
Project Management
1. The project execution shall be time-bound as per the mutually agreed time schedule.
Supplier shall nominate an experienced project engineer who shall be responsible for
activities of project in office and site. A competent execution team shall be deputed at site
by supplier who shall be stationed at site and adequately experienced in Project
Management of such magnitude and type.
The Project Engineer shall avail assistance wherever required from reputed experts in
various fields who shall be directly responsible for satisfactory execution. The Project
Engineer shall be responsible for overall implementation of the entire project, from
commencement to the final take over of the plant. The services of the Project Engineer
shall be ensured for the day to day operations and coordination to ensure successful and
satisfactory design, procurement, manufacture, inspection, erection, testing and
commissioning of all the equipment/ facilities/systems within the time-bound schedule. He
shall be assisted by a Site Engineer to take care of all site activities.
The Project Engineer and Site Engineer shall attend all technical and review meetings
between various parties involved in the project and ensure implementation of all
decisions taken in the meetings. The Site Engineer shall be responsible for detailed
material accounting at site and management of the store maintained at site.
2. The purchaser shall also nominate a Project In-charge with whom the supplier shall
communicate/coordinate. The purchaser shall also post a Site Engineer at project site for
supervision and coordination with Site Engineer of the supplier. Approval on technical
documentation (with or without specified amendments) shall be given by purchaser within
ten working days after submission. The amendments which are not in the original scope of
work or due to changes in concept, shall be taken-up by the supplier as per mutually agreed
rates (decided either before or after execution), and shall be binding on the supplier.
3. Supplier shall obtain approval for purchase of specific makes of equipment whose makes
are not mentioned in his offer. If two or more makes of the same equipment are mentioned
in the form of alternatives, the supplier shall seek approval for choosing one make over
another. All the detailed design calculations regarding the selection of equipment sizes,
system types, etc. shall be submitted to Purchaser for their specific observation and record
whenever asked for.
4. The supplier s Project Engineer will provide to the purchaser s Project In-charge with
monthly progress reports which clearly indicate the actual vis--vis planned progress and
the new likely completion date of supply, erection and commissioning of the plant.
5. For indigenous items, the supplier shall invite Purchaser for inspection and preliminary
testing. The inspection may be required at various stages of manufacture/assembly for some
items.

95

6. Details of documentation to be submitted shall be according to the overall project


programme. The Project / Site Engineer of supplier shall be fully authorised to take on the
spot decision with regard to:
a. Modification in layout and execution programme to suit local conditions.
b. To purchase essential materials from local market to avoid delays.
7. For smooth execution of the project, the supplier s team of Project Engineer, Site Engineer
and key Personnel shall remain consistent throughout the execution period.
8. After satisfactory erection and testing, competent commissioning team shall be deputed to
establish the performance parameters for a specific period.
Testing & Commissioning
After installation of all equipment and completion of product piping and connection of all
utilities including electrical, all major equipment shall be tested at no load after checking all
alignments. On completion of satisfactory no load test, section-wise testing at no load shall be
carried out. Any defect notice during no load shall be attended to. After testing of all sections
on no load, the plant as a whole shall be tested with raw material for trial run and ultimately
commissioning the complete plant to the satisfaction of purchase/project authority.
Establishing Performance Guarantees
On completion of supply, erection, testing and commissioning of the plant, the plant has to be
operated at full capacity continuously in 3 shifts of 8 hours basis for seven days to the
satisfaction of the Purchaser/Project Authority, to establish performance guarantees provided by
the bidder. However if purchaser/client is unable to provide operating staff for three shifts,
number of days can be increased with mutual discussions.
Performance Guarantees
If the plant or any part thereof does not give the offered process performance, capacities and
consumption guarantees as confirmed in design data and technical data and information, during
the commissioning due to reasons attributable to the supplier, suitable recovery shall be made
by purchaser from supplier s bill.
Training
Training of plant personnel in the operation and maintenance of the various equipment of the
Plant shall form an important component of Project Management. Training shall be imparted
By the bidder for a period of two weeks during which the contractor should guide and train the
staff of the client in operation and maintenance of the plant equipment to achieve the optimum
plant efficiency and product quality. Training should commence during the testing/
commissioning period and shall include:
1. Familiarization with all major feed milling equipment of all sections of the feed plant and
utilities etc. including the operation of the computer/PLC based auto batch weigher and
other systems.
2. Procedure for attaining the rated output and optimum product quality.

3. Familiarization with the basic principle of Electronic/Electrical control systems, including


96

Fault finding.
4. Familiarization with start-up procedures, regular maintenance and operational procedures
including dismantling of machine parts, replacement of spares/components, preventive
maintenance etc.
5. Condition monitoring of equipments.
6. Generating production and maintenance log sheets of important equipment and systems.
Training shall be given to all the personnel required to operate the plant, and their immediate
Supervisors/ Engineers.
The training schedule should be proposed by the bidder together with the content of training
programmes, their duration etc.
Standby Services after Commissioning
Once the commissioning and warranty runs are over and the plant is taken over by
Purchaser/Project Authority, the supplier shall provide to the plant standby technical
supervisory support as follows:
1. For one week after warranty runs in which further training of the Purchaser/Project
Authority's operating staff shall be done and equipment/system still needing finer
adjustment/changes shall be carried out.
2. For two days after 4 months, 8 months and 1 year from warranty runs, to have discussions
with plant staff and assistance to review the correctness of operations / maintenance
procedures and necessary corrections.
3. These visits of the Supplier are other than those covered under guarantee/warranty clause,
which shall be undertaken whenever required separately.

The bidder shall provide drawing/data and technical details with their bid as specified in tender.
After commissioning and during handing over of the plant by Supplier to Purchaser/Project
Authority, the contractor to provide the following:
1. As executed final drawings and technical data of the complete plant for operation,
Maintenance and permanent record in soft and hard copies.
2. The final software and source codes of the systems.
3. A consolidated operation and maintenance manual of the complete plant along with
operation and maintenance of each key equipment as provided by manufacturer.

97

SUB SECTION VI

SCOPE OF WORK

98

Scope of Work
List of Major Equipment to be Supplied and Commissioned
The list given below of equipment is as per preliminary design of the plant by Purchaser. The
detail list of equipment & their individual capacity may vary as per design and detailed
engineering by the bidder to achieve the minimum plant s rated capacity of minimum 7.5
MT/Hr ( 150 TPD for 20 operating hours) or as specified in design data & battery limits. If
required, the bidder can break-up an item into further detail, but wherever purchaser has
indicated quantity as one lot, no further detail is required. Bidders may add additional items
section wise if these are required as per their detail engineering.
These additional / optional / alternatives items offered by the bidder will be considered during
technical evaluation of the bids and would be subjected to acceptance by the purchaser.
Schedule of Quantities for Design, Supply, Installation, Testing and Commissioning of Equipment

CATTLE FEED PLANT , PATNA


PART 1. : DESIGN, FABRICATION, SUPPLY OF MAJOR EQUIPMENTS, FOR 150
TPD CATTLE FEED PLANT ON TURNKEY BASIS.
LIST OF MAJOR EQUIPMENT

S. No.

Description

RAW MATERIALS INTAKE


EQUIPMENT
INTAKE CHAIN CONVEYOR IN
RMG WITH PNEUMATIC SLIDE
GATES
DUMPING HOPPERS FOR INTAKE
CONVEYORS IN RMG
ASPIRATION UNIT FOR DUMP
HOPPERS IN RMG
ELEVATOR FOR BATCH PREMIXER
HOPPER ABOVE BATCH MIXER
WITH PN. GATE
BATCH MIXER FOR PREMIX DUTY
WITH PNEUMATIC OUTLET GATE
HOPPER BELOW BATCH MIXER

1.01
1.02
1.03
1.04
1.05
1.06
1.07

Capacity/Size
(cm=Cubic
Meter)

--

99

Quantity

Unit Price
Rs.

Amount
Rs.

1.08
1.09
1.10
1.11
1.12
1.13
1.14
1.15
2
2.01
2.02
2.03
2.04
2.05
2.06
2.07
2.08
2.09
2.10
2.11
3
3.01
3.02
3.03

ELECTRONIC PLATFORM
WEIGHSCALE
PORTABLE BAG STACK
CONVEYORS
INTAKE BUCKET ELEVATOR
ASPIRATION UNITS FOR INTAKE
ELEVATORS
CASCADE MAGNET
JUTE TWINE REMOVER
CROSS CONVEYOR
DISTRIBUTION CONVEYORS
BATCHING EQUIPMENT
PROPORTIONATE BIN WITH
OUTLET GATE
ASPIRATION UNITS FOR
PROPORTIONATE BINS
GRAVITY FEEDERS FOR BIN
DISCHARGE
REDLER CHAIN CONVRYOR FOR
BIN DISCHARGE
BATCH WEIGH HOPPER ( MAJOR
INGREDIENTS)
BATCH WEIGH HOPPER( MINOR
INGREDIENTS)
PNEUMATIC GATE BELOW WEIGH
HOPPER
SURGE HOPPER BELOW BATCH
WEIGHER
BATCH CHAIN CONVEYOR
BATCH BUCKET ELEVATOR
ASPIRATION UNITS FOR BATCH
ELEVATOR
GRINDING, MIXING EQUIPMENT
GRINDING BIN WITH PN. GATE
FEEDER ABOVE HAMMER MILL
HAMMER MILL WITH 6 or 8 MM
SIEVE

100

5.02
5.03

5.04
5.05
5.06
5.07
6
6.01
6.02
6.03
6.04
6.05
6.06
7
7.01
7.02
7.03
7.04
7.05
8
8.1
8.2
8.3
8.4
8.5
8.6
8.7

PNEUMATIC SLIDE GATE


AUTOMATIC BAG PLACING,
WEIGHING,FILLING, STITCHING
MACHINE WITH CONVEYOR &
CONTROLLER
SLAT CONVEYOR - With WOODEN
slats.
PORTABLE BAG STICHING
MACHINE
ELECTRONIC WEIGH SCALE
PORTABLE BAG STACK
CONVEYOR
FEED MILL HOUSING
MS STRUCTURAL STEEL FOR MAIN
PLANT AND PIPE BRIDGE
MILD STEEL CHEQUERED PLATE
PLATFORM,TRENCH COVERS ETC
WINDOWS
ROOF SHEETING
CLADDING SHEETS
LIGHT FITTINGS & LAMPS ( MAIN
PLANT)
PRODUCT PIPING/ ACCESSORIES
PRODUCT PIPING/DUCTING, FLEX.
CONNECTIONS
SMALL HOPPERS/TRANSITION
PIECE
PNEUMATIC GATES FOR PROP.
BINS FILLING
PNEUMATIC PIPE FLAPS
SIGHT GLASS FOR AIR LOCK
AUTOMATION EQUIPMENT
LOAD CELL WITH WEIGHING
SYSTEM FOR BATCH WEIGHER
EACH
LOAD CELL FOR LOSS-IN-WEIGHT
FEEDER
PROGRAM SOFTWARE FOR THE
ENTIRE PLANT
PLC PANEL , HMI , SENSORS,
COMMUNICATION & DATA
CABLES
MIMIC PANEL, COMPUTER FOR
CONTROL ROOM
COMPUTER FURNITURE
(MODULAR)
UPS FOR CONTROLS & PLC

101

101

8.8

COMPUTER WITH MIS OF PLANT


INFORMATION IN ENGG. OFFICE

8.9

INSTRUMENT EARTHING ( CU
PLATE) FOR PLC LOT PANEL ETC

8.10

SPLIT TYPE AIR CONDITIONING


UNIT FOR CONTROL ROOM

SERVICE EQUIPMENTS
9
9.01
9.02
9.03
9.04
9.05

9.06
9.07
9.08
9.09
9.10

9.11

9.12
9.13
10
10.01

10.02
10.03

ELECTRICAL EQUIPMENT (LT)


Main LT Panel
MCC FOR MAIN PLANT
REMOTE PANELS FOR FEED MILL
EQPTS
AUTOMATIC POWER FACTOR
CORRECTION PANEL -MCC FOR RAW MATERIAL
INTAKE, BOILER ,
PUMP HOUSE & MOLASSES
UNLOADING TANK
MCC FOR SYSTEM
SOFT-STARTER PANEL
POWER CABLES
CONTROL & SIGNAL CABLES
ELECTRICAL ACCESSORIES
(CABLE TRAYS, GI CONDUITS,
CABLE GLANDS, CABLE LUGS,
ISOLATORS, PUSH BUTTONS,
RUBBER MATS,FUSE PULLER,
RUBBER GLOVES ETC)
IN MAIN PLANT BUILDING
LIGHTING PANEL, LIGHTING DBS,
CONDUITS ,SET WIRING,
EMERGENCY LIGHTS FOR
CONTROL ROOM (Excluding RMG &
FPG)
EARTH PITS AND NETWORK FOR
PANELS, DB ETC
LIGHTENING ARRESTOR WITH CU
EARTH CONDUCTOR, GI EARTH
PITS, AVIATION LIGHTS
STEAM DISTRIBUTION & CONDENSATE RECOVERY
LOW PRESSURE STEAM PIPES
WITH INSULATION LOT &
CLADDING, VALVES, FITTINGS,
FLOW CONTROLLERS
CONDENSATE RECOVERY SYSTEM
CONDENSATE PIPES, VALVES,

102

11
11.01
11.02
11.03
11.04

AND FITTINGS -COMPRESSED AIR GENERATION & HANDLING EQUIPMENT


AIR COMPRESSOR (SCREW) PNEU.
FLAPS, GATES, ASPIRATION UNITS
REFRIGERATED AIR DRYER
AIR RECEIVER WITH AUTO DRAIN
COMPRESSED AIR PIPES, VALVES ,
FITTINGS --

12

PART II

12.01

Erection, testing & commissioning of


equipment as per the above list.
Erection & commissioning
of steel
structure sheeting and internal lighting
etc.
Total of Part II.
Total of Part I & II. (In figures)
Total of Part I & II. (In words)

12.02

ERECTION & COMMISSIONING


1 LOT
1 LOT

NOTE : The above list of equipment is as per preliminary design of the plant. The final list of
equipment & their individual capacity may vary as per detailed engineering of the bidder to
achieve the MINIMUM rated capacity of 150 TPD on 20 hrs per day of working All suitable
structure, cables and relevant works for the same are required to be done .

103

Important Note for Bidder

a. The unit rates to be quoted by bidder shall include Packing & forwarding, insurance,
freight, taxes, Duties etc on FOR site basis.
b. As stated above, this requirement is for design, supply, labour job for installation, testing
and commissioning of Cattle Feed Plant equipments & service equipments, as per schedule
of quantities.
c. All minor works, which may be necessary to achieve the rated capacity of the plant, is
included in the scope of work, though not specifically mentioned.
d. Bidder shall include the cost of all the wear parts indicated at page no. 68.
e. Bidder will have to indicate and quote separately equipment wise spare parts for one-year
operation.
f. All equipments indicated above shall include suitable rated drives.
.
Mode of Measurement for Payment
Payment for items shall be aid as below interpretation:
S.
No

Description of
Unit of Payment

Paid as

1
2
3

No./Number
Set
Lot

Number
Complete Set as per work scope
Lot as per specific clause mentioned in terms of payment
Shall be paid on actual weight in MT received for supplies. Final payment of
steel shall be based on theoretical sp. weights of total steel erected in MT
after reconciliation. Loss/ wastages shall be to the account of the bidder.
Shall be paid on actual quantity in sq.m received for supplies. Final payment
shall be based on actual measurement of total area of sheets/windows erected
in sq.m after reconciliation. Loss/ wastages shall be to the account of the
bidder.

Structural steel

Cladding sheets,
5

windows

General Requirements

Feed milling equipment


The following may be noted in general with respect to the technical specifications of the supply
of Feed milling equipment.
1. Capacities of all machines and hoppers etc. as specified in the tentative list of equipment to
be supplied are based on raw material of 600 gs cum bulk density unless otherwise
specified.
2. All machines are to be provided with motor/geared motor/motor-gear box and drive parts.
The term drive parts cover the supply of items as follows:
3. Chain drive: Driving and driven sprockets, required length of simplex/duplex chain with
closing links and key in the driven shaft. All the sprockets should be of MS and flame
hardened.
4. V belt drive: Driving and driven pulleys, required no., type and length of V belts of
Polyester reinforced type, key in driven shaft and side rails for motor.
5. Direct coupled drives: Suitable chain type coupling with accessories and key in driven
104

shaft unless specified otherwise.


6. As per details specified in individual equipments specification / design data.
7. Apart from the above, the supply of steel base frame for motor/geared motor and guard for
drive parts of minimum 2 mm thick MS sheet is also included in drive parts.
8. Packing for flanged joints of machines/hoppers/bins etc. should be felt or rubber depending
on the application. Packing shall be fixed with glue rather than simple grease. If equipment
is being dispatched in dismantled condition, necessary packing materials along with glue
shall be sent separately.
9. Discharging angle of raw material in pipes/transition pieces/hopper bottoms etc.,
in general should be min. 55 degree from horizontal for meals and 45 degree for pellet
and grains.
10. All equipment should have suitable provision for inspection, lubrication and maintenance.
11. All equipment in general should have dust-proofing arrangement.
12. All equipment should be supplied with first charge of lubricant (grease/gear oil) etc. either
filled in equipment or supplied loose and to be filled before testing and commissioning.
13. All weld joints for fabricated equipment/hoppers/bins/piping etc. should be ground smooth
from inside to facilitate easy and free flow of material.
14. In detail specification of equipment/hoppers and accessories etc., the thicknesses of
construction material have been specified wherever required. It has to be noticed that these
are the minimum but the supplier may provide these thicknesses more than these if
required by their design/detailing of the equipment.
15. Painting: All bought out standard manufactured equipment may be supplied as per
manufacturer's standard painting practice. However, all fabricated equipments shall be
provided with standard cleaning, degreasing practice before painting, then primer coating
before applying one coat of approved shade of synthetic enamel paint. Second coat of
synthetic enamel paint shall be provided at site after installation and before commissioning.
Supporting steel structure, transition pieces & piping etc. being fabricated at site should be
applied with corrosion resistant zinc oxide primer before erecting/installing and then
applying one coat of synthetic enamel paint after erection. Approved colour shades for
equipments are as follow s unless otherwise specified in equipment specifications or
agreed during execution of contract. However, final decision on colour shade shall be
confirmed with the engineer -in-charge before commencement of painting.
Colour Shades for Equipments
Equipment
Conveyors and elevators
Machines
Hoppers
Proportionate bins/storage bins
Steel structure
Manual/ pneumatic flaps
Product piping
Aspiration piping
Inspection door of machines/hoppers/bins
Inside of machine/hopper/bins
All supports, stands and frame of machine

Approved Colour Shades

105

All equipments bins in the scope shall be lettered in English (in capital) with black (Description
Capacity 6size) at observable height.
Conveying and Handling System
Chain Conveyors
Chain conveyors are required to transfer all types of solid feed ingredients for the Feed plant
horizontally or at an inclination not exceeding 10 degree. These shall be of dust proof and
bolted design, having steel plate thickness as follow:
Item
casing bottom
casing side
casing partition
casing top cover
end plates

Description
minimum 4 mm
minimum 4 mm
minimum 3 mm
minimum 2 mm
minimum 8 mm

Note: CHAIN'S LINEAR SPEED NOT TO EXCEED 0.5 M/SEC.


Conveying chain shall be Drag Bush Chain type of sufficient breaking load with special forged
steel & case hardened parts along with special nylon wear pads. Screw type chain tensioning
device, conveying chain wheel of hardened special steel, shaft supported on both sides in
pillow block self -aligned ball bearings, exchangeable wear rail of TISCRAL (Wear resistant
Abrasion Resistance Steel Plates) or equivalent material to be provided at trough top & bottom
for chain guide. Cleaning strips of UHMW to be provided after a few links. Spring loaded safety
device at tail end with limit switch for protection of chain against overloading, necessary inlets
& outlets to be provided. Conveyor to be run by horizontal foot mounted geared motor with
chain/direct coupled drive parts etc. as per requirement. Wipers for the conveyors shall be
provided for Distribution conveyors.
Screw Paddle Conveyors
Screw Conveyors are required to convey/distribute all types of solid feed ingredients
horizontally or at inclination (maximum 10 Deg.) for lengths not exceeding 15 M. Maximum
length of screw trough shall not exceed 2.8 M.
These shall be of constant / variable pitch, as per requirement and dust-proof design, having
steel construction, flanged bearing with stuffing boxes, intermediate hanger bearings with
maintenance free, self -lubricated special nylon bushes, screw or paddle flights of steel of
uniform / variable pitch welded on screw shaft, necessary inlet & outlet. Overflow flap at
discharge end with limit switch to be provided. Conveyor to be run by foot mounted horizontal
geared motor and chain type direct coupling. Construction detail of various major items shall be
as follows.
Item
Trough
Flight
Saddles
Main shaft
End plates
Top cover

Construction Details
minimum 3 mm thick MS sheet
minimum 3 mm thick MS sheet
minimum 5 mm thick MS late
Heavy Duty C class MS ERW pipe
minimum 8 mm thick MS late
minimum 2 mm thick MS sheet

106

Bucket Elevators
Bucket Elevators are required to convey all solid feed ingredients vertically at the rated
capacity. These shall be of dust-proof design, having steel construction, two leg bolted trough
type, food and oil resistant antistatic belting of PVC - lined fabric, (M-24 grade 3 ply nylon
fabric), pressed steel buckets, Elevators boot with two inlets, screw type belt tightening device
and cage type pulley. Elevator head with rubber lagged crown pulley and wear resistant guide
plate. Elevator to be provided with necessary clean out slides, inspection windows, steel back
stop, special bolts for fixing buckets on belt, casing retention frame and leg spacers. Elevator
shall be driven by a foot mounted horizontal geared- motor, and chain type direct coupling drive
parts. Elevators shall have provision of mounting aspiration units. All Elevators shall be
provided with air breather arrangement at suitable locations, to enable effective air movement
& quick replacement, wherever aspiration units are not specified. Belt speed sensors for
stopping the elevator motor not required.
Construction details of materials shall be as follows:
Item
Trough
Buckets
Top Head
Cover of Top Head
Bottom Head
Foundation Plate

Construction Details
Minimum 2 mm thick MS sheet
Minimum 2 mm thick MS sheet
Minimum 4 mm thick MS plate
Minimum 2 mm thick MS sheet
Minimum 4 mm thick MS plate
Minimum 12 mm thick MS plate

Slat Conveyor
These conveyors are used for transfer of filled bags from production area to finished product
Godown on an inclination up to 10 degree. Conveyor is designed for moving of filled bags on
number of steel slats linked with each other with fabricated steel chain and malleable cast steel
wheels. Conveyor is having steel plate body with stiffeners and steel guide plates for wheels
and pipe railing for bags. 2 Nos. hardened (EN-8) sprockets wheels with suitable sealed
bearings are to be provided at feed end and discharged end to facilitate movement of chain.
MS heavy duty ERW pipes are provided for support of conveyor. Conveyor is run by horizontal
Foot mounted electric geared motor with chain-type direct coupling drive parts. The conveyor
shall also have a tilting device, so that the bags can be directly received by loaders on their
backs.
Cascade Type Magnetic Separator
Cascade Magnets are used to effectively remove the ferrous impurities from raw materials
Feed flow.
The unit is fabricated from stainless steel plates in Diamond shaped chute. On each section of
Diamond shaped chute, a permanent ferrite magnet (with high remanence after magnetization)
is housed in stainless steel 304 enclosure with heavy duty hinges and magnet to be swing away
from the body of chute by pneumatic air cylinder after a pre-determined time through signal
from a PLC. Cleaning cycle of magnet shall be fully automatic. Ferrous impurities shall be
collected in a separate steel hopper and regular material to be guided to a different chute.

107

Jute Twine Remover


Jute Twine removers are required as a pre-cleaning machine to remove jute strings, in the intake
section before ingredients are stored in bins. The machine shall consist of MS enclosed housing
with double rotor arrangement with extended spike like attachments to entwine jute fibre and
also break loose lumps. The end plates of the rotor shall be machined 8 mm thick MS plates
with suitable end bearings fitted on the shaft. Both rotors shall be of removable type with quick
opening access door with locking arrangement. The drive shall be of horizontal foot mounted
geared motor mounted on a common base frame with the remover. Main body - 3 mm thick MS
sheet
Dumping Hoppers
Hoppers are required in Godown for dumping of ingredients from bags to conveyor running
below.
These shall be fabricated from steel plates for sufficient holding capacity, with removable
Galvanized M.S. grill on top. MS angle frame for installation of these hoppers in RCC opening
shall also be supplied with the dumping hoppers. These grills shall be magnetic and shall attract
ferrous materials during dumping operation. Construction detail of dumping hoppers shall be as
follows:
Main body
minimum 3 mm thick MS sheet
Grill
15 mm MS square bar
Frame
65 x 65 x 6 mm MS angle
Hoppers and Storage Bins
Bins are required for temporarily storing solid feed ingredients materials as per the Design data.
These shall be fabricated from mild steel plates /profile ribbed steel sheets with welded/bolted
joints wherever required for required holding capacity with stiffening arrangements. However,
main body shall be fabricated from minimum 3 mm thick MS sheets. Proportionate Bins shall
be rectangular /square cross-section, modular type with bolted segments complete with
stiffeners, with air equalizing connections within the bins. All bins shall have discharge hoppers
with inspection window to view ingredient flow. All bins supplied shall have proximity level
sensors (non-contact type) to ensure continuous operation with feedback indication. All Bins
shall have manual discharge gates & suitable sized Air breathers. SS Lined bins in the Main
plant shall be fabricated from 1 mm thick SS 304 sheet. The discharge angle for the Hoppers &
Bins shall be 55 Deg (minimum). Air equalizing duct shall be supplied as a part of scope,
between successive bin/hopper and hopper separated by a pneumatic gate, apart from suitably
sized Air breathers, to facilitate air exchange within & outside the system.
Portable Bag Stack Conveyors
These portable conveyors are used in godown for stacking of filled raw material and finished
bags mechanically or dispatch to trucks rather than manually.
The stacker to be mounted on chassis fabricated from ISMC/C Class heavy duty MS ERW pipe
with castor wheels and pneumatic ADV tyres for easy movement. Delivery height of stacker
shall be adjustable by suitable winch assembly. Stacker shall be fabricated from suitable MS
angle and flats. Bags shall be transferred on MS slats fitted with bushed chain with K1

108

attachment and malleable cast steel wheels. Bags shall move on slats with suitable electric
motor, gear box, tyre type flexible coupling between motor and gear box and chain type drive
parts and bearings. Stacker shall be provided with a DOL starter (near the drive) and copper
wiring between this starter and electric motor. Bag stacker shall be complete in all respect,
ready to use. Feeders (MPCB) for the starter shall be located in the relevant MCC.
Pellet Cooler Cyclone
Cyclone for separation of fines from cooling ambient air shall be designed & selected for most
efficient operation suitable for the required Air flow rate for cooling of the pellets. The Cyclone
shall be fabricated from 3 mm thick SS 304 sheet with a fines discharge size of 200 mm & shall
have provision for lifting, supporting etc. The cyclone shall have SS pads for 3 nos. pneumatic
hammers, at suitable locations in the conical portion, for removal of fines when necessary &
provisions for installing these hammers.
Air Lock
Airlocks are required to air seal the cyclones, pellet Mill cooler & dust collectors etc.
Air
lock shall have stainless steel (SS 304) fabricated body. Rotor shall be wane type, fabricated
from stainless steel (SS 304) plate & shall rotate within the housing with very close tolerance
with self-lubricating bearings. Nylon wire cleaning brush shall be provided for each Airlock.
Air locks shall be driven by suitably rated horizontal foot mounted geared motor and coupling.
If function desires, adjustable UHMW wear pads to be used in rotor.
Batch Mixer
Batch mixer is required to improve the homogeneity of a batch consisting of dry solids e.g.
flours, meals and fine powders to achieve a set Co-efficient of Variance. Provision of
vitamin/liquid dozing in the mixer shall be considered while designing the mixer.
The Mixer shall be horizontal, Double Helical design, Ribbon Mixer and shall be designed to
achieve mixing by turning of rotor in the mixing chamber. The Mixer is to be designed to
operate efficiently even for 50% of full capacity filling. The Mixer is to be dust-tight, single
shaft with cylindrical mixing trough, of sturdy steel construction, rotor supported by two
outboard pillow blocks, heavy duty ball bearings and fitted with sturdy paddles. Quick
emptying of the mixer to be ensured through a full length bottom opening pneumatically
operated gate. There should not be any product leakage through this gate when mixer is being
charged. The Mixer is to be complete with Manhole, safeties, shaft seals, limit switches for gate
position, duplex chain drive between gear box and motor shaft, drive guard, air balancing ducts
with above & below hoppers, horizontal foot mounted geared motor, Air breathers, pneumatic
cylinders and solenoid valves etc. Geared motor shall be coupled through tyre type flexible
direct coupling.
Main body: 6 mm thk.MS plate minimum.
Air cylinder: 150 mm diameter ; 150 mm stroke (min)
Control panel for the mixer shall have ammeter, ON-OFF indicative type push buttons for
operation & safeties for related position of pneumatic gates etc.

109

Batch Mixer for pre mix duty shall be horizontal type with paddle design, based on the average
density of the premix for the rated capacity.
Molasses Mixer
Molasses mixers are required to prepare a homogeneous dispersion of heated molasses
throughout the incoming powdered mixed feed. The Mixer shall be horizontal in construction
with twin intermeshing rotor with paddles in low speed beating action. All plates touching the
feed shall be of AISI 304. Design shall ensure that there is very little sticking of molasses on
inside surface of stator and it can run continuously without cleaning. For this purpose, the mixer
is to be provided with Teflon or equivalent coating on inside surface of the stator. The design
shall ensure that no molasses is dozed, when the feeder /feeding is stopped. The Mixer shall be
complete with 4 nos. of swing type cleaning doors, all safeties, driving geared motor, direct tyre
type coupling arrangement with separate MS base frame and anti-vibration pads. Rotors shall
be statically and dynamically balanced with adjustable SS 304 paddles.
Body thickness:
4 mm thick SS 304 plate (minimum)
Side plate:
8 mm MS plate with 4 mm thick AISI 304 lining.
Pellet Mill
Pellet mills are required for the pelleting of conditioned Molassed feed, by forcing the feed
between rotating die and press rolls.
Pellet Mill shall be vertical type with pulley & "V" belt drive arrangement. Pellet mill to have
the following specific features:
Solidly constructed and welded steel frame for mill.
Die chamber casing in corrosion resistant stainless steel. (AISI 304)
Quick release knife assemblies for regulating the pellets length.
Servicing hoist mounted on the pellet mill to facilitate changing of dies and press rolls.
A shear pin and limit switch device, mounted on the main support shaft, to protect the
mechanical press components, drive belts and main drive motor from overloading.
Die fixing arrangement mounted on the die holder body for quick die changing.
Digital type thermometer with sensor for measuring the temperature of mash feed entering
the mill.
Powerful permanent magnet in pellet mill inlet to eliminate ferrous foreign particles.
Main drive motor (IP 55) of RPM not exceeding 1500 with additional pillow block bearing
and extra shaft for motor.
V belts & pulleys
Anti-vibration mountings.
Die of 8 mm dia. holes.
Distributor for uniform delivery of mash to rolls.
Hand tools for maintenance, adjustable torque wrench and hydraulic press for removing
shells from press rolls.
Feeder and Conditioner
Feeder & conditioners are to be two separate units installed on either side of Molasses
Mixer.

110

Feeder shall be continuous loss-in-weight type with hopper, load cell etc. The feedback
from load cell of this feeder, shall determine control the dozing of Molasses in the Molasses
Mixer, through the PLC logic and PID controller in Molasses.
Feeder to be driven by an infinitely variable speed motor, variable frequency drive type.
Double conditioner required to condition the mash feed with steam. All parts of the
adjustable twin paddle conditioners coming in contact with the feed are to be of stainless
steel (AISI 304) and the unit should be suitable for direct mounting over pellet mill.
Conditioner to have arrangement for electric heat shield for body for sanitary feed
production.
Conditioners to have arrangement of injecting and mixing steam and molasses liquids
(minimum 3% of each) by the help of adjustable pitch paddles .Design shall be such that the
cooking time of the feed, shall be at least 30 seconds.
Conditioner s drive motor and drive parts for both conditioners shall be supplied.
Control panel for complete automatic operation and safeties of the pelleting plant for
controlled feed flow, steam injection, molasses, interlocking with various units, with
ammeter, ON-OFF indicator type push buttons for manual operations etc.
Hammer Mill
Hammer mill shall grind coarse ingredients, such as cereals, oil meals etc, to obtain a more
uniform & desired particle size of the batched ingredients. The design of the Hammer Mill shall
be horizontal & full circle type with bottom discharge. Machine shall grind batched ingredients,
on a single pass and to reduce particle size of desired mesh size, according to the sieve fitted.
The sieve is fitted all around the rotor to give maximum sieving area. The open screen area
shall not be lesser than 1.15 sq.m. The Hammer Mill shall have air assisted system for efficient
removal of ground particles across the sieve. Hammer mill shall be directly coupled to the drive
IP 55 Motor of 2880 rpm. Grinding in hammer mill shall be obtained by mechanical impact of a
set of free swinging rotating M type hammers (mounted on rods) on individual ingredient
particle, till it is small enough to pass through the 4.0 mm screen, along with aspiration air. The
screen of the Hammer Mill shall be placed around the grinding chamber to maximize the
screening area. Control panel for complete automatic operation and safeties of the Hammer
Mill to control feeding operation with manual intervention, ammeter, ON-OFF indicator type
push buttons etc.
The machine to have the following general & special features :
Large Hinged Doors for Quick opening & changing /interchanging of Grinding screen &
Reversibility & replacability of hammers.
Directional reversal for grinding shall be possible for increased life of the Hammers.
Long life & dustproof bearings for the Hammer Mill. All protection/safety devices for the
Mill.
Statically & dynamically balanced for Low noise & vibration. The composite unit of
Hammer Mill & Motor shall be mounted on a common base frame with heavy duty
Vibration dampers.
Control panel for automatic controlled operation of hammer mill, its feeder and to ensure
operation safeties.
Design of the screen perforations shall be to maximize the open screen area.

111

Feeder for Hammer Mill


The Feeder for the Hammer mill shall control the Feeding rate of batched ingredients flowing
across to the Grinding equipment. The design of the feeder shall be rotary, vane type controlled
through a variable speed drive for continuous & controlled feeding of batch material to hammer
mill. The variable speed drive shall be slaved by a Controller in PLC, so that feed to Hammer
mill could be automatically regulated depending upon electric load of hammer mill motor for
most efficient operation for the desired throughput of the mill. The Feeder shall have strong
permanent Ferrite magnet at its inlet to protect the Hammer Mill from iron parts/particles by
separating them, before the batched feed enters the grinding chamber.
Pellet Cooler (Vertical)
Pellet Cooler is required to cool hot and moist pellets by drawing ambient air, immediately after
discharge from Pellet Mills. Pellet cooler shall be vertical box type, bolted construction of
counter current design, using ambient air for cooling. The discharge arrangement shall be of
oscillating top grill with eccentric mechanism.
Product inlet, holding and exhaust place shall be of non-rusting material (SS 304) whereas
collection hopper from mild steel sheets. All interior parts not made of non rusting material
shall have anticorrosion painting. Cooler should be complete with geared motor, pellet
discharger, hinged type inspector door with sight glass, air inlet and discharge connections,
uniform and regular distribution of the air across the complete cross section of cooler should be
ensured to permit optimum utilisation of the air. The pellet discharge from the cooler shall be
automatic based on level sensor. Coolers to have arrangement for manual and automatic
adjustment of discharge rate for pellets, after getting cooled. Major construction materials shall
be as follows:

Top conical pellet inlet and air outlet


Box type cooling column
Collection hopper below tray
Stator and rotor of air lock
Grill type trays

minimum 2 mm thick SS 304


minimum 2 mm thick SS 304
minimum 5 mm thick steel plates
minimum 5 mm thick SS 304
Mild steel plate / flat, hot -dip galvanised

Aspiration Filter Unit


This unit shall be modular in construction & is used for cleaning of dust laden air or the
separation of solids from gas/ solids mixes from connected equipment, in order to recover
materials and clean the exhaust air. Dust laden air enters in aspiration filter and then air escapes
through filter bags and dust is deposited on the outside of filter bags. For removing the dust
retained on the outside of filter bags, high pressure reverse air shocks are provided at regular
intervals to the inside of the filter bags through an automatic electronic/pneumatic control
system for sequential air release for a set of filter bag rows. Dust shall be collected in a bottom
cone and discharged through an airlock.
Aspiration filter to consist of sheet steel bag housing fabricated from minimum 3 mm thick
mild steel sheet with inlet spout and dust collecting cone. Filter to be provided with sheet steel
hinged covers with integral filter-row purge system in IP-65 protection class. Filter bags to be
provided with suitable GI cage and fastening system. It should be ensured that bags and cages
can be easily removed for cleaning in position by special annular brush. The unit to be complete
with electronic/ pneumatic control apparatus having provision for adjustable bag cleaning cycle

112

and the length of the cleaning pulses, pressure reducing station for air supply to control system,
steel supporting legs, etc. as per requirement.
Pellet Sieve
Pellet sieve is used to separate pellets from pellet crumbles & fines through a vibratory
mechanism of the sieve and directs pellets & crumbles for further operations. The sieve shall be
mounted on a sturdy MS frame work and shall be of totally enclosed construction. The sieve
shall be of SS 304 MOC. The design considerations of size & pattern of the perforations on the
sieve shall be as per the throughput mentioned in Design data. Vibrations produced by
unbalanced motors attached to the inclined sieve housing mounted on helical springs shall be
designed for quick & efficient separation. Adjustable moving flap Counter weights shall be
used for retaining pellets. The sieve shall have arrangement for quick opening & replacement of
sieves. The Pellet sieve shall be complete with anti-vibration & canvas cloth joints at inlet &
outlet.
Pellet Cooler Fan
Pellet Cooler Fans are required for creating low pressure in Pellet cooler to facilitate flow of
ambient air across pellets and reduce the moisture in pellets before bagging. The sheet steel
construction housing and the SS 304 impeller of the centrifugal fans shall be mounted on a
sturdy steel base. Motor & the Fan shall be mounted on a common structural steel base frame
with heavy-duty vibration dampeners. The impeller to be fitted with special blades and
designed for high-speed service, statically and dynamically balanced for minimum vibrations.
Casing shall be provided with anti-noise coating for silent operation. Preference shall be given
for direct coupled motor drive. Fan shall be selected to have highest efficiency for the required
pressure differential and air throughput. Main body of centrifugal fans should be made from
minimum 3 mm thick mild steel sheet. The selection of the capacity of the Fan shall be such
that, it shall cater to rated capacity of the Pellet Mill.
Stitching Machine (part of automatic bagging system)
These machines are required in feed plant for stitching of gunny/polyester bags after filling of
the finished feed. These shall be mounted on a steel column, completely automatic, suitable for
two-thread double chain stitch and adjustable stitch length. Column shall have arrangement for
fixing sewing head at any height and also for fixing other accessories such as bag feed-in and
labelling device. Machine shall be complete with feed-in device, labelling device and switch
box containing all necessary switching and protecting elements including conveyor. One
sewing head has to be fixed on the vertical steel column and one loose sewing head to be
supplied.
Molasses Handling
Molasses Pre-Heater
Molasses Pre-Heater of suitable capacity is required

113

Molasses Pumps
These are used for transferring molasses from tanker to vertical storage tanks and for onward
use to mix Molasses with feed in Molasses mixers & conditioners. These CI construction
pumps shall be horizontal, foot mounted, positive displacement (shuttle block only) with gear
box arrangement, capable of handling molasses having viscosity of 2000 seconds red wood 1 at
20 Deg. C. and specific gravity 1.4. Pumps to be complete with common steel frame for pump
& motor, gland packing, coupling and guard, foundation bolt, coupled with gearbox and drive
with TEFC motor IP 55.
For Unloading Molasses:
15 KLPH @ 30 mWc
For Feeding Molasses to plant:
3 KLPH @ 30 mWc
External electrical Heating tape arrangement with temperature controller are required for the
unloading pumps only. GI shroud (18 G) for the unloading and feed pumps are included in the
scope.
Molasses Flow Meter
This is used to measure the total molasses being added in molasses mixers and conditioner.
The flow meter shall be of electro-magnetic induction type, suitable for measuring the flow of
pre-heated molasses having viscosity of 2000 seconds Red wood 1 at 20 Deg. C and specific
gravity of 1.4. The Flowmeter shall display the flow rate in digits & the cumulative quantity,
and should be resettable. Necessary air eliminator and other accessories are to be provided with
flowmeter. Electro-magnetic induction type flowmeter shall be provided with material
measuring tube of SS 316 and the liner of PTFE whereas electrode shall be of HASTELLOYC
or as per standard design of the manufacturer.
Molasses :
The Purchaser shall provide the underground RCC reservoir, pump house and Molasses storage
steel tanks for storing the liquid molasses received by road tankers and unloaded by gravity to
the reservoir. The bidder s scope of works starts from outlet of molasses storage tank to
stream heated molasses day tanks and from day tanks up to mixers through molasses
feeding pumps with inlet and outlet headers, flow meters, control valves, isolation valves,
filters, non return valves etc. All piping beyond this reservoir for storing, feeding & return
piping for conveying back surplus molasses from mixers to the steel day tank/between the day
tanks is in the bidder s scope.
Molasses day tank :
This is required for heating and intermediate storage of molasses before feeding to molasses
mixers through loss in weight type feeder or similar arrangement. Molasses day tank is to be
welded type, horizontal and cylindrical shape, plate steel construction and heavy duty mild steel
pipes. For heating of molasses by circulation of steam. Complete tank to be provided with
50mm glass wool insulation and mild steel sheet 2mm (minimum) thick cladding. Tank to be
complete with inlet, outlet, manholes, steam inlet-outlet, pressure release valve etc. Inside of the

114

tank to be cleaned by sand blasting and then epoxy painting. All outside surfaces are to be
provided with two coats of head resistance primer prior to insulation. Tank to be preferably
fabricated at site and to be tested with water prior to applying primer.

Weigh Scales
Batch Weigher With Hopper
This weigher is required to accurately weigh solid ingredients being discharged from
proportionate bins in a hopper for making a batch. The operation of the weighing system shall
be automated & controlled through the Centralized PLC, to prepare a predefined composition
batch. This weigh shall have a set of load cells on which the batch weigher hopper is mounted.
The load cell for 1 MT weigh hopper for minor ingredients, shall have load cell capacity of 1
MT. Weigher shall be designed for stationary execution. Weighing capacity to be as per the design
requirement of the plant, load cells capacity to be approximately 3 times of weighing capacity
and digital graduation shall be minimum 0.05% of the weighing capacity. Load cells shall be
completely hermitically sealed type in dust-proof enclosure.
The weigh hopper shall be
supported on load cells and retained in its position by transverse links/stoppers. The indication
of weight shall be digitally displayed on Mimic panel and simultaneously displayed on the
monitor of the Control room. The Central PLC shall arrange to log all the data of batches in
shift /day. Air equalizing line (with flexible connection) from weigh hopper to the hopper
below the pneumatic gate shall be included in the supply scope. Apart from air equalizing duct,
air breathers of sufficient quantity & size shall be supplied to equalize excess pressure.
The weigh hopper to be made of sheet steel minimum 3 mm thick with necessary steel
stiffeners, flexible connection, inspection windows etc. Weigh hopper to have arrangement for
putting standard weights on outside for calibration purpose.
Platform Scales
These are used in feed plants for weighing the bags containing ingredients or for checking the
weight of filled bags. These shall be electronic type with digital indicator for weight and
platform to keep the bags. Minimum capacity - 200 Kgs Platform size 635 x 560 mm.
(minimum)
Automatic Bag Placing, Filling, Weighing, Stitching Machine
These machines shall be used for Automatic bag placing, filling, weighing, and stitching of
finished feed in HDPE bags, as per the rated capacity indicated in the design Data.

115

The machine shall automatically place bags, fill, weigh & stitch the bags and convey them
towards the Finished Product Godown. This machine shall be fully automatic in its operation
through pneumatic cylinders, sensors, stoppers etc. & shall have a Local & remote display in
monitor, near the central PLC. The Central PLC shall also log no. of bags, weight of bags for
formulations in each shift, day etc. The weighing system shall be load cell operated having
arrangement for dribble and fast filling to achieve high accuracy of filling. Machines shall be
complete in all respects including its own control panel & system for indicating the no. of bags
filled, quantity of material being filled in each bag etc. This shall be nett ware type along with
pneumatic bag closing device.
Miscellaneous
Aspiration Ducts
Ducts are used for interconnecting dust producing centres such as hoppers/bins/machines etc.
with aspiration filters, blowers etc. These also shall help in pressure equalization between
successive bins /hoppers across pn. gate.
MINIMUM SIZE OF ANY PIPE SHALL BE 220 MM (NOMINAL DIA.)
All pipes, pipe accessories such as bends, spout branches, segments, elbows, transition pieces,
Y joints, exhaust pipes and chimney, throttle valves, etc. to be manufactured from sheets.
Minimum thickness of mild steel sheet for pipes shall be 2.5 mm. However, aspiration piping
from pellet cooler to pellet cooler blower via cyclone shall be of SS 304 of minimum 1.25 mm
(18 gauge) thickness.
Sight Glass for Air Lock
FUNCTIONAL REQUIREMENTS : To observe flow of material in product line.
DESIGN REQUIREMENTS
: MOC frame -Aluminium; Sight glass - Acrylic
Scope of Supply
Acrylic cylinder of 200 mm height and 200 mm internal diameter and of 6 mm thickness with
chrome plated fixing clamps of 18 gauge plate at top and bottom with felt packing 5 mm thick.
Frame for glass fixing with top and bottom flanges of 10 mm thick Aluminium, anodized and
15 mm dia. fixing rods with counter-sunk screws with bolts, nuts, washers and felt packing 5
mm thick at top and bottom.
Gravity Spouting
Spouts are used for connecting different machines, hoppers, etc. for conveying various
ingredients and finished feed. These can be in the form of circular pipe or rectangular/square
shape with flanges only, no cufflink is allowed.
MINIMUM SIZE OF ANY CIRCULAR PIPE SHALL BE 300 MM. (NOMINAL DIA.) OR
700 SQ CM FOR RECTANGULAR /SQUARE DUCTS.

116

All spouting & accessories such as bends, spout branches, segments, elbows, transition pieces,
flaps etc. to be manufactured from minimum 3.15 mm thick mild steel sheets. Pipes &
accessories shall have non-porous & no projection on internal surfaces and having excellent
protection against rust.
Two / Three Way Flaps
Two/ Three way pneumatic flaps are required for diverting the flow of material in a gravity
flow line. Flaps shall be fabricated from sheet steel with inlet & outlet having flanges. These
shall be pneumatic type. Flaps to be complete with inspection windows, limit switches solenoid
valves, pneumatic cylinders (double acting) & operating handles etc. The main body of flaps
should be made from 2.5 mm (minimum) mild steel sheet and solenoid valves suitable for 230
V, 4 ports.
Pneumatic Gates
Pneumatic gates are required for discharging/accumulating solid ingredients in the
hopper/bin/mixer. These shall be pneumatically operated, & shall be complete with limit
switches to indicate the position of the gate to centrally located PLC in control room. For
pneumatic gates suitable size, air cylinder (double acting) & rating solenoid valve shall be
provided. The design of the gates shall be approved by the purchaser before supply. Wherever
required, pneumatic gate shall be provided with slots/stoppers and control mechanism to
control the flow rate of material rather then only open and close.
Automation Equipment & Accessories
Dynamic screen for monitoring and operation with IBM compatible personal computer
(minimum specification given in Appendix) with centralized data and status collection.
Automation system including latest version of PLC, SCADA system for real time control
system, UPS, Remote I/O panels, sensors, limit switches Ethernet cables, signal cables,
Operator s panel (HMI) for programmed process operation for optimal power utilization
with WINDOWS compatible software.
Laser Printer (HP/Canon)
Modular type Furniture for computers/operator (Tables, chairs)
PC Specification

Particulars
Motherboard
Processor
Operating System
Preloaded Software
Hardware Maintenance
Monitor
Memory
Hard Drive

Minimum Specification
Intel original
Intel(R) Core(TM)2 Duo Processor E7500 (2.93GHz, 1066FSB, 3MB)
Genuine Windows Vista(R) Business 32 bit / equivalent Window 7 OEM
Edition (English)
As per requirement
Atleast one year on-site support
19" inch TFT Monitor
4 GB DDR2 800 MHz SDRAM Memory
320 GB SATA 3.0 GB/s Hard Drive with Native Command Queuing

117

Optical Drive
Video Card
Sound card/Audio
Solution
Wireless Solution
IEEE 1394 Firewire
Speaker
Keyboard
Mouse
Others

Function:

DVD Writer
Intel GMA 3100 graphics
Inbuilt sound card only, speakers not required
Not required
Not required
Not required
USB entry keyboard
USB mouse
Integrated 10/100/1000 Base Eathernet, Basic System installation, Power
cord, System Drive DVD Kit

Programmed operation through PLC logic, for Process monitoring, recording of data, report
generation from Raw material dumping, batching operation, Hammer mill, Pellet mill operation,
bagging upto dispatch to trucks after bagging shall be included. Inputs from Raw Material
handling system panel.

118

Technical Specifications for Utilities/Services General Requirements


The service pipe headers for steam, Molasses shall be designed for 150 TPD production
capacity. The supply of pipes, valves, fittings and accessories for utilities and services includes
but not limited to that for Molasses, LP steam, condensate, Compressed air. The following may
specially be noted.
For pipe sizing the following flow rates is to be considered.
LP Steam
25 m/sec ;
Condensate
2 m/sec
Compressed Air 30m/sec
Molasses
1 m/ sec
All valves for above services are to be flanged type except those below 25 mm.
The supply of above service pipes should be inclusive of same quality bends, tees, flanges
and with necessary gaskets, bolts, nuts etc
Flanges/Counter flanges shall be as per BS Tables:
Table E for LP Steam
Table D for Condensate
Table F for Molasses
Table E for Compressed Air
The bidder has to refer to the Special conditions of contract for erection of mechanical
works for details on Mechanical /Service piping installation and Special conditions of
contract for erection of electrical works for the Electrical installation.
Painting of pipelines with anti corrosive primer and paint of approved shade including,
lettering, marking, flow directions etc., shall be as per the special conditions of contract for
erection of mechanical works
Expansion bend for LP steam line to be provided at every 30 mts straight line piping
complete with Air vent and condensate drain arrangements as per standard practice.
Molasses

Molasses Distribution and Molasses Piping


Piping shall be electric arc welded type with MS Class C ERW pipes (shall conform to IS
1239) complete with pipes, bends, flanges etc. Molasses supply lines from the outlet of
Molasses Storage tanks up to molasses mixer/ feeder conditioner of pellet mill shall be traced
along with LP steam piping duly insulated with resin bonded mineral wool of minimum 50 mm
thickness complete with 22 SWG Al sheet cladding.

Molasses Valves and Fittings


Flanged type Duplex filters before pumps are required. The following type of valves and
fittings for the molasses lines between pump and at molasses utility points is required as per
requirement: Pressure relief valve, Glycerine filled Pressure gauges, Butterfly ball valves, etc
shall be supplied. For accurate dozing of Molasses in the Molasses mixer, pneumatically
operated flow control valve shall receive input form PID controller, based on the Feed rate
measured in loss in weight feeder. By-pass of the pneumatic control valve shall be provided.
Pipes shall be rigidly supported by shoe & guide.

119

Compressed Air

Compressed Air Equipment and Distribution


AIR COMPRESSOR :
This is required for producing compressed air required for operation of pneumatic flaps gates
and aspiration filters of feed mill, etc.
This shall be air-cooled, screw two stage compressor, lubricated type, to generate compressed
air at suitable pressure and required free air delivery. Compressor shall be complete with intake
filters, un-loader, inter cooler between two stage and all standard accessories such as service
valve, safety valve, auto drain valve, pressure gauge, drive motor & drive parts etc.
Compressor shall be provided with a pressure switch for auto operation. The capacity of
receiver shall be sufficient to meet sudden large requirement of compressed air and to avoid
frequent ON/OFF of compressor. For removal of bulk of moisture from receivers, automatic
drain valve with solenoid etc. To be provided.
REFRIGERATED AIR DRYER :

Functional Requirements
Air drier would be required to provide moisture free compressed air for use in various
equipment, controls & instruments.

Design Requirement
The Air Dryer shall be refrigerated type, air cooled type and capable of handling
of air at a maximum pressure of 16 kg/sq cm.

Operating Conditions
Inlet Temperature
Ambient Temperature
Inlet Pressure
Pressure Dew Point

Desired
0
35 C
0
25 C
7 bar (gauge)
0
3 C

Maximum
0
55 C
0
43 C
16 bar (gauge)
NIL

Scope of Supply
The Air drier should be provided with the following:
Air inlet connection
Air outlet connection
Refrigerant separator
Pressure dew point meter
Air-drying unit insulating block housing Air-to-Air heat exchanger, air to refrigerant heat
exchanger/evaporator, cyclone condensate separator, liquid separator, refrigerant
distributor, refrigeration injection restrictor, hot gas by-pass.
Condensate trap with automatic discharge

120

Manual drain valve for condensate & auto drain valve (timer based)
Air cooled condenser
Safety switch, High & Low pressure
Liquid refrigerant dryer
Liquid shut off valve
Liquid refrigerant receiver
Liquid separator
Sight glass with moisture indicator
Refrigerant expansion valve
Refrigerant circuit access connection
Hose, automatic condensate discharge
Air Receiver
Capacity:

Function:
Air receiver shall store compressed air, help equalize pressure variation in pipes, & prevent
Short cycle loading and unloading of compressor.

Design Requirement:
Receiver shall be vertical type with dished ends and shall meet the statutory requirement of
pressure vessels. Receiver shall be designed conforming to IS 7983 and the material of
construction shall conform to the relevant IS in Mild steel. The receiver shall be complete with
safety valve, service valves, pressure gauge, fusible plug, hand holes, drain valve with
automatic drain arrangement Timer based) to remove moisture. The air receiver shall be
designed for Design pressure of 12 Kg/sq.cm & should be Hydro-tested at 18 Kg/sq.cm.

Compressed Air Piping and Valves


Air filter cum moisture separator is required to remove moisture, oil fog lubricator for
lubricating and pressure regulator to regulate the pressure. Heavy duty, mild steel ERW piping
C class (shall conform to IS 1239), only welded or flanged installation, complete with SS
ball valves, flexible metal braided hoses & brass nipples, 4 port, 3 way Solenoid valves etc as
per requirement. Pipes shall be rigidly supported on CI clamps.
Steam & Condensate

LP Steam Piping
LP steam piping should be non-IBR type and MS C class ERW pipes (shall conform to IS
1239), with shoe, guide arrangement shall be used. Expansion bends shall be provided at every
30 m straight line pipe, with Air vent & drain trap arrangement. These lines shall be traces with
Molasses pipelines.

121

Insulation
Thermal insulation of steam lines with resin-bonded mineral wool in pipe form including
cladding with 22 G Al. Sheet as per IS 737-1900 (amended as on date) should be provided.
Valves & fittings shall also be insulated.

Condensate Pipes, Valves and Fittings


Type:
ERW MS `C class (shall conform to IS 1239) welded type heavy duty piping with CS body
ball valves, NRVs (wafer) in flange/screwed execution. Supporting: MS shoe, guide, roller
support, in mild steel painted execution generally as per bidding document and meeting with
IBR requirements. Accessories: Pipe sleeves, roller supports, flow measurement at the entry
point to the plant.

Pipe Insulation:
50 mm Thick insulation mineral wool, with 22 G aluminium sheet cladding. Condensate
Recovery system shall consist of pressurized recovery of condensate generated during
preheating of molasses in the shell & tube heat exchanger. The recovery system shall make use
of steam pressure rather than electrically operated arrangement to transfer condensate to Feed
water tank in Boiler House. The specification of condensate piping, valves shall be similar to
LP steam.

122

Electrical
Design, Manufacture supplier, erection testing & commissioning of compartmentalized
cubical type Panel Board with incoming feeders, ACB 4 pole Air Circuit Breaker,
Aluminium bus bars design 1600 amps with Volt meter, Ammeter, 3 phase energy meter, set
of CT s, Phase indicating lamps etc. outgoing feeders (a) 4 pole micro processer based
MCCB 800amps with inbuilt release for short circuit, overload protection for Cattle Feed
Plant (b) Boiler House 4 pole 160amp. MCCB (c) For weigh bridge (e) Godown lighting (f)
External lighting (g) Spare MCCB 160amps. 3 nos.
LT cables from LT Panel located in the substation room to the Main plant MCC are included
in the scope of work. Interconnecting LT power/ Control Cables from Main plant Raw
material Intake MCC, APFC panel are included in the scope of work.
Standard Motor Control Centre (MCC) for the Main plant for incoming & outgoing
electrical feeders (in cubicles) described in the work scope shall be supplied.
Separate MCC for the Raw material loading into proportionate Bins in the Main plant.
This panel shall be suitably located near shall be receive power from the Main plant MCC
Separate Soft-starter panel for motors above 20 HP, shall draw power from the Main plant
MCC & shall be located in the plant electrical room. VFDs shall also be installed in the
soft-starter panel. This panel shall be located in the Main Plant electrical room.
One MCC for Air compressor etc is included in the scope. One number Power Factor
Correction panel with capacitor banks to improve PF for Main plant.
Lighting panel for the Main plant, including Distribution Boards, trays, conduits, Light
fittings are included in the scope. Power for Lighting panel shall be drawn from an outgoing
feeder in the Main lighting panel in Substation room. The lighting loads shall be equally
distributed in three phases.
Remote Push button stations, isolators, junction boxes etc for control, isolation etc included.
The entire Earthing network for the equipments shall be in the scope of work.
One Lightening arrestor for the Main plant with GI earth-pits shall be included in the scope.
MCC/ Electrical panel for the following shall be supplied;
1.
2.
3.
4.
5.

LT Panel.
Main plant MCC.
Soft-starter panel.
APFC panel.
Lighting panel for Main plant

123

Instruments & Protective Relays to be provided in MCC/Panel as below details;

3
4
5
6
7
8
9

Ammeter with selector switch


Over & under voltage protection
Over Current Protection
Inst. Earth Fault
Energy Meter
ON-OFF LED Indication lamps
Power Factor Meter

YES
YES
YES
YES
YES
YES
YES

YES
NO
YES
NO
NO
YES
NO

Motor Control Centre (Sheet Steel Enclosure)

Functional Requirement
Panels shall receive, control and distribute electrical power at 440 V, 50 Hz, AC in sheet steel
housing.

Design Requirement and Scope of Supply


Statutory Requirements:
Motor control centre is to be manufactured /assembled as per the latest ISI Specification, Indian
Electricity Rules, including special requirements of concerned State Electricity Inspectorate and
the detailed specification mentioned below.

Housing Details:
The switch-board shall be fabricated using pressed and shaped cold rolled steel sections
structure of adequate thickness. The sheet steel used for panel shall be minimum 14 SWG
sheet except that the partition plates, inter-panel barriers which shall be made of
16 SWG.The switchboard shall consist of free standing front open- able panels arranged
to form a continuous line-up of uniform height. Cold rolled sheets shall be used
for doors and front covers. Front doors shall be hinged type and bus bars and cable alleys
covers shall be bolted type with thumb screws.
Switch Board shall be extensible at both the ends by addition of vertical sections. Ends of
the bus bars shall be suitably drilled for this purpose. Panels at extreme ends shall have
openings, which shall be covered with plates screwed to the panel. The switchboard shall be
provided with integral base frame. The panel base plate/cable gland plate shall be 2.5 mm
thick.
The switchboard shall be totally enclosed, dust, weather and vermin proof. The switch
board shall conform to degree of protection not less than IP 44. Gaskets of durable material

shall be provided for doors and other openings. Suitable hooks shall be provided for
lifting the boards. These hooks when removed shall suitably plugged in the board.
All hardware shall be corrosion resistant. All joints and connections shall be made by
124

galvanised zinc passivated or cadmium plated high tensile strength steel bolts and nuts.
Spring washers shall be provided to secure against loosening.
The switchboard shall be in cubicle design (each feeder components are housed in

individual cubicle) suitable for indoor installation. Suitable cable & bus bar alleys shall be
provided. In case plant room dimensions prohibit provision of cable/bus alleys in front,
panel depth may be increased suitably to accommodate cables/buses on back of MCC. All
Motor HP
Up to 10 HP
12.5 & 15 HP

Cubicle for DOL starter


Width (mm)
Height( mm)
450
275
---

Cubicle for Star-Delta starter


Width (mm)
Height( mm)
--450
550

components of the switchboard shall generally be approachable from front. However, MCC
can be in double front execution also if specifically asked for, or space restriction.
The maximum and minimum operating handle/push button height of any feeder shall be
approximately 1900 mm and 300 mm respectively with reference to panel bottom. The total
height of panel shall generally not exceed 2300 mm. Supporting arrangement for dressing
of power and control cables in cable alleys also shall be provided. Maximum shipping length
of MCC shall be 2500 mm.

Current Rating of
SFU/MPCB/MCCB
Upto 63 A
100 A to 250 A
400 A and above

Cubicle for SFU/MPCB/MCCB


Width mm
450
450
500

Height mm
275
550
825

Note: The size of feeders with soft starters, variable frequency drives (VFD) shall be
Decided as per the size of the soft starters, its switching device and the type of connection
for the application.

Minimum depth of cubicle for ACB shall be 1000 mm.


Minimum depth of panel shall be 350 mm.
Minimum width of cable and bus bar alleys shall be 300 mm

125

Painting:
All metal surfaces shall be thoroughly cleaned and degreased to remove all scales, rust, grease
and dirt. Fabricated panels shall be pickled and treated to remove any trace of acid. The undersurface shall be prepared by applying a coat of phosphate paint and a coat of yellow
zinc chromate primer. The under surface shall be made free from all imperfections before
undertaking the final coat. After preparation of the under surfaces, the panel shall be spray
painted with two coats of approved shade of pow der coating. The finished panels shall be dried
in stoving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pin
holes, orange peels, run-off paint, etc. All unpainted steel parts shall be cadmium plated or
suitably treated to prevent rust, corrosion, etc.

Nameplates:
Nameplates for all incoming and outgoing feeders shall be provided on doors of each
compartment. Nameplates shall be fixed by screws only and not by adhesives. Engraved
nameplates shall preferably be of 3-ply (Black-White-Black) acrylic sheets or anodized
aluminium. Special danger plates shall be provided as per requirement. Inside the panels,
stickers should be provided for all components giving identification no. as per detailed wiring
diagram.
Bus bar Sizing Connection and Supports:
The bus bars shall be made from high conductivity electrolytic aluminium conforming to
grade E91 E of IS 5082. The bus bars and supports shall be capable of withstanding the
rated and short circuit current stated in the single line diagram/feeder details. Minimum size
of power bus bars shall be 200 Amps. rating. Maximum current density permissible for
Aluminium bus bars shall be 0.8 Amps./Sq. mm for bus bar area above 500 Sq. mm & 1.0
Amp/Sq. mm for bus bar area below 500 Sq. mm. An earthing bus bar of minimum 150 Sq.
mm section aluminium shall be provided outside panel at bottom throughout the length of
the panel. Provision shall be made to connect the earthing bus bar to the plant earthing grid
at two ends. All doors shall be earthed using flexible copper connections to the fixed frame
of the switchboard.
Maximum current density permissible for Copper bus bars shall be 1.5 Amps./mm2
The bus bars shall be provided with heat shrinkable PVC insulating sleeves of 1100V grade.
Red, yellow and blue colour shall be used for phase bus bars and black colour shall be used
for neutral bus bars. Joints shall be shrouded suitably. Supports for bus bars shall be made
of suitable size non-hygroscopic and non-inflammable epoxy compound SMC/DMC blocks
and these should be adequate in number so as to avoid any sag in the bus bars.
Minimum clearance between phase to phase shall be 25 mm and that between phase to
neutral/earth shall be 20 mm

Power Connection:
For power interconnection within the panel board:
Copper stranded conductor PVC insulated cables suitable for 1100 volts, of adequate cross
section shall be used. FOR CURRENT RATING ABOVE 63 AMPS ALUMINIUM
BUSBAR STRIPS OF ADEQUATE RATING SHALL BE USED. MINIMUM SIZE
OF COPPER CONDUCTOR TO BE USED SHALL BE 4.0 SQ.MM. Cable lugs/
sockets of suitable size and type shall be used for all interconnections wherever required.
For all Aluminium to Copper connections: - The Copper surface will be silver plated and
126

the aluminium surface will be properly cleaned and supplied with oxide inhibiting grease.
For all outgoing motor feeders, the suitable size terminal blocks shall be provided in cable
alleys near feeder s cubicle and wiring upto these from contactors shall be done by panel
supplier. These terminal blocks shall be heavy duty type to withstand high starting currents.

For incoming and outgoing feeders of the MCC, copper/aluminium conductor cable will
Be used and hence the panel is to be designed for receiving these and wherever required
cable boxes with bus bar extensions for receiving more no. of cables, shall be provided in
panel by supplier. Removable gland plates of 12 gauge thickness shall be provided on top/
bottom of panel, for cable entries. Supplier to check with purchaser whether incoming/
outgoing cables are to enter MCC from bottom or top.
To prevent accidental contacts, all inter-connecting cables/bus bars and all terminals also
shall be shrouded.
Standard colour code of red, yellow and blue for phases and black for Neutral to be
followed for all bus bars/conductors.

Auxiliary wiring and Terminals:


Wiring for all controls, protection, metering, signalling etc. inside the switchboard shall be
done with 1100 volts grey colour PVC insulated stranded copper conductors. Minimum size
of these conductors shall be 1.5 Sq.mm. CT circuit wiring shall be done with 2.5 Sq.mm.
Control wiring to components fixed on doors shall be flexible type.
The complete panel would be sub-divided into different sections if required by purchaser.
Each cubical shall have its own control circuit with MCB and indication. Terminal block
(Minimum 3-ways) for control wiring shall be provided for each outgoing Motor feeder in
its cubical near cable- alley. 10% spare (minimum one) terminals shall always be available
in each terminal block. Control wiring up to these terminal blocks shall be done by supplier.
All control wiring should be provided with necessary cable sockets/lugs at both ends.
Separate cubicle can be provided in the panel to enable termination of multi-core control
cables.
Conductors shall be terminated using compression type lugs. Each termination shall be
Identified at both the ends by PVC ferrules. The identification termination numbers should
match with those on drawings.
Control wiring for motor feeders should be such that the "green" light of motor feeder is
"ON" only when control as well as power circuit of feeders is "ON" and it shall have its
own MCB.
For all motor starter feeders, provision for control wiring to remote ON/OFF control is to
be made. The auxiliary wiring for the same shall be brought up to terminal block in the feeder's
cubicle.

Switchgears:
BREAKER CLOSE
BREAKER OPEN
BREAKER AUTO TRIP

RED
GREEN
AMBER

127

Air Circuit Breakers (ACBs)


These shall be manually operated, fully draw out type, 4 pole type with built-in microprocessor
based programmable protection suitable for 415 V, 50 Hz. supply. Microprocessor based
programmable protection unit shall have settings for overload, short circuit, instantaneous and
earth fault currents with time delay and LED indicators to show various conditions such as
Power ON, Overload, Short-circuit, Instantaneous Earth fault, Percentage load, Self Diagnostic
Test etc. Mechanical spring charging mechanism stored energy type shall be provided with
Mechanical indicators to show 'Open', 'Closed', 'Service' & 'Test' positions. The circuit breaker
shall be provided with mechanically operated emergency tripping device. This device shall be
available on the front of the panel. Mechanical interlock shall be provided such that the ACB
feeder cubical door cannot be opened when ACB is "ON". However, it shall be possible to
defeat this interlock for inspection purpose. Trip- coil shall work under the following voltage
variation conditions:
Trip coils: 50 % to 130 % of rated voltage
The circuit breaker shal l be provided with mechanically operated emergency tripping device.
This device shall be available on the front of the panel. The circuit breaker position shall be
indicated electrically. The following indicating colours shall be used:
MCCBs up to 100 Amps
MCCBs above 100 Amps

135 KA
150 KA

Note: The air circuit breaker for incoming feeder shall be of 4 pole construction, unless stated
otherwise. It shall also be provided with under voltage coil and single phase protection
relay.

Moulded Case Circuit Breakers (MCCB)


MCCBs shall always be provided with separate operating handle mechanism with door
interlocking. The MCCBs for motor feeders shall be of triple pole construction arranged for
simultaneous three pole manual closing or opening and automatic instantaneous tripping on
short circuits. MCCB used for incoming feeder or for non-motor outgoing feeder, shall be of 4
pole type. MCCBs shall be provided with adjustable type tripping device with inverse time
characteristics for over load protection. All motor feeders MCCBs shall be provided with
neutral link complete with isolating link.
Closing mechanism shall be quick make, quick break and trip free type. Operating handle shall
give a clear 'ON' 'OFF' & 'TRIP' indication. Control voltage for MCCB shall be 240 volts. The
ratings shall be as specified in feeder details or approved drawings.
Minimum rated breaking capacities shall be as under:

Note: All feeders having MCCB shall be provided with neutral link complete with isolating
link. However, the MCCBs for incoming and non-motor feeders shall be of 4 pole
construction, unless stated otherwise.

Motor Protection Circuit Breaker (MPCB)


These shall be used along with conjunction with power contactor as specified in special
requirement of this project/drawings. MPCB shall be selected for motor protection tripping
128

characteristics, current limiting and shall have low let through energy. MPCB shall have inbuilt
bimetal for overload protection and Electro-magnetic release for short circuit protection.
MPCB shall have adjustable overload settings, single phase protection & auxiliary
switches/contacts for indications, interlocks etc. It shall comply with latest standard and provide
short circuit coordination TYPE 2 in accordance with IEC 947-4-1 with contactors. The
Contractor and MPCB shall be of same make. MPCB should give indication for ON/OFF and
tripping on fault. The minimum breaking capacity of the MPCB shall be 50 KA. MPCB shall
have door interlocking with cubicle feeder door by suitable extensions.

Switch & fuse switches


Switches or fuse switches shall be load break, heavy duty, air break having continuous
Maximum rating type with manual quick make/break mechanism. Mechanical interlock
Shall be provided to prevent opening of door in switch closed position and prevent
closing of switch ing door open position. However, it should be possible to defeat this
arrangement for testing purpose.

Fuses
These shall be non-deteriorating HRC cartridge link type with operation indicator which will be
visible without removing fuses for the service. These shall be complete with moulded phenolic
fuse base and cover. The fuse base shall be so located in the modules to permit insertion of fuse
pullers and removal of fuse links without any problem.
Stop/open/emergency
Start/close

Red
Green

Contactors
The rating of the power contactors shall be as required depending upon the feeder rating
indicated in the specifications and as per the table provided in this specification below.
Contactors coils shall be suitable for 240 volts, 50 Hz. unless otherwise specified. All
Contactors shall be supplied with minimum 2NO + 2NC auxiliary contacts. Additional contacts
If required for interlocking etc. shall also be provided. All contactors of motor starters shall be
suitable for AC 3 duty unless specified otherwise. Auxiliary contactors for controls shall have
minimum 2NO + 2NC auxiliary contacts.

Protective Devices
Bimetal overload relays with inbuilt single phase protection shall be adjustable and self- reset
type. Alternatively, electronic relay with LCD display and annunciation with trip reasons may
also be provided. Heavy duty starters shall be provided with saturable type current transformer
operated overload relays only, which shall be suitable for motor starting time of 15-60 seconds.
Any other relays, if required for incoming & outgoing feeders shall be specified in the feeder
details.

Timers
Phases
ON
OFF
TRIPPED

Red, Yellow & Blue


Red
Green (Only for ACB Feeder)
Yellow (Only for ACB Feeder)
129

The timers shall be continuously adjustable and electronic type, suitable for 240 V, 50 Hz
supply. The timers for Star Delta automatic starters shall have time delay of 0 to 60 seconds
between changeovers of contacts.

Push Buttons (PBs)


Push buttons shall be complete with actuator and contact block & LED indicator type. These
shall be generally mounted on doors of the cubicles. Colours shall be as follows:

It should have minimum 1 NO + 1NC contacts. Push- buttons shall conform to IP-65 protection
Against dust and water ingress.

Indication Lamps
All outgoing motor feeder shall be provided with ON indication lamps. For all incoming
And non motor outgoing feeders shall be provided ON indication lamps for all three phases.
Colours shall be as under:

Indication lamps shall be in the form of cluster of high intensity light emitting diodes (LED) to
give bright indication. These lamps shall be of 22.5 mm dia and having operating voltage
of 240 V, AC.

130

Current Transformers (CTs)


CTs shall be cast resin insulated type. Primary and secondary terminals shall be marked
indelibly. CTs shall preferably be mounted on stationery parts. These shall be capable of
withstanding momentary short circuit and symmetrical short circuit current for 1 second and
shall have a minimum rating of 10 VA. Neutral side of CTs shall be earthed. Protection CTs
shall be of low reactance, accuracy class "SP" and an accuracy limit factor greater than "10".
Instrument CTs shall be of accuracy class "1.0" and accuracy limit factor less than "5.0".
Separate CTs to be provided for protection and metering purpose.

Measuring Instruments
These shall be of square pattern having approximate dimensions 96 mm x 96 mm, flush
Mounting type. Necessary auxiliary instruments like CTs, VTs, etc. are also included in
the scope of supply. All AC meters shal l be of Digita l type for displaying three phases
reading. Suitable selector switch shall be provided if the digital- meter does not have
provision for simultaneous display of three phase readings. Voltmeter shall be suitable for
direct line connection. Voltmeters shall be connected through MCBs only.

General Requirements
All non-motor outgoing feeders shall have ammeter with selector- switch to indicate curren
t in all three phases. Ammeter shall always be CT operated. The following selection table shall be
followed for switches & contactors of motor feeders unless otherwise specified :
S. No

415 V Motor
rating (HP)

Contactors
Rating (amps)

MCCB Rating
(amps)

MPCB Rating
(amps)

Type of Starter

1
2

Up to 7.5 HP
10 & 15 HP

25
32

-------

16
25

20 to 25 HP

----

40

----

30 to 35 HP

----

50

----

40 HP

----

63

----

45 HP

----

100

----

50 to 60 HP

----

100

----

65 to 70 HP

----

200

----

75 to 90 HP

----

200

----

10

100 to 125 HP

----

250

----

11

150 to 180 HP

----

400

----

12

200 to 250 HP

----

400

----

DOL
STAR-DELTA
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER
SOFT
STARTER

131

Special requirements
1. For capacitors, rating of contactors switch shall be double of rated current of
capacitor.
2. All motors upto 7.5 HP feeders shal l have DOL starter for motors of 10 HP 15 HP shall
have star delta starter, motor feeders above 20 HP shall have soft starters.
3. All motor feeder rating of 20 HP above shall have ammeter with selector switches.
4. Motor feeders upto 15 HP shall be provided with MPCB for feeders 20 HP above shall
be provided with MCCB of specified minimum breaking capacity.
5. If the total operating load on MCC is more than 600 KW, MCC shall have to incoming
Feeder s with a bus coupler (similar to incoming feeder without protection and
metering provisions).
6 Each incoming feeder shall have independent instrumentation and protection. For
Incoming feeder of rating up to 600 Amps, MCCB (4 Pole type) and for rating 600
Amps and above ACB (4 Pole type) shall be provided. Each incoming feeders to be
complete with earth leakage relay. For incoming feeder for the Main plant, a
microprocessor based data logger to be provided to indicate and store 3 phase voltages, 3
phase current power factor, energy consumed in Hand VAR etc.
7. For High electrical loads like Batch mixers, Hammer Mills, Pellet Mills, Pellet cooler fans,
capacitors shall be placed in the Main plant MCC shall be directly connected, once the
respective feeder is put ON.
8. If the non motor outgoing feeder rating is 100 Amps and above, MCCB (4 Pole type) shall
be provided.
9. All control wiring in feeders, instrument connections shall be wired through 2 Amp
DPMCB.
10. Electrical interlocking shall b e provided between various feeders as required by the
process or specified in special requirement for this projec t or approved drawings.
11. Induction motors (above 10 KW) with 3000 RPM shall require higher rating for MPCB
MCCB, contactors and electronic timers due to very high starting current. MCC.
12. Feeder details for incoming and outgoing for this project as per battery limi t to
be worked out by the supplier as per the design and requirement of the plant.
13. Motors for Hammer Mills pellet Mills with common base frame, the final termination at the
Motors end, shall be with copper conductor cable.
14. In addition to the connected load to MCC, at least 10 (rating) spare outgoing feeders
complete with starters shall be provided. These spare feeders shall cover as far as possible
more or less all sizes of starters.
15. VFDs provided in the panel for plant equipment shall be interfaced to the Central PLC
through Ethernet or similar type of communication cable. The VFD shall be dynamically
controlled from the PLC depending on the program and feedback system from field. These
VFD shall have Battery back- up and communication port.
16. Rubber mats, 12 mm thick suitable for 11 V to be provided in front of operating side of
MCC for full length of MCC.
17. All the major components of an MCC shall be of same Make
Soft Starter Panel
Panel for Soft-starter shall have specifications similar to that of MCC with suitable sized
cubicles for outgoing feeders. This panel shall have ON, OFF, TRIP indications, with ammeter
& provision for cooling arrangement like fan & louvers. VFDs for feeders for Pellet Mill &

132

Hammer mill shall also be installed in this panel. Soft-starters are required for Heavyduty start applications for motor ratings above 20 HP & shal l be used in conjunction
with MCCB (with ripping arrangement) in a panel feeder. The selection of the soft-starter
shall be based on the application, ambient temperature, no. of start & stops/hr & rating
of the motor. Standard features like Ramp-up time, Ramp-down time, % starting voltage,
LED indications etc shall be available in the unit. For Hammer Mill & Pellet Mill motors,
The soft-starter shall have additional features like adjustable current limiting, thermister
protection for motor, built-in CT & PLC communication port. All soft-starters shall have
electronic overload relay & for motors above 50 HP the starter shall have inbuilt electronic
overload relay with a trip class 30 & fan cooling arrangement. In most cases, soft-starter
shall be in-line connected. However, if required, for specific application, an inside delta
connected soft-starter with suitably rated contactor, can be considered.
Automatic Power Factor Correction Panel With Capacitors
The capacitor requirement shall be calculated considering the overall inductive loads of Main
plant equipments under the scope of supply. Power factor correction for electrical loads
of other associated plants need not be considered. The calculation of capacitor requirement
shall be shared with purchaser This panel shall be located near Main plant MCC & for the design
purpose an initial power factor of 0.8 shall be assumed. CT for PF relay shall be located
on the load side of the incoming feeder of the LT PANEL.
Automatic Power Factor Correction Panel
Automatic Power factor Correction panel is required to continuously measure and monitor
the power factor of a system and switch ON/OFF bank of power capacitors to bring the
power factor of the system to a preset value. This shall be a separate panel which shall
receive input from LT PANEL. The panel is to be fabricated with 14 SWG thick coldrolled sheet steel enclosure, indoor type, floor mounted, weather and vermin proof with
simila r specifications of a Motor Control Centre with provisions for heat dissipation (louver
with mesh) & suitable for 415 V, 50 Hz, 3 phase supply.
It would consist of An automatic power factor correction relay, microprocesso r based, with arrangement for
sensing the power factor of the inductive load and giving signal to 16 feeders (min) of
power capacitors, as per the setting of P. F. and electronic circuit to ensure that once a capacitor
gets cut off, it is not put on at least for a minute. The relay should automatically
manage capacitor banks. The capacitors must be turned "on" and "off' according to the reactive
power required to correct the power factor of the load to the power factor set on the relay.
The relay should have automatic and manual mode of operation with a LED to indicate
the operating mode. The auto/manual function makes it possible to turn the capacitor
banks on and off manually regardless of the line value measured.
Power Capacitors Banks
The power capacitor banks shall be used to improve the power factor of an electrical system
and shall be housed in the power factor correction panel separated from the feeder cubicle.

133

Design Requirements
Each basic unit is to be built up with a number of elements. These elements shall be All
Polypropylene film (Super Heavy duty), non-self healing type with low watt loss. Capacitor
element must be completely sealed with epoxy resins to provide maximum humidity
protection and highest insulation. The capacitor elements are to be given adequate outside
insulation and should be put in all welded surface treated MS containers. The outer surface
shall be provided with a coat of protective primer followed by two coats of synthetic enamel
paint of approved shade. These capacitors shall be Non PCB oil impregnated under high
vacuum. The metal case shall be equipped with porcelain bushings to permit connection between
power lines and active capacitors. The unit shall have built-in internal individual fuses.
Externally each capacitor unit shall have two separate earthing points, name plate confirming to
The requirements of IS-2834 (amended up to date), discharge resistances etc. Each capacitor
should be suitable for operation on 440 V, 3 Phase, 50 Hz AC power supply for 25 KVAR rating.
Geared Motors & Gear Boxes
Gear Boxes are required for torque transmission & speed reduction for plant equipments. Speed
reduction for machines shall be through geared motors only unless gear boxes have been
specified in individual machine's specification. The geared motor should use helical gears.
The electric motor and helical gear box should be built as one unit. The geared motors gear
boxes shall be selected for minimum 15 start stops per hour, for moderate shock load for
continuous operational requirement with a minimum mechanical service factor of 1.5, without
undue heating of gear oil. The load factor for overhang shall also be considered for gearbox selection.
Geared motors / boxes shall be complete including key in the driven shaft, oil level indicator,
oil filling plug, oil breather and drain plug. Suitable grade gear oil for first charge of geared
motor / boxes should not be filled but should be packed separately in a drum and sent along
with geared motor/boxes. Suitable grade Gear oil for the gear box /geared motor shall be filled
at site before testing. The electric motors used for geared motors / gear boxes should be TEFC,
degree of protection IP 54/55, squirrel cage, induction type, with class 'F' insulation suitable
for 415 V, 50 Hz, 3 phase AC supply. Electric motors performance in general should confirm to
IS-325-1996.
Electric Motors
These are required for driving various machines of the plant. All motors should be TEFC
(Totally Enclosed Fan Cooled), squirrel cage, degree of protection IP-54/55, horizontal foot
mounted, induction type, rated for continuous duty, with class 'F' insulation suitable for
operation on 415 volts (+/_ 5% ), 50 Hz, 3 phase AC supply. All motors to be supplied shall be
"Energy Efficient" type and shall confirm to the latest relevant IS and shall comply with the
following:
1. All poly-phase motors of 0.375 kW or more shall have a minimum acceptable nominal full
load motor efficiency not less than shown in table below or as per the IS 12615 2004 Eft 1
for energy efficient motors.
2. Motor nameplates shall list the nominal full-load motor efficiencies and the full-load power
factor.
3. Certificates shall be obtained and kept on record indicating the motor efficiency. Whenever
a motor is rewound, appropriate measures shall be taken so that the core characteristics
of the motor is not lost due to thermal and mechanical stress during removal of damaged
parts. After rewinding, a new efficiency test shall be performed and a similar record shall be
maintained.
134

Minimum acceptable nominal full load motor efficiency


(For all poly-phase motors of 0.375 kW or more)

Motor Power
KW
1.1
1.5
2.2
3
4
5.5
7.5
11
15
18.5
22
30
37
45
55
75
90
110
132
160
180
200

Efficiency
HP
1.5
2
3
4
5.5
7.5
10
15
20
25
30
40
50
60
75
100
120
150
180
215
240
270

2 Pole
82.2
84.1
85.6
86.7
87.6
88.5
89.5
90.6
91.3
91.8
92.2
92.9
93.3
93.7
94
94.6
95
95
95.3
95.5
95.5
95.8

4 Pole
83.8
85
86.4
87.4
88.3
89.2
90.1
91
91.8
92.2
92.6
93.2
93.6
93.9
94.2
94.7
95
95
95.5
95.8
95.8
95.8

All motors to have at least class 'F' insulation. The performance of the motors should conform
to Indian Standard IS-325- 1996. The starting torque of the motors shall be at least 2.5 times of
the rated torque. All motors above 60 HP shall be provided with bigger terminal box to
accommodate AI cables. Thermistor shall be provided in motor windings of 60 HP & above &
shall be of two ranges, one being for the warning and the other for tripping the motor if the fault
persists.
Remote Control Panels
These shall be floor/wall-mounted type as per site requirement. These shall be made of
SS 304 housing. Front cover shall be removable type with suitable rubber gaskets to make
them dust, vermin and moisture proof. Degree of protection for housing shall be IP - 54/55.

Each feeder of station shall be provided with nameplate (white bakelite), LED type indication
lamp with pushbuttons i.e. one 'ON' (Green) push button and one 'OFF' (Red) push button with
135

latch to prevent accidental starting. Green and Red push buttons shall have contact elements
having 1 NO + 1 NC.
Heavy duty connector shall be used in RCP for internal wiring. Indication lamps shall be
LED type to give bright indication. Push Buttons shall be indicator type with LED lamps &
shall be of 22.5 mm dia and having operating voltage of 240 V AC. The panels shall have
ammeter for critical equipments to monitor motor load. Localised control panels to be provided,
as per the requirement, near the special machines such as Pellet mills, Hammer mills, Mixers
and Automatic bagging system etc. These can be floor/wall-mounted type and made from
SS 304 sheet with suitable supporting arrangements. These can be as per the standard
design of the manufacturer of the related machine.
Push Button Stations / Isolators /Junction Boxes etc.
Push button stations and isolators are required for emergency operation of the equipment and
installed near it. All Push buttons shall be indicative type with LED. All DOL started motors
shall have power isolators near the motors and Star-Delta started motors shall have
ON and stay put on type red OFF Push button stations near the motors. Junction boxes are
required on floors near equipment for bringing multi-core control cables up to floor and distribution
to individual control switches such as limit switches, isolators, push buttons, solenoid valve etc.
These push button stations/isolators/junction boxes etc. shall be housed in aluminium cast
housing and to have IP-54/55 protection so that these are robust and no dust could enter in
to them.
Mimic Panel
This panel is used for operating the feed mill equipment on manual mode when PLC is not in
operation & not controlled by the remote control panels provided in the individual
sections of the plant, for operating various pneumatic flaps/slide gates and for housing indicator
for auto-batching plant. The complete installation to be shown by a painted multi- colour mimic
diagram. The mimic diagram shall be housed in a SS enclosure & shall have LED indicators for
status of motors, slide gate, level sensors etc. The general specification of this panel would be
similar to that of motor control centre specified elsewhere in the bidding document. All the
necessary operating, indicating and signal elements shall be located on the fixed front panel
with desk, in functional manner so as to facilitate comfort of operation.
Production Block Lighting
Lighting of entire production block (except wherever R.C.C. roof is provided by them)
is to be carried out by the bidder. Lighting work scope starts from the outlet feeder of the Main
lighting panel in the LT Panel room of the Substation block to the light fittings in the main
plant. The specification of the Lighting panel shall be similar to that of MCC, excepting that the
outgoing feeders shall be with suitable rating TPN MCB for the Distribution Boards in the
Main plant.
Lighting shall be carried out as per requipment and general lighting requirement. Light
fittings are to be wired via Distribution Board to a centralised lighting panel for the main
plant in the Electrical room which are to be supplied by the bidder. This centralized
lighting panel shall be cabled to respective Distribution Boards located on respective floors.
Various switchgears such as miniature circuit breakers & earth leakage circuit breakers etc. of
the distribution Board shall be integrated in this Lighting panel. Light fittings control may be
for individual or group of light fittings depending upon the locations by miniature circuit
breakers. For wiring PVC insulated armoured cable with copper stranded conductor, shall
136

be used for sub-main wiring upto Distribution Board in each floor. From each Distribution
Board to individual fixtures shall be through Copper point wiring (min 2.5sq.mm) in 25 mm

MS conduit to be provided. All Light fitting shall be Dust & Jet proof, (similar to IDJ 1124 EB
of Crompton) with electronic ballast. Fluorescent tubes of 36 W cool Day light shall be used
for the fittings. Emergency lights for indication of the emergency exits to be provided
complete with centralised inverter in control room. For production block roof, twin obstructers
marking light for aviation purpose to be provided.
On each floor of the production block, one distribution board shall be provided with at least one
25A universal single phase metallic plug and socket power point in cast Al. dust proof
enclosure. Copper lightning arrestor with connected GI earthing strip and earthing pits shall be
provided for lightening protection of the plant. Separate earthing system with pits to be
provided for industrial power system, computer systems, lighting system and lightening
arrester. Distribution Boards shall be prefabricated type with I6 /18 G MS sheet housing
suitable quantity of MCBs, with suitable nos. of knockouts for incoming cable & outgoing
cables & conduits. The box shall be hinge type with only the MCBs operating knob visible.
These boards shall have 2 mm thick gland plate.
Power Cables (LT)
Power cables for use on 415 V system shall be of 1100 volt grade, copper conductor (upto 50
Sq.mm) & aluminium conductor (above 50 Sq.mm), XLPE insulated, PVC sheathed, armoured
and overall PVC sheathed strictly as per IS : 7098 PART 1/1988. Unarmoured cable shall be
used only for specifically requirements as per directions of Engineer-in-charge. The size of
these cables shall be as per approved erection drawings. NO COPPER CABLE OF SIZE LESS
THAN 2.5 SQ. MM SHALL BE USED. The following selection table shall be followed for
cables of motors unless otherwise specified:

3 Phase 415 V Motor H.P.

Up to 7.5
10
15
20
25
30
40
50
60
75
100

Direct-on-line
Supply side
Motor side
Copper Conductor Cable Size : Sq mm
2.5
2.5
4
4
6
6
10
10
16
16
16
16
25
25
35
35
Aluminium conductor Cable Size : Sq mm
70
70
95
95
120
120
137

Star-Delta Starter
Supply side
Motor side
2.5
4
6
10
16
16
25
35

2 X 2.5
2 X 2.5
2 X 2.5
2X4
2X6
2X6
2 X 10
2 X 16

70
95
120

2 X 35
2 X 50
2 X 70

125
150
180
200
250
275
300

185
240
-

185
240
-

185
240
300
2 X 150
2 X 185
2 X 240
2 X 240

2 X 95
2 X 120
2 X 150
2 X150
2 X 185
2 X 240
2 X 240

Note: Cables indicated above in the table shall be only armoured copper conductor cable for
motors 50 HP. For motors rating 60 HP and above, armoured aluminium cable should
be used.
Control Cables
Control cables for use on 415/230 V systems shall be of 1100 V grade, copper conductor, PVC
insulated, PVC sheathed, armoured and overall PVC sheathed, strictly as per IS: 1554 (Part I) 1988, read with latest revisions, if any.
Unarmoured control cable to be used only if
specifically indicated in approved drawings or specially approved by site in-charge. The size
of these cables shall be as per approved erection drawings. NO CABLE OF SIZE LESS THAN
2.5 SQ. MM SHALL BE USED.
Screened Control Cable for Analogue Signals
These shall be used for carrying out analogue signals. Multi-standard base annealed copper
conductor, PVC insulated, cores colour coded, laid up screened by braiding with ATC copper
wire and finally over all PVC sheathed, complete as per British Standard Code 5308. Sizes of
these cables shall be specified in schedule of quantities/approved drawings. As a standard
practice, these cables shall be of conductor dia 1.0 sq. mm and number of cores as per
requirement. These cables shall be with armouring unless specified otherwise in schedule of
quantities/approved drawings.
Earthing System
Earth Pit
1. Plate type earth electrode with earth pit shall be provided for this work unless otherwise
advised by site engineer due to typical site conditions. Earthing electrode and pit shall be as
per IS: 3043-1987 the latest revision (code of practices for Earthing).
2. All earth electrodes shall preferably be driven to a sufficient depth to reach permanent
moist soil.
3. Earth pit centre shall be at a minimum distance of 3 M from nearest building, unless
otherwise advised. The minimum 3 M distance shall be maintained between centres of 2
earth pits.
4. Earth electrode for PLC, instrumentation earthing shall be of copper, whereas the same for
all other application (LT MCC /Electrical panels) shall be of GI.
5. Earthing electrodes for Main plant Lighting panel shall be plate type with double earthing.

138

Earth Bus, Earthing Lead & Earth Wire/Strip


1. All electrical equipment is to be doubly earthed by connecting two-earth strip/ wire
conductor from the frame of the equipment to an earthing pit/ main earthing ring. The
earthing ring will be connected via links to several earth electrodes. The cable armoured
will be earthed through the cable glands. However, the length of the branch leads from
equipment to earthing grid/ ring shall not be more than 10 to 15 meters.
2. All hardware for earthing installation shall be hot dip galvanized. Spring washers shall be
used for all earthing connections of equipment having vibrations.
3. Size of earthing lead/ wire shall be as specified in schedule of quantities/drawings. Below
Table may be considered as general guidelines.
4. However, while deciding type & size of earth lead, the resistance between the earthing
system and the general mass of the earth shall be as per IS code of practice. The earth loop
impedance to any point in the electrical system shall not be in excess of 1.0 in Contract to
ensure satisfactory operation of protective devices.
5. G.I. wire/ Copper wire shall be connected to the equipment by providing crimping type
socket/ lug.
6. Wherever earthing strip to be provided in cable tray, it shall be suitably bolted on
cable tray and electrically bonded to the cable tray at regular interval.
7. Excavating & refilling of earth, necessary for laying underground earth bus loops shall be
The responsibility of the Supplier.
8. Wherever earth leads/ strips/ wire are laid in cable trenches, these shall be firmly and
suitably cleared to the walls/ supporting steel structure on which cable is clamped.
9. All LT Electrical panels shall be double earthed i.e. connected to earth pit independently
and earth pit shall have GI earth plate. Earth strips for panels shall be interconnected
wherever possible.
10. Long runs of GI strip shall be connected at each end with lap type welding to ensure
continuity.
Sizing of Earthing Lead Wire
S. No
1
2
3
4
5
6

Item
Control Switches / glands
Motor / Isolators upto 40 HP
Motor above 40/50 HP upto 125 HP
Motor above 125 HP
Switch Board/Motor Control Center
Earthing main in trenches

Size
Copper wire 14 SWG
Copper wire upto the Cable tray & GI strip 25x3 mm
GI strip 40x3 mm
GI strip 25x6 mm
GI strip 50x6 mm
GI strip 50x6 mm

Other Electrical Items


1. Control circuit junction boxes
2. Cable tray and GI conduits
3. LT Control wires and cables for instrumentation, and interlock along with sensors probes,
limit switches, HG switch etc
4. Cable glands, lugs, route markers
5. Earth pits with electrodes
139

6. Complete double earthing for all electrical equipment with suitable size earth conductors
7. LT power capacitors for PF correction
8. Rubber mats, fuse puller, hand gloves
The specifications for above items are available in the Special Condition of Contract
Electrical Section

140

Technical Specification of Production Block Housing


Structural steel is required to house complete feed mill equipment in the production block
except for exclusion mentioned in the bidding document elsewhere.

All general purpose steel


Shall be conform for physical and chemical composition as per IS 2062 Grade A (of latest
version)

Nominal Dimension of rolled steel


Shall conform to IS 808 for Beams, columns, Channels, Angels
Shall conform to IS 1730 for plates, strips, flats
Shall confirm to IS 3954 for channel sections
Shall conform to IS 1239 for pipes
The Production Block structure shall be bolted/welded type consisting of suitable steel structure
having columns, I channels, angels, plates, foundation bolts etc. All platforms fabricated from
5 mm thick steel chequered plates, suitably supported to avoid deflection or vibration.
All necessary MS purlins and roof trusses shall be supplied & installed for the sheeting work.
Suitable steel staircase is also required. Necessary MS B class pipe NB 32 mm railing to be
provided whenever required. Complete steel structure to be painted with two coats of RedOxide Zinc Chromate primer and then 2 coats of synthetic enamel paint. For production
Block (main plant) required quantity per unit area of windows to allow natural light and
ventilation to equipments shall be provided with press steel frame, welded mesh for protection
from birds and 4 mm minimum thick wired glass.
On sided and roof, ALVALUME (AL ZINC) pre-coated profiled rib sheets as per below
specification shall be fixed. Necessary pre-coated Galvalume sheet flashing pieces for
windows, corner pieces shall be fixed to avoid rain water entry.
Technical Specification for GALVALUME Colour Coated Roofing / Cladding Sheets

S. No
1
2
3
4
5
6
7

Description
Base Metal
Al-Zn Alloy
Coating
Colour coating
Total Coated
thickness
Yield strength
Approx mass per
unit area
Approx. Coverage

Specification
High Tensile Cold rolled steel AS 1397
55 % Aluminium & 43 % Zinc (approx) 1.5 % Silicon (approx);
Minimum 150 GSM coating mass ,total of both sides
20 microns on top with Silicon Modified Polyester paint & 5 - 7 Micron
back-up epoxy coating at Bottom
0.50 mm
550 Mpa
4.24 kg /sq.m
235 sq.m/ton
141

Fasteners

Imported galvanized carbon steel, self-drilling & self-tapping hexagonal


head screws of HILTI/ BOSCH)
Note: The make of fasteners should be HILTI /BOSCH with EPDM sealing washers.

Important Notes:

The steel housing shall house all the feed plant equipments required for the pellet production.
The foundation location, layout of plant, load details on the foundations shall have to be
Provided to the purchaser to design the foundation. Foundation bolts for the structure shall
be in the scope of the bidder. The structure for the Main plant shall be of welded construction
of steel members.
The steel structural housing shall be designed using economical sections, so as to reduce the
overall steel requirement, keeping the minimum safety standards as indicated.
The Hammer Mill, Batch Mixer, Pellet Mills, gravity feeder, screw feeder for bin discharger
shall be located in the same platform level. The bidder shall place batch weighers, pellet
coolers, bagging bins such that they are placed in the same platform level. Hence bidder shall
restrict the number of access equipment platforms for equipments to the minimum.
The steel structure framework for housing feed plant equipments shall be designed and checked
by the reputed structural engineer by the bidder. The framework shall be designed for wind load
(highest as per historical records) and for seismic stability as per seismic zone. Stability
certificate for the structure shall be submitted by the successful bidder. Design calculations for
the structure shall be shared with the purchaser and who shall suggest the bidder, for alteration,
wherever found required.
The bidder shall quote for 250 (200 + 50) MT for the plant structure, steel platforms, trench
covers, Pipe Bridge in the bidding document. The bidder shall however economize requirement,
wherever possible without reducing stability of the structure.
The steel sheeting work for Main plant shall eliminate unwanted opening and shall be no
leakage into the plant during rains. All unwanted opening in t he joint between inclined
and vertical sheets shall be suitably sealed/ closed. Holes on the sheets shall be made only by
drilling and only self tapping fasteners (as described above) shall be used.
To the extent possible cutting of cladding/Roofing sheets shall be avoided and proper selection
of sheet sizes is to be made. If opening are made in the sheets, they shall be properly
sealed to stop bird /dust entry.
Staircase shall be suitably located so that quick approach to working platforms and shall be
1.2m wide with 32 mm pipe hand railing (double braced).
Platforms, railing shall be extended to all working equipment to facilitate inspection, operation
and maintenance.
Windows for the plant shall be located at suitable height above each platform near equipments
for natural ventilation, lighting and for external views. The quantity of windows, design for the
plant shall be approved by the purchaser.
Elevation (all sides) drawings for the plant shall be furnished to the purchaser to decide on the
requirement of windows.
Proper sized sheet canopy or flashing for the windows shall be used to prevent water entry.
The sheet skirting at the lowest level shall be a part of the required of the sheeting.

142

Technical Specification for Erection, Testing and Commissioning


General technical specification for erection, testing and commissioning is included under special
condition of contract of bidding document. Erection, testing and commissioning is I nclusive
but not limited to the following: Positioning of all the feed plant equipment in the approved
locations, including grouting, anchoring etc as per requirement.
Laying of product, aspiration and Service pipelines inclusive of the necessary valves, fittings
etc including the necessary accessories if any.
Anchoring of the pipelines on necessary supports - for all products, aspiration and Service
pipelines.
Insulation of Steam and molasses pipe lines.
Erection/Welding/Grouting into place necessary structural platforms, walkways, handrails etc.,
as per requirement.
Name of all important machines to be written on them after final installation but before
commissioning by a painter. Necessary aero marks and other identification by painting to
be provided on piping as required.
Laying of LT Power cables in conduit pipes, Cable trays, underground (including excavation
etc) as per specifications, including supporting of cable trays/conduits, isolators, junction boxes,
remote push button stations etc. are in scope of tenderar.
Termination of Power cables on MCC and on Motor starters, Capacitors, isolators etc. with
suitable cable glands, lugs etc.
Termination of control cables/sensor wires on RCPs, control panels, limit switches, indicators,
controllers etc
Earthpit installation complete including excavation, installation, refilling etc.
Earthing of all electrical equipment with two runs of earth electrode of appropriate size from
earthpits, Panel board trenches etc.
Approval of Electrical installation executed by the bidder by the Electrical Inspectorate of the
state where the plant is located.
Testing and commissioning procedure have been detailed separately as per the Project
Management

Supply of Wear Parts and Spare Parts


(TO BE CONFIRMED FOR SUPPLY)

Wear Parts for each site:


Following wear parts are to be supplied with the plant and their cost shall be considered in
technical and financial evaluation:
Pellet Mill die
Pellet Mill roller Shell
Hammers for hammer mill
Sieve for hammer mill
Beaters and knives for molasses mixer
Filter bags for aspiration unit
Flexible canvass/rubber sleeves
Spare Jute twine remover rotor

5 Nos
5 sets
5 sets
5 sets
5 sets
1 set for each unit
1 set for complete plant
4 sets

143

Spare parts
For one year operation of plant, the Bidder shall furnish a list of all essential spare parts for items in
the scope with their item rates. Purchaser shall order spare parts separately as per the plant s
requirements.
List of preferred Makes of Bought out Items
Description
Electronic Weighing Machine
Platform Type
Centrifugal fans
Automatic Bag placing, Filling,
Weighing, stitching system
Galvalume steel Pre-coated Profiled
sheets
Soft Starter (Electronic)
Programmable Protection Relay
VFD
Level Transmitter & indicator
Temperature / Pressure Transmitter
RTD
PID Controller
Level Switch (float type for liquid &
vibrating fork type for powder)
Vortex / Magnetic Flow meter
Process Control Valve
Valve
Pressure switch / temp switch/
Pressure transmitter / temperature
transmitter / Thermostat
Pressure & Temperature Gauge
Dual type Pressure / temp. gauges
Temperature sensors / digital
indicator/ controller / recorder
Energy Monitor
Voltage / Current / Energy /
Power/factor Transducer
PC (Personal Computer)
PLC System
Printer
Automation System

Makes
METTLER TOLEDO / SARTORIUS / ESSAE TERRAOKE /
JAY INSTRUMENTS/ REIL / ATCO
ABB / FLAKT WOODS /AEROTECH / DUVENT/ ENGICON
/ RITZ / TLT / NADI / AIR CONTROL
IIM /CRONOS RICHARDSON / BOSCH / AVATON/ EEL
/TECHNO-WEIGH/ AUTOWEIGH SERVICES/ SARTORIUS
METACOLOUR / ISPAT / INTERARCH/
POLYSTEEL(DENDRO) UNIMETAL /
L&T/ ABB /SIEMENS / ALLEN BRADLEY / DANFOSS
MINILEC
ABB / L&T / SIEMENS / ALLEN BRADLEY / DANFOSS /
YASOKAWA
E&H / ROSEMOUNT
E&H / ROSEMOUNT
RADIX /PYROELETRIC / ALTOP / GIC / TOSHNIWAL
YOKAGAVA / CHINO / FOXBORO / TATA
HONEYWELL/SIEMENS / ROSEMOUNT
E&H / ROSEMOUNT / P&F / HONEYWELL / TECHROL /
SB ELECTRONICS
FORBES MARSHALL / E&H / ROSEMOUNT /
YOKAGAWA / MANAS MICROSYSTEMS
FORBS MARSHALL /SAMSON / ROSEMOUNT
SAMSON /DANFOSS / DEMBLA / AVCON / TOSHBRO /
FISHER XOMOX / MASONEILAN
DANFOSS / ALCO / HANSEN / PARKER / E&H/ SWITZER /
CHINO / PYROTECH / ALTOP / GIC/ WIKA / AMERICAN
SPECIALITIES, USA
FIEBIG / H GURU / PRICOL / WAREE / WIKA
FIEBIG / H GURU / PRICOL / WARREE
YOKOGAWA / CHINO / TATA HONEYWELL / RADIX /
PYROTECH
L&T / SIEMENS / ABB / ALLEN BRADLEY
RISHABH / ENERCON
IBM LENEVO/ DELL / ACER/ WIPRO/ COMPAQ/HP
SIEMENS / ALLEN BRADLEY / HONEYWELL/
SCHNEIDER / L&T QUANTUM / EMERSION
HP/Canon
IIM / SIEMENS / ROCKWELL/ TATA HONEYWELL/
INVENSYS / EMERSION/ MELSS / TECHNOWEIGH

144

Electric Motors
Air Circuit Breaker
MCCB, MPCB
Contactors
Starter, Overload Relays
Timers (Electronic)
Fuse Switch Units
MCBs
Push Buttons
Indicating Lamps
Digital Ammeter & Voltmeter
Analog Ammeter & Voltmeter
Digital Energy Meter
Analog Energy Meter
Power Factor Meter
Current Transformer
LT Power Cables
LT Copper Control Cables
Signal & Instrument cable
Power Capacitors
APFC Relay
Cable Tray
Isolating Switches
HRC fuses
IP 55 boxes for motor isolators, push
buttons, junction boxes etc.
Terminal Blocks
Electronic Load Manager
Selector Switch
Cable Glands
Programmable Protection Relay
Servo Voltage Stabilizer
UPS
SMF Battery
MS Pipes
LP Steam / condensate Valves
Steam relief valve, traps & strainers
Expansion bend for steam line
Steam Pressure Reducing Valve
Air Compressor (Reciprocating)

ABB / KIRLOSKAR / BHARAT BIJLEE / SIEMENS / NGEF /


CROMPTON GREAVES
L&T / SIEMENS / ABB / SCHNEIDER
L&T / MDS-LEGRAND / SIEMENS / ABB / MERLIN GERIN
/ GE / CROMPTON GREAVES
L&T / SIEMENS / ABB / SCHNEIDER
L&T / SIEMENS / ABB / SCHNEIDER
L&T / SIEMENS / BCH / GE
L&T / SIEMENS / ABB / SCHNEIDER / C&S/ GE
L&T-HAGER /SIEMENS/ MDS-LEGRAND / GE
TEKNIC / ESBEE / SIEMENS / GE / VAISHNO /
L&T / SIEMENS / VAISHNO / TEKNIC / BINAY
L&T /ANERCON / HPL SOCOMEC / MECO
RISHABH / IMP / MECO / AE
L&T / ENERCON / HPL SOCOMEC / CADEL / AE
GEC / UNIVERSAL / HAVE / PATNA
RISHABH / IMP / MECO / AE
KAPPA / MECO / AE / IMP / INDCOIL
FINOLEX / FORT GLOSTER / CCI / RPG ASIAN / INCAB /
UNIVERSAL / NICCO
FINOLEX / FORT GLOSTER /CCI / RPG ASIAN / RR
KABELS (UNILAY) / LAPP KABEL
POLYCAB / LAPP KABEL / THERMOPAD
EPCOS / MOMAYA / MEHER / KHATAU JANKAR /
SIEMENS / UNISTAR
L&T / BELUKE / EPCOS / PHASITRON / MECO
INDIANA / MEK / SUNRISE / SUPER / PILCO
L&T / SIEMENS / ABB / SCHNEIDER / C&S
L&T / SIEMENS / EE / C&S
HENSEL / HANSU
WAGO / LAPP INDIA / CONNECT WELL / ELMEX
L&T / ENERCON / KRYKARD /
L&T / KAYCEE / SALZER /
COMET / EX-PROTECTA / DOWELS / LAPP KABEL /
BRACKO
MINILEC
SUVIK / APLAB / NEEL / KRYKARD
NUMERIC / EMERSION / APC / HI-REL / DB
ELECTRONICS / APLAB/MICROTECH
EXIDE / AMCO / YUASA / FURUKAWA / PANASONIC /
TATA / JINDAL / KALYANI / MST / ISMT
AUDCO / CRESCENT / LEADER / THERMAX / BDK
SPIRAX / MAZDA / SAMSON / THERMAX
JN MARSHALL / MAZDA
SPIRAX / MAZDA
CHICAGO PNEUMATIC / INGERSOLL RAND / ELGI /
KIRLOSKAR / KHOSLA

145

Refrigerated Air Dryer


Air lines accessories
NRV for Air Line
Air Line valves (Ball)
Auto Drain Valve
Molasses Pumps
Duplex filer for molasses line
Resin bonded mineral wool
Geared Motor / Gear Box
Structural Steel
Air Conditioner (Split)

CHICAGO PNEUMATIC / GEM EQUIPMENTS / SABROE /


HIRAS/ INGERSOLL RAND/ ATLAS COPCO
SHAVO NORGEN / FESTO / AIRMATIC / LEGRIS / NUCON
FORBES MARSHALL/INTERVALVE / AUDCO / LEADER
AUDCO/ LEADER/ CRESCENT/ HAWA
ULTRA FILTER / ZANDER
JOHNSON / DELTA / ROTODEL / TUSHACO
INTERVEST
ROCKWOOL / LLOYD / UP TWIGA / MINWOOL /
PBEGL / POWER MASTER / RADICON/ SHANTHIGEARS /
IC BAUER / BON FIGOLI / EURO DRIVES
SAIL / ESSAR / TISCO / RINL / IISCO
LG/ BLUE STAR/ CARRIER / VOLTAS / HITACHI /
GODREJ

146

Battery Limits
Electrical
The bidder s scope of works include all the works related to LT electrical distribution to all the
equipment mentioned under the scope of this bidding document, supply of LT main panel and
same to be design with consideration of extended plant capacity from the outgoing feeders of
the Power Control Centre / Main LT panel (in substation), upto all electrical loads, through
panels. Scope includes supply of Main plant MCC, Soft-starter panel ,MCC for Raw material
Intake Equipment., APFC panel and their interconnecting cables on trays/pipes/trenches, earthing
networks & earth-pits. Cables to weigh- scales, portable conveyors from relevant MCCs are
included in the scope. The scope includes obtaining approval for electrical installation
executed by the bidder from the Electrical Inspectorate.
Steam
The bidder s scope of works includes all the equipment, piping, traps assemblies, air vents etc.
for distribution of LP steam from the outlet of PRS, through LP steam header to all
consumption points with condensate recovery system, necessary piping, valves etc. Obtaining
statutory approval, from the local Boiler Inspectorate for LP steam piping is in the bidder s
scope of works. Any modifications or changes, if suggested by local Boiler Inspectorate, shall
be in the scope of bidder.
Condensate
All condensate recovered from various sources shall be returned to the Feed water tank in
The Boiler House, through a pressurized recovery system. Bidder s scope shall start from
condensate outlet from the molasses pre-heaters (near Pellet mills & near Molasses storage
tanks) to Boiler feed water tank in the boiler house.
Compressed Air
Bidder is required to generate compressed air at required pressure, remove moisture, store
And distribute compressed air to all consumption points in the scope of supply for cleaning i.e. for
all pneumatic flaps / gates operation & air jet filters etc. Drain from the Air compressor, dryer,
receiver shall be taken outside the plant building.
Molasses
The bidder's scope of work starts from the outlet of Molasses storage Tank upto Molasses
mixers through feed pumps, flow meters, control valves are included in the bidder's scope.
Molasses line from the outlet of Molasses storage Tanks up the plant shall be insulated
& traced with LP steam line.

147

Lighting & Earthing System

Electric power, 415 V, 3 phase & neutral shall be made available from Main Lighting panel
located near LT PANEL in the substation room. Cables form this Main Lighting panel,
distribution boards for the Main plant lighting shall be in the scope of the Bidder. Distribution
of lighting within the complete steel structure of production plant area including supply &
installation of light fittings, aviation light with wiring, lightening arrester, lightening
conductor and necessary earth pits & earthing electrodes are in the bidder's scope.
Feed Mill Housing Structure Works

All steel structure of feed mill above plinth including side and roof sheeting, windows etc. in
steel structure is in the bidder s scope. The bidder shall optimally design the steel structure &
shall get this cross checked with the purchaser.
Any changes recommended shall be incorporated in the steel structure for the Main plant.
Details of load on foundation for the structure shall be furnished to the purchaser.

All building works of control room, MCC room, offices and links between production block
and godown will have RCC roof . Trench covers, angle nosing for trenches, platforms, staircase,
railing, ladders, etc as required for equipment approach & maintenance shall be in the scope of
the bidder. All frames, foundation bolts for steel structure and
equipments, supports for steel
structure/equipment/piping/cables etc. to be provided by bidder .
Equipment
All equipment in Finished Product Godown, Molasses handling, & production block to
be supplied & erected by the Bidder. Scope of the bidder starts from the dumping hoppers
of intake conveyor and ends at the outlet of slat conveyor of finished feed. Bidder shall arrange
the inlet to the third cross conveyor (from system) above the Proportionate bins.
Automation
Automation scope starts from the dumping of Raw materials in Intake section till bagging
conveyor.
Consumables
All raw materials for production of feed, operating staff for commercial production shall be
provided by purchaser/ project authority. All consumables like Gear oils, lubricants, packing for
flanged joints, flexible joints for vibrating equipments etc. and commissioning spares required
if any, for installation, testing & commissioning till taking over the plant by the purchaser,
shall be provided by bidder and the same after taking over the plant shall be provided by
purchaser /project authority.
148

SCHEDULE-III

TERMS & CONDITIONS


FOR
ERECTION/TESTING/
COMMISSIONING
OF
CATTLE FEED PLANT &
MACHINERY

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LIMITED


FBD COMPLEX , PHULWARISHARIF , PATNA-801505
Website : www.patnadairy.org, www.comped.co.in
: E-mail: vpmunin@satyam.net.in
149

SCHEDULE-III
GENERAL TERMS AND CONDITIONS FOR ERECTION CONTRACT
1.O
1.1

Material drawings etc.


All goods or materials shall be erected/supplied under the scope of erection with the
specifications stated herein, and those covered under scope of work.

1.2

All goods or materials supplied or used shall be unused, new and of first quality. Where
foreign or partly foreign goods or material are to be used, this must be specifically stated
and brought to the notice of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..

1.3

Wherever necessary or required by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI


SANGH LTD., the erector shall furnish the necessary test and/or inspection certificate
etc. from the appropriate authorities as per IBR, IER and other statutory regulations at
no extra cost.

1.4

All remarks, suggestions and modifications as suggested by the authorities mentioned


In 1.3 above, shall be carried out by the erector to the entire satisfaction of the referred
authorities and no extra cost shall be payable in this regard to the erector by the VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..

1.5

The supplier shall furnish the necessary foundation drawings with all pertinent details for
each of the equipment under the purview of the supply alongwith the sets of drawings for
approval.

2.0

Assigning & Subletting :


Assigning or subletting the contract shall not be done by the party unless written
permission is obtained from VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD.. Written permission if given shall not relieve erector from his obligations under
the contract and he shall take full responsibility for all the works carried out by
the Sub-vendor.

3.0

Purchasers comments :
Erector shall not be relieved of his obligations under the order including but not limited
To his warranty obligations stated herein merely by incorporating the purchaser s
design and fabrication comments on the goods hereunder.

4.0

Secrecy Clause :

4.1

The technical information, drawings, specifications and other related documents forming
part of purchase order are the property of Purchaser and shall not be used for any other
purpose, except for the execution of the order. All rights, including rights in the event of
grant of a patent and registration of designs are reserved. The technical information,
drawings, specifications, records and other documents shall not be copied, transcribed,
traced or reproduced in any other form or otherwise, in whole or part and/or duplicated,
modified, divulged and/or disclosed to a third party nor misused in any other form
whatsoever without Owner s or his collaborators previous consent in writing, except
to the extent required for the execution of this order. This technical information, drawings,

150

specifications and other related documents shall be returned to owner with all approved
copies and duplicate, if any, immediately after they have been used for the agreed
purpose.
4.2

In the event of any breach of this provision, erector shall indemnify the owner from any
loss, cost or damage or any other claim whatsoever from his collaborator and or any other
parties claiming from or through them or from any other party in respect of such a breach.

5.0

Scope of Contract for Erection :


The erection would comprise of positioning and installing all CFP, miscellaneous and
service equipments under the purview of his supply and those mentioned herein as per the
approved machinery layout drawings. The scope of mechanical erection involves access
preparation for moving of the plant and equipment including their fittings, from the
work site godown(s) or from the place within the site where they have been unloaded, to the
place of erection, decorating, placing on foundation wherever specified or required;
erection of pipes and connections of necessary services to the main or ancillary branch of
the service lines, but all within the battery limits, specified starting up and successful
commissioning to get the specified rated output for each equipment. The installation
should be carried out as per the drawing(s) submitted by the erector and approved by
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. Necessary Pipes fittings
and valves etc. for interconnecting the equipment would be installed by the erector
and it would generally be done according to the piping layout to be prepared by the
erector and approved by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..
All the serviced pipes, fittings and valves etc. shall be supplied and installed by the
Erector and this should be carried out as per service piping drawings prepared by the
erector and approved by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..
All necessary foundation bolts and their grouting on floor, walls, etc. as per the
requirement, are included in the scope of erection & installation. All the supply covered
in this part shall be governed by t he same general terms and conditions given in the
tender document against which the offer was made. Further the specifications of the contract
are intended to describe and provide for a finished piece of work. They are
intended to be complementary and what is required by either shall be as if required
by all. It is to be understood and agreed by erector that the work described shall be complete
in every details even though every item necessarily involved is not particularly mentioned
herein. Erector shall be required to provide all Labour materials and equipments necessary
for the entire completion of the work describe and shall not avail himself of any manifesting
or unintentional error, omission or inconsistency that may exist. Erector shall carry out
and complete the work in every respect in accordance with the contract and accordance
with the directions and to the entire satisfaction of
VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. and the manufacture s representatives.

6.0

Engineers Instructions :
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. may

in his absolute discretion,


from time to time issue further drawings and/or written instructions, details directions and
explanations which are collectively referred to as Engineer s instructions in regard to :

151

6.1

Any additional drawings and explanations to exhibit or illustrate details.

6.2

The variation or modifications of the design, quality or quantity of work or the additional
or omissions or substitutions of any works.]

6.3

Any discrepancy in the drawings or between the schedule of quantities and/or


specifications.

6.4

The removal from the site of any material brought thereon by erector and the
Substitution of any other material thereof.

6.5

The removal and/or re-execution of any work executed by the erector.

6.6

The dismissal from the work of any persons employed thereupon.

6.7

The opening up for inspection of any work covered up.

6.8

The amending and making good of any defects.

7.0

Right of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. :

7.1

The various parts of the contract are intended to be complementary to each other but
should any discrepancy appear or any misunderstandings arises as to the interpretations
of anything contained therein, the explanation of VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. shall be final and binding.

7.2

Right to direct work :

7.2.1

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall have the right to

direct the manner in which all work under this contract shall be conducted in so far
as it may be necessary to secure the safe and proper progress and specified
quality of the work, all work shall be done and all materials shall be furnished to the
satisfaction and approval of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH

LTD..

7.2.2 Whenever, in the opinion of the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD., erector has made marked departures from the schedule of the completion laid
Down in the agreement or when untoward circumstances force a such departure from
the said schedule, VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in order to
assure the compliance with the schedule and the provisions of the agreement, shall direct
the order, pace and method of conducting the work, which shall be adhered to by the
erector.
7.2.3 If, in the judgement of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD., it
become necessary at any time to accelerate the over all pace of the plant erection work
erector when, ordered and directed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. shall cease work at any particular point and transfer his men to such other
point or points and execute such portion of his work, as may be required, to enable
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. to hasten and properly
engage and carry on their work, all directed by the VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH

LTD..

152

7.2.4 Night work will be permitted only with prior approval of VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH

LTD., VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI

direct erector to operate extra shifts over and above normal day
shift to ensure completion of contract as scheduled or due to exigent circumstances,
if in his opinion, such work is required.

SANGH

7.3

LTD. may also

Right to order Modifications of Methods & Equipment:


If at any time the erectors methods, materials or equipment appear to VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. To be unsafe, inefficient or inadequate for
securing the safety of workmen or the public, the quality of work or the rate of progress
required, he may order erector to ensure their safety, and increase their efficiency and
the erector shall promptly comply with such orders. If at any time erectors working
force and equipment are in the opinion of VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH
LTD. Is inadequate for securing the necessary progress as herein
Stipulated erector shall if so directed increase the working force and equipment to such
an extent as to give reasonable assurance of compliance with the schedule of completion.
The absence of such demands from VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. shall not relieve erector of his obligations to secure the quality, the safe
conducting of the work and the rate of progress required by the contract the erector alone
shall be and remain liable and responsible for the safety, efficiency and adequacy of his
methods, materials, working force and equipment, irrespective of whether or not he makes
any changes as a result or any order or orders received from VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD..

Changes/ Variation in the work :

8.1

If it becomes necessary or desirable to modify the contract and the specifications therein
contained and the drawings, in a manner not materially affecting the substance thereof,
or to make changes by altering, adding to or deducting from the work, or to add correlated
work not now covered by the contract to the work to be done under his contract VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. may, without invalidating the contract,
direct such changes increase the cost of work and payment therefore is not covered
by the prices bid for the various items, erector shall be reimbursed for such changes under
a supplementary contract. In case such changes shall diminish the cost of the work,
appropriate deductions towards such reduction in cost shall be made from the contract
price.

8.2

Erector when requested in writing by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. shall perform extra work and furnish extra material not covered by the specifications but
forming an inseparable part of the work contracted for and shall be paid extra for all such work
at rates and terms mutually agreed upon.

8.3

Extra items, if any, shall be paid on the basis of vouchers of cost of materials and labour
procured by erector. Erector shall be paid 15% of the cost of material and labour towards
his profit, supervision and overhead charges.

8.4

Items not covered by the schedule of quantities but similar in nature to the items already
covered shall be paid for, the rates being worked out on the basis of rates quoted for
similar items.
153

8.5

The purchaser shall make any variation of the form, quality or quantity of the works
or any part there of that may. In his opinion, be necessary and for that purpose, or if for
any other reason it shall, in his opinion be desirable, he shall have power to order the
supplier to do and the supplier shall do any of the following:
a. Increase or decrease the quantity of any work included in the contract,
b. Omit any such work,
c. Change the character or quality or kind of any such work,
d. Change the levels, lines, position and dimension of any part of the works, and
e. Execute additional work of any kind necessary for the works and no such variation
shall in any way vitiate or invalidate the contract, but the value, if any, of all such
variations shall be taken into account in ascertaining the amount of the contract price.

8.6

The supplier shall make no such variations without an order in writing of the purchaser.

8.7

Provided that no order in writing shall be required for increase or decrease in the
quantity of any work where such increase or decrease is not the result of an order given
under this clause, but is the result of an order given under this clause, but is the result of
the quantities exceeding or being less than those stated in the contract/bill of
quantities. Provided also that if for any such order verbally, the supplier shall
comply with such verbal order given by the purchaser, whether before or after the carrying
out of the order, shall be deemed to be an order in writing within the meaning of this
clause. Provided further that if the supplier shall within seven days confirm in writing to
the purchaser and in writing within 14 days, it shall be deemed to be an order in writing by
the purchaser.

8.8

All extra or additional work done or work omitted by order of the purchaser shall be
valued at the rates and prices set out in the contract if in the opinion of the purchaser,
the same shall be applicable. If the contract does not contain any rates or prices applicable
to the extra or additional work, then suitable rates or prices shall be agreed upon between
the purchaser and the supplier. In the event of disagreement the purchaser shall fix
such rates or prices as shall, in his opinion, be reasonable and proper.

8.9

Provided that if the nature or amount of any omission or addition relative to the nature or
amount of the whole of the works or to any part thereof shall be such that, in the opinion
of the contract for any item of the works, is by reason of such omission or addition,
rendered unreasonable or inapplicable, then a suitable rate or price shall be agreed upon
between the purchaser and the supplier. In the event of disagreement the purchaser
shall fix such other rate or price as shall, in his opinion, be reasonable and proper
having regard to the circumstances.

8.10

Provided also that no increase or decrease mentioned above or variation of rate or


Price shall be made unless, as soon after the date of the order as is practicable and, in
the case of extra or additional work before the commencement of the work or as soon
thereafter as is practicable, notice shall have been given in writing:
a. By the supplier to the purchaser of his intension to claim extra payment or a varied
rate or price, or
b. By the purchaser to the supplier of is intension to vary a rate or price.
154

8.11

If, on certified completion of the whole of the works, it shall be found that a reduction
or increase greater than 15 percent of the sum named in the letter of acceptance results
from the aggregate effect of all variation orders but not from any other cause, the
amount of the contract price shall be adjusted by such sum as may be greed between
the supplier and the purchaser or, failing agreement, fixed by the purchaser having
regard to all material and relevant factors, including the suppliers site and general
overhead costs of the contract.

8.12

The supplier shall send to the purchasers representative once in every month an account
giving particulars, as full and detailed as possible, of all claims for any additional
payment to which ordered by the supplier may consider himself entitled and of all
extra or additional work ordered by the purchaser which he has executed during the
preceding month.

8.13

No final or interim claim for payment for any such work or expense will be considered
which has not been included in such particulars. Provided always that the
purchaser shall be entitled to authorize payment to be made for any such work or
expense, notwithstanding the suppliers failure to comply with this condition, if the
supplier has, at the earliest practicable opportunity, notified the purchaser in writing
that he intends to make a claim for such work.

8.14

The work shall be carried out as approved by the purchaser or his authorized
representative/s from time to time, keeping in view the overall schedule of completion
of the project. The suppliers job schedule must not disturb or interfere with purchasers
or the other suppliers schedules of day-to-day work. The purchaser will provide all
reasonable assistance for carrying out the jobs.

8.15

Night work will be permitted only with prior approval of the purchaser. The purchaser
may also direct the supplier to operate extra shifts over and above per schedule.
Adequate lighting wherever required should be provided by the supplier at no extra
cost. The supplier should employ qualified electricians and wiremen for these facilities.

8.16

In-case of suppliers failure to provide these facilities. in case of suppliers failure to


Provide these facilities and personnel, the purchaser has the right to arrange such
facilities and personnel and to charge the cost thereof to the supplier.

8.17

In order to enable the purchaser to arrange for insurance of all items received at the site
including the items of supply covered under this contract, the supplier shall furnish
necessary details of all the equipment immediately on its receipt at site, to the
purchaser. Any default on the part of the supplier due to which any item does not get
covered under the insurance of the purchaser; the consequential losses shall be charged
to the supplier.

8.18

The purchaser shall not be liable for or in respect of any damages or compensation
payable at law in respect or in consequence of any accident or injury to any workman or
other person in the employment of the supplier or any sub-supplier, save and except an

155

accident or injury resulting from any act or default of the purchaser, his agents,
servants. The supplier shall indemnify and keep indemnified the purchaser against all
such damages and compensation, save and except as aforesaid and against all claims,
proceedings, costs, charges and expenses whatsoever in respect thereof or in
relation thereto.
8.19

The supplier shall ensure against such liability with as insurer during the whole of the
time that any persons are employed by him on the works shall, when required, produced
to the purchaser or purchasers representative such policy of insurance and the receipt
for payment of the current premium. Provided always that, in respect of any persons
employed by any sub-supplier, the suppliers obligations to ensure as aforesaid under
this sub-clause shall be satisfied if the sub-supplier shall have insured against the
liability in respect of such persons in such manner that the purchaser is indemnified
under the policy, but the supplier shall require such sub-supplier to produce to the
purchaser or purchasers representatives, when required such policy of insurance and the
receipt for the payment of the current premium

8.20

Whenever proper execution of the work under the contract depends on the jobs carried
out by some other supplier, the supplier should inspect all such erection and installation
jobs and report to the purchaser regarding any defects or discrepancies. The suppliers
failure to do so shall constitute as acceptance of the other suppliers installation/jobs as
fit and proper for reception of suppliers works except those defects which may
develop after execution. Supplier should also report any discrepancy between the
executed work and the drawings. The supplier shall extend all necessary help/
cooperation to other suppliers working at the site in the interest of the work.

8.21

Supplier shall carryout final adjustments of foundations, leveling and dressing of


foundation surfaces, bedding and grouting of anchor bolts, bedplates etc. required
for seating of equipment in proper position. The supplier shall be responsible for the
reference lines and proper alignment of the equipment. However, all civil works like
making cutouts in walls, floors and ceilings for pipelines shall be done by the
purchaser. Adjustment & leveling are to be carried out by the supplier at no extra cost.
The purchaser shall arrange the necessary refilling/repairs of these cutouts and
pockets. The supplier should arrange for laying the supports, cutouts, grouting of bolts,
etc. when the civil works are in progress, so as to avoid refilling/repair works. The
purchaser at suppliers costs shall make the damages occurring to civil and other works
good. For fixing of piping/equipment supports on wall/beams/roof floor etc. preferably
anchor bolts shall be used by the supplier. Drilling of holes for fixing anchor bolts is in
the scope of supplier without any extra cost.

8.22

The supplier shall keep a check on deliveries of the equipment covered in the scope of
erection work and shall advise the purchaser well in advance regarding possible holdup in suppliers work due to the likely delay in delivery of such equipment/components
to enable him to take remedial actions.

156

DUTIES OF THE SUPPLIER VIS--VIS THE PURCHASER.


The equipment and the items, if any, to be supplied by the purchaser for erection, testing
and commissioning shall be as listed in the contract.
Besides the utilities/services as specified in battery limits the following
assistance/facilities shall also be provided to the supplier by the purchaser for
carrying out the installation work.
Necessary temporary water for carrying out the installation shall be supplied at only one
point within the project site by the purchaser free of charge. All necessary distribution
tapings from this point onwards shall be the suppliers responsibility.
Necessary temporary power is provided by the purchaser, the recovery @1% of total
installation charges will be recovered. However, the supplier shall supply all the items
such as energy meter, switchgear etc. required for getting temporary power.
The details of temporary water and power requirements shall be furnished seven days in
advance by the supplier to enable the purchaser to make timely arrangement.
Any extension of time to which the supplier is entitled under the contract

The amount of such costs, which shall be added to the contract price, and shall notify the
supplier accordingly.
Erectors functions :

9.1

Erector shall provide e verything necessary for the proper execution of the works,
according to the patent and meaning of the drawings, schedule of quantities and
specifications taken together whether the same may or may not be particularly s
hown or described therein provided that the same can reasonably be I nferred there
from and if the Erector finds any discrepancy therein, he shall immediately and in
writing refer the same to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. where decision shall be final and binding on all the parties.

9.2

It is not expected that the work under contract will be sub-contracted. However,
in case erector desires to subcontract a part of the work in the interest of the project, he
shall request in writing to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. for
approval for the same giving full and complete details regarding the proposed
subcontractor, his experience and the terms of subcontract. Approval from VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. for subcontracting part of the work
shall not relieve the erector from any of his obligations and responsibilities under this
contract.

9.3

Erector shall proceed with the work to be performed under this contract and each and
every part and details thereof, in the best and most workman like manner by engaging
qualified, careful and efficient workers, and do the several parts thereof at such time and
in such order as VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. may direct
and finish such work in strict conformance with the plans, drawing and/or specifications,

157

and any changes, modifications thereof made by VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD..

9.4

The supplier shall provide everything necessary for proper execution of the works,
according to the drawings, schedule of quantities and specifications taken together
whether the same may or may not be particularly shown or described therein,
provided that the same can reasonably be inferred there from and if the supplier finds
any discrepancy therein, supplier shall immediately refer the same to the purchaser
whose decision shall be final and binding on the supplier.

9.5

The supplier shall proceed with the work to be performed under this contract in the best
and workman like manner by engaging qualified and efficient workers and finish the work
in strict conformance with the drawings and specifications and any changes/modifications
thereof made by the purchaser.

9.6

Any work is to be done at place other than the site of the works erector shall obtain the written
permission of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. for doing so.

10

Unloading, Inspection & Storing :

10.1

Erector shall promptly unload from the carriers all the materials/equipment covered under
this contract. It is the erectors sole responsibility to keep in touch with the VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. And others to inform himself
on the expected date and time or arrival of carriers at site and ensure that his men aids
are available in time to unload the material/equipment and promptly release the carriers.
Any demurrage charges incurred due to the delay in unloading the materials/equipment
and releasing the carriers shall be changed to the erector s account. Erector shall plan
in advance his requirements of jacks, cranes, sleepers etc. including those not specified
here in but required to unload the material/equipment promptly and efficiently.

10.2

Unless excluded in the specifications, erector shall safely transport the material/equipment
to the storage area and store the same in systematic manner with tags for easy identification
and retrieval. He shall also maintain all required stores records and furnish all required
reports. If in the opinion of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
the erector is not taking any action to unload and transport the material to site.VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. reserves the right to arrange
for the same through alternative agencies, entirely at the cost of the erector. It is further
clarified that even in the event VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. arranges for the unloading, transportation storage space etc. under the circumstances
described above, the liability and responsibility will rest with the erector.

10.3

All materials and equipment received at site, before erector arrives at site, shall be
unloaded and stored by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. at the
risk responsibility and cost of the erector. These materials shall be handed over to the erector
and there upon the erector shall inspect the same and furnish the receipt to the VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. The protection safety and security
of the material so taken over shall be the responsibility of the erector until it is handed over to
the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. after erection and/or
commissioning. Any and all the material/equipment covered under the scope of this

158

contract, received at site after erector arrives at a site shall be unpacked, inspected and
checked and against invoices by the erector. He shall furnish shortage and damages
reports to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. within a week of
the receipt of material and assist the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. in lodging claims with the Insurance Companies. In case VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. incurs a loss due to the delay in lodging insurance
claims, which are attributable to erector all such losses shall be deducted from erector s
bills. Erector shall repack materials/equipments as required and store the same in an
orderly manner.
10.4

Erector shall also inform VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in
right time regarding the repairs/replacement required towards the items damages/lost
in order to enable the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
to arrange for repairs/replacement well in time and avoid delays due to non availability
of equipment and part at t he time of their actual need.

10.5

Erector shall arrange for periodical inspection of material equipment in his custody until
taken over by the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and shall
carry out all protective and preservative measures thereupon.

10.6

Erector shall also keep a check on the deliveries of the equipment/material covered in his
scope of erection and shall advise VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. well in advance regarding possible hold ups in his work due to expected delays in
Delivery of equipment, to enable VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. to expedite the deliveries and take other remedial action.

11

Other Contractors/Erectors Work :


If any part of Erector s work depends, for proper execution, upon the work of any other
erector, the erector shall inspect and promptly report to VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. any defect in such work of other contractors that render it
unsuitable for use. Failure to do so shall be deemed as an acceptance of the other erector s
work as fit and proper for the erection of his work except as to defects which may
develop in the work of other contractors after the proper execution of the work. To ensure
proper execution of his subsequent work, erector shall measure work already in place and
shall at once report to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and
discrepancy between the executed work and the drawings.

12
12.1

Supply of Tools, Tackles & Materials :


For full completion of the work, erector shall at his own expense furnish all necessary
erection tools, machine tools, power tools, tackles, hoists, cranes, derricks, cables, slings,
skids scaffolding work benches, tools for rigging, cribbing and blocking, welding
machines and all other associated protective equipment, instruments, appliances, materials
and supplies required for unloading, transporting, storing, erecting, testing and
commissioning all the equipment of the plant that may be required to accomplish the work
under the contract unless otherwise provided for. Adequacy of such tools will be subject
to final determination by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..

12.2

Erector shall also furnish all necessary expandable device like anchors, grinding and
abrasive wheels, raw plugs hacksaw blades, tape, dyes, drills, reamers, chisels, files
carborundum stones, oil stones, wire brushes, necessary bamboo scaffolding, ladders
wooden planks timers, sleeper and consumable material like oxygen, acetylene, argon,

159

lubricating, oils, greases, cleaning fluids, welding rods cylinder oils, graphite powder and
flakes fasteners, gaskets temporary supports stainless steel shims of various thickness as
required, cotton waste, cheese cloth and all other miscellaneous supplies of every kind not
necessarily listed above but required for carrying out the work under contract.
12.3

Erector shall provide all reasonable facilities including tools personnel etc. and ensure
coordination with VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and
erection supervisors of other equipment suppliers to enable them to carry out all
supervision measurements checks etc. in a satisfactory manner.

12.4

Erector shall not dispose off transport or withdraw any tools, tackles, equipments and
material provided by him for the execution of the work without taking prior written
approval from VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. at all
times at all times shall have right to refuse permission for disposal, transport
or withdraw all of tools, tackles, equipment and material which in the opinion of
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. will adversely affect
the efficient and expeditious completion of the project.

12.5

Machinery Foundation :
The erector shall place the equipment on the foundations and carry out final adjustment
of the foundations alignment dressing of foundation surface, providing and grouting of
anchor bolts pockets etc. and set the equipment properly as per approved layout drawing
and manufacture instructions.

12.6

Structural Platform :
Supply of all necessary materials and installation of structural platforms, structural
supports and access arrangement required for the various equipment is included within
the scope of mechanical installation and should be so carried out that all operation can be
easily manoeuvred.
The details and drawings in regard of the platforms shall be worked out/prepared by the
erector and submitted to the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. for approval. The items should be executed as per the approval details drawing.
The payment will be made on the basis of cost per unit weight as offered by erector and
accepted by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..

13

For Erection & Commissioning :


The erector will be required to take a storage-cum-erection insurance for the items
to be erected and commissioned by him. For this insurance premium shall however be
reimbursed to him by the buyer. In case, the erector is not able to arrange insurance at
reasonable rates acceptable to the buyer, the buyer shall arrange the same on behalf of the
erector. However, in the event of any loss/damage to the equipment during storage or
erection and commissioning, the erector alone shall have to lodge the claims with
underwriters and pursue the same till settlement irrespective of the fact whether the
insurance policy is taken by the erector or arranged by the buyer on his behalf. Further,
it shall be sole responsibility of the erector to make good the losses/damages expeditiously
without any extra cost to the buyer.

160

14.

All the equipment/machineries including motors, pumps, starters, junction boxes,


isolators, and boxes, tanks supporting structures, pipe supports and brackets of MS, GI,
Pipes which are not insulated and all exposed and visible cost Iron parts shall be given a
double coat of anticorrosive primers. MS and GI parts (within the building) should be
given a final coat of paint of approved shade. However, if so instructed by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. In respect of certain particular items/equipments,
the erect should touch up breaches in the paintings. All surfaces must be properly cleaned
and all scale, dirt and grease should be removed prior to painting. Spray painting must
preferably be used on all the equipment, machineries and wherever else practicable.
Suitable and necessary cleaning/wiping of slight/dial glasses, other non-metallic parts,
flooring, walls and other surfaces which have been spoiled by paint during painting
must also be carried out by the erector. Lettering and other markings, including capacity
and flow direction markings, shall also be carried out by the tenderer on the tanks, pipe
lines, starters, motors, isolators and wherever else necessary as directed and as per the
standard practice of installation. The scope of painting includes a double steel primer under
coat and a top coat of paint of approved shade and quality, wherever possible ISI colour
codes and colour charts must be adhered to. However, the final colour code shall have to
be got approved from VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
and any changes suggested thereby should be carried out.

15.0 Cleaning Chemicals & Lubricants :


The necessary quantities of cleaning chemicals, make-up lubricants, etc. required for the
installation, commissioning, testing and start-up all the equipments are to be supplied by
the erector free of cost.
16.0

Access preparation :
In case access preparation is required to be made for shifting the equipment the erector
shall bring to the notice of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD., the quantity of work involved for making such a preparation. Consequently
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. would review the matter
In consultation with the erector and decide the course of action.

17.0

Setting put works, lines & Grades :

17.1

Erector shall carry out all adjustments of foundations, levels, dressing of foundation
surfaces, bedding and grouting of anchor bolts and bed plate etc. as may be required for
seating of the equipment in proper position. Erector shall be responsible for obtaining
correct reference lines for purposes of fixing the alignment of various equipments from
master bench marks furnished by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. Any minor alternation required in rectifying the anchor bolts pockets, anchor bolts,
etc. shall be carried out by erector at no extra cost. The erector shall supply all the necessary
foundation and anchor bolts, bed plates etc. without any extra cost.

17.2

Erector shall supply, fix and maintain at his cost during the execution of any work, all the
necessary centring, scaffolding, staging, planking, timbering, strutting, shorting pumping,

161

fencing boarding guarding and lighting by night as well as by day, required not only
for the proper execution and protection of the said work, but also for the protection of the
pumping station and of the safety of any adjacent roads, streets, cellars, vaults ovens,
walls, houses, buildings and all other erections, matters or things. Erector shall take out
and remove any or all such centring, scaffolding, staging, planking timbering, strutting,
shorting etc. as occasion shall require or when ordered to do so and shall fully reinstalled
and make good all matters and things disturbed during execution of the work, to the
satisfaction of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. Erector shall
be paid no additional amount for the above.
18.0
18.1

Erection & Inspection :


Erector shall prepare a detailed and comprehensive erection schedule for review and
approval of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. s site Engineer
and supplier s erection supervisors. This Approved erection schedule shall form the
basis for evaluating the pace of all the erection works to be performed by erector.

18.2

The schedule shall show approximately the date on which each part of divisions of the
work is expected to begin based on his knowledge of the works of the other contractors
and the date when the work is schedules to be finished. Upon the request of VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. Erector should be prepared to discuss
His schedule in relation to the master schedule and shall co- ordinate his work with that
of the other erectors/contractors as determined by VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH

LTD..

18.3

The work so far as it is carried out on VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. s promised shall be carried out at such time as VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. may approve consistent with the construction schedule and so as not
to interfere unnecessarily with the conduct of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. s business and VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
will give erector all reasonable assistance for carrying out the work.

18.4

Erector shall revise and up date his erection schedule periodically (atleast once every
calendar month) to indicate actual progress of works, in relation to scheduled progress.
Erector shall also submit monthly progress reports indicating progress work giving
scheduled and actual percentage completions, causes for delay etc. as well as such other
reasonable reports VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. may
request from time to time.

18.5

Adherence to the instructions of supervisory engineers of manufacturers, where provided


by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. is compulsory.
Erector shall work as per the procedure suggested by manufacturer and shall complete
erection of equipment in such a way so as not to interfere with or prevent equipment from
functioning as intended, as well as to the entire satisfaction of the manufacturer s
supervisor/VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. Erector shall
also permit and provide all facilities for manufacturer s erection super visors to carry out
all checks that they may wish to and approve any erection procedure and/or final
setting and alignment of components, in order to satisfy themselves that erection has been
carried out as intended by them. This shall, however, in no way relieve erector of his
responsibility for providing adequate and competent supervision and quality workmanship.
In case of any dispute, the decision of the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD./Manufacturer s erection supervisor shall be final and binding on the erector.
162

18.6

Erector shall haul materials and equipment furnished at VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. S storage or unloading areas to the points where they are to
be used, in the construction work, install the materials and equipment in their final
location and classify and store all surplus and auxiliary parts in a systematic manner in
the warehouse, where they can be readily identified and located when needed at a later date.

18.7

In the execution of the work no person other than erector or his duly appointed
representatives, his subcontractors and their workman shall be allowed to do work at the
site except by the special permission, in writing of VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. or their representatives, but access to everywhere in the site at
all times shall be accorded to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. and their representatives and other authorized officials and statutory public
authorities. Nevertheless, erector shall not object to the execution of the work by
other erector/contractor or tradesman whose names shall have been previously communicated
in every facility for the execution of their several functions simultaneously with his own.

18.8

Erector shall carry out the required minor modification work at site as required to
efficiently complete the work covered in this contract at no extra cost over his contracted
sum. However minor modifications shall not involve more than 24 man hours per each
item of such work. However, in case of major modifications which are required to be
done on the equipment, for no fault of erector he shall be compensated on the basis of man
day rates. It is the responsibility of the erector to get the prior approval for such major
modifications work from VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. before such works are taken up. Erector shall also get the estimates and the actual time
sheets certified by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and these
certified time sheets will be the basis for processing his bills for the Major modifications .

18.9

If the work or any portion thereof shall be damaged in any way excepting by the acts
Of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD., or if defects not readily
detected on prior inspection and which shall develop before the final completion and
acceptance of the whole work, erector shall forthwith before the final completion and
such damage or defects in a manner satisfactory to VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD.. In no case shall defective or imperfect work will be retained.

18.10 Erector at all times shall work in co-ordination with VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. s engineering staff and after them all reasonable facilities to
become familiar with the erection, operation and maintenance of the equipments.
18.11 In respect of observation of local rules, administrative orders, working staff and the like,
erector and his personnel shall co-operate with the VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH

LTD..

18.12 Erector shall not sell, assign, mortgage, hypothecate or remove equipment or materials which
have been installed or which may be necessary for the completion of the contract without the
consent of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in writing.

163

18.13 Inspection of work :


VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. of any person appointed

by them shall have access and right to inspect the work, or any part there of at all times
and places during the progress of the work. The inspection and supervision is for the
purpose of assuring VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. that
the plans and specifications are being properly executed and while VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. And their representatives will extend to the erector
all desired assistance in interpreting the plan and specifications, such assistance shall not
relieve erector of any responsibility for the work. Any work which proves faulty shall be
corrected by erector without delay. The fact that VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. or their representatives have not pointed out faulty work or work
which is not in accordance with plans and specifications shall not relieve the erector from
correcting such work as directed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. without additional compensation. VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. their representatives and the employees shall at all reasonable times have free
access to the works and/or to the workshop factories or other places where materials are
being prepared or constructed or fabricated for the contract and also to any place where
the materials are lying or from where they are being obtained and erector shall give every
facility to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and his representative for inspection examination and test of the materials and workmanship even
to the extent of discontinuing portion of the work temporarily or of uncovering or taking
down portion of finished work.
19.0

Protection to Plant :

19.1

Except in case where VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. s express
permission, is applied for and received in writing no use of VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. s plant facilities such as cranes, etc. shall be made by
erector or his employees.

19.2

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall not be responsible

19.3

Erector and his subcontractors shall be responsible during work for protection of the work
which has been completed by other contractors/suppliers. Necessary care shall be taken to
see that no damage to the same is caused by his own men during the course of execution
of their work.

or held
liable for any damage to person or properly consequent upon the use, misuse or failure
of any construction tools and equipment used by erector of any of his subcontractors,
even though such constructions tools and equipment may be furnished rented or loaned
to erector or any of this contractors. The acceptance and/or use of any such constructions
tools and equipment by erector or his subcontractor shall be constructed to mean that
erector accepts all responsibility for and agrees to indemnify and save harmless VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. from any and all claims for said damages
resulting from said use, misuse or failure of such construction tools and equipments.

164

19.4

All other work completed or in progress as well as machinery and equipment that are
liable to be damaged by erector s work shall be protected by erector and such protection
shall remain and be maintained until its removal is directed by VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH

LTD..

19.5

Erector shall effectively protect all the works from action of weather and from damages or
defacement and shall cover finished parts wherever required for their through
protection. Face work shall be perfectly clean and free from defects.

19.6

The work shall be carried out to completion without damage to any work and properly
adjacent to the area of his work to whom so ever it may belong, without interference
with the operation of their existing machines or equipment.

19.7

Adequate lighting at and near all the storage, handling, fabrication, pres asembly and
erection sites for properly carrying out the work and for safety and security shall be
provided by erector. Erector should adequately light the work area during night time also.
Erector should also engage adequate electricians/wireman, helpers etc. to carry out and
maintain these lighting facilities. VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. may provide such facilities as he may deem necessary and charge the cost
thereof to the erector. In any case, erector shall be liable for all damages and
consequences arising out of his neglect in this regard.

20.0

Clean up of work site

20.1

All soils, filth or other matter of an offensive nature taken out of any trench, or other place
shall not be deposited on the surface, but shall at once be carted away by the erector
from the site of work for suitable and proper disposal.

20.2

Erector shall not store or place the equipment, materials or erection tools on the drive
ways and streets and shall take care that his work in no way restricts or impedes traffic
or passage of men and material. During erection, erector shall, without any additional
payment, at all times, keep the working and storage area used by him free from
accumulation of dust or combustile material, waste materials or rubbish, to avoid fire
hazards and hindrance to other works, of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH

20.3

LTD..

If erector fails to comply with these requirements inspite of written instructions from
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH

LTD., VAISHAL PATLIPUTRA DUGDH

and the expenses


incurred by the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. In this regard
shall be payable by erector. Erector shall remove or dispose off in a satisfactory manner
all scaffoldings, temporary structures, waste and debris and leave the premised in a conditions
satisfactory to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. Any packing
materials received with the equipment shall remain as the property of VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. and may be used by erector on payment of
standard charges to VAISHAL of standard charges to VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. and with prior approval of VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD.. At the completion of his work and before final payment, erector
Shal l remove and shall restore the site to a neat workman like conditions, at his cost.
UTPADAK SAHAKARI SANGH

LTD. will proceed to clear these areas

165

21.0

Erectors Personnel :
Erector shall function as on erection organisation and furnish adequate courteous and
competent labour (unskilled, semiskilled and skilled, watchman, supervisors, and
engineers of all classes for the duration of the work to maintain the rate of erection in
accordance with the requirement of the schedule of completion, and shall be in the work
included in the contract at such times as will ensure its completion as specified and shall
complete the same force of all lines and charged, at or before the time specified for
completion. Erector shall make available qualified engineers for placing the equipment in
operation and carrying out the necessary tests and trials. Conducts required of erector s
men are specified below :

21.1

It is important that erector shall employ men known to be reliable and competent for the
work in general and it shall be requirement of the contract that men used on special
works shall be competent, well trained and trusted employees.

21.2

Erector shall furnish details of the qualifications and experience of his senior supervisors
and engineers assigned to the work including their experience in supervising erection and
commissioning of plant and equipment of comparable capacity.

21.3

Erector shall be personally present or employ at least one competent representative


(whose name shall have previously been communicated in writing to VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD. to supervise the erection of the equipment
and carrying out the work under the contract. This representative shall have full
technical shall have full technical capability and complete administrative and financial
powers to expeditiously and efficiently execute the work under the contract. Erector or his
representative or if more than one be employed, one of the representative shall be present
at the site at all times when work is in progress, and any written orders or instructions
which VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. may give to the said
representative of erector shall deemed to have been given to the erector. He shall maintain
an office near/or adjacen t to the site of the work, and shall at all times keep in office a
complete set of specifications and drawings. VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. shall normally communicate directly with the said representative at site.

21.4

Erector s representative at the site shall be posted and be available at site within a reasonable
time after VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. Shall inform
erector in writing to the effect. The service of erector s representatives shall be made
available during the progress of the work for such periods during the working days as
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. may require.

21.5

When erector or his representative is not present on any part of the work where it may be desired
to give directions in the event of emergencies, orders may be given by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD. and shall be received and obeyed by the
supervisors or foreman who may have charge of the particular part of the work in reference
to which order given. If requested to do so, VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. shall confirm such orders in writing. Any such instruction, , direction or notices
given by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall be held to
have been given to the erector.

166

21.6

Erector shall furnish VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. a fortnightly
labour force repor showing by classifications the number of employees engaged in the work.
Erector s employment records shall include any reasonable information as may be
required by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD.. The erector should
also display necessary information as may be required by statutory regulations.

21.7

None of the erector s superintendents, supervisors, engineers, or labour may be withdrawn from
the work without the notice given to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. and further no such withdrawals shall be made I f in the opinion of VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD., it will jeopardise the required pace of
Progress and/or the successful completion of the work.

21.8

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall be at liberty to object

To any representatives or person or skilled, semiskilled or unskilled worker employed


by the erector in the execution, or otherwise, of the worker who shall misconduct himself,
or be incompetent, or negligent or unsuitable and erector shall remove the person so
objected to upon receipt of notice in writing from VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH
LTD requiring him to do so and shall provide in his place a competent
representative at his own expens e within reasonable time.
22.0

Construction, Electric Power & Water :


Electric power and water will be made available for use by VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. free of cost. These supplies will be made, where available
at one central point in the site convenient to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. and all piping for service water to work area shall be furnished, installed
and maintained by erector at his own expense. He shall also furnish, install and maintain
at his cost the power lines, junction boxes and any other electrical receptacles, apparatus
or equipment from the central point of his work area.

23.0

Drawings :

23.1

Within three weeks from the date of receipt of the order, erector shall submit list of
necessary drawings as mentioned in 1.5, that he proposes to submit for approval,
identifying each by a serial number and descriptive, title and giving the expected date of
submission. This list shall be revised and extended, as necessary during the progress of
work.

23.2

Erector shall also submit copies of design calculations, material specification and detailed
drawings as called for in the equipment specifications for VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD. review. Erector must satisfy VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. as to the validity of his design with reference
To the requirement of statutory Code Authorities.

23.3

Drawings submitted for approval shall be signed by responsible representatives of erector


And shall be to any one of the following sizes in accordance with

167

Indian Standards :
A0, A1, A2, A3, or A4
23.4

All drawings shall show the following particulars in the lower right hand corner in
addition to Vendor s name :a)
b)
c)
d)
e)
f)
g)

Name of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.


Project Title
Title of Drawing
Scale
Date of drawing
Drawing number
Space for VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. drawing number.

23.5

In addition to the information provided on drawings, each drawing shall carry a revision
number, date of revision and brief of revision carried out. Whenever any revision is
carried out, correspondingly revision must be up dated.

23.6

All dimensions on drawings shall be in metric units, unless otherwise, specified.

23.7

Drawings submitted by erector for approval will be checked reviewed by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD. and comments, if any, on the same will be
Conveyed to erector. It is the responsibility of the erector to incorporate correctly all the
comments conveyed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. on
erector s drawings. The drawings which are approved with comments are to be resubmitted to
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. for purpose of records. Such
drawings will not be checked/reviewed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. To verify whether all the comments have been incorporated by the erector. If
erector is unable to incorporate certain comments in his drawings, he shall clearly state
in his forwarding letter such non-compliance along with the valid reasons.

23.8

Upon completion of the installation, erector shall make in a neat and accurate manner, a
complete record of all changes and revision to the original design, as installed in the
complete work. Six copies of these drawings shall be submitted to VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. for records and these becomes the property of
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH

23.9

LTD..

Drawings prepared by erector and approved by VAISHAL PATLIPUTRA DUGDH UTPADAK


SAHAKARI SANGH LTD. shall be considered as a part of the specifications. However, the
examination and approval of the drawings by VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. Shall not relieve erector of his responsibility for engineering,
design, workmanship and material under the contract.

23.10 If, at any time before the completion of the work, changes are made necessitating revision
of approved drawings, erector shall make such revision and proceed in the same routine as
for the original approval.

168

24.0

Inspection Right & Privileges :

24.1

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI LTD. reserves the right

24.2

24.3

to inspect any
machinery or material or equipment furnished or used by erector under the contract, and
to project any, which is found defective in workmanship or otherwise unsuitable for the
use and purpose intended, or which is not in accordance with the intent of the contract.

Should VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. waive the right to
inspect any equipment, such waiver shall not relieve erector in anyway of his obligation
under the contract.
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. representatives shall be

permitted free access to erector s or his subcontractor s shop at all working hours for
the purpose of inspecting work at all stages of progress.
representatives shall be
given full assistance in the form of necessary tools, instruments, equipment and qualified
operations to facilitate inspection.

24.4

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.

24.5

VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. reserves the right to call for

24.6

certificate of origin and test certificates for all raw material and equipment at any stage
of manufacture.
In the event of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. inspection
reveals poor quality of goods VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. shall be at liberty to specify additional inspection procedures, if required, , to ascertain
Vendor s compliance with the equipment specifications.

24.7

Even though inspection is carried out by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. or his representatives, such inspection shall not however, relieve Vendor of
all responsibility for furnishing equipment conforming to the requirements of the
contract, nor prejudice any claim right or privilege which VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD. may have because of the use of defective or
unsatisfactory equipment.

24.8

A set of latest prints of the approved drawings shall be kept available by the controller, in
the shop floor for reference of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. representative during inspection.

25.0

Storage of equipment :

25.1

In general, erector is responsible for the proper storage and maintenance of all
materials/equipments entrusted to him. He shall take all required steps to carry out
frequent inspection of equipment/materials/stores as well as erected equipments until
the same is taken over by the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD.. The following procedure shall apply for the same.

169

25.2

Erector s inspector shall check stored and installed equipments/materials to observe signs
of corrosion, damage to protective coating, to parts, open ends in pipes, vessels and
equipment, insulation resistance of electrical equipment etc. In case open ends are noticed,
he shall immediately get them capped. In case signs of wear damage to protective coating
are noticed, he shall immediately arrange a coat of protective painting. A clean record of
all observations made on equipments, defects noticed shall be promptly communicated to
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. and his advise taken regarding
the repairs/rectification erector shall thereupon carryout such repairs rectifications
at his own cost. In case erector is not competent to carry out such repairs/rectification,
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. reserves the right to get
this done by other competent agencies at the erectors responsibility and risk and the
entire cost for the same shall be recovered from erectors bill.

25.3

Erector s inspectors shall also inspect and provide lubrication to the assembled pumps
etc. The shafts of such equipment shall be periodically rotated to prevent rusting in certain
zones as well as to check freeness of the same.

25.4

Inspectors shall check for any sign of ingress or moisture of rusting in any equipment.

25.5

If the commissioning of the equipment is delayed after installation of the equipment,


erector shall carry out all protective measures suggested by the Manufacturer VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. during such period.

25.6

Adequate security measures shall be taken by erector to prevent theft and loss of material
entrusted to him by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall carry
out periodical inventory of the material received stored and installed by him and any loss
noticed shall be immediately reported to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD.A proper record of these inventories shall be maintained by the erector.

25.7

A suitable grease recommended for protection of surface against rusting (refined from
petroleum oil with lanclin mincu, 70 C and water in traces) shall be applied over all
equipment every six months.

25.8

These equipments shall be stored inside a closed shed or in the open depending upon
whether they are of indoor or outdoors design. However, in case of equipment stored in
the open, suitable protective measures including covering with tarpaulin must be carried
out by the erector. The space heaters, where provided in the electrical equipment shall be
kept connected with power supply irrespective of their type of storage. Where space
heaters are not provided adequate heating with bulb is recommended. In LT. motors a low
voltage current flow through the windings is recommended. Frequent checks on insulation
resistance is essential for all electrical equipments. A records of the inspection reports and
megger readings shall be maintained equipment wise. Such records shall be presented to
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. whenever demanded.

25.9

All the necessary items/goods required for the protection as described above shall be
arranged by the erector and no extra cost is payable in this regard by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH

LTD..

170

26.0

Deployment of erection team to site and Co-ordination meetings :


The erector shall depute a qualified and experienced engineers together with a adequate
skilled and unskilled labourers for carrying out the installation and commissioning. All
necessary staff shall be at the site till the completion of all works, commissioning/start-up,
trial runs and handling over of the plant. No member of the staff deputed to site shall be
withdrawn unless agreed to by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD.. The erector shall depute a senior personnel to attend the site co-ordination meeting
that would generally be held at the site every month. The erector shall take necessary
action to implement the decision arrived at such meetings and shall also update the
schedule. In case of lag in the progress the erector shall act suitably to make up for the lag.
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall be at liberty to object to
Any representative or person or skilled, semiskilled or unskilled worker employed by
The erector in the execution or otherwise of the work, who shall misconduct himself or be
incompetent, or negligent or unsuitable and the erector shall remove the persons so
objected to, upon receipt of notice in writing from VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. Requiring him to do so and shall provide in his place a competent
representative at his own expense within reasonable time.

27.0

Programme of Installation & Commissioning :


The successful erector should submit a scheduled programme for carrying out the work.
The erection schedule should describe the estimated time of installation o f each item
against each section of the project and should also clarify when each of the item to be
supplied by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. should be made
available to the erector in order to adhere to the schedule.
The schedule should be so prepared that the erection, commissioning, testing and start-up
is completed in all respect, within _________________________ from the date of
placement of order.
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall have the right to direct

the manner in which all work covered under the scope of this contract shall be conducted
by the erector in so far as it may be necessary to secure the safe and proper progress and
the specified quality of the work and all work shall be carried out and all material shall be
furnished to the satisfactio n and approval of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. whenever, in the opinion of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD., the erector has made departures from the schedule of completion of work
submitted by him and approved by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. or when untoward circumstances force a departure from the said schedule
Or if in the judgment of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD., it
becomes necessary at any time to accelerate pace of erection work, then VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD.s shall direct the order pace and method of
conducting direct the order pace and method of conducting the work and erector shall fully
comply with all such directions.

171

If erector doesn t comply with the direction as described above or complete the erection
and commissioning by the end of 4th week after programmed completion, VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. Will operate the penalty clause and shall also have
the option to deploy their own staff/other agencies to complete the job at the erectors risk,
responsibility and cost.
It is however, clarified that the above or any such directions from VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD. or abstinence of VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. in deploying their own staff/other agencies as described above
shall not relieve the erector of his obligations to secure the quality, the safe conduction
of work, rate of progress required and adherence to scheduled programme.
IF THE ERECTOR FAILES TO COMPLETE ERECTION IN ALL ASPECTS WITHIN
THE STIPULATED PERIOD & TIME. THE ERECTOR SHALL HAVE TO PAY
RUPES @ % PER WEEK AS PENALTY FOR THE PERIOD FOR WHICH THE
WORK REMAINS INCOMPLETE.
28.0

Approvals :
The erector shall obtain the necessary approval of the factory Inspector, Boiler Inspector,
Electrical Inspector weights & Measures Inspector, Explosives Inspector, and any other
state and local authorities as may be required. All the necessary details, drawings,
submission of application and proformas will be furnished by the Erector to VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. For rectification/signature.
The necessary application duly filled in, together with the prescribed fees shall be
submitted to the authorities by the erector on behalf of the VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD.. However all the actual prescribed fees paid by the
erector shall be reimbursed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. upon production of the receipt/vouchers of the above said authorities.
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. shall, however,

extend
all possible assistance to the erector for obtaining the necessary approvals. Nevertheless
the ultimate responsibility for obtaining the necessary approvals lies with the erector.
29.0

Final Drawings & Manuals :


The erector shall, upon completion of the job, submit six complete sets of final drawings
towards the equipment layout different pipe lines, cables, conduits, layout drawings and
other necessary drawings. All the drawings must conform to actual executing carried out.

172

30.0

Progress of Work :
If the erector does not commence/complete the entire job or sections of the job within four
weeks from programme schedule of commencement/completion, the VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD. shall be free to deploy their own staff/agencies to
commence/complete the job entirely at the risk, responsibility and cost of the erector.

30.1

Start-up of manufacturer s representatives during commissioning/trial runs.

30.2

In the following cases the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH

LTD.

reserves the right to invite the representative(s) of the original manufacturer and/or supplier
at the cost of the erector for start by help, assistance and guidance during commissioning
and start-up.
a) The erector has no previous experience of commissioning and starting-up of the
similar equipment.
b) The VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. is of the opinion
that the erector is incompetent to commission and start-up of certain specific equipment.
31.0

Commissioning :
The erector shall operate, maintain and give satisfactory trial run of the plant satisfactory
for a period of continuous one month at the rated output. All rectifications of
damages/defects and routine troubles shooting should be carried out by the erector to
achieve aforesaid satisfactory running of the plant. The erector shall incorporate/execute
necessary minor modification during the trial period for maximising operational
efficiency. The erector should also execute miner modification as may be suggested by
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. The erector shall suggest
recommended log sheet proformas for recording necessary operating data and pass it
on to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. in proof of satisfactory
rated output and performance of the equipment/plant.
The commissioning shall also include the following for each equipment :
a) Field disassembly and assembly.
b) Cleaning of lubrication system including chemicals cleaning and passivation wherever
required.
c) Circulation of lubricant to check flow.
d) Cleaning and checking of all the service lines.
e) Checking and commissioning of instruments, equipment and plants, filtering of
transformer, and other oils so that if deteriorated, they shall attain the required
properties/standard, specified tests in this regard must be carried out by approved
authorities and their satisfactory reports submitted to VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD. before start-up.
f) Recharging or make-up filling of lubricant oil up to the desired level in the lubrication
system of individual machine.
g) Operation in empty condition to check general operation details wherever required,
and wherever possible.
h) Closed loop dynamic testing with water wherever required.
i) Operation under load and gradual load increase to attain maximum rated output.
j) Trouble shooting during the trial period.
173

k) Guarantee of installation.
32.0

Guarantee :
The supply of equipment as well as installation shall have to be carried out by the erector
to the entire satisfaction of the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD.. The erector shall also guarantee to repair/replace, without any extra cost, the items
or parts thereof, if found defective due to bad design, workmanship or substandard material
within 12 months from the date of commissioning or 36 months from the date of receipt

of material at site whichever is earlier. If it is necessary to send the defective equipment or


parts thereof for repair/replacement, cost of transportation including package, insurance
etc. from the site to works and back to site shall have to be borne by the erector. The guarantee
does not cover any damag e resulting from normal wear and tear or improper attendance or
mishandling of the equipment by the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH

33.0

LTD..

Training of personnel :
Necessary staff as may be deputed by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. shall be trained by the erector for operating the plant. The personnel will be associated
for the training during the installation, testing, commissioning and start-up period and training
tenure shall be minimum for a period of one month from the date of commissioning and start-up.

34.0

Outline of the scope of duties of the Contractor Viz-a-viz VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH

LTD. :

34.1

The equipment and items as specified in purchase order shall be supplied by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH LTD. For erection, installation, commissioning by the erector.

34.2

Besides the utilities/services as specified in battery limits the following shall also be
Provided to the erector by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI LTD. for
carrying out the installation/erection.
a) Suitable lockable space for storage of tools, tackles and erection materials (No
accommodation for erectors personnel will be provided under any circumstances) the
security of these materials will be the responsibility of the erector.
b) Necessary temporary power for carrying out the installation (the power shall be
supplied at only one point within the CFF site). All necessary tapping from this point
onwards shall be erector s responsibility.
d) Temporary water at one point within the site for the water required for testing etc. The
erector shall arrange on his own to tap and transfer the water to the points required.

34.3

Prior Information :
a) The details of temporary water and power requirements shall be furnished one month
in advance by the erector to enable VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. to make timely arrangement.
174

b) Detailed drawings of the required main cut-outs must be supplied by the erector in
advance to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. to provide
the same at the time of civil construction. The cutting in the walls, floors etc. which
are not informed earlier and required for erection work will be done by the erector
and to repair the same will also be the responsibility of the erector.
c) Detailed drawings and other specifications any other special structure must be
submitted by the erector within one month after award of contract to VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..

35.0

Damage :
If the work or any portion thereof shall be damaged in any way excepting by the acts of
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. or if defects not readily
detected by prior inspection shall develop before the final completion and acceptance of
the whole work. Erector shall forthwith make good, without compensation, such damage
or defects in a manner satisfactory to the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD.. In no case shall defective or imperfect work be retained.

36.0

Observation of local rules etc.


In respect of observation of local rules, administrative orders, working hours, labour
compensation act, applicable labour laws and the like erector and his personnel shall
strictly abide by the same.

37.0

Stand by manufacturers representative :


In the following cases the VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
reserves the right to invite the representative(s) of the original manufacturer and/or supplier
at the cost of erector for stand by them, assistance and guidance during the commissioning
and start-up.
a) The erector has no previous experience of commissioning and start-up of the similar
equipments.
b) The VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. is of the opinion that
the erector is not competent to commission and start- up of certain specific equipment, the
opinion of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. shall be final
and binding.

38.0

Inspection & test reports :


The equipment and items supplied under the purview of erector shall be inspected by the
inspector at works and copies of inspection test reports shall be forwarded to VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH

175

LTD..

39.0

Terms of payment for erection work :


1) 10% of the order value of acceptance of the order subject to the supplier furnishing
Bank Guarantee from a National Bank or Scheduled Bank in India for an equivalent
amount valid for a period of 12 calendar months.
2) 80% against monthly progress bills duly certified by VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH LTD. s Site Engineer/In-charge.
3) 10% balance within 12 calendar months from the date of satisfactory commissioning
of the plant.

40.0

Battery Limits :
The services/utilities will be made available at battery limits specified in the job description
and it will be the erectors responsibility to transmit them to the various points required in
the project. All the necessary fittings tappings, that would be required to tap the utility
at battery limits for onward transmission shall be supplied and installed by the erector.

41.0

GENERAL GUIDELINES FOR ELECTRICAL INSTALLATION :

41.1 a) The specifications detail the broad guide lines for erection, testing and commissioning
of electrical equipment. The work shall however, at all times be carried out strictly as
per the instructions of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.
and in accordance with latest IER.
b) The installation would also comprise for the supply laying and inter connecting, cables
form the battery limits of the power supply to the various switchboards controls and
electrical equipments.
c) The cable of electric power should be of PVC armoured type approved from ISI
unless otherwise specified and with sufficient cross section depending on the feeder.
d) The cable for control and flexible connection should be unarmoured type with copper
conductors. Wherever required, multicore copper cable should be used.
e) Wherever necessary drip proof junction boxes and isolators, cable carrying trays,
necessary clamps etc. shall be provided.
f) Necessary isolators of appropriate sizes are to be provided near the motors as per IER.
All the involved supply included within the scope of electrical installation and
erection should be approved type and make and conform to ISI standard.
g) Detailed electrical diagrams and cable layout should be prepared by the erector
according to the specifications and the same should be approved by VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD. before the execution.

176

41.2

Electrical installation work shall comply with all currently applicable statues, regulations
and safety codes in the locality where the equipment will be installed. Nothing in this
specifications shall be construed to relieve erector of his responsibility.

41.3

Unless otherwise specified installation work shall comply with the requirements of latest
additions of applicable Indian standards.

41.4

In accordance with the specific installation instructions, as shown on manufacturer s


drawings or as directed by Site Engineer of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD., the erector shall unload, erect, install wire test and put into commercial use all
the electrical equipment included in the contract. Equipment shall be installed in neat workman
like manner so that if is in level and plumb, properly aligned and oriented. Tolerance shall
be stablished in manufacturer s drawings or as stipulated by an Engineer. No equipment shall
be permanently bolted down to foundation or structure until the alignment has been checked.

41.5

Erector shall furnish all supervision, labour, tools, equipment, ribbing, materials and
incidental materials such as bolts, wedges, anchors, concrete, inserts etc. required to
completely install test and adjust the equipment.

41.6

Where assemblies are supplied is more than one section erector shall make all
Necessary mechanical and electrical connections between sections including the connection
between buses. Erector shall also do necessary adjustment/alignments necessary for proper
operations of circuit breakers isolators, and their operating mechanism. All insulators and
bushings chipped, cracked or damaged due to negligence or carelessness of erector shall
be replaced by him at his own expense.

41.7

Switchgear and control panels/desks shall be installed in accordance with Indian Standard
Code of Practice IS:3072 and manufacturer s instructions. The switch gears panels shall
be installed on finished surfaces or concrete or steel sills. Erector shall be required to
install align any channel sills which from part of the foundations. In joining shipping
suctions of the switch gears/panels/control centres together, adjacent housing or panel
section or flanged throat sections provided shall be bolted together after alignment has
been completed. Power bus, enclosures, ground and control splices of conventional nature
shall be cleaned and bolted together, being drawn up with torque wrench of proper size
or by other approved means. Tapes or compounds shall be applied where called for as per
manufacturer s drawings. Base of outdoor type units shall be sealed in an approved
manner to prevent ingress of moisture.

41.8

All switch gear, control panels, desks etc. shall be made absolutely vermin proof.

41.9

Induction motors shall be installed and commissioned as per IS Code of Practice ISS 900
and manufacturer s instructions.

41.10 After installation of all power and control wiring, erector shall perform operating test on
all switch gear and panels to verify proper operation of switch gear/panels and correctness
of the interconnections between the various items or equipment. This shall be done by

177

applying normal AC or DC voltage to the circuit and operating the equipment. Megger
tests for insulations, polarity checks on the instruments transformers, operation tests shall
be carried out by erector, who shall also make all necessary adjustments as specified by
the manufacturer for the proper functioning of equipment.
41.11 Installation and testing of battery and battery charges shall be in strict compliance
with the manufacturer s instructions. Each cell shall be inspected for breakage and
conditions of the cover seals as soon as received at site. Each cell shall be filled with
electrolyte in accordance with the manufacturer s instructions. Battery shall be set up
on racks as soon as possible after receipt, utilizing lifting devices supplied by
manufacturer. The cells shall not be lifted by terminals. Contact surfaces of battery
terminals and intercell connections shall be cleaned, coated with protective grease
and assembled. Each connection shall be properly tightened. Each cell shall be tested
with by hydrometer and thermometer and result logged. Freshening charge, if required,
shall be provided. When turned over to VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI
SANGH LTD. the battery shall be fully charged and electrolyte shall be at full level and
of specified specific gravity.
42.0

Cable Installation :

42.1

Erector shall install, test and commission the suitable cables. Cables shall be laid
directly buried in earth on cable racks, in built up trenches, on cable trays and supports,
in conduits, and ducts or bare on walls, ceiling etc. as follows :
a) Outside the building premises :
The scope of installation of underground cables includes digging necessary
trenches, laying of the cables in the trench, covering them with sand and bricks
and then refilling the trenches. Necessary cable markers at appropriate points
to indicate the path of under ground cable should also be supplied and installed
by the erector.
b) With in the building :
Under ground cables will be laid in GI light duty class pipes of not less than 37 mm.dia.
c)

Cables above ground :


Cables above the ground shall be fixed either on wall or in cable trays of slotted
angle with necessary clamps, bolts etc. as directed by VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH

d)

42.2

LTD..

The main cables inside the building should be laid in hume pipes wherever provided
by VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD.. At the places
where hume pipes have not provided the main cables shall be laid as per 40.1 (c).

Installation and testing of proper insulated cables shall be in accordance with Indian
Standard Code of Practice IS:1255.
178

42.3

Inspection on receipt unloading, storage and handling of cables shall be in accordance


with IS:1255 and other Indian Standards Code of Practice.

42.4

Sharp bending and kinking of cables shall be avoided. The bending radius for various
Types of cables shall not be less than those specified below unless specifically approved
by the Site Engineer of VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH LTD..
Type of Cable

Minimum bending radius

Voltage grade

Single
Core

Multi Core
Unarmoured

Armoured

Paper insulated upto 11 kv

25 D*

20 D

15 D

Paper insulated upto 22 kv

32 D

25 D

20 D

Paper insulated upto 33 kv

38 D

32 D

25 D

PVC insulated 650/1100 V

10 D

10 D

10 D

Rubber insulated 600 V

8D

15 D

Mineral insulated 300 V

8D

* ( D OVER ALL DIAMETER OF THE CABLE)


If shorter radius appears necessary, no bend shall be made until clearance and instructions
have been received from Engineer.
42.5

Where cables cross roads and water, oil, gas or sewage pipes, the cables shall be laid in
reinforced upon concrete or steel pipes to be supplied and laid by the erector. For road
crossing, the pipes for the cables shall be buried at not less than one meter depth. Cables
laid below railway tracks should be at a depth not less than 180 mm. unless otherwise
approved by the Engineer.

42.6

In each cables run some extra length shall be kept at a suitable point to enable one or two
straight through joints to be made should be the cable develop fault at a later date.

42.7

Control cable terminations shall be made in accordance with wiring diagrams, using
colour codes established by Engineer for the various control circuits, by code marked
wiring diagrams by the erector for this purpose or other approved means of
identification. It is the intent that erector shall terminate the cables which he installs.
Additional work of testing and reconnecting and connected, but where on further
Testing reversal or other rearrangement of load turns out to be necessary. Additional
work of testing and reconnecting shall be performed by erector at no extra cost of
VAISHAL PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH

179

LTD..

42.8

Special tools, clips and saddles, glands, seals, PVC sealing compound, locknut etc.
required for the connection and termination of insulated cables shall be supplied by
erector. During installation, connection and termination of insulated cables, care shall
be exercised to ensure that aluminium sheet is not damaged. Groups of mineral insulated
cables shall be bent neatly around the corners by using inner most cables as a form
around, which to bend the next cable. Cables shall not be fastened or clamped close to the
point of entry of the equipment which may vibrate severely. Special instructions furnished
by the manufacturer shall be strictly followed.

42.9

After installation and alignment of motors, erector shall complete the conduit installation,
including a section of flexible conduit between the motor terminal box and cable
trench/tray. Erector shall install and connect the power, control and heater supply cables.
Erector shall be responsible for correct phasing of the motor power connections and shall
interchange connections at the motor terminals box if necessary, after each motor is test
run.

42.10 Connections shall be made to small electrically operated device on equipment installed as
accessories to or assembled with other equipment and requiring two wire or three wire
connection. Connections to recording instruments, float switches, limit switches, pressure
switches, thermocouples, thermostats and other miscellaneous equipment shall be done as
per Manufacturer s drawing and instructions.
42.11 Metal sheets and armour of the cable shall be bonded to the earthing system.
42.12 All new cables shall be megger tested before jointing. After jointing is completed all LT.
cables shall be megger tested before commissioning.
Cables cores shall be tested for :
a)
b)
c)
d)

Continuity
Absence of cross phasing
Insulation resistance to earth
Insulating resistance between conductors.

Erector shall furnish all testing kit and instruments required for field testing.
43.0

Cable Trays, Accessories and Tray Supports :

43.1

Cable trays shall either be run in concrete trenches or run overhead supported from
building steel, floor slab etc.
Cables shall be clamped to the cable trays in the horizontal runs and vertical runs.
All cable trays including perforated sheet trays and vertical raceways shall be hot
Dip galvanized or primed with red lead and oil primer followed by a finish coat of
Grey lacquer paint or aluminium paint as specified.

43.2
43.3

180

44.0

Conduits, Pipes & Ducts :

44.1

Erector shall supply and install G.I. light duty conduits, pipes and ducts. All
accessories/fittings required for making installation complete, including but not limited
to ordinary and inspection tees and elbows, check nuts, male and female reducers and
enlargers, wooden plugs, caps square headed male plugs, nipples, gland sealing fittings,
pull boxes, conduits, outlet boxes, splice boxes terminal boxes, glands gaskets and box
covers, saddles and all steel supporting work shall be supplied by Erector. Conduit fittings
shall be of same material as conduits.

44.2

Conduits or pipes shall run along walls, floors and ceilings, on steel supports, embedded
in soil, floor, wall or foundation, in accordance with relevant layout drawings, under
ground portions of conduit installation to be embedded in the foundation or structural
concrete shall be installed in close co-ordination with collateral work. Exposed conduit
shall be neatly run and evenly spaced, with conduits parallel when in racks or in banks.
Conduits embedded in foundation or structural concrete shall be run as directly as possible
among with generally indicated route between two points with a minimum length and
Sr. with a minimum of crossingItem
bending and cutting but without creatingSize
interferences with
No other installations.
Control switches
G.I. wire 14 SWG
Motor upto 10 HP
G.I. wire 8 SWG
Motor above 10 HP upto 125 HP
G.I. strip 25 x 3mm
Motor above 125 HP
G.I. strip 25 x 6mm
Switch Board
G.I. strip 25 x 6mm
Power control centre / LT panel of sub-station
G.I. strip 40 x 6mm

44.3

When two lengths of conduits are joined together through a coupling, running threads
equal to twice the length of coupling shall be provided on any one length to facilitate easy
dismantling of the two conduits whenever required.

44.4

When one or more cables are drawing through a conduit, cross sectional area of the cables
shall be 40% of the internal cross sectional area of the conduit.

44.5

Conduits and accessories shall be adequately protected against mechanical damage as well
as corrosion.

45.0

Earthing :

45.1

The scope of supply and installation should also include absolutely independent double
earthing of individual electric motors, control gears and switchboards, complete with
necessary copper/GI wire, copper strip, earthing plate, top funnel, salt, cola etc. The
earthing process include digging of earthing pit, filling the same with alternative layers
of coal and salt, refilling the pit and providing perforated GI pipe making housing pit
and cover as per IER & ISI code of practice No. ISI:3034-1966.
181

45.2

Erector shall install bare/insulated aluminium/GI Cables and strips, etc. required for
system and individual equipment earthing. All work such as cutting, bending, supporting
soldering, coating drilling, brazing, clamping, bolting and connecting into structures,
pipes, equipment frames, terminals, rails or other devices shall be in Erector s scope of
work. Unless otherwise specified, the excavation and trenching shall be done by Erector.
Erector shall also back fill and reinstate the trenches after installation of earthing
conductors.

45.3

Earthing shall conform to the Indian Standard Code of practice IS:3043 and Indian
Electricity Rules, 1956. All materials and fittings used in the earthing installation shall
conform to the relevant Indian Standards or approved by VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH LTD. S Engineer. Any change in routing, size of conductors
etc. shall be subject to the prior approval of VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH
LTD. Engineers.

45.4

Metallic frame of all electrical equipment shall be earthed by two separate and district
connections with earthing system.

45.5

All underground connections for the earthing system shall be brazed/welded. Connections
to equipment and devices shall be normally of the bolted type.

45.6

On completion of the installation, continuity of all conductors and efficiency of all bends
And joints shall be tested. The earth resistance shall be tested in the presence of VAISHAL
PATLIPUTRA DUGDH UTPADAK SAHAKARI SANGH
LTD. Engineer s/representative. All
equipment necessary for the test shall be furnished by Erector.

45.7

EARTHING NETWORK
The entire earthing installation shall be done in accordance with the ear thing drawings,
specifications and instructions of the Engineer-in-charge. The entire ear thing system
shall fully comply with the Indian electricity act and rules framed there under. The
supplier shall carry out any changes desired by the electrical inspector or the owner in
order to make the installation conform to the Indian electricity rules, at no extra cost.
The exact location of the earth pits, earth electrode and conductors and ear thing points
of the equipments shall be determined at site, in consultation with the engineer-incharge. Any change in the methods, routing, size of conductor etc. shall be subject to
approval of the owner/engineer-in-charge before execution.

45.8

Earth Pit with Electrode


1. Plate or pipe type earth electrode with earth pit shall be provided for this work
unless otherwise advised and pit shall be as per IS:3043 1966 (code of practices
for ear thing). All earth electrodes shall preferably be driven to a sufficient depth
to reach permanent.

2. Earth pit centre shall be at a minimum distance of 2m distance shall be maintained


between centres of 2 earth pits.
182

45.9

Earth Bus. Earthing Lead & Earth wire /strip


All electrical equipment is to be doubly earthed by connecting two earth strips / wire
conductor from the frame of the equipment to a ear thing pit / main ear thing ring. The
earthing ring will be connected via. Links to several earth electrodes. The cable armored
will be earthed through the cable glands. Conductor size for connection to various
equipment shall be as specified in the drawing However the length of the branch leads
from equipment to ear thing grid/ring shall not be more than 10 to 15 meters.
All hardware for earthing installation shall be hot dip galvanized. Spring washers shall
be used for all ear thing connections of equipment having vibrations.
Size of earthing lead/wire shall be as specified in schedule of quantities/drawings.
Following may be considered as general guidelines:

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.

PVC insulated cables (light duty) for working voltage upto 1100 volts
PVC insulated cables (heavy duty) for voltage upto 1100 volts
PVC insulated cables (heavy duty) for voltage 3.3 KV to 11 KV
Specification for polyethylene insulated PVC sheathed heavy duty
electric cables for voltage not exceeding 1100 V
Specification for polyethylene insulated PVC sheathed heavy duty
electric cables for voltage 3.3 KV to 11 KV
Guide for marking of insulated conductors
Code of practice for installation and maintenance of power cables upto
33 kV
Code of practice for earthing
Guide for safety procedures and practices in electrical work
Code of practice for installation and maintenance of AC induction motor
Starters
Code of practice for installation and maintenance of induction motors
Code of practice for installation and maintenance of switchgears

24.
25.

Code of practice for installation and maintenance of transformers


Code of practice for electrical wiring installation, voltage not exceeding
650 V
Code of practice for electrical wiring installation (system voltage
exceeding 650 V)
Guide for testing three-phase induction motor
Guide for safety Procedures & Practices in electrical works
XLPE Cables for working voltage upto and including 1100 Volts
XLPE Cables for working voltage upto 33 kV
Boxes for enclosures of electrical accessories
Electric Power connectors
HRC Cartridge Fuse Link up to 650 V
Code of Practice for Selection, Installation & Maintenance of Fuse up to
650 V
Cables methods of testing
Danger / Lattice Boards

26.

National Electric Code

15.
16.
17.
18.
19.
20.
21.
22.
23.

694-1990 Part I & II


1554-1988 Part I
1554-1988 Part II
5959-1970 Part I
5959-1970 Part II
5578-1970 or 5575
1255-1983
3043-1987
5216-1982
5214-1969
900-1992
10118 1982
Part I, II, III, IV
10028 1981 Part I
732-1989
2274-1963
4029-1967
5316
7098 1988 Part I
7098 1988 Part II
5133
5561
2208
3108
10810
3551
SP :30

183

When earthing wire is to be drawn under floor / in underground, aluminium wire


10mm dia. With PVC insulation shall be used. Instead of GI wire, PVC insulated
copper conductor wires can also be used.
However, while deciding type & size of earth lead the resistance between the earthing
system and the general mass of the earth shall be as per IS code of practice. The earth
loop impedance to any point in the electrical system shall not be in excess of 1.0 ohm in
order to ensure satisfactory operation of protective devices.
G.I. wire/aluminium wire shall be connected to the equipment by providing
crimping type socket/lug.
Wherever earthing strip to be provided in cable tray, it shall be suitably bolted on
Cabl e tray and electrically bonded to the cable tray at regular interval.
Excavating & refilling of earth, necessary for laying under ground earth bus loops
shall be the responsibility of the supplier.
Wherever earth leads/strips/wire are laid in cable trenches, these shall be firmly and
suitably cleaned to the walls/supporting steel structure on which cable is clamped.
The neutral of the transformer shall be connected to earth pit independently and earth
pit shall have copper earth plate.
Long runs of GI strip shall be connected at each end with lap type welding to
ensure continuity.

184

Beareau of Indian Standards to be Followed for Electrical Erection


3 Phase 415 V
Direct-ontable
shall be followed
for cable
TheMotorfollowi line
Recommended
Cable Size
for
Supply
side
s
ng
H.P.
Motor
side
Copper conductor Cable Size : Sq mm
Up to 7.5
2.5
2.5
10
4
4
15
6
6
20
10
10
25
16
16
30
16
16
40
25
25
50
35
35
Aluminium conductor Cable Size: Sq mm
60
70
70
75
95
95
100
120
120
125
185
185
150
240
240
180
-300
200
-2 X 150
250
-2 X 185
275
-2 X 240
300
-2 X 240

Star-DeltaWiringStarter
of
motorsside
unless Motor side
specified:
Supply
2.5
4
6
10
16
16
25
35

2 X 2.5
2 X 2.5
2 X 2.5
2X4
2X6
2X6
2 X 10
2 X 16

70
95
120
185
240
2 X 150
2 X150
2 X 185
2 X 240
2 X 240

2 X 35
2 X 50
2 X 70
2 X 95
2 X 120

Note: Cables indicated above in the table shall be only armoured copper conductor cable for
DOL starter upto 50 HP motor. For motors rating 60 HP and above, armoured aluminium
cable should be used.

46.0

Supply, Fabrication, Erection and Testing of Piping :

46.1

Codes and standards :


All piping system including sub-contracted materials shall comply with the latest
editions of the following wherever applicable :
a) Indian Boiler Regulation
b) Regulation of Inspector of Explosives
c) All applicable Indian Standards
d) All applicable State Laws.

185

46.2

Scope of Supply :
Erector shall supply all piping materials like pipes, fittings, flanges and other items as
shown in his scope in the flow diagrams/specifications.

46.3

Scope of erection to be performed by Erector is outlined below :


a) The scope of erection for piping includes all system covered under his scope of work
in the flow diagram/specification.
b) Erector shall also install small accessory, piping an any specialities furnished with or
for equipment such as relief valves, built in bypass, and other items of this type.
c) Erector s work terminates at the final tube or pipe connection at pumps, including the
final connection.
d) Erector shall install primary elements for flow measurement, control valves, and on
line metering equipment.
e) Erector shall perform necessary internal machining of pipe for installing crevices,
flow nozzles, straightening vances, control valves.
f) Erector shall install all valves and specialities being procured from others.
g) Erector shall hydrostatically test all piping systems including valves and specialities &
instrument impulse line at suitable pressures.
h) All piping shall be internally cleaned and flushed by Erector before and after erection
in a manner suited to the service as directed by VAISHAL PATLIPUTRA DUGDH UTPADAK
SAHAKARI SANGH

LTD..

i) For hydrostatic testing and water flushing, erector shall furnish necessary pumps,
equipment and instruments, piping etc. Purchaser will provide water at available
points of supply to which Erector s temporary piping will be connected.
46.4

Colour code shall be used to identify pipe material. Erector shall be able to identify on
request all random piping prior to any field fabrication.

46.5

All steam piping shall be fabricated in complete accordance with Indian Boiler Code and
all approval required shall be obtained by Erector from the inspecting authority.

46.6

Erector shall be responsible for the quality of welding done by his organisation and shall
Conduct tests to determine the suitability of the welding procedure used by him.

46.7

Erector shall employ welded construction for all black steel piping. All black steel pipes
50 mm. and below shall have socket welded joints unless otherwise specified.

46.8

All piping supports, guides, anchors, rod hangers, spring hangers, rollers with incidental
structural sub framing shall be furnished and erected by Erector.

46.9

All piping shall be suspended, guided and anchored with due regard to general
requirements and to avoid interference with other pipes, hangers, electrical conduits and
their supports, structural members and equipment and to accommodate insulation to
conform to purchaser s loading limitation. It is the responsibility of the piping Erector
to avoid all interferences while locating hangers and supports.

186

46.10 Anchors and/or guides for pipe lines or for other purpose shall be furnished when
specified for holding the pipe line in position or alignment. Hangers shall be designed
fabricated and assembled in such a manner that they cannot become disengaged by any
movement of the support pipe.
46.11 All piping shall be wire brushed and purged with air blast to remove all dust, mill scale
from inner surface. The method of cleaning shall be such that no material is left on the
inner or outer surfaces which will affect the serviceability of the pipe.
46.12 Effective precaution such as capping and sealing shall be taken to protect all pipes ends
against ingress of dirt and damage during transit or storage. The outside of the carbon
steel pipe (black) shall receive two coats of red lead paint.
47.0

Testing for :
1

2.
3.
4.
5.

6.
7.
8.
9.

LP Steam
Glycol
Insulation
Motors
Equipments.

Soft and Raw Water


Air
SS Piping
Electricals

Should conform to the latest ISI standards.


48.0

Service piping Installation guide lines :

48.1

Chilled water & Glycol piping (if mentioned in purchase order)


The scope of erection and installation if mentioned, comprises a set of GI B class pipes
and fittings for chilled water and glycol including supports, isolation and non-return
valves etc. for providing chilled water or glycol to all the equipment which would
require chilled water or glycol. All the necessary headers for interconnecting all the
chilled water and glycol pumps and auxiliary materials like adapters, reducers, flanges,
union, valves/cocks/ (of gun-metal/brass for valves upto 100 mm. dia), strainers,
gaskets, packing etc. required for the pipe should also be supplied and installed by the
erector. The pipeline should be insulated as per the specification detailed.

48.2

Steam & Hot Water and molasses Piping (if mentioned in purchase order)
The scope of supply and installation of mentioned, comprises the following set of steam
pipes and fittings for providing steam connections from the indicated battery point to all
the equipments requiring steam in accordance with IBR, MS Class C pipes, fittings and
auxiliary items. The scope of supply and installation includes the necessary pipes
supports, isolation supports, isolation valves, nonreturn valves, safety valves, check
valves, pressure reducing valves steam traps, strainers, expanders, bends, gaskets,
packing, sight glasses, pressure gauges etc. The manufacturer s certificates that the
material conforms to IBR duly attested by concerned authority should be furnished for all
187

items as per requirements. The necessary check valves(s) and other fittings required at the
sources of tapping at the battery point should also be supplied and installed by the
erector.
Set of condensate pipes and fittings of MS Class C to interconnect the condensate return
line. The supply is inclusive of necessary pipe supports isolation valves, check valves,
bends, gaskets, packing etc.

48.3

Air requirement (if mentioned in purchase order)


The scope of supply and installation if mentioned comprise of the following:
Set of air pipes and fittings in accordance with MS C Class for providing air to the
various equipments/items and controls and points requiring the same. The scope of supply
and installation is inclusive of necessary pipe supports, valves, filters, bends, gaskets,
packing, polythene, copper tubes and all other necessary auxiliary items.

48.4

All the above referred piping should generally be of welded execution and must be
removed of mill scales and properly cleaned before installation.

49.0

Important Note :

49.1

All the necessary materials, of a quality and make approved by VAISHAL PATLIPUTRA DUGDH
UTPADAK SAHAKARI SANGH
LTD. required for carrying out the installation mentioned
in 46.2 shall be supplied by the Erector.

49.2

Piping (SS) (if mentioned in Purchase Order)


The scope includes the installation and inter connection of a set of SS Pipes and fittings,
including cocks, valves, Tees, flanges, unions, bends, reducers, liners and other necessary
fittings SMS/IDF standards, for inter connecting all the equipment listed. Necessary pipe
supports shall be also installed by the Erector.

49.3

Pipe fittings at connection points


All the required fittings that would be needed in the piping at all the tapping, termination,
connection and intermediate points must be installed by the Erector.

49.4

The erector shall prepare and submit the piping layout drawing, details of supports, details
of tapping, termination interconnection etc. for approval. All the piping work shall be
carried out strictly in accordance with the approved drawings/details.

50.0

Insulation (if mentioned in Purchase Order)

50.2

Insulation of Steam condensate & Hot water pipe lines :


All the steam and hot water pipes shall be insulated with 50 mm. thick mineral wool or
equivalent. The insulation shall be carried out in the following manner:

188

1)

Cleaning of surface to be insulated. Applying a coat of red oxide primer and fixing
glass wool/mineral wool of suitable thickness tightly to the pipe, butting all joints to
be tied with lacking wire.

2)

The insulation should be covered with GI wire netting.

3)

The steam and hot water lines, after insulation must be covered with 22 gauge
aluminium sheet with proper grooves and overlaps and secured in position with 12
mm. self tapping Parker screws.

4)

In case the insulation does not have the desired insulation properties, the entire
insulation will have to be redone at the erector s cost to give the desired results.

5)

In case of condensate return piping, all the steps mentioned above shall be executed
Except that the thickness of insulation shall be 30 mm.

All the necessary materials of quality and make approved by VAISHAL PATLIPUTRA
DUGDH UTPADAK SAHAKARI SANGH
LTD. required for carrying out the insulation
Mentioned in 50.2 shall be supplied by the erector.

189

SCHEDULE - IV

EQUIPMENT LAYOUT
FLOW DIAGRAM

190

191

192

This has reference to the tender notice No. VAISHAL PATLIPUTRA DUGDH UTPADAK
h

SAHAKARI SANGH LTD Dated 05 Oct, 2012. In reference to the tender following

points have been clarified as under:


1.
The earnest money amount of 08.00 Lakhs mentioned in tender to be
deposited in the form of DD payable at Patna only.
2.
There is a mention of security deposit of 10% of the bid value to be
submitted in the event of a bidder being awarded the order on successful bidding.
This will also be in form of a DD payable at Patna.
3.
The bids are being called from bonafide manufacturers of cattle feed plants,
machineries and spare parts. As such, there is no provision for subletting the
tender.
4.
The tender will be awarded to a single party capable of doing the projects
in the same awarded time frame as per details mentioned in the tender.
5.
The meaning of the fixed price contract is that there will be no provision
for price escalation. Any increase in the quoted unit prices will not be allowed.
6.
Already there is a provision of Force Majeure clause for delay. Further
clarification in regards to impact of force majeure clause in delay of project, shall
be conveyed after due consideration at appropriate time.
7.
Please refer page number 19 and point number 5.1. The date of 05-11-2012
will be considered as 05th Nov, 2012 which is the last date of opening of the
tender.
8.
The JV, if any, should also meet the qualification criteria in the same name
and style. Similarly, the turnover criteria must also be met to fulfil condition
mentioned in tender in the same name and style. As regards to the orders on
hand, only those orders on hand will be considered which are almost near
completion. Only such projects will be considered which are near trials at the time
of submission of tender. All such order should be of at least 150 TPD capacities
on pelleted feed or above.
9.
At the time of handing over of the plant both individual capacities of each
machine and over all capacity of the plant will be considered. The bidder does not
have any liberty to down size capacity of any equipment. However, he may up
size for the betterment of the plant. In nut shell, all machines should perform at
their respective capacities as mentioned and the project should give 150 TPD or
above in all the situations. The bidder should plan sufficient factors of safety in
designing of the plant at every stage to cover all aspects and requirements of
production of cattle feed with all possible die sizes and all possible formulation
combinations.

193

10.
It has been clearly mentioned on the tender that pelleting capacity is
needed at 10 TPH which should be easily realised on all formulations using any
die size from 4mm to 10mm. That means, bidder should plan for 10 TPH on
4mm. It is understood that capacity on 8 -10 mm will be higher.
12.
There will be bagging equipment required connecting both the bins of finished
product.
13.
All pumps and pipelines should be as per capacities required for 150 TPD.
14. The provision and supplying of fire stairs and lifts for passenger and
material shall be considered in the scope of bidder as per statutory norms.
15.
The bidder should give a break up of prices on all individual supplies
along with erection and commissioning charges. The bidder is required to mention
the same individually (Item Wise) in the price bid. Bidder should supply a
separate annexure along with his bid mentioning prices of all items to be supplied
and erection & commissioning charges of every individual item in front of its
price. Kindly see the enclosed format as under for this purpose:
S
L

DESCRIPTION

CAPACITY
/SIZE
CU=CUBIC
MTR)

QTY

Unit of
measurement

Unit
cost of
Supply

AMOUNT of
Supply in
Rs.

E&C
Per
unit

Total
Value
of E&C
in(Rs)

Total
Value of
Supply
and
E&C
In(Rs)

16.
The duration of all price validities of all machineries and spares shall be
considered from the date of awarding of the tender. It will be binding on all
bidders as per the terms and conditions mentioned in the tender documents.
17.
The tender date will not be extended and the schedule for the submission of
bids remain as mentioned on tender document.

194

You might also like