Sunteți pe pagina 1din 321

TENDER DOCUMENT

FOR

DESIGN, ENGINEERING, MANUFACTURE,


SUPPLY, LABOUR JOB

FOR

INSTALLATION, TESTING AND COMMISSIONING

OF

REFRIGERATION PLANT FOR A 05 LLPD DAIRY


PLANT

AT

JAINPUR, KANPUR DEHAT, UTTAR PRADESH ON


TURN KEY BASIS

Ref: BNS/ENGG/2015/KANPUR-REFRI
INDEX

SECTION NO DESCRIPTION
SECTION I INVITATION FOR BID

SECTION ll INSTRUCTIONS TO BIDDERS

SECTION III GENERAL CONDITIONS OF CONTRACT

SECTION IV SPECIAL CONDITIONS OF CONTRACT

PART-I Terms and Conditions

PART-Il Terms and Conditions for installation

PART-III A Terms and Conditions for Mechanical Installation

PART-III B Terms and Conditions for Electrical Installation

SECTION V SCHEDULE OF REQUIREMENTS

SECTION VI DESIGN BASIS AND TECHNICAL SPECIFICATIONS

SECTION VII BID FORM AND PRICE SCHEDULE

SECTION VIII BANK GUARANTEE FORMAT FOR BID SECURITY

SECTION IX FORM OF CONTRACT AGREEMENT

SECTION X BANK GUARANTEE FORMAT FOR PERFORMANCE


SECURITY & ADVANCE PAYMENT BANK GUARANTEE

SECTION Xl DEVIATION STATEMENT FORMS

FORMAT A - Technical Deviation Statement Form

FORMAT B - Bidding Terms Deviation Statement Form

SECTION XII QUALIFICATION APPLICATION

SECTION XIII MANUFACTURERS' AUTHORISATION FORM

SECTION XIV PROFORMA OF COMPLETION CERTIFICATE


POINTS BIDDERS SHOULD BEAR IN MIND

 BIDS CONTAINING DEVIATIONS FROM BIDDING DOCUMENT TERMS AND


OTHER REQUIREMENTS MAY BE REJECTED.

 BIDS NOT ACCOMPANIED BY BID SECURITY (EARNEST MONEY DEPOSIT)


SHALL BE SUMMARILY REJECTED.

 NON-COMPLIANCE WITH EVEN A MINOR TECHNICAL REQUIREMENT


SHOULD BE SPECIFICALLY STATED BY THE BIDDERS.

 BIDDERS SHOULD FURNISH THEIR COMPLETE ADDRESS FOR THE


PURPOSE OF FURTHER CORRESPONDENCE PERTAINING TO BIDDING
DOCUMENT.

 CORRECTIONS IN THE TENDER BID SHOULD BE NOTED OVER AND


INITIALED AT THE PLACE OF CORRECTIONS.

 NEGLIGENCE OF THE BIDDER IN PREPARING TENDER BID CONFERS NO


RIGHT TO WITHDRAW THE BID AFTER IT WAS OPENED.

 SPECIFICATIONS, CONDITIONS, SCHEDULE AND DRAWINGS OF BIDDING


DOCUMENT CONSTITUTE AN INTEGRAL PART OF THE BID.

 THE BID, ALONGWITH ENCLOSURES, DRAWINGS AND TECHNICAL


LITERATURE, SHOULD BE IN ENGLISH ONLY.

 ALL EQUIPMENT, SYSTEM & COMPONENTS SHOULD BE DESIGNED TO


PERFORM AS PER SPECIFICATIONS IN THIS BIDDING DOCUMENT UNDER
TROPICAL CONDITIONS.

 THE BIDDING DOCUMENTS SHALL BE GOVERNED AND INTERPRETED


ACCORDING TO THE LAWS OF THE UNION OF INDIA.

 BANAS DAIRY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR


ALL BIDS WITHOUT ASSIGNING ANY REASON OR ANY EXPLANATION TO
BIDDERS.
CHECK LIST FOR BID SUBMISSION

Table 1 Check List of Bid Submission

SR Requirement Tick(√)
NO

1 Have you submitted the Bid Security? YES / NO

2 Have you submitted TECHNICAL BID and PRICE BID? YES / NO

3 Have you quoted Bid Prices in terms of clause 11.2 of YES / NO


Instructions to Bidders (Section II)?

4 Have you given the Bid Form on your letterhead, Price YES / NO
Schedule summary sheet (Section VII) in the prescribed
format and item wise break-up sheet?

5 Have you submitted the original Bidding Document YES / NO


completed in all respects, duly signed and sealed?

6 Have you submitted the Supporting Documents? YES / NO

7 Have you quoted the delivery period correctly & precisely? YES / NO

8 Have you furnished the Statement of Deviations (Preferably YES / NO


Nil) (Section XI Part A at B)?

9 Have you kept your bid valid for 120 days? YES / NO

10 Manufacturers’ Authorization Form YES / NO

11 Power-of-attorney for authorized signatory YES / NO

Signature & Seal of the Bidder


SECTION – I

INVITATION FOR BIDS


SECTION – I INVITATION FOR BIDS

BANASKANTHA DISTRICT CO-OP.MILK PRODUCERS’


UNION LTD.
BANAS DAIRY, PB NO 20, PALANPUR –385001,
DIST : BANASKANTHA, GUJARAT
PHONE : 253881-85.
FAX : 02742-252723

23.06.2015

TENDER NOTICE
(TWO STAGE BIDDING)

Banaskantha District Co-operative Milk Producers’ Union Limited, Banas Dairy, P.B. No. 20,
Palanpur-385001, Gujarat invites sealed bids from reputed eligible contractors for the following works
for Dairy plant of 05 LLPD at Jainpur, Kanpur Dehat, Uttar Pradesh on turnkey basis.

Bid Name of work Estimated Tender Fee & Time


Reference Cost E.M.D. Period

BNS/ENGG/ Slice A: Design, manufacture, Supply, Rs.1471 Rs. 10,000.00 8 months


2015/KANP labour job for installation, testing and Lakhs &
UR-REFRI commissioning of 612 TR Refrigeration Rs. 14.71
plant for Dairy plant of 05 LLPD capacity Lakhs
at Jainpur, Kanpur Dehat, Uttar Pradesh
on turnkey basis
Slice B: Design, manufacture, Supply, Rs.175 Rs. 2500.00 & 6 Months
supervision of installation, testing and Lakhs for Rs.1.75 Lakhs
commissioning of Ice Silo (01 No) of indegenou
s
capacity 4129 M Cal @40 mm ice
thickness for Refrigeration plant for Rs.276 Rs. 2500.00 & 6 Months
Dairy plant of 05 LLPD capacity at Lakhs Rs.2.76 Lakhs
Jainpur, Kanpur Dehat, Uttar Pradesh For
on turnkey basis. imported

 Start of Sale of the tender :


27.06.2015 from 11:00 HRS
 Last date for sale of tender :
20.07.2015 up to 14:00 HRS
 Last date & Time submitting of Tender :
20.07.2015 up to 15:00 HRS
 Date of opening of Tender (Only Technical bid) :
20.07.2015 at 16:00 HRS at Banas Dairy,
Palanpur
Tender can also be downloaded from our website www.banasdairy.coop

Banas dairy does not bind itself to accept the lowest bid. Banas dairy reserves the right to award the
job either in part or full. Banas dairy at its sole discretion and without assigning any reason thereof,
also reserves the right to accept any/or reject any or all bids.

MANAGING DIRECTOR

BANAS DAIRY I-1 BIDDER


1. Eligibility and Qualification requirements for bid reference
BNS/ENGG/2013/KANPUR-REFRI :

For SLICE A:

The bidders must meet the following minimum qualification criteria:

Bidders annual financial turnover in each of the last three financial years
ending March 31 shall not be less than 4000 lakhs.

The bidder, in the same name, style, during the last five financial years must
have successfully designed, supplied, installed and commissioned number of
contract(s) of similar nature each having value as mentioned below:

One contract costing not less than 1500 lakhs

OR

Two contracts each costing not less than 750 lakhs.

All the bidders must submit completion certificate alongwith copy of PO


towards proof of their eligibility and qualification requirements.

Where the works are executed for private company the bidder/s, in support
of their eligibility should submit the copy of the relevant TDS certificate
received from their clients for the works.

TDS certificate would not be applicable for work done abroad by foreign
collaborator/ principal but they have to furnish the certificate from the
owner of such plants having successfully completed/ under execution the
work done by the foreign collaborator/principal.

Bidders shall submit the certified copy of the Annual report for the previous
completed three years (audited balance sheet and profit & loss account)
along with their PAN and Service tax registration Number.

For SLICE B:
For Imported Ice silo:

Bidder should be either OEM or their authorized representative in India.


Original Equipment Manufacturers’ authorization certificate should be
submitted if the bid is submitted by Indian authorized representative of
OEM.

For Indigenous Ice silo:

Bidder should be fabricator of Ice silo and

BANAS DAIRY I-2 BIDDER


The bidder, in the same name, style, during the last ten financial years must
have successfully designed, supplied, installed and commissioned at least
five ice silos. The copy of the POs and completion /commissioning
certificates should be submitted along with bids.

Where the works are executed for private company the bidder/s, in support
of their eligibility should submit the copy of the relevant TDS certificate
received from their clients for the works.

2. Purchase of bidding Document:

Interested eligible bidders may obtain further information from Banaskantha


District Co operative milk Producers’ Union Limited, Banas Dairy, Palanpur,
Distt: Banaskantha, Gujarat.

Interested bidders can purchase the bidding documents either in person or


by written request in their letter heads along with non refundable tender fee
of Rs. 10000 as specified above.

Bidding document may be purchased by any interested eligible bidder on


payment of non refundable tender fee plus 250 towards the inland courier
charges, if required by post, by a crossed demand draft in favour of
Banaskantha District Co operative milk Producers’ union Limited payable at
Palanpur by person between 1200 -1600 hours on any working day with in
tender sale period specified above. Banas Dairy may not be responsible for
any delay in receipt of the bidding document sent by post.

Tender may also be downloaded from our website www.banasdairy.coop . In


case the bid is downloaded from website the bidder has to submit the tender
fees of Rs. 10000 in the form of DD in favour of M/s Banaskantha District
Co operative milk Producers’ Union Limited payable at Palanpur alongwith
the technical bid.

3. Submission of bid

This invitation of bids is open to all suppliers who meet the minimum
eligibility criteria specified in this bid document.

4. Bid Security / Earnest Money Deposit (EMD)

For SLICE-A

All bids must be accompanied by bid security (EMD) of Rs 14.71 Lakhs and
the same should be in the form specified in the bidding document &
incorporated in the technical bid (cover I).

Bids not accompanied with EMD, shall be summarily rejected.

BANAS DAIRY I-3 BIDDER


For SLICE-B

Imported:

All bids must be accompanied by bid security (EMD) of Rs 2.76 Lakhs and
the same should be in the form specified in the bidding document &
incorporated in the technical bid (cover I).

Bids not accompanied with EMD, shall be summarily rejected.

Indigenous:

All bids must be accompanied by bid security (EMD) of Rs 1.75 Lakhs and
the same should be in the form specified in the bidding document &
incorporated in the technical bid (cover I).

Bids not accompanied with EMD, shall be summarily rejected.

5. Opening of Bids

This is a two stage bid. All the bidders shall submit the bids in cover I –
Technical bid and Cover II- Price Bid. The technical bid (Cover I) shall
contain all the details except for the price. After evaluation of technical bids
and confirming the requirements, the eligible bidders shall be notified the
option of revising the price bid. Only technical bids shall be opened initially
on the date and time specified above in the presence of representatives of
interested bidders. The date and time of opening of the price bid (Cover II) &
its revision, if any shall be communicated later to all eligible bidders.

6. Rights Reserved by Banas Dairy

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


Banas Dairy does not bind itself to accept the lowest bid. Banas Dairy
reserves right to award the job either in part or full. Banas Dairy at its sole
discretion and without assigning any reason thereof also reserves the right
to accept any/or reject any/or all bids.

7. Address for Communication:

AGM (P&E)
Banaskantha District Co-Operative Milk Producers’ Union Ltd.
Banas Dairy, Post box No-20
Palanpur -385 O01
Gujarat (India)
Phone : 02742-253881-5 Ext 374/252, Fax :02742-252723
E mail: projects@banasdairy.coop

8. Place of Opening of Bid (First and Second stage bids):

BANAS DAIRY I-4 BIDDER


Banas Dairy

Palanpur- 385001
9. Project Site address :

Bulk plot,
Jainpur Ind Ext Area,
Kanpur Dehat,
Uttar Pradesh

BANAS DAIRY I-5 BIDDER


SECTION – II

INSTRUCTIONS TO BIDDERS

BANAS DAIRY I-6 BIDDER


SECTION –II INSTRUCTION TO BIDDERS

TABLE OF CLAUSES

CLAUSE TOPIC PAGE


NUMBER NUMBER
A Introduction I- 3
1 Source of funds II-3
2 Eligible Bidders II-3
3 Eligible Goods and Services II-3
4 Cost of Bidding ll-3
B Bidding Documents ll-3
5 Content of Bidding Documents ll-4
6 Clarification of Bidding Documents Il-5
7 Amendment of Bidding Documents Il-5
C Preparation of Bids ll-5
8 Language of Bid ll-5
9 Documents Comprising the Bid ll-6
10 Bid Form ll-7
11 Bid Prices ll-7
12 Bid Currencies ll-8
13 Documents Establishing Bidder's Eligibility and ll-8
Qualifications
14 Documents Establishing Good's Eligibility and Conformity to Il-10
Bid Documents
15 Bid Security ll-11
16 Period of Validity of Bids Il-12
17 Format and Signing of Bid ll-12

BANAS DAIRY II-1 BIDDER


CLAUSE TOPIC PAGE
NUMBER NUMBER
D Submission of Bids
18 Sealing and Marking of Bids II-13
19 Deadline for Submission of Bids II-14
20 Late Bids II-14
21 Modification and withdrawal of Bids II-14
22 Bid Opening and Evaluation II-14
E Opening of Bids by Purchaser
23 Clarification of Bids II-15
24 Preliminary Evaluation of Bids II-15
25 Conversion to Single Currency II-16
26 Evaluation and Companion of Bids II-16
27 Contacting the Purchaser II-17
F Award of Contract
28 Post Qualification II-17
29 Award Criteria II-17
30 Purchaser's Right to Vary Quantities at Time of Award II-17
31 Purchasers’ Right to Accept Any Bid and to Reject Any or II-17
All Bids
32 Notification of Award II-18
33 Singing of Contract II-18
34 Performance Security II-18
35 Import of goods II-19

BANAS DAIRY II-2 BIDDER


SECTION – II INSTRUCTIONS TO BIDDERS

A. INTRODUCTION

1. Source of Funds

Banas Dairy shall undertake the expenditure from its own sources

2. Eligible Bidders

This invitation of bids is open to all suppliers who meet the minimum eligibility
criteria specified in this bid document.

3. Eligible Goods and Services

3.1 All goods and ancillary services to be supplied under the Contract shall have
their origin in eligible source.

3.2 For purposes of this clause, "origin" means the place where the goods are
mined, grown or produced or from which the ancillary services are supplied.
Goods are produced when, through manufacturing, processing or
substantial and major assembling of components, a commercially recognized
product results that is substantially different in basic characteristics or in
purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality of the Bidder.

4. Cost of Bidding

4.1 The Bidder shall bear all costs associated with the preparation and
submission of its bid, and the Banaskantha District Co operative Milk
producers’ Union Ltd. hereinafter referred to as "the Purchaser", will in no
case be responsible or liable for those costs, regardless of the conduct or
outcome Of the bidding process.

B. THE BIDDING DOCUMENTS

5. Content of Bidding Documents

5.1 The goods required, bidding procedures and contract terms are prescribed in
the Bidding Documents. In addition to the Invitation for Bids, the Bidding
Documents include:

a. Instructions to Bidders

b. General Conditions of Contract

c. Special Conditions of Contract

d. Schedule of Requirements

BANAS DAIRY II-3 BIDDER


e. Technical Specifications

f. Bid Form and Price Schedules

g. Bid Security Form

h. Contract Form

i. Performance Security Form

j. Technical and commercial deviation statement forms

k. Completion Certificate Form

5.2 The Bidder is expected to examine all instructions, forms, terms and
specifications in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or submission of a bid not substantially
responsive to the Bidding Documents in every respect will be at the
Bidder‘s risk and may result in the rejection of its bid.

6. Clarifications of Bidding Documents

6.1 A prospective Bidder requiring any clarification of the Bidding Documents


may notify the Purchaser in writing or by fax or telex or cable at the
Purchaser's mailing address indicated in the invitation for Bids. The
Purchaser will respond in writing to any request for clarification of the
Bidding Documents, which it receives not later than 10 days prior to the
deadline for the submission of bids prescribed by the Purchaser. Written
copies of the Purchasers response (including an explanation of the query but
without identifying the source of inquiry) will be sent to all prospective
Bidders, which have received the Bidding Documents.

7. Amendment of Bidding Documents

7.1 At any time prior to the deadline for submission of bids, the Purchaser may,
for any reason, whether at its own initiative or in response to a clarification
requested by a prospective Bidder, modify the Bidding Documents by
amendment.

7.2 The amendment will be noticed in writing or by fax or email or cable to all
prospective Bidders, which have received the Bidding Documents and will
be binding on them. The amendment will be attached to the bidding
documents sold subsequently.

7.3 In order to afford prospective Bidders reasonable time in which to take the
amendment into account in preparing their bids, the Purchaser may, at its
discretion, extend the deadline for the submission of bids.

C. PREPARATION OF BIDS

8. Language of Bid

BANAS DAIRY II-4 BIDDER


8.1 The Bid prepared by the Bidder and all correspondence and documents
relating to the bid exchanged by the Bidder and the' Purchaser, shall be
written in the English language, provided that any printed literature
furnished by the Bidder may be written in another language so long as
accompanied by an English translation of its pertinent passages in which
case, for purpose of interpretation off the bid, the English translation shall
govern.

9. Documents comprising the bid.

9.1 The Bid prepared by the Bidder shall comprise the following components –
documents:

Cover I

1. A complete description of the goods and services the bidder intends


to supply, install and commission.

2. A Separate folder containing the documents in respect to


qualification and eligibility criteria.

3. EMD or bid security.

4. Detailed technical offer with layouts, P&ID, Automation architecture


etc. The complete tender document duly stamped and signed by the
bidder shall be submitted and shall be part of technical bid. Bidders
shall also submit the equipments with their quantities considered
under import and also the list of indigenous equipments with their
quantities.

Cover II

A price schedule completed in accordance with clause No 10,11 and


12.

9.2 The documentary evidence of the Bidders qualifications to perform the


Contract if its bid is accepted, shall establish to the Purchasers satisfaction:

a. That, in the case of a Bidder offering to supply Goods under the Contract
which the Bidder did not manufacture or otherwise produce, the Bidder
has been duly authorized by the Goods manufacturer or producer to
supply the goods in the Purchaser's country (original equipment
manufacturer certificate).

b. That the bidder has the financial, technical and production capability
necessary to perform the contract.

BANAS DAIRY II-5 BIDDER


9.3 That, in case of a Bidder not doing business within the Purchasers country,
the Bidder is or will be (if successful) represented by an agent in the
purchaser’s country equipped and able to carry out the Suppliers
maintenance, repair and spare parts stocking obligations prescribed by the
conditions of the Contract and/or Technical Specifications.

9.4 Even though the bidders meet the above criteria, they are subject to be
disqualified if they have :

• Made untrue or false representations in the forms, statements and


attachments submitted in proof of the qualification requirements; and
or,

• Record of poor performance such as abandoning the work, not


properly completing the contract, inordinate delays in completion, or
financial failures etc.

9.5 Notwithstanding anything stated above, the purchaser reserves the right to
assess the Bidders capabilities and capacity to execute the contract
satisfactorily before deciding on award.

9.6 Documentary evidence established in accordance with Clause 3 that the


Goods and ancillary Services to be supplied by the Bidder are eligible
Goods and Services and conform to the Bidding Documents:

a. The documentary evidence of the Goods and Services eligibility shall


consist of a statement in the Price Schedule on the country of origin of
the Goods and services offered which shall be confirmed by a certificate
of origin issued at the time of shipment.

b. The documentary evidence of the Goods' and Services’ conformity to the


Bidding documents may be in the form of literature, drawings and data,
and shall furnish:

I. A detailed description of the goods essential technical and


performance characteristics.

II. A list giving full particulars, including available sources of all spare
parts, special tools, etc. Necessary for the proper and continuing
functioning of the Goods for a period of two years, following
commencement of use by the Purchaser, and

III. A clause-by-clause commentary on the Purchaser‘s Technical


specifications demonstrating the Goods and Services substantial
responsiveness to those specifications or a statement of deviations
and exceptions to the provisions of the Technical Specifications in the
format furnished in section Xl (A).

IV. Any exceptions the Bidder wishes to take to the delivery schedule
given in the Schedule of Requirements, the payment schedule or any
other aspect of the General or Special Conditions of Contract,

BANAS DAIRY II-6 BIDDER


including a justification for the exception in the format furnished in
section Xl (B).

10 Bid Form

10.1 The Bidder shall complete the Bid Form and the Price Schedule furnished in
the Bidding Documents, indicating the goods to be supplied, a brief
description of the goods, their country of origin, quantity and prices.

10.2 Original bidding document duly signed and sealed should be submitted on
or before the specified date and time at the office of Banas Dairy, Palanpur.

11 Bid Prices

11.1 The Bidder shall indicate on the Price Schedule attached to these
documents, the unit prices and total Bid Prices of the goods it proposes to
supply under the Contract. To this end, the Bidders are allowed to submit
price bids specified in the "schedule of requirement" and to offer discount, if
any. However, Bidders must submit a bid for the full quantity specified
under technical specifications, failing which, such bids will not be taken into
account for evaluation and comparison and will not be considered for award.
The item wise quoted price should be inclusive of all applicable taxes and
duties, but excluding Octroi / Entry Tax, if any, which shall be reimbursed
at actual on submission of documentary evidence.

The bidder shall submit the itemized price breakup separately mentioning
basic price, P&F, Excise duty, custom duties, CST, VAT, Freight, Insurance,
I&C charges with service tax. The rates shall be inclusive of applicable
service tax/work contract tax.

Any variation in taxes and duties during the delivery period shall be on
the purchaser’s account.

11.2 Prices indicated on the Price Schedule shall be entered separately in the
following manner:

a. The item wise price of goods mentioned in the SOQ and basis of design
to be supplied shall be on FOR site basis inclusive of applicable taxes &
duties against issuance of 'C' and 'D' form by the purchaser. The item
wise price shall also include the charges for packing and forwarding,
transportation, transit insurance and all other local costs incidental to
delivery of the goods to their final destination, storage insurance and safe
custody at site.

BANAS DAIRY II-7 BIDDER


b. The item wise price of installation, testing and commissioning as
described in the technical specifications/ SOQ / requirement mentioned
in basis of design and in accordance with Special Conditions of Contract
with regard to erection, testing and putting the equipment into
satisfactory operation including successful completion of performance
and guarantee tests to be performed at the final destination by the bidder
should be indicated separately and shall be inclusive of applicable taxes
and duties.

c. The cost of service cover / incidental services listed in Clause 9 of the


Special Conditions of Contract Part-l; and

d. The bidder should also submit the price schedule summary.

11.3 The Bidders separation of price components in accordance with Para. 11.2
above will be solely for the purpose of facilitating the comparison of bids by
the Purchaser and will not in any way limit the Purchasers right to contract
on any of the terms offered.

11.4 Price

Bidder shall submit their offers in INR only. A separate price break up
shall be submitted for the indigenous and imported equipments with
their quantities. The list of the equipments with their quantities bidder
wish to import with their price shall also be submitted alongwith the
price bid. The price for the imported equipments shall be worked out by
the bidder considering exchange rate of 1 EURO=71 INR & 1 US $ = 63
INR. Any variation in the exchange rate at the time of clearance/bill of
lading shall be to purchasers’ account. This shall be applicable only for
the equipments and their quantities that bidder wish to import and are
mentioned in the price submitted for the imported equipments. If
bidder wishes to import equipment /extra quantities that are not
mentioned in the submitted list of imported equipments, any extra cost
towards such items due to their import or on account of increased
exchange rate variation shall be borne by the bidder.

Any variations in the exchange rate on the actual imports and resultant
impact in the import duty would be to purchaser’s account. The variation
would be worked out on the difference between the exchange rate mentioned
in the bid and the actual rate during the time of imports multiplied by the
actual CIF value (Foreign supplier’s invoice) supported by the relevant
documents like Bank remittance certificate/ Bill of entry. The basis to arrive
at the price adjustment on account of exchange rate variation shall be RBI
rates prevailing on the date of bank remittance to the foreign supplier (for
arriving at the impact on the value of goods) and exchange rate
mentioned on the bill of entry (to arrive at impact on custom duty)

BANAS DAIRY II-8 BIDDER


11.5 Price Break-up

Bidders shall furnish the cost separately for the supply and labour charges
for installation/ commissioning along with detailed cost break-up (item
wise), which will be applicable for progressive payments. Items and works for
which no break-up price is furnished by the bidder will not be paid for by
the purchaser when supplied / executed and shall be deemed covered by the
other break-up prices. Wherever items are mentioned in terms of length,
prices should be quoted on per meter basis.

However, for evaluation purpose, prices quoted as indicated in Para 11.2


above only will be considered.

Wherever there is more than one item, unit rates should be indicated
separately.

11.6 Notwithstanding anything stated elsewhere in the bidding documents,


irrespective of mode of the contracting with the successful bidder, the
successful bidder will be liable for the payment of Indian Income Tax,
surcharge on Income Tax and any other Corporate Tax, turnover tax etc. if
attracted under the provisions of the law. The purchaser shall not bear any
tax liability whatsoever irrespective of the mode of contracting.

12 Bid Currencies

12.1 For all goods and services covered in this Bidding Document, prices shall be
quoted in Indian Rupees only.

13 Documents Establishing Bidders' Eligibility and Qualifications

13.1 Pursuant to Clause 9, the Bidder shall furnish, as part of its bid, documents
establishing the Bidder's eligibility to bid and its qualifications to perform
the Contract if its bid is accepted.

13.2 The documentary evidence of the Bidder's eligibility to bid shall establish to
the Purchasers satisfaction that the Bidder, at the time of submission of its
bid is eligible to bid as defined under Clause 2.

13.3 The documentary evidence of the Bidders qualifications to perform the


Contract if its bid is accepted, shall establish to the Purchaser's satisfaction:

a. That, in the case of a Bidder offering to supply goods under the


Contract which the Bidder did not manufacture or otherwise
produce, the Bidder has been duly authorized by the goods'
manufacturer or producer to supply the goods. The bid shall include
Manufacturers' Authorization Form in their letterhead. Offers from
other agencies, brokers and middlemen will not be accepted.

b. That, the Bidder has the financial, technical and production capability
necessary to perform the Contract. To this end, all bids submitted
shall include the following information;

BANAS DAIRY II-9 BIDDER


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

II. Details of experience and past performance of the bidder on the


contracts of similar nature within the last 5 years and details of
current contracts in hand and other commitments. Bidder should
meet the minimum qualifying criteria to be eligible for award of
contract pursuant to Clause 9 above.

a) The Bidder should be a manufacturer/ authorized


representative of a manufacturer who must have designed,
manufactured, tested and supplied the equipment(s) similar
to the type specified in the Schedule of Requirements which
shall be in successful operation for at least two years as on
the date of bid opening.

b) Bidders shall invariably furnish documentary evidence


(Client's certificate) in support of the satisfactory operation
of the equipment as specified above

III. The bidder should furnish a brief write-up, backed with adequate
data, explaining his available capacity (both technical arid
commercial) for manufacture and supply, installation and
commissioning of the required equipment within the specified time
of completion, after meeting all their current commitments.

IV. The bidder should confirm that all the facilities exist in his factory
for inspection and testing and these will be made available to the
Purchaser or his representative for inspection.

V. Major items of plant and equipment available/ installed in the


Bidder‘s factory premises;

VI. Qualification and experience of key personnel for successful


execution of the contract;

VII. Reports on financial standing of the Bidder such as profit and loss
statements, balance sheets and auditor‘s report of the past three
years, bankers certificates etc;

VIII. Information regarding any current litigation in which the Bidder is


involved.

13.4 Bidders who meet the criteria given above at 13.2 and 13.3 are subject to be
disqualified, if they have made untrue or false representation in the forms,
statements and attachments submitted in proof of the qualification
requirements or have record of poor performance such as abandoning the

BANAS DAIRY II-10 BIDDER


work, not properly completing the contract, inordinate delays in completion
or financial failure etc.

14 Documents Establishing Goods' Eligibility and Conformity to Bidding


Documents

14.1 Pursuant to Clause 9.1 the Bidder shall furnish, as part of its bid,
documents establishing the eligibility and conformity to the Bidding
Documents of all goods and services, which the Bidder proposes to supply
under the Contract.

14.2 The documentary evidence of the goods' and services' eligibility shall consist
of a statement in the Price Schedule on the country of origin of the goods
and services offered which shall be confirmed by a certificate of origin issued
at the time of shipment.

14.3 The documentary evidence of the goods' and services' conformity to the
Bidding Documents may be in the form of literature, drawing and data, and
shall furnish:

a. A detailed description of the goods’ essential technical and performance


characteristics, schematic drawings etc., if any.

b. A list giving full particulars, including available sources and current


prices, of all spare parts, special tools, etc. necessary for the proper and
continuous functioning of the goods for a period of two years, following
commencement of the goods’ use by the Purchaser.

I. A statement of deviations and exceptions to the provisions of the


technical specification in the format furnished in the bidding
document (Section Xl (A) -Technical Deviation Statement Form) and a
clause by clause commentary on the deviations demonstrating the
goods' and services' substantial responsiveness to the purchasers
specifications despite the deviations.

II. Bidders wishing to offer technical alternatives to the requirements of


the bidding document must also submit a bid which complies with
the requirements of the bidding document, including the basic
technical design as indicated in the drawings and specifications. ln
addition to submitting the basic bids, the bidder shall provide all
information necessary for a complete evaluation of the alternative by
the Purchaser, including design calculations, technical specifications,
break-up of the prices and other relevant details. Only the technical
alternatives, if any, of the lowest evaluated bidder conforming to the
basic technical requirements shall be considered by the purchaser.

BANAS DAIRY II-11 BIDDER


14.4 Pursuant to Clause 14.3 (c) above, the Bidder shall note that standards for
workmanship, material and equipment, and references to brand names or
catalogue numbers designated by the Purchaser in its Technical
Specifications are intended to be descriptive only and not restrictive.

15 Bid Security (Earnest Money Deposit)

15.1 Pursuant to Clause 9.0 the Bidder shall furnish, as part of its bid, bid
security as specified in the Schedule of Requirements.

15.2 The bid security is required to protect the Purchaser against the risk of
Bidder‘s conduct, which would warrant the security‘s forfeiture, pursuant to
Clause 15.7.

15.3 The bid security shall be denominated in Indian Rupees only, and shall be in
one of the following forms:

a. A bank guarantee issued by a Nationalized Indian bank / other banks


treated/approved by RBI to be at par with Nationalised Banks for the
limited purpose of acceptance of guarantee or a foreign bank having
branches in India, in the form provided in the Bidding Documents and
valid for 30 days beyond the validity of the bid from the last date of
receipt of bids.

OR

b. A demand draft/bankers cheque issued by a Indian Nationalized Bank/


Scheduled Bank/ Foreign Bank having branch in India, drawn in favour
of Banas Dairy, payable at Palanpur.

15.4 Any bid not accompanied with bid security in accordance with paras. 15.1
And 15.3 will be rejected by the Purchaser treating it as non-responsive,
pursuant to Clause 24.

15.5 Unsuccessful Bidder's bid security will be discharged / returned as promptly


as possible but not later than 30 days after the expiration of the period of
bid validity prescribed by the Purchaser, pursuant to Clause 16.

15.6 The successful Bidder’s bid security will be discharged upon the Bidders
executing the Contract, pursuant to Clause 33, and furnishing the
performance security, pursuant to Clause 34.

15.7 The bid security may be forfeited

a. If a Bidder withdraws or modifies its bid during the period of bid validity
specified by the Bidder on Bid form; or

b. In the case of this successful Bidder, if the Bidder fails:

I. To sign the Contract in accordance with Clause 33; or

BANAS DAIRY II-12 BIDDER


II. To furnish performance security in accordance with Clause 34.

16 Period of Validity of Bids

16.1 Bids shall remain valid for 120 days after the last date of receipt of bid
prescribed by the Purchaser, pursuant to Clause 19. A bid valid for a shorter
period shall be rejected by the Purchaser as non-responsive.

16.2 In exceptional circumstance, the Purchaser may prior to the expiry of initial
validity period solicit the Bidder's consent to an extension of the period of
validity. The request and the responses thereto shall be made in writing (or
by fax or email). The bid security provided under Clause 15 shall also be
suitably extended. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request will not be required nor permitted to
modify its bid.

17 Format and Signing of Bid

17.1 The Bidder shall prepare two copies of the bid, clearly marking each one as
"Original Bid” and "Copy of Bid” as appropriate. In the event of any
discrepancy between them, the original shall govern.

17.2 The original and all copies of the bid shall be typed or written in indelible ink
and shall be’ signed by the Bidder or a person or persons duly authorized to
bind the Bidder to the Contract. The letter of authorization shall be indicated
by written power-of-attorney accompanying the Bid. All pages off the bid,
except for unamended printed literature, shall be initiated by the person or
persons signing the bid.

17.3 The bid shall contain no interlineations, erasures or overwriting except as


necessary to correct errors made by the Bidder, in which case corrections
shall be initiated by the person or persons signing the bid.

D. SUBMISSION OF BIDS

18 Sealing and Marking of Bids

18.1 The Bidders shall seal the original and each copy of the bid in an inner and
an outer envelope, duly marking the envelopes as "original" and "copy."

18.2 The inner and outer envelopes shall be sealed as described

18.2.1 The outer envelope shall:

a. Be addressed to the Purchaser at the following address:

Banaskantha District Co operative milk Producers’ union Limited

BANAS DAIRY II-13 BIDDER


Banas Dairy,
Palanpur - 385001 (Gujarat)
Kind Attention : AGM (P&E)

b. Please mention on the envelope: “Offer for Refrigeration Plant at


Jainpur, UP”. Bid reference No. BNS/ENGG/2015/KANPUR-REFRI
dated 23.06.2015 and the words
"DO NOT OPEN BEFORE 1600 Hours on 20.07.2015”

18.2.2 The inner envelope shall be sealed and shall contain "Original" and “Copy” :

Cover I : ORIGINAL TECHNICAL BID (EXCEPT FOR PRICE BID) AND


COPY

Cover II : ORIGINAL PRICE BID AND COPY.

18.3 The inner envelope shall indicate the name and address of the Bidder to
enable the bid to be returned unopened in case it is declared "late."

18.4 If the outer envelope is not sealed and marked as required by Clause18.2,
the Purchaser will assume no responsibility for the bid's misplacement or
premature opening. A bid opened prematurely for this cause will be rejected
by the Purchaser and returned to the bidder,

18.5 Telex or cable or facsimile bids will be rejected.

19 DEADLINE FOR SUBMISSION OF BIDS

19.1 Bids must be received by the Purchaser at the address specified under
Clause 18.2 not later than the time specified for receipt of the bids in the
Invitation for Bids (Section I).

19.2 The Purchaser may, at its discretion, extend this deadline for the submission
of bids by amending the Bidding Documents in accordance with Clause 7, in
which case all rights and obligations of the Purchaser and Bidders
previously subject to the deadline will thereafter be subject to the deadline
as extended.

20 LATE BIDS

Any bid received by the Purchaser after the deadline for submission of bids
prescribed by the Purchaser, pursuant of Clause 19, will be rejected and
returned unopened to the Bidder.

21 Modification and Withdrawal of Bids.

21.1 The Bidder may modify or withdraw its bid after the bid's submission,
provided that written notice of the modification or withdrawal is received by
the Purchaser prior to the deadline prescribed for submission of bids.

BANAS DAIRY II-14 BIDDER


21.2 The Bidder's modifications or withdrawal notice shall be prepared, sealed,
marked and dispatched in accordance with the provisions of Clause 18 with
the outer and inner envelopes additionally marked "modification" or
"withdrawal" as appropriate. A withdrawal notice may also be sent by telex
or cable or fax but followed by a signed confirmation copy by post, marked
not later than the deadline for submission of bids.

21.3 No bid may be modified subsequent to the deadline for submission of bids.

21.4 No bid may be withdrawn interval between the deadline for submission of
bids and the expiration of the period of bid validity specified by the Bidder
on the Bid Form. Withdrawal of a bid during this interval may result in the
Bidder’s forfeiture of its bid security, pursuant to Clause 15.7.

E. BID OPENING AND EVALUATION

22 Opening of Bids by Purchaser

22.1 Bid Opening and Evaluation

22.2 This being two stage bid only envelopes containing documents towards
eligibility criteria, technical bid with technical deviations, commercial
deviations shall be opened on the due date in the presence of Bidders
representative who choose to attend, at the time and date indicated in the
(Section I) at the office of Banas Dairy, Palanpur - 385 O01 (Gujarat). The
bidder’s representatives who are present shall sign a sheet / register
evidencing their attendance.

23 Clarification of Bids

23.1 To assist in the examination, understanding, clarification, evaluation of the


bids the Purchaser may, at its discretion, ask the Bidders for a clarification
of its bids and may call for discussion. The request for clarification and the
response shall be in writing and no change in the substance of the bid or
increase in price shall be sought, offered or permitted unless asked for.

24 Preliminary Evaluation

24.1.1 The Purchaser will examine the bids to determine whether they are
complete, whether any computational errors have been made, whether
required sureties have been furnished, whether' the documents have
been properly signed, and whether the bids are generally in order.

24.1.2 Where the bidder has quoted and the bid security furnished is inadequate,
the bid will be treated as non-responsive.

24.1.3 The purchaser will also examine whether the bid is complete. lf the prices(of
second stage bid ) of certain components / sub-assemblies / spare parts

BANAS DAIRY II-15 BIDDER


are not included and if the goods or equipment are otherwise considered
functional, the Purchaser will load the bid with the cost of these
exclusions as estimated by the Purchaser or as quoted by the other
responsive bidders, whichever is higher for evaluation.

24.2 If the Purchaser considers that with these omissions, the offered goods /
equipment is not functional, then the bid will be treated as incomplete and
non-responsive.

24.3 Where the bidder has quoted for more than one pack / items and if the bid
security furnished is inadequate for all the packs / items, the purchaser
shall take the price bid into account only to the extent the bid is secured.
For this purpose, the extent to which the bid is secured shall be determined
by evaluating the requirement of bid security to be furnished for the packs/
items included in his bid (offer) in the serial order off the schedule of
requirements of the bidding document.

24.4 Arithmetical errors will be rectified on the following basis. If there is a


difference between the rates in figures and in words, the rates in words shall
be taken as correct. Similarly, if there is a discrepancy between the unit
price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be corrected. If
the Bidder does not accept the correction of the errors, its bid will be
rejected. If there is a discrepancy between words and figures, the amount in
words will prevail.

24.5 Prior to the detailed evaluation, the Purchaser will determine the substantial
responsiveness to the bidding documents. For purposes of these clauses, a
substantially responsive bid is one, which conforms to all the terms and
conditions of the Bidding Documents without material deviations. A
material deviation is one which affects in any substantial way the
functionality, scope, quality or performance of the deliveries or which limits
in any substantial way inconsistent with the bidding documents, the
Purchaser’s rights or the bidder's obligations under the contract and the
rectifications of which deviations would affect unfairly the competitive
position of other bidders presenting substantially responsive bids. The
Purchaser's determination of a bid’s responsiveness is to be based on the
contents of the bid itself without recourse to extrinsic evidence.

24.6 A bid determined as not substantially responsive will be rejected by the


Purchaser and may not subsequently be made responsive by the Bidder by
correction of the non-conformity.

24.7 The Purchaser may waive any minor informality or non-conformity or


irregularity in a bid which does not constitute a material deviation, provided
such waiver does not prejudice or affect the relative ranking of the Bidder.

25 CONVERSION TO SINGLE CURRENCY

25.1 All bid prices shall be in Indian Rupees only.

BANAS DAIRY II-16 BIDDER


25.2 The offer prices shall be firm however, variation as described at 11.4 of this
section shall be considered.

26 EVALUATION AND COMPARISON OF BIDS

26.1 The Purchaser will evaluate & compare the bids previously determined to be
substantially responsive, pursuant to Clause 24 81 25. No bid will be
considered if the complete requirement covered under the pack/item is not
included in the bid. The discounts if any offered by the bidder will be taken
into account in the evaluation of bids so as to determine the lowest
evaluated cost for the Purchaser in deciding award(s).

26.2 The evaluation and comparison of bids will be done on the basis of item wise
quoted price inclusive of supply, installation, testing &.. Commissioning
including applicable taxes and duties as mentioned in price schedule &
clause 11.2.

26.3 The comparison shall be on free delivery at site basis including unloading
and inclusive of all taxes (sales, works contract, service etc.) and duties
(customs, countervailing, excise etc.) of the goods offered. Such price to
include all costs as well as taxes and duties paid or payable on components
and raw material incorporated in goods as well as taxes and duties payable
on finished goods and the installation & commissioning costs as per the
provisions in the technical specifications.

27 Contacting the Purchaser

27.1 Subject to Clause 23, no Bidder shall contact the Purchaser on any matter
relating to its bid, from the time of the bid opening to the time the Contract
is awarded.

27.2 Any effort by a Bidder to influence the Purchaser in the bid evaluation, bid
comparison or contract award decisions may result in the rejection of the
Bidder's bid.

F. AWARD OF CONTRACT

28 Post Qualification

28.1 In the absence of prequalification, the Purchaser will determine to its


satisfaction whether the Bidder selected as having submitted the lowest
evaluated responsive bid is qualified to satisfactorily perform the Contract.

28.2 The determination will take into account the Bidder's financial, technical
and production capabilities. lt will be based upon an examination of the
documentary evidence of the Bidders qualifications submitted by the
Bidder, pursuant to Clause 13, as well as such other information as the

BANAS DAIRY II-17 BIDDER


Purchaser deems necessary and appropriate including details of experience
and records of past performance.

28.3 An affirmative determination will be a prerequisite for award of the Contract


to the Bidder. A negative determination will result in rejection of the Bidder's
bid, in which event; the Purchaser will proceed to the next lowest evaluated
bid to make a similar determination of that Bidder's capabilities to perform
satisfactorily.

29 Award Criteria

29.1 Subject to clause 31, the Purchaser will award the contract to the successful
bidder whose bid has been determined to be substantially responsive
provided further the bidder is determined to be qualified to perform the
contract satisfactorily as per clause 28.

30 Purchasers Right to Vary, Quantities at the Time of Award.

30.1 The Purchaser reserves the right to vary the quantities at the time of award
of the contract, if the need arises, in consultation with the successful bidder.

31 Purchasers Right to Accept Any Bid and to Reject Any or All Bids

31.1 The Purchaser reserves the right to accept or reject any bid, and to annul
the bidding process and reject all bids at any time prior to award of
Contract, without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the
grounds for the Purchaser's action.

32 Notification of Award

32.1 Prior to expiration of the period of bid validity, the Purchaser will notify the
successful Bidder in writing by registered letter / courier / fax / e-mail /
cable, to be confirmed in writing by registered letter / courier, that its bid
has been accepted.

32.2 The notification of award will constitute the formation of the Contract.

32.3 Upon the successful Bidders furnishing of performance security pursuant to


Clause 32, the Purchaser will promptly notify each unsuccessful Bidder and
will discharge its bid security, pursuant to Clause 15.

33 Signing of Contract

33.1 At the same time as the Purchaser notifies the successful Bidder that its bid
has been accepted, the Purchaser will request the Bidder to submit the

BANAS DAIRY II-18 BIDDER


Contract Form/s as provided in the Bidding Documents, incorporating all
agreements between the parties.

33.2 Within 30 days of receipt of the Contract Form / Purchase Order, the
successful Bidder shall sign and date the Contract/s and return it/them
to the Purchaser.

34 Performance Security

34.1 Within 30 days of the receipt of notification of award from the Purchaser, the
successful Bidder shall furnish the performance security in accordance with
the Conditions of Contract, in the Performance Security Form provided in
the Bidding Documents or another form acceptable to the Purchaser.

34.2 Failure of the successful Bidder to comply with the requirement of Clause 33
or Clause 34 shall constitute sufficient grounds for the annulment of the
award and forfeiture of the bid security, in which event the Purchaser may
make the award to the next lowest evaluated bidder or call for new bids.

34.3 If the bid of the successful bidder is seriously unbalanced in relation to


BANAS DAIRY's estimate of the real cost of the work to be performed under
the contract, BANAS DAIRY may require additional performance security to
protect BANAS DAIRY against financial loss in the event of subsequent
default of the successful bidder under the contract. The value of the
additional performance security shall be decided by the Purchaser based on
mutual discussions with the successful bidder. The additional performance
security shall be valid until the delivery of such items or as the Purchaser
may decide. This security shall be released on a pro rata basis with respect
to completion of execution of those items against which the additional
security is obtained.

35 Import of goods

35.1 No import licence shall be provided by the purchaser for the goods offered
against this bid. However, EPCG licence would be made available for
import of machines/equipments of foreign origin at 0% custom duty.

Bidders should indicate/identify in their bids the items with their cost they
propose to import against EPCG licence to be obtained by the purchaser.

Import duty/ custom duty on the imported items purchased under EPCG
and High Seas Sales shall be NIL. In case any duty is imposed by the Govt.
later on, it shall be payable by purchaser.

35.2 EPCG licence shall be arranged by the purchaser and bidders is to carry out
all subsequent formalities including registration of licence. Further it would
be the sole responsibility of the bidders for clearance of such consignments
/goods from the customs including payment of various duties and taxes at

BANAS DAIRY II-19 BIDDER


the port of landing and onward delivery through appropriate mode of
transport to the project site.

BANAS DAIRY II-20 BIDDER


SECTION III

GENERAL CONDITIONS OF CONTRACT


SECTION III

GENERAL CONDITIONS OF CONTRACT

1. Definitions

1.1 In this Contract, the following terms shall be interpreted as indicated

a. The Contract" means the agreement entered into between the Purchaser
and the Supplier, as recorded in the Contract Form signed by the parties,
including all attachments and appendices thereto and all documents
incorporated By reference therein;

b. "The Contract Price" means the price payable to the Supplier under the
Contract for the full and proper performance of its contractual
obligations;

c. "The Goods" means all of the equipment, machinery, and/or other


materials, which the Supplier is required to supply to the Purchaser
under the Contract;

d. "Services" means services ancillary to the supply of the Goods, such as


transportation and insurance, and any other incidental services, such as
installation, commissioning, provision of technical assistance, training
and other such obligations of the Supplier covered under the Contract;

e. "The Purchaser" means the Organisation purchasing the Goods and


services and would include the term "Owner";

f. "The Supplier" means the individual or firm supplying the Goods and
services under this Contract; and

g. "Engineer-in-charge” means the Engineer designated as such or other


Engineer appointed from time to time by the Purchaser and notified in
writing to the Supplier to act as Engineer-in-charge for the purposes of
contract

h. “Works” means all goods to be provided and work (Services) to be done by


the supplier under the contract.

2. Application

2.1 These General Conditions shall apply to the extent that they are not
superseded by provisions in other parts of the Contract.

BANAS DAIRY III-1 BIDDER


3. Country of Origin

3.1 For purpose of this Clause "origin" means the place where the Goods were
mined, grown or produced, or from which the Services are supplied. Goods
are produced when, through manufacturing, processing or substantial and
major assembling of components, a commercially recognised new product
results that is substantially different in basic characteristics or in purpose or
utility from its components.

The origin of Goods and Services is distinct from the nationality of the
Supplier.

4. Standards

4.1 The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard
is mentioned, to the authoritative standard appropriate to the Goods'
country of origin and such standards shall be the latest issued by the
concerned institution.

5. Use of Contract Documents and Information

5.1 The Supplier shall not, without the Purchaser’s prior written consent,
disclose the Contract, or any provision thereof, or any specification, plan,
drawing, pattern, sample or information furnished by or on behalf of the
Purchaser in connection therewith, to any person other than a person
employed by the Supplier in the performance of the Contract. Disclosure to
any such employed person shall be made in confidence and shall extend
only as far as may be necessary for purposes of such performance.

5.2 The Supplier shall not, without the Purchasers prior written consent, make
use of any document or information enumerated in Para except for purposes
of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in Para 5.1 shall
remain the property of the Purchaser and shall be returned (in all copies) to
the Purchaser on completion of the Suppliers performance under the
Contract if so required by the Purchaser.

6 Patent Rights

BANAS DAIRY III-2 BIDDER


The Supplier shall indemnify the Purchaser against all third-party claims
of infringement of patent, trademark or industrial design rights arising
from

7 Performance Security

7.1 Within 30 days after the Supplier’s receipt of notification of award of the
Contract, the Supplier shall furnish performance security to the Purchaser
in the amount specified in the Special Conditions of Contract.

7.2 The proceeds of the performance security shall be payable to the Purchaser
as compensation for any loss resulting from the Suppliers failure to complete
its obligations under the Contract.

7.3 The Performance Security shall be denominated in the currency of the


Contract or in a freely convertible currency acceptable to the Purchaser, and
shall be in the following form:

a. A bank guarantee, issued by a Nationalised Indian Bank/other banks


treated/approved by RBI to be at par with Nationalised Banks for the
limited purpose of acceptance of guarantee or a foreign bank having
branch in India.

OR

b. Demand Draft or Banker's Cheque in favour of Banas Dairy payable at


Palanpur.

Such bank guarantees shall be valid till the expiry of the warranty period.

7.4 The performance' security will be discharged by the Purchaser and returned
to the Supplier not later than 30 days following the date of completion of the
Supplier’s performance obligations, including any warranty obligations,
under the Contract.

8 Inspection and Tests

8.1 The Purchaser or its representative shall have the right to inspect and or test
the Goods to confirm their conformity to the Contract. The Special
Conditions of Contract and / or the Technical Specifications shall specify
what inspections and tests the Purchaser requires and where they are to be
conducted. The Purchaser shall notify the Supplier in writing of the identity
of any representatives, if retained for these purposes.

BANAS DAIRY III-3 BIDDER


8.2 The inspections and tests may be conducted on the premises of the Supplier
or its subcontractor(s), at point of delivery and I or at the Good‘s final
destination. Where conducted on the premises of the Supplier or its sub-
contractor(s), all reasonable facilities and assistance including access to
drawings and production data shall be furnished to the inspectors at no
charge to the Purchaser. In case of any defects or deficiency notified by the
Purchaser's inspection authority, the Supplier will rectify and make good the
same without delay and not proceed with further processing of such item(s)
of Goods without obtaining approval from the inspection authority.

8.3 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 alterations necessary to meet specification
requirements free of cost to the Purchaser.

8.4 The Purchasers 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 the Goods shipment
from the country of origin.

8.5 Tests upon completion (for Supply, installation & commissioning


contracts)

8.5.1 The Supplier shall give to the Purchaser 21 day’s notice of the date after
which he will be ready to make the tests of completion (the Test). Unless
otherwise agreed, the Tests shall take place within 14 days after the said
date on such day or days, as the Purchaser shall notify the Supplier.

8.5.2 If the Purchaser fails to appoint a time after having been asked to do so,
or does not attend at the time and place appointed, the Supplier shall be
entitled to proceed with the Tests in his absence. The tests shall then be
deemed to have been made in the presence of the Purchaser and the
results of the Tests shall be accepted as accurate.

8.5.3 If the Tests are being unreasonably delayed by the Supplier the
Purchaser may give notice requiring the Supplier to make the tests within
21 days after the receipt of such notice. The supplier shall make the
Tests on such days within that period as the Supplier may fix and of
which he shall give notice to the Purchaser.

If the Supplier fails to make the Tests within 21 days the Purchaser may
himself proceed with the Tests. All tests so made by the Purchaser shall

BANAS DAIRY III-4 BIDDER


be at the risk and cost of the Supplier and the cost thereof shall be
deducted from the Supplier’s price. The test shall then be deemed to have
been made in the presence of the Supplier and results of the tests shall
be accepted as accurate.

8.5.4 If the Goods/services or any section fails to pass the Tests, the Supplier
may require such tests to be repeated on the same terms and conditions.
Ali costs to which the Purchaser may be put to by the repetition of the
tests under this sub- clause or under sub clause 8.5.14 shall be
deducted from the Contract Price.

8.5.5 If the Purchaser and the Supplier disagree on the interpretation of the
test results each shall give a statement of his views to the other within 14
days after such disagreement arises. The statement shall be accompanied
by all relevant evidence. The Purchaser will review both the statements
and render a final decision within a further period of fourteen (14) days,
which shall be binding on the Supplier,

8.5.6 If the Goods/Services or any Section fails to pass the Tests on the
repetition thereof under sub-clause 8.5.4 the Purchaser after due
consultation with the Supplier, shall be entitled to:

a. Order one further repetition of the Tests under the conditions of sub-
clause 8.5.4
Or
b. Reject the Goods or a section thereof in which event the Purchaser
shall have the same remedies against the Supplier as are provided
under sub-clause 8.5.12.
c. Issue a taking over certificate, if the Purchaser so wishes,
notwithstanding that the Goods are not complete. The Supplier’s price
shall then be reduced by such amount as may be agreed to by the
Purchaser and the Supplier or failing an agreement, as may be
determined through arbitration.

8.5.7 In considering the results of tests carried out under sub-clause 8.5.11
and 8.5.14 and the Purchaser shall make allowances for the effect of any
use of the Goods by him on the performance or other characteristics of
the Goods.

8.5.8 As soon as the Goods I Services or any section thereof has passed the
tests, the Purchaser shall issue a certificate to the Supplier to that effect.

8.5.9 The Goods and Services shall be accepted by the Purchaser when they
have been completed in accordance with the contract, except in minor
respects that do not affect the use of the Goods for their intended

BANAS DAIRY III-5 BIDDER


purposes and having passed the tests on completion and a taking over
certificate has been issued or deemed to have been issued in accordance
with-sub-clause 85.10.

8.5.10 The Supplier may apply by notice to the Purchaser for a taking over
certificate not earlier than 14 days before the goods will in the Supplier's
opinion be complete and ready for taking over under sub-clause 8.5.9.

The Purchaser shall within 28 days after the receipt of the Supplier's
application either:

a. Issue the taking over certificate to the Supplier stating the date on
which the works were complete and ready for taking over, or

b. Reject the application giving his reasons and specifying the work
required to be done by the Supplier to enable the taking over
certificate to be issued.

If the Purchaser fails either to issue the takingover certificate or to reject


the Suppliers application within the period of 28 days he shall be deemed
to have issued the taking over certificate on the last day of that period.

If the services are divided by the Contract into sections the Supplier shall
be entitled to apply for separate taking over certificate for each such
section.

8.5.11 The Purchaser shall not use any part of the Goods unless taking over
certificate has been issued in respect thereof.

8.5.12 If never the less the Purchaser uses any part of the Goods that part
which is used shall be deemed to have been taken over at the date of
such use. The Purchaser shall on request of the Supplier issue a taking
over certificate accordingly. If the Purchaser uses any part of the Goods
before taking over, the Supplier shall be given the earliest opportunity of
taking such steps as may be necessary to carry out the tests on
completion.

If the Supplier fails to remedy a defect or damage pointed out by the


Purchaser within a reasonable time, the Purchaser may fix a final time
for remedying the defect or damage.

If the Supplier fails to do so, the Purchaser may:

a. Carry out the work himself or by others at the Supplier’s risk and cost,
provided that he does so in a reasonable manner. The costs properly
incurred by the Purchaser in remedying the defect or damage shall be

BANAS DAIRY III-6 BIDDER


deducted from the Contract Price, but the Supplier shall have no
responsibility for such work, or

b. Require the Supplier to grant the Purchaser a reasonable reduction in


the Contract Price to be agreed or fixed by arbitration or

c. If the defect or damage is such that the Purchaser has been deprived
of substantially the whole of the benefits of the Goods or a part thereof,
he may terminate the Contract, in respect of such parts of the Goods
as cannot be put to the intended use. The Purchaser shall, to the
exclusion of any remedy be entitled to recover all sums paid in respect
of such parts of the Goods together with the cost of dismantling the
same, clearing the site and returning plant to the Supplier or otherwise
disposing of it in accordance with the Suppliers instructions.

8.5.13 If the defect or damage is such that repairs cannot be expeditiously


carried out on the site, the Supplier may with the consent of the
Purchaser remove from the site for the purpose of repair any part of the
works which is defective or damaged, after furnishing a suitable
guarantee as may be prescribed by the Purchaser.

8.5.14 If the replacement or renewals are such that they may affect the
performance of the services, the Purchaser may request that the tests on
completion be repeated to the extent necessary. The request shall be
made by notice within 28 days after the replacement or renewal. The
tests shall be carried out in accordance with clauses 8.5.1 to 8.53.

8.5.15 Until the final certificate of commissioning has been issued, the Supplier
shall have the right of access to all parts of the Goods and to the records
of the working and performance of the Goods and Services.

Such right of access shall be during the Purchaser’s normal working


hours at the Supplier's risk and cost. Access shall also be granted to any
duly authorized representative of the Supplier whose name has been
communicated in writing to the Supplier.

Subject to the Purchasers approval, the Supplier may also at his own risk
and cost make any tests, which he considers desirable.

8.5.16 The Supplier shall not be liable for any defect resulting from designs
furnished or specified by the Purchaser.

8.5.17 The Supplier shall, if required by the Purchaser in writing, search for the
cause of any defect, under the directions of the Purchaser. Unless the
defect is one for which the Supplier is liable under this clause, the cost of

BANAS DAIRY III-7 BIDDER


the services carried out by the Supplier in searching for the cause of the
defect shall be added to the Contract Price.

8.6 Nothing in the clause 8 shall in any way relieve the Supplier from any
warranty or other obligations under this Contract.

9 Packing and Marking

9.1 The Supplier shall provide such packing off the Goods as is required to
prevent their damage or deterioration during transit to their final destination
as indicated in the Contract. The packing shall be sufficient to withstand,
without limitation, rough handling during transit and exposure to
temperature, salt and precipitation during transit and open storage. Packing
case size and weights shall take into consideration, where appropriate, the
remoteness of the Goods' final destination and the absence of heavy
handling facilities at all points in transit.

9.2 The packing, marking and documents, within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract and, subject to Clause 18 and any subsequent
instructions given by the Purchaser.

9.3 Each package shall be marked to indicate:

a) Name of the Supplier d) Purchase Order number

b) Details of items in the package e) Gross, net and tare weights of


the item

c) Name of the Consignee f)Destination

10 Delivery and Documents

10.1 Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified by the Purchaser in its Schedule of Requirements and the
Special Conditions of Contract.

11 Insurance

11.1 The Goods supplied under the Contract shall be fully insured in Indian
Rupees or a freely convertible currency against loss or damage incidental to
manufacture or acquisition, transportation, storage at site, delivery,

BANAS DAIRY III-8 BIDDER


installation, testing commissioning and up to handing over of the plant and
equipment in the manner specified in the Special Conditions of Contract.

11.2 In supply only contracts, where delivery of the Goods is required by the
Purchaser on a CIF basis, the Supplier shall arrange and pay for marine
insurance naming the Purchaser as the beneficiary.

11.3 The Supplier shall provide a copy of the insurance policy along with invoice
to the purchaser who will make arrangements to extend the validity of the
policy, if necessary.

11.4 Should any loss or damage occur, the Supplier should -

a. Initiate and pursue claim till settlement, and

b. Promptly make arrangements for repair and/or replacement of any


damaged items irrespective of settlement of claim by the underwriters.

12 Transportation

12.1 Where the Supplier is required under the Contract to deliver the Goods FOR
Destination, as specified in the schedule of requirements, transportation
shall be arranged and paid for by the Supplier, and the cost thereof shall be
included in the Contract Price.

12.2 Where the Supplier is required to affect delivery under any other terms, for
example, by post or to another address in the source country, the Supplier
shall be required to meet all transport and storage expenses until delivery. I

12.3 In all the cases, transportation of the Goods up to the project site shall be
the responsibility of the Bidder and the cost thereof shall be included I
indicated in the contract price.

12.4 Where the Supplier is required under the Contract to deliver the Goods CIF,
no further restriction shall be placed on the choice of the ocean carrier.

13 Incidental Services

13.1 As specified in the Special Conditions of Contract, the Supplier may be


required to provide any or all of the following services:

a. Performance or supervision of on-site assembly and/or start-up of the


supplied Goods;

BANAS DAIRY III-9 BIDDER


b. Furnishing of tools required for assembly and/or maintenance of the
supplied goods;

c. Furnishing of a detailed operations and maintenance manual for each


appropriate unit of the supplied Goods; and manuals covering the
operation and maintenance of automation software and control systems.

d. Performance or supervision or maintenance and/or repair of the supplied


Goods, for a period of time agreed by the parties, provided that this
service shall not relieve the Supplier of any warranty obligations under
this Contract; and

e. Conduct of training of the Purchaser's personnel, at the Supplier’s plant


and/ or on-site, in assembly, start-up operation, maintenance and/or
repair of the supplied Goods.

13.2 Prices charged by the Supplier for the preceding incidental services, if not
included in the price for the Goods, shall be agreed upon in advance by the
parties and shall not exceed the prevailing rates charged from other parties
by the Supplier for similar services.

14 Warranty/Guarantee

14.1 The Supplier 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 signed/rated/installed capacity as provided for in the Contract.

14.2 This warranty/guarantee shall remain valid for 12 months after the Goods
have been delivered at site, installed and the plant successfully tested,
commissioned and accepted by the Purchaser. The automation systems,
instruments and controls will be guaranteed against system malfunction for
a period of one year from the date of commissioning. The Supplier shall also
submit a quotation along with the bid towards warranty for one extra year.
This will be used at the option of the Purchaser.

BANAS DAIRY III-10 BIDDER


14.3 The Purchaser shall promptly notify the Supplier in writing of any claims
arising under this warranty.

14.4 Upon receipt of such notice, the Supplier shall, with all reasonable speed,
repair or replace the defective Goods or parts thereof, without costs to the
Purchaser other than, where applicable, the cost of inland delivery of the
repaired or replaced Goods or parts from the port of entry to the final
destination. lf 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.

15 Payment

15.1 The method and conditions of payment to be made to the Supplier under the
Contract shall be specified in the Special Conditions of Contract.

15.2 The Supplier's request(s) for payment shall be made to the Purchaser in
writing, accompanied by an invoice describing, as appropriate, the Goods
delivered and Services performed, and by shipping documents, submitted
pursuant to Clause 10, and fulfilment of other obligations stipulated in the
Contract.

15.3 Payments shall be made promptly by the Purchaser within thirty (30) days of
submission of an invoice/claim by the Supplier.

15.4 All payments under this contract shall be made in Indian Rupees only.

16 Prices

16.1 Shall be as per clause No.11.4 of section II : instruction to bidders

17 Change Orders

17.1 The Purchaser may, at any time, by a written order given to the Supplier
pursuant to Clause 31, make changes within the general scope of the
Contract in any one or more of the following:

a. Drawings, designs or specifications, where Goods to be furnished under


the Contract are to be specifically manufactured for the Purchaser:

BANAS DAIRY III-11 BIDDER


b. The method of shipment or packing;

c. The place of delivery; or

d. The Services to be provided by the Supplier

17.2 If any such change causes an increase or decrease in the cost of, or the time
required for, the Supplier's performance of any part of the work under the
Contract, whether changed or not changed by the order, an equitable
adjustment shall be made in the Contract Price or delivery schedule, or both,
and the Contract shall accordingly be amended. Any claims by the Supplier
for adjustment under this clause must be asserted within thirty (30) days
from the date of the Supplier’s receipt of the Purchaser's change order.

18 Contract Amendment

18.1 Subject to Clause 18, no variation in or modification of the terms of the


Contract shall be made except by written amendment signed by the parties.

19 Assignment

19.1 The Supplier shall not assign, in whole or in part, its obligations to perform
under the Contract, except with the Purchasers prior written consent.

20 Subcontracts

20.1 The Supplier shall notify the Purchaser in writing of all subcontracts
awarded under the Contract if not already specified in his bid. Such
notification, in his original bid or later, shall not relieve the Supplier from
any liability or obligation under the Contract.

20.2 Sub contracts must comply with the provisions of clause 3

21 Delays in the Supplier's Performance

21.1 Delivery of the Goods and performance of Services shall be made by the
Supplier accordance with the time schedule specified by the Purchaser in its
Schedule Requirements.

BANAS DAIRY III-12 BIDDER


21.2 An un-excused delay by the Supplier in the performance of its delivery
obligations shall render the Supplier liable to any or all of the following
sanctions:

Forfeiture of its performance security, imposition of liquidated damages,


and/or termination of the Contract for default

21.3 If at any time during performance of the Contract, the supplier or its
subcontractors should encounter conditions impeding timely delivery of the
Goods 8. Performance of Services the Supplier shall promptly notify the
Purchaser in writing of the fact the delay its likely duration and its cause(s)
As soon as practicable after receipt the Suppliers notice, the Purchaser shall
evaluate the situation and may at its discretion extend the Supplier's time
for performance, in which case the extension on shall be ratified by the
parties by amendment of the Contract.

22 Liquidated Damages

22.1 Subject to Clause 25, if the Supplier fails to deliver any or all the goods or
perform the services within the time period(s) specified in the Contract the
Purchaser shall without prejudice to its other remedies under the Contract,
deduct from the contract prices, as liquidated damages, a sum equivalent to:

1) 0.5% of the full contract value for every completed week (week
comprising of 7 Days including holidays and any incomplete week shall
be ignored for the calculations of liquidated damages) of delay in the
supplies/commissioning.

2) The total amount so deducted shall not exceed 10% of the Contract
value. Once the maximum is reached, the Purchaser may consider
termination of contract pursuant to clause 24.

22.2 Any incremental taxes and levies on account of delay in performance of the
Contract by the Supplier shall be to the Supplier’s account.

23 Termination for Default

23.1 Suppliers default:

23.1.1 If the supplier shall assign the Contract, without the consent in writing of
that Purchaser first obtained, or if in the opinion of the Purchaser, the
Supplier:

BANAS DAIRY III-13 BIDDER


a. Has abandoned the Contract, or

b. Without reasonable excuse has failed to commence the Works or has


Suspended the progress of the works for twenty eight days after receiving
from the purchaser written notice to proceed, or

c. Despite previous warnings by the Purchaser in writing, is not executing


the works in accordance with the Contract, or neglecting to carry out his
obligations under the contract so as seriously to affect the carrying out of
the Works.

Then the Purchaser may, after giving fourteen days notice in writing to
the Supplier, enter upon the Site and expel the Supplier there from
without thereby voiding the contract, or releasing the Supplier from any
of his obligations or liabilities under the contract, or affecting the rights
and powers conferred by the Contract on the Purchaser and may himself
complete the works or may employ any other Supplier to complete the
Works without prejudice to any other remedy of the Purchaser. The
Purchaser or such other Supplier shall have tree use for such completion
of so much of the Supplier‘s Equipment as may be on the Site in
connection with the works without being responsible to the Supplier for
fair wear and tear thereof and to the inclusion of any right of the Supplier
over the same.

23.1.2 The Purchaser shall, as soon as may be practicable after any such entry
and expulsion by the Purchaser, fix and determine by or after reference
to the parties, or after such investigation or enquiries as he may think fit
to make or institute, and shall certify what amount, if any, had at the
time of such entry and expulsion been reasonably earned by or would
reasonably accrue to the Supplier in respect of work then actually done
by him under the Contract and the value of any unused or partially used
materials on the Site.

23.1.3 lf the Purchaser shall enter and expel the Supplier under this Clause, he
shall not be liable to pay to the Supplier any money on account of the
Contract until the costs of execution and all other expenses incurred by
the Purchaser have been ascertained and the amount thereof certified.
The Supplier shall then be entitled to receive only such sum or sums, if
any, as the Purchaser may certify would have been payable to him upon
due completion by him after deducting the said amount. lf such amount
shall exceed the sum which would have been payable to the Supplier on
due completion by him, then the Supplier shall, upon demand, pay to the
Purchaser the amount of such excess and it shall be deemed a debt due
by the Supplier to the Purchaser and shall be recoverable accordingly.

BANAS DAIRY III-14 BIDDER


23.1.4 lf the Purchaser pursuant to this Clause takes the Works or part thereof
out of the Supplier‘s hands the Supplier‘s Liability under Clause for delay
in completion shall immediately cease, without prejudice to any such
liability that may at that time already be recoverable from the Supplier by
the Purchaser.

23.1.5 Consequent to such termination of Contract, the Purchaser shall also be


entitled to recover the advance paid, if any, to the Supplier along with
interest 13% per annum compounded quarterly on the last day of
March, June, September and December on the advance paid for the
entire period for which the advance was retained by the Supplier.

23.2 Default of the Purchaser

23.2.1 In the event of the Purchaser:

a. Failing to pay to the Supplier the amount due within 60 days after the
shall have become due under the terms of the Contract subject to any
deduction that the Purchaser entitled to make under the Contract, or

b. Becoming bankrupt or (being a company) going into liquidation other


than for the purpose of a scheme of reconstruction or amalgamation, or

c. Being unable to continue to meet his contractual obligations for


unforeseen reasons due to economic dislocation

The supplier shall be entitled without prejudice to any other rights or


remedies (and in respect of paragraph (a)above as alternative to the
provisions of clause 16 for payment to terminate his employment under the
contract by giving 30 days prior notice in writing to the purchaser.

23.2.2 Upon the giving of such notice the Supplier shall with all reasonable
dispatch remove from the Site all suppliers’ equipment brought by him
thereon.

23.2.3 In the event of such termination the Purchaser shall be under the same
obligations notice in writing to the Purchaser. to the Supplier in regard
to payment as if the Contract had been terminated the provisions of Sub-
Clause 25.4.2 hereof but in additions payment spec' therein, the
Purchaser shall pay to the Supplier the amount of any reasonable y or
damage to the Supplier arising out of or in connection with or by
consequence such termination.

BANAS DAIRY III-15 BIDDER


23.2.4 Nothing in this clause contained shall prejudice the right of the Supplier
to exercise either in lieu of or in addition to the rights and remedies
specified in this Clause, other rights or remedies to which the Supplier
may be entitled.

24 Force Majeure

24.1 Notwithstanding the provisions of Clauses 22, 23, 24, the Supplier shall not
be liable for forfeiture of its performance security, liquidated damages or
termination default, if and to the extent that, it’s delay in performance or
other failure to perform obligations under the Contract is the result of an
event of Force Majeure.

24.2 For purposes of this clause, "Force Majeure” means an event beyond the
control the Supplier and not involving the Suppliers fault or negligence and
not foreseeable Such events may include, but are not restricted to, acts of
the Purchaser either in sovereign or contractual capacity, wars or
revolutions, tires, floods, epidemics, quarantine restrictions and freight
embargoes.

24.3 If a Force Majeure situation arises, the Supplier shall promptly notify the
Purchaser in writing of such condition 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.

24.4 Termination in Consequence of Force Majeure

24.4.1 If circumstances of Force Majeure have occurred and shall continue for a
period of 182 days then, notwithstanding that the Supplier may by
reason thereof have been granted an extension of Time for Completion of
the Works, either party shall be entitled to serve upon the other 28 days'
notice to terminate the Contract. If at the expiry of the period of 28 days
Force Majeure shall still continue the Contract shall terminate.

24.4.2 If the Contract shall be terminated as aforesaid the Supplier shall be paid
by the Purchaser for all work executed prior to the date of termination at
the rates and prices provided in the Contract and in addition:

a. The amounts payable in respect of any preliminary items, so tar as


the work or service comprised therein has been carried out or
performed, and a proper proportion as certified by the Purchaser of

BANAS DAIRY III-16 BIDDER


any such items the work or service comprised in which has been
partially carried out or performed.

b. The cost of materials or goods reasonably ordered for the Works or for
use in connection with the Works which shall have been delivered to
the Supplier or of which the Supplier is legally liable to accept delivery
(such materials or goods becoming the property of the Purchaser
upon such payment being made by him).

c. A sum, to be certified by the Purchaser, being the amount of any


expenditure, which in the circumstances was reasonably incurred by
the Supplier in the expectation of completing the whole of, the Works,
in so far as such expenditure shall not have been covered by the
payments in this Sub-Clause before mentioned.

d. The reasonable cost of removal under Sub-Clause b of this Clause


and (if enquired by the Supplier) return thereof to the Supplier's
works in his country or to any other destination at no greater cost.

e. The reasonable cost of repatriation of all the Supplier’s staff and


workmen employed on or in connection with the Works at the time of
such termination.

Provided always that, against any payments due from the Purchaser
under this Sub-Clause, the Purchaser shall be entitled to be credited
with any outstanding balances due from the Supplier for advances in
respect of Plant and materials, and any sum previously paid by the
Purchaser to the Supplier in respect of the execution of the Works.

25 Termination for Insolvency

25.1 The Purchaser may at any time terminate the Contract by giving written
notice to the Supplier, without compensation to the Supplier, if:

a. The Supplier becomes bankrupt or otherwise insolvent,

b. The Supplier being a Company is wound up voluntarily by the order of a


Court receiver, liquidator or Manager appointed on behalf of the
debenture holders or circumstances shall have arisen which entitle the
court or debenture holders to appoint a receiver, liquidator or a Manager,
provided that such termination will not prejudice or affect any right of
action or remedy which has accrued or will accrue thereafter to the
Purchaser.

BANAS DAIRY III-17 BIDDER


26 Termination for Convenience

26.1 The Purchaser may, by written communication sent to the `Supplier,


terminate the Contract, in whole or in part, at any time for its convenience.
The notice of termination shall specify that termination is for the purchaser’s
convenience, the extent to which performance of work under the Contract is
terminated, and the date upon which such termination becomes effective.

26.2 The Goods that are complete and ready for shipment within 30 days after
the Suppliers receipt of notice of termination shall be purchased by the
Purchaser at the Contract terms and prices. For the remaining Goods, the
Purchaser may elect:

a. To have any portion completed and delivered at the Contract terms and
prices; and/or
b. To cancel the remainder and pay to the Supplier an agreed amount for
partially completed Goods and for materials and parts previously
procured by the Supplier.

27 Resolution of Disputes

27.1 The Purchaser and the Supplier shall make every effort to resolve amicably
by dire informal negotiation any disagreement or dispute arising between
them under or in connection with the Contract.

27.2 lf, after thirty (30) days from the commencement of such informal
negotiations, the Purchaser and the Supplier have been unable to resolve
amicably a Contract dispute either party may require that the dispute be
referred for resolution to the form mechanisms specified in the Special
Conditions of Contract. These mechanisms include, but are not restricted to,
conciliation mediated by a third party, adjudication an agreed national or
international forum, and/or international arbitration, the mechanism shall
be specified in the Special Conditions of Contract.

28 Governing Language

28.1 The Contract shall be written in the language of the bid, as specified by the
Purchase in the Instructions to Bidders. Subject to Clause 30, that language
version of Contract shall govern its interpretation. All correspondence and

BANAS DAIRY III-18 BIDDER


other document pertaining to the Contract, which is exchanged by the
parties, shall be written in the same language.

29 Applicable Law

29.1 The Contract shall be interpreted in accordance with the laws of the Union of
India.

30 Notices

30.1 Any notice given by one party to the other pursuant to the Contract shall be
sent in writing or by telegram or telex/fax and confirmed in writing to the
address specified for that purpose in the Special Conditions of Contract.

30.2 A notice shall be effective when delivered or on the notice's effective date,
whichever is later.

31 Taxes and Duties

31.1 A supplier shall be entirely responsible for payment of all taxes, duties,
license fees, etc. until taking over of the works by the ‘Purchaser However,
Octroi, if any shall be reimbursed at actual on submission of documentary
evidence and Entry Tax, wherever applicable shall be paid by the Project
Authority.

32 Income Tax and Other Taxes:

32.1 The Supplier shall be liable to pay all corporate taxes, income tax, service
tax and other taxes that shall be levied according to the laws and regulations
applicable from time to time and the price bid by the Supplier shall include
all such taxes.

32.2 Wherever the laws and regulations require deduction of such taxes at the
source of payment, the Purchaser shall effect such deductions from the
payment due to the Supplier. The remittance of amounts so deducted and
issuance of certificate for such deductions shall be made by the Purchaser
as per the laws and regulations in force. Nothing in the Contract shall relieve
the Supplier from his responsibility to pay any tax that may be levied on
income and profits made by the Supplier in respect of the Contract.

BANAS DAIRY III-19 BIDDER


32.3 The Suppliers staff, personnel and labour will be liable to pay personal
income taxes in respect of such of their salaries and wages as are chargeable
under the laws and regulations to the time being in force, and the Supplier
shall perform such duties in regard to such deductions thereof as may be
imposed on him by such laws and regulations. The Purchaser shall not, in
any way, be responsible for such payments by the Supplier/Suppliers' staff.

33 Right to use defective Goods

lf after delivery, acceptance and installation and within the guarantee and
warranty period, the operation or use of the Goods proves to be unsatisfactory,
the Purchaser shall have the right to continue to operate or use such Goods
until rectifications of defects, errors or omissions by repair or by partial or
complete replacement is made without interfering with the Purchasers’
operation.

34 Construction of the contract

34.1 Notwithstanding anything stated elsewhere in the Bidding Documents, the


entire work could be awarded in more than one contract.

34.2 The award of more than one contract shall ‘not in any way dilute the
responsibility of supplier for the successful commissioning of the
plant/equipment as per the Bid Specifications and all the contracts will
contain cross-fall breach clause. Any delay in one contract shall be
construed as delay in completion of all the contracts and the liquidated
damages shall be imposed accordingly.

35 Jurisdiction

This invitation for bids is issued for and on behalf of Banaskantha District Co-
operative Milk Producers’ Union Ltd. having its head office situated at Palanpur
(Gujarat), for the settlement of any dispute arising out of the contract against
this bid, only the Courts at Palanpur shall have jurisdiction.

BANAS DAIRY III-20 BIDDER


SECTION IV

SPECIAL CONDITIONS OF CONTRACT


SECTION IV SPECIAL CONDITIONS OF CONTRACT

PART -I

TABLE OF CLAUSES

Item No. Topic Page No

1 Scope IV-5

2 Dentitions (Clause 1) IV-5

3 Country of Origin (Clause 3) IV-5

4 Equivalency of standards and codes (Clause 4) IV-5

5 Performance Security (Clause 7) IV-6

6 Inspection and Tests (clause 8) IV-6

7 Delivery and Documents (Clause 10) IV-7

8 Insurance (Clause 11) IV-8

9 Incidental Services (Clause 13) IV-9

10 Spare Parts (Clause 14) IV-9

11 Warranty (Clause 15) IV-9

12 Payment (Clause 16) IV-10

13 Resolution of Disputes (Clause 28) IV-11

14 Notices (Clause 31) IV-12

BANAS DAIRY IV-1 BIDDER


SPECIAL CONDITIONS OF CONTRACT FOR ERECTION

PART - II

TABLE OF CLAUSES

Item No. Topic Page No

1 Sufficiency of Tender IV-13

2 Programme of installation and commissioning IV-13

3 Preparation of drawings for approval IV-13

4 Supplier's superintendence and employment of IV-16


erection team and conduct of personnel

5 Purchasers instructions IV-17

6 Right of the Purchaser IV-18

7 Supplier‘s functions IV-20

8 Duties of the supplier vis-a-vis the Purchaser IV-24

9 Supply of tools, tackles and materials IV-25

10 Protection of plant IV-25

11 Unloading, transportation and inspection IV-27

12 Storage of equipment IV-28

13 Approvals IV-29

14 Review and co-ordination of erection work IV-30

15 Extension of time for completion IV-30

BANAS DAIRY IV-2 BIDDER


SPECIAL CONDITIONS OF CONTRACT FOR ERECTION

PART - III - A

MECHANICAL INSTALLATION

TABLE OF CLAUSES

Item Topic Page No


No.

1 Mechanical Installation IV-31

2 General Installation IV-31

3 Service Piping Installation IV-33

4 Special Instructions and specifications IV-37

5 Insulation of Piping and Equipment IV-39

6 Interconnections of Service and Electricals with IV-41


equipment

7 Guidelines for expansion work IV-41

8 Clean up of Works Site IV-42

9 Cleaning chemicals and lubricants IV-43

10 Testing, commissioning and start-up IV-43

11 Painting IV-45

12 Training of personnel IV-46

BANAS DAIRY IV-3 BIDDER


SPECIAL CONDITIONS OF CONTRACT FOR INSTALLATION

PART - III - B

ELECTRICAL INSTALLATION

TABLE OF CLAUSES

Item Topic Page No


No.

1 Scope IV-54

2 Standards IV-54

3 Equipment and accessories - Specifications IV-54

4 Erection of Equipment IV-58

5 Installation of Cable Network IV-61

6 Earthing Network IV-67

BANAS DAIRY IV-4 BIDDER


SECTION IV SPECIAL CONDITIONS OF CONTRACT

PART – I

1. The following Special Conditions of Contract shall supplement the General


Conditions of Contract. Whenever there is a conflict, the provisions herein
shall prevail over those in the General Conditions of Contract. The
corresponding clause number of the General Conditions is indicated in
parentheses.

2. Definitions (Clause 1)

a. The Purchaser is Banas Dairy and would include the term “Owner”.

b. The Supplier is (Name of Supplier).

3. Country of Origin (Clause 3)

The place where the goods were mined, grown or produced and from which
the services are supplied.

4. Equivalency of Standards and Codes (Clause 4)

Wherever reference is made in the contract to the respective' standards and


codes in accordance with which goods and materials are to be furnished,
and work is to be performed or tested, the provisions of the latest current
edition or revision of the relevant standards and codes in effect shall apply,
unless otherwise expressly set forth in the Contract. Where such standards
and codes are national in character, or relate to a particular country or
region, other authoritative standards which ensure an equal or higher
quality than the standards and codes specified will be accepted subject to
the Purchasers prior review and written approval. Differences between the
standards specified and the proposed alternative standards must be fully
described in writing by the Supplier and submitted to the Purchaser at least
30 days prior to the date when the Supplier desires the Purchasers approval.
In the event the purchaser determines that such proposed deviations do not
ensure equal or higher quality, the Supplier shall comply with the standards
set forth in the documents.

5. Performance Security (Clause 7)

BANAS DAIRY IV-5 BIDDER


5.1 The Performance Security shall be in the amount of 10% of the Contract
price.
5.2 Additional Performance Security, if deemed necessary, shall be submitted
as mutually agreed by the Purchaser and the successful bidder at the
time of acceptance of the contract/Purchase order.

6. Inspection and Tests (Clause 8)

6.1 The inspection of the Goods shall be carried out to check whether the
Goods are inconformity with the technical specifications attached to the
purchase order form and shall be in line with the inspection/test
procedures laid down in the Schedule of Specifications and the Contract
conditions.

6.2 Manufacturer must have suitable facilities at their works for carrying out
various performance tests on the equipment. The bidder should clearly
confirm that all the facilities exist for inspection and shall be made
available to the inspecting Authority.

6.3 A load and functional tests as indicated in the specifications must be


carried out at the manufacturer’s works. Reliability of the equipment
shall be demonstrated to the satisfaction of the appointed inspector or
inspecting Agency.

6.4 Approved supplier's drawings shall not be departed from except as


provided in the Bidding Document.

6.5 The Purchaser shall have the right at all reasonable times to inspect, at
the Suppliers premises all Suppliers drawings of any part of the work.

6.6 The supplier shall provide, within the time stated in the contract or in the
programme, drawings showing how the plant is to-be designed and any
other information required for

a. Preparing suitable foundations or other means of support.


b. Providing suitable access on the site for the plant and any necessary
equipment to the place where the plant is to be erected and
c. Making necessary electrical connections from the panel board
provided in the individual sections to the machines.

BANAS DAIRY IV-6 BIDDER


6.7 Before the goods and equipment are taken over by the Purchaser, the
Supplier shall supply operation and maintenance manuals together with
drawings of the goods and equipment as built. These shall be in such
details as will enable the Purchaser to operate, maintain, adjust and
repair all parts of the works as stated in the specifications.

The manuals and drawings shall be in the ruling language (English) and
in such form and numbers as stated in the contract.

Unless and otherwise agreed, the goods and equipment shall not be
considered to be completed for the purposes of-taking over until such
manuals and drawings have been supplied to the Purchaser.

6.8 The goods will be accepted after inspection by the Purchaser, his
representative or any inspection agency appointed by Purchaser and the
costs for such inspector/Agency shall be borne by the Purchaser

7. Delivery and Documents (Clause 10)

Upon shipment/dispatch, the supplier shall notify to the purchaser by cable


or email or fax the full details of dispatch including purchaser order no
description of the goods, quantity, mode of transport, place of loading, date
of dispatch etc. The supplier will mail the following documents to the
purchaser with a copy to the Insurance Company:

Original and three copies of:

I. The Suppliers invoice showing purchase order no Goods description


quantity unit price total amount
II. Delivery note/case-wise detailed packing list identifying contents of
each package/ lorry receipt
III. Manufacturer s/Supplier s guarantee certificate
IV. Inspection Certificate issued by the nominated inspection agency and
the Suppliers factory inspection report
V. Certificate of origin
VI. Insurance policy
VII. Excise gate pass /octroi receipts wherever applicable duly sealed
indicating payments made and
VIII. Any other document evidencing payment of statutory levies
IX. The suppliers’ certificate certifying that the defects pointed out during
inspection have been rectified

BANAS DAIRY IV-7 BIDDER


Note-The nomenclature used for the Item description in the invoice/s
packing list/s and delivery note/s etc should be identical to that used in the
purchase order The dispatch particulars including name of transporter LR
no And date should also be mentioned in the invoices

8. Insurance (clause 11)

a. The marine / transit insurance to be taken by the contractor/ supplier


shall be in an amount equal to 110% of the FOR Destination value of the
goods from 'warehouse to warehouse on ‘All Risks’ basis including Strike,
Natural calamities but exclusive of War Risk valid for a period not less
than 3 months after the date of arrival of Goods at final destination

b. Storage- cum- erection ALL Risks’ insurance for an amount equal to


110% of the contract value valid for a period not less than 3 months after
installation including one month for testing and commissioning shall be
taken by the contractor/ supplier

OR

As an alternative to (a) & (b) above “Marine-cum erection ALL Risks”


insurance policy covering storage of equipment and other erection
materials at site for an amount equal to 110% of the contract value of
supply, installation & commissioning and valid for a period not less than
3 months after installation including one month for testing and
commissioning shall be taken by the contractor/ supplier

c. Third Party Insurance: Before commencing the erection work the


contractor/ supplier without limiting his obligations and responsibilities
shall unsure against hrs liability for any maternal or physical damage
loss or injury which may occur to any property including that of the
Owner/Banas Dairy or to any person including any employee of the
Owner/Banas Dairy

Such insurances shall be for an amount not less than Rs 10 lakhs per
occurrence with the number of occurrence Limited to five

9. Incidental services (Clause 13)

9.1 The incidental services for supply, installation and commissioning


contract, as follows shall be provided by the Supplier:

BANAS DAIRY IV-8 BIDDER


a. Furnishing of tools required for assembly and maintenance of the
supplied goods;

b. Furnishing of a detailed operations and maintenance manual for each


appropriate unit of the supplied Goods;

c. On-site assembly and start-up of the supplied Goods;

d. Conduct of training of the Purchaser's personnel (approx. for 4 man-


weeks); at the Supplier’s plant and/or on-site, in assembly, start-up
operation, maintenance and/or repair of the supplied Goods.

e. Furnishing of layout drawing etc. as specified in clause 3 of Special


Conditions of Contract Part ll.

10. Spare Parts (Clause 14)

Supplier shall carry sufficient inventories to assure ex-stock supply of


consumable spares such as gaskets, plugs, washers, belts, etc. Other spare
parts and components shall be supplied as promptly as possible but in any
case within six months of placement of order.

11. Warranty/Guarantee (Clause 15)

The warranty/guarantee shall be as per provision under Clause 15 of


General Conditions.

12. Payment (Clause 16)

12.1.1 Payment for design and supply component:

a. 15% advance on supply value shall be payable against submission of


Bank Guarantee of equivalent amount valid till schedule date of
delivery/ actual delivery of materials

b. 75% of contract price of the goods within 30 days of safe receipt of the
material at destination / site after inspection and
approval/acceptance by the purchaser.

BANAS DAIRY IV-9 BIDDER


c. 10% of the contract price of the goods on continuous satisfactory
running of the complete plant for one month on completion of other
contracted services and accepted by the purchaser’s representatives
within the scope of this contract AGAINST SUBMISSION OF
PERFORMANCE BANK GUARANTEE OF 10% of contract value.

12.1.2 Payment for installation, testing and commissioning component:

a. On progress of work: 80% of the contract price for installation and


commissioning Shall be paid on prorate basis on actual completion of
installation/erection and after due inspection and approval by the
purchaser (against detailed break up cost to be furnished by the
Supplier in advance and accepted by the Purchaser).

b. On commissioning: 10% of the contract price for installation and


commissioning shall be paid on actual completion of commissioning
and after due inspection and approval by the purchaser (against
detailed break up cost to be furnished by the Supplier in advance and
accepted by the Purchaser)

c. On final acceptance: The balance 10% shall be paid on continuous


satisfactory running of the complete plant for one month on
completion of other contracted services and accepted by the
purchaser s representative within the scope of this contract

12.1.3 Payments for Service Cover

25% Payment on satisfactory completion of service cover for every


three months

NOTE:

i. All bank guarantees should be issued by Nationalized Banks /other


banks like lDBl Bank treated/approved by RBI to be at par with
Nationalized Banks for the limited purpose of acceptance of
guarantee.
ii. The successful bidder may raise running bills for supply as soon as
supply is completed as per the schedule and bills for labors job shall
be raised once in a month.

BANAS DAIRY IV-10 BIDDER


iii. Retention money shall be deducted @ 10% of the Contract Price
(excluding taxes) wherever tax break-up is available separately in the
Purchase Order/Contract.

iv. The Purchaser shall issue Material Transfer Challan (MTC) after safe
receipt of equipment.

13. Resolution of Disputes (Clause 28)

13.1 In the event of any dispute in the interpretation of the terms of the
order/contract or difference of opinion between the parties on any point
in the order/contract arising out of or in connection with the agreement
accepted order/contract or with regard to performance of any obligation
hereunder by either party, the parties hereto shall use their best efforts
to settle such disputes or difference of opinion amicably by mutual
negotiations. ln case no agreement is reached, either party may forthwith
give to the other, a notice in writing of the existence of such question,
dispute or difference of opinion and the same shall be referred to the
adjudication of sole arbitrator to be appointed by BANAS DAIRY whose
decision in the matter shall be final and binding on the parties.

The Arbitration proceedings shall be governed under the provisions of the


Indian Arbitration and Conciliation Act, 1996 and the rules there under
or any statutory modifications thereof' for the time being in force. ln the
order/contract, the venue of such Arbitration shall be Palanpur, Gujarat
and Courts at Palanpur alone shall have jurisdiction regarding any
matter arising out of order/contract.

Performance under the Contract shall, if reasonably possible, continue


during the Arbitration proceedings _and payments due to the Supplier by
the Purchaser shall not be with held, unless they are the subjects of the
Arbitration proceedings.

All awards for claims equivalent to Rupees thirty thousand or more shall
be in writing and state the reasons for the amounts awarded.

14. Notices (Clause 31)

For the purpose of all the notices, the following shall be the address of the
Purchaser and Supplier.

BANAS DAIRY IV-11 BIDDER


Purchaser – Banaskantha District Co-operative Union Ltd., Post Box No. 20,
Palanpur – 385001 (Gujarat).

Supplier (To be filled in at the time of Contract signature.)

BANAS DAIRY IV-12 BIDDER


SPECIAL CONDITIONS OF CONTRACT FOR INSTALLATION
PART II

1. SUFFICIENCY OF TENDER
The Supplier by bidding shall be deemed to have satisfied himself as to, all
the conditions and circumstances affecting the Contract Price, as to the
possibility of executing the works as shown and described in the Contract,
as to the general circumstances at the site of the works, as to the general
labor position at site and to have determined the prices accordingly.

2. PROGRAMME OF INSTALLATION AND COMMISSIONING

As soon as practicable after the acceptance of the bid, the Supplier shall
submit to the Purchaser for his approval a comprehensive programme in the
form of PERT network/ bar chart and any other form as may be required by
the Purchaser showing the sequence of order in which the Supplier proposes
to carry-out the works including the design, manufacture, delivery to site,
erection and commissioning thereof. After submission to and approval by the
Purchaser of such programme, the supplier shall adhere to the sequence of
order and method stated therein. The submission to and approval by the
Purchaser of such programme shall not relieve the Supplier of any of his
duties or responsibilities under the Contract. The programme approved by
the Purchaser shall form the basis of evaluating the pace of all works to be
performed by the supplier.

3. PREPARATION OF DRAWINGS FOR APPROVAL

The Supplier should visit the site to acquaint himself in respect of existing
site conditions and to know the details/information required for
understanding the nature and type of civil construction works involved in
the project. The Supplier shall submit to the Purchaser for approval:

a. Within the time given in the specification or in the programme, such


drawings, samples, patterns and models as may be called for therein,
and in numbers therein required.

b. During the progress of works and within such reasonable times as the
Purchaser may require such drawings of the general arrangement and
details of the works as the Purchaser may require.

BANAS DAIRY IV-13 BIDDER


Wherever necessary, the Supplier would be provided with a set of
architectural drawings for the buildings where the erection works would be
carried out and also the details/ drawings for various equipment (other than
those in the scope of supplier) which will be handed over to the Supplier by
the Purchaser. The specifications/ conditions concerning the submission of
drawings by the Supplier are detailed as under:

3.1 Within four weeks from the date of receipt of the Notification of Award,
Supplier shall furnish a list of all necessary drawings as briefly described
below which the Supplier shall submit for approval, identifying each
drawings by a serial number and descriptive title and expected date of
submission. This list shall be revised and extended if necessary, during the
progress of work depending on the nature of the contract also.

The Purchaser shall signify his approval or disapproval of all drawings or


such drawing that would affect progress of the contract as per the agreed
programme.

Brief list of drawings:

I. Equipment drawings for fabricated items.


II. Equipment layout for refrigeration plant.
III. Flow diagrams for Refrigerant/Cooling wate/Chilled water and various
services.
IV. Service piping layouts in the section.
V. Piping layout in production and packing blocks.
VI. Electrical cable, conduit/ cable tray/ cable trench layout.
VII. Other miscellaneous drawings as required for erection work.
VIII. Electrical single line diagram, MCC general arrangement drawing and
wiring "diagrams
IX. Automation system scheme, controls and network diagrams.

3.2 Drawings showing fabrication details dimensions, layouts and bill of


materials submitted for approval shall be signed by responsible
representative of Supplier and shall be to any of the following sizes in
accordance with Indian Standards: AO, A1, A2, A3 and A4.

3.3 All drawings shall show the following particulars in the lower right-hand
corner in addition Supplier’s name:

1) Name of the Purchaser 5) Project Title

2) Title of drawing 6) Scale

BANAS DAIRY IV-14 BIDDER


3) Date of drawing 7) Drawing number

4) Space for BANAS DAIRY reference or drawing number

3.4 In addition to the information provided on drawings, each drawing shall


carry a revision number, date of revision and brief description of revision
carried out. Whenever any revision is carried out, correspondingly revision
number must be up-dated.

3.5 All dimensions on drawings shall be in metric units.

3.6 Drawings (three sets) submitted by the Supplier for approval will be checked,
reviewed by the Purchaser, and comments, if any, on the same will be
conveyed to the Supplier. It is the responsibility of the Supplier to
incorporate correctly all the comments conveyed by the Purchaser on the
Supplier‘s drawings. The drawings, which are approved with comments, are
to be re-submitted in quadruplicate to the Purchaser for purpose of records.
Such drawings will not be checked/ reviewed by the Purchaser to verify
whether all the comments have been incorporated by the Supplier.

If the Supplier is unable to incorporate any comments in the revised


drawings, Supplier shall clearly state in his forwarding letter such non-
compliance along with the valid reasons.

3.7 Drawings prepared by the Supplier and approved by the Purchaser shall be
considered as a part of the specifications. However, the examination of the
drawings by the Purchaser shall not relieve the Supplier of his responsibility
for engineering design, workmanship, and quality of materials, warranty
obligations and satisfactory performance on installation covered under the
contract.

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

3.9 Date of submission


In the event, the drawings submitted for approval require many revisions
amounting to re-drawing of the same then the date of submission of the
revised drawings would be considered as the date of submission for
approval. Four sets of all the drawings finally approved for fabrication I
execution of works along with their soft copy on a CD/DVD shall be
submitted to the Purchaser.

BANAS DAIRY IV-15 BIDDER


3.10 The Supplier shall furnish to the Purchaser before the works are taken over,
Operating and Maintenance instructions together with four sets of hard 8.
Soft copy (on.CD/DVD) of Drawings of the works as completed, in sufficient
detail to enable the Purchaser to maintain, dismantle, reassemble and
adjust all parts of the works, unless otherwise agreed, the works shall not be
considered to be completed for the purposes of taking over until such
instructions and drawings have been supplied to the Purchaser.

4 SUPPLIER’S SUPERINTENDENCE (AND) DEPLOYMENT OF ERECTION TEAM


AND CONDUCT OF PERSONNEL

The Supplier shall employ one or more competent representatives, whose name
or names shall have previously been communicated in writing to the Purchaser
by the Supplier, to superintend the carrying out of the works on the site. The
said representative or if more than one shall be employed, then one of such
representatives shall be present on the site during all times, and any orders or
instructions which the Purchaser may give to the said representative of the
Supplier shall be deemed to have given to the Supplier. They said representative
shall have full technical capabilities and complete administrative and financial
powers to expeditiously and efficiently execute the work under the contract.

4.1 The Supplier shall, execute the works with due care and diligence within the
time for completion and employ Supplier's team comprising qualified and
experienced engineers together with adequate skilled, semi-skilled and
unskilled workmen in the site for carrying out the works. The Supplier shall
ensure adequate workforce to keep the required pace at all times as per the
schedule of completion. Supplier shall also ensure availability of competent
engineers during commissioning/start up, trial runs, Operation of the plant/
equipment till handing over of the plant.

4.2 The Supplier shall furnish the details of qualifications and experience of
their senior supervisors and engineers assigned to the work site, including
their experience in supervising erection and commissioning of plant and
equipment of comparable capacity.

4.3 When the Supplier or Supplier's representative is not present on any part of
the work where it may be desired to give directions in the event of
emergencies, orders may be given by the Purchaser and shall be received
and observed by the supervisors or foremen who may have charge of the
particular part of the work in reference to which orders are given. Any such
instructions, directions or notices given by the Purchaser shall be deemed to
have been given to the Supplier.

BANAS DAIRY IV-16 BIDDER


4.4 The Supplier's employment records shall include any reasonable information
as may be required by the Purchaser. The Supplier should also display
necessary information as may be required by statutory regulations.

4.5 None of the Supplier’s supervisors, engineers, or laborers may be withdrawn


from the work without notice to the Purchaser and further no such
withdrawal s shall be made if in the opinion of the Purchaser, it will
adversely affect the required pace of progress and/or the successful
completion of the work.

4.6 The Purchaser shall be at liberty to object to any representative or person


skilled or unskilled worker employed by the Supplier in the execution of or
otherwise about the works who shall, in the opinion of the Purchaser,
misconduct himself or be incompetent, or negligent or unsuitable, and the
Supplier shall remove the person so object to, upon receipt of notice in
writing from the Purchaser and shall provide in that place a competent
representative at Suppliers own expense within a reasonable time.

4.7 In the execution of the works no persons other than the Supplier, sub-
Supplier and their employees shall be allowed on the site except by the
written permission of the Purchaser.

5 PURCHASER‘S INSTRUCTIONS

The Purchaser may in his a absolute discretion issue from time to time
drawings and/or instructions, directions and clarifications which are
collectively referred 'to as Purchasers instructions in regard to:

5.1 Any additional drawing and clarifications to exhibit or illustrate details.

5.2 Variations or modifications of the design, quality or quantity of work or the


additions or omissions or substitution of any work.

5.3 Any discrepancy in the drawings or between the schedule of quantities


and/or specifications.

5.4 Removal from the site of any material brought there by the Supplier which
are unacceptable to the Purchaser and the substitution of any other material
thereof.

BANAS DAIRY IV-17 BIDDER


5.5 Removal and/or re-execution of any work erected by the Supplier, which are
unacceptable to the Purchaser.

5.6 Dismissal from the work of any persons employed there upon who shall in
the opinion of the Purchaser, misconduct himself, or be incompetent or
negligent.

5.7 Opening up for inspection of any work covered up.

5.8 Amending and making good of any defects.

6 RIGHT OF THE PURCHASER

6.1 Right to direct works:

6.1.1 The Purchaser shall have the right to direct the manner in which all works
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 works. All
work shall be done and all materials shall be furnished to the satisfaction
and approval of the Purchaser.

6.1.2 Whenever in the opinion of the Purchaser, the Supplier has made marked
departures from the schedule of completion or when circumstances or
requirement force such a departure from the said schedule, the Purchaser,
in order to ensure compliance with the schedule, shall direct the order, pace
and method of conducting the work, which shall be adhered to by the
Supplier.

6.1.3 lf in the judgment of the Purchaser, it becomes necessary at any time to


accelerate the overall pace of the plant erection work, the Supplier, when
directed by Purchaser, shall cease work at any particular point and transfer
Supplier’s men to such other point or points and execute such works, as
may be directed by the Purchaser and at the discretion of the Purchaser.

6.2 Right to order modifications of methods and equipment

lf at any time the Supplier's methods, materials or equipment appear to the


Purchaser to be unsafe, inefficient or inadequate for securing the safety of
workmen or the public, the quality of work or the rate of progress required,
the Purchaser may direct the Supplier to ensure safety, and increase their
efficiency and adequacy and the Supplier shall promptly comply with such

BANAS DAIRY IV-18 BIDDER


directives. lf at any time the Suppliers working force and equipment are
inadequate in the opinion of' the Purchaser, for securing the necessary
progress as stipulated, the Supplier 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 the Purchaser shall not relieve the Supplier of Supplier's obligations to
secure the quality, the safe conducting of the work and the rate of progress
required by the contract. The Supplier alone shall be and remain liable and
responsible for the safety, efficiency and adequacy of Supplier's methods,
materials, working force and equipment, irrespective of whether or not the
Supplier makes any changes as a result of any order or orders received from
the Purchaser.

6.3 Right to inspect the work A

6.3.1 The Purchasers representative shall be given full assistance in the form of
the necessary tools, instruments, equipment and qualified operators to
facilitate inspection.

6.3.2 The Purchaser reserves the right to call for the original test certificates for all
the materials used in the erection work.

6.3.3 In the event the Purchaser's inspection reveals poor quality of


work/materials the Purchaser shall be at liberty to specify additional
inspection procedures if required, to ascertain Supplier's compliance with
the specifications of erection work.

6.3.4 Even though inspection is carried out by the Purchaser or Purchasers


representatives, such inspection shall not, however, relieve the Supplier of
any or all responsibilities as per the contract, nor prejudice any claim, right
or privilege which the Purchaser may have because of the use of defective or
unsatisfactory materials or bad workmanship.

7 SUPPLIER’S FUNCTIONS

7.1 The Supplier shall provide everything necessary for proper execution of the
works, according to the drawings, schedule of quantities and specifications
taken together whether the same may or may not be particularly shown or
described therein, provided that the same can reasonably be inferred there
from and if the Supplier finds any discrepancy therein, Supplier shall

BANAS DAIRY IV-19 BIDDER


immediately refer the same to the Purchaser whose decision shall be final
and binding on the Supplier.

7.2 The Supplier shall proceed with the work to be performed under this
Contract in the best and workman like manner by engaging qualified and
efficient workers and finish the work in strict conformance with the drawings
and specifications and any changes/modifications

7.3 VARIATIONS

7.3.1.1 The Purchaser shall make any variation of the form, quality or quantity of
the Works or any part thereof 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 dimensions of any part of the
works, and
e. Execute additional work of any kind necessary for the completion of the
works and no such variation shall in any way vitiate or invalidate the
contract, but the value, if any, of all such variations shall be taken into
account in ascertaining the amount of the Contract price.

7.3.1.2 No such variations shall be made by the Supplier without an order in


writing of the Purchaser. Provided that no order in writing shall be
required for increase or decrease in the quantity of any work where such
increase or decrease is not the result of an order given under this clause,
but is the result of the quantities exceeding or being less than those
stated in the Contract/Bill of Quantities. Provided further that if the
Supplier shall within seven days confirm in writing to the Purchaser and
such confirmation shall not be contradicted in writing by the Purchaser
within 14 days, it shall be deemed to be an order in writing by the
Purchaser.

7.3.2.1 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. lf the
contract does not contain any rates or price applicable to the extra or
additional work, then suitable rates or prices shall be agreed upon

BANAS DAIRY IV-20 BIDDER


between the Purchaser and the Supplier. In the event of disagreement the
Purchase? Shall fix such rates or prices as shall, in his opinion, be
reasonable and proper.

7.3.2.2 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 Purchaser, the rate or price
contained in 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.

Provided also that no increase or decrease under sub-clause 7.3.2.1 of


this clause or variation of rate or price under sub-clause 7.3.2.2 of this
clause 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 intention to claim extra


payment or a varied rate or price.

Or

b. By the Purchaser to the Supplier of his intention to vary a rate or


price.

7.3.2.3 If, on certified completion of the whole of the works, it shall be found that
a reduction or increase greater than 15 per cent 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 agreed between the Supplier
and the Purchaser or, failing agreement, fixed by the Purchaser having
regard to all material and relevant factors, including the Supplier’s site
and general overhead costs of the contract.

7.3.2.4 The Supplier shall send to the Purchasers representative once in every
month an account giving particulars, as full and detailed as possible, of
all claims for any additional payment to which 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.

BANAS DAIRY IV-21 BIDDER


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.

7.4 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 the project. The Supplier's job schedule must not
disturb or interfere with Purchaser's other Suppliers' or Contractors'
schedules of day-to-day work. The Purchaser will provide all reasonable
assistance for carrying out the jobs.

7.5 Night work will be permitted only with prior approval of purchaser .The
purchaser may also direct the Supplier to operate extra shifts over and
above normal day shift to ensure completion of contract as per schedule.
Adequate lighting wherever required should provide by the Supplier at no
extra cost. The Supplier should employ qualified electrician and wiremen
for these facilities. In case of Supplier's failure to provide these facilities and
personnel, the Purchaser has the right to arrange such facilities and
personnel and to charge the cost thereof to the Supplier.

7.6 The Supplier shall, in the joint names of the Supplier and the Purchaser
naming BANAS DAIRY as the beneficiary, insure the received goods and
equipment and so far as reasonably practicable the Works and keep each
part thereof insured for the 110% of the Contract. Sum or such other value
as may be mutually agreed between the Purchaser and the Supplier against
all loss or damage from whatever cause arising, other than the excepted
risks, _from the date of shipment or the date on which it becomes the
property of the Purchaser, whichever is the earlier, until it is taken over by
the Purchaser. The Supplier shall insure against the Suppliers liability in
respect of any loss or damage occurring while the Supplier is on Site for the
purpose of making good a defect or carrying out the Tests on Completion.

7.7 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, or
servants..The Supplier shall indemnify and keep indemnified the Purchaser

BANAS DAIRY IV-22 BIDDER


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.

7.8 The Supplier shall insure against such liability with an insurer approved by
the Purchaser, which approval shall not be unreasonably withheld, and
shall continue such insurance during the whole of the time that any
persons are employed by him on the works shall, when required, produce to
the Purchaser or Purchaser's representative such policy of insurance and
the receipt for payment of the current premium.

Provided always that, in respect of any persons employed by any sub-


supplier, the Suppliers obligations to ensure as aforesaid under this sub-
clause shall be satisfied if the sub-supplier shall have insured against the
liability in respect of such persons in such manner that the Purchaser is
indemnified under the policy, but the Supplier shall require such sub-
supplier to produce to the Purchaser or Purchaser's representative, when
required, such policy of insurance and the receipt for the payment of the
current premium.

7.9 Whenever proper execution of the work under the Contract depends on the
jobs carried out by some other supplier, in such cases the Supplier should
inspect all such erection and installation jobs and report to the Purchaser
regarding any defects or discrepancies. The Supplier’s failure to do so shall
constitute as acceptance of the other supplier's installation/jobs as fit and
proper for reception of Supplier's 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/co-operation to other suppliers


working at the site in the interest of the work.

7.10 The Supplier shall keep a check on deliveries of the Goods covered. in the
scope of erection work and shall advise the Purchaser well in advance
regarding possible hold-up in Supplier's work due to the likely delay in
delivery of such Goods to enable him to take remedial actions.

7.11 The Supplier shall be permitted to substitute equipment of equal on better


performance subject to approval by the Purchaser; which approval shall not
be unreasonably withheld, provided however that the Supplier establishes to
the Purchaser's satisfaction that the performance of the substituted
equipment is equal or better than the performance of the equipment
specified in the contract and without any increase in the Contract price.

BANAS DAIRY IV-23 BIDDER


8 DUTIES OF THE PURCHASER VIS-A-VIS THE SUPPLIER:

8.1 The Goods, if any, to be supplied by the Purchaser for erection, testing and
commissioning by the Supplier, shall be as listed in the Contract.

8.2 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.

8.2.1 Plant building for milk reception, processing, and packaging and for services
including internal lighting will be made available by the Purchaser.

8.2.2 Supplier shall carry-out final adjustments of foundations, leveling and


dressing of foundation surfaces, bedding and grouting of anchor bolts, bed
plates 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 minor civil works which form and inseparable part
of the installation and erection job like digging trenches for laying of cables,
conduits and underground pipes, making cut-outs in walls, floors and
ceilings for pipelines, adjustment, leveling, dressing and grouting of
foundations, grouting of supports are to be carried out by the Supplier at no
extra cost. The necessary refilling/ repairs of these cut outs, pockets and
trenches shall be done by the Supplier. The Supplier should arrange for
laying the supports, cut outs, grouting of bolts, etc. when the civil works are
in progress, so as to avoid refilling repair works. The damages occurring to
civil and other works are to be made good by the Supplier at Supplier's own
costs.

8.2.3 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
Supplier's responsibility.

8.2.4 Necessary temporary power 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 Supplier's responsibility.

8.3 The details of temporary water and power requirements shall be furnished
one month in advance by the Supplier to enable the Purchaser to make
timely arrangement.

BANAS DAIRY IV-24 BIDDER


8.4 If the Supplier suffers delay from failure on the part of the Purchaser to give
possession of the civil works in accordance with the mutually agreed
schedule, the Purchaser shall determine any extension of time to which the
Supplier is entitled under Clause 22 of GCC.

9 SUPPLY OF TOOLS, TACKLES AND MATERIALS

The Supplier shall, at his own expense, provide all the necessary equipment,
tools and tackles, haulage power, consumables necessary for effective execution
and completion of the works during erection and commissioning.

10 PROTECTION OF PLANT

10.1 The Purchaser shall not be responsible or held liable for any damage to
person or property Consequent upon the use, misuse or failure of any
erection tools and equipment used by the Supplier or any of Supplier's sub-
suppliers even though such tools and equipment may be furnished, rented
or loaned to the Supplier or any of Supplier's sub-suppliers. The acceptance
and/or use of any such tools and equipment by the Supplier or Supplier's
sub-supplier shall be construed to mean that the Supplier accepts all
responsibility for and agrees to indemnify and save the Purchaser from any
and all claims for said damages resulting from the said use, misuse or
failure of such tools and equipment.

10.2 The Supplier and Supplier's sub-supplier shall be responsible, during the
works, for Protection of work, which has been completed by other Suppliers.
Necessary care must be taken to see that the Suppliers men cause no
damage to the same during the course of execution of the work.

10.3 All other works completed or in progress as well as machinery and


equipment that are liable to be damaged by the suppliers work shall be
protected by the Supplier and protection shall remain and be maintained
until its removal is directed by the Purchaser.

10.4 The Supplier shall effectively protect from the effects of weather and from
damages or defacement and shall cover appropriately, wherever required, all
the works for their complete protection.

10.5 The work shall be carried out by the Supplier without damage to any work
and property adjacent to the area of Supplier's work to whomsoever it may

BANAS DAIRY IV-25 BIDDER


belong and without interference with the operation of existing machines or
equipment.

10.6 Adequate lighting, guarding and watching at and near all the storage
handling, fabrication, and pre-assembly and erection sites for properly
carrying out the work and for safety and security shall be provided by the
Supplier at Supplier's cost. The Supplier should adequately light the work
area during night time also. The Supplier should also engage adequate
electricians/wiremen, helper etc. to carry out and maintain these lighting
facilities. If the Supplier fails in this regard, the Purchaser may provide
lighting facilities as he may deem necessary and charge the cost thereof to
the Supplier.

10.7 The Supplier shall take full responsibility for the care of the works or any
section or portions thereof until the date stated in the taking over certificate
issued in respect thereof and in case any damage or loss shall happen to any
portion of the works not taken over as aforesaid, from any cause whatsoever,
the same shall be made good by and at the sole cost of the Supplier and to
the satisfaction of the Purchaser. The Supplier shall also be liable for any
loss of or damage to the works occasioned by the Supplier or the Supplier's
Sub-Supplier in the course of any operations carried out by the Supplier or
by the Supplier's Sub-Suppliers for the purpose of completing any
outstanding work or complying with the Supplier's obligations.

11 UNLOADING, TRANSPORTATION AND INSPECTION

11.1 The Supplier shall be required to unload all the Goods from the carriers,
received at site after Supplier's team arrives at site. The Supplier shall plan
in advance, based the information received from their Purchaser, Supplier's
requirement of various tools, tackles, jacks, cranes, sleepers etc. required to
unload the material/equipment promptly and efficiently. The Supplier shall
ensure that adequate and all measures necessary to avoid any damage
whatsoever to the equipment at the time of unloading are taken. Any
demurrage/detention charges incurred due to the delay in unloading the
material equipment and releasing the carriers shall be charged to the
Supplier's account. The Supplier shall be responsible for receipt at site of all
Goods and Supplier's equipment delivered for the purposes of the Contract.

11.2 The Supplier shall safely transport/shift the unloaded Goods and equipment
to the storage area.

BANAS DAIRY IV-26 BIDDER


11.3 In case of turnkey contracts, the cost incurred on unloading of all the Goods
received by the Purchaser prior to arrival of the Supplier at site shall be
debited to the Supplier and all such goods shall be handed over to the
Supplier when it reports at site and there upon the Supplier shall inspect
the same and furnish a receipt to the Purchaser. The manner in which the
inspection shall be carried out is enumerated below:

11.3.1 The materials/ equipment would be carefully unpacked by opening the


wooden cases /other modes of packing as the case may be.

11.3.2 Detailed inventory of various items would be prepared clearly listing out the
shortages, breakages/damages after checking the contents with respect to
the supplier's packing list, the Purchasers Contract and approved equipment
drawings. The Supplier shall also check every equipment for any
shortage/shortcoming that may eventually create difficulty at the time of
installation or commissioning.

11.3.3 All the information and observations by the Supplier shall be furnished in
the form of ‘INSPECTION REPORT' to the Purchaser with specific mention /
suggestions which in the opinion of the Supplier should be given due
consideration and immediate necessary actions, to enable the Purchaser to
arrange repair or replacement well in time and delays due to non-availability
of equipment and parts at the time of their actual need.

11.3.4 The inspection for all the Goods handed over to the Supplier shall be
completed three week's period.

11.4 The protection, safety and security of the Goods so taken over from the
Purchaser the responsibility of the Supplier, until they are handed over to
the Purchaser after erection commissioning and testing as per the terms of
the contract.

12 STORAGE OF GOODS

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

12.1 The Supplier's inspector shall check stored and installed Goods to observe
signs of corrosion, damage to protective coating to parts, open ends in pipes,

BANAS DAIRY IV-27 BIDDER


vessels equipment, insulation resistance of electrical equipment etc. The
Supplier shall immediately arrange a coat of protective painting whenever
required. A record of all observations mention on Goods, defects noticed
shall be promptly communicated to the Purchaser Purchaser's advice taken
regarding the repairs/rectifications. The Supplier shall there carry out such
repairs/ rectifications at Supplier's own cost. ln case the Supplier is
competent to carry out such repairs/ rectifications, the Purchaser reserves
the right to have this done by other competent agencies at the Supplier's
responsibility and risk and entire cost for the same shall be recovered from
the Supplier's' bills.

12.2 The Supplier's inspector shall also inspect and provide lubrication to the
assembled Good .The shafts of such equipment shall be periodically rotated
to prevent rusting as well as check freeness of the same.

12.3 The Inspector shall check for any signs of moisture or rusting in any Goods.

12.4 If the commissioning of Goods is delayed after installation of the Goods, the
Supplier shall carry out all protective measures suggested by the Purchaser
during such period.

12.5 Adequate security measures shall be taken by the Supplier to prevent theft
and loss of Goods handed over to the Supplier by the Purchaser. The
Supplier shall carry out periodical inventory checks of the Goods received,
stored and installed by the Supplier and any loss noticed shall be
immediately reported to the purchaser.`A proper record of these inventories
shall be maintained by the Supplier. The Supplier should not sell, assign
mortgage, hypothecate or remove Goods which have been installed or which
may Be necessary for completion of the work without the written consent of
the Purchaser.

12.6 A suitable grease recommended for protection of surfaces against rusting


(refined from petroleum oil with lanclin minimum (70 deg C) and water in
traces) shall be applied over Goods as required once in every six months.

12.7 All Goods shall be stored inside a closed shed or in the open depending upon
whether are of indoor or outdoor design. The space heaters where provided
into the equipment shall be kept connected with power supply irrespective of
their type of storage.

Where space heaters are not provided adequate heating with bulb is
recommended. For transformers heating of oil shall be done by giving 440 V
supply and short-circuiting the LT terminals. Frequent checks on insulation

BANAS DAIRY IV-28 BIDDER


resistance are essential for all electrical equipment and record of the
inspection reports and megger readings shall be maintained equipment wise.
Such records shall be presented to the Purchaser whenever demanded.

12.8 All the necessary Goods required for protection as described above shall be
arranged by the Supplier and such cost shall be included in the Contract
Price.

13 APPROVALS

13.1 The Supplier shall obtain the necessary approvals of the Factory inspector,
Boiler Inspector, Electrical Inspector, Weights & Measures Inspector,
Explosive Inspector and any other state and local authorities as may be
required and the cost of obtaining such approvals shall be included in the
Contract Price. All the necessary details, drawings, submission of application
and proformas will be furnished by the Supplier to the purchaser for
verification/ signature. The necessary application duly filled-in, together
with the prescribed fees shall be submitted to the appropriate authorities by
the Supplier on behalf of the Purchaser, However all the actual statutory
prescribed fees paid by the Supplier shall be reimbursed by the Purchaser
upon production of the receipt/vouchers.

13.2 Wherever necessary or required, the Supplier shall furnish the necessary
test and/or inspection certificates etc. from the appropriate authorities as
per lER and other statutory regulations and the cost for obtaining these
certificates shall be included in the Contract Price.

14 REVIEW AND CO-ORDINATION OF ERECTION WORK

The Supplier shall depute senior and competent personnel to attend the site
co-ordination meetings that would generally be held at the site every month.
The Supplier shall take necessary action to implement the decisions arrived at
such meetings and shall also update the erection schedule.

15 EXTENSION OF TIME FOR COMPLETION

Should the amount of extra or additional work of any kind or any cause of
delay referred to in these conditions, or exceptional or adverse climatic
conditions, or other special circumstances of any kind whatsoever which may
occur, as described in Clause 25 of the General Conditions' of Contract, other

BANAS DAIRY IV-29 BIDDER


than through a default of the Supplier, be such' as fairly to entitle the Supplier
to an extension of time for the completion of the works, the Purchaser shall
determine the amount of such extension and shall notify the Supplier
accordingly. Provided that the Purchaser is not bound to take into account
any extra or additional work or other special circumstances unless the
Supplier has within twenty-eight days after such work has been commenced,
or such circumstances have arisen, or as soon thereafter as is practicable,
submitted to the Purchaser full and detailed particulars of any extension of
time to which he may consider himself entitled in order that such submission
may be investigated at the time.

BANAS DAIRY IV-30 BIDDER


SPECIAL CONDITIONS OF CONTRACT

PART III - A
(MECHANICAL INSTALLATION)

1. MECHANICAL INSTALLATION

The installation work would comprise:

a. General installation i.e. positioning and installing all the processing,


miscellaneous and service equipment as per approved layout drawings and
as per the contract.
b. Supply and installation of structural platforms and tables.
c. Supply and installation of all service and product piping including ancillary
items.
d. Insulation and cladding of piping and equipment including supply of
materials.
e. Interconnections of services and electrical with equipment.
f. Guide line for expansion work.
g. Clean up of work site.
h. Supply of required lubricants.
i. Testing, commissioning and start-up.
j. Painting including supply of paints as approved by the owner.
k. Training of personnel.

Detailed specifications are given in the subsequent clauses.

2. GENERAL INSTALLATION

2.1 Positioning of Equipment

The work involves preparation of access for moving of the plant and
equipment including their fittings from the work site godown or from the
place within the site where they have been unloaded, to the place of erection,
decorating and placing on the –foundation wherever required. All the civil
foundations as per the manufacturer/supplier’s drawings shall be arranged
by the Owner. The Supplier shall place the equipment and carry out final
adjustment of the foundations including alignment and dressing of
foundation surface, embedding and grouting of anchor bolts and bedplates.
The Supplier shall be responsible for obtaining correct reference lines for

BANAS DAIRY IV-31 BIDDER


purpose of fixing the alignment of various equipment from master
benchmarks provided by the Owner.

Tolerances shall be as specified in equipment manufacturers drawings or as


stipulated by the Owner’s Engineer. No equipment shall be permanently
bolted down to foundations or structure until the alignment has been
checked by the Supplier and witnessed by the Purchaser. The Supplier shall
carry out minor alterations in the anchor bolts, pockets etc., at no extra cost
and set the equipment properly as per approved layout, drawings and
manufacturer's instructions. The Supplier shall supply all the necessary
foundation/ anchor bolts and bedplates if required without extra cost.

The Supplier shall supply, fix and maintain, at his own cost, during the
erection work, all the necessary centering, scaffolding, staging required not
only for proper execution and protection of the said work but also for
protection of the surrounding plant and equipment. The Supplier shall take
out and remove any or all such centering, scaffolding, staging planking etc.,
as occasion shall require or when ordered to do so and shall fully reinstate
and make good all things disturbed during execution of the work, to the
satisfaction of the Owner. The Supplier shall be paid no additional amount
for the above.

2.2 Structural Platforms and Service Pipe Bridge

Structural platforms shall be required to provide access for various


equipments. Pipe support bridges/gantry shall be required for supporting
the pipes from the ground, including road crossings outside the buildings.
These platforms, bridges/ gantry shall be fabricated keeping stability and
other functional as well as aesthetic requirements into consideration as
approved by the Owner. The payment shall be made on the basis of the
actual weight executed and the unit rates agreed upon or as per provisions
made in the contract for such items.

The purchaser shall arrange for any civil works required for the above works
based on the drawings and load details provided by the bidder. Necessary
templates and other accessories required by the civil contractor shall be
provided by the bidder.

3. SERVICE PIPING INSTALLATION

BANAS DAIRY IV-32 BIDDER


3.1 General Guidelines

All piping systems shall comply with the latest editions of the following
regulations wherever applicable.

3.1.1 All applicable Indian Standards.

3.1.2 All applicable State Government/ Central Government laws / acts.

3.1.3 The Supplier has to prepare all erection drawings of the proposed plant
including equipment positions and service-piping positions (isometric),
spacing between pipes, all other relevant details and submit these
drawings to BANAS DAIRY for approval.

3.2 Scope of Supply

The Supplier shall supply all piping materials like pipes, fittings, flanges
measuring instruments and all other items as shown in the flow
diagram/specifications and schedule of quantities. All the pipes & fittings
and insulation material etc. should be of class and make as approved by the
Owner. Prior approval of the Owner must be obtained by the Supplier for the
class and make of all materials

3.3 Scope of Piping Erection

This to be performed by the Supplier as outlined below

3.3.1 The scope of erection for piping includes all system covered in the flow
diagrams and specifications

3.3.2 The Suppliers work commences/terminates at the pipe connections with


valves flanges as specified in flow diagrams/battery limits

3.3.3 The Supplier shall also install necessary piping and any specialties
furnished with or for equipment such as relief valves built in pass and other
items of this type

3.3.4 The Supplier shall install primary elements for flow measurements control
valves and on line metering equipment

3.3.5 The Supplier shall perform necessary internal machining of pipes for
installing orifices, flow nozzles control valves etc

BANAS DAIRY IV-33 BIDDER


3.3.6 The Supplier shall install all pipes valves and specialties being procured
from other sources

3.4 Testing of Piping

3.4.1 The Supplier shall test all piping systems mentioned below including valves
and specialties and instruments as per procedure mentioned under 3.4.4
a. H.P. & L.P. Steam piping
b. Glycol & Chilled water piping
c. Furnace oil & diesel piping
d. Soft and raw water
e. Air
f. SS Piping
g. Ammonia
h. Molasses
3.4.2 All piping shall be internally cleaned and flushed by the Supplier after
erection in a manner suited to the service and as directed by the Owner.

3.4.3 For hydrostatic testing and water flushing, the Supplier shall furnish
necessary pumps, equipment, instruments and piping etc.

3.4.4 The details of testing pressures for various pipelines are mentioned below:

Sr. Name Test Test Duration Allowable


no. Pressure Medium of Test pressure
Kg/cm² (hour) Drop
Kg/cm²
1 Ammonia Pipelines
1a Suction l6 Nitrogen 24 0.2
1b Discharge 24 Nitrogen 24 0.2
1c Vacuum Test for Complete Absolute Zero Vacuum 48 NIL
Refrigeration Plant
2 Water Pipelines
2a Raw water, soft Water 8 Water 1/2 0
2b Chilled water and Glycol 8 Water 1/2 0
5 Air Pipelines I2 Air 8l 0.1

3.5 Other Guidelines

3.5.1 Colour code shall be used to identify pipe material. The Supplier shall be
able to identify on request all random piping prior to held fabrication.

BANAS DAIRY IV-34 BIDDER


3.5.2 The Supplier shall be responsible for the quality of welding done by them
and shall conduct tests to determine the suitability of the welding procedure
by him.

3.5.3 All piping supports, guides, anchors, hangers, rollers with structural
framework shall be supplied and erected by the Supplier. Only anchor
fasteners of adequate size shall be provided for anchoring supports from
RCC structures and Hilti Gun shall be used for fastening the anchors. The
kinds of pipe supports like Cl clamps, PUF/wooden saddles, roller supports
and support framework shall be as per the design approved by the Owner
prior to taking up the work.

3.5.4 All piping shall be suspended, guided and anchored with due regard to
general requirements and to avoid interference with other pipes, hangers,
electrical conduits and their supports, structural members and equipment
and to accommodate insulation and conform to buildings structural
limitations. lt is the responsibility to the piping Supplier to avoid all
interference while locating hangers and supports.

3.5.5 Anchors and/or guides for pipelines or for other purposes shall be
furnished, when specified, for holding the pipeline in position for alignment.
Hangers shall be designed fabricated and assembled in such a manner that
they cannot become disengaged by any movement of the support pipes.

3.5.6 All piping shall be wire brushed and purged with air blast to remove all rust,
mill scale from inner surface. The method of cleaning shall be such that no
material is left on the inner or on outer surfaces which will affect the
serviceability of the pipes A thin coat of any lubricating oil shall be applied
on entire inner surface of steel pipes (black) to prevent rusting.

3.5.7 Effective precautions such as capping and sealing shall be taken to protect
all pipe ends against ingress of dirt and damage during transit or storage.
The outside of the steel pipes (black) shall be painted with two coats of red
oxide paint or as directed by the Owner.

3.5.8 All pipes in the corridor shall be supported from the sidewall.

3.5.9 SS box section pipe supports for services in process & packaging areas shall
be provided by the supplier. Box section pipe supports for services and cable
trays in other areas shall be of steel of suitable thickness coated with rust
preventive paints and finish coated with dark admiral grey of approved
shade. Where pipes and clamps are of dissimilar material, gaskets shall be

BANAS DAIRY IV-35 BIDDER


provided in between Spacing of utilities pipe supports shall not exceed the
following:

Pipe size Spacing between


supports
Up to 12mm 1.5m
15 to 25mm 2.0m
30 to 150mm 2.0m
Over 150mm 2.5m

3.5.10 Vertical risers shall be parallel to walls and column lines and shall be
straight and in plumb. Risers passing from floor to floor shall be supported
at each floor slab by clamps or collars attached to pipe and with a 15mm
thick rubber pad or any resilient material. Where pipes pass through the
terrace floor, suitable flashing shall be provided to prevent water leakage.
Risers shall have a suitable clean out at a lower point and air vent at the
highest point.

3.5.11 Pipe sleeves at least 3mm thick, 50mm/100mm larger in diameter than the
pipes shall be provided wherever pipe passes through walls and slabs.
Annular space shall be filled with fiber glass and finished with retainer rings.
No extra payment shall be made on account of providing the sleeves.

3.5.12 All piping works shall be carried out in a workman like manner, causing
minimum disturbance to the services, buildings, roads and structures. The
entire piping work shall be organized, in consultation with other agencies
work, so that laying of pipe support, pipes and pressure testing for each area
shall be carried out in one stretch.

3.5.13 Cutouts details in the floors and slabs for installing various pipes are to be
provided by the contractor immediately after receipt of the purchase order,
so as to make the cutouts ready by civil contractor.

3.5.14 The contractor shall make sure that the clamps, brackets, clamp saddles
and hangers provided for pipe supports are adequate. Piping layout shall
take due care for expansion and contraction in pipes and include expansion
joints wherever required.

3.5.15 All pipes shall be accurately cut to the required size in accordance with the
relevant BIS code and burrs removed before laying. Open ends of the piping
shall be closed as the pipe is installed to avoid ingress of foreign. matters.
Where reducers are to be made in horizontal runs, eccentric reducers shall
be used for piping to drain fully. In other locations concentric reducers may
be used.

BANAS DAIRY IV-36 BIDDER


3.5.16 All buried pipes shall be cleaned and coated with zinc chromate primer and
bitumen paint, then wrapped with three layers of fiber glass tissue, each
layer laid in bitumen.

3.5.17 Auto purge valve shall be provided with all high points in the piping system
for venting. Vent valve shall be of pipe size with screwed joints. Discharge
from the vent valves shall be piped through an equal size mild steel, hot
galvanized pipe to the nearest drain or sump. These pipes shall be pitched
towards drain point.

3.5.18 Tee-off connections shall be through equal or reducing tees. Otherwise


ferrules welded to the main pipe shall be used. Drilling and tapping of the
walls of the main pipe shall not be resorted to.

4. SPECIAL INSTRUCTIONS AND SPECIFICATIONS

4.1 Chilled Water Piping:

All the piping for chilled water, glycol, ammonia, soft & raw water, steam 8t
condensate, furnace oil, and air shall be generally of welded construction.
Whenever welding is done for pipes of smaller size special care should be
exercised to avoid clogging of flow area with the welding material.

4.2 SS Piping:

4.2.1 Generally all SS piping for process and CIP shall be of welded construction.
However, SMS unions may be used as per the process requirement or as
directed by the Engineer in-charge. The overhead and ground pipe supports
for SS piping shall be of SS square sections of suitable wall thickness. The
accessories like nipples, clamps, base plates etc. are included in the scope of
this package shall be provided by the supplier.

4.2.2 Pipe supports for straight length of SS piping are to be provided at suitable
distance as instructed by Engineer-in-charge to avoid any sag or hang in the
pipelines.

4.2.3 PROCUDURE TO BE ADOPTED FOR SS WELDING

a. The SS pipes shall be cut square and joints to be prepared without


damage to the electro polishing of the pipes.

BANAS DAIRY IV-37 BIDDER


b. The welding shall be done using TIG welding procedure with inert gas
masking to prevent oxidation of the joints.
c. The joints then shall be cleaned using proper abrasive material such
as 3M abrasive weld cleaning cloth so that proper polishing is
maintained at the weld joints.
d. Weld penetration of the inner side of the pipe shall be avoided.

5. INSULATION OF PIPING AND EQUIPMENT

5.1 Insulation of Chilled Water and Ammonia Pipeline and equipments.

All the chilled water pipelines shall be insulated by In situ Poly urethane foam
Only cast in situ insulation shall be carried out for piping and equipments as
per thicknesses mentioned in the technical specifications unless and otherwise
alternate method is mentioned.

Under special case if preformed section insulation is required it shall The


procedure for carrying out insulation with pre-formed sections shall be as per
following manner.

5.1.1 Before starting insulation work all pipelines shall be tested for 8.5 kg/sq. cm
pressure.

5.1.2 The surface of the pipes to be insulated should be properly cleaned.

5.1.3 Hot bitumen of 85/40 or 85/25 conforming to IS 702 should be applied


uniformly @ 1.5 kg per sq. mtr. on the surface of the pipes.

5.1.4 A similar layer of bitumen should be applied on the inner surface and on the
edges of the insulation sections.

5.1.5 The sections should then be stuck to the coated pipes with joints staggered.
Adjacent sections should be tightly pressed together.

5.1.6 All joints should be properly sealed with bitumen.

5.1.7 A thick vapor seal of hot bitumen @ 2.5 kg/sq. cm should be applied
uniformly on the outer surfaces of the pipe sections and allowed to dry.

5.1.8 In case the insulation sweats or the specified/required insulation properties


are not attained, the entire insulation in such region shall be redone with
fresh material, entirely at the Supplier's cost.

BANAS DAIRY IV-38 BIDDER


5.1.9 The thickness of insulation may be as per Annexure II.

Note: In situ insulation shall be carried out as per standard procedure.

5.2 Aluminum /Gl Cladding

5.2.1 The ammonia accumulators, chilled water, ammonia, water, steam 8- hot
water lines after insulations shall be covered by Aluminium / GI cladding as
per the requirement and the payment will be made as per the executed
items.

5.2.2 Aluminium cladding will be done with 22-gauge aluminum sheet with proper
grooves and 'overlaps and screwed in position with 12 mm. self-tapping
parker screws.

5.2.3 Gl sheet cladding will be done with 22 gauge sheet with proper grooves and
overlaps and screwed in position with 12 mm self tapping parker screw. The
Gl sheet cladding will finally painted with 2 coats of approved shade and
quality of paint.

5.2.4 All the necessary materials of quantity and make approved by the Owner,
required for carrying out insulation, cladding and other works mentioned
above, shall be supplied by the Supplier.

6. INTER CONNECTIONS OF SERVICE AND ELECTRICALS WITH EQUIPMENT

6.1 The Supplier shall lay service piping and provide connections with the
equipment complying strictly with the equipment manufacturers'
'instructions The Supplier shall also carry out all the interconnecting service
piping with the various items of plant/system. The work shall be complete
with capillary piping if required and connections with instruments and
controls supplied with the equipment.

6.2 The Supplier shall also carry out electrical connections for equipment with
the control panels including equipment lighting as per the wiring diagrams
of the equipment suppliers.

6.3 Connection shall be made for small electrically operated devices on


equipment installed as accessories to, or assembled with equipment.
Connections regarding instruments, float switches, limit switches, pressure

BANAS DAIRY IV-39 BIDDER


switches, thermostats and other miscellaneous equipment shall be done as
per manufacturers' drawings and Instructions.

7. CLEAN UP OF WORKS SITE

7.1 All soils, filth or other matters of an 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.

7.2 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 tire hazards and hindrance to other works.

7.3 lf the Supplier fails to comply with these requirements in spite of written
instructions from the Owner, the Owner will proceed to clear these areas and
the expenses incurred by the Owner 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 premises in a condition- satisfactory to the
Owner. Any packing materials received with the equipment shall remain as
the property of the owner and may be used by the Supplier on payment of
standard charges to the Owner and with prior approval of the Owner. At the
completion of his work and before tinal a ment, the Supplier shall remove
and shall restore the site to neat workman like conditions at his cost.

8. CLEANING CHEMICALS AND LUBRICANTS

The necessary quantities of cleaning chemicals (except CIP chemicals) and the
first charge of oil and lubricants required for the installation, commissioning,
testing and start of all the equipment till handing over are to be supplied by the
Supplier and nothing extra would be paid for these.

9. TESTING, COMMISSIONING AND START-UP

9.1 The Supplier shall operate, maintain and give satisfactory trial run of the
plant in such manner and for such periods as has been specified in Section

BANAS DAIRY IV-40 BIDDER


VI (Technical Specifications). All rectification of damages defects during the
trial period should be carried out by the Supplier.

9.2 The commissioning shall also include the following for each equipment:

9.2.1 Field disassembly and assembly of equipment, instruments and controls


where required for access to fixing or adjustment.

9.2.2 Clean out of lubrication system including chemical cleaning wherever


required.

9.2.3 Circulation of lubricant to check flow.

9.2.4 Clean out and check out of all the service lines.

9.2.5 Check out and commissioning of instruments, equipment and plants,


filtering of transformer and other oils so that if deteriorated, they shall
attain the required properties/standards, specified tests in this regard
must be carried out by approved authorities and their satisfactory
reports submitted to the Owner before start-up.

9.2.6 Recharging or make-up filling of lubricant oil up to the desired level in


the lubrication system of individual machine.
9.2.7 Operation in empty condition to check general operation details wherever
required and wherever possible.

9.2.8 Closed loop dynamic testing with water wherever required.

9.2.9 Operation under load and gradual load increase to attain maximum rated
output.

9.2.10 Trouble shooting during the trial period.

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

Commissioning of automation system:

The supplier should provide a detailed schedule of testing all automation


and control systems.

BANAS DAIRY IV-41 BIDDER


All controlled or monitoring devices on the plant should be tested from the
relevant control centre and recorded to be operating as designed, including
feedback detection.

A log of these operations is to be maintained, and each completed group of


tests to be signed by the supplier’s commissioning engineer.

The purchaser reserves the right to witness as much of these test


procedures, as he may feel necessary.

Testing procedures and commissioning period will be as specified in Section


Vl.

9.4 After conducting testing, in case, a particular equipment is not working


properly or not giving rated output the Supplier will furnish a detailed report
to the Owner stating therein the detailed account on the performance of the
equipment with possible reasons for improper or not working of the same
and will arrange the visit of the representative of original manufacturers to
get the same commissioned satisfactorily.

9.5 After satisfactory commissioning and start-up, the Supplier shall


keep/depute his representatives at the plant in the manner, for the duration
and for the performance of such tasks as specified in Section VI. During this
period the Supplier shall ensure proper working of complete plant and
equipment and attend any works required to be done for proper operation of
the complete plant and equipment.

10. PAINTING

All the equipment/machineries like motors, pumps, HT/LT panel, transformer,


switch boards, starters, junction boxes, isolators, storage tanks, supporting
structures, pipe supports and MS/Gl pipes and all exposed and visible iron
parts included in the scope of erection/commissioning shall be given double
coat of paint of approved shade over a double coat of anti-corrosive primer
wherever necessary irrespective of the condition of original paint of equipment
machineries/ structures/supports. All surfaces, wherever required, must be
properly cleaned from scale, dirt and grease prior to painting. Spray painting
must preferably be used on all the equipment/machineries and wherever
practicable. Suitable and necessary cleaning/ wiping of sight/dial glasses, other
non- metallic parts, flooring, walls and other surfaces which have been spoiled
by paint during painting must also be carried out by the Supplier.

BANAS DAIRY IV-42 BIDDER


Lettering and other markings, including capacity and flow direction markings,
shall also be carried out by the Supplier on the tanks, pipe lines, starters and
wherever else necessary, as directed and as per the standard practice of
installation. BIS colour codes and colour charts as mentioned in Annexure - lll
must be adhered to.

Supply of all paints and all other materials required for painting is included in
the scope of The Supplier under this contract/order.

11. TRAINING OF PERSONNEL

Necessary staff as may be deputed by the Owner shall be trained by the


Supplier for operating the plant. The personnel will be associated for the
training during the installation; testing, commissioning and start-up period and
the training tenure shall be extended for a minimum period of six months from
the date of commissioning and start-up. This training will be a continuous
process during commissioning and stand by period and as described in the
Technical Specifications.

BANAS DAIRY IV-43 BIDDER


GENERAL SPECIFICATIONS FOR PIPES AND FITTINGS

PIPING

Service Material Specification Ends


HP Steam (IBR Heavy duty, Schedule 40, Piping to be welded
Approved) seamless Cast ASTM A 53 type
Steel
LP Steam ERW, Heavy duty BIS: 1239, 3601 Piping to be welded
(C class) type
Air ERW, Heavy duty BIS: 1239, 3601 Piping to be
(C class) welded type
Refrigerant, Steel pipe BIS :1239/ BIS : Piping to be
including oil, (Seamless) 3589/ SA106 welded type
Purger, vent, line
(minus 19 Deg C
and above)
Refrigerant Steel pipe ASTM A 333 Grade Piping to be welded
Piping (minus 20 (seamless) type
Deg C and below)
Evaporative Steel pipe ASME B31.5 Piping to be welded
condenser tube (seamless) compliant type
Water circulating Galvanised steel BIS :l239 Piping to be welded
pipelines / chilled (ERW) medium type
water lines (up to duty class B
150 NB )
Water circulating Galvanised steel BIS: 3589 Piping to be welded
pipelines / chilled (ERW) medium type
water lines (above duty class B
150 NB)
Make up water Galvanised steel BIS :1239 /BIS : Piping to be welded
supply, bleeds, (ERW) medium 3589 type
drains, defrosting duty class B
water, etc
SS Piping (Dairy) TIG welded, AISI 304 Product lines
anealed and unions with SMS
descaled, outside unions (welded in
mirror polished & automated dairy)&
inside pickled as CIP dairy lines
per dairy standard with welded joints

BANAS DAIRY IV-44 BIDDER


MANUALLY OPERATED VALVES

Service Material Specification Ends


HP Steam (IBR Cast steel body Flanged ≥25 NB
Approved) Globe /Piston Valve Screwed < 25 NB
& NRV with SS
working parts
LP Steam Cast steel /GM Flanged ≥ 25 NB
body Globe/Piston Screwed < 25 NB
Valve & NRV with
SS working parts
Air Cast steel / GM Flanged ≥ 25 NB
body Globe /Piston Screwed < 25 NB
Valve &NRV with
SS working parts
rubber (Inert to
moisture &. Oil
traces)
Refrigerant Ferrous, globe, lift lS: 11 132 or flanged ≥ 25 NB
check. relevant ASME/ Weldable up to 25
DIN /HAR NB
Standards
Cooling water: CI, butterfly IS :778, 1703 Flanged ≥25 NB
Over 75 mm Up to CS ball valve Weldable up to 25
75 mm NB
Water supply, Cast steel ball valve IS:778 Flanged ≥ 25 NB
bleeds, and drain
Chilled water Butterfly Valve IS :778 Weldable up to 25
supply and return Swing check NB
lines
Defrost water Cast steel ball IS: 778 Flanged ≥ 25 NB
supply and return valve
valves (Dairy) SS AISI 304 plug SMS unions
type Butterfly valves
with unions

 The Diaphragm valves shall be of glandless design, self lubricated and 100%
leak tightness unless, otherwise specified and shall be suitable for not less
than 10 kg/sq.cm gauge working pressure.

BANAS DAIRY IV-45 BIDDER


 Flanges shall be of good make. The supply of flanges shall also include
supply of bolts, nuts ,Washers and suitable asbestos fibre/rubber insertion
food grade gaskets (minimum 3 mm thick).
 The above specifications for valves are general specifications. However, pipes
and valves shall be required to be supplied as per details mentioned in
Section Vl -the technical specifications of plant and equipment.

LIST OF APPROVED MAKES FOR MAJOR COMPONENTS

A table of makes of various major components is given at Appendix - 1 under


Technical Specifications Section VI. The supplier will adhere to makes of items as
per this list. For an item not mentioned in the table or item having more than one
preferred/ approved make; supplier will obtain approval of the Purchaser for the
make before initiating actual procurement.

ANNEXURE II

RECOMMENDED THICKNESS OF EXPANDED POLYSTYRENE FOR PIPE


INSULATIONS NORMAL PIPE SIZES

Temp 15 20 25 32 40 50 65 80 100 125 150


In °C mm mm mm mm mm mm mm mm mm mm mm
20 25 25 25 25 25 25 40 40 40 50 50
10 25 25 25 40 40 40 40 40 50 50 50
0 40 40 40 50 50 50 50 50 50 50 75
(-)10 50 50 50 50 65 65 75 75 75 75 75
(-) 20 50 50 65 65 65 75 75 75 100 100 100
(-)30 65 65 65 75 75 100 100 100 100 100 100

Above data is based on average conditions and should be modified to suit the
individual technical requirements.

BANAS DAIRY IV-46 BIDDER


CODE of PRACTICE FOR PAINTING OF SERVICE PIPE LINES, EQUIPMENT
AND STRUCTURAL WORK

1. PAINTING OF SERVICE PIPE LINES

1.1 On Non-insulated Pipe Line

1.1.1 Ground colour to be applied throughout the length of the pipeline.

1.1.2 Colour bands to be applied, over the ground colour, near every valve and
branch connections as well as in every room near the entry.

1.1.3 The relative proportional widths of the 1st colour band to the subsequent
bands shall be 421. The minimum width of colour band shall confirm to the
following table :

Nominal Pipe Size Width of 1 Colour Band Width of 2 Coiour Band


80 NB and below 100 mm 25 mm
100 NB to 150 NB 200 mm 50 mm
200 NB to 300 NB 300 mm 75 mm
350 NB and above 400 mm 100 mm

1.1.4 On the 1st band a white arrow to be put to indicate the direction of flow.

1.1.5 The arrows should be put on the bottom of the pipelines so that the same
are visible from below in case of horizontal bank of pipes and on sides in
case of vertical bank of pipes.

1.1.6 The valves should be painted with the same colour as the ground colour of
the pipeline.

1.2 On Insulated Pipeline but without Aluminium Cladding

Procedure same as above.

1.3 On Insulated Pipeline with Aluminium Cladding

1.3.1 Ground colour to be applied in a minimum length of 1000 mm of the pipe all
round near every valve and branch connections as well as in every room
near the entry. ,The complete length of the pipeline should not be painted.

BANAS DAIRY IV-47 BIDDER


1.3.2 Colour bands should be applied in the middle of every ground colour strip.
The relative proportional widths of the 1st colour band to the subsequent
bands shall be 411. The minimum width of colour band shall confirm to the
following table :

Nominal Pipe Size Width of 1 Colour Band Width of 2 Colour Band


80 NB and below 100 mm 25 mm
100 NB to 150 NB 200 mm 50 mm
200 NB to 300 NB 300 mm 75 mm
350 NB and above 400 mm 100 mm

For insulated pipes nominal pipe size means the outside diameter of pipe
with insulation

1.3.3 On the 1 st band a while arrow IS to be put to indicate the direction of flow
of the fluid .

1.3.4 The arrows should be put on the bottom of the pipelines so that the same
are visible from below ln case of horizontal bank of pipes and on slides in
case of vertical ban of pipes.

1.3.5 The valves should be palnted wlth the same colour as the ground colour.

1.4 The ground colours and the colours of the 1st and 2nd colour bands have
been indicated on the enclosed list for the pipe lines carrying various types
fluids and gases. The list also indlcates the shade nos. of the colours to be
used. in case the exact shade is not available the nearest possible shade ln
the same colour may be selected

1.5 Only synthetic enamel paint should be used for the painting and band
markings on the pipelines and it should be ensured that the tlnush should
be glossy

1.6 Where no colour bands have been recommended only the ground cplour to
be applied as per the above procedure. lf only one colour band is
recommended the width of the same should be as per the first band and
applied on the ground colour ln case of 2 nos colour bands the 1st band and
second band of wldth as per above table should be applied on the ground
colour

1.7 To avoid mixing of colours , it is recommended to apply the bands only after
the ground color paint is dry and subsequently to apply the arrow only after
the first band paint is dry.

BANAS DAIRY IV-48 BIDDER


2. PAINTING OF EQUIPMENT & STRUCTURAL WORK

All milk storage equipment wlth Pale cream shade


Outer M S
All M S platforms/ pipe supports/ Dark admlral grey shade No 632 of BSI
Pipe bridges and any other
Structures
Hot water set, vacuum heating set, Original colour
Water pumps, geared motor of
Tanks and vats, butter churn,
Gearbox and supports
Coal handling equipment Black
HWG chimney and Generator Aluminium paint
exhaust
Refrigeration compressors and air Original colour
compressors
Air handling units of cold store and Aluminium paint
deep freeze and butter Packing,
making room and lab including
ducting
Can washer Lower half in dark aluminium gray
Upper half in aluminium Paint or
original colour
Milk weigh scales Original colour
Refrigeration plant receiver Dark admiral gray
Atmospheric condensers Galvanizing
HT 81 LT panels Original colour
LT distribution switchboards Original colour

BANAS DAIRY IV-49 BIDDER


COLOUR CODE FOR PIPELINES AS PER IS 2379-1963

Sr Services – Application Ground colour First Band Second


. Band
1. Cooling 1.Ref.comp.Jack Sea 217 French 166
Water et cooling green blue
2.condenser
water piping for
ref.
2. HWG Feed HWG feed water Sea 217
Water piping Green
3 Hot Water 1.Milk Sea 217 Light 631
pasteuriser hot green grey
water
2.defrosting line
for diffucer
4 Drinking Water lines for Sea 217 French 166 Signa 537
Water water coolers green blue l red
5 Treated Soft water lines Sea 217 Light
Water green orange
6 Cold Water Chilled water Sea 217 French 309
supply & return green blue
lines
7 Untreated Raw water lines Sea 217 white
Water green
8 Boiler Feed Boiler Sea 217 Gulf
Water green red
9 Condensat Steam Line Sea 217 Light
e green brown
10 Compresse All compressed Sky blue 101
d Air air pipelines
11 Instrument Instruments Sky blue 101 French
air blue
12 Vacuum 1.cream Sky blue 101 black
pasteurizer
13 Soft Water All plant and Sea 217 Light
Equipment green brown
14 Steam HP steam lines Aluminu French
m to is blue
2339
15 Furnace Boiler and Light 410 French
Furnaces brown blue
16 Diesel Disel generating Light 410
set brown
17 Light Hot water Light 410
Diesel Oil generator brown
18 Lubricatin Oil piping lines Light 410
g Oil Oil brown

BANAS DAIRY IV-50 BIDDER


19 Drainage All drain lines black
from equipment
20 Ammonia All ammonia gas Signal 537
& liquid lines red

BANAS DAIRY IV-51 BIDDER


SPECIAL CONDITIONS OF CONTRACT

PART III - B

ELECTRICAL INSTALLATION

1 SCOPE

The intent of this specification is to define the requirements for the installation,
testing and commissioning of the electrical system like high tension switchyard
with accessories and equipment, transformers, HT panel vacuum circuit
breakers, LT panels and power control centres, motor control centres,
distribution boards, capacitor banks and panels, power, control and
Instrumentation cables, remote push button stations, motors, earthing
network, etc. Requirement of a particular project shall be as specified in
schedule of quantities/approved drawings or as per the battery limits fixed in
the contract.

2 STANDARDS

2.1 The work shall be carried out in the best workmanlike manner in conformity
with this specification, the relevant specification/codes of practice of the
Bureau of Indian Standards, approved drawings and the instructions issued
by the Engineer-in-charge or his authorized representative, from time to
time. Some of the relevant Indian Standards are listed in Annexure-IV.

2.2 In addition to the standards as mentioned in 2.1, all works shall also
confirm to the requirements of the following:

a) Indian Electricity Act and Rules framed there under.


b) Fire Insurance Regulations.
c) Regulations laid down by the Chief Electrical Inspector of the State I State
Electricity Board.
d) Regulations laid down by the Factory inspector of the State.
e) Any other regulations laid- down by the local authorities.
f) Installation & operating manuals of original manufacturers of equipment.

3 EQUIPMENT AND ACCESSORIES - SPECIFICATIONS

BANAS DAIRY IV-52 BIDDER


This defines specifications and requirements mainly for the equipment and
accessories which are generally supplied by the erection agency and do not
cover the specification of main electrical equipment such as Transformers, HT
and LT panels, switch boards and motors etc., which may be supplied by the
Owner.

All materials, fittings and appliances to be supplied by the Supplier shall be of


best quality and shall conform to the specification given hereunder. The
equipment shall be manufactured in accordance with current Bureau of
Indian Standard Specifications wherever they exist or with the BS or NMA
specifications, if no such BIS are available. In the absence of any specification,
the materials shall be as approved by the Owner or his authorized
representative.

All similar materials and removable parts shall be uniform and


interchangeable with one another.

Makes of bought out items selected by the Supplier must be furnished by him.

3.1 Power Cables (HT)

Three core Aluminium conductor screened XLPE insulated armored shielded


and PVC sheathed cables suitable for 11 l 22 / 33 KV, earthed system,
conforming to IS 7098 (Part ll) - 1988 amended up to date.

3.2 Power Cables (LT)

Power cables for use on 415 V system shall be of 1100 volt grade,
Aluminium conductor, XLPE insulated, PVC sheathed, armoured and overall
PVC sheathed, shall be used from PCC to incomer of IMCCS. However,
armoured /shielded Copper conductor cables (Lapp/Concab) shall be used
from IMCC to individual motor

Control Cables

3.2.1 Control cables for power

Control cables for use on 415 V. system shall be of 1100 volts grade, copper
conductor, PVC insulated, PVC sheathed, armoured and overall PVC
sheathed, strictly as per IS: 1554(part I)-1976 amended up to date
Conductor of cable shall be solid type for sizes up to 2.5 sq. mm and
stranded for higher sizes. Un armoured cables to be used only if specifically
mentioned in schedule of quantities.

BANAS DAIRY IV-53 BIDDER


The size of these cables shall be as specified in schedule of quantities or as
per erection drawing. THE MINIMUM CONDUCTOR DIAMETER SHALL BE
1.5 SQMM.

3.2.2 Screened control cables for Analoge signals:

These shall be used for carrying out analogue Signal. Multi -stranded base
annealed copper conductor, PVC insulated, cores colour coded, laid up,
screened by braiding with ATC copper wire and finally overall PVC sheathed.
Sizes of their cable shall be as specified in schedule of quantities/approved
drawings. These cables shall be with armouring unless specified otherwise in
Schedule of qualities/approve drawinings.

3.3 Cable Trays

These shall be GI /FRP Ladder type for main cables from PCC to IMCC.
From IMCC to the individual motor SS 304 cage type trays shall be used.
The width of cable tray shall be as per the requirement. Height to be
minimum 50mm. For cable trays having width more than 300mm height to
be 75mm. Cable trays to be supplied to site in standard lengths of 2.5 M.
Necessary accessories of cable trays such as coupler plates for joining cable
trays, horizontal and vertical bends, outside riser, inside riser, tee etc. also
to be supplied. Plain cable tray covers 1.5mm thick to be supplied if
specially required. Sample of cable tray to be got approved from Site in
charge before supply.

3.4 Cable Glands

These shall be provided at both ends of armoured/ un armoured electrical


cables. Cable glands to be manufactured as per performance requirements of
BS-6121 & lP 65 as per IS 13947 (Part I) amended as on date, with BRASS
material accurately machined and NICKEL finish. These shall be of heavy-
duty single compression type for cable conductor sizes above 35 sq.mm and
weather proof double compression type for cable conductor sizes up to 35
sq.mm Single compression cable glands to be complete with check nut,
gland body, 3 nos. metal washers, and outer seal rubber ring and
compression nut. Double compression glands to be complete with check-
nut, gland body, neoprene inner ring, armour clamping cone, armour-
clamping ring, armour clamping nut, neoprene outer ring, skid washer &
outer seal nut. Sample of cable gland to be got approved from the Site in
charge before supply.

3.5 Cable Connectors

BANAS DAIRY IV-54 BIDDER


Cable connectors, lugs/sockets, shall be of copper/aluminium alloy, suitably
tinned solder less, crimping type. These shall be suitable for the cable being
connected and type of function (such as power, control or connection to
instruments, etc.). The current rating of the lugs shall be the same as that of
the respective cable conductors. If the aluminium lug is terminated on a
brass stud or copper bus bar then bimetallic washer shall be used.

3.6 Cable Route Markers

These shall be galvanized Cast Iron plate with marking (LT/HT) and of
diameter 150 mm with 600 mm long 25x25 mm MS angle riveted/bolted
with this plate. Sample to be got approved before use.

3.7 Cable Indicators.

These shall be self-sticking type and of 2 mm thick lead Strap for overall
cable. PVC identification numbers, Ferrule shall be used for each wire.

3.8 Pipes for Cables

For laying of cables under floor, G.l. class 'A' pipes shall be used. MS
conduits are not acceptable for this purpose. For laying cable in the air
whereas cable trays are not being used, MS `B' class pipe shall be used. Size
of pipe shall depend upon the overall outer diameter of cable to be drawn
through pipe. NO PlPE LESS THAN 40 MM DIA SHALL BE USED FOR THIS
PURPOSE. To determine the size of pipe, assume that 40% area of pipe shall
be free after drawing of cable. ln dairy's process area wherever required SS
304 pipe, 1.6mm thick shall be used.

3.9 Motor Isolators

These shall be in Aluminium cast housing or unbreakable self extinguishing


thermoplastics of high quality, completely dust, vermin and weather proof
(conforming to minimum IP-55 class of protection) suitable for 30/25 A, 415
volts, 50 Hz with rotary type switch and complete with cable gland for
incoming and outgoing cables. Final finish of Aluminium housing to be
buffer mirror or powder coated grey. Sample to be got approved before
supply.

3.10 Motor Junction Box/Control Junction Box

These shall be in Aluminium cast housing or unbreakable, self extinguishing


thermoplastics of high quality, completely dust, vermin and weather proof
(conforming to minimum IP 55 class of protection), suitable for 25A, 415
volts, 50 Hz, with heavy duty Bakelite connector, complete with
cable/conduit gland. Sample to be got approved before use.

BANAS DAIRY IV-55 BIDDER


3.11 Remote Push Button Stations (for Dairies)

These shall be floor/wall-mounted type as specified in schedule of quantities


/ drawings. These shall be fabricated from 1.6 mm thick stainless steel
sheets (S.S.304). In case of floor-mounted stations, these shall be supported
on 51 mm ‘A‘ class MS. pipe cladded with S.S. Pipe. Front cover shall be
removable type with suitable rubber gaskets to make them dust, vermin and
moisture proof. All outer S.S. surfaces shall be polished to 150 grit finishes.

Each push button station shall be provided with one lockable (key operated)
push button to control supply to station. Each feeder of station shall be
provided with name plate (white Bakelite), LED type in indication lamp, one
'ON' (Green) push button and one 'OFF' (Red) mushroom push button half
turn to lock. Green and Red push buttons shall have contact elements
having 1 NO + 1 NC. Indication lamp can be combined with ‘ON’ (Green)
push button in place of providing separate indication lamp and push button.
Number of feeders shall be specified in schedule of quantities/drawings.

3.12 Remote Push Button Stations (for Other Projects)

These shall used for remote ON-OFF for motors, away from MCC. These
shall be be suitable for surface/structure mounting in Cast Aluminium
housing having IP-55 class of protection i.e., completely weather proof. For
each motor, one ON, one OFF red mushroom half turn to lock button, one
LED type indication lamp to be provided with a heavy duty connector inside
the housing to receive control cables .lf more than one motor is nearby, a
common ON-OFF station can be used of suitable size otherwise for one
motor one station can be used. Indication lamp can be combined with 'ON'
(Green) push button in place of providing separate indication lamp and push
button. Riveted type plastic nameplate to be provided for each feeder. If
functionally required Ammeter also can be located in such ON-OFF station.

Such ON-OFF station can also be used in dairy projects whenever to be


installed in utility building such as refrigeration, boiler, water handling etc
or being installed in open (exposed to rains).

4 ERECTION OF EQUIPMENT

The cases containing the equipment (being supplied by the Purchaser) shall be
handed over to the supplier. The Supplier shall make his own arrangements
for safe transportation of all the items to the erection site and also carry out
complete loading/unloading during transportation. Equipment shall not
betremoved from packing cases unless the floor has been made ready for

BANAS DAIRY IV-56 BIDDER


installing them. The cases shall be opened in presence of the Engineer-in-
charge or his authorized representative. These empty packing cases shall be
returned to the stores and any document if found with the equipment shall be
handed over to the Engineer-in- charge. Any damage or shortage noticed shall
be reported to the Engineer-in-charge in writing immediately after opening of
packing cases.

4.1 Electric Motors

All electric motors shall bc energy efficient motors and shall comply with the
following

All poly phase motors of 0.375 kW or more shall have a minimum acceptable
nominal full load motor efficiency not less than shown in Table below or as
per the IS l26l5 2004 (Rev l) for energy efficient motors.

Table for Minimum Acceptable Motor Efficiencies

Efficiency (%)

Motor Size (KW) 2 Pole 4 Pole

0.37 (0.5 hp) 70.2 69.4

0.55 (0.75 hp) 74 72

0.75 (1 hp) 78.5 74.6

1.1 (1.5 hp) 82.2 83.8


1.5 (2 hp) 84.1 85.0
2.2 (3 hp) 85.6 86.4
3.0 (4 hp) 86.7 87.4
4.0 (5.5 hp) 87.6 88.3
5.5 (7.5 hp) 88.6 89.2
7.5 (10 hp) 89.5 90.1
11.0 (15 hp) 90.6 91.0
15.0 (20 hp) 91.3 91.8
18.5 (25 hp) 91.8 92.2
22.0 (30 hp) 92.2 92.6

4.1.1 Erection and testing

BANAS DAIRY IV-57 BIDDER


Erection and coupling of motors with machines will be done under the
mechanical erection. However, earlhing, cable termination, testing and
commissioning are covered under this section. Before starting the alignment
and coupling of motors with machines, the insulation resistance of the
motors will be measured and recorded by the Supplier. Wipe, brush or blow
accumulated dirt from the frame and air passages of the motor. Feel for air
being discharged from the cooling air ports. If the flow is weak or unsteady
then clean it. Dry the motor before installation if it motor has been lying in
the store for a long time. Motors having low megger readings because of
contamination by moisture, oil or conductive dust should be thoroughly
cleaned and dried. The direction of the rotation of the motor shall also be
checked before the driven equipment is finally coupled. Motor bearings are
to be checked and rectified including supply and changing of grease (lf
required) checking of fans coupling with bodies etc The Supplier shall take
adequate precaution and care while executing the work .

For all damage due to negligence etc the Supplier shall be responsible to
replace/repair at his own cost.

Before connecting power cables to motors the insulation resistance of all


motor windings shall be measured Measurement shall be repeated after
power cable terminations are completed and before first charging.

Motors shall be operationally tested together with the starting gear and
auxiliary apparatus such as push button stations the contactors level and
pressure controls signal and alarm apparatus power and control circuit etc

Check the anti- condensation heater and its circuit (lf installed)

Check the setting of the thermal overload protection / single phase preventer
Testing of these devices IS to be done wherever required as per the
instructions of the Engineer in charge.

All motors shall run uncoupled for a maximum period of 4 hours before the
driven equipment is placed in regular service.

4.1.2 Performa for motor testing

1 Name plate details Voltage, Mounting , Current ,


RPM, Frame size , Make , sr no,
Others
2 Insulation test (before cable
connection)

BANAS DAIRY IV-58 BIDDER


Between phase and earth Mega ohms
Between each phase Mega ohms
3 Insulation test (after cable
connection)
Between phase and earth Mega ohms
Between each phase Mega ohms
4 No load current R Phase , Y Phase, B Phase in
Amp.
5 Full load current R Phase , Y Phase , B Phase in
Amp.
6 Temperature rise after 4 hours run
On no load ‘On full load, Ambient
temperature during test °C
7 Operation of thermal overload relay:
At normal FL current of motor
At twice FL current of motor: trip in
Seconds.

5 INSTALLATION OF CABLE NETWORK

Cable network shall include power, control, signal & instrumentation and
lighting cables which shall be laid in underground trenches, Hume pipes,
open trenches, cable trays, GI/SS pipes, or on building structure surfaces as
detailed in the relevant drawings, Cable schedules or as per the Engineer-in-
charge’s instructions. Supply & installation of cable trays, Gl / SS pipes/
conduits, cable glands sockets at ends, isolators, junction boxes, remote push
buttons stations, etc. shall be under the scope of the Supplier.

5.1 General requirements for handling of cables.

5.1.1 Before laying cables, these shall be tested for physical damage, continuity,
absence of cross phasing, insulation resistance to earth and between
conductors. Insulation resistance tests shall be carried out with 500/1000
volt megger.

5.1.2 The cables shall be supplied at site, wound on wooden drum as far as
possible. For smaller length and sizes, cables in properly coiled form can be
accepted. The cables shall be laid by mounting the drum of the cable on
drum carriage. Where the carriage is not available, the drum shall be
mounted on a properly supported axle, and the cable laid out from the top of
the drum. In no case the cable will be rolled on, as it produces kinks, which
may damage the conductor.

BANAS DAIRY IV-59 BIDDER


5.1.3 Sharp bending and kinking of cables shall be avoided. The bending radius
for PVC insulated and sheath armoured cable shall be as per IS 1255-1983
and shall not be less than 10 D Where `D' is overall diameter of the cable.

5.1.4 While drawing cables through GI /SS pipes, conduits, RCC pipe, ensure that
size of pipe is such that, after drawing cables, 40 % area is free. After
drawing cable, the end of pipe shall be sealed with cotton/bituminous
compound.

5.1.5 High voltage (11 KV and above), medium voltage (230 V and above) and other
control cables shall be separated from each other by adequate spacing or
running through independent pipes/trays.

5.1.6 Armoured cables shall never be concealed in walls /floors /roads without GI
pipes, Conduits / RCC pipes

5.1.7 Joints in the cable throughout its length of laying shall be avoided as far as
possible and if unavoidable, prior approval of site engineer shall be taken. lf
allowed, proper straight through epoxy resin type joint shall be made,
without any additional cost.

5.1.8 A minimum loop of 3 M shall be provided on both ends of the cable, or after
every 50 M of unjointed length of cable and on both ends of straight through
cable joint. This additional length shall be used for fresh termination in
future. Cable for this loop shall be paid for supply and laying if the contract
awarded is on item rate basis.

5.1.9 Cable shall be neatly arranged in the trenches/trays in such a manner so


that criss- crossing is avoided and final take off to the motor/switchgear is
facilitated. Arrangement of cables within the trenches/trays shall be the
responsibility of the Supplier.

5.1.10 All cable routes shall be carefully measured and cable cut to the required
lengths and undue wastage of cables to be avoided. The routes indicated in
the drawings are indicative only and the same may be rechecked with the
Engineer-in-charge before cutting of cables. While selecting cable routes,
interference with structures, foundations, pipeline, future expansion of
buildings, etc. should be avoided.

5.1.11 All temporary ends of cables must be protected against dirt and moisture to
prevent damage to the insulation. For this purpose, ends of all PVC
insulated cables shall be taped with an approved PVC or rubber insulating
tape. Use of friction type or other fabric type tape is not permitted. Lead
sheathed cables shall be plumbed with lead alloy.

BANAS DAIRY IV-60 BIDDER


5.1.12 Wherever cable rises from underground/concrete trenches to motors /
switchgears/push buttons, these shall be taken in G.l. Pipes of suitable size,
for mechanical protection up to 300 mm distance of concerned cable gland
or as instructed by the Engineer-in-charge.

5.1.13 Where cables pass through foundation/walls of other underground


structures, the necessary ducts or openings will be provided in advance for
the same. However, should it become necessary to cut holes in existing
foundations or structures the electrical supplier shall determine their
location and obtain approval of the Engineer-in-charge.

5.2 Termination and Jointing of Cables.

5.2.1 Use of Glands

All PVC cable upto 1.1 KV grade, armoured or unarmoured shall be


terminated at the equipment/ junction box/ isolators/push buttons/control
accessories / instruments, etc by means of suitable size compression type
cable glands. Armour of cable shall be connected to earth point. The
Supplier shall drill holes for fixing glands wherever necessary. Wherever
threaded cable gland is to be screwed into threaded opening of different size,
suitable galvanized threaded reducing bushing shall be used for approved
type.

ln case of termination of cables at the bottom of the panel over a cable


trench having no access from the bottom, a close- fit holes should be drilled
in the bottom plate for all the cables in one line, then bottom plate should be
split in two parts along the centre line of holes. After installation of bottom
plate and cables with glands, it shall be sealed with cold sealing compound.

5.2.2 Use of Lugs/Sockets

All cable leads shall be terminated at the equipment terminals, by means of


crimped type solder less connectors unless the terminals at the equipment
ends are suitable for direct jointing without lugs/sockets.

The following is the recommended procedure for crimped joints and the same
shall be followed:

a. Strip off the insulation of the cable ends with every precaution so as
not to severe or damage any strand. All insulations to be removed from
the stripped

b. The cable should be kept clean as far as possible before assembling it


with the terminal/socket. For preventing the ingress of moisture and
possibility of re-oxidation after crimping of the aluminium conductors,

BANAS DAIRY IV-61 BIDDER


the socket should be filled with corrosion inhibiting compound. This
compound 'should also be applied over the stripped portion of the
conductor and the palm surface of socket.

c. Correct size and type of socket/ferrule/lug should be selected


depending on size of conductor, and type of connection to be made.

d. Make the crimped joint by suitable crimping tool.

e. lf after crimping the conductor in socket/lug, some portion of the


conductor remains without insulation the same should be covered
sufficiently with PVC tape.

5.2.3 Dressing of cables/Wires/Cores

After fixing of cable glands, the individual cores of cable shall be dressed and
taken along the cable alleys/wiring trough (if provided) or shall be fixed to
the panels with polyethylene straps. Cable shall be dressed in such a
manner that small loop of each core is available inside the panel.

For motors of 20 HP and above, terminal box if found not suitable for proper
dressing of aluminium cables, the Supplier shall modify the same without
any additional cost.

Cables inside the equipment shall be measured and paid for if the contract
awarded is on item rate basis.

5.2.4 Identification of Cables/Wires/Cores

After laying & pulling cable, the contractor shall provide the cable
identification tags to be tied by GI wire at each end of the cable. Power
cables shall be identified with red, yellow & blue PVC tapes for trip circuits
identification, additional red ferrules shall be used only in the particular
cores of control cable at the termination points in the switchgear/control
panels and control switches.

In case of control cables all cores shall be identified at both ends by their
wire numbers by means of PVC ferrules or self-sticking cable markers, wire
numbers shall be as per schematic/connection drawing. For power circuit
also wire numbers shall be provided if required as per the drawings of
switchgear manufacturer.

5.2.5 Cable between lsolators/Junction Box &Motors/Controls.

Wherever possible Copper Conductor Armoured cables with glands shall be


used between isolator/junction box (installed near motor/controls) and
motors/ controls. However, if terminal box of the motor or control switch is

BANAS DAIRY IV-62 BIDDER


not suitable for accepting armoured cable or it is difficult to lay, multi strand
copper conductor, multi-core, unarmoured flexible cable in PVC flexible
conduit (steel reinforced) with flexible conduit glands shall be used.

Termination of cables of 6.6 kV and above shall be carried out using heat
shrinkable sleeves. This termination must be no-tracking and weather
resistant.

5.3 Testing of Cables

5.3.1 Before energizing, the insulation resistance of every circuit shall be


measured between conductors and between each conductor and ground.
This requires 3 measurements if one side is grounded and 6 measurements
for 3 phase circuits. Continuity test on each lead of cable shall also be
tested.

5.3.2 Where splices or terminations are required in circuits rated above 650 volts,
measure insulation resistance of each length of cable before splicing and/or
terminating. Report measurements after splices and/or terminations are
complete.

5.3.3 DC High Voltage test shall be made after installation on the following:

a. All 1100 Volts grade cables in which straight through joints have been
made.

b. All cables above 1100 V grade.

For record purposes test data shall include the measured values of leakage
current versus time.

The DC High Voltage test shall be performed as detailed below:

Cables shall be installed in final position with the entire straight through
joints complete. Terminations shall be kept unfinished so that motors,
switchgear transformer etc. are not subjected to test voltage.

The test voltage and duration shall be as per relevant codes and practices of
Indian Standards Institution.

5.4 Proforma for Testing Cables

DATE OF TEST

a. Drum No. From which cable taken


b. Cable from to
c. Length of run of this table meter

BANAS DAIRY IV-63 BIDDER


d. Insulation resistance test:

Voltage of Megger …… Volts

i. between core-1 to earth ............... Mega-ohm


ii. between core-2 to earth .............. Mega-ohm
iii. between core-3 to earth ............... Mega-ohm
iv. between core 4 (neutral) to earth...Mega-ohm
v. between core-1 to core-2 .............. Mega-ohm
vi. between core-2 to core-3 ……......... Mega-ohm
vii. between core-3 to core-1 ...... ...... Mega-ohm
viii. between core 4(neutral) to core 1..Mega-ohm
ix. between core 4(neutral) to core 2…..Mega-ohm
x. between core 4(neutral) to core 3…. Mega-ohm

e. High voltage test Voltage Duration


i. between cores and earth
ii. between individual cores

(This proforma shall be jointly signed by the Engineer -in -charge and the Supplier).

6 Earthing Network

The entire earthing lnstallation shall be done in accordance with the earthing
drawings, specification and instructions of the Engineer-in-charge. The entire
earthing 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 earthing 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.

6.1 Earth Bus Earthling Lead and Earth Wire/Strip

6.1.1 All electrical equipment is to be doubly earthed by connecting two earth


strip/wire conductor from the frame of the equipment to an earthling
pit/main earthing ring. The earthing ring will be connected via links to
several earth electrodes. The cable armoured will be earthed through the
cable glands. Conductor size for connection to various equipment shall
be as specified in the drawing /as instructed by the Engineer-in-charge.
However the length of the branch leads from equipment to earthing
grid/ring shall not be more than 10 to 15 meters.

BANAS DAIRY IV-64 BIDDER


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

6.1.3 Size of earthing lead/wire shall be as specified in schedule of


quantities/drawings.

Following may be considered as general guidelines:

Control switches - PVC insulated 4 sq mm copper conductor wire

Motor up to 10 HP - PVC insulated 4 sq mm copper conductor wire

Motor above 10 HP up to 125 HP - GI strip 25x3 mm

Motor above 125 HP - GI strip 25x6 mm

Switch Board - GI strip 25x6 mm

Power Control Centre/LT Panel

Of Sub Station - GI Strip 40X6 mm

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


conductor wire of 4 sq mm with PVC insulation shall be used.

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

6.1.4 Copper wire shall be connected to the equipment by providing crimping type
socket/lug.

6.1.5 Wherever earthing strip to be provided in cable tray, it shall be suitably


clamped on cable tray and electrically bonded to the cable tray at regular
interval.

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

6.1.7 Wherever earth leads /strips/wire are laid in cable trenches, these shall be
firmly and suitably cleated to the walls/supporting steel structure on which
cable is clamped.

6.1.8 The neutral of the transformer shall be connected to earth pit independently
and earth pit shall have copper earth plate of 600 mm X 600 mm X 3 mm.

BANAS DAIRY IV-65 BIDDER


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

6.1.10 The following selection table shall be followed for starters of motor feeders
unless otherwise specified:

BUREAU OF INDIAN STANDARDS TO BE FOLLOWED FOR ELECTRICAL


ERECTION

1 PVC insulated cables (light duty) for working 694 1990 Part I & II
voltage up to 1100 volts
2 PVC insulated cables (heavy duty) for Voltage up to 1554 -1988 Part I
1100 volts
3 do for voltage 3 3 KV to 11 KV 1554 – 1988 Part II
4 Specification for polyethylene insulated PVC 5959 – 1970 Part I
Sheathed heavy duty electric cables voltage not
exceeding 1100 V
5 do voltage 3 .3 KV to 11 KV 5959 – 1970 Part II
6 Guide for marking of insulated conductors 5578 -1970 or 5575
7 Code ot practice for installation and Maintenance of 1255 -1983
power cables upto 33 kV
8 Code of practice for earthing 3043 -1987
9 Guide for safety procedures and practices in 5216 -1982
electrical work
10 Code of practice for installation and Maintenance of 5214-1969
AC induction motor starters
11 Code of practice for installation and Maintenance of 900-1992
induction motors
12 Code of practice for installation and Maintenance of 10118 – 1982 Part I,
switchgears II, III, IV
13 Code of practice for installation and Maintenance of 10028 – 1981 Part I
transformers
14 Code of practice for electrical wiring Installation, 732-1989
voltage not exceeding 650 V
15 Code of practice for electrical wiring Installation 2274-1963
(system voltage exceeding 650 V)
16 Guide for testing three-phase induction Motor 4029-1967
17 Guide for safety Procedures & Practices ln electrical 5316
works
18 XLPE Cables for working voltage up to And 7098 - 1988 Part l
including 1100 Volts V
19 -- Do --- up to 33 KV 7098 - 1988 Part II
20 Boxes for enclosures of electrical accessories 51333
21 Electric Power connectors 5561-
22 HRC Cartridge Fuse Link up to 650 V 2208-
23 Code of Practice for Selection, Installation and 3108-
Maintenance of Fuse up to 650 V
24 Cables methods of testing 10810-

BANAS DAIRY IV-66 BIDDER


25 Danger/ Lattice Boards 3551-
26 National Electric Code SP: 30

Minimum size of steel braided LAPP/Concab Copper Cable for various rating
of motors (To be laid between MCC and motors)
SN Motor Full load Type of Power cable rating (At Ambient
rating Current starter Temp. osf45 ◦C
HP (Amp.)
1 0.5 1 Soft starter 4 C X 1.5 sq. mm
2 0.75 1.3 Soft starter 4 C x 1.5 sq. mm
3 1 1.9 Soft starter 4 C X 1.5 sq. mm
4 1.5 2.6 Soft starter 4 C x1.5 sq. mm
5 2 3.7 Soft starter 4 C X 1.5 sq. mm
6 3 4.8 Soft starter 4 C X 1.5 sq. mm
7 4 5.2 Soft starter 4 C X 1.5 sq. mm
8 5 7.8 Soft starter 4 CX 1.5 sq. mm
9 7.5 11.2 Soft Starter 4 C X 2.5 sq. mm
10 10 16 Soft starter 4 C X 2.5 sq. mm
11 12.5 19 Soft starter 4 C X 4 sq. mm
12 15 20.8 Soft starter 4 C X 4 sq. mm
13 20 28 Soft starter 4 C X 6 sq. mm
14 25 34 Soft starter 4 C X 10 sq. mm
15 30 40 Soft starter 4 C X 10 sq. mm
16 40 53 Soft starter 4 C X 16 sq. rnrn
17 50 65 Soft starter 4 C X 25 sq. mm
18 60 78 Soft starter 4 C X 35 sq. mm ‘
19 75 96 Soft starter 4 C X 50 sq. mm
20 100 131 Soft starter 4 C X 70 sq. mm
21 125 156 Soft starter 4 C X 120 sq mm
22 150 189 Soft starter 4 C x 150 sq mm
23 180 227 Soft starter 4 C X 185 sq mm
24 215 271 Soft starter 4 C X 240 sq mm
26 250 325 Soft starter 4 C X 300 sq mm
27 275 360 Soft starter 4 C X 185 sq mm 2 runs
28 300 390 Soft starter 4 C X 185 sq mm 2 runs
29 335 400 Soft starter 4 C X 240 sq mm 2 runs
30 375 N.A Soft starter 4 C X 300 sq mm 2 runs

BANAS DAIRY IV-67 BIDDER


SECTION V

SCHEDULE OF REQUIREMENT
SECTION V

SCHEDULE OF REQUIREMENT

Slice -A

Sr Item Description Qty Completion


No Period
1 Design, engineering, manufacture, supply of 1 Lot
612 TR Refrigeration plant for 05 LLPD dairy
plant at Jainpur, Kanpur Dehat, Uttar
Pradesh.
2 Labour charges and consumables for
installation, testing and commissioning of 700 1 Lot
TR Refrigeration plant including Ice silos for 05
LLPD dairy plant at Jainpur, Kanpur Dehat, 8 months
Uttar Pradesh with required automation,
electrical etc as per requirement.
3 Stand by operation, Service cover for a period 1 Lot
of one year from the date of successful
commissioning (after completion of trial run).
As per the Technical specification (section VI)

NOTE: Bidders must quote their prices for Part-1, Part-2 and Part-3 separately for
each item in schedule of quantity. In case the bidders omit any of the Part/s their
bid shall be rejected.

Slice -B

Sr Item Description Qty Completion


No Period
1 Design, manufacture, supply ,supervision of 1 Lot
installation,testing and commissioning of 1 No
Ice silo for 612 TR Refrigeration plant for 05 6 months
LLPD dairy plant at Jainpur, Kanpur Dehat,
Uttar Pradesh

Banas Dairy V-1 Bidder


SECTION – VI

TECHNICAL SPECIFICATIONS

BANAS DAIRY VI-1 BIDDER


BASIS OF DESIGN

INTRODUCTION

The refrigeration plant covers all refrigeration services that would be


required for new dairy plant at Jainpur comprising of liquid milk reception-
storage-processing, milk pouch packing, Butter milk manufacturing &
packing, Curd manufacturing & packing and Ghee manufacturing & packing
facilities to be constructed under proposed project. The plant shall include:

 Chilled water is produced in ice silos having ice accumulation coils as


well as in instant PHE type pre chiller, using ammonia refrigerant.
 Chilled water to Milk/Buttermilk/Curd milk processing equipment,
milk deep chilling equipment, cream storage tanks etc.
 Direct expansion system to milk/BM/Curd cold stores, Curd blast
room and air lock.
 Chilled water air conditioning units in occupied space like control
rooms, laboratories, Plant offices and MCC rooms.

BASIS OF DESIGN

This technical specifications is for the guidance to the suppliers only. The
supplier is expected to design, supply, install, test and commission the
refrigeration plant and cold storage facilities of Kanpur dairy plant.

The refrigeration plant will cater to the requirement of the complete dairy
plant. The specific information on the proposed refrigeration plant, project
site location is given in Appendix-2.

The supplier is requested to study the basis of design and calculate the
Refrigeration and Air conditioning requirements on their own and propose
the total refrigeration plant design for the Kanpur dairy plant. However the
capacity and performance of the equipment offered shall not be less than
that of mentioned in Appendix-2.

The technical specification is only for the guidance of the supplier and not
intended to bring out all the details of design and fabrication of plant and
system components. The supplier shall be fully responsible to undertake all
the work involved in implementing the project, within the battery limits,
confirming to high standards of engineering design & workmanship and be
capable of performing in continuous commercial operation to meet agreed
performance standards in a manner acceptable to the purchaser. It shall be
understood that any minor work, which may not be explicitly detailed but is
necessary for the proper functioning of the individual equipment or
automated plant as a whole, is included in the scope of work.

BANAS DAIRY VI-2 BIDDER


Scope of work covers design, supply, installation, testing and commissioning
of entire refrigeration system as scheduled in the annexure.

Part 1 Design and supply of refrigeration plant equipments


as per schedule.

Slice A Part 2 Labour charges for installation, testing &


commissioning of refrigeration plant equipments as
per schedule
Part 3 Service cover for a period of one year from the date
of successful commissioning.

Design and supply testing and commissioning of 1


Slice- B No Ice silo.

All the equipment for the plant shall be designed, supplied and installed in
accordance with the prevailing and applicable standards.

The supplier 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, if any applicable.

The quantity of pipes, fittings, valves, cables, cable trays, earthing,


instruments etc are to be offered based on the actual requirement at site.
The site layout and equipment layout enclosed are for guidance of the
supplier. Ultimately, supplier has to work out the exact details based on the
system offered and actual requirement.

Water for installation shall be provided at one point within the site, free of
charge.

Electricity for installation: To be arranged by the supplier. However, if the


power is provided by the Purchaser, the recovery shall be made @ 0.5% of
the total purchase order value or at metered consumption at actual
charges.

The Purchaser will interpret the meaning of various equipment specification


and drawings submitted by the bidder and shall have the power to reject any
material/equipment, which in their opinion is not in full accordance to
tender specifications.

BANAS DAIRY VI-3 BIDDER


PLANT ARRANGEMENT

System proposed:

The refrigeration plant comprises of rotary screw compressors in two stage


operation to meet the load requirement on high and low temperature
applications along with evaporative type ammonia condensers, common
liquid receivers, LP liquid accumulators, PHE type pre chillers, Thermal
Storage system(Ice silos) with Ice accumulation coils, cold room evaporators,
blast freeze(room) evaporators, Insulation for cold storages, decorative type
Ice water units for Air Conditioning rooms, electrical, automation
system and other ancillaries. Refrigerant liquid distribution is by liquid
pumping to overfeed evaporators. All necessary ancillaries are included.

1. Scope of work: This contract covers complete design, supply, installation


and commissioning of the refrigeration system including air-conditioning
and air cooling system required to cater the process requirement as
detailed in Basis of design refer Appendix-2. This job shall be treated as a
total turn-key job and the supplier is fully responsible for design of the
system, detailing etc. and given the rated performance of the refrigeration
and air conditioning system is included in the scope of work even if the
same is not specified in the details in the description.

2. Civil works : All civil works including the preparation of the equipment
foundations will be provided by the purchaser unless otherwise stated.

Scope of work :

The scope of this contract shall include, but not limited to design,
manufacture, supply, install, testing and commissioning of the complete
refrigeration plant as per requirement indicated in the basis of design and
schedule of major items required for the proposed plant as listed at the
proposed location, within the battery limits.
The scope of work also includes following;

• Design, supply, installation, testing and commissioning of skid mounted


screw compressor packages, evaporative type condensers, LP
accumulators, ammonia pumps, evaporators, etc as per requirement and
schedule.

• Design, supply, installation, testing and commissioning of all the


electrical equipments as per requirement and specification.

• Design, supply, installation, testing and commissioning of the entire


control systems, control panels, RCPs, control instruments, automation

BANAS DAIRY VI-4 BIDDER


system, safety systems, interlocking, including augmenting existing
control & automations systems, etc as per requirement and specification

• Design, supply, fabricate, install, test and commission all the pipelines,
valves, fittings, etc required for the entire ammonia refrigeration system
piping, condenser & cooling water piping, chilled water piping, defrosting
system piping, oil drain piping, insulation of piping, vessels, including
interconnections with existing system, etc.

• Design, supply, fabricate and install all the pipe supports, Maintenance
platform, access ladders, railing, etc wherever required for the entire
work.

• Design, supply, carry out application and commissioning of cold room


insulation work including internal lighting for all the cold rooms & deep
freezes, etc as required (Light Fixtures with lamps will be supplied by the
purchaser).

• Design, supply, installation, testing and commissioning of necessary


insulated cold store doors, air curtains, air shield curtains, cold store
safety systems, etc

• Providing required first charge of refrigerant, lubricating oil and all


consumables as required for initial testing, commissioning and trial run.

• Providing special tools and tackles necessary to carry out regular


maintenance of various system components.

• Conduct performance trial of the plant as per requirement after


commissioning and establish the rated performance of the plant

• Providing as-build drawings, detailed operation and maintenance


manuals.

• Providing essential spares required for two years of operation of the


plant.

• Impart training to the operating personnel in systematic operation and


maintenance of the complete plant and its components in efficient and
safe manner.

Refrigerant:

The refrigeration system shall use Ammonia R-717 as refrigerant.

Design References:

BANAS DAIRY VI-5 BIDDER


The basis for design of the plant is provided in Appendix-2. The refrigeration
plant shall be designed for reliable and continuous, round the clock
operation for all 365 days of the year, in accordance with following
requirements;
• Comply with relevant codes and standards indicated in Appendix -1
• Energy efficient, cost economical and simple to operate and maintain
• Comply with highest level of safety standards.
• Comply with statutory requirements.
• Useful working life of over 20 years.

BANAS DAIRY VI-6 BIDDER


DETAILED TECHNICAL SPECIFICATIONS OF EQUIPMENTS
SLICE A

1.0 SKID MOUNTED AMMONIA COMPRESSOR PACKAGE-[FULLY


IMPORTED]

General:

The compressors shall be of rotary twin screw type, male rotor driven,
running at a speed not exceeding 2950 RPM at 50 HZ AC supply and
directly coupled to a 2 pole motor. The machine shall be specifically intended
for continuous operation with the refrigerant and at scheduled duties.

Each compressor shall incorporate:

1. Suction and discharge line stop valves.


2. Suction and discharge line check valves & stop valves.
3. Suction scale trap with strainer.
4. Safety relief valves.
5. Automatic 100% unloaded starting.
6. Stepless automatic capacity control system from 100% to 10% based
on suction pressure with transmitter.
7. Automatic self shifting, variable volume ratio control, independent of
capacity control slide valve to match the system running pressure ratio
for the duty envisaged, with hermetic position indicator. Necessary
PLC based control required to achieve this automatic variable volume
ratio control is also to be supplied along with the package unit. Should
incorporate gas pulsation protection in lower part load range.
8. Suction Port for Economizer mounted on screw compressor package
consisting of suction filter, closable non-return valve and RTD.
9. Suitable type oil separator cum reservoir with oil level indicator. The
oil separator vessel shall be provided with safety valve branch with
two-position change over valve and 2 nos. safety valves.
Simultaneous closing of both the branches shall not be possible.
10. Sump oil heater provided with automatic temperature control device.
11. Lubricating oil system with pump if required.
12. Float switch to detect a low oil level in oil separator. If a low level
occurs the float switch shall shut the compressor down through
PLC.
13. Dual oil filters with isolation valves to provide servicing one of the
filters while the unit is running. Necessary piping and fittings are
included in the scope of work.
14. Thermo-siphon based oil cooling system complete with suitable
shell and tube heat exchanger, Priority liquid vessel (common for all
compressors, installed at suitable height above high pressure liquid
receiver), instruments and controls for maintaining proper temperature

BANAS DAIRY VI-7 BIDDER


of oil returning to compressor with necessary control valves, isolating
valves, inter connecting pipelines, safety features, oil drain
arrangement, etc., complete as required. Presently, only new
compressors will be provided with thermo-siphon oil coolers. Provision
shall be kept in the priority vessel/Headers for hooking up of
compressors (2 No high stage + 1 nos low stage) in future.
15. Wear free compressor-motor coupling and guard.
16. Mounting base for completely assembled compressor package with
foundation bolts.
17. Controls and accessories as per requirement.
18. Discharge and suction gas thermometer pockets with sensor and
digital temperature indication in control panel.
19. The compressor unit shall have an integrated control panel so as to
achieve human-machine communication and features. All controls
systems, pressure & temperature transmitters required for monitoring
various compressor operating parameters and functions of compressor
are included. The communication protocol shall be so selected to
make the system user friendly and allow seamless communication
with the control units of other compressors for load sharing/auto
operation, as well as allow full communication with other standard
process control systems on a common protocol.

The design of the unit shall be of skid mounted packaged type. The entire
package unit comprising of screw compressor, motor, coupling, oil pump, oil
cooler, oil separator, PLC based operator interface panel and
interconnection, piping, necessary control wiring required between sensing
element to microprocessor etc. shall be mounted on a common base frame.
The package unit shall be tested and to undergo thorough quality control
checks on all the components at OEM’s workshop prior to dispatch to the
project site so as to ensure that no problem arise during commissioning of
the unit at site. Necessary test certificate and detailed test report from
OEM is to be submitted to purchaser at the time of delivery.

The entire compressor skid including TEFC motor shall be sourced from
the original equipment manufacturer (OEM) of screw compressor. The
make of the motor shall be proven for the application and duly
endorsed by the OEM.

The make of the motor shall be Leroy Somer/ Schorch / Toshiba

The Efficiency class of the compressor motors shall be IE2

Economizer:

Economizer for -5 Deg C and -2 Deg C shall be provided. Necessary piping,


controls, safety valve, isolating valves, fittings, etc for interconnecting with
suction headers are included in the scope of Refrigeration Contractor.

BANAS DAIRY VI-8 BIDDER


Set of complete special servicing tools, operation/maintenance manual and
spares for 2 years operation for each type of compressors shall be supplied.

Duties:

The minimum capacity & duty of the respective compressors is scheduled in


Appendix-2. The minimum capacity required for each high-stage and
low stage rotary screw type compressor specified in Appendix-2 is without
taking into account of economizer.

Two sets of economisers shall be provided- one for -5 deg C system and one
for -2 deg system. Necessary facility in piping with valves shall be provided
to bypass the economisers, if required. The economizers shall be shell and
tube type design provided with electronic liquid level controller, liquid line
solenoid valve, safety valve and other necessary valves, level switches (Low
and high) and fittings for safe operations.

1.1 High Stage Compressors:

Quantity : 03 nos (-5/-2 deg C suction SST,+40 Deg C SDT) 1048/ 1168 KW
minimum

These operate as high stage machines, serving for high temperature


application (i.e., minus 5°C or minus 2°C) as per the specification. The
proposed high stage screw compressors shall be rotary screw compressor
with twin screw shaped rotors suitable for ammonia refrigerant running at a
speed not exceeding 2950 RPM + 50 and directly coupled to IE2, 2 pole
motor. The design of the unit shall be of package type and the complete skid
shall be fully imported from OEM. It shall be possible to operate any
compressor on -5 Deg C or -2 Deg C as per requirement and accordingly
the piping/system shall be designed.

1.2 High Stage compressor :

Quantity : 01 no (-5 deg C suction SST,+40 Deg C SDT)220 KW Minimum

Low temperature blast room for Dahi Blast cooling shall be operated by
these machines, which discharge in to the suction/wet return suction of the
main compressors.

All the specifications shall be as per 1.1 the high stage compressors
mentioned above.

Compressor Controls and Accessories (For High stage compressors) :

BANAS DAIRY VI-9 BIDDER


.1 Compressor Local Control Panel: (CCP)

The compressor control system for each screw compressor on high stage
and low stage (booster) sides shall be completely piped and wired with all
the required safety and operating devices. The control system includes PLC
based control panel and a separate power supply junction box. All
transducers are wired and piped into a common manifold. The facilities for
inter communication amongst the CCP and central computerized control
center shall be provided.

The CCP (Touch screen MMI type) shall be supplied with continuous
display, indicating digital display of suction pressure and temperature,
discharge pressure and temperature, oil pressure and temperature,
pressure drop across the filter, economizer pressure and temperature, oil
temperature (Inlet) to oil cooler, oil temperature (out let) from oil cooler,
liquid ammonia temperature at the economizer outlet, slide valve position
and mode, volume ratio position and mode, pump on/off, percentage of full
load motor amperes and compressor operating mode. The PLC panel
continuous display shall also indicate that the alarm condition exists.

Through the PLC display, by call up the following controls and alarm set
points shall be indicated:

Low pressure cutout and alarm, high pressure cutout and alarm,
discharge temperature alarm, low oil pressure cutout and alarm,
differential oil pressure cutout and alarm (across oil filters), high oil
temperature cutout and alarm, low oil temperature cutout and alarm, oil
heater temperature control, low/high oil level and cut out, motor overload
control/cutout, Motor winding temperature cutout and alarms etc.

The CCP provides annunciation to indicate the first cause of shut down as
well as pre alarm to warn of potential shut down condition. The CCP
includes auto, and manual modes. An emergency stop button with
indication shall be mounted on the panel. The power supply for the CCP
shall be taken from the UPS.

.2 Computerized Central Control Processing Panel/Unit

The proposed refrigeration system shall consist of Ice silos, Milk cold store
evaporator coils, etc. fed by refrigerant pumps. Ice water shall be supplied to
the dairy by a set of chilled water pumps out of the total number of chilled
water pumps, the leader pump shall be driven by variable speed drive so as
to maintain constant discharge pressure (to be able to set as per actual
requirement) at the chilled water supply line. Necessary pressure transmitter
of suitable capacity must be installed on this line to achieve a sequential
operation of chilled water pumps through PLC (Programmable Logic Control)

BANAS DAIRY VI-10 BIDDER


to meet the Ice water requirement for the process requirement as well as to
provide comfort air conditioning atmosphere units in the occupied space as
specified in Appendix 2.

Objectives: The proposed computerized central control processing system


shall achieve the following:

 Higher output and reduced production losses by maintaining the


plant parameters accurately at the optimum level.

 Higher flexibility to modify the control strategy to suit process


changes.

 Superior information availability through accurate reports related to


complete refrigeration plant operation, energy consumption, plant
performance, the compressor maintenance requirement and other
MIS information related to refrigeration plant as per the requirement
of the purchaser.

 Safe and easier plant operations.

Requirements : The computerized central control processing unit


(Programmable Logic Controller) shall be a High end PLC/DCS with real time
process control. The system shall have sufficient memory with spare
capacity to store the program and the related information. The system shall
be capable to retrieve the information as per the requirement. The system
shall cater to both the digital (on-off interlocking) and Analogue (continuous
monitoring of temperature, flow etc.) inputs and outputs. The system shall
have adequate capacity for storage of all important plant data over a long
period (typically for one month). Data unloading facility to CD should be
provided. Operator interacts with the process though a suitable station
provided with color display for easy plant operation. The system shall also
includes a printer for the purpose of printing shift wise, daily operating
details, shift-wise/ daily consumption & performance reports and also
listing/logging of important process parameters.

Necessary provisions shall be available to enable exchange necessary


operational data to the Plant management in a compatible format. The
supplier shall extend necessary co-ordination for the system integration with
the Dairy plant MIS system and SAP system.

The main control system shall be housed in suitable cabinets. The


computer, printer shall be table mounted in the control room. Necessary
computer furniture included in the scope of the supply. All this basic control
functions such as analog, discrete element controls shall be performed by
the system. This includes logic, sequences, interlock, PID and ON/OFF
control and also the acquisition and monitoring. The role of the computer
shall be two fold. It acts as window to the processes for the operators who

BANAS DAIRY VI-11 BIDDER


shall monitor and control the plant through the displays and key board. It
also acts as a supervisor to the process by performing higher end data
processing such as report generation, historical data storage and transfer.
The printer shall be used for taking the hard copy/printouts of these
reports.

Separate temperature indicator housed in local SS panel for continuous


monitoring of the temperatures in each compartments of the milk/ BM/
Curd cold store and curd blast room shall be provided.

Capacity control and sequencing of Compressors :

The capacity controller and sequencing of all the high stage (-5 Deg C and -2
Deg c system) screw compressors operating in parallel and the compressors
on low stage (-15 Deg C), through the CPU of the compressors and with “a
provision to add minimum of one compressor in each stage of the system
later on” shall be provided. The suction pressure transmitter on booster
suction and high stage suction shall sense and send the suction pressure
and transmit corresponding 4-20 mA signal to the controller and shall
load/unload the screw compressor continuously such that minimum
number of machines are in operation for the required load. The CPU shall
ensure that when two or more compressors are operating (in each stage), no
compressor shall operate under 50% capacity. However, if only one
compressor is operating and there is cooling demand, it shall be allowed to
operate up to 100% capacity. The CPU shall control the duty selection and
sequencing of all compressors when they are in an “Automatic” mode of
operation. The duty cycling for the compressor shall be based on historical
data and CPU shall carry out the sequencing of compressor automatically
identifying the leader and the follower for obtaining equitable work
distribution.

The capacity control system shall work in the following manner (typical for
each stage).

 After the 1st compressor is fully loaded to 100% the 2nd compressor
will switch on.
 As soon as the 2nd compressor is switched on, the 1 st compressor will
get unloaded to 50%.
 The 2nd compressor will now hunt between 50% and 100% depending
on the load.
 As soon a the 2nd compressor is 100% loaded it will send a signal and
the 1st compressor which will now start hunting between 50% and
100% depending on the load.
 After both 1st and 2nd compressor are 100% loaded the 3rd compressor
will get switched on.
 As soon as the 3rd compressor is on, the 2nd compressor will be
unloaded to 50% (1st compressor remains on100%)
 3rd compressor will now hunt between 50% and 100%.

BANAS DAIRY VI-12 BIDDER


 Once the 3rd compressor is also loaded on 100% the 2nd compressor
will be hunting between 50% and 100% (1st compressor remains on
100%)

The same sequence shall be followed while unloading.

Control system and sequencing of Ice water pump

The ice water shall be supplied to the dairy plant by a set of chilled water
pumps. Out of the total nos of chilled water pumps, the leader pump shall
be driven by variable speed drive, so as to maintain constant chilled water
supply line pressure. The selection leader pump to be connected to AC
variable speed system. Necessary flexibility should be available in the syatem
for selection of any chilled water pump to function as leader pump.
Necessary pressure transmitter of suitable capacity must be installed on this
line to achieve a sequential operation of chilled water pump through PLC to
meet the ice water requirement for the process requirement as well as to
provide comfort air conditioning atmosphere units in the occupied space as
specified in Appendix 2. The sequence of operation of chilled water pumps
should ensure equitable work distribution of all pumps.

The CPU shall have all the necessary logic and software specified including
compressor system optimization and energy calculation. The CPU shall
incorporate normal industry standards to maintain accuracy of data
transmission and shall have accessories to eliminate power spikes,
fluctuations, etc. which may affect system integrity. The CPU shall also carry
out orderly shutdown of the system in case of power shortages and
automatic start-up and shut-down in orderly sequence. It shall also have
provision of desired safety, operational interlocks, etc.

Suitable nos of ice thickness controllers shall be provided in each ice silos
(in 10% to 100% ice thickness range) and signals from these are to be fed to
the CPU to control flow of the refrigerant in the ice circuit.

The system shall include UPS for minimum 1 hrs operating times, to enable
the system to log operational statistics during power failure and record
sequence of shut down and start ups. Cut cables and faults shall initiate an
operator alarm with a hard copy log.

The CPU shall include hardware and software to maintain an accurate


internal clock and calendar to record time, date etc. Time and data shall be
recorded for all events i.e. alarms, faults, etc on the display and printer.

The CPU shall include improved version with higher capacity communication
ports capable of communicating with compressor control panels, visual
display unit, data retrieval, etc to transmit all statistical and alarm data to

BANAS DAIRY VI-13 BIDDER


printer, together with facilities to provided at least the following data and
record the same.

1. Ice silo operational status and its temperature.


2. All cold rooms and blast room temperatures.
3. All comfort air conditioning room temperatures.
4. All air cooling room temperatures.
5. All liquid refrigerqtion pump operating status.
6. Liquid refrigerant temperatures in chilling, pre-chilling and freezing
accumulators.
7. Evaporative condensers water inlet, outlet and condensing
temperature of refrigerant.
8. Ambient dry bulb and wet bulb temperatures.
9. Chilled water supply and return temperatures from ice silos and pre-
chillers.
10. Chilled water supply flow and pressure.
11. Suction and discharge temperature of all ammonia compressors.
12. Suction and discharge pressure on all ammonia compressors.
13. Any other parameters which are required for monitoring and control
of the refrigeration plant.

The refrigeration plant supplier shall provide maximum demand monitoring


system in the refrigeration plant IMCC. Which will be communicating with
the central CPU and shall be programmed such that if the maximum
demand is reached, the system shall shut off any of the identified loads in a
logical sequence, as well as switch ON sfter the demand drops to a specified
level. Audible alarm shall also be provided.

Depending on the sophistication of the individual compressor control panel,


the CPU functions may be reduced to cover only those not available on the
compressor panels.

A SCADA station shall in the form of schematics of the complete refrigeration


system shall be provided.

Installation:

The computerized central control processing unit is centered around the


compressor. The unit shall be housed in a separate, clean, dust free, vermin
proof, temperature and humidity control environment. The main motor
control center shall be installed adjacent to the refrigeration plant room.

.3 Motors and Starters:

The motor for high stage and low stage, compressors shall be of efficiency
class I (IE2), TEFC squirrel cage, heavy duty, high starting torque, AC
induction motor, horizontal foot mounted suitable for 415 V + 10%, 50
Hz.+3%, 3 phase supply of rating suitable for continuous duty for

BANAS DAIRY VI-14 BIDDER


compressors. The motor shall be equipped with winding RTDs. The motor
shall be assembled on compressor base frame, duly aligned complete with all
accessories.

The minimum motor rating shall be selected based on compressor capacity


with economiser arrangement but not less than scheduled in Appendix.

VFD shall be provided for each compressor with input and output
chokes.

.4 Installation :

The compressor and motor shall be aligned perfectly at the manufactures


works. The alignment shall be checked at the site prior to commissioning. It
shall be re-checked prior to commissioning as well as hot alignment and if
the alignment is stable and within the tolerance as per manufacturer’s
recommendation, the motor shall be doweled to prevent from moving and
facilitate repositioning. The procedure recommended by compressor
manufacturer shall be adopted.

The supplier shall provide all dimensions required for foundations, sinkings,
holding down bolt pockets and similar features.

Supplier shall install the machines and motors on the prepared foundations,
supply holding-down bolts, sub-bases, motor slide rails and all other items
that may be necessary and grout on foundations with GP2 Cement mortar.
Supplier shall align and adjust motor coupling and fix guards.

The supplier shall erect a manually operated chain pulley block of adequate
capacity with mono-rail arrangement running above all the compressors for
lifting of motor, compressor package, etc for installation, as well as for the
future maintenance.

Oil loading & unloading systems (Common for all screw compressors)
- Indigenous

Quantity : 01 Set

A separate oil loading and unloading trolley mounted system shall be


provided for loading and unloading of the oil from drum to compressor or
vise a versa. System shall be designed as mentioned below :

Duty : Load oil to all screw compressor (Manually)


Capacity : As per requirement, Balance tank of 100 Liters capacity
MOC : Mild steel
Pumps : 2 nos of electric gear pumps (1W+1S)

BANAS DAIRY VI-15 BIDDER


Accessories : Valves, flanges, pressure gauges, piping, Flexible hose pipes
etc.
Oil drain : From the oil drain outlets

2.0 EVAPORATIVE TYPE AMMONIA CONDENSER - [IMPORTED]

Quantity : 03 Nos

2.1 Type:

Condenser shall be of factory assembled, evaporative type, and induced draft


design with vertical discharge conforming in all aspects to the specifications.

2.2 Duty:

The total capacity of the condenser shall be adequate to reject the hot gas
heat of compressors operating at design duty along with economizer, plus
10% allowance. This heat rejection shall be achieved with a condensing
temperature less than that mentioned below and ambient wet bulb
temperature based on monsoon condition.

Heat Rejection Capacity : 1400000 kCal/hr (minimum) / 1620 kW


Design WBT : 28.4 Deg C
Condensing Temp. : 37.0 Deg C
Air Flow : Bidder to provide
Fan Motor/Nos. : Bidder to provide
Water flow rate : Bidder to provide
Evaporation rate : Bidder to provide
Pump Motor : Bidder to provide

Supplier to mention water Evaporation rate, Water flow rate, Air Flow,
Heat transfer area in Sq M, Make up water rate etc in the technical
specifications.

2.3 Design:

BANAS DAIRY VI-16 BIDDER


The detailed design of the condenser is the responsibility of the and shall
meet the requirements specified in the schedule, as well as meet relevant
manufacturing codes /standard.

The evaporative condenser supplied by a specialist manufacturer as fully


assembled units. The capacity and performance of the evaporative
condensers shall be warranted by the manufacturer.

The supplier to mention the heat transfer area, coil volume, water flow rate,
bleeding rate, make up water quantity, rating of pump and fans, water
evaporation rate in the technical offer.

IBC 2006 or equivalent compliance : The condenser shall be designed and


constructed to meet the International Building Code (IBC 2006)
specifications for installed components per ASCE 7-05. The manufacturer
shall provide a certificate of compliance to demonstrate that the
equipment/unit has been independently tested and certified in accordance
with the IBC program.

The refrigerant condensing coil shall be tested at 300 PSIG

Factory Testing: The manufacturer shall be capable of testing the operation


of the condenser in the manufacturer’s own test facility. Test facilities shall
be capable of simulating design conditions, including but not limited to
design wet-bulb, airflow, refrigerant mass flow rate, refrigerant condensing
temperature, and total heat rejection.

Quality Assurance: The manufacturer shall have a Management System


certified by an accredited registrar as complying with the requirements of
ISO-9001:2000 to ensure consistent quality of products and services.

2.4 Construction:

General: All steel panels and structural elements shall be constructed from
heavy-gauge, hot-dip galvanized steel, with cut edges given a protective
coating of zinc-rich compound.

The basin and casing shall be constructed of G-235 hot-dip galvanized steel
for long life and durability. Standard basin accessories shall include
overflow, drain, type 304 stainless steel strainers

Coil Casing Assembly:

The evaporative condenser shall include a coil casing section consisting of


refrigerant condensing coil, spray water distribution system, drift
eliminators, and air plenum with fan assemblies.

BANAS DAIRY VI-17 BIDDER


The refrigerant condensing coil shall be fabricated of continuous lengths of
all prime surface and hot-dip galvanized after fabrication. The refrigerant
condensing coil shall be tested at 300 PSIG.

The refrigerant condensing coil shall be designed for low-pressure drop with
sloping tubes for free drainage of liquid refrigerant and pneumatically tested
at 300 PSIG. The condensing coil shall be ASME B 31.5 or equivalent
compliant.

Water distribution system shall provide a water flow rate of 6 GPM over each
square foot of unit face area to ensure proper flooding of the coil. Water shall
be distributed evenly over the coil to ensure complete wetting of the coil at
all times

The spray header shall be constructed of schedule 40 polyvinyl chloride pipe


for corrosion resistance. Heavy-duty molded nylon ZM Large-diameter, non-
clog, distribution spray nozzles with large 1- 5/16" diameter opening and
internal sludge ring to eliminate clogging. Nozzles shall be threaded into
spray header to provide easy removal for maintenance.

Nozzles and spray branches shall be observable and accessible for cleaning
from the outside of the evaporative condenser during condenser operation
without removal of other components. It shall be possible to allow quick
removal of individual nozzles or complete branches for cleaning or flushing.

PVC drift eliminators shall be provided to prevent moisture from entering the
air plenum. The drift eliminator shall be removable.

Wet deck Surface:

The heat transfer section shall consist of wet deck surface with integral drift
eliminators for cooling the spray water leaving the coil to optimize the
thermal performance of the evaporative condenser. The wet deck surface and
integral drift eliminators shall be resistant to rot, decay, fungus, and
biological attack.

The eliminators shall be constructed entirely of inert polyvinyl chloride (PVC)


in easily handled sections. The eliminator design shall incorporate three
changes in air direction to assure complete removal of all entrained moisture
from the discharge air stream. Maximum drift rate shall be less than 0.001%
of the circulating water rate

The louvers shall be constructed from polyvinyl chloride (PVC). The louvers
shall be mounted in easily removable sections for access to the pan for
maintenance. The louvers shall have a minimum of two changes in air
direction to prevent splash out and block direct sunlight.

BANAS DAIRY VI-18 BIDDER


Fan:

Fan(s) shall be heavy-duty, axial type with aluminum alloy blades driven by
a one-piece, multi-groove neoprene/polyester belt designed for a minimum of
150 % of the motor nameplate horsepower. Fan(s) and shafts shall be
supported by heavy-duty, self-aligning, grease-packed ball bearings with
moisture-proof seals and integral sealer rings, designed for very long life.
Fan and motor sheaves shall be fabricated from corrosion resistant
materials.

Fan motor(s) shall be energy efficient (EFF-1), inverter duty, totally enclosed
type with a 1.15 service factor and shall be mounted on an easily adjusted,
heavy-duty motor base. The motor shall be furnished with double-sealed,
permanently lubricated bearings and special moisture protection on
windings, shafts and bearings. Air plenum shall provide adequate clearance
under the motor base to provide comfortable working space for service
personnel. The motor shall be provided with VFD drive for automation
and energy saving.

The fan drive shall be a multigroove, solid back V-belt type with taper lock
bushings designed for 150% of the motor nameplate horsepower. The belt
material shall be neoprene reinforced with polyester cord and specifically
designed for evaporative condenser service. Fan and motor sheaves shall be
aluminum alloy construction. The fans and fan sheaves shall be mounted on
the shaft with a specially coated bushing to provide maximum corrosion
protection. Belt adjustment shall be accomplished from the exterior of the
unit. Bearing lube lines shall be extended to the exterior of the unit for easy
maintenance.

Fan shaft bearings shall be heavy duty self-aligning ball type with grease
fittings extended to the outside of the unit. Bearings shall be designed for a
minimum L-10 life of 75,000 hours.

Pan Assembly:

The evaporative condenser shall include a pan assembly consisting of cold


water basin with pump assembly, heat transfer section for spray water
cooling with integral drift eliminators, and air inlet louvers. The cold water
basin shall be constructed of heavy-gauge stainless steel (SS304) panels
and structural members. Basin shall include a depressed section with
drain/cleanout connection. The basin area under the wet deck surface shall
be sloped toward the depressed section to facilitate cleaning.

The cold water basin shall include: a drain/clean-out connection; a steel


strainer; a brass make-up valve; over flow connection; and a water re-
circulation pump assembly. Cold water basin shall be designed so that the
strainer, makeup valve and float, and pump assembly are easily accessible
without removing any of the unit panels or other components.

BANAS DAIRY VI-19 BIDDER


The strainer shall be designed with integral anti-vortexing hood to prevent
air entrainment.

Pump:

Water re-circulation pump shall be a close-coupled, bronze-fitted centrifugal


pump equipped with a mechanical seal, mounted on the basin and piped
from the suction strainer to the water distribution system. The pump shall
be installed with adequate drains so that it may drain freely when the basin
is drained. The pump assembly shall include an integral metering valve and
bleed line to control the bleed rate from the pump discharge to the overflow
connection. The pump motor shall be totally enclosed fan cooled (TEFC),
energy efficient (EFF-1) type.

Finish : All basin and casing materials shall be constructed of G-235 heavy
gauge mill hot-dip galvanized steel. During fabrication, all panel edges shall
be coated with a 95% pure zinc-rich compound for superior protection
against corrosion.

2.5 Accessories

• Hinged access door to be provided to provide easy access to the unit


interior for servicing.

• Evaporative condenser shall be provided with extended lubrication lines


with standard grease fittings for lubricating the fan shaft bearings from
the outside base of the condenser.

• Evaporative condenser shall be provided with a factory assembled, field-


installed external platform with an access ladder and handrails to
provide access to the top of the evaporative condenser

• Evaporative condenser shall be provided with an internal walkway to


facilitate servicing the unit and also provided with a moveable ladder with
fixed ladder supports to provide access to the fan drive system and coil
assembly.

• Electronic Water Level Control system of OEM mounted in the basin with
a solenoid activated valve in the make-up water line. The valve is slow
closing to minimize water hammer

• Air Inlet Screens (factory installed) over the inlet louvers and the spray
distribution system to prevent debris from entering the unit.

2.6 Fittings and mountings:

BANAS DAIRY VI-20 BIDDER


Provide on each condenser
1) Hot gas connection, valve welded with the nozzle.
2) Liquid outlet, valve welded with the nozzle.
3) Dual Safety valve branch with 2-position changeover valve and 2 Nos.
safety valves. Simultaneous closing of both branches shall not be
possible.
4) Necessary arrangement with isolating valves for pumping out/evacuating
the condenser for maintenance shall be provided.
5) Air Purge connections
6) Pressure gauge tapping with valved pressure gauge.
7) Makeup water connection with all fittings.
8) A common Magnetic flow meter shall be provided in the make up water
line to condesners

2.7 Installation

Condenser shall be installed above the utility block at suitable height (to
ensure proper functioning of thermo-siphon oil cooling system of proposed
screw compressors) with sufficient working space has to be provided to
ensure the gravity flow of condensed refrigerant into the receiver.

The building contractor engaged by the Purchaser shall construct a RCC


platform for installing condensers as per the requirements of the
refrigeration plant supplier. The refrigeration plant supplier shall install the
condensers on the RCC platform with necessary accessories as required. All
essential fittings and mountings required are in the scope of the supplier.

The RCC platform shall only be provided by Purchaser as per the


design/drawings provided by refrigeration system contractor. The base
frame for mounting the condenser, access ladder to the platform, GI Grated
platform (from GI 4 mm flats) and protective hand railing on platform along
with toe guard (all in galvanized steel construction) are included in the scope
of Refrigeration Contractor.

Supplier to furnish the following data along with the technical offer for the
evaporative condensers:

Heat transfer area :


Water evaporation rate :
Water circulation rate :
Bleeding rate :
Make up water quantity. :

3.0 HIGH PRESSURE LIQUID RECEIVER

Quantity : 02 Nos

BANAS DAIRY VI-21 BIDDER


Capacity : 5000 L each (Bidder to verify the capacity)

3.1 Type :

Horizontal type and total refrigerant flow passes through receiver.

3.2 Design:

The detailed design of the receiver is the responsibility of the supplier. The
two high pressure liquid receivers have been considered for the plant. These
two receivers must be inter-connected in every respect so as to act as 2825
(unified Pressure Vessel-Category class-1) and all weld joints are 100%
radiographically tested and radiographic test report from authorized agent
must be submitted to the purchaser’s inspection engineer at the time of the
final inspection before dispatch of the equipment.

3.3 Fittings and Mountings:

To provide:

1. Liquid inlet with weldable valve.


2. Dip pipe for liquid outlet with valve.
3. Drain pocket with bottom-plugged socket, with valves oil drain
connection. A receiver of capacity 50-60 liter shall be provided with level
indicator and all accessories at the bottom for collection of oil with drain
& transfer facility to oil rectifier.
4. Dual safety valve branch with 2-position changeover valve and 2 nos
safety valves. Simultaneous closing of both branches must not be
possible.
5. Gauge glass having branches incorporating glass failure shut-off and
isolating valves. Provide secure and substantial protection to the gauge
glass.
6. System charging valve, which may be of type combined with liquid inlet
valve mentioned in sr no 1 of fittings.
7. Pressure gauge tapping with valve and pressure gauge
8. Valved and plugged pump out connection.
9. Saddle supports.
10. Equalization connection tapping with valve for both liquid & vapor
phases- for both the receiver.

In addition to the above mentioned nozzle openings on each receiver,


supplier shall provide all other essential nozzles, to ensure both the receivers
must be possible to interconnect in every aspect with suitable isolating
valves, so as to work as a single receiver in normal course of running .
However, during eventualities, it must be possible to isolate one of the
Receivers completely to undertake maintenance work on the failed receiver.

3.4 Installation:

BANAS DAIRY VI-22 BIDDER


The vessels shall be mounted outdoor (at such a height that it facilitates
flowing of liquid refrigerant from evaporative condenser by gravity. The civil
contractor engaged by the purchaser shall build and finish the plinths to the
supplier’s requirements. The liquid receivers shall be installed outside the
building but adjacent to the condensers in open area. Supplier shall provide
a drawing for approval. To install the liquid receiver, supplier shall arrange
the foundation bolts etc.

3.5 Liquid ammonia charging system:

The system shall be located outside the compressor room suitable to charge
ammonia from tankers as well as from the cylinder and shall consist of
following items:

 Two set of quick mounting attachment each with valve, flexible piping
and end connection suitable for the cylinder & tanker and charging
port of ammonia loading station.

 Ammonia pressure gauge.

 Filter

4.0 PRIORITY VESSEL

Quantity : 01 No.

Capacity : Suitable for evaporative condensers and oil cooling of all high
stage and low stage compressors. The vessel shall be complete with all the
required nozzles, isolation valves and oil drain port.

The size of vessel should have spare capacity to add 01 No. high stage
compressors in future.

Priority vessel shall be installed at a suitable height on a GI


structure/platform as per functional requirement. The support structure
shall be of box section hot dip galvanized. Required railing with toe guard
and ladder shall be supplied.

5.0 ECONOMIZER [FOR -5 DEG C]

Quantity : 01 No

Capacity : Suitable to system requirements. Economizer shall be fully


welded shell & Tube type

BANAS DAIRY VI-23 BIDDER


5.1 System:

Economizer provides the sub cooled liquid supply to accumulator by sub


cooling of refrigerant coming from liquid receiver. They are horizontal
cylindrical vessels, fully insulated.

5.2 Design:

The detailed design of the economizer is the responsibility of the Supplier.


Necessary provision shall be made for future expansion. The fabrication/
manufacturing of economizer shall be carried out as per IS Code 2825
"Unfired Pressure Vessel - All weld joints shall be 100% radiographically
tested. The radiographic test report from authorized agent shall be
submitted to the Purchaser as well as shown to the Purchaser’s Inspection
Engineer at the time of final inspection, before dispatch of the equipment.
Drawing shall be approved by the Purchaser.

5.3 Fittings and Mountings:

To provide:

1. Suction gas outlet shall be of doom type provided with mist eliminator.
The gas outlet from the doom shall be with valve.
2. Liquid inlets with valves.
3. Liquid outlets with valves.
4. Oil drains connection with valve and suitable receiver at the bottom. The
receiver of approx. capacity 50 liter shall be provided for collection of oil
with oil drain facility; with a level indicator, an electrical heater for
rectification of oil with necessary safety valves and all accessories as
required.
5. Plugged bottom drain.
6. Liquid level control tappings, 2 Nos., valved. The liquid level manifold
shall be provided for mounting level transmitter and high & low level
electronic float switches shall have oil drain pot and provision to drain oil
through oil drain valve. This header shall be insulated for better function
of float controls. The header pipe diameter shall be 125 mm minimum.
7. Liquid level gauge tappings, 2 Nos., valved. The branches to the gauge
shall include isolation valves and automatic shut-off for gauge breakage.
8. Mounting pads for 2 Nos. level switches, high and low safety.
9. Dual Safety valve connection with 2-position changeover valve and 2 Nos.
safety valves.
10. Pressure gauge tapping valved, with pressure gauge.

All connections shall be shown in the design drawing.

The vessel shall be supported on saddles adequately braced and gusseted to


the shell. All mild steel support parts shall be hot dip galvanised after
fabrication. The supporting structure, platforms and ladder are included in

BANAS DAIRY VI-24 BIDDER


the scope of supply. Thermal barrier of approved construction is to be
incorporated in the design.

5.4 Accessories:

Economizer shall be provided with:

1. Liquid level control: A suitable level transmitter with accessories to


monitor and control the liquid level. The level transmitter shall give
continuous feedback to Central PLC panel for dynamic display of the
actual liquid level in the vessel, as well as to maintain the desired liquid
level accurately using modulating control valve with PID functions.
2. Level gauge : The heavy duty frost free reflex type level gauge to indicate
the level externally on a calibrated scale to show actual liquid level.
3. High level and Low level Safety switches : To the pads provided, fit
glandless float switches of `Mobrey’ type, suitable for operating in
ammonia liquid.
4. Pressure sensor : Fit a modulating pressure controller of all-steel
construction and rated for the operating pressures on economizer.

5.5 Insulation:

Insulate the vessels as detailed in clause 25

5.6 Installation:

The vessels shall be mounted Indoor. The refrigeration plant contractor shall
install the equipment on the raised structural base with suitable thermal
break. All essential fittings and mounting like platform, railing and ladder
required are in the scope of the refrigeration plant contractor. The Supplier
shall furnish the details of requirements to the purchaser in advance so as
to keep necessary provisions in the civil construction.

Supplier shall submit a drawing for approval for installation of the vessels on
the foundations.

6.0 Economizer [FOR -2 Deg C]

Quantity : 01 No

Capacity : Suitable to system requirements

Other details are as described in 5.0

7.0 LIQUID ACCUMULATOR (PUMP SEPARATOR) [FOR -2 Deg C]

BANAS DAIRY VI-25 BIDDER


Quantity : 01 No. Vertical Design.

Capacity : Suitable to system requirements (Spare capacity to add one


more pre chiller should also be provided)

7.1 System:

Refrigerant liquid distribution of the installation is by liquid pumping to


over-feed evaporators.

The liquid accumulator described herein, provide the low temperature liquid
supply and function as suction separators. They shall be vertical cylindrical
vessels, fully insulated.

7.2 Design:

The detailed design of the Pump Separator is the responsibility of the


Supplier. Necessary provision shall be made for future expansion. The
fabrication/ manufacturing of accumulator shall be carried out as per IS
Code 2825 "Unfired Pressure Vessel - All weld joints shall be 100%
radiographically tested. The radiographic test report from authorized agent
shall be submitted to the Purchaser as well as shown to the Purchaser’s
Inspection Engineer at the time of final inspection, before despatch of the
equipment. Drawing shall be approved by the Purchaser.

7.3 Fittings and Mountings:

To provide:

1. Suction gas outlet shall be of doom type provided with mist eliminator.
The gas outlet from the doom shall be with valve.
2. Suction gas inlets (wet return) with valves.
3. Liquid outlets to circulating pumps with valves. (two spares for future
pumps)

4. Oil drains connection with valve and suitable receiver at the bottom. The
receiver of approx. capacity 50 liter shall be provided for collection of oil
with oil drain facility; with a level indicator, an electrical heater for
rectification of oil with necessary safety valves and all accessories as
required.
5. Plugged bottom drain.
6. Liquid level control tappings, 2 Nos., valved. The liquid level manifold
shall be provided for mounting level transmitter and high & low level
electronic float switches shall have oil drain pot and provision to drain
oil through oil drain valve. This header shall be insulated for better

BANAS DAIRY VI-26 BIDDER


function of float controls. The header pipe diameter shall be 125 mm
minimum.
7. Liquid level gauge tappings, 2 Nos., valved. The branches to the gauge
shall include isolation valves and automatic shut-off for gauge breakage.
8. Mounting pads for 2 Nos. level switches, high and low safety.
9. Vapours vent connection from circulating pumps, with valves.
10. Dual Safety valve connection with 2-position changeover valve and 2
Nos. safety valves.
11. Pressure gauge tapping valved, with pressure gauge.
12. Manual fill connection with valve.
13. Pressure stat connection with valve.
14. Pump-out connection, valved and plugged.
15. Suitable spurge pipe arrangement to receive discharge gas from low
stage compressor, with valve.
16. Two nozzles shall be extra for gas returns from pressure differential
switches and oil vessel.

The liquid and drain connections under 7.3.3, .4 & .5 above shall be in a
drain leg extended from the vessel, and shall be arranged at levels to provide
oil separation, holding and drainage.

All connections shall be shown in the design drawing.

The vessel shall be supported on saddles adequately braced and gusseted to


the shell. All mild steel support parts shall be hot dip galvanized after
fabrication. The supporting structure, platforms and ladder are included in
the scope of supply. Thermal barrier of approved construction is to be
incorporated in the design.

7.4 Accessories:

Each accumulator vessel shall be provided with:

1. Liquid level control: A suitable level transmitter with accessories to


monitor and control the liquid level. The level transmitter shall give
continuous feedback to Central PLC panel for dynamic display of the
actual liquid level in the vessel, as well as to maintain the desired liquid
level accurately using modulating control valve with PID functions.
2. Level gauge: The heavy duty frost free reflex type level gauge to indicate
the level externally on a calibrated scale to show actual liquid level.
3. High level / Low level safety switches: To the pads provided, fit glandless
float switches of `Mobrey’ type, suitable for operating in ammonia liquid.
4. Pressure sensor: Fit a modulating pressure controller of all-steel
construction and rated for the operating pressures on each
accumulators.

7.5 Insulation:

BANAS DAIRY VI-27 BIDDER


Insulate the vessels as detailed in clause 25

7.6 Installation:

The vessels shall be mounted outdoor (at such a height that it meets the
requirement of minimum Net Positive Suction Head (NPSH) of the Liquid
Ammonia Pumps installed below the vessel). The building contractor
engaged by the purchaser will construct the RCC mounting base for
accumulators to the requirement of the Supplier. The refrigeration plant
contractor shall install the equipment on the raised structural base with
suitable thermal break. Floor level mounting is not acceptable. All essential
fittings and mounting like platform, railing and ladder required are in the
scope of the refrigeration plant contractor. The Supplier shall furnish the
details of requirements to the purchaser in advance so as to keep necessary
provisions in the civil construction.

Supplier shall submit a drawing for approval for installation of the vessels on
the foundations. The installation shall be coordinated with the installation
of liquid pumps.

8.0 AMMONIA PUMP [FOR -2 Deg C] – [IMPORTED]

Quantity : 02 Nos (1W+1 S)

Capacity : 13 Cum/Hr, Head : 36 M

Requirement:

Shall be connected to -2 Deg C accumulator for supplying ammonia to PHE


Evaporator

Design :

Construction materials in contact with ammonia shall not contain copper,


and the pump shall be immune from vapour binding. A casing vent shall be
fitted, if necessary. Each pump shall be provided with a strainer and
pressure differential control system. Positive displacement or centrifugal
pumps may be offered; if the former is selected a relief valve shall be
provided to meet closed delivery operation. The automation system is
responsible to determine pump operating conditions and to select
appropriate pumps(based on total running hours comparison or on the coice
of operators selection), which shall be subject to approval of purchaser.

Install pump sets as per OEM recommendation and grout as necessary.


Purchaser will construct foundations to the supplier's requirements.

BANAS DAIRY VI-28 BIDDER


Supplier shall provide drawings for approval, showing all requirements for
arrangement and positioning, including holding down bolt pockets

Refrigerant pumps shall be installed on raised foundations, and shall be on


galvanized structural steel sub-bases. The floor at these pumps will be
provided with raised herbs and will be laid with falls to drain.

9.0 LIQUID ACCUMULATOR – FOR ICE SILO & MILK/BUTTER MILK AND
CURD COLD ROOMS[-5 Deg C]

Quantity : 01 No
Capacity : Suitable to system requirements, Vertical Design.

Other details are as described in 7.0

10.0 AMMONIA PUMP – FOR ICE SILO & MILK/ BUTTER MILK AND CURD
COLD ROOMS [-5 Deg C]- IMPORTED

Quantity : 04 Nos (3 W+1 S)

Capacity : 13 Cum/Hr, Head : 36 M

Other details are as described in 8.0

11.0 LIQUID ACCUMULATOR [FOR -15 Deg C]

Quantity : 01 Nos

Capacity : Suitable to system requirements, Vertical Design.

Other details are as described in 7.0

12.0 AMMONIA PUMP [FOR -15 Deg C]- IMPORTED

Quantity : 02 Nos (1W+1 S)

Capacity : 13 Cum/Hr, Head : 36 M

BANAS DAIRY VI-29 BIDDER


Other details are as described in 11.0

13.0 OIL RECTIFIER

Quantity : 04 Nos (01 No for each accumulator and 01 common for


Ammonia receivers and condensers)

Capacity : Suitable to system requirements

13.1 Function:

Oil drained from various parts of the system is collected in a vessel in which
it is heated to remove refrigerant and moisture. It can then be safely drained
from the vessel and is available for re use. The heating arrangement shall be
in two ways. It shall be by means of hot gas and electrical heating
arrangement with temperature cut out facility (preferably indirect type)
complete with all accessories.

13.2 Design:

The detailed design of the oil rectifier is the responsibility of the Supplier.
The fabrication/ manufacturing of rectifier shall be carried out as per IS
Code 2825 "Unfired Pressure Vessel - All weld joints shall be 100%
radiographically tested. The radiographic test report from authorized agent
shall be submitted to the Purchaser as well as shown to the Purchaser’s
Inspection Engineer at the time of final inspection, before dispatch of the
equipment. Drawing shall be approved by the Purchaser.

13.3 Fittings and Mountings:

To provide:

1. Inlet with valve


2. Outlet to suction (Low side and extra low side) system with valve.
3. Heating coil of 20 mm pipe in multiple passes with valved flow and
return connections.
4. Valved drain.
5. Liquid level gauge
6. Pressure gauge connection, valve with pressure gauge.
7. Safety valve direct connected not valved
8. Electrical heating arrangement and temperature cut out facility
9. Set of manual valves for manual oil drain operation

BANAS DAIRY VI-30 BIDDER


All connections shall be shown in the design drawing.

13.4 Installation:

The vessels shall be mounted outdoor. The refrigeration plant contractor


shall install the equipment on the raised structural base. All essential
fittings and mounting required are in the scope of the refrigeration plant
contractor.

Supplier shall submit a drawing for approval for installation of the vessels on
the foundations.

14.0 AIR PURGER- AUTOMATIC [IMPORTED]

Quantity : 01 set

Capacity : Suitable to system requirements

14.1 Function:

Removal of non condensable gases with minimum loss of refrigerant.

14.2 Design:

Fully automatic air purger with liquid feed control system (Thermostatic
expansion valve)

14.3 Installation:

The purging system shall be mounted outdoor. The refrigeration plant


contractor shall install the equipment suitable to plant requirement.

15.0 ICE WATER SYSTEM

The return chilled water from the plant shall pass through direct expansion
(Liquid overfeed system type evaporator) water PHE pre-chillers before
returning to ice silos from where the chilled water is supplied to process and
other requirement. 1 no of Ice Silos with evaporative coils (to be supplied by
slice B supplier) and PHE is to be used for the system.

BANAS DAIRY VI-31 BIDDER


The ice accumulation system is designed to take care of peak load
requirement and where as the pre-chiller system is to take care of average
heat load requirement.

While the chilled water inlet temperature at the pre-chiller as well as flow
rate would be varying based on the actual process load, the pre-chiller
system shall be designed with adequate control system to ensure that chilled
water outlet temperature shall not drop below 1ºC (i.e., just above freezing
point)

The supplier shall provide PHE pre-chiller (Slice A) with ice accumulation
system (slice B supplier) so as to cater to the duty requirement specified in
the design basis. All utility connections including supply of requisite items
are covered in the scope of work. Suitable bypassing arrangement for pre-
chiller shall be provided.

Brief specification of the PHE type instant water pre-chiller is provided


below.

15.1 PHE TYPE WATER PRE-CHILLERS

Quantity : 01 No
Type : Semi- welded
Refrigeration Capacity : 930000 kCal/hr
Water Flow rate : 300 CMH
Water Inlet / Outlet Temp. : 5.0 Deg C / 1.9 Deg C
MOC of Plate : SS 316, 0.6 mm thick
MOC Frame : MS Plates (IS 2062, Gr. B)

Function:

The return Ice water from process equipment shall pass through direct
expansion (liquid overfeed type) water pre-chiller before returning to Ice
accumulation system.

Capacity and Duty:

The preferred capacity and configuration of the semi-welded PHE is suitable


for the flow of 300 KLPH and duty is from 5 Deg C to 1.9 Dec C @ -2 deg C
ammonia evaporating temperature. The semi-welded PHE evaporator shall

BANAS DAIRY VI-32 BIDDER


be suitable for low temperature application and equipped for liquid
pumping/overfeed system with Ammonia (R717) refrigerant.

THE ICE WATER OUTLET TEMPERATURE AT THE WELDED PHE MUST BE


DESIGNED NOT TO DROP BELOW 1 DEG.C WHEN REFRIGERANT
(AMMONIA) BOILING TEMPERATURE AT MINUS 2 DEG.C. The wet return
suction line is connected to minus 2 Deg C LP accumulators. A suitable
capacity "Back Pressure regulating valve” (DANFOSS PM-3) to be installed on
the wet return suction line so as to maintain minus 2 Deg (or higher)
evaporating temperature of Refrigerant (Ammonia) inside the welded PHE.

Design:

The detailed design of the semi-welded PHE (water pre-chiller) is the


responsibility of the supplier and shall meet the relevant codes & standards
applicable for manufacturing/fabrication of semi-welded type Plate Heat
Exchanger for refrigeration application.

Testing: The PHE has to be tested after completely assembled, by the


Manufacturer at their works with following test pressures and medium.

Water side with water : 6 kg/cm2


Ammonia side with nitrogen : 24 kg/cm2

Maximum Test Temperature with specified gaskets : 80 deg.C

The design shall suit variation in heat load and variation in water flow rate
through the chiller. It shall be possible to cool down the water nearer to its
freezing point by low refrigerant evaporation temperature without freezing
the water inside the channels, using necessary control system. The design of
the plate pack shall be done in such a way that it is not damaged due to
formation of ice inside the channel, even if controls failed due to unforeseen
circumstances/power failure, etc.

Drawings shall be approved prior to execution.

Bidder to provide following details of the PHE evaporator:

Total Heat transfer area in Sq. Meters :


No of plates :
Each Plate area :
Pressure drop water side :

Scope of supply:

Semi- Welded Plate Pack:

BANAS DAIRY VI-33 BIDDER


Plates: The plates shall be made from stainless steel conforming to AISI 316.
Two numbers of plates shall be welded together by laser welding technology
to form the cassettes so as to avoid any chances of ammonia leaking through
the plates. All water contact surfaces shall be easily accessible or readily
removable for cleaning and inspection - 1 set.

Gaskets: The sealing gaskets shall ensure complete sealing and prevent any
cross leakage between Ammonia and water. Gaskets shall be durable and
compatible for the application. - 1 lot.

Supporting Frame: The supporting frame for the plate pack shall be of a self
supporting design made of mild steel with epoxy painted, with a manually
operated tightening devices. The tightening devices made up of MS and hot
dip galvanized and be able to exert uniform pressure on all the parts of heat
transfer plates to prevent any leakages from the PHE. The frame and
tightening device shall prevent the plates from deflecting under pressure.
The frame shall be capable of accommodating at least 25% of extra cassettes
if need be. There shall be minimum two tightening devices.
- 1 Set

Accessories

Inlets/Outlet : The inlets and outlets in of ammonia and water side of the
heat exchanger shall be provided with studded end connections. - 1 set.

Thermo wells: Pockets for thermowellls on the inlets & outlets of water side
and the ammonia temperature at inlet & outlet side shall be provided. Also
temperature sensors (RTDs) for monitoring /logging the data in Central
Control panel shall be supplied by the supplier.

Mounting arrangement: The frame shall be provided with suitable mounting


arrangement for securing it firmly with the flooring/foundation.

Provide on each PHE suitable fittings and mountings for following

• Liquid outlet -flanged and valved.


• Cooling water inlet- flanged and valved.
• Cooling water outlet - flanged and valved.
• Necessary arrangement for pump out/evacuating of the semi-welded PHE
for maintenance.
• Provision with isolating valves for connecting “Cleaning-in-place” system
for de-scaling of the water circuit of the PHE.
• Oil drain arrangement with isolating valve.

Controls : The water pre-chiller (Semi Welded PHE) must be equipped with
suitable automatic control instruments such as temperature controller,
anti-freeze thermostat, flow switch on water side, ammonia back pressure
regulating valve in the suction line with attachment of two constant pressure
regulation valves and a ON/OFF pilot valve, in such a way that whenever the

BANAS DAIRY VI-34 BIDDER


chilled water temperature drops below the set value, evaporation
temperature immediately changes over to higher evaporating temperature
(above freezing point). Necessary local pressure gauges and digital
temperature indications on refrigerant side and water side, etc, as well as
pressure/ temperature transmitters to Central PLC for monitoring and auto
control shall be provide. Also any other controls and instruments, which are
essential for satisfactory functioning of the system, are included in the scope
of work.

If hot gas thawing is required the same shall have to be provided.

The instant water pre-chiller evaporator shall be suitable for liquid pumping,
over-feed system.

15.2 INSTALLATION OF ICE SILO

Qty : 01 Job for Installation for 1 No of Ice silo

Scope of Work by bidder

1 No. Ice silo shall be supplied by Slice-B supplier. Scope of the Slice-A
supplier shall be as per following:

Unloading of the silo from trailor and its safe installation on the foundation.

Welding of the silo base with the base plates/ Providing the foundation bolts
of the silo and it installation. The grouting of the bolts and filling of the gap
between the silo bottom and the foundation top shall be done with GP2
grouting mortar/cement.

Assembling /installation of various parts like top cover, agitator, ladder,


platforms, sight glasses etc with the silo.

All the required piping (refrigerant, chilled water- supply and return, make
up water, over flow line etc) pertaining to ice silo with necessary valves and
fittings and controls is in the scope of the supplier. The piping and other
requirement in brief is described below:

Pipe Connections with required materials :

 Refrigerant

Required tapping from new header & each liquid feed header (minimum 4
Nos) is supplied through a supply assembly comprising of:

BANAS DAIRY VI-35 BIDDER


- Strainer
- Liquid solenoid Valve
- Metering valve
- PM solenoid valve
- Isolating valves
- Valved by-pass
- Pump out connection valved & plugged.

The metering valve shall be of a type, purpose made for liquid control in a
pumped liquid system & comprising of manual needle valve with
calibrating dial. The make & types are subject to approval by the
purchaser.

Wet return headers shall also be connected to the main header with
required valves and fittings.

Each ice silo shall have minimum four evaporating coils. Each coil shall be
separately connected to refrigerant liquid feed assembly with a stop valve,
strainer, vent valve, liquid solenoid valve, expansion valve and a by pass
valve. Similarly each wet return line for individual coil shall be connected
with U port with oil drain valve,isolation valve at silo outlet, PM valve with
EVM and an angled isolation valve.A by pass vave shall also be provided in
the wet return line assembly.

 Chilled water

Fabrication of chilled water suction header & return water header,


erection on pedestals of galvanized steel sections & connection to the tank
flanges through isolating valves. The headers assembly on concrete
mounting pads shall be detailed in the approved drawings. Insulation of
chilled water piping is in scope of supply.

 Main Water

Fabrication of makeup water line & installation of the make-up water


connections with stop valve, solenoid valve (actuated by level switches)
valve & quick fill valves to the water supply header. Connections of fittings
& materials are the responsibility of the Supplier. A mass flow meter to
measure the quantity of makeup water in ice silo shall also be provided.

 Drains/overflows

Drains shall be provided with valves beside inter-connections of all drain


& bringing to one place. Similarly overflow line from silo shall be
interconnected at the bottom & brought to one place. These lines are to be
laid up to nearest drain available as per site conditions.

BANAS DAIRY VI-36 BIDDER


 Equalizing line

Facility shall be made for equalizing line between both Ice silos.

 Installation of the Ice thickness control panel with required cabling.This


also includes providing UPS power to the control panel . The ice thickness
control system shall also be connected to central process computer which
shall monitor & record the functions of ice thickness control system. The
ice thickness controlling system shall have seamless integration with the
PLC/SCADA for smooth operation. Ice silo supplier (slice B) shall depute
their engineer for commissioning of the ice silo however, seamless
integration of the ice silo with the central control /automation system
shall be done by the bidder.

 Laying of required size cables with trays for the agitator of the ice silo. The
VFD feeder shall be provided in the IMCC

16.0 CHILLED WATER SUPPLY PUMPS

Quantity : 5 Nos

Make : GRUNDFOS /KSB

Requirement: Energy efficient vertical design pumps for chilled water


supply for process are described in this section.

Duties:

The pump shall have capacity of 120 M3 @ 43.3 MWC.

These performances are based on reasonable allowances for equipment,


valve and system resistance and are intended as a guide to facilitate biding.
The supplier shall, before execution, verify duty requirements against actual
equipment and systems. The supplier is responsible to ensure that the
pumps installed are matched to actual duty requirements. Details of the
proposed revised pump duties shall be furnished to the Purchaser, and shall
be subject to approval.

Construction:

Pumps for chilled water supply shall meet following requirements:

The pumps required shall be of vertical in line type energy efficient


pump. Connections shall be flanged. Casing vent and drain glands
shall have drainage wells. The pump shall be equipped with EFF-1(IE-2)
motor.

BANAS DAIRY VI-37 BIDDER


1. General: The rotating parts of centrifugal pumps shall be dynamically
balanced, and no pump shall run at a speed exceeding 1450 rpm.
Unless otherwise approved, drives shall be direct, through flexible
couplings of appropriate type and rating. Coupling guards shall be
fitted.

2. Motors:

Driving motors shall have continuous ratings in IP 55 enclosure,


exceeding the limit load of the connected pump. All motors will be
energy efficient type EFF-1.

3. Installation:

Purchaser will construct foundations to the supplier's requirements.


Supplier shall provide drawings for approval, showing all requirements
for arrangement and positioning, including holding down bolt pockets.

To the discharge of each chilled water pumps a check, stop valve


and suction side shall be provided with stop valve and suitable
strainer. Chilled water pumps shall be provided with approved weather
protection covers.

Sequencing of Ice water pumps : As mentioned in Automation

17.0 CHILLED WATER RETURN BALANCE TANK

Quantity : 01 No

Capacity : 15 KL

17.1 Function:

Horizontal design cylindrical balance tank shall used as a buffer storage of


chilled water return from the process. Stored chilled water in the balance
tank either transferred through PHE chiller or directly to the Ice silo. Any
overflow from ice silo shall also return to this balance tank.

17.2 Design:

The detailed design of the vessel is the responsibility of the Supplier. The
fabrication/ manufacturing of chilled water balance tank shall be carried out
as per standard engineering practices. Drawing shall be approved by the
Purchaser. Required nos of inlet and outlet nozzles shall be provided as per

BANAS DAIRY VI-38 BIDDER


plant requirement. 01 no spare inlet nozzle with blind flange shall be
provided for any future tapping.

17.3 Installation:

The vessels shall be mounted outdoor. The building contractor engaged by


the purchaser will construct the RCC mounting base for accumulators to the
requirement of the Supplier. The refrigeration plant contractor shall install
the equipment on the raised structural base with suitable thermal break.
Floor level mounting is not acceptable. All essential fittings and mounting
are in the scope of the refrigeration plant contractor. The supplier shall
furnish the details of requirements to the purchaser in advance so as to keep
necessary provisions in the civil construction.

Supplier shall submit a drawing for approval for installation of the vessels on
the foundations.

18.0 CHILLED WATER RETURN PUMP TO ICE SILO WITH MOTOR

Quantity : 02 No (1W+1S)

Capacity : 150 KLPH , Head : Minimum 25 MWC or as per design


requirements.

Make : GRUNDFOSS /KSB

Requirement : Energy efficient centrifugal pump for chilled water return to


ice silo.

Duties:

The pump shall have capacity of 150 KLPH

These performances are based on reasonable allowances for equipment,


valve and system resistance and are intended as a guide to facilitate biding.
The supplier shall, before execution, verify duty requirements against actual
equipment and systems. The supplier is responsible to ensure that the
pumps installed are matched to actual duty requirements. Details of the
proposed revised pump duties shall be furnished to the Purchaser, and shall
be subject to approval.

19.0 CHILLED WATER RETURN PUMP (PHE CHILLER) WITH MOTOR

BANAS DAIRY VI-39 BIDDER


Quantity : 02 No (1W+1S)

Capacity : 300 KLPH @ 30 MWC

Make : GRUNDFOSS /KSB

Requirement : Energy efficient centrifugal end suction back pull out type
split casing pump for chilled water return to PHE

Duties:

The pump shall have capacity of 300 KLPH @ 30 MWC Minimum or as per
design requirements.

These performances are based on reasonable allowances for equipment,


valve and system resistance and are intended as a guide to facilitate biding.
The supplier shall, before execution, verify duty requirements against actual
equipment and systems. The supplier is responsible to ensure that the
pumps installed are matched to actual duty requirements. Details of the
proposed revised pump duties shall be furnished to the Purchaser, and shall
be subject to approval.

GENERAL DESCRIPTION OF PUMPS

1. Requirement: The pumps for handling chilled water for process, and
refrigerant liquid are described in this section. The Supplier shall propose
suitable pumps for these items to match the actual duty requirement.

2. Duties:

The respective performances of all pumps are scheduled in Appendix-2.

These performances are based on reasonable allowances for equipment,


valve and system resistance and are intended as a guide to facilitate biding.
The Supplier shall, before execution, verify duty requirements against actual
equipment and systems. The Supplier is responsible to ensure that the
pumps installed are matched to actual duty requirements. Details of the
proposed revised pump duties shall be furnished to the Purchaser, and shall
be subject to approval.

3. Construction:

Pumps for specific services shall meet requirements:

BANAS DAIRY VI-40 BIDDER


1. Chilled water: (Process and air conditioning requirement).

The pumps required shall be of vertical centrifugal type energy efficient


pump (for chilled water supply) and End suction horizontal type for
PHE and ice silo pumps . Connections shall be flanged. Casing vent
and drain glands shall have drainage wells. The pump shall be
equipped with EFF-1(IE-2) motor. The model shall be subject to the
approval of purchaser.

2. Refrigerant liquid: Construction materials in contact with ammonia


shall not contain copper, and the pump shall be immune from vapour
binding. A casing vent shall be fitted, if necessary. Each pump shall
be provided with a strainer and pressure differential control system.
Positive displacement or centrifugal pumps may be offered; if the
former a relief valve shall be provided to meet closed delivery
operation. The Supplier is responsible to determine pump operating
conditions and to select appropriate pumps, which shall be subject to
approval of purchaser. The make / model of the pump shall be
similar to existing pumps.

3. General: The rotating parts of centrifugal pumps shall be dynamically


balanced, and no pump shall run at a speed exceeding 1450 rpm.
Unless otherwise approved, drives shall be direct, through flexible
couplings of appropriate type and rating. Coupling guards shall be
fitted.

4. Motors:

Driving motors shall have continuous ratings in IP 55 enclosure,


exceeding the limit load of the connected pump. All motors will be
energy efficient type EFF-1 (IE 2)

Pumps and motors shall be mounted on common base plates, with


alignment locating points factory established to ensure correct
positioning of motor when mounted on site.

5. Installation:

• General: Install pump sets as shown in the drawings, grout as


necessary. The building contractor employed by the Purchaser will
construct foundations to the Supplier's requirements. Supplier shall
provide drawings for approval, showing all requirements for
arrangement and positioning, including holding down bolt pockets.

• Chilled water pumps: To the discharge of each chilled water


pumps (for process) fit a check, stop valve and suction side
shall be provided with stop valve and suitable strainer. Chilled

BANAS DAIRY VI-41 BIDDER


water pumps shall be provided with approved weather protection
covers. Pump gland wells shall be connected drain.

• Refrigerant pumps: Refrigerant pumps shall be installed on


raised foundations, and shall be on galvanized structural steel sub-
bases. The floor at these pumps will be provided with raised herbs
and will be laid with falls to drain. The layout of the herbs shall be
shown in the drawings.

20.0 FORCED DRAFT COOLERS

20.1 FORCED DRAFT COOLERS – for Milk/BM/Curd cold store


(Room temperature to be maintained at +3 deg C )

Quantity : 12 Nos
Capacity : 13 TR each
Evaporating Temp : (-)5 deg C.
Refrigerant : Ammonia
Speed : 900 RPM or as per design requirements
Air volume flow : 14290 M3/Hr or as per design requirements
Air throw : 38 M minimum
Surface area : 26.0 M2 Min
Fin spacing : 7.0 mm
No of Fans : 2 per unit
Power Consumption : bidder to provide

MOC : Tubes - SS
Fins - Aluminium
Casing - Galvanized steel, powder coated
Drain tray - SS, Insulated

20.2 FORCED DRAFT COOLERS – for Curd Blast room


(Room temperature to be maintained at -10 deg C )

Quantity : 2 Nos
Capacity : 25 TR each
Evaporating Temp : (-) 15 deg C.
Refrigerant : Ammonia
Speed : 1320 RPM or as per design requirements
Air volume flow : 17780 M3/Hr or as per design requirements

BANAS DAIRY VI-42 BIDDER


Air throw : 20 M minimum
Surface area : bidder to provide
Fin spacing : 7.0 mm
No of Fans : 2 per unit
Power Consumption : bidder to provide
MOC : Tubes - SS
Fins - Aluminium
Casing - Galvanized steel, powder coated
Drain tray - SS, Insulated

GENERAL DESCRIPTION OF FORCED DRAFT COOLERS

Construction:

Forced draft coolers shall be supplied by a specialist manufacturer as fully


assembled units. The manufacturer shall warrant performance.

The coolers required are of ceiling suspended cross- draft type specifically
intended to operate with pumped liquid supply.

Cooling coils shall be made of stainless steel tubes with aluminium fins.
Fin spacing shall be min 7 mm

Parallel coils shall be supplied with refrigerant liquid through fixed metering
orifices from the liquid supply header to ensure even distribution.

The casing shall be of powder coated heavy gauge galvanized steel, cross-
broken to prevent drumming. Refrigerant coils and defrost piping shall be
fixed to substantial bearers. The manufacturer is responsible, through the
Supplier, to ensure that no rattles occur when the unit is operating.

Induced draft fans shall be axial, direct coupled to motors. Belt drives are
not acceptable. Fans and motors shall be dynamically balanced. Fans made
of Poly amide glass fiber reinforced material are acceptable. Fan and motor
assemblies shall be resiliently mounted and effectively guarded. Motors and
bearings shall be suitable for operation at an ambient temperature of minus
20 oC. Further, motors shall have degree of protection IP 55 or better.

The drain tray shall be of heavy gauge SS 304 sheet, cross broken to provide
falls, and arranged to intercept condensation from the casing. The drain tray
shall be suitably insulated. The outlet from the drain tray shall be vertical.

All the AHUs shall have fully automatic hot gas defrosting .

INSTALLATION:

BANAS DAIRY VI-43 BIDDER


Fixing of the unit shall be by adequate number of suspension rods attached
to substantial lugs on the casing.

Suspension members for the units shall incorporate a thermal break


within the thickness of the insulation. The detailed arrangement and
supply of this with suspension of the evaporators, level and lock
suspension nuts is the responsibility of the Contractor, subject to
approval.

Pipe Connections:

To each evaporator supply and install a liquid feed assembly, this shall
preferably be mounted outside the cold room. The liquid feed assembly
comprising of:

 Strainer
 Liquid solenoid valve
 Metering valve
 Isolating valves
 Valved by-pass
 Pump-out connection, valved and plugged.
 The wet return line from each FDC shall have pressure regulating
valve+CVP+EVM and a angle isolation valve.
 Control & solenoid valves for automatic hot gas defrost system
 Drain pipe from water collection tray to nearest drain outside of the
cold room area shall be provided. The piping from all the drains of
AHUs shall be brought outside the cod room with ‘S’ trap to the
nearest drain. The piping shall be suitably insulated, cladded and
heat traced.

The metering valve shall be of a type purpose-made for liquid control in


a pumped liquid system, and comprising a manual needle valve with
calibrating dial. The make and type are subject to approval.

Wall penetrations: Piping and electrical services penetrating the wall shall
be designed and installed -

• To avoid forming a thermal bridge from outside to inside that could cause
sweating on the outside.
• To prevent infiltration of air.
• To preserve the integrity of the insulation vapour barrier.

The arrangements for this shall be subject to approval, and the work
shall be executed in close co-ordination with the insulation contractor.

BANAS DAIRY VI-44 BIDDER


21.0 AIR CONDITIONING SYSTEM

21.1 Fan coil units system - For comfort air conditioning :

Quantity : 21 Nos - 2 TR each for:

04 nos for LMP control room


01 nos for Pouch packing control room
06 nos for Main lab
02 nos for Reception lab
02 Nos for Refrigeration control room
04 Nos for Plant office
01 Nos for Milk dispatch office
01 Nos for Crate reception office

Function : Rooms listed above are to be air conditioned using Fan Coil
Units supplied with chilled water.

Duty : Requirements are scheduled in Appendix 2.

Construction : The unit shall be of heavy duty industrial type having


stainless steel tubes with aluminium fins, PCGI Sheet steel casing and
grill, with colour coated finish, centrifugal fan(s) preferably direct driven,
air inlet filter (removable type for cleaning purpose) insulated SS drain
tray and provisions for ceiling suspension installation.

Control: The flow of chilled water through built-in 3 way control valve. The
spring return type control valve shall bypass the chilled water when the unit
is not in operation to avoid condensation. A SS control panel incorporating
MCBs and a temperature controller shall be provided in each of the rooms
mentioned above for local operation of the FCUs.

Connections : Chilled water flow and return pipe branches, as well as


condensate drain piping will be installed by Supplier. The Supplier shall
supply all the materials, isolating valve for each FCUs, pipes and fittings etc
that are required for the installation and commissioning of the system.

The drain tray shall be of stainless steel (SS 304) and to be insulated. The
condensate water drain line (duly insulated) shall be extended outside the
building and connected with a drain line by the Supplier as per approved
arrangement.

Electrical connection including supply and laying, termination of cables,


earthing etc. for the power and control circuit shall be the responsibility
of the Supplier.

BANAS DAIRY VI-45 BIDDER


Installation : Supplier shall supply suspension rods, anchor fasteners
and install the unit, level and lock suspension nuts. The arrangement shall
be subject to approval. Ducting in GI construction at the outlet of the FCUs
with powder coated grill shall be provided for all the FCUs as the rooms
where they are to be installed shall have false ceiling. Grills for the
return/suction of the FCUs in the false ceiling shall also be provided.

21.2 Air Handling Units – (For IMCC Rooms ):

Quantity : 05 Nos 5 TR each For

01 No for Liquid milk processing plant MCC room


01 No for Butter milk processing plant MCC room
01 Nos for CIP MCC room
02 Nos for MCC room for pouch packing

Make : Carrier / Voltas/ Star cooler / Ethos /Zeco

Fixing of the unit shall be by adequate number of suspension rods


attached to substantial lugs on the casing.

Function : Air conditioning of IMCC rooms are to be air conditioned using


Air handling Units. The AHU supplied shall circulate cooled and
dehumidified air to the respective rooms and uniform air distribution shall
be achieved with the help of GSS ducting and grills. The return air shall be
collected by suitable arrangement with the help of return air grills/diffusers.

Duty : Requirements are scheduled in Appendix 2 & SOQ. Heat loads


indicated are for guidance only.

Construction : The AHUs shall be of heavy duty industrial type having


stainless steel tubes with aluminium fins, PCGI Sheet steel casing
(minimum 14 SWG) and grill, with colour coated finish, centrifugal fan(s)
preferably direct driven, air inlet filter (removable type for cleaning
purpose) insulated SS drain tray. The fan shall be provided with variable
speed pulley for adjusting the air quantity. The cooling coil rows shall be
staggered in the direction of air flow. The entire casing shall be lined with 25
mm thick insulation of totally flame proof type. AHU shall be suitable for
floor mounting.

Filters: Filters shall be non-rusting, corrugated, metallic wire-mesh


cleanable type or coir type and of adequate area so that the air velocity
across the same shall not exceed 1.78 m/sec. The filtration level and
efficiency shal be 99% down to 5 micron particle size.

BANAS DAIRY VI-46 BIDDER


Control: The flow of chilled water through built-in 3 way control valve. The
spring return type control valve shall bypass the chilled water when the unit
is not in operation to avoid condensation. A SS control panel incorporating
MCBs and a temperature controller shall be provided in each of the rooms
mentioned above for local operation of the FCUs.

Connections : Chilled water flow and return pipe branches, as well as


condensate drain piping will be installed by Supplier. The Supplier shall
supply all the materials, isolating valve for each AHU, pipes and fittings etc
that are required for the installation and commissioning of the system.

The drain tray shall be of stainless steel (SS 304) and to be insulated. The
condensate water drain line (duly insulated) shall be extended outside the
building and connected with a drain line by the Supplier as per approved
arrangement.

Electrical connection including supply, laying, termination of cables,


earthing etc. for power and control circuit shall be the responsibility of
the Supplier.

Installation : Supplier shall supply and install the AHUs with necessary
anti-vibration pad, etc. The ducting is to be suspended from ceiling with
requisite suspension rods, brackets, anchor fasteners etc. as approved. All
accessories as required are included in the scope.

22.0 REFRIGERANT / COOLING WATER / CHILLED WATER PIPING AND


FITTINGS / GI STRUCTURE FOR PIPE SUPPORTS/PLATEFORMS ETC.

Quantity : 01 Lot

Requirement:

Supply and install all required piping such as refrigerant, oil drain,
chilled water etc. necessary for the operation of total refrigeration system
installed by the Refrigeration Contractor. Required valves and NRV's, bends,
support materials, etc. as needed, are included in the scope of the
contractor and also to be supplied and installed by the Supplier within the
contract value. Wherever, the operating valves are located above normal
operating height suitable approach & platform shall be incorporated.

Determination of pipe sizes is the responsibility of the Supplier and duly


approved by the Purchaser as per norms/guidelines given below. Suction
and delivery main headers of Main Compressors shall be sized for
simultaneous operation of all the main compressors considered in

BANAS DAIRY VI-47 BIDDER


the design basis and also for the compressors to be installed in future.
Also, the chilled water, condenser, chilled water piping, etc shall be
designed suitable for all the pumps considered in the design basis.
Drawings showing installation details including but not limited to pipe sizes
and routes and locations of valves and anchors shall be approved. Pipe
velocities shall be such as not to cause unreasonable pressure loss or
noise, and in refrigerant lines shall ensure effective liquid and oil
entrapment.

While selecting the pipe size for various applications, the velocity of
the fluids shall be considered as under:

a) Suction line (NH3) 15.0-17.5m/sec


b) Discharge line (NH3) 17.5-20.00m/sec
c) Liquid line (NH3) condenser to receiver 0.5 - 0.6 m/sec
d) Liquid line (NH3) receiver to system 1.0 to 1.5 m/sec
e) Wet return line (NH3) 8 to 10 m/sec
f) Suction line (H20) 1.0 to 1.2 m/sec
g) discharge line (H20) 2.0-2.5 m/sec

Design:

The detailed design and material of construction of the piping for various
temperature applications shall be the responsibility of the Contractor. The
alternate material as proposed by the Refrigeration Contractor shall be
approved by the Purchaser during the detailed engineering stage subject to
Contractor provides certificate from the supplier/Manufacturer that all
material selected are satisfactory for the duty requirement/relevant
codes.

22.1 Materials:

Piping for the respective services as required by the Purchaser shall be :

Service Material Specification


PIPING:
Refrigerant, including Steel pipe SA106 quality
oil, (Seamless) Scheduled pipe, heavy
Purger, vent, line duty
(above -10 Deg.C )
Refrigerant Steel pipe ASTM A 333 Grade
Piping (for minus 20 Deg (seamless) seamless
C
and below)
Evaporative condenser Steel pipes ASME B31.5 compliant
tube (seamless)

BANAS DAIRY VI-48 BIDDER


Water circulating Galvanised IS 1239 (heavy Duty/
pipelines / chilled water steel (ERW) class "C")
lines (up to 150 NB medium duty
) class B
Water circulating Galvanised IS 3589 – ERW, heavy duty
pipelines / chilled water steel (ERW) /class C
lines (up to 200 NB medium duty
and higher ) class B
Make up water supply, Galvanised IS 1239 / 3589,
bleeds, drains, defrosting steel (ERW) Medium duty /class B
water, etc medium duty
class B

NOTE: ALL REFRIGERANT, OIL PIPING, THE CONTRACTOR SHALL


USE "SEAMLESS HEAVY DUTY CLASS SCHEDULED 80/40 PIPES" AS
PER INTERNATIONAL STANDARD DEPENDING ON SIZE OF PIPE, OF
SA53 GRADE/SA106/SA 333 GRADE AS APPLICABLE.

22.2 Valves:

Manually operated isolating valves and check valves shall be of types:

Service Material Specification


Refrigerant Ferrous, globe, IS:11132 or relevant
lift check. ASME/DIN/IIAR
standards
Cooling water: CI, butterfly IS :778, 1703
Over 75 mm CS ball valve
50mm & Below
Water supply, bleeds, Cast steel ball valve IS:778
and drain
Chilled water –supply and Butterfly Valve IS :778
return lines Swing check
Defrost water –supply and Cast steel ball valve IS :778
return

ALL water line VALVES ABOVE 50 MM SHALL BE OF FLANGED


CONSTRUCTION.

ALL WATER VALVES OF 50 MM. AND BELOW SHALL BE BALL VALVES


WITH CAST STEEL BODY, SS WORKING PARTS, 3 SECTION TYPE, and
WELDABLE END TYPE. REFRIGERATION LINES SHALL BE LAID WITH
WELDED VALVES ONLY. FOR USING FLANGED TYPE VALVE AT ANY
LOCATION/ARRANGEMENT, PRIOR APPROVAL OF PURCHASER IS TO BE
OBTAINED.

BANAS DAIRY VI-49 BIDDER


MOC for Equipment Vessel:

Service Material Specification

HP receiver, oil separator, Steel plates IS:2002/ SA 516


LP accumulator (NH3), and
Oil rectifiers, Oil collection IS:2825 class-I
vessels & tanks,

(up to minus 10oC application)


LP accumulator, oil vessels, etc for Steel Plates SA 516, Gr 70, and
below Minus 20oC application IS:2825 class-I

22.3 Installation:

Pipe supports supplied and installed within the plant room shall be
adequate to accommodate other services piping, if any, entering
the room. Installation drawings shall be approved. All the supports shall
be MS duly galvanized.

In lines subject to thermal expansion, anchors shall be provided at approved


locations and hangers and supports adjusted to be fair when the line is
in working condition.

GI Plateforms shall be provided for the equipments wherever necessary for


operation and maintenance ease. The plateforms shall have GI railing and
toe gard with staircase/ladder.

22.4 Particular Requirements:

.1 Refrigerant suction

The wet return line shall be laid to fall to the respective "liquid
accumulators" (pump separator) wherever a rise in the direction of flow is
necessary, it shall be achieved with a "lifting trap" at the low point. Any rise
of over 3m shall "include a lifting trap/ leg at each 2m interval" branches
entering the suction main shall do so only at the top.

The size of the main headers such as suction, wet return and discharge line
of high stage and suction and discharge line of low stage shall be selected for
operation of all the compressors mentioned in the specification including
compressors to be installed in future.

.2 Refrigerant hot gas

BANAS DAIRY VI-50 BIDDER


Shall grade from a high point in the compressor branch down to the
condensers. ALL BRANCHES SHALL HAVE TOP ENTRY TO THE MAIN.

.3 Liquid drain

The refrigerant liquid drain system from the condensers to the liquid receiver
shall grade down to the liquid receiver. Relative height at which the
condenser installation to achieve gravity flow is to be determined by the
Supplier.

.4 Refrigerant valves

UNLESS OTHERWISE DIRECTED OR APPROVED, ALL VALVES SHALL BE


INSTALLED WITH SPINDLES HORIZONTAL. Make/ type of the valve shall be
shall be approved by purchaser. Oil drain /purging valves shall be spring
loaded, self closing type.

.5 Water supply

Mains water (Soft water for condensers and RO water for ice silo) will be
supplied by Purchaser at one point outside the Refrigeration Plant room and
as described in the Battery Limit. All distribution from this point is the
responsibility of the Supplier.

.6 Cooling water and chilled water drains

Drain lines will be installed from the locations to the nearest drain.
Connections shall be made to this to receive:

Overflow, Drains including pump wells. Bleed as appropriate, from the


cooling and chilled water systems.

.7 Flow switches

In each of the condenser cooling water pipelines, provide and install a “flow
switch". The make and type of these switches shall be subject to approval.

.8 Pressure Transmitter

On the Low Pressure Accumulator Vessels provide and install a modulating


pressure transmitter of the type specified and rated for the operating
pressure.

.9 Outdoor piping and supports

Piping comprising:
Refrigerant lines to condensers and receiver
Cooling water /chilled water pipe work

BANAS DAIRY VI-51 BIDDER


ALL OVERHEAD OUTDOOR PIPING / VESSELS SHALL BE MOUNTED AND
SUPPORTED ON STRUCTURAL STEEL MEMBERS (GI BOX SECTIONS OF
SUITABLE SIZES).DRAWINGS SHALL BE APPROVED.

.10 Insulation

Pipelines operating below ambient temperature shall be insulated and


aluminium cladded.

.11 Vents

All refrigerant safety valve vents shall be piped outdoors to a place of safe
discharge, and the vent outlet shall be of vermin proof (protected from
obstruction).

.12 Galvanization of MS Surfaces

In case of hot dip galvanization wherever specified in the tender


specification, the minimum zinc coating required is 75 to 80 microns
uniform thickness all around the surfaces.

In case of spray galvanization wherever specified in the tender specification,


the minimum zinc coating required is 120 to 125 microns uniform thickness
all around in surfaces.

.13 Welding of refrigerant lines

For all refrigerant lines, the Supplier shall follow the welding procedure
based on International Code of Practice. IT IS EXPECTED TO FOLLOW
THE PROCEDURE THAT THE FIRST ROUTE RUN WELDING SHALL BE
CARRIED OUT BY ARGON/NITROGEN ARC WELDING BY FILLING
ARGON/NITROGEN GAS INSIDE THE PIPE AND SUBSEQUENT RUNS
MAY BE CARRIED OUT BY ARC WELDING PROCESS.

.14 Welding of Vessel

All the refrigeration vessel in the system such as oil separator, condenser,
receiver, pump separator (LP accumulator) shall be considered as class I
vessel according to IS 2825 or equivalent British or American code and all
weld joints shall be tested for 100% radiography.

.15 Oil drain /purge valve :

All oil drain valves, vent/purge valves open to atmosphere shall be of spring
loaded self closing valves.

.16: Pipe supports in production area: SS box sections shall be used for
supporting refrigerant pipes and cable trays.

BANAS DAIRY VI-52 BIDDER


23.0 INSULATION – IN SITU PUF INSULATION OF PIPING AND EQUIPMENTS

Quantity : 01 Lot

In situ PUF insulation for pipelines and equipment shall be carried out with
suitable thickness.
Insulating shall be rigid poly urethane foam of density 40 kg/m3
(minimum), using in-situ injection at site. For all the refrigerant, chilled
water piping and vessels the insulation shall be through in-situ injection
after cladding.
Test certificates from authorized laboratories shall be provided in support of
all physical properties of insulating materials as directed by purchaser.

23.1 Ammonia Suction, wet return lines and Cold Liquid Lines:

THICKNESS OF POLYURETHANE FOAM INSULATION (in-situ injection) in


mm

NOM.
PIPE Φ 15 20 25 32 40 50 65 80 100 125 150 200 300
(In mm)
TEMP.
MINUS
10 oC & 30 30 30 30 40 40 50 50 65 65 80 100 100
ABOVE
TEMP.
BELOW
MINUS 50 50 50 50 65 75 75 100 100 100 100 125 125
10 oC

Above data is based on average condition and shall be modified to suit the
individual technical requirement.

The pipe surface should be thoroughly de-rusted and cleaned followed by 2


coats of approved primer prior to insulation.

The insulation shall be obtained by injection of polyurethane foam


with density minimum 40 kg/m3 at site. High density (minimum 80
kg/m3) PUF blocks shall be provided at supports in the insulation and shall
be enclosed in the vapour barrier.

BANAS DAIRY VI-53 BIDDER


AN OUTER VAPOUR SEAL ON AMMONIA/CHILLED WATER PIPELINES
SHALL COMPRISE AN APPROVED VAPOUR BARRIER SHEATH (preferably
aluminum coated polyester film of 50 micron thick) WITH JOINTS LAPPED
AND SEALED WITH SELF ADHESIVE TAPE.

Aluminium cladding (22 Gauge sheet) over the insulation on the lines shall
be done in an approved manner, with suitable spacers, so as not to puncture
the vapour barrier.

23.2 Chilled Water Piping

Insulation of chilled water piping within the Supplier's scope shall be carried
out as per the thickness specified in the table above for zero oC application.

23.3 Liquid Accumulators/economisers/chilled water balance tank and other


vessels)

Insulate the pump separator (LP Accumulator) with suitable but not less
than 150mm thick Poly urethane foam- in situ. An outer vapour seal over
the insulation using an approved sheet material (preferably aluminum
coated polyester film of minimum 50 micron thick) with joints lapped and
sealed with self adhesive tape. Finish with Aluminum cladding of 22 SWG
over the insulation shall be done in an approved manner.

24.0 ELECTRICALS

GENERAL

The electrical installation works is listed below but not necessary limited to
the items specified. Everything essential to have safe operation is deemed to
be covered within the scope of this contract even though same is not
described in detail.

.1 Supplier's Scope:

The following works broadly describe the scope of electrical installation


pertaining to supplier of Refrigeration contract :

Preparation of all necessary drawings, submission of the same to electrical


inspectorate etc. for statutory approval, through Purchaser and obtaining
approval of the drawings.

BANAS DAIRY VI-54 BIDDER


PRIOR TO THE COMMENCEMENT OF ERECTION OF WORKS, THE
CONTRACTOR SHALL PREPARE DRAWINGS OF ELECTRICAL
INSTALLATION AND OBTAIN APPROVAL ON THESE DRAWINGS FROM THE
PURCHASER AS WELL AS STATUTORY BODIES SUCH AS CEIG,
ELECTRICITY BOARD.

Design, supply, installation and commissioning of required number of


Intelligent Motor Control Centers (IMCC) and ancillary panels with complete
switchgears as per the requirement of the equipment shall be provided for
effective and safe operation of the refrigeration plant. Motors, starters, MPP
type power capacitors with reactors , ancillary items, cabling as described
later.

Design, supply, erection, testing and commissioning of all control panels as


per requirement and which are essential for safe operation of the plant.

Design, supply, erection, testing and commissioning of remote control panels


in adequate numbers for smooth operation.

Supply and providing of 5 mm thick MS chequered plate (including due


painting) for the masonry/concrete trenches required for refrigeration plant.

Cutting block-out in concrete floor, brick-work preparation of chassis, etc.


wherever required including making good of the surface chipped during
installation.

Sealing of cable-entries through wall/trenches by mastic compound or


equivalent including supply of compound and other building materials, duly
finished.

The complete electrical installation and distribution system of refrigeration


plant including associated earthing system shall be as per prevailing Indian
electricity rules, state inspectorate regulations.

All earthing mains shall be galvanized. The earthing to the equipment will
be with the help of PVC coated/ insulated aluminium wire/cable.

Supply and placement of rubber mats of 12.5 mm thick in front of all


electrical panels including M.C.Cs.

Arranging of inspection by Electrical Inspector and obtaining approval for


the installation and permission for charging as electrical installation of
refrigeration plant i.e. obtaining the safety certificate from CEIG.

Electronic equipment, automation and control equipment shall be fully


protected against electrical voltage fluctuations, voltage surges and
transitory spikes, by the inclusion of adequate protective equipment.

BANAS DAIRY VI-55 BIDDER


Pre-commissioning of all protective relays/devices i.e. testing and
calibration of all protective relays to be done through separate testing
agency and the same shall have to be arranged by Supplier.

Checking of connections (power and controls), testing and commissioning


of all equipment erected and or connected under this contract and
complete distribution system as a whole as per testing procedure and
instructions of Engineer In-charge.

THE SUPPLIER SHALL CONSIDER THIS JOB AS A TOTAL JOB. HENCE,


ALL ITEMS INCLUDING ELECTRICAL CONTROL EQUIPMENT,
INSTRUMENTATION AND INTERLOCKING REQUIRED FOR SAFE
OPERATION OF THE PLANT IS INCLUDED IN THE SCOPE OF THE WORK
EVEN THOUGH SAME IS NOT DETAILED IN THE
DESCRIPTION/SPECIFICATION.

Electrical installation to be carried out as described in Special Conditions of


Contract – Electrical installation (IV-IV)

.2 Works Excluded

Masonry/concrete trenches in the plant room will be provided by the


building contractor based on the requirement shown in the approved
drawing prepared and submitted by the Refrigeration Contractor including
for refrigeration MCC. However, refrigeration contractor shall furnish
the trench details/requirement for execution.

ANY FEES PAID TO THE STATUTORY BODIES WILL BE REIMBURSED TO


SUPPLIER AGAINST SUBMISSION OF ORIGINAL DOCUMENTARY PROOF
TO THE PURCHASER.

26.1 INTELLIGENT MOTOR CONTROL CENTER (IMCCs)

Quantity : 1 LOT (2 Nos)


IMCC – For Refrigeration main plant room- 01 No
IMCC – For cold rooms- 01 No

INTELLIGENT MOTOR CONTROL CENTRE (IMCC)

The scope covers design, supply, installation, testing and commissioning of


Intelligent Motor Control Center (IMCC) with complete switch gears at
Refrigeration plant, as well as cold Stores area including laying and
terminating requisite cables between PCC to main IMCC and from Main
IMCC to cold store area IMCC complete.

BANAS DAIRY VI-56 BIDDER


Motor control center (sheet steel) detailed specification

FUNCTIONAL REQUIREMENTS:

It shall be used to receive, control and distribute electrical power at 415 V,


50 Hz, AC in sheet steel housing and communicate real time operating
parameters to Main plant DCS/ PLC and SCADA. The specifications describe
the requirements for the low voltage intelligent motor control center (IMCC),
which shall fundamentally provide for the following:

Achieve controls through microprocessor based systems

Replace hardwiring by using network technology


Provide enhanced degree of diagnostic and protective functions.

The IMCC shall provide comprehensive protection on motors by integrating


intelligent motor protection relays (IMPR) or intelligent protection devices
(IPD) inside the switchboard. The IMCC should also bundle the bus
communication with the most common protocols found in the industrial
networks (Modbus SL /Modbus TCP/Profibus DP/Device Net).

Operating temperatures -40 Deg C/+75 Deg C.

Design Requirement and Scope of Supply:

Statutory Requirements:

Motor Control Centre is to be manufactured/ assembled as per the latest


applicable Indian Standards, Indian Electricity Rules, Indian Electricity Act,
Fire Insurance Regulations and comply with all currently applicable
statutory requirements of concerned State Electricity Inspectorate and safety
codes in the locality where the equipment will be installed and as per the
detailed specifications mentioned below. The manufacturer of the panel
must possess a Type Test Certificate from CPRI.

The IMCC shall be manufactured at international company (SIEMENS /


Rockwell/ Schneider), approved panel builders having IMCC manufacturing
experience which owns the complete range of major switch board
components and intelligent devices used in the IMCC. The IMCC shall
provide the flexibility to choose different solutions in motor protection and
monitoring functions according to the requirements of critical motors and
non-critical motors and relevant loads.

The switchboard manufacturer shall be the original designer of IMCC (like


SIEMENS/Rockwell /Schneider) or a panel builder with a formal license
from the original IMCC designer. All switchgear used in the switchboard

BANAS DAIRY VI-57 BIDDER


shall be of the same manufacturer to allow better interoperability, seamless
integration and installation.

Housing Details:

The switchboard shall be fabricated using pressed and shaped cold rolled
steel sections structure of adequate thickness. The sheet steel used for panel
shall be minimum 14 SWG sheet except that the partition plates, inter-panel
barriers and cubical doors may be made of 16 SWG. The switchboard shall
consist of free standing front and back open able panels arranged to form a
continuous line-up of wardrobe type cubicles of uniform height. Cold rolled
sheets shall be used for doors and front covers. Front doors shall be hinged
type with quarter turn fasteners and bus bars and cable alleys covers shall
be bolted type. Each wardrobe type cubicle shall house 8 to 9 feeders or as
per design requirement of shipping lengths.

Switch Board shall be extensible at both the ends by addition of vertical


sections. Ends of the bus bars shall be suitably drilled for this purpose.
Panels at extreme ends shall have openings, which shall be covered with
plates screwed to the panel. The switchboard shall be provided with integral
base frame. The cable gland plate shall be 2.5 mm thick.

The switchboard shall be totally enclosed, dust, weather and vermin proof
and shall conform to degree of protection not less than IP 42 as per IS 2147.
Gaskets of durable material shall be provided all round the perimeter of
adjacent panel, panel and base frame, removable covers, doors and other
openings.

All hardware shall be corrosion resistant. All joints and connections shall be
made by galvanized zinc passivated or cadmium plated high tensile strength
steel bolts & nuts. Spring washers shall be provided to secure against
loosening.

The switchboard shall be non-draw out wardrobe type design except for the
individual ACB cubicles used, if any, for incoming, outgoing and bus
coupler. Each wardrobe shall contain 8 to 9 feeder components as per
design. The IMCC shall be suitable for indoor installation. Suitable cable &
bus bar alleys shall be provided if required. All components of the
switchboard shall generally be approachable from front. However, IMCC can
be in double front execution also if specifically asked for. The maximum and
minimum operating handle/push button height of any feeder shall not be
more than 1900 mm or less than 300 mm with reference to panel bottom.
Supporting arrangement and saddles for dressing of power and control
cables shall be provided. Maximum shipping length of MCC shall be as per
the IEC design. IMCC shall be extendable both sides. Space heaters with
toggle switches, fuses and thermostat shall be provided in each cable alley.

The maximum height of the panel shall generally be restricted to 2300 mm


and maximum length of a shipping section shall be 2500 mm. Each shipping

BANAS DAIRY VI-58 BIDDER


section shall be provided with suitable lifting hooks. These hooks when
removed shall not leave any opening in the board. Supporting arrangement
for dressing of power and control cables in cable alleys also shall be
provided.

Minimum depth of cubicle for installing ACB shall be 1000 mm.


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

Internal arc features: The switchboard should be designed to minimize the


risks of occurrence of internal arc and whenever such an arc occurs it
should prevent its effect on operators and material/equipment surrounding
the switchboard. The short-circuit withstand capacity of the panel with
busbar and supports shall be minimum 50 KA/1 sec.

Painting

All metal surfaces shall be thoroughly cleaned and degreased to remove all
scales, rust, grease and dirt. Fabricated structures shall be pickled and
treated to remove any trace of acid. The under-surface shall be prepared by
applying a coat of phosphate paint and a coat of yellow zinc chromate
primer. The under surface shall be made free from all imperfections before
undertaking the final coat.
After preparation of the under surfaces, the panel shall be spray painted
with final two coats of approved shade of powder coating (RAL 7032 Siemens
grey). Thickness of powder coating shall not be less than 60 microns.

The finished panels shall be dried in stoving ovens in dust free atmosphere.
Panel finish shall be free from imperfections like pin holes, orange peels,
run-off paint, etc.

All unpainted steel parts shall be cadmium plated or suitably treated to


prevent rust, corrosion, etc.

Nameplates:

Apart from panel nameplate highlighting the operating voltage, the


nameplates for all incoming & outgoing feeders shall be provided on
doors of each compartment. Nameplates shall be fixed by screws only
and not by adhesives. Engraved nameplates shall preferably be of 3-ply
(Black-White-Black) acrylic sheets or anodized aluminum. Special
danger plates shall be provided as per requirement. Lettering size shall
be 5mm or 15 mm as directed.

Inside the panels, stickers should be provided for all components giving
identification no. As per detailed wiring diagram.

Cooling Fan & filter assembly, lighting of panels, heater:

BANAS DAIRY VI-59 BIDDER


Each section of the panel shall be provided with a set of cooling fan, filter
assembly and 2’ long T5 tube light fitting operating through a SP MCB and
door limit switch.

Each section of the panel shall also be provided with heating plate and a
suitable thermostat.

Bus bar Sizing Connection and Supports:

The bus bars shall be made from high purity & high conductivity copper.
The bus bars and supports shall be capable of withstanding the rated and
short circuit current stated in the single line diagram/feeder details.
Minimum size of power (phase) bus bars shall not be less than 200 Amps
rating. Maximum current density permissible for Copper Bus Bars shall be
1.2. A suitable section aluminum earthing bus bar shall be provided in the
panel at bottom throughout the length of the panel. Minimum cross section
of Al earth bus shall be 300 sq.mm. Provision shall be made to connect the
earthing bus bar to the plant earthing grid at two ends. All doors shall be
earthed using flexible copper connections to the fixed frame of the
switchboard. The busbars shall be tinned to protect against oxidation.

The bus bars shall be provided with heat shrinkable PVC insulating sleeves
of 1100 V grade. Red, yellow and blue colour shall be used for phase bus
bars and black colour shall be used for neutral bus bars. The sleeves should
be non-inflammable and self-extinguishing type. All joints in main horizontal
bus bars and all tap-off connections from the main horizontal bus bars shall
be suitably shrouded. Supports for bus bars shall be made of suitable size
non-hygroscopic and non-inflammable epoxy compound SMC / DMC blocks
and these should be adequate in number so as to avoid any sag in the bus
bars.

Minimum clearance between bus bars phase to phase shall be 25 mm and


that between phases to neutral / earth shall be 20 mm.

Power Connection:

For power interconnection within the panel board:

Copper conductor PVC insulated cables of adequate cross section shall be


used. However, for current rating above 100 Amps, Copper bus bar strips of
adequate rating shall be used. Minimum size of copper conductor to be used
shall not be less than as specified below.

(a) Minimum size of Steel braided Copper Conductor power / Control


cable ( Lapp/ Concab make ) shall be 1.5 Sq.mm.
(b) Size of Instrument signal cable Steel braided screened flexible Copper
Conductor shall be 1/0.75 Sq mm

BANAS DAIRY VI-60 BIDDER


Cable lugs / sockets of suitable size and type shall be used for all
interconnections and cable terminations.

For incoming feeders of the MCC, aluminium conductor cable will be used
and hence the panel is to be designed for receiving these and wherever
required cable boxes with bus bar extensions for receiving more no. of
cables, shall be provided in panel by Supplier.

For all outgoing motor feeders, the suitable size terminal blocks shall be
provided in cable alleys and wiring up to these from contactors shall be done
by panel Supplier. These terminal blocks shall be heavy-duty type to
withstand high starting currents. The cable entry shall be either from top or
bottom as specified in feeder details. Removable gland plates of minimum12
gauge thickness shall be provided on top/ bottom of panel (as required), for
cable entries. The cable alleys shall also be totally isolated from switchgears
by suitable partition plates.

To prevent accidental contacts, all junctions of interconnecting cables and


bus bars also shall be shrouded suitably using coloured PVC insulation
tape.

Standard colour code of red, yellow and blue for phases and black for
Neutral to be followed for all bus bars/conductors.

Auxiliary wiring and terminals:

Wiring for all controls, protection, metering, signaling etc. inside the
switchboard shall be done with 1100 V gray colour PVC insulated FR copper
conductors. Minimum size of these conductors shall not be less than 1.5
mm2. However, CT circuit wiring shall be done with 2.5 mm2. Control wiring
to components fixed on doors shall be flexible type.

10% spare terminals shall always be available in each terminal block.


Control wiring up to these terminal blocks shall be done by Supplier.

15% spare feeders of various ratings completely prewired shall be supplied


in each of the IMCC

All conductors should be terminated using compression type cable sockets /


lugs at both the ends.

Each control wiring termination shall be identified at both the ends by PVC
ferrules. The identification termination numbers should match with those on
drawings. Suitable size SP MCB shall be used for tapping power for control
circuit wiring.

For all motor starter feeders, provision for control wiring to remote ON/OFF
control is to be made. The auxiliary wiring for the same shall be brought up
to terminal block in the feeder's cubicle

BANAS DAIRY VI-61 BIDDER


Switchgears:

Air Circuit Breakers (ACBs):

These shall be (4 pole MDO ACB), fully draw out type with built-in
microprocessor based programmable protection, and suitable for 415 V, 50
Hz supply. Microprocessor based programmable protection unit shall have
settings for overload, short circuit, instantaneous and earth fault currents
with time delay and LED indicators to show various conditions such as
power ON, overload, short-circuit, instantaneous earth fault, percentage
load, self-diagnostic test etc.

Mechanical spring charging mechanism stored energy type shall be provided


with mechanical indicators to show 'Open', 'Closed', 'Service' & ‘Test’
positions. The circuit breaker shall be provided with mechanically operated
emergency tripping device. This device shall be available on the front of the
panel.

The control supply shall be 240 V AC. 6 NO + 6 NC auxiliary contacts shall


be provided.

The interlocks shall be as under:

It shall not be possible to plug in a closed circuit breaker or to draw out a


circuit breaker in closed position. It shall not be possible to operate a circuit
breaker unless it is in fully plugged-in, test or fully isolated position. In test
position, the breaker shall be tested without energizing the power circuit.
The ACB feeder cubical door cannot be opened when ACB is "ON". However,
it shall be possible to defeat this interlock for inspection purpose. Closing
and trip coils shall work under the following voltage variation conditions:

Closing coils - 85 % to 110 % of rated voltage


Trip coils - 50 % to 130 % of rated voltage

For series tripping, overload, short circuit and under voltage/shunt trip
release shall be provided.

Built-in relays for overload, short circuit, instantaneous and earth fault
protection shall be provided for incoming feeders’ ACB. Suitable port like RS
485 shall be available in ACB for transferring/ communicating data
pertaining to operation parameters, to main PLC/ DCS system.

Current rating, short circuit current, protection relays etc. shall be as


specified in feeder details.

Moulded Case Circuit Breakers (MCCB)

BANAS DAIRY VI-62 BIDDER


MCCBs shall always be provided with separate rotary operating handle
mechanism with door interlocking. The MCCBs shall be of three / four pole
construction (as required in the feeder details) arranged for simultaneous
three / four pole manual closing or opening and automatic instantaneous
tripping on short circuits. MCCBs shall be provided with adjustable type
tripping device with inverse time characteristics for over load protection.

Closing mechanism shall be quick make, quick break & trip free type.
Operating handle shall give a clear `ON', `OFF' & `TRIP' indications. Control
voltage for MCCB shall be 240 volts. The MCCBs shall be rated for
continuous maximum duty as specified. The rating of the MCCBs shall be as
per the feeder details.
Minimum rated breaking capacities shall be as under:

MCCBs upto 200 Amps 35 KA


MCCBs above 200 Amps 50 KA

Note: All feeders having 3 pole MCCB shall be provided with neutral link
complete with isolating link. However, the MCCBs for incoming and non-
motor outgoing feeders shall be of 4 pole construction, unless stated
otherwise.

Motor Protection Circuit Breaker (MPCB):

All motors below 40 HP shall be protected by Motor Protection Circuit


Breakers (MPCB) having suitable rating thermal overload relays. These shall
be used along with contactors as specified in feeder details.

The MPCB will have motor protection tripping characteristics, current


limiting and shall have low let through energy. It shall have bi-metallic
overload protection and electromagnetic release for short circuit protection.
MPCB shall have inbuilt single phase protection and adjustable overload
settings.

In the MPCB, it shall be possible to have accessories like auxiliary contacts,


trip alarm contacts, shunt release, as required for motor control and
protection. The breaking capacity of MPCB shall not be less than 50 KA.

Switch Disconnector fuse units

The load break switches shall be heavy duty, air break type suitable for
continuous maximum rating with manual quick make / break mechanism.
These shall have positive isolation with positive indication of contact
separation. They shall have high short circuit making and withstanding
capacities. Breaking capacity shall correspond to AC 23A utilization
category. Mechanical interlock shall be provided to prevent opening of door
in switch 'closed' position and prevent closing of switch in door 'open'
position. However, it should be possible to defeat this arrangement for
testing purpose. Live terminals of the switch shall be shrouded.

BANAS DAIRY VI-63 BIDDER


Fuses

These shall be non-deteriorating HRC cartridge link type with operation


indicator which will be visible without removing fuses for the service. These
shall be complete with moulded phenolic fuse base and cover. The fuse base
shall be so located in the modules to permit insertion of fuse pullers and
removal of fuse links without any problem. One set of fuse pullers to cover
entire range of fuses used in the panel shall also be provided.

Contactor

The rating of the power contactors shall be as required depending upon the
feeder rating indicated in the specifications and as per the feeder details
table provided in this specification below. Contactors coils shall be suitable
for 240 volts, 50 Hz. unless otherwise specified. All contactors shall be
supplied with minimum 2 NO + 2 NC auxiliary contacts. Additional contacts
if required for interlocking etc. shall also be provided. Minimum contactor
rating for power shall be 9 Amp. All the three contactors of Star Delta Starter
shall be of same rating. Rating of contactors shall be based on feeder rating.

All contactors of motor starters shall be suitable for AC 3 duty unless


specified otherwise.

Protective Devices:

Intelligent Motor protection relays are required for DOL, Star- Delta and
softstarter feeders instead of bimetallic overload relay or other special relays
for incoming & outgoing feeder. These shall be fixed on DIN rails or on
mounting boards.

The Supplier must have a local representative office with qualified support
staff to provide training, technical support and service.

The IMPR should provide the communication ports for the connection to the
communication network. It should be easily integrated into the
communication architecture with remote information access.

It shall be an open communications system, which means that it shall be


directly connected to the main industrial network protocols, listed below:

- ModBus SL
- ModBus / Ethernet
- Profibus DP
- DeviceNet

The IMPR should embed the relevant network protocol in built-in (native)
mode.

BANAS DAIRY VI-64 BIDDER


The IMPR Supplier should provide user-friendly software running in a
Windows environment to ease the IMPR on-relay configuration. The software
should have menus and icons for easy access to the data required, guided
navigation to go through all the data of the same function in one screen and
with a file management system.

Timers:

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

Push Buttons (PBs):

Push buttons shall be complete with actuator and contact block and shall be
generally mounted on doors of the cubicles. Colours shall be as follow:

Stop/ open/ emergency - Red


Start/ close - Green

It should have minimum 1 NO + 1 NC contacts. Push buttons shall conform


to IP - 65 protections against dust and water ingress.

Indication Lamps:

All outgoing & incoming feeders shall be provided with ‘ON’ indication lamps.
Colours shall be as under :

Phases : Red, Yellow & Blue


ON : Red
OFF : Green
TRIPPED : Yellow

Indicating lamps shall be of LED (cluster of high intensity light emitting


diodes) type, suitable for 240 V AC supply. These shall be provided with
translucent covers of red, green and amber colours as required. These lamps
shall be of minimum 22.5 mm dia. Indication laps to be provided for all
feeders.

Current Transformers (CTs):

CTs shall be cast resin insulated type. Primary and secondary terminals
shall be marked indelibly. CTs shall preferably be mounted on stationery
parts. These shall be capable of withstanding momentary short circuit and
symmetrical short circuit current for 1 second and shall have a minimum
rating of 10 VA. Neutral side of CTs shall be earthed.

Protection CTs shall be of low reactance, accuracy class "5P" and an


accuracy limit factor greater than "10". Instrument CTs shall be of accuracy

BANAS DAIRY VI-65 BIDDER


class “1.0" and accuracy limit factor less than "5.0".
Separate CT's to be provided for protection and metering purpose.

Measuring Instruments:

These shall be of square pattern having approximate dimensions 96 mm X


96 mm, flush mounting type. Necessary auxiliary instruments like CTs etc.
are also included in the scope of supply.

All AC meters shall be of Digital type for displaying three phases


reading. Suitable selector switch shall be provided if the digital meter
does not have provision for simultaneous display of three phase
readings.

Voltmeter shall be suitable for direct line connection. Voltmeters shall be


connected through MCBs only.

Intelligent Panel Meter shall be provided with incoming feeder of the


IMCC for the measurement and digital display of Multifunctional
Electrical Parameters such as voltage, current, active power, reactive
power, frequency, power factor, active energy, reactive energy, etc.
Data port will be provided to communicate all these parameters to Main
PLC Panel through suitable data bus/ signal communication cable
which shall be further transferred to central MIS system.

All motor feeders of 15 HP and above shall be provided with ammeter.


Ammeter shall also be provided for all incoming & outgoing ACB / MCCB /
switches of rating 100 A & above.
Ammeters shall always be CT operated.

Special Requirements:

Feeder details for incoming and outgoing for this project as per battery limit
to be worked out by the Supplier as per the design requirements of the
plant. All motor feeders shall have soft starters and VFD wherever specified
and required as per the process requirements. Variable Frequency Drive
(VFD) Unit will be provided for a motor feeder irrespective of its rating, only if
specifically mentioned by the Purchaser. Suitable Line Chokes AT THE
INPUTand output of the VFD shall be provided in VFD feeders.

Each motor feeder shall consist of an MPCB/ MCCB, an IMPR (Intelligent


Motor Protection relay or intelligent controller), auxiliary relay, start & stop
pushbuttons, ON/OFF/TRIP indicating lamps and SPMCB for control circuit
protection. All the motorized feeders shall have communication capable
IMPR which shall be communicating to the plant PLC/DCS through bus .

Separate 24 V DC power source for controlled power supply shall be of


suitable rating from UPS to be provided and logically distributed.

BANAS DAIRY VI-66 BIDDER


The following selection table shall be followed for switches & contactors of
motor feeders unless otherwise specified :

Sr. 415 V HP MCCB MPCB rating A Type of starter


No. rating A
1 Up to 7.5 - As per the Soft starter
HP requirement
2 10 HP - 16 -Do-
3 12.5 to 15 HP - 25 - Do -
4 20 to 25 HP - 40 - Do -
5 30 to 35 HP - 50 - Do -
6 40 HP 63 - - Do –
7 45 HP 100 - - Do –
8 50 to 60 HP 125 - - Do -
9 65 to 70 HP 200 - - Do -
10 75 to 90 HP 200 - - Do -
11 100 to 125 250 - - Do -
HP
12 150 to 180 400 - - Do -
HP
13 200 to 250 HP 400 - - Do -
14 275 to 400 HP 630 - - Do -

VFDs shall be provided for the motors where ever mentioned in the detailed
technical specifications.

For incoming feeder of rating up to 630 A, 4 pole MCCB & for rating higher
than 630 A, 4 pole ACB shall be provided unless otherwise stated in the
feeder details.

MCCB, 4 pole shall be provided (unless stated otherwise) for outgoing


feeders of rating 63 Amps and above and preferably these shall be located at
the lower portion of the panel. These feeders shall have isolating link for
neutral in case 3 pole MCCBs are to be supplied as per the requirement
given in feeder details.

Electrical interlocking shall be provided between various feeders as required


by the process and specified in feeder details. Interlocking will also be
provided in software programme of Main PLC Panel.

ON/OFF operation of all motor feeders shall be possible in both Auto mode
(PLC signal operation) as well as Manual mode (Push Buttons) from MCC
through A/M selector switch. Indication for ON/OFF/TRIP for all motor
feeders shall be provided.

Each incoming feeder shall have independent instrumentation, protection

BANAS DAIRY VI-67 BIDDER


relays, APFC relays etc.

Provision shall be made to communicate operational parameters / data from


all incoming/outgoing feeders to main PLC/ DCS Panel through suitable
data bus/ signal communication cable. Operation parameters of motor
feeders like ON/OFF status, actual current, trip status etc. shall be
communicated.

Supplier has to submit GA, control & power circuit drawing for approval to
purchaser before starting manufacturing of MCC.

All the major components of an MCC shall be of approved make.

Feeder details for incoming and outgoing for this project, as per battery limit
and as per the design requirements of the plant, to be worked out by the
Supplier.

Wherever desired distributed I/O’s with Communication adaptors or linking


devices shall be installed in each shipping split or shipping section and
factory wired to each starter unit. MCC shall be connected to remote
controller/SCADA via one network of high bandwidth. Network connection
from remote controller wherever required is to be made to the
communication adaptor/linking devices installed in each shipping unit.
However in general it is preferred that all the intelligent relays on Soft
Starters and VFD provided in the panels for electrical equipment shall be
interfaced to the Central PLC through open protocol communication cable
(open networks) for control action and data acquisition/diagnostic
information directly at device level. The VFD shall be dynamically controlled
from the PLC depending on the program and feedback system from field.
These VFD shall have communication port. The routing of network cables in
IMCCs may be through horizontal and vertical wire ways. However more
optimized approaches such as use of Trunk lines and drop lines isolated
behind barriers or Independent, easy-connect ports on drop lines - are
preferred. These configurations would provide independent, readily
accessible ports to simplify installing, withdrawing, relocating and adding
plug-in units. The configuration is preferable to daisy-chain architecture, in
which moving or adding an MCC unit requires interrupting the chain and
disabling downstream units. The open networks shall be such as Ethernet,
Modbus, DeviceNet and PROFIBUS.

The specifications of the intelligent motor control relay (Intelligent


motor management relay) shall be as given below:

A. General

The motor management device should confirm to IEC 60947-4-1, 60947-5-5


& 60947-8 for overload and thermistor protections. The device should be
suitable for operation at ambient temperature up to 60 Deg C. The

BANAS DAIRY VI-68 BIDDER


components in the main circuit should have rated operation voltage of up to
690V.

The device should offer comprehensive motor management functions


including Protection, Monitoring, Control and Diagnostics functions as
detailed subsequently in this specification

B. Construction

The motor management & control device should be of the latest technology
available. The device should be compact and preferably modular in
construction The device should have integrated communication port for
direct link to higher level, with open protocol bus system.

The protection system should be independent/autonomous of the


automation system. i.e. Motor protection & control should continue to be
available for operation in the event of a communication or automation
system failure.

The device should have a control voltage of either 24V DC or a wide band
control voltage from 110 to 240 V AC/DC, as applicable.

The basic unit shall have the following minimum status display
• Device Readiness
• Status of control supply
• Feeder fault indication
• Status of communication with PLC

The device shall have facility to test/reset as standard. It shall be possible to


select between manual reset (at the device) or remote reset (through
PLC/SCADA from control room)

C. Functional Requirements

Protection Functions

The device shall incorporate the following protection function as standard

• Overload protection with trip adjustment The device should have an


in-built thermal motor protection ( Thermister )
• It shall be possible to adjust the reset time after an overload
• Provision for connecting thermistor inputs
• Phase failure protection
• Unbalance protection with adjustable time delay
• Stall protection with adjustable time delay

Monitoring Functions

BANAS DAIRY VI-69 BIDDER


The device shall incorporate the following monitoring function as standard

• Over current monitoring with adjustable time delay


• Under current monitoring with adjustable time delay
• Earth fault Monitoring with adjustable time delay

When threshold value of above settings exceed, it shall be possible to set the
type of response (Warning, Tripping, Signaling and Disable)

• Motor Operating Hours monitoring


• Motor Stop time monitoring
• No. of starts monitoring

When threshold value of above protection setting exceeds, it shall be possible


to set the type of response (Warning, Signaling and Disable)

Additionally, the following monitoring functions shall be possible as an


option and should be provided for feeders wherever specifically asked for.

• Under voltage monitoring


• Power factor monitoring
• Active Power Monitoring
• Phase sequence monitoring
• Temperature monitoring via PT100 / PT 1000, NTC, KTY 83/84 inputs
• Recording the curves of measured values like current, voltage, power
• Monitoring of Analog values using Analog I/O modules

Control Functions

In order to minimize the wiring & interlocks, the device shall have built-in
software logics to achieve the various control functions

Standard function blocks

• The Intelligent Motor Control and Protection Device shall have


standard control function control blocks.

Diagnostics, Service & Operating Functions

The motor management system shall make available the following


diagnostics, service and operating data on the bus system for further
processing by the higher level control system. (e.g. PLC/SCADA)

Operating data

The following shall be available at the PLC as part of the cyclic send data

BANAS DAIRY VI-70 BIDDER


• Motor switching state (ON,OFF, Direction of rotation, Right, Slow fast
etc.)
• Current (maximum of the 3 phases)

The “cyclic send data” should consist of a minimum of 16 bits for


communicating status of various aspects of the feeder like current limit
exceeded, motor operating hours exceeded etc.

Diagnostic & Service data

The device should be capable of signaling/warning in case of overload of


115% of set current.
It should be possible to set “warning” or “trip” as response for current limits
exceed, unbalance in current, earth fault, operating hours exceeded. It
should be possible to read from the device the value of last trip current.

In case of a device fault or a trip, the device shall send the diagnostic data to
the PLC for the user to analyse. The diagnostic information should consist of
status information on fault type, status information on limits exceeded,
Status information on warnings, device healthiness, bus fault, cooling down
period (in case of overload fault), no. of starts, motor operating hours.

Event log with a capacity to record last 20 events, shall be accessible


whenever required.

Measured Values:

The device shall by default transmit the current value (maximum of the 3
phases).

However, it shall be possible to access from the PLC other related


parameters like percentage of unbalance, power factor, current in the 3
phases, last trip current, time to trip (for a feeder undergoing overload),
cooling down period (after an overload trip), active power, apparent power.

Optionally where power/voltage monitoring is specified the following


additional data should be available

• Voltage in the three phases (Line-to-Line) in Volts


• Consumed energy in kWh
• Active Power in Watts
• Apparent power in VA
• Phase voltages in V
• Power factor
• Phase sequence

Configuring & Communication

BANAS DAIRY VI-71 BIDDER


The Supplier shall offer standard software for configuring the device. It shall
be possible to configure a device either individually or over a communication
network. For this purpose, provision for connecting a laptop should be
available at the motor management device.

The device shall have integrated communication facility to communicate


directly on a bus system without any additional components.

The device shall be able to transmit cyclic as well as acyclic data to higher-
level automation. It shall be possible to define each bit in the cyclic and
acyclic data sent to the PLC. The data defined as cyclic shall be fetched by
master PLC in a sequential manner. i.e. one slave after other. The critical
events like tripping of device or alarm shall be sent to master PLC on priority
basis (acyclic transfer) irrespective of the slave sequence.

In order to achieve minimum response time, the device shall be capable of


transmitting data at a speed of 12Mbps, suitable for operation with high-
speed bus systems.

The following selection table shall be followed for earthing of electrical loads:
All earthing shall be made with two runs.

• Control switches/glands - Copper wire 14 SWG


• Motor/isolators up to 40 HP - copper wire upto cable tray & GI strip of
required size in cable tray upto earth pit.
• Motor above 50 HP up to 125 HP – GI strip of 40x3 mm.
• Switch board /motor control center - GI Strip 50 x 6 mm
• Earthing main in trenches - GI Strip 50 x 6 mm
• Nos of Earth pits shall be as per the system requirements.

26.2 POWER AND CONTROL CABLES


Quantity : 1 LOT

1.0 LT POWER CABLES

Power cables for use on 415 V system shall be of 1100 volt grade,
Aluminium conductor XLPE insulated from PCC to individual IMCCs.

Power cables from IMCCs to individual motor shall be multistrand flexible


insulated armoured/shielded copper cable (LAPP/CONCAB/ESBEE)

The size of copper cable shall be as specified in cable selection chart.

2.0 LT CONTROL CABLES

BANAS DAIRY VI-72 BIDDER


Control cables for use on 415 V system shall be of 1100 volts grade, copper
conductor, PVC insulated, PVC sheathed armoured and overall PVC seathed,
strictly as per IS: 1554 (Part I) - 1976. The minimum conductor diameter
shall be 1.5 sq.mm.

GENERAL:

Provide and install all cabling and accessories including but not limited to
conduit, cable trays, glands and lugs for termination at ends, circuit
markers and insulating materials.

Power cables of adequate capacity from main LT panel in substation to the


refrigeration IMCC shall be supplied and laid by the Refrigeration contractor.
The termination of these power cables at the refrigeration IMCC is also
included in the scope of this bid.

The bidder shall provide power cables of suitable rating and no. of runs from
PCC in new electric substation to Refrigeration IMCC. These cables would be
laid in trench/underground/pipe-bridge. The maximum size of armoured
aluminium power cable between PCC to IMCC shall not exceed 3½ x 300
mm2. The bidder shall accordingly provide suitable runs of cables and
terminate them at both ends with suitable lugs and glands.

All armoured cables between feeders in IMCC & plug-socket/isolator


junction boxes near motors shall be of copper conductor. Connection
from plug & socket/isolator junction boxes to motor junction boxes shall be
with PVC insulated flexible copper cable in flexible SS conduit.

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

Minimum size of Steel braided ( LAPP/Concab make ) Copper


conductor Cable ( up to 50 sq.m.) or copper armoured cable (above
50 sq.mm.) for various rating of motors (To be laid between MCC &
motors)
Motor Full Load Type of Starter Power cable rating
rating HP Current (At Ambient Temp. of 450
(Amp.) C)
0.5 1 Soft starter 4 C x 1.5 sq. mm
0.75 1.3 Soft starter 4 C x 1.5 sq. mm
1 1.9 Soft starter 4 C x 1.5 sq. mm
1.5 2.6 Soft starter 4 C x 1.5 sq. mm
2 3.7 Soft starter 4 C x 1.5 sq. mm
3 4.8 Soft starter 4 C x 1.5 sq. mm
4 5.2 Soft starter 4 C x 1.5 sq. mm
5 7.8 Soft starter 4 C x 1.5 sq. mm

BANAS DAIRY VI-73 BIDDER


7.5 11.2 Soft starter 4 C x 2.5 sq. mm
10 16 Soft starter 4 C x 2.5 sq. mm
12.5 19 Soft starter 2 X 4 C x 4 sq. mm
15 20.8 Soft starter 2 X 4 C x 4 sq. mm
20 28 Soft starter 4 C x 6 sq. mm
25 34 Soft starter 4 C x 10 sq. mm
30 40 Soft starter 4 C x 10 sq. mm
40 53 Soft starter 4 C x 16 sq. mm
50 65 Soft starter 4 C x 25 sq. mm
60 78 Soft starter 4 C x 35 sq. mm
75 96 Soft starter 4 C x 50 sq. mm
100 131 Soft starter 4 C x 70 sq. mm
125 156 Soft starter 4 C x 120 sq. mm
150 189 Soft starter 4 C x 150 sq. mm
180 227 Soft starter 4 C x 185 sq. mm
215 271 Soft starter 4 C x 240 sq. mm
250 325 Soft starter 4 C x 300 sq. mm
275 360 Soft starter 4 C x 185 sq. mm- 2 runs
300 390 Soft starter 4 C x 185 sq. mm - 2 runs
335 400 Soft starter 4 C x 240 sq. mm - 2 runs
375 N.A Soft starter 4 C x 300 sq. mm - 2 runs

Note: Cables indicated above in the table shall be XLPE insulated


armoured copper conductor cable. Main incoming cable from PCC
to MCC of Refrigeration plant shall be XLPE insulated armoured
Aluminum conductor cable.

Note: Suitable derating factor of cables as per manufacturer's guidelines to


be applied where more than one cables feeding to various motors/drives are
to be laid in parallel.

Plant room: Motors and other connected items in the plant room shall be
cabled in floor trenches, which will be constructed by the building
contractor to an approved drawing. Refer Special Conditions of Contract
–Electrical installation (IV-IV)

Refrigerant liquid control solenoids and controls shall be surface cabled


(insulated & sheathed) in G.I. screwed conduit (as the case may be).

Outdoor equipment: Cables to condenser water pumps, cooling water


pumps, cooling towers, etc shall be in cable trays, generally following
pipe routes, and then in underground conduits/trenches, as suitable for
site conditions.

BANAS DAIRY VI-74 BIDDER


Cold room evaporators connection: Control panels to room evaporators
are supplied from the refrigeration plant room control panel. Cabling shall
be by:

 In the plant room - overhead trays, following pipe routes.


 On the pipe gantry connecting the buildings trays
 Within the production block - in GI trays, GI screwed conduit as
appropriate.

Cool rooms: Within the rooms cable shall be insulated and sheathed. These
cables shall not be enclosed in conduit. Entry to cold room shall be
through sleeves, thermal bridging and air infiltration shall be prevented.

Earthing: The main system earth will be installed by the Supplier. An earth
conductor from this will be provided to the plant room control panel location.
Each item of equipment required to be earthed shall have two separate earth
connections.

The following selection table shall be followed for earthing of electrical loads:

 Control switches/glands and Motor up to 10 HP : PVC insulated Copper


conductor wire 4 mm2
 Motor above 10 HP up to 125 HP : GI strip 25 x 3 mm
 Motor above 125 HP : GI strip 25 x 6 mm
 Switch board /MCC/Earthing main in trenches : GI Strip 40 x 6 mm
 Cable trays - GI strip 25 x 3 mm

Signal cables: Control and metering cabling to as per the requirement is


included in the contract. These cables shall be segregated from the power
cables and routed in GI conduits. End terminations shall be with suitable
water tight cable glands.

Fan coil unit/ Air-conditioning unit: Control panels to room


evaporators are supplied from the refrigeration plant room control.
Cabling shall be by:
 In the plant room - overhead trays, following pipe routes.
 On the pipe gantry connecting the buildings - trays.
 Within the production block - trays or GI screwed conduit as appropriate.

Statutory Requirements:

Provide and fix cable route markers, danger plates, shock charts, and
supply all items and perform all services necessary to meet the
requirements of the Electricity Authority. Necessary statutory approvals
shall be obtained by the contractor.

Testing and Commissioning:

BANAS DAIRY VI-75 BIDDER


Test the electrical installation, as provided in Special Conditions of
Contract –Electrical installation (IV-IV) and to the requirements of the
Electricity Authority.

This work shall be carried out in advance of mechanical testing and


commissioning, sections 22 and 23, and in co-operation with other
contractors.

Adjust the settings of motor overload protection devices, including those


in switchboards.

26.3 ELECTRICAL ACCESSORIES- CABLES TRAYS /CONDUITS WITH


SUPPORT STRUCTURE, EARTHING WITH ALL REQUIRED
ACCESSORIES ETC.

Quantity : 1 LOT

1.0 MOTOR ISOLATORS/EMERGENCY PBS (SS-304)

1.1 These isolators shall be installed inside the main plant or outside as per the
site conditions for isolating the power to the motor. This shall be of metal
clad plug & socket ( IP 65 protection ) type of isolator

1.2 General requirement:

1.2.1 The plug & socket/isolator box should be of SS-304 plate, dust, vermin and
weather proof suitable for wall/structural mounting. All external hardware
used must also be of stainless steel. All the mating surface should be
provided with round rubber gasket (min 6 mm) in the groove so as to
make it effectively dust and vermin proof.

1.2.2 The enclosure box should be of IP 65 class and the minimum size must be
210 x 125 x 75 mm. Each plug & socket/isolator must be provided with
emergency push button. One no. hole of required dia. at the bottom for the
cable entry must be provided. Connection to motor shall be through flexible
copper cable. 30 amps 6 way terminal block is to be provided inside the
isolators. All wires / cables must be terminated using suitable crimping
type tinned copper lugs. Two nos. brass screws with washers must be
provided on either side of box for earthing.

2.0 CABLE TRAYS

BANAS DAIRY VI-76 BIDDER


2.1 Functional requirement: Cable trays are used (based on the site condition)
for laying the power and control cables inside the plant from PCC to the
MCC & MCC to all motors/sub panels and wherever required.

2.2 Fabrication: These shall be perforated type, heavy duty, return flange or
inward bend shape, manufactured from mild steel conforming to IS-226 and
hot dip galvanised as per IS-2629/BS-729. Width of cable tray shall be as
per the requirement. Height to be minimum 50 mm and thickness of plate to
be 1.5 mm up to 300 mm cable tray width. For cable trays having width
more than 300 mm, height to be 75mm and thickness of plate to be 2.0
mm. Cable trays to be supplied to site in standard lengths of 2.5 M.
Necessary accessories of cable trays such as coupler side plates for joining
cable trays, bends, riser, inside riser, tee etc. must also be factory
fabricated. Plain cable tray covers 1.5 mm thick to be supplied if specially
required. Sample of cable tray to be got approved from NDDB before supply.
Cable tray for automation network/instrument/signal cables shall be
separate from power & control cables. SS cage type cable trays shall be
provided in the production areas (particularly for cold rooms) for laying
of power cables for various AHUs. Vertical drop out also shall be ladder
type SS cable tray.

2.3 The detailed specifications for various electrical items are provided in the
Special conditions of contract- Electrical installation.

3.0 CABLE GLANDS

3.1 These shall be provided at both ends of armoured/ unarmored electrical


cables. Cable glands shall be manufactured as per performance
requirements of BS6121, amended as on date, with brass material
accurately machined and nickel-plated. These shall be of heavy duty single
compression type for cable conductor sizes above 35 Sq.mm and weather
proof double compression type for cable conductor sizes up to 35 Sq.mm.
Single compression cable glands will be complete with check nut, gland
body, 3 nos. metal washers, outer seal rubber ring and compression nut.
Double compression glands shall be complete with check nut, gland body,
neoprene outer ring, armour clamping cone, armour clamping ring, armour
clamping nut, skid washer & outer seal nut.

4.0 CABLE CONNECTORS

Cable connectors, lugs/ sockets, shall be copper/ Aluminium alloy, suitably


tinned, solder less crimping type.

5.0 CABLE ROUTE MARKERS

BANAS DAIRY VI-77 BIDDER


These shall be galvanized Cast Iron plate with marking (LT/HT) diameter 150
mm with 600 mm long 25x25 mm HS angle riveted/bolted with this plate.

6.0 CABLE INDICATORS

These shall be self-sticking type and of 2 mm thick lead strap for overall
cable. PVC identification numbers, ferrule shall be used for each wire.

7.0 CONDUITS

For laying of cables under floor, GI class 'B' pipes shall be used. For laying
cable in air only cable trays shall be used. In Dairy's process area, all cable
(power/control/instrument/signal) drops shall be of SS-304 conduit/pipe,
1.6 mm thick shall be used. The open ends of power/control cables at
termination shall be protected through SS conduit. Instrument/signal
cable/wire drops upto termination point shall be through SS conduits. The
automation cables (plant/system/field bus, instrument/signal cables/wires
shall be laid in cable trays through GI conduit.

26.4 EARTHING COPPER/GI WITH EARTH PITS

Quantity : 1 LOT

Earthing for automation and instrumentation shall be of copper &


independent of power earthing. Earthing of individual motors shall be
provided with PVC insulated up to 10 sq mm flexible copper wire up to 10 HP
motors. For motor rating above 10 HP, GI earth strip of suitable cross-section
shall be provided.

GI plate earthing shall be from 600 X600 X5 mm and copper earthing shall
be from 600X600X3 mm plate.

26.5 POWER FACTOR CONTROL AND ACTIVE HORMONIC


FILTER SYSTEM

Quantity : 1 LOT

Automatic power factor control panel complete with required switch gears,
capacitor banks etc as per the plant requirements to improve the powder
factor up to 0.99 lag shall be provided. The complete operation of the APFC
shall be automatic. However, it shall also be possible to switch ON/OFF the
capacitor banks through push buttons manually. Ammeters shall be
provided for each capacitor bank.

BANAS DAIRY VI-78 BIDDER


Multifunction active harmonic filters with TRUE harmonic solution shall be
provided. That shall provide 3 phase harmonic current compensation. It
must be equipped with user friendly control panel.

The rating of the active harmonic filter shall be decided after detailed
analysis of the power when the plant is operated at full capacity.

As per general description given in basis of design. Details of proposed


system to be finalized during detail engineering as per tender & functional
requirement.

25.0 AUTOMATION AND INSTRUMENTATION

The scope covers design, project engineering, control philosophy, software


development, manufacture, assembly, shop testing, packing, transportation
to site, unloading at site, storage, erection, site testing & pre-commissioning,
commissioning, initial & successful operation and performance testing of the
entire Control & Instrumentation package of the plant for safe, reliable,
consistent, optimum and efficient operations.

DESIGN OBJECTIVE

The entire Control & Automation System (C&A) shall be “A Totally Integrated
Process Control System” (DCS or equivalent high end PLC system having
standard features of DCS) with field bus technology (Profibus DP, controlnet
, Ethernet Or equivalent open protocol) for RIO stations, Main PLC & MIS
etc, designed, supplied and commissioned to enable the operator to operate
the Dairy plant in a safe, efficient and reliable manner, without exceeding
plant operational limits and ensuring the overall performance guarantee
conditions. The DCS/high end PLC system be capable of handling sequential
control logic through a graphical user interface & should be able to provide
sequential diagnostic.

The proposed Automation system should have following features and benefit
by way of :
• High degree of System availability and reliability.
• Extensive diagnostic capability to pinpoint failure areas quickly.
• Low downtime and high meantime between failures.
• System flexibility and modular up-gradation/expansion capability.(
Scalability)
• Safety of the control system (hardware & software) with related
equipment and operating personnel. The control system should be
tamper proof & immune from external un-warranted influence.
• Open connectivity using OPC (Ole for Process Control) through open
protocol for third party/system connectivity.
• Hot swappable (online replaceable) system modules
• Increased Process optimisation/ advanced energy management
schemes.

BANAS DAIRY VI-79 BIDDER


• Speed (Scan Time) of the system shall improve considerably
• The system shall have Audit trail ( Data log) facility for Min. 15 days.

Electrical Load management system IMCCs, Boiler Efficiency Monitoring


System/steam consumption, Air Generation/Consumption etc. Water
flowmeters shall be communicate with central automation system for
automatic online data transfer.

The system shall be able to offer redundancy at Power supply card. 15%
spare I/O cards shall be provided., 30 % spare Memory capacity of the
DCS/PLC Processor for expansion shall be provided.The SCADA stations
shall have 30% spare tags. high end server based PC with RAID-5 &
hard disc with hot swappable facility shall be provided for MIS server
with 30 days storage capacity having spare memory partition to provide
a high level of fault tolerance.

All communication with the I/O stations including third party shall be
digital having required overall speed. There shall not be any loss of
data/information packets during various communication processes.

The instruments shall be conventional type (with hardware signal


Input/output having necessary field diagnostic features such as open wire,
short circuit, no load & device failure). In case of 4-20 mA instruments the
connectivity should be remote I/O station based and the Instruments have
4to 20 MA HART output.

One number ES+OS and two numbers Operating stations (OS) with quad
processors, Min 3 GB DDR RAM and 500 GB Hard disk and 24’’ monitors
with all the required softwares shall be provided. All the Three Operating
stations and MIS PC shall have DVD RW/R facility for data, Backup
activity.

All the CPUs have EEPROM for backup storage.

The MIS system shall be provided with 20 % Spare tag licence and source
codes for the same shall be provided in the name of Purchaser.

The MIS shall have the facility/capability of interfacing with MES/SAP as a


different layer as an ERP package in future.

The Tentative list of MIS reports for Refrigeration plant is as per below. The
MIS reports shall be as per functional requirements.

- Utility Status Reports


- Utility Generation & Consumption reports
- Compressors & Plant Log reports
- Boiler Efficiency Reports

BANAS DAIRY VI-80 BIDDER


- Equipment Run Hours Reports
- Maintenance reports
- Equipment Fault Count reports
- Summary Reports
- Plant Functional Reports ( TR Generation & Consumption reports etc)
- Plant Performance reports

The important data and status of cold rooms shall be transferred to the
control room and displayed at the operating station.

Sensors will be checked for open and short circuit conditions. Failure of
sensor/transmitter shall be indicated by the control system through over/
under range facility & not lead to stoppage/ suspension of the corresponding
control system.

Necessary provisions shall be made available in the system to enable


exchange of important operational data to the Dairy’s MIS system in a
compatible format. This will be finalized while deciding the report formats,
MIS

SCOPE OF WORK

The scope of work shall cover design, project engineering, control


philosophy, software development, manufacture, assembly, shop testing,
packing, transportation to site, unloading at site, storage, erection, site
testing & pre-commissioning, commissioning, initial & successful operation
and performance testing of the entire control and instrumentation package
of the refrigeration plant including all necessary field instruments,
transmitters, sensors, indicators, VFDs, Soft-starters, UPS, cabling,
earthing, cabinet etc.

The supplier shall develop application software including data base


graphics, mimics, logs and report format generation etc.

The supplier shall supply necessary hardware and software for automation
as per functional requirement and control philosophy proposed.

The automation system (including Ethernet network) shall be tamper proof


and have adequate security system/safeguards (hardware/software based)
to prevent external un-warranted influence.

Refrigeration plant supplier shall be responsible to make available to LMP


supplier various data/information pertaining to Refrigeration Plant and
also the data/information received from steam raising plant in a
compatible format for further integration with Main MIS

BANAS DAIRY VI-81 BIDDER


Adequate provisions shall be made for spare inputs and outputs. Supply and
installation of all necessary sensors, indicators, cabling, etc is included in
the scope.
The supplier shall submit the detailed architecture for the automation
system proposed by him (without deviating from the basic configuration and
the functional requirement) in the bid. All hardware/software licenses &
source codes shall be transferred in the name of Purchaser.

The supplier shall provide necessary manuals and documents, including


submission of I/O List, loop diagram, logic diagram, specification / data
sheets and other necessary drawings in printed and electronic medium in
multiple sets for approval of purchaser.

The supplier shall provide necessary training for Operators, systems


engineers and maintenance engineers.

COMPUTERIZED CENTRAL CONTROL PROCESSING PANEL/UNIT: (CCPU)

Objectives:

• Distributed Control System (DCS) / high-end smart PLC (Only


Rockwell or Siemens make DCS/ High end PLC shall be provided.
Preferred model/series of both above manufacturer are:For Rockwell :
Control Logix L7X CPU with Plant Pax systemFor Siemens : PCS 7
version 8.0 )System shall be used for centralized control and
operation of the plant. The proposed CCPU shall achieve the following:

• Safer and easier plant operations /monitoring at one central place from
plant room.
• Load sharing / auto sequencing of compressor.
• Auto Sequencing/duty cycling and optimizing the operation of chilled
water pumps, condensers & pumps and ammonia pumps.
• Superior information availability through accurate reports related to
complete refrigeration plant operation, energy consumption, plant
performance, the compressor maintenance requirement and other MIS
information related to refrigeration plant as per the requirement of
purchaser.
• Higher flexibility to modify the control strategy to suit process changes
• Higher output and reduced production losses by maintaining the plant
parameters accurately at the optimum level

Functional Requirements :

The DCS/high-end PLC System & communication network offered shall have
open architecture and shall use common/related engineering tool for
operator station, automation system, communication system, engineering

BANAS DAIRY VI-82 BIDDER


system and I/O etc. Sub systems shall be integrated together with standard
& proven networks with fully optimized & standard open & secure protocols.

All the components shall use single database for DCS. In case of high-end
PLC, it may have separate database for PLC & HMI. All communications
shall be digital with very quick response for efficient operation, monitoring,
control of various systems of the plant.

Scalability: System offered shall be suitable for future expansion/up-


gradation.

The main control system shall be housed in suitable cabinets with 20%
spare capacity and suitable for expansion modules to accommodate
additional equipment at a later stage without modifications.

All the basic control functions such as analog, discrete element controls
shall be performed by the system. This includes logic, sequences, interlocks,
PID and ON/OFF control and also the acquisition and monitoring.

Comprehensive self-diagnostic features shall be provided to facilitate easy


fault location and detection of failure without individually checking each
module. On-line testing facility of control system while the unit is in
operation shall be provided with suitable indication for easy identification of
faulty module. Cut cables and faults shall initiate an operator alarm with a
hard copy log.

The process/final control element interface section shall comprise of various


signal interface cards suitable for digital communication with intelligent field
devises/third party devices, intelligent actuator/sensors and distributed
field I/O stations for connectivity with field devices having hard wired signals
including MCC feeders. The power monitoring unit for MCCs and VFD may
be directly connected with the filed run bus.

The instruments would be connected through field I/O stations in case of


conventional instruments/control valves. The communication with field
devices (including third party)/instruments shall be digital/deterministic &
suitable for configuration from control room. All connections with third
party/instruments should be parallel & in case of failure of one unit, the
other should not be affected.

Sensors will be checked for open and short circuit conditions. Failure of
sensor/transmitter shall be indicated by the control system through over/
under range facility & not lead to stoppage/ suspension of the corresponding
control system.

Auto-Off-Manual with over-ride facility shall also be provided with a selector


switch. In auto mode, the control system shall execute entire applicable
software as per programmed interlocks and timing cycles. In manual mode,
the status of various control devices such as motors, valves, etc. can be

BANAS DAIRY VI-83 BIDDER


forced to change to ON or OFF position as desired by the Refrigeration
Plant Engineer-in-charge. However, this shall be password protected.

Necessary provisions shall be made available in the system to enable


exchange of important operational data to the Dairy’s MIS system in a
compatible format. This will be finalized while deciding the report formats,
MIS.

The CCPU (Programmable Logic Controller) shall be with real time process
control of scanned and retrievable memory of required programs and
operating systems; the storage of hours runs for compressors, pumps,
number of starts, system run time, etc. and these shall be accessible to the
operator.

The system shall cater to both the digital (on/off inter-locking) and Analog
(continuous monitoring of temperature, flow etc.) inputs and outputs. The
system shall have adequate capacity for storage of all important plant
operation and performance data over a long period (typically for month-to be
finalized during detailed engineering). Facility for transferring/writing of data
in compatible format to CD/DVD shall be provided.

The CCPU shall have all necessary logic and software required including
compressor system optimization and energy calculations. The system will
automatically calculate the Daily Refrigeration Effect (TR/day) - generated as
well as consumed and generation cost per TR. The CCPU shall incorporate
and confirm to normal industry standards to maintain accuracy of data
transmission and shall have accessories to eliminate power spikes,
fluctuations, etc. which may affect system integrity. The CCPU shall also
carryout orderly automatic start-up and shut-down in logical sequence. It
shall also have provision of desired safety, operational interlocks, etc.

The main control system shall be housed in suitable cabinets. The


computer, printer shall be table mounted in the control room. Necessary
computer furniture included in the scope of the work. All this basic control
functions such as analog, discrete element controls shall be performed by
the system. This includes logic, sequences, interlock, PID and ON/OFF
control and also the acquisition and monitoring. The role of the computer
shall be two fold. It acts as window to the processes for the operators who
shall monitor and control the plant through the displays and key board. It
also acts as a supervisor to the process by performing higher end data
processing such as report generation, historical data storage and transfer.
The printer shall be used for taking the hard copy/printouts of these
reports.

Separate multi-point digital temperature scanner, indicator cum recorder for


continuous monitoring and recording of the temperatures in each
compartments of the milk / BM / Curd cold store and curd blast room shall
be provided. Suitable spare channels shall be available for future expansion.

BANAS DAIRY VI-84 BIDDER


The CCPU shall include hardware and software to maintain an accurate
internal clock and calendar to record time, date, etc. Time and data shall be
recorded for all events i.e. alarms, faults, etc. on the display and a printer.

The CCPU shall include latest version with higher capacity communication
ports capable of communicating with compressor control panels (CCP),
visual display unit, data retrieval, etc. to transmit all statistical and alarm
data to printer, together with facilities to provide at least the following data
and record the same:

• All cold rooms and ante room temperatures.


• All liquid refrigerant pumps operation status.
• Liquid refrigerant temperatures and pressures in LP accumulators.
• Liquid refrigerant level in LP accumulators.
• Condenser water inlet and outlet temperatures.
• Refrigerant condensing temperature at the condensers.
• Ambient dry bulb, wet bulb temperature and RH.
• Chilled water supply and return temperatures from ice silos and PHE
pre-chiller.
• Suction and discharge gas temperatures on high and low stage
compressors.
• Suction and discharge pressure on high and low stage compressors.
• Any other parameters which are required for monitoring.

The operator interacts with the process though a suitable operating work
station provided with colour displays depicting plant operation.

The monitors shall display following type of information/data/screen as


selected through key board and optical mouse:

• Dynamic process mimic with valve and pumps status indication.


• Bar graph display for continuous channels such as temperature and
PID loops.
• Alarm summary.
• Trend displays of important process variables both as real time trends
and historical trends.
• Tabular displays for logging of (instantaneous) process variable
values.

Each monitoring / control terminal shall remain fully capable of assessing


any plant data thus, will function as a single window for operation and
monitoring. Each terminal shall be independent with its support hardware
including adequate local memory for resident database. The resident data
will be continuously updated at all terminals. The software shall support
Multi Screen Technology.

BANAS DAIRY VI-85 BIDDER


Printer shall be used for the purpose of taking hard copy/ printouts of log
sheet shift-wise, daily operating details, shift-wise/daily consumption &
performance reports and also listing/ logging of important process
parameters.

The central control desk is also equipped to carry out following functions:

Capacity Control and Sequencing of Compressors :

The necessary hardware and software for inter-communication amongst the


compressor control Panel (CCP) of all screw compressors for parallel
operation/optimum load sharing / capacity control, auto sequencing, etc,
are in this scope of contract, including appropriate provision in software for
adding two more high stage and two more low stage screw compressors in
future.

Each CCP shall have facility to put on auto/manual mode.

The selection/allocation of high stage screw compressors for particular duty


may be manual, based on historical data. However, the CCPU shall control
the duty selection and sequencing of all compressors which are in “Auto”
mode of operation automatically identifying the leader and the follower so as
to ensure equitable work distribution.

The load sharing, capacity control and sequencing of compressor in parallel,


is through CCPU, in communication with the local CCP of all compressors,

The CCPU shall ensure that when two or more compressors are operating
(for each duty cycle), no compressor shall operate under 50% capacity.
However, if only one compressor is operating and there is cooling
demand, it shall be allowed to operate up to 10% capacity.

The CCPU shall also have provision (both in the software & hardware) to add
minimum of one compressor in each stage of the system later on.

Typical working of capacity control system (for each stage) is as under:

• After 1st compressor is fully loaded to 100% the 2nd compressor will
switch on.
• As soon as the 2nd compressor is switched on, the 1st compressor
will get unloaded to 50%.
• The 2nd compressor will now hunt between 50% & 100% depending
on the load.
• As soon as the 2nd compressor is 100% loaded it will send a signal
and the 1st compressor will now start hunting between 50% & 100%
depending on the load.
• After both 1st and 2nd compressors are 100% loaded the 3rd
compressor will get switched on, depending on the load.

BANAS DAIRY VI-86 BIDDER


• As soon as the 3rd compressor (new one in case of loads other than
PHE) is on, the 2nd compressor will be unloaded to 50% (1st
compressor remains on 100%).
• 3rd compressor will now hunt between 50% and 100%.
• Once the 3rd compressor is also loaded on 100% the 2nd compressor
will be hunting between 50% and 100% (1st compressor remains on
100%).
• And so on, till load requirements are met fully.

The same sequence shall be followed while unloading

Control system and sequencing of Ice water pump :

The ice water shall be supplied to the dairy plant by a set of chilled water
pumps. Out of the Total nos of chilled water pumps, the leader pump shall
be driven by variable speed drive, so as to maintain constant chilled water
supply line pressure. The selection leader pump to be connected to AC
variable speed system. Necessary flexibility should be available in the system
for selection of any chilled water pump to function as leader pump.
Necessary pressure transmitter of suitable capacity must be installed on this
line to achieve a sequential operation of chilled water pump through PLC to
meet the ice water requirement for the process requirement as well as to
provide comfort air conditioning atmosphere units in the occupied space .
The sequence of operation of chilled water pumps should ensure equitable
work distribution of all pumps.

The CPU shall have all the necessary logic and software specified including
compressor system optimization and energy calculation. The CPU shall
incorporate normal industry standards to maintain accuracy of data
transmission and shall have accessories to eliminate power spikes,
fluctuations, etc. which may affect system integrity. The CPU shall also carry
out orderly shutdown of the system in case of power shortages and
automatic start-up and shut-down in orderly sequence. It shall also have
provision of desired safety, operational interlocks, etc.

Suitable nos of ice thickness controllers with sensors shall be provided in


each ice silos (in 10% to 100% ice thickness range) and signals from these
are to be fed to the CPU to control flow of the refrigerant in the ice circuit.

The system shall include UPS power for minimum 1 hrs operating times, to
enable the system to log operational statistics during power failure and
record sequence of shut down and startups. Cut cables and faults shall
initiate an operator alarm with a hard copy log.

The CPU shall include hardware and software to maintain an accurate


internal clock and calendar to record time, date etc. Time and data shall be
recorded for all events i.e. alarms, faults, etc on the display and printer.

BANAS DAIRY VI-87 BIDDER


The CPU shall include improved version with higher capacity communication
ports capable of communicating with compressor control panels, visual
display unit, data retrieval, etc to transmit all statistical and alarm data to
printer, together with facilities to provided at least the following data and
record the same.

1. Each ice silos operational status and its temperature.


2. All cold rooms and blast room temperatures.
3. All comfort air conditioning room temperatures.
4. All air cooling room temperatures.
5. All liquid refrigerqtion pump operating status.
6. Liquid refrigerant temperatures in chilling, pre-chilling and freezinf
accumulators.
7. Evaporative condensers water inlet, outlet and condensing temperature
of refrigerant.
8. Ambient dry bulb and wet bulb temperatures.
9. Chilled water supply and return temperatures from ice silos and pre-
chillers.
10. Chilled water supply flow and pressure.
11. Suction and discharge temperature of all ammonia compressors.
12. Suction and discharge pressure on all ammonia compressors.
13. Any other parameters which are required for monitoring and control of
the refrigeration plant.

Automation of the VFD of condenser fan motor:

The condenser fan shall be provided with VFD drive. Operation of the fan
shall be automated as per condenser manufacturer’s recommendation to
optimize the system performance and energy conservation. Necessary
sensors, controls & instruments also included in the scope of work.

Maximum Demand monitoring :

The refrigeration plant supplier shall provide and ensure that maximum
demand monitoring system of refrigeration IMCC will be communicating with
the CCPU and shall be programmed such that if maximum demand is
reached, this system shall shut OFF any of the identified loads in a logical
sequence, as well as switch ON the same after the demand drops to specified
level. Audible alarm shall also be provided.

Depending on the sophistication of individual compressor control panel,


CCPU functions may be reduced to cover only those not available on
the CCP.

Installation: The CCPU is centered on the compressors. The unit shall be


housed in a separate, clean, dust-free, vermin proof, temperature and
humidity controlled environment.

BANAS DAIRY VI-88 BIDDER


However, automation system shall be dispatched to site only after testing
by simulation so that minimum time is taken in its installation at site,
interfacing and operation of the Refrigeration plant.

SCOPE OF SUPPLY

27.1 AUTOMATION HARDWARE

Quantity : 01 lot

Following automation hardware has been considered for the Kanpur dairy
Utility plant:

1.0 Distributed control system (DCS)/ proven and latest version PLC

Quantity: 01 Set (with redundancy at Power Supply)

Microprocessor based distributed control system (DCS/ proven and latest


version PLC) shall be used for centralized operation of the plant.

The DCS/High End PLC system offered shall have open architecture and
shall use common engineering tool for operator station, automation system,
communication system, engineering system and I/O. Sub systems are
integrated together with standard & proven networks with fully optimized &
standard open protocols. All the components use single database. CPU shall
have EEPROM for backup storage.

Comprehensive self-diagnostic features shall be provided to facilitate easy


fault location and detection of failure without individually checking each I/O
modules. On-line testing facility of control system while the unit is in
operation, shall be provided with suitable indication for easy identification of
faulty module.

The process / final control element interface section of DCS/High End PLC
shall have interfacing and real time data exchange comprise of various signal
interface cards suitable for communication with field devices, distributed
I/O stations, local control panel, actuator/sensor, frequency drives,
Intelligent Motor Control System, third party PLC/SCADA systems.

2.0 MIS Server PC

Quantity : 1 No. (to be located in main control room)

Type : Quad Processor PC with 22” color TFT screen

BANAS DAIRY VI-89 BIDDER


Client Server to be located in main control room & to be connected with the
network. The server shall be a high end type PC with RAID-2 hard disc
having 3 partition & hot swappable facility. The hard disc shall have data
storage capacity of at least 400 days data. The server PC shall have
DVD_RW drive with back-up data recording facility.

Server will store all the relevant information from the DCS/PLC and all
networked computers connected and shall generate the MIS reports. MIS
should be having open protocol.

Necessary RDBMS software either ORACLE or SQL Server and D2K or Visual
Basic as front end will be considered for data storage and MIS reports
generation. Data storage capacity shall for 400 days.

Printing of graphs/trends & report would be possible from this PC.

3.0 Engineering PC cum Operating Console PC

Quantity : 1 No. for main control room


Type : Quad Processor PC with 22” color TFT screen

The PC shall be similar to HMI PC (22” color TFT – LCD display with
keyboard & mouse) would be high end type & shall have DVD_RW drive with
back-up data recording facility. Facility of operation/ monitoring/ control as
well as engineering programming would also be required in this PC.

The hard disc shall have data storage capacity of at least 60 days plant
data. Suitable software shall support multi screen technology.

Printing of graphs/trends & report would be possible from this PC.

4.0 Human Machine Interface (HMI) / Operator Console PC :


[SCADA - Operator stations - Server License]

Quantity : 2 No –for Main control room

Type : Quad Processor PC with 24” color TFT/LCD screen

The HMIs( SCADA) would be high end PC & shall have DVD_RW drives with
back-up data recording facility. The hard disc shall have data storage
capacity of at least 60 days plant data. Suitable software shall support multi
screen technology.

BANAS DAIRY VI-90 BIDDER


Each operator console shall be fully capable of addressing any plant data
thus, will function as a single window for operation, monitoring & control.

Each terminal will be independent with its support hardware including


adequate local memory for resident database to reduce data traffic through
the highways. The resident data will be continuously updated at all
terminals

The SCADA software shall support multi screen technology and station shall
consist of keyboard, mouse, graphic and necessary hardware & software.

Printing of graphs/trends & report would be possible from the HMIs.

5.0 Printer

Quantity : 02 no - LaserJet B/W - Refrigeration control room

27.2 AUTOMATION SOFTWARE

Quantity : 1 Lot

1.0 System software

Quantity : 1 Lot

The system software will be based on open architecture/protocol and shall


support minimum 32 bit processing platform. It shall be latest object
oriented software, which result in fully scaleable system. Original license
version of the latest release of software shall be used. The system shall use
Fiber optics as backbone. For networking TCP/IP or ISO-OSI model will be
in use.

2.0 MIS Software

Quantity : 1 Lot

Web enables MIS sytem. MIS Integration in SQL or Oracle based on RDBMS
software (preferably SQL). Most of the datas shall be automatically pickup
from PLC/SCADA system of the plant (Real time data) with necessary
interface. Necessary forms to develop on the networked PC’s for entering the
data. All the reports shall be developed after the discussion with the
customer. Original Source codes shall be in the name of purchaser.

BANAS DAIRY VI-91 BIDDER


27.3 AUTOMATION ACCESSORIES

Quantity: 1 Lot

All junction boxes/ distribution boxes for control/ instrumentation system


shall be in GI powder coated construction. Instrumentation/signal
cables/wires shall be laid in separate SS ladder cable tray (including drops)
so as to avoid any interference. All automation, instrument & signal cables
shall be metal braided (rodent proof) & no conduits would be required.
Screened cables shall be provided as per requirement.

Details of to be finalized during detail engineering as per tender & functional


requirement.

27.4 COMMUNICATION NETWORK ACCESSORIES, SIGNAL/ INSTRUMENT


CABLES/ WIRES & RELATED ITEMS

Quantity: 1 Lot

Ethernet cable / Fibre Optic cable(6 core) – 1 Lot


Field run bus/ similar bus cable – 1 Lot
Switches – Giga bit , manageable as per network design with UPS Power
supply( Ciso or Equivalent)
Converters – With fiber optic to Ethernet converter (Gigabit Switch)
Interfacing Units for third party devices/instruments etc. – 1 Lot
Remote I/Os complete with communication & power unit – 1 Lot
Hardware based security device – 1 Lot
Other hardware – as per requirement
The hardware units shall be installed inside suitable wall/rack mounted
water tight cabinets.
All instrument/signal cables/wires shall be shielded/screened type. Details
of accessories to be finalized during detail engineering as per tender &
functional requirement.

27.5 FIELD INSTRUMENTS (INDIGENOUS)

Quantity : 01 lot
General:

Field Instruments shall be suitable for area in which these are located. In
general, field instruments shall be weatherproof, dust tight and corrosion
resistant with Protection Class IP-67. Field instruments shall be suitably
mounted, supported and hardwired.

BANAS DAIRY VI-92 BIDDER


Die cast aluminium or stainless steel casing shall be used as case material
in general. Dial size for all pressure and temperature gauges shall be 150
mm and any lower size selection specific to the application shall be subject
to the owner/engineer’s approval.
In general the minimum accuracy of the instruments shall be as below:

Electronic transmitters : ± 0.20 % of FSD;


Pressure & temperature gauge : ± 1.0 % of FSD;
Conductivity/PH analyzer : ± 0.25 % of FSD;
Level gauges : ± 5.mm of the reading;

The repeatability of pressure, temperature, level and flow switches shall be ±


2.0 % of FSD.

Measuring ranges of transmitters shall be selected in such a way that best


accuracy of measured value (in the measurement range) is achieved.

Temperature stub to be welded on process pipe / vessel and shall match


with thermo well process connection and size. Thermo well shall be drilled
out of bar stock and the length & construction shall comply with process
requirement / relevant standards.
The cable inlet at the instruments mounted on the plant will have a female
threaded connection for protection pipe with nominal diameter 1/2” NPTF.

All field instruments / equipments shall be provided with stainless steel


(AISI 304) tag plates with engraved tag no. and service description. The tag
plate shall be secured to the instrument / equipment with SS chain.

All gauges on the refrigerant system, whether in contact with refrigerant or


oil, shall have steel elements and shall withstand pressure of 1.5 MPa
without any adverse effect. Gauges elsewhere shall have bronze elements

Control & Instrument (C&I) equipment furnished shall incorporate necessary


techniques for protection against electrostatic discharge and radio frequency
interface, as per international codes and standards.

Safety earthing and C&I System earthing shall be separate. Safety earth bus
shall be connected to main plant earth pit. For C&I system, separate earth
pit/s and earth bus (electronic earth) as per standards shall be provided.
Electronic earth shall be cabled directly to the corresponding earth bar.

All instruments shall have clear access for maintenance, removal, lay-down,
calibration etc.

All readable instruments shall be clearly visible unassisted.

All VFDs shall be intelligent type (direct bus connected). Other instruments
(high end conventional type with 4-20 mA HART output) & control valves
connected through field I/O stations.

BANAS DAIRY VI-93 BIDDER


1.0 Process Transmitters (Temp. & Pressure)

Quantity : 1 Lot

The transmitters shall be provided as per requirement for process & utility
having best accuracy/reliability, as available in the market and the hard
wired signals (4-20 mA) shall be connected with automation system
through I/O stations. The transmitters shall have field
diagnostic/configuration facility.

The transmitters shall have separate local digital indicators as per


requirement.

Measuring ranges of transmitters shall be selected in such a way that the


rated value of the measuring variables appears at approx. 50-80% of the
span.
Accuracy of the process transmitters should be plus or minus 0.2 %
(minimum) of measured value or better.

The sensing elements and internal parts shall be constructed with AISI
316. In case of stock and corrosive fluid application, diaphragm seal type
transmitter with capillary is foreseen.

The output of the Process Transmitters shall be 4-20 mA HART. The power
supply for Process Transmitters shall be 24VDC , 2 wire.

The contractor to quantify the number of such transmitters required, based


on the order as well as functional requirement/standard engineering
practice & provide accordingly.

2.0 Process Gauges

Quantity : 01 Lot

Process gauges shall be provided for local indication on all utility lines &
process tanks /Lines ( as per requirement).

Pressure gauge sensing element shall be Bourdon/Bellow/ Diaphragm type


in general depending upon the process condition. Direct reading
Pressure/Differential Pressure gauges shall be used of SS 316 sensing
element and AISI 304 movement material.

Pressure gauges: Pressure gauges shall be of Bourdon tube type,


conforming to the requirements of IS:3624.

BANAS DAIRY VI-94 BIDDER


Calibrations of gauges shall be in SI metric units: refer IS: 10005. The
scale range shall be approximately 1.5 times the normal working
pressure. Gauges reading refrigerant pressure shall be calibrated
additionally with saturated refrigerant temperature.
Connections of gauges to the related equipment shall be through an isolating
valve or cock of appropriate type. When on low temperature items, the
connection shall be of sufficient length to ensure that the gauge does not
incur condensation.
Types of gauges to be fitted in the situations noted are:

Refrigerant compressors For 100mm dial, oil-filled.


LP, OP, HP etc.
Condensers, liquid receivers 100mm dial, weather-proof casing oil
Purger, oil rectifier, filled.
Liquid pump discharge, 150mm dial. Oil filled.
Liquid accumulators: in weather proof casing
Chilled water and cooling 100mm dial, weather-proof casing, Oil
water pump discharges filled

Local temperature measurement shall be done bi-metal Temperature gauges.


Temperature gauges may be direct mounted type (multiangle) or with SS
capillary extension ( at least 3 Mtrs ) as per the application area.
All accessories, such as 2-valve manifold etc. shall be provided with pressure
gauges according to application. Where process temperature exceeds 70°C,
siphon loops shall be utilized.

The sensing element / bulb / capillary etc. shall be of SS 316 for


temperature gauges.

The contractor to quantify the number of such gauges required, based on


the order as well as functional requirement/standard engineering practice
& provide accordingly.

3.0 Temperature Elements

Quantity:1 lot

All Temperature Sensors Elements shall be of Duplex type with SS 316


sheath (sanitary type) and MgO filled. Depending on temperature ranges,
Pt-100 Resistance Temperature Detector (RTD) or thermocouple shall be
used.

Thermocouple / RTD heads, with chain holder, shall be of the waterproof


type, with duplex terminal block, gasketted cover and stainless steel chain.
Screwed covers shall be used.

BANAS DAIRY VI-95 BIDDER


The contractor to quantify the number of such elements required, based on
the order as well as functional requirement/standard engineering practice
& provide accordingly.

Thermometers shall be of digital type. All cold rooms & deep freezes local
digital temperature indication (large display, clearly visible in day light at
reasonable distance) shall be provided in addition to the monitoring at
central PLC panel. Supplier shall provide necessary technical details of the
system offered, such as number of digits, colour, digit size, accuracy,
housing details, etc.
Digital type humidity indicators shall be provided in the comfort air-
conditioning rooms to display the RH locally as well as transfer the same to
CCPU.

4.0 Process switches

Quantity: 1 lot

Local switches for pressure, differential pressure, temperature, level,


proximities etc. shall be having best reliability & accuracy as available in
the market & provided as per requirement. The hard wired signals shall be
connected with automation system through I/O stations. The switches
shall be suitable for Utility application. The level switches shall be tuning
fork type The contractor to provide the number of such switches, based on
the order as well as functional requirement/standard engineering practice
& provide accordingly.

Set points shall be adjustable throughout the range. Switching differential


shall be adjustable.

5.0 Magnetic flow meter

Quantity: 1 lot

Magnetic flow meters shall be Hard wired . The flow tube material shall be of
AISI 304 with PTFE lining. The electrode material shall be either AISI
316L,Electropolished or Hastelloy depending upon process condition. In
general, SMS type process connection may be used for magnetic- flow
meters. Accuracy of magnetic flow meter shall be plus or minus 0.5% of flow
rate or better. Local digital flow rate as well as totalizer display shall be
provided. The flow sensors shall be sanitary type & suitable for Chilled
Water application. Remote display shall be provided.

Earth ring of AISI 316 shall be provided for proper grounding of mag flow
meter.

BANAS DAIRY VI-96 BIDDER


The contractor to provide the required number of such MFMs, based on
the order as well as functional requirement/standard engineering practice
& provide accordingly.

The output of the magnetic flow meter shall be 4-20 mA HART. The power
supply for magnetic flowmeters shall be 24VDC , 4wire.

6.0 Variable Frequency Drives :

Quantity: 1 lot

The variable frequency drives shall be smart type having field run bus
connectivity with required diagnostic features. The VFDs should be
configurable from the HMI/operating console as well as in the field. The
VFDs shall have best accuracy & reliability, as available in the market. The
contractor to provide the required number of such VFDs, based on the
order as well as functional requirement/standard engineering practice &
provide accordingly.

The VFDs shall have DC choke (inbuilt harmonic filter) apart from external
AC line filters as per requirement. In sensitive locations, RFI should be
provided to avoid any interference to adjacent electronic unit. The VFDs
shall have conformal coating on PCBS to prevent it from Moisture and
Dust.

27.6 FIELD INSTRUMENTS (IMPORTED)

Quantity: 1 lot

Supply of imported field instruments shall be consider under this bidder


has to submit the detail list of imported field instrument along with bid.

27.7 MISC. AUTOMATION / INSTRUMENTATION/ELECTRICAL ITEMS

Quantity : 01 lot

As per general description given in basis of design. Details to be finalized


during detail engineering as per tender & functional requirement. The
automation & instrument / signal cables shall be metal braided (rodent
proof) & accordingly conduits won’t be required. ASI cables (flat type &
without braiding) shall be suitably protected.

27.8 FURNITURE FOR CONTROL ROOM

BANAS DAIRY VI-97 BIDDER


Quantity : 01 lot

Control desk /cabinet

The design of all console/ panels/ cabinets and layout shall be based on
human engineering considerations, fully keeping in view of the convenience
of operation and maintenance personnel.

Operator’s Consoles shall be free-standing type. All keyboards and other


cursor control devices will be mounted on the horizontal part of the
console. The monitors will be mounted on the raised part of the Console.

All system modules, power supply components as required for


completeness of the systems shall be housed in System Cabinets. The
cabinets shall be totally enclosed free-standing type equipped with full
height front and rear doors. Cabinets shall be designed for front access to
system modules and rear access to wiring. The cabinets shall be, in
general, designed for bottom entry of cables and shall have non-welded
construction only.

Constructional Features:

 Modular steel internal Structure


 Metal work surface
 Powder coated MS structure
 Under Counter keyboard trays
 Slide out CPU shelves
 Footrest
 Telephone mounting shelves
 Binder storage
 Under counter pencil trays
 Printer table
 Chairs (one for each PC.)

27.9 UPS POWER SUPPLY

Quantity : 01 lot

The bidder will supply UPS of appropriate capacity ( Minimum 10 KVA) and
submit the detailed calculation in the bid.

For Control System, 24 V DC power supply shall be used wherever


applicable and will be derived from UPS. Any other voltage level required for
the system shall be responsibility of the Bidder along with all required
hardware.

BANAS DAIRY VI-98 BIDDER


DC voltage system for Main CPU & all I/O stations/panels shall be with
dual channel & kept separate for different step downs as per requirement.
Each filed I/O stations shall have separate voltage step down/standard
power converter module system from 220V AC to duel channel 12/24 V DC
to meet the requirement. The UPS system shall be with all the required
protection, voltage stabilizers , standard batteries and with min. Backup of
one Hour

CONTROL FUNCTION

.1 High- stage compressors: Interlocking: Operation of any compressor is


possible only if:
• The related cooling water flow switch and proving circuit are made.
• The high stage liquid accumulator high level safety float is made (reverse
acting response).
• Safety: Each compressor runs subject to its safeties, and other
functions as specified in detailed specifications of compressors
• Starting: By local PLC panel on compressor skid or central control
panel, or as per approved arrangement

.2 Liquid accumulators: Refrigerant supply to the liquid accumulators is


controlled by using level transmitter, modulating control valve with PID
function, etc.
Interlocking: The system operates only if the high level safety float is made
(reverse acting response). Low level safety float switch for ammonia pump
interlocking.

Operation: Controlled by central PLC panel.

.3 Liquid pumps: Requirements of liquid pumps are identical, and is :


Interlocking: Pumps operate only if the low level safety float in LP
accumulator is made. Pressure differential control with by-pass timer for
initial start-up.

Operation: Manual / Auto operation by Central PLC panel. Provision for


manual selection Lead-Lag options on the pumps installed in the respective
systems.

.4 Ice accumulation:
The Ice Silo PLC is to be suitably integrated with the automation system of
Refrigeration plant.

.5 Cool rooms :
If the cold room temperature is above or below the set value, an alarm will be
raised by PLC.

BANAS DAIRY VI-99 BIDDER


For automatic operation, supply for each liquid feed assembly a room
thermostat of appropriate range and tamper-proof setting. The make and
type shall be subject to approval. Install the thermostats in locations to be
agreed on site.
A 2-position selector switch, Off-Auto, in the plant room main IMCC, for
each liquid feed assembly, provides remote operation, and a pilot light
for each assembly indicates activation of the solenoid.

a) Forced draft coolers (FDC):

In AUTO mode, the FDCs are cut-in and cut-out depending on the cold room
temperature. When cut-in temperature for any FDC is reached, PLC will first
start the FDC fan. After receiving running feed-back of the fan, it will give
command to liquid line solenoid valve (LLSV) of that FDC. PLC will not
energize the LLSV unless one of the fans of that FDC is running. As PLC
gives command to LLSV to energize, SCADA will indicate this on the screen
by changing the colour of LLSV.
If FDC is running and the temperature changed to its cut-out temperature,
PLC will de-energize the LLSV, which will be indicated on SCADA. But PLC
will not stop the fan. Now PLC will energize the LLSV at cut-in temperature.
If LLSV remains de-energized for more than 15 minutes, PLC will give STOP
command to FDC fan. Next time fan will start only at cut-in temperature.
In manual mode, all FDC fans can be started and stopped manually by
clicking Start Push Button. SCADA waits for the running feedback of the
started fan. If received in specific time, SCADA will indicate the same by
changing the colour as well as showing the animation, else SCADA will pop-
up message indicating the started fan failed. Hence, problem is to be
attended, rectified and click Failure reset push button on screen to enable
the failed fan. The liquid line solenoid valves can be energized or de-
energized from the IMCC. The interlock is provided in such a way that liquid
line solenoid valve will not energize unless the FDC fan has started.

b) Cool room doors (manual):

Manual sliding doors & air curtains are energized by limit switches mounted
on the door frame. ON/OFF status of the air curtains shall be shown in the
CCPU. Door frame heater with thermostatic control for the Deep Freeze room
doors shall be provided.

Safety provisions shall constitute an independent system.

.6 Fan coil unit & air-conditioning units:

.7 Cooling water system: Interlocking: Water supply to a condenser requires


simultaneous operation of a condenser pump, and a cooling fan. Electrical
selection shall be possible in the same way and interlocking is required in
the order stated above. A proving circuit through the related flow switch is
required.

BANAS DAIRY VI-100 BIDDER


Operation: Each motor in the system, pump or fan, has a corresponding A-
O-M selector switch and On-Off push button station effective only in
Manual selection. Each starter has a pilot light.

Actuation: Subject to all of the sequenced equipment being in the Auto


mode, the selected combination of motors is started from an On-Off push
button station in the plant control panel.

Alternative controls shall be offered to have above inter-locking facilities.

.8 Chilled water pumps

Process: Production Block: Each pump has a Start-Stop push button station
(for manual operation) and pilot light in the plant room control panel. In
AUTO operation, the CCPU takes control of chilled water pumps.

.9 Automatic Defrosting system :

For various cold rooms maintained at the temperature below zero degree
Celsius, fully automatic hot gas defrosts and water defrost shall be provided.
For cold rooms having application above zero degree Celsius, provision for
manual defrosting shall be available.

The required electrical controls for heat tracing units with thermostatic
controls, etc for the defrost water lines to be provided.

GENERAL REQUIREMENTS

All equipment, system and accessories furnished shall be from latest proven
product range of established / reputed manufacturers and shall conform to
applicable national and international standards. The design of various
control systems and related equipment shall adhere to the principle of
“failsafe” operation implying that loss of signal, loss of power supply or
failure of any component will not lead to hazardous conditions, while at the
same time, prevent occurrence of false and unrelated trips.
The instruments / control system shall be suitable for environmental
conditions that are normally prevailing in North India. All equipment /
system / sub-system etc. shall be fully tropicalized. The average indicative
conditions are :

Ambient temperature - 55 oC
Relative humidity - 95 % at < 55 oC

26.0 COLD ROOM INSULATION AND ASSOCIATED ACCESSORIES

BANAS DAIRY VI-101 BIDDER


Functional Requirement:

The cold room shall be of pre-fabricated type made of sandwiched PUF


panels designed suitable for hygienic storage of milk and milk products at
desired temperature.

Design Requirements and Scope of Work:

The scope of work includes design, supply and installation of required


sandwiched insulation panels, insulation materials and all accessories as
required for the proposed cold rooms, which comprises of ;

• The ceiling and wall shall be with pre-fabricated sandwiched PUF panels
of required thickness as per specification detailed below.

• The floor insulation shall be with required thickness of rigid polyurethane


foam slabs as per specification detailed below.

• Manual sliding type cold store doors with padlocking facility and airstrip
curtains with all accessories.

• Providing suitable supporting /suspension system for ceiling panel and


wall panels.

• Providing suitable provisions/cutouts for installation of refrigeration


units, refrigerant piping, defrost piping. The scope of this work involves
making good the cutouts/ opening and arrange to seal the completely to
make it vapour proof, by in-situ injection of PUF/silicone sealants,
without any extra cost, after installation of the units/piping/fittings.

The scope is to design, supply, install, test and commission the Pre-
fabricated cold room, complete in all respect including all system
components and accessories as required, except for the exclusions
specifically mentioned below:

• Civil building with leveled PCC plinth for erecting the prefabricated cold
room, RCC flooring over the floor insulation and RCC curbing for
protection wall panel.

The design of the cold room shall take care of following aspects;

BANAS DAIRY VI-102 BIDDER


• Wall panels shall be self-supporting type and bear the load of ceiling
panels, fittings, etc. Wall panels shall not buckle under the operating
weight.
• For the cold rooms with span up to 6 m, the ceiling panel shall be self
supported type with weight uniformly distributed upon wall panels. For
larger cold rooms having span more than 6m, the ceiling panels may be
designed with suitable exterior type suspension arrangement. No interior
vertical supports shall be used to ensure interior of the cold room free
and clear.

• In either case, ceiling panels shall not sag due to self-weight, as well as
the light fittings, etc, which are to be suspended from the ceiling panels.

• Wall panels shall be designed with suitable impact protection


arrangement.

• Design shall facilitate convenient installation and future expansion of the


cold room by assembly of standard size sectional insulated panels.

• The cold room, accessories and finish shall be designed for suitable for
hygienic storage perishable food products, considering a minimum life
span 20 years.

Detailed engineering/ execution drawings shall be approved prior to


commencement of the work.

The schedule of quantity & thickness of ceiling/wall/floor insulation to be


carried out shall be as per attached tentative layout. The quantities of
wall/ceiling panels and floor insulation to be work out accordingly.
The payment however shall be made for the actual area of work
executed based on the unit rate applicable. The areas of cut outs made
for doors/hatch opening shall be deducted from the measurement and not
considered for payment.

GENERAL SPECIFICATIONS FOR WALL – CEILING - FLOOR

.1 PRE-FABRICATED, SANDWICHED PANELED INSULATION FOR


CEILING AND WALL/COLUMN

The wall and ceiling of the insulated cold rooms are to be constructed
using pre-fabricated, self supported, sandwich panels insulated with rigid
polyurethane foam of required thickness. Sandwiched Panel shall be CFC
free, manufactured using high-pressure foam injection equipment in a
precise ratio and proportion. The properties of the polyurethane insulation
shall be as under:

BANAS DAIRY VI-103 BIDDER


Injected density : 42 + 2 kg/m3
Thickness : 80 and 100 mm
Thermal conductivity : 0.023 W/mt/deg K. (Aged)
Compressive strength : 155 Kpa
Closed cell contents : 90 to 95 %
Operation temperature range: minus 5° C to minus 10° C

Test certificates shall be produced to support above properties. The skin


material for the wall and ceiling panels shall of galvanised steel sheet (grade
275 gsm) of minimum 0.6 mm thick powder coated galvanized sheet with
grooved profile to enhance strength and aesthetics. The external surface of
sheet also be powder coated galvanized sheet of 0.6 mm with grooved profile.
The other side of the panel shall also be covered with 0.6 mm galvanized
sheet with grooved profile.

The wall panels shall be in single lengths to match the room height, and
width of ceiling/wall panels shall be up minimum 1.2 m, in order to
minimize the number of joints. The configuration shall incorporate factory
made standard L shape panels for corners and TEE shape panels for
partitions. The joining system of the panels shall be designed to ensure a
quick and secure assembly at site. The joints shall be made hermetic and
perfectly vapour tight by use of silicone sealants.

However, machine made continuous panels is to be provided with deep


tongue in groove joint (without cam lock)..

The system shall be complete with all ancillary items like, ceiling panels
suspension system complete with insulated beam, suspension chain/ hard
wares, suitable corner pieces, pre-painted steel/aluminum profiles for
inner/outer junctions and joint corners, pressure relief valves, silicone
sealants, foam chemicals and all other components & accessories as
required. The costs of these ancillary items are deemed to be included in the
respective rates for installation of ceiling/wall panels and no separate
payment shall be made for such items.

.2 FOR FLOOR INSULATION

The floor insulation shall be made of rigid polyurethane foam slabs in two
layers of required thickness (Min density 42 Kg +/- 2 Kg per Cu M) . The
properties of polyurethane foam insulation shall be as mentioned above. The
insulation shall be carried out in the following manner :

• Coat of bituminous primer shall be applied over the finished PCC floor,
after thorough cleaning and drying.

BANAS DAIRY VI-104 BIDDER


• Tarfelt of 2.4 mm thick shall be applied on the concrete surface below the
insulation layer as vapour barrier with bitumen as adhesive. The joints
shall be staggered having minimum 100 mm overlap thoroughly sealed to
make it perfect vapour barrier. The ends shall be turned up the outer
wall above the height of protective curb and completely sealed with
silicone sealant.

• A coat of bitumen shall be applied on the outer surface of tarfelt and fix
the first layer of rigid polyurethane foam insulation slabs (of required
thickness) with the joints staggered. All joints sealed completely using
hot bitumen.

• A coat of bitumen shall be applied on the surface of first layer of


insulation and fix the second layer of rigid polyurethane foam insulation
slabs with cross-wise joints staggered. Seal all joints completely using
hot bitumen.

• Provide tarfelt of 2.4 mm thick above the insulation layer using bitumen
as adhesive. The joints shall be staggered and shall have minimum
100mm overlap thoroughly sealed to make it waterproof barrier. The
ends shall be turned up the inner wall above the height of protective curb
(approx. height 500 mm above finished floor level) and completely sealed
with silicone sealant.

26.1 WALL INSULATION PANEL FOR MILK COLD STORE (1 TO 3) INCLUDING


COLUMNS as per above specifications.

Type : Pre-engineered, pre-fabricated sandwiched(PCGI) rigid Poly


Urethane Panel 80 MM thick

Quantity : 1700 Sq. Mtr

26.2 CEILING INSULATION PANEL FOR MILK COLD STORE (1 TO 3) as per above
specifications.

Type : Pre-engineered, pre-fabricated sandwiched (PCGI) rigid Poly


Urethane Panel 80 MM thick

Quantity : 1700 Sq. Mtr

26.3 FLOOR INSULATION FOR MILK COLD STORE (1 TO 3) as per above


specifications.

Thickness : 80 mm (two layers of 40 mm each)

Quantity : 1700 Sq. Mtr

BANAS DAIRY VI-105 BIDDER


26.4 WALL INSULATION – CURD BLAST, INCUBATION AND BUFFER ROOM
INCLUDING COLUMNS as per above specifications.

Type : Pre-engineered, pre-fabricated sandwiched (PCGI) rigid Poly


Urethane Panel 100 MM thick

Quantity : 190 Sq. Mtr

26.5 CEILING INSULATION – CURD BLAST, INCUBATION AND BUFFER ROOM as per
above specifications.

Type : Pre-engineered, pre-fabricated sandwiched (PCGI) rigid Poly


Urethane Panel 100 MM thick

Quantity : 100 Sq. Mtr

26.6 FLOOR INSULATION - CURD BLAST AND BUFFER ROOM

Thickness : 100 mm (two layers of 50 mm each)

Quantity : 100 Sq. Mtr

26.7 CEILING INSULATION – CONTROL ROOMS, RECEPTION LAB, MAIN LAB, PLANT
OFFICE AND VISITORS LOBBY

Scope of supply : Pre-engineered pre-fabricated sandwiched (PCGI) rigid


Poly Urethane Panel 40 MM thick (Including required
cutouts,supply and fixing of grills for AC and fixing of
Internal lighting (Lighting fixtures shall be supplied by
Banas dairy )

Quantity : 500 Sq. Mtr

Ceiling insulation for all control rooms, Reception lab, main laboratory, Plant
office and visitors lobby shall be in the scope of the supply. Required chilled
water based FCU shall be fitted with decorative type grills.

Ceiling insulation shall be carried out with 40 mm thick sandwich panel


with required flashing and support structure. Required cut out for FCU,
electrical lights and fixing of decorative grills for FCU shall be in the scope of
work.

BANAS DAIRY VI-106 BIDDER


26.8 INTERNAL ELECTRIFICATION OF MILK COLD STOREs AND CURD BLAST
ROOMS, INCUBATION ROOM,BUFFER ROOM INCLUDING SUPPLY & LAYING
OF CONDUITS, WIRES, MODULAR SWITCHES, SWITCH PLATES & SWITCH
BOXES, WITH DB; INSTALLATION OF LIGHT FIXTURES ETC.

Scope of supply : As per requirement (minimum 150 Nos 2X36W or 2X28 W,


moisture proof light fittings as per layout drawing- Light
fittings & lamps to be provided by Banas dairy)

Quantity : 01 Lot

GENERAL SPECIFICATIONS OF THE INSULATED DOORS – Manual

Milk cold store shall be provided with entry and dispatch dock as per given
layout. Required nos of hatch doors shall be provided for the entry of
conveyor for product movement.

The doors shall be of PUF insulated with both side covered with impact
resistant stainless steel 304 complete with all accessories properly
engineered and made by specialist manufacturer broadly meeting following
requirements.

The insulated doors shall be manually operated, horizontally sliding type,


easy to mount, mechanically reinforced for heavy duty usage complete with
all required fittings, sliding rails/hinges, bottom guide, rollers etc. mounted
on a suitable frame. Necessary heavy-duty handle for easy opening and
closing of doors shall be provided. Door pad Locking arrangement,
emergency exit lock release knob/wheel shall be provided.

Brief specifications of door are as given below:

Insulation by injection of polyurethane foam under pressure with injected


density of 40 kg/m3 minimum.

Gasket to ensure air tightness and for prevention of refrigeration losses.

Sliding rail arrangement shall be easy to operate constructed so that the


door drops a little down and towards the frame uniformly while closing to
achieve a hermetic seal.

Shafts, nuts for roller shall be made out of SS. The gasket material shall be
durable and shall not harden at low temperature.

The doors shall have padlocking arrangement from outside. Provision for
“safety release” shall be made for opening a door from inside, even with
padlock in place.

Kick plate made of SS chequred plate shall be provided up to a height of


about 900 mm from bottom for mechanical impact protection.

BANAS DAIRY VI-107 BIDDER


Sil portion of main insulated door openings and hatch door openings shall
be finished with pre coated sheet as per the requirement. Sil insulation shall
be provided for the three sides of opening for main door openings and all the
four sides in case of hatch door openings. The refrigeration contractor shall
be responsible to finish the SIL portion of the Hinge/sliding door area with
PUF insulation of appropriate thickness and cladded with pre coated sheet,
flashing, angles at the corner, etc.

GI pipe protecting guard:

In front of each sliding door (on closing and opening condition) a set of
metallic guard made out of GI heavy duty ‘C’ class pipe of 150 NB dia(stand
type) and 50 NB dia ‘C’ class pipe for brazing the stand pipe shall be
supplied and installed by the refrigeration contractor to protect the sliding
doors from the external damages. The drawing shall be approved by the
purchaser.

Installation:

Work includes fixing of doors and frames and all items mentioned above.
Drawings, indicating requirements for grouting, shall be approved

26.9 MANUAL SLIDING TYPE DOORS FOR MILK/BUTTER MILK COLD STORE as
per above specifications

Type : 80 mm PUF insulated door of size 1.8 X 2.1 M

Quantity : 14 Nos

26.10 MANUAL SLIDING TYPE FREEZER DOORS FOR CURD BLAST ROOM , as per
above specifications

Type : 100 mm PUF insulated door of size 1.8 X 2.1 M

Quantity : 2 Nos

26.11 MANUAL HINGE TYPE FREEZER DOORS FOR MILK COLD ROOM (TOWARDS
MILK POUCH PACKING AREA) as per above specifications

Type : 80 mm PUF insulated door of size 1.5 X 2.1 M

Quantity : 3 Nos

BANAS DAIRY VI-108 BIDDER


26.12 HATCH DOOR FOR MILK COLD ROOMS as per above specifications

Type : 80 mm PUF insulated door of size 0.6 X 0.6 M

Quantity : 3 Nos

26.13 HATCH DOOR FOR CURD BLAST ROOM as per above specifications

Type : 100 mm PUF insulated door of size 0.6 X 0.6 M

Quantity : 2 Nos

26.14 AIR CURTAINS AND PVC STRIP CURTAIN

Type & Quantity :


Air curtain for 1.8 X 2.1mt Door - 19 Nos

Air curtains for 0.6 X 0.6 mt Door - 5 Nos

Strip curtains for 1.8 X 2.1 mt Door - 19 Nos

Strip curtains for 0.6 X 0.6 mt Door - 5 Nos

Application : Dust and thermal barrier.

The air curtain shall be installed on cold store doors consist of a case for
air canalizing, conveniently shaped permitting a rational arrangement of
the outgoing air. It shall consist of a set of deflectors for good
distribution of the jet of air of adequate velocity on the whole door span
surface to avoid loss of refrigeration. The material of construction
would be fully SS 304.

The quantity and capacity of the blowers are to be designed by the


Supplier to achieve best performance. The blower fan shall be made of
stainless steel and dynamically balanced to prevent vibration. The bearing
shall be pre-lubricated & sealed for life and maintenance free, suitable for
low temperature application. The fan motor shall be suitable for 230 V, 1
phase AC supply.

There shall be a limit switch with required accessories, contactors, etc in


weather proof enclosure for ensuring automatic operation of blowers
whenever the door is opened. Electrical cabling is to be carried out from
cold room MCC.

BANAS DAIRY VI-109 BIDDER


Air Shield Curtains : With each air curtain, provide a transparent PVC
air shield curtain having flaps (rounded edge) of minimum thickness 3
mm with 50% overlap between adjacent flaps. The strip curtain shall
be complete with all accessories made of material suitable for low
temperature application and PVC strips shall remain soft up to operating
temperature of minus 10 Deg C.

26.15 COLD STORE SAFETY SYSTEMS

.1 Cold Room Safety System

Each cold room shall have a safety pilot light outside indicating the presence
of people in distress in the room and electric bulb shall be provided for
distress signaling. The siren shall be installed at approved locations- one
in Refrigeration plant control room and other in outside cold room
corridor. The siren push switch shall be of self illuminated type. The EXIT
light provided inside the cold room shall be mounted adjacent to the exit
main door to indicate the ‘EXIT DOOR’ its location. The safety pilot lights,
siren etc. shall work on 230 V through the UPS.

The circuit of sirens, safety pilot lights and safety illumination shall be
independent of the mains power supply.

Provision for safety of personnel shall be made by the Supplier in accordance


with the relevant factory act and Indian/International standards.

Safety system function :

Lights to indicate presence of the person in distress inside the cold room
shall be provided both inside and outside the cold room and shall be red in
color. These lights shall be switched ON by heavy duty toggle switch in
suitable boxes adjacent to siren push button. The lights provided inside the
cold room shall be inside an acrylic box (material suitable for low
temperature application) indicating ‘EXIT’.

Industrial electric siren (audible up to 100 mtr) shall be provided both in the
refrigeration plant control room and outside cold room corridor.

Self illuminated push buttons of “press to stay” and “rotate to release” shall
be provided inside each cold room connected with the electrical sirens.

BANAS DAIRY VI-110 BIDDER


Any person entrapped inside the cold room shall be able to locate the ‘EXIT’
since the ‘EXIT’ lights inside shall always ON. In case of distress, the person
entrapped can approach the ‘EXIT’ point and press the self illuminated push
button. This shall put ON the siren in both the refrigeration plant room and
the process hall indicating that personnel trapped inside the cold room. The
self illuminated push button shall also be continuously ON and the siren will
be ON the moment the person presses the button. Only after the personnel
will rescued the self illuminated push button can be releases by rotating the
push button.

The emergency illuminatation system should incorporate long life lamps of


approved type.

.2 Ammonia Leakage Detection System:

Ammonia Leakage Detection System shall be supplied and install. The


sensors for ammonia leak detection shall be installed in compressor room,
each cold room, LP accumulator area and any other potential areas to detect
the leakage and provide a warning alarm.

The control panel and audio visual alarm shall be installed in the
Refrigeration Control Room from where it indicates the location of the
leakage point area. The alarm shall have a temporary shut off facility, but
it shall never be put off/isolated permanently unless the intensity of leakage
is within the threshold limit of the Refrigerant.

Accessories viz. Ammonia sensors, controls, control panel and audio visual
alarm, acknowledgement of alarm etc. are included in the scope of work.
The Supplier shall detail the proposed system in the offer.

.3 Emergency ventilation system

Quantity : 03 sets

For cold store application : Emergency ventilation system shall be


designed in such a way that in each block an emergency blower erected on
movable trolley with explosion proof electrical motor, sufficient length of
cable connection etc. shall be provided. The capacity of the blower shall be
selected for the biggest chamber volume multiplied by 10. Further in the
main corridor in front of each cold store doors the electrical socket to get
connection to the emergency blower mounted on the trolley shall have to be
provided. 02 nos of such portable trolley mounted system are included in
the scope of supply and work.

BANAS DAIRY VI-111 BIDDER


For refrigeration plant room : 01 nos trolley based Emergency ventilation
system as mentioned above shall be provided. The system shall be designed
in such a way that if this blower is switched from outside the compressor
room, all the electric connection will be switched off. However only the
emergency blower will get the power supply to carry out the ventilation of the
room. All the works that are required including electrical requirements are
included in the scope of work.

The system must be designed in such a way that if this blower is switched
on from outside the Refrigeration plant room, then all the electric connection
(of the Refrigeration plant motor control center) will be switched off
automatically. The emergency switch should be erected under glass
window and marked in RED color. However, only the emergency blower
will get the power supply to carry out the ventilation of the room. All
the works that are required including electrical interlocking are
included in the scope.

27.0 SAFETY EQUIPMENTS

The scope of this bid also includes supply, installation and demonstration of
following safety accessories:

27.1 Ammonia Gas mask

Quantity : 2 sets

Ammonia gas mask (with oxygen cylinder for 30 min), in conformity


with IS:660 and provided with a wall-mounted lockable enclosure
approved by the purchaser at an accessible location just outside
the refrigeration plant room.

27.2 Air tight safety suits

Quantity : 2 sets

Safety suits shall be provided with a wall-mounted lockable enclosure


approved by the purchaser at an accessible location just outside the
refrigeration plant room.

27.3 Eye wash with Drench shower

Quantity : 1 Set

BANAS DAIRY VI-112 BIDDER


Eye wash and drench shower will all accessories shall be supplied
and installed with required water connection at one point out side of
the refrigeration plant.

27.4 Fire extinguishers

Quantity : 2 Lot

Suitable type fire extinguisher as per Fire safety standard shall be


provided and installed in the refrigeration plant room.

28.0 FIRST CHARGE OF AMMONIA

Quantity : 01 Lot ( As per system requirement). The quantity shall be such


that when complete system operates the receiver level should be minimum
1/3.

29.0 FIRST CHARGE OF OIL IN AMMONIA COMPRESSOR AND OTHER


EQUIPMENTS

30.0 MONORAIL WITH MOTORISED CHAIN PULLY BLOCK

Quantity : 02 Set

Capacity :2T

Suitable for lifting of Compressor motors.

31.0 DOCUMENTATION, SPARES AND TRAINING

31.1 DOCUMENTATION

Quantity: 1 Lot

The following drawings & documents are to be enclosed by the bidder with
the offer.

Drawings:

BANAS DAIRY VI-113 BIDDER


• Preliminary Machinery layout for all the sections of the refrigeration
plant, allied services based on the tentative building layout enclosed
with the tender document
• Preliminary flow diagram (P&ID)including equipment, service and
refrigerant piping, controls, instruments etc.
• Service utilities flow diagram including inter connecting piping, controls,
instrument, automation etc.
• Preliminary brief automation scheme

Charts:

• Power consumption chart showing hourly consumption, total daily


consumption, peak load and average load
• Preliminary bar chart for project execution

Brouchers:

• Literature covering general and technical information for major


equipment covered within the scope of tender

• Technical details of any other equipment/ item which is not mentioned


but is considered to be required as per the description in the text

List of spares

• Preliminary List of spares parts with quantity submitted for two years
inventory basis considering normal wear and tear. The list of spares
should be as per recommended list of original equipment manufacturer.

The contractor is required to develop all above drawings and documents


after discussions with Purchaser and submit them for approval.

Maintenance Schedules, Manuals & Drawings:

Detailed preventive maintenance schedule as well as operational manuals of


equipment shall be provided by the Supplier at the time/after
commissioning:

The manual shall cover the following aspects:

• Brief description of the system and flow sheet


• Unit-wise function and description
• Equipment-wise details, operational instruction, maintenance
procedures and schedules.
• Plant start up, commissioning, normal operation, emergency operation.
• Trouble shooting chart covering operational status, reasons (causes)
and actions to be taken (remedy)

BANAS DAIRY VI-114 BIDDER


• As-built drawings of the equipment, P&I for refrigerant circuit,
water, chilled water, electrical schematic, controls wiring drawings,
etc.

Manuals and drawings are to be supplied as follows:

• 4 Sets of drawings and manuals in hard copy


• 3 Sets of drawings and manuals in CDs (softcopy)

31.2 SPARE

Quantity : 01 lot

Bidder shall supply following minimum spares in addition to the


commissioning spares:

 For all imported equipment including (Ammonia Compressor,


Ammonia pump and Ice silo) :-

OEM recommended spares for 16000 Hrs of operation as per


recommended maintenance schedule.

ITEM
DESCRIPTION QTY UNIT
NO.
1 High stage compressor (-2/-5Deg C )
Oil filter 06 Nos
Suction Filter 01 Nos
Compressor Bearings 01 Set
Shaft seal complete 01 No.
Set of O rings 01 Set
2 High stage compressor (-15 deg C)
Oil filter 04 Nos
Suction Filter 01 Nos
Compressor Bearings 01 Set
Shaft seal complete 01 No.
Set of O rings 01 Set
3 EVAPORATIVE CONDENSER
Bearing with Pedestal 06 Nos
Monoblock Pump (Water Circulating Pump) 01 Nos
Nozzles 01 Set
Fan motor 01 Nos
4 Ammonia pump
Set of gaskets and O rings (02 nos Nos for each
02 Sets
type of pump)
Mechanical seal for pump(02 nos Nos for each
02 Sets
type of pump)

BANAS DAIRY VI-115 BIDDER


 For Automation system :-

01 no each type of installed input and output cards


01 no Power supply card of highest rating installed
01 no each type of Interfacing/converter cards installed

 Field instruments :

01 no level switches installed in accumulator


01 no each pressure range pressure transmitters installed in the
plant and equipment
05 nos temperature transmitters, RTDs, flow switches etc.

 Flowmeter:

For all type of flow meter 01 set of internal cards.

 Water pumps :

02 nos Mechanical seal for each type installed

Detailed list of the spares considered by the bidder shall be provided in the
bid.

31.3 TRAINING

Quantity : 01 Job

Training shall form an important component of Project Management and


shall be undertaken by the contractor for a period of six months. The
contractor would train all levels of staff of the Purchaser in operating the
plant and automation systems including managers, engineers, supervisors,
operators and maintenance personnel.
Training would be given both at site and at the manufacturer's works, and a
schedule should be proposed by the contractor, together with the content of
training programmes, their duration and venue.
Training should commence during the erection period Six months include
180 man days of trainers time as follows:

- Management operations and factory control using automated systems


and automated process- 20 man days <1>.

- Supervision of personnel and plant operations in an automated plant -20


man days <2>.

- Familiarization with automation systems hardware and automated


equipment operation 30 man days <3>.

BANAS DAIRY VI-116 BIDDER


- Fault finding & maintenance on control systems & control
equipment, including electronic circuits & micro processor -40 man
days <3>.

- Familiarization with the basic principles of control systems software,


process coding, programming & instructions on how to correct,
modify and re-write programmes -30 man days <3>.

- Familiarization with start-up procedures, control during operation &


adjustment- 40 man days <3>.

<1> Managers & Senior personnel training.

<2> Supervisors & Section heads training.

<3> Supervisors, operators and maintenance staff.

31.4 STANDBY OPERATION

Quantity : 01 Job

Contractor shall be required to offer "Stand-by” Personnel to assist the client


during the first year of operation as mentioned below:

Senior members of each commissioning team shall attend at site for two
missions during the first year of operation. The first mission shall commence
immediately after completion of product trials and the second mission shall
commence about 6 months after completion of first mission. The missions
shall be of two months duration each.

The stand-by team shall place particular emphasis on ensuring that


correct operation procedures are followed by the plant operators & that
running adjustment are made correctly to the plant items, controls
& instruments. They shall also run two organized training sessions of four
hours each per week to strengthen the weak areas of plant management,
operation and maintenance.

31.5 SERVICE COVER

Quantity : 01 job

The Indian representative of the contractor shall attend the project for three
days each month throughout one year following commissioning/product

BANAS DAIRY VI-117 BIDDER


trial. These visits shall cover meetings, training, equipment adjustment, &
servicing. These visits shall not cover guarantee work, which shall be
undertaken separately.

The objectives of service covers are intended to ensure that the efficiency of
the plant is maintained at the optimum level and

 To help improve operating and maintenance procedures.


 To keep the plant adjusted for optimum energy efficiency, product
quality and minimum product losses.
 To arrange for service visits by specialists to inspect, service and carry
out reports.
 To carry-out and audit of plant operating efficiency at regular
intervals.

BANAS DAIRY VI-118 BIDDER


SLICE- B - TECHNICAL SPECIFICATIONS

1.0 ICE ACCUMULATION SYSTEM (ICE SILO)

- INDEGENIOUS /IMPORTED: IDMC MAKE FOR INDEGENOUS


AND TANKII OY FOR IMPORTED

Qty : 01 Set.

Function: Chilled water shall be provided from outdoor type ice silo
containing evaporators arranged for Ice accumulation.

Capacity & Duty: Ice silo (Outdoor type) should have a capacity to store
4129 Mcal @40 mm thick ice.

A GA Drawing and quality assurance plan shall be approved before


fabrication.

Brief details of the Ice silo:

Description Details for indigenous ice Details for imported


silo ice silo
Inner Diameter 3577 mm min. 3577 mm min.
Outer Diameter 3910 mm min. 3910 mm min.
Height 13710 MM min. 13710 MM min.
Inner shell 1st Layer - 3.6 meter, 5 thick For imported silo
thickness SS304, thickness of inner
2nd Layer - 7 meters, 4 mm shell ,top and bottom
thick SS304 shall be of 1.5 – 4 mm
3rd Layer - 3 mm thick, MOC thick SS 304 material
SS 304
Bottom – 5 mm thick SS304
Top – 3 mm thick SS304
Insulation Shell : 150 mm EPS (16-20 Shell : 150 mm EPS
Kg/Sq.M) in three layers each (16-20 Kg/Sq.M) in
50 mm thick three layers each 50
Top and bottom : PUF mm thick
injection of required thickness Top and bottom : PUF
having density 40 kg/m3 injection of required
thickness having
density 40 kg/m3
Outer shell SS 304, 2 mm welded For imported silo outer

BANAS DAIRY VI-119 BIDDER


thickness construction. cladding of silo shall
be in SS 304
corrugated sheet of 0.5
mm thick.

No of Evaporative 4 4
coils
Heat transfer area 747 Sq. M minimum 747 Sq. M minimum
Evaporative coil SS 42.4 mm diameter, 1.6 SS 42.4 mm diameter,
mm thick seamless pipe. 1.6 mm thick seamless
Length of the coil (however, it pipe. Length of the coil
shall not be less than 5700 (however, it shall not
RMT) shall be provided by the be less than 5700
supplier in its technical RMT) shall be
specifications. provided by the
supplier in its
technical
specifications.
Maximum 20 bar, Radiography test to be 20 bar, Radiography
working pressure done for 100% weld joints of test to be done for
the coil. 100% weld joints of
the coil.
Testing Coils shall be nitrogen Coils shall be nitrogen
pressure tested at 16 kg/m2 pressure tested at 16
pressure held for 24 hrs kg/m2 pressure held
for 24 hrs

Scope of Work

Design: The detailed design of the ice silo, all components, coil
arrangements etc is responsibility of the supplier. Drawing shall be
approved.

Constructional features: Double walled, insulated & welded construction of


good engineering design & practice. The only metal to metal contact between
the inner & outer shells shall be at the places where fitting for the tanks are
provided. At the Places where mild steel stiffeners are provided insulated
padding shall be fixed between the inner stainless steel shell & the
Stiffeners.

Finish : All welding joints are to be ground smoothly. All stainless steel
surfaces are to be polished to 150 grits. The radial of all welded & Permanent
attachment joints shall be at least 6 mm. At the bottom plate joint with the
cylindrical shell. The radial shall not be less than 25 mm.

Installation : It shall be Suitable for outdoor installation. The accessories


mounted shall be weather proof.

BANAS DAIRY VI-120 BIDDER


Inner cylindrical body : The inner Shell, top cover & Flat bottom shall be
Fabricated from stainless steel plates of thickness as mentioned above
conforming to AISI-304 Quality.

Outer Cylindrical body : The Outer Shell top cover & Flat bottom shall be
fabricated from stainless steel plates of thickness as mentioned above
conforming to AISI-304 Quality.

Insulation : The entire inner shell, top cover & flat bottom should be
insulated with 150 mm thick expanded polystyrene in two layers each 75
mm thick.

A. 150 mm heavy density expanded polystyrene having an average 1.35


kg/sq.cm compressive strength for the bottom, in two layers each of 75
mm.

B. 150 mm normal density expanded polystyrene having mean density 16


kg/cu.m for the shell & top in two layers each of 75 mm.

Test certificates from authorized laboratories shall be provide in support of


all physical properties of insulating material for each batch supplied.
Alternatively, insulation with high pressure injection of PUF of 40 Kg/cu.mt
density of equivalent thickness would be acceptable.

Accessories : Flanged outlet, flanged inlet, drain nozzles, return water


connection, ladder, railing, over-flow, sight glasses (08 Nos), equalizer
provisions between silos, Quick-fill & make-up water inlets on the header
shall be provided. Air vent of suitable size shall be provided to prevent
formation of partial vacuum during unloading &pressure during filling. The
air vent shall be vermin proof.

Stainless steel cleats shall be provided near top for fixing & hanging rope
ladder required during inspection of inner shell.

Man-way, inspection glass, light glass, thermo wells, lifting lugs, anchor
Points, stainless steel ladder etc. shall be provided as per standard design &
requirement.

Suitable structural members shall be provided as stiffeners to the inner shell


walls. These shall be adequate to prevent perceptible bulging of walls. All
mild steel surfaces shall be sand blasted to bare metal & spray galvanised.

All nozzles provide on silo shall be of stainless steel AISI-304 quality.

ICE accumulation arrangement : The coil shall be of stainless steel


seamless pipe of given thickness conforming to AISI-304 quality. The coils
are divided into several sections. The evaporator coils shall be designed to
suit the operation with pumped liquid refrigerant (overfeed system). Each

BANAS DAIRY VI-121 BIDDER


section of coil is supplied from the liquid header through a fixed metering
orifice to ensure even distribution of liquid Feed. The coils shall have positive
grade from the top supply to the bottom. The suction riser incorporating a
lift fittings.

Suitable type ice thickness sensors (minimum 8 nos) shall be provided in the
ice silo. Each evaporating coil shall have 02 sensors. These sensors shall be
connected to the separate ice thickness controlling system for auto operation
of the solenoid valves in the inlet ammonia lines. The ice thickness
controlling system (PLC based) shall have seamless integration with the
Central PLC/SCADA for smooth operation. It shall be responsibility of the ice
silo supplier to provide the necessary data/signals in the compatible format
so that ice thickness controlling system is seamlessly connected to the
central PLC/SCADA system of the refrigeration plant.

Determination of pipe sizes number of feed in each section & number of


sections in each silo is the responsibility of the suppliers. Drawings shall
have to be provided to the purchaser. Pipe velocities shall be such as not to
cause unreasonable pressure loss or noise & oil entrapment. Internal
supports & guides for fixing the coils shall have to be provided.

Tank Top Cover : The SS304 top cover shall be removable type and suitable
for outdoor location. It shall be water-tight & air-tight.

Agitator: An agitator fitted to each silo shall comprise a stainless steel


impeller on a vertical spindle with direct drive from a vertical spindle motor.
The geared motor shall be imported SEW make. The impeller shall be placed
inside the circulation pipe (rising flow) provided in the middle of the coil. The
agitator & motor shall be properly supported. The motor shall be weather
proof with degree of protection IP-55 & the motor assembly shall be fitted
with a removable protective cowl. The agitator capacity shall be suitable to
perform for uniform building of ice over the ice accumulation coils. Agitators
push button station & run pilot lights in the main switchboard.

Access : Provide a stainless steel ladder & walk-way giving access to the top
of silos, interconnecting platform in SS 304, 900 mm high hand rail on top.

Control system :

The silos shall be equipped with an automatic ice thickness device (PLC
based) (range 0 to 50 mm) of make TANKKI/ TH Witt/LABKO/IDMC make.
This device shall show the thickness of ice on a digital display both during
loading & unloading. The desired thickness of ice layer shall be set at the
control panel and also from the main SCADA & it shall be regulated
continuously without stages. The control panel shall have a facility to
regulate the operation of the ice silo system by means of a minimum ice
thickness level & maximum ice thickness level.

BANAS DAIRY VI-122 BIDDER


The ice thickness control system shall also be connected to central process
computer which shall monitor & record the functions of ice thickness control
system.

Operation of the ice silos is entirely automatic based on ice thickness


controller.

Following spares shall also be supplied alongwith Ice Silos:

Ice Thickness Sensor 04 Nos


Level Sensor 02 Sets

Supervision of installation and commissioning

Suppliers erection/commissioning engineer shall remain present and


provide necessary guidance during following installation activities to be done
by SLICE A contractor:

 Unloading of the silo and guide/ coordinate unloading of the silo from
trailor and its safe installation on the foundation.

 Piping (refrigerant, chilled water, make up water, over flow line etc)
pertaining to ice silo

 Installation of the Ice thickness control panel with required cabling and its
smooth integration with main plant PLC/SCADA. Required technical
support and manpower for the same if required by Slice-A contractor

BANAS DAIRY VI-123 BIDDER


LIST OF APPROVED MAKES OF BOUGHT OUT ITEMS

Description Make

Ammonia compressors GRASSO/ MYCOM –Fully imported skid


Ammonia based oil cooling
system for ammonia compressors GRASSO/ MYCOM – Fully imported
(existing)
Electric Motor Siemens / ABB / Bharat Bijlee/ Crompton
Greaves
Leroy Somer/Scorch/Toshiba – for
compressor
Electronic soft starter Siemens / Allen Bradley /Danfoss

VFDs Rockwell/Siemens/Danfoss

Evaporative Type condensers Evapco /Baltimore -Fully imported

Liquid ammonia pumps Witt /Hydrodyne

Ammonia PHE Evaporator IDMC Limited/ Alfa Laval

Ice silo (Imported) TANKKI OY Finland

Ice silo (INDIGENOUS) IDMC

Ice thickness sensor TANKKI / TH Witt / LABKO/IDMC


Ritech/HANSEN/ PARKER
Automatic air purger

Air Handling units for cold rooms Goedhart/ Kuba

Chilled water pumps GRUNDFOS / KSB


Decorative type FCUs for air
Carrier /Voltas/Blue Star
conditioning (2 TR)
FCUs for air conditioning (5 TR) Carrier /Star coolers

Water Pipes TATA / Jindal

In situ PUF insulation Lloyds / Beardsell / Frick


Sandwitch panel insulation for Jindal Meclec/Lloyds / Rinac /Beardsell/
cold rooms Frick
Cold store doors Metaflex / Rinac

Air curtains Russel/Raden/Simurg

BANAS DAIRY VI-124 BIDDER


Description Make

PVC strip curtains AVALANI/EQUIVALENT

Saddles for cold insulation Supertherm (Lloyds) / Beardsell

Refrigerant / Oil pipes TATA / Jindal /Kalyani /MSL

Ammonia valves REVALCO / DANFOSS

Water valves Saunders / Audco / BDK / Intervalve

Structural Steel SAIL / TISCO /RINL / ESSAR

Flow Switch Danfoss/ Honeywell


Pressure switch / Pressure
transmitter / Liquid level
controller / LP/HP/OP Cut-outs /
Danfoss / Parker
Solenoid valves / Back pressure r
Regulating valve / Thermo stat /
humidistat
Automation system Rockwell /Siemens

Intelligent motor protection relay Rockwell/Siemens

PCs HP/Dell/Lenovo
Reflux type ammonia liquid level
Revathi / RK Dutta
gauge
Dial type Pressure/ Temperature
H.GURU / PRICOL / FIEBIG/ WARREE
gauges
Digital temperature sensors/
Yokogawa /Chino / Tata Honeywell
indicator / controller
ACB/ MCCB SIEMENS/ L&T

Switch fuse units SIEMENS/L&T

MCB HAGER/SIEMENS/MDS-LEGRAND
LT XLPE Aluminium armoured Torrent/CCI/ FINOLEX / POLYCAB /RPG
cable (From PCC to IMCC) ASIAN
LT XLPE copper cables (From
IMCC to individual motors) Lapp/ Concab/Esbee
armoured cable
Lapp/Concab/CCI/ FINOLEX / LAPP KABEL
Control cables
/ POLYCAB /RPG ASIAN/ESBEE
Protective relays / Over-load
L & T/SIEMENS/ SCHNEIDER/ABB
relays / Contractors/ Timer /

BANAS DAIRY VI-125 BIDDER


Description Make
MPCB

L&T/SIEMENS/SCHNEIDER/ABB/TECHNIC
Push button
/ VAISHNAV / GE
L&T/SIEMENS/ BINAY/ PRECIFINE /
LED type indication lamp
TECHNIC/ VAISHNAV
Terminal block WAGO / LAPP INDIA /CONNECTWELL

HRC fuse L & T/SIEMENS /EE/GE POWER / C&S

Measuring instruments L&T / Enercon / CADEL / IMP/ MECO / AE

Current transformer KAPPA/ IMP/ MECO/ AE

Rotary switches L&T / SIEMENS/ SALZER /TECHNIC

Capacitors UNISTAR/ MEHER/ SIEMENS /EPCOS

Lugs DOWELLS/ COMET / LAPP KABEL

Gland DOWELLS/ COMMET / LAPP KABEL

Mechanical Interlock L & T/ SCHNEIDER/ ABB


LT Energy meter/ Digital
L&T/ ENERCON/ INDIAMETER /CADEL
Voltmeter / Ammeter
Vapour proof Light fittings for
Philips / Wipro /Bajaj
cold store /deep freezes
UPS Emerson-Liebert / APC /Hirel

SMF Battery Global – Yuasa / Panasonic / Exide

Plug & Socket Legrand / Clipsal / Northwest

Control room furniture Govardhandas /Godrej/kuewanee/Pyrotech

Control room Chairs Godrej /HOF


RADIX
RTD sensor
SWITZER / IFM
Flow switch

Harmonic filters APC/ EMERSON / AMTECH

While execution, choice of make would be made from the preferred list. Makes
and model shall be approved by the purchaser expeditiously.

BANAS DAIRY VI-126 BIDDER


BATTERY LIMITS

Item Purchaser’s Scope Supplier’s Scope

Civil works Necessary foundations for Supply of foundation bolts along with
equipment based on the template, sub base, motor slide rails
details provided by the and all other required erection
equipment. materials.

Patch up/finishing works. Civil work pertaining to the cable


laying, earthing pits, grouting of
various foundation bolts and filling of
the gap between the foundation and
equipment base frame/base with
Masonry cable trench in special EP2 grounding cement, cut-
plant room. openings in the wall, ceiling etc.

Rectification of defective work


resulting from incorrect/delayed/ in-
sufficient information provided by the
supplier.
Water lines Soft/RO/Raw water Distribution to all the equipment
supply up to outside considered under refrigeration plant
Refrigeration section. as per the requirement of the
process.

Drain lines Main drains in the The drains from all new equipment
refrigeration plant shall be extended and terminated at
the nearest drain point available.
Chilled water Chilled water supply Supply header: A common chilled
lines header from outlet of the water header at the outlet of the
common discharge chilled water supply pumps with a
header at the chilled stop valve.
water supply pumps to
plant and return line up All the chilled water piping from
to inlet of Balance tank. chilled water balance tank to PHE to
ice silo to chilled water supply
pumps, chilled water supply header
at the outlet of the pumps with flow
meter , chilled water balance tank to
ice silo etc.

Tapping of chilled water lines from


the nearest available header (supply
and return ) for FCUs and AHUS for
air conditioning of the various control

BANAS DAIRY VI-127 BIDDER


Item Purchaser’s Scope Supplier’s Scope

rooms and MCC rooms , plant office,


laboratories etc.

Power Power shall be made Laying of power cables from PCC to


available at the PCC IMCC and from IMCCS to respective
located at sub station. consumption points/loads.

For cold room lighting Laying of power cables from the


power shall be made lighting panel to DB and further to
available at the lighting switch board etc.
panel in the main plant
building.
Refrigeration Entire refrigeration piping (refrigerant
piping water and oil) for the new equipment
included in the scope of this bid.
Automation Total refrigeration plant automation
and MIS system including integration
with dairy plant automation/MIS
Structural RCC foundation for The access ladder and protective
condenser hand railing on platform (all in
galvanized steel construction) for
condenser platform.

Cable trenches with All pipe line supports, supports for


nosing angles inside all equipment inside the building as
buildings well as outdoor equipment and
structural platform

Necessary cable trays & supports


required inside the trenches
including grouting and chequered
plates for trench cover.

Condensers shall be installed on the


RCC platform. Necessary structural
work to rest the condenser with
required platforms is in the scope of
the supplier. The complete structure
shall be hot dip galvanized.

BANAS DAIRY VI-128 BIDDER


MAJOR RESPONSIBILITIES OF CONTRACTOR & PURCHASER

1.0 Responsibilities of contractor

It is not the intent of these technical specifications to specify completely all


details of design & fabrication of any plant/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 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.

The contractor shall be responsible to undertake all work involved in


implementing the project within their battery limits. This shall include but
not limited to design, manufacture, supply, installation and commissioning
of the entire project component including process equipment, process pipe-
work, utilities equipment, services pipe-work, electrical equipment, power
cabling, instruments and controls, instrumentation & control cabling,
pneumatics, and automation. Also all necessary supports, support
structures, cable ducts, trenching, conduits etc. required to complete the
installation and to meet the purchaser high standards are included. No
exclusions of any nature are acceptable, other than those detailed in this
document to be in the supply of purchaser, or in the scope of one of the
other Tender Packages.

In particular the Supplier shall be responsible for :

• Developing the process design, complete engineering design,


manufacture and/or supply of all goods and services and ensuring best
performance of individual equipment/system/ process plant as a whole.
The supplier shall avail the assistance of reputed specialists in their
respective fields, wherever required.

• Development of Automation schemes, software, interfaces etc. and their


incorporation in the project to the entire satisfaction of the Purchaser.

• Providing purchaser with technical data, technical literature, production


and service load calculations.

BANAS DAIRY VI-129 BIDDER


• Arranging for approvals from various statutory authorities on behalf of
the purchaser. The statutory fees shall be reimbursed by the purchaser
on production of receipts.

• Providing first charge of refrigerant, oil, lubricants and consumables.


First charge means that these items shall be replenished until the
successful completion of plant trials.

• Execution of the project in accordance with the prevailing Indian


Standards, Indian Electricity Rules, Indian Explosives Act, Indian
Factories Act, Indian Pollution Act and any other Act which may be
relevant to the project and obtaining approvals thereof. Wherever Indian
Standards are not available the bidder shall follow International
Standards.

• Adequate protection of equipment stored in open within the project site


premises.

• Ensuring satisfactory performance and After-Sales service of all items


included in the scope.

• Test equipment, test kits, instrumentation & materials required for


establishing performance parameters.

• Fire detection and alarm system for control rooms and supply of fire
extinguishers at all strategic points as per statutory requirement for the
building where the equipment under this package would be installed.

• Necessary man-power, construction equipment and tools required to


undertake all work involved in tender package.

• Insurance coverage against mishaps including due to fire, lightning etc.

• Arrangement of proper and adequate lighting at work places.

• Ancillary services like spares inventory for testing & trial runs,
maintenance schedules, special tools/tackles etc.

• Testing, commissioning and operation of the plant during production


trials to the satisfaction of the purchaser.

• Performance guarantees with regard to the following :

a. Rated performance of section(s) and complete system(s).

b. Product quality standards conforming to the prevailing International


Standards.

BANAS DAIRY VI-130 BIDDER


c. Consumption of utilities for section-wise individual equipment and for
the complete system.

d. Establishment of product losses

• Training of purchaser personnel in use and management of the


automation systems, plant operation and control, maintenance and
repair of systems and equipment

2.0 Responsibilities of purchaser:

• Details of civil design, building layout and drainage and sewage disposal
details.

• Document on local site conditions related to climate, access and


communications.

• Temporary water and power supply at one point within the dairy
premises, if available, on chargeable basis for power and water without
chargeable basis.

• Lighting and domestic wiring system and internal telephone system


including the switch boards for lighting

• Lockable store, if available, for storage of expensive materials within the


dairy premises. Otherwise contractor has to arrange on its own.

• Engineering personnel to liaison with the supplier, Project Manager and


the execution team.

• Lightning protection system of building.

• Permanent water and power supply at the time of commissioning of the


plant.

• Adequate staff including operators, supervisors and engineers for testing,


commissioning and product trials.

• All buildings including roads, drainage and minor civil works after and
during plant execution.

• Provision of and cost of services, raw products, packaging materials


& chemicals (if available in the country).

BANAS DAIRY VI-131 BIDDER


GENERAL GUIDELINES

1.0 General Specification:

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

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 installed outside the building shall have GI shrouds. Shrouds
should be easily removable and should allow free air circulation as well as
entry of electrical cables.

Suitable safety guards should be provided wherever required.

Makes of various equipment/components shall be selected out of the makes


given in the tenders by Purchaser mutually after considering their merits.

All weld joints shall be ground smooth. All corners should be well-rounded.

Wherever a "Lot" has been indicated a detailed list shall be provided by


the Contractor.

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 conform to SMS standard.

Detailed preventive maintenance schedules as well as operational manuals


of all equipment shall be provided by the contractor 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.
• Equipment-wise details, operational instructions, maintenance
procedures and schedules.
• Plant start-up, commissioning, normal operation, and emergency
operation.
• Trouble-shooting.
• 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:

BANAS DAIRY VI-132 BIDDER


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

2.0 Automation:
The automation system shall be dispatched to site only after testing by
simulation.

3.0 Bid Structure of Technical Section:

A. General:

This part of the tender document defines the way the bidders are required to
structure the presentation of the technical section of the bid.

All the technical data required by the tender is to be provided in the format
given in this section. If no format is given for any specific item the bidder
may request formal approval of their own format at the bidders meetings.

Any bidder not following the required bid document structure or


presenting technical data that is not the required format is liable to be
deemed non- responsive.

B. Proposed Structure

The technical section of the bid is to be structured in the same order as the
tender document. Each statement is to be numbered with the same sub-
section & paragraph number as in the tender document. Every page of the
document of the bid is to be numbered using the pre-fix of the sub-section
and the suffix of the page no. The general structure is, therefore, to be as
below:

Sub-section : Subject : Table of contents.

1. : Introduction.
2. : Responsibilities.
3. : General specifications.
4. : Design Basis.
5. : Project Management.
6. : List of equipment and specifications.
7. : Deviations from technical requirements.
8. : Additional items.
9. : Drawings and tables.
10. : Battery limits.

BANAS DAIRY VI-133 BIDDER


The bidder shall cover each requirement of the tender document by
statements technical data & descriptive material and, in particular to detail
the following:

Introduction

The bidder is to describe his technical proposal in detail, stating the


processes and systems which he has applied in designing the plant. Also to
highlight any special technical innovations that the bidder proposes to
include in the plant that will improve the performance, reduce the
operating cost, or improve product quality. Any such highlights should be
cross referred with the bid sub-section and paragraph number as applicable.

Responsibilities

Responsibilities of the Contractor :

The bidder is required to specifically state his acceptance or non-acceptance


of each clause in this subsection. Non-acceptance shall be deemed a
deviation from the tender, and should be mentioned in the Technical/
Bidding Terms Deviations in the bid.

Responsibilities of Purchaser :

The bidder is required to state here any additional responsibilities that he


considers or to be borne by Purchaser besides those described in the tender.

General Guidelines

The bidder is required to provide information asked for in this sub-section.

Design Basis

The bidder is required to follow the design basis in the tender, and
indicate clearly where additional processes or alternative processes or
equipment are considered to be necessary for achieving the optimum plant
operating efficiency and optimum product quality within the standards
specified.

Under the utilities quantify the peak and daily load of each utility & cross
refer this to service load histograms that are to be provided with this bid.

Project Management

Time Schedule

The contractor is to state in this sub-section the proposed programme of


implementation from receipt of order to commencement of product trials, in
the form of MS Project, project Bar chart or PERT network.

BANAS DAIRY VI-134 BIDDER


Management Team

The contractor is to detail the make-up of the management team in terms of


designation, qualifications & proposed man months of attendance in
accordance of this section of the tender. Also it is to quantify the support
that will be given by foreign collaborators, with designation and man-months
attendance in India & at site. The bidder is to ensure that the following
sections are fully detailed and quantify the duration and man-power applied
to each.

• Execution
• Commissioning.
• Product trials.
• Training.
• Stand-by operation.
• Service cover.

List of equipment and specifications

The bidder is required to follow the sequence of tender document in each of


the sections/sub-sections for which he bids, & make a statement on each
paragraph. No item is to be left without a clarifying statement.

Deviation from technical requirements

All technical deviations are to be stated. This is mandatory, and failure to


comply will make the bid liable to be deemed non-responsive.

Additional Items

The bidder should include additional items as anticipated by him, however,


acceptance of any/all the items shall be at the discretion of Purchaser.

Drawings & Tables

The list of drawings and technical documents required for technical


evaluation are included in this subsection. This includes a number of data
sheet formats to be completed by the bidder. The completion of these
formats is mandatory, and failure to comply will make the bid liable to be
deemed non responsive.

Battery Limits

BANAS DAIRY VI-135 BIDDER


Any point in the battery limits that are not clear to the bidder should be
raised for clarification.

PROJECT MANAGEMENT

1.0 Time Schedule :

The project execution shall be time-bound as per the mutually agreed time
schedule which would not exceed 8 months FOR SLICE A AND 6
MONTHS FOR SLICE B from the date of signing the contract to
commissioning of the plant i.e., up to commencement of refrigeration plant
with production load and service load trials.

The Project Manager will provide the Purchaser’s Project in charge with
monthly progress reports which clearly indicate the actual Vs. planned
progress and the new likely completion dates of supply, erection,
commissioning and product trials.

The project staffing pattern shall be submitted with the offer and should
include sufficient personnel to meet the execution time schedule.

Details of documentation to be submitted shall be according to the overall


project programme.

2.0 Management Team:

A competent execution team shall be deputed at site and shall be headed by


a Project Manager who shall be adequately experienced in Project
Management of such magnitude and type. The Project Manager shall avail of
assistance from reputed experts in various fields who shall be directly
responsible for satisfactory execution.

The Project Manager shall be responsible for overall implementation of the


entire project, from commencement to the final takeover of the plant.

Services of a Project Engineer shall be ensured for the day to day


operations and co-ordination to ensure successful and satisfactory design,
procurement, manufacture, inspection, erection, testing & commissioning of
all the equipment/ facilities/ systems within the time-bound schedule.

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

The Project Manager shall be responsible for detailed material accounting at


site and management of the store maintained at site.

BANAS DAIRY VI-136 BIDDER


The Purchaser shall nominate a Project In charge with whom the supplier
shall generally communicate/co-ordinate.

The contractor has to fully authorize the Project Manager to take on-the-spot
decision with regard to :-

a) Modification in layout and execution programme to suit local


conditions.

b) To purchase essential materials from local market to avoid delays.

For smooth execution of the project, a team of Project Manager and Key
Personnel shall remain consistent throughout the execution period.

After satisfactory erection and testing, competent commissioning team shall


be deputed to establish the performance parameters for a specific period.

3.0 Approvals:

Approval on technical documentation (with or without specified


amendments) shall be given by Purchaser within ten working days after
submission. The amendments which are not in the original scope of work or
due to changes in concept, shall be taken up by the supplier as per
mutually agreed rates to be decided before execution, and shall be
binding on the supplier.

Supplier shall obtain approval for purchase of specific makes of equipment


whose makes are not mentioned in his offer.

All the detailed design calculations regarding the selection of equipment


sizes, system types, etc. shall be submitted to Purchaser for their specific
observation and record.

4.0 Inspection:

For indigenous items, the supplier shall invite Purchaser for inspection and
preliminary testing. The inspection may be required at various stages of
manufacture/assembly for some items. However, for imported items where
the inspection has to be done abroad, the supplier shall do the inspection at
his cost and submit the necessary test certificate.

5.0 Site work & Installation:

Protection of electronic equipment :

BANAS DAIRY VI-137 BIDDER


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

6.0 Commissioning:

After satisfactory erection & testing a competent team shall be deputed to


commission the plant & to run product trials & to establish performance
parameters. Commissioning means the stabilized operation of the plant.

TESTING AND COMMISSIONING

COMMISSIONING

Special condition of contract –Mechanical installation shall apply with


following:

The Supplier shall supply the refrigerant, oil, grease and other
consumables required for initial, charging and make-up filing,
during the commissioning period. Liquid ammonia charging system
shall be provided as mentioned below.

Liquid ammonia charging system


The system shall be located outside the compressor room suitable to
charge ammonia from the cylinder and shall consist of following
items:
• Two sets of quick mounting attachment each with stop cum
check valve, flexible piping and end connection suitable for the
cylinder and charging port of ammonia loading station.
• Ammonia pressure gauge.
• Filter

TESTING

Each individual system component shall be satisfactorily tested prior


to commissioning of the refrigeration plant, in the presence of the
Purchaser's engineer, and a complete record shall be maintained:

All piping shall be tested after erection, and before insulation, refer
Special Conditions of Contract – Mechanical installation (IV-III)

Electrical panels, switchgear, motors, cables and earthing, remote


control panels, central processing units, etc. shall be tested.

BANAS DAIRY VI-138 BIDDER


Test certificates required from statutory authorities shall be obtained
by the Supplier sufficiently in advance to ensure no hinder to the
progress of work.

The Supplier shall demonstrate proper working of all mechanical and


electrical control, safety and protective devices.

Special requirements:

The details of the testing pressure for the refrigeration system


are mentioned below:

Before going for testing the system, the internal surfaces of all
equipment including piping shall be thoroughly cleaned and flushed
out.

After flushing all the piping shall be tested before insulation.

• Suction lines (low side) at 16 kg/cm2 with Nitrogen for 24 hrs with
no pressure drop.

• Discharge lines (high side) at 24 kg/cm2 with Nitrogen for 24 hrs


with no pressure drop.

Vacuum test at Absolute vacuum for 48 hrs. Without any rise in pre

7.0 PERFORMANCE TEST & GUARANTEES

Performance test :

The supplier is required to detail the documentation proposed for


performance test of all major equipments. This shall detail the guaranteed
vs. actual throughput or output or performance (as relevant) and the
tolerance of accuracy. Also the test methods proposed to demonstrates that
these guarantees have been met :

Formats of Guarantees :

a) Guarantees for throughput of all equipment of plant supplied


b) Weight and measurement tolerance

Formats for performance tests :

a) Procedure for carrying out the tests


b) Method of measurement
c) Test durations
d) Evaluation methodology

BANAS DAIRY VI-139 BIDDER


PERFORMANCE PARAMETERS AND TEST PROCEDURE :

General Test Procedure

The test upon completion of commissioning shall be conducted as per tender


conditions.
On completion of stabilization & commissioning of the plant, the plant will
be operated at full capacity to the satisfaction of the purchaser. This shall be
achieved as follows :

Plant trials: On completion of the of trials the plant shall be operated at


rated capacity for 30 days of continuous operation. For this purpose the
plant sections shall be considered as :

- Ammonia compressor
- Evaporative condenser
- Ice silo
- Chilled water pumps
- Refrigerant based oil coolers
- Forced draft coolers
- Automation & electrical
- Specific power consumption per TR of refrigeration
- COP of compressors

If shut down occurs due to external Force Major reasons after 16 hours of
operation in any day, this shall be considered as a full day of testing. If at
less than 16 hour of operation, the trials shall be continued for an additional
full day.

Process performance guarantees

If the plant or any part thereof does not give the agreed process performance
and consumption guarantees during the warranty period due to reasons
attributable to the supplier, the supplier shall, subject to 2 below, the
action shall be as below:
1 Equipment performance : The satisfactory performance for the
equipment/processing plant will be considered achieved if the new
equipment operates above 98% of the rated capacity declared by in the offer.
If performance is between 95% and 98% of the rated capacity, penalty will be
calculated at 1% of Rs. Value of the contract per 1% of shortfall.
If performance is below 95%, the contractor will be required to upgrade the
plant or replace the plant to comply with the above performance criteria.
Otherwise the plant/equipment will be deemed unacceptable.

BANAS DAIRY VI-140 BIDDER


2 Service requirement : If measured demand of service in the plant is less than
103% of the consumption declared by the contractor, the buyer will accept
that the service requirements has been achieved.

If the requirement of any of the services in the plant is between 103% and
105% of the declared demand, penalty will be charged at 0.33% of Rs. Value
of the contract per 1% rise 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 like power, water shall be considered.

If the measured demand for service and energy is above 105%, the
contractor will be required to upgrade the plant or replace the plant to
comply with the declared performance criteria. Otherwise the plant will be
deemed unacceptable.

UTILITY CONSUMPTION GUARANTEE (To be given by bidder along with


technical bid)

BANAS DAIRY VI-141 BIDDER


APPENDIX-I

APPLICABLE INDIAN STANDARDS

A. MECHANICAL

IS: 660 Safety code for mechanical refrigeration

IS: 661 Code of practice for thermal insulation of cold storages

IS: 662 Anhydrous ammonia

IS:702 Industrial bitumen

IS:778 Gunmetal gate, globe and check valves for general purposes

IS:1703 Ball valves including floats for water supply purposes

IS:1239 Mild steel tubes, tubular and other wrought steel pipe fittings

IS:2041 Steel plates for pressure vessels used at moderate and low
temperatures

IS:2379 Colour code for the identification of pipelines

IS:2494 V-belts for industrial purposes

IS:2629 Hot-dip galvanizing of iron and steel

IS:2825 Code for unfired pressure vessels

IS:3233 Glossary of terms for safety and relief valves

IS:3503 Steel for pressure vessels and welded structures

IS:3601 Steel tubes for mechanical and general engineering purposes

IS:3615 Glossary of terms used in refrigeration and air-conditioning

IS:3624 Pressure and vacuum gauges

IS:3696 Safety code for scaffolds and ladders

IS:4049 Formed ends for tanks and pressure vessels

IS:4503 Shell and tube type heat exchangers

BANAS DAIRY VI-142 BIDDER


IS:4544 Code of safety for ammonia

IS:4671 Expanded polystyrene for thermal insulation purposes

IS:4736 Hot-dip zinc coating on steel tubes

IS:4831 Units and symbols for refrigeration

IS:4984 HDPE pipes for potable water supplies, sewage and industrial
effluents

IS:5428 Gauge glasses

IS:5905 Specification for sprayed Aluminium and zinc coating on iron and
steel surfaces.

IS:6392 Steel pipe flanges

IS:8008 Injection moulded HDPE fittings for potable water supplies

IS:8172 Vertical steel ladders

IS:8188 Treatment of water for industrial cooling systems

IS:9520 Nominal sizes for valves

IS:9623 Selection, use and maintenance of respiratory protective devices

IS:9762 Polythene floats for ball valves

IS:9890 General-purpose ball valves

IS:10005 SI units

IS:10234 Recommendations for general pipeline welding

IS:11132 Ammonia valves

IS:11329 Finned type heat exchanger for room air conditioner

IS:11330 Refrigeration oil separators

BS:3059 MS tubes for vertical condenser

B. ELECTRICAL

IS:325 Three-phase induction motors

IS:248 Electrical measuring instruments and their accessories

BANAS DAIRY VI-143 BIDDER


IS:2705 Current transformers

IS:2968 Dimensions of slide rails of electric motors

IS:3480 Flexible steel conduits for electrical wiring

IS:4064 Air-break switches

IS:8544 Motor starters for voltages not exceeding 1000 V

IS:9537 Conduits for electrical installation

IS:10028 Selection, installation & maintenance of transformers

IS:10118 Selection, installation & maintenance of switchgear & control gear

SP: 30 National Electrical Codes

Other standards to be followed for electrical work are listed in

Special Conditions of Contract for electrical installation Part-IV, Annexure IV.

Latest revisions shall be followed in all cases.

C. DUCTING, DUCT INSULATION FOR AIR-CONDITIONING SYSTEM

IS:655 Specification for metal air duct.

IS:227 Specification for galvanized steel sheet.

SMACNA Sheet metal and air-conditioning contractors, National Association


Standard for low velocity and high duct construction.

D. REFRIGERATION PIPING AND HEAT TRANSFER COMPONENTS - ASME B31.5

Note : Wherever IS codes not available, relevant standard codes of ASME/ASHRAE /


IIAR or other International codes are to be followed.

BANAS DAIRY VI-144 BIDDER


APPENDIX 2

PROJECT INFORMATION AND BASIS OF DESIGN

1. Project Information

Plant name : KANPUR Dairy plant

Address : Bulk plot


Jainpur Ext Ind Area,
Kanpur Dehat,
Uttar Pradesh

2. Electricity supply voltage : 415 V, + 10%, 3 phase & Neutral,


50 HZ + 2.5%, AC Supply

3. Site ambient conditions

Summer Monsoon Winter


Ambient Dry bulb
43.3 32.2 24.6
temperature in Deg C

Ambient Wet bulb


25.6 28.3 10.6
temperature in Deg C

4. Proposed refrigeration plant:

4.1. The proposed refrigeration plant at Kanpur Automated Dairy Plant shall
catering the refrigeration loads as under;

• Direct expansion system for various cold storages/rooms.


• Ice water to various chilling, processing and cooling requirements of
dairy plant.

4.2. The proposed refrigeration plant shall be equipped with screw compressors
along with following major equipment as per following list.

BANAS DAIRY VI-145 BIDDER


Sl.
Description of equipment
No.

1 Skid mounted ammonia compressor package - imported


1.1 High Stage screw Make GRASSO / MYCOM
compressor -5/-2
Deg C SST / 40 Deg SCREW
C SDT Type COMPRESSOR
PACKAGE
Model Bidder to specify
Refrigerant Ammonia (R-717)
1048/ 1168 KW
minimum
Capacity

Motor rating in KW Bidder to specify


Saturated suction
-5 Deg C
Temp
Condensing
+40 Deg C
temperature (SDT)
Speed 2950 RPM
Oil Cooler rating Bidder to specify
Total Oil flow Bidder to specify
Economizer rating Bidder to specify
Discharge Temp Bidder to specify
No. of compressors 3 Nos
1.2 High Stage screw Make GRASSO / MYCOM
compressor -15 Deg SCREW
C SST/ 40 Deg C Type COMPRESSOR
SDT PACKAGE
Model Bidder to specify
Refrigerant Ammonia (R-717)

Capacity 220 kW minimum

Motor rating in KW Bidder to specify


Saturated suction
-15 Deg C
Temp
Condensing
-5 Deg C
temperature (SDT)
Speed 2950 RPM

BANAS DAIRY VI-146 BIDDER


Bidder to specify
Oil Cooler rating
Bidder to specify
Total Oil flow
Bidder to specify
Discharge Temp

No. of compressors 1 No
2 Evaporative Heat rejection 14,00,000 kCal/Hr
condenser capacity (Minimum)
EVAPCO /Baltimore
/WXR (Imported,
Make
complete factory
assembled unit)
Design WBT 28.4 Deg C
Condensing Temp 37.0 Deg C
Air flow Bidder to specify)
Fan motor/Nos Bidder to specify
Water flow rate Bidder to specify
Bidder to specify
Evaporation rate
Bidder to specify
Pump motor
No of condensers 3 Sets
3 HP liquid ammonia
Type Horizontal
receiver
No. of receivers 2 Nos
Capacity (Holding) 5000 Litres
4 Priority vessel for
thermo siphon oil 01 No
cooling system
5 Common economizer
for -5 Deg C 1 No
compressors (HS).
6 Common economizer
for -2 Deg C 1 No
compressors (HS).
7 LP Accumulator
(-2 Deg C SST Type Vertical, Cylindrical
system)
Quantity 01 No
8 Ammonia pump
with motor for -2
Make WITT
Deg C LP
Accumulator

BANAS DAIRY VI-147 BIDDER


Type Centrifugal
Model GP-52/ Equivalent
Capacity 13 m3/hr
Head 36 M
Motor rating Bidder to specify
Circulation ratio 4.0
No. of pumps 2 Nos (1W + 1S)
9 LP Accumulator
common for ice
silo/Milk/BM/Panee
Type Vertical, Cylindrical
r cold room
(-5 Deg C SST
system)
Quantity 01 No
10 Deleted
11 Ammonia pump
with motor for -5
Deg C LP
Make WITT
Accumulator for ice
silo/Milk/BM/Panee
r cold room
Type Centrifugal
Model GP-52 / Equivalent
Capacity 13 m3/hr
Head 36 M
Motor rating Bidder to specify
Circulation ratio 4.0
No. of pumps 4 Nos (3W + 1S)
12 Deleted
LP Accumulator
13 (-15 Deg C SST Type Vertical, Cylindrical
system)
Quantity 01 No
14 Ammonia pump
with motor for -15
Make WITT
Deg C LP
Accumulator
Type Centrifugal
Model GP-52 /Equivalent
Capacity 13 m3/hr

BANAS DAIRY VI-148 BIDDER


Head 36 M
Motor rating Bidder to specify
Circulation ratio 4.0
No. of pumps 2 Nos (1W + 1S)
15 Oil rectifier for –5, –
15 & -2 Deg. C 04 nos
system
16 Air purger -
Suitable 01 no
automatic
Make RETECH
Type Automatic
17 Ice water system
17.1 PHE pre chiller Type Suitable
IDMC- Sondex
Make
/ALFALAVAL
Model Bidder to specify
Refrigeration Capacity 930000 kCal/Hr
Water flow rate 300000 LPH
Water Inlet / Outlet
5.0 / 1.9 Deg C
Temp.
Ammoina SST - 2 Deg C
Pr drop water side 0.5 Kg/cm2 Max
Design/ Test Pr Water
4.0 /6.0 Kg/cm2
side
Design / Test
pressure Ammonia 16.0 /24.0 Kg/cm2
side
MOC of plate SS316, 0.6 mm thick
MOC of Frame IS 2062, Gr.B
Heat transfer area
Bidder to specify
(Min)
No of prechiller 1 No
17.2 Installation of Ice silo
with structure and Job 01
platform
4129 MCal @40 MM
Capacity
Ice thickness
Coil RMT 5300 mtrs.(Minimum)
No. of circuits 4
No. of Ice Silo 1 No.

BANAS DAIRY VI-149 BIDDER


18 Chilled water pump
with motor to
process and air Make GRUNDFOSS/KSB
conditioning
requirement
Type Vertical in line
Model Suitable
Capacity 120 m3/hr
Head 43.3 MWC
Rated power Bidder to specify
Impellers 2
Stages 2
Pump housing and
MOC
impeller of SS316
Motor Bidder to specify
No. of pumps 5 Nos
19 Balance Tank for
Type Horizontal
chilled water
Capacity 15000 L
No of tank 1 No
20 Chilled water pump
Make GRUNDFOSS/KSB
to Ice Silo
Type Vertical in line
Model Bidder to specify
Motor rating Bidder to specify
Capacity 150 m3/hr.
Head 30 MWC
No. of pumps 2 Nos (1W+1 S)
21 Chilled water pump
Make GRUNDFOSS/KSB
for PHE
Centrifugal, end
Type suction, back pull out
type split casing
Model Suitable
Capacity 300 m3/hr.
Head 30.2 MWC
Rated power Bidder to specify
Pump housing and
MOC
impeller of SS316

BANAS DAIRY VI-150 BIDDER


Motor Bidder to specify
No. of pumps 2 Nos (1W+1 S)

22 Forced draft coolers


22.1 Forced draft coolers
GEA-GODHART /
for Milk/BM/Curd Make
GEA- KUBA
Cold Store
Heat transfer
13 TR each
Capacity
Evaporating temp - 5 Deg C
Speed 900 RPM
Air Volume flow Bidder to specify
Air throw 38 m
Surface area Bidder to specify
Fin spacing 7.0 mm
No. of axial fans in
Two
each unit
Motor rating for each
Bidder to specify
fans
Tubes : SS
Fins : Aluminium
Casing : Powder
MOC coated Galvanized
steel
Drain tray : SS-
Insulated
No. of units in cold
12 Nos
room.
22.2 Forced draft cooler GEA-GODHART /
Make
for Curd Blast room GEA- KUBA
Heat transfer
25 TR each
Capacity
Evaporating temp - 15 Deg C
Speed 1320 RPM
Air Volume flow Bidder to specify
Air throw 32 m
Surface area Bidder to specify
Fin spacing 7.0 mm
No. of axial fans in
Two
each unit
Motor rating for each
Bidder to specify
fans

BANAS DAIRY VI-151 BIDDER


Tubes : SS
Fins : Aluminium
Casing : Powder
MOC coated Galvanized
steel
Drain tray : SS-
Insulated
No. of units in cold
2 Nos
room.
23 Air conditioning
system
23.1 Chilled water based Make Carrier / Voltas /
Fan coil units for Blue Star
various rooms
(Control room and
Laboratory and plant
offices etc)
Model Suitable (Chilled
water based)
Cooling capacity 8100 W
Air flow at full speed 1360 CFM
Power supply 230 V
Fan type Direct driven, forward
curved centrifugal fan
Fan MOC Galvanized steel
Nos of Fan 2 nos per unit
Fan power 175 W
consumption
Cooling water flow Bidder to specify
Coil SS coil with
Aluminium fin
Arrangement Ceiling suspended
Drain Pan SS construction duly
insulated
No. of Units 21 Nos
23.2 Chilled water based Make Carrier / Star cooler
Air Handling units / voltas
LMP- MCC Room- 01
no
BM section MCC
room- 01 no
CIP MCC room- 01
no
Pouch packing MCC
room-02 No

BANAS DAIRY VI-152 BIDDER


Model Suitable (Chilled
water based)
Cooling capacity 5 TR each
Fan type Direct driven, forward
curved centrifugal fan
Fan MOC Galvanized steel
Coil SS coil with
Aluminium fin
Arrangement Ceiling suspended
Drain Pan SS construction duly
insulated
No. of Units 5 Nos
REFRIGERANT/ WATER/ 1 LOT
CHILLED WATER PIPING,
VALVES AND FITTINGS .
GI /SS BOX SECTIONS
24 FOR PIPE
SUPPORTS/CABLE TRAY
SUPPORTS AND
GI CHEQUER PLATES
FOR PLATEFORMS ETC.
IN SITU PUF INSULATION 1 LOT
25 OF PIPING AND
EQUIPMENTS
26 ELECTRICALS 1 LOT

27 AUTOMATION 1 LOT
28 COLD ROOM
INSULATION 1 LOT

29 SAFETY EQUIPMENTS 1 LOT

FIRST CHARGE OF 1 LOT


30
AMMONIA
FIRST CHARGE OF OIL 1 LOT
31 IN AMMONIA
COMPRESSORS
MONORAIL WITH 2T 1 NO
32 MOTORISED CHAIN
PULLY BLOCK
DOCUMENTATION, 1 LOT
33 SPARES, TRAINING AND
SERVICE

BANAS DAIRY VI-153 BIDDER


DETAILS OF REFRIGERATION LOADS

Total Milk Receipt : 05 LLPD

Tanker Milk Reception:

Milk Quantity Reception time Temp. of raw Chilled milk


reception (in LPD) milk inlet outlet temp.
From To (Deg C) (Deg C)
Tanker 500000 8:00 24:00 7 4
(in all units)
(Duration 16 hrs )

Can milk reception:

Milk Quantity Reception time Temp. of raw Chilled milk


reception (in LPD) milk inlet outlet temp.
From To (Deg C) (Deg C)
Cans (in 100000 8:00 12:00 7 4
all units) 07:00 23:00
(Duration 08 hrs )

Processing load

As per attached load details and Histogram

Air Conditioning load

• Air Handling Units for IMCC : 5 Nos 5 TR each


Load factor during winter : 50% (Approx.)
Operating timing : 24 hrs

• FCUs for all Control rooms, Laboratory, Plant office area etc.
: 21 Nos X 2 TR each
Load factor during winter : 50% (Approx.)
Operating timing : 24 hrs

The room-wise Air conditioning load (Chilled water based) :

Name of the room: Laboratory area Plant office area

BANAS DAIRY VI-154 BIDDER


Room size Main Lab: 21 X 21 X 4.5
(L, B, H, in mts) 21 X 21 X 4.5

Reception Lab:
10 X 3 X 4.5
Room temperature: 22 Deg C 22 Deg C

Occupancy load Main Lab :16 12 persons


persons
Rec. lab : 5 Person
Heat load + Lighting 5 KW 5 KW
load
Roof exposed to No
sun?
Size of glass Refer the layout drawing
windows
Room orientation Refer the layout drawing

Operating timing 24 Hrs

Name of the room: Control room

Room size Main control room : 7 X 7 X 4.5


(L, B, H, in m) Refri control room : 3.5 X 7 X 4.5
Milk dispatch office : 3.5 X3.5 X 4.5
Crate Reception office : 3.5 X3.5 X 4.5
Room temperature: 22 Deg C
Occupancy load 6 Person in each control room and office

Heat load + Lighting 5 KW


load
Roof exposed to Refer the layout drawing
sun?
Size of glass Refer the layout drawing
windows
Room orientation Refer the layout drawing
Operating timings 24 hrs

Refrigeration load (Direct expansion system)

The room-wise refrigeration loads on direct expansion system

BANAS DAIRY VI-155 BIDDER


A) Milk Cold Stores

Name of the room: Milk Cold store-1 Milk Cold store-2 Milk Cold store-3

Room size 28 x 21 x 4.5 28 x 21 x 4.5 28 x 14 x 4.5


(L, B, H, in mts)
Room temperature: 3 Deg C

Compressor operating -5 Deg C SST/ + 40 Deg C SDT


duty
Roof exposed to sun? No
Insulation material & Floor : 80 mm PUF
thickness Ceiling : 80 mm PUF
Wall : 80 mm PUF
Product Stored Milk / BM/Curd
Product quantity per Milk : 5 LLPD
day per compartment BM : 0.5 LLPD
Curd : 20 MTPD

Temp. of incoming Milk : 4 Dec C


product BM : 4 Dec C
Curd : 8 Deg C

Pull down time 4 hrs


Packing materials Milk : Poly film pouch
BM : Poly film pouch
Curd : Poly film pouch and Cups

Temp. of packing Ambient


material
Electrical equipment FDC + lighting
load
Number of workers Min 10 per cold room
Room orientation REFER LAY OUT DRAWING

B) Curd Blast room:

Name of the room: Curd Blast room


Room size (L, B, H, in 14 X 7 X 4.5
mts)
Room temperature: -15 Deg C

BANAS DAIRY VI-156 BIDDER


Compressor operating -15 Deg C SST/ 40 Deg C
duty SDT
Roof exposed to sun? No
Insulation material & Floor : 100 mm PUF
thickness Ceiling : 100 mm PUF
Wall : 100 mm PUF
Product Stored Curd
Product quantity per 20 TPD (4 tph)
day
Temp. of incoming 37-40 Deg C
product
Pull down time 1 Hrs
Packing materials Poly film pouches and Cup
stacked in perforated crate
Temp. of packing Ambient
material
Electrical equipment FDC + lighting
load
Number of workers 10
Room orientation REFER LAY OUT DRAWING

The bidders also are requested to study the basis of design and check the
refrigeration load requirements on their own, so as to guarantee the required
performance of the augmented refrigeration plant as a whole. The Bidders shall
allow 10% safety margin towards unforeseen/ miscellaneous loads while
estimating the refrigeration load.

The following tentative drawings for the proposed refrigeration plant (as
attached with the tender) are enclosed for the reference purpose:

• Proposed Refrigeration Plant room layout with proposed equipment & pipe
bridge route
• Layout of Milk cold store 1 to 3 – Ground Floor
• Layout of Curd blast room – Ground Floor
• Layout of various control room, laboratory, plant office area etc

Supplier shall develop the detail drawing for execution based on these
drawings, the specification and actual requirement at site. Drawings shall be
scrutinized and approved by the purchaser. The manufacturing of panels shall
be taken up accordingly.

BANAS DAIRY VI-157 BIDDER


SCHEDULE OF MAJOR ITEMS REQUIRED FOR INSULATION OF COLD
ROOMS

Sl Clause
Item Data Qty
no. Ref

27 COLD ROOM PANELS, DOORS AND ANCILLARY ITEMS

1.0 27.1 WALL INSULATION PANEL Pre-engineered pre-fabricated 1700sq.mt


FOR MILK COLD STORE (1 sandwiched(PCGI) rigid Poly
TO 3) INCLUDING Urethane Panel 80 MM thick
COLUMNS & INCUBATION
ROOM, BUFFER ROOM
2.0 27.2 CEILING INSULATION Pre-engineered pre-fabricated 1700sq.mt
PANEL FOR MILK COLD sandwiched(PCGI) rigid Poly
STORE (1 TO 3) & Urethane Panel 80 MM thick
INCUBATION ROOM,
BUFFER ROOM
3.0 27.3 FLOOR INSULATION FOR Conventional Insulation for - 1700sq.mt
MILK COLD STORE (1 TO 3) PUF slabs in two layers (each
& INCUBATION ROOM, layer having 40 mm thick) of
BUFFER ROOM total 80 mm thick
4.0 27.4 WALL INSULATION – CURD Pre-engineered pre-fabricated 190 sq.mt
BLASTROOM sandwiched(PCGI) rigid Poly
Urethane Panel 100 MM thick
5.0 27.5 CEILING INSULATION – Pre-engineered pre-fabricated 100sq.mt
CURD BLAST ROOM sandwiched(PCGI) rigid Poly
Urethane Panel 100 MM thick
6.0 27.6 FLOOR INSULATION - Conventional Insulation for - 100 sq.mt
CURD BLAST ROOM PUF slabs in two layers (each
layer having 50 mm thick) of
total 100 mm thick
7.0 27.7 CEILING INSULATION – Pre-engineered pre-fabricated 750 sq.mt
CONTROL ROOMS, sandwiched (PCGI) rigid Poly
RECEPTION LAB, MAIN Urethane Panel 40 MM thick
LAB, PLANT OFFICE (Including required cutouts
and fixing of Internal lighting
(Lighting fixtures shall be
supplied by Banas dairy,
Decorative grills etc.)
8.0 27.8 INTERNAL As per requirement (minimum 1 Lot
ELECTRIFICATION OF MILK 150 Nos 2X36W or 2X28 W,
COLD STORE AND CURD moisture proof light fittings
BLAST ROOMS, as per layout drawing).
INCUBATION (Light fittings & lamps to be
ROOM,BUFFER ROOM provided by Banas dairy)
INCLUDING SUPPLY &
LAYING OF CONDUITS,
WIRES, MODULAR
SWITCHES, SWITCH
PLATES & SWITCH BOXES,
WITH DB; INSTALLATION

BANAS DAIRY VI-158 BIDDER


Sl Clause
Item Data Qty
no. Ref
OF LIGHT FIXTURES ETC.

9.0 27.9 MANUAL SLIDING TYPE 80 mm PUF insulated door of 14 Nos


FREEZER DOORS FOR size 1.8 X 2.1 mt
MILK COLD STORE (AIR
LOCK ROOM
11.0 27.11 MANUAL SLIDING TYPE 100 mm PUF insulated door 2 Nos
FREEZER DOORS FOR of size 1.8 X 2.1 mt
CURD BLAST ROOM ,
INCUBATION AND BUFFER
ROOM.
12.0 27.12 MANUAL HINGE TYPE 80 mm PUF insulated door of 3 Nos
FREEZER DOORS FOR size 1.5 X 2.1 mt
MILK COLD ROOM
(TOWARDS PACKING AREA)
13.0 27.13 HATCH DOOR FOR MILK 80 mm PUF insulated door of 3 Nos
COLD ROOMS size 0.6 X 0.6 mt
14.0 27.14 HATCH DOOR FOR CURD 100 mm PUF insulated door 2 Nos
BLAST ROOM of size 0.6 X 06 mt
15.0 27.15 AIR CURTAINS AND PVC
STRIP CURTAIN Air curtain for 1.5 X 2.1mt
Door 19 Nos

Air curtain for 0.6x0.6 m 05 Nos


hatch door

Strip curtains for 1.8 X 2.1 mt 19 Nos


Door

10 Nos
Strip curtains for 0.6 X 0.6 mt
Door

16.0 27.16 Cold store safety systems As per requirement 1 Set

BANAS DAIRY VI-159 BIDDER


LIST OF EQUIPMENTS OF REFRIGERATION PLANT & ICE SILO FOR 05 LLPD KANPUR DAIRY

For SLICE A
S. N. DESCRIPTION OF MAJOR CAPACITY QT UOM SUPPLY I&C TOTAL
ITEMS Y (1) (2) (1+2)
TOTA
UNIT TOTAL UNIT L
RATE PRICE RATE PRICE
(Rs) (Rs) (Rs) (Rs)

SKID MOUNTED AMMONIA


1 COMPRESSOR
PACKAGEIMPORTED
HIGH STAGE SCREW 1048/ 3 NOS
1.1 COMPRESSOR -5 /-2 DEG C 1168 KW
SST/ 40 DEG C SDT minimum
LOW STAGE SCREW 220 KW 1 NOS
1.2 COMPRESSOR -15 DEG C minimum
SST/ 40 DEG C SDT
EVAPORATIVE TYPE 1400000 3
AMMONIA Kcal/Hr
2 CONDENSERIMPORTED (min)
(37 deg C Condesning
temerature
HIGH PRESSURE LIQUID 5000 LTRS 2 NOS
3 RECEIVER

4 PRIORITY VESSEL SUITABLE 1 NO

ECONOMIZER FOR -5 DEG C SUITABLE 1 NO


5 EVAPORATING
SYSTEM
ECONOMIZER FOR -2 DEG C SUITABLE 1 NO
6 EVAPORATING SYSTEM
LP ACCUMULATOR (-2 DEG SUITABLE 1 NO
7 C)
AMMONIA PUMP FOR (-2 13 2 NO
DEG C LP CUM/HR
8
ACCUMULATOR) -
IMPORTED
LP ACCUMULATOR COMMON SUITABLE 1 NO
FOR ICE SILO AND MILK /
BUTTER MILK / PANEER
9
COLD ROOM (-5 DEG C)-
suitable to ADD ONE MORE
ICE SILO IN FUTURE.
AMMONIA PUMP FOR ICE 13 4 NOS
SILO AND MILK/ BUTTER CUM/HR
11 MILK (-5 DEG C)- IMPORTED

BANAS DAIRY VI-160 BIDDER


LP ACCUMULATOR (-15 DEG SUITABLE 1 NO
13 C)
AMMONIA PUMP FOR (-15 13 2 NOS
14 DEG C) - IMPORTED CUM/HR

OIL RECTIFIER SUITABLE 4 NOS


15

AIR PURGER-AUTOMATIC SUITABLE 1 NO


16 [IMPORTED]
17 ICE WATER SYSTEM
PHE PRE-CHILLER 930000 1 NO
17.1 KCAL/HR
INSTALLATION OF ICE SILO 4129 MCal 1 NO
WITH STRUCTURE AND @40 MM
17.2 PLATFORM. Ice
thickness

INSTALLATION OF ICE SILO 1 JOB


17.3 WITH STRUCTURE AND
PLATFORM
CHILLED WATER PUMP FOR 120 KLPH 5 NOS
18 PROCESS
CHILLED WATER RETURN 15 KL 1 NO
19 BALANCE TANK
CHILLED WATER RETURN 150 KLPH 2 NOS
20 PUMP TO ICE SILO
CHILLED WATER RETURN 300 KLPH 2 NOS
21 PUMP TO PHE CHILLER
22 FORCED DRAFT COOLERS
FORCED DRAFT COOLERS 13 TR 12 NOS
FOR
22.1
MILK/BM/CURD COLD
STORE
FORCED DRAFT COOLERS 25 TR 2 NOS
22.2 FOR DAHI BLAST ROOM
23 AIR CONDITIONING SYSTEM
FAN COIL UNITS FOR 2 TR 21 NOS
VARIOUS ROOMS (CONTROL
23.1 ROOM, LABORATORY AND
OFFICE AREA)

AIR HANDLING UNITS FOR 5 TR 5 NOS


23.2 IMCC ROOMS
REFRIGERANT/ WATER/ 1 LOT
CHILLED WATER PIPING,
VALVES AND FITTINGS . GI
/SS BOX SECTIONS
24 FOR PIPE SUPPORTS/CABLE
TRAY SUPPORTS AND
GI CHEQUER PLATES FOR
PLATEFORMS ETC.

BANAS DAIRY VI-161 BIDDER


IN SITU PUF INSULATION OF 1 LOT
25 PIPING AND
EQUIPMENTS

26 ELECTRICALS
26.1 IMCCS (02 NOS) 1 LOT
POWER AND CONTROL 1 LOT
26.2 CABLES
ELECTRICAL ACCESSORIES- 1 LOT
CABLE TRAYS,
CABLEGLANDS/ISOLATORS/
26.3 EMERGENCY PBS
/CONDUITSWITH SUPPORT
STRUCTURE ETC.

EARTHING COPPER/GI WITH 1 LOT


26.4 EARTH PITS
POWER FACTOR CONTROL 1 LOT
26.5 AND ACTIVE HORMONIC
FILTER SYSTEM

27 AUTOMATION
27.1 AUTOMATION HARDWARE 1 LOT
27.2 AUTOMATION SOFTWARE 1 LOT
27.3 AUTOMATION ACCESSORIES 1 LOT
COMMUNICATION NETWORK 1 LOT
ACCESSORIES, SIGNAL
27.4 / INSTRUMENT CABLES/
WIRES & RELATED ITEMS

FIELD INSTRUMENTS 1 LOT


27.5 (INDIGENOUS)
FIELD INSTRUMENTS 1 LOT
27.6 (IMPORTED)
MISC. AUTOMATION / 1 LOT
27.7 INSTRUMENTATION/ELECTR
ICAL ITEMS
FURNITURE FOR CONTROL 1 LOT
27.8 ROOM
27.9 UPS 1 LOT
28 COLD ROOM INSULATION
WALL INSULATION PANEL 80 MM 170 SQ.
FOR MILK COLD STORE (1 THICK 0 MT.
TO 3) AND PANEER COLD
28.1
ROOM INCLUDING
COLUMNS

CEILING INSULATION PANEL 80 MM 170 SQ.


FOR MILK COLD THICK 0 MT.
28.2 STORE (1 TO 3) AND PANEER
COLD ROOM

BANAS DAIRY VI-162 BIDDER


FLOOR INSULATION FOR 80 MM 170 SQ.
28.3 MILK COLD STORE (1 TO 3) THICK 0 MT.
AND PANEER COLD ROOM
WALL INSULATION – CURD 100MM 190 SQ.
BLAST ROOM THICK MT.
28.4

CEILING INSULATION – 100MM 100 SQ.


28.5 CURD BLAST ROOM THICK MT.

FLOOR INSULATION - CURD 100MM 100 SQ.


28.6 BLAST THICK MT.
ROOM
CEILING INSULATION – 40MM 500 SQ.
CONTROL ROOMS, THICK MT.
RECEPTION LAB, MAIN LAB,
28.7
PLANT OFFICE AND
VISITORS LOBBY

INTERNAL ELECTRIFICATION 1 LOT


OF MILK,BUTTER
MILK,CURD & PANEER COLD
STORE AND CURD
BLASTROOMS, INCUBATION
ROOM,BUFFER
ROOMINCLUDING SUPPLY &
28.8 LAYING OF
CONDUITS,WIRES,
MODULAR SWITCHES,
SWITCH PLATES &SWITCH
BOXES, WITH DB;
INSTALLATION OF
LIGHTFIXTURES ETC.
MANUAL SLIDING TYPE 80 mm 14 NOS
FREEZER DOORS FOR MILK Thick,
28.9 COLD STORE/INCUBATION 1.8X2.1
ROOM Mt

MANUAL SLIDING TYPE 100 mm 2 NOS


FREEZER DOORS FOR Thick,
28.10 CURD BLAST ROOM , 1.8X2.1
Mt

MANUAL HINGE TYPE 80 mm 3 NOS


FREEZER DOORS FOR MILK Thick,
28.11 COLD ROOM (TOWARDS 1.5X2.1
PACKING AREA) Mt

HATCH DOOR FOR MILK 80 mm 3 NOS


COLD ROOMS Thick,
28.12 0.6X0.6
Mt

HATCH DOOR FOR CURD 100 mm 2 NOS


BLAST ROOM Thick,
28.13
0.6X0.6
Mt

BANAS DAIRY VI-163 BIDDER


AIR CURTAINS AND PVC 1 LOT
28.14 STRIP CURTAIN
SAFETY SYSTEM FOR COLD 1 LOT
28.15 ROOMS
29 SAFETY EQUIPMENTS
AMMONIA GAS MASK (WITH 2 NOS
29.1 OXYGEN CYLINDER FOR
30 MIN)

29.2 AIR TIGHT SAFETY SUITS 2 NOS


EYE WASH WITH DRENCH 1 SET
29.3 SHOWER COMPLETE
WITH ACCESSORIES
FIRE EXTINGUISHERS FOR 1 LOT
29.4 PLANT ROOM
FIRST CHARGE OF 1 LOT
30
AMMONIA
FIRST CHARGE OF OIL IN 1 LOT
31 AMMONIA COMPRESSORS
MONORAIL WITH 2T 1 NOS
32 MOTORISED CHAIN PULLY
BLOCK
DOCUMENTATION, SPARES,
33 TRAINING AND SERVICE
33.1 DCOOVCEURMENTATION 1 LOT
33.2 SPARES 1 LOT
33.3 TRAINING 1 LOT
33.4 STANDBY OPERATION 1 LOT
33.5 SERVICE COVER 1 LOT
SLICE-A : TOTAL FOR
KANPUR PRICE FOR
DESIGN, MANUFACTURE,
SUPPLY, INSTALLATION,
TESTING AND
COMMISSIONING INCLUSIVE
OF P&F, ALL TAXES,DUTIES,
WCT,FREIGHT,INSURANCE,C
USTOM DUTIES,SERVICE
TAX ETC.

BIDDERS SHALL SUBMIT THE LIST OF IMPORTED ITEMS CONSIDERED TO BE PURCHASED UNDER EPCG.

BANAS DAIRY VI-164 BIDDER


For SLICE B

S. N. DESCRIPTION OF MAJOR Imported/i CAPACITY QT UOM SUPPLY SUPERVISION TOTAL


ITEMS ndigenous Y (1) OF I & C (1+2)in
(Tick which (2) INR
ever is TOTA
applicable) UNIT TOTAL UNIT L
RATE PRICE RATE PRICE
(Rs) (Rs) (Rs) (Rs)
DESIGN, MANUFACURE, 4129 M 1 NO
SUPPLY AND SUPERVISION Cal@ 40
1 OF INSTALLATION & mm ice
COMMISSIONING ICE SILOS thickness
WITH SPARES PARTS
SLICE-B : TOTAL FOR
KANPUR PRICE FOR
DESIGN, MANUFACTURE,
SUPPLY, INSTALLATION,
TESTING AND
COMMISSIONING INCLUSIVE
OF P&F, ALL TAXES,DUTIES,
WCT,FREIGHT,INSURANCE,C
USTOM DUTIES,SERVICE
TAX ETC.

BIDDERS SHALL SUBMIT THE LIST OF IMPORTED ITEMS CONSIDERED TO BE PURCHASED UNDER EPCG.

BANAS DAIRY VI-165 BIDDER


SECTION –VII

BID FORM, PRICE SCHEDULE AND PRICE SUMMARY


SECTION-VII

BID FORM AND PRICE SCHEDULE

FORM OF BID

(Bidders are requested to furnish the Form of Bid and appropriate Price Schedule
in the Format given in this Section and filling all the blank spaces.)

Ref. No. DATE :

To: Banaskantha District Co-operative Milk Producers’ union Ltd.

Palanpur-385001(GUJARAT)

Gentlemen:

Having examined the Conditions of Contract , technical Specifications and the


Drawings included in or referred to in the Bidding Documents including Addenda
Nos.(insert Numbers), the receipt of which is hereby duty acknowledged , we the
undersigned, offer to supply and deliver Goods and Services including installation
and commissioning as detailed in the price schedule, in conformity with technical
specifications and drawings except to the extent of deviation statement furnished in
our bid) and the conditions of counteract as mentioned in or referred to in the said
bidding Document for the sum of total bid Amount in words and figures ) or such
other sums may be ascertained in accordance with the schedule of prices attached
herewith and made part of this bid and the said conditions.

Our acceptance to all the conditions of the Bidding Document in this bid form shall
persist over any other terms and conditions, if any, given in our bid.

We undertake, if our bid is accepted to commence and complete delivery of all the
goods and Services including installation and commissioning as specified in the
Schedule of Requirement ns of the Bid Document, from the date of receipt of your
Purchase order.

If our Bid is accepted we will obtain the bank guarantees as per the condition of the
Contract for the due performance of the contract.

We agree to abide by this bid for the period of 120 days from the days fix for bid
opening as per the instruction to Bidders and it shall remain binding upon us and
may be accepted at any time expiration of that period.

BANAS DAIRY VII-1 BIDDER


Until a formal contract is prepared and executed, this bid, together with your
written acceptance thereof and your purchase order /notification of award shall
constitute a binding Contract between us.

We understand that you are not bound to accept the lowest bid you may receive.

Dated this _________________day of _______________2015

__________________

Signature

___________________

(In the Capacity of)

Duly authorized to sign bid for and on Behalf of

(Name and Address of Bidder):_______________________________________

Name of Witness: ___________________________________________

Signature:_______________Address:__________________________________

________________________________________________________________

BANAS DAIRY VII-2 BIDDER


SECTION VII (A)

PRICE SCHEDULE

(Refer clause 11.2-Section –II)

FOR SLICE A

Item Description Qty Unit Amount


(In Rs)
SLICE- A 1 Job

1. Design, engineering,
manufacture, supply of Liquid
milk processing Refrigeration
plant equipments for 05 LLPD
dairy plant at Jainpur, Kanpur
Dehat, Uttar Pradesh.

2. Labour charges and consumables


for installation, testing and
commissioning of Refrigeration
plant equipments for 5 LLPD
dairy plant at Jainpur, Kanpur
Dehat, Uttar Pradesh with
required automation, electrical,
utilities etc as per requirement.

3. Stand by operation, Service cover


for a period of one year from the
date of successful
commissioning. As per the
Technical specification (section
VI)

Signature:

Name and Address of the Bidder with seal: _____________________________

Note:

BANAS DAIRY VII-3 BIDDER


1. In case Of discrepancy between unit price and total price , unit price shall
prevail.
2. The bidder shall give list of spares for two year operation separately,
indicating the description, Quantity, unit price and total price separately for
all the equipment quoted by the bidder without fail.
3. BIDDR MUST QUOTE THEIR PRICES PART-1 ,PART- 2 AND PART-3 IN
CASE THE BIDDER OMITS ANY PART(S), THEIR BID WILL BE
CONSIDERED AS INCOMPLETE AND TREATED AS NON-RESPONSIVE.
4. ‘C’/’D’ Form as applicable shall be issued by the project Authority. Bidder
should indicate local Sales Tax/TIN, Service Tax Registration and Pan
Numbers in their bid.
5. Bidder to submit the FOR Site price break up of individual item/equipment
with basic price, taxes and duties, insurance, freight, installation and
commissioning charges .
6. Bidder to submit the list of equipments and their quantities they propose to
import under EPCG benefit with their price break up.

FOR SLICE B

Item Description Qty Unit Amount


(In Rs)
DESIGN, MANUFACURE, SUPPLY AND 01 No
SUPERVISION OF INSTALLATION &
COMMISSIONING OF ICE SILO WITH
SPARES

Signature:

Name and Address of the Bidder with seal: _____________________________

Note:

1. In case Of discrepancy between unit price and total price , unit price shall
prevail.
2. The bidder shall give list of spares for two year operation separately,
indicating the description, Quantity, unit price and total price separately for
all the equipment quoted by the bidder without fail.

BANAS DAIRY VII-4 BIDDER


3. BIDDR MUST QUOTE THEIR PRICES PART-1 ,PART- 2 AND PART-3 IN
CASE THE BIDDER OMITS ANY PART(S), THEIR BID WILL BE
CONSIDERED AS INCOMPLETE AND TREATED AS NON-RESPONSIVE.
4. ‘C’/’D’ Form as applicable shall be issued by the project Authority. Bidder
should indicate local Sales Tax/TIN, Service Tax Registration and Pan
Numbers in their bid.
5. Bidder to submit the FOR Site price break up of individual item/equipment
with basic price, taxes and duties, insurance, freight, installation and
commissioning charges .
6. Bidder to submit the list of equipments and their quantities they propose to
import under EPCG benefit with their price break up.

BANAS DAIRY VII-5 BIDDER


SECTION VII (B)
PRICE SCHEDULE SUMMARY

(PLEASE REFER CLAUSE 11.2 Section II)

S. N Item Description Amount(In Rs)

A. DESIGN AND SUPPLY


1. Value of Supplies from outside the state against Form
D/C
(figure inclusive of applicable CST may please be
furnished –see note below)
2. Value of Local Supplies inclusive of LST/VAT
(Figure inclusive of local taxes may please be
furnished)
3. Value of imported Supplies inclusive of custom duties
and other duties under EPCG purchase)
(Figure inclusive of local taxes may please be
furnished)
SUB TOTAL A:
B. INSTALLATION TESTING AND COMMISSIONING
CHARGES
1. Job Charges
2. Service Tax(If Applicable)
3. WCT/VAT (If Applicable)
SUB TOTAL B:
C. STANDBY OPERATIONS/ SERVICE COVER/
TRAINING
1. Service charges
2. Service Tax(If Applicable)
3. SUB TOTAL C:

TOTAL OF A+B+C IN INR

Note:
The bidder is contractually obligated to make supplies from outside the State
against Form C/D as indicated in Sr.no.A (1) to the extent of supply value
mentioned. The purchaser is registered dealers under the CST Act in the state in
which the works are executed and shall issue Form D/C to the Bidder to the extent
of the supplies indicated.

BANAS DAIRY VII-6 BIDDER


SECTION-VIII

Form of Bank guarantee for Bid Security/Earnest Money


Deposit

BANAS DAIRY VIII-1 BIDDER


SECTION – VIII

(Form of bank guarantee for Bid security/Earnest Money Deposit)

(On the non-judicial stamp paper as per the stamp act of local state govt.)

Bank Guarantee no. Date:

This deed of guarantee made this ______________ day of 2015 (two thousand Fifteen)
by (name and address of the bank), hereinafter referred to as the bank which shall
unless repugnant to the context and meaning thereof includes its legal
representative, successors and assignees and the Banas Dairy (hereinafter referred
to as the BANAS DAIRY) which expression shall unless repugnant to the context
and meaning there of include its legal representative . successors and assignees.

Whereas, BANAS DAIRY has invited bids for the supply/ supply and installation of
__________________________________________________________ by the invitation to bid
no.______________________________________ AND WHERE AS
M/s._______________________ (name and address of the Bidders) and have agreed to
deposit to the Banas Dairy an amount indicated in the invitation to Bid as per
terms and condition of the bidding documents.

AND Whereas the Banas Dairy is also willing to accept a Bank guarantee in lieu of
payment by demand draft of an amount equivalent to the amount of bid security
required to be deposited by the bidder to the Banas Dairy and the guarantee shall
be kept valid for 150 days after day of opening of bid.

In consideration of the BANAS DAIRY having agreed to consider the bid proposals
having submitted by the bidder without depositing the amount of bid security and
against this Bank guarantee, we (name and the address of the bank) hereby
undertake and guarantee to make payment to the Banas Dairy the amount of bid
security or any part thereof not deposited by the bidder to the Banas Dairy at any
time (time being essence of the contract) when Banas Dairy ask for the same as
per terms and condition of the bidding documents within 150 days from the date of
opening of the bids.

The Bank further undertake not to revoke this guarantee during its currency
except with the previous consent of the BANAS DAIRY in writing and guarantee
shall be a continuous and irrevocable guarantee up to a sum of the
Rs.____________(Rupees _____________________only).provided always that any
indulgence or forbearance on the part of the Banas Dairy to the said bidder, with or
without the consent of the Bank shall not prejudice or restrict remedies against the
bank nor shall the same in any event be a ground of defence by the Bank against
the Banas Dairy.

BANAS DAIRY VIII-1 BIDDER


In case the Banas Dairy puts forth a demand in writing on the Bank for the
payment of the amount in full or in part this bank guarantee, the bank will
consider; without demur that such demand by it is conclusive evidence and proof
that the Bidder has failed in complying with the terms & conditions stipulated by
the Banas Dairy in its bidding document and payment will be made to the Banas
dairy without raising any disputes regarding the reasons for such failures on the
part of the bidder.

The Bank shall not be discharged or released from this guarantee by any
arrangement between the bidder and the Banas Dairy with or without the consent
of the Bank or any alterations in the obligations of the parties or by an indulgence
forbearance shown by the Banas Dairy to the bidder.

This guarantee shall be in addition to and without prejudice to any other securities
or remedies which the BANAS DAIRY may have or hereafter possess in respect of
the goods supplied or intended to be supplier and the BANAS DAIRY shall by under
no obligation to marshal in favour of the bank any such securities or funds or asset
that the BANAS DAIRY may be entitled to receiving or have a claim upon and the
BANAS DAIRY at its absolute discretion may vary, exchange, renew, modify or
refuse to complete to enforce or assign any security or instrument.

The bank agrees that the amount hereby guaranteed shall be due and payable the
BANAS DAIRY on serving us with a notice before expiry of guarantee, requiring the
payment of the amount and such notice shall be deemed to have been served on
the Bank either by actual delivery thereof to the Bank by Registered post at the
address of the Bank.

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

Notwithstanding anything stated hereinbefore: (i) our liability under this guarantee
is restricted to Rs._________. (ii) the guarantee shall remain in force till
______________2015 and (iii) The Bank is liable to a pay the guarantee amount or
any part thereof under this bank guarantee only if the BANAS DAIRY serves upon
the Bank a written claim or demand on or before____________.

Place:

Date: (SIGNATURE)

SEAL

CODE NO:

BANAS DAIRY VIII-2 BIDDER


NOTE:

1. BIDDERS SHOULD ENSURE THAT SEAL AND CODE NO. OF THE


SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE
BANK GUARANTEES.
2. STAMP PAPER IS NIT REQUIRED IN CASE OF FOREIN SUPPLIERS.
3. THE VALUE OF STAMP DUTY SHOULD BE AS THE LATEST STAMP ACT OF
LOCAL STATE GOVERNMENT FROM WHERE THE BANK GUARANTEE
ISSUED.

BANAS DAIRY VIII-3 BIDDER


Section – IX

CONTRACT FORM
SECTION – IX

CONTRACT FORM

(On a non –Judicial stamp paper of Rs. 100.00)

This agreement made the ___________day of ___________, 2015 between Banskantha


District Co-Operative Milk Producers’ Union Ltd. Palanpur (GUJARAT), India
(hereinafter “The Purchaser”) of the one part and of ___________________________
(hereinafter “The Supplier”) of the other part:

Whereas the purchaser is desirous that certain goods and ancillary Services should
be provide by the supplier viz. _____________________________(Brief description of
goods and Services )and has accepted a bid submitted by the Supplier in response
to the Purchaser’s bidding Document Reference for the design ,supply ,installation
,testing and commissioning of those Goods and Services in the sum of Rs.
______________ (Rupees_____________________) (hereinafter “the Contract Price”).

NOW THIS AGREEMENT WITNESSTH AS FOLLOWS:

1. In this agreement words and expressions shall have the same meaning as in the
in the above referred Bidding Document.

2. The following Documents shall be deemed to form and be read and construed as
part this agreement, viz:

a. The offer and price schedule submitted by the supplier:


b. The schedule of requirement /list of items and the technical specifications in
section and in the above referred document:
c. The terms and conditions in the above referred document:
d. The purchaser’s purchase order No. __________dated_________(File
ref:________________________________________)

3. In consideration of the payments to be made by the purchaser to the supplier as


hereinafter mentioned ,the supplier hereby convents with the purchase to
provide the goods and services and to remedy defects therein in conformity in
all as respects with the provisions of the purchaser’s purchase order and
BIDDING document.
4. The purchaser hereby convents to pay the supplier in consideration of the
provision of the Goods and Services and the remedying of defects therein, the
contract price or such other sum may become payable under the provisions of

BANAS DAIRY IX-1 BIDDER


the purchase Order at the yimes and in the manner prescribed in the purchase
order and Bidding Document.

In Witness whereof the parties have caused this agreement to be executed in


accordance with their respective laws the day and year first above written.

Signed sealed and delivered by the said Banaskantha District Co-operative Milk
Producers’ Union Ltd. (For and behalf of the purchaser) in presence of:

1)

2)

Signed sealed and delivered by the said M/s. _________________________ (For the
Supplier) in the presence of:

1)

2)

BANAS DAIRY IX-2 BIDDER


SECTION-X

Form of Bank Guarantees for

Performance Security

and

Advance Payment
SECTION – X

(Form of bank guarantee for performance security)

(On the non-judicial stamp paper as per the stamp act of local state govt.)

Bank Guarantee no. Date:

This deed of performance guarantee made this ______________ day of 2015 (two
thousand Fifteen) by (name and address of the bank) which expression shall unless
repugnant to the context and meaning thereof includes its legal representative,
successors and assignees and the Banas Dairy (hereinafter referred to as the
BANAS DAIRY) which expression shall unless repugnant to the context and
meaning there of include its legal representative.

Whereas, BANAS DAIRY/ its clients has awarded a contract and purchase order
bearing NO. _____________________________________ dated __________________ on
M/s._______________________ (name and address of the party) (hereinafter referred
to as the ‘supplier’) for the supply/supply and erection and commissioning of
___________________. And whereas, The supplier has agreed to submit a
performance guarantee in the form of the Bank guarantee to a the BANAS DAIRY in
term and conditions of the Bidding Document and the contact which will be kept
valid up to _____calendar months from the date of Bank Guarantee (the period of
warranty period).And whereas, the Bank and its duty constituted agent and officer
has already read and understood the contact made between the BANAS DAIRY and
the supplier.

In consideration of the BANAS DAIRY having agreed to award the contact/purchase


order on the supplier, we ______________________(name of the Bank), do hereby
guarantee, undertake, promise and agree to with the BANAS DAIRY, its legal
representative, successors and assignees that the BANAS DAIRY, its legal
representatives, successors and assignees that the within named(name of the
supplier) their legal representatives and assignees will faithfully perform and fulfil
everything within the Bidding Document and the contract/purchase order on their
part to be performed or fulfilled at the time (time being the essence of the
contract)and in the manner therein provided, do all obligations there under and we
further undertake and guarantee to make payment to the BANAS DAIRY of
Rs.____________________(Rupees ___________________only) being the 10% of the
contact value, without any demur perform and fulfil everything within the bidding
document and the contract/purchase order on their part to by performed or
fulfilled, at the time and the manner therein provided and do not wilfully and
promptly do all obligations there under.

In case, the supplier fails to perform or fulfil the contract/purchase order as per
the terms and conditions agreed upon ,the BANAS DAIRY is entitled to demand an

BANAS DAIRY X-1 BIDDER


amount equal to 10% of the contract value from the supplier and the demand made
by the BANAS DAIRY by itself will be conclusive evidence and proof that the
supplier has failed to perform or fulfil his obligations and neither the supplier nor
the Bank will be entitled to raise any dispute regarding the reasons for the failure
of performance or fulfilment, on any ground.

We, (name of the Bank),do hereby undertake to pay an amount equal to 10% of the
order value, being the amount due and payable under this guarantee without any
demur, merely on a demand from the BANAS DAIRY which has to be served on us
before the expiry, date of Bank Guarantee i.e.,___________________ stating that the
amount claimed is due by way of non-performance of the contractual obligation as
aforesaid commitments/purchase order, any such demand made on the Bank shall
be conclusive as regards the amount due and payable by the Bank under this
guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs._______________ (Rupees_______________ only) being the
amount equal to 10% of the total order value.

We, (name of the Bank), further ,agree that the performance guarantee herein
contained shall remain in full force and effect for a period_____________ calendar
months from the date of Bank guarantee (the period should be till end of warranty
period) and till the BANAS DAIRY certifies that the and conditions of the said
contract/ purchase order have been fully and properly carried out by the said
supplier and accordingly discharge the guarantee, unless a demand or claim under
this guarantee is made on us in writing by the BANAS DAIRY on or
before________________________, we shall be discharged from all under this
performance guarantee thereafter.

We,(name of the bank ),further, agree with the BANAS DAIRY that the BANAS
DAIRY shall have the fullest liberty without our consent and without affecting in
any manner our obligations hereunder to vary any of the terms and conditions of
the said bidding document and the contract/purchase order or to extend the time
of performance by the said supplier from time to time or postpone for any time or
from time to time and any of the power exercisable by the BANAS DAIRY against
the supplier and to forebear or enforce any of the terms and conditions relating to
the said bidding document and the contract/purchase order and we shall not be
relieved from our liability by reason of any such variation, or extension being
granted to the said supplier, or for any forbearance, act or omission on the part of
the BANAS DAIRY to the said supplier by any such matter or thing whatsoever
which under the law relating to sureties would but for this provision have effect of
so relieving us.

This guarantee shall be in addition to and without prejudice to any other securities
or remedies which the BANAS DAIRY may have or hereafter possess in respect of
the goods supplied or intended to be supplier and the BANAS DAIRY shall by under

BANAS DAIRY X-2 BIDDER


no obligation to marshal in favour of the bank any such securities or funds or asset
that the BANAS DAIRY may be entitled to receiving or have a claim upon and the
BANAS DAIRY at its absolute discretion may vary, exchange, renew, modify or
refuse to complete to enforce or assign any security or instrument.

The bank agrees that the amount hereby guaranteed shall be due and payable the
BANAS DAIRY on serving us with a notice before expiry of guarantee, requiring the
payment of the amount and such notice shall be deemed to have been served on
the Bank either by actual delivery thereof to the Bank by Registered post at the
address of the Bank.

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

We, ________________, undertake to renew the Bank Guarantee provided the request
for renewal is made by the supplier before the expiry of Bank Guarantee.

We,__________________________ , lastly undertake not to revoke this guarantee


during its currency except with the previous consent of the BANAS DAIRY in
writing and guarantee shall be a continuous and irrevocable guarantee up to a
sum of the Rs.____________(Rupees _____________________only).

Notwithstanding anything stated hereinbefore : (i) our liability under this guarantee
is restricted to Rs._________. (ii) the guarantee shall remain in force till
______________20_____ and (iii) The Bank is liable to a pay the guarantee amount or
any part thereof under this bank guarantee only if the BANAS DAIRY serves upon if
the BANAS DAIRY serves upon the Bank a written claim or demand on or
before____________.

Place:
Date: (SIGNATURE)
SEAL
CODE NO:
NOTE:

1. SUPPLIERS SHOULD ENSURE THAT SEAL AND CODE NO. OF THE


SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE
BANK GUARANTEES.
2. STAMP PAPER IS NIT REQUIRED IN CASE OF FOREIN SUPPLIERS.
3. THE VALUE OF STAMP DUTY SHOULD BE AS THE LATEST STAMP ACT OF
LOCAL STATE GOVERNMENT FROM WHERE THE BANK GUARANTEE
ISSUED.

BANAS DAIRY X-3 BIDDER


(Form of bank guarantee against advance payment)

(On the non-judicial stamp paper as per the stamp Act of local state govt.)

Bank Guarantee no. Date:

1. In consideration of the Banaskantha District Co-Operative Milk Producers’


Union Ltd. (hereinafter called Banas dairy) having agreed to grant an advance
of Rs. ____________ (Rupees __________________________only) to
M/s.______________________________________________ (hereinafter called the said
supplier) under the terms and conditions of an contract/purchase order No.
____________________dated _________ made between the BANAS DAIRY and
M/s.________________________________ for the design, supply, erection and
commissioning (hereinafter called the said contract/purchase order) on
production of a bank guarantee for Rs. _________ (
Rupees________________________________ only)Against any loss/damage caused
to or suffered would be caused or suffered by the BANAS DAIRY by reason of
any breach by the said supplier (s) of any of the terms and conditions contained
in the said contract/purchase order.

2. We, _____________________, do hereby undertake to pay the amounts due and


payable under this guarantee without any demur merely on a demand from the
BANAS DAIRY which has to be served on us before the expiry date of bank
guarantee i.e.,__________ stating that the amount claimed is due by way of loss
or damage caused to our would be caused to or suffered by the BANAS DAIRY
by reasons of any breach by the said supplier (s) of any of the terms and
conditions contained in the contract/purchase order or by reasons of the
supplier (s) failure to perform the said contract/purchase order, any such
demand made on the bank shall be conclusive as regards the amount due and
payable by the bank under this guarantee shall be restricted to an amount not
exceeding Rs.___________(Rupees___________________________________ only)

3. We, _______________, further agree that the guarantee herein contained shall
remain in full force and effect during the period that world be taken for the
performance of the said contract/purchase order and that it shall said contract
purchase order have been fully paid and it`s claims satisfied or discharged or till
the BANAS DAIRY certifies that the terms and conditions of the said
contract/purchase order have been fully paid and it`s claims satisfied or
discharged or till the BANAS DAIRY certifies that the terms and conditions of
the said contract/purchase order have been fully and properly carried out by
the said supplier this guarantee made on us in writing on or order

BANAS DAIRY X-4 BIDDER


_________________, we shall be discharged from all liability under this guarantee
thereafter.

4. we__________________________, further agree with the BANAS DAIRY that the


BANAS DAIRY shall have the fullest liability without affecting in any manner
our obligation hereunder to vary any of the terms and conditions of the said
contract/purchase order to extend time of performance by the said supplier
from time to time or to postpone for any time or from time to time any of the
power exercisable by the BANAS DAIRY against the said supplier and to forbear
or enforce any of the terms and conditions relating to the said
contract/purchase order and we shall not be relieved from our liability by
reason of any such variation, or extension or for any forbearance, act of
omission on the part of the BANAS DAIRY or any indulgence by the BANAS
DAIRY to the said supplier or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provision have effect of so
relieving us.

5. The Bank agrees that the amount hereby guaranteed shall be due and payable
to the BANAS DAIRY on serving us with a notice before expiry of Bank
Guarantee requiring the payment of the amount and such notice shall be
deemed to have been served on the Bank either by actual delivery thereof the
Bank or by dispatch thereof to the Bank by registered post at address of the
Bank.

6. We, _____________________, lastly undertake not to revoke this guarantee during


its currency except with the previous consent of the BANAS DAIRY in writing.

7. We, _________________________ , undertake to renew the Bank Guarantee


provided the request for renewal is made by the said supplier before the expiry
of Bank Guarantee.

8. Notwithstanding anything stated hereinbefore (i) our liability under this bank
guarantee is restricted to
Rs._______________(Rupees_______________________________ only) (ii) The
guarantee shall remain in force till the ______________ 20 ______ and (iii) The
bank is liable to pay the guarantee amount or any part thereof under this bank
guarantee only if the BANAS DAIRY serves upon the bank a written claim or
demand on or before __________________

BANAS DAIRY X-5 BIDDER


Place:

Date: (SIGNATURE)

SEAL

Code NO

NOTE:

1. SUPPLIERS SHOULD ENSURE THAT SEAL AND CODE NO. OF THE


SIGNATORY IS PUT BY THE BANKERS, BEFORE SUBMISSION OF THE
BANK GUARANTEES.
2. STAMP PAPER IS NIT REQUIRED IN CASE OF FOREIN SUPPLIERS.
3. THE VALUE OF STAMP DUTY SHOULD BE AS THE LATEST STAMP ACT OF
LOCAL STATE GOVERNMENT FROM WHERE THE BANK GUARANTEE
ISSUED.

BANAS DAIRY X-6 BIDDER


SECTION-XI

DEVIATION STATEMENT FORMS


SECTION-XI

DEVIATION STATEMENT FORMS

TECHNICAL DEVIATION STATEMENT

FORM PART –A

(1) The following are particulars of deviation from the requirement of tender
specification :

CLAUSE DEVIATION REMARKS


(Including justification)

The technical specification 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 this statement.

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 indication “NO DEVIATIONS”

BANAS DAIRY XI-1 BIDDER


BIDDING TERMS DEVIATION STATEMENT

FORM PART – B

(2) The following are the particulars of deviations from the requirement of the
bidding condition/terms:

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 indication “NO DEVIATIONS”

BANAS DAIRY XI-2 BIDDER


SECTION-XII

QUALIFICATION APPLICATION
SECTION XII

QUALIFICATION APPLICATION

All the bidders submitting their bids against this bid for any or all the items must
submit the qualification application along with the information in the following
formats together with the relevant documentation:

FINANCIAL, BUSINESS AND TECHNICAL CAPABILITY

(FORMATE-A)

NAME and address of bidder:

Phones: Fax:

____________________________________________________________

1. Latest balance sheet filed with _____________________________________


on____________ (Attach audited copies of annual accounts of past 3 years.
Indigenous bidders to attach copy of accounts audited under section 44 ab of
income tax act. In case the accounts are not required to be audited, the
information in this statement should be attested by a chartered accountant or
Manager of a Nationalized bank).

2. Latest profit & Loss statement from ___________________________to


__________________filed with_________________________________ on
___________________________ (Attach an audited copy)

3. Financial position ( in the respective currency)

(a) Cast & Bank balances

(b) Fixed assets – Gross and Net

(c) Current Assets

(d) Current Liabilities


Bank case credit
Other (including sundry creditors)

BANAS DAIRY XII-1 BIDDER


(e) Provisions
(f) Contingent liabilities (including claims not acknowledged please specify)

(g) Inventories

(h) Share capital


Free reserves
Other reserves (please specify)

(i) Term loans from financial institution and banks


(j) Working capital
(k) Net worth

(l) Debtors and advances considered good:


More than 6 months
Less than 6 months

4. Total liabilities:
(a) Current ratio: current Assets to current liabilities
(b) Acid test ratio: case temporary investment held in held in lieu of cash
and current receivable to current liabilities.
(c) Total liability to net worth.

5. Net sales ( in the respective currency)


(a) Current period
(b) During the last financial year
(c) During the year before last financial year

6. Net profit before tax


(a) Current period
(b) During the last financial year
(c) During the year before last financial year
The profit and loss statement have been certified through
____________________by ________________________________.

7. Bidders ‘financial arrangement (check appropriate item)


(a) Own resources

(b) Bank credits

(c) Others (specify)

BANAS DAIRY XII-2 BIDDER


8. Certificate of financial soundness from bankers of bidders.

9. Income tax details:


Please enclose copies of following documents:
(a) Income tax PAN no. and
(b) Last income tax return filed.

10. Sales

Category Value of current orders Value of anticipated


to be executed in sales for next
respective currency financial year in
respective currency
(A) Govt. department
(B) Commercial

11. Licensed capacity to manufacture:

Description of Size/capacity Licensed No. of units


equipment capacity manufactured
Current Last Second
year year last
year

12. List, if any, of bidders’ rate contact with the following organizations:

Organization Yes/no If yes, date contract


finalized
a) Directorate General of
supplies & Disposal,
Government of India
b) Central Equipment stores
purchase organization for
state governments.

13. Describe quality control organization, if any and give the organization chart.

(a) Are goods offered subject to batch test, random sampling or full 100%
test for quality ?
(b) Are tests carried out by factory employees or by a separate testing
agency?
(c) Are independent Quality control organization checks made and
certificates issued?

BANAS DAIRY XII-3 BIDDER


CAPABILITY STATEMENT OF PERSONNEL, EQUIPMENT, PLANT AND
PAST PERFORMANCE

FORMAT – B

1. NAME & ADDRESS OF THE BIDDER PHONE:

2. CLASSIFICATIONS (CIRCLE WHAT IS APPLICABLE)

(a) Manufacturer
(b) Authorized agent
(c) Dealer
(d) Others, please specify

3. Plant:
(a) Location

(b) Description, type & size of building

(c) Is property on lease or free hold ? if on lease indicate date of expiry of


lease in each case.

4. (a)Type of equipment manufactured and supplied during last 2 year:

Name of Capacity/size Nos. Projects to No.of orders


equip. manufactured which on hand
supplies are
made

4(b) Type of equipment manufactured and supplied , installed, and


commissioned during last 2 year:

BANAS DAIRY XII-4 BIDDER


SECTION-XIII

MANUFACTURER’S AUTHORISATION FORM


SECTION-XIII

MANUFACTURER’S AUTHORISATION FORM

Reference Dated

To:

Banas Dairy

_______________________________

________________________________

Dear Sir,

Subject: IFB No.

We (Name of manufacturer), an established and reputable manufacturers of having


factories at (Name place of works) do hereby authorize (Name and address of
Agents) to bid negotiate and conclude the contract with you against IFB No. ____for
the above goods manufactured by us .

No company or firm or individual other than (Name of your sole agent/distributer )


are authorize to bid , negotiate and conclude the contract in regard to this business
against this specific IFB .(Strike out this, if not applicable )

We hereby extend our full guarantee and warrantee as per clause 15 of general
conditions of contract for the good offered for supply against this invitation for bid
by above form

Your faithfully

(Name )

For and on behalf of

(Name of manufacturer)

Note: This letter of authority should be on the Letterhead of manufacturing concern


and should be signed by a person competent and having the power of attorney to
bind the manufacturer.

BANAS DAIRY XIII-1 BIDDER


SECTION-XIV

PERFORMA OF COMPLITION CERTIFICATE


SECTION-XIV

PERFORMA OF COMPLITION CERTIFICATE

(TO BE ISSUED BY THE PURCHASER AFTER

SUUCCESSFUL COMMISSIONING OF PLANT)

No. Date

M/s

Sub: certificate of commissioning plant

1. This is to certify that plants as detailed below have been received in good
condition along with all the slandered and special accessories (subject to
remark in Para no. 2) and a set of spares in accordance with the contract /
specification. The same has been installed and commissioned.
(a) Contract no. Dated
(b) Description of the plant
(c) Plant no. (s)
(d) Quantity
(e) Bill of loading Dated (for import contract)
(f) Name of the vessel/transporter
(g) R/R no Dated
(h) Name of consignee
(i) Date of commissioning & proving test

2. Details of accessories/spares not yet supplied and recoveries to be made on


that account.

S.NO Description Amount to be recovered

3. The proving test has been done to our entire satisfaction and operators have
been trained to operate the plant

4. The supplier has fulfilled his contractual obligation satisfactorily.

Or

The supplier has failed to fulfill his contractual obligations with regard to the
following.

BANAS DAIRY XIV-1 BIDDER


a)
b)
c)
d)

5. The amount of recovery on account of non- supply of accessories and spares


is given under Para no. 2
6. The amount of recovery on account of failure of the supplier to meet his
contractual obligations is as indicated in endorsement of the letter.

Signature
Name

Designation with stamp

** Explanatory note for filling up the certificates:

1. Points to be considered while filling up Para no.4 of the certificate on


contractual obligation of the supplier.

(a) He has adhered to the time schedule specified in the contract in


dispatching the documents/drawings pursuant to technical
specifications.
(b) He has installed and commissioned the plant in time i.e within the
period specified in the contract from the date of the installation by the
purchaser in respect of the installation of the plant
(c) Training of personnel as per contractual obligation by the supplied
has been done.
(d) In the event of documents/drawings having not been supplier or
installation and commissioning of the plant have been delayed on
account of the supplier, the extent of delay should always be
mentioned.

BANAS DAIRY XIV-2 BIDDER

S-ar putea să vă placă și