Supply, Erection & Commissioning of IBR Pipe lines and allied … NO... · 2017-05-16 · (Signed & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 4 Details
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
E-Tenders are invited for ''Renovation work at Saras Sankul, Jaipur, S/I/C of main gate at Powder Plant, Govindgarh, S/F of Pump & G.I. Pipe line work at CFP, Pali, S/F of concertina coil fencing at CFP, Pali, IBR Pipe lines and allied equipment at CFP Pali ". The estimated cost of above works are Rs. (in lacs) 8.00, 7.00, 5.00, 9.50 & 14.00 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.
No. RCDF/DPM&Proj./C-4008/2017-18/170-72 Dated 10.05.2017 SHORT TERM NOTICE INVITING TENDERS
E-Tenders are invited for ''Renovation work at Saras Sankul, Jaipur, S/I/C of main gate at Powder Plant, Govindgarh, S/F of Pump & G.I. Pipe line work at CFP, Pali, S/F of concertina coil fencing at CFP, Pali, IBR Pipe lines and allied equipment at CFP Pali ". The estimated cost of above works are Rs. (in lacs) 8.00, 7.00, 5.00, 9.50 & 14.00 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.)
Details of work –No.01 Renovation work at Saras Sankul, Jaipur.
Tender ID:- 2017_RCDF_63765_1
1 Estimated cost of construction work - Rs. 8.00 Lac
2 Earnest money (By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 16,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 500/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 500/-
5 Date & time of submission of tender - 23.05.2017 (up to 5.00 PM)
6 Date & Time of opening of Technical / Financial bid - 24.05.2017 (11.00 AM)
7 Completion period of work - 01 month
8 Validity of quoted rate in tender - 90 days
Details of work –No.02 S/I/C of main gate at Powder Plant, Govindgarh.
Tender ID:- 2017_RCDF_63716_1
1 Estimated cost of construction work - Rs. 7.00 Lac
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 14,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 500/-
4 Tender Processing Fees (By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 500/-
5 Date & time of submission of tender - 23.05.2017
(up to 5.00 PM)
6 Date & Time of opening of Technical / Financial bid - 24.05.2017 (11.00 AM)
Details of work –No.03 S/F of Pump & G.I. Pipe line work at CFP, Pali.
Tender ID:- 2017_RCDF_63767_1
1 Estimated cost of construction work - Rs. 5.00 Lac
2 Earnest money (By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 10,000/-
3 Tender Fees
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 500/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 500/-
5 Date & time of submission of tender - 23.05.2017 (up to 5.00 PM)
6 Date & Time of opening of Technical / Financial bid - 24.05.2017 (11.00 AM)
7 Completion period of work - 01 month
8 Validity of quoted rate in tender - 90 days
Details of work –No.04 S/F of concertina coil fencing at CFP, Pali.
Tender ID:- 2017_RCDF_63769_1
1 Estimated cost of construction work - Rs. 9.50 Lac
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 19,000/-
3 Tender Fees (By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 500/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 500/-
5 Date & time of submission of tender - 23.05.2017
(up to 5.00 PM)
6 Date & Time of opening of Technical / Financial bid - 24.05.2017 (11.00 AM)
7 Completion period of work - 01 month
8 Validity of quoted rate in tender - 90 days
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
4
Details of work – No. 05- Supply, Erection & Commissioning of IBR Pipe lines and allied equipment at CFP Pali.
Tender ID:- 2017_RCDF_63814_1
1 Estimated cost of construction work - Rs. 14.00 Lac
2 Earnest money
(By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 28,000/-
3 Tender Fees (By D.D. only in favour of RCDF Ltd; Jaipur)
- Rs. 1000/-
4 Tender Processing Fees
(By D.D. only in favour of MD, RISL payable at Jaipur)
- Rs. 500/-
5 Date & time of submission of tender - 23.05.2017
(up to 5.00 PM)
6 Date & Time of opening of Technical / Financial bid - 24.05.2017 (11.00 AM)
7 Completion period of work - 02 months
8 Validity of quoted rate in tender - 120 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 24.05.2017 (10:30 AM). 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.)
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
5
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 ( Rs.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 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.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
32
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.]
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
33
6.3 Any discrepancy in the drawings or between the schedule of quantities and/or
specifications.
6.4 The removal from the site of any material brought thereon by erector and the
substitution of any other material thereof.
6.5 The removal and/or re-execution of any work executed by the erector.
6.6 The dismissal from the work of any persons employed thereupon.
6.7 The opening up for inspection of any work covered up.
6.8 The amending and making good of any defects.
7.0 Right of 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,
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
34
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 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
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
35
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 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
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
36
additional payment to which ordered by the supplier may consider himself
entitled and of all extra or additional work ordered by the purchaser which he has
executed during the preceding month.
8.13 No final or interim claim for payment for any such work or expense will be
considered which has not been included in such particulars. Provided always that
the purchaser shall be entitled to authorize payment to be made for any such work
or expense, notwithstanding the suppliers failure to comply with this condition, if
the supplier has, at the earliest practicable opportunity, notified the purchaser in
writing that he intends to make a claim for such work.
8.14 The work shall be carried out as approved by the purchaser or his authorized
representative/s from time to time, keeping in view the overall schedule of
completion of the project. The suppliers job schedule must not disturb or interfere
with purchasers or the other suppliers schedules of day-to-day work. The
purchaser will provide all reasonable assistance for carrying out the jobs.
8.15 Night work will be permitted only with prior approval of the purchaser. The
purchaser may also direct the supplier to operate extra shifts over and above per
schedule. Adequate lighting wherever required should be provided by the supplier
at no extra cost. The supplier should employ qualified electricians and wiremen
for these facilities.
8.16 In-case of suppliers failure to provide these facilities. in case of suppliers failure
to provide these facilities and personnel, the purchaser has the right to arrange
such facilities and personnel and to 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
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
37
that the purchaser is indemnified under the policy, but the supplier shall require
such sub-supplier to produce to the purchaser or purchasers representatives, when
required such policy of insurance and the receipt for the payment of the current
premium
8.20 Whenever proper execution of the work under the contract depends on the jobs
carried out by some other supplier, the supplier should inspect all such erection
and installation jobs and report to the purchaser regarding any defects or
discrepancies. The suppliers failure to do so shall constitute as acceptance of the
other suppliers installation/jobs as fit and proper for reception of suppliers works
except those defects which may develop after execution. Supplier should also
report any discrepancy between the executed work and the drawings. The supplier
shall extend all necessary help/cooperation to other suppliers working at the site
in the interest of the work.
8.21 Supplier shall carryout final adjustments of foundations, leveling and dressing of
foundation surfaces, bedding and grouting of anchor bolts, bedplates etc. required
for seating of equipment in proper position. The supplier shall be responsible for
the reference lines and proper alignment of the equipment. However, all civil
works like making cutouts in walls, floors and ceilings for pipelines shall be done
by the purchaser. Adjustment & leveling are to be carried out by the supplier at no
extra cost. The purchaser shall arrange the necessary refilling/repairs of these
cutouts and pockets. The supplier should arrange for laying the supports, cutouts,
grouting of bolts, etc. when the civil works are in progress, so as to avoid
refilling/repair works. The purchaser at suppliers costs shall make the damages
occurring to civil and other works good. For fixing of piping/equipment supports
on wall/beams/roof floor etc. preferably anchor bolts shall be used by the
supplier. Drilling of holes for fixing anchor bolts is in the scope of supplier
without any extra cost.
8.22 The supplier shall keep a check on deliveries of the equipment covered in the
scope of erection work and shall advise the purchaser well in advance regarding
possible 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
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.
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 :
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
52
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, 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.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
53
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).
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 :
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
54
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 :
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 :
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
55
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.
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.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
60
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.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
61
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
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
62
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 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
electric cables for voltage not exceeding 1100 V
5959-1970 Part I
5. Specification for polyethylene insulated PVC sheathed heavy duty
electric cables for voltage 3.3 KV to 11 KV
5959-1970 Part II
6. Guide for marking of insulated conductors 5578-1970 or 5575
7. Code of practice for installation and maintenance of power cables upto
33 kV
1255-1983
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 starters
5214-1969
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 650 V
732-1989
15. Code of practice for electrical wiring installation (system voltage
exceeding 650 V)
2274-1963
16. Guide for testing three-phase induction motor 4029-1967
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
63
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 650 V
3108
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
Motor H.P.
Direct-on-line Star-Delta Starter
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 2 X 4
25 16 16 16 2 X 6
30 16 16 16 2 X 6
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
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.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
73
ANNEXURE-III
SECTION-II – SCHEDULE-I
(Refer clause No.2(b) of Eligibility Criterion)
Major works successfully completed during the past five years
Sr.
No.
Name
of
Work
Place Contract
Reference
Name
of
client
Value
of
Work
Time of
Completion
Date of
Completion
Note : Indicate plant capacity and major parameters handled.
Completion Certificate from Clients should be enclosed with the bid.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
74
ANNEXURE-IV
SECTION-II – SCHEDULE-II
(Refer clause No.2(b) (iii) of Eligibility Criterion)
WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR
Sr.
No.
Name of
Work
Work
order
reference
Name of
client
Place of
work
order
Value of
Work
order
Completion
period
Date
Note : Indicate plant capacity and major parameters handled.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
75
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.
(Signed & sealed by the tenderer (RCDF)
in token of acceptance of above) Jaipur
76
ANNEXURE-VI
TENDER BOQ SHEETS
Bidder Name
:
NUMBER # TEXT # NUMBER TEXT NUMBER # NUMBER NUMBER # NUMBER # NUMBER # TEXT #
Sl.
No.
Item Description Quantity UNIT
S
Unit Rate of
Supply
Unit rate of
erection &
Commisionin
g
Total rate of
supply
Total rate
of erection
&
Commision
ing
TOTAL
AMOUNT OF
SUPPLY,
ERECTION
AND
COMMISIONI
NG
TOTAL AMOUNT
In Words
1 2 3 4 5 6 7 8 9 10
1 IBR Piping Scd. 40 Size 50 NB Header to
PRS 1 Plant Side (along with fittings i.e bend,
flanges class 150 etc. and insulation of pipe line by
LRB pad thickness 50 MM density 100kg/ M³).
140.00 Mtrs. 0 0 0.00 INR Zero Only
2 IBR Piping Scd. 40 Size 50 NB Header to PRS 2
(along with fittings i.e bend, flanges class 150 etc.
and insulation of pipe line by LRB pad thickness 50
MM density 100kg/ M³).
70.00 Mtrs. 0 0 0.00 INR Zero Only
3 IBR Piping Scd. 40 Size 15 NB for Steam Trap
module installation. (along with fittings i.e bend,
flanges class 150 etc. and insulation of pipe line by
LRB pad thickness 50 MM density 100kg/ M³).
40.00 Mtrs. 0 0 0.00 INR Zero Only
4 IBR Thermodynamic Steam Trap module with
strainer valves (complete assembly) etc.(spirax)
5.00 Sets 0 0 0.00 INR Zero Only
5 IBR Supply and installation of Expansion Bend
Size 50 NB
4.00 Nos. 0 0 0.00 INR Zero Only
6 IBR GlobeValves
50 NB F/E
2.00 nos. 0 0 0.00 INR Zero Only
Total in Figures 0.00 0.00 0.00 0.00 0.00 INR Zero Only
Quoted Rate in Words
PRICE SCHEDULE- BoQ-1
(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.
No.
Item Description Basic Price of
supply (in. Rs.)
(Part I)
Packing &
forwarding
charge
Excise
Duty
Sales
Tax/RST/C
ST/VAT in
Rs
Entry tax if
any
Transporta
tion and
Insaurance
Any Other
Charges if Any
Total FOR
Site Price of
3-9
Installation
and
Commssioni
ng Charges
Service
Tax
Total Amount In
Rs. (10-12)
TOTAL AMOUNT
In Words
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 &
commissioning
0.00 0.00 0.00 0.00 INR Zero Only
Total in Figures 0.00 INR Zero Only
Quoted Rate in Words
PRICE SCHEDULE BoQ-2
NOTE :The total rate of supply and Installation and Commissioning of BoQ 1 will automaticaly shift to column no. 3 and 11 respectively in BoQ 2 ).Only fill column no. 4-9 and 12 of BoQ 2.(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 )