Вы находитесь на странице: 1из 197

TENDER ID 2017_RCDF_52148_1

E- TENDER FORM

FOR

“SUPPLY, ERECTION, TESTING AND COMMISSIONING OF PLANT AND

MACHINERY FOR SETTING UP INDIGENOUS PRODUCT PLANT ON TURN

KEY BASIS” AT JHALAWAR (RAJ).

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED


SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR
Phone No: 0141-2702501-508, Telefax: 0141-2710209, 0141-2702135
Website: www.sarasmilkfed.co-op, E-mail: dpm-rcdf@rajasthan.gov.in,
proj-rcdf-rj@gov.in

0
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,
“SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017
Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in
E-mail : dpm-rcdf@rajasthan.gov.in, proj-rcdf-rj@gov.in

No. RCDF/DPM& Proj./C-4008/2016-17/ Dated 10.01.2017

NOTICE INVITING TENDERS


E-Tenders are invited for “Supply, Erection, Testing & Commissioning of Plant & Machinery
for Setting Up Indigenous Product Plant at Jhalawar (Raj) on Turn Key Basis”. Civil works for
Construction of Indigenous plant at Malpura” and “Construction of Boundary wall at Malpura
(Tonk)”. The estimated cost of above civil works are Rs. 242.00 lacs & 32.00 lacs
respectively. Details can be obtained from our website: www.sarasmilkfed.rajasthan.gov.in
& http://eproc.rajasthan.gov.in, www.sppp.rajasthan.gov.in i.e. spp portal.
General Manager (DPM & Proj.)
Copy to:-
1. General Manager (P & A), RCDF, Jaipur – please arrange to get the above NIT
published in daily newspapers as per norms.
2. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on
the RCDF website also with the enclosed detailed NIT and tender forms and also
arrange to published the same with individual tender ID on e-procurement website
3. Dy. Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal –
Please also arrange to get the above NIT/Tenders uploaded on the State Public
Procurement Portal.

General Manager (DPM & Proj.)

1
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,
“SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017
Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in
E-mail : dpm-rcdf@rajasthan.gov.in, proj-rcdf-rj@gov.in

No. RCDF/DPM& Proj./C-4008/2016-17/ Dated 10.01.2017

NOTICE INVITING TENDERS


E-Tenders are invited for “Supply, Erection, Testing & Commissioning of Plant & Machinery
for Setting Up Indigenous Product Plant at Jhalawar (Raj) on Turn Key Basis”. Civil works
for Construction of Indigenous plant at Malpura” and “Construction of Boundary wall at
Malpura (Tonk)”. The estimated cost of above civil works are Rs. 242.00 lacs & 32.00 lacs
respectively. Details can be obtained from our website: www.sarasmilkfed.rajasthan.gov.in
& http://eproc.rajasthan.gov.in, www.sppp.rajasthan.gov.in i.e. spp portal.
General Manager (DPM & Proj.)
Table-A
S. Description of Item Total Place/Plant/ Tender ID No. Pre bid Tender EMD
No Qty. M.U./CFP conference opening
(In at 11 AM date at (in Rs.)
nos.) 5.00 PM

1 Supply, Erection, 1 Lot Jhalawar 2017_RCDF_52148_ 25.01.2017 14.02.2017 2,00,000/-


Testing and 1
Commissioning of
Plant And Machinery
for setting up
Indigenous Product
Plant at Jhalawar
(Raj) on Turn Key
Basis.

Requisite tender fee as well as EMD in the form of DD/Pay Order favouring RCDF Ltd., Jaipur and
tender processing fees in the form of DD/Pay Order favouring Managing Director, RISL must
accompany the tender documents failing which the tenders shall not be considered. Each item
shall be considered as separate and independent and decided accordingly. Tender fees, EMD
alongwith processing fees should be deposited in the physical form upto tender submission date
i.e. preceding working day of respective tender opening date and will be received upto 5.00 PM.
M.D., RCDF reserves the right to accept or reject any or all tenders in part or full without assigning
any reason thereof.

General Manager (DPM & Proj.)

2
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Table-B
Details of work – No. 01- Construction of Indigenous products plant at Malpura (Tonk).
Tender ID:- 2017_RCDF_52150
1 Estimated cost of construction work - Rs. 242.00 Lac
2 Earnest money - Rs. 4,84,000/-
(By D.D. only in favour of RCDF Ltd; Jaipur)
3 Tender Fees - Rs. 2000/-
(By D.D. only in favour of RCDF Ltd; Jaipur)
4 Tender Processing Fees - Rs. 1000/-
(By D.D. only in favour of MD, RISL payable at Jaipur)
5 Date & time of on-line submission of tender - Upto 10.02.2017 (5.00 PM)
6 Date & Time of opening of technical / Financial bid - 13.02.2017 (11.00 AM)
7 Completion period of work - 10 Months
8 Validity of quoted rate in tender - 90 days

Details of work – No. 02- Construction of Boundary wall at , Malpura (Tonk)


Tender ID:- 2017_RCDF_52151
1 Estimated cost of construction work - Rs. 32.00 Lac
2 Earnest money - Rs. 64,000/-
(By D.D. only in favour of RCDF Ltd; Jaipur)
3 Tender Fees - Rs. 1000/-
(By D.D. only in favour of RCDF Ltd; Jaipur)
4 Tender Processing Fees - Rs. 1000/-
(By D.D. only in favour of MD, RISL payable at Jaipur)
5 Date & time of submission of tender - 10.02.2017 (up to 5.00 PM)
6 Date & Time of opening of technical / Financial bid - 13.02.2017 (11.00 AM)
7 Completion period of work - 03 Months
8 Validity of quoted rate in tender - 90 days

Requisite tender fee as well as EMD in the form of DD/Pay Order favouring RCDF Ltd., Jaipur and
tender processing fees in the form of DD/Pay Order favouring Managing Director, RISL must
accompany the hard copy of tender documents failing which the tenders shall not be considered.
Tender fees, EMD along with processing fees should be deposited in physical form up to 10.30 AM on
13.02.2017. M.D., RCDF reserves the right to accept or reject any or all tenders in part or full without
assigning any reason thereof.
General Manager (DPM & Proj.)

1. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on the
RCDF website also with the enclosed detailed NIT and tender forms and also arrange to
published the same with individual tender ID on e-procurement website.
2. Dy. Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal – Please
also arrange to get the above NIT/Tenders uploaded on the State Public Procurement.

General Manager (DPM & Proj.)

3
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Important Information

Subject: e-Procurement/tendering system at RCDF

Government of Rajasthan has decided to implement e-procurement system for their departments and
PSU to enhance efficiency & transparency in public procurement from April 2012, in which all
purchases/ works/ services etc. of value ` 50.00 Lacs or above will be processed electronically through
State e-procurement portal i.e. www.eproc.rajasthan.gov.in.
Accordingly at RCDF, the existing process of manually submitting bids will be discontinued.
Information regarding tenders will be posted on the above mentioned website & bids will also be
accepted via the website. A registered user with a valid Digital Signature Certificate (DSC) will be
able to access the website, view & download tender details, fill in tender bids & upload (send) to the
website. At the scheduled time of tender opening, details of all bids can be viewed by the bidders.
Requirement for participating: Internet access (details available on the home page of website
www.eproc.rajasthan.gov.in), DSC & registration on the website.
Bidders will need to get a class III digital certificate with encryption – decryption facility through
controller of certifying authorities (CCA) approved certifying agencies. Information regarding DSC
is available at the home page under ‘Information regarding DSC’. A bidder should enroll on the e-
procurement website & register the DSC. Please arrange to fulfill the necessary requirements of e-
procurement, since only the authorized bidders can participate in the tender.
A additional fee ( ` 1000/- per tender/bidder for tender value > 50.00 lacs) is payable to RajCOMP
info services ltd.(RISL) for participating in e-procurement.
Help manual for bidder is available on the home page of the website under ‘Help for contractors’.
You can also call on 0141-4022688 & 1800-233-7315 for any assistance regarding e-procurement
during office hours.
Bidders training will be provided free of cost by RISL.
You may contact concerning department for further clarification(s).

General Manager (DPM & Proj.)

4
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Rajasthan Co-operative Dairy Federation Limited
“Saras Sankul” J.L.N. Marg, Jaipur-302 017
Phone No.2702501 : Fax 2702135 : Website : www.sarasmilkfed.rajasthan.gov.in : E-mail: dpm-rcdf@rajasthan.gov.in
proj-rcdf-rj@gov.in

No. RCDF/DPM&Proj./(C-4008)/2016-17/ Dated 10.01.2017


INDEX

S.N. PARTICULARS PAGE NO.


1. NIT 01-04
2. INDEX 05-06
3. CHECK LIST OF DOCUMENTS TO BE SUBMITTED 07
4. ELIGIBILITY & QUALIFICATIONS CRITERION 08-10
5. SYNOPSIS OF TENDER 11-15
6. GENERAL TERMS AND CONDITIONS 16-33
7. ADDITIONAL GENERAL TERMS AND CONDITIONS 34-37
GENERAL TERMS AND CONDITIONS FOR ERECTION
8. 38-77
CONTRACT WHEREEVER APPLICABLE
Tender Acceptance Letter (to be given on
9. ANNEXURE – I 78
Company letter head)
Section –I Manufacturers authorization form
10. ANNEXURE – II 79
format
Section –II- Schedule-I format of Major
11. ANNEXURE – III 80
works completed during past five years.
Section –II- Schedule-II format of Works in
12. ANNEXURE –IV 81
hand during current year
Section –III- Technical Deviation statement
13. ANNEXURE – V 82
format
Rate quotation form for supply / supply,
installation & commissioning of equipment.
14. ANNEXURE – VI 83-86
Rates to be filled in prescribed file .XLS
only.
Form of agreement required to be submitted
15. ANNEXURE – VII 87-89
by the supplier
Form of Bank Guarantee for 30% advance
16. ANNEXURE –VIII 90-91
payment
Performa of Bank Guarantee for
17. ANNEXURE – IX 92-93
releasing 10% balance payment.
ANNEXURE-
18. Performa bank guarantee for EMD & SD 94-95
IX(A)

5
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Detailed technical specification
96-177
Sub Section-1- Technical Specification 178-181
Sub Section-2 Project Information 182-183
18. ANNEXURE – X Sub section-3 Design Basis 184-186
Sub section-4 Responsibilities 187-188
Sub section -5 Battery Limit 189-190
Sub section-6 Drawing, Data & Documents 191-192
Sub section-7 Bidders Meeting
19. List of Recommended Makes 193-195
20. BUILDING LAYOUT 196

6
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
A check list of documents required to be submitted
(Each Tenderer is required to upload the required documents failing which the tender will become liable
for no further consideration/evaluation)
Sr. Yes/No Page No.
Particulars Cover
no.
1. Copies of documents defining the constitution of tendering firm along with duly attested power of Cover-
A
attorney for participating in tender on behalf of the firm.
2. Whether manufacturer if yes please attach scanned copy of manufacturing licence. Cover-
A
If no, manufacturer’s authorization form be uploaded as per Section I. Cover-
A
3. Submit experience of past performance in works of similar nature within the past five years as per Cover-
A
Schedule I of Section II. (Attach copies of Purchase Orders & performance certificates).
4. Submit details of current works in hand and other contractual commitments, if any, as per Schedule II Cover-
A
of Section II. (Attach copies of Purchase Orders).
5. Submit Technical Deviation statement form as per Section III. (Where there is no deviation, the Cover-
A
statement should be uploaded duly signed with an endorsement indicating “No Deviations”.
6. Enclose P&L statement and balance sheet for last three years. (Summary only) Cover-
A
7. Enclose information regarding current litigation if any. Cover-
A
8. Furnish copies of documents showing that the bidder has completed three dairy projects having Cover-
indigenous product section for production of Curd, Chhach, Lassi, Paneer,Shrikhand of similar A
or above capacity in last five years.
9. Submit copy of IT returns submitted for the previous three years. Cover-
A
10. Submit copy of PAN Card Cover-
A
11. Submit copies of Sales Tax Returns submitted for the previous three year. Cover-
A
12. Submit copy of Registration certificate of VAT Cover-
A
13. Submit acceptance of tender document and specifications in the enclosed format. Do not up-load Cover-
A
tender document.
14. Scanned copy of Demand Draft of Rs. 1,000/-, for each item separately, in favour of MD, RCDF Cover-
A
payable at Jaipur, towards the tender fee.
15. Scanned copy of Demand Draft towards the prescribed EMD in favour of MD, RCDF, payable at Cover-
A
Jaipur.
16. Scanned copy of Demand Draft of Rs. 1000/- towards the Tender Processing Fee in favour of MD, Cover-
A
RISL Payable at Jaipur
17. Please furnish your complete Correspondence address along with all details viz. Telephone Numbers, Cover-
A
Fax Numbers, E-mail ID and the name & designation of the contact person(s) & his/their mobile
numbers. The information may be submitted on the firm’s letter head.
18. Submit a list of recommended spare parts along with their individual prices valid for one year, as per Cover-
A
point 5.3 (price of spare parts), in PDF format in part two of the bid.
19. Rates quotation in prescribed .XLS file only. Cover-
B
Note : Please submit the documents as per check list S. No. and also mention the S. No. on respective
documents.

7
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Eligibility & Qualifications Criterion

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

2. The documentary evidence of the bidder’s qualification to perform the contract if its bid is
accepted shall establish to the purchaser’s satisfaction :

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

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

(i) Copies of original documents defining the constitution or legal status, place of
registration and principal place of business of the company or firm or partnership
etc.

(ii) Power of Attorney or a true copy thereof duly attested by a Gazetted Officer in
case an authorised representative has signed the bid.

(iii) Details of experience and past performance of the bidder (or each party to a joint
venture) on works of similar nature within the past five years, and details of
current works in hand and other contractual commitments shall be submitted as
per Schedule-I ANNEXURE – III and Schedule-II ANNEXURE – IV given in
Section-II respectively of this bidding document.

(iv) Reports on financial standing of the bidder such as profit and loss statements,
balance sheets of the past three years. (Summery only)

(v) Information regarding any current litigation, past debarment / blacklisting in


which the bidder is involved is required to be furnished.

8
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3. For the purpose of establishing the bidders ability to execute this particular, contract, bidders
shall submitted following document:
(a) The bidder should be in business of the jobs tendered for a minimum period of three years
at the time of bid opening.
(b) The bidder’s annual financial turnover in last three years shall not be less than Rs. 12 Crore
in each year.
(c) The bidder shall have completed the three dairy projects having indigenous product section
for production of Curd, Chhach, Lassi, Paneer, Shrikhand of similar or above capacity in
last five years.
(d) The bidder shall furnish a copy of the Income Tax Returns for the last three years.
4. Bid submitted by a joint venture of two or more firms as partners shall comply with the
following requirements :
(a) the bid and in case of a successful bid, the form of agreement shall be signed so as to be
legally binding on all the partners;
(b) one of the partners shall be nominated as being incharge and this authorisation shall be
evidenced by submitted a power of attorney signed by legally authorised signatories of all
the partners;
(c) the partner incharge shall be authorised to incur liabilities and received instructions for an
on behalf of any and all the partners of the joint venture and the entire execution of the
contract including payment shall be done exclusively with the partner incharge;
(d) all the partners of the joint venture shall be liable jointly and severally for the execution of
the contract in accordance with the contract terms and a relevant statement to this effect
shall be included in the authorisation mentioned (b) above as well as in the form of bid and
the form of agreement (in case of the successful bid) and
(e) a copy of the agreement entered into by the joint venture partners shall be submitted with
the bid. The tenderer should have completed atleast one project under joint venture with
same name and style.
(f) experience, resources, men and machinery of each party to the joint venture will be taken
into account only to the extent of their participation for performing tasks under the joint
venture agreement.
(g) all the partners of the joint venture shall be liable jointly and severally for the execution of
the contract in accordance with the contract terms and a relevant statement to this effect
shall be included in the authorisation mentioned (b) above as well as in the form of bid and
the form of agreement (in case of the successful bid) and
(h) a copy of the agreement entered into by the joint venture partners shall be submitted with
the bid;
(i) Experience, resources, men and machinery of each party to the joint venture will be taken
into account only to the extent of their participation for performing tasks under the joint
venture agreement.

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.

9
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
5.2 The documentary evidence of the goods and services eligibility shall consist of a statement in the
price schedule on the country of origin of the goods and services offered which shall be
confirmed by a certificate of origin issued at the time of shipment.

5.3 The documentary evidence of the goods and services conformity to the bidding documents may
be in the form of literature, drawing and data and shall furnish :
(a) a detailed description of the goods essential technical and performance characteristics;
(b) a list giving full particulars, including available sources and current prices of all spare
parts, special tools etc. necessary for the proper and continuing functioning of the goods for
a period of two years, following commencement of the goods use by the purchaser ; and
(c) a statement of deviations and exceptions to the provisions of the technical specifications
demonstrating the goods and services substantial responsiveness to those specifications in
the form provided under Section-III ANNEXURE – V.

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

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

5.6 The bidder shall furnish Photo copy of PAN card.

5.7 The bidder shall furnish Photo copy of VAT registration.

10
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SYNOPSIS OF THE TENDER
1.0 Purchaser : The Rajasthan Co-operative Dairy Federation Ltd., Jaipur
Saras Sankul, Jawaharlal Nehru Marg, Jaipur
2.0 Contact : Phone No.2702501 : Fax 2702135 : Website : www.sarasmilkfed.coop :
E-mail: dpm-rcdf@rajasthan.gov.in, proj-rcdf-rj@gov.in

3.0 Job : “Supply, Erection, Testing And Commissioning Of Plant And


Machinery For Setting Up Indigenous Product Plant On Turn Key
Basis” At Jhalawar (Raj).
4.0 Functional
requirement : The supplied plant machinery for setting up indigenous product plant for
manufacturing of Curd, Chhach, Lassi, Paneer, Shrikhand to be hooked
up with the existing system of 25 KLPD dairy plant at Jhalawar (Raj).

The supplier shall require to be ensure that no damage occur to any of


the structure/building of plant. If any existing structure/line is required
to be removed from the job the contractor has to make it good and
restore to its existing state at his cost.

The tenderer is advised to visit the site so as to apprise himself of


actual site conditions & quantum of work involved.

5.0 Exclusions : All Workshop Tools & Machines, Sanitary Installation, Water
Disposal, Water Hydrants, Environmental Works, Laboratory
Glassware, Chemicals & Equipment, Workshop tools, furniture,
Telephone & Intercom Systems and civil works.
6.0 Scope of Work: The scope of work includes supply, installation, testing & commissioning
of plant and machinery for setting up Indigenous product plant as per list
detailed below: -
Indigenous product at Jhalawar
(Curd, Chhach, Lassi, Paneer, Shrikhand)

S. Particulars Capacity Quantity


No (in Nos.)
A Curd, Chhach & Lassi
1 Milk Tank (Vertical) 3 KL 01 set
2 Multi-Purpose pasteurizer for Curd & Paneer Milk 1 KLPH 01 set
3 Homogenizer for Curd milk 1 KLPH per hr. 01 set
4 Inoculation tank 500 ltrs 02 set
5 Chhach storage tank (vertical) insulated triple 1000 ltrs. 02 set
jacketed
6 Incubation room with provision of blast chilling 4mx3mx3m 01 set
7 Curd Cup filling machine 1200 cups per hr. 01 set
8 Packing machine for Chhach & Lassi 5000 pouch per hr. 01 set
9 Chiller for Chhach 2KLPH 01 set
10 Pumps (various capacity) Suitable 1 Lot
11 Salt water/Sugar syrup dosing system 200 ltrs. 02 set
Salt water/Sugar syrup tank.

11
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Salt water/Sugar syrup dosing pump.
Total
B Paneer
12 Paneer Vat 1000 ltrs. 01 set
13 Paneer press with hoops 120 Kg. 01 set
14 Paneer washing cum cooling tank 500 ltrs. 01 set
15 Paneer Vacuum Packing machine (double head) packing size 01 set
200gms., 1000gms.,
5 Kg.
16 SS table for paneer packing Suitable 01 set
17 Paneer Cutting /slicing knives Suitable 01 set
18 Paneer weighing machine (Platform type) Suitable 01 set
19 Pumps (various capacity) Suitable 1 Lot
Total
C Shrikhand
20 Curd storage tank (vertical) insulated triple jacketed 1000 ltrs 01 set
21 Shrikhand mixing machine Suitable 01 set
22 Shrikhand packing / sealing machine (Manual) Suitable 01 Lot
Total
D Miscellaneous
23 Pre-fab Cold store for products 5000 ltrs. 02 set.
24 SS pipe & fittings i.e. Unions, bands, reducers, Suitable 01 Lot
inline filter, valves, square pipes SS nipples etc.
25 MS / GI pipes & fittings for water, steam, chilled Suitable 01 Lot
water circuit i.e. Unions, bands, flanges, nipples,
insulation (thermocol / glass wool pads) MS
structure etc.
26 M S roller Conveyor for transfer of Chhach, Lassi Suitable 01 Set
crates to cold store
Total
E Electrical
27 Wire, Cables, Starters, Switch gears, Panels etc. Suitable 01 Lot

Note:-
(1)The plant & machinery, shall be supplied as per respective specification detailed at Annexure - X
(2) We have mentioned the minimum quantity of items required for plant under the following
technical specifications
a) Technical specification for service line and allied equipment page no. 157-165. BoQ S.No.4.02
Quantity :-1 Lot.
b) Technical specification for electrical wire cable starter switch gear panel etc. page no: - 167-
177. BoQ S.No.5.01,Quantity :-1 Lot.
c) Technical specification for pumps various capacity page no.. 135. BoQ S.No.1.10 & 2.08,
Quantity:-1 Lot (Number of pumps required as per site condition for indigenous products
section).

Tenderer has to supply the items as per site condition for successful completion of project but the
quantity of supply should not be less than the minimum quantity referred in aforesaid technical
specification. No additional charge shall be paid to tenderer against the quoted rates for aforesaid
head in BOQ.

12
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
(3) The tenderer should provide plant and machinery layout defining inter-connection of equipment
and flow of milk, milk product, water, steam etc.

(4) Following approvals are required from RCDF before fabrication of equipment and for the
execution of awarded work:- General arrangement drawing for the plant and machinery, pipe line
circuit for milk and milk product, water, steam etc.

(5) Complete electrical work: The scope of electrical covers complete electrical connection and
controls to supplied plant and machinery, electrical panel with required switch gear, i.e MCCB,
MCB, ampere meter, volt meter, relay and contractors, push buttons etc., related cables, cable
trays, suitable structure for support of cable tray etc. The drawing of electrical panel and controls
and cable layout etc. shall be get approved before execution of electrical work.The supplied
system should be hooked up with the existing system.
(6) In addition to the standers mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union/RCDF :-

a. Indian Electricity Act and rules framed there under.


b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.
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.

7.0 Eligibility
(a) The bidder should be in business of the jobs tendered for a minimum period of three years at
the time of bid opening.

(b) The bidder’s annual financial turnover in last three years shall not be less than Rs. 12 Crore
in each year.

(c) The bidder shall have completed the three dairy projects having indigenous product section
for production of Curd, Chhach, Lassi, Paneer, Shrikhand of similar or above capacity in
last five years.

(d) The bidder shall furnish a copy of the Income Tax Returns for the last three years.

13
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
8.0 Completion : Supply, Erection, Testing And Commissioning of Plant And Machinery For
Setting Up Indigenous Product Plant on Turn Key Basis” At Jhalawar (Raj).
within 3 Months from the date of issue of purchase order.

9.0 Payment : For Supply of equipment

30% advance against Bank guarantee


60% after third party inspection and quality verification at works, and on
safe receipt of the equipment ordered at site The third party for inspection
and quality verification shall be appointed by the RCDF.
10% after completion of job & against performance BG
For Erection & Commissioning

10% advance against Bank guarantee


80 % after erection, commissioning & completion of trial runs
10% after completion of job & against performance BG

10.0 Liquidated damages : 0.5% per week beyond the contract period & maximum upto
5% of the contract value.

11.0 Bid validity : 120 days from the date of opening of bids

12.0 Quality Control A : The equipment under the purview of your supply should be inspected by
your own technical experts at your works and such inspection report
should be forwarded to us in triplicate alongwith dispatch documents.
However, the RCDF, reserves its right of inspection at any stage of
fabrication manufacture of the equipment/material. The final inspection in
any case will be carried out at RCDF project site.
You should forward to us the test certificate, wherever applicable, obtained
from the concerned authorities/principal manufacturers either regarding
quality or any other details of the items utilised in the process of
manufacture/fabrication.

B Bidder should submitte the quality assurance plan for equipment under
scope of supply for approval, accordingly the inspection may be carried
out by Third Party / RCDF to ensure the quality of respective item.

14
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
13. PRE-BID MEETINGS
13.1 Bidders are requested to attend pre-bid meeting on scheduled date and time for
technical/commercial discussion related to project.

13.2 Bidders may have technical discussions with the Dairy / clients, project team before the tender
closing date. Subjects for discussion at the pre-bid / technical meeting may include:

 Project management
 Technical clarifications
 Scope of supply
 Concept of the design
 Processes
 Equipment designs
 Equipment suppliers
 Automation
 Plant management
 Quality control
 Existing equipment to be utilized in the job
 Battery limits
 Acceptable alternatives

This will be the only opportunity for bidders to discuss the project in detail with Dairy before the
commercial bid opening, and all technical matters / clarification related to tender should be resolved in
this meetings.

15
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
GENERAL TERMS AND CONDITIONS

1.0. PREFACE
Note:- This tender is an e-tender. Consequently offline submission of tender documents other
than Demand Drafts is not allowed. All the terms & conditions may be read and interpreted in
this light. Only offline submission of DD’s towards tender fee, tender processing fee & EMD is
required. These are required to be sent by post so as to reach the office of General Manager
(Purchase) , Rajasthan Co-operative Dairy Federation Ltd. “SARAS SANKUL” Jawahar Lal
Nehru Marg, Jaipur-302017 before the tender opening date & time.

1.1 The Rajasthan Co-Operative Dairy Federation Limited, Jaipur hence forth termed as
R.C.D.F. LTD., invites the competitive bids from the technically & financially sound individual
/ HUF / firm / Company for “Supply, Erection, Testing And Commissioning Of Plant And
Machinery For Setting Up Indigenous Product Plant On Turn Key Basis” At Jhalawar (Raj).

1.2 The Managing Director, Rajasthan Co-operative Dairy Federation reserves the right to reject any
or all the tenders in full or part thereof, which in his opinion justifies such action without further
explanation to the tenderers.

2.0 TENDERING PROCEDURE


IMPORTANT NOTES

1. ALONG WITH THE SAME ALL IN THE DESIRED FORMAT DOCUMENTS THAT
ARE REQUIRED TO BE SUBMITTED AS PER ELIGIBILITY & QUALIFICATION
CRITERION SHOULD ALSO BE SELF ATTESTED ALONG WITH SEAL OF
TENDERER & SHOULD BE SCANNED AND UPLOADED / SUBMITTED IN THE
FIRST COVER OF THE TENDER.
2. ON THE BASIS OF THE ABOVE DOCUMENTS THE TENDER SHALL BE
TECHNICALLY EXAMINED & ONLY IF FOUND TO BE QUALIFIED TECHNICALLY
THEN THE FINANCIAL BIDS OF THE TECHNICALLY QUALIFIED TENDERS
WOULD BE OPENED.
3. THE FINANCIAL BIDS ARE REQUIRED TO BE SUBMITTED ONLY IN THE
PREESCRIBED PERFORMA IN THE XLS SHEET PROVIED FOR THE SAME.

2.1 The tender form is not required to be submitted at the time of e-bidding. In lieu of the same
a acceptance letter accepting the tender in its entirety in the prescribed format enclosed at
Annexure-I is required to be submitted on the Company letter head. In addition self
attested photocopies of all the documents required for fulfilling the eligibility &
qualifications criterion are also required to be scanned and submitted with the e-bid
2.2 No telegraphic/telephonic/telex/Fax tenders shall be considered. Further the tenderer may please
note that the successful tenderer would be required to submit a duly sealed & signed hard copy
of the tender form along with the security deposit, agreement etc. upon award of rate contract

16
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
2.3 LEGAL COMPETENCY OF SIGNING THE TENDER
Individual signing the tender or other documents connected with this tender must specify
whether he signs as :
a) “Sole Proprietor” of the firm or constituted attorney of such proprietor.
b) The partner of the firm, if it is a partnership firm in which case, he must have authority
to refer to arbitration disputes pertaining to business of the partnership either by virtue of
the partnership deed or by holding the power of attorney.
c) Constituted attorney of the firm, if it is a Company.
NOTE:
1) In case of (b) above, a copy of the partnership deed or general power of attorney duly
attested by a notary public should be furnished or any affidavit on stamp paper of all the
partners admitting execution of the partnership deed or the general power of attorney
should be furnished.
2) In case of partnership firms, where no authority to refer disputes concerning to the
business of the partnership has been conferred on any partner, the tender and all other
related documents must be signed by every partner of the firm.
3) A person, signing the tender form or any documents constituting an integral part of the
contract, on behalf of another shall be deemed to warranty that he has authority to bind
such other and if, on enquiry it appears that the person so signing has no authority to do
so, the buyer may without prejudice to other civil remedies, terminate the contract and
hold the signatory liable for all costs and damages.

2.4 EARNEST MONEY DEPOSIT


2.4.1 (a) Earnest money as mentioned in the NIT, must accompany the tender. The earnest money
shall be required to be paid by a crossed demand draft in favour of Managing Director, Rajasthan
Co-operative Dairy Federation Ltd., drawn on any scheduled or nationalized bank in India,
payable at Jaipur. The tenders accompanied by cheques instead of demand draft towards earnest
money will not be considered. Earnest money shall have to be paid according to the items
offered by tenderer covering the total quantity required for all the projects.

2.4.1 (b) In addition tender processing fees of Rs. 1000/- payable by demand draft in favour of
Managing Director, RISL (payable at Jaipur and non- refundable) and tender fees Rs.1,000/- for
each item separately, payable by demand draft in favour of RCDF Ltd., Jaipur (payable at Jaipur
and non-refundable) are also required to be submitted along with the tender failing which the
tender will be summarily rejected.

2.4.2 Any tender whose tender fee, tender processing fee & EMD as stated above does not reach this
office before the tender opening date & time is liable to be summarily rejected. Earnest money of
unsuccessful tenderer will be returned within 120 clear / working days from the date of opening
of the tender.
2.4.3 No interest shall be paid for the earnest money deposit for the period during which it (the earnest
money) lies in deposit with the Rajasthan Co-operative Dairy Federation Ltd.

2.5. The tenderers should state herein the complete address to which the orders, notices and further
correspondence pertaining to the tender and agreements are to be sent. Any correspondence
made by the RCDF/milk union at the address given herein shall be deemed to have been
delivered to the party notwithstanding that such correspondence may not in fact have been

17
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
delivered. Any change in the address thereafter must be notified to the Managing Director,
Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the concerned milk unions and a copy
in confirmation of RCDF/milk union having recorded change in address be obtained in writing
from RCDF/milk union. In absence of such confirmation the correspondence made on the
address given herein shall be valid once the confirmation is issued by RCDF/milk union
subsequent correspondence shall be sent to the new notified address.
Address_______________________ Telegraphic
Address_______________________________________________
Phone No./ ________________________ Mobile no.______________
Fax No.________________ E-mail _________________
Name of contact Person: _______________________.
2.6 The tenders received shall be opened on the date and time given in the N.I.T. at the Office of the
Managing Director, Rajasthan Co-operative Dairy Federation Ltd., Jaipur. The tenderers or their
accredited agents will be allowed to be present at the time of opening of the tender.
2.7 Negligence on the part of tenderer in preparing the tender confers no right to withdraw the tender
after it has been opened.
2.8 The specifications, conditions, schedules drawing of the tender constitute an integral part of the
tender.
2.9 All tenders in which any of the prescribed conditions are not fulfilled or which have been vitiated
by errors in calculations totaling, or other discrepancies or which contain overwriting in figures
or words or corrections not initialed and dated will be rejected.
2.10 In the place of substantial non conformity with the specifications or if it contains any
inadmissible reservations seen or otherwise, in contravention to the sprit and latter of the tender
documents, such tenders shall be summarily rejected.
2.11 The tenderer whose tender is accepted (hereinafter called the supplier/contractor) will be
required to furnish security for the due fulfillment of his contract in the form of a bank Demand
Draft or Bank Guarantee of 5% of the contracted value (F.O.R. site). This bank Demand Draft /
Bank Guarantee of Nationalized / Scheduled Bank drawn in favour of Managing Director,
RCDF, Jaipur is to be submitted within a period of 10 to 15 days from the date of placement of
Purchase Order. The EMD amount shall be adjusted in the aforesaid security.

The security will be refunded if otherwise found to be qualifying for refund within six months
from the date of expiry of contract. No interest will be paid by the RCDF on such security
amount. In case of breach of any terms and conditions of the contract or on unsatisfactory
performance of the contract the RCDF shall have an absolute right of being compensated through
liquidated damages or penalties and the amount of security deposit shall also, in such an event,
be liable to forfeiture in full or part for being appropriate towards aforesaid liquidated damages
and the decision of MD RCDF shall be final in this regard. If the tenderer fails to deposit the
security or to execute the agreement within the period specified, such a failure will be treated as
a breach of the terms and conditions of the tender and shall result in the forfeiture of the Earnest
Money besides any other action for the default. The expenses of completing & stamping the
agreement shall be paid by the tenderer who shall furnish to the RCDF one executed stamped
counter part of the agreement free of charge.
In case the contractor/supplier completes it contractual obligations, except for
performance of equipment for which 10% amount is deducted/retained while processing

18
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
payments against supply and / or erection, the security deposit can be refunded at such point of
time as may be decided by the Purchase Section at its sole discretion.

All compensation or other sums of money payable by the contractor to Rajasthan Co-
operative Dairy Federation Ltd. under the terms of this contract may be deducted from, or paid
by the sale of a sufficient part of his security deposit or from any sums which may be due or may
become due to the contractor by the Rajasthan Co-operative Dairy Federation Ltd. on any
account whatsoever, and in the event of his security deposit being reduced by reason of any such
deduction or sale as aforesaid, the contractor shall within ten days thereafter make good in cash
endorsed as aforesaid any sum or sums which may have been deducted from or raised by sale of
his security deposit or any part thereof.

2.12 No refund of tender fee is claimable for tenders not accepted or Forms returned or tenders not
submitted.
2.13 SPECIAL NOTES TO TENDERER
2.14 PRE BID CONFERENCE :
Pre bid conference dates for the equipments are given in the NIT. The tenderers can seek any
clarifications in the Pre-bid conference on the tenders they intend to participate in, and so the
tenderers are advised to depute their authorised representative to attend the same, without fail.
3.0 SCOPE OF WORK.
The scope of work includes supply, installation, testing & commissioning of plant and machinery,
utilities as per list detailed below:-
Indigenous product at Jhalawar
(Curd, Chhach, Lassi, Paneer, Shrikhand)

S. Particulars Capacity Quantity


No (in Nos.)
A Curd, Chhach & Lassi
1 Milk Tank (Vertical) 3 KL 01 set
2 Multi-Purpose pasteurizer for Curd & Paneer Milk 1 KLPH 01 set
3 Homogenizer for Curd milk 1 KLPH per hr. 01 set
4 Inoculation tank 500 ltrs 02 set
5 Chhach storage tank (vertical) insulated triple 1000 ltrs. 02 set
jacketed
6 Incubation room with provision of blast chilling 4mx3mx3m 01 set
7 Curd Cup filling machine 1200 cups per hr. 01 set
8 Packing machine for Chhach & Lassi 5000 pouch per hr. 01 set
9 Chiller for Chhach 2KLPH 01 set
10 Pumps (various capacity) Suitable 1 Lot
11 Salt water/Sugar syrup dosing system 200 ltrs. 02 set
Salt water/Sugar syrup tank.
Salt water/Sugar syrup dosing pump.
Total
B Paneer
12 Paneer Vat 1000 ltrs. 01 set
13 Paneer press with hoops 120 Kg. 01 set
14 Paneer washing cum cooling tank 500 ltrs. 01 set

19
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
15 Paneer Vacuum Packing machine (double head) packing size 01 set
200gms., 1000gms.,
5 Kg.
16 SS table for paneer packing Suitable 01 set
17 Paneer Cutting /slicing knives Suitable 01 set
18 Paneer weighing machine (Platform type) Suitable 01 set
19 Pumps (various capacity) Suitable 1 Lot
Total
C Shrikhand
20 Curd storage tank (vertical) insulated triple jacketed 1000 ltrs 01 set
21 Shrikhand mixing machine Suitable 01 set
22 Shrikhand packing / sealing machine (Manual) Suitable 01 Lot
Total
D Miscellaneous
23 Pre-fab Cold store for products 5000 ltrs. 02 set.
24 SS pipe & fittings i.e. Unions, bands, reducers, Suitable 01 Lot
inline filter, valves, square pipes SS nipples etc.
25 MS / GI pipes & fittings for water, steam, chilled Suitable 01 Lot
water circuit i.e. Unions, bands, flanges, nipples,
insulation (thermocol / glass wool pads) MS
structure etc.
26 M S roller Conveyor for transfer of Chhach, Lassi Suitable 01 Set
crates to cold store
Total
E Electrical
27 Wire, Cables, Starters, Switch gears, Panels etc. Suitable 01 Lot

Note:-
(5)The plant & machinery, shall be supplied as per respective specification detailed at Annexure - X
(6) We have mentioned the minimum quantity of items required for plant under the following
technical specifications
a) Technical specification for service line and allied equipment page no. 157-165. BoQ S.No.4.02
Quantity :-1 Lot.
b) Technical specification for electrical wire cable starter switch gear panel etc. page no: - 167-
177. BoQ S.No.5.01,Quantity :-1 Lot.
c) Technical specification for pumps various capacity page no.. 135. BoQ S.No.1.10 & 2.08,
Quantity:-1 Lot (Number of pumps required as per site condition for indigenous products
section).

Tenderer has to supply the items as per site condition for successful completion of project but the
quantity of supply should not be less than the minimum quantity referred in aforesaid technical
specification. No additional charge shall be paid to tenderer against the quoted rates for aforesaid
head in BOQ.

(7) The tenderer should provide plant and machinery layout defining inter-connection of equipment
and flow of milk, milk product, water, steam etc.

20
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
(8) Following approvals are required from RCDF before fabrication of equipment and for the
execution of awarded work:- General arrangement drawing for the plant and machinery, pipe line
circuit for milk and milk product, water, steam etc.

(5) Complete electrical work: The scope of electrical covers complete electrical connection and
controls to supplied plant and machinery, electrical panel with required switch gear, i.e MCCB,
MCB, ampere meter, volt meter, relay and contractors, push buttons etc., related cables, cable
trays, suitable structure for support of cable tray etc. The drawing of electrical panel and controls
and cable layout etc. shall be get approved before execution of electrical work.The supplied
system should be hooked up with the existing system.
(6) In addition to the standers mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union/RCDF :-

i. Indian Electricity Act and rules framed there under.


j. Fire, Insurance and Regulations Act.
k. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
l. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
m. Regulations laid down under the Explosive Act.
n. Regulations as per Weight and Measure Act.
o. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.
p. 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.

21
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.1 Supply :
The suppliers shall supply the material/articles in accordance with specifications stipulated for
the article in the tender at ANNEXURE –X.
3.1.1 Erection, Testing & Commissioning:
The tenders shall erect/install the equipment in accordance with the terms and
conditions/specifications stipulated in Schedules of the tender.
4.0 TURN – KEY CONTRACT

This is a turn - key project. All necessary material which may be required for the successful completion
of the project falls in the scope of the work. Cost of installation for any addition or deletion in
quantities will be calculated based on the unit prices indicated. If any extra quantities of quoted items
are needed then the tenderer shall supply those at the quoted unit price. If any extra item (s), not
included in the tender but required for successful completion of the work, the same will be either
supplied by the RCDF/Milk Union and erected by the tenderer or supplied and erected both by the
tenderer at mutually agreed rates considering purchase price, taxes and handling charges etc. Necessary
ESI/PF deductions, wherever applicable shall be borne by the tenderer.

The requisite approval from Chief Electrical Inspectorate, Government of Rajasthan must be obtained
by the tenderer and the actual payment shall be reimbursed by RCDF/Milk Union against production
of original documents.

The tenderers are required to give the price bid for all items section-wise in the same faction as of Part
– A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing &
commissioning as well the total cost.

In addition to the standards mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union/RCDF:-

a. Indian Electricity Act and rules framed there under.


b. Fire, Insurance and Regulations Act.
c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
e. Regulations laid down under the Explosive Act.
f. Regulations as per Weight and Measure Act.
g. Pollution Control Board of Rajasthan.
h. Bureau of Indian Standards
i. Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after handing over
the plant. However, actual fee and other charges deposited with the government authorities will be
reimbursed to the Contractor after production of receipt.

22
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
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 14.02.2017 (Technical bid opening) and are to be shown
separately. Any addition/deletion/variation in taxation or future taxes leveled by the State or
Central Govt. beyond this date shall be born by RCDF/Concerned Unions. It should be absolutely
clear that any tax applicable as on 14.02.2017, but not considered by the tenderer while submitting
financial bid shall be deemed to have included in the rate offered by the tenderer.
The bidder shall quote for the total package of Design, Fabrication, Supply, Erection, Testing &
Commissioning on the Turn key basis. The prices quoted under different heads should be grouped
as under.

Supply - Including packing, forwarding, taxes & duties, freight, loading & unloading at site and
insurance etc. Detailed price break and list of equipment as given under Annexure – VI.

Erection & commissioning – Labour charges including service tax should be given for all the
equipment and the steel structure as per the list given under Annexure – VI.
Discount - If any should also be indicated separately. The bidders‟ separation of price components
as above will be solely for the purpose of facilitating the comparison of bids by the purchaser and
will not in any way limit the purchasers right to contract on any of the terms offered.

5.2 FIXED PRICE:

Prices quoted by the bidder shall be fixed during the bidder’s performance of the contract and not
subject to variation on any account.

5.3 PRICE OF SPARE PARTS:

All the bidders are required to submit the list of spares with rates. In case of bought out items a list
giving full particulars, including available sources and current prices, of all spare parts, special
tools, etc. which are necessary for the proper and continuing functioning of the plant for a period
of two years should be furnished. These prices should be valid, for acceptance by the purchaser
and placement of orders, for one year from the date of bid opening.

5.4 The prices thus quoted by firm, free from all escalations and valid for a period of 120 clear days
from the closing date of the tender.

5.5 All the tenderers should quote for supply of equipment in fully fabricated and assembled condition.

5.6 BREAK – UP PRICES


All the bidders shall furnish the cost separately for the supply and installation/commissioning
along with detailed cost break-up (item-wise), which will be 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.

23
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
5.7 Spare Parts :
The tenders shall submit a recommended list of spare parts alongwith the price valid for one year
for each items of the equipment which would be reasonable to anticipate as necessary, to enable
the equipment to be operated and maintained in a satisfactory manner for a period of 24 calendar
month from the date of commissioning.

5.7.1 The cost of spare parts will not be considered in evaluating the tenders.

5.7.2 The prices thus quoted for the spares should be valid for 12 calendar months from the date of
opening of the tender.

5.8 Sales Tax/ Entry Tax:


The Sales Tax, Entry Tax , Surcharge and any other type of taxes prevailing up to date of
submission of the rates must be included in the net rate. This however should be shown
separately, so that in the event of any subsequent change in these charges by the Government
(State or Central), the same will be considered for increase/decrease over the net rates.
Wherever possible C/D forms shall be issued to avail concessional rates of the Central/State Tax.
The Entry Tax, if applicable, should be included where the supplier belongs to outside Rajasthan
and Purchase Order/RAL placed on outside Rajasthan. The tenderer must also indicate the
details of Sales Tax Registration and the number allotted to them by Sales Tax authorities.

5.9 Octroi :
Octroi duty, if applicable at the destination shall be paid extra on all dispatches made from the
suppliers works/warehouses to the point of destination.

5.10 Excise Duty:


Excise duty or surcharge prevailing upto the date of submission of the rates must be included in
the net rate. This however, should be shown separately, so that in the event of any subsequent
change in these charges by the Government (State or Central), the same will be considered for
increase/decrease over the net rates. However, the increased excise duty due to change in slab on
higher turnover shall be payable by the tenderer.

5.11 Service Tax:


The Service Tax and Surcharge prevailing upto date of submission of the rates must be included
in the net rate. This however should be shown separately, so that in the event of any subsequent
change in these charges by the Government (State or Central), the same will be considered for
increase/decrease over the net rates.

5.12 Unloading charges at site – For supply order the price should exclude unloading charges.
However for installation contract the price must include these charges.

5.13 If the price for reasons of change in statutory taxes and duties by Government taking place
during the period of bid finalisation or during the normal delivery period envisaged in the
Purchase Order/Contract.

(a) The material/equipment/machinery offered must be securely packed at the cost of the
suppliers to withstand tough handling enroute by road/rail/air. Packing should be

24
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
provided with protective lining to avoid damage to the surface of the packing and the
items packed inside.

(b) Marking :
Each package delivered under this tender shall be marked by the suppliers at their own
expenses. Such markings shall be distinct and should bear the following:

(i) Name of the supplier.


(ii) Details of the items in the package.
(iii) Weight gross, net and tare.
(iv) Name and address of the consignees as mentioned in the Purchase Order.

Marking shall be carried out with such a material as may be considered necessary as regards
quickness of drying, fastness and indelibility.
6.0 Insurance:-
The supplier shall arrange insurance coverage, according to the dispatch instructions issued by
Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the supplier should cover all
dispatches. However, to avoid any complications that may arise at the time of settlement of
claims by the underwriters for the transit losses it is proposed that the insurance coverage shall
be arranged by the supplier as under:
(a) The insurance coverage shall have to be arranged commencing from their
warehouse/works to the warehouse of the buyer (All Transit risks).
(b) Suppliers are requested to take insurance with any Nationalised Insurance Company.
(c) The cover provided by the insurance shall be in such amount so as to allow complete
replacement for any item lost or damaged.
7.0 Guarantee :-
The supply of equipment as well as installation, if entrusted shall have to be carried out by the
supplier to the entire satisfaction of the buyer. The supplier shall also guarantee to repair/replace
without any extra cost, the items or parts there of if found defective due to defective design,
workmanship or substandard material brought to the attention within 12 calendar months from
the date of satisfactory 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 cFost.

7.1 Warranty:
All the suppliers shall provide a warranty for a minimum period of 12 calendar months from the
date of commissioning of the equipment for the satisfactory performance of the equipment
supplied to the designed/rated/installed capacity or any other norms fixed by the buyer. Also,
they should provide a warranty for the period as stated above to the effect that supplier shall

25
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
alone be responsible for all the litigations/disputes/claims and other legal complications that may
arise in connection with the patent rights design rights and the rights of ownership of the
materials.

7.2 Right to operate & use unsatisfactory material or equipment :-


If after delivery, acceptance and installations and within the guarantee period, the operation of
use of materials or equipment proves to be unsatisfactory to the buyer, he shall have the right to
continue to operate or use such materials or equipment until rectifications of defect, errors or
omissions by repair or by partial replacement can be made without interfering with the buyer’s
operation.
8.0 Technical information required with tenders :-

8.1 The tenderers have to mention clearly that the specification of the materials tendered are strictly
in adherence to the technical specifications stipulated in Schedule. In case of any deviation, the
tenderers shall have to mention the same in details.

8.2 Maximum outputs of machines are to be specified for information only.

8.3 Schematic drawings and technical literature of equipment tendered shall have to be furnished.

8.4 Overall dimensions of the various equipment shall have to be mentioned in detail.

8.5 The total weights (in dry and working) of the various equipment/item shall have to be stated
clearly.

8.6 The safety interlocks/devices in the equipment shall have to be highlighted.


8.7 The consumptions and services requirements of various equipment shall have to be detailed.

9.0 Commercial information required with tender :-

9.1 Brand Names:


If the supplier is quoting for spare parts, which is not manufactured by him, but he has obtained
the same from another manufacturer then he should state the name of the manufacturer with
address, brand name and catalogue number etc. and the spare parts offered should conform to the
same performance capability as that of the main item for which it is meant.

9.2 Terms of Payment :


Following terms of payment would be applicable to this order subject to supplier/ contractor
having furnished security deposit for 5% of the F.O.R. order value for the due fulfilment of this
contract in form of cash/DD in accordance with the Clause No.2.11 of the tender document. In
case the contractor/supplier completes its contractual obligations before 12 months the cash/DD
deposit can be refunded before 12 months at the sole discretion of RCDF before aforesaid period
of 12 months.
9.2.1 For supply of equipment :-
30% of the ex-works order value (basic cost) shall be paid on acceptance of the order subject to
the supplier furnishing a Bank Guarantee valid for 12 calendar months from the date of

26
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
guarantee for an equivalent amount from a scheduled or Nationalised Bank in the enclosed
proforma given at Annexure-VIII. The Bank Guarantee can be released by RCDF once the
advance is fully recovered / adjusted. The execution of agreement in the format at Annexure-VII
is also a precondition for clearing advance.

60% (90% in case of the supplier/contractor who has not taken advance) after third party
inspection and quality verification at works, and on safe receipt of the equipment ordered at site
but not later than 45 days from the date of receipt of the equipment at site. The third party for
inspection and quality verification shall be appointed by the RCDF.

The 10% of the FOR site value shall be paid within 12 calendar months from the date of
commissioning or 24 months from the date of receipt of the same at site, whichever is earlier.
However the balance 10% will also be released, if so desired by the supplier, provided the
supplier furnishes a Bank Guarantee from a Scheduled or Nationalised Bank for the 10% value
valid for a period of 12 calendar months from the date of issue of Bank Guarantee in the
proforma enclosed given at ANNEXURE – IX.
9.2.2 For Erection :-
90% on submission of progressive bills duly certified by the authorised representatives/Site
Engineer of RCDF and balance 10% within 12 months from satisfactory commissioning of the
equipment. However, the balance 10% will also be released, if so desired by the supplier,
provided the supplier furnishes a Bank Guarantee from a Scheduled or Nationalised Bank for the
10% value valid for a period of 12 calendar months from the date of issue of Bank Guarantee in
the Performa enclosed.
10.0 Delivery Schedule of Items:-
(a) Bidders should submit a detailed item wise delivery schedule keeping in view the
completion period of the contract. Such items shall be grouped under monthly delivery
schedule with total value of such items. This will facilitate for ensuring the cash flow
requirement for the project.
(b) The delivery time given in the contract is to be adhered to strictly. For this purpose the
supplier has to inform RCDF the progress made towards fabrication of the items ordered
from time to time during the delivery period. The supplier has to maintain good progress
of work during the delivery period so as to deliver the items ordered in time. It is
essential that RCDF is informed of the quantified progress made by the supplier by
Registered Post once after 1/3rd of delivery time elapses and again after 2/3rd of delivery
time elapses. In case RCDF does not receive such progress reports it will presume that
the work has not been taken up by the supplier in the right earnest and that RCDF in such
a situation will be at liberty to withdraw the work order and forfeit the earnest money as
well as security deposit simultaneously. The supplier is therefore advised strictly to
follow this essential condition of the contract.
(c) It may be noted that delay/time taken in release of advance payment whether for reasons
of supplier not furnishing the Bank Guarantee exactly in the Performa given in this tender
document or any other reasons whatsoever, will not affect the delivery period. Similarly
delay in execution of the agreement will also not affect the delivery period. The tenderer
is therefore advised to take note of this important condition. The successful tenderer
should therefore take immediate action for execution of agreement and submission of
bank guarantee of advance, if desired, within 10 to 15 days of placement of purchase

27
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
order. It normally takes 30 days to release the advance, subject to submission of B.G. as
per our format.
(d) In case of failure by supplier in making deliveries within the time specified, the Rajasthan
Co-operative Dairy Federation Ltd. may procure the materials supplies and services from
any other sources and hold the suppliers responsible for any losses occurred thereby.
Further the Rajasthan Co-operative Dairy Federation Ltd. reserves the right to terminate
the services of such suppliers in such case without assigning any reasons thereof.
(e) In case supplier fails to supply machinery/equipment in delivery period, interest at the
rate of 19% per annum will be charged on the advance amount from the date by which
delivery fails due to the actual date of supply unless an extension in delivery period is
mutually agreed to by the supplier and RCDF.

11.0 Completion of work :

The entire job of “Supply, Erection, Testing And Commissioning Of Plant And Machinery For
Setting Up Indigenous Product Plant On Turn Key Basis” At Jhalawar (Raj). is to be
completed within 12 months from the date of issuing the work order.

It may be noted that delay/time taken in release of advance payment whether for reasons of
supplier not furnishing the Bank Guarantee exactly in the proforma given in this tender
document or any other reasons whatsoever, will not affect the completion period. Similarly
delay in execution of the agreement will also not affect the completion period. The tenderer is
therefore advised to take note of this important condition. The successful tenderer should
therefore take immediate action for execution of agreement and submission of bank guarantee
of advance, if desired, within 10 to 15 days of placement of purchase order.

In case of failure by contractor in completing the job within the time specified, the Rajasthan
Co-operative Dairy Federation Ltd. Will have liberty to get the job completed from any other
sources and hold the contractor responsible for any losses occurred thereby. Further the
Rajasthan Co-operative Dairy Federation Ltd. reserves the right to terminate the services of
such contractor in such case without assigning any reasons thereof.
11.1 Compensation for delay :

Clause 1 :
The time allowed for carrying out the work as entered in the tender shall be strictly observed
by the contractor and shall be reckoned from the 15th day after the date of written order to
commence the work as given to
the contractor. The work shall throughout the stipulated period of the contract be proceeded
with all due diligence, time being deemed to be the essence of the contract on the part of the
contractor and the contractor shall pay as compensation an amount equal to two and half
percent or such smaller amount as the Managing Director, RCDF Ltd. (whose decision shall
be final) may decide on the tendered amount for every 1/4th of the prescribed delivery period
that the work remains unfinished after the proper date subject to a maximum of 10% of the
net value of each item of the accepted order which remains undelivered or partially delivered
e.g

28
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Delay of 1 day to 1/4th of delivery period 2.5%
Delay >1/4th delivery period but <1/2 of delivery period 5%
th
Delay >1/2 of delivery period but <3/4 of delivery period 7.5%
Delay > 3/4th of delivery period and upto = delivery 10%
period
Maximum deduction on account of delay 10%
If the delivery has not been made the order can be cancelled even after expiry of the delivery
period after giving a 15 days notice in writing by RCDF, if it so deems fit without prejudice
to any of its rights/ remedies for the breach of contract by the party.
And further to ensure good progress during the execution of work, the contractor shall be
bound in all cases in which the time allowed for any work exceeds one month (save door
special jobs) to complete 1/8th of the whole of the work before ¼ th of the whole time
allowed under the contract has elapsed. The contractor shall further be bound to carry out the
work in accordance with the dates and quantities as may be given by RCDF from time to
time.
In case the party is not able to execute the work in time because of any justified reason/
reason beyond his control then the party should give a request in writing before the expiry of
stipulated delivery period stating the same along with the justifications and RCDF/Milk
Union may grant an extension in the delivery period with/ without penalty, if it so deems fit.
Further in case the delay in the execution of the work is due to non completion of some related
work by milk union/ another contractor or due to non supply of road permits in time etc. then
that period of delay shall not be counted on account of the party and party shall not be penalized
for the same.
Clause 2 :-

The Managing Director, RCDF Ltd. may without prejudice to his right against the
contractor in respect of any delay or inferior workmanship or otherwise or any claims for
damage in respect of any breaches of the contract and without prejudice to any rights or
remedies under any provisions of this contract or otherwise and whether the date for
completion has or has not elapsed by notice in writing absolutely determine the contract
in any of the following cases :-

(i) If the contractor having been given by the Officer-in-charge or authorised


representative, a notice in writing to rectify, reconstruct or replace any defective
work or that the work is being performed in an inefficient or otherwise improper
or unworkman like manner shall omit to comply with the requirements of such
notice for a period of seven days thereafter or if the contractor shall delay or
suspend the execution of the work so that either in the judgment of the Officer-in-
charge or authorised Engineer (which shall be final and binding) he will be unable
to secure completion or he has already failed to complete the work by that date.

(ii) If the contractor being a company shall pass a resolution or the court shall make an
order that the company shall be wound up or if a receiver or a manager on behalf
of a creditor shall be appointed or if circumstance shall arise which entitle the

29
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
court or creditor to appoint a receiver or a manager or which entitle the court to
make a winding up order.

(iii) If the contractor commits breach of any of the terms and conditions of the
contract.

(iv) If the contractor commits any acts mentioned in clause 19 hereof.

When the contractor has made himself liable for action under any of the cases aforesaid,
the Managing Director, Rajasthan Co-operative Dairy Federation Ltd. shall have powers:-

a. to determine or rescind the contract as aforesaid (of which termination or


rescission notice in writing to the contractor under the hand of the Managing
Director, RCDF Ltd. shall be conclusive evidence). Upon such determination or
rescission the full security deposit of the contractor calculated on the tendered
amount shall be liable to be forfeited and shall absolutely be at the disposal of
Rajasthan Co-operative Dairy Federation Ltd.
b. to employ labour paid by the Federation and to supply materials to carry out the
work or any part of the work debiting the contractor with the cost of the labour and
the price of the materials (of the amount of which cost and price certified by the
Officer-in-charge shall be final and conclusive) and crediting him with the value
of the work done in all respects in the same manner and at the same rates as if it
has been carried out by the contractor under the terms of his contract. The
certificate of the Officer-in-charge as to the value of work done shall be final and
conclusive against the contractor provided always that action under the sub-clause
shall only be taken after giving notice in writing to the contractor. Provided also
that if the expenses incurred by the Federation are less than the amount payable to
the contractor at his agreement rates, the difference shall not be payable to the
contractor.
c. after giving notice to the contractors on measure up the work of the contractor and
to take such part there of as shall be unexecuted out of his hands and to give it to
another contractor to complete in which case any expenses which may be incurred
in excess of the sum which would have been paid to the original contractor if the
whole work had been executed by him (of the amount of which excess, the
certificate in writing of the Officer-in-charge shall be final and conclusive) shall
be borne and paid by the original contractor and may be deducted from any money
due to him by Rajasthan Co-operative Dairy Federation Ltd. under this contract or
on any other account whatsoever or from his security deposit or the proceeds of
sales thereof or a sufficient part thereof as the case may be.

In the event of any one or more of the above courses as may be deemed
best suited to the interest of the Federation being adopted by the Managing
Director, Rajasthan Co-operative Dairy Federation Ltd., the contractor shall have
no claim to compensation for any loss sustained by him by reason of his having

30
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
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.

11.0 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.

12.0 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.

31
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
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., RCDF who in turn may
refer the dispute to any officer of RCDF for adjudication. The arbitration shall be in
accordance to the law of Arbitration & Conciliation Act, 1996. The decision of the Sole
Arbitrator shall be final and binding on both the parties.

All the disputes pertaining to the said contract / supply order / tender / agreement shall vest
to the jurisdiction of Courts at Jaipur.

13.0 Right of Acceptance :


The Rajasthan Co-operative Dairy Federation Ltd. does not pledge itself to accept the
lowest or any tender and reserves to itself the right to accept the whole or any part of the
tender or portion of the quantity offered. The tenderer is at liberty to tender for whole or
any portion or to state in the tender that the rates quoted shall apply only if the entire
quantity is taken from them.
14.0 Form of Tender Rate Quotation :
The form of tender rate quotation is given at Annexure-VI enclosed with Schedule–I.
16.0 IMPORTANT NOTES :
16.1 TIMELY DELIVERY, OF SPECIFIED QUALITY OF MATERIAL, PLANT &
MACHINERY SATISFYING ALL DESIGN AND FUNCTIONAL REQUIREMENTS
ORDERED, IS THE ESSENCE OF THE CONTRACT. THEREFORE, FAILURE TO
DELIVER IN TIME OR NOT CONFORMING TO PRESCRIBED PECIFICATIONS
& QUALITY WILL MAKE THE SUPPLIER LIABLE FOR BLACKLISTING THE
FIRM AND THEREBY DEBARRING THE SUPPLIER FROM PARTICIPATION IN
FUTURE TENDERS BY RCDF, MILK UNIONS & OTHER AFFILIATED UNITS. AS
FOR THE PRESENT CONTRACT PENALTIES, COMPENSATION AND OTHER
PROVISIONS AS GIVEN IN THE TENDER DOCUMENT SHALL BE INVOKED ON
FAILURE OF THE PARTY.
16.2 RCDF and milk unions shall have the fullest liberty to notify the defaulting firm to
Business/Trade Associations/Public Sector undertakings/autonomous bodies and the like about
the default and breach of contract committed by a firm giving out names of the partners of the
firm. A register is intended to be maintained for such defaulting firms and their partners.
16.3 RCDF will not consider the tender of such firms who has earlier been debarred/censured/black
listed or even those firms who have on their role key employees/ key executives/ proprietors/
partners of another already debarred/censured/ black listed firms in one or the other capacity.
16.4 All the tenderers without fail, should furnish full technical details about tendered project.
17.0 The quantities mentioned in the tender are tentative and the actual quantities to be
procured may vary upward or downward suiting to the actual requirements.

32
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
18.0 Supplier will execute agreement on non-judicial stamp paper of Prescribed value before
30% advance can be released to him. Format of the agreement is given at Annexure-VII.
19.0 If the Managing Director shall at any time, and for any reasons whatever, think any
portion of the work should not be executed or should be withdrawn from the contractor
he may, by notice in writing to that effect, require the contractor not to execute the
portion of the work specified in the notice or may withdraw from the contractor the
portion of the work so specified and the contractor shall not be entitled to any
compensation by reason of such portion of the work having been executed by him, and
the value (i.e. cost at tendered rates) of the portion of work so omitted or withdrawn shall
in cases where the contractor has for any reason already received payment for it or in the
cases of lump-sum contracts be deducted from any sum them due or thereafter to become
due under the contract or otherwise against or from the security deposit or the proceeds of
sale thereof.

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

33
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Additional General Terms and Conditions which shall form
an integral part of Purchase Order

1. INSPECTION :
The equipment under the purview of your supply should be inspected by your own
technical experts at your works and such inspection report should be forwarded to us in
triplicate alongwith dispatch documents. However, the RCDF, reserves its right of
inspection at any stage of fabrication manufacture of the equipment/material. The final
inspection if any case will be carried out at RCDF project site.

You should forward to us the test certificate, wherever applicable, obtained from the
concerned authorities/principal manufacturers either regarding quality or any other details
of the items utilised in the process of manufacture/fabrication.

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

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

34
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
In the case, when order is placed on ‘free delivery at site’ basis, no insurance premium
will be paid by us. However, in such case also, all transit risk insurance policy must be
taken to safeguard your own interest and to protect the material against transit hazards.

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

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

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

7. COMPENSATION FOR DELAY :


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

35
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
8.0 GUARANTEE :
The supply of equipment as well as installation, if entrusted, shall have to be carried out
by you to the entire satisfaction of RCDF.
You shall also guarantee to repair/replace without any extra cost, the items or parts
thereof, if found defective due to bad designing, workmanship or substandard material,
within 12 months from the date of commissioning or 24 months from the date of receipt
of material at site whichever is earlier. If it is necessary to send the defective equipment
or parts thereof to your works for repair/replacement, without forming any precedence
the cost of repacking, loading, unloading, transportation from the site to your works and
back to site shall have to be borne by you. The guarantee however, does not cover any
damage resulting from normal wear and tear or improper attendance or mishandling of
the equipment during repair by personnel other than the supplier or their authorised
agents.

9. WARRANTY :
You must provide a warranty for a minimum period of one year from the date of
commissioning of the equipment for satisfactory performance of the supplied equipment
according to the designed/rated/installed capacity or any other norms fixed by RCDF.

10. DRAWINGS, SPECIFICATIONS & MANUALS :


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

36
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
11. SUBMISSION OF BILLS :
Bills in triplicate under registered post, stating therein our purchase order reference
alongwith necessary inspection certificates from your inspector in respect of the material
supplied and copies of despatch documents should be sent to our Head Office at Jaipur.
Unless otherwise state, the payment shall be made to you by Crossed Account Payee
Cheque by post according to the terms of payment mentioned in the Purchase Order.

12. CANCELLATION OF CONTRACT AND REFUND OF ADVANCES :


We shall be free to cancel our order in part or full, in the case of non-delivery of
material/non-completion of installation within the stipulated delivery period or breach of
any one of the clauses mentioned herein. Consequential losses, if any, on account of our
getting installation done or obtaining supplies from alternative sources besides payment
of higher price shall be recovered from you. In the event of cancellation of the order, you
will be liable to refund the advance amount, if any, to the RCDF in full. Suppliers will
have no right to forfeit the advance amount received by them.

13. SUB-CONTRACT :
In the event of awarding sub-contract to any of the parties by you for the
manufacture/supply/erection of any parts/spares/components that will be used in the
ordered equipment, you must furnish us details about your sub-contractors, their
experience, specification etc. The sub-contract can be awarded by you only after
obtaining written approval from us. In the event of sub-contract also the prime facie
responsibility rests on you regarding quality, quantity, guarantee/warranty of the
materials supplied by the sub-contractors.
14. FORCE MAJEURE CLAUSE :

The terms and conditions mutually agreed upon shall be subject to For Majeure Clause.
Neither the supplier nor the purchaser shall be considered in default in performance of its
obligations hereunder, if such performance is prevented or delayed because of war
hostilities, revolution, civil commotion, strike, epidemic, order, proclamation, regulation,
or ordinance of any Government or of any act of God or of any other cause whether of
similar or dissimilar nature, beyond the reasonable control of the party affected. Should
one or both the parties be prevented from fulfilling his/their contractual obligations by a
state of Force Majeure lasting continuously for a period of six months, the two parties
should consult each other regarding the future implementation of the contract.
15. ARBITRATION CLAUSE :

For settlement of any dispute arising out of this order, Jaipur shall be the jurisdiction
irrespective of any jurisdiction clause mentioned in your correspondence. The arbitration
proceedings shall be governed by the provisions of the Indian Arbitration & Conciliation
Act, 1996 and the rules made there under or any enactment or statutory modifications
thereof for the time being in force subject to condition No.13 of General Terms &
Conditions Schedule – I of the tender document.

37
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TERMS & CONDITIONS
FOR
ERECTION/TESTING/
COMMISSIONING
OF

PLANT & MACHINERY FOR


INDIGENOUS PRODUCT
PLANT AT JHALAWAR (RAJ.)

RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED


SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR
Phone No.0141-2702501-508/2702135 : Telefax: Fax : 2710209/2702135
Website : www.sarasmilkfed.rajasthan.gov.in
E-mail: dpm-rcdf@rajasthan.gov.in

38
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SCHEDULE-III

GENERAL TERMS AND CONDITIONS FOR ERECTION CONTRACT

1.0 Material drawings etc.


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

1.2 All goods or materials supplied or used shall be unused, new and of first quality. Where foreign
or partly foreign goods or material are to be used, this must be specifically stated and brought to
the notice of RCDF.

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

1.4 All remarks, suggestions and modifications as suggested by the authorities mentioned in 1.3
above, shall be carried out by the erector to the entire satisfaction of the referred authorities and
no extra cost shall be payable in this regard to the erector by the RCDF.

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

2.0 Assigning & Subletting :


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

3.0 Purchaser’s comments :


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

4.0 Secrecy Clause :

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

39
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4.2 In the event of any breach of this provision, erector shall indemnify the owner from any loss,
cost or damage or any other claim whatsoever from his collaborator and or any other parties
claiming from or through them or from any other party in respect of such a breach.

5.0 Scope of Contract for Erection :

The erection would comprise of positioning and installing all MILK DAIRY PROJECT,
miscellaneous and service equipments under the purview of his supply and those mentioned
herein as per the approved machinery layout drawings. The scope of mechanical erection
involves access preparation for moving of the plant and equipment including their fittings, from
the work site godown(s) or from the place within the site where they have been unloaded, to the
place of erection, decorating, placing on foundation wherever specified or required; erection of
pipes and connections of necessary services to the main or ancillary branch of the service lines,
but all within the battery limits, specified starting up and successful commissioning to get the
specified rated output for each equipment. The installation should be carried out as per the
drawing(s) submitted by the erector and approved by RCDF. Necessary Pipes fittings and valves
etc. for interconnecting the equipment would be installed by the erector and it would generally be
done according to the piping layout to be prepared by the erector and approved by RCDF. All the
serviced pipes, fittings and valves etc. shall be supplied and installed by the erector and this
should be carried out as per service piping drawings prepared by the erector and approved by
RCDF.

All necessary foundation bolts and their grouting on floor, walls, etc. as per the requirement, are
included in the scope of erection & installation. All the supply covered in this part shall be
governed by the same general terms and conditions given in the tender document against which
the offer was made. Further the specifications of the contract are intended to describe and
provide for a finished piece of work. They are intended to be complementary and what is equired
by either shall be as if required by all. It is to be understood and agreed by erector that the work
described shall be complete in every details even though every item necessarily involved is not
particularly mentioned herein. Erector shall be required to provide all Labour materials and
equipments necessary for the entire completion of the work describe and shall not avail himself
of any manifesting or unintentional error, omission or inconsistency that may exist. Erector shall
carry out and complete the work in every respect in accordance with the contract and accordance
with the directions and to the entire satisfaction of RCDF and the manufacture’s representatives.

6.0 Engineer’s Instructions :


RCDF may in his absolute discretion, from time to time issue further drawings and/or written
instructions, details directions and explanations which are collectively referred to as ‘Engineer’s
instructions’ in regard to :

6.1 Any additional drawings and explanations to exhibit or illustrate details.

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.

40
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
6.4 The removal from the site of any material brought thereon by erector and the substitution of any
other material thereof.

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

6.6 The dismissal from the work of any persons employed thereupon.

6.7 The opening up for inspection of any work covered up.

6.8 The amending and making good of any defects.

7.0 Right of RCDF :

7.1 The various parts of the contract are intended to be complementary to each other but should any
discrepancy appear or any misunderstandings arises as to the interpretations of anything
contained therein, the explanation of RCDF shall be final and binding.

7.2 Right to direct work :

7.2.1 RCDF shall have the right to direct the manner in which all work under this contract shall be
conducted in so far as it may be necessary to secure the safe and proper progress and specified
quality of the work, all work shall be done and all materials shall be furnished to the satisfaction
and approval of RCDF.

7.2.2 Whenever, in the opinion of the RCDF, erector has made marked departures from the schedule
of the completion laid down in the agreement or when untoward circumstances force a such
departure from the said schedule, RCDF in order to assure the compliance with the schedule and
the provisions of the agreement, shall direct the order, pace and method of conducting the work,
which shall be adhered to by the erector.

7.2.3 If, in the judgment of RCDF, it become necessary at any time to accelerate the over all pace of
the plant erection work erector when, ordered and directed by RCDF shall cease work at any
particular point and transfer his men to such other point or points and execute such portion of his
work, as may be required, to enable RCDF to hasten and properly engage and carry on their
work, all directed by the RCDF.

7.2.4 Night work will be permitted only with prior approval of RCDF, RCDF may also direct erector
to operate extra shifts over and above normal day shift to ensure completion of contract as
scheduled or due to exigent circumstances, if in his opinion, such work is required.

7.3 Right to order Modifications of Methods & Equipment:

If at any time the erectors methods, materials or equipment appear to RCDF to be unsafe,
inefficient or inadequate for securing the safety of workmen or the public, the quality of work or
the rate of progress required, he may order erector to ensure their safety, and increase their
efficiency and adequacy and the erector shall promptly comply with such orders. If at any time
erectors working force and equipment are in the opinion of RCDF is inadequate for securing the

41
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
necessary progress as herein stipulated erector shall if so directed increase the working force and
equipment to such an extent as to give reasonable assurance of compliance with the schedule of
completion. The absence of such demands from RCDF shall not relieve erector of his obligations
to secure the quality, the safe conducting of the work and the rate of progress required by the
contract the erector alone shall be and remain liable and responsible for the safety, efficiency and
adequacy of his methods, materials, working force and equipment, irrespective of whether or not
he makes any changes as a result or any order or orders received from RCDF.

8 Changes/ Variation in the work :

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

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

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

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

8.5 The purchaser shall make any variation of the form, quality or quantity of the works or any part
there of that may. In his opinion, be necessary and for that purpose, or if for any other reason it
shall, in his opinion be desirable, he shall have power to order the supplier to do and the supplier
shall do any of the following:

a. Increase or decrease the quantity of any work included in the contract,


b. Omit any such work,
c. Change the character or quality or kind of any such work,
d. Change the levels, lines, position and dimension of any part of the works, and
e. Execute additional work of any kind necessary for the works and no such variation shall in
any way vitiate or invalidate the contract, but the value, if any, of all such variations shall be
taken into account in ascertaining the amount of the contract price.

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

8.7 Provided that no order in writing shall be required for increase or decrease in the quantity of
any work where such increase or decrease is not the result of an order given under this clause,
butis the result of an order given under this clause, but is the result of the quantities exceeding

42
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
or being less than those stated in the contract/bill of quantities. Provided also that if for any
such order verbally, the supplier shall comply with such verbal order given by the purchaser,
whether before or after the carrying out of the order, shall be deemed to be an order in writing
within the meaning of this clause. Provided further that if the supplier shall within seven days
confirm in writing to the purchaser and in writing within 14 days, it shall be deemed to be an
order in writing by the purchaser.

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

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

8.10 Provided also that no increase or decrease mentioned above or variation of rate or price shall be
made unless, as soon after the date of the order as is practicable and, in the case of extra or
additional work before the commencement of the work or as soon thereafter as is practicable,
notice shall have been given in writing:

a. By the supplier to the purchaser of his intension to claim extra payment or a varied rate or
price, or
b. By the purchaser to the supplier of is intension to vary a rate or price.

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

43
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
8.14 The work shall be carried out as approved by the purchaser or his authorized representative/s
from time to time, keeping in view the overall schedule of completion of the project. The
suppliers job schedule must not disturb or interfere with purchasers or the other suppliers
schedules of day-to-day work. The purchaser will provide all reasonable assistance for
carrying out the jobs.

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

8.16 In-case of suppliers failure to provide these facilities. in case of suppliers failure to provide
these facilities and personnel, the purchaser has the right to arrange such facilities and
personnel and to change the cost thereof to the supplier.

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

8.18 The purchaser shall not be liable for or in respect of any damages or compensation payable at
law in respect or in consequence of any accident or injury to any workman or other person in
the employment of the supplier or any sub-supplier, save and except an accident or injury
resulting from any act or default of the purchaser, his agents, servants. The supplier shall
indemnify and keep indemnified the purchaser against all such damages and compensation,
save and except as aforesaid and against all claims, proceedings, costs, charges and expenses
whatsoever in respect thereof or in relation thereto.

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.

44
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
8.21 Supplier shall carryout final adjustments of foundations, leveling and dressing of foundation
surfaces, bedding and grouting of anchor bolts, bedplates etc. required for seating of
equipment in proper position. The supplier shall be responsible for the reference lines and
proper alignment of the equipment. However, all civil works like making cutouts in walls,
floors and ceilings for pipelines shall be done by the purchaser. Adjustment & leveling are to
be carried out by the supplier at no extra cost. The purchaser shall arrange the necessary
refilling/repairs of these cutouts and pockets. The supplier should arrange for laying the
supports, cutouts, grouting of bolts, etc. when the civil works are in progress, so as to avoid
refilling/repair works. The purchaser at suppliers costs shall make the damages occurring to
civil and other works good. For fixing of piping/equipment supports on wall/beams/roof floor
etc. preferably anchor bolts shall be used by the supplier. Drilling of holes for fixing anchor
bolts is in the scope of supplier without any extra cost.

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

DUTIES OF THE SUPPLIER VIS-À-VIS THE PURCHASER.

 The equipment and the items, if any, to be supplied by the purchaser for erection, testing and
commissioning shall be as listed in the contract.
 Besides the utilities/services as specified in battery limits the following assistance/facilities
shall also be provided to the supplier by the purchaser for carrying out the installation work.
 Plant building ready for installation of equipment/items.
 Necessary temporary water for carrying out the installation shall be supplied at only one point
within the project site by the purchaser free of charge. All necessary distribution tapings from
this point onwards shall be the suppliers responsibility.
 Necessary temporary power is provided by the purchaser, the recovery @1% of total
installation charges will be recovered. However, the supplier shall supply all the items such as
energy meter, switchgear etc. required for getting temporary power.
 The details of temporary water and power requirements shall be furnished seven days in
advance by the supplier to enable the purchaser to make timely arrangement.
 If the supplier suffers delay and/or incurs costs from failure on the part of the purchaser to give
possession of the civil works in accordance with mutually agreed schedule, the purchaser shall
determine:
 Any extension of time to which the supplier is entitled under the contract
 The amount of such costs, which shall be added to the contract price, and shall notify the
supplier accordingly.
9 Erector’s functions :

45
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
9.1 Erector shall provide everything necessary for the proper execution of the works, according to
the patent and meaning of the drawings, schedule of quantities and specifications taken together
whether the same may or may not be particularly shown or described therein provided that the
same can reasonably be inferred there from and if the erector finds any discrepancy therein, he
shall immediately and in writing refer the same to RCDF where decision shall be final and
binding on all the parties.

9.2 It is not expected that the work under contract will be subcontracted. However, in case erector
desires to subcontract a part of the work in the interest of the project, he shall request in writing
to RCDF for approval for the same giving full and complete details regarding the proposed
subcontractor, his experience and the terms of subcontract. Approval from RCDF for
subcontracting part of the work shall not relieve the erector from any of his obligations and
responsibilities under this contract.

9.3 Erector shall proceed with the work to be performed under this contract and each and every part
and details thereof, in the best and most workman like manner by engaging qualified, careful and
efficient workers, and do the several parts thereof at such time and in such order as RCDF may
direct and finish such work in strict conformance with the plans, drawing and/or specifications,
and any changes, modifications thereof made by RCDF.

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

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

9.6 Any work is to be done at place other than the site of the works erector shall obtain the written
permission of RCDF for doing so.

10 Unloading, Inspection & Storing :

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

10.2 Unless excluded in the specifications, erector shall safety transport the material/equipment to the
storage area and store the same in systematic manner with tags for easy identification and

46
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
retrieval. He shall also maintain all required stores records and furnish all required reports. If in
the opinion of RCDF the erector is not taking any action to unload and transport the material to
site. RCDF reserves the right to arrange for the same through alternative agencies, entirely at the
cost of the erector. It is further clarified that even in the event RCDF arranges for the unloading,
transportation storage space etc. under the circumstances described above, the liability and
responsibility will rest with the erector.

10.3 All materials and equipment received at site, before erector arrives at site, shall be unloaded and
stored by RCDF at the risk responsibility and cost of the erector. These materials shall be handed
over to the erector and there upon the erector shall inspect the same and furnish the receipt to the
RCDF. The protection safety and security of the material so taken over shall be the responsibility
of the erector until it is handed over to the RCDF after erection and/or commissioning. Any and
all the material/equipment covered under the scope of this contract, received at site after erector
arrives at a site shall be unpacked, inspected and checked and against invoices by the erector. He
shall furnish shortage and damages reports to RCDF within a week of the receipt of material and
assist the RCDF in lodging claims with the Insurance Companies. In case RCDF incurs a loss
due to the delay in lodging insurance claims, which are attributable to erector all such losses
shall be deducted from erector’s bills. Erector shall repack materials/equipments as required and
store the same in an orderly manner.

10.4 Erector shall also inform RCDF in right time regarding the repairs/replacement required towards
the items damages/lost in order to enable the RCDF to arrange for repairs/replacement well in
time and avoid delays due to non availability of equipment and part at the time of their actual
need.

10.5 Erector shall arrange for periodical inspection of material equipment in his custody until taken
over by the RCDF and shall carry out all protective and preservative measures thereupon.

10.6 Erector shall also keep a check on the deliveries of the equipment/material covered in his scope
of erection and shall advise RCDF well in advance regarding possible hod ups in his work due to
expected delays in delivery of equipment, to enable RCDF to expedite the deliveries and take
other remedial action.

11 Other Contractors/Erector’s Work :


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

12 Supply of Tools, Tackles & Materials :


12.1 For full completion of the work, erector shall at his own expense furnish all necessary erection
tools, machine tools, power tools, tackles, hoists, cranes, derricks, cables, slings, skids
scaffolding work benches, tools for rigging, cribbing and blocking, welding machines and all
other associated protective equipment, instruments, appliances, materials and supplies required
for unloading, transporting, storing, erecting, testing and commissioning all the equipment of the

47
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
plant that may be required to accomplish the work under the contract unless otherwise provided
for. Adequacy of such tools will be subject to final determination by RCDF.

12.2 Erector shall also furnish all necessary expandable device like anchors, grinding and abrasive
wheels, raw plugs hacksaw blades, tape, dyes, drills, reamers, chisels, files carborundum stones,
oil stones, wire brushes, necessary bamboo scaffolding, ladders wooden planks timers, sleeper
and consumable material like oxygen, acetylene, argon, lubricating, oils, greases, cleaning fluids,
welding rods cylinder oils, graphite powder and flakes fasteners, gaskets temporary supports
stainless steel shims of various thickness as required, cotton waste, cheese cloth and all other
miscellaneous supplies of every kind not necessarily listed above but required for carrying out
the work under contract.

12.3 Erector shall provide all reasonable facilities including tools personnel etc. and ensure
coordination with RCDF and erection supervisors of other equipment suppliers to enable them to
carry out all supervision measurements checks etc. in a satisfactory manner.

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

12.5 Machinery Foundation :

All the civil foundations as per the drawings furnished by the manufactures/suppliers shall be
arranged by RCDF. The erector shall place the equipment on the foundations and carry out final
adjustment of the foundations alignment dressing of foundation surface, providing and grouting
of anchor bolts pockets etc. and set the equipment properly as per approved layout drawing and
manufacture instructions.

12.6 Structural Platform :


Supply of all necessary materials and installation of structural platforms, structural supports and
access arrangement required for the various equipment is included within the scope of
mechanical installation and should be so carried out that all operation can be easily manoeuvred.

The details and drawings in regard of the platforms shall be worked out/prepared by the erector
and submitted to the RCDF for approval. The items should be executed as per the approval
details drawing. The payment will be made on the basis of cost per unit weight as offered by
erector and accepted by RCDF.

13 For Erection & Commissioning :

The erector will be required to take a ‘storage-cum-erection’ insurance for the items to be erected
and commissioned by him. For this insurance premium shall however be reimbursed to him by
the buyer. In case, the erector is not able to arrange insurance at reasonable rates acceptable to
the buyer, the buyer shall arrange the same on behalf of the erector. However, in the event of any
loss/damage to the equipment during storage or erection and commissioning, the erector alone
shall have to lodge the claims with underwriters and pursue the same till settlement irrespective

48
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
of the fact whether the insurance policy is taken by the erector or arranged by the buyer on his
behalf. Further, it shall be sole responsibility of the erector to make good the losses/damages
expeditiously without any extra cost to the buyer.

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

15.0 Cleaning Chemicals & Lubricants :

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

16.0 Access preparation :


In case access preparation is required to be made for shifting the equipment the erector shall
bring to the notice of RCDF, the quantity of work involved for making such a preparation.
Consequently RCDF would review the matter in consultation with the erector and decide the
course of action.

17.0 Setting put works, lines & Grades :

17.1 Building, foundation and other civil works shall be provided by RCDF unless indicated
otherwise. Erector shall carry out all adjustments of foundations, levels, dressing of foundation
surfaces, bedding and grouting of anchor bolts and bed plate etc. as may be required for seating
of the equipment in proper position. Erector shall be responsible for obtaining correct reference
lines for purposes of fixing the alignment of various equipments from master bench marks
furnished by RCDF. Any minor alternation required in rectifying the anchor bolts pockets,
anchor bolts, etc. shall be carried out by erector at no extra cost. The erector shall supply all the
necessary foundation and anchor bolts, bed plates etc. without any extra cost.

17.2 Erector shall supply, fix and maintain at his cost during the execution of any work, all the
necessary centring, scaffolding, staging, planking, timbering, strutting, shorting pumping,
fencing boarding guarding and lighting by night as well as by day, required not only for the

49
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
proper execution and protection of the said work, but also for the protection of the pumping
station and of the safety of any adjacent roads, streets, cellars, vaults ovens, walls, houses,
buildings and all other erections, matters or things. Erector shall take out and remove any or all
such centring, scaffolding, staging, planking timbering, strutting, shorting etc. as occasion shall
require or when ordered to do so and shall fully reinstalled and make good all matters and things
disturbed during execution of the work, to the satisfaction of RCDF. Erector shall be paid no
additional amount for the above.

18.0 Erection & Inspection :


18.1 Erector shall prepare a detailed and comprehensive erection schedule for review and approval of
RCDF’s site Engineer and supplier’s erection supervisors. This ‘Approved’ erection schedule
shall form the basis for evaluating the pace of all the erection works to be performed by erector.

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

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

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

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


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

18.6 Erector shall haul materials and equipment furnished at RCDF’s storage or unloading areas to the
points where they are to be used, in the construction work, install the materials and equipment in
their final location and classify and store all surplus and auxiliary parts in a systematic manner in
the warehouse, where they can be readily identified and located when needed at a later date.

50
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
18.7 In the execution of the work no person other than erector or his duly appointed representatives,
his subcontractors and their workman shall be allowed to do work at the site except by the
special permission, in writing of RCDF or their representatives, but access to everywhere in the
site at all times shall be accorded to RCDF and their representatives and other authorized
officials and statutory public authorities. Nevertheless, erector shall not object to the execution of
the work by other erector/contractor or tradesman whose names shall have been previously
communicated in every facility for the execution of their several functions simultaneously with
his own.

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

18.9 If the work or any portion thereof shall be damaged in any way excepting by the acts of RCDF,
or if defects not readily detected on prior inspection and which shall develop before the final
completion and acceptance of the whole work, erector shall forthwith make good, without
compensation, such damage or defects in a manner satisfactory to RCDF. In no case shall
defective or imperfect work will be retained.

18.10 Erector at all times shall work in co-ordination with RCDF’s engineering staff and after them all
reasonable facilities to become familiar with the erection, operation and maintenance of the
equipments.

18.11 In respect of observation of local rules, administrative orders, working staff and the like, erector
and his personnel shall co-operate with the RCDF.

18.12 Erector shall not sell, assign, mortgage, hypothecate or remove equipment or materials which
have been installed or which may be necessary for the completion of the contract without the
consent of RCDF in writing.

18.13 Inspection of work :


RCDF of any person appointed by them shall have access and right to inspect the work, or any
part thereof at all times and places during the progress of the work. The inspection and
supervision is for the purpose of assuring RCDF that the plans and specifications are being
properly executed and while RCDF and their representatives will extend to the erector all desired
assistance in interpreting the plan and specifications, such assistance shall not relieve erector of
any responsibility for the work. Any work which proves faulty shall be corrected by erector
without delay. The fact that RCDF or their representatives have not pointed out faulty work or
work which is not in accordance with plans and specifications shall not relieve the erector from
correcting such work as directed by RCDF without additional compensation. RCDF their
representatives and the employees shall at all reasonable times have free access to the works
and/or to the workshop factories or other places where materials are being prepared or

51
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
constructed or fabricated for the contract and also to any place where the materials are lying or
from where they are being obtained and erector shall give every facility to RCDF and his
representative for inspection examination and test of the materials and workmanship even to the
extent of discontinuing portion of the work temporarily or of uncovering or taking down portion
of finished work.

19.0 Protection to Plant :

19.1 Except in case where RCDF’s express permission, is applied for and received in writing no use
of RCDF’s plant facilities such as cranes, passenger elevator, toilets showers or machine shop
etc. shall be made by erector or his employees.

19.2 RCDF shall not be responsible or held liable for any damage to person or properly consequent
upon the use, misuse or failure of any construction tools and equipment used by erector of any of
his subcontractors, even though such constructions tools and equipment may be furnished rented
or loaned to erector or any of this contractors. The acceptance and/or use of any such
constructions tools and equipment by erector or his subcontractor shall be constructed to mean
that erector accepts all responsibility for and agrees to indemnify and save harmless RCDF from
any and all claims for said damages resulting from said use, misuse or failure of such
construction tools and equipments.

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

19.4 All other work completed or in progress as well as machinery and equipment that are liable to be
damaged by erector’s work shall be protected by erector and such protection shall remain and be
maintained until its removal is directed by RCDF.

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

19.6 The work shall be carried out to completion without damage to any work and properly adjacent
to the area of his work to whom so ever it may belong, without interference with the operation
of their existing machines or equipment.
19.7 Adequate lighting at and near all the shortage, handling, fabrication, preassembly and erection
sites for properly carrying out the work and for safety and security shall be provided by erector.
Erector should adequately light the work area during night time also. Erector should also engage
adequate electricians/wireman, helpers etc. to carry out and maintain these lighting facilities.
RCDF may provide such facilities as he may deem necessary and charge the cost thereof to the
erector. In any case, erector shall be liable for all damages and consequences arising out of his
neglect in this regard.

20.0 Clean up of work site

52
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
20.1 All soils, filth or other matter of an offensive nature taken out of any trench, sewer, drain,
cesspool or other place shall not be deposited on the surface, but shall at once be carted away
by the erector from the site of work for suitable and proper disposal.

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

20.3 If erector fails to comply with these requirements inspite of written instructions from RCDF,
RCDF will proceed to clear these areas and the expenses incurred by the RCDF in this regard
shall be payable by erector. Erector shall remove or dispose off in a satisfactory manner all
scaffoldings, temporary structures, waste and debris and leave the premised in a conditions
satisfactory to RCDF. Any packing materials received with the equipment shall remain as the
property of RCDF and may be used by erector on payment of standard charges to RCDF and
with prior approval of RCDF. At the completion of his work and before final payment, erector
shall remove and shall restore the site to a neat workman like conditions, at his cost.

21.0 Erector’s Personnel :


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

21.1 It is important that erector shall employ men known to be reliable and competent for the work
in general and it shall be requirement of the contract that men used on special works shall be
competent, well trained and trusted employees.
21.2 Erector shall furnish details of the qualifications and experience of his senior supervisors and
engineers assigned to the work including their experience in supervising erection and
commissioning of plant and equipment of comparable capacity.

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

53
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
21.4 Erector’s representative at the site shall be posted and be available at site within a reasonable
time after RCDF shall inform erector in writing to the effect. The service of erector’s
representatives shall be made available during the progress of the work for such periods during
the working days as RCDF may require.

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

21.6 Erector shall furnish RCDF a fortnightly labour force report showing by classifications the
number of employees engaged in the work. Erector’s employment records shall include any
reasonable information as may be required by RCDF. The erector should also display necessary
information as may be required by statutory regulations.

21.7 None of the erector’s superintendents, supervisors, engineers, or labour may be withdrawn from
the work without the notice given to RCDF and further no such withdrawals shall be made if in
the opinion of RCDF, it will jeopardize the required pace of progress and/or the successful
completion of the work.

21.8 RCDF shall be at liberty to object to any representatives or person or skilled, semiskilled or
unskilled worker employed by the erector in the execution, or otherwise, of the worker who shall
misconduct himself, or be incompetent, or negligent or unsuitable and erector shall remove the
person so objected to upon receipt of notice in writing from RCDF requiring him to do so and
shall provide in his place a competent representative at his own expense within reasonable time.

22.0 Construction, Electric Power & Water :


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

23.0 Drawings :

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

23.2 Erector shall also submit copies of design calculations, material specification and detailed
drawings as called for in the equipment specifications for RCDF review. Erector must satisfy
RCDF as to the validity of his design with reference to the requirement of statutory Code
Authorities.

54
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
23.3 Drawings submitted for approval shall be signed by responsible representatives of erector and
shall be to any one of the following sizes in accordance with

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

23.4 All drawings shall show the following particulars in the lower right hand corner in addition to
Vendor’s name :-
a) Name of RCDF
b) Project Title
c) Title of Drawing
d) Scale
e) Date of drawing
f) Drawing number
g) Space for RCDF drawing number.

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

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

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

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

23.9 Drawings prepared by erector and approved by RCDF shall be considered as a part of the
specifications. However, the examination and approval of the drawings by RCDF shall not
relieve erector of his responsibility for engineering, design, workmanship and material under the
contract.

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

55
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
24.0 Inspection Right & Privileges :

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

24.2 Should RCDF waive the right to inspect any equipment, such waiver shall not relieve erector in
anyway of his obligation under the contract.

24.3 RCDF representatives shall be permitted free access to erector’s or his subcontractor’s shop at all
working hours for the purpose of inspecting work at all stages of progress.

24.4 RCDF representatives shall be given full assistance in the form of necessary tools, instruments,
equipment and qualified operations to facilitate inspection.

24.5 RCDF reserves the right to call for certificate of origin and test certificates for all raw material
and equipment at any stage of manufacture.
24.6 In the event of RCDF inspection reveals poor quality of goods RCDF shall be at liberty to
specify additional inspection procedures, if required, to ascertain Vendor’s compliance with the
equipment specifications.

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

24.8 A set of latest prints of the approved drawings shall be kept available by the controller, in the
shop floor for reference of RCDF representative during inspection.

25.0 Storage of equipment :

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

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

56
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
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 RCDF during such period.

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

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

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

25.9 All the necessary items/goods required for the protection as described above shall be arranged by
the erector and no extra cost is payable in this regard by RCDF.

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

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

27.0 Programme of Installation & Commissioning :

57
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
The successful erector should submit a scheduled programme for carrying out the work. The
erection schedule should describe the estimated time of installation of each of each item against
each section of the project and should also clarify when each of the item to be supplied by RCDF
should be made available to the erector in order to adhere to the schedule.

The schedule should be so prepared that the erection, commissioning, testing and start-up is
completed in all respect, within _________________________ from the date of placement of
order.

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

If erector doesn’t comply with the direction as described above or complete the erection and
commissioning by the end of 4th week after programmed completion, RCDF will operate the
penalty clause and shall also have the option to deploy their own staff/other agencies to complete
the job at the erectors risk, responsibility and cost.

It is however, clarified that the above or any such directions from RCDF or abstinence of RCDF
in deploying their own staff/other agencies as described above shall not relieve the erector of his
obligations to secure the quality, the safe conduction of work, rate of progress required and
adherence to scheduled programme.

IF THE ERECTOR FAILES TO COMPLETE ERECTION IN ALL ASPECTS WITHIN THE


STIPULATED PERIOD & TIME. THE ERECTOR SHALL HAVE TO PAY RUPES @ ½%
PER WEEK AS PENALTY FOR THE PERIOD FOR WHICH THE WORK REMAINS
INCOMPLETE.

28.0 Approvals :

The erector shall obtain the necessary approval of the factory Inspector, Boiler Inspector,
Electrical Inspector weights & Measures Inspector, Explosives Inspector, and any other state and
local authorities as may be required. All the necessary details, drawings, submission of
application and proformas will be furnished by the Erector to RCDF for rectification/signature.

The necessary application duly filled in, together with the prescribed fees shall be submitted to
the authorities by the erector on behalf of the RCDF. However all the actual prescribed fees paid
by the erector shall be reimbursed by RCDF upon production of the receipt/vouchers of the
above said authorities.

58
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
RCDF shall, however, extend all possible assistance to the erector for obtaining the necessary
approvals. Nevertheless the ultimate responsibility for obtaining the necessary approvals lies
with the erector.

29.0 Final Drawings & Manuals :


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

30.0 Progress of Work :


If the erector does not commence/complete the entire job or sections of the job within four weeks
from programme schedule of commencement/completion, the RCDF shall be free to deploy their
own staff/agencies to commence/complete the job entirely at the risk, responsibility and cost of
the erector.

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

30.2 In the following cases the RCDF reserves the right to invite the representative(s) of the original
manufacturer and/or supplier at the cost of the erector for start by help, assistance and guidance
during commissioning and start-up.

a) The erector has no previous experience of commissioning and starting-up of the similar
equipment.
b) The RCDF is of the opinion that the erector is incompetent to commission and start-up of
certain specific equipment.

31.0 Commissioning :

The erector shall operate, maintain and give satisfactory trial run of the plant satisfactory for a
period of continuous one month at the rated output. All rectifications of damages/defects and
routine troubles shooting should be carried out by the erector to achieve aforesaid satisfactory
running of the plant. The erector shall incorporate/execute necessary minor modification during
the trial period for maximising operational efficiency. The erector should also execute miner
modification as may be suggested by RCDF. The erector shall suggest recommended log sheet
proformas for recording necessary operating data and pass it on to RCDF in proof of satisfactory
rated output and performance of the equipment/plant.

The commissioning shall also include the following for each equipment :

a) Field disassembly and assembly.


b) Cleaning of lubrication system including chemicals cleaning and passivation wherever
required.
c) Circulation of lubricant to check flow.
d) Cleaning and checking of all the service lines.
e) Checking and commissioning of instruments, equipment and plants, filtering of transformer,
and other oils so that if deteriorated, they shall attain the required properties/standard,

59
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
specified tests in this regard must be carried out by approved authorities and their satisfactory
reports submitted to RCDF before start-up.
f) Recharging or make-up filling of lubricant oil up to the desired level in the lubrication
system of individual machine.
g) Operation in empty condition to check general operation details wherever required, and
wherever possible.
h) Closed loop dynamic testing with water wherever required.

i) Operation under load and gradual load increase to attain maximum rated output.
j) Trouble shooting during the trial period.
k) Guarantee of installation.

32.0 Guarantee :

The supply of equipment as well as installation shall have to be carried out by the erector to the
entire satisfaction of the RCDF. The erector shall also guarantee to repair/replace, without any
extra cost, the items or parts thereof, if found defective due to bad design, workmanship or
substandard material within 12 months from the date of commissioning or 36 months from the
date of receipt of material at site whichever is earlier. If it is necessary to send the defective
equipment or parts thereof for repair/replacement, cost of transportation including package,
insurance etc. from the site to works and back to site shall have to be borne by the erector. The
guarantee does not cover any damage resulting from normal wear and tear or improper
attendance or mishandling of the equipment by the RCDF.

33.0 Training of personnel :

Necessary staff as may be deputed by RCDF shall be trained by the erector for operating the
plant. The personnel will be associated for the training during the installation, testing,
commissioning and start-up period and training tenure shall be minimum for a period of one
month from the date of commissioning and start-up.

34.0 Outline of the scope of duties of the Contractor Viz-a-viz RCDF :

34.1 The equipment and items as specified in purchase order shall be supplied by RCDF for
erection, installation, commissioning by the erector.

34.2 Besides the utilities/services as specified in battery limits the following shall also be provided to
the erector by RCDF for carrying out the installation/erection.

a) Suitable lockable space for storage of tools, tackles and erection materials (No
accommodation for erectors personnel will be provided under any circumstances) the
security of these materials will be the responsibility of the erector.

b) Plant building ready for installation/erection of all the equipment/items (flooring will
generally be carried out after positioning of main equipment and laying of necessary
conduits).

60
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
c) Necessary temporary power for carrying out the installation (the power shall be supplied at
only one point within the dairy site). All necessary tapping from this point onwards shall be
erector’s responsibility.

d) Temporary water at one point within the site for the water required for testing etc. The
erector shall arrange on his own to tap and transfer the water to the points required.
34.3 Prior Information :

a) The details of temporary water and power requirements shall be furnished one month in
advance by the erector to enable RCDF to make timely arrangement.

b) Detailed drawings of the required main cut-outs must be supplied by the erector in advance
to RCDF to provide the same at the time of civil construction. The cutting in the walls, floors
etc. which are not informed earlier and required for erection work will be done by the erector
and to repair the same will also be the responsibility of the erector.

c) Detailed drawings and other specifications of foundation and any other special structure must
be submitted by the erector within one month after award of contract to RCDF.

35.0 Damage :

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

36.0 Observation of local rules etc.

In respect of observation of local rules, administrative orders, working hours, labour


compensation act, applicable labour laws and the like erector and his personnel shall strictly
abide by the same.

37.0 Stand by manufacturer’s representative :

In the following cases the RCDF reserves the right to invite the representative(s) of the original
manufacturer and/or supplier at the cost of erector for stand by them, assistance and guidance
during the commissioning and start-up.

a) The erector has no previous experience of commissioning and start-up of the similar
equipments.

b) The RCDF is of the opinion that the erector is not competent to commission and start-up of
certain specific equipment, the opinion of RCDF shall be final and binding.

38.0 Inspection & test reports :

61
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
The equipment and items supplied under the purview of erector shall be inspected by the
inspector at works and copies of inspection test reports shall be forwarded to RCDF.

39.0 Terms of payment for erection work :

1) 10% of the order value of acceptance of the order subject to the supplier furnishing Bank
Guarantee from a National Bank or Scheduled Bank in India for an equivalent amount valid
for a period of 12 calendar months.

2) 80% against monthly progress bills duly certified by RCDF’s Site Engineer/In-charge.

3) 10% balance within 12 calendar months from the date of satisfactory commissioning of the
plant.

40.0 Battery Limits :

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

41.0 GENERAL GUIDELINES FOR ELECTRICAL INSTALLATION :

41.1 a) The specifications detail the broad guide lines for erection, testing and commissioning of
electrical equipment. The work shall however, at all times be carried out strictly as per the
instructions of RCDF and in accordance with latest IER.

b) The installation would also comprise for the supply laying and inter connecting, cables form
the battery limits of the power supply to the various switchboards controls and electrical
equipments.

c) The cable of electric power should be of PVC armoured type approved from ISI unless
otherwise specified and with sufficient cross section depending on the feeder.

d) The cable for control and flexible connection should be unarmoured type with copper
conductors. Wherever required, multicore copper cable should be used.

e) Wherever necessary drip proof junction boxes and isolators, cable carrying trays, necessary
clamps etc. shall be provided.

f) Necessary isolators of appropriate sizes are to be provided near the motors as per IER. All
the involved supply included within the scope of electrical installation and erection should be
approved type and make and conform to ISI standard.

g) Detailed electrical diagrams and cable layout should be prepared by the erector according to
the specifications and the same should be approved by RCDF before the execution.

62
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
41.2 Electrical installation work shall comply with all currently applicable statues, regulations and
safety codes in the locality where the equipment will be installed. Nothing in this specifications
shall be construed to relieve erector of his responsibility.

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

41.4 In accordance with the specific installation instructions, as shown on manufacturer’s drawings or
as directed by Site Engineer of RCDF, the erector shall unload, erect, install wire test and put
into commercial use all the electrical equipment included in the contract. Equipment shall be
installed in neat workman like manner so that if is in level and plumb, properly aligned and
oriented. Tolerance shall be established in manufacturer’s drawings or as stipulated by an
Engineer. No equipment shall be permanently bolted down to foundation or structure until the
alignment has been checked.

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

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

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

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

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

41.10 After installation of all power and control wiring, erector shall perform operating test on all
switch gear and panels to verify proper operation of switch gear/panels and correctness of the
interconnections between the various items or equipment. This shall be done by applying normal
AC or DC voltage to the circuit and operating the equipment. Megger tests for insulations,
polarity checks on the instruments transformers, operation tests shall be carried out by erector,

63
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
who shall also make all necessary adjustments as specified by the manufacturer for the proper
functioning of equipment.

41.11 Installation and testing of battery and battery charges shall be in strict compliance with the
manufacturer’s instructions. Each cell shall be inspected for breakage and conditions of the cover
seals as soon as received at site. Each cell shall be filled with electrolyte in accordance with the
manufacturer’s instructions. Battery shall be set up on racks as soon as possible after receipt,
utilizing lifting devices supplied by manufacturer. The cells shall not be lifted by terminals.
Contact surfaces of battery terminals and intercell connections shall be cleaned, coated with
protective grease and assembled. Each connection shall be properly tightened. Each cell shall be
tested with by hydrometer and thermometer and result logged. Freshening charge, if required,
shall be provided. When turned over to RCDF the battery shall be fully charged and electrolyte
shall be at full level and of specified specific gravity.

42.0 Cable Installation :

42.1 Erector shall install, test and commission the suitable cables. Cables shall be laid directly
buried in earth on cable racks, in built up trenches, on cable trays and supports, in conduits, and
ducts or bare on walls, ceiling etc. as follows :

a) Outside the building premises :

The scope of installation of underground cables includes digging necessary trenches, laying
of the cables in the trench, covering them with sand and bricks and then refilling the
trenches. Necessary cable markers at appropriate points to indicate the path of under ground
cable should also be supplied and installed by the erector.

b) With in the building :

Under ground cables will be laid in GI light duty class pipes of not less than 37 mm. dia.

c) Cables above ground :

Cables above the ground shall be fixed either on wall or in cable trays of slotted angle with
necessary clamps, bolts etc. as directed by RCDF.

d) The main cables inside the building should be laid in hume pipes wherever provided by
RCDF. At the places where hume pipes have not provided the main cables shall be laid as
per 40.1 (c).

42.2 Installation and testing of proper insulated cables shall be in accordance with Indian Standard
Code of Practice IS:1255.
42.3 Inspection on receipt unloading, storage and handling of cables shall be in accordance with
IS:1255 and other Indian Standards Code of Practice.

42.4 Sharp bending and kinking of cables shall be avoided. The bending radius for various types of
cables shall not be less than those specified below unless specifically approved by the Site
Engineer of RCDF.

64
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Type of Cable Minimum bending radius

Voltage grade Single Multi Core


Core Unarmoured Armoured

Paper insulated upto 11 kv 25 D* 20 D 15 D

Paper insulated upto 22 kv 32 D 25 D 20 D

Paper insulated upto 33 kv 38 D 32 D 25 D

PVC insulated 650/1100 V 10 D 10 D 10 D

Rubber insulated 600 V - 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
furnished to the erector for this purpose or other approved means of identification. It is the intent
that erector shall terminate the cables which he installs. Additional work of testing and
reconnecting and connected, but where on further testing reversal or other rearrangement of load
turns out to be necessary. Additional work of testing and reconnecting shall be performed by
erector at no extra cost of RCDF.
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.

65
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
42.9 After installation and alignment of motors, erector shall complete the conduit installation,
including a section of flexible conduit between the motor terminal box and cable trench/tray.
Erector shall install and connect the power, control and heater supply cables. Erector shall be
responsible for correct phasing of the motor power connections and shall interchange
connections at the motor terminals box if necessary, after each motor is test run.

42.10 Connections shall be made to small electrically operated device on equipment installed as
accessories to or assembled with other equipment and requiring two wire or three wire
connection. Connections to recording instruments, float switches, limit switches, pressure
switches, thermocouples, thermostats and other miscellaneous equipment shall be done as per
Manufacturer’s drawing and instructions.

42.11 Metal sheets and armoured of the cable shall be bonded to the earthing system.

42.12 All new cables shall be megger tested before jointing. After jointing is completed all LT. cables
shall be megger tested and HT. Cables (3.3 KV to 11 KV) pressure tested before commissioning.
The test voltage for pressure testing shall be as per Appendix-F of IS:1255. 1100/650 Volt grade
cable shall be tested by 1000 Volt Megger.

Cables cores shall be tested for :

a) Continuity
b) Absence of cross phasing
c) Insulation resistance to earth
d) Insulating resistance between conductors.

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

43.0 Cable Trays, Accessories and Tray Supports :

43.1 Cable trays shall either be run in concrete trenches or run overhead supported from building
steel, floor slab etc.
43.2 Cables shall be clamped to the cable trays in the horizontal runs and vertical runs.

43.3 All cable trays including perforated sheet trays and vertical raceways shall be hot dip galvanized
or primed with red lead and oil primer followed by a finish coat of grey lacquer paint or
aluminium paint as specified.

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.

66
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
44.2 Conduits or pipes shall run along walls, floors and ceilings, on steel supports, embedded in soil,
floor, wall or foundation, in accordance with relevant layout drawings, under ground portions of
conduit installation to be embedded in the foundation or structural concrete shall be installed in
close co-ordination with collateral work. Exposed conduit shall be neatly run and evenly spaced,
with conduits parallel when in racks or in banks. Conduits embedded in foundation or structural
concrete shall be run as directly as possible among with generally indicated route between two
points with a minimum length and with a minimum of crossing bending and cutting but without
creating interferences with other installations.

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

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

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

45.0 Earthing :

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

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

45.3 Earthing shall conform to the Indian Standard Code of practice IS:3043 and Indian Electricity
Rules, 1956. All materials and fittings used in the earthing installation shall conform to the
relevant Indian Standards or approved by RCDF’s Engineer. Any change in routing, size of
conductors etc. shall be subject to the prior approval of RCDF Engineers.

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

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

67
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
45.6 On completion of the installation, continuity of all conductors and efficiency of all bends and
joints shall be tested. The earth resistance shall be tested in the presence of RCDF
Engineer’s/representative. All equipment necessary for the test shall be furnished by Erector.

45.7 EARTHING NETWORK

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

45.8 Earth Pit with Electrode

1. Plate or pipe type earth electrode with earth pit shall be provided for this work unless
otherwise advised and pit shall be as per IS:3043 – 1966 (code of practices for ear thing).
All earth electrodes shall preferably be driven to a sufficient depth to reach permanent.
2. Earth pit centre shall be at a minimum distance of 2m distance shall be maintained
between centres of 2 earth pits.

45.9 Earth Bus. Ear thing Lead & Earth wire /strip

All electrical equipment is to be doubly earthed by connecting two earth strips / wire conductor
from the frame of the equipment to a ear thing pit / main ear thing ring. The ear thing ring will
be connected via. Links to several earth electrodes. The cable armored will be earthed through
the cable glands. Conductor size for connection to various equipment shall be as specified in
the drawing or as instructed by the engineer-in charge. However the length of the branch leads
from equipment to ear thing grid/ring shall not be more than 10 to 15 meters.

All hardware for ear thing installation shall be hot dip galvanized. Spring washers shall be used
for all ear thing connections of equipment having vibrations.

Size of earthing lead/wire shall be as specified in schedule of quantities/drawings. Following


may be considered as general guidelines:

Sr.No Item Size


Control switches G.I. wire 14 SWG
Motor upto 10 HP G.I. wire 8 SWG
Motor above 10 HP upto 125 HP G.I. strip 25 x 3mm
Motor above 125 HP G.I. strip 25 x 6mm
Switch Board G.I. strip 25 x 6mm
Power control centre / LT panel of sub-station G.I. strip 40 x 6mm

When ear thing wire is to be drawn under floor / in underground, aluminium wire 10mm dia.
With PVC insulation shall be used. Instead of GI wire, PVC insulated copper conductor

68
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
wires can also be used.

However, while deciding type & size of earth lead the resistance between the ear thing system
and the general mass of the earth shall be as per IS code of practice. The earth loop impedance
to any point in the electrical system shall not be in excess of 1.0 ohm in order to ensure
satisfactory operation of protective devices.

G.I. wire/aluminium wire shall be connected to the equipment by providing crimping


type socket/lug.

Wherever ear thing strip to be provided in cable tray, it shall be suitably bolted on cable tray
and electrically bonded to the cable tray at regular interval.

Excavating & refilling of earth, necessary for laying underground earth bus loops shall be the
responsibility of the supplier.

Wherever earth leads/strips/wire are laid in cable trenches, these shall be firmly and suitably
cleaned to the walls/supporting steel structure on which cable is clamped. The neutral of the
transformer shall be connected to earth pit independently and earth pit shall have copper
earth plate.

Long runs of GI strip shall be connected at each end with lap type welding to ensure
continuity.

Bureau of Indian Standards to be Followed for Electrical Erection

1. PVC insulated cables (light duty) for working voltage upto 1100 volts 694-1990 Part I & II
2. PVC insulated cables (heavy duty) for voltage upto 1100 volts 1554-1988 Part I
3. PVC insulated cables (heavy duty) for voltage 3.3 KV to 11 KV 1554-1988 Part II
4. Specification for polyethylene insulated PVC sheathed heavy duty 5959-1970 Part I
electric cables for voltage not exceeding 1100 V
5. Specification for polyethylene insulated PVC sheathed heavy duty 5959-1970 Part II
electric cables for voltage 3.3 KV to 11 KV
6. Guide for marking of insulated conductors 5578-1970 or 5575
7. Code of practice for installation and maintenance of power cables upto 1255-1983
33 kV
8. Code of practice for earthing 3043-1987
9. Guide for safety procedures and practices in electrical work 5216-1982
10. Code of practice for installation and maintenance of AC induction motor 5214-1969
starters
11. Code of practice for installation and maintenance of induction motors 900-1992
12. Code of practice for installation and maintenance of switchgears 10118 - 1982
Part I, II, III, IV
13. Code of practice for installation and maintenance of transformers 10028 – 1981 Part I
14. Code of practice for electrical wiring installation, voltage not exceeding 732-1989
650 V
15. Code of practice for electrical wiring installation (system voltage 2274-1963
exceeding 650 V)

69
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
16. Guide for testing three-phase induction motor 4029-1967
17. Guide for safety Procedures & Practices in electrical works 5316
18. XLPE Cables for working voltage upto and including 1100 Volts 7098 – 1988 Part I
19. XLPE Cables for working voltage upto 33 kV 7098 – 1988 Part II
20. Boxes for enclosures of electrical accessories 5133
21. Electric Power connectors 5561
22. HRC Cartridge Fuse Link up to 650 V 2208
23. Code of Practice for Selection, Installation & Maintenance of Fuse up to 3108
650 V
24. Cables methods of testing 10810
25. Danger / Lattice Boards 3551
26. National Electric Code SP :30

Recommended Cable Size for Industrial Wiring


The following selection table shall be followed for cables of motors unless otherwise specified:

3 Phase 415 V Direct-on-line Star-Delta Starter


Motor H.P. Supply side Motor side Supply side Motor side
Copper conductor Cable Size : Sq mm
Up to 7.5 2.5 2.5 2.5 2 X 2.5
10 4 4 4 2 X 2.5
15 6 6 6 2 X 2.5
20 10 10 10 2X4
25 16 16 16 2X6
30 16 16 16 2X6
40 25 25 25 2 X 10
50 35 35 35 2 X 16
Aluminium conductor Cable Size: Sq mm
60 70 70 70 2 X 35
75 95 95 95 2 X 50
100 120 120 120 2 X 70
125 185 185 185 2 X 95
150 240 240 240 2 X 120
180 -- 300 2 X 150
200 -- 2 X 150 2 X150
250 -- 2 X 185 2 X 185
275 -- 2 X 240 2 X 240
300 -- 2 X 240 2 X 240

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

70
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Pro forma for PCC, DB, Motor Control Centres Test
SN Test Report

1 Circuit (Breaker/Bidder/Supplier Module Designation/Bus Number)


2 Insulation resistance (Contacts open, breaker Racked in position)
a. Between each Phase & Bus (Mega Ohm)
b. Between each phase and earth (Mega Ohm)
c. DC and AC control & auxiliary circuits (Mega Ohm)
d. Between each phase of CT/PT and between CT & PT circuit if any (Mega
Ohm)
3 CT Checks
a. CT ratio
b. CT secondary resistance
c. CT polarity check
4 Check for contact alignment and wipe
5 Check/test all releases/ relays
6 Check mechanical interlocks
7 Check electrical interlocks
8 Check switchgear/control panel wiring
9 Checking breaker/Bidder/Supplier circuits for
a. Closing- local and remote (wherever applicable)
b. Tripping-local and remote (wherever applicable)
10 Opening time of breaker/ contactor
11 Closing time of breaker/ contactor
Signature and seal of Engineer-in-charge of RCDF, Signature and seal of Engineer-in-charge of
Jaipur Bidder/Supplier

Signature of Consultant(Perfect Solutions)

71
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Pro forma for motor testing
SN Test Report
1 Name plate details
A Voltage
B HP / KW
C Mounting
D Current
E RPM
F Frame size
G Make
H Sr No
I Others
2 Insulation test (before cable connection)
A Between Phase and Earth (Mega Ohms)
B Between each Phase (Mega Ohms)
3 Insulation test (after cable connection)
A Between Phase and Earth (Mega Ohms)
B Between each Phase (Mega Ohms)
4 No load current
A R Phase Amps
B Y Phase Amps
C B Phase Amps
5 Full load current
A R Phase Amps
B Y Phase Amps
C B Phase Amps
6 Temperature rise after 4 hours run
A On no load degree C
B On full load degree C
C Ambient temperature during test degree C
7 Operation of thermal overload relay
A At normal Full Load current of motor
B At twice Full Load current of motor trips in
seconds

Signature and seal of Engineer-in-charge of RCDF, Signature and seal of Engineer-in-


Jaipur charge of Bidder/Supplier

Signature of Consultant(Perfect Solutions)

72
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Pro forma for Testing Cables
Sr No Test Report
1 Date of Test
2 Drum Number (from which cable is
taken)
3 Cable From -> To
4 Length of run of this cable (meter)
5 Insulation resistance test (In Mega Ohm)
A Voltage of Megger Volts
B Between core-1 to earth
C Between core-2 to earth
D Between core-3 to earth
E Between core-1 to core-2
F Between Core-2 to Core-3
G Between Core-3 to Core-1
6 High Voltage Test (Voltage Duration)
A Between Cores and Earth
B Between Individual Cores

Signature and seal of Engineer-in-charge of Signature and seal of Engineer-in-charge of


RCDF, Jaipur Bidder/Supplier

Signature of Consultant (Perfect


Solutions)

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.

73
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
46.2 Scope of Supply :

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

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

a) The scope of erection for piping includes all system covered under his scope of work in the
flow diagram/specification.
b) Erector shall also install small accessory, piping an any specialities furnished with or for
equipment such as relief valves, built is bypass, and other items of this type.
c) Erector’s work terminates at the final tube or pipe connection at pumps, including the final
connection.
d) Erector shall install primary elements for flow measurement, control valves, and on line
metering equipment.
e) Erector shall perform necessary internal machining of pipe for installing crevices, flow
nozzles, straightening vances, control valves.
f) Erector shall install all valves and specialities being procured from others.
g) Erector shall hydrostatically test all piping systems including valves and specialities &
instrument impulse line at suitable pressures.
h) All piping shall be internally cleaned and flushed by Erector before and after erection in a
manner suited to the service as directed by RCDF.
i) For hydrostatic testing and water flushing, erector shall furnish necessary pumps, equipment
and instruments, piping etc. Purchase will provide water at available points of supply to
which Erector’s temporary piping will be connected.

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

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

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

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

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

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

74
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
46.10 Anchors and/or guides for pipe lines or for other purpose shall be furnished when specified for
holding the pipe line in position or alignment. Hangers shall be designed fabricated and
assembled in such a manner that they cannot become disengaged by any movement of the
support pipe.

46.11 All piping shall be wire brushed and purged with air blast to remove all dust, mill scale from
inner surface. The method of cleaning shall be such that no material is left on the inner or outer
surfaces which will affect the serviceability of the pipe.

46.12 Effective precaution such as capping and sealing shall be taken to protect all pipes ends against
ingress of dirt and damage during transit or storage. The outside of the carbon steel pipe (black)
shall receive two coats of red lead paint.

47.0 Testing for :

1. HP Steam 4. Soft and Raw Water


2. LP Steam 5. Air
3. Glycol 6. SS Piping
7. Insulation 8. Electricals
9. Motors 10. Equipments.

Should conform to the latest ISI standards.

48.0 Service piping Installation guide lines :

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

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

48.2 Steam & Hot Water and molasses Piping (if mentioned in purchase order)

The scope of supply and installation of mentioned, comprises the following set of steam pipes
and fittings for providing steam connections from the indicated battery point to all the
equipments requiring steam in accordance with IBR, MS Class ‘C’ pipes, fittings and auxiliary
items. The scope of supply and installation includes the necessary pipes supports, isolation
supports, isolation valves, nonreturn valves, safety valves, check valves, pressure reducing
valves steam traps, strainers, expanders, bends, gaskets, packing, sight glasses, pressure gauges
etc. The manufacturer’s certificates that the material conforms to IBR duly attested by concerned
authority should be furnished for all items as per requirements. The necessary check valves(s)
and other fittings required at the sources of tapping at the battery point should also be supplied
and installed by the erector.

75
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Set of condensate pipes and fittings of MS Class ‘C’ to interconnect the condensate return line.
The supply is inclusive of necessary pipe supports isolation valves, check valves, bends, gaskets,
packing etc.

48.3 Soft well water piping (if mentioned in purchase order)

The scope of installation comprises (if mentioned) a set of well water pipes and fittings including
supports, isolation and non-return valves etc. Pipes of GI Class ‘B’ for providing well water to
sterlizer would be required. All the necessary headers for inter-connecting the water pumps and
auxiliary material like adopters reducers, flanges, union valves/checks (of gun metal/brass for
valve upto 100 mm dia), bends, strainers, gaskets, packing etc. required for the pipe should also
be supplied and installed by the erector.

48.4 Water distribution (if mentioned in purchase order)

The scope of supply and installation if mentioned comprises of the following:

Set of water pipes and fittings of GI Class ‘B’ for providing water connection to the various
equipment/items and points requiring water (raw and soft water) from battery limits. The scope
is also inclusive of the necessary pipes and fittings, GI Class ‘B’ for the soft water from the
softening plant to soft water overhead tank if specifically mentioned and further to all the
equipments requiring soft water and interconnections with suitable valves etc. from all the
compartments of the overhead tank. The supply and installation is inclusive of necessary pipe
supports, isolated valves, strainers, bends gaskets, packing, polythene/copper tubes and all other
necessary auxiliary items.

48.5 Air requirement (if mentioned in purchase order)


The scope of supply and installation if mentioned comprise of the following:

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

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

49.0 Important Note :

49.1 All the necessary materials, of a quality and make approved by RCDF required for carrying out
the installation mentioned in 46.2 shall be supplied by the Erector.

49.2 Piping (SS) (if mentioned in Purchase Order)

The scope includes the installation and inter connection of a set of SS Pipes and fittings,
including cocks, valves, Tees, flanges, unions, bends, reducers, liners and other necessary fittings

76
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SMS/IDF standards, for inter connecting all the equipment listed. Necessary pipe supports shall
be also installed by the Erector.

49.3 Pipe fittings at connection points

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

49.4 The erector shall prepare and submit the piping layout drawing, details of supports, details of
tapping, termination interconnection etc. for approval. All the piping work shall be carried out
strictly in accordance with the approved drawings/details. The respective milk flow diagram to
which the piping layout correspondence must also be furnished by the erector.

50.0 Insulation (if mentioned in Purchase Order)

50.2 Insulation of Steam condensate & Hot water pipe lines :

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

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

2) The insulation should be covered with GI wire netting.

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

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

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

All the necessary materials of quality and make approved by RCDF required for carrying out the
insulation mentioned in 50.2 shall be supplied by the erector.

77
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-I
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
To,
Managing Director,
Rajasthan Co-operative Dairy Federation Ltd.,
Saras Sankul, JLN Marg, Jaipur -302017

Sub: Acceptance of Terms & Conditions of Tender.


Tender Reference No.__________________________
Tender ID No. ________________________________
Name of Tender/ Work / Item ________________________________________________
_________________________________________________________________________
Dear Sir,

1. I / We have downloaded / obtained the tender documents(s) for the above mentioned
“Tender / Work / Item” from the web site(s) namely:
_______________________________________________________________________
_____________________________________________________ as per your
advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I/We have read and understood the entire terms and conditions
of the tender documents (including all documents like Special Notes, annexure(s),
Schedules(s), Specifications of the item(s), etc.) which form part of the contract
agreement and I / We shall abide hereby the terms / conditions / clauses contained
therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has
also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally agree & accept the tender conditions of above mentioned
tender document(s) corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated or breached then your department
/ organization shall without prejudice to any other legal right or remedy be at liberty to
reject this tender / bid including the forfeiture of the full said earnest money deposit
absolutely.

Yours Faithfully,

(Signature of the Bidder, With Official Seal)

78
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-II
SECTION-I

MANUFACTURERS’ AUTHORISATION FORM

(Please see Clause 2(a) of Eligibility Criterion)


No.__________________________________Dated___________________________

To,
RAJASTHAN CO-OPERATIVE DAIRY FEDERATION
“SARAS SANKUL”, J.L.N. MARG,
JAIPUR – 302 017.
Sub : - Tender reference No._______________________________________.
Dear Sir,

We________________________________________ an established and reputable

manufacturers of ______________________________________________ having factories at

________________ and _______________________ do hereby authorise

M/s._____________________________________________ (Name and address of Agents) to bid,

negotiate and conclude the contract with you against tender reference

No.__________________________________ for the above said goods manufactured by us. No

company or firm or individual other than M/s._________________________

________________________________ are authorise to bid, negotiate and conclude the

contract in regard to this business against this specific tender.

We hereby extend our full guarantee and warranty for the goods offered for supply
against your tender.
Yours faithfully,

(NAME)
for and on behalf of M/s.
(Name of Manufacturers)
Note : This letter of authority should be on the Letter Head of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the manufacturer.

79
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-III

SECTION-II – SCHEDULE-I

(Refer clause No.2(b) of Eligibility Criterion)

Major works successfully completed during the past five years

Value
Sr. Name of Contract Name Time of Date of
Place of
No. Work Reference of client Completion Completion
Work

Note : Indicate plant capacity and major parameters handled.

Completion Certificate from Clients should be enclosed with the bid.

80
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-IV

SECTION-II – SCHEDULE-II

(Refer clause No.2(b) (iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR


Work Place of Value of Completion
Sr. Name of Name of
order work Work period
No. Work client
reference order order Date

Note : Indicate plant capacity and major parameters handled.

81
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-V
SECTION – III

TECHNICAL DEVIATION STATEMENT FORM

(Refer Clause 5 of Eligibility Criterion)

The following are the particulars of deviations from the requirements of the tender specifications
:

CLAUSE DEVIATION REMARKS


(Including justification)

Dated Signature and seal of


the Manufacturer/Bidder
NOTE :

(1) Where there is no deviation, the statement should be returned duly signed with an
endorsement indicating “No Deviations”.

(2) The technical specifications furnished in the bidding document shall prevail over those of
any other document forming a part of our bid, except only to the extent of deviation
furnished in the statement.

82
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-VI

RATE QUOTATION FORM FOR SUPPLY / SUPPLY, INSTALLATION &


COMMISSIONING OF EQUIPMENT

ALL RATES TO BE FILLED IN PRESCRIBED .XLS FILE ONLY


(TO BE UPLOADED IN FINANCIAL BID COVER-2)

Validate Item
Print Wise BoQ
Help

Tender Inviting Authority: MD, RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED, JAIPUR (RAJASTHAN)

Name of Work: Supply, Erection, Testing & Commissioning of Plant and Machinery for setting up Indigenous Product Plant on Turn Key Basis” At Jhalawar (Raj).

Contract No: No. RCDF/DPM& Proj./(C-4008)/2016-17 dated:10.01.2017

Bidder Name
:

PRICE SCHEDULE (The total rate of supply and Installation and Commissioning will automaticaly shift to column no. 3 and 11 respectively).Only fill column no. 4-9 and 12.
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # NUMBER # NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER # TEXT #
Sl. Item Description Basic Price of Packing & Excise Sales Entry tax if Transporta Any Other Total FOR Installation Service Total Amount In TOTAL AMOUNT
No. supply (in. Rs.) forwarding Duty Tax/RST/C any tion and Charges if Any Site Price of and Tax Rs. (10-12) In Words
(Part I) charge ST/VAT in Insaurance 3-9 Commssioni
Rs ng
Charges(par
t II)
1 2 3 4 5 6 7 8 9 10 11 12 13 14
1 PRICE SCHEDULE
1.01 Total Net FOR Unit Price for supply, installation & 0.0000 0.0000 0.0000 0.0000 INR Zero Only
commissioning
Total in Figures 0.0000 INR Zero Only
Quoted Rate in Words

83
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE – VI
DETAILS
PART 1. : “Supply, Erection, Testing And Commissioning Of Plant And Machinery For Setting Up
Indigenous Product Plant On Turn Key Basis” At Jhalawar (Raj). ALL RATES TO BE FILLED IN
PRESCRIBED .XLS FILE ONLY
LIST OF EQUIPMENTS AS FOLLOWS

Tender Inviting Authority: MD, RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED, JAIPUR (RAJASTHAN)

Name of Work: Supply, Erection, Testing & Commissioning of Plant and Machinery for setting up Indigenous Product Plant on
Turn Key Basis” At Jhalawar (Raj).

Contract No: RCDF/DPM& Proj./(C-4008)/2016-17 dated:10.01.2017

Bidd
er
Name
:

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent
columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only
)

NUM TEXT # TEXT # NUM TEXT NUMB NUMBER NUMB NUMBER NUMBER TEXT #
BER BER ER # ER # # #
#
Sl. Item Capacit Qua UNIT Unit Unit rate Total Total rate TOTAL TOTAL
No. Description y ntity S Rate of rate of of AMOUN AMOUN
of erection suppl erection T With T
Suppl & y & Taxes In
y Commisi Commisi Words
oning oning

1 2 3 4 5 6 7 8 9 10 11

1 Curd, Chhach
& Lassi
1.01 Milk Tank As per 1.00 set 0 0 0.0000 INR
(Vertical) TS Zero
Only
1.02 Multi-Purpose As per 1.00 Set 0 0 0.0000 INR
pasteurizer for TS Zero
Curd & Paneer Only
Milk
1.03 Homogenizer for As per 1.00 set 0 0 0.0000 INR
Curd milk TS Zero
Only
1.04 Inoculation tank As per 2.00 set 0 0 0.0000 INR
TS Zero
Only
1.05 Chhach storage 1000 2.00 Set 0 0 0.0000 INR
tank (vertical) ltrs. Zero
insulated triple As per Only

84
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
jacketed TS
1.06 Incubation room As per 1.00 set 0 0 0.0000 INR
with provision of TS Zero
blast chilling Only
1.07 Curd cup filling As per 1.00 set 0 0 0.0000 INR
machine TS Zero
Only
1.08 Packing machine As per 1.00 set 0 0 0.0000 INR
for Chhach & TS Zero
Lassi Only
1.09 Chiller for chhach As per 1.00 set 0 0 0.0000 INR
TS Zero
Only
1.1 Pumps (various Suitable 1.00 Lot 0 0 0.0000 INR
capacity) Zero
Only
1.11 Salt water/sugar As per 2.00 Set 0 0 0.0000 INR
syrup tank dosing TS Zero
system Salt Only
water/Sugar syrup
tank.Salt
water/Sugar syrup
dosing pump.
2 Paneer
2.01 Paneer Vat As per 1.00 Set 0 0 0.0000 INR
TS Zero
Only
2.02 Paneer press with As per 1.00 Set 0 0 0.0000 INR
hoops TS Zero
Only
2.03 Paneer washing As per 1.00 Set 0 0 0.0000 INR
cum cooling tank TS Zero
Only
2.04 Paneer Vacuum As per 1.00 Set 0 0 0.0000 INR
Packing machine TS Zero
(double head) Only
2.05 SS table for Suitable 1.00 Set 0 0 0.0000 INR
paneer packing Zero
Only
2.06 Paneer Cutting Suitable 1.00 Lot 0 0 0.0000 INR
/slicing knives Zero
Only
2.07 Paneer weighing Suitable 1.00 Set 0 0 0.0000 INR
machine Zero
(Platform type) Only
2.08 Pumps (various Suitable 1.00 Lot 0 0 0.0000 INR
capacity) Zero
Only
3 Shrikhand
3.01 Curd storage tank As per 1.00 Set 0 0 0.0000 INR
(vertical) TS Zero
insulated triple Only
jacketed
3.02 Shrikhand mixing Suitable 1.00 Set 0 0 0.0000 INR
machine Zero

85
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Only
3.03 Shrikhand Suitable 1.00 Lot 0 0 0.0000 INR
packing / sealing Zero
machine (Manual) Only
4 Miscellaneous
4.01 Pre-fab Cold store As per 2.00 Set 0 0 0.0000 INR
for products TS Zero
Only
4.02 SS pipe & fittings As per 1.00 Lot 0 0 0.0000 INR
i.e. Unions, TS Zero
bands, reducers, Only
inline filter,
valves, square
pipes SS nipples
etc. MS / GI pipes
& fittings for
water, steam,
chilled water
circuit i.e. Unions,
bands, flanges,
nipples, insulation
(thermocol / glass
wool pads) MS
structure etc.
4.03 MS roller Suitable 1.00 Set 0 0 0.0000 INR
Conveyor for Zero
transfer of Only
Chhach, Lassi
crates to cold
store.
5 Electrical
5.01 As per 1.00 Lot 0 0 0.0000 INR
Wire, Cables, TS Zero
Starters, Switch Only
gears, Panels etc.
Total 0.000 0.0000 0.0000 0.0000 0.0000 INR
0 Zero
Only

86
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE – VII

AGREEMENT
(On non judicial stamped paper of value Rs.500/-, 1000/- & 5000/-)

1. An agreement made this ___________ day of ____________ between


M/s.____________________ hereinafter called “approved supplier” which expression shall
where the context so admits, be deemed to include his heirs, successors, executors and
administrators of the one part and the Rajasthan Co-operative Dairy Federation Ltd. (hereinafter
called “the Federation” which expression shall, where the context so admits, be deemed to
include his successors in office and assigns) of the other part.

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

3(a) And whereas the approved supplier has deposited a sum of Rs._______ in form of Demand

Draft as security for the due performance of the agreement.

3(b) And whereas the approved tenderer/supplier has agreed :

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

(ii) that no interest shall be paid by the Federation on the security deposit.

(iii) that in case of breach of any terms & conditions of the aforesaid supply order of this
agreement by the contractor/supplier the amount of security deposit shall be liable to
forfeiture in full or part by the Federation.

NOW THESE PRESENT WITNESS

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

2. The conditions of the tender as given in the tender document for the work, conditions of
the aforesaid supply order/work order and also any subsequent amendment as may be
issued by the Federation will be deemed to be taken as part of this agreement and are
binding on the parties executing this agreement.

87
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3(a) The Federation do hereby agree that if the approved supplier shall duly supply the said
articles/execute the work in the time and manner aforesaid, observe and keep the said
terms & conditions, the Federation shall pay or cause to be paid to the approved supplier,
at the time and in manner set forth in the said conditions, the amount payable for each
and every consignment/work executed on supplier’s raising bills.

3(b) The mode of payment will be as specified in the supply order/work order.

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

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

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

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

8. All the disputes pertaining to the said contract shall vest to the jurisdiction of Courts at
Jaipur.

In witness whereof the parties hereto have set their hands on the _____________ day
______________________.

SIGNATURE OF THE SIGNATURE FOR AND ON


APPROVED SUPPLIER: BEHALF OF the Federation:

88
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Witness No.1 Witness No.1

Signature :______________________ Signature :_________________

Name :______________________ Name :_________________

Address :______________________ Address :_________________

______________________ _________________

______________________ _________________

Witness No.2 Witness No.2

Signature :______________________ Signature :_________________

Name :______________________ Name :_________________

Address :______________________ Address :_________________

______________________ _________________

______________________ _________________

89
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE-VIII

(Form of Bank Guarantee against 30% advance sought from the Dugdh Sanghs for
supply/erection contracts)

1. In consideration of the ______________ ZILA DUGDH UTPADAK SAHAKARI SANGH


LTD.,_______________ (hereinafter called “The SANGH”) having agreed to grant an advance
of Rs.___________(Rupees____________________________ only) to
M/s.________________________ (hereinafter called the said supplier(s) under the terms and
conditions of an agreement /Purchase Order No._________________ dated _____________
made between the Rajasthan Co-operative Dairy Federation Ltd., Jaipur and / or SANGH and
M/s.______________________ for supply/erection and commissioning (hereinafter called the
said agreement/purchase order) on production of a Bank Guarantee for Rs.________________
(Rupees ___________________________ only), We _______________________(hereinafter
called “The Bank”) do hereby undertake to pay the SANGH an amount not exceeding
Rs.______________(Rupees________________________ only) against any loss/damage
caused to or suffered or would be caused to or suffered by the SANGH by reasons of any
breach by the said supplier(s) or any of the terms and conditions mentioned in the said
agreement/Purchase Order.

2. We ________________________ (Name of the Bank) do hereby undertake to pay the amount


due and payable under this guarantee without any demur, merely on a demand from the SANGH
stating that the amount claimed is due by way of loss or damage caused to or would be caused to
or suffered by the SANGH by reasons of any breach by the said supplier(s) or any of the terms
and conditions contained in the said agreement/Purchase Order, or by reason of the supplier(s)
failure to perform the said agreement/purchase order. Any such demand made on the Bank shall
be conclusive as regards the amount due and payable by the Bank under this guarantee. However
our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________
(Rupees ____________ only).

3. We _______________ (Name of the Bank) further agree that the guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance
of the said agreement/purchase order and that it shall continue to be enforceable till all the dues
of the SANGH, under or by virtue of the said agreement/purchase order have been fully paid
and its claims satisfied or discharged or till the SANGH certifies that the terms and conditions
of the said agreement/purchase order have been fully and properly carried out by the said
supplier(s) and accordingly discharge the guarantee unless a demand of claim under this
guarantee made on us in writing on or before _______________. We shall be discharged from
all liabilities under this guarantee thereafter.

4. We _______________ (Name of the Bank) further agree with the SANGH that the SANGH shall
have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement/purchase order to extend
the time of performance by the said supplier(s) from time to time or to postpone for any time or

90
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
from the time to time any of the power exercisable by the SANGH against the said supplier(s)
and to forbear or endorse any of the terms and conditions relating to the said agreement/purchase
order and we shall not be relieved from our liability by reason of any such variation of extension
or for any forbearance, act or omission on the part of the SANGH or any indulgence by the
SANGH to the said supplier(s) or by any such matter or thing whatsoever which under the law
relating to sureties would but for this provision have effect of so relieving us.

5. We _________________ (Name of the Bank) lastly undertake not to revoke this guarantee
during its currency except with the previous consent of the SANGH in writing.

6. Notwithstanding anything stated above our liability under this guarantee is restricted to
Rs.________________(Rupees __________________________ only). Our guarantee shall
remain in force until unless a suit or an action to enforce a claim under this guarantee is filed
against us before that date, i.e. on or before ____________ all your rights under the said
guarantee shall be forfeited and we shall be released and discharged from all liability thereunder.

The Bank agrees that the amount hereby guaranteed shall be due and payable to the SANGH on
SANGH’s serving a notice requiring the payment of the amount and such notice shall be served
on the Bank either by actual delivery thereof to the Bank or by despatch thereof to the Bank by
registered post at the address of the said Bank. Any notice sent to the Bank at its address by
Registered Post shall be deemed to have been duly served on the Bank notwithstanding that the
notice may not in fact have been delivered.

NOTWITHSTANDING – anything contained herein :


1) Our liability under this Bank Guarantee shall not exceed
Rs.____________(Rupees______________________________________only).
2) This Bank Guarantee shall be valid upto _________________ and,
3) We are liable to pay the guaranteed amount under this Bank Guarantee only and only if you
serve upon us a written claim or demand in the manner specified above on or before
______________.

7. Notwithstanding anything stated above the Bank Guarantee shall be discharged by the SANGH
once the advance amount released against the Bank Guarantee along with interest or penalty if
any payable on such advance has been fully recovered/adjusted.

Place :
Date :
Signature & Seal

91
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANEXURE-IX

(Performa of Bank Guarantee for releasing 10% balance payment)


(On Non-judicial stamp paper)

This deed of Guarantee made on this __________ day of ____________ 20 (Two


thousand___________________) by _____________ (Name and address of the Bank) (hereinafter
referred to as “The Bank”) which expression shall where the context or meaning so requires, includes
the successors and assignees of the Bank and furnished to the ____________ ZILA DUGDH
UTPADAK SAHKARI SANGH LTD., _____________________ (hereinafter referred to as “The
SANGH” which expression shall unless repugnant to the context or the meaning there of include its
legal representatives, successors and assignees.

WHEREAS the Rajasthan Co-operative Dairy Federation Ltd., Jaipur and / or SANGH has
placed its purchase order bearing No._________ dated ________ (Name and address of the party)
(Hereinafter called “The supplier”) for supply /and erection of ________________ and WHEREAS the
SANGH has agreed to pay to the supplier final 10% of the value of the equipment on submission of a
Bank Guarantee of equal amount, which will be kept valid up to ________ from the date of supply or 12
months from date of commissioning of material at site.

In consideration of the SANGH having agreed to pay to the supplier


Rs.___________(Rupees_______________only) being the last 10% of the value of the equipment,
we__________(Name of the Bank) hereby undertake and guarantee to make repayment to the SANGH
of the said 10% amount or any part thereof which does not become payable to the supplier by the
SANGH in accordance with the terms and conditions of the said purchase order. The Bank further
undertakes not to revoke this guarantee during its currency except with the previous consent of The
SANGH in writing and this guarantee shall be a continuous and irrevocable guarantee upto a sum of
Rs.______ (Rupees___________only). The Bank shall not be discharged or released from this guarantee
by any arrangement between the supplier and the SANGH with or without the consent of the Bank or
any alterations in the obligations of the parties or by any indulgence, forbearance shown by the SANGH
to the supplier and that the same shall not prejudice or restrict remedies against the Bank nor shall the
same in any event be a ground of defence by the Bank against the SANGH. We_________ (Name of the
Bank) do hereby undertake to pay an amount due and payable under this guarantee without any demur,
merely or demand from the SANGH stating that the amount claimed is due to the SANGH. In case the
SANGH puts forth a demand in writing on the Bank for the payment of the amount in full or in part
against this guarantee, the Bank shall consider that such demand by itself is a conclusive evidence and
proof that the supplier has failed in complying with the terms and conditions stipulated by the Rajasthan
Co-operative Dairy Federation Ltd., Jaipur and / or SANGH without raising any dispute regarding the
reasons for any such lapse/failure on the part or the supplier.

This guarantee shall be in addition to and without prejudice to any other securities or remedies
which the SANGH may have or hereafter possess against the supplier/tenderer and the SANGH shall be
under no obligation to marshal in favour of the Bank any such securities or fund or assets that the
SANGH may be entitled to receiving or have a claim upon and the SANGH at its absolute discretion
may vary, exchange, renew, modify or refuse to complete or enforce or assign any security or
instrument.
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

92
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Bank either by actual delivery thereof to the Bank or by despatch thereof to the Bank by registered post
at the address of the said Bank. Any notice sent to the Bank at its address by Registered Post shall be
deemed to have been duly served on the Bank notwithstanding that the notice may not in fact have been
delivered to the Bank.

In order to give full effect to the provisions of this guarantee the Bank hereby waives all rights
inconsistent with the above provisions and which the Bank might otherwise as a guarantor be entitled to
claim and enforce.

Notwithstanding anything contained here in before, our liability under this guarantee is restricted
to Rs.____________(Rupees_______________________only) and it shall remain in force until
__________, unless a suit or action is filed against us to enforce such claims, within three months from
the aforesaid date, all the SANGH’s rights under this guarantee shall be forfeited and we shall be
relieved and discharged from all liabilities thereunder.

Place :
Date :
(SIGNATURE)
Seal

93
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE – IX(A)

94
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
95
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE – X
(SUB SECTION – 1)

DETAILED

TECHNICAL

SPECIFICATION

96
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Indigenous product at Jhalawar
(Curd, Chhach, Lassi, Paneer, Shrikhand)

S. Particulars Capacity Quantity


No (in Nos.)
A Curd, Chhach & Lassi
1 Milk Tank (Vertical) 3 KL 01 set
2 Multi-Purpose pasteurizer for Curd & Paneer Milk 1 KLPH 01 set
3 Homogenizer for Curd milk 1 KLPH per hr. 01 set
4 Inoculation tank 500 ltrs 02 set
5 Chhach storage tank (vertical) insulated triple jacketed 1000 ltrs. 02 set
6 Incubation room with provision of blast chilling 4mx3mx3m 01 set
7 Curd Cup filling machine 1200 cups per hr. 01 set
8 Packing machine for Chhach & Lassi 5000 pouch per hr. 01 set
9 Chiller for Chhach 2KLPH 01 set
10 Pumps (various capacity) Suitable 1 Lot
11 Salt water/Sugar syrup dosing system 200 ltrs. 02 set
Salt water/Sugar syrup tank.
Salt water/Sugar syrup dosing pump.
Total
B Paneer
12 Paneer Vat 1000 ltrs. 01 set
13 Paneer press with hoops 120 Kg. 01 set
14 Paneer washing cum cooling tank 500 ltrs. 01 set
15 Paneer Vacuum Packing machine (double head) packing size 200gms., 01 set
1000gms., 5 Kg.
16 SS table for paneer packing Suitable 01 set
17 Paneer Cutting /slicing knives Suitable 01 set
18 Paneer weighing machine (Platform type) Suitable 01 set
19 Pumps (various capacity) Suitable 1 Lot
Total
C Shrikhand
20 Curd storage tank (vertical) insulated triple jacketed 1000 ltrs 01 set
21 Shrikhand mixing machine Suitable 01 set
22 Shrikhand packing / sealing machine (Manual) Suitable 01 Lot
Total
D Miscellaneous
23 Pre-fab Cold store for products 5000 ltrs. 02 set.
24 SS pipe & fittings i.e. Unions, bands, reducers, inline Suitable 01 Lot
filter, valves, square pipes SS nipples etc.
25 MS / GI pipes & fittings for water, steam, chilled water Suitable 01 Lot
circuit i.e. Unions, bands, flanges, nipples, insulation
(thermocol / glass wool pads) MS structure etc.
26 M S roller Conveyor for transfer of Chhach, Lassi crates Suitable 01 Set
to cold store
Total
E Electrical
27 Wire, Cables, Starters, Switch gears, Panels etc. Suitable 01 Lot

97
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Note:-
(9)The plant & machinery, shall be supplied as per respective specification detailed at Annexure - X
(10) We have mentioned the minimum quantity of items required for plant under the following
technical specifications
a) Technical specification for service line and allied equipment page no. 157-165. BoQ S.No.4.02
Quantity :-1 Lot.
b) Technical specification for electrical wire cable starter switch gear panel etc. page no: - 167-
177. BoQ S.No.5.01,Quantity :-1 Lot.
c) Technical specification for pumps various capacity page no.. 135. BoQ S.No.1.10 & 2.08,
Quantity:-1 Lot (Number of pumps required as per site condition for indigenous products
section).
Tenderer has to supply the items as per site condition for successful completion of project but the
quantity of supply should not be less than the minimum quantity referred in aforesaid technical
specification. No additional charge shall be paid to tenderer against the quoted rates for aforesaid
head in BOQ.
(11) The tenderer should provide plant and machinery layout defining inter-connection of
equipment and flow of milk, milk product, water, steam etc.
(12) Following approvals are required from RCDF before fabrication of equipment and for the
execution of awarded work:- General arrangement drawing for the plant and machinery, pipe line
circuit for milk and milk product, water, steam etc.
(5) Complete electrical work: The scope of electrical covers complete electrical connection and
controls to supplied plant and machinery, electrical panel with required switch gear, i.e MCCB,
MCB, ampere meter, volt meter, relay and contractors, push buttons etc., related cables, cable
trays, suitable structure for support of cable tray etc. The drawing of electrical panel and controls
and cable layout etc. shall be get approved before execution of electrical work.The supplied
system should be hooked up with the existing system.
(6) In addition to the standers mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union/RCDF :-

q. Indian Electricity Act and rules framed there under.


r. Fire, Insurance and Regulations Act.
s. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
t. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
u. Regulations laid down under the Explosive Act.
v. Regulations as per Weight and Measure Act.
w. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.
x. 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.

98
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
CURD

CHHACH AND

LASSI

SECTION

99
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SCHEDULE - II

TECHNICAL SPECIFICATIONS OF INSULATED VERTICAL MILK STORAGE TANK,


CAPACITY : 3000 L

Delivery Period : Four Months.


1.0 FUNCTIONAL REQUIREMENTS

The milk storage tank would be used to store chilled milk at 4 degree centigrade temperature.

2.0 DESIGN REQUIREMENTS

2.1 Capacity : 3000 L


The volume of the tank should be such that after filling it up to the rated capacity, the level
would be 100 mm below the line where cylindrical shell joints the conical top.

2.2 Constructional features : Double walled insulated and welded construction of sanitary
design .

2.3 Slope : 1:15 towards the out let at the bottom of the tank .

2.4 Metal contact : The only metal-to-metal contact between the inner and the outer shells should
be at the places where fittings for the tank are provided . At the places where mild steel
stiffeners are provided, insulated padding should be fixed between the inner stainless steel shell
and stiffeners.

2.5 Finish : All welding joints are to be ground smoothly. All stainless steel surfaces are to be
polished to 150 grits.

2.6 Joint – Curvatures: The radii of all welded and permanent attachment joints should be at
least 6 mm. Where the conical top and flat bottom joint the cylindrical shell, the radii should
not be less than 25 mm.

3.0 SCOPE OF SUPPLY

3.1 Inner cylindrical Body : The inner shell, conical top and flat bottom should be fabricated
from 2.5 mm thick stainless steel sheet conforming to AISI 304.

100
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.2 Outer cylindrical body : It should be fabricated from 2 mm thick stainless steel sheet
conforming to AISI 304.

3.3 Insulation : The inner stainless steel shell, conical top and flat bottom should be insulated in
three layers as follow:
First layer - 25 mm thick resin bonded crown 150 fiber glass compressed to 10 mm.
Second layer -50 mm thick expanded polystyrene
Third layer -50 mm thick expanded polystyrene

The efficacy of the insulation should be such that temperature rise of the milk at 4 degree C in
the tank should not be more than 1 degree C in 24 hours during summer season.

3.4 Accessories :

3.4.1 Inlet –cum outlet : 51 mm dia cup type inlet cum outlet with two way plug type stainless steel
(AISI 304 ) flanged valve ending in complete stainless steel union . It should be provided at a
height of 450 mm from the finished floor level.

3.4.2 Air Vent : Stainless steel (AISI 304 ) 450mm dia air vent to prevent formation of partial
vacuum during CIP and pressure during filling.

3.4.3 Man way : Stainless steel (AISI 304 ) man way of size 550 mm x 405 mm diameter and
located near the outlet valve (centre to centre distance from outlet valve to main hole to be 700
mm.) provided with leak proof hinged insulated stainless steel (AISI 304) door with tightening
and locking device. The cover should be provided with stainless steel (AISI 304 ) anti splash
guard. Stainless steel (AISI 304) cleats should be provided near the man way for fixing and
hanging rope ladder. - 1 no.

3.4.4 Sight glass : Stainless steel (AISI 304 ) sight glass assembly should be provided with
toughened glass. It should be provided in such a way that one can easily read from the lowest
level up to the highest level mark. – 1 no.

3.4.5 Sand Blasted level marks : It should be calibrated at 500 L intervals and provided on the
inner shell at opposite side of the sight glass.

3.4.6 Light Glass ; Stainless steel (AISI 304 ) light glass assembly should be provided with
toughened glass and stainless steel lamp shade for mounting 24 Volt and 100 watt bulb. The
lamp holder should be made of brass. – 1 no.

101
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.4.7 Agitator : It should be in stainless steel (AISI 304 ) construction complete with geared motor
of adequate capacity and should be able to uniformly agitate and mix milk in the tank within 10
minutes. The agitator shaft should be a rod. – 1 set.

3.4.8 Spray Ball : Removable stainless steel (AISI 304 ) cleaning device located at the apex of the
conical top to provide flooding of liquid over the complete interior surface during CIP. It
should have stainless steel union at the outer end connection. – 1 no.

3.4.9 Sampling cock : This should be provided on the inlet cum outlet and should be in stainless
steel (AISI 304 ) construction with sanitary design. – 1 no.

3.4.10 Thermowell : 300 mm long stainless steel (AISI 304 ) inkling pocket suitable for mounting
stem type dial thermometer. It should be suitably located in the alcove. It should have 21 mm.
BSP male threads (but the thermometer is not with in the scope of supply). – 1 no.

3.4.11 Legs : Conical mild steel legs with stainless steel (AISI 304 ) sheet cladding and stainless
steel ball feet provided at the bottom of the tank . The stainless steel ball feet should be
provided for height adjustment of 50 mm. – 4 nos.

3.4.12 Ladder : Stainless steel (AISI 304 ) ladder for access to the geared motor assembly of agitator.
– 1 no.

3.4.13 Drain Hole : The outer shell should be provided with one or more drain holes at the lowest
point. Any aperture in the shell should be designed so as to prevent ingress of moisture.

3.4.14 Lifting lugs : Stainless steel (AISI 304 ) lifting lugs should be provided at top. – 3 nos.

3.5 Painting : All the mild steel stiffeners used in the construction of the milk storage tank should
be painted with two coats of epoxy primer after thorough de- rusting .

4.0 TESTS:
The following rests should be conducted by the manufacturer at its works.

4.1 Dye penetration test for welding joints.

4.2 Water fill –up test for inner vessel for water tightness,

Note : Makes of bought out items are as below:

Geared motor ELECON / RADICON

102
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHANICAL SPECIFICATION FOR
MULTI PRODUCT MILK PASTEURIZER – CAP. 1000 LPH

S/I/T/C period 6 Months


Technical specifications of the skid mounted multi product milk pasteurizer for
curd milk, Paneer milk capacity 1,000 LPH alongwith accessories suitable for
heating the milk by using steam as heating media:

FUNCTIONAL REQUIREMENT :

The Multi product milk pasteurizer is required to pasteurize the curd milk, paneer
milk the pasteuriser should be able to heat the product as per following Multi
product pasteurisation module

Multy Product Pasteurization Module


1. Curd Milk
Temperature Programme : 4 – 52 – 65 – 90 – 42/4
Capacity : 1000 LPH, with 6 minutes holding
2. Paneer Milk
Temperature Programme : 4 – 52 – 90
Capacity : 1000 LPH, with no holding
Type : Plate Heat Exchanger
MOC of plates : SS 316
Gasket : Glue free (Nitrile)
Utilities:
Hot water @ 2000 LPH (93 deg C) Generated by
steam at 2 bar.

Raw milk temperature : 4C


Chilled Water flow rate : 3 times of milk flow rate

2. FINISH

All weld joints should be ground smooth. All stainless steel surfaces are to be
polished to 150 grits.

3.0 SCOPE OF SUPPLY:

3.1 HEAT EXCHANGER:


3.2 PLATE PACK:

The PHE plates offered should be of 0.6 mm thickness having MOC of SS-316
with adhesive free NBR gaskets & should be of sanitary design. All contact
surfaces of the plates should be easily accessible or readily removable for
cleaning & inspection.

103
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.3 PLATE GASKETS:

The sealing gaskets of the plates should be designed in such a way to ensure
the complete sealing & prevent any cross leakage in-between the plates the
gasket offered should be adhesive free. The MOC of gaskets should be of NBR
& suitable for maximum working temperature of 112 degree c. The gaskets
offered should also be suitable to withstand 2% caustic soda & 2% nitric acid
solution at 60 to 80 c during CIP cleaning. It shall be snap in or lock in type
and does not require any glue i.e. glue free. Gasket MOC shall be of good
quality Nitrile.

3.4 HOLDING SECTION:

It shall be designed for continuous holding of the product i.e. curd milk for at
least the minimum specified holding time of 6 minutes at the pasteurisation
temperature of 90 degc. The holding shall be spiral type housed in SS 304
tank (tank shall be dumped with insulated material).

In case of Paneer milk, milk should be automatically bye pass the holding
section and re-generate section to ensure Paneer milk outlet at 90 degree c
after heating.

3.5 SUPPORTING FRAME:

The supporting frame for the PHE should be of self supporting design. The
frame & pressure plate & fixed plate should be made of mild steel clad in
stainless steel-304. PHE should be provided with multibolt tightening design
to exert uniform pressure on all the parts of heat transfer plates to prevent
any leakages from PHE and damage to plates. The design of frame and
tightening device should be such so as to prevent any deflection under
pressure difference of minimum 4 kg. / Sq.cm.

4. ACCESSORIES OF THE MILK PASTEURISER

4.1 INLET / OUTLET:

The inlets & outlets in each section of the heat exchanger for products as well
as service liquids should be provided with complete stainless steel (AISI 304
unions).

104
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4.2 THERMOWELLS FOR GLASS THERMOMETERS:

SS Thermo-well alongwith guard should be provided at following sections


(glass thermometers are not covered in the scope of supply)

 Milk inlet
 Outlet of holding section
 Chilled water in
 Chilled pasteurised milk outlet
 To separation outlet point
 Chilled water outlet
 Hot water inlet
 Hot water outlet
 Heating section inlet

4.3 THERMOWELL FOR RTD:

SS Thermo-well of suitable sizes for resistance temperature detector should


be provided for sensing the temperature of final chilled past. Milk,
pasteurized hot milk after & before holding section. These sensors should
also provide signals to the panel to audio visual alarm for under heated milk,
and temperature recorder for controlling the milk pasteurization temperature.

4.4 SKID:

The constructional design of skid should be such so as to accommodate PHE,


milk pumps, hot water pumps, milk balance tank, line and duplex filter and
control penal the MOC of skid should be made of ISMC sections duly claded
in SS-304.

4.5 PRESSURE GAUGES:

The necessary pressure gauges should be provided to observe the pressure


drop in product & service liquid at various points wherever required.

4.6 FLOAT BALANCE TANK:

The 200 litres capacity float balance tank should be fabricated from 2 mm thick SS 304 sheet
conforming to AISI 304 that shall be suitable for operation and cleaning of the
pasteurization plant. The inlets and outlets shall be provided with complete
stainless steel (AISI 304) forged unions and should have flow diversion
connection. The tank shall be provided with cover, sanitary type SS (AISI-304)
float valve with the milk inlet, cup type outlet, return milk inlet, inlet for
water, over flow and adjustable SS ball feet. The float valve shall be designed
to give the rated flow rate and withstand an inlet pressure of 3.0 kg/Sq.cm.

105
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4.7 MILK FEED PUMP AND BUSTER PUMP:

The stainless steel (AISI 316) feed pump shall be standards. Its capacity shall
be adequate to facilitate efficient CIP. The pump shall generate a head of 30
MWC at the rated capacity and shall be provided with flanged motor with
hygienic mechanical seal arrangement. The motor shall be 3 phase, 415 V (+/-
10%), 50Hz (+/-5%), TEFC, squirrel cage with class “F” insulation with IP 55
protection. The pump and drive should be integrated together. The drive motor
shall be fitted with stainless steel SS 304 arrangement for cable connection.
The shroud shall also have louvers for air-cooling and suitable arrangement for
cable connection. The pump and drive shall be of supported on legs with SS
(AISI 304) ball feet with provision for height adjustment of 50 mm.

4.8 Flow Controller (mechanical Type): Flow Controller for Product: Stainless steel
flow control device is required to maintain the required flow rate. The flow
controller shall be of a sanitary design.

4.9 Heating Device:

Hot water system (Two sets) shall be PHE based and shall have an expansion
chamber and other safety devices to take care of the volume of expansion and
increased pressure ensuring the complete operational safety. It will be designed
as per duty parameters required for pasteurization. The hot water shall be
generated in a stand alone PHE (with SS 316 plates and MS painted frame with
SS 304 cladding) and provided with SNAP-IN type EPDM gasket to withstand
150 Deg. C.

The supporting frame for the plate pack shall be of a self supporting design
made of stainless steel (AISI 304) clad mild steel with a manually operated
stainless steel (AISI 304) tightening device. The tightening device shall be able
to exert uniform pressure on all the parts of heat transfer plates to prevent any
leakages from Pasteurizer. The frame and tightening device shall prevent the
plates from deflecting under pressure differential of minimum 4 kg/Sq.cm.

The system shall be supplied with steam control valve with bye pass assembly,
expansion chamber, safety valve, water make up valve and a suitable steam
trap.

Safety Device: A safety device shall be provided in the hot water side of heating
section to avoid damage to the heat exchanger caused by excessive pressure. It
shall be of sanitary design.

Hot water: Two number of Hot water pump will be supplied which will be used
for hot water circulation for heating of milk up to final product temperature i.e.
90 deg C. It shall be vertical multistage type in industrial design in standard
construction.

106
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Two number of PID Temperature control arrangement for control of
pasteurization temperature together with Steam Regulating and control
valve is included.

5.0 SS DUPLEX STRAINER

SS Duplex Strainer (Suitable Size) shall be used for pre-filtration of Milk.

6.0 Instrumentation and control panel:

Automatic controls shall be provided to ensure pasteurization temperature of product


and outlet temperature of pasteurizer. If the required temperature of product is not
reached, the flow of product shall be automatically diverted to the float balance tank
with an audible alarm.

The instrumentation and control panel shall be made in standard execution built to
dust and vermin proof design. It should be fabricated from 1.6mm thick SS-304
sheet. The control panel shall be leg supported and house the following components
all pre-wired to terminal strip:

(a) PID Controller for temperature of pasteurized Product with display of set
temperature and actual Product temperature. The controller has a facility to
automatically tune to the requirement of set temperature.

(b) Temperature Recorder : The temperature recorder shall have six channel
and with digital temperature indicator. It shall be microprocessor based and
strip type. The recorder shall have the facility to download the data to the
computer. All the RTD supplied shall be of duplex type.

(c) Audio alarm with hooter and acknowledge and reset push button.

(d) Auto manual selection switches and forced forward flow provision

(e) I/P Converter for steam control valve operation and electrically operated
solenoid valve for air supply to flow diversion valve.

(f) Air pressure regulator cum moisture separator with isolating valve to ensure
proper air supply to the I/P Converter and solenoid valves.

(g) Incoming on/off switch for control supply.

One set of `ON’ and `OFF’ push buttons with indicating lamps and suitable
inscriptions shall be provided for operation of motors of various module. (Three
numbers spare push buttons are included)

(h) Indication lamp for showing the position of flow diversion valve
(forward/diverted mode)

107
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
(i) PLC with monochrome HMI shall be provided, which shall be Siemens / Allen
Bradley make. It shall control the heating/ pasteurization temperature and
also the final heating temperature
of 42 deg. C for curd milk. Their should also be an option to chill the curd milk
up to 4 degree C and required arrangement should be incorporated
accordingly.

The indicative details of the panel are given below it should also accommodate
all aforesaid components as defined from a to h :
S. No. PUSH BUTTONS WITH SELECTION SWITCH
INDICATORS
1. MILK SEPARATOR - 1 L1 MAN ON
2. MILK SEPARATOR - 2 L2 AUTO
3. HOT WATER PUMP L3 MANUAL
4. MILK CREAM FEED PUMP L4 DIVERSION FLOW
5. MILK CREAM TRANSFER L5 FORWARD FLOW
PUMP
6. HONOGENISER L6 HOOTER
7. CHILLED WATER PUMP SS 1 FORWARD / DIVERSION S/S
8. SPARE – 1 SS 2 AUTO / MANUAL S/S
9. HOT WATER INLET TEMP.
INDICATOR
PB22 ACKNOWLEDGE PB 1S1 POWER ON / OFF SW

The tenderer should furnish the information as per following format which is
indicative only:-
ITEM DESCRIPITION QTY. REMARK / PERFERABLE
MAKE
CONTROL PANEL SS SHEET METAL 1 FABRICATED FROM SS
PANEL SUITABLE FOR NO. 304 SHEET
FREE FLOOR
STANDING
AIR FILTER CUM 0-10 Kgs./Sq. Cm. SHAVO NORGEN
REGULATOR
SOLENOID NC CONNECTIONS 2 SHREADER / FLOWCON
VALVE 220 V NOS
HOOTER FOR DEVIATION IN MIMIC
PARAMETERS
TEMPERATURE TWO PEN RECORDER 1 G-TEK
RECORDER FOR RECORDING THE NO.
TEMPERATURE OF
HOT & CHILLED MILK
ACKNOWLEDGE FOR L&T
PUSH BUTTON & ACKNOWLEDGING

108
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
OTHER PUSH THE DEVIATION
BUTTONS
MAIN ON / OFF L&T
ROTARY SWITCH
WITH
INDICATION

7. FLOW DIVERSION VALVE :

Standard IDMC/equivalent make pneumatically operated SS 304 three way


valve should be provided for diversion of the under heated milk.

8. S.S. INTERCONNECTING PIPES & FITTINGS :

One set of prefabricated SS interconnecting pipes shall be supplied for


interconnecting all the above mentioned accessories with the PHE based on
the closed coupled layout on the skid.

All terminal connection battery limits for Raw milk inlet, pasteurized milk
outlet, milk to and from separator and homogenizer should terminate with
51mm SMS union. However the swing on bend connections at the battery
limit for separator and homogenizer should be provided so that the milk
pasteurizer can be operated without milk separator and homogenizer.

Following GM Valves should be provided in the utility lines of the skid.

 At he outlet of the hot water pump for regulating the flow of hot water.
 One No of Globe Valve at the inlet of the chilled water to the PHE and one No
of NRV at the outlet of chilled water from the PHE.
 One no of NRV in the steam line.

9.0 Product: The supply shall include all the necessary SS 304 pipes, fittings and
valve connecting float balance tank, Duplex filter, Milk feed pump, Flow
Regulating Valve, Piping within Heat Exchanger & up to the finished
pasteurized product outlet.
10.0 Steam / Hot Water / Condensate: A suitable steam pressure reducing valve
shall be supplied with the pasteurization plant so as to limit the steam
pressure within 1.5 kg/cm2.

The supply shall also include necessary SS 304 pipes and fittings connecting
Hot Water from Hot Water generating PHE to the heating section of the
pasteurizer and return to the Hot Water Pump. The piping shall also includes
the SS 304 pipes, fittings and valves required from make-up soft water
expansion tank to the inlet of the hot water pump. The overflow line from the
expansion tank shall be extended down with a ball valve. The condensate
assembly from pasteurizer shall end with a CS strainer; float type steam trap
and by-pass CS ball valves.

109
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
11.0 A dial type pressure gauge for chilled water & steam shall be provided.

12.0 The module shall be mounted on SS SKID based on our compact.

13.0. TOOLS

Necessary tools like Hook Spanner, C-Spanner etc. should be provided with the plant.

14. OPERATING SPARE PARTS:

Necessary operating spare parts like SMS gaskets, Plate gaskets, Gasket for
the float valve, Filter Bags, Mech. Seal of the milk feed pump etc. should be
supplied with the milk pasteurizer.

15. UTLITIES REQUIRED: The tenderer is required to furnished the details of the
following:-

1. Electric Power :
2. Soft Water :
3. Compressed Air :
4. Chilled Water :
5. Hot Water : @ …………LPH at …. degree C

16. SUPERVISION IN ERECTION & COMMISSIONING:

As the milk pasteurizer should be supplied on the basis of prefabricated on


the skid so that installation shall be required by the tenderer at site however
we shall ensure the skid mounted milk pasteurizer supplied by you is
interconnected with our existing milk plant at the battery limits provided in
the skid. However if required the tenderer should depute their Engineer to the
site and guide our staff to carry out this interconnection.

The tenderer shall be required to depute their Engineer for commissioning of


the milk pasteurizer after our confirmation that your milk pasteurizer has
been hooked with our milk plant. However performance and satisfactory
commissioning of the milk pasteurizer is under your scope of work.

110
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
17. DESIGN DATA FOR MILK PASTEURISATION PLANT AS A WHOLE: The tenderer
is required to furnish the information in the following format wherever blanks are left:-

S. PARTICULARS UNIT PARAMETERS


No.
1. PDT SPECIFICATIONS WHOLE
MILK MAX.
6% FAT &
9% SNF
2. FLOW RATE - PRODUCT / CIP LPH 10000
3 FEED TEMPERATURE C 4/6
4 FINAL PRODUCT TEMPERATURE C 4
5 REGEGERATION EFFICIENCY AS A % 90
WHOLE
6 TOTAL PRESSURE DROP ON MILK SIDE Kg./sq.cm.
7 PASTEURISATION TEMPERATURE C 80 C
8 MAX. DESIGN PRESSURE Kg./sq.cm.
9 MAX. WORKING TEMPERATURE C
10 GASKET TYPE & MATERIAL CLIP ON
ADHESIVE
FREE
GASKET
11 CONSTRUCTION OF PLATES
12 MAXS. Nos. OF PLATES THAT CAN BE
ACCOMODATED ON THE FRAME
13 PLATE CORRUGATION TYPE HIGH &
LOW THETA
DEPENDING
UPON
DESIGN
14 PLATE THICKNESS MM 0.6
15 PLATE DIMENSIONS ( L X W ) mm
16 AREA PER PLATE Sq. Mtrs.
17 GAP GETWEEN PLATES Mm
18 TOTAL FRAME LENGTH Mm
19 PHE MODEL NO. Mm

111
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
THE TENDERER IS REQUIRED TO FURNISH SECTION WISE DETAILS OF THE
STANDARD MULTY PRODUCT MILK PASTEURISER CAP 1 KLPH.

SIZE OF FRAME NOS. OF PLATES IN EACH HTA PER TOTAL


SECTION PLATE HTA
REGENERATION ……… NOS. …….. sq.m. …….. sq.m.
SECTION – 1
HEATING SECTION 1 ……… NOS. …….. sq.m. …….. sq.m.
HEATING SECTION 2 ……… NOS. …….. sq.m. …….. sq.m.
HEATING SECTION 3 ……… NOS. …….. sq.m. …….. sq.m.
REGENERATION ……… NOS. …….. sq.m. …….. sq.m.
SECTION – 3
CHILLED SECTION 1 ……… NOS. …….. sq.m. …….. sq.m.
HOLDING SECTION ……… NOS. …….. sq.m. …….. sq.m.
G. TOTAL ……… NOS. …….. sq.m. …….. sq.m.

112
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATION FOR SUPPLY, INSTALLATION & COMMISSIONING OF
HIGH PRESSURE HOMOGENIZE 1000 LPH

This shall be used for Homogenization of Milk, etc.

1. Functional Requirement :

2. CAPACITY: 1000 LITRE PER HOUR


3. PRESSURE: 200 Kg. per cm Sq.
4. MOTOR : 10 HP/7.5 KW
5. The Homogenizer will be of rugged design suitable mounted on solid Mild Steel frame covered
with SS cabinet enclosure made of imported AISI 304.
6. Homogenize will be of sanitary design.
7. Crankcase is made out of solid spheroidal Gray cast iron suitable to withstand the load
8. Homogenize Chamber is made out of single piece forged AISI 316 Block and tested with ultra
sound and grounded to get the required finish.
9. The chamber block is housed with removal and replaceable type suction and delivery valve and
valve sheets. All concerned parts shall be made out of SS 316. The Gasket coming in contact
with the product will be of Food Grade, Non-toxic, Fat resistant and Non-absorbent with
smooth surface.
10. Crank shaft, connecting rode and bearings would be made out of single piece forged Alloy
steel, checked by ultra sound and grounded to get the required tolerance.
11. Suction and discharge valves will be of Ball Type and are made of special material to
withstand the impact load due to continuous opening and closing of valves.
12. Homogenizing valves are made of special Material (tungsten carbide) to withstand the abrasion
and turbulence created because of high velocity of the product (satellite or tungsten carbide
valves).
13. The high pressure Homogenizer will be two-stage design suitable for operating pressure of
200 Kg. per cm Sq..
14. Pressure adjustment system will be manual with the help of adjustment screw.
15. The Homogenizer will be coupled through belt & pulley with the suitable HP/RPMTEFC
Electric motor of Reputed make (Three phase) TEFC Electric motor of Crompton / NGEF
make.
16. The Homogenizer equipped with speed reduction system.
17. Homogenizer will be provided with :-
(i) Diaphragm type pressure gauge on chamber.
(ii) Commissioning spares – 1 Set.
(iii) Instruction Manual – 3 Sets.
(iv) Tool Kit – 1 Set.
18. A control panel equipped with all automation and control, moter starter etc.
19. The Homogenizer should be supplied with adjustable ball feet.
20. Inlet/Outlet connection of suitable size.
21. Tenderer should fill the details mentioned at Annexure – I.

Note: .The supervision of erection and commissioning of the Homogenizer is also included in the
scope of supplier, for which no extra charges would be payable.

113
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Annexure - I

DETAIL OF HOMOGENIZER, 1000 LITRE PER HOUR TO BE FILLED BY


TENDERER.
Name of Tenderer : ____________________________________________

S. No. Item Specification


1. Model
2. Capacity 1000 LPH
3. Pressure
4. Electrical Motor
5. No. of Plungers / material
6. Homogenizing heads 2 Stage
7. Homogenizing Valve Material Tungsten Carbide
8. Inlet / Outlet connection
9. Mounting frame MS frame with SS enclosure
10. Contact parts SS 316
11. Pressure
12. Set of essential Spare
13. Set of Essential Tools
14. Dimensions
15. High Pressure Pump Block Single piece forge SS 316 tested with
(Chamber) material ultra sound.
16. Gasket Food grade Non toxic. Fat resistant
and non absorbtant
17. Crank case material Spheorodal Cast Iron
18. Crank shaft, connecting rod and bearings Forged steel
19. Plunger Packing should be suitable for
Hot CIP.
20. Control Panel (Define detail of items to
be supplied in control panel)
21. Diaphram type SS 316 pressure gauge.

114
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATION FOR INOCULATION TANK WITH STRAINERS
CAPACITY : 500 LTRS.
Drawing 500 Kg. required.
Delivery Period : Three Months

1.0 FUNCTIONAL REQUIREMENTS


The Inoculation tank with strainer is required to collect the milk from for inoculation. The tank
should be equipped with strainer with removable top lid.

2.0 DESIGN REQUIREMENTS

2.1 CAPACITY: 500 Ltrs.

2.2 Dimensions of the tank : The dimensions of the tank in general will be as under for 500 Kg.
capacity.
Inner dia. - 850mm / suitable
Height - 1100 / suitable
Overall height - 1300 mm
(including the legs)

However, looking to site conditions RCDF may vary dimensions.

2.3 Slope: 1:15 towards the outlet.

2.4 Finish: All the welding joints are to be ground smoothly. All stainless steel surfaces are to be
polished to 180 grits.

2.5 Joint Curvatures: All inside corners should have minimum radii of 25mm

3.0 SCOPE OF SUPPLY

3.1 The Tank: The tank should be fabricated from 2mm thick stainless steel sheet conforming to
AISI 304. The top edges of the tank should be bent outward smoothly. It should be suitable to
support the strainer
– 1 no.
3.2. Accessories

3.2.1 SS Strainer : It should be fabricated from 2mm thick stainless steel sheet conforming to AISI
304. It should be perforated, hole dia 2 mm the strainer should have S.S. flat stiffener strips 25
mm x 6 mm thick to carry leakage pouch load.

3.2.2 Legs: Mild Steel legs with stainless steel pipe (AISI 304) cladding, with stainless steel ball feet
provided at the bottom of the tank. The stainless steel ball feet should have provision for height
adjustment of 50 mm. – 4 nos.

115
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.2.3 Outlet: The single bottom – outlet of 38 mm diameter. It should be fitted with a 38 mm dia
stainless steel plug type flanged valve with complete stainless steel union on the other end.
– 1 no.
4.0 TESTS

The following tests should be conducted by the manufacturer at its works

1.1 Dye penetration test for welding joints

4.2 Water fill-up test for water tightness of the tank.


NOTE :-
1. General arrangement of this equipment should be as per the attached reference drawing. The
tenderer is required to provide detailed drawing to be got approved from RCDF.

116
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
CREAM /CURD STORAGE TANK
CAPACITY : 1000 L
(Supply period - 3 Months)

1.0 FUNCITIONAL REQUIREMENTS :


Pasteurizer cream having a fat content of 40 – 45 % / Cream would be ripened and stored in
this tank at a temperature of 6 degree centigrade or can be used for storage of Curd,Chhach,
etc.

2.0 DESIGN REQUIREMENTS

2.1 Capacity : 1000 L. The volume of the tank should be such that after filling it up to the rated
capacity, the level would be 100 mm below the line where cylindrical shell joints the conical
top.

2.2 Constructional feature :


Triple walled insulated and welded construction of sanitary design.

2.3 Slope : Sufficient slope should be provided towards the inlet – cum out let along the periphery
of the reverse conical bottom.

2.4 Metal contact : The only metal to metal contact between the inner and outer shells should be
at the places where fittings for the tank are provided.

2.5 Finish : All welding joints are to the ground smoothly. All stainless steel surfaces are to be
polished to 150 grits.

2.6 Joint – Curvatures: The radii of all welded and permanent attachment joints should be at
least 6 mm. Where the conical top and reverse conical bottom join the cylindrical shell the
radii should not be less than 25 mm.

3.0 SCOPE OF SUPPLY :

3.1 Inner cylindrical Body : The inner shell, conical top and reverse conical bottom should be
fabricated from 2mm thick stainless steel for 2000 L and 3mm thick stainless steel sheet for
5000 L & 10000 L capacity conforming to AISI 304.

3.2 Intermediate cylindrical Body : The intermediate shell and flat bottom should be fabricated
from 2mm thick stainless steel sheet conforming to AISI 304.

3.3 Outer cylindrical Body : The outer shell, conical top and flat bottom should be fabricated
from 2mm thick stainless steel sheet conforming to AISI 304.

3.4 Insulation : The entire intermediate shell, flat bottom and inner conical top shall be insulated
in three layers as follows:

First layer: 25mm thick resin bonded crown 150 fiber glass compressed to 10mm.
Second layer: 50mm thick expanded polystyrene.

117
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Third layer: 50mm thick expanded polystyrene.

3.5 Accessories :
3.5.1 Inlet-cum-outlet: 51mm dia cup type inlet cum outlet with two way plug type stainless steel
(AISI 304) flanged valve ending in complete stainless steel union. It should be provided at a
height of 450 mm from the finished floor level – 1 No.

3.5.2 Air vent: Stainless steel (AISI 304) 150mm air vent to prevent formation of partial vacuum
during CIP and pressure during filling – 1 No.

3.5.3 Man way : Stainless steel (AISI 304) man way of 450mm diameter and located at the conical
top – of the tank and provided with air tight hinged insulated stainless steel (AISI 304) door
with tightening and locking device. The cover should be provided with stainless steel (AISI
304) anti-splash guard stainless steel (AISI 304) cleats should be provided near the man way
for fixing and hanging rope ladder :- 1 No.

3.5.4 Sand Blasted level marks: It should be calibrated at 500 L intervals and provided on the
inner shell at opposite side of the sight glass. The level mark should be dark enough so it may
be clearly visible.

3.5.5 Sight Glass: Stainless steel (AISI 304) sight glass assembly should be provided with
toughened glass. It should be provided in such a way that one can easily read from the lowest
level up to the maximum level mark. Stainless steel lamp shade for mounting 24 V and 100
watt bulb. The lamp holder should be made from brass – 1 No.

3.5.6 Agitator : Vertical heavy duty sweeping type Stainless steel (AISI 304) agitator complete with
mountings with geared motor of adequate capacity and should be able to uniformly mix cream
in the tank within 10 minutes. The agitator shaft should be a rod – 1 No.

3.5.7 Sprinkler Pipe: A 25mm dia pipe ring of Stainless steel (AISI 304) should be provided at the
top of the jacket for sprinkling hot / chilled water on the outer surface of the inner shell. The
complete sprinkler pipe ring should be removable when necessary. The complete pipe ring
should end outside in a header with two separate connections for hot and chilled water. In
addition to this a Stainless steel (AISI 304) steam sparger pipe / water steam ejector should
also be provided in the bottom jacket and it should end outside in a flange and counter flange.

3.5.8 Spray Ball: Removable Stainless steel (AISI 304) cleaning device located on conical top at
either sides of the agitator drive to provided flooding of liquid over the complete interior
surface and agitator during CIP. These should have stainless unions at the outer end
connections – 2 No.

3.5.9 Drain: Made from Stainless steel (AISI 304) pipe of 38mm dia at the bottom of the jacket with
gun metal valve – 1 No.

3.5.10 U-seal: Made from Stainless steel (AISI 304) pipe 38mm dia at the bottom of the jacket – 1
No.

118
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.5.11 Over flow: Made from Stainless steel (AISI 304) pipe 38mm dia at the top of the jacket – 2
Nos.

3.5.12 Sampling Cock: It should provided on the inlet – cum – outlet and should be in Stainless steel
(AISI 304) construction with sanitary design – 1 No.
3.5.13 Thermowell : 200 mm long Stainless steel (AISI 304) inclined pocket suitable for mounting
probe of digital thermometer. The portion of the thermowell which is in the jacket should be
insulated with rock wool or equivalent and totally shrouded so that hot water or chilled water
does not come in contact with the insulating material. It should have 10mm BSP male threads
and the digital thermometer is also to be provided by the tenderer.

3.5.14 Legs: Conical mild steel legs with Stainless steel (AISI 304) sheet cladding and stainless steel
ball feet provided at the bottom of the tank. The stainless steel ball feet should have provision
for height adjustment of 50mm – 4 Nos.

3.5.15 Ladder: Stainless steel (AISI 304) ladder for access to the sight glass and geared motor
assembly of agitator – 1 No.

3.5.16 Lifting lugs: Stainless steel (AISI 304) lifting lugs should be provided at top – 2 Nos.

3.6 Painting: All the M.S. stiffeners used in the construction of the tank should be painted with
two coats of epoxy primer after thorough de-rusting.

4.0 TESTS: The following tests should be conducted by the manufacturer at works.
4.1 Dye penetration test for welding joints.
4.2 Water fill-up test of inner vessel for water tightness.

Note : General arrangement of the equipment should be provided the attached reference drawing.
Makes of bought out items are as bellow :

Geared motor Elecon. / Radicon


Note :-

(1) Scope of supply also include supervision of Installation & commissioning, water trial of
supplied equipment to ensure perfect working of systems at site.
(2) Name plate should be provided on equipment define the water, steam, inlet, out let, overflow,
airvent connection etc.

119
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Technical Specifications of pre-fabricated Cold room for Curd Incubation & Curd Blast
and Storage

Supply, Installation & Commissioning Period 03 months

The Cold Store is to be delivered, installed and commissioned for 1500 Kg capacity.

Cold Store : The size of the Cold Store should be suitable to store 1500 Kg Curd in Cups & Pouches
kept in plastic crates for difference of 42 degree C to 10 degree C load. The size of the Cold Store
would be as under:-

Cold Room Capacity Size (In side)


1500 Kg 4.0 X 3.0 X 3.0 Meter

Functional requirement:- Cold Store at + 2 degree C :- It is desired to construct Cold Store


fabricated out of pre-fabricated PUF panels to 1500 Kg Curd in Cups & Pouches kept in plastic crates.
The cooling shall be required from 42 degree C to 10 degree C in 4 hours and then to 2 Deg. C. The
room shall be complete with PUF doors and locking arrangements.

Design Parameter:- This Cold Store is to be designed to store Curd in Cups & Pouches in plastic
crates at 2 degree C. The cooling shall be required from 42 degree C to 10 degree C in 4 hours and
then to 2 Deg. C.

The daily loading of the Cold Store shall be 1500 Kg Curd of 42 C. in this Cold Store. The Cold
Store floor is to be designed with Kota stone flooring to stock the product upto maximum possible
height. The loading time will be maximum 1 hours.

Scope of work:- This is a turn key job. It includes design, supply erection and commissioning of
complete cold store room. The scope of work is :-

1. Supply & installation of pre-fabricated PUF Panels for construction of cold store. The
panel should be fabricated from 0.5mm thick pre-coated GI sheet outer & SS-304 inner,
puff thickness 60mm.
2. Supply of Kota stone and fixing on PUF slabs for flooring. The floor should be designed to
withstand heavy duty work of routine dairy plant including movement of loaded trolleys
etc. Minimum size of this Kota stone slab i.e. 2100Sq.cm. to 5000Sq.cm. and thickness
25mm to 30mm.
3. Supply and installation of 1 No. door of PUF panel size 0.965 Mtr. widths, 1.93 Mtr. high
in cold store room.
4. Supply and installation of suitable numbers of Freon – R-404a refrigeration machines with
this cold store completely independent and 100% stand by unit suitable to maintain the
required temperature. The unit should be split type having condenser to be located
outside. The refrigerant used should be Freon – R-404a.
5. The refrigeration plant should have complete auto operation. No attendant should be
required for the same.
6. All safety requirements are to be incorporated.
7. Ambient temperature for design is 45 degree C.
8. Product temperatures are as mentioned above.

120
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
9. The salient features of PUF Panel required are :-
(i) Foamed in P.V.C. bubble, Gasket in all panels for air tight joints.
(ii) Cam locking system.
(iii) Wall & ceiling insulation 60mm with 0.5mm internal SS-304a and external PPGI of
0.5mm sheet with 40Kg.+-2 density Kg. per cum.
(iv) Cam lift imported hinges.
(v) Door closers.
(vi) Long life door lock and hinges.
(vii) Vapour proof light fittings.
(viii) Radiused walls and floor to impede bacterial growth.
(ix) View Ports.
(x) Kick plates – Both side

10. Suitable lighting for cold store room.

11. Accessories required for this room:-


(i) Electronic temperature indicator.
(ii) Switch light.
(iii) Door closer
(iv) Vapour proof light.
(v) Glass view port 12” x 12”
(vi) Kick Plate both side (internal SS-304a and external GI)
12. One No. strip curtain with 50% overlap to be provided at the door of cold store.
13. Alarm for cold store room as per legal requirement is to be supplied and installed.
14. Complete installation and commissioning of the cold store room is included.
15. The other technical details with regard to Cold Store Room and cooling unit to be supplied
are given in the attached sheet.
Following technical details in respect of Pre-fabricated Cold Store Cap. 1500 Kg curd are to be confirmed
by this tenderer:-

S. Description of Items Yes / No


No.
1. Prefabricated PUF Panels to prepare a room of external size of 4.0 x
3.0 x 3.0 Meters.
2. Cold Room temperature + 2 Deg. Celcius
3. Wall & ceiling insulation 60mm with 0.5mm internal SS-304a
and external PPGI of 0.5mm sheet with 40Kg.+-2 density Kg.

121
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
per cum.
4 Pre-fabricated PUF slab of 60mm with tar felt & bitumen for floor
with top layer of Kota stone.
5 Supply of 1 No. flush type Door without strip heater of PUF panel
size 0.965 Mtr. widths, 1.93 Mtr. high in cold store room with
0.5mm sheet thickness. Internal SS-304a and external GI
finish.
6 Heater of 8kW for curd incubation of milk to increase the temp. to
42 Deg. C
7 Heat Load: Please indicate the Heat Load in kW, minimum
Refrigeration Capacity of 13 kW @ -5 deg. C evaporating and +55
deg. C Condensing temperature required. Single Air cooled
condensing unit with Scroll Compressor. Condensing unit make
Blue Star / Carrier / Voltas.
Quantity 2 Nos. (1 W + 1 S). Refrigerant R-404a.
8 Evaporator unit matching with condensing unit complete with coil
section and suitable Air defrosting arrangement make Blue Star /
Star Coolers / Carrier.
No. of Fans 3; Min. fan Dia.: 450 mm; Min. Air Flow: 15500 CMH
Quantity 2 Nos. (1 W + 1 S). Refrigerant R-404a.
9 Split Type Units with 100% stand by
10 Refrigeration units are automatic without any operator
11 Safety equipment’s are incorporated
 HP/LP cut out & Thermostat controlled unit.
 Safety release lever to open the cold room from inside in
case some person is locked inside the cold room.
12 Design at ambient temperature of 45 Deg. C
13 Cam Lift imported hinges for automatic closure of door with out any
manual push.
14 Door closure with positive sealing
15 Long life door lock and handle
16 Digital Thermometer
17 Radiused wall to impede bacterial growth
18 Kick Plates both side.
19 Vapor proof Light 2 nos.
20 PVC Strip curtains 1 no. with 50% over lapping
21 Safety alarm
22 Refrigerant piping with copper pipes, Drain piping and Suction Line
Insulation.
Maximum of 10 m for Suction line.
Maximum of 10 m for Liquid line with first ref. Charge.
Quantity 2 Lot. (1 W + 1 S)
23 Refrigerant controls that includes
a) Thermostatic expansion valve.
b) Liquid line and filter drier
c) HP/LP switches
d) Protection by thermostats
Make Danfoss / Equivalent (Purchaser to approve)
Quantity 2 Lot (1 W + 1 S).
24 Safety alarm for the room.
25 Three phase voltage stabilizer, voltage range 352 to 480 Volts.

122
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Note :- The tenderer is required to submit following information essentially with the tender :-

(1) Heat load calculation.

(2) The make and models offered along with design for compressor unit, condensing unit, evaporator
unit and other items included in offer.

(3) The detailed technical specifications and make of insulated PUF Panels to be used.

(4) Equivalent make subjected to approval of purchaser (i.e. RCDF).

Name of the Firm &


Signature of the representative
in confirmation of the above.

123
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SCHEDULE – II
AUTOMATIC CURD CUP FILLING & SEALING MACHINE
CAPACITY : 1200 CUPS PER HOUR
Delivery Pd. – 3 months
1. FUNCTIONAL REQUIREMENT

The machine is required to fill the Curd in to 100, 200 & 400 gms. cups and subsequently heat
/seal the top with heat salable film. Filled cups will then be ejected on a motorized conveyor
cum working table for onwards packing in to carton.

2. DESIGN REQUIRMENT :
2.1 Capacity 1200 cups / hour ( for 100, 200 & 400 gms)
2.2 The filling machine should be completely automatic without PLC based control and suitable
for volumetric filling into the polystyrene cups.
2.3 Dimension of Cups : Diameter 80-110 and height 120 maximum. However exact size of
100ml, 200ml cup shall be conform separately.

2.4 Accuracy : As per weights & measures department but not exceeding plus minus 2 %.
2.5 The machine shall be pneumatically operated.
2.6 Material : All product contact surface are to be of SS AISI 304, food grade material.
2.7 Finish : All welding joints are to be ground smooth. All SS surface are to be finished to 150
grit finish.
2.8 Joints Curvatures : There should not be any sharp corners of edges on the product contact
surface. All SS surface should have radii of 25 mm.

2.9 CIP cleaning : Machine should have suitable arrangement for cleaning in Place . The machine
top should have proper sealing to prevent leakage down in the chamber.
2.10 Machine should be equipped with following work stations .
2.10.1 Cup release station : Empty cup shall be stacked in the magazine on the top of the table and
release one by one in the respective cavities on the rotary table. The magazine shall be suitable
to hold min . 100 Nos. of cups of each size and adjustable type to accommodate minor
variations in cup size.
2.10.2 Product fill station : Pre – set quantity of the product shall discharge in the cup smoothly
without splashing on be table top. The filling nozzle should be leakage free and should not
form bubbles at the beginning or at the end of filling. The station shall be equipped with No
cup – No fill control. In case of failure of control, suitable product collection arrangement
should be there below the filling station cup holder.

124
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
2.10.3 Lid placing station : Empty lid shall be stacked in the magazine on the top of the table and
release one by one on the respective filled cups on the rotary table . The magazine shall be
suitable to hold min. 400 lids of each size and adjusted type to accommodate minor variation in
lid size. The station shall be equipped with No cup- No lid control.
2.10.4 Heat sealing station : Heat sealing station with suitable Teflon coated heating arrangement for
sealing of the heat sealable lid cover . It shall have provision of increasing or decreasing the
sealing temperature. It should be suitable for 100, 200 & 400 gms cups . The station shall be
equipped with no cup – no seal control. The sealing pad should be easily accessible.

2.10.5 Discharge station : Suitable cup ejector to eject filled cup on a motorized flat belt conveyor
supplied along with the machine .

2.10.6 Counting station: A suitable mechanical / electronic counter should be provided to count
filled cups .
2.11 Discharge conveyor cum working table : The suitable motorized food grade flat belt
discharge conveyor with suitable working table on both side of the conveyor should be
provided.
2.12 Control panel : A control panel made out of SS AISI 304 grade, 2 mm thick sheet material
with IP 55 protection construction, prewired having contactors, relays, indicators, start and
push buttons etc with controls such as.
2.12.1 No cup- No fill control
2.12.2 No cup – No lid control
2.12.3 No cup- No seal control .
2.12.4 Emergency OFF switch.
2.12.5 Digital counter for filled cups.
2.12.6 Low air pressure control & indicator.
2.12.7 Heat sealing temperature control .
2.12.8 Mechanical overload protection.
3. SCOPE OF SUPPLY :

3.1 The complete filling machine should be of floor mounted free standing type , shrouded with SS
AISI 304 grade sheet and with aluminum alloy rotary table and as per the design requirements
specified above for filling different volume in cups.

3.2 Cultured milk will either be pumped or flow by gravity from cultured milk tank (not in the
present scope of supply ) to the filling machine balance tank from where the milk should flow
to the filling heads.

125
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.3 Change parts for 100, 200 & 400 ml cup, filling shall be provided along with the machine.

3.4 The filling shall be on volumetric basis. The filling piston valve should have step less setting to
achieve the filling accuracy of less than 2 % as per the requirement of weighs & measures.
Minor adjustment of volume should be possible without stopping the machine,

3.5 The machine should be provided with suitable drive with fixed speed motor.

3.6 Suitable air filter, regulator and moisture separator for compressed air should be provided with
machine in case pneumatically operated one. Lubrication should be separately provided for
lubrication of pneumatic cylinders.

3.7 Control panel: The control with all controls shall either be machine mounted or self supported
pedestal mounted.

3.8 Free spare parts supplied along with the machine shall be as per annexure- II and all essential
spares for two years trouble free operations should be supplied as per annexure-III .

3.9 A set of tools required for operation and maintenance of the machine should be supplied along
with the machine.

3.10 Three sets of operation maintenance and installation manual should be supplied along with
the machine.

3.11All interconnecting pipes and fitting shall be of SS AISI 304 grade confirming to SMS
standard.

3.12 Discharge conveyor: The suitable motorized food grade flat belt discharge conveyor of
1800 mm long and 200 mm width should be provided. On both side of the conveyor 900 mm
long and 300 mm wide SS AISI 304 grade minimum 1.6 mm thick top working table shall be
attached. The filled cup from the machine with lid will be released on to the conveyor from
where it will be picked up manually for packing in cartons on working table.

3.13In order to run the machine and to meet the capacity specified above party shall consider
following features of the machine:
3.13.1 Filling station – 1 no sealing station – 2 Nos., rows on the rotary table – 1 No .
3.13.2 Capacity of the balance tank – 20 L .
3.13.3 Flow rate of the pressurized air – 80 CFM at 6.0 Kg/ sq .cm .
3.13.4 There phase electricity supply .
3.13.5 Space requirement 6’ x 6’.

126
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4. INSPECTION & TESTING : The cup filling machine shall be manufactured following good
engineering manufacturing practices , However RCDF reserve the right to inspect the equipment
during various stages of fabrication and check the overall workmanship. The following tests should
be conducted at the manufacturer ‘s work.

4.1 Dye penetration and water leakage test for stainless steel balance tank
4.2 Running trial & capacity test.

5. DRAWINGS: Manufacturer shall submit drawing of cup filling machine & working table for
necessary approval.

6 Batch No. printing station to be provided.

7. Change over dies for 2nd cups size to be provided i.e. provision for filling of product in cups of
two different diameters.
8. DETAILS OF MATERIAL and makes USED IN THE CUP filling MACHINE

ITEM DESCRIPTION Qty REMARK/ MAKE

CONTROL SS SHEET 1 No FABRICATED FROM


PANEL METAL S.S SHEET WITH
SUITABLE BACK OPENABLE
FOR FREE COVER
FLOOR
STANDING
TIMERS 0-30 SECONDS 2 FINDER/
NO SELECTRON MAKE

RELAYS 1 FINDER/ SIEMENS/


SET SELECTRON MAKE
WITH MECHNICAL
INDCATOR &
MANUAL
OPERATION LEVER
TEMPERATIRE 0- 400 C 1 No HANYOUNG/
CONTROLLER SELECTRON
AIR FILTER 0-10 kgs/sq cm SHAVO NORGEN
CUM MAKE
REGULATOR
SOLENOID NO 1S PNUMAX &
VALVE _ 220v CONECTIONS ET GENETICS/ FIESTO

127
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
MAKE ,

MCB & 1 SIEMENS / L& T


CONTRACTORS SET
MAIN ON/ OF 1 SIEMENS / L& T
ROTARY NO
SWICH WITH
INDICATION ,
GEARED HOLLOW 1 No BONFIGILIOLI
DRIVE SHAFTY GEAR
BOX
INFRA RED 3 P& F VISOLUX
PHOTO NOS MAKE GERMANY /
SENSORS PROXIMOM
PROXIMITY 3 P& P GERMANY /
SWICH NOS PROXIMOM
PRESSURE 1 INDFOSS/ FIESTO
SWICH NO MAKE
PNEUMATIC 1 FESTO MAKE
GYLINDERS SET
VACCUM 1 FESTO MAKE
VALVE NO

128
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE - II

ESSENTIAL SPARES TO BE SUPPLIED WITH CURD MACHINE

S. Item Specification Qty.


No. (in
Nos)

1) Cartridge heater for 16mm dia, 400 W, 230 01


sealing VAC
2) Proximity switch 01
3) Relay 24 VDC 01
4) Air Cylinder seal kit for 01
cup lifting
5) ‘O’ ring 7mm ID X 01
12MM OD
6) ‘O’ ring 46mm ID X 02
50mm OD
7) Cup placement station 01
cup
8) Lid placement section 02
cup
9) Tube connector 6mm x 02
¼”
10) Flow regulator 01
11) Filter element 01
12) 6mm PBC tube 06
13) 38mm SMS gas kit 02
14) PVC tube 8mm 03
15) PVC tube 12mm 03
16) Printing Ink 0.5 ltrs
17) Diluter 2 ltrs.

129
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ANNEXURE - III

RECOMMENDED SPARES FOR TWO YEARS SMOOTH OPERATION FOR CURD


MACHINE

S. Item Specification Qty.


No. (in
Nos)

1. Pt. 100 temp. sensor 01


2. Timer 0 to 10 second Selection 01
3. Photo sensor 01
4. Bearing 6206ZZ 01
5. Bearing 4906 02
6. Cylinder for stamping DNC 32160 01
station
7. Cylinder for cup loading 01
station
8. Solenoid valve 5/2 way 01

130
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATION FOR DOUBLE HEAD MECHANICAL POUCH PACKING
MACHINE FOR MILK /CHHACH / LASSI WITH ACCESSORIES.
CAPACITY : 5000 Packs/Hr.

1.0 FUNCTIONAL REQUIREMENTS

Milk/Chhach/Lassi would be fed to the float balance tank of the pouch filling machine by gravity
flow. The pouches should be formed of film, filled with Milk/Chhach/Lassi and sealed by the
machine.

2.0 DESIGN REQUIREMENT

2.1 Machine Model : ___________________

2.2 Capacity : 5000 Packs/hr. of sizes 200 ml. or 500 ml. or 1000 ml.

2.3 Functional : Machine operations should mechanically controlled except for feeding
system which can be either air or electrically operated.

2.4 Finish : All stainless steel surfaces are to be polished to 150 grits.

2.5 Feeding System : Gravity filler.

2.6 Type of Seal : Overlap/Impulse seal.

2.7 Injection System : A constant level with mechanical float should be fixed on the roof of
the machine. The product from tank should be passed through injection tube in to the
film tube. The filled quantity of product in each pouch should be controlled by
adjustment of opening distance of the gate valve at the lower end of the injection tube.
The flow of the product through injection tube in the pouches should be continuous and
the sealing takes place through the product.

2.8 Electrical Control Panel : The electrical switches, control relays solid state device and
various pouch counters are mounted in this panel. The electric control panel can be
fixed on left or right side of the machine, as per requirement.
3.0 SCOPE OF SUPPLY
3.1 Description of the Machine Body : The machine should have Stainless Steel Body built
on a treated aluminium chassis. All the sub-assemblies are mounted on these machined
plates.
All parts in contact with the product are AISI-304 Stainless Steel with smooth finish.

131
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.2 Float Balance Tank: Stainless Steel float balance tank of suitable capacity should be
provided at the top of the pouch filling machine. - 1 no.

3.3 The machine should have following arrangements in it.

3.3.1 Film guard device to stop the machine when the film gets exhausted.

3.3.2 Liquid level controller.

3.3.3 Sterilizing mechanism for pouch film.

3.3.4 Pouch counter.


3.3.5 Date printing device.
3.3.6 Apportioning device for 200 ml., 500 ml. and 1000 ml.
3.3.7 Facility to insert a closed circuit in place cleaning system for the machine.
3.3.8 Variable frequency drive - 02 nos are included in the scope of supply.

3.3.9 PLC controlled to pack milk in pouches.

Tools : Essential special tools should be supplied with the machine without changing any extra
coat.

Note : The machine should be designed to pack Milk/Chhach (Zeera in granule form) /Lassi
in 200ml / 500ml / 1000 ml. packing size.

132
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFCATIONS FOR MILK CHILLER CAP. 2 KLPH
Supply period - 3 months.

1. Capacity : Milk Chiller capacity 2 KLPH


2. Functional requirement :
The plate heat exchanger would be used for chilling milk, chhach, lassi with chilled
water .
3. Design parameter
i) Milk : feed temperature : 35 deg. C
ii) MILK outlet temperature : 4 deg. C
iii) Chill water feed temperature : 1.5 deg. C.
flow rate to milk ,
iv) Maximum pressure drop on water : 1.00 Kg. / cm²
v) Maximum pressure drop on Water side : 11 MWC

5. Finish All welding joints to be ground smoothly. All SS surface are to be polished to 150
grit.
6. Plate Material : AISI 316 Quantity.
7. Plate gasket : Food grade quality , Nitrite rubber Gasket which should withstand water
terilization temperature of 100 deg C and CIP with caustic solution at 80 deg. C
(Alkanity 0.7 % ) and Nitric Acid Solution at 70 deg C (Acidity 0.5 % )
8. Supporting frame ;The supporting frame for the plate pack should be of self supporting
design made of stainless steel (AISI 304) clad mild steel with manually operated
tightening device. The tightening device should be able to exert uniform pressure on all
the part of heat transfer plate, the frame and tightening device should prevent the plates
from deflecting under pressure differential of minimum 4 kg / sq , cm the frame should
be capable of accommodating the additional places for the expanded capacity.
9. Accessories :
9.1 Inlet /Outlet : The inlet and outlet for chilled water and product should be provided with
complete SMS stainless steel (AISI 304 ) union.
9.2 Thermowells : Stainless steel (AISI 304) pockets for thermometer on all the inlet and
outlet (Total 4 Nos.) Each pocket should be complete with suitable stainless steel (AISI
304 ) inclined pocket suitable for mounting stem/ probe of digital thermometer of size
4" x 4". One pocket should be provided for digital electronic thermometer for chilled
milk outlet temperature (The thermometers are in the scope of the supply).

133
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
9.3 Ball feet : the frame should be provided with adjustable steel ball feet with provision for
height adjustment of 50 mm – 4 Nos.
10 Tools ; A set of essential special tools.
11 The supplier would supply the Chiller in the frame size to be intimated separately by the
Milk Union as per their requirement.
12 No of plates would be as mentioned in the tender document and technical discussions.

IMPORTANT NOTES :
1. Plate Thickness shall be minimum 0.6mm.
2. Gaskets (food grade) shall be non-glude type.
3. Chilled water flow rate shall be three times the flow rate of milk.
4. The plates shall be of AISI 316 grade.
5. Four Nos. Digital Temperature Indicator (PT 100 sensor of reputed make like Honeywell)
size 2" x 4" house-in SS Box, front open, floor / wall mountable with minimum three meter
cable length shall be provided.
Drawings :
The supplier required to submit detailed fabrication drawings to RCDF .

No of Plates in chilling section, heat transfer area per plate (H.T.A./Plate)


(H.T.A. = Effective Heat Transfer Area)

134
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATION FOR PUMPS S.S. MILK PUMP
CAP. : 500/1000 LPH
1.0 FUNCTIONAL REQUIREMENTS
The pumps will be used to transfer Milk and Milk Products i.e. Chhach, Lassi,
Curd etc.
2.0 DESIGN REQUIREMENT
2.1 Capacity : 500/1000 LPH at 15 MWC Head.
2.2 Type : The pump should be centrifugal type.
2.3 Design : It should be of sanitary design.
2.4 Prime Mover : TEFC electrical motor of suitable HP.
2.5 Finish : All the surfaces coming in contact with ghee & butter oil should be
finished to 150 grit.
3.0 SCOPE OF SUPPLY
3.1 Motor : The stainless steel (AISI 316) pump should be supplied with flanged
type electrical motor of standard make having hygienic sealing arrangement.
- 1
No.
3.2 Legs : The stainless steel (AISI 316) pump with motor should have legs having
ball feet arrangement to adjust the height of the pump. - 1 Set.
3.3 Shroud : The motor portion of the pump should be SS shrouded. The shroud
should have provision for circulation of air and entry of electrical cable along
with junction box (terminal box) - 1
No.
3.4 Union : Stainless steel (AISI 316) unions should be provided on the inlet and
outlet of the pump. - 2 Nos.
3.5 Drain Hole : A drain hole should be provided in seal housing between SS pump
and electric motor.

Note :
The pumps for the Indigenous product section are defined in lot accordingly pump should be
placed as per site requirement and milk circuit. The type of pump (impeller) should be
selected with respect to transfer of products. The two nos. of pump should be consider in spare
to total number of pumps required as per site condition.

135
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATION FOR SALT WATER/ SUGAR SYRUP TANK WITH
STRAINERS
CAPACITY : 200 LTRS.
Drawing 200 Kg. required.
Delivery Period : Three Months

1.0 FUNCTIONAL REQUIREMENTS


The salt water/ sugar syrup tank with strainer is required to mix salt/sugar in water for chhach
and lassi . The tank should be equipped with strainer with removable top lid.

2.0 DESIGN REQUIREMENTS

2.1 CAPACITY: 200 Ltrs.

2.2 Dimensions of the tank : The dimensions of the tank in general will be as under for 200 Kg.
capacity.
Inner dia. - 500 mm / suitable
Height - 1200 mm / suitable
Overall height - 1300 mm
(including the legs)

However, looking to site conditions RCDF may vary dimensions.

2.6 Slope: 1:15 towards the outlet.

2.7 Finish: All the welding joints are to be ground smoothly. All stainless steel surfaces are to be
polished to 180 grits.

2.8 Joint Curvatures: All inside corners should have minimum radii of 25mm

3.0 SCOPE OF SUPPLY

3.1 The Tank: The tank should be fabricated from 2mm thick stainless steel sheet conforming to
AISI 304. The top edges of the tank should be bent outward smoothly. It should be suitable to
support the strainer
– 1 no.
3.2. Accessories

3.2.1 SS Strainer : It should be fabricated from 2mm thick stainless steel sheet conforming to AISI
304. It should be perforated, hole dia 2 mm the strainer should have S.S. flat stiffener strips 25
mm x 6 mm thick to carry leakage pouch load.

3.2.2 Legs: Mild Steel legs with stainless steel pipe (AISI 304) cladding, with stainless steel ball feet
provided at the bottom of the tank. The stainless steel ball feet should have provision for height
adjustment of 50 mm. – 4 nos.

136
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.2.3 Outlet: The single bottom – outlet of 38 mm diameter. It should be fitted with a 38 mm dia
stainless steel plug type flanged valve with complete stainless steel union on the other end.
– 1 no.
4.0 TESTS

The following tests should be conducted by the manufacturer at its works

4.1 Dye penetration test for welding joints

4.2 Water fill-up test for water tightness of the tank.


NOTE :-
1. General arrangement of this equipment should be as per the attached reference drawing. The
tenderer is required to provide detailed drawing to be got approved from RCDF.

137
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
PANEER
SECTION

138
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATIONS FOR PANEER VAT (Double Jacketed)
CAPACITY 1000L

1.0 FUNCTIONAL REQUIREMENTS:


Paneer vat would be used for coagulating milk solids for production of Paneer.

2.0 DESIGN REQUIREMENTS:


2.1 Capacity : 1000L

2.2 Constructional Features : The vat should be welded and jacketed in construction having
rectangular cross section with semi circular ends.

2.3 Dimensions of Paneer Vat for 1000 ltrs:


Inner length - 2400 mm
Inner width - 1000 mm
Depth (shallow side) - 500 mm
(Deep side) - 550 mm

2.2 Slope : Both the inner and outer shells should slope towards the whey outlet as per the
dimensions given above for free and complete drainage of liquid.

2.3 Finish : All welding joints are to be ground smoothly. All stainless steel surface are to be
polished to 120 grits.

2.4 Joint Curvatures : All inside corners should have minimum radii of 25mm.

3.0 SCOPE OF SUPPLY :

3.1 Inner Vat : The inner vat should be made from minimum 2mm thick stainless steel sheet –
304, - 1 No.

3.2 Outer Vat : The outer vat should be made from minimum 2 mm thick stainless steel sheet –
304. 1 No.

3.3 Frame : The frame should be made from 75mm dia mild steel ‘C’ class pipes. The complete
frame should be spray galvanized after fabrication.

3.2 Double Jacketed : The inner steam jacket of minimum 80 mm width at all the four sides and
the bottom should be provided.
The outer of the Jacket should be insulated in 3 layers as under:-
First layer: 25mm thick resin bonded crown 150 fiber glass compressed to 10mm.
Second layer: 50mm thick expanded polystyrene.
Third layer: 50mm thick expanded polystyrene.

Outer Body : The outer shell including the bottom of this after above insulation should be
fabricated from 2 mm thick stainless steel sheet conforming to AISI 304.
3.3 Accessories :

139
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.5.1 Agitator : Two pairs of agitator blades located suitably. The agitator blades should be of
rectangular shape of size approx. 400mm x 300mm each. The blades should have circular
perforations of diameter approximately 40mm each all over the blades. The blades should be
thick enough to retain their shape and form under operation.
- 1 Set.
Suitable drive mechanism (electrical) for the agitator and other accessories required for the
agitator assembly should also be provided. - 1 Set

3.5.2 Steam Distribution : Steam distribution system should comprises of two nos. of perforated
steam distribution pipes provided in the bottom jacket, one no. of steam header and one no. of
steam inlet pipe ending outside in a flange and counter flange. Complete steam entry and
distribution system should be made of stainless steel pipe.

3.5.3 Overflow : Overflow pipe of 51m diameter for the jacket ending near the floor level.

3.5.4 Whey Outlet : Stainless steel cup type outlet of diameter 63.5mm with stainless steel plug
type flanged valve for the vat. Outlet should be at a height of 230mm from the finished floor
level. - 1 No.

3.5.5 Drain : Suitable stainless steel drain with blank for the jacket. - 1 No.

3.5.6 Strainer : Silding type strainer for the whey outlet (item 3.4.5). The strainer should be made
from perforated stainless steel sheet.

3.5.7 Water Inlet : Stainless steel water inlet of size 38mm dia with flange and counter flange.
- 1 No.
3.5.8 Legs : Mild steel legs with stainless steel pipe cladding with stainless steel ball feet provided at
the bottom of the tank. The ball feet should have provision for height adjustment of 50mm.
- 6 Nos.
3.5.9 Painting: All mild steam pipes and shell stiffeners provided within the jacket should be
painted with two coats of epoxy primer. Mild steel parts which are outside the jacket should be
painted with a coat of epoxy primer followed by two coats of epoxy paint of cream colour after
thorough derusitng.
3.0 Tests : The following tests should be conducted by the manufactures at it’s works.
4.1 Dyepenetration test for all stainless steel welding joints.
4.2 Water fill-up test of inner vessel and jacket for water tightness.
4.3 The jacket should be tested for a pressure of 3 Kg. / Sq. Cm. guage.
NOTE :
1. General arrangement of this equipment should be as per the attached reference drawing for capacity
up to 1000 L Equivalent make subjected to approval of the purchaser.
2. Scope of supply also include supervision of Installation & commissioning, water trial of supplied
equipment to ensure perfect working of systems at site.
Name plate should be provided on equipment define the connection.
3. Tender should considered all required measures to ensure perfect working and safety of supplied
equipment.

140
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
PANEER PRESS WITH SQUARE HOOPS
CAP_120 Kg/Batch

1.0 FUNCTIONAL REQUIREMENTS :

The paneer press shall be used to expel the whey from coagulated mass poured in along with
whey in the perforated hoops. The mass in the hoop shall be put under applied through
pneumatic cylinder.

2.0 DESIGN REUIREMENT:

2.1 Capacity: 120 kgs/batch (30 kg/cylinder in one batch)

2.2 Constructional features: The paneer press shall have four pressing equipped with pneumatic
cylinders. The station shall have table top on which the filled hoops are to be placed just below
the pneumatic cylinder. Each cylinder shall have independent air control valve. Below the table
a tray with an out let shall be provided to collect the whey expelled out from the paneer block.

2.3 Paneer Hoop: The hoops shall be made out of perforated sheet. The size of the hoop is 325L
x 325 W x 85 H.

2.4 Finish: All weld joints are to be ground finish. Product contact surface shall be polished to 150
grit finish.

3.0 SCOPE OF SUPPLY:

3.1 Paneer Press: The paneer press shall be mounted on MS table of size 2425 L x 690 W x 1410
H. Four pneumatic cylinder with press pad are to be fitted equi-destance across the length of
the table. The pneumatic cylinder shall be 3” dia. x 6” stroke with 1” shaft hard crome and
ground of EN8 material. The pressing pad shall be MS plate cladded with SS 304. Each
cylinder shall hae a manually operated air control valve to control the forward & reverse
motion of the piston. The operating pressure of the pneumatic cylinder shall be 5.0 kg/cm2.
Suitable guide shall be provided on the raised table for positioning of the filled hoops below
the pressing cylinders. A SS 304 tray shall be provided to collect the whey expelled out from
the paneer hoops.

3.2 Air Supply Header: ½ “ MS “C” class pipe air header of full length of the table shall be
provided complete with air regulator ½ “, 0-10 kg/sq. cm, pneumatic tubing & ON-OFF
control valve at each station.

141
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.3 Table: The table shall be fabricated from suitable size MS angles & channels. The table top
shall be 4 mm thick MS plate duly supported at each station.

3.4 Why Collection Tray: The tray shall be of SS 304, 1.2 mm thick and of table size. The tray
shall have 6 nos., 20 mm dia. drain holes, two at the centre and one each of the for end of the
both side gutter. The drain holes shall protrude through the MS tabletop, which act as stray
locator also. The tray shall be welded with paneer hops guide of SS 304 angle 25x25x3 mm at
each station.

3.5 Paneer Hoops: Paneer hoops shall be suitable for approximate holding capacity of 1 Kgs. The
size of the hoop shall be 325 L x 325 W x 85 H, made out of SS 304, 2mm thick perforated
sheet complete with guide ring, covers, bar handles and spacing bars.

4.0 MANUFACTURING CODE: The paneer press shall be manufactured following good
engineering manufacturing practices.

5.0 INSPECTION & TESTING: RCDF reserve the right to inspect the equipment during various
stages of fabrication. The manufacturer at their works should conduct the following tests.

5.1 Dye penetration test for all stainless steel welding joints.

5.2 Water leakage test.

6.0 DRAWING: Bidder shall submit a GA drawing of the equipment along with offer giving
details of the material of construction, details of the bought out items. However successful
bidder has to submit detailed manufacturing drawing of approval from RCDF, prior to start
fabrication.

7.0 MAKES OF BOUGHTOUT ITEMS: Bidder shall furnish makes of all both items considered
for manufacturing/ assembly of the paneer press along with technical leaflet.

142
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
PANEER WASHING CUM COOLING TANK SHOULD BE
FEBRICATED AS PER THE SPECIFICATIONM OF INOCULATION
TANK CAP. 500 L.

143
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SCHEDULE – II
TECHNICAL SPECIFICATIONS OF VACUUM PACKAGING MACHINE CAPACITY : UP
TO 5 KG PACK SIZE.
2 Cycles/Min.
(Delivery period –3 Months)

1.0 FUNCTIONAL REQUIREMENT :

The vacuum packaging machine shall be used for packing of various dairy products viz paneer,
cheese, khoa, chhena, peda etc. in the retail packing of 200 grams to 1000 grams or bulk
packing of 5 Kg. in pre-formmed pouches of multi – layer oxygen barrier film.

2.0 DESIGN REQUIREMENT :

2.1 The trolley type model shall have high density acrylic see through lid with body fabricated out
of stainless steel material confirming to AISI 304 All product contact parts shall be fabricated
from food grade stainless steel material conforming to AISI 304. The size of the vacuum
chamber shall be 500 x 550 x 125 mm, which shall be sufficient to hold at least four filled
pouches of 1000 gms on two seal bars located one on each side of the machine or one pack of 5
kg. at a time.

2.2 The machine shall have facility for inert gas flushing. It shall also have additional seal
pressure arrangement. The machine shall have facility to cut the excess material on sealed
edge during sealing operation itself. Approximate bag size may be taken as 8” W x 10” L for 1
kg. product.

3.0 SCOPE OF SUPPLY :

3.1 Type : Double chamber, double seal bar and trolley mounted type machine.

3.2 Capacity : Suitable to seal retail packs of 200 gms to 1000 gms, 4 packs at a time or single bulk
pack of 5 kg. The cycle time for sealing shall be 2 – cycles / min. with full vacuum, loading
and unloading time shall be at actual.

3.3 Model : The machine shall be costom made to suit the requirement of technical specifications.

3.4 Material of construction : Chamber and housing shall be fabricated out of stainless steel
material conforming to AISI 304. See through openable lid should be of high – density acrylic
material of 25 mm thickness.

3.5 Chamber : The chamber shall be suitable to hold minimum four packs of retail size at a time or
one pack of bulk size. The chamber should be 500 x 550 x 125 mm.

3.6 Seal Bar : The vacuum machine shall be provided with two seal bar, one of each side. The
bioactive seal bar shall be suitable for sealing multilayer oxygen barrier material of thickness
up to 200 MICRONS. The length of the seal bar is min. 475 mm.

144
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.7 Gas flushing : The machine shall have in built gas flushing facility to remove effectively air
from the pouch and the chamber and flush inert gas in the chamber. The flushing arrangement
shall have necessary controls for calculated quantity of inert gas flushing per cycle.

3.8 Seal pressure : Machine shall be equipped with an inbuilt facility for applying additional seal
pressure particularly when higher film thickness is used.

3.9 Excess material cutting : The machine shall have inbuilt facility to cut the excess at the seal
edge during sealing cycle itself. At the same time cut off film material should not be stuck
with the seal bar.

3.10 Bag Size : Machine shall be suitable to pack any size of the bag up to 8” x 10” (4 bags at a
time) per cycle or single bigger bulk pack per cycle.

3.11 Overall size : The overall size of the machine shall be 600 x 750 x 900 mm.

3.12 Vacuum level : The maximum vacuum level can be achieved on this machine shall be 99.9%
(725 Hg) in any of the cycle and the vacuum level shall remain constant during the operation to
achieve better packing results. To achieve the desired vacuum level, a Hindvac, 21m3/h
vacuum pump with 1 HP single phase motor should be provided.

3.13 Electric load : Total electrical load to run the machine should be mentioned.

3.14 The supply available shall be 1/3 phase, 230/240V, 50Hz.

3.15 Other features : Digital microprocessor control with 15 memories and accuracy up to 1/10 th of
a second.

4.0 TESTING & COMMISSIONING :


The manufacture shall be responsible for satisfactory commissioning of the machine at site.
Supplier shall demonstrate the performance of the machine by packing different sizes of
product’s packs at various vacuum levels. The necessary services if any shall be arranged by
the Milk Union up to the machine.

5.0 DRAWING APPROVAL & INSPECTION :


Before starting of manufacturing of machine the supplier shall get their drawing approved by
RCDF by submitting two sets of drawings. Inspection shall be carried out during
manufacturing based on the approved drawing and specifications.

6.0 TOOLS & MANUAL :


Supplier shall provided one set of tools and three sets of O & M manual along with machine
required for day to day operation and maintenance.

7.0 SPARES :
Manufacturer should also enclose a list of essential spares required for two years normal
operations of the machine and their offer.

145
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
 S.S TABLE FOR PANEER PACKING AND CARRYING OUT MISCALENEOUS WORK
RELATED TO PRODUCTS OF INDIGENOUS PRODUCT . THE SIZE OF THE TABLE
SHOULD BE 6 FT. X 3 FT. OF SUITABLE HEIGHT EQUIPPED WITH TO S.S STOOL,
S.S PANEER CUTTING / SLICING KNICE FOUR SET.
 SUITABLE PANEER WEIGHING MACHINE PLATFORM TYPE WEIGHING CAPACITY
10 KG.
 PUMPS OF SUITABLE CAPACITY AS SPECIFIED EARLIER IN THE TECHANICAL
SPECIFICATION OF PUMPS CAPACITY 500 / 1000 SHOULD BE SUPPLIED IN
PANEER SECTION.

146
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SHRIKHAND

SECTION

147
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
CREAM /CURD STORAGE TANK
CAPACITY : 1000 L
(Supply period - 3 Months)

5.0 FUNCITIONAL REQUIREMENTS :


Pasteurizer cream having a fat content of 40 – 45 % / Cream would be ripened and stored in
this tank at a temperature of 6 degree centigrade or can be used for storage of Curd,Chhach,
etc.

6.0 DESIGN REQUIREMENTS

2.1 Capacity : 1000 L. The volume of the tank should be such that after filling it up to the rated
capacity, the level would be 100 mm below the line where cylindrical shell joints the conical
top.

2.7 Constructional feature :


Triple walled insulated and welded construction of sanitary design.

2.8 Slope : Sufficient slope should be provided towards the inlet – cum out let along the periphery
of the reverse conical bottom.

2.9 Metal contact : The only metal to metal contact between the inner and outer shells should be
at the places where fittings for the tank are provided.

2.10 Finish : All welding joints are to the ground smoothly. All stainless steel surfaces are to be
polished to 150 grits.

2.11 Joint – Curvatures: The radii of all welded and permanent attachment joints should be at
least 6 mm. Where the conical top and reverse conical bottom join the cylindrical shell the
radii should not be less than 25 mm.

7.0 SCOPE OF SUPPLY :

3.1 Inner cylindrical Body : The inner shell, conical top and reverse conical bottom should be
fabricated from 2mm thick stainless steel for 2000 L and 3mm thick stainless steel sheet for
5000 L & 10000 L capacity conforming to AISI 304.

3.6 Intermediate cylindrical Body : The intermediate shell and flat bottom should be fabricated
from 2mm thick stainless steel sheet conforming to AISI 304.

3.7 Outer cylindrical Body : The outer shell, conical top and flat bottom should be fabricated
from 2mm thick stainless steel sheet conforming to AISI 304.

3.8 Insulation : The entire intermediate shell, flat bottom and inner conical top shall be insulated
in three layers as follows:

First layer: 25mm thick resin bonded crown 150 fiber glass compressed to 10mm.
Second layer: 50mm thick expanded polystyrene.

148
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Third layer: 50mm thick expanded polystyrene.

3.9 Accessories :
3.6.1 Inlet-cum-outlet: 51mm dia cup type inlet cum outlet with two way plug type stainless steel
(AISI 304) flanged valve ending in complete stainless steel union. It should be provided at a
height of 450 mm from the finished floor level – 1 No.

3.6.2 Air vent: Stainless steel (AISI 304) 150mm air vent to prevent formation of partial vacuum
during CIP and pressure during filling – 1 No.

3.6.3 Man way : Stainless steel (AISI 304) man way of 450mm diameter and located at the conical
top – of the tank and provided with air tight hinged insulated stainless steel (AISI 304) door
with tightening and locking device. The cover should be provided with stainless steel (AISI
304) anti-splash guard stainless steel (AISI 304) cleats should be provided near the man way
for fixing and hanging rope ladder :- 1 No.

3.6.4 Sand Blasted level marks: It should be calibrated at 500 L intervals and provided on the
inner shell at opposite side of the sight glass. The level mark should be dark enough so it may
be clearly visible.

3.6.5 Sight Glass: Stainless steel (AISI 304) sight glass assembly should be provided with
toughened glass. It should be provided in such a way that one can easily read from the lowest
level up to the maximum level mark. Stainless steel lamp shade for mounting 24 V and 100
watt bulb. The lamp holder should be made from brass – 1 No.

3.6.6 Agitator : Vertical heavy duty sweeping type Stainless steel (AISI 304) agitator complete with
mountings with geared motor of adequate capacity and should be able to uniformly mix cream
in the tank within 10 minutes. The agitator shaft should be a rod – 1 No.

3.6.7 Sprinkler Pipe: A 25mm dia pipe ring of Stainless steel (AISI 304) should be provided at the
top of the jacket for sprinkling hot / chilled water on the outer surface of the inner shell. The
complete sprinkler pipe ring should be removable when necessary. The complete pipe ring
should end outside in a header with two separate connections for hot and chilled water. In
addition to this a Stainless steel (AISI 304) steam sparger pipe / water steam ejector should
also be provided in the bottom jacket and it should end outside in a flange and counter flange.

3.6.8 Spray Ball: Removable Stainless steel (AISI 304) cleaning device located on conical top at
either sides of the agitator drive to provided flooding of liquid over the complete interior
surface and agitator during CIP. These should have stainless unions at the outer end
connections – 2 No.

3.6.9 Drain: Made from Stainless steel (AISI 304) pipe of 38mm dia at the bottom of the jacket with
gun metal valve – 1 No.

3.6.10 U-seal: Made from Stainless steel (AISI 304) pipe 38mm dia at the bottom of the jacket – 1
No.

149
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3.6.11 Over flow: Made from Stainless steel (AISI 304) pipe 38mm dia at the top of the jacket – 2
Nos.

3.6.12 Sampling Cock: It should provided on the inlet – cum – outlet and should be in Stainless steel
(AISI 304) construction with sanitary design – 1 No.
3.6.13 Thermowell : 200 mm long Stainless steel (AISI 304) inclined pocket suitable for mounting
probe of digital thermometer. The portion of the thermowell which is in the jacket should be
insulated with rock wool or equivalent and totally shrouded so that hot water or chilled water
does not come in contact with the insulating material. It should have 10mm BSP male threads
and the digital thermometer is also to be provided by the tenderer.

3.6.14 Legs: Conical mild steel legs with Stainless steel (AISI 304) sheet cladding and stainless steel
ball feet provided at the bottom of the tank. The stainless steel ball feet should have provision
for height adjustment of 50mm – 4 Nos.

3.6.15 Ladder: Stainless steel (AISI 304) ladder for access to the sight glass and geared motor
assembly of agitator – 1 No.

3.6.16 Lifting lugs: Stainless steel (AISI 304) lifting lugs should be provided at top – 2 Nos.

3.7 Painting: All the M.S. stiffeners used in the construction of the tank should be painted with
two coats of epoxy primer after thorough de-rusting.

8.0 TESTS: The following tests should be conducted by the manufacturer at works.
8.1 Dye penetration test for welding joints.
8.2 Water fill-up test of inner vessel for water tightness.

Note : General arrangement of the equipment should be provided the attached reference drawing.
Makes of bought out items are as bellow :

Geared motor Elecon. / Radicon


Note :-

(1) Scope of supply also include supervision of Installation & commissioning, water trial of
supplied equipment to ensure perfect working of systems at site.
(2) Name plate should be provided on equipment define the water, steam, inlet, out let, overflow,
air vent connection etc.

150
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SHRIKHAND MIXING MACHINE

 Shrikhand mixing machine having capacity to mix shrikhand gradients of 10 kg at a time. All
the parts of machine in contact with the product should be of S.S 304. The system should be of
reputed make and ensuring the performance, guarantee of the product as per tender terms and
condition . the system should be equipped with all required safty. i.e electrical and mechanical.

SHRIKHAND PACKING/ SEALING MACHINE

 The manual shrikhand packing and sealing machine of suitable capacity to pack 100 grams to
400 grams of packs. The system should be of reputed make and ensuring the performance,
guarantee of the product as per tender terms and condition . the system should be equipped
with all required safty. i.e electrical and mechanical. Quantity 2 Nos means 1 lot.

151
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Miscellaneous

152
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Technical Specifications of pre-fabricated Cold room for milk Storage

Supply, Installation & Commissioning Period 03 months

The Cold Store is to be delivered, installed and commissioned for 5000 ltr capacity.

Cold Store : The size of the Cold Store should be suitable to store 5000 ltr milk in pouches kept in
plastic crates for difference of 10 degree C to 4 degree C load. The size of the Cold Store would be as
under:-

Cold Room Capacity Size (In side)


5000 Ltrs 3.0 X 3.0 X 3.0 Meter

Functional requirement:- Cold Store at + 4 degree C :- It is desired to construct Cold Store


fabricated out of pre-fabricated PUF panels to 5000 ltr milk in pouches kept in plastic crates. The
cooling shall be required from 10 degree C to 4 degree C in 6 hours. The room shall be complete with
PUF doors and locking arrangements.

Design Parameter:- This Cold Store is to be designed to store milk in pouches in plastic crates at 4
degree C. The cooling shall be required from 10 degree C to 4 degree C in 6 hours.

The daily loading of the Cold Store shall be 5000 ltr milk of 10 C. in this Cold Store. The Cold Store
floor is to be designed with Kota stone flooring to stock the product upto maximum possible height.
The loading time will be maximum 1 hours.

Scope of work:- This is a turn key job. It includes design, supply erection and commissioning of
complete cold store room. The scope of work is :-

16. Supply & installation of pre-fabricated PUF Panels for construction of cold store. The
panel should be fabricated from 0.5mm thick pre-coated GI sheet outer & SS-304 inner,
puff thickness 60mm.
17. Supply of Kota stone and fixing on PUF slabs for flooring. The floor should be designed to
withstand heavy duty work of routine dairy plant including movement of loaded trolleys
etc. Minimum size of this Kota stone slab i.e. 2100Sq.cm. to 5000Sq.cm. and thickness
25mm to 30mm.
18. Supply and installation of 1 No. door of PUF panel size 0.965 Mtr. widths, 1.93 Mtr. high
in cold store room.
19. Supply and installation of suitable numbers of Freon – R-404a refrigeration machines with
this cold store completely independent and 100% stand by unit suitable to maintain the
required temperature. The unit should be split type having condenser to be located
outside. The refrigerant used should be Freon – R-404a.
20. The refrigeration plant should have complete auto operation. No attendant should be
required for the same.
21. All safety requirements are to be incorporated.
22. Ambient temperature for design is 45 degree C.
23. Product temperatures are as mentioned above.
24. The salient features of PUF Panel required are :-
(i) Foamed in P.V.C. bubble, Gasket in all panels for air tight joints.

153
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
(ii) Cam locking system.
(iii) Wall & ceiling insulation 60mm with 0.5mm internal SS-304a and external PPGI of
0.5mm sheet with 40Kg.+-2 density Kg. per cum.
(iv) Cam lift imported hinges.
(v) Door closers.
(vi) Long life door lock and hinges.
(vii) Vapour proof light fittings.
(viii) Radiused walls and floor to impede bacterial growth.
(ix) View Ports.
(x) Kick plates – Both side

25. Suitable lighting for cold store room.

26. Accessories required for this room:-


(i) Electronic temperature indicator.
(ii) Switch light.
(iii) Door closer
(iv) Vapour proof light.
(v) Glass view port 12” x 12”
(vi) Kick Plate both side (internal SS-304a and external GI)
27. One No. strip curtain with 50% overlap to be provided at the door of cold store.
28. Alarm for cold store room as per legal requirement is to be supplied and installed.
29. Complete installation and commissioning of the cold store room is included.
30. The other technical details with regard to Cold Store Room and cooling unit to be supplied
are given in the attached sheet.

Following technical details in respect of Pre-fabricated Cold Store Cap. 5000 ltr milk are to be confirmed by
this tenderer:-

S. Description of Items Yes / No


No.
1. Prefabricated PUF Panels to prepare a room of external size of 3.0 x
3.0 x 3.0 Meters.
2. Cold Room temperature + 2 Deg. Celcius

154
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3. Wall & ceiling insulation 60mm with 0.5mm internal SS-304a
and external PPGI of 0.5mm sheet with 40Kg.+-2 density Kg.
per cum.
4 Pre-fabricated PUF slab of 60mm with tar felt & bitumen for floor
with top layer of Kota stone.
5 Supply of 1 No. flush type Door without strip heater of PUF panel
size 0.965 Mtr. widths, 1.93 Mtr. high in cold store room with
0.5mm sheet thickness. Internal SS-304a and external GI
finish.
6 Heat Load: Please indicate the Heat Load in kW, minimum
Refrigeration Capacity of 13 kW @ -5 deg. C evaporating and +55
deg. C Condensing temperature required. Single Air cooled
condensing unit with Scroll Compressor. Condensing unit make
Blue Star / Carrier / Voltas.
Quantity 2 Nos. (1 W + 1 S). Refrigerant R-404a.
7 Evaporator unit matching with condensing unit complete with coil
section and suitable Air defrosting arrangement make Blue Star /
Star Coolers / Carrier.
No. of Fans 3; Min. fan Dia.: 450 mm; Min. Air Flow: 15500 CMH
Quantity 2 Nos. (1 W + 1 S). Refrigerant R-404a.
8 Split Type Units with 100% stand by
9 Refrigeration units are automatic without any operator
10 Safety equipment’s are incorporated
 HP/LP cut out & Thermostat controlled unit.
 Safety release lever to open the cold room from inside in
case some person is locked inside the cold room.
11 Design at ambient temperature of 45 Deg. C
12 Cam Lift imported hinges for automatic closure of door with out any
manual push.
13 Door closure with positive sealing
14 Long life door lock and handle
15 Digital Thermometer
16 Radiused wall to impede bacterial growth
17 Kick Plates both side.
18 Vapor proof Light 2 nos.
19 PVC Strip curtains 1 no. with 50% over lapping
20 Safety alarm
21 Refrigerant piping with copper pipes, Drain piping and Suction Line
Insulation.
Maximum of 10 m for Suction line.
Maximum of 10 m for Liquid line with first ref. Charge.
Quantity 2 Lot. (1 W + 1 S)
22 Refrigerant controls that includes
e) Thermostatic expansion valve.
f) Liquid line and filter drier
g) HP/LP switches
h) Protection by thermostats
Make Danfoss / Equivalent (Purchaser to approve)
Quantity 2 Lot (1 W + 1 S).
23 Safety alarm for the room.
24 Three phase voltage stabilizer, voltage range 352 to 480 Volts.

155
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Note :- The tenderer is required to submit following information essentially with the tender :-

(1) Heat load calculation.

(2) The make and models offered along with design for compressor unit, condensing unit, evaporator unit
and other items included in offer.

(3) The detailed technical specifications and make of insulated PUF Panels to be used.

(4) Equivalent make subjected to approval of purchaser (i.e. RCDF).

Name of the Firm &


Signature of the representative
in confirmation of the above.

156
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Statement for Supply, Erection & Commissioning of Service line & Allied Pipe
Lines for Indigenous product section at Jhalawar.

S. Description Qty. tentative Unit Unit Total Total Total


No. Rate of Rate of amount amount amount
supply Erection of of of
Supply Erection Supply
&
Erection
1 Supply Erection & 66 Mtrs.
Commissioning of S.S. pipe
line dia 38mm
Erection Rate to include
installation of SS valves &
fittings which will be supplied
by Milk Union/RCDF/ or
Tenderer
Note: Every SS Union joint
should be placed with leak
proof Argon-Arc welding.
2 S.S. Pipe Fittings Dia 38 MM
(A)Three way Cock With 15 Nos. Erection
complete Union Dia 38 MM included
(B) S.S. Two way Cock With 4 Nos. in per
complete Union Dia 38 MM meter
(c) S.S. Short Band without 20 Nos. rate of
Union Dia 38 MM respecti
(d) S.S Line filter (Disc type ) 2 Nos. ve pipe
via 38 MM line
(e) S.S Reducer 51X38
(f) S.S. Tee without Union Dia 4 Nos.
38 MM
(g) S.S Vertical non return 6 Nos.
valve via 38 MM
(h) S.S. clamp Dia 38 MM 40. Nos
(i) S.S. Union Complete Dia 50 Nos.
38 MM
(j) S.S. Blank Caps with wings 4 Nos.
38 MM
3 Supply Erection &

157
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Commissioning of SS support
for placement of SS pipe lines,.
Erection rates to include
installation of SS clamp, SS
nipple, hanging support etc.
(a) S.S.pipe Dia 50mm 12 Mtrs Erection
thickness 2mm . included
in per
(b) SS Square pipe 50mm 12 Mtrs meter
thickness 2mm . rate of
(c) S.S Rode via 20 MM 12 Mtrs respecti
. ve pipe
line
(d) S.S. Nipple Dia 15mm x 8" 50 Nos.

4 Supply Erection &


Commissioning of various G.I.
'B' Class pipe line TATA /
Jindal for water distribution
circuit. Erection rate to include
installation of required valve
and fittings.

a) 40 NB (Soft Water) 42 Mtrs Erection


. included
b) 40 NB ( Hard Water) 42 Mtrs in per
. meter
c) 25 NB 12 Mtrs rate of
. respecti
d) 20 NB 12 Mtrs ve pipe
. line
Erection
included
in per
meter
rate of
respecti
ve pipe
line
Required Fitting for
above pipelines
i.e. G.I. Bend (welded
end) Class ‘B’.
a) 40 NB 10 Nos. Erection
b) 25 NB (Threaded end) 6 Nos. included
c) 20 NB (Threaded end) 6 Nos. in per
meter

158
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
rate of
respecti
ve pipe
line.
4 Supply Erection & Erection
Commissioning of following included
valves on G.I. Pipeline. in per
a) Butter Fly Valve Audco meter
Make rate of
(i) Dia 40 NB 8 Nos. respecti
b)Ball Valve Audco Make ve pipe
(i) Dia 20 NB 8 Nos. line

(ii) Dia 25 NB 4 Nos.


2 Nos.
5 Supply Erection &
Commissioning of MS 'C' Class
pipe Make TATA /Jindal (JSL)
for steam pipe line, insulation
with 50MM thick glass wool
(LRB) Pad of 100 density
with 24 SWG. Aluminum
cladding.
a) MS pipe 40 NB 42 Mtrs Erection
. included
b) MS pipe 25 NB 12 Mtrs in per
. meter
c) MS pipe 20 NB 12 Mtrs rate of
. respecti
ve pipe
line
Required Fitting for
above pipelines
i.e. M.S. Flanges Class
150
a) 40 NB 6 Nos. Erection
b) 25 NB 10 Nos. included
c) 20 NB 10 Nos. in per
meter
rate of
respecti
ve pipe
line

Required Fitting for


above pipelines

159
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
i.e. M.S. Bend (welded
end) Class 150.
a) 40 NB 6 Nos. Erection
b) 25 NB (Threaded end) 6 Nos. included
c) 20 NB (Threaded end) 6 Nos. in per
meter
rate of
respecti
ve pipe
line
6 Supply Erection &
Commissioning of Steam
flange type CS globe valves
with SS working part, class
150. Audco /KSB or
equivalent make
a) 40 NB 1 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
7 Supply Erection &
Commissioning of Steam ball
valve (thread end) Audco make
a) 25 NB 4 Nos. Erectio
b) 20 NB 6 Nos. n
included
in per
meter
rate of
respecti
ve pipe
line

Supply Erection &


Commissioning of MS 'C' Class
pipe Make TATA /Jindal (JSL)
for chilled water pipe line,
insulation with 50MM thick
8 thermocol with 24 SWG.
Aluminum cladding.
a) MS pipe 50 NB 42 Mtrs
.
b) MS pipe 40 NB 66 Mtrs

160
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
.
c) MS pipe 25 NB 12 Mtrs
.
Note:- Chilled water
connection from chilled water
supplying line, chilled water
supply to indigenous product
section and return of chilled
water upto IBT in
refrigeration section is in the
scope of supply.
9 Supply Erection &
Commissioning of steam trap
assembly with steam stainer,
steam valve and TD type steam
trap, JN Marshal make.
a) 20 NB 1 Nos. Erection
included
in per
meter
rate of
respecti
ve pipe
line
10 Steam Pressure gauge with
syphon tube, hex nipple, socket
& pressure cock (IBR)
a. Pressure gauge range (0-7 1 Set
kgs) per cm2

11 Supply Erection &


Commissioning of SS Steam
water mixing battery with SS
Hex Nipple, non-return valve,
Hose Nipple, SS hanger and
mounting bracket.
a) Steam battery 2 Set
b) Stem Hose (Dundlop) 15 Mtr.
make or equivalent make dia 20
NB
Note : Quote Rates per Kg.
Approx. weight 1000 Kg.
12 Supply Erection &
Commissioning of MS channel
for the support of steam and
water distribution circuit.
a) MS channel size 75MM x 250 Kgs

161
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
40MM x 3MM/ MS Angle
75x75x6 MM
Note : Quote Rates per Kg.
Approx. weight 1500 Kg.
13 Shifting, lifting, placement,
orientation & installation
following
a) Milk Tank (Vertical) 3 KL 1 No.
b) Multi-Purpose pasteurizer 1 No.
for Curd & Paneer Milk 1
KLPH

c) Homogenizer for Curd milk 1 No.


1 KLPH

d) Inoculation tank 500 L 2 No.


e) Chhach storage tank 2 No.
(vertical) insulated triple
jacketed 1000 ltrs.

f) Curd Cup filling machine 1 No.


1200 cups per hr.

g) Packing machine for Chhach 1 No.


& Lassi 5000 pouch per hr

h) Chiller for Chhach 2KLPH 1 No.


i) Pumps (various capacity) 1 Lot
Suitable

j) Salt water/Sugar syrup tank. 1 No.


GRAND TOTAL

Note:- All SS material should be as per AISI 304.

162
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Technical Specification for S.S. pipes and fittings
S.S. Pipe
1.0 FUNCTIONAL REQUIREMENTS
1.1 General Description - These SS Pipes would be used to interconnect all milk
processing equipments, storage tanks, in place cleaning system etc.
2.0 DESIGN REQUIREMENTS
2.1 All SS Pipes should conform to SMS standards.
2.2 All SS Pipes should be externally polished to dairy standards and internally pickled to dairy
sanitary conditions.
2.5 All pipes should be externally polished to dairy standards and internally pickled to dairy
sanitary conditions. All pipes should have wall thickness as 1.6mm (16 SWG) & of SS 304
(ERW).
2.6 The following sizes of S.S. pipes shall be required :-
a) 63.5 mm
b) 51 mm
c) 38 mm
1. The raw material should be procured only from reputed manufacturer and should have
following composition in case of material SS 304 :
Max. C : 0.08 %
Max. Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20%
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03

163
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
S.S. VALVES AND FITTINGS

1.0 FUNCTIONAL REQUIREMENTS


1.1 General Description - These SS valves and fittings would be used to
interconnect all milk processing equipments, storage tanks, in place cleaning
system etc.
2.0 DESIGN REQUIREMENTS
2.1 All valves and fittings should conform to SMS standards.
2.2 All valves and fittings should be externally polished to dairy standards and internally
pickled to dairy sanitary conditions.
UNIONS
2. The union should be made in accordance with the SMS standard. As per international
standard, the unions should be produced out of hot (closed die type ) forgoing only and
subsequently should be duly solution treated (annealed ) to remove the internal stresses.

3. The raw material should be procured only from reputed manufacturer and should have
following composition in case of material SS 304 :

Max. C : 0.08 %
Max. Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20%
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03
4. The union should be complete with liner, male part, nut and neoprene food grade rubber
gasket. Liner and male part should be suitable for expansion joint.
5. The thread profile should be generated on precise CNC machine so as to have correct
dimension, finish and accuracy. The union components should be interchangeable so as to
have lesser inventory cost.
6. All the dimensions should be checked with calibrated measuring instruments and GO -
NOGO type gauges. The thread profile should be as per DIN 405 std.
7. The union gasket should be of food grade with appropriate hardness and composition.
All the dimensions of the union should be in accordance with DIN 11851 including its
tolerance.
8. The surface finish should be less than 1.0 Ra value.

PLUG, BUTTERFLY, NON RETURN AND FLOW REGULAING VALVES


9. The valves should be made in accordance with the SMS standard. The valve body and
plug should be made out of material SS 304 with following material composition :-
Max. C : 0.08 %
Max Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20 %
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03

164
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
10. Each valve should be manufactured on precise CNC machine. The inner of the valve
body and the contact surface of the plug should be ground smooth and lapped to get full
metal to metal contact.

11. All the dimensions should be checked with calibrated measuring instruments and GO -
NOGO type gauges. The thread profile should be as per DIN 405 std.

12. The outer visible surface of the valve body and the plug should be mirror polished.
The male part should be an integral part of the valve body casting.

13. Each valve should be tested for a hydraulic pressure of minimum 6 bar for minimum
3 minutes.

14. The supplier should furnish material and hydro test certificate along with the supply of
material .

BEND AND TEE


15. The bends and tees should be in accordance with the SMS standard. The thickness of
fittings made from tube section should be 1.6 mm for dia upto 63.5 mm and 2.0 mm for
above 63.5 mm. The bend should be suitable for expandable union joint.

16. The testing certificate of parent material ( i.e. pipe ) should be submitted along with the
supply of bends and tees.

17. The material composition, in case of material SS 304, should be as per following :

Max. C : 0.08 %
Max. Si : 0.75 %
Max. Mn : 2.00 %
Cr. : 18 to 20 %
Ni : 8 to 10.50 %
Max P : 0.045 %
Max S : 0.03
18. The outside surface should be polished to min. 150 grits and inside should be pickled and
shot blasted.

19. The bends should be free from wrinkles and the ''T'' should have uniform flaring on the
radius ( for bends ) should be within the acceptable / permissible limit specified in the
DIN 11852.

165
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
MS ROLLER CONVEYOR OF SUITABLE CAPACITY AND LENGTH AS PER SITE
CONDITION NEED TO BE SUPPLIED FOR SMOOTH TRANSFER OF CRATES FROM CRATE
WASHER TO CHHACH & LASSI PACKING MACHINE AND COLD STORE.

166
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
ELECTRICALS

167
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
TECHNICAL SPECIFICATIONS OF MOTOR CONTROL CENTRES
(SHEET STEEL)
1.0 Motor Control Centre (sheet steel)
1.1 Functional requirement :
To receive, control and distribute electrical power at 440V 50Hz. AC on sheet steel housing.
1.2 Design requirement and scope of supply :
1.2.1 Statutory requirement :
Motor Control Centre is to be manufactured / assembled as per the latest ISI specifications,
Indian Electricity rules, including special requirements of Rajasthan State Electrical
Inspectorates.
1.3 Housing details :
1.3.1 The switchboard shall be fabricated out of 16SWG sheet steel and shall consist of free standing
front openable panels arranged to from a continuous line up of uniform height. Cold rolled
sheets shall be used for doors and front covers. Front doors shall be hinged type and bus bars,
bars and cables alloys covers shall be bolted type. Suitable M.S. channel base frame should be
provided.
1.3.2 Switch Board shall be extensible at both the ends by addition of vertical sections. Ends of the
bus bars shall be suitably drilled for this purpose.
1.3.3 The Switch board shall be totally enclosed, dust, weather and vermin proof. Gaskets of
durable material shall be provided for doors and other openings. Suitable hooks shall be
provided for lifting the boards. These hooks when removed shall not leave any opening in the
board.
1.3.4 All hardware shall be corrosion resistant. All joints and connections shall be made by
galvanised zinc passivated or cadmium plated high tensile strength steel bolts, units and
washers secured against loosening.
1.3.5 The switch board shall be in cubical design (each feeder components are housed in individual
cubical). Suitable cable and bus bar alleys shall be provided. All components of the switch
board should be approachable from front. The maximum and minimum operating handle /
push button height of any feeder shall not be more than 1800 mm or less than 400 mm with
reference to panel bottom. Supporting arrangement for dressing of power and control cables in
cable alleys shall also be provided.

1.3.6 Painting :

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

168
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
1.3.7 Name Plates :
Name plates for all incoming and out coming feeders shall be provided on doors of each
compartment. Name plates shall be fixed by counter sunk screws only and not by adhesives.
Special danger plates shall be provided as per requirement.
1.4 Busbar sizing, connecting and supports :

1.4.1 The busbar shall be made from high conductivity electrolytic aluminium. The busbars and
supports shall be capable of withstanding the rated and short circuit current, stated in the feeder
details. Minimum size of main power busbars shall be 200 Amps. rating. Maximum current
density permissible for aluminium busbars shall be 8.2 Amps/mm². An earthling busbar of
minimum 150 mm² section aluminium shall be provided outside panel at bottom throughout
the length of the panel.
1.4.2 The busbars shall be provided with PVC/heat shrinkable insulating sleeve. Supports for
busbars shall be made of suitable size hyleum sheets/epoxy compound blocks and these should
be adequate in number so as to avoid any sag in the busbars.
1.4.3 Minimum clearance between phase to phase shall be 32 mm and between phase to neutral /
earth shall be 26 mm.
1.5 Power Connections :
1.5.1 For power inter-connections within the panel board :
Copper conductor PVC insulated cables of adequate cross section shall be used. For current
rating above 63 Amps. aluminium busbar strips of adequate rating shall be used. Minimum
size of copper conductor to be used shall be 2.5 mm². Cables lugs/sockets of suitable size and
type shall be used for all inter-connections.
1.5.2 For all aluminium to copper connections, suitable bimetallic material (“CUP-al” washers) shall
be used.
1.5.3 For each outgoing motor (upto 60 HP) feeder, suitable size terminal blocks (min. 3 ways) shall
be provided in its cubical and wiring upto these from contactors shall be done by panel
supplier. All the terminal blocks shall be suitable for aluminium conductor cable.
1.5.4 For incoming and outgoing feeders of the MCC aluminium conductor cable will be used and
hence the panel is to be designed for receiving these and wherever required cable boxes shall
be provided in panel by supplier. Removable gland plates shall be provided on top/bottom of
panel for cable entries.
1.5.5 To prevent accidental contacts, all interconnecting cables/busbars and all terminals also shall
be shrouded.
1.5.6 Standard colour code of red, yellow and blue for phases and black for Neutral to be followed
for all busbars / conductors.
1.6 Auxiliary wiring and Terminals :
1.6.1 Wiring for all controls, protection, metering, signaling etc. inside the switch board shall be
done with 650 volts PVC insulated copper conductors. Minimum size of those conductors
shall be 1.5 mm². Control wiring to component fixed on doors shall be flexible type.
1.6.2 The complete panel would be sub-divided into different sections by purchaser and each section
shall have its own control circuit with fuse and indication. Terminal block (Minimum 3 –
ways) for control wiring shall be provided for each outgoing Motor feeder in its cubical. 10%
spare terminals shall always be available in each terminal block. Control wiring upto these
terminal blocks shall be done by supplier.
1.6.3 All control wiring should be provided with necessary cable / sockets / lugs at both ends.

169
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
1.6.4 Conductor shall be terminated using compress on type lugs. Each termination shall be
identified at both the ends by PVC ferrules. The identification termination numbers should
match with those on drawings.
1.6.5 Control wiring for motor feeders should be such that the “green” light of motor feeder is “NO”
only when control as well as power circuit of feeder is “NO”.
1.7 Switchgears :
1.7.1 Air Circuit Breaker : The technical specifications given subsequently.
1.7.2 Moulded case circuit breakers (MCCBs) :
MCCBs shall be provided with interlocking system suitably.
1.7.3 MCB: 4 pole MCB of suitable rating for all electrical loads shall be provided.
1.7.4 The rating of the power contractors shall be as required depending upon the feeder rating
indicated in the specifications and as per the table given below. Contractor coils shall be
suitable for 230 / 440 Volts, 50Hz. unless otherwise specified. All contractors shall be
supplied with minimum 2 NO + 2 NC auxiliary contacts. additional contacts if required for
inter-licking etc. shall also provided.
1.7.5 Protective devices :
Electronic relays shall be provided for all motor feeders. The relays shall be adjustable and
self reset type. There should be SPP (single phase prevention) built up in the relay.
Any other relays, if required for motor feeders shall be specified in the feeder details.
1.7.6 Timers :
The timers shall be electronic type, suitable for 240V 50Hz. supply.
1.7.7 Push Buttons (PBs) :

push buttons shall be luminous type with 22mm hole size. Push buttons shall be with contact
elements, shall be generally mounted on openable covers. Colours shall be as follows :
Stop / open / emergency - Red
Start / close - Green
It should have minimum 1 NO + 1 NC contacts. Push buttons with built-in indication lamps
shall also be accepted in with case separate indication lamps are not required.
1.7.8 Indication Lamps :
Indication lamps shall be LED type with 22 mm hole size.
Colours shall be as under:-
Phase : Red, yellow and blue
Open/Stop/Emergency : Red
Close/Start : Green/Black
Bulbs shall be suitable for 250 volts AC supply.
1.7.9 Current Transformers (CTs) :
CTs shall be cast resin insulated type. Primary and secondary terminals shall be marked
individually. CTs shall preferably be mounted on stationary parts. CT rating and rations shall
be as per feeder ratings. These shall be capable of withstanding momentary short circuit and
symmetrical short circuit current for 1 second. Neutral side of CTs shall be earthed.
Protection on CTs shall be low reactance, accuracy should be class I VA burden. The CTs
shall be of ALPHA make.
1.7.10 Measuring Instruments :
These shall be of square pattern having approximate dimensions 96mm x 96mm, flush
mounting type. Necessary auxiliary instruments like CTs PTs etc. are also included in the
scope of supply.
The voltmeter shall be of 0-500 V range with VSS.

170
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
The ampere meter shall be 300/5 A range with ASS.
The voltmeter and Ampere meter shall be of AEI / IMP make and the voltage selector switches
shall be of Sulzer / Kaycee make
All AC meters shall be moving iron type having class 1.0 accuracy. Ammeters for motor
feeders shall have a non liner compressed scale at the end to indicate starting current.
Voltmeter shall be suitable for direct line connection.
Voltmeter shall be connected through fuses only
Energy meters shall be suitable to measure unbalanced loads of 3 phase, 4 wire system.
2.0 Special requirements :
3.0 D.G. set change over switch :

There is a requirement of 1 No. change over switch. There will be change over switch so that
operation of DG set 63 KVA is possible when there is no power & also to isolate State
Electricity Board power supply when there is necessity to operate the DG set.
4.0 Incomer :
a) For incoming feeders upto and 800 A rating provide MCCBs with 40 KA breaking
capacity with overload / short circuit and earth fault protection.
b) For all incoming feeders provide CT operated ammeter with rotary selector switch;
voltmeter with selector switch and 3 Nos. indicating lamps with red lines.
4.1 Outgoing feeders:
a) Motor feeders of rating of 10 HP or above shall be provided with suitable automatic star-
delta starters along with electronic protected relay, timer, triple pole switch fuse
unit/MCCB and ammeter. All motor feeders upto 60 HP shall be provided with MCB and
above 60 HP MCCBs with a minimum breaking capacity of 40 KA shall be provided. For
feeders below 15 HP rating provide direct reading ammeter and for feeders of 15 HP and
above rating provide CT operated ammeters. All the power contractors of star-delta
starters shall have same current rating.
b) Feeders for star-delta starters will be provided with specified current rating in the
distribution boards.
c) Motor feeders of rating less than 10 HP will be provided with suitable direct on line starters
along with thermal overload relays with single phase preventing and MCBs as per
requirement.
d) The motor feeders wired for remote control will be provided with only an OFF push
buttons the distribution board whereas for the feeders wired for local control from the
board, both ON and OFF push buttons along-with green indicating lamp for ON will be
provided on the distribution board.
e) Suitable cable glands provision will be provided for each of the incoming and outgoing
feeders.
f) The components to be used will be of either L&T / Bhartiya Cutler Hammer / C&S / GE
make. Tenderer should specify the make offered.
g) The following selection table shall be followed for starters of motor feeders unless
otherwise specified:
S. 415 V Motor H.P. Contractor MCB / MCCB
No. Rating Rating / Amps.
Amps.
1 0 to 10.0 HP 16 25 Switch
2 15 HP 32 63 -do-

171
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
3 20 to 25 HP 63 63 -do-
4 30 HP 63 100 -do-
5 40 to 50 HP 100 100 -do-
6 60 HP 100 100 -do-
7 75 HP 150 150 / 175MCCB
8 100 HP to 150 HP 150 225 MCCB
Starters / S.F. units of higher ratings should be preferably located at the bottom portion of MCC.
IMPORTANT NOTES :
1. Interlocking sequences :

Condenser water pump Jacket cooling water pump


HDI Compressor
Capacitor
2. The HP of various motor have not been specified above as the same would depend on the
design of respective equipment to be offered by the tender.
3. The necessary fully automatic star – delta starters for 40 HP motors shall have to supplied &
installed near the ammonia compressors and tested & commissioned.

172
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Part – B
Necessary Cables, Cable Trays etc.
All necessary cables for connecting Plant and Machinery for Indigenous product from main panel to
distribution panels in indigenous product section panel and from this panel to various equipment falls
in the scope of the work.
The quantities mentioned for cables & cable trays in this tender document are indicative only
and may vary as per site conditions. For connecting various equipments following cables and related
shall be required :-

(I) 1100 KV GRADE, 3.5 C ARMOURED ALUMINUM CONDUCTOR, PVC INSULATED LT


CABLE SELECTION CHART AS PER THE FEEDER DETAILS AT 8 VOLTS DROP.
S. FEEDER FEEDE CABLE LENGTH Unit TOTAL
NO. TYPE R SIZE OF CABLE Rate AMT.
RATIN (in Mtrs.) Supply, (in Rs.)
G I/T/C
(Sep.)
1. MAIN L.T 70 A 1 X 3.5 X 70 100
PANEL TO Sq.mm.
INDIGENOU
S SECTION
PANEL
Total :
(II) Following size flexible 4 core copper cables for connecting miscellaneous electrical motors
S. SIZE QTY. (in Unit Rate TOTAL
NO. mtrs.) Supply, AMT.
I/T/C (Sep.) (in Rs.)
1. 1.5 sq.mm 200
2. 2.5 sq.mm 100
3 4 sq.mm 100
4 6 sq.mm 100
Total :
The cables of Gloster / Hawells make need be supplied. All necessary lugs of Dowell make for
the various cables with due crimping shall have to be supplied and installed. Necessary loops for
cables shall have to be provided wherever necessary.

The unit rates for the cables of all sizes mentioned in the tender document also need be quoted.
(III) Cable trays : - following sizes of cable trays with covers of MS painted black for the cables of
various sizes to be run upon them :-
S. SIZE QTY. (in Unit Rate TOTAL
NO. mtrs.) Supply, AMT.
I/T/C (Sep.) (in Rs.)
1 Cable tray with cover of 4” 50
width.
Total :

Total: (I) + (II) + (III)......................................

173
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
The unit rates for the cable trays with covers also need be quoted for all above sizes.
Note : Total of Part - A + Part - B ..........................................

Special notes:

This is a turn key project. The quantities of various items listed are tentative only and may vary on
either side during execution. The final quantities of these would be as per site conditions. Cost of
installation for any addition or deletion in quantities will be calculated based on the unit prices
indicated. All necessary material which may be required for the successful completion of the project
falls in the scope of the work. If any extra quantities of quoted items are needed then the tenderer shall
supply those at the quoted unit price. If any extra item(s), not included in the tender but required for
successful completion of the work, the same will be either supplied by the RCDF / Baran &
Rajsamand and erected by the tenderer or supplied and erected both by the tenderer at mutually
agreed rates considering purchase price, taxes and handling charges etc.
Necessary ESI / PF deductions, wherever applicable shall be borne by the tenderer.
The requisite approval form Chief Electrical Inspectorate, Government of Rajasthan must be obtained
by the tenderer and the actual payment shall be reimbursed by RCDF / Chittorgarh/Bhilwara Milk
Union against production of original documents.

The tenderers are required to give the price bid for all items section-wise in the same faction as of Part
– A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing &
commissioning as well the total cost.
In addition to the standards mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union / RCDF :-
a) Indian Electricity Act and rules framed thereunder.
b) Fire insurance regulations.
c) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity Board.
d) Regulations laid down by the Pollution Control Board.
e) Regulations laid down by the Factory Inspector of the State.
f) Any other regulations laid down by the local authorities.
g) Installation operating manuals of original manufacturers of equipment.

174
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Annexure- II
INDIGENOUS PRODUCT SECTION PANEL

S.
No. Particulars Qty. UNIT Make
A INCOMER
1 150 A FP, MCCB 35 KA with adj. O/I 1 No. L&T / Siemens
and S/C protection Micro Processor
Release with Rotary Handle ,300 A
TPN, SFU Unit
2 Digital Energy Analyser Capable of 1 No Conzerv / /L& T
measuring all the Power and Energy
Parameters with class 1.0 accuracy
2 Digital Volt Meter 96 x96 of 500 V 1 No. Conzerv/ Schneider
rating
3 Digital Ampere Meter 96 x96 of 400 A 1 No. Conzerv/ Schneider
rating
4 2 A SP MCB 3 No. L&T / Siemens
5 CAM TYPE ROTARY VOLT 1 No. Salzer/ Vaishno
SELECTOR SWITCH
6 CT LINKED ROTARY AMPERE 1 No. Salzer/ Vaishno
SELECTOR SWITCH
7 Current Transformer of 400/5 A ratio of 3 No. Alpha
class 1.0 accuracy with 5 VA burden
8 LED TYPE (R, Y B) 22.5 mm 3 No. Esbee/Raas/ Telemechanique
Indication Lamp 220 V
9 LED TYPE Trip, ON, OFF 22.5 mm 3 No. Esbee/Raas/ Telemechanique
Indication Lamps 220 V
10 63 A FP MCB, 'C' curve with 10 kA 1 No. Schneider/ L&T / Siemens
breaking Capacity
11 TPN + E 5 pin Panel Mounting Plug & 1 No. Schneider/ L&T
Socket

B OUTGOING

1. Milk Tank (Vertical) 3 KL 1.5 HP 01


2. Multi-Purpose pasteurizer for Curd & 1 KLPH 01
Paneer Milk
Hot water pump 3 KLPH 1.5 HP
Milk Pump 1 KLPH 1 HP
3. Homogenizer for Curd milk 1 KLPH 5 HP 01
4. Incubation room with provision of blast 4mx3mx3m 20 HP 01 MPCB
chilling
5. Curd Cup filling machine 1200 cups 2 HP 01
per hr.

175
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
6. Packing machine for Chhach & Lassi 5000 pouch 1 HP 01
per hr.
7. Pumps (various capacity) Suitable 1.5 HP 6 Lot
8. Salt water/Sugar syrup dosing system 200 ltrs. 0.5 HP 02
Salt water/Sugar syrup tank.
Salt water/Sugar syrup dosing pump.
9. Paneer Vacuum Packing machine (double packing 1 HP 01
head) size
200gms.,
1000gms.,
5 Kg.
10. Curd storage tank (vertical) insulated 1000 ltrs 1 HP 01
triple jacketed (Agitator)
11. Pre-fab Cold store for products 5000 ltrs. 8 HP 02 MPCB

C BUSBAR
a). 300 A TPN, CONTINOUS RATED E 91
GRADE ALUMINUM BUSBAR
COMPLETE ON ALL RESPECT 1 LOT
MOUNTED ON SMC/DMC
INSULATOR WITH PROPER STEEL
HARDWARE AND INSULATTED
WITH HEAT SHRINKABLE PVC
TUBES HAVING MINIMUM
CREEPAGE DISTANCE OF 30 mm IN
EACH BUS
b). PANEL ENCLOSURE shall be 1 LOT
fabricated out of mild steel/ CRCA sheet
with required braching and support with
proper siemens grey epoxy coated
powder coated paint on outer/inner side
of the panel. The enclosure be made of
14/16 the whole panel will be
PU/Neoprene gasketted on doors. With
quality of dust and Vermin proof suitable
for comprising sideways capacitor bank
and wiring with PVC insulated copper
wires.

1.All the panel boards should be properly pre wired and requisite ferrules must be provided for easy
identification of wiring and panel drawing should be get approved before fabrication.
2. Panel should have free space to accommodate six dol starters

176
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Special notes:
This is a turn key project. The quantities of various items listed are tentative only and may vary on
either side during execution. The final quantities of these would be as per site conditions. Cost of
installation for any addition or deletion in quantities will be calculated based on the unit prices
indicated. All necessary material which may be required for the successful completion of the project
falls in the scope of the work. If any extra quantities of quoted items are needed then the tenderer shall
supply those at the quoted unit price. If any extra item(s), not included in the tender but required for
successful completion of the work, the same will be either supplied by the RCDF / Kota Milk Union
and erected by the tenderer or supplied and erected both by the tenderer at mutually agreed rates
considering purchase price, taxes and handling charges etc.
Necessary ESI / PF deductions, wherever applicable shall be borne by the tenderer.
The requisite approval form Chief Electrical Inspectorate, Government of Rajasthan must be obtained
by the tenderer and the actual payment shall be reimbursed by RCDF / Kota Milk Union against
production of original documents.
The tenderers are required to give the price bid for all items section-wise in the same faction as of Part
– A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing &
commissioning as well the total cost.
In addition to the standards mentioned, all works shall also conform to the requirements of the
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union / RCDF :-
a) Indian Electricity Act and rules framed there under.
b) Fire insurance regulations.
c) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity Board.
e) Regulations laid down by the Pollution Control Board.
f) Regulations laid down by the Factory Inspector of the State.
g) Any other regulations laid down by the local authorities.
h) Installation operating manuals of original manufacturers of equipment.

177
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Sub section-2

Project Information

178
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Project Information
“Supply, Erection, Testing And Commissioning Of Plant And Machinery For Setting Up
Indigenous Product Plant On Turn Key Basis” At Jhalawar (Raj).
Introduction

The scope of the tender shall include the following:-

Scope of Work: The scope of work includes supply, installation, testing & commissioning of plant
and machinery for setting up indigenous product plant as per list detailed below:-

Indigenous product at Jhalawar


(Curd, Chhach, Lassi, Paneer, Shrikhand)

S. Particulars Capacity Quantity


No (in Nos.)
A Curd, Chhach & Lassi
1 Milk Tank (Vertical) 3 KL 01 set
2 Multi-Purpose pasteurizer for Curd & Paneer Milk 1 KLPH 01 set
3 Homogenizer for Curd milk 1 KLPH per hr. 01 set
4 Inoculation tank 500 ltrs 02 set
5 Chhach storage tank (vertical) insulated triple 1000 ltrs. 02 set
jacketed
6 Incubation room with provision of blast chilling 4mx3mx3m 01 set
7 Curd Cup filling machine 1200 cups per hr. 01 set
8 Packing machine for Chhach & Lassi 5000 pouch per hr. 01 set
9 Chiller for Chhach 2KLPH 01 set
10 Pumps (various capacity) Suitable 1 Lot
11 Salt water/Sugar syrup dosing system 200 ltrs. 02 set
Salt water/Sugar syrup tank.
Salt water/Sugar syrup dosing pump.
Total
B Paneer
12 Paneer Vat 1000 ltrs. 01 set
13 Paneer press with hoops 120 Kg. 01 set
14 Paneer washing cum cooling tank 500 ltrs. 01 set
15 Paneer Vacuum Packing machine (double head) packing size 01 set
200gms., 1000gms.,
5 Kg.
16 SS table for paneer packing Suitable 01 set
17 Paneer Cutting /slicing knives Suitable 01 set
18 Paneer weighing machine (Platform type) Suitable 01 set
19 Pumps (various capacity) Suitable 1 Lot
Total
C Shrikhand
20 Curd storage tank (vertical) insulated triple jacketed 1000 ltrs 01 set
21 Shrikhand mixing machine Suitable 01 set
22 Shrikhand packing / sealing machine (Manual) Suitable 01 Lot

179
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Total
D Miscellaneous
23 Pre-fab Cold store for products 5000 ltrs. 02 set.
24 SS pipe & fittings i.e. Unions, bands, reducers, Suitable 01 Lot
inline filter, valves, square pipes SS nipples etc.
25 MS / GI pipes & fittings for water, steam, chilled Suitable 01 Lot
water circuit i.e. Unions, bands, flanges, nipples,
insulation (thermocol / glass wool pads) MS
structure etc.
26 M S roller Conveyor for transfer of Chhach, Lassi Suitable 01 Set
crates to cold store
Total
E Electrical
27 Wire, Cables, Starters, Switch gears, Panels etc. Suitable 01 Lot

Note:-
(13) The plant & machinery, shall be supplied as per respective specification detailed at Annexure -
X
(14) We have mentioned the minimum quantity of items required for plant under the following
technical specifications
a) Technical specification for service line and allied equipment page no. 157-165. BoQ S.No.4.02
Quantity :-1 Lot.
b) Technical specification for electrical wire cable starter switch gear panel etc. page no: - 167-
177. BoQ S.No.5.01,Quantity :-1 Lot.
c) Technical specification for pumps various capacity page no.. 135. BoQ S.No.1.10 & 2.08,
Quantity:-1 Lot (Number of pumps required as per site condition for indigenous products
section).

Tenderer has to supply the items as per site condition for successful completion of project but the
quantity of supply should not be less than the minimum quantity referred in aforesaid technical
specification. No additional charge shall be paid to tenderer against the quoted rates for aforesaid
head in BOQ.

(15) The tenderer should provide plant and machinery layout defining inter-connection of
equipment and flow of milk, milk product, water, steam etc.

(16) Following approvals are required from RCDF before fabrication of equipment and for the
execution of awarded work:- General arrangement drawing for the plant and machinery, pipe line
circuit for milk and milk product, water, steam etc.

(5) Complete electrical work: The scope of electrical covers complete electrical connection and
controls to supplied plant and machinery, electrical panel with required switch gear, i.e MCCB,
MCB, ampere meter, volt meter, relay and contractors, push buttons etc., related cables, cable
trays, suitable structure for support of cable tray etc. The drawing of electrical panel and controls
and cable layout etc. shall be get approved before execution of electrical work.The supplied
system should be hooked up with the existing system.
(6) In addition to the standers mentioned, all works shall also conform to the requirements of the

180
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
following for which necessary certifications of the concerned departments are to be obtained and
submitted to the concerned Milk Union/RCDF :-

y. Indian Electricity Act and rules framed there under.


z. Fire, Insurance and Regulations Act.
aa. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity
Board.
bb. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.
cc. Regulations laid down under the Explosive Act.
dd. Regulations as per Weight and Measure Act.
ee. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.
ff. Bureau of Indian Standards
i Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that
operation of the plant could be started as per rules and regulations from the day one after handing over
the plant. However, actual fee and other charges deposited with the government authorities will be
reimbursed to the Contractor after production of receipt.

1. The Tenderer shall be responsible for developing the conceptual layout and flow diagram to
ensure successful operation of the plant with minimum investment.
2. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry out all
minor works necessary to achieve the rated capacity of the plant even though they might not have
been expressly mentioned in the tender document.
3. All the equipment to be supplied will have to be manufactured and supplied as per the standard
specifications adopted by the Milk Plant manufacturer/dairy industry in the country.
4. This contract will be “Fixed Rate Contract” and the contractor will have to supply the equipment
and complete the erection and commissioning within the agreed contract value and no escalation
of prices will be allowed.
5. It is absolutely essential to complete the job of supply, installation, testing & commissioning of
plant and machinery for setting up indigenous product plant within 03 months from the date of
issue of purchase order.
6. The tenderer is advised to visit to site so as to apprise himself of actual site condition and
quantum of work involved.

181
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SUB SECTION - 3

Design Basis

182
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
BASIS OF DESIGNS
The supplied plant machinery for setting up indigenous product plant for manufacturing of Curd,
Chhach, Lassi, Paneer, Shrikhand to be hooked up with the existing system of 25 KLPD dairy plant at
Jhalawar (raj).

The supplier shall require to be ensure that no damage occur to any of the structure/building of plant.
If any existing structure/line is required to be removed from the job the contractor has to make it good
and restore to its existing state at his cost.

The tenderer is advised to visit the site so as to apprise himself of actual site conditions &
quantum of work involved.

183
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SUB SECTION - 4

RESPONSIBILITIES

184
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4.0 RESPONSIBILITIES OF BIDDER
4.0.1 Developing the process design, complete engineering design, manufacturing and/or supply of
goods and service and ensuring best performance of individual equipment/systems/process
plant as a whole. The bidder shall avail the assistance of reputed specialists in the respective
field wherever required as well as past experiences gained during installation/ commissioning
of the of projects.
4.0.2 Providing technical data, technical literature, production and service load calculations.
4.0.3 Arranging for approvals from various statutory authorities on behalf of the Purchaser . The
statutory fees will be reimbursed by Purchaser on production of receipt.
4.0.4 First charge of oil/lubricants.
4.0.5 Execution of project in accordance with prevailing Indian standards IER & IBR, wherever
applicable & relevant to the project.
4.0.6 Testing and commissioning satisfactorily and performance of all equipment in bidder’s scope
and after sales service at mutually agreed terms.
4.0.7 Test equipment, test kits, instrumentation and materials required for establishing performance
parameters. However laboratory equipment required for testing milk quality etc. shall be
provided by the Purchaser to establish product quality.
4.0.8 Provide necessary manpower during erection, testing and commissioning along with tests.
4.0.9 Testing, commissioning of the system under scope as per agreed performance parameters and
utility consumption.
4.0.10 Training Purchaser 's personnel in the field of instrumentation automationplant operation &
control, maintenance & repair of systems & equipment.
4.0.15 Distribution of water,chilled water, steam, electricity within the proposed Indigenous section at
Jhalawar is the scope of bidder. It includes all necessary MS / GI, required insulation on chilled
water line / steam pipe, SS pipes, fittings, structure, electricals, automation & control etc.

185
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4.1 RESPONSIBILITIES OF PURCHASER
4.1.1 Documents on local site conditions related to climate, access and communications.
4.1.2 Electric power and water will be made available for use by RCDF free of cost. These
supplies will be made, where available at one central point in the site convenient to
RCDF and all piping for service water to work area shall be furnished, installed and
maintained by erector at his own expense. He shall also furnish, install and maintain at
his cost the power lines, junction boxes and any other electrical receptacles, apparatus or
equipment from the central point of his work area.
4.1.3 Lighting and domestic wiring system and internal telephone system including the
switch boards for lighting. Engineering personnel to liaison with the supplier, Project
Manager and the execution team.
4.1.4 Permanent water and power supply at the time of pre-commissioning of the plant.
4.1.5 Adequate staff including operators, supervisors and engineers for product trials.
4.1.6 Provision of and cost of services, raw products, packaging materials & chemicals.
4.1.7 Timely provision of personnel for training.
4.1.8 Provide open storage area, lockable store and office space during erection and
commissioning of project.
4.1.9 Suitable Site fabrication yard
4.1.10 Telephone and fax on chargeable basis.
4.1.11 Payment as per agreed terms and conditions.
4.1.12 Approval of drawing within 10 days from date of submission and decision within a
week on any issue which will come up.
4.1.13 Project manager with team throughout the implementation.
4.1.14 Availability of required quantity of milk for the designed product to conduct the first
run of product trials at the rated plant capacity.

186
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
SUB SECTION - 5

BATTERY LIMIT

187
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
BATTERY LIMITS
Supplier will be responsible to undertake all the works involved in completing the
project within the battery limits prescribed below

The battery limits for setting up Indigenous section at Jhalawar as follows:

Raw Milk
Raw Milk with required quality, quantity shall be made available from near by point of milk circuit.
Transfer of milk through chiller up to milk storage tank is in scope of bidder.

Raw Water, Soft Water


The bidder should take tapping of soft water, hard water from the nearby existing soft water hard water
circuit .The bidder shall be responsible for the distribution of the water to all points of consumption,
within the Indigenous products section at Jhalawar.

LT Power
Milk Union to provide three phases LT power (four wire) at one point within plant premises, bidder will
arrange the extension of same up to work site.

Temporary Site Office and Store


The bidder shall be responsible for the construction of the temporary site office and store.

Civil
The purchaser shall be responsible for Civil works. However, the bidder shall provide for the supply of
foundation bolts along with template / sub- base, motor slide rails etc. for erection and alignment of
the equipment.

Raw Material Packing Material and Consumable.

Purchaser shall provide raw material, consumable, CIP detergent or milk etc. As required for trail run
commissioning and performance demonstration etc.

188
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Sub Section 6

Drawing, Data and Documents

189
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Drawings enclosed with the tender.

1. The space available for placement for plant and machinery for indigenous product at Jhalawar
i.e. 7 Mtr x 21 Mtr. This space is exclusive of space required for placement for pre-fab cold
stores, pre-fab Blast chiller, Chhach packing machine etc. it means that the plant and
machinery need to be placed within 7 Mtr. x 21 Mtr at first floor of on-going dairy plant at
Jhalawar.
2. Tenderer should submit the proposed plant and machinery, equipment, layout as per building
layout plan of Jhalawar Plant.

3. Tenderer should submit the proposed pipe-line (steam, hard water, soft water, milk & milk
product circuit etc. layout as per building layout plan of Jhalawar Plant.

4. Tenderer should submit fabrication drawing of equipment for approval from RCDF, before
start of fabrication.

5. Tenderer should submit foundation drawing of supplied equipment of Jhalawar Plant.


for approval from RCDF, before installation and commissioning of machinery.

6. Tenderer should submit electrical panel drawing, cable route drawing, electrical panel layout
drawing etc. For approval from RCDF, before start of installation and commission of electrical
cable, laying of cables etc.

190
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Sub Section 7

Bidders Meetings

191
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
13.0 BIDDERS MEETINGS

13.1.1 This will be general meeting at which all purchasers of the tender document may
attend.
13.2 Bidders may also request technical discussions with the Dairy / clients project team
before the tender closing date. Subjects for discussion at the technical meeting may
include:

 Project management
 Technical clarifications
 Scope of supply
 Concept of the design
 Processes
 Equipment designs
 Equipment suppliers
 Automation
 Plant management
 Quality control
 Existing equipment to be utilized in the job
 Battery limits
 Acceptable alternatives

This will be the only opportunity for bidders to discuss the project in detail with Dairy
before the commercial bid opening, and all technical matters should be resolved at
meetings.

192
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
RECOMMENDED MAKES OF MAJOR EQUIPMENT / BOUGHT OUT ITEMS

Sr Description of Item Name of tenderer


N
1. Plate Heat Exchangers i.e. Milk Chiller, GEA Ecoflex/Tetrapak/D-Laval/Alfa Laval/ IDMC/
Milk/Cream Pasteuriser, Westfalia
2. Milk / Cream Separator Tetrapak/Alfa Laval/ Westfalia
3. SS fabricated items Milk Silo / HMST GEA Process Engineering (India) Ltd./Tetrapak/D-Laval/Alfa
Ghee Kettal / Weigh Bowel / Butter Laval/ IDMC/ Westfalia/Swastik Enterprises/Food & biotech/
Melting Wet / Paneer Press / CIP SS Engineering
System / Butter Trolley / Butter Ghee
Storage Tank / Ghee Settling Churn
Cream Tank
4. Automatic Form Fill & Ceiling machine Nichrome/RMC/Samarpan
for milk
5. Automatic Form Fill & Ceiling machine Nichrome/RMC/Samarpan/Paper Products/Tetra pak
for ghee
6. Oil Fired Boilers with accessories Forbes Marshal/Thermax
7. Water Softening Plant Forbes Marshal/Thermax/Ion Exchange
8. Refrigeration plant and allied item like Kirloskar/Frick India/GEA/Servotech
cold store, IBT etc.
9. Reciprocating Ammoia compressor Kirloskar/Frick India
10. SS valves and fittings Swastika/IDMC/Sri Pumps & Fittings/Kspar
11. Curd Cup / Shrikkhad Cup Filling & Space Electricals/RMC/Samarpan/Nichrome
Ceiling machine
12. Desil Generator Set Kirloskar/Cummins/Greaves/Mahendra & Mahindra/Eicher
13. Continuous Butter making machine HMT/GEA Process Engineer (India) Ltd./Tetrapak/ IDMC
14. Automation Rockwell Automation/Tata Honeywell/ Emersion/ IIM/
Siemens
15. Dock Automation REIL
16. Electronic Weigh Bridge Avery India/Mettler
17. Ghee Clarifier Tetra Pak/Penwalt/Alfa Lavel/Westfalia
18. Can scrubbers Chaddha Sales/Swastik/IDMC/Anand Dairy
machinery/BAAF/D-Mech/RPM Engineers
19. SS Pipes Apex Tubes/Bhandhari Foils & Tubes/Ratnaani/ Nika
Tubes/Heavy Metals
20. Air compressor Elgi/Ingersol Rand
21. SS Pumps IDMC/Swastik/Sri Pumps/HMT/Alfa Laval/Tetra
pak/Filtron/Fristam/Zeutec
22. Centrifugal fans ABB / FLAKT WOODS /AEROTECH / DUVENT/
ENGICON / RITZ / TLT / NADI / AIR CONTROL
23. Starter L&T/ ABB /SIEMENS / ALLEN BRADLEY / DANFOSS
24. Programmable Protection Relay MINILEC
25. Temperature / Pressure Transmitter E&H / ROSEMOUNT
26. RTD RADIX /PYROELETRIC / ALTOP / GIC / TOSHNIWAL
27. PID Controller YOKAGAVA / CHINO / FOXBORO / TATA
HONEYWELL/SIEMENS / ROSEMOUNT
28. Level Switch (float type for liquid & E&H / ROSEMOUNT / P&F / HONEYWELL / TECHROL /
vibrating fork type for powder) SB ELECTRONICS

193
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
29. Vortex / Magnetic Steam Flow meter FORBES MARSHALL / E&H / ROSEMOUNT /
YOKAGAWA / MANAS MICROSYSTEMS
30. Process Control Valve FORBS MARSHALL /SAMSON / ROSEMOUNT
31. Butterfly Valve SAMSON /DANFOSS / DEMBLA / AVCON / TOSHBRO /
FISHER XOMOX / MASONEILAN/AUDCO/CASTLE
32. Temperature sensors / digital indicator/ YOKOGAWA / CHINO / TATA HONEYWELL / RADIX /
controller / recorder PYROTECH
33. Energy Monitor L&T / SIEMENS / ABB / ALLEN BRADLEY
34. Voltage / Current / Energy / RISHABH / ENERCON
Power/factor Transducer
35. Printer HP/Canon
36. Automation System IIM / SIEMENS / ROCKWELL/ TATA HONEYWELL/
INVENSYS / EMERSION/ MELSS / TECHNOWEIGH
37. Electric Motors ABB / KIRLOSKAR / BHARAT BIJLEE / SIEMENS /
NGEF / CROMPTON GREAVES
38. Air Circuit Breaker L&T / SIEMENS / ABB / SCHNEIDER
39. MCCB, MPCB L&T / MDS-LEGRAND / SIEMENS / ABB / MERLIN
GERIN / GE / CROMPTON GREAVES
40. Contactors L&T / SIEMENS / ABB / SCHNEIDER
41. Starter, Overload Relays L&T / SIEMENS / ABB / SCHNEIDER
42. Timers (Electronic) L&T / SIEMENS / BCH / GE
43. Fuse Switch Units L&T / SIEMENS / ABB / SCHNEIDER / C&S/ GE
44. MCBs L&T-HAGER /SIEMENS/ MDS-LEGRAND / GE
45. Push Buttons TEKNIC / ESBEE / SIEMENS / GE / VAISHNO /
46. Indicating Lamps L&T / SIEMENS / VAISHNO / TEKNIC / BINAY
47. Digital Ammeter & Voltmeter L&T /ANERCON / HPL SOCOMEC / MECO
48. Analog Ammeter & Voltmeter RISHABH / IMP / MECO / AE
49. Digital Energy Meter L&T / ENERCON / HPL SOCOMEC / CADEL / AE
50. Analog Energy Meter GEC / UNIVERSAL / HAVE / JAIPUR
51. Power Factor Meter RISHABH / IMP / MECO / AE
52. Current Transformer KAPPA / MECO / AE / IMP / INDCOIL
53. LT Power Cables FINOLEX / FORT GLOSTER / CCI / INCAB / HAVELS
54. LT Copper Control Cables FINOLEX / FORT GLOSTER /CCI / RPG ASIAN / RR
KABELS (UNILAY) / LAPP KABEL/ HAVELS
55. Signal & Instrument cable POLYCAB / LAPP KABEL / THERMOPAD
56. Power Capacitors EPCOS / MOMAYA / MEHER / KHATAU JANKAR /
SIEMENS / UNISTAR
57. APFC Relay L&T / BELUKE / EPCOS / PHASITRON / MECO
58. Cable Tray INDIANA / MEK / SUNRISE / SUPER / PILCO
59. Isolating Switches L&T / SIEMENS / ABB / SCHNEIDER / C&S
60. HRC fuses L&T / SIEMENS / EE / C&S
61. IP 55 boxes for motor isolators, push HENSEL / HANSU
buttons, junction boxes etc.
62. Terminal Blocks WAGO / LAPP INDIA / CONNECT WELL / ELMEX
63. Selector Switch L&T / KAYCEE / SALZER /
64. Cable Glands COMET / EX-PROTECTA / DOWELS / LAPP KABEL /
BRACKO
65. Programmable Protection Relay MINILEC
66. Servo Voltage Stabilizer SUVIK / APLAB / NEEL / KRYKARD
67. MS Pipes TATA / JINDAL / KALYANI / MST / ISMT
68. LP Steam / condensate Valves AUDCO / LEADER / BDK

194
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
69. Steam relief valve, traps & strainers SPIRAX / SAMSON / THERMAX
70. Expansion bend for steam line JN MARSHALL / MAZDA
71. Steam Pressure Reducing Valve SPIRAX
72. Air Compressor (Reciprocating) INGERSOLL RAND / ELGI / KIRLOSKAR
73. Cables Gloster/ Nicco/ Finolex /Universal / Cci /Rpg Havells/
74. Capacitors Mehir / Unistar
75. Energy meter L&T / Siemens / Enercon
76. Hoist Indef / Consolidated Hoist/
77. Level switch E&H / P&F / Waree
78. Milk / CIP Hoses Gayatri / Saint Gobain/ Pearl/ Sainath
79. Milk / CIP Pumps Fristum / Alfa Laval / GEA / IDMC
80. Motors ABB / Siemens / Crompton Greaves / Kirloskar
81. PRS JNM
82. Steam Flowmeter E&H / Rosemount / Yokagawa / Krone Marshall

83. Water pumps Grundfoss / Becon / Kirloskar / Jyoti


84. Pre-fabricated cold store Blue star, Carrier, Voltas, Ice maker
85. Homogenizer Tetra pack /GEA/GOMA/REPUTE
Note:- Bidder may supply Equivalent make subject to purchaser approval.

195
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
Building layout

The space available for placement for plant and machinery for indigenous product at Jhalawar

i.e. 7 Mtr x 21 Mtr. This space is exclusive of space required for placement for pre-fab cold

stores, pre-fab Blast chiller, Chhach packing machine etc. it means that the plant and

machinery need to be placed within 7 Mtr. x 21 Mtr at first floor of on-going dairy plant at

Jhalawar.

196
Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur

Вам также может понравиться