Sie sind auf Seite 1von 54

Tender Document

For
Design, Supply, Installation, & Commissioning
Of
VERTICAL FORM FILL SEALING MACHINE
FOR MOZZARALLA AND CHEDDAR CHEESE
SHREDS AND DICES PACKING at Banas Dairy,
Palanpur Plant, Gujarat, India

Page 1 of 54
Notice Inviting Tender Bid

BANASKANTHA DISTRICT CO-OP. MILK PRODUCERS’ UNION LTD.,


BANAS DAIRY, PB NO: 20, PALANPUR: 385 001,Gujarat,India
Phone: (02742) 253881 to 253885
TENDER NOTICE
Sealed Tender Bids are invited for Design, Supply, Installation, & Commissioning of VERTICAL FORM FILL
SEALING MACHINE for Banas Dairy, Palanpur Plant from experienced and eligible bidders.
Tender document containing detailed scope of work, specification of items, general terms and
conditions and the eligibility criteria is available at our website: www.banasdairy.coop. Completed tender
bid, in sealed envelope super-scribed with the label “Tender for VERTICAL FORM FILL SEALING
MACHINE” by due date 19/03/2018”, can be submitted latest by 19/03/2018 up to 1.30 P.M. All bids shall
be opened on 3.00 P.M. on 19/03/2018, in presence of all present bidders.
The In charge Managing Director reserves the right to accept or reject any or all tenders without
assigning any reason thereof.
In charge Managing Director

Page 2 of 54
Index

Table of Contents
Notice Inviting Tender Bid ............................................................................................................................ 2

Index.............................................................................................................................................................. 3

Preface .......................................................................................................................................................... 4

Instructions for Submitting Tender Bid......................................................................................................... 6

Eligibility Criteria ........................................................................................................................................... 9

General Terms and conditions for Bid ........................................................................................................ 10

Annexure-1: Notification ............................................................................................................................ 16

Annexure- 2: Tender Enquiry Data Sheet ................................................................................................... 17

Annexure-3: Commercial Bid Format ......................................................................................................... 18

Annexure 2 A: Price Break Up of Bid Price (Format)................................................................................... 19

Annexure- 3: EMD Details ........................................................................................................................... 20

Annexure- 4 : Turnover Details ................................................................................................................... 21

Annexure- 5: Summary of Orders Executed ............................................................................................... 22

Annexure 6: Scope of work & Technical Specifications .............................................................................. 10

Annexure- 7: Deviation Report ................................................................................................................... 32

Annexure- 8: Format for Performance Bank Guarantee ............................................................................ 34

Annexure- 9: Vendor Registration Form ..................................................................................................... 36

Page 3 of 54
Preface

Banaskantha District Co-operative Milk Producers’ Union Ltd., Palanpur (popularly known as
Banas Dairy) is one of largest Milk Producers’ Union in Asia and is engaged in business of
processing of milk and manufacturing of Milk products through its state of the art
Manufacturing Facilities at various locations across several states. Banas Dairy has its own
Cheese Plant at Palanpur, Gujarat, India.
Banas Dairy invites tender bids for Design, Supply, Installation, & Commissioning for VERTICAL
FORM FILL SEALING MACHINE from experienced and eligible bidders.

Important Points:

 For detailed understanding of our requirement, bidder may visit Banas Dairy, Palanpur
or may contact Purchase Department.
 Bidders who have downloaded tender form from our website are required to notify our
Purchase Department by e-mailing the notification as per format given in Annexure
“Notification of Tender Document Download” to e-mail id tender@banasdairy.coop.
This notification will inform Banas Dairy about your interest for quoting against this
tender and you will be updated about various clarifications issued by Banas Dairy in
reference to this tender and also regarding any amendment in Tender Document (if any)
during its publication period at the same e-mail id from which we receive your
notification mail. In case of no timely notification submitted to Banas Dairy, Banas Dairy
will not be responsible for any lack of communication regarding any amendment in
Tender Document (if any) and other relevant communications like clarifications.

Important Dates:

Sr. No. Events Date


1 Document Download Start Date 15/02/2018
2 Document Download End Date 19/03/2018
3 Last Date for seeking clarification 27/02/2018
4 Pre - Bid Meeting 28/02/2018
5 Last Date For Submission of Bid (up to 1:30 PM) 19/03/2018
6 Opening of Bids (at 3:30 PM) 19/03/2018

Page 4 of 54
Details pertaining to Site Visit:

 Contact Person:
Shri P. D. Patel
Landline: 02742 – 253881 to 85 (Ext: 377 / 374)

 Address:
Banaskantha District Cooperative Milk Producers' Union Limited,
Banas Dairy,
PO Box- No. 20
Palanpur – 3850 01

Correspondence details for all other communications:

Purchase Department,
Main Administration Building,
Banas Dairy, Post Box – 20,
Palanpur – 385001
Email: tender@banasdairy.coop,
Landline: 02742 – 253881 to 85 (Ext: 216 / 316)

Page 5 of 54
Instructions for Submitting Tender Bid

1. Tender bid can be sent by post/ courier or submitted by hand at our office by time as
specified in tender notice. Tenders received late will be rejected.

2. Bid can be submitted by hand or by post/ courier. For bids submitted by post or Courier, it is
bidder’s responsibility that bid reaches our office on or before the scheduled time and date.

3. Tender bid should be sent in duly sealed cover, super-scribed with “Tender for VERTICAL
FORM FILL SEALING MACHINE by due date: 19/03/2018”. All the pages of Tender
document should be signed and enclosed with the tender bid, as a token of acceptance of
all terms and conditions as mentioned in the tender document.

4. All bids shall be opened in the presence of intending parties/ their authorized
representative who will be present at the time of bid opening.

5. In case tender opening date is declared a Holiday, bids shall be opened on next working day
at the same time specified above.

6. Any certificate/ document not found enclosed with the tender document as required for
fulfilling the eligibility criteria of bid may lead to declaring the party as non-eligible and in
this event their bid may not be considered and may be out rightly rejected. Bidder has to
complete all the Annexure and submit along with this Tender Document signed.

7. Tender form shall be filled up legibly preferably typed giving full name and address of the
tenderer, over writing, alterations/additions etc. will disqualify the tender unless such
overwriting, alterations/ additions are attested and signed by bidder. Conditional/
telegraphic/ fax/ E-mail tenders shall be rejected.

8. The bidder shall have to enclose following documents along with Tender bid:

a. List of all the purchase orders duly indicating the name of client, his address, type &
quantity of material and the date of Supply & Installation/ execution during the last
36 months along with at least one performance certificate (or frequent order
execution with same supplier) along with copy of the purchase orders executed in
the last one year in same firm name and style.

Page 6 of 54
b. Any document (such as excise/ sales tax document) issued by Govt. or Semi Govt.
Department which certifies/proves that the bidder is in business for the required
period should be attached along with the Tender Bid.

c. The bidder shall be registered with the office of competent authority or under
statutory bodies at the time of bid opening in the same name and style. In order to
support this bidder shall submit any of the following documents:

A copy of the Registration Certificate issued by the Registrar of Companies in case of


firms of proprietary nature
OR
Copy of partnership deed in case of partnership firm
OR
Copy of article of association in case of Pvt. Ltd. Companies
OR
Copy of registration certificate for firms registered with NSIC/Central or State Govt.
Department/ Local bodies for similar work
OR
Bidder shall enclose/mention the PAN and TAN number of the firm and to support
this, he/she shall submit a photocopy of PAN/TAN certificate
OR
Bidder’s firm shall be registered with Sales Tax Department. VAT/CST/GST numbers
shall be mentioned by the bidder and in support of this; he/she shall submit a
photocopy of Sales Tax registration certificate duly renewed by the competent
authority

9. Submitted documents shall be numbered and attached serially indicating serial number.
Total number of pages enclosed shall be shown in the index.

10. ISO certified company may be preferred to others. A copy of valid license/ certificate should
be attached with Tender Document.

11. Tender shall be accompanied with Tender Fees (Non-refundable) of amount Rs. 1000/- and
EMD (Earnest Money Deposit) of Rs. 1,50,000/-. Tender fee and EMD should be in form of

Page 7 of 54
Demand Draft in favor of Banaskantha District Co-operative Milk Producers’ Union
Limited, payable at Palanpur. Tender bids without Tender Fees or EMD will automatically be
rejected.

12. EMD of successful bidders shall be retained as security deposits without any interest till
supplies are complete against the Supply Orders issued under this Contract. (i.e. Contract
Period Completion)

13. Earnest money of unsuccessful bidder shall be returned after within 60 days from the
finalizing of contracts, without any interest on it.

14. Validity of offers should be 90 days from the date of Bid Opening.

15. Rate shall be finalized based on the lowest offer strictly complying with specifications.

16. Parties who have been suppliers of our union or any milk union in the past also have to
comply with all these conditions. No relaxation whatsoever shall be given to them.

17. Any offer received after due date or times shall be straightway rejected.

18. We reserve the right to accept or reject any quotation, to reject quotations for some or all
items and to cancel the entire bidding process at any point of time without assigning any
reason.

19. If any dispute or differences arises at any time between the two parties in respect of or
concerning anything contained or arising out of contract shall be referred to sole arbitrator
(i.e. our In charge Managing Director). The decision of the arbitrator shall be final and
binding on both the parties.

20. Canvassing in any form will lead to disqualification of the bid.

21. For all legal matters and disputes, Palanpur court shall be the Jurisdiction.

Seen and accepted


Signature of party with office stamp

Page 8 of 54
Eligibility Criteria

The bidders must meet the following minimum qualification criteria:

1. The Bidder or its foreign collaborator, in the same name and style, should be in business at least
for last five financial years at time of bid opening. In case of change of name of bidder by merger
/ acquisition / change in status, the bidder may be eligible based on the documentary evidence.

2. The Bidder or its foreign collaborator should have valid registration under various Acts that may
be applicable for the contract proposed. This shall include but not limited to Income Tax,
Companies, GST, Employee State Insurance, Contract Labour, Provident Fund etc.

3. The Bidder’s financial turnover in the same name and style during each of the last three financial
years (i.e. 2014-15, 2015-16 and 2016-17) should not be less than Rs. 75 Lakhs.

4. The Bidder or its foreign collaborator in the same name and style shall have successfully
supplied, installed and commissioned at least 03 machines in last 05 years of similar nature for
Food / Dairy products.

Similar nature of works means the Bidder or its foreign collaborator in the same name and
style, should have successfully designed, supplied, installed and commissioned at least
one fully automated packing machine of similar nature within country or abroad.

The Purchase order and commissioning certificate shall be attached for the evaluation.

Note:

 Bidder is required to submit documentary evidence of the same i.e. duly signed copies
of Purchase Order and Satisfactory Performance Certificate.
 Mere fulfillment of above eligibility criteria will not automatically ensure bidder’s
qualification/ short-listing for the award of contract and our decision on this matter will
be final & binding.

Page 9 of 54
General Terms and conditions for Bid

1 . The completion period of the contract shall be for the period of 6 months from the
date of placement of purchase order.
2 . Offers should be strictly according to our specification and scope of work, failing which
it may not be considered. Item to be supplied has to be strictly as per Annexure for
Scope of Work & Technical Specifications.

3. The officers of our Union shall be allowed to inspect the works and/ or any document
referred to in the tender. If it is found that the declarations made by the bidder in Bid
are false/ misleading/ faulty, the bidder shall be disqualified and the earnest money
deposit submitted shall be forfeited.

4. Comprehensive Warranty/ guarantee (including repairs and replacement) for all items/
goods supplied shall be as detailed and mentioned in technical specifications and scope of
work.

This Comprehensive warranty/guarantee shall remain valid till warranty period mentioned
in technical specification after the Goods have been delivered at site, installed and the
system successfully tested, commissioned and accepted by the Purchaser.

Any complaint during this warrantee/ guarantee shall be attended to within 24 hours by the
bidder at no cost. Upon receipt of such notice or complain, the Supplier shall, with all
reasonable speed, repair or replace the defective Goods or parts thereof, without costs to
the Purchaser. If the Supplier, having been notified, fails to remedy the defect(s) within a
reasonable period, the Purchaser may proceed to take such remedial action as may be
necessary, at the Supplier's risk and expense and without prejudice to any other rights
which the Purchaser may have against the Supplier under the Contract.

The bidder warrants that the goods and equipment, supplied, installed and commissioned
under the Contract are new, unused, of the most recent or current models and incorporate
all recent improvements in design and materials unless provided otherwise in the Contract.
The supplier further warrants that the goods supplied under this Contract shall have no
defect arising from design, materials or workmanship (except insofar as the design or
material is required by the Purchaser’s Specifications) or from any act or omission of the
Supplier, that may develop under normal use of the supplied Goods in the conditions
obtaining in the country of final destination.

The Supplier also guarantees that the Goods supplied shall perform satisfactorily as per the
designed/ rated/ installed capacity as provided for in the Contract.

The Supplier shall guarantee the complete installation for satisfactory performance for a
minimum period mentioned in technical specifications from the date of commissioning. Any
defect arising out of faulty installation or use of substandard material or workmanship shall

Page 10 of 54
be rectified by the Supplier at his own cost.

Please Note:

 Initial acceptance of goods is not the final acceptance of quality.

 In case materials/ services are found to be substandard at any level, on receipt of


the same Banas Dairy reserves the right to reject the material out rightly. Labor
Charges, if any will also be recovered from the bidder. Banas Dairy reserves the right
to send your material for testing at any laboratory of our choice and in case the
result is found unsatisfactory, it also reserves the right to take any action as deemed
fit.

 Supplier’s warrantee certification should be provided as per warrantee/ guarantee


mentioned herewith along with operational & maintenance manual.

5. Inspection and Tests: The Purchaser or its representative shall have the right to inspect
and/ or test the Goods to confirm their conformity to the Contract. The inspections and
tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of
delivery and/or at the Good's final destination.

Should any inspected or tested Goods fail to conform to the Specifications, the Purchaser
may reject them and the Supplier shall either replace the rejected Goods or make all
alternations necessary to meet specification requirements free of cost to the Purchaser.

The Purchaser's right to inspect, test, and where necessary, reject the Goods after the
Goods arrival at the destination shall in no way be limited or waived by reason of the Goods
having previously been inspected, tested and passed by the Purchaser or its representative
prior to Goods shipment.

6. Supplier will be responsible to organize pre-visit of the site before initiation of any supply
and also will be required to submit detailed report regarding the readiness of site.

7. Storage of Equipment: The Supplier shall be responsible for the proper storage and
maintenance of all materials/ equipment under Supplier's custody. Supplier shall take all
required steps to carry out frequent inspection of equipment/ materials stored as well as
erected equipment until the same are taken over by the Purchaser.

8. Spares: - Suppliers is required to provide spares for normal operation for 1 year from the
date of commissioning of machine.

9. Testing and Commissioning: The Supplier shall operate, maintain and give satisfactory trial
run of the equipment satisfactorily for a maximum period as mutually agreed by supplier/
purchaser/ owner of the equipment at the rated output. All rectification of damages/
defects and routine trouble shooting should be carried out by the Supplier.
Page 11 of 54
During this period, Supplier shall incorporate/ execute necessary minor modifications
during the trial period for maximizing operational efficiency. The Supplier should also
execute minor modifications as may be suggested by the manufacturer/ Purchaser. The
supplier shall suggest recommended log sheet Performa for recording necessary operating
data and pass it on to the Purchaser in proof of satisfactory rated output and performance
of the equipment.

The Supplier shall demonstrate proper working of all mechanical and electrical controls,
safety and protective device, in presence of the Purchaser's engineer and the same should
be duly recorded.

After conducting testing, in case particular equipment is not working properly or not giving
rated output the Supplier will furnish a detailed report to the Purchaser stating therein the
detailed account of the performance of the equipment with possible reasons for improper
or not working of the same.

Further, before the commencement of testing or commissioning, the Purchaser reserves the
right to invite the original manufacturer's representative at the cost of the Suppliers for
start-up help, assist and guide the Supplier during commissioning in any of following cases:

a. The Supplier has no previous experience of commissioning and start-up of the similar
equipment

b. The Purchaser is of the opinion that the Supplier is not capable to commission and start-
up of certain specific equipment

However, in either of the cases the manufacturer’s representatives would be called with
prior information to the Supplier and the Supplier will have to extend all co-operations to
such representatives in good spirit and in the interest of the work.

The necessary quantities of consumables, miscellaneous spares etc., required for the
installation, commissioning, testing and start-up of all the equipment till handing over are to
be supplied the Supplier and nothing extra would be paid for these.

10. Cleaning of Site: All soils, filth or other matters of offensive nature taken out of any trench,
drain or other places shall not be deposited on the surfaces, but shall at once be carted
away by the Supplier from the site of work for proper disposal.
The Supplier shall not store or place the equipment, materials or erection tools on the drive
ways and passages and shall take care that his work in no way restricts or impedes traffic or
passage of men and materials during erection, the Supplier shall without any additional
payment, at all time keep the working and storage area used by him free from
accumulation of dust or combustible materials, waste materials rubbish packing, wooden
planks to avoid fire hazards and hindrance to other works.

Page 12 of 54
If the Supplier fails to comply with these requirements in spite of written instructions from
the Purchaser, the Purchaser will proceed to clear these areas and the expenses incurred by
the Purchaser in this regard shall be payable by the Supplier. Before completion of the
work, the supplier shall remove or dispose off in a satisfactory manner all scaffolding,
temporary structures, waste and debris and leave the promises in a condition satisfactory to
the Purchaser. Any packing materials received with the equipment shall remain as the
property of the Purchaser at the completion of his work and before final payment; the
Supplier shall remove and shall restore the site to neat workman like conditions at his cost.

11. Risk Purchase: In case of delayed supplies/ erection/ commissioning, purchase/ execution of
work may be completed at the risk, cost and responsibility of the supplier after expiry of
scheduled date without any notice. Extra amount spent on Risk Purchase/ completion of
work shall be adjusted against the earnest money/ pending payments or same shall be
recovered from your firm.

We will reserve the right to effect risk purchase/ execution of the work in case of non-
fulfillment of any of various terms and conditions of the contract by the supplier at his risk
& cost.

12. Import license and foreign exchange variation: No import license shall be provided by the
BANAS DAIRY for goods offered against this bid. Necessary clearances/ licenses from the
concerned Authorities for any imported goods/items offered shall be obtained by the
bidder at his cost & responsibility.

Non-availability of or delay in obtaining license/ clearance shall not, under any


circumstances, entitle the bidder to seek any compensation/relaxation under the contract
and/or relieve the bidder from any of his obligations under the contract. Foreign Exchange,
Duties etc. variation, if any, shall also be to the account of the bidder and no price
escalation will be given.

13. Maintaining ethical standards in business: It is highly necessary for the suppliers to ensure
that business ethics are maintained at the highest degree with Our Union. In no case we will
be able to tolerate any unethical practice by the supplier by way of offering either cash or
in kind or compensation in any form either to get the rejected material accepted or to get
higher volume of the business than the approved quantity.

By any chance if it comes to our notice that you or any of your employee/ representative/
Agent has tried to initiate such unfair business practices with any of our employee or any of
the employee/ decision maker of our Union even with/ without any documentary
evidences, the same shall be considered as a cancellation of Purchase order. and we
reserve our right to terminate/suspend the Purchase order and the contract during any
time without assigning any reason thereof.

14. Insurance: The goods supplied under the contract shall be fully insured against loss or
damage incidental to manufacturer or acquisition, transportation, storage & further
Page 13 of 54
installation at site and till successfully handed over to purchaser along with delivery in
the manner specified in the special conditions of contract. If any loss or damage occurs
during supply of goods under contract, the supplier shall make arrangement for repair and
replacement of any damaged, item/s in stipulated time.

15. Performance Security: Successful bidder shall be required to furnish a performance


security in form of Bank Guarantee of 10 % Value of the executed order valid for entire
warranty period from the date of commissioning. In case of failure in submission of
appropriate bank guarantee, same amount will be retained from supplier’s bill. Bank
Guarantee should be from any Nationalized Bank having at least one branch at Palanpur.

16. For delay in Supply, Installation & Commissioning of goods, a late penalty @ 0.5% per week
shall be deducted subject to a maximum of 5 % of the contract price. On further delays
order shall be liable to be cancelled. However our Incharge Managing Director can waive off
such penalty depending upon the reasons for delay.

17. Delivery of Goods: Material shall be delivered at the destination as specified in the Purchase
Order on any working days (except Sundays & holidays)

18. Payment Terms: 30 % advance against Bank Guarantee of same value, 60 % against receipt
and 10 % after successfully installation and upon submission of Bank Guarantee of 10 %.
Note: Erection/ commissioning should, however, be completed within 30 days of the receipt
of respective material at site in any case.

19. Other Commercial Terms and Conditions:

a. Invoices will be raised in the name of Banaskantha District Cooperative Milk Producers’
Union Ltd, Palanpur

b. Supplier will be required to submit two copies of invoices

c. All the taxes will be charged in Invoice

d. In case of any change in tax rate, the same shall be applicable as per statutory norms

20. Force Majeure: If any Force Majeure situation arises, the Supplier shall promptly notify the
Purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by
the Purchaser in writing, the Supplier shall continue to perform its obligations under the
contract as far as is reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure event.

21. Purchaser's Instructions: The Purchaser may in his absolute discretion, issue from time to
time drawings and/ or instructions, directions and clarifications which are collectively
referred to as Purchaser's instructions. These instructions will be binding on the supplier.

22. Training of Personnel: Necessary staff, as may be deputed by the Purchaser, shall be trained

Page 14 of 54
by the Supplier for operating the equipment. The personnel will be associated for the
training during the installation, testing, commissioning and start-up period and the training
tenure can be extended for a period of one week from the date of commissioning and start-
up.

23. Approvals: The Supplier shall obtain all the necessary legal approvals.

24. Jurisdiction: Settlement of any dispute out of the Supply Order/ contract against this bid
shall be subject to the courts at Palanpur only.

25. Data on firm: Please send data on your firm and information in the enclosed Annexure. The
tender bid received without above information or with incorrect information may not be
considered.

Page 15 of 54
Annexure-1: Notification

Interested Bidders who have downloaded tender form from our website will be required to notify
Purchase Department of Banas Dairy at e-mail id: tender@banasdairy.coop.

Format of Notification

To,
Purchase Department,
Banas Dairy, Post Box- 20,
Palanpur-385001
Subject- Notification of Downloading of Tender Document

Dear Sir,
In reference to above cited subject, we..... [Name and Address of Bidder]....., have downloaded
“Tender Document for Design, Supply, Execution, Installation, & Commissioning of VERTICAL
FORM FILL SEALING MACHINEfor Banas Dairy” and are interested to quote for the same
before the scheduled deadline.

Hence in this regard, we request you to please send us all relevant communications (including
clarification issued by Banas Dairy to various others interested Bidders and any amendments in
Tender Document) at following Contact Details:

Name of Bidder Firm:


Name of Concerned Person:
Business Address:
E-mail Address:
Contact No:
Mob No:

Page 16 of 54
Annexure- 2: Tender Enquiry Data Sheet

The following specific data for this Tender Enquiry shall complement, supplement, or amend the
provisions in the Invitation in Tender and Instructions to Bidders. Whenever there is a conflict, the
provisions herein shall prevail over those in the ITB.

Name of the Purchaser:


Banaskantha District Co-operative Milk Producers’ Union Ltd., Palanpur

Description of Goods:
Design, Supply, Installation, & Commissioning of Design, Supply, Installation, & Commissioning of
VERTICAL FORM FILL SEALING MACHINE for Banas Dairy
Purchaser’s Address:
PB NO: 20, Palanpur-385001, Banaskantha, Gujarat, India

Submission of Queries on T/E Document:


Not later than– 27.02.2018 till 15:00 hours, to the following e-mail: tender@banasdairy.coop

Pre- Bid Meeting: On 28.02.2018 , 11.00 AM at Main Dairy Plant at Palanpur (Gujarat)

Bid Validity: Validity of bid shall be no less than 90 days from the date of submission
Required number of copies of the Tender:
Two (Original plus one photocopy) and clearly mention “AN ORIGINAL” on original & “COPY” on
photocopy.
The address for Tender submission:
Purchase Department,
Banaskantha District Co-operative Milk Producers’ Union Limited
PB NO 20 , Palanpur : 385001, Dist : Banaskantha
Due date (Deadline) for Bid submission: 19/03/2018 at 1.30 P.M.

Opening of Quotation: 19/03/2018 at 3.00 P.M.

Page 17 of 54
Annexure-3: Commercial Bid Format

(In figure)
Sr. (In word)
Description
No.

Landed Rate/Unit for Design, Supply, Installation, & Commissioning of Vertical Form Fill
1
Sealing Machine(Inclusive of All taxes, Freight, Insurance & other charges if any)

Detailed Price Break Up is to be mandatorily be provided by Bidder in Annexure 2A


We agree to Design, Supply, install and demonstrate the performance of the above items as mentioned in the tender document of contract price quoted against each
item within the period specified. We also confirm that all comprehensive warranty/ guarantee period applicable shall be as per mentioned in Technical Specification for
all items.
The above mentioned bid price includes all those items also, which may not be mentioned in Tender Document but are essential for normal functioning of Machine.

Signature of Bidder: ……….…………………………..


Name: ...………………………………………
Business Address: …………………………………………….
Place: ……………………………………….
Date ……………………………………………….

Page 18 of 54
Annexure 2 A: Price Break Up of Bid Price (Format)
Freight Installation
Sr. Basic Unit Other Charges
Item Description Quantity Taxes Charges (incl. Charges (incl. GST Landed Unit Rate
No. Rate (if any)
Insurance) Tax)
Design, Supply, Installation, &
Commissioning of VERTICAL
1 FORM FILL SEALING MACHINE 1 Each
Note:
 Bidder is mandatorily required to provide the detailed price of the quoted bid price as per above mentioned format
 Above mentioned format is indicative in nature and bidder may choose to provide requisite price break up detail as per their applicable format
 Bidder is required to take in to account all the items/ equipment/ services, which may not be mentioned in the tender document but are essential for the
completion of project as per their assessment. No extra payment shall be made for items/ quantities which has not been mentioned by the bidder.

Page 19 of 54
Annexure- 3: EMD Details

1. Earnest Money Deposit Details (Rs. 1,50,000/- )

Details of Bank draft:

No.___________

Dated_______________ Drawn On (Name of Bank) ____________________

EMD Amount Rs._______________________________________________

(Rupees in words

(________________________________________________)

I/we have read the instructions carefully and accordingly submitting the tender as per the
terms and conditions as given in the tender notice for “Design, Supply, Installation, &
Commissioning of VERTICAL FORM FILL SEALING MACHINE for Banas Dairy”

Date:

Signature of the Party

With office stamp

Page 20 of 54
Annexure- 4: Turnover Details

Financial Year Turnover (In Rupees)


F.Y.2016-17
F.Y.2015- 16
F.Y.2014-15
F.Y.2013-14

F.Y.2012-13

Page 21 of 54
Annexure- 5: Summary of Orders Executed

Name of the Bidder: ______________________________

Execution of Similar Projects during April- 2014 to Sept-2017: ________________________

Name of Dairy/ Reputed Description of the Project Month - Total Value


Organization Executed Year (in Rs Lacs)

Note: Purchase Order copies should be enclosed in support of the above.

Date: Seal of Company & Signature of Authority


Page 22 of 54
Annexure 6: Scope of work & Technical Specifications
I. INTRODUCTION

The Banaskantha Disc. Co-op. Milk Producers’ Union Ltd., Palanpur is manufacturing of the
cheddar cheese, processed cheese and mozzarella cheese which have following capacity:

1. Manufacturing and packing of 30 MTPD cheddar cheese in 20 kg blocks

2. Manufacturing and packing of 24 MTPD processed cheese in block, portion and slices

3. Manufacturing and packing of 20 MTPD mozzarella cheese in shred and dices

Mozzarella cheese is m a n u f a c t u r e d in 1kg and 0.2 kg blocks which is packed and kept in ASRS
system for ripening. After ripening certain quantity of 1 kg block is opened up to packing area to
pack shredded / diced for further packing in different pack sizes.

Presently Banas dairy is packing 250 Mt per month shred and dice mozzarella cheese in VFSS
Machine. Hence due to marker requirement of dice and shred banas dairy is going to procure one
new complete line for packing of shred and dice cheese.

The packing machines shall be required for packing of Shred and dice mozzarella/cheddar cheese.
The tender covers the scope of supply, testing & commissioning of vertical form fill sealing machine
for mozzarella/cheddar cheese shreds and dices packing line.

The scope of work for the tender is including design, supply, supervision in installation, testing and
commissioning of all equipment, piping, electrical, instrumentation, automation and structural
works as necessary for the functional and design requirements and performance of the
packing machine line as defined further.

The bidder must agree to undertake the entire job as a whole and there should not be any exclusion
whatsoever of any PART. It should be understood that any minor work, which may not be
explicitly detailed but is necessary for the proper functioning of the individual packing line
equipment and product manufacturing with high quality and efficiency as a whole is included in
the scope of work without any additional cost.

The design, layout and selection of technology, equipment & its automation and services,
methodology of the Equipment execution, testing and commissioning shall be carefully planned and
executed with the full knowledge of efficient operation and routines of processing and packaging the
product.

All raw material including cheeses, utilities /services shall be provided by the cheese Equipment
supplier to the packing machines as per the battery limit specified in the tender. The bidder shall
have to design and submit the process flow / time schedule, P&I diagrams, operation parameters,
equipment details with layout based on the system offered.
All the consumable which are to be arranged by the purchaser shall be informed by the bidder
in their bid. Packing film and product shall be provided by the purchaser.

VI-10
The final quality standards of the product when packed shall confirm to all applicable food and safety
standards as mentioned up-to-date in India.

All components of the system shall be designed, engineered, supplied and installed in accordance
with the prevailing and applicable standards (including EHEDG or 3A standards as may be the
case; meeting ISO and HACCP standards.

The Equipment and process should comply with all statutory, food safety, industrial safety Indian
regulations and also GMP, FSMS/HACCP and ISO guidelines.

All equipment shall be in stainless steel AISI 304/316 until specified otherwise. The bidder shall be

responsible for arranging approval from various applicable


Indian statutory authorities on behalf of the purchaser. The purchaser on
production of documentary evidence shall reimburse the statutory fees.

The general technical specification of the major components and the ancillary items are described
in the technical section. Their capacities and quantities proposed by the purchaser are furnished
in the ‘basis of design’ and
‘schedule of quantities’. These are only for the guidance of the bidders to
quote their prices on comparable basis. However, it shall be construed and understood that the
bidder is fully familiar and acquainted about the nature of the product and quantum of work involved
and shall submit the offer without deviating from the basic design/ functional requirements and
configuration of the Equipment.

The bidder shall install commission and demonstrate satisfactory operation of the Machine
including necessary training to operating and maintenance staff.

The bidder offer in following 2 parts:

PART–A: Design and supply of equipment and accessories for packing of dice/shred products

PART-B: Labour job during installation, erection, testing and commissioning of equipment and
accessories for packing of product.

Completion period shall be 8 months from the date of order inclusive of all holidays, monsoon,
period etc.

VI-11
II. GENERAL DESCRIPTION

Automatic vertical form fill sealing packing machine shall be required for mozzarella/cheddar shreds
and dices packing. R e q u i r e d U t i l i t y h e a d e r s h a l l b e a v a i l a b l e a t n e a r e s t p l a c e .
However, s u p p l y t e s t i n g & c o m m i s s i o n i n g o f p a c k i n g machine shall be under the
scope of this bidder.

The tender shall comprise of following:

1. In feed conveyor system to buffer hopper for


proposed new machine and existing machine.

2. Buffer Hopper & bucket conveyor

3. Multihead Weigher – Single head discharge.

4. Bag Maker system.

5. Inert gas flushing system with online checking unit

6. On-line Metal Detection

7. On-line Check Weigher & Auto Rejection System

8. Conveyors

9. Printers

10. Electrical System

11. Instrumentation & Automation System

12. Spare Parts


`III. FUNCTION REQUIRMENT AND DESIGN BASIS

Presently, Banas Dairy have a Packing line of mozzarella cheese shreds/dices packing @ 1.5 MTPH
on 2 kg pack size/ 1 kg pack size and
0.5 MTPH on 0.2 kg packs size.

However due to market requirement banas dairy is expanding the capacity of Shred and dice
packing line with adding 1 VFFS Machine in Existing Facility.

The scope shall be designing of conveyor belt to feed product either in existing machine or
proposed new machine from the IQF outlet.

Bidder to design the conveyor belt accordingly so that coming out product from the IQF shall be
feed Either New Proposed machine or Existing machine.

VI-12
During production 1 Machine shall be hot standby always. During continuous packing of Product
one machine goes for CIP when Stand by machine shall be ready to take the product.

The CIP interval required for IQF is 24 hours and for packing machine will be 12 hours so using both
machines this complete line shall be run for 24 hours of continuous production. Bidder shall be
provided 2 Nos of feeding conveyor belt for both machines so that during CIP of any machine with
conveyor which one conveyor belt will take care of continuous feeding of the product

Bidder shall modify existing conveyor belt design to take care of feeding product from IOF outlet to
any of the machine Hooper either new one or existing packing machine. New proposed machine
shall be installed at ground floor.

The new proposed machine shall be installed at ground floor. Bidder shall be provided SS ducting
arrangement for getting the cheese from the IQF outlet to packing machine Hooper located at
ground floor. The SS ducting shall be designed sanitary, hygienic and cleanable. Required size Civil
Cutout shall be provided by the Purchaser. Bidder to design/ modify existing conveyor belt
according so that existing and new proposed machine shall be operated very smoothly
effectively/efficiently. Bidder shall visit at banas dairy before submitting technical bid for scope of
work clarity. Any scope of work not written in tender for designing existing conveyor belt suitable to
running both machine operations that if required additional work will be considered by bidder.

The mozzarella and cheddar cheese shread/Dice shall be available at -15 deg c at the out let of
existing IQF line.

After packing of shreds/dices product shall be passed through on-line metal detection system
and automatic check weigher with auto rejection arm.

Existing line have metal detector and check weigher so bidder to consider Check weigher and
metal detector for only new line requirement.

The mozzarella/cheddar cheese shreds shall be packed in 3 different pack sizes of 200g, 1000g
and 2000g with the shred size of 3 *3*18mm which shall be automatically weigh and
packed through MAP.

The mozzarella cheese dices shall be packed in 3 different pack sizes of 200g,
1000g and 2000g with dice size of 3*3*3mm or 6mm*6mm*6mm or 6mm*6mm*18 mm or
3mm*3mm*18mm which shall be automatically weigh and packed through MAP.

1. INFEED DETAILS OF BLOCK PACKING MACHINE

Duly ripened mozzarella/cheddar blocks of 1 kg (at the age of 21 days or less) at 7 degree C
shall be retrieved from the ASRS system. These blocks shall be fed to the shredding/dicing
machines for shredding & dicing and shall be passed through hardening tunnel.

The mozzarella/cheddar shreds/dices shall be made available at the outlet of hardening tunnel
(HT) at – 18 deg C. Further conveying and retrieving over to feeding hopper of the VFFS packing
machine shall be in scope of bidder.

VI-13
Bidder shall modify existing conveyor belt design to take care of feeding product from IOF outlet to
any of the machine Hooper either new one or existing packing machine.

2. PRODUCT QUALITY

Sr No. Parameter Value


1 Moisture (%) 45.0 to 53.50%
2 Fat (%) on DMB 35.5 to 45.0%
3 Salt (%) 1.10 to 1.50%
4 Bulk density 1.10 to 1.50
5 Ph 5.2 to 5.4
3. SKU`s & PACKAGING DIMENSIONS

MOZZARELLA SHRED DETAILS


Shred Size 3 x 3 x 18mm
Pack Weight Pack Size
200g 130mm x 140mm
1000g 280mm x 335mm
2000g 305mm x 330mm

MOZZARELLA DICE DETAILS


Dice Size 3 x 3 x 3mm or 6x6x6 mm
Pack Weight Pack Size
200g 130mm x 140mm
1000g 280mm x 335mm
2000g 305mm x 330mm

4. PACKAGING METHOD

PRIMARY PACK

Primary pack pouch shall be closable of different system of weight and size after filling through
multihead weigher system to VFFS machine under MAP condition.

SECONDARY PACK

Manual cardboard boxing.

5. PACKED SHAPE & SHELF LIFE INSIDE THE PACKS

The packed pouch shape shall be pillow type with dimensions as provided above. The shelf
life for the pack product shall be 6 months under storage condition of temperature minus 10
degree C.

6. PACKING FILM QUALITY

VI-14
PRIMARY PACK

Primary packaging film Suitable (polyester) printed film in 5-6 colour


Film thickness GSM 67+/-5% micron
Bag Size Suitable as per weight of product inside
200g shred or dice
1000g shred or dice
2000g shred or dice
Packaging film material should be suitable to give shelf life on inside product

Up to 6 months at storage temperature of minus 10 deg C.

7. MACHINE CAPACITY

Machine shall be able to pack mozzarella shreds and dices as per following capacity.
The machine shall have capacity of 2 MT/hour on 2000 gm and 1000 gm SKUS. On 200 gm
machine shall able to Produce Minimum 1000 gm/hour capacity.

SKU`s Packaging Capacity


200 g Min. 85 pouches/min
1000g 34 pouches/min
2000 g 17 pouches/min

8. MACHINE WEIGHT TOLERANCE

Portion Weight Tolerance limit at multi


head weigher
200g +/- 1.5 g
1000g +/- 5 g
2000g +/- 5 g

9. ELECTRICALS

Purchaser shall provide electrical power feeder in IMCC – I of cheese Equipment with incoming
power cable up to the packing machine. The bidder shall supply the electrical panel for the
machine electrical load with necessary controls. The electrical system shall be designed to
receive, control & distribute power at
415V, 50Hz AC in sheet steel housing powder coated finished in Siemens grey.
The acceptable variation in voltage is +/- 5% & frequency is +/-3%. All the outgoing power, control
& instrument cables shall be laid through SS cage. The power and control earthing for the
machine shall be hooked with earthing system of cheese Equipment.

The installation of the electrical shall be carried out as per respective clause of the tender (chapter
electrical installation of the tender-part IV). Bidder shall submit a detailed specification (including
switchgear type & model) of the electrical system considered along with their bid.

10. INSTRUMENTATION & AUTOMATION


VI-15
Bidder shall supply all the necessary instrumentation & automation as may be required
for the machine safe, reliable, consistent & efficient operation. The automation system shall
be seamless (preferably from approved makes) and shall be provided facility for third party
integration (open protocol) for data handshaking, safety interlocks/alarms & MIS reporting
with cheese Equipment main control system. Bidder shall submit a detailed specification of
the instrumentation & automation system considered along with their bid. Bidder shall also
ensure adequate spare hardware is provided with the machine.

*****************************************

VI-16
`IV DETAILED TECHNICAL SPECIFICATIONS

1.0 MOZZARELLA DICE AND SHRED COVEYING

1.1 INFEED CONVEYOR AND DUCTING ARRANGEMENT TO


BUFFER HOPPER

The new proposed machine shall be installed at ground floor. Bidder shall be provided SS ducting
arrangement with hopper arrangement for getting the cheese from the IQF outlet to packing
machine Hooper located at ground floor. The Hooper and ducting design shall be Flexible type
which shall be removed during machine cleaning. The Hooper shall be designed to transfer product
from the IQF out let to feed product in the VFFS machine. The SS ducting shall be designed sanitary,
hygienic and cleanable. Tri clamp type facility shall be required so that Hooper and its Suitable
ducting shall be easily removed during the CIP. Required size Civil Cutout shall be provided by the
Purchaser. Also bidder to design/ modify existing conveyor belt according this modification so that
existing and new proposed machine shall be operated very smoothly effectively/efficiently. Bidder
shall visit at banas dairy before submitting technical bid for scope of work clarity. Any scope of work
not written in tender for designing existing conveyor belt and SS ducting-Hooper arrangment
suitable to running both of machines operations that if required any work will be considered by in
this tender scope.

The shred /diced mozzarella cheese shall be made available by the purchaser at the outlet of
hardening tunnel. The bidder shall retrieve these in a buffer conveyor arrangement or suitable
SS ducting which feed to hopper of the new proposed packing machine.

The scope shall be designing of conveyor belt or SS ducting to feed product either in existing
machine or proposed new machine from the IQF outlet. Bidder to design the conveyor belt
accordingly so that coming out product from the IQF shall be feed Either New Proposed machine or
Existing machine.

During production 1 Machine shall be hot standby always. During continuous packing of Product
one machine goes for CIP when Stand by machine shall be ready to take the product.

The CIP interval required for IQF is 24 hours and for packing machine will be 12 hours so using both
machines this complete line shall be run for 24 hours of continuous production. Bidder shall be
provided 2 Nos of feeding conveyor belt with suitable arrangement for both machines so that
during CIP of any machine and conveyor Machine will run for continuously.

Bidder shall modify/Supplied existing conveyor belt design to take care of feeding product from IQF
outlet to any of the machine Hooper either new one or existing packing machine.

1.2 BUFFER HOPPER

The buffer hopper shall of suitable size in SS construction and shall be used for storing the
shreds / dices in buckets.

1.3 SPECIALIZED BUCKET CONVEYOR


VI-17
The bidder shall specify the size, numbers and constructional features of the bucket conveyor.

2.0 MULTI HEAD WEIGHER - SINGLE HEAD DISCHARGE

The system shall comprise of following components:

Weigh scales incorporating a high resolution strain gauge load cell weigh measuring
Doubles opening pool hoppers, double opening weigh hopper with radiuses corners. Hoppers
should be linkless, springless design simplicity and ease of sanitation.
Single discharge chute with “steep” angle design and lower section to be farmed metallic in
order to prevent product stagnation due to potential hygroscopic nature of product.
All product handling parts of heavy duty highly polished SS 316 with patented anti-
adherence “High Emboss” surface.
All product handling parts to be easily remove without using any mechanical tools.
Similar parts can be interchangeable to protect against re- assembly problems.
Weighing mechanism modules are of dust tight construction. Improved high torque
electronically controlled stepping motor actuates the hopper gates with adjustable
movement patterns.
System should have the mechanism to enhance weighing speed without compensating the
weight accuracy.
System with an automatic product in feed control which utilizes load cell weight measuring
device.
There should be Non voltage dried contract signal output to control cross feeding of product.
High strength radial feeder drives with carbon fiber flexures; which provides increased product
movement capability.
Automatic feeder drive system to be provided which allows self tuning in use of feedback loop
controlled by pulse width modulation.
Self teach/self-diagnostic functions within the remote control unit guide the operator
through operating and troubleshooting procedures. Human interface to
remote control unit should be touch screen display. Remote control unit should includes:
Built in E-mail functions for error message output and also used as message board
Icon-driven landscape type display with in-built user-friendly tutorials.
Thermal Printer
Flash Memory card interface
System to be liaised with AFV (Anti-Floor-Vibration) automatic compensation for
interface from external vibration.
Weight data transferred by Digital Signal Processing for increased speed.
Automatic weigh hopper deactivation.
Product program memory is held intact by built-in battery backup.
All necessary parameters for start-up and operation are stored in and recalled from remote
control unit.

3.0 MOZZARELLA & CHEDDAR SHREDS/DICES

The system shall comprise of following components:

3.1 TOUCH SCREEN COLOUR LCD DISPLAY REMOTE CONTROL UNIT: The RCU is a touch screen
colour liquid crystal display through which operators control the various functions of the
VI-18
packaging material. In addition to the operator control screens, the RCU provides a
multitude of informational screens, among which should have Statistical Data, Error Log
Information, Help Screen and Graphic Displays of Temperatures and Film Tension.

3.2 SPLICE PLATE: The integrated Splicing Plate allows for simple quick film splices. Magnets
can be used to hold the film in place during the splice for operator’s convenience.

3.3 FILM REGISTRATION SYSTEM: A laser sensor with fiber optics which should provide
accurate film registration with the high degree of noise immunity. There should not be any
adjustment require by an operator other than lateral adjustment for different web
width. Packaging machine automatically stops if two consecutive eye spots are
missed.
The cut off position can be adjusted by the operator during production via RCU.

3.4 FILM JOINT CHECK: This feature will reduce the film loss that commonly occurs
during film changes as well as the time loss during product change over.

3.5 VACUUM PULL-DOWN BELTS: The pull-down belts advance the film through the
packaging machine. The servomotor control ensures stable feeding of film and provides
automatic accurate film positioning. Since the belts use a vacuum pull down belt wear is
drastically reduced compared to friction pull belts and difficult to run films are easily
handled.

3.6 AIR PRESSURE TYPE VERTICAL FIN BACKSEAL UNIT: The back seal unit is a heated
pinching bar that operates intermittent action. The device to be pneumatic controlled to
provide optimum back seals. The back seal unit is adjustable side to side and in and out.

3.7 HIGH SPEED FORMING TUBE: Forming tubes can be designed with an open back to
minimize the risk of product bridging in the Tube. Construction is from textured SS wing and
low friction coating for wear reduction. Built-in wing support provides for increased life of
forming shoulder. All the formers have to be designed to accommodate easy change-over.

3.8 GAS FLUSHING SYSTEM: Regulation and pressure of gas and air into forming tube are
completely and precisely controlled by system. This precise and fine regulation contributes
to materializing high ratio of air- N2 gas substitution. Also he forming tube has an
arrangement of N2 gas channel. The inner part of the tube has to be segregated
into 2 channels. Product to be passing through the inner channel and N2 pass through outer
channel. N2 and CO2 gas mixture. Bidder shall provide online gas analyzer with mixing
system. The final pack shall have 99.9 % of nitrogen in pack so bidder to supplied according
designs to nitrogen flushing .

3.9 AUTO SPREADER: Spreader will spread automatically in order to prevent the sealing
from sagging down and forming the wrinkles and tacking which could occur due to weight
of product that will be filled into the bags.

3.10 BAG AGITATOR: In order to prevent the adherence of the products on flowing film. The agitator
vibrates and shakes off which eliminate the product adherence and assist the product to
settle into the bag in order to prevent the product staying at sealing area.

VI-19
3.11 P L A T E SHUTTERS: The plates have to control the fall of small product particles and
minimize end sealing contamination by those particles. Plates to be easily removable for
sealing jaw access.

3.12 CATCH SOFTWARE FUNCTION: During operation starting product will directly filled into the bag,
in such case product may break the seal and penetrate through the bag. In order to prevent
such occurrences system to be equipped with software that “catches” first product
through the plate shutter.

3.13 INTERMITTENT MOTION, RESISTANCE END SEALING SYSTEM: The sealing jaws to be made of
steel with hastelloy-sealing surface. The single piece jaw is equipped to counter
thicker packaging film to minimize air leakage. The seal temperature and pressure to be
programmable. Seal temperatures to be adjustable by operator during production. Seal
pressure and seal time to be adjustable during non- production mode.

3.14 P R O D U C T IN-SEAL SENSOR: End seal sensors has to be equipped with sensor, responds
sensitively to subtle change of sealing pressure, which caused by an incidental product in-
seal. When such response occurs the machine should automatically forms the double bag, so
it can be easily removed by operator.

3.15 CUT KNIFE: Standard knife profile with zig zag cut, by having this profile semi-cut
perforation can be done.

3.16 END SEALING COOLONG DEVICE: By applying the air-flush which gives the instant cooling-
down onto the end sealing. By doing so, it prevents the product to be filled in next cycle from
breaking through the end sealing.

3.17 E N F O R C E D B A G D E F L A T O R D E V I C E : There h a v e t o b e s p o n g e s material


arrangement for deflation. The deflation action is to driven by separate pneumatic drive
of which stroke is changeable in order to adjust the degree of deflation required.

3.18 BAG SUPPORT DEVICE: Machine should be equipped with the device which supports the
bottom of the bag in order to sustain the bag posture and prevent from snagging
specially during 500g filling.

3.19 POWER FILM TRACKING: Film re-positioning function shifts the film un-winding rollers
and entire web from side to side, upon any off- tracked centering of the film during the
operation. It will also reduce the film wastage.

3.20 P R I N T E R : Printer shall be the part of bagging machine; printing of date and other
information on pillow pack be the printer install inside the machine.

4.0 ON-LINE METAL DETECTION

On line metal detection (ferrous and non-ferrous) system shall be provided with
automatic rejection arm, if any metal contamination occurs in product.
Main body and control unit shall be in SS-316 (IP-65) construction.

VI-20
5.0 ON-LINE CHECK WEIGHER AND AUTO REJECTION SYSTEM

Dual weighing range 30g-3000g/ 60- 6000g


Digital Load cell
Easily detachable with tools with load cell protection
Equipped with wind shield
Water Proof IP-69 K
Incorporated Microprocessor
Digital processing signals
Zero Adjustment features
Displayed data – Weighed data, Pre-set numbers, Over/under evaluation, Total
weighed items, Reference weight, Histogram, X- bar chart with Standard deviation
graph.
Error display
USB slot

Auto rejection arm with 3 directions Underweight and Overweight separate directions and
proper weight straight

6.0 CONVEYORS

Conveyor shall be provided as per the requirement of application like in-feed conveyor,
discharge conveyor, out-feed conveyor. Out-feed conveyor for packing the product with
buffer carrying capacity of 10-15 minutes.

The scope shall be designing of conveyor belt to feed product either in existing machine or
proposed new machine from the IQF outlet.

Bidder to design the conveyor belt accordingly so that coming out product from the IQF shall be
feed Either New Proposed machine or Existing machine.

During production 1 Machine shall be in hot standby condition. Whereas during continuous packing
of Product one machine goes for CIP when Stand by machine shall be ready to take the product.

The CIP interval required for IQF is 24 hours and for packing machine will be 12 hours so using both
machines this complete line shall be run for 24 hours of continuous production. Bidder shall be
provided 2 Nos of feeding conveyor belt with suitable arrangement for both machines so that
during CIP of any machine and conveyor Machine will run for continuously.

Bidder shall modify/Supplied existing conveyor belt design to take care of feeding product from IOF
outlet to any of the machine Hooper either new one or existing packing machine.

7.0 PRINTER

Bidder shall have to provide an online printer of 4 lines which shall print the date, batch no, size
etc. on paper carton.

Coder Type (inkjet, bar coder, other)


How many lines to be coded
VI-21
Data to be coded
Area provided for coding in x-y mm
Character height, and number of characters.
If on laminated or un-laminated paper
Any preferred makes of coders.

8.0 ELECTRICAL SYSTEM

Bidder shall design electrical system as per the latest IS specification, Indian electricity rule,
including special requirements of concerned state electricity Inspectorate. The system shall be
designed to receive, control & distribute electrical power at 415V, 50Hz AC in sheet steel housing.
The acceptable variation in voltage is +/- 5% & frequency is +/-3%.

9.0 INSTRUMENTATION & AUTOMATION SYSTEM

The Instrumentation & Automation system shall be designed utilizing state- of-the-art
technology to ensure:
Seamless integration of system architecture.
High degree of system availability and reliability, ensuring failsafe
condition.
Self-Diagnostic for easy trouble shooting at hardware (CPU, Power Supply
Cards, Communication Cards, I/O Cards).
Low downtime and high meantime between failures.
System flexibility and modular expansion capability.
Safety of the machine and operating personnel.
Open connectivity using OPC
MIS reporting.
The exchange or transfers of data for MIS reporting with cheese Equipment supplier.10.
EQUIPMENT BUILDING

The Equipment building and equipment foundation shall be provided by the purchaser.
The equipment foundation details shall be furnished by the bidder with static & dynamic load
details.

`11. MAJOR RESPONSIBILITIES OF BIDDER & PURCHASER RESPONSIBILITY OF

BIDDER:

JOINT INSPECTION OF EQUIPEMNT

The bidder shall depute their representative at the time of arrival of equipment at site for the
verification of packed machinery and joint inspection for preparation of certificate of material
receipt.

SHIFTMENT OF EQUIPMENT TO FOUNDATION FROM THE GODOWN

VI-22
The bidder shall depute their representative during shifting of equipment from godown onto
equipment foundation.

GENERAL

It is not the intent of these technical specifications to specify completely all details of design and
fabrication of equipment, nevertheless, the equipment shall confirm in all respects to high
standards of engineering design & workmanship and be capable of performing in continuous
commercial operation up to agreed performance standards in a manner acceptable to the
purchaser.

The purchaser/ Purchaser will interpret the meaning of various equipment specification and
drawings and shall have the power to reject any material/ equipment which in their opinion is not
in full accordance to tender specifications.
`12. GENERAL GUIDELINES

The following shall apply to all the equipment in various sections of the
Equipment.

All MS structures and equipment to be given one coat of anti- corrosive paint
followed by two coats of paint of approved shade.

All motors in production units shall be covered with SS shrouds. Shrouds should be easily
removable and should allow free air circulation as well as entry of electrical cables. All motors
installed outside the building shall have SS shrouds. Suitable safety guards should be provided
wherever required.

All weld joints shall be ground smooth. All corners should be well- rounded. In case of SS
surfaces, external & internal surfaces shall be polished to 150 grits. DP tests shall be carried out
for all welds after polishing for all holding vessels/tanks.

All SS joints should be argon-arc welded only.

Stainless steel tables, ladders of required size and at appropriate locations shall be provided for
work-in- process inventory and other such activities. Platforms and hoists for general operation and
maintenance of equipment shall also be provided.

Wherever a “Lot" has been indicated a detailed list shall be provided by the Bidder.

All instruments, controls, and Automation system should be manufactured by an


internationally recognized Indian manufacturer or foreign manufacturer with suitable agency
representation in India.

All fittings/equipments are to confirm SMS standard. Detailed preventive maintenance


schedules as well as operational manuals of all equipment shall be provided by the Bidder in the
form of computer software after commissioning along with printed copies.

The manual shall cover the following aspects:


Brief process description & flow sheet.
Unit-wise function and description.
VI-23
Equipment-wise details, operational instructions, maintenance
procedures and schedules.
Equipment start-up, commissioning, normal operation, and emergency operation.
Trouble-shooting & preventive maintenance schedule.
As built drawings of the equipment as build drawing connection diagrams.
Spares inventory and services of supply.

The manuals and drawings are to be supplied as follows:


4 sets of manuals and drawings in hard copy.
3 sets of above in soft copy in CDs.

V TECHNICAL INFORMATION TO BE PROVIDED BY THE BIDDER

The above write up has been development in view of facilitating the perspective suppliers to be
associated in development of suitable technical write up for the sake of clarity in scope of works as
well as inclusion of latest and best available features of machines available in the industry.

It is therefore necessary that the bidder shall provide all the important features of the machine
and the associated equipment as asked in the technical requirement. Bidder shall provide
following details in the offer:

1. Packing Machine Details:

Sr. No Particulars Details


1 Efficiency and OEE
2 Leak defect due to machine
3 Wrinkle free packing
4 Rework Product/Product wastage
5 Packaging material losses
6 Accuracy of Metal detector
7 Cleaning effectiveness (swab test)
8 Machine overall dimensions

2. GENERAL

Electrical single line diagram indicating total connected load


Total consumption of all utilities shall be summarized as per the following table.
Bar chart for project execution including personnel training programme.
Project staffing pattern
The bidder shall inform manpower requirement on shift basis and daily basis.
Literature & data sheets.
Makes of all equipment and accessories.
CONSUMABLE MATERIAL DATA
Details of any other equipment/item, which is not mentioned above but is required as
per description in the text, shall also be provided.

VI-24
Details of any other equipment/item that the Bidder feels is necessary shall also be
provided.

GUARANTEES AND PERFORMANCE TEST

The bidder is required to detail the documentation proposed for performance tests of all major
processes and service equipment. This shall detail the guaranteed vs. actual throughput or output
or performance (as relevant) and the tolerance of accuracy. The test methods proposed to
demonstrate that these guarantees have been met shall also be provided.

Formats of guarantees:

Guarantees for throughput of various sections of Equipment.


Product & packaging quality
Weight and measurement tolerance
Packing loss
Service consumptions

Formats of performance tests

Procedure for carrying out the tests


Method of measurement
Test durations
 Evaluation methodology

VI BATTERY LIMIT: MOZZARELLA BLOCK CHEESE:

Duly ripened mozzarella/cheddar blocks of 1 kg (at the age of 21 days) at 7 degree C shall be
retrieved from the ASRS system. These blocks shall be fed to the shredding/dicing machines for
shredding & dicing and shall be passed through hardening tunnel.

The mozzarella and cheddar shreds/dices shall be made available at the outlet of hardening tunnel
(HT) at – 18 deg C. Further conveying and retrieving over to feeding hopper of the VFFS packing
machine shall be in scope of bidder.

CIP CHEMICAL:

Purchase shall provide CIP chemical as required by the bidder. The CIP of the machine including the
machine hopper shall be done manually.

ELECTRICAL POWER:

3 Phase LT power at the cheese Equipment IMCC – I along with power cable shall be made available
by the purchaser. The bidder shall supply and lay the cable from machine feeder in cheese IMCC
up to respective machine panel including termination of cables at both the ends.

AUTOMATION AND INSRTUMENTATION:

VI-25
Bidder’s to provide connectivity of automation/MIS (including exchange of data) with cheese
Equipment control system.

COMPRESSED AIR

The tapings with manual isolation valve shall be provided by purchaser at one point in packing
machine room. Further distribution to all consumption points of machine shall be in scope of bidder.

CIVIL

The purchaser shall be responsible for all civil works including foundations & insert plates as per
requirement. However, the bidder shall provide foundation details/ bolts& arrange for grouting
along with templates etc. for ensuring proper alignment of the equipment.

CONVEYOR

The new proposed machine shall be installed at ground floor. Bidder shall be provided SS ducting
arrangement with hopper arrangement for getting the cheese from the IQF outlet to packing
machine Hooper located at ground floor. The Hooper and ducting design shall be Flexible type
which shall be removed during machine cleaning. The Hooper shall be designed to transfer product
from the IQF out let to feed product in the VFFS machine. The SS ducting shall be designed sanitary,
hygienic and cleanable. Tri clamp type facility shall be required so that Hooper and its Suitable
ducting shall be easily removed during the CIP. Required size Civil Cutout shall be provided by the
Purchaser. Also bidder to design/ modify existing conveyor belt according this modification so that
existing and new proposed machine shall be operated very smoothly effectively/efficiently. Bidder
shall visit at banas dairy before submitting technical bid for scope of work clarity. Any scope of work
not written in tender for designing existing conveyor belt and SS ducting-Hooper arrangment
suitable to running both of machines operations that if required any work will be considered by in
this tender scope.

*******

VI-26
VII. PREFERRED MAKES:

DESCRIPTION MAKE
VFFS & Bagging machine ISHIDA/HASSIA
Automation system SIEMENS/ROCKWELL /SCHNEIDER/ ABB

Cables – LT power cables aluminium CCI / FINOLEX /GLOSTER/HAVELLS/ RPG


conductor- armoured (KEC)/NICCO / UNIVERSAL

Control cables copper LAPP /SBEE / CONCAB


conductor-steel braided
Cables – LT flexible power cables LAPP / SBEE / CONCAB
copper conductor –steel braided

Cables – LT power cables HEVELLS /RPG (KEC)/POLYCAB


copper conductor –armoured
Cable trays – GI INDIANA/MEK/PILCO/ELCON/ METALICA
PRESSINGS / SILVER LINE
Cable trays – FRP/GRP INDIANA/PUSTRON/SUMIP/KEMROCK
Computers DELL / HP / IBM
Instrument cable LAPP/SBEE/CONCAB
Level switch [ vibrating fork type ], E&H / EMERSON
Level transmitter, Pressure transmitter

LT side Switch Gears,ACB, MCCB, MCB, SIEMENS/ SCHNEIDER / L&T


SDF, contactors, OLR, Timer, Push
button etc.
Motors ABB/SIEMENS/EQUVALENT
Pressure switch / INDFOSS PYROTECH/SWITZER/VERMA TRAFAG
Temperature switch
Soft starter ALLENBRADLEY/DANFOSS/SIEMENS/ SCHNEIDER

Solenoid valve BURKETT/FESTO/JANATICS


Structural steel RINL/SAIL / TISCO
Temp. indicators ABB/HONEYWELL/PYROTECH/RADIX/
SIEMENS/YOKOGAWA
Terminal blocks CONNECT WELL/ELEMEX /
EASUN/LAPP
VFD ALLEN BRADLEY / DANFOSS /
SCHNEIDER /SIEMENS

VI-27
VIII SCHEDULE OF QUANTITY

S.R. DESCRIPTION OF MAJOR ITEMS QTY SUPPLY INSTALLATIO TOTAL FOR


N SUPPLY,
I&C
Unit Total Unit Total Total
RATE PRICE RATE PRICE PRICE
(INR) (INR) (INR) (INR) (INR)
1.0 Multi Head Weigher – Single Head 1 Set
Discharge (Imported)
2.0 Shread/Dice Bag Maker 1 Set
3.0 Online Metal Detectore 1 Set

4.0 On line Check Weigher and Auto 1 Set


Rejection System
5.0 Conveyor 1 Set
6.0 Printer 1 Set
7.0 Electrical System 1 Set
8.0 Instrumentation and Automation 1 Set
System
A Total for Supply items
B Total For I&C
(A+B) Total FOR Banas Dairy Palanpur
Price in INR for Design,
Manufacture, Supply, Installation,
Testing and Commissioning
including all above.

VI-28
XI PROCESS PERFORMANCE AND CONSUMPTION GUARANTEE

‘1.0 Process performance and consumption guarantees

If the Equipment or any part thereof does not give the agreed process performances and
consumption guarantees during the warranty period due to reasons attributable to the bidder, the
bidder shall, subject to following.

‘1.1 Equipment performance:

The satisfactory performance for the equipment shall be considered achieved if the Equipment
operates above 98% of the rated capacity declared by Bidder in the bid documents.

If performance is between 95% and 98% of rates capacity, penalty shall be calculated at 2% of
value of the contract per 1% of short fall and part thereof.

If performance is below 95% the bidder shall be required to upgrade the Equipment or replace the
Equipment to comply with the above performance criteria. Otherwise the Equipment shall be
deemed unacceptable.

‘1.2 Service requirement

If measured demand of services in tender package Equipment is less than 102% of the
consumption declared by the Bidder the buyer shall accept that service requirement guarantee has
been achieved.

If the requirement of any services in the Equipment is between 102% & 105% of the declared
demand, penalty shall be charged at 2% of value of contract for every
1% rise and part through in consumption for each of the services which falls in
this category of excessive demand. For the purpose of this calculation, only the main services, water,
steam, power and chilled water shall be considered.

If the measured demand for services and energy is above 105% the Bidder shall be required to
upgrade the Equipment or replace the Equipment to comply with the declared performance criteria
otherwise the Equipment shall be deemed unacceptable.

The penalty shall be levied for shortfall in performance of individual sections. However, if the
shortfall in performance of any section affects the performance of the other sections, then penalty
shall be levied for the entire contract value of all the affected sections.

VI-29
X. PROJECT MANAGEMENT

1.0 Time schedule

The completion period of the contract shall be for the period of 6 months from the date of
placement of purchase order.

2.0 Management team

A project engineer shall be appointed for day to day operations and coordination and to
ensure successful and satisfactory design, procurement, manufacture, inspection, erection, testing
and commissioning of all the equipment/facilities/systems within the time bound schedule.

The project manager and project engineer shall attend technical and review meetings between
various parties involved in the project and ensure implementation of all decisions taken in the
meetings.

4.0 Inspection

For indigenous items the Bidder shall invite Banas for inspection and preliminary testing. Inspection
may be required at various stages of manufacture/assembly f o r some items. For imported
ite ms, however the Bidder shall do the inspection at his cost and submit the necessary test
certificate.

The bidder shall depute their representative at the time of arrival of equipment at site for the
verification of packed machinery and joint inspection for preparation of certificate of material receipt

5.0 Site work and installation

It is the responsibility of the Bidder to ensure that all electronic equipment and control systems shall
be fully protected against hostile environment, humidity, heat and dust that shall be encountered
during storage and installation.

VI-30
Bidder is responsible to ensure that delicate electronic equipment used during construction, such as
orbital welders, testing devices, etc. are protected against damage from main supply. In the event of
a major power failure in the system it shall be the responsibility of the Bidder to hire a diesel
generator if this proves to be necessary.

The bidder shall depute their representative during shifting of equipment from godown onto
equipment foundation.

6.0 Commissioning

After satisfactory erection and testing a competent team shall be deputed to commission the
Equipment and to run sectional trials, product trials and to establish operating and quality
parameters.

Commissioning s h a l l b e c o n s i d e r e d c o m p l e t e a f t e r s u c c e s s f u l c o m p l e t i o n o f
product run of entire Equipment for 30 days with acceptable product quality.

The warranty of machine shall be 12 months from the successfully handing over.

7.0 Product trials and performance guarantee

After satisfactory completion of the commissioning, the Equipment shall be operated at full capacity
to establish Equipment performance on capacity, quality and consumption.

The entire Equipment shall be operated at rated capacity for 30 days of continuous operation. The
trial shall be followed as below

1000 gm Pack: 10 days


2000 gm Pack: 10 days
200 gm Pack: 10 days

If shut down occurs due to external force majeure reasons after 12 hours of operation in any day this
shall be considered as a full day of testing. If at less than 12 hours of operation the trials shall be
continued for an additional full day.

Performance guarantees: performance and service consumption guarantees and the relevant
penalties for not meeting the rates capacities and efficiencies are covered under VIII- PROCESS
PERFORMANCE AND GUARANTEE.

Note:

 Supplier to submit offer with detailed price break up of all major components
 Tools: - Tools required for operating system will supplied by the bidder.
 Maintenance: - During warrantee period supplier will install or replace the spares on F.O.C.
(Free of Cost) basis.

VI-31
 Even minutest deviation from required Technical Specification should be mentioned in the
“Deviation Form”. In case of failure of the same, entire Bid may be rejected.

Annexure- 7: Deviation Report

Name of Supplier:

Technical Deviations List:

Commercial Deviations List:

Note: Above mentioned format is indicative in nature and bidder may provide requisite
information in their applicable format. In case of any other deviation not mentioned on this
page, may lead to disqualifying of Bid.

VI-32
Date: Seal of Company & Signature of Authority

VI-33
Annexure- 8: Format for Performance Bank Guarantee

(To be stamped according to Stamp Act and to be in the name of the executing Bank)

To,
The Banaskantha District Co. Op. Milk Producers’ Union Ltd.,
(C/O - Banas Dairy)
At & Ta.-Palanpur,
Dist. – Banaskantha

In accordance with your Supply Order No.- ..................... Dtd. ……………….., awarded to M/S
………………………….; for the supply and installation of …………………………,

which has been duly accepted by M/S ………………………….; having its registered office at
…………………………………………………..; has requested for Performance Guarantee, as an irrevocable
Bank Guarantee (Performance Guarantee) for the amount of Rs…………………/- (Rupees
………………………………………. Only) is required to be submitted by the tenderer as a condition
precedent for participation in the said supply which amount is liable to be forfeited on the
happening of any contingencies mentioned in the tender document.

We, the ............ bank, a body corporate constituted under the banking Companies
(Acquisition of Undertakings) Act, 1970 and is having its head office at
…………………………………………., and a branch office amongst other places of business at
…………………………….. (Hereinafter referred to as “the Bank”);

guarantee and undertake to pay immediately on demand without any recourse to the The
Banaskantha District Co. Op. Milk Producers’ Union Ltd. (hereinafter referred to as Banas
Dairy), the amount of Rs………………../- (Rupees …………………………………………………. Only) without
any reservation, protest, demur and recourse. Any such demand made by Banas Dairy,
Palanpur, shall be conclusive and binding on us irrespective of any dispute or difference raised
by the Tenderer.

This guarantee shall be irrevocable and shall remain valid up to ……………………………


(Being ……….. months from the supply and installation of ……………..). If any further extension of
this guarantee is required, the same shall be extended to such required period on receiving
instructions from M/S ………………………………… , on whose behalf this guarantee is issued.

Notwithstanding whatever stated herein above

1. Our liability under this Bank Guarantee shall not exceed Rs. ……………………../- (Rupees
……………………………………………… Only).

VI-34
2. The Bank Guarantee Shall be valid up to …………… 2017 and shall have a lodgement
period up to ……………………….. 2017.

3. The Bank is liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before
………………….., 2017.

Any Claim under this guarantee must be received by us before the expiry of this Bank
Guarantee. If no such claim has been received by us on or before the said date, the rights of
Banas Dairy under this Guarantee will cease. However, if such a claim has been received by us
within the said date, all the rights of Banas Dairy, Palanpur under this Guarantee shall be valid
and shall not cease until we have satisfied that claim.

In witness whereof the Bank, through its authorized office, has set its hand and stamp
on this ____ th day of ________________ at _____________ .

For and on behalf of ................... bank

Signature ______________________
Name & Designation _______________________________
Authorization No ____________________
Date and Place ____________________
Bank Seal ___________________
The above guarantee is accepted by the Authority.

VI-35
Annexure- 9: Vendor Registration Form

Banaskantha District Cooperative Milk Producers' Union Ltd.,

Banas Dairy, Post Box No. 20, Palanpur: 385 001, Phone: 253881 to 253885

Fax : 02742-252723, e-mail :tender@banasdairy.coop, web www.banasdairy.coop

Please mark all such columns as NOT APPLICABLE where you cannot provide information.

ADDRESS

Name of the Vendor *Mandatory

(This shall be the registered name of the firm.

With the same name payments to party will be


released) (CAPITAL LETTERS)

Address of Head Office *Mandatory

Street-1

Street - 2

City

District Name

State

Pin Code

Telephone (1) LL : (2) Mob : STD Code:

Fax

Email-id

Company Web Site (if any)

Name and Designation of Contact Person(s)

Note: - If HO Office /Branch Office / Factory having in different state please give Bank
details / Tax Details in separate sheet.

Address of Branch (If any)

Street – 1

VI-36
Street – 2

City

State

Pin Code

Telephone

Fax

Email-id

Name & Designation of Contact Person(s)

Address of Factory / Factories / Subsidiaries / Sister Concerns (If any)

Street

City

State

Pin Code

Telephone

Fax

Email-id

Name & Designation of Contact Person

Please use separate sheets if required

ORGANIZATION DETAILS

Status of Organization

Tick () appropriate option. Proprietary / Partnership / Company / LLP

Name of Business

Nature of Enterprise Investment in Plant &

Machinery: * Mandatory if applicable and pl.

Mention the MSMED Registration No. Date

VI-37
and Category micro, small, Medium

IF NOT, PLEASE MENTION N/A

If you are under MICRO, SMALL & MEDIUM

ENTERPRISES DEVELOPMENT (MSMED)

ACT 2006.

MSMED Registration Certificate is Required

Year of Establishment

Registration Number (as per certificate from

ROC/ Registrar of Firms.

Name & Address of the Sr.No. Name Designation Address

Owner / Partners / Directors

(Attach separate Sheet if Required)

BANK DETAILS * Mandatory

Bank Account No.

Name of the Bank

Bank Address

Bank City

Bank Branch

IFSC RTGS / NEFT No.

Branch Code

EXCISE DETAILS

Excise Registration No.

Excise Range

Excise Division

VI-38
Excise Commissionerate

CST No.

GST /ARN number

Vat(TIN)

PAN

Service Tax Registration No

Service Category

Service Tax Commissionerate

Service Tax Commissionerate range

Work Contract Tax Registration No.

SERVICE DETAILS OF ORGANISATION

Describe firm’s major field(s) of

Operation/Product range.

Installed Capacity

Average Monthly Production

Sources of major Raw Materials

Value of average raw materials inventory


maintained

Is Sub Vendor approval carried out by

you for your vendors?

Make/Type / Value of machines used.

Please attach details.

Manufacturing facilities available at

work place.(Please attach details)

Do you have separate Inspection Cell?

Inspection & Testing facilities available

VI-39
at work. (Please attach details)

Quality Control is responsible to whom?

Description of the material to be Supplied

Description of the Service to be Provided

HSN

Service A/C Code

DECLARATION

The above information is true in all respects and we undertake to inform you about any change in the above
particulars regarding our business from time to time. We also undertake the responsibility that in no case we will
employ any consultant to deal with BKDCMPU Ltd., Palanpur

Mandatory fields are marked with an asterisk (*)

Note :The vendor creation will be made based on the information furnished by you in the above
form for vendor registration. If, at any time in future, it comes to the knowledge of the
management that any of this information is incorrect or any relevant information has been
withheld then you are liable to be black listed without any notice in lieu thereof.

As a part of vendor registration, the copy of following supporting documents must be
required and all details (whatever applicable) to be filled in the vendor registration form.

1) PAN Card 5) CST & VAT & GST Registration

2) Demand Draft against Tender Fees Non Refundable 6) Cancelled Cheque

3) Excise Registration Certificate 7 Service Tax Registration certificate

4) Partnership Deed/Trade License 8) List of Directors/Partners on company’s Letter


Head.

VI-40
9) Registration Certificate from ROC (in case of Companies)

Date : _______________ __________________________________

Place : _______________ __________________________________________

Name & Signature of Proprietor/Partner/

Chief Executive under Proper Seal

For Office Use Only

Concerned Dept. Head O.S.D. (Comm.)

Vendor Registration No. _____________ Date : ___________

VI-41

Das könnte Ihnen auch gefallen