here to Complete Tender detailed documents

advertisement
West Bengal Co-operative Milk Producers’ Federation Ltd.
LB-2, Sector-III, Salt Lake City, Kolkata-700098.
Phone No: (033)23352844/60 FAX: (033) 23352896
e-mail:mail@benmilk.com
Website: www.benmilk.com
SET OF TENDERDOCUMENTS (ON LINE)
Each set contains:
1. NOTICE INVITING e-TENDER
2. CHECK LIST IN PRESCRIBED FORMAT
3. TERMS & CONDITIONS FOR SUBMISSION OF TENDER.
4. APPLICATION FORMAT (Annexure - I)
5. Specification of the item (New Refrigeration Unit at Bethuadahari Chilling
Plant and Revamping of existing Refrigeration Unit at Krishnanagar Dairy)
LAST DATE FOR SUBMISSION OF TENDER(ON LINE): 24.04.2015
Managing Director
West Bengal Co-operative Milk
Producers’ Federation Ltd.
Firms located outside the State of West Bengal should submit bid considering 1% entry tax
on total supply value. The rate must be inclusive of VAT/Tax, Transportation up to specified
site (including safe unloading at site), Packing & Forwarding, Excise (if any) and Installation
with commissioning &satisfactory Trial run of the whole supplied unit at site.
West Bengal Cooperative Milk Producers’ Federation Ltd.
LB-2, Sector-III, Salt Lake City, Kolkata-700 098
NIT NO. WBARD/WBCMPF LTD/project- Kishan/NIT-01e/10/10(QA)/15-16 Date: 10.04.2015
NIT NO. WBARD/WBCMPF LTD/project-Kishan/NIT-01e/10/10(QA)/15-16
For Supply, Installation & Commissioning of complete Refrigeration unit consisting of Frick compressors(2 nos.),
IBT(20KL), pumps, pipelines(gas & water), matching electrical cablings & earthings, expansion of condenser along
with all other accessories(as per site requirement) to chill 10000 Ltrs milk per day at Bethuadahari CP and
Revamping of existing Refrigeration unit (20 TR) as required at Krishnanagar Dairy (Through Pre-qualification).
(Submission of Bid through NIC e- tender portal --- http://wbtenders.gov.in)
The Managing Director of West Bengal Co-operative Milk Producers’ Federation Ltd., LB-2, Sector-III, Salt
Lake City, Kolkata-700098is going for e-tender for supply, Installation & Commissioning of the items as
stated above at aforesaid two sites under Kishan Co-op Milk Producers’ Union Ltd., Nadia District in
West Bengal. E-tenders are invited (on line)from agencies having proven experience in this field and
having credential to execute this type of work at Milk Coop Unions level during last two financial
years(2013-14 & 2014-15) only. Specification, scope of supply and description of the equipment& work
are as follows;i.
Complete establishment of Refrigeration unit at Bethuadahari Chilling plant, Nadia district:-
A. Frick 4” X 4” heavy duty industrial type double cylinder reciprocating ammonia compressor having
capacity of 20,500 K Cal/Hr at -10 Deg C. suction and 40 Deg C. discharge temperature while running at
470 rpm consuming 11.4 BHP complete with suction & discharge manifolds with valves, safety valves, oil
sight glass, gauge board, flywheel, motor pulley, V belts, belt guard, tools, wrenches, anchor bolt and
manual by-pass arrangements. Quantity: 2 numbers.
B. HP/LP Cutout pressure switch. Quantity: 2 numbers.
C. ABB/NGEF/KIRLOSKAR/CROMPTON make 15 HP TEFC squirrel cage induction motor suitable for
operation on 415 V, 3 Ph, 50 cycles AC supply for 1500 rpm having class ‘B’ insulation with IP-54
protection for driving the aforesaid compressor for continuous operation. Necessary slide rails and
foundation bolts to be provided with motor. Quantity: 2 numbers.
D. Frick make scrubber type ammonia oil separator of size 12” dia x 30” long. Quantity: 2 numbers.
E. Frick/STD make atmospheric type ammonia condenser each 50 NB dia x 6 M long and 12 pipes high of
MS ‘C’ class TATA make pipes and C/W gas and liquid header, inlet & outlet valves, G.I. water sprinkling
headers, MS supports etc. (All condenser coils, liquid & gas headers, supporting structure shall be spray
galvanized). Quantity: 4 Stands.
F. Jyoti/Beacon make monoblock type centrifugal water pumps C/W bronze impeller, having capacity of
17000 Ltrs per Hr at 25 MWC head. The motors will have IP-55 protection. Common base frame of MS
channel (100 X 50) be provided for all condenser pumps. Each pump should be provided with G.I. sheet
cover for motor to protect against rain. Quantity: 2 numbers.
G. B class pipes(TATA make) and fittings, valves etc. of 2 nos. compressors jacket cooling line including
makeup water line should be provided with NRV and flow switch after the compressor so that
compressor should not be started in case there is no water flow in the return line. Quantity: 1 Lot.
H. Frick make 18” dia X 9’ long ammonia receiver, C/W surge valve, safety valve, drain valve, liquid gauge
glass with valve and metal protector to be provided. Quantity: 1 number each.
I. Frick make ice accumulating cooling coil fabricated in one section out of 32 mm nominal bore MS C class
pipes (TATA make) having a total length of 270 meter and finished with spray galvanizing after
fabrication. The coil will be welded to accumulator headers (liquid separator). Dial type thermometer in
single compartment and ice thickness thermostat(cut out) with solenoid valve to be provided. Quantity:
1 set.
J. Accumulator (Liquid separator) of 350 mm dia X 1200 mm long C/W inlet and outlet connection welded
to the coil header. One set of electronic float switch, strainer, solenoid valve, and liquid bypass assy. to
be provided. The accumulator should be properly insulated with polystyrene & duly cladded with Al
sheet(22 gauge). Quantity: 1 number.
K. Chilled water tank of suitable size (Preferably 5 M X 2 M X 2 M) in one compartment of 6 mm thick MS
plates for side & partition walls whereas 8 mm thick MS plate for bottom with angle iron stiffners for
accommodating the ice accumulation coil and painted with one coat of zinc rich primer followed with
two coats of special anti corrosive water resistant, zinc rich paint. The tank shall be provided with
necessary drain connections and valves, raceway for agitator. Quantity: 1 number.
L. 100 mm thick expanded polystyrene insulation and fixing materials for aforesaid chilled water tank. The
walls of the tank shall be insulated with normal density (16 Kg/cum) insulation and bottom with heavy
density (20 Kg/cum) insulation to be provided . Quantity: 1 Lot.
M. Teak wood cover(at the top of the tank) fabricated in two equal layers of 25 mm thick including 25 mm
thick polystyrene insulation cladded with Al sheet with two nos. Al lifting handles to be provided.
Quantity: 1 Lot.
N. 12” dia vertical agitator C/W 2/3 HP motor (squirrel cage induction) of renowned make suitable for
operation on 415 V 50 Hz, 3 Ph AC supply and C/W drive accessories. Quantity: 1 set.
O. Jyoti/Beacon make monoblock chilled water pump (centrifugal) C/W bronze impeller, having capacity
17000 LPH at a 25 MWC head have to be provided. The motor shall have IP-55 protection. Quantity: 2
numbers.
P. G.I. B class pipes (TATA make) and pipe fittings, valves for circulation of chilled water and two strainers
for pump, along with dial pressure gauge etc. up to battery limit to be provided. Supply & return line
from pump header to chiller is to be considered for provision. Quantity: 1 Lot.
Q. 50 mm thick expanded polystyrene pipe insulation(normal density) for chilled water line along with fixing
materials and aluminum cladding(22 gauge) to be provided. Quantity: 1 Lot.
R. M.S. C class pipes(TATA make) & fittings, valves, etc. for ammonia refrigeration circuit interconnecting
the compressors, condensers, receiver and IBT coil including suitable air purger for the system to be
provided. Quantity: 1 Lot.
S. Compressor’s suction line pipe insulation alongwith fixing materials and Al cladding is to be done.
T. Supply & erection of suitable branded power cables, control cables, earthings, earth pit etc. are to be
provided. Quantity: 1 Lot
U. Auto controls for IBT temperature indicator of suitable range of renowned make have to be provided.
V. First charge of ammonia gas(around 300 Kg) and compressor oil(around 90 Ltrs) have to be provided as
per requirement.
W. Necessary civil work of IBT base after insulation by 3” RCC, and 10” brick wall on four side of IBT have to
be done.
X. Necessary civil work for foundation of two compressors, condenser tank(suitable size) and foundation
civil work of chilled water pumps are to be done.
Y. Paintings of equipments, pipelines etc. with standard paint are to be done.
Z. Erection, commissioning and trial run of whole plant shall be within the purview of the scope.
i.
a) Specification, scope of supply and description of main electrical panel board for abovestated work:
Sheet steel (14 SWG) free standing, floor mounted, dust & vermin proof, indoor type, front open able board
shall be provided with the following feeders with cable entries from bottom.
Incoming Feeder:
1 no. 125 amp. Rating 3 ph MCCB with 230 V, U/V coil and having adjustable overload thermal relay is to be
provided as incomer of the LT panel to receive power from the supply source. The output side of this MCCB
shall be connected to a 125 amp rating 3 Ph and neutral on load change over switch with fuse unit which
would be receiving power from DG set as well. The common output terminals of this changeover switch shall
be connected to the main bus bars of the panel board.
Incoming to the Distribution board shall be provided with the following:
One no. CT operated Ammeter(0-200 A) with current selector switch. One no. Voltmeter ranging from 0 –
500 V with voltage selector switch. Three nos. indicating lamp ‘LED’ type for 3 Ph supply. One set of suitable
rating CTs. One no. neutral Link. One no. KWH meter suitable for measuring 3 Ph , 4 wire unbalanced power
supply and for use on the stated CTs. One no. Power factor Meter.
The size of main bus bar of this panel shall be suitable for 200 amp. current rating and should be PVC sleeved.
Outgoing Feeder:
The details of outgoing feeders shall be as given below:
Sl
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
Feeder Description
EachRefrigeration
Compressor
Spare
Each Condenser Water
pump
Spare
Each Chilled water Pump
Spare
IBT agitator
Spare
Lighting
HP
rating
15
Contactor
rating(Amp)
32
Switch
(Amp)
63
Fuse
(Amp)
63
Starter
Star Delta
15
3
32
16
63
25
63
16
Star Delta
DOL
3
3
3
2
2
-
16
16
16
10
10
-
25
25
25
16
16
63
16
16
16
16
16
63
DOL
DOL
DOL
DOL
DOL
-
Individual compressor feeder should be provided ammeter (0-60 Amps) along with selector switch.
ii.
Sl.No
01.
Description, Technical Specification and scope of supply of revamping work with Refrigeration
section of Krishnanagar Dairy, Nadia.
Item Description
Qty.
Overhaulingof2 Nos. 6” x 6”existing Ammonia
Compressors(Execution of work) at Krishnanagar
Dairy.
2 Nos.
02.
Complete Replacement of I no.
1 No.
(existing) crank shaft piston, connecting
rod oil draining , Comprising suction valve.
03.
Controls for 6” x 6” ammonia compressor
3 Nos.
consists of oil Pressure Gauge, Discharge
Pressure Gauge, suction Pressure gauge
& Pressure stat of HP/LP/OP complete
gauge board including wiring (repairing work).
04.
Ammonia receiver gauge glass assembly
replacement.
05.a)
Mechanical float ½” Ø with all valves
& fittings replacement.
2 Sets.
Solenoid valve, Strainer , Bye-pass
valve& Stop valve replacement.
2 sets.
b)
1 Set.
06.
New Supply of IBT coil 32 mm NB with 5 Sets.
spray galvanized & headers 500 Meters.
07.
Dismantling of existing 5 sets of IBT coils.
08.
Repairing of Agitator assembly with 3 HP motor. 1 Set.
09.
Condenser liquid header replacement
with new liquid line valve ½”Ø 3 nos.
10.
3ӯ check valve for condenser water line.
11.a)
Scraping removing rust, Red oxide
painting& finally zinc rich primer
painting complete.(Supply)
5 Sets.
1 Set.
6 Sets.
2 Nos.
Sl.No
Item Description
11.b)
Scraping removing rust, Red oxide
painting& finally zinc rich primer
painting complete.(Labour)
6 Sets.
12.a)
Mechanical float assembly for deep
freeze and cold room diffuser.
3 Sets.
b)
Qty.
Solenoid valve assembly replacement.
3 Sets.
13.
Digital Temperature Indicator IBT (2 Nos.) 4 Sets
& Deep freezer cold room with electrical
Wiring replacement.
14.
Condenser jacket cooling header pipe &1 Lot.
taping valve change & replacement.
15.
Supply for spares for 6“ x 6”
ammonia compressor.
Piston.
Connecting Rod.
Piston Ring.
Piston Oil Ring.
Suction valves Assembly.
Discharge valves Assembly.
Oil seal assembly.
Crank shaft.
Main bearing.
C. R bearing/Bigendbearing .
Mating ring.
Carbon ring.
Erection, testing & commissioning of
above mentioned works.
a)
b)
c)
d)
e)
f)
g)
h)
i)
J)
K)
l)
16.
4 Sets.
4 Sets.
4 Sets.
4 sets.
4 nos.
4 nos.
2 Nos.
4 Sets.
4 Nos.
4 Nos.
2 Nos.
2 Nos.
1 Job
1. Necessary Earnest Money is to be submitted for participation in the tender. (The Agencies/Parties who
deposited Earnest Money against earlier e-tender vide NIT No. WBARD/WBCMPF LTD/project-
Kishan/NIT-01e/10/10(QA)/14-15 dated 22.01.2015, may submit their tender without any Earnest
Money Deposit as their earlier EMD will be considered.)
2. After publication of e-tender in news papers, detailed Specification together with terms & conditions,
BOQ (Bill of Quantities) are obtainable from website http://wbtenders.gov.in for free of cost. Submission
of tender by the tenderer can be made with the help of DSC (Digital Signature Certificate) in this
website (http://wbtenders.gov.in).Documents regarding e-tender will be viewed in the Departmental
website http://www.benmilk.com simultaneously.
3. Tenders should be normally be floated in two parts one Technical Bid (BID-A) and other Financial Bid
(BID-B).
4. Request for Bid documents/Specification by post will not be entertained.
5. Tender of the above stated equipment must be supported by :
a) Earnest Money Deposit either in the form of Demand Draft/ Bankers’ Cheque of Rs.20000/- (Rupees
twenty thousand only) on any Nationalized Bank in favour of “West Bengal Cooperative Milk Producers’
Federation Ltd.” A/c. : ___________________ (Name of the Firm/s) in original is to be submitted (off
line) on scheduled date, time and also to be documented through e-filing (on line). (Not applicable for the
participants who deposited the same against earlier e-tender on dated 22.1.15)
OR
Valid Exemption Certificate issued from the competent authority for claiming exemption of depositing
Earnest Money such as valid S.S.I. Certificate issued by Government, DGS&D Rate/ NSICCertificate, etc. to
be documented through e-filing of Technical proposal (BID–A) containing Statutory & Non-Statutory
documents.
The original demand draft/bankers’ cheque/pay order as earnest money (EMD) ordocument insupportofattested
copy of EMDexemption(scancopyofthat original document shouldbe uploaded for EMD exemption) should be
submitted physically along with brochure of the quoted item(s) to the office of the undersigned at West Bengal
Cooperative Milk Producers’ Federation Ltd., LB-2, Sector-III, Salt Lake City, Kolkata-700098, through a
forwarding letter in a sealed cover super-scribing EMD of e-tender for supply, Installation &Commissioning of
Refrigeration unit, mentioning NIT No, on or before 24.04.2015 up to 4.00 PM.
b) VAT Registration Certificate.
c) Professional tax Clearance Certificate along with challan valid up to 31.03.2014.
d) Trade License.
e) PAN card.
f) Printed Brochure/Literature of the quoted item(s)
g) Copyofterms&conditionsforsubmissionoftenderdulydigitallysigned.
h) Credential certificate in regard to the same equipment.
Documents at (a) to (h) must be submitted (on line) in original. Attested photo-copy will not be consideredin online submission as valid documents. Bidder(s) will have to sign the terms & conditions of N.I.T. before execution
of agreement, if selected.
VAT Registration Certificate if not furnished with the tender, must be furnished at the timeofreceiving
payment(Vide G.O.#3246-FT dated 29.9.1997)only once against delivery.
NO TENDER WILL BE ACCEPTED IF THE SAME IS NOTSUPPORTEDWITHALLTHEABOVE
DOCUMENTS MENTIONED AT SL. NO. (a) TO (h) IN BID–A IN STATUTORY COVER & NON
STATUTORY COVER (ON LINE).
Uniform BasicRates should be quoted NET in figure inclusive of delivery, packing, insurance, loading &
unloading charges etc. for supply of articles to all sites (situated within 150 KM from Kolkata) at BOQ (Bill
of Quantities) in financial Bid (BID-B) .THE OFFERED RATES SHOULD BE VALID up
toDecember,2015.Rates any item, if not offered for whole of the units will not be considered for acceptance.
Rates of VAT are to be indicated extra, if charged in the separate column of BOQ (Bill of Quantities) in financial
cover (BID-B)
Technical proposal (BID-A) should contain statutory & non-statutory document as described above. Financial
proposal (BID-B) should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The
bidder is to quote the rates of items on line through computer in the space marked for quoting rate in the BOQ.
Supply, installation and commissioning is to be completed within 60 days from the date of issue of order.
Theintendingbiddersarerequested to submittheirtenderalong with prescribed application form
intenderportal/onlinehttp://wbtenders.gov.inon or before 24th April 2015 up to 4.0 PM.The
softwareshall make automatic encryption of the Technical as well as Financial Bid and no one shall be
allowed to open two Bids prior to the date and time earmarked for opening by the Tendering Authority.
After evaluation of Technical Bid, those who qualify, their Financial Bid shall be opened. The technical
proposal (BID-A) will be opened on line on 27thApril 2015. There is no need to be present of Bidders or
authorized representatives in the office of the undersigned at the time of opening of the Technical Proposal
(BID-A).
For further information, the bidders are requested to please contact the undersigned.
No Tender will be accepted across the table and no such receipt will be issued thereon.
In the event of any discrepancy between downloaded tender document and master copy of the same
available in the office then the latter will be accepted & binding on the bidder. No claim will be entertained.
N.I.T. (download properly and upload the same digitally Signed). The rate should be quoted in the B.O.Q.
Quoted rate will be encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in any other place, the
tender is liable to be summarily rejected.
All the tender documents including N.I.T., terms & conditions for submission of tender & B.O.Q. will be the part
& parcel of the bid documents.
Theundersignedreservestherighttoreject any/oralltenders/atanystage without assigning any reason thereof & will
not bound to accept lowest tender. No Tender will be accepted across the table/tender box/by post or otherwise.
Sd/Managing Director
West Bengal Cooperative Milk
Producers’Federation Ltd.
West Bengal Cooperative Milk Producers’ Federation Ltd.
LB-2, Sector-III, Salt Lake City, Kolkata-700 098
Terms & Conditions for on-line submission of e-tender for supply and I/C of complete Refrigeration unit for
Bethuadahari CP(as per specification) and Revamping work of existing Refrigeration unit at Krishnanagar Dairy
(as specified above) including materials supply, execution of whole work & Commissioning.
NIT No. WBARD/WBCMPF Ltd./project-Kishan/NIT-01e/10/10(QA)/15-16
1. GENERAL INSTRUCTION TO BIDDER
Inthe event of e-filing, intending bidder may download the tender documents free of cost from the
Website: http://wbtenders.gov.in directly with the help of Digital Signature Certificate
General guidance for e-Tendering:Instructions / Guidelines for electronic submission of the tenders have
been annexed for assisting the bidders to participate in e-Tendering.
i) Registration of bidders: Any bidder willing to take part in the process of e-Tendering will have to be
registered with the Govt. e-ProcurementSystem, throughtheWebsitehttp://wbtenders.gov.inafter obtaining
DSC (Digital Signature Certificate).
ii) Digital Signature certificate (DSC):Each bidder is required to obtain a Class-II or Class-III Digital
Signature Certificate (DSC) for submission of tenders from the approved service provider of the Govt. of
India on payment of requisite amount.
iii) Tender Fees :Tender documents may be downloaded free of cost.
2. ELIGIBILITY FOR QUOTING:
On line tender invited from Manufacturers/bonafidesuppliersforsupply & I/C of Refrigeration unitas
mentioned in the notice are only eligible for quoting in this tender.
3. SUBMISSION OF BIDS:
Tender should normally be floated in two parts one technical Bid & financial Bid .Both technical bid &
financial bid are to be submitted concurrently duly digitally signed in the website http://wbtenders.gov.in.
All papers must be submitted in English Language.
Technical bid proposals are to be documented in TECHNICAL COVER. Rate/s is/ are to be quoted in
BOQ (Bill of Quantities) in FINANCIAL COVER.After evaluation of the Technical bid, those who
qualify,their financial Bid shall be opened.
The decision of the ‘Tender Committee’ will be final and absolute in this respect.
4. EARNEST MONEY
a) Each Tender, unless the Bidder is exempted under the existing orders of the West Bengal or Central
Government will have to be submitted with either Demand Draft/Bankers’Cheque/Pay Order of Rs.
20,000/-“West Bengal Cooperative Milk Producers’ Federation Ltd., A/C._______________(Name
of the Tendering Firm)” payable at Service branch Kolkatato the office of the undersigned as per
scheduled date & time in original (off line) & also to be documented (on line).(Not applicable for
the participants who deposited the same against earlier e-tender on dated 22.1.15)
OR
Valid Exemption Certificate issued from the competent authority for claiming exemption of depositing
Earnest Money such as valid S.S.I. Certificate issued by the Government, DGS&D Rate/ NSIC
Certificate, etcwill have to be submitted in original (off line) & also to be documented (on line).
b) Theoriginal Demand Draft / BankersChequesas Earnest Money Deposit (EMD) ordocument
insupportofattested copy of EMDexemption(scancopyofthat original documentshouldbe uploaded for
EMD exemption) should be submitted physically along with brochure of the quoted item(s) to the
office of the undersigned at West Bengal Cooperative Milk Producers’ Federation Ltd.
(WBCMPF Ltd.), LB-2, Sector-III, Salt lake City, Kolkata-700098, through a forwarding letter in
a sealed cover superscribingEMD of e-tender for supply& I/CofRefrigeration unit mentioning NIT
No.,on or before 24.04.15 at 4.00 PM.
c) The original Demand Draft / Bankers’ Cheque / Pay Order in original as earnest money deposit must be
documented (on line).
d) In no circumstances, will, Cash, G.P. Notes, Savings Bank Pass Book, Fixed /Term /Special Term
DepositReceipt,/ Token of Reserve Bank of India or A/c. Payee Cheque, etc. save & except those
mentioned above be received with Tender as Earnest Money.
e) The Earnest Money Deposit shall not carry interest. This Office is not liable for deposition of excess
of Earnest Money.
f) Earnest Money deposited before the date of issue of this Tender Notification will not be accepted.
Earnest Money Deposit of previous tender(Cancelled due to inadequate participants) will be considered
for this tender.
g) Registration of S.S.I. Units after submission of Tender shall not entitle the Bidder to exemption from
DepositingEarnest Money.
h) Earnest money will be released after finalization of tender & in the following cases: Tender documents which are not valid.
 In other cases, it will be released in due course.
5. TIME SCHEDULE FOR THE E-TENDER:
The time schedule for obtaining the BID documents, Pre BID meeting, registration with tendering authorities,
submission of bids & other documents etc .will be as per the list provided in clause no.19 as given below.
6.SUBMISSION OF THE TENDER:
The tender is to be submitted in a two Bid System:-One Technical Bid& other Financial Bid .The documents
will get encrypted (transformed into non readable formats)
A.TECHNICAL PROPOSAL: BID – A
 STATUTORY COVERcontaining the following documents:
 “BID–A”: PART I (SINGLE FILE MULTIPLE PAGES SCANNED):
1
Copy of Demand Draft/ Bankers’ Cheque of Rs.20000/- (Rupees twenty thousand only) payable at
Service branch Kolkatain favour of the ‘West Bengal Cooperative Milk Producers’ Federation
Ltd.,’ A/c. ____ (Name of the Firm) as Earnest Money for the tender OR Valid Exemption
Certificate issued by the Competent Authority claiming EMD exemption.(Not applicable for the
earlier participants against e-tender vide NIT No. WBARD/WBCMPF Ltd./project-Kishan/NIT01e/10/10(QA)/14-15 dated 22.1.2015)
2
Check List in the prescribed format
3
Application in the prescribed format given in Annexure I (containing detailed Specification)
4
Authorization letter of signatory from Company.
6
Copyof NIT andterms&conditions dulydigitallysigned.
 PART – 2 (NON-STATUTORY COVER/ MY SPACE)containing the following documents:
Sl. No
Category
Sub Category Description
1.
CERTIFICATESi) PAN Card of the authorized signatory.
 All valid up to 31.3.2014.
ii) Prof. Tax clearance certificate with challan valid up to
 All certificates are to be furnished
31.3.2014.
in English/Hindi Vernacular
iii) VAT Registration certificate.
 Affidavits are not valid.
 Scanned original copy
2.
COMPANY DETAILS (valid up to
iv)Trade License
31stMarch, 2014), scanned original
v) Credential Certificates
copy
3.
DECLARATION 1,2,3
Technical specification, Manual, Drawings of the quoted item
(Scanned original copy)
N.B.:ALLSTATUTORY&NON-STATUTORYDOCUMENTS AREREQUIREDTOBE FURNISHED IN ORIGINAL
AS & WHEN ASKED FOR. Neither Photocopy nor cyclostyled literature will be accepted, in case of Brochure.
B.FINANCIAL COVER: BID - B
 BOQ:
 The folder as “Financial Bid” shall contain
i)
BASIC RATE per individual unit as per the mentioned Specification including Excise Duty (if
any) incidental charges, Delivery/Transportation Charges (F.O.R. destination including
unloading),
installation & Commissioning , cabling, accessories, packing, insurance, and
exclusive of VAT, to be quoted in the bill of quantities (BOQ) for supply to the specific site
(within 150 KM from Kolkata).
ii) Amount of excise Duty to be included in the base rate in BOQ columns
iii) RatesofVATintermsof
percentage(ifleviableextra)tobequotedinseparatecolumnofBillofQuantities(BOQ).
iv) ‘C’ form will not be issued but ‘e-Waybill’ will be submitted for other States Firms at the time of
delivery.
 TheoriginalDemandDraft/Banker’sCheque against Earnest Money Deposit (EMD) or
documents in support of EMD exemption (scan copy of that document should be uploaded for
EMD exemption) along with hard copies of Bid -A should be submitted physically to the Office
at LB-2, Sector-III, Salt Lake City, Kolkata-700098as per scheduled date & time more clearly
described in the time programme under sealed cover before opening of Technical Bid (BID-A)
through a forwarding letter in a sealed cover superscribingEMD of e-tender for supply& I/C of
Mentioned items on or before 24.04.2015 at 4.00 PM.
 No original EMD as well as any other technical documents will be accepted after closingdate of BID
submission
 SUBMISSION OF HARD COPY OF FINANCIAL COVER (BID-B) IS TOTALLY
PROHIBITED AND ONLY BE SUBMITTED THROUGH ON LINE THROUGH NIC ETENDER PORTAL.
7.EVALUATION OF TENDERS:
During the tender Evaluation Process, theTechnical proposal (BID-A) will be opened first. Those bidders who
have qualifiedtheTechnicalproposals described in BID-AcontainingStatutory& Non-Statutory documents in PartI & Part-II will be identified and only theirFinancial Cover (BID-B) shall be opened. The Financial Cover (BID-B)
will not be opened and will be summarily rejected if that Bidder will fail to meet the technical requirements
participating in the tender. The bidderofferingtheitemfoundsuitable & as being as per the tender specification
will only beselected.
Technical Evaluation of the Tender will be held on two parts, i.e., opening & evaluation of tender.
Opening of the Technical Proposal:

Technical proposal will be opened by the authorized officers of the undersigned, electronically from the
website using their Digital Signature Certificate (DSC).

Cover (folder) for Statutory Documents and non-statutory documents will be opened. If there is any
deficiency in the Statutory Documents the tender will summarily be rejected.

Decrypted (transformed into readable formats) documents of the Statutory & Non-Statutory Cover will be
downloaded and handed over to the Tender Evaluation Committee.

Summarily list of technically qualified tenderers will be uploaded online.

Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of eligible tenderers
and the serial number of items for which their proposal will be considered will be uploaded in the web
portals.

During evaluation the committee may summon of the tenderers and seek clarification/information or
additional documents or original hard copy of any of the documents already submitted and if these are not
produced within the stipulated time frame, their proposals will be liable for rejection.
TheFinancial Cover (BID-B)of those bidders passing the technical requirements will only be opened.
THEDECISIONOF UNDERSIGNED/TENDERCOMMITTEEWILLBEFINALBINDING& ABSOLUTE
IN THIS RESPECT.
8.TENDER PRE- REQUISITES
a)Original Trade License, PAN card, VAT Registration Certificate, Professional tax Paid Challan Clearance
certificate, Exemption Certificate, (all valid up to 31.03.2014,) are required to be furnished along with the tender
(on line ).
b)In no case, Affidavit of Trade License / VAT Registration certificate will be accepted.
c)Authorized dealer/distributor should furnish documentary evidence to that effect along with offer will have to be
documented as mentioned in Non-Statutory cover (BID-A).
d)Legal documents (made on non- judicial Stamp paper worth Rs. 10/-) regarding appointment of
agent/stockiest/Distributor, if manufacturer or bidder wants to supply through Agent/Stockiest/ Distributor are to
be documented on line as mentioned in Statutory cover (BID-A).
e)Original Trade License, Pan Card, VAT Registration Certificate, Prof. Tax Paid Challan Clearance certificate,
Exemption Certificate, Brochure of quoted items or any other documents are required to be documented on line
and are required to be furnished when called for.
f)Bidders, if they do not furnish VAT Registration certificate must have to furnish the same at the time receiving
payment against bill otherwise payment, will not be made.
g)Duly certified copy of English/Hindi version of pre- requisites are to be furnished.
h)In case the Bidder if exempted from VAT or if he enjoys the benefit of deferment, he must submit documentary
evidence to that effect in Non-Statutory cover (BID-A) in place of VAT Registration certificate.
i)Prescribed Application Form (Annexure-I) duly filled in and signed & affix with the seal of the firm by indicating
full communicating address with PIN Code No. Telephone No/ FAX/ e-mail address/ website Number, mentioning
Tender Notification No. & Date and is to be documented on line.
10. RATE
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
Rate/s is/ are to be quoted in BOQ (Bill of Quantities) in FINANCIAL COVER-Bid-Bin figures.
Only one rate should be quoted for only one item as per specification to be purchased.
Rates should be quoted in the tender proposed to be supplied inclusive of all incidental charges such as
delivery (F.O.R. destination), installation & Commissioning, accessories, loading, un-loading, cost of
transportation, Insurance, etc.
Rates are to be quoted for items as per the specification given.
Rates shall be valid throughout the period to be covered by the contract to be executed with successful
bidders along with any extensions as may be made by the competent authority from time to time.
Rates quoted which are not as per specification mentioned in the Tender (BOQ) /Specification will not be
accepted.
Under no circumstances enhance of rate whatsoever will be accepted after closing of online bid
submission, whatever the reasons given thereafter except for any tax imposed by the Government.
Attested photocopy of Govt. Order in this respect is to be submitted while claiming such increase. If there
is no Excise Duty whatsoever, after submission of tender, it will not be allowed.
Abnormally LOW RATE of any item(s) quoted by the Tendering Firm in the offer with some malafide
intention will not be accepted, if detected.
The authority does not guarantee purchase of all the items quoted in the catalogue. Hence, rate
should be quoted accordingly.
Excise Duty when leviable should be indicated in terms of amount per unit only and Govt. of India’s
Notification No. with date and percentage of Excise Duty imposed should be mentioned for information &
scrutiny in remarks column. Any increase in Excise Duty after submission of tender will not be accepted/
allowed unless such Excise Duty is mentioned separately. Items meant for Government Use are exempted
from Octroi.
11. VALIDITY:
(i) Rate quoted shall hold good up to December2015 and/or any extended period; if situation arises and
within the validity period, Bidders must be supplied at the approved rate and refusal to supply will be dealt
with as per Tender Rule.
(ii) The validity period of rate may further be extended/curtailed at the discretion of the undersigned/Tender
Committee at the time of finalization of tender or after expiry of the period of validity.
(iii) Any addendum/ corrigendum / Extension of validity period will be notified at our departmental WebSitewww.benmilk.com as it is not possible to inform any individual.
12. Inspection:
Inspection of materials may be undertaken at the supplier’s premises whenever necessary by the Tendering
Authority/ any officer authorized by the undersigned.
.
13. AFTER SALE SERVICE:
The Tenderers should have local arrangement (within West Bengal) for ‘prompt after sale service’ of the
installed unit as and when required within warranty period free of cost.
14. WARRANTY:
Warranty period shall be either twelve months from the date of Commissioning of the installed unit or
eighteen months from the date of supply of the unit with all accessories.
15. SECURITY MONEY DEPOSIT
a) The successful bidder will have to deposit Security Money @ 2% of total work order value in Term /Fixed
Deposit Receipt on any Nationalized Bank in favor of West Bengal Cooperative Milk Producers’ Federation
Ltd. A/c. : ________ (Name of the Bidder/Firm) within 10 (Ten) working days from the date of issue of
order failing which the order will be cancelled along with forfeiture of Earnest Money Deposit kept at this
Office and no further correspondence entertained.
b)Security money will be refunded after satisfactory completion of supply, Installation & Commissioning
with trial-run of whole unit.
16.SUPPLY/INSTALLATION/COMMISSIONING:
Supply of the ordered item with all accessoriesat site must be completed within 45 (Forty-five) days
from the date of order. Installation & Commissioning of whole unit have to be completed within
15(Fifteen) days from the date of supply. Trial – run of the whole unit will be done in presence of
Federation/Union’s authorized personnel. Trial run report will be submitted duly signed by the
authorized personnel.
IT IS OBLIGATORY FOR THE BIDDER TO NOTE THAT FAILURE TO MAINTAIN DELIVERY& I/C
SCHEDULE
OF
ORDERED
ITEM
WILL
LEAD
TO
SEVERE
DISLOCATION
IN
CARRYINGOUTPUBLICSERVICEFORWHICHSUCCESSFULBIDDERWILLBEHELDRESPONSIBLE&AC
TIONWILLBETAKENSTRICTLYASPERTENDERRULESLAIDDOWNHEREIN
WITHOUT
ANY
PREJUDICEANYSHORTOFPLEAWILLBECONSIDERED,SAVE&EXCEPTANYINCIDENTOCCURRED
‘BY ACT OF GOD’ OR NON READINESS OF SITE BY ANY MEANS MAY BE CONSIDERED ONLY.
Training of Operation & Maintenance to the operator will have to be imparted free of cost at the time of
Commissioning & Trial-run.
17.PENAL MEASURE:
i)The earnest money deposit furnished by a firm will be liable to be forfeited in full (including excess
amount of earnest money, if deposited), if the firm withdraws tender as a whole or for any particular item
at any stage during the tenure of tender or fails/refuses to enter into written agreement once the rate for
any/all item/s is/are accepted within the time specified when requested to do so by this Office and/or
refuses to deposit security money. Such firms offer will not be taken into consideration in future & shall
liable to be black listed for 3 (three) years.
ii)The security money deposit furnished by a bidder is liable to forfeit in full (including excess amount of
securitymoney, if deposited)along with cancellation of order without prejudice in the event of
failure/refusal to maintain the delivery schedule and/or non-observance of terms & conditions of tender
and/or contracted specification and/or quality/ quantity and the authority will be at liberty to terminate the
contract as a whole or part.
iii)In consequence of submission of false or fabricated documents by any firm/company for participating
in the tender, if proved later on shall liable to be Black Listed for 3 (three) years.
iv)Quoting absurdly high or low rate in the opinion of tender selection committee, with the intention to
vitiate the tender process. The assessment of too low or too high will be made by a Tender selection
Committee in the context of NPPA norms or any other norms under Govt.
18. PAYMENT
a)Tax Invoice against all supplies is/are to be sent in TRIPLICATE and should invariably be submitted along
with supply documents (Challan, e-waybill, biltyetc).
b)60% Payment shall be made on receipt of acknowledged copy of challanof the Whole unit in good condition at
specified site. 30% payment will be released after successful Installation, Commissioning & Trial-run of the whole
unit duly certified by the official of Federation/Union. Balance 10% will be released on submission of Performance
Bank Guarantee of equivalent amount for one year from the date of commissioning. The payment shall be with
held, in case of violation of any tender terms & conditions.
19.MISCELLANEOUS
i) Tender pre-requisites such as Earnest Money Deposit, Trade License, etc., will not be accepted after
scheduled date & time.
ii) Conditional Tenders & Tenders not accompanied with the documents as mentioned in clause shall be
summarily rejected without any reference made to the bidder and no correspondence will be
entertained. Moreover, the bidder will have to quote all the items mentioned in the BOQ in full, no
partial bidding will be entertained and summarily rejected.
iii) If the submission and opening of tender is not possible on the scheduled date & time due to any
unavoidable circumstances, the same will be done on immediate next working day at the same time prescribed
in the tender. The bidder shall not be informed separately in this regard.
iv) The offer may go to the next bidder, if the successful bidder fails to perform the contract.
V) No negotiation/enquiry/subsequent representation regarding rate/quantity/quality or otherwise will be
entertained after closing of Bid submission (on line) Tender.
vi) No Import License, any sort of permit, etc. in respect of any item will be provided from this Office and the
Tendering Firm should have relied on their own resources.
vii) The undersigned reserved the right to reject any or all of the tenders at any stage without assigning
any reason thereof and will not be bound to accept the Lowest Tender Rate.
viii) Any dispute /difference arising out of this Tender will be referred to the sole arbitrator to be appointed by
the undersigned and the same will be held at Kolkata. Arbitrator will have the power to pass interim order and
will be guided by the Arbitration & Conciliation Act, 1996.
ix) When a Tendering Firm submitted their tender in response to this Notification, they will be deemed to have
understood fully the contents, the requirement, term & conditions of this tender. No extra payment will be
made on the pretext that the Tendering Firm did not have a clear idea of any particular point. Any offer made
in response to this tender when accepted by the Tendering Authority will constitute a contract between the
parties.
x) Non-compliance to any terms &conditions laid herein shall constitute a breach of contract and penalty for
non-compliance shall be enforced very rigidly.
xi) Firm quoting rates on behalf of its Principal should indicate that it is a DIVISION of the principal firm.
xii) All notice intended to be served on the bidder will be deemed to have been duly served, if sent under
certificate of posting or Registered post to the address mentioned in the tender or by any other process
permissible under civil law.
xiii) ALL INSTRUCTIONS GIVEN EITHER IN THE SPECIFICATION OF ITEMS, TENDER NOTICE, TENDER
& ORDER FORM ARE BINDING ON THE BIDDER & ARE PART OF TERMS & CONDITIONS.
xiv) In the event of delay/non-availability/garbled printout/inconvenience in getting access to the Website for
downloading tender documents, the authority will not be held responsible, if there is any discrepancy arises in
between printing of downloaded tender documents, the master copy available at the office will be acceptable
and intending bidders shall have to abide by.
xv) Any addendum/ corrigendum / Extension of validity period will be notified at our departmental Web-site
www.benmilk.com as it is not possible to inform any individual.
20. DATES & INFORMATION:
Sl.
No.
1.
2.
3.
6.
7.
8.
9.
10.
12.
13.
Particulars
Date, Time & Venue
Date of Publishing of N.I.T. & other Documents (online)
Starting Date of Downloading Documents (Online)
Bid submission (Starting) date (On line)
Date of hosting of documents at departmental
Website(www.benmilk.com)
Date, time & venue of submission of original copies of Earnest
Money Deposit or EMD exemption certificate (off line)along with
brochure in the sealed cover.
10.04.2015 (4.00 PM)
11.04.2015 (4.00 PM)
13.04.15 (10.00 AM onwards)
Bid Submission closing (On line)
Bid opening date for Technical Proposals (Online)
Date of uploading list for Technically Qualified Bidder(online)
Date for opening of Financial Proposal (Online)
Date of uploading of successful Bidder along with the approved rate
10.04.2015
24.04.15
Up to 4.00PM at West Bengal
Milk Federation Office, LB-2,
Sector-III, Salt Lake, Kolkata-98.
24.04.2015 at 4.00 PM
27.04.2015 at 12.00 P.M.
onwards
Shall be declared later
Shall be declared later
Shall be declared later
21.
MANAGING DIRECTOR, MILK FEDERATION RESERVES THE RIGHT TO CHANGE THE
ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTERPUTTING UP A NOTICE IN THE
DEPARTMENTAL WEBSITE & NOTICE BOARD.
22.
During the scrutiny, if it comes to the notice to tender inviting authority that the credential or any other
paper found incorrect / manufactured/ fabricated , that bidder would not allowed to participate in the
tender and that application will be out rightly rejected without any prejudice.
23.
The Tender Selection Committee reserves the right to cancel the N.I.T. due to unavoidable circumstances
and no claim in this respect will be entertained.
24.
Participants may visit the above two site before submission of tender if required with prior intimation to
the MD, Kishan Milk Union, State Dairy- Krishnanagar, Nadia, W.B. (Contact No. 9333212448) and the
undersigned.
Sd/Managing Director
West Bengal Cooperative Milk
Producers’ Federation Ltd.
FORMAT FOR CHECK LIST
Information about Bidders
(To be furnished with the Tender)
Serial
Number
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Description
Particulars
Name of the Firm
Registered Address with PIN code,
Phone No., FAX, e-mail, etc.
Name of the person authorized to
enter into & execute Contract
Agreement.
Item
Please √
Mark
Yes
No
Page
No.
Application submitted in Annexure-I
Authorization Letter of Signatory from Company
Scanned document of Authorized dealer/distributor certificate
and agreement between the manufacturer and the
Distributor/Bidder (if applicable)
Scanned document of Demand Draft/ Bankers’ Cheque/ Pay
Order of any Nationalized Bank of Rs. 20,000/- in favour of
West Bengal Cooperative Milk Producers’ Federation Ltd., as
Earnest Money.(Not applicable for earlier participants as
mentioned above)
OR
Scanned document of EMD Exemption Certificate.
Scanned document of PAN Card of the Authorized Signatory.
Scanned document of VAT Registration Certificate.
Scanned document of Tax Clearance Certificate /Paid Challan.
Scanned document of Trade License.
Scanned document of Terms& Conditions of the tender duly
digitally signed of each page.
Scanned document of Printed Literature/ Brochure/ Booklet
/Drawings, Manuals whether enclosed
Digitally signed Scanned N.I.T. (Notice inviting Tender) duly
uploaded
Signature of the Bidder with Date & Office Seal
Annexure-I
Application Format
(To be furnished in the Company’s Official Letter Head Pad with full Address with contact no.
Telephone No. FAX No., e-mail id., Website Address)
To
The Managing Director
West Bengal Co-operative Milk Producers’ Federation Ltd.
LB-2, Sector-III, Salt Lake City, Kolkata-700098
Sub:
NIT for Supply, Installation, Commissioning and Trial-run of complete Refrigeration unit
with all accessories/spare-parts etc.(as mentioned in the specification) at Bethuadahari
CP, Nadia and Revamping work (including supply of spare-parts as mentioned in the
specification) and execution of revamping work.
Ref:NIT No. WBARD/WBCMPF LTD/project-Kishan/NIT-01e/10/10(QA)/15-16
Date:
10.4.15
Sir,
Having examined the pre-qualification and other documents published in the NIT, I/We
hereby submit all the necessary information and relevant documents for evaluations:
1. That the application is made by me/us on behalf of ……………………………………… duly
authorized to submit the offer. The authorization letter from the Company is attached with the name
of the person authorized to enter into execute the agreement.
2. I/We accept the terms & conditions as lay down in the NIT mentioned above and declare that we
shall abide by it for throughout tender period.
3. I/We are offering rate for the following item/items in the BOQ as per Specification below:
i.
Complete establishment of Refrigeration unit at Bethuadahari Chilling plant:-
AA. Frick 4” X 4” heavy duty industrial type double cylinder reciprocating ammonia compressor
having capacity of 20,500 K Cal/Hr at -10 Deg C. suction and 40 Deg C. discharge
temperature while running at 470 rpm consuming 11.4 BHP complete with suction &
discharge manifolds with valves, safety valves, oil sight glass, gauge board, flywheel, motor
pulley, V belts, belt guard, tools, wrenches, anchor bolt and manual by-pass arrangements.
Quantity: 2 numbers.
BB. HP/LP Cutout pressure switch. Quantity: 2 numbers.
CC. ABB/NGEF/KIRLOSKAR/CROMPTON make 15 HP TEFC squirrel cage induction motor suitable
for operation on 415 V, 3 Ph, 50 cycles AC supply for 1500 rpm having class ‘B’ insulation
with IP-54 protection for driving the aforesaid compressor for continuous operation.
Necessary slide rails and foundation bolts to be provided with motor. Quantity: 2 numbers.
DD. Frick make scrubber type ammonia oil separator of size 12” dia x 30” long. Quantity: 2
numbers.
EE. Frick/STD make atmospheric type ammonia condenser each 50 NB dia x 6 M long and 12
pipes high of MS ‘C’ class TATA make pipes and C/W gas and liquid header, inlet & outlet
valves, G.I. water sprinkling headers, MS supports etc. (All condenser coils, liquid & gas
headers, supporting structure shall be spray galvanized). Quantity: 4 Stands.
FF. Jyoti/Becon make monoblock type centrifugal water pumps C/W bronze impeller, having
capacity of 17000 Ltrs per Hr at 25 MWC head. The motors will have IP-55 protection.
Common base frame of MS channel (100 X 50) be provided for all condenser pumps. Each
pump should be provided with G.I. sheet cover for motor to protect against rain. Quantity: 2
numbers.
GG. B class pipes(TATA make) and fittings, valves etc. of 2 nos. compressors jacket cooling line
including makeup water line should be provided with NRV and flow switch after the
compressor so that compressor should not be started in case there is no water flow in the
return line. Quantity: 1 Lot.
HH. Frick make 18” dia X 9’ long ammonia receiver, C/W surge valve, safety valve, drain valve,
liquid gauge glass with valve and metal protector to be provided. Quantity: 1 number each.
II. Frick make ice accumulating cooling coil fabricated in one section out of 32 mm nominal
bore MS C class pipes (TATA make) having a total length of 270 meter and finished with
spray galvanizing after fabrication. The coil will be welded to accumulator headers (liquid
separator). Dial type thermometer in single compartment and ice thickness thermostat(cut
out) with solenoid valve to be provided. Quantity: 1 set.
JJ. Accumulator (Liquid separator) of 350 mm dia X 1200 mm long C/W inlet and outlet
connection welded to the coil header. One set of electronic float switch, strainer, solenoid
valve, and liquid bypass assy. to be provided. The accumulator should be properly insulated
with polystyrene & duly cladded with Al sheet(22 gauge). Quantity: 1 number.
KK. Chilled water tank of suitable size (Preferably 5 M X 2 M X 2 M) in one compartment of 6
mm thick MS plates for side & partition walls whereas 8 mm thick MS plate for bottom with
angle iron stiffeners for accommodating the ice accumulation coil and painted with one coat
of zinc rich primer followed with two coats of special anti corrosive water resistant, zinc rich
paint. The tank shall be provided with necessary drain connections and valves, raceway for
agitator. Quantity: 1 number.
LL. 100 mm thick expanded polystyrene insulation and fixing materials for aforesaid chilled
water tank. The walls of the tank shall be insulated with normal density (16 Kg/cum)
insulation and bottom with heavy density (20 Kg/cum) insulation to be provided . Quantity:
1 Lot.
MM.
Teak wood cover(at the top of the tank) fabricated in two equal layers of 25 mm
thick including 25 mm thick polystyrene insulation cladded with Al sheet with two nos. Al
lifting handles to be provided. Quantity: 1 Lot.
NN. 12” dia vertical agitator C/W 2/3 HP motor (squirrel cage induction) of renowned make
suitable for operation on 415 V 50 Hz, 3 Ph AC supply and C/W drive accessories. Quantity:
1 set.
OO. Jyoti/Beacon make monoblock chilled water pump (centrifugal) C/W bronze impeller, having
capacity 17000 LPH at a 25 MWC head have to be provided. The motor shall have IP-55
protection. Quantity: 2 numbers .
PP. G.I. B class pipes (TATA make) and pipe fittings, valves for circulation of chilled water and
two strainers for pump, along with dial pressure gauge etc. up to battery limit to be
provided. Supply & return line from pump header to chiller is to be considered for provision.
Quantity: 1 Lot.
QQ. 50 mm thick expanded polystyrene pipe insulation(normal density) for chilled water line
along with fixing materials and aluminum cladding (22 gauge) to be provided. Quantity: 1
Lot.
RR. M.S. C class pipes(TATA make) & fittings, valves, etc. for ammonia refrigeration circuit
interconnecting the compressors, condensers, receiver and IBT coil including suitable air
purge for the system to be provided. Quantity: 1 Lot.
SS. Compressor’s suction line pipe insulation alongwith fixing materials and Al cladding is to be
done.
TT. Supply & erection of suitable branded power cables, control cables, earthings, earth pit etc.
are to be provided. Quantity: 1 Lot
UU. Auto controls for IBT temperature indicator of suitable range of renowned make have to be
provided.
VV. First charge of ammonia gas(around 300 Kg) and compressor oil(around 90 Ltrs) have to be
provided as per requirement.
WW.
Necessary civil work of IBT base after insulation by 3” RCC, and 10” brick wall on four
side of IBT have to be done.
XX. Necessary civil work for foundation of two compressors, condenser tank(suitable size) and
foundation civil work of chilled water pumps are to be done.
YY. Paintings of equipments, pipelines etc. with standard paint are to be done.
ZZ. Erection, commissioning and trial run of whole plant shall be within the purview of the
scope.
i.a) Specification, scope of supply and description of main electrical panel board for abovestated
work:
Sheet steel (14 SWG) free standing, floor mounted, dust & vermin proof, indoor type, front open
able board shall be provided with the following feeders with cable entries from bottom.
Incoming Feeder:
1 no. 125 amp. Rating 3 ph MCCB with 230 V, U/V coil and having adjustable overload thermal
relay is to be provided as incomer of the LT panel to receive power from the supply source. The
output side of this MCCB shall be connected to a 125 amp rating 3 Ph and neutral on load
change over switch with fuse unit which would be receiving power from DG set as well. The
common output terminals of this changeover switch shall be connected to the main bus bars of
the panel board.
Incoming to the Distribution board shall be provided with the following:
One no. CT operated Ammeter(0-200 A) with current selector switch. One no. Voltmeter ranging
from 0 – 500 V with voltage selector switch. Three nos. indicating lamp ‘LED’ type for 3 Ph
supply. One set of suitable rating CTs. One no. neutral Link. One no. KWH meter suitable for
measuring 3 Ph, 4 wire unbalanced power supply and for use on the stated CTs. One no. Power
factor Meter.
The size of main bus bar of this panel shall be suitable for 200 amp. current rating and should be
PVC sleeved.
Outgoing Feeder:
The details of outgoing feeders shall be as given below:
Sl
No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
Feeder Description
Each Refrigeration
Compressor
Spare
Each Condenser
Water pump
Spare
Each Chilled water
Pump
Spare
IBT agitator
Spare
Lighting
HP
rating
15
Contactor
rating(Amp)
32
Switch
(Amp)
63
Fuse
(Amp)
63
Starter
Star Delta
15
3
32
16
63
25
63
16
Star Delta
DOL
3
3
16
16
25
25
16
16
DOL
DOL
3
2
2
-
16
10
10
-
25
16
16
63
16
16
16
63
DOL
DOL
DOL
-
Individual compressor feeder should be provided ammeter (0-60 Amps) along with selector
switch.
ii.Description, Technical Specification and scope of supply of revamping work with
Refrigeration section of Krishnanagar Dairy, Nadia.
Sl.No
i.
Item Description
Qty.
Overhauling of 2 Nos. 6” x 6”existing Ammonia
Compressors(Execution of work) at Krishnanagar
Dairy.
ii.
2 Nos.
Complete Replacement of I no.
1 No.
(existing) crank shaft piston, connecting
rod oil draining , Comprising suction valve.
iii.
Controls for 6” x 6” ammonia compressor
consists of oil Pressure Gauge, Discharge
Pressure Gauge, suction Pressure gauge
& Pressure stat of HP/LP/OP complete
gauge board including wiring (repairing work).
3 Nos.
iv.
Ammonia receiver gauge glass assembly
replacement.
1 Set.
v.a)
Mechanical float ½” Ø with all valves
& fittings replacement.
2 Sets.
Solenoid valve, Strainer , Bye-pass
valve& Stop valve replacement.
2 sets.
vi.
New Supply of IBT coil 32 mm NB with
spray galvanized & headers 500 Meters.
5 Sets.
vii.
Dismantling of existing 5 sets of IBT coils.
5 Sets.
viii.
Repairing of Agitator assembly with 3 HP motor.
1 Set.
ix.
Condenser liquid header replacement
with new liquid line valve ½”Ø 3 nos.
1 Set.
x.
3ӯ check valve for condenser water line.
2 Nos.
xi.a)
Scraping removing rust, Red oxide
painting& finally zinc rich primer
painting complete.(Supply)
b)
6 Sets.
xi.b)
Scraping removing rust, Red oxide
6 Set
painting completepainting& finally zinc rich primer.(Labour)
xii.a)
Mechanical float assembly for deep
freeze and cold room diffuser.
3Set
xii.b)
Solenoid valve assembly replacement.
xiii.
Digital Temperature Indicator IBT (2 Nos.)
& Deep freezer cold room with electrical
Wiring replacement.
xiv.
Condenser jacket cooling header pipe & 1 Lot.
taping valve change & replacement.
xv.
Supply for spares for 6“ x 6”
Ammonia compressor.
Piston.
a)
Sets
3Sets
4 Set
4
b)
Sets
c)
Sets
d)
sets
e)
nos.
f)
nos.
g)
Nos.
h)
Set.
i)
Nos.
J)
Nos.
K)
Nos.
l)
Nos.
xvi.
Job
Connecting Rod.
4
Piston Ring.
4
Piston Oil Ring.
4
Suction valves Assembly.
4
Discharge valves Assembly.
4
Oil seal assembly.
2
Crank shaft.
4
Main bearing.
4
C. R bearing/BigendBearing .
4
Mating ring.
2
Carbon ring.
2
Erection, testing & commissioning of
1
above mentioned works.
[USE SEPARATE SHEET IN THE EVENT OF INADEQUATE SPECE/ROWS]
4. We have experience in the similar work since …………… year and credential certificates are
annexed.
5. I/We understand that the Tender Selection Committee/ Tendering authority reserves the right to
reject any application without assigning any reason.
Signature of the Bidder with date & office seal
Notice for inviting e-Tender
10.04.2015
Dated:
Reference: NIT No. WBARD/WBCMPF LTD/Project-Kishan/NIT-01e/10/10(QA)/15-16Date: 10.4.15
Managing Director of West Bengal Cooperative Milk Producers’ Federation Ltd., LB-2, Sector-III, Salt
Lake, Kolkata-700 098 is going for e-tender (On cancellation of earlier e-tender vide NIT No.
WBARD/WBCMPF LTD/Project-Kishan/NIT-01e/10/10(QA)/14-15 dated 22.01.2015) for:
i) Supply, Installation & Commissioning of complete Refrigeration Section(10 TR) with all accessories
at Bethuadahari Chilling Plant and ii) Revamping of existing Refrigeration section(20 TR) at
Krishnanagar Dairy, in Nadia District under Kishan Milk Union.
The details of Specification, scope of supply, general terms & conditions etc. as tender documents
for aforesaid work shall be available in the website www.wbtenders.gov.in from 10.04.2015. Last
date of submission of Tender through online on 24.04.2015.
Interested parties having proven experience in the concerned field may submit Tenders for
individual item as per the tender documents through online latest by 24.04.2015 (upto 4 PM). If
required, bidders may visit the above stated two sites on any working day with prior intimation to
the MD, Kishan Milk Union, State Dairy- Krishnanagar, PO. Krishnanagar, DT. Nadia (Contact No.
9333212448).
Managing Director
West Bengal Cooperative Milk Producers’ Federation Ltd
Download