Design, Supply, Installation, Commissioning, Operation & Maintenance (For Various Works)

Total Page:16

File Type:pdf, Size:1020Kb

Design, Supply, Installation, Commissioning, Operation & Maintenance (For Various Works)

TENDER DOCUMENT FOR Design, Supply, Installation, Commissioning, Operation & Maintenance (for various works) Of PILOT PLANT FOR FRUIT & VEGETABLES PROCESSING At NIFTEM, KUNDLI, SONEPAT, HARYANA

LAST DATE FOR SUBMISSION: 30th March 2016 UPTO 14.00 HRS (IST)

TENDER NO: N/S/K/Pilot Plant/1219/2/2015-16

Issued by

National Institute of Food Technology Entrepreneurship and Management Deemed to be University (De-Novo Category) under Section 3 of the UGC Act, 1956 (An Autonomous Institution under Ministry of Food Processing Industries, GOI) Plot No 97, Sector-56, HSIIDC Industrial Estate, Kundli-131028, District-Sonepat (Haryana) Email: [email protected] Website: www.niftem.ac.in

NIFTEM Page 1 of 144 BIDDER IMPORTANT INSTRUCTIONS TO ALL BIDDERS

1. This tender document shall be returned in original by the bidder duly filled, signed and sealed on all pages at the time of submission of the bidding document.

2. Bids containing deviations from bidding document terms and other requirements may be rejected.

3. Bids not accompanied by bid security (Earnest Money Deposit) shall be summarily rejected.

4. Non-compliance with even a minor technical requirement should be specifically stated by the bidders.

5. Bidders should furnish their complete address for the purpose of further correspondence pertaining to bidding document.

6. Corrections in the tender bid should be noted over and initialled at the place of corrections.

7. Negligence of the bidder in preparing tender bid confers no right to withdraw the bid after it was opened.

8. Specifications, conditions, schedule and drawings of bidding document constitute an integral part of the bid.

9. The bid, along with enclosures, drawings and technical literature, should be in English only.

10. All equipment, system & components should be designed to perform as per specifications in this bidding document under tropical conditions.

11. The bidding documents shall be governed interpreted according to the laws of the union of India.

12. National Institute of Food Technology Entrepreneurship and Management reserves the right to accept or reject any or all bids without any explanation to bidders.

NIFTEM Page 2 of 144 BIDDER CHECK LIST

ESTABLISHMENT OF PILOT PLANT FOR FRUIT & VEGETABLE PROCESSING

TENDER NO. N/S/K/Pilot Plant/1219/2/2015-16

NIFTEM Page 3 of 144 BIDDER 1. Have you submitted the Bid Security? Yes No 2. Have you quoted as individual Bidder or as a Lead member of Yes No consortium? 3. Have you submitted Bid purchase payment receipt? Yes No 4. Have you quoted Bid prices in terms of ITB Clause 13? Yes No 5. Have you given the Bid Form, Price Schedule in the in the prescribed Yes No format? 6. Have you submitted the original bidding document completed in all Yes No respects, duly signed, stamped and sealed as per ITB Clause. 20? 7. Have you quoted the delivery period correctly and precisely? Yes No 8. Have you kept your offer valid for 180 days? Yes No 9. Have you submitted self-attested copies of your registration such as Yes No PAN, TIN /CST, Service Tax, CIN , ESI ,PF , Workers’ Compensation Act (WCA) and undertaking for WCT registration? 10. Have you submitted Balance sheet and ITR for last three years Yes No ending 31.03.2015 duly certified? 11. Have you submitted solvency certificate from your Banker? Yes No 12. Have you submitted Positive net worth certificate from your CA? Yes No 13. Have you submitted List of completed orders/projects year wise; Yes No executed during last three years indicating Purchase order reference, type of order, value of order and status whether completed or not completed duly certified by auditor along with self-attested copies of PO 14. Have you submitted Copy of performance / completion certificate Yes No issued by the clients to substantiate the claim for the value of works executed in the private sector? 15. Have you submitted all other formats from Appendix A-01 to Yes No Appendix-M? 16. Have you submitted Proposed Layout of the plant & equipment Yes No offered by the bidder to the scale? 17. Have you submitted original Bid documents duly signed and sealed Yes No on each page in token of acceptance of tender terms, conditions and technical specification? 18. Have you submitted deviation statement clearing and explicitly Yes No mentioning the deviations and clarifying why deviations? 19. Have you submitted design details of your proposal along with all Yes No technical catalogues, proposed layout including required utilities? 20. Have you included cost of spares for two years of normal operation Yes No in your BID PRICE? 21. Have you included cost of all standard Accessories in the BID PRICE? Yes No

NIFTEM Page 4 of 144 BIDDER Date & Place Signature of the Bidder

ABBREVIATIONS

NIT : NOTICE INVITING TENDER PURCHASER : National Institute of Food Technology Entrepreneurship and Management NIFTEM : National Institute of Food Technology Entrepreneurship and Management ITB : Instructions to Bidders GCC : General Conditions of Contract SCC : Special Conditions of Contract EXW : Ex Works CIF : Cost, Insurance and Freight CIP : Carriage and Insurance Paid AMC : Annual Maintenance/service contract TT : Telegraphic transfer FOB : Free on Board FCA : Free Carriers' GAPL : Global AgriSystem Pvt. Ltd. ISO : International Standard Organization EBT : Electronic Bidding Terminal LXWXH : Length Width & Height AC : Alternate Current CFR : Cost and Freight IFB : Invitation for Bid MNC : Multi National Company NCB : National Cargo Bureau CPT : Carriage Paid to U.V : Ultra violet NTP : Normal Temperature Pressure GEC : General Electric Corporation PVC : Polyvinyl Chloride LED : Light Emitting Diode EU : European Union US : United State IST : Indian Standard time NCB : National Competitive Bidding ICB : International Competitive Bidding AISI : American Institution of Steel Industries BC : Bank Call rate DP : Delivery Period EMD : Earnest Money Deposit FM : Force Majeure ILC : Inland Letter of Credit FLC : Foreign Letter of Credit LD : Liquidated Damages

NIFTEM Page 5 of 144 BIDDER INCOTERMS : International Commercial Terms VAT : Value Added Tax

NIFTEM Page 6 of 144 BIDDER Table of Contents

INVITATION FOR BID...... 11 INSTRUCTIONS TO BIDDERS (ITB)...... 15 SECTION-II...... 16 INSTRUCTIONS TO BIDDERS (ITB)...... 16 1 Background...... 16 2 Eligible Bidders and Eligibility Criteria...... 16 3 Eligibility Criteria of Bidder (supporting self-attested copies to be attached)...... 17 4 Eligible Goods and Services...... 19 5 Cost of Bidding...... 19 6 Site Visit...... 19 7 Downloading the Bidding Document...... 20 8 Contents of Bidding Documents...... 20 9 Clarification of Bidding Documents...... 21 10 Amendment of Bidding Documents...... 21 11 Language of Bid...... 22 12 Documents comprising the Bid...... 22 13 Bid Form...... 23 14 Bid Prices...... 23 15 Bid Currencies...... 25 16 Documents Establishing Bidders' Eligibility and Qualifications...... 26 17 Documents Establishing Goods' Eligibility and Conformity to Bidding Documents...27 18 Bid Security (Earnest Money Deposit)...... 28 19 Period of Validity of Bids...... 28 20 Format and Signing of Bid...... 29 21 Sealing and Marking of Bids...... 30 22 Deadline for Submission of Bids...... 30 23 Late Bids...... 31 24 Modification and Withdrawal of Bids...... 31 25 Opening of Bids by Purchaser...... 32 26 Clarification of Bids...... 32 27 Preliminary Evaluation of Bids...... 32

NIFTEM Page 7 of 144 BIDDER 28 Conversion to Single Currency...... 33 29 Evaluation and Comparison of Bids...... 33 30 Contacting the Purchaser...... 36 31 Post Qualification...... 37 32 Award Criteria...... 37 33 Purchasers Right to Vary Quantities at the Time of Award...... 37 34 Purchaser's Right to Accept Any Bid and to Reject Any or All Bids...... 37 35 Notification of Award...... 37 36 Signing of Contract...... 38 37 Performance Security...... 38 38 Corrupt or Fraudulent Practices...... 38 39 Import of goods...... 39 GENERAL CONDITIONS OF CONTRACT (GCC)...... 40 SECTION - III...... 41 GENERAL CONDITIONS OF CONTRACT (GCC)...... 41 1 Definitions...... 41 2 Application...... 42 3 Country of Origin...... 42 4 Standards...... 43 5 Use of Contract Documents and Information...... 43 6 Patent Rights...... 43 7 Performance Security...... 43 8 Inspection and Tests...... 44 9 Acceptance Certificates...... 45 10 Packing and Marking...... 45 11 Delivery and Documents...... 45 12 Insurance...... 45 13 Transportation...... 46 14 Incidental Services...... 46 15 Spare Parts...... 47 16 Warranty/Guarantee for full setup...... 47 17 Annual Maintenance, Service and Repair Contract (AMC) for three Years for full setup. 48 18 Payment...... 48

NIFTEM Page 8 of 144 BIDDER 19 Prices...... 48 20 Change Orders...... 48 21 Contract Amendment...... 49 22 Assignment...... 49 23 Subcontracts...... 49 24 Delays in the Supplier / Contractor's Performance...... 49 25 Liquidated Damages...... 50 26 Termination for Default...... 50 27 Force Majeure...... 51 28 Termination for Insolvency...... 51 29 Termination for Convenience...... 51 30 Resolution of Disputes / Arbitration...... 52 31 Limitation of Liability...... 53 32 Governing Language...... 53 33 Applicable Law...... 53 34 Notices...... 53 35 Taxes and Duties...... 54 36 Statutory Variation in Taxes/ Duties:...... 54 37 Jurisdiction...... 54 SPECIAL CONDITIONS OF CONTRACT (SCC)...... 55 SECTION IV...... 56 SPECIAL CONDITIONS OF CONTRACT (SCC)...... 56 1 Definitions (GCC Clause 1)...... 56 2 Country of Origin (GCC Clause 3)...... 56 3 Equivalency of Standards and Codes (GCC Clause 4)...... 56 4 Performance Security (GCC Clause 7)...... 56 5 Inspection and Tests (GCC Clause 8)...... 57 6 Delivery and Documents (GCC Clause 11)...... 57 7 Insurance (GCC clause 12)...... 58 8 Incidental services (GCC Clause 14)...... 58 9 Warranty/Guarantee (GCC Clause 16)...... 59 10 Completion Period...... 59 11 Extension of Time for Completion...... 59

NIFTEM Page 9 of 144 BIDDER 12 Payment (GCC Clause 18)...... 60 13 Resolution of Disputes / Arbitration (GCC Clause 30)...... 61 14 Notices (GCC Clause 34)...... 61 15 Reporting of Progress of Works...... 61 16 Right to use defective Equipment...... 62 17 Supplier Integrity...... 62 18 Supplier's Obligations:...... 62 19 Patent Rights...... 62 20 Site Preparation and Installation...... 63 21 Training...... 63 22 Technical Document...... 63 23 Sufficiency of Tender...... 63 24 Program of Installation and Commissioning...... 63 25 Preparation of Drawings for Approval...... 64 26 Supplier/ Contractor's supervision and deployment of erection team and Conduct of Personnel...... 66 27 Purchaser's Instructions...... 67 28 Purchaser's Right...... 67 29 Supplier/ Contractor's Functions...... 68 30 Duties of the Purchaser Vis-a-Vis the Supplier/ Contractor:...... 68 31 Supply of Tools, Tackles and Materials for erection testing & commissioning...... 70 32 Protection of Plant...... 70 33 Unloading, Transportation and Inspection...... 71 34 Storage of Goods...... 72 35 Statutory Approvals/ Compliances...... 72 36 Mechanical & Electrical installation...... 72 37 Painting...... 74 38 Review and co-ordination of erection work...... 74 39 Testing, commissioning and start-up...... 74 40 Training of personnel...... 75 41 Clean up of works site...... 76 42 Completion Certificate...... 76 SCOPE OE WORKS AND TECHNICAL SPECIFICATIONS...... 77 SECTION- V...... 78

NIFTEM Page 10 of 144 BIDDER SCOPE OE WORKS AND TECHNICAL SPECIFICATIONS...... 78 1 Background...... 78 2 Scope of work- Process & Equipment...... 78 3 Technical Specification of Civil, Ventilation & Fire Fighting Works...... 79 4 Technical Specification of Internal Electrification Works...... 80 5 Technical Specification of Proposed Equipment...... 81 6 Turnkey execution...... 88 7 Battery Limits...... 88 BID FORM, PRICE SCHEDULES AND OTHER FORMATS...... 89 APPENDIX-A-01...... 90 PRICE SCHEDULE FOR DESIGN & SUPPLY OF EQUIPMENT FOR PILOT PLANT FOR FRUIT & VEGETABLES PROCESSING...... 90 Appendix A-01.A...... 93 Price schedule for Electrification requirement (Internal electrification)...... 93 APPENDIX-A-01. B...... 99 Price Schedule for Civil Work, Ventilation and Fire Fighting Work...... 99 APPENDIX-A-02...... 104 PRICE FOR ANNUAL MAINTENANCE AND REPAIR COST INCLUDING WARRANTY PERIOD...... 104 APPENDIX- B...... 105 BID FORM...... 105 APPENDIX-C...... 107 DETAILS OF BIDDER...... 107 APPENDIX-D...... 109 PERFORMANCE SECURITY GUARANTEE BOND...... 109 APPENDIX- E...... 112 FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION...... 112 APPENDIX- F...... 113 LETTER OF AUTHORISATION FOR ATTENDING BID OPENING...... 113 APPENDIX-G...... 114 FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM...... 114 POWER OF ATTORNEY...... 114 APPENDIX- H...... 116 Certificate from the Statutory Auditor / Client...... 116

NIFTEM Page 11 of 144 BIDDER APPENDIX-I...... 117 MANUFACTURERS' AUTHORISATION FORM...... 117 APPENDIX-J...... 118 SOLVENCY CERTIFICATE TO BE ISSUED BY THE BANKER ON THEIR LETTER HEAD ...... 118 APPENDIX-K...... 119 CONTRACT/ AGREEMENT FORM...... 119 APPENDIX- L...... 121 BID SECURITY FORM / EARNEST MONEY DEPOSIT (EMD)...... 121 APPENDIX-M...... 122 PERFORMA FOR PERFORMANCE STATEMENT FOR A PERIOD OF LAST THREE YEARS ...... 122 Layout...... 123

NIFTEM Page 12 of 144 BIDDER SECTION-I

INVITATION FOR BID

NIFTEM Page 13 of 144 BIDDER National Institute of Food Technology Entrepreneurship and Management

Deemed to be University (De-Novo Category) under Section 3 of the UGC Act, 1956

(An autonomous Institution under Ministry of Food Processing Industries Government of India)Plot 97, Sector 56, HSIIDC Industrial Estate, Kundli, Dist-Sonepat, Haryana

Email: [email protected], Website: www.niftem.ac.in

NOTICE INVITING TENDER (NIT) (Two Bid system) For

PILOT PLANT FOR FRUITS & VEGETABLES PROCESSING

The National Institute of Food Technology Entrepreneurship and Management (PURCHASER), invites sealed Tenders from experienced and competent manufacturers / their accredited distributor / project integrators who have experience in Design, Supply, Installation, testing & Commissioning of Pilot Plant For Fruit & Vegetables Processing located at PURCHASER , Plot 97, Sector 56, HSIIDC Industrial Estate, Kundli, Dist- Sonepat, Haryana , as per the following works:-

Tender No : N/S/K/Pilot Plant/1219/2/2015-16

Tender Processing Fee : INR 5,000.00

NIFTEM Page 14 of 144 BIDDER S. No. Description E.M.D. Issue date Last date & Date & time Completion Amount of TENDER time - - opening of period ( Rs.in Lac)) Start /End Receipt of TENDER TENDER

NIFTEM Page 15 of 144 BIDDER 1) Design, Supply, Installation, INR Ten 19th Feb Receipt up Opening on 6 (Six) testing & Commissioning Lakh 2016 at to 1400 Hrs. 30th March months including annual (INR 10.00 1000 Hrs. 30th March 2016 at 1530 Lakh) maintenance of Pilot Plant (IST) up to Hrs For Fruit & Vegetables 30th Processing with wide range March of product manufacturing 2016 up to facilities including 1200 Hrs associated utilities etc. on turn-key basis.

Detailed specification of the job is available in the tender form.

A complete set of Tender Document can be downloaded from the website www.niftem.ac.in. and tender processing fee shall be submitted along with bid documents in form of bank demand draft drawn on a Nationalised bank in the favour of “National Institute of Food Technology Entrepreneurship and Management” payable at New Delhi.

a. Date of commencement of issue of bid Documents … …………19th Feb 2016 at 1000 Hrs b. Date of closing of issue of bid Documents …...... 30th March 2016 up to 1200 Hrs c. Pre- Bid Meeting...... …………………...... 2nd March 2016 at 1100 Hrs d. Last Date for receipt of bids & Time……………… 30th March 2016 up to 1400 Hrs. e. Date & Time of opening of the bid………………… ……………… 30th March 2016 at 1530 Hrs

PURCHASER will not be responsible for any delay in receiving the bid documents and reserves the right to accept or reject any or all bids without assigning any reason thereof.

Sealed tender forms will be received by the authority undersigned and posted at the above address. Tender will be opened in the presence of bidders, who may wish to present as per the schedule given above.

Registrar,

National Institute of Food Technology Entrepreneurship and Management,

Kundli, Dist. Sonepat, Haryana.

NIFTEM Page 16 of 144 BIDDER DISCLAIMER

The information contained in this Detailed Notice Inviting Tender (“DNIT”) document or subsequently provided to Applicant(s), whether verbally or in documentary form by or on behalf of the Awarder, PURCHASER (National Institute of Food Technology Entrepreneurship and Management ), Kundli, District - Sonepat (Haryana) or any of their employees or advisors, is provided to Applicant(s) on the terms and conditions set out in this DNIT document and any other terms and conditions subject to which such information is provided. This DNIT document is not an agreement and is not an offer or invitation. The purpose of this DNIT document is to provide interested parties with information to assist in the formulation of their Application for Qualification. The DNIT document does not purport to contain all the information each Applicant may require. This DNIT document may not be appropriate for all persons, and it is not possible for the Government Representative, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this DNIT document. Certain Applicants may have a better knowledge of the proposed Project than others. Each Applicant should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this DNIT document and obtain independent advice from appropriate sources. PURCHASER, its employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the DNIT document. PURCHASER may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, without prior intimation in this DNIT document.

Date: 19th Feb 2016

Place: Kundli-131028, District-Sonepat (Haryana)

NIFTEM Page 17 of 144 BIDDER SECTION-II

INSTRUCTIONS TO BIDDERS (ITB)

NIFTEM Page 18 of 144 BIDDER SECTION-II

INSTRUCTIONS TO BIDDERS (ITB)

A. INTRODUCTION

1 Background

National Institute of Food Technology Entrepreneurship & Management (PURCHASER), deemed to be University ( De-nova Category) under section 3 of UGC Act 1956 has its Registered office at plot No.97, sector-56, HSIIDC Industrial Estate, Kundli-131 028, District- Sonepat (Haryana). The institute is engaged in imparting of education, education extension activities including developing incubation facilities and R&D in food science, food processing and technology sectors.

PURCHASER is actively involved in assisting in setting food standards, businesses incubation and information sharing. It would also be an apex institution in the field of food technology and management, networking and coordinating with other institutions in the same field.

PURCHASER intends to set up Pilot plant for Fruit & Vegetables processing-cum-Business Incubation Centre at NIFTEM, Kundli to promote adoption of standardized/optimized technologies, enhance value addition to create opportunities for entrepreneurs to get better return on their produce and to penetrate in International market. The centre will also provide support to large, medium and small scale industry to conduct experiments for new product development, for problem solving and to improve the quality of existing products. The Pilot Plant for Fruit & Vegetables processing -cum-Business Incubation Centre will be equipped with State-of-the-Art world class infrastructure and technology for the production of various Fruit & Vegetables products including packaging systems for meeting with globally acceptable quality norms and standard.

NIFTEM Pilot Plant Fruit & Vegetables processing -cum-Business Incubation Centre will serve as the “Knowledge Centre” as well as of research and development centre for students, researchers and incubating entrepreneur in the area.

2 Eligible Bidders and Eligibility Criteria

2.1 This invitation for Bids is open to all Manufacturers or their Accredited Agent/ Distributors, Plant Integrators / Engineering or their foreign collaborators (except those banned by Govt. Of India under trade regulation ) or Consortium members who have bought this bidding document in their name and meet the minimum eligibility criteria, if any, specified in this bidding document.

2.2 Bidders should not be associated or have been associated in the past, directly or indirectly with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design specifications and other documents to be used for the procurement of the goods to be purchased under this Invitation BID.

NIFTEM Page 19 of 144 BIDDER 2.3 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices in accordance with ITB Clause 38

3 Eligibility Criteria of Bidder (supporting self-attested copies to be

attached)

3.1 If one bidder is not in a position to bid for all of its items mentioned in the schedule, he shall be free to form a consortium of members not exceeding three. Out of these one member will be the lead member, who will be responsible for the complete execution of the project.

(Refer Appendix-G)

3.2 Each member of the consortium shall have a demonstrable experience pertaining to the project. Further to this all member of the consortium shall be jointly and severely responsible and liable for execution and completion of the project as well as any loss occurs due to their negligence.

3.3 Lead member of the consortium shall be in business at least for last three financial years at time of bid opening in Manufacturing/Sales & Distribution of food processing equipment or integrating/ Turnkey implementation of food processing / Cold Chain/ Agro processing project or related industry.

3.4 In case of change of name of bidder by merger / acquisition / change in status, the bidder may be eligible based on the documentary evidence.

3.5 Each member of the consortium shall have valid registration under various Acts that may be applicable for the proposed contract and shall submit self-certified photocopies of the registration.

3.6 The bidders must meet the following minimum financial capabilities to execute this project.

3.6.1 The Average Financial turnover of the Bidders in the same name and style during last three financial years ending 31st March, 2015 ( Consolidated turn-over in case of consortium) shall not be less than Rs 2.45 Crore.

3.6.2 In addition to above, for establishing experience, the consolidated credentials of all the consortium members will be the basis. The bidder should have at least three years of manufacturing/ sales & distribution of food processing equipment or integrating/ turnkey implementation of food processing/cold chain/agro-processing project or related industry. Following criteria is to be used:

4 One Contract / Work of similar nature costing not less than Rs. 3.90 Crore

OR

5 Two Contracts / Work of similar nature costing not less than Rs. 2.45 Crore

OR

6 Three Contracts / Work of similar nature costing not less than Rs. 2.00 Crore

NIFTEM Page 20 of 144 BIDDER OR

7 Average turnover from similar projects (food processing/cold chain/agro-processing project or related industry) for last three years is not less than Rs. 1.45 Crore

7.1.1 The following information/documents self-attested /duly certified by their auditor (as directed) should be submitted along with the bid by the bidder for evaluation/determination of their eligibility:

7.1.1.1.1.1.1 Self-attested copies of Registration certificates:

7.1.1.1.1.1.1.1 Critical: Income Tax ( PAN), Companies / Proprietorship (CIN), Sales Tax/Value Added Tax (VAT), Service Tax, Excise Duty (if manufacturer).

7.1.1.1.1.1.1.2 Desirable: Employee State Insurance (ESI) / Workers’ compensation act, Contract Labor, Provident fund.

7.1.1.1.1.1.2 Copies of Balance Sheets for last three years ending 31st March, 2015; duly certified by the auditor.

7.1.1.1.1.1.3 Self-attested Copies of Income Tax Returns for three previous years ending 31st March, 2015.

7.1.1.1.1.1.4 Undertaking on Works Contract Tax (WCT) registration in Haryana that bidder will get themselves registered for WCT in Haryana once they are awarded contract.

7.1.1.1.1.1.5 Solvency certificate issued for at least Rs. 1.00 Crore. (Refer Appendix- J).

7.1.1.1.1.1.6 Positive Net worth Certificate issued by their auditor

7.1.1.1.1.1.7 List of completed orders/projects year wise; executed during last three years indicating Purchase order reference, type of order, value of order and status whether completed or not completed duly certified by auditor along with self-attested copies of PO

7.1.1.1.1.1.8 Copy of performance / completion certificate issued by the clients to substantiate the claim for the value of works executed in the private sector.

7.1.1.1.1.1.9 Proposed Layout of the plant & equipment offered by the bidder to the scale.

7.1.1.1.1.1.10 Submit original Bid documents duly signed and sealed on each page in token of acceptance of tender terms, conditions and technical specification.

7.1.1.1.1.1.11 In case of deviation Bidders are required to submit deviation statement clearing and explicitly mentioning the deviations and clarifying why deviations?

7.1.2 Even though the bidder meets the specified criteria, it may be disqualified if it has:

7.1.2.1 Made untrue or false declaration in the forms, statements and attachments submitted in proof of their qualification

NIFTEM Page 21 of 144 BIDDER 7.1.2.2 Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion or financial failure etc. Submit performance details for last three years. (Refer - Appendix- M)

7.1.2.3 If the bidder is overbooked beyond his capacity to execute the work as per required schedules.

7.1.2.4 Conditional Tenders will not be accepted.

8 Eligible Goods and Services

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

8.2 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.

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

9 Cost of Bidding

9.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the National Institute of Food Technology Entrepreneurship and Management, payable at New Delhi, 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

10 Site Visit

10.1 The bidder is advised to visit and examine the site of works and its surroundings and obtain for himself on his own responsibility all information that may be necessary for preparing the bid and entering into a contract. The costs of visiting site shall be at bidder's expense.

NIFTEM Page 22 of 144 BIDDER NIFTEM Page 23 of 144 BIDDER B. Bidding Documents

11 Downloading the Bidding Document

11.1 The bid document is available on the website at http:// www.niftem.ac.in. and can be downloaded and used as tender documents for submitting the offer. Separate remittance shall have to be enclosed in the form of crossed demand draft for INR 5000/- only, drawn in favour of National Institute of Food Technology Entrepreneurship and Management, payable at New Delhi, towards non-refundable tender processing fees. This is in addition to the earnest money and should be separately enclosed with the offer, on or before the due date for submission, otherwise the offer will be treated as invalid.

11.2 It is hereby brought to the notice of all bidders that if any change/additions/deletions/alterations are found to be made by them in the tender and the same is subsequently noticed at any stage, even after award of the contract, the bidders are liable for all consequences thereof and PURCHASER shall be free to take suitable action as deemed necessary.

12 Contents of Bidding Documents

12.1 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

12.2 Instructions to Bidder (ITB),

12.3 General Conditions of Contract (GCC),

12.4 Special Conditions of Contract (SCC),

12.5 Schedule of Requirements & Technical Specifications (Section- V),

12.6 Price Schedule for Design, Supply & Installations of Items (Appendix-A-01)

12.7 Price Schedule for Design, Supply & Installations of Electrical & Internal Electrification Items (Appendix A-01.A),

12.8 Price Schedule for Design, Supply & Installations of Civil, Ventilation and Fire Fighting Items (Appendix A-01.B),

12.9 Price Schedule for Annual Maintenance & Service Contract (AMC) (Appendix-A-02),

12.10 BID Form (Appendix-B) ,

12.11 Bidders Details (Appendix-C),

12.12 Performance Security Guarantee Bond (Appendix-D),

12.13 Power of Attorney for signing BID Document (Appendix-E),

12.14 Letter of authorization for attending BID opening (Appendix- F),

NIFTEM Page 24 of 144 BIDDER 12.15 Power of Attorney for Lead member of Consortium Appendix- G)

12.16 Certificate from Statutory Auditors/ Client (Appendix- H)

12.17 Manufacturers' Authorization for equipment not manufactured by the Bidder (Appendix- I)

12.18 Solvency Certificate to be issued by Bidders' Banker (Appendix- J)

12.19 Contract/ Agreement Format (Appendix- K)

12.20 Bank Guarantee for BID Security / Earnest Money Deposit (EMD) (Appendix-L)

12.21 Performance Statement for last three years (Appendix- M)

12.22 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.

13 Clarification of Bidding Documents

13.1 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 15 days prior to the deadline for the submission of bids prescribed by the Purchaser. Written copies of the Purchaser's 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.

14 Amendment of Bidding Documents

14.1 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.

14.2 The amendment will be notified in writing or by fax or telex 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.

14.3 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.

NIFTEM Page 25 of 144 BIDDER C. PREPARATION OF BIDS

15 Language of Bid

15.1 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 purposes of interpretation of the bid, the English translation shall govern. Documents comprising the bid The Bid prepared by the Bidder shall comprise the following components / documents:

16 Documents comprising the Bid

16.1 The Bid prepared by the Bidder shall comprise the following components/ documents

16.1.1 Complete design details of world class infrastructure of Pilot plant conceived by the bidder to meet the objective along with the detailed technical specifications/ description along with technical catalogues of the Goods and Services offered by the him .

16.1.2 Earnest Money Deposit (EMD) or the bid security in accordance with ITB Clause 18.

16.1.3 Documentary evidence establishing bidder's eligibility and qualifications in accordance with ITB Clause 16 and

16.1.4 Documentary evidence establishing eligibility and conformity of goods and services in accordance with ITB Clause 17.0

16.1.5 A price schedule completed in accordance with ITB clause nos. 13, 14 and 15.

16.2 The documentary evidence of the Bidder's qualifications and experience to perform the Contract if its bid is accepted, shall establish to the Purchaser's satisfaction,

16.2.1 Bidder shall provide details of similar projects successfully implemented in last three years of similar size and value involving Design, Supply and Installation, testing & commissioning, and operation & maintenance. (Attach copy of work orders along with satisfactory completion certificate).

16.2.2 Bidder offering to supply Goods under the Contract which the Bidder did not manufacture or otherwise produce, the Bidder shall provide original equipment manufacturers' certificate that the bidder has been duly authorized by the Goods manufacturer or producer to supply the goods in the Purchaser's country .

16.2.3 The Bidder should include following documents in the Technical Bid:

a) The complete design details along with proposed layout,

b) Complete specifications of the equipment offered along with make, Model and type of the equipment offered along with technical/literature, brochure indicating performance details, parameters and power consumption of each equipment and other utilities.

NIFTEM Page 26 of 144 BIDDER c) Details of projects where similar equipment has been supplied and installed by the Bidder with performance details (Refer Appendix M) d) Details and parameters of effluent generated like BOD/COD details

16.2.4 The technical details should tally with the financial details. In case of non-conformity of Technical and financial Bid, the Bids shall be summarily rejected.

16.2.5 That the Bidder has the financial, technical and production capability necessary to perform the contract. 16.3 Documentary evidence established in accordance with ITB Clause 3,16 & 17, that the Goods and ancillary Services to be supplied by the Bidder are eligible Goods and Services and conform to the Bidding Documents and / or Bidders Design details:

17 Bid Form

17.1 The Bidder shall complete the Bid Form and appropriate 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.

17.2 The Pilot projects envisage an art of infrastructure facility to manufacture variety of products for which machineries with latest technologies are required. In case the bidder is required to import such machineries, he should clearly list out such machineries and indicate the prices of the imported equipment on the basis of ex- works prices of the country of origin in either USD / EURO/ GBP; as well as total landed price inclusive of all taxes, duties and other incidental charges till the delivery of item at site.

17.3 The bidder shall indicate availability spares for at least 5 years of satisfactory operation and maintenance as well as guarantee/ warrantee requirements of 18 months from date of commissioning of such imported machineries clearly in his BID.

17.4 Original bidding document duly signed and sealed should be submitted on or before the specified date and time at the office of National Institute of Food Technology Entrepreneurship and Management, Plot No 97, Sector-56, HSIIDC Industrial Estate, Kundli- 131028, District-Sonepat (Haryana)

18 Bid Prices

18.1 The Bidder shall indicate on the appropriate Price Schedule the unit prices (where applicable) and total bid price of the goods it proposes to supply under the contract.

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

18.2.1 For goods offered from within the Purchaser's country:

18.2.1.1 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

NIFTEM Page 27 of 144 BIDDER 18.2.1.2 The item wise price of goods to be supplied shall be on FOR site basis inclusive of applicable taxes & duties. 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. . Nothing extra will be paid by PURCHASER (as per Appendix-A-01, Appendix A-01.A, and Appendix A-01.B).

18.2.1.3 The Bidder should indicate the Ex-work Price (inclusive of packaging), all the applicable taxes & duties, transportation, insurance and other charges incidental for delivery of equipment at site in price schedule format (as per Appendix-A-01,Appendix A-01.A, Appendix A-01.B).

18.2.1.4 The price of equipment offered from within the Purchasers' Country shall be inclusive of sufficient spares for two years of operation and maintenance as well as guarantee/ warrantee requirements of 18 months from date of commissioning of such machineries clearly in his BID.

18.2.2 For goods offered from outside the Purchaser's country:

18.2.2.1 If the price of the goods quoted by bidder is FOB port of shipment or FCA, he shall indicate cost towards sea freight, transit insurance all risk covered from ware house to purchasers' warehouse, custom duty and other taxes including clearing agents' commission, inland transportation from purchasers' port to purchasers' warehouse including all applicable incidental charges up to delivery of equipment at purchasers' ware house, separately in the Price schedule for Design, supply and installation of items (Appendix-A-01,Appendix A- 01.A, Appendix A-01.B).

18.2.2.2 The terms EXW, CIF, CIP, etc., shall be governed by the rules prescribed in the current edition of incoterms published by the International Chamber of Commerce, Paris.

18.2.2.3 The FOB port of shipment price shall be not more than three currency i.e. USD, EURO or GBP.

18.2.2.4 The bidder shall indicate the conversion rates considered by him while estimating total cost of each imported equipment/ machinery up to delivery of equipment at purchasers' ware house. in INR.

18.2.2.5 The price of imported equipment shall be inclusive of sufficient spares for two years of operation and maintenance as well as guarantee/ warrantee requirements of 18 months from date of commissioning of such imported machineries clearly in his BID.

18.2.3 The bidder shall confirm the availability of spares for imported equipment as well as equipment supplied from within the purchasers' country for at least 5 years of satisfactory operation and maintenance and shall provide list of such spares in his BID

18.2.4 Bidder shall indicate in his BID document the assistance that he may require from the PURCHASER in importing of such equipment. PURCHASER may, at his discretion; agree to provide such assistance, however, ultimate responsibility of satisfactory performance of these equipment will be that of Contractor / Supplier.

18.2.5 The institute is entitled for Custom Duty and Excise Duty exemption. INFTEM shall provide required documents to the bidder

NIFTEM Page 28 of 144 BIDDER 18.3 For Installation, Testing & Commissioning

18.3.1 The item wise price of installation, testing and commissioning as described in the technical specifications 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 ; shall be inclusive of all applicable Service and Works Contract Tax ( WCT) .

18.4 Price Summary

18.4.1 The bidder should also submit the price schedule summary

18.5 Fixed Price

18.5.1 Price quoted by the Bidder shall be fixed during the bidder's performance of the Contract and not subject to variation on any account. A bid submitted with an adjustable price quotation for such goods and services will be treated as non-responsive and rejected. 18.6 Price Break-up

18.6.1 Bidders shall furnish the cost separately for the supply and 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.

18.6.2 However for evaluation purpose, prices quoted as indicated in ITB Clause 14 above only will be considered.

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

18.6.4 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.

19 Bid Currencies

19.1 For all goods and services covered in this Bidding Document, prices shall be quoted in the following currencies.

19.2 For goods and services that the Bidder will supply from within the Purchaser's country, the prices shall be quoted in the currency of the Purchaser's country, unless otherwise specified in the Bid Data Sheet.

NIFTEM Page 29 of 144 BIDDER 19.2.1 For goods and services that the Bidder will supply from outside the Purchaser's country the prices shall be quoted in the currency of the country of origin or country of dispatch. If the Bidder wishes to be paid in a combination of amounts in different currencies, it may quote its price accordingly but use no more than three foreign currencies - USD, EURO and GBP. The conversion rate applicable shall be the conversion rate as prevalent on the date of submission of the Bid and shall be taken from RBI website.

20 Documents Establishing Bidders' Eligibility and Qualifications

20.1 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Purchaser's satisfaction that the Bidder, at the time of submission of its bid is eligible to bid as defined under ITB Clause 2 ,3 & 15

20.2 In pursuant to ITB Clause 12, 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.

20.3 The documentary evidence of the Bidders' qualification to perform the contract if its bid is accepted shall establish to the purchasers' satisfaction.

20.3.1 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.

20.3.2 That the Bidder has the financial, technical and production capability necessary to perform the Contract

20.3.3 that, in the case of Bidder not doing business within the Purchaser's country, the Bidder is or will be (if awarded the contract) represented by an Agent in that country equipped, and able to carry out the Supplier's maintenance, repair, and spare parts-stocking obligations prescribed in the Conditions of Contract and/or Technical Specifications; and

20.3.4 In case of the consortium bidding, bidder shall fulfil the following condition

20.3.4.1 Each member of the consortium (Local/ overseas) provide a letter of consent addressed to the Purchaser stating that " he is a member of the consortium and that he has read & understood all the terms & conditions, Instructions to bidders and all other documents contained with the Tender Documents related to the subject tender and that he, in case of order being confirmed on the consortium, shall comply with the requirements contained therein.”

20.3.4.2 The consortium member shall also indicate the name of the leader of the consortium.

20.3.4.3 The leader of the consortium shall be responsible: a. To purchase the tender documents,

b. To furnish EMD/ Bid Security and Performance Bank Guarantee and Bank Guarantee for Advance etc.,

c. To prepare the tender offer/quotation etc. and sign & stamp each page of the offer/ tender document on behalf of the consortium.( signature of other consortium member shall not be acceptable)

NIFTEM Page 30 of 144 BIDDER d. To correspond, negotiate, execute, co-ordinate with other consortium members in the proper execution of the contract.

e. To submit Performance Security Deposit as called for in the bid documents on behalf of the consortium.

f. To obtain all statutory clearances from government agencies etc.

g. To co-ordinate & monitor with the consortium members for timely execution of the contract. for not only quality, guarantee, delivery but also for all the terms, conditions & technical requirements as contained in the bid document related to the equipments offered and shall not absolve himself of the responsibility on account of failure of one of the consortium member for any reason whatsoever.

h. Each consortium member shall also be responsible to the same extent and degree as the leader of the consortium for their respective supply.

i. The purchaser shall do correspondence normally with leader only but reserves its right to do correspondence with any or all the consortium members in the interest of the work.

21 Documents Establishing Goods' Eligibility and Conformity to Bidding Documents

21.1 Pursuant to ITB Clause 12 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.

21.2 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.

21.3 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 furnished:

21.3.1 A detailed description of the goods essential technical and performance characteristics.

21.3.2 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 last two years, following commencement of the goods' used by the Purchaser; and

21.3.3 A statement of deviations and exceptions to the provisions of the technical specification and terms and conditions, clause by clause commentary if any; shall be furnished by the Bidder in the bidding document. In absence of this it will be assumed that Bidder accepts all terms and conditions and the Technical Specifications. .

21.4 Pursuant to ITB Clause 17.3 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.

NIFTEM Page 31 of 144 BIDDER 22 Bid Security (Earnest Money Deposit)

22.1 Pursuant to ITB Clause 12.0 the Bidder shall furnish, bid security of INR 10, 00,000.00 (INR Ten Lakh only) as part of its bid,

22.2 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 ITB Clause 18.7.

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

22.4 A demand draft/bankers cheque/irrevocable bank guarantee from Nationalized Bank/ issued by a Nationalized Bank drawn in favor of National Institute of Food Technology Entrepreneurship and Management, payable at New Delhi

22.5 Any bid not accompanied with bid security in accordance with ITB Clause 18.1 and 18.3 will be rejected by the Purchaser as non-responsive, pursuant to ITB Clause 27.

22.6 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 ITB Clause 19.

22.7 The successful Bidder's bid security will be discharged upon the Bidders executing the Contract, pursuant to ITB Clause 36, and furnishing the performance security, pursuant to ITB Clause 37

22.8 The bid security may be forfeited:

22.8.1 If a Bidder withdraws or modifies its bid during the period of bid validity specified by the Bidder on the Bid Form; OR

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

22.8.3 In the case of these successful Bidders, if the Bidder fails:

22.8.3.1 To sign the Contract in accordance with ITB Clause 36; or

22.8.3.2 To furnish performance security in accordance with ITB Clause 37

23 Period of Validity of Bids

23.1 Bids shall remain valid for 180 days after the date of bid opening prescribed by the Purchaser. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive.

NIFTEM Page 32 of 144 BIDDER 23.2 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 cable or telex or fax). The bid security provided under ITB Clause 18 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.

23.3 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 cable or telex or fax). The bid security provided under ITB Clause 18 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.

24 Format and Signing of Bid

24.1 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.

24.2 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. (Refer Appendix- E) The latter authorization shall be indicated by written power-of-attorney accompanying the Bid. All pages of the bid, except for un-amended printed literature, shall be initialled by the person or persons signing the bid.

24.3 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 initialled by the person or persons signing the bid.

NIFTEM Page 33 of 144 BIDDER NIFTEM Page 34 of 144 BIDDER D. SUBMISSION OF BIDS

25 Sealing and Marking of Bids

25.1 The Bidders shall submit three copies of the BID, one original and two copies.

25.2 The bid may be initially placed in three envelopes, duly marking the envelopes as “PART I- EMD”, “PART II- TECHNICAL BID” and “PART III- FINANCIAL BID”.

25.3 The PART I- EMD shall contain the document comprising EMD, Tender processing fee, Original Tender Document duly stamped and signed towards acceptance of all terms and conditions and other documents pertaining to eligibility criteria.

25.4 PART II- TECHNICAL BID shall contain the complete design details, layout drawing type and make of equipment offered along with technical brochure utilities required performance details etc.

25.5 PART III- FINANCIAL BID shall contain the price schedule dully filled in indicating the basic Ex- work prices , all applicable taxes and duties ( each tax and duty express separately), transportation and other incidental charges( including insurance and loading and unloading at site ).

25.6 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."

25.7 The inner and outer envelopes shall ;

25.7.1 Be addressed to the Purchaser at the following address: National Institute of Food Technology Entrepreneurship and Management, Plot No 97, Sector-56, HSIIDC Industrial Estate, Kundli-131028, District-Sonepat (Haryana) and bear the following details:

1. Tender No : N/S/K/Pilot Plant/1219/2/2015-16

2. Pilot Plant Name :

3. Bid Date

4. Bid opening date & time

5. Do not open before Date & time

25.7.2 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."

25.7.3 A demand draft/bankers cheque/irrevocable bank guarantee from Nationalized Bank/ issued by a Nationalized Bank drawn in favor of National Institute of Food Technology Entrepreneurship and Management, payable at New Delhi

26 Deadline for Submission of Bids

26.1 Bids must be received by the Purchaser at the address specified under ITB Clause. 21.2 not later than the time specified for receipt of the bids in the Invitation for Bids (Section I).

NIFTEM Page 35 of 144 BIDDER 26.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the Bidding Documents in accordance with ITB Clause 10, 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.

27 Late Bids

27.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, pursuant of ITB Clause 22, will be rejected and returned unopened to the Bidder.

28 Modification and Withdrawal of Bids

28.1 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.

28.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with the provisions of ITB Clause 21 with the outer and inner envelopes additionally marked "modification" or "withdrawal" as appropriate.

28.3 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.

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

28.5 No bid may be withdrawn in the 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 forfeiture of Bidder's bid security, pursuant to ITB Clause18.7.

NIFTEM Page 36 of 144 BIDDER NIFTEM Page 37 of 144 BIDDER E. BID OPENING AND EVALUATION

29 Opening of Bids by Purchaser

29.1 The Purchaser will open only in the presence of Bidders' representatives who choose to attend, at the time and date indicated in the NIT at the office of National Institute of Food Technology Entrepreneurship and Management, Kundli. The Bidders' representatives who are present shall sign a register evidencing their attendance.

29.2 The Bidders' names, bid prices, discount, presence or absence of the requisite bid security, and such other details as the Purchaser, at its discretion, may consider appropriate will be announced during the opening.

29.3 The Purchaser will prepare minutes of the Bid opening.

30 Clarification of Bids

30.1 To assist in the examination, evaluation and comparison of the bids the Purchaser may, at its discretion, ask the Bidders for a clarification of its bids. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted.

31 Preliminary Evaluation of Bids

31.1 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.

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

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

31.4 Arithmetical errors will be rectified on the following basis. 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.

NIFTEM Page 38 of 144 BIDDER 31.5 Prior to the detailed evaluation, the Purchaser will determine the substantial responsive 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.

31.6 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.

31.7 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.

32 Conversion to Single Currency

32.1 Pursuant to ITB clause 14 and 15 , the bidder may quote the prices for imported goods in foreign currency i.e. USD/EURO/GBP but on FOB port of shipment only .

32.2 However, for delivery of such imported goods to purchasers' warehouse the bidder will quote the prices only in INR only including cost towards sea freight , transit insurance all risk covered from ware house to purchasers' warehouse, custom duty and other taxes including clearing agents' commission , inland transportation from purchasers' port to purchasers' warehouse including all applicable incidental charges up to delivery of equipment at purchasers' ware house.

32.3 Hence, the BID currency is INR only.

33 Evaluation and Comparison of Bids

33.1 The Purchaser will evaluate and compare the bids previously determined to be substantially responsive, pursuant to ITB Clause 27.

33.2 The Bid evaluation comprises of two stages i.e. Technical Bid evaluation and financial evaluation as follows:

33.2.1 Technical Evaluation

33.2.1.1 The Technical Bid Evaluation will be done based on the design details/ parameters / equipment offered by the bidder for the state of the art infrastructure for the proposed pilot plant considering technology , versatility of equipment to use for manufacturing one/ more products of different variety of international standards , performance and compatibility with other equipment , expansion feasibility etc.

33.2.1.2 Bid will not be considered as complete if the complete requirement covered under the scope of works and technical specifications (section V) is not included in the bid.

NIFTEM Page 39 of 144 BIDDER 33.2.1.3 The Shortlisted bidder will be called for presentation. The presentation shall include the technical and operational advantages of their bid in terms of the technical aspects such as level of customization, ease of operation, data security, operational cost, efficiency, availability of spares, after sales support and implementation schedule.

33.2.1.4 PURCHASER may (at its own discretion) ask any or all of the shortlisted bidders to demonstrate successful operation of the system offered by them in India or outside India, installed by them either individually or as a lead partner of any consortium where it has been working successfully. To & fro charges for such visits of PURCHASER will be borne by the PURCHASER and that of SUPPLIER/ CONTRACTOR will be borne by SUPPLIER/ CONTRACTOR.

33.2.1.5 PURCHASER after having satisfied fully with the technical offers , would announce a list of Qualified Bidders who will be eligible for participation in the Financial Bid Stage . At the same time, PURCHASER would notify the other Applicants that they have not been pre- qualified. PURCHASER will not entertain any query or clarification from Applicants who fail to qualify.

33.2.2 Financial Evaluation

33.2.2.1 Price Bid of those bidders who have technically qualified in terms of ITB Clause 29.2.1 , will be opened in presence of the representatives of the qualified .bidders who chooses to attend at the time of opening on the date and at the place specified in the BID Document / intimation for such opening by PURCHASER. The bidders' representative who are present shall sign in the register evidencing their presence.

33.2.2.2 Arithmetical errors will be rectified on the following basis. 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.

33.2.2.3 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).

33.2.2.4 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 & ITB Clause 14

33.2.2.5 The purchasers' evaluation of a bid will take into account , in addition to the bid price quoted in accordance with ITB Clause 14 and including one or more of the following factors as specified in the BID data Sheet

33.2.2.5.1 Cost of inland transportation etc. within the Purchaser Country incidental to delivery of the goods to their final destination (When price quoted by bidder is other than site).

Inland transportation, insurance, and other incidental costs for delivery of the goods from EXW / port of entry / border point to Project Site named in the Bid Data Sheet will be computed for each bid by the Purchaser on the basis of prevailing market tariffs. To facilitate such computation, bidder shall furnish in its bid the estimated dimensions and shipping weight and the approximate EXW/CIF (or CIP border point) value of each package. The above cost will be added by the Purchaser to EXW/CIF/CIP border point price.

NIFTEM Page 40 of 144 BIDDER 33.2.2.5.2 Deviation in Delivery/ completion schedule

The Purchaser requires that the goods under the Invitation for Bids shall be delivered (shipped) at the time specified in the Schedule of Requirements. The estimated time of arrival of the goods at the Project Site will be calculated for each bid after allowing for reasonable international and inland transportation time. Treating the bid resulting in such time of arrival as the base, a delivery "adjustment" will be calculated for other bids by applying a percentage, specified in the Bid Data Sheet, of the EXW/CIF/CIP price for each week of delay beyond the base, and this will be added to the bid price for evaluation. No credit shall be given to early delivery.

Or

The goods covered under this invitation are required to be delivered (shipped) within an acceptable range of weeks specified in the Schedule of Requirements. No credit will be given to earlier deliveries, and bids offering delivery beyond this range will be treated as nonresponsive. Within this acceptable range, an adjustment per week, as specified in the Bid Data Sheet, will be added for evaluation to the bid price of bids offering deliveries later than the earliest delivery period specified in the Schedule of Requirements.

Or

The goods covered under this invitation are required to be delivered (shipped) in partial shipments, as specified in the Schedule of Requirements. Bids offering deliveries earlier or later than the specified deliveries will be adjusted in the evaluation by adding to the bid price a factor equal to a percentage, specified in the Bid Data Sheet, of EXW/CIF.CIP price per week of variation from the specified delivery schedule

33.2.2.5.3 Deviation in payment schedule:

Bidders shall state their bid price for the payment schedule outlined in the SCC. Bids will be evaluated on the basis price. Bidders are, however, permitted to state an alternative payment schedule and indicate the reduction in bid price they wish to offer for such alternative payment schedule. The Purchaser may consider the alternative payment schedule offered by the selected Bidder.

33.2.2.5.4 Cost of components, mandatory spare parts and services:

The list of items and quantities of major assemblies, components, and selected spare parts, likely to be required during the initial period of operation specified in the Bid Data Sheet, is to be provided by the bidder (specific for the equipment suggested by the bidder). The total cost of these items, at the unit prices quoted in each bid, will be added to the bid price

33.2.2.5.5 The availability of spare parts and after sales services in purchasers' country:

The cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined in the Bid Data Sheet or elsewhere in the bidding documents, if quoted separately, shall be added to the bid price.

NIFTEM Page 41 of 144 BIDDER 33.2.2.5.6 The projected operating and maintenance costs during the life of the equipment. Since the operating and maintenance costs of the goods under procurement form a major part of the life cycle costs of the equipment, these costs will be evaluated in accordance with the criteria specified in the Bid Data Sheet or in the Technical Specifications.

33.2.2.5.7 The performance and versatility of the equipment offered for production of different type of products:

The equipment offered shall be of latest technology having versatility in operation with minimum productivity specified under the relevant provision in the Technical Specifications to be considered responsive. Evaluation shall be based on the cost per unit of the actual productivity of goods offered in the bid, and adjustment will be added to the bid price using the methodology specified in the Bid Data Sheet or in the Technical Specifications

34 Contacting the Purchaser

34.1 Subject to ITB Clause 26 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.

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

NIFTEM Page 42 of 144 BIDDER NIFTEM Page 43 of 144 BIDDER F. AWARD OF CONTRACT

35 Post Qualification

35.1 In the absence of pre-qualification, 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. 35.2 The determination will take into account the Bidder's financial, technical and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder's qualifications submitted by the Bidder, pursuant to ITB Clause 16 & 17, as well as such other information as the Purchaser deems necessary and appropriate including details of experience and records of past performance.

35.3 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.

36 Award Criteria

36.1 Subject to ITB Clause 34, the Purchaser will award the contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid provided further the bidder is determined to be qualified to perform the contract satisfactorily as per ITB Clause 29

37 Purchasers Right to Vary Quantities at the Time of Award.

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

37.2 The PURCHASER reserves the right to award contract for all the items or a part thereof and to place order in single or multiple lots.

38 Purchaser's Right to Accept Any Bid and to Reject Any or All Bids

38.1 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.

39 Notification of Award

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

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

NIFTEM Page 44 of 144 BIDDER 39.3 Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 37, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB Clause 18.5

40 Signing of Contract

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

40.2 Within 15 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.

41 Performance Security

41.1 Within 15 days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the performance security in accordance with the Contract Condition. The Performance Security Guarantee shall be in the form of Bank Guarantee/Demand Draft from Nationalized Bank issued in favour of National Institute of Food Technology Entrepreneurship and Management.

41.2 The Performance Guarantee shall be equivalent to 10% of the contract value and should be valid for a period not less than 60 days beyond the date of completion of all contractual obligations of the Supplier/ Contractor/ Contractors including warranty obligations.

41.3 The Bank Guarantee shall be delivered by the bank directly to National Institute of Food Technology Entrepreneurship and Management. The Bank Guarantee will be sent by National Institute of Food Technology Entrepreneurship and Management to the Bank for verification

41.4 Failure of the successful Bidder to comply with the requirement of ITB Clause 36 and ITB Clause 37 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 or new bids.

41.5 If the bid of the successful bidder is seriously unbalanced in relation to the PURCHASER's estimate of the real cost of the work to be performed under the contract, the PURCHASER may require additional performance security to protect the PURCHASER against financial loss in the event of subsequent default of the successful bidder under the contract.

41.6 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 the Purchaser may decide as. This security shall be released on a prorate basis with respect to completion of execution of those items against which the additional security is obtained.

42 Corrupt or Fraudulent Practices

NIFTEM Page 45 of 144 BIDDER 42.1 The Purchaser requires Bidders / Suppliers / Contractors observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Purchaser defines, for the purposes of this provision, the terms set forth below as follows:

42.1.1 "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution;

And

42.1.2 "Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Purchaser of the benefits of free and open competition.

42.1.3 Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question;

42.1.4 Will declare a firm ineligible, either indefinitely or for a stated period of time, if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a contract.

43 Import of goods

43.1 PURCHASER may provide import license or help in importing such goods if necessary to import for the required process. However, the Bidder shall clearly indicate this along with type of help required and attach a list of such imported items in his BID for which Bidder needs help from PURCHASER.

NIFTEM Page 46 of 144 BIDDER SECTION - III

GENERAL CONDITIONS OF CONTRACT (GCC)

NIFTEM Page 47 of 144 BIDDER NIFTEM Page 48 of 144 BIDDER SECTION - III

GENERAL CONDITIONS OF CONTRACT (GCC)

1 Definitions

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

1.1 “ The PURCHASER means the REGISTRAR, National Institute of Food technology Entrepreneurship and Management. Plot 97, Sector – 56, HSIIDC Industrial Estate. Dist.- Sonepat, Haryana - 131028

1.2 “ The BIDDER means the Engineering Contractor / Manufacturers and / or their Accredited Distributor / Project Integrators etc. with their Foreign Collaborators and/ or as lead member of consortium either as individual or as firm who participates in the tender and submits its bid.

1.3 “ PURCHASER” means National Institute of Food technology Entrepreneurship and Management

1.4 “The Supplier/ Contractor/ Contractor/ Contractor” means the individual or firm rendering the services under the contract.

1.5 “The Advance Purchase Order/ Letter of Intent” means the intention of PURCHASER to place the Purchase Order on the bidder.

1.6 “The Purchase Order” means the order placed by PURCHASER on the Supplier/ Contractor/ Contractor/ Contractor signed by PURCHASER including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as “Contract” appearing in the document.

1.7 “ The Contract Price” means the price payable to the Supplier/ Contractor/ Contractor/ Contractor under the purchase order for the full and proper performance of its contractual obligations.

1.8 “ Acceptance” is a process of accepting satisfactory services rendered by “The Supplier/ Contractor/ Contractor/ Contractor”, by PURCHASER

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

1.10 "The Goods" means all of the equipment, machinery, and/or other materials, which the Supplier/ Contractor s required to supply to the Purchaser under the Contract

1.11 "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/ Contractor covered under the Contract;

NIFTEM Page 49 of 144 BIDDER 1.12 "Project-in-charge" means the Project Officer designated as such or any other person appointed from time to time by the Purchaser and notified in writing to the Supplier/ Contractor to act as Project-in-charge for the purposes of contract.

1.13 "Works" means all goods to be provided and work (Services) to be done by the Supplier/ Contractor under the contract.

1.14 "FOR" means free delivery at work site including loading, unloading and inclusive of all applicable taxes.

1.15 "CIF" means Carriage, Insurance & Freight

1.16 "CIP" means Carriage & Insurance Paid

1.17 "AMC" means Annual Maintenance & Service Contract

1.18 "IFB" means Invitation for Bid

1.19 "NIT" means Notice Inviting Tender

1.20 "ITB" means Instruction to Bidder

1.21 "GCC" means General Conditions of Contract

1.22 "SCC" means Special Conditions of Contract

1.23 "EXW" means Ex- Works

1.24 "GAPL" means Global AgriSystem Pvt. Ltd

1.25 "NTP" means Normal Temperature Pressure,

1.26 "UV" means Ultra Violet

1.27 "NCB" means National Competitive Bid

1.28 "PVC" means Polyvinyl Chloride

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.

3 Country of Origin

3.1 All Goods and Services supplied under the Contract shall have their origin in the countries and territories eligible under the rules of the Govt. of India as further elaborated in SCC.

3.2 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.

NIFTEM Page 50 of 144 BIDDER 3.3 The origin of Goods and Services is distinct from the nationality of the Supplier/ Contractor/ Contractor

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/ Contractor 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/ Contractor in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The Supplier/ Contractor shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in GCC sub-clause 5.1 above except for purposes of performing the Contract.

5.3 Any document, other than the Contract itself, enumerated in GCC sub-clause 5.1 shall remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Supplier/ Contractor's performance under the Contract if so required by the Purchaser.

5.4 The supplier shall permit the Bank to inspect the Supplier's accounts and records relating to the performance the Supplier and to have them audited by auditors appointed by the Bank, if so required by the Bank.

6 Patent Rights

6.1 The Supplier/ Contractor shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India.

7 Performance Security

7.1 Within 15 days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the performance security in accordance with the Contract Condition.

NIFTEM Page 51 of 144 BIDDER 7.2 The Performance Security Guarantee shall be equivalent to 10% of the contract value and should be valid for a period not less than 60 days beyond the date of completion of all contractual obligations of the Supplier/ Contractor/ Contractors including warranty obligations and shall be submitted in the form described in ITB Clause 37

7.3 The Bank Guarantee shall be delivered by the bank directly to National Institute of Food Technology Entrepreneurship and Management. The Bank Guarantee will be sent by National Institute of Food Technology Entrepreneurship and Management to the Bank for verification

7.4 Such bank guarantees shall be valid till the expiry of the warranty period as per GCC sub- clause 7.2 above.

7.5 The performance security will be discharged by the Purchaser and returned to the Supplier/ Contractor not later than 30 days following the date of completion of the Supplier/ Contractor'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/ Contractor in writing of the identity of any representatives, if retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the Supplier/ Contractor or its subcontractor(s), at point of delivery and/or at the Good's final destination. Where conducted on the premises of the Supplier/ Contractor or it's sub contractors), all reasonable facilities and assistance including access to drawings and production data-shall be furnished to the inspectors at no charge to the Purchaser.

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

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

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

8.6 To & Fro expenses towards visit of PURCHASER's representative to the place of testing will be borne by the purchaser.

8.7 Manuals and Drawings

8.7.1 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. These shall be in such detail as will enable the Purchaser to operate, maintain, adjust and repair all parts of the equipment as stated in the specifications.

NIFTEM Page 52 of 144 BIDDER 8.7.2 The manuals and drawings shall be in the ruling language (English) and in such form and numbers as stated in the contract.

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

9 Acceptance Certificates

9.1 On successful completion of acceptability test, receipt of deliverables etc, and after the purchaser is satisfied with the working of the system, the acceptance certificate signed by the supplier and the representative of the purchaser will be issued within a mutually agreed time/period. The date on which such certificate is singed shall be deemed to be the date of successful commissioning of the systems.

10 Packing and Marking

10.1 The Supplier/ Contractor shall provide such packing of 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.

10.2 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 GCC Clause 10.3 and any subsequent instructions given by the Purchaser.

10.3 Each package shall be marked to indicate:

11 Name of the Supplier/ Contractor,

12 Purchase Order number

13 Details of items

14 Gross, net and tare weights of the item

15 Number of the packages

16 Name of the Consignee

17 Destination

18 Delivery and Documents

NIFTEM Page 53 of 144 BIDDER 18.1 Delivery of the Goods shall be made by the Supplier/ Contractor in accordance with the terms specified by the Purchaser in its Schedule of Requirements and the Special Conditions of Contract.

19 Insurance

19.1 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 and up to handing over of the plant and equipment in the manner specified in the Special Conditions of Contract.

19.2 Where delivery of the Goods is required by the Purchaser on a CIF basis, the Supplier/ Contractor shall arrange and pay for marine insurance naming the Purchaser as the beneficiary.

19.3 The Supplier/ Contractor 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.

19.4 Should any loss or damage occur, the Supplier/ Contractor should -

20 Initiate and pursue claim till settlement, and

21 Promptly make arrangements for repair and/or replacement of any damaged item/s irrespective of settlement of claim by the underwriters.

22 Transportation

22.1 Where the Supplier/ Contractor 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/ Contractor/ Contractor, and the cost thereof shall be included in the Contract Price.

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

22.3 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/ indicated in the contract price.

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

23 Incidental Services

23.1 As specified in the Special Conditions of Contract, the Supplier/ Contractor may be required to provide any or all of the following services:

23.1.1 Performance or supervision of on-site assembly and/or start-up of the supplied Goods;

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

NIFTEM Page 54 of 144 BIDDER 23.1.3 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.

23.1.4 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/ Contractor of any warranty obligations under this Contract; and

23.1.5 Conduct of training of the Purchaser's personnel, at the Supplier/ Contractor's plant and/or on- site, in assembly, start-up operation, maintenance and/or repair of the supplied Goods.

23.1.6 Prices charged by the Supplier/ Contractor 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/ Contractor for similar services.

24 Spare Parts

24.1 As specified in the Special Conditions of Contract, the Supplier/ Contractor may be required to provide any or all of the following materials and notifications pertaining to spare parts manufactured or distributed by the Supplier/ Contractor/ Contractor:

24.1.1 Such spare parts as the Purchaser may elect to purchase from the Supplier/ Contractor/ Contractor, provided that this election shall not relieve the Supplier/ Contractor of any warranty obligations under the Contract; and

24.1.2 In the event of termination of production of the spare parts:

24.1.2.1 Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure its needed requirements; and

24.1.2.2 Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the spare parts, if and when requested. 24.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumables and spares for the Goods. Other spare parts and components shall be supplied as promptly as possible but in any case within six months of placement of order.

25 Warranty/Guarantee for full setup

25.1 The Supplier/ Contractor 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/ Contractor 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/ Contractor/ Contractor, that may develop under normal use of the supplied Goods in the conditions obtaining in the country of final destination. The Supplier/ Contractor also guarantees that the Goods supplied shall perform satisfactorily as per the signed/rated/installed capacity as provided for in the Contract.

NIFTEM Page 55 of 144 BIDDER 25.2 This warranty/guarantee shall remain valid for 18 months after the plant has been installed, successfully tested, commissioned and accepted by the PURCHASER. The automation systems, instruments and controls will also be guaranteed against system malfunction for a period of 18 months from the date of commissioning.

25.3 The Supplier/ Contractor 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.

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

25.5 Upon receipt of such notice, the Supplier/ Contractor 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.

25.6 If the Supplier/ Contractor/ Contractor, 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/ Contractor's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier/ Contractor under the Contract. 26 Annual Maintenance, Service and Repair Contract (AMC) for three Years for full setup.

26.1 The equipment supplied and installed by the supplier/Contractor are warranted / Guaranteed as per GCC Clause 16.0 mentioned above. . The Bidder has to submit their offer for AMC along with this BID as per format given in Appendix- A-02. for three years on per year basis

26.2 The payment for AMC shall be made on half yearly basis on receipt of bills duly certified by the in-charge of pilot plant

27 Payment

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

27.2 The Supplier/ Contractor'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 GCC Clause 9 &11, and fulfilment of other obligations stipulated in the Contract.

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

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

28 Prices

NIFTEM Page 56 of 144 BIDDER 28.1 Prices charged by the Supplier/ Contractor for Goods delivered and Services performed under the Contract shall not vary from the prices quoted by the Supplier/ Contractor in its bid.

28.2 Price variation on account of statutory changes in rates of taxes and duties namely Excise Duty, VAT, Works Contract Tax, Service Tax etc. shall be payable if it comes into force due to government notification.

29 Change Orders

29.1 The Purchaser may, at any time, by a written order given to the Supplier/ Contractor pursuant to GCC Clause 21, make changes within the general scope of the Contract in any one or more of the following:

29.1.1 Drawings, designs or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser:

29.1.2 The method of shipment or packing;

29.1.3 The place of delivery; or

29.1.4 The Services to be provided by the Supplier/ Contractor/ Contractor. 29.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier/ Contractor'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/ Contractor for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier/ Contractor's receipt of the Purchaser's change order.

30 Contract Amendment

30.1 Subject to GCC Clause 20, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

31 Assignment

31.1 The Supplier/ Contractor shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser's prior written consent.

32 Subcontracts

32.1 The Supplier/ Contractor 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/ Contractor from any liability or obligation under the Contract.

32.1 Sub contracts must comply with the provisions of SCC clause 18, 26, 29, 32 and other relevant clauses for satisfactory and timely execution of the entire project.

NIFTEM Page 57 of 144 BIDDER 33 Delays in the Supplier / Contractor's Performance

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

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

33.3 Forfeiture of its performance security, imposition of liquidated damages, and/or termination of the Contract for default.

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

34 Liquidated Damages

34.1 Subject to GCC Clause 24, if the Supplier/ Contractor fails to deliver any or all the goods or perform the services within the times 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:

34.1.1 0.5% of the full contract value for every 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.

34.1.2 The total amount so deducted shall not exceed 5% of the Contract value. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 26. 34.2 Any incremental taxes and levies on account of delay in performance of the Contract by the Supplier/ Contractor shall be to the Supplier/ Contractor's account.

35 Termination for Default

35.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Supplier, terminate the Contract in whole or part:

35.1.1 if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 24; or

35.1.2 if the Supplier fails to perform any other obligation(s) under the Contract.

NIFTEM Page 58 of 144 BIDDER 35.1.3 If the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

For the purpose of this Clause:

35.1.4 "Corrupt practice" means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution.

35.1.5 "fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.

35.2 In the event the PURCHASER terminates the Contract in whole or in part, pursuant to GCC Clause 26.1, the Purchaser may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and Supplier shall be liable to the purchaser for any excess cost for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.

36 Force Majeure

36.1 Neither party shall be held responsible for non-fulfilment of their respective obligations under this contract due to exigency of one or more of the Force Majeure events such as but not limited to acts of God, war, floods, earthquakes, strikes, lockouts, epidemics, riot, civil commotion etc. provided on the occurrence and cessation of any such events, the party affected thereby shall give a notice in writing to the other party within one week of such occurrence which makes it impossible or impracticable to carry out its obligation. If the Force Majeure condition continues beyond six months, the parties shall then mutually decide about the future course of action.

36.2 Force Majeure shall not include (1) any event which is caused by the negligence or intentional action of a party or such party's agents or employees, nor (2) any event which a diligent party could reasonably have been executed both to take into account at the time of the conclusion of this Contract , and avoid or overcome in carrying out of its obligations hereunder.Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder

37 Termination for Insolvency

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

37.1.1 The Supplier/ Contractor becomes bankrupt or otherwise insolvent,

NIFTEM Page 59 of 144 BIDDER 37.1.2 The Supplier/ Contractor 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.

38 Termination for Convenience

38.1 The Purchaser, may by written sent to the 'Supplier/ Contractor, 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.

38.2 The Goods that are complete and ready for shipment within 30 days after the Supplier/ Contractor's 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:

38.2.1 To have any portion completed and delivered at the Contract terms and prices: and/or

38.2.2 To cancel the remainder and pay to the Supplier/ Contractor an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier/ Contractor.

39 Resolution of Disputes / Arbitration

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

39.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Supplier may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

39.2.1 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.

39.2.2 Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in the SCC Clause 13

39.3 Notwithstanding any reference to arbitration herein.

39.3.1 the supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

NIFTEM Page 60 of 144 BIDDER 39.3.2 the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

39.4 The dispute resolution mechanism to be applied pursuant to GCC Clause 30 shall be as follows:

39.4.1 If there should be a dispute among the Parties or any of them arising out of or relating to this Agreement, they will attempt in good faith to resolve the dispute promptly through discussions. If the dispute cannot be resolved through negotiation, then it may be referred to arbitration by a single arbitrator appointed jointly by the Parties. This arbitration agreement and the proceedings there under shall be governed by (Indian) Arbitration and Conciliation Act, 1996 or any statutory amendment or re-enactment thereof. The venue and seat of arbitration shall be NIFTEM, Kundli Dist. Sonepat (Haryana.

39.4.2 The Jurisdiction for all Arbitration proceedings shall be at Delhi in India and the language of arbitration proceedings and that of all documents and communications between the parties shall be English.

39.4.3 The decision of majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.

39.4.4 Where the value of the contract is Rs. 10 million and below, the disputes or differences arising shall be referred to the Sole Arbitrator, The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority namely the president of the Institution of Engineers (India).

40 Limitation of Liability

40.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to GCC Clause 6,

40.1.1 the Supplier / Contractor shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

40.1.2 the aggregate liability of the Supplier/ Contractor to the Purchaser, whether under the Contract, in tort or otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

41 Governing Language

NIFTEM Page 61 of 144 BIDDER 41.1 The Contract shall be written in the language of the bid, as specified by the Purchaser in the Instructions to Bidders ITB Clause 11. that language version of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the parties, shall be written in that same language.

42 Applicable Law

42.1 The Contract shall be governed by, and interpreted and construed in accordance with the Indian Law and the Courts in Delhi/ New Delhi shall have exclusive jurisdiction over all matters, disputes which arises in connection with this Contract.

43 Notices

43.1 Any notice required, permitted or desired to be given under this contract shall be given in writing sent by Registered Post to the address specified for that purpose in the Special Conditions of Contract. Either of the parties may at any time and from time, change the address and notified; to which notice shall be sent herein under by notice to the other party given under this clause.

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

44 Taxes and Duties

44.1 A Supplier/ Contractor shall be entirely responsible for payment of all taxes, duties, license fees, Service Tax / Works Contract Tax, Octroi/ Tool Tax and any other tax if applicable until taking over of the works by the 'Purchaser'.

44.2 NIFTEM is exempted from payment of Excise and Custom Duty. NIFTEM will provide necessary document to the Supplier/ Contractor

44.3 Purchaser will not issue either C/D Form or Haryana VAT declaration form. The Supplier / Contractor shall therefore, take care of any extra tax liability on these account.

44.4 Supplier / Contractor shall be registered in the state of Haryana. In case “Works contract Tax" is applicable, Supplier/ Contractor shall take care of. Purchaser will not be responsible for any tax liability on any account.

45 Statutory Variation in Taxes/ Duties:

45.1 PURCHASER shall reimburse to Supplier/ Contractor statutory variation in taxes / duties / levies etc. Which comes in force after award of contract against submission of documentary evidence.

46 Jurisdiction

NIFTEM Page 62 of 144 BIDDER 46.1 This invitation for bids is issued for and on behalf of the "PURCHASER" National Institute of Food Technology Entrepreneurship and Management situated at Plot No 97, Sector-56, HSIIDC Industrial Estate, Kundli-131028, District- Sonepat (Haryana).

46.2 For the settlement of any dispute arising out of the contract against this bid, only the Courts at New Delhi, India shall have jurisdiction.

NIFTEM Page 63 of 144 BIDDER SECTION IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

NIFTEM Page 64 of 144 BIDDER SECTION IV

SPECIAL CONDITIONS OF CONTRACT (SCC)

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.

1 Definitions (GCC Clause 1)

1.1 The PURCHASER is National Institute of Food Technology Entrepreneurship and Management, and would include the term "PURCHASER".

1.2 The Supplier/ Contractor is a firm supplying goods and services under this contract. (Name of Supplier/ Contractor)

2 Country of Origin (GCC Clause 3)

2.1 The place where the goods were mined, grown or produced from which the services are supplied except those restricted by Government of India.

3 Equivalency of Standards and Codes (GCC Clause 4)

3.1 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 Purchaser's prior review and written approval. Differences between the standards specified and the proposed alternative standards must be fully described in writing by the Supplier/ Contractor and submitted to the Purchaser at least 30 days prior to the date when the Supplier/ Contractor desires the Purchaser's approval. In the event the purchaser determines that such proposed deviations do not ensure equal or higher quality, the Supplier/ Contractor shall comply with the standards set forth in the documents.

4 Performance Security (GCC Clause 7)

4.1 Within 21 days after the Supplier's receipt of Notification of Award, the Supplier shall furnish Performance Security to the Purchaser for an amount of 10% of the Contract value, valid up to 60 days beyond the date of completion of performance obligations including warranty obligations.

NIFTEM Page 65 of 144 BIDDER 4.2 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.

4.3 In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months and the Performance Security for proportionate value shall be extended 60 days over and above the extended warranty period.

5 Inspection and Tests (GCC Clause 8)

5.1 The supplier will dispatch the goods to the ultimate consignee after internal inspection testing along with the, supplier's inspection report and manufacturer's warranty certificate. The purchaser will test the equipment after completion of the installation.

5.2 The Supplier/ Contractor shall provide, within the time stated in the contract or in the program, drawings showing how the plant is to be designed and any other information required for -

5.2.1 Preparing suitable foundations or other means of support.

5.2.2 Providing suitable access on the site for the plant and any necessary equipment to the place where the plant is to be erected and

5.2.3 Making necessary electrical connections from the panel board provided in the individual sections to the machines. 5.3 Before the goods and equipment are taken over by the Purchaser, the Supplier/ Contractor 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.

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

5.5 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.

5.6 The goods after conducting acceptance test by the Purchaser, his representative or any inspection agency appointed by Purchaser. The acceptance will involve trouble-free operation for one month. There shall not be any additional charges for carrying out acceptance tests.

6 Delivery and Documents (GCC Clause 11)

6.1 Upon shipment/dispatch, the Supplier/ Contractor shall notify to the purchaser by cable or e- mail 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/ Contractor will mail the following documents to the purchaser with a copy to the Insurance Company:

6.1.1 Original and five copies of:

NIFTEM Page 66 of 144 BIDDER 7 The Supplier/ Contractor's invoice showing purchase order no. Goods description, quantity, unit

8 price, total amount;

9 Delivery note/case-wise detailed packing list identifying contents of each package/lorry receipt;

10 Manufacturer's/Supplier/ Contractor's guarantee certificate;

11 Inspection Certificate issued by the nominated inspection agency, and the Supplier/ Contractor's

12 factory inspection report;

13 Certificate of origin;

14 Insurance policy;

15 Excise gate pass/octroi receipts wherever applicable, duly sealed indicating payments made; and

16 Any other document evidencing payment of statutory levies.

17 The Supplier/ Contractor's certificate certifying that the defects pointed out during inspection have been rectified. 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 despatch particulars including name of transporter, LR no. and date should also be mentioned in the invoice/s.

18 Insurance (GCC clause 12)

18.1 The "marine/ transit" insurance to be taken by the Supplier/ Contractor 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.

18.2 For installation and commissioning job, storage-cum-erection All risk insurance policy for an amount equal to 110% valid for a period not less than three months after installation, including one month for testing and commissioning shall be obtained by the Supplier/ Contractor/ Contractor.

18.3 Third party insurance: Before commencing the erection work the Supplier/ Contractor without limiting his obligations and responsibilities, shall insure against his liability for any material or physical damage, loss or injury which may occur to any property including that of the Purchaser/ PURCHASER, or to any person including any employee of the Purchaser/ PURCHASER.

NIFTEM Page 67 of 144 BIDDER 19 Incidental services (GCC Clause 14)

19.1 The incidental services for Design supply, installation and commissioning contract, as follows shall be provided by the Supplier/ Contractor/ Contractor:

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

19.1.2 Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods;

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

19.1.3.1 Conduct of training of the Purchaser's personnel (approx. For 4 man-weeks); at the Supplier/ Contractor's plant and/or on-site, in assembly, start-up operation, maintenance and/or repair of the supplied Goods.

19.1.3.2 Furnishing of appropriate hardware, system design and programming services required for development and/or maintenance of the supplied goods.

19.1.3.3 Maintenance and repair of the supplied goods for a period of Two years after the end of the warranty period. The bidder should indicate the spares and their costs, if any, which are not, included in the maintenance contracts.

19.1.3.4 Furnishing of layout drawing etc. as required

20 Warranty/Guarantee (GCC Clause 16)

20.1 The warranty/guarantee shall be as per provision under GCC Clause 16

20.2 Free maintenance services shall be provided by the Supplier during the period of warranty.

20.3 The maximum response time for maintenance complaint from any of the destinations specified in the Schedule of Requirement (i.e. time required for supplier's maintenance engineer to report at the installation after a request call/telegram is made or letter is written) shall not exceed 24 hours.

21 Completion Period

21.1 Supplier / Contractor will prepare the schedule in the form of Bar Chart/ PERT Chart immediately after confirmation / signing of contract and submit to the PURCHASER for approval.

21.2 The complete plant & equipment to be supplied, installed, tested and commissioned within Six Months from the date of signing of the contract/ release of mobilization advance whichever is later.

21.3 The completion time is the essence of the contract and the SUPPLIER/ CONTRACTOR should make all-out effort to complete the supply, installation, testing and commissioning of the complete Pilot Plant facility within the completion time as mentioned in SCC Clause 10.2 below. Extension would be granted only in exceptional case as mentioned in SCC Clause 11

NIFTEM Page 68 of 144 BIDDER 22 Extension of Time for Completion

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

22.2 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 GCC Clause 20.2 & 24.4 of the General Conditions of Contract, other than through a default of the Supplier/ Contractor, be such as fairly to entitle the Supplier/ Contractor 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/ Contractor accordingly.

23 Payment (GCC Clause 18)

23.1 Payment for design and supply component

23.1.1 30% advance on supply value shall be payable against bank guarantee of 110% of advance amount valid till scheduled date of delivery/ actual delivery of material

23.1.2 60% of the contract price of the goods (against detailed break up cost to be furnished by the Supplier/ Contractor in advance and accepted by the Purchaser on rata supply basis) on safe receipt of goods at site and after inspection and approval of the Purchaser.

23.1.3 The balance 10% payment shall be paid one year after satisfactory completion of installation, testing and commissioning of the entire plant and machineries supplied under the contract and acceptance by the Purchaser

23.2 Payment for labor charges for installation, testing and commissioning:

23.2.1 30% Mobilization advance shall be payable against bank guarantee of 110% of advance amount valid till completion of erection.

23.2.2 60% of the contract price for labour charges of installation and commissioning shall be paid 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/ Contractor in advance and accepted by the Purchaser).

23.2.3 The balance 10% payment shall be paid one year after satisfactory completion of installation, testing and commissioning of the entire plant and machineries supplied under the contract and acceptance by the Purchaser

Note:

23.3 All bank guarantees should be issued by a Nationalized Indian Bank.

NIFTEM Page 69 of 144 BIDDER 23.4 The successful bidder may raise running bills for supply as soon as the supply is completed as per schedule and bills for labor job shall be railed once in a month.

23.5 The Purchaser shall issue Certificate of Material Receipt (CMR) after safe receipt of Equipment.

23.6 TDS as per statutory requirements will be deducted from payment of labor charges before releasing any payment against such bills/ advance payments.

24 Resolution of Disputes / Arbitration (GCC Clause 30)

24.1 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.

24.2 If the dispute cannot be resolved through negotiation, then it may be referred to arbitration by a single arbitrator appointed jointly by the Parties. This arbitration agreement and the proceedings there under shall be governed by (Indian) Arbitration and Conciliation Act, 1996 or any statutory amendment or re-enactment thereof. The venue and seat of arbitration shall be NIFTEM, Kundli Dist. Sonepat (Haryana), and the proceedings shall be conducted in the English language.

24.3 Performance under the Contract shall, if reasonably possible, continue during the Arbitration proceedings and payments due to the Supplier/ Contractor by the Purchaser shall not be withheld, unless they are the subjects of the Arbitration proceedings.

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

25 Notices (GCC Clause 34)

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

25.2 Purchaser

National Institute of Food Technology Entrepreneurship and Management, Plot 97, Sector 56, HSIIDC Industrial Estate, Kundli, Distt- Sonepat, Haryana

25.3 Supplier/ Contractor/ Contractor

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

NIFTEM Page 70 of 144 BIDDER 26 Reporting of Progress of Works

26.1 Supplier shall regularly intimate progress of supply, in writing, to the Purchaser as under:

26.1.1 Quantity offered for inspection and date;

26.1.2 Quantity accepted/rejected by inspecting agency and date;

26.1.3 Quantity dispatched /delivered to consignees and date;

26.1.4 Quantity where incidental services have been satisfactorily completed with date;

26.1.5 Quantity where rectification/repair/replacement effected/completed on receipt of any communication from consignee/Purchaser with date;

26.1.6 Date of completion of entire Contract including incidental services, if any; and

26.1.7 Date of receipt of entire payments under the Contract

26.1.8 In case of stage-wise inspection, details required may also be specified

27 Right to use defective Equipment

27.1 If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the equipment prove to be unsatisfactory, the Purchase shall have the right to continue to operate or use such equipment until rectifications of defects, error or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser's operation.

28 Supplier Integrity

28.1 The supplier / Contractor is responsible for and obliged to conduct all contracted activities in accordance with the Contract using state-of-the-art methods and economic principle and exercising all means available to achieve the performance specified in the Contract.

29 Supplier's Obligations:

29.1 The supplier is obliged to work closely with the Purchaser's staff, act within its own authority and abide by directives issued by the Purchaser and implementation activities.

29.2 The supplier will abide by the job safety measures prevalent in India and will free the Purchaser form all demand or responsibilities arising from accidents or loss of life the cause of which is the Supplier's negligence. The Supplier will pay all indemnities arising from such incidents and will not hold the Purchaser responsible or obligated. Supplier shall cover all their workman under 'Workman Compensation Act' and shall not pass on any liability whatsoever to Purchaser.

29.3 The Supplier will treat as confidential all data and information about the Purchaser, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Purchaser.

NIFTEM Page 71 of 144 BIDDER 30 Patent Rights

30.1 In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof in the Purchaser's country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply and the purchaser is required to pay compensation to a third party resulting from such infringement, the supplier shall be responsible for the compensation including all expenses, court costs and lawyer, fees. The purchaser will give notice to the supplier of such claim, if it is made, without delay.

31 Site Preparation and Installation

31.1 The Purchaser is solely responsible for making ready the sites in compliance with the technical and environment specifications defined by the Supplier. The Purchaser will designate the installation site before the scheduled installation date to allow the Supplier to perform a site inspection to verify the appropriateness of the sites before the installation of the hardware.

32 Training

32.1 The Supplier/ Contractor is required to train the designated Purchaser's technical and end- user personnel to enable them to effectively operate the total system. The training schedule will be agreed to by both parties during the performance of the Contract.

33 Technical Document

33.1 The Technical Documentation involving detailed instruction for operation and maintenance is to be delivered with every unit of the equipment supplied. The language of the documentation should be English.

34 Sufficiency of Tender

34.1 The Supplier/ Contractor 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.

35 Program of Installation and Commissioning

NIFTEM Page 72 of 144 BIDDER 35.1 As soon as practicable after the acceptance of the bid, the Supplier/ Contractor shall submit to the Purchaser for his approval a comprehensive program 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/ Contractor 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 program, the Supplier/ Contractor shall adhere to the sequence of order and method stated therein. The submission to and approval by the Purchaser of such program shall not relieve the Supplier/ Contractor of any of his duties or responsibilities under the Contract. The program approved by the Purchaser shall form the basis of evaluating the pace of all works to be performed by the Supplier/ Contractor. The Supplier/ Contractor shall update the PERT network/ Bar chart every month, submit it to the Purchaser and shall inform the Purchaser the progress on all the activities falling on schedule for the next reporting date.

36 Preparation of Drawings for Approval

36.1 The Supplier/ Contractor should visit the site to acquaint himself ( Refer ITB Clause- 6 ) 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/ Contractor shall submit to the Purchaser for approval:

36.1.1 Within the time given in the specification or in the program, such drawings, samples, patterns and models as may be called for therein, and in numbers therein required. Patterns and models as may be called for therein, and in numbers therein required.

36.1.2 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. 36.2 Wherever necessary, the Purchaser would provide a set of architectural drawings for the buildings where the erection works would be carried out. Bidder based on his design and equipment details/ drawings for various equipment will provide layout drawing along with his BID which can be later on updated by the supplier/ contractor based on final contract and equipment being supplied.

36.3 Within four weeks from the date of receipt of the Notification of Award, Supplier/ Contractor shall furnish a list of all necessary drawings as briefly described below which the Supplier/ Contractor 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.

36.4 The Purchaser shall signify his approval or disapproval of all drawings or such drawings that would affect progress of the contract as per the agreed program.

NIFTEM Page 73 of 144 BIDDER 36.5 If, by reason of any failure or inability of the purchaser to issue within four weeks of time in all the circumstances any drawing or order requested by the Supplier/ Contractor in accordance with the SCC Clause 25.3 above, the Supplier/ Contractor suffers delay and/or incurs costs then the Purchaser shall take such delay into account in determining any extension of time to which the Supplier/ Contractor is entitled under SCC Clause 11 thereof and the Supplier/ Contractor shall be paid the amount of such cost as shall be reasonable.

36.6 Brief list of drawings (As applicable for a particular process :

37 Equipment drawings for fabricated items.

38 Equipment layout for production, packing and utilities,

39 Service piping layouts in production, packing and utilities..

40 Electrical cable, conduit/cable tray/cable trench layout including earthing circuit,

41 Other miscellaneous drawings as required for erection work.

42 Electrical single line diagram, PCC and MCC general arrangement drawing and wiring diagrams.

43 Automation system scheme, controls and network diagrams.

43.1 Drawings showing fabrication details, dimensions, layouts and bill of materials submitted for approval shall be signed by responsible representative of Supplier/ Contractor and shall be to any one of the following sizes in accordance with Indian Standards: AO, A1, A2, A3 and A4.

43.2 All drawings shall show the following particulars in the lower right hand corner in addition to Supplier/ Contractor's name:

a) Name of the Purchaser. b) Project Title. c) Title of drawing. d) Scale. e) Date of drawing. f) Drawing number. g) Space for PURCHASER reference or drawing number.

43.3 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.

43.4 All dimensions on drawings shall be in metric units.

43.5 Drawings (three sets) submitted by the Supplier/ Contractor for approval will be checked, reviewed by the Purchaser, and comments, if any, on the same will be conveyed to the Supplier/ Contractor. It is the responsibility of the Supplier/ Contractor to incorporate correctly all the comments conveyed by the Purchaser on the Supplier/ Contractor's drawings. The drawings, which are approved with comments, are to be re-submitted 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/ Contractor.

NIFTEM Page 74 of 144 BIDDER 43.6 If the Supplier/ Contractor is unable to incorporate any comments in the revised drawings, Supplier/ Contractor shall clearly state in his forwarding letter such non-compliance along with the valid reasons.

43.7 Drawings prepared by the Supplier/ Contractor 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/ Contractor of his responsibility for engineering design, workmanship, and quality of materials, warranty obligations and satisfactory performance on installation covered under the contract.

43.8 If at any time before completion of the work, changes are made necessitating revision of approved drawings, the Supplier/ Contractor shall make such revisions and proceed in the same routine as for the original approval. 43.9 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.

43.10 The Supplier/ Contractor shall furnish to the Purchaser before the works are taken over, Operating and Maintenance instructions together with 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. 44 Supplier/ Contractor's supervision and deployment of erection team and Conduct of Personnel

44.1 The Supplier/ Contractor shall employ one or more competent representatives, whose name or names shall have previously been communicated in writing to the Purchaser by the Supplier / Contractor, 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/ Contractor shall be deemed to have given to the Supplier/ Contractor. The said representative shall have full technical capabilities and complete administrative and financial powers to expeditiously and efficiently execute the work under the contract.

44.2 The Supplier/ Contractor shall, execute the works with due care and diligence within the time for completion and employ Supplier/ Contractor'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/ Contractor shall ensure adequate workforce to keep the required pace at all times as per the schedule of completion. Supplier/ Contractor shall also ensure availability of competent engineers during commissioning/start up, trial runs, Operation of the plant/equipment till handing over of the plant.

NIFTEM Page 75 of 144 BIDDER 44.3 The Supplier/ Contractor 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.

44.4 When the Supplier/ Contractor'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/ Contractor.

44.5 The Supplier/ Contractor shall furnish to the Purchaser a fortnightly labor force report showing by classifications the number of employees engaged in the work. The Supplier/ Contractor's employment records shall include any reasonable information as may be required by the Purchaser. The Supplier/ Contractor should also display necessary information as may be required by statutory regulations.

44.6 None of the Supplier/ Contractor's supervisors, engineers, or laborers may be withdrawn from the work without notice to the Purchaser and further no such withdrawals 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.

44.7 The Purchaser shall be at liberty to object to any representative or person, skilled, semi- skilled or unskilled worker employed by the Supplier/ Contractor 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/ Contractor shall remove the person so objected to, upon receipt of notice in writing from the Purchaser and shall provide in that place a competent representative at Supplier/ Contractor's own expense within a reasonable time.

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

45 Purchaser's Instructions

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

45.1.1 Any additional drawing and clarifications to exhibit or illustrate details. 45.1.2 Variations or modifications of the design, quality or quantity of work or the additions or omissions or substitution of any work. 45.1.3 Any discrepancy in the drawings or between the schedule of quantities and/or specifications. 45.1.4 Removal from the site of any material brought there by the Supplier/ Contractor, which are unacceptable to the Purchaser and the substitution of any other material thereof.

NIFTEM Page 76 of 144 BIDDER 45.1.5 Removal and/or re-execution of any work erected by the Supplier/ Contractor, which are unacceptable to the Purchaser. 45.1.6 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. 45.1.7 Opening up for inspection of any work covered up. 45.1.8 Amending and making good of any defects.

46 Purchaser's Right

46.1 Right to direct works

46.1.1 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.

46.2 Right to inspect the work

46.2.1 The Purchaser's representative shall be given full assistance in the form of the necessary tools, instruments, equipment and qualified operators to facilitate inspection.

47 Supplier/ Contractor's Functions

47.1 The Supplier/ Contractor shall provide everything necessary for proper execution of the works, according to the drawings, schedule of quantities and specifications.

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

47.3 The work shall be carried out as approved by the Purchaser or his authorized representative/s from time to time, keeping in view the overall schedule of completion of the project.

47.4 Night work will be permitted only with prior approval of the Purchaser.

47.5 The Supplier/ Contractor shall, in the joint names of the Supplier/ Contractor and the Purchaser, insure the received goods and equipment and so far as reasonably practicable the Works and keep each part thereof insured for the Contract Sum or such other value as may be mutually agreed between the Purchaser and the Supplier/ Contractor 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/ Contractor shall insure against the Supplier/ Contractor's liability in respect of any loss or damage occurring whilst the Supplier/ Contractor is on Site for the purpose of making good a defect or carrying out the Tests on Completion.

NIFTEM Page 77 of 144 BIDDER 47.6 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/ Contractor or any sub-Supplier/ Contractor, .

47.7 The Supplier/ Contractor 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.

47.8 The Supplier/ Contractor 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/ Contractor's work due to the likely delay in delivery of such Goods to enable him to take remedial actions.

47.9 The Supplier/ Contractor shall be permitted to substitute equipment of equal on better performance subject to approval by the Purchaser after 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.

48 Duties of the Purchaser Vis-a-Vis the Supplier/ Contractor:

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

48.2 Besides the utilities/services as specified in battery limits the following assistance/ facilities shall also be provided to the Supplier/ Contractor by the Purchaser for carrying out the installation work.

48.2.1 Plant building for Fruit & Vegetables products reception, processing, and packaging and for services including internal lighting will be made available by the Purchaser.

48.2.2 Supplier/ Contractor shall carry-out equipment foundations as required leveling and dressing of foundation surfaces, bedding and grouting of anchor bolts, bed plates etc. required for seating of equipment in proper position.

48.2.3 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/ Contractor at no extra cost.

48.2.4 The necessary refilling/ repairs of these cut-outs, pockets and trenches shall be done by the Supplier/ Contractor.

48.2.5 The Supplier/ Contractor 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/ Contractor at Supplier/ Contractor's own costs.

NIFTEM Page 78 of 144 BIDDER 48.2.6 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/ Contractor's responsibility.

48.2.7 Necessary temporary power for carrying out the installation shall be arranged by the Supplier/ Contractor at Supplier/ Contractor's own cost. The necessary authorization letter will be issued by the Purchaser on written request by the Supplier/ Contractor.

48.2.8 The temporary power may not be reliable at the site and this could affect the welding operations and other installation works. Supplier/ Contractor shall provide stabilizer and Diesel Generators "as necessary", to ensure adequate quality of welds and to ensure no delay in installation due to temporary power instability. No extra cost shall be paid by the purchaser on this account.

48.2.9 If the power is provided by the Purchaser, the recovery shall be @ 0.5% of the total purchase order value (supply, installation and commissioning). The charges will be deducted from the labor charges of installation and commissioning and testing bills of the Supplier/ Contractor. However, the Supplier/ Contractor shall supply all the items such as switchgear, cabling etc. required for getting temporary power. 48.3 The details of temporary water and power requirements shall be furnished one month in advance by the Supplier/ Contractor to enable the Purchaser to make timely arrangement.

48.4 If the Supplier/ Contractor suffers delay and/or incurs costs 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:

48.4.1 Any extension of time to which the Supplier/ Contractor is entitled under SCC Clause 11 shall be considered by the PURCHASER.

49 Supply of Tools, Tackles and Materials for erection testing & commissioning

49.1 The Supplier/ Contractor 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, testing and commissioning of the complete plant to the satisfaction of the PURCHASER.

50 Protection of Plant

50.1 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/ Contractor or any of Supplier/ Contractor's sub- Supplier/ Contractors even though such tools and equipment may be furnished, rented or loaned to the Supplier/ Contractor or any of Supplier/ Contractor's sub-Supplier/ Contractors.

NIFTEM Page 79 of 144 BIDDER 50.2 The acceptance and/or use of any such tools and equipment by the Supplier/ Contractor or Supplier/ Contractor's sub-Supplier/ Contractor shall be construed to mean that the Supplier/ Contractor 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.

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

50.4 All other works completed or in progress as well as machinery and equipment that are liable to be damaged by the Supplier/ Contractor's work shall be protected by the Supplier/ Contractor and protection shall remain and be maintained until its removal is directed by the Purchaser.

50.5 The Supplier/ Contractor 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.

50.6 The work shall be carried out by the Supplier/ Contractor without damage to any work and property adjacent to the area of Supplier/ Contractor's work to whomsoever it may belong and without interference with the operation of existing machines or equipment.

50.7 Adequate lighting, guarding and watching at and near all the storage handling, fabrication, pre-assembly and erection sites for properly carrying out the work and for safety and security shall be provided by the Supplier/ Contractor at Supplier/ Contractor's cost.

50.8 The Supplier/ Contractor should adequately light the work area during night time also. The Supplier/ Contractor should also engage adequate electricians/wiremen. Helper etc. to carry out and maintain these lighting facilities.

50.9 If the Supplier/ Contractor fails in this regard, the Purchaser may provide lighting facilities as he may deem necessary and charge the cost thereof to the Supplier/ Contractor.

50.10 The Supplier/ Contractor 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/ Contractor and to the satisfaction of the Purchaser.

50.11 The Supplier/ Contractor shall also be liable for any loss of or damage to the works occasioned by the Supplier/ Contractor or the Supplier/ Contractor's Sub-Supplier/ Contractor in the course of any operations carried out by the Supplier/ Contractor or by the Supplier/ Contractor's Sub-Supplier/ Contractors for the purpose of completing any outstanding work or complying with the Supplier/ Contractor's obligations.

51 Unloading, Transportation and Inspection

51.1 The Supplier/ Contractor shall be required to unload all the Goods from the carriers, received at site.

NIFTEM Page 80 of 144 BIDDER 51.2 Supplier/ Contractor's requirement of various tools, tackles, jacks, cranes, sleepers etc. required to unload the material/equipment promptly arranged by him .

51.3 The Supplier/ Contractor 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/ Contractor's account.

51.4 The Supplier/ Contractor shall be responsible for receipt at site of all Goods and Supplier/ Contractor's equipment delivered for the purposes of the Contract.

51.5 The Supplier/ Contractor shall safely transport/shift the unloaded Goods and equipment to the storage and plant site area.

51.6 All the Goods received by the Purchaser prior to arrival of the Supplier/ Contractor at site shall be handed over to the Supplier/ Contractor and there upon the Supplier/ Contractor shall inspect the same and furnish a receipt to the Purchaser. The manner in which the inspection shall be carried out is enumerated below:

51.6.1 The materials/equipment would be carefully unpacked by opening the wooden cases/other modes of packing as the case may be.

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

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

51.6.4 The inspection for all the Goods handed over to the Supplier/ Contractor shall be completed within three week's period.

51.6.5 The protection, safety and security of the Goods so taken over from the Purchaser shall be the responsibility of the Supplier/ Contractor, until they are handed over to the Purchaser after erection, commissioning and testing as per the terms of the Contract

52 Storage of Goods

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

NIFTEM Page 81 of 144 BIDDER 52.2 If the commissioning of Goods is delayed after installation of the Goods, the Supplier/ Contractor shall carry out all protective measures suggested by the Purchaser during such period.

52.3 Until plant is handed over to PURCHASER, the supplier/ contractor shall be the sole custodian of all materials; equipments assembled at site and will be responsible for loss, theft, damage or destruction . For this purpose the supplier/ contractor shall arrange insurance at his own cost to cover the assets.

53 Statutory Approvals/ Compliances

53.1 The Supplier/ Contractor shall obtain all statutory approvals / Compliances as may be required for satisfactory commissioning of Pilot Plant including but not limited to Factory Inspector, Boiler Inspector, Electrical Inspector, Weights & Measures Inspector, Explosive Inspector and any other state and local authorities as may be required on behalf of the Purchaser.

53.2 The purchaser will provide all necessary and required documents and the information to the supplier/ contractor.

53.3 However all the actual statutory prescribed fees paid by the Supplier/ Contractor shall be reimbursed by the Purchaser upon production of the receipt/vouchers.

54 Mechanical & Electrical installation

54.1 Mechanical Installation

54.1.1 Supplier / Contractor shall carryout placement & installation of equipment on foundations , process and utility piping work , painting of equipment and piping at site including identification marking on utility pipe lines, structural fabrication work and safety measures including Fire Insurance Regulation in the best workmanlike manner in conformity with this specification, the relevant specification/codes of practice of the Bureau of Indian Standards and other regulatory requirement specified below, approved drawings and the instructions issued by the Engineer-in-charge or his authorized representative, from time to time. 55 Fire Insurance Regulations.

56 Regulations laid down by the Factory Inspector of the State.

57 Installation & operating manuals of original manufacturers of equipment,

58 Industrial Safety Regulation laid down by the local authorities.

59 Installation & operating manuals of original manufacturers of equipment

60 Any other regulations laid down by the local authorities. 60.1 Electrical installation

NIFTEM Page 82 of 144 BIDDER Supplier / Contractor shall carry electrical installation work in the best workmanlike manner in conformity with this specification, the relevant specification/codes of practice of the Bureau of Indian Standards and other regulatory requirement specified below; , approved drawings and the instructions issued by the Engineer-in-charge or his authorized representative, from time to time 61 Indian Electricity Act and Rules framed there under.

62 Fire Insurance Regulations.

63 Regulations laid down by the Chief Electrical Inspector of the State/State Electricity Board.

64 Regulations laid down by the Factory Inspector of the State.

65 Industrial Safety Regulation laid down by the local authorities

66 Installation & operating manuals of original manufacturers of equipment

67 Any other regulations laid down by the local authorities. 67.1 Installation of cable network

67.1.1 Cable network shall include power, control and lighting cables which shall be laid in underground trenches, Hume pipes, open trenches cable trays, GI pipes or on building structure surfaces as detailed in the relevant drawings, cable schedules or as per the Engineer-in-charge's instructions. Supply and installation of cable trays, GI pipes/ conduits, cable glands sockets at ends, isolators, junction boxes, remote push buttons stations etc. shall be under the scope of the Supplier. 67.2 Earthling Network

67.2.1 The entire earthing installation 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 thereof.

67.2.2 Earthing shall be Plate, pipe or chemical type as advised by the Engineer-in-charge due to typical site conditions. Earthing electrode and pit shall be as per IS: 3043-1987 (Code of Practice for Earthing). All earth electrodes shall preferably be driven to a sufficient depth to reach permanent moist soil.

67.2.3 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.

68 Painting

NIFTEM Page 83 of 144 BIDDER 68.1 All the equipment/machineries including piping etc. , supporting structures, pipe supports and MS/GI 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 with proper finish.

68.2 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.

68.3 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/ Contractor.

68.4 Supply of all paints and all other materials required is included in the scope of supply of the Supplier/ Contractor under this contract/order.

68.5 apply the arrow only after the 1st band paint is dry.

69 Review and co-ordination of erection work

69.1 The Supplier/ Contractor 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/ Contractor shall take necessary action to implement the decisions arrived at such meetings and shall also update the erection schedule.

70 Testing, commissioning and start-up

70.1 The Supplier/ Contractor shall operate, maintain and give satisfactory trial run of the plant in such manner and for such periods as has been specified in Technical Specifications.

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

70.3 Field de-assembly and assembly of equipment, instruments and controls where required for access to fixing or adjustment.

70.3.1 Clean out of lubrication system including chemical cleaning wherever required.

70.3.2 Circulation of lubricant to check flow.

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

70.3.4 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.

70.3.5 Recharging or make-up filling of lubricant oil up to the desired level in the lubrication system of individual machine.

70.3.6 Operation in empty condition to check general operation details wherever required and wherever possible.

70.3.7 Closed loop dynamic testing with water wherever required.

NIFTEM Page 84 of 144 BIDDER 70.3.8 Operation under load and gradual load increase to attain maximum rated output.

70.3.9 Trouble shooting during the trial period. 70.4 The Supplier/ Contractor 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.

70.4.1 Commissioning of automation system:

a) The Supplier/ Contractor should provide a detailed schedule of testing all automation and control systems.

b) 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.

c) A log of these operations is to be maintained, and each completed group of tests to be signed by the Supplier/ Contractor's commissioning engineer

d) The purchaser reserves the right to witness as much of these test procedures, as he may feel necessary.

e) After conducting testing, in case a particular equipment is not working properly or not giving rated output the Supplier/ Contractor 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. 70.5 After satisfactory commissioning and start-up, the Supplier/ Contractor shall keep/depute his representatives at the plant in the manner, for the duration and for the performance of such tasks as required.

71 Training of personnel

71.1 Necessary staff as may be deputed by the Owner shall be trained by the Supplier/ Contractor 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 Specification.

72 Clean up of works site

NIFTEM Page 85 of 144 BIDDER 72.1 On completion of work ,all rubbish debris, temporary supports, enabling structure etc. oils, filth or other matters of an offensive nature shall be removed from the site and the site including the storage site) handed over to PURCHASER in a tidy manner. All scrap etc. shall be dumped suitably at a specified paces as directed by PURCHASER.

72.2 In case of failure of the contractor to remove such structures, PURCHASER at the cost of the contractor would arrange disposal through public auction. The proceeding of the auction shall be paid to the contractor after reducing the expenditure incurred.

73 Completion Certificate

73.1 Within 10 (ten) days of completion of the work in all respect and successful trial runs for a period of 30 days; the Supplier / Contractor shall send information in writing to the REGISTRAR , NIFTEM . Within 10 (ten) days of receipt of information the REGISTRAR, NIFTEM or his representative & Project Consultant shall inspect the work and if found satisfactory without any defect, issue a completion certificate. Otherwise provisional completion certificate shall be issued mentioning the defects:

74 To be rectified by the contractor and/or

75 For which payment will be made at a reduced rate.

76 Final completion or provisional certificate will be issued only after the Supplier /Contractor clears the site of all temporary structure, scaffolding etc. which was provided by the Supplier/ Contractor for the execution of the work.

NIFTEM Page 86 of 144 BIDDER SECTION- V

SCOPE OE WORKS AND TECHNICAL SPECIFICATIONS

NIFTEM Page 87 of 144 BIDDER NIFTEM Page 88 of 144 BIDDER SECTION- V

SCOPE OE WORKS AND TECHNICAL SPECIFICATIONS

1 Background

1.1 National Institute of Food Technology Entrepreneurship & Management (PURCHASER ), is engaged in imparting of education, education extension activities including developing incubation facilities and R&D in food science, food processing and technology sectors and is actively involved in assisting in setting food standards, businesses incubation and information sharing. It would also be an apex institution in the field of food technology and management, networking and coordinating with other institutions in the same field.

1.2 PURCHASER intends to set up the Pilot plant for Fruit & Vegetables processing-cum-Business Incubation Centre equipped with State-of-the-Art world class infrastructure and technology for the production of various Fruit & Vegetables products including packaging systems for meeting with globally acceptable quality norms and standard as well as to serve as the “Knowledge Centre” for research and development for students , researchers and incubating entrepreneur in the area.

1.3 The center will also provide support to large, medium and small scale industry to conduct experiments for new product development, for problem solving and to improve the quality of existing products.

2 Scope of work- Process & Equipment

2.1 The Pilot plant for Fruit & Vegetables processing shall have facility to manufacture variety of Fruit & Vegetables products to enable students and the incubating entrepreneur to try their products with different permutations, combinations and recipe before they venture in to the market.

2.2 Since the manufacturing facility is for different products to be tried out by incubating entrepreneur, hence bidder shall design and select suitable and versatile equipment with connected process flow with the smallest production capacity not necessarily co-relating with the capacity of other equipment . The selection of the equipment shall be such that it can be versatile in application and could be used for manufacturing items for than one in that category of Fruit & Vegetables products.

2.3 As mentioned above at Para 1.2 , the pilot plant shall be equipped with State-of-the-Art and world class infrastructure and technology for the production of various Fruit & Vegetables products including packaging systems, therefore , the bidders in their design shall include the equipment which are versatile in application and with latest technology and therefore look for such equipment world over and include in their BID.

2.4 The Bidder shall design the Pilot plant for Fruit & Vegetables processing complete with required utilities including interconnecting pipes and fittings and standalone facility complete in all and include the same in their Bid.

NIFTEM Page 89 of 144 BIDDER 2.5 The facility is to be designed in such a way that entire equipment with its' associated utility equipment can be fitted in the enclosed building layout.

2.6 The facility is to be designed in such a way that it is self-sufficient and independent to other nearby Pilot plant facility and can be operated and used accordingly.

2.7 Therefore, the Bidders shall design , supply , install and develop facility which will be unique and which can meet the desired expectation / requirement of food trade and commerce. including services / utilities , type of drainage and flooring system required for efficient and clean process system and submit their offer accordingly. For this purpose the Bidder may visit the site as per ITB Clause 5 to acquaint themselves with the site condition, actual requirement etc.

2.8 While we have framed the specification of the equipment (refer para 3 below) we intend to use and made plant layout of the same ( Copy of layout attached) , nevertheless the Bidder may design and suggest the complete facility with upgraded versions of the specification / equipment considering versatility , latest available technology and improvement in efficiency, they can do so . However, in their offer they should clearly mention the changes / variations / deviations in the specification clause by clause; as per ITB Clause 17.3.3.

2.9 PURCHASER, while analyzing the BIDS, may consider utilizing certain facility available with them in the other Pilot Plants being created simultaneously in conjunction with Fruit & Vegetables products Pilot plant for such products. The Bidder has to take into consideration this aspect, while designing & submitting their offer.

3 Technical Specification of Civil, Ventilation & Fire Fighting Works

3.1 As required, including the PCC below flooring, final flooring as per the process requirements, drainage system including valves, piping and plumbing, providing and fixing of glazed tiles on walls up to 1.5 meter height, providing fixing of doors as per process requirement, glazed visitors’ gallery, equipment foundations, trenches for switch board, disposal of debris within 1 KM radius, and any other item which may be required to complete the work. Suitable glazing shall be provided on the front side of the process area.

3.2 Ventilation system: The entire process area has to be kept pressurized to keep at bay dust and Insects from entering into the plant. Bidder is required to make suitable provision of AC ventilation and included with complete details.

3.3 Firefighting system: Bidders shall include providing and fixing of portable fire extinguishers both wet and dry type and fire hydrant in the process area confirming to IS 3844: 1989, IS 3034:1993 and IS 2190: 2010 and other relevant IS codes.

3.4 While we have provided broad BOQ of the works to be done under this category, which is only for the guidelines of bidder, the Bidders are advised to visit site as per ITB Clause 6.0 and assess exact requirement of civil works to be done as per the process requirement and add or delete any item which is not required as per their assessment and offer turn-key solution for the complete job.

3.5 The entire civil works stated above are to be carried out as per relevant IS codes/ State PWD BSR/ CPWD BSR.

NIFTEM Page 90 of 144 BIDDER 3.6 This is a turnkey solution of the entire civil works and whatever is required for the quality, aesthetic and process requirements are included and nothing extra shall be payable on this account.

4 Technical Specification of Internal Electrification Works

4.1 Bidder has to provide and carry out internal electrification work using CFL/LED lamps. The light fitting enclosures should confirm to IP 65/66 grade with UV stabilized polycarbonate body with double gasket and built in switch gears.

4.2 The internal illumination level in the process area should be maintained at minimum 250 Lumens. The electrification work shall include providing and fixing of wiring cables, heavy duty PVC conduits, switch boards, light points, 5A and 15A three pin- point sockets and plugs, smoke detectors, DBs, switches and MCBs as required etc.

4.3 While we have provided broad BOQ of the works to be done under this category, which is only for the guidelines of bidder, the Bidders are advised to visit site as per ITB Clause 6.0 and assess exact requirement of Internal Electrification works to be done as per the process requirement and add or delete any item which is not required as per their assessment and offer turn-key solution for the complete job.

4.4 The entire internal electrical work is to be carried out as per IER and as per State PWD BSR/ CPWD BSR.

4.5 The prices for CFL and LED type lamps may be quoted separately.

4.6 This is a turnkey solution of the entire internal electrification works and whatever is required for the quality, aesthetic and process requirements are included and nothing extra shall be payable on this account

NIFTEM Page 91 of 144 BIDDER 5 Technical Specification of Proposed Equipment

S. No Machinery Capacity Qty Unit 1. Steam jacketed boiling pan 150 litres 1 No. 'Steam jacketed boiling pan' made from SS-316 with 3 mm thickness, fitted with pressure gauge, The jacket should be made from SS 304 with thickness of 1.5 inches.

2. Multiple Effect falling film type Evaporator 100 kg/ hr. 1 No. (Two pass) in SS-316 construction (Contact parts) with water evaporation capacity of 100 kg/ hr. The system shall be complete with interconnecting pipes & fitting, SS PUMPS, Controls, Electrical control panels with remote push button station , electrical and control wiring etc. 3. Pulper . 1 No. The contact parts during the pulping process to be made of SS 316 with feed hopper of SS , screw feeding type fitted with strainer , discharge chute of SS and either steel brushes or food grade nylon brushes.

4. Juice Extractors 1 No. The extractor will be made of SS 316 construction, screw type SS feed hopper and discharge chute of SS, rotating strainer and brushed with drive motor, suitable for both Citrus and non-citrus fruits. The peels of Citrus fruits shall be removed before feeding to juice extractor using suitable cutter. 5. Screw Press 1 No. Vertical screw press made of SS 316, can be hand operated or motorized to suit the capacity of the proposed pilot plant. 6. Colloid Mill 100 litre/hour 1 No. Colloidal mill of 100 litre/hour capacity, made capacity of SS 316 hardened steel suitable for high

NIFTEM Page 92 of 144 BIDDER pressure operation. The feed unit of the mill will be of SS construction. The colloidal mill will be designed to achieve the particle size of 10-15 micron.

7. Homogenizer 200 litres/hour 1 No. A high pressure homogenizer with flow rate of 200 litres/hour capacity and to achieve the particle size up to 5 micron.

8. Batch Mixing Tank 1 No. Batch mixing tank with nominal capacity of 500 litres 500 litres made from SS 316, fitted with SS 316 paddle type stirrer. The tank will be leg mounted and self-supported with TEFC motor of 1.5 hp. rating. 9. Steam Jacketed syrup making tank . 1 No. Steam jacketed syrup making taking tank mad Holding capacity of of SS 316 with 3mm thickness and 500 litres nominal holding capacity of 500 litres. The jacket thickness should be of 1.5 inches or as required fitted with drive motor TEFC, SS 316 stirrer (paddle type) and pressure gauge Leg mounted

10. Bottle Washer 20 bottle per minute 1 No. Bottle washer, water jet type for new bottles with loading and unloading platform with washing capacity of 20 bottle per minute

11. Bottle filling machine 1 No. Batch type, four head vacuum filling machine of SS 316 construction with SS pump and feeding tank and flexible piping complete

12. Coring and peeling machine 1 No. Motorized pineapple coring and peeling machine of SS 316 construction with drive motor and with provision of manual feeding

13. Slicing machine 1 No. Motor operated pineapple slicing machine 100 kg/hour with capacity of 100 kg/hour, made of SS304 construction with adjustable circular blades. 14. Cubing machine 100 kg/hour. 1 No. Motor operated stainless Steel construction . cubing machine with feed hopper and discharged chute with capacity of 100 kg/hour. 15. Bottle capping machine 10 bottles per 1 No.

NIFTEM Page 93 of 144 BIDDER Batch type, semi-automatic PP capping minute machine with capping capacity of 10 bottles per minute.

16. Bottle crimping machine 10 bottles per 1 No. Batch type, either hand operated or semi- minute automatic crown capping and crimping machine capacity of 10 bottles per minute.

17. Bottle labelling machine 20 label per 1 No. Semi-automatic labelling machine suitable for minute. both front and back label with capacity of 20 label per minute.

18. Plate and Frame Filter Press 100 Kg per hour 1 No. Plate and Frame Filter Press of MS construction with 100 Kg per hour capacity. The Frame is of mild steel but plates are of SS 304 with SS fluid pump.

19. Sparkler Filter 100 litres per hour 1 No. Sparkler filter press with 100 litres per hour capacity, made of SS 304 fitted with SS positive displacement pump. The filter press should be equipped with sufficient no. of plates to heat or cool 200 litres of fluid from ambient temperature. This will be used for pasteurization as well as for cooling unit.

20. Plate Heat Exchanger 200 litres per hour 1 No. SS 316 plates, self- mounted, 200 litres per capacity hour capacity, No of plates should be sufficient to heat or cool 200 litres of fluid from ambient temperature, Unit will be used for pasteurisation as well as for cooling unit. 21. Sterilizer ( Rotating Auto Clave) 300 kg 1 No. Small capacity batch type sterilizer made of mild steel construction or SS construction. The unit will be fitted with all control mechanism and shall be programmable. 22. Autoclave Batch Type 150 kg 3 No. Autoclave fitted with pressure gauge loading capacity 150 kg - 3 Nos. Mild steel construction , direct steam injection type fitted with perforated loading drum. 23. Pouch Filler Standard unit 10 1 No. Standard unit 10 pouches of 500 ml or higher pouches of 500 ml for smaller size pack 24. Form-Fill-Seal machine Std.10 pouches per 1 No. Standard unit to operate from packaging roller minute.

NIFTEM Page 94 of 144 BIDDER with 10 pouches per minute. 25. Can Reformer 1 No. One standard foot operated can reformer with drive unit.

26. Can Filler 10 cans per minute. 1 No. One vacuum can filling machine with feeding tank and pump with filling capacity of 10 cans per minute.

27. Can seaming machine 10 cans per minute. 1 No. One foot operated standard unit with drive can seaming machine to match filler 10 cans per minute 28. Conveyor Belt 12 ft length, 2 ft 1 No. 12 ft length, 2 ft wide food grade nylon belt wide food grade two endless conveyors with drive and guide nylon belt unit. 29. SS Slat Chain Conveyor 2 No Two slat chain endless conveyor fitted with drive motor made of SS 304 construction are provisioned. The length of the conveyor will be 12 ft.

30. Inspection Table 5 ft X 8 ft 3 No Three Inspection Tables made of SS 304 top with size 5 ft X 8 ft.

31. Tray dryer 100 Kg/hr. 1 No. One tray dryer with drying capacity of 100 Kg/hr, made of MS construction and perforated tray. The cabinet should be made of MS and trays are of SS 304. Unit must be complete with drive motor and hot air unit with blower fitted with pressure gauze. The number of Trays and size shall be designed to meet the desired water evaporation capacity.

32. Drum dryer 65 kg/hour 1 No. A drum dryer with capacity of 65 kg/hour will be provided in the fruits and vegetables processing plant. The drum and doctor’s knife and feed device will be of SS 316, dryer cabinet will be of SS 304. The equipment will be fitted with feed pump, complete Vacuum pump and pressure gauge.

33. Spray dryer 1 No. Dryer cabinet will be of SS 316, with either disc atomization or nozzle atomization system,

NIFTEM Page 95 of 144 BIDDER dust extractor heating unit complete. The capacity of dryer shall be 100 kg /hr of water evaporation. The unit shall be complete with heating unit, compressed air system, interconnecting piping, electrical control panels, feed pumps etc.

34. Freeze dryer 65 Kg of water 1 No. A freeze dryer with capacity of 65 Kg of water evaporation per hour evaporation per hour. The cabinet should be made of SS 316 and it should be fitted with freezing unit high vacuum pump, interconnecting piping, electrical control panels, feed pumps etc.

35. Small IQF plant 100 kg /hr. 1 No. The unit has to be complete with the freezing unit for 100 kg /hr., conveyor system, fluidized bed unit and drive motors and feeding unit. If this capacity is not available, the smallest capacity can be offered.

36. Plate freezer 100 Kg/hr. 1 No. A plate freezer with capacity of 100 Kg/hr. has been recommended. The plates with freezer unit and conveying system will be made of SS 316. The unit shall be complete with interconnecting pipes & fittings, feed pumps, electrical control panels etc..

37. Pre-fab Walk-in-cooler of storage capacity of 2 capacity of 2 MT 1 No. MT of fruits in crates. The Walk- in- Cooler shall be with PUF Insulated enclosure. The temperature of cold store shall be maintained at 0- 4⁰C and relative humidity at +90%. The Cold Store will be provided with PUF insulated panel enclosure of 100 mm thick for walls & ceiling with 0.5 mm thick PPGI Cladding. The floor will be also of 100 mm thick PUF panel. But in this case the cladding on top will be with 12 mm thick water and borer proof marine ply followed by 1.6 mm thick Aluminium anodized chequered plate. The inner size Cold Store shall be minimum 2.4.0 m (L) x 2.4 m (W) x 2.4 m (H) and shall be provided with one number 100 mm thick PUF insulated hinged door of size 0.9m (W) x 1.8 m (H). However, the bidder to suitably size as per standard engineering practices.

NIFTEM Page 96 of 144 BIDDER 38. CA/ MA CS shall be standalone unit of capacity 1000 kg 1 No. 1000 kg cold room. The complete material indicated below are shall be mounted on a single metal housing. The complete CA/MA

system shall be composed of: - CO2 and 02 gas analyser mod. MEGAS/ equivalent automatic; -

Mini COM: CO2 absorber with activated carbon, Automatic; Nitrogen Generator (mod. Mini Ali/ Equivalent) complete with 500 Ltrs nitrogen storage tanks, Oil-free air compressor complete with condensate separator and Housing for the equipment assembly, The 404 a based refrigeration system and the gas tight 100 mm thick PUF insulated CA/MA room and CA/MA door with inspection window. 39. Ripening chamber The ripening chamber shall be standalone unit of volume of 550 litres and shall control ethylene, temperature and humidity and

monitoring of the same along with O2, CO2 and pulp temperature.

The ripening research chamber shall be used to do research on fruits for their degradation and ripening process. Various factors such as

ethylene, CO2, O2, temperature, relative humidity and temperature of the pulp can be studied for various fruits, vegetables etc. The chamber can also be extended to study effect

of N2, CO and various other gases on fruits, plants and vegetables. Suitable controls shall be provide to monitor various parameters as under. Specifications

item Range Ethylene 10-50000 PPB or 0 -500 ppm CO2 0-5 % Oxygen 0-25% Temperature 0-50 °C RH 0 - 100 % Temperature PULP 0-50 °C Ethylene 0-500 PPM CO2 0-100% 40. UTILIES / SERVICES

NIFTEM Page 97 of 144 BIDDER 40.1 Heating system of Suitable size & capacity as per 1 Lot process requirement 40.2 Compressed Air supply system of Suitable size & 1 Lot capacity as per process requirement 40.3 Raw and soft water supply of Suitable size & 1 Lot capacity as required 40.4 Water drainage system including floor traps & 1 Lot piping up to existing ETP PIT 40.5 Electrical Section 1 Lot Electrical section shall consist of motor control centre including capacitor panel for power improvement up to 0.95 ,, interconnecting cables, and cable trays from MCC Panel to motors. 40.6 Utility pipes, valves and fittings 1 Lot Chilled water pipes, valves and fittings including pipe insulation with PUF Pipe section,

Steam pipes, valves and fittings including pipe insulation with mineral wool Pipe section,

Raw /Soft Water pipes, valves and fittings

Compressed air pipes, valves and fittings 41 Material Handling Equipment comprising: i. Hydraulic Lift – 500 kg -2 nos. 1 No. ii. Stainless Steel Knives- 1 set Suitable iii. Wooden Ladder- 1 set 1 No. iv. Stainless Steel Ladder- 1 set Suitable

NIFTEM Page 98 of 144 BIDDER 6 Turnkey execution

6.1 This is a turnkey job and hence Bidder is required to assess and incorporate all such items which are required for creating the most modern and a state –of- Art facility in addition what has been specified above.

6.2 The Bidder should therefore, visit site before submitting their offer.

6.3 Any item which is found to be required but neither included above or in the offer submitted by the bidder, either at the time of approval of detailed drawing or during the course of execution of the job, the contractor shall be providing & installing such items without any extra cost.

7 Battery Limits

7.1 The services will be provided at one place in NIFTEM premises by the PURCHASER as existing there. The Bidder should therefore, visit site to take physical measurement of distances of availability of these services up to the project site. (Refer ITB Clause 6 )

7.2 Water for erection, testing & commissioning will be provided free of cost (Refer SCC Clause 30.2.6). However, for electrical power, the Supplier / Contractor has to make his own arrangement.

7.3 In case NIFTEM agrees to supply Electrical Power, the supplier/ Contractor has to pay charges as per (SCC-Clause-.30.2.9). The Supplier / Contractor for availing the facility to use water and power for erection purpose should follow the process laid down in SCC Clause 30.3.

NIFTEM Page 99 of 144 BIDDER SECTION-VI

BID FORM, PRICE SCHEDULES AND OTHER FORMATS

NIFTEM Page 100 of 144 BIDDER APPENDIX-A-01

PRICE SCHEDULE FOR DESIGN & SUPPLY OF EQUIPMENT FOR PILOT PLANT FOR FRUIT & VEGETABLES PROCESSING

Name of Bidder ------

BID No. ------Date & Time of opening------

ITEM Item Description Quantity & Unit Unit Price for Total Cost of Design Taxes ( please mention each Unit Price for Installation, Total Price including No. ( Nos./ Lot) Design & & Supply Price (₹ ) applicable tax/duty Testing & Commissioning Installation, Testing & Supply(₹ ) separately) (₹ ) of equipment until handed Commissioning of equipment over (₹ ) until handed over (₹ ) A B C=A*B D E C+D+E 1. Steam jacketed boiling pan 1

2. Multi effect falling film type 1 evaporator 3. Pulper 1

4. Juice Extractors 1

5. Screw Press 1

6. Colloid Mill 1

7. Homogenizer 1

8. Batch Mixing Tank 1

9. Steam Jacketed syrup making tank 1

1 Bottle Washer 1 0.

1 Bottle filling machine 1 1.

NIFTEM Page 101 of 144 BIDDER 1 Coring and peeling machine 1 2.

1 Slicing machine 1 3.

1 Cubing machine 1 4.

1 Bottle capping machine 1 5.

1 Bottle crimping machine 1 6.

1 Bottle labelling machine 1 7.

1 Plate and Frame Filter Press 1 8.

1 Sparkler Filter 1 9.

2 Plate Heat Exchanger 1 0.

2 Sterilizer ( Rotating type Autoclave) 1 1.

2 Autoclave 3 2.

2 Pouch Filler 1 3.

NIFTEM Page 102 of 144 BIDDER 2 Form-Fill-Seal machine 1 4.

2 Can Reformer 1 5.

2 Can Filler 1 6.

2 Can seaming machine 1 7.

2 Conveyor Belt 2 8.

2 SS Slat Chain Conveyor 2 9.

3 Inspection Table 3 0.

3 Tray dryer 1 1.

3 Drum dryer 1 2.

3 Spray dryer 1 3.

3 Freeze dryer 1 4.

3 Small IQF plant 1 5.

NIFTEM Page 103 of 144 BIDDER 3 Plate freezer 1 6.

3 Prefab Walk- Chiller 1 7.

3 MA/CA Cold Store 1 8.

3 Ripening Chamber 1 9.

4 Utilities / Service Equipment 0.

40.1 Heating system of Suitable size & 1 Lot capacity as per process requirement 40.2 Compressed Air supply system of 1 Lot Suitable size & capacity as per process requirement 40.3 Raw and soft water supply of Suitable 1 Lot size & capacity as required 40.4 Water drainage system including 1 Lot floor traps & piping up to existing ETP PIT 40.5 Electrical Section 1 Lot Electrical section shall consist of motor control centre including capacitor panel for power improvement up to 0.95 ,, interconnecting cables, and cable trays from MCC Panel to motors.

NIFTEM Page 104 of 144 BIDDER 40.6 Utility pipes, valves and fittings 1 Lot Chilled water pipes, valves and fittings including pipe insulation with PUF Pipe section,

Steam pipes, valves and fittings including pipe insulation with mineral wool Pipe section,

Raw /Soft Water pipes, valves and fittings

Compressed air pipes, valves and fittings 4 Material Handling Equipment 1. 4

i. Hydraulic Lift – 2

ii. Stainless Steel Knives- 1 set

iii. Wooden Ladder- 1 set

iv. Stainless Steel Ladder- 1 set

NIFTEM Page 105 of 144 BIDDER 1. Total bid price in Rupees for Design & Supply Rs...... In Words ......

2. Total bid price in Rupees for Installation, Testing , Commissioning & Handing Over Rs...... In Words ......

Notes:

1. Unit Price for Design & Supply shall be including all applicable taxes , duties Freight , Insurance , Entry/Toll tax , Loading and unloading , shifting and any other incidental cost up to delivery at site ( As per ITB Clause- 14 , GCC Clause-13 & SCC Part-I Clause-9 )

2. Specification of all above items shall be as mentioned in Section-V - Technical Specification and scope of Work.

3. Unit Price for Installation, Testing & Commissioning shall be including all applicable taxes i.e. Service Tax/ Works Contract Tax ( WCT) etc. till the time of handing over ( As per ITB Clause- 14)

4. Purchaser will not issue either C/D Form or Haryana VAT Declaration Form.

5. In case of discrepancy between unit price and total price, the unit price shall prevail.

6. No change due to exchange variation shall be allowed in case of imported goods.. Market exchange rate ruling on the date of award will be applicable for this purpose.

7. Charges for annual maintenance for 3 years should be quoted separately in annexed price schedule.( APPENDIX- A-02)

NIFTEM Page 106 of 144 BIDDER NIFTEM Page 107 of 144 BIDDER Appendix A-01.A

Price schedule for Electrification requirement (Internal electrification)

Name of bidder………………………………………………………………………………………………………………………….

Bid No. ……………………………………………………………………………………………………………………………………. Date and time of opening …………………………………………………………………………………………………………..

Item Item description Quantity Unit Price Total Cost Taxes ( please Unit Price for Installation, Total Price including no & Unit for Design of Design & mention each Testing & Commissioning Installation, Testing & & Supply Supply Price applicable tax/duty of equipment until handed Commissioning of equipment (₹ ) over (₹ ) (₹ ) separately) (₹ ) until handed over (₹)

A B C = A*B D E C+D+E

1. MLDB (Main Lighting Distribution Board) 1 Set

Supply, Erection, Testing and Commissioning of Cubical Type Floor Mounting Electrical Switch Board

INCOMER:

125A 4P FSU with Multi-Function Meter and Indication Lamps For Incoming Main 1 Sets

OUTGOING:

63A TP & N FSU-4 NOS

With Aluminium Bus Bar, Interconnections, Earthling and Powder Coated With Siemens Grey

2. Supply, Erection, Testing and Commissioning of 3 Tier 7 Segment Type 8 Way 3 set Wall Mounting Lighting Distribution Board (LDB)

INCOMER:

63A, 4P, MCB (10KA)-1 NO

OUTGOING:

NIFTEM Page 108 of 144 BIDDER 32A, 2P, ELCB (30MA)-3 NOS

10A, 1P, MCB (10KA)-24 NOS

Common Neutral Bus-1 SET

NIFTEM Page 109 of 144 BIDDER 3 Supply, Erection, Testing and Commissioning of 8 way Wall Mounting Vertical 4 Set Distribution Board (VDB)

Type MCCB or RCCB Power Distribution Board (PDB)

Comprising as under with adequate MS fixing brackets and adopter boxes (Double Door type)

INCOMER:

80A, 4P, MCCB (or) RCCB-1 NO

OUTGOING:

32A, TP, MCB-8 NOS

10A to 20A, 1P, MCB (10KA)-24 NOS.

Common Neutral Bus-1set

4 Supply, Erection, Testing and Commissioning of 6 way Wall Mounting Vertical 1 Set Distribution Board (VDB)

Type MCCB or RCCB Power Distribution Board (PDB)

Comprising as under with adequate MS fixing brackets and adopter boxes (Double Door type)

INCOMER:

63A,4P, MCCB (or) RCCB-1NO

OUTGOING:

32A, TP, MCB-3NOS. (or)

10A to 20A, 1P, MCB (10KA)-18 NOS.

Common Neutral Bus-1SET

5 Supply, Erection, Testing and Commissioning of Metal gland box comprising as 5 Nos. under with adequate MS fixing brackets and adopter boxes for Exhaust fan

6 Supply, Erection, Testing and Commissioning of Metal gland box with single pole 5 Nos. MCB and Metal Glade socket comprising as under with adequate MS fixing brackets and adapter boxes (for A/C at various places)

Conduit wiring

NIFTEM Page 110 of 144 BIDDER 7 Supply, Erection, Wiring and testing with 2runs of 2.5 sq. mm 1run of 1.5 sq. mm 1000 Meter PVC insulated copper conductor multi-strand for phase, neutral and earth and laid in 19 mm or 25mm Dia., 1.6 mm Thick. M.S conduit pipes along with necessary accessories from LDBs to various places for Lighting and FANs

8 Supply, Erection, Wiring and testing with 3runs of 1.5 sq. mm PVC insulated 2300 Meter copper conductor multi-strand for phase, neutral and earth and laid in 19 mm or 25mm Dia., 1.6 mm Thick. M.S conduit pipes along with necessary accessories from Switch box to located at various places for Lighting and FANs

9 Supply, Erection, Wiring and testing with 4runs of 4 sq.mm 1 run of 2.5 sq. mm for 350 Meter 3 phase (or) 2 runs of 4 sq. mm 1 run of 2.5 sq. mm for single phase PVC insulated copper conductor multi-strand for phase, neutral and earth and laid in 19 mm or 25mm Dia., 1.8 mm Thick. PVC conduit pipes along with necessary accessories from PDB to power socket boxes located at various places

10 Supply, Erection, Wiring and testing with 2runs of 4 sq. mm 1 run of 2.5 sq. mm for 250 Meter 3 phase (or) 2 runs of 4 sq. mm 1 run of 2.5 sq. mm for single phase PVC insulated copper conductor multi-strand for phase, neutral and earth and laid in 19 mm or 25mm Dia., 1.8 mm Thick. PVC conduit pipes along with necessary accessories from PDB to AC boxes located at various places

11 Supply, Erection, Wiring and Testing of Below Copper cables for Traditional, Dry Extrusion Processing Line 7 Rotary Head area machineries. With necessary Accessories

A 3C X 1.5 SQ MM Copper Flexible Cable 100 Meter

B 4C X 1.5 SQ MM Copper Flexible Cable 250 Meter

C 3C X 2.5 SQ MM Copper Flexible Cable 250 Meter

D 4C X 2.5 SQ MM Copper Flexible Cable 100 Meter

E 4C X 4 SQ MM Copper Flexible Cable 200 Meter

F 1C X 10 SQ MM Copper Flexible Cable 1225 Meter

G 1C X 25 SQ MM Copper Flexible Cable 725 Meter

12 Supply, Erection, Wiring and Testing of Below Aluminium cables for Traditional, Dry Extrusion Processing Line & Rotary Head area VDB’s & LDB’s. With necessary accessories

A 4C X 25sqmm AR AL cable for (MLDB to LDB) Cable laying at Cable Tray 200 Meter

NIFTEM Page 111 of 144 BIDDER B 3.5C X 50sqmm AR AL cable for (MLDB to LDB) Cable laying at Cable Tray 400 Meter

C 3.5C X 300sqmm AR AL cable for (MLDB to LDB) Cable laying at Cable Tray 450 Meter

D 3.5C X 120sqmm AR AL cable for (MLDB to LDB) Cable laying at Cable Tray 40 Meter

13 Civil work for 3.5 C X 300 sq. mm AR AL cable laying at land excavation, using brick 300 Meter and river sand filling (Labour charges and Material)

14 End Termination (Includes of Gland Lugs and Labour charges)

A 4C X 25 sq. mm AR AL Cable 6 Nos.

B 3.5 C X 50 sq. mm AR AL Cable 12 Nos.

C 3.5 C X 300 sq. mm AR AL Cable 6 Nos.

D 3.5 C X 120 sq. mm AR AL Cable 2 Nos.

15 Supply, Erection , Testing and commissioning of 1200 mm Ceiling fan at all area 68 Nos. with down Rods, clamps and necessary accessories

16 Supply, Erection , Testing and commissioning of 450 mm, 18” 1400 rpm, 410 w 5 Nos. Exhaust fan at all area with necessary accessories

17 Supply, erection and commissioning of 5A switch & Socket 5 Nos.

18 Supply, erection and commissioning of 15A switch& Socket 5 Nos.

19 Supply, erection and commissioning of 16 module MS box for switch, socket, 2 Sets lightening points, fan points fixing with front cover

20 Supply, erection and commissioning of 12 module MS box for switch, socket, 2 Sets lightening points, fan points fixing with front cover

21 Supply, erection and commissioning of 8 module MS box for switch, socket, 4 Sets lightening points, fan points fixing with front cover

22 Supply, erection and commissioning of 6 module MS box for switch, socket, 4 Sets lightening points, fan points fixing with front cover

23 Supply, erection and commissioning of 3 module MS box for switch, socket, 4 Sets lightening points, fan points fixing with front cover

24 Supply, erection and commissioning of 300 mm X 70 mm 70 mm and 2 mm thick 80 m cable tray with necessary accessories (Down rod clamp, anchor fastener, bolt nuts

NIFTEM Page 112 of 144 BIDDER and etc.) for cable laying purpose.

25 Supply, erection and commissioning of 50 mm X 70 mm X 70 mm and 2 mm thick 120m cable tray with necessary accessories (Down rod clamp, anchor fastener, bolt nuts and etc.) for cable laying purpose.

26 Supply, erection, testing and commissioning of 3 meter long 60 mm dia. electrode 50m chemical earth station for MV Panel body earth and machine earthing

29 Supply, erection, testing and commissioning of earth tapes/wires as per specification, both indoor and outdoor area (with necessary Bolts and Nuts changes)

A 25X 6 mm CU tape 50m

B 25X3 mm CU tape 25m

C 8SWG GI wire 50m

30 Supply, Erection, Testing and commissioning LED lights with necessary accessories 125 Nos.

Or

Supply, Erection, Testing and commissioning CFL lights with necessary accessories 125 Nos.

Or

Supply, Erection, testing and commissioning 2X 40 W 4 feet FTL reflector with 125 Nos.-Set necessary accessories

31 Automatic power factor control panel with Capacitor Bank approx. equivalent to 1 Nos. 40% of connected load to improve PF up to 0.95

1. Total bid price in Rupees for Design & Supply Rs...... In Words ......

2. Total bid price in Rupees for Installation, Testing, and Commissioning & Handing over Rs...... In Words ......

Notes:

1. Unit Price for Design & Supply shall be including all applicable taxes , duties Freight , Insurance , Entry/Toll tax , Loading and unloading , shifting and any other incidental cost up to delivery at site ( As per ITB

NIFTEM Page 113 of 144 BIDDER Clause- 14 , GCC Clause-13 & SCC Part-I Clause-9 )

2. Specification of all above items shall be as mentioned in Section-V - Technical Specification and scope of Work.

3. Unit Price for Installation, Testing & Commissioning shall be including all applicable taxes i.e. Service Tax/ Works Contract Tax ( WCT) etc. till the time of handing over ( As per ITB Clause- 14)

4. Purchaser will not issue either C/D Form or Haryana VAT Declaration Form.

5. In case of discrepancy between unit price and total price, the unit price shall prevail.

6. No change due to exchange variation shall be allowed in case of imported goods.. Market exchange rate ruling on the date of award will be applicable for this purpose.

7. Charges for annual maintenance for 3 years should be quoted separately in annexed price schedule.( APPENDIX- A-02)

NIFTEM Page 114 of 144 BIDDER 8.

NIFTEM Page 115 of 144 BIDDER APPENDIX-A-01. B

Price Schedule for Civil Work, Ventilation and Fire Fighting Work

Name of Bidder ------

BID No. ------Date & Time of opening------

ITEM Item Description Quantity Unit Price for Total Cost Taxes ( please Unit Price for Installation, Total Price including No. & Unit Design & of Design & mention each Testing & Commissioning of Installation, Testing & Supply(₹ ) Supply Price applicable tax/duty equipment until handed over Commissioning of equipment (₹ ) separately) (₹ ) (₹ ) until handed over (₹ )

A B C = A*B D E C+D+E

1. FLOORING – KOTA/ Acid –Alkali proof tile as per process requirement

1.1 Providing and laying Floor tiles as approved in size and colour by NIFTEM laid over a bed of 20mm thick cement 1125 m2 mortar 1:4 (1 cement: 4 coarse sand) as per State PWD / CPWD BSR including cutting to required size, corners, angles etc. and finished with flush pointing in white cement mixed with pigment to match the shade of the tiles, all complete

OR

Providing & Laying vacuum dewatering flooring including hardener & epoxy coating as required for the flooring concrete consisting of providing side shuttering with MS channels 200 micron polythene sheet under floor as per specification vibrating the concrete by using approved make equipment, with and dewatering by vacuum using approved suction apparatus including using necessary screed vibrators, floor top finish by using ride on power trowel etch. Complete rate to include for covering the finished concrete with 200 micron thick HDPE sheet and curing at ground level. To a levelness and flatness or equivalent of 3mm in 3mx3m area.

1.2 100 mm thick M 20 PCC Floor below tile flooring or as required by the bidder as per their assessment and to be 1125 m2 laid as per State PWD / CPWD BSR

2 Providing and laying flooring with first quality Vitrified tiles of approved make and colour of size 800 x 800 mm 160 m2 10/12mm thick, set on a bed of 20mm thick CM 1:4 as per approved pattern/design and as per manufacturers specification at all levels etc. Location:- Lobby reception area room

3 Providing with 1st approved quality Kajaria /Bell or approved equivalent make Anti-skid ceramic tile of size 20 Sq. 300x300 mm and 6mm thick set in cement mortar 1:4, 15mm thick and jointing with approved grout compound m as per manufacturer’s specification at all levels etc. complete .Location: Washing

NIFTEM Page 116 of 144 BIDDER 4 Providing & Fixing 6 mm thick Glazed tiles of Kajaria/Somany/ or approved equivalent make Dado 1.5 m high on 60.0 m2 walls of approved size approved quality in 1:3 cement mix with thin joints so as to form even surface without kinks or projections and pointing the joints with approved grout compound as per manufacturer’s specification etc. complete at all levels .Location :Washing

5 PAINTER & DECORATOR - All the rates under this head include preparation of surfaces scaffolding Materials, labour etc. complete

5.1 Prepare surfaces of interior walls surfaces and apply three coats of Lustre water based paint on POP or Altek 1400 m2 putty finish of approved quality at all levels

5.2 Prepare surfaces of Exterior Walls and apply three coats of weather shield paint of ICI quality in the Plastered 1000 m2 area at all levels

Note:- All the material to be matched with existing brand, colour and finish

6 FIRE HYDRANT SYSTEM

6.1 Providing and fixing M.S. pipe to I.S. 1239 (Medium class) complete with GI/MS fittings like couplings, bends, elbows, tees offsets, reducers, flanges as per table ‘E’ etc. including cutting and making good the walls complete. Pipes up to 50 mm dia. threaded joint with holdtite, 65mm dia. and above should be welded joint (all type) (Internal works).

a 65 mm dia. 40 meter

b 80 mm dia. 40 meter

c 100 mm dia. 60 meter

6.2 Providing and fixing M.S structural work fabricated from standard sections, (MS rounds), angles, channels etc.) 200 Kg including cutting to size, drilling welding including cost of (Hilti) fasteners, clamp in RCC structural members as directed, including two or more coats of synthetic enamel paint over one coat of primer after surface preparation including cutting and making good walls.

6.3 Providing and fixing first aid fire hose reel drum wall mounting, swinging type fitted with 20 mm dia. 36.5 m ling 6 each high pressure hose I.S 5132 with 5 mm outlet gunmetal nozzle with shut off valve (I.S 884-1969). Name of Manufacturer should be embossed on the drum.

6.4 Providing and fixing 6.3, dia. 15 m ling EPDM lined fabric lined including gunmetal male and female 6 each instantaneous type coupling approved by fire authority, machine wound with copper wire complete in all respects. Hose shall conform to IS 636 Type-ll and coupling to IS 903-1975 (IS marked)

NIFTEM Page 117 of 144 BIDDER 6.5 Providing and fixing fire hose cabinet fabricated from 16 gauge M.S sheet with locking arrangement and hanging 12 each arrangement for accessories painted “Fire red” with Stove enamelled paint. “Fire Hose” written on front including suitable supports to place 900 mm above ground level properly anchored, approximately size 750 x 600 x 250 mm deep (to house two length of canvas hose with couplings, branch pipe with nozzle for external hydrants)

6.6 ISI marked (IS: 2878) portable CO@ type fire extinguisher type. Including valve, discharge hose of not less than 12 each 10 mm dia & 1 M long complete in all respects including initial filled with CO2 gas confirming to IS: 307-1966 & filled to a filling rate of not more than 0.667 and wall suspension bracket

7 FIRE ALARM DETECTION SYSTEM

7.1 Supply installation, fixing, testing and commissioning of plug in type rate of rise cum fixed temperature heat 45 each detectors with Thermistor as temperature sensing element as per detailed specification and approved make including the cost of base plate mounting accessories complete as required.

7.2 Supply, installation, fixing testing and commissioning of response indicator lamp assembly in a dust tight sheet R/0 steel enclosure as per detailed specifications including accessories for mounting on surface or in recess as per each approved sample complete as required.

7.3 Supply, installation, testing and commissioning of dust and vermin proof manual call boxes with push button to 2 each initiate audio visual alarm with breakable glass cover as per specification complete with a steel chain including cost of accessories for surface mounted complete as required.

7.4 Supply, installation, testing and commissioning of Fire Alarm Hooter cum strobe having an audible range of 25 2 each meters. Complete as per specification and approved make complete as required

7.5 Supplying, installation, fixing, testing and commissioning of wall mounting 4 zones microprocessor based main 1 each control panel with LCD display to indicate fire and fault, LED lamps for visual indication, audio alarm unit, push buttons for acknowledge, test reset complete with Battery Backup unit for 24 volts, DC from 240 Volts AC and backed up by a battery for giving 8 hrs. Backup battery charger and required relays for switching off AC units in case of fire, the panel shall be ERTL approved complete as per details and specifications as required.

7.6 Supply and laying of 2 core 1.5 Sq. mm stranded PVC insulated cooper conductor 1100 volts grade fire resistant 300 wires in existing concealed conduit including terminations. All labour and materials etc. complete as required. meters

7.7 Supply and fixing of 20 mm dia. MS conduit 250 RM

8 GLAZED PARTITIONS: For partitions shop drawings should be approved by NIFTEM before fabrication

8.1 Providing and fixing powder coated aluminium section (16 gauge) with 6 mm glass 140 m2

8.2 Providing and fixing powder coated aluminium section (16 gauge) with 8 mm toughened glass 140 m2

8.3 Providing and fixing 12 toughened glass 140 m2

8.4 Providing and fixing 12 toughened glass door with lock and accessories 140 m2

NIFTEM Page 118 of 144 BIDDER 9 CARPENTER & JOINER

Note: For all joineries shop drawings should be approved by NIFTEM before fabrication (All the Doors & Windows to be matched with existing finish)

9.1 Supply and fix in position of Approved make wood solid core flush doors conforming to IS 2202 comprising of 115mmx75mm Burma teak wood frame rebated to receive 35mm shutters with external Teakwood 6mm to 10mm lipping around and fixed to walls/cladding/framed openings suitably with requisite anchor fasteners and shutters such as hinges, bolts, handles, towers, door stoppers, lock door closures including providing and fixing vision panel of size 300 X 450 with 5 mm thick etched glass as shown in drawing etc. complete

I Storage door- 1.0 x 2.10 m- 2no .(toilet lobby) 2 Nos.

II TD- 7.5 x 2.10 m – 3 no 3 Nos.

9.2 Supply and fix in position of full glazed doors with patch fitting and with 12 mm thick toughened glass with floor springs, brass chromium plated fitting, stainless steel handles 750 mm long and fixtures necessary locks, best quality of approved manufacturer and complete.

I Double leaf both side swing – 2400mmX2400,,-4 no (Entrepreneur) 2 Nos.

II Single leaf both side swing – 900 mm X 2400- 1 Nos. (Conference room) 1 Nos.

9.3 Providing and fixing of pressed galvanized steel single leaf/double leaf fire escape metal door without panic bar, 1 Nos. 2 hrs. Fire rating, which consist of frame shutter, in fill and finish as detailed below and conforming to IS 277.

10 FALSE CEILING: ( Where ever required –Bidder to offer only rates)

10.1 Providing & Fixing in position of Mineral Fibre False Ceiling tiles of Dune Supreme in Micro look and the grid in 200 m2 Silhouette type of Knauf AMF India Pvt. Ltd. Armstrong or USG or Equivalent make in 600 X 600 mm c/c. with all runners main runners, suspenders etc., completes with all labour and material in the open office and the job including the cut out for light fittings, AC diffusers, louvers and grills and other fixtures like camera, speakers, fire alarms etc. , and the ceiling tiles fine fisher or dune supreme of size 595 X 595 mm and as per the detailed reflected ceiling layout. Including necessary hardware and accessories, provisions for conduits, switchbox and net box cut out etc., false ceiling necessary supports from RCC ceiling

10.2 Providing & Fixing in position of Gypsum board false ceiling by using 12 mm tk. India gyp board sheets or 250 m2 equivalent and with GI channels, runners, MS handers, good branch hooks screws etc., with all accessories labour and material including painting the surface finished with proper putty one coat of primer and two coats of plastic emulsion paint and the job including the cut outs for light fittings, AC diffusers, louvers and grills and other fixture like camera, speakers, fire alarm etc.

NIFTEM Page 119 of 144 BIDDER 1. Total bid price in Rupees for Design & Supply Rs...... In Words ......

2. Total bid price in Rupees for Installation, Testing, Commissioning & Handing Over Rs...... In Words ......

Notes:

1. Unit Price for Design & Supply shall be including all applicable taxes , duties Freight , Insurance , Entry/Toll tax , Loading and unloading , shifting and any other incidental cost up to delivery at site ( As per ITB Clause- 14 , GCC Clause-13 & SCC Part-I Clause-9 )

2. Specification of all above items shall be as mentioned in Section-V - Technical Specification and scope of Work.

3. Unit Price for Installation, Testing & Commissioning shall be including all applicable taxes i.e. Service Tax/ Works Contract Tax ( WCT) etc. till the time of handing over ( As per ITB Clause- 14)

4. Purchaser will not issue either C/D Form or Haryana VAT Declaration Form.

5. In case of discrepancy between unit price and total price, the unit price shall prevail.

6. No change due to exchange variation shall be allowed in case of imported goods.. Market exchange rate ruling on the date of award will be applicable for this purpose.

7. Charges for annual maintenance for 3 years should be quoted separately in annexed price schedule.( APPENDIX- A-02)

NIFTEM Page 120 of 144 BIDDER 8.

APPENDIX-A-02

PRICE FOR ANNUAL MAINTENANCE AND REPAIR COST INCLUDING WARRANTY PERIOD

Item No. Item Description Qty. Annual Maintenance & Repair cost for each Equipment / Maintenance charges for 3 years unit Indian Rupees If Foreign .Currency (Specify) Indian Rupees If Foreign .Currency ( Specify))

Note :In case of discrepancy between unit price and total price, the unit price shall prevail

Signature of Bidder ------

Name------

Business address ------

Place :

Date:

NIFTEM Page 121 of 144 BIDDER APPENDIX- B

BID FORM

(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.) Tender No...... Date: ...... To,

The Registrar, National Institute Of Food Technology Entrepreneurship and Management, Deemed to be University (De-Novo Category) under Section 3 of the UGC Act, 1956 (An Autonomous Institution under Ministry of Food Processing Industries, GOI), Plot no 97, sector-56, HSIIDC industrial estate, Kundli-131028, District-Sonepat (Haryana).

Dear Sir,

1. Having examined the conditions of contract and specifications including addenda Nos. (If any)...... the receipt of which is hereby duly acknowledged, we, 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 Contract as mentioned in or referred to in the said Bidding Document for the sum of Rs…………………………………………………………….. (Total Bid Amount in words ------or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid and the said condition)

2. 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 Requirements of the Bid Document, from the date of receipt of your Purchase Order / Notification of Award.

3. If our bid is accepted we will obtain the Bank guarantees as per the conditions of the Contract for the due performance of the Contract.

4. We agree to abide by this bid for the period of 180 days from the date fixed for bid opening as per the Instruction to Bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

NIFTEM Page 122 of 144 BIDDER 5. 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.

6. Bid submitted by us is properly sealed and prepared so as to prevent any subsequent alteration and replacement.

7. We understand that you are not bound to accept the lowest or any bid, you may receive.

Dated this ...... day of ...... 2015

Name and Signature ------

In the capacity of ------

Duly authorized to sign the bid for and on behalf of...... Witness......

Address......

Signature

NIFTEM Page 123 of 144 BIDDER APPENDIX-C

DETAILS OF BIDDER

NIFTEM Page 124 of 144 BIDDER Details Provided by S. Nos. Details Requested Bidder 1.0 Bidders' Name 1.1 Office Address 1.2 Date of incorporation and/or commencement of Business Brief description of the business entity including details of its 1.3 main lines of business and proposed roles and responsibilities in this Project. Details of individual (s) who will serve as the point of contact / 2.0 communication for PURCHASER within the Company 2.1 Name of Bidder 2.2 Address of Office (s) 2.3 Date of incorporation and/or commencement of business Brief description of the business entity including details of its 2.4 main lines of business and proposed roles and responsibilities in this Project. Details of individual (s) who will serve as the point of contact / 3.0 communication for PURCHASER within the Company 3.1 Name 3.2 Designation 3.3 Business Entity 3.4 Address 3.5 Telephone No. 3.6 E-mail Address 3.7 Fax No. 3.8 Mobile number Name, Designation, Address and Phone Nos. of Authorized 4.0 Signatory of the Applicant: 4.1 Name 4.2 Designation : 4.3 Business Entity 4.4 Address 4.5 Telephone No. 4.6 E-mail Address 4.7 Fax No. 4.8 Mobile number

NIFTEM Page 125 of 144 BIDDER NOTES: In case of a Consortium:

a. The information above should be provided for all the Members of the Consortium including the Lead member

a. Information regarding role of each Member should be provided as per table below

S. Nos. Name of Member Role of the Member* 1 2 3

NIFTEM Page 126 of 144 BIDDER APPENDIX-D

PERFORMANCE SECURITY GUARANTEE BOND

1. In consideration of National Institute of Food Technology, Entrepreneurship and Management (herein after called the “PURCHASER ” which expression shall unless repugnant to the context or meaning thereof include it's successors, administrators and assigns ) having agreed to award the contract to M/s ...... (hereinafter called “the said Supplier /Supplier/ Contractor(s)‟ which expression shall unless repugnant to the context or meaning thereof include it's successors, administrators and assigns) and dated ...... and the same having been unequivocally accepted by the Supplier / Supplier/ Contractor resulting in a Contract bearing No. ______dated ______valued at ______for agreed to provide contract performance guarantee for the faithful performance of entire contract equivalent to the said value of the contract to the PURCHASER.

2. We ______(name and address of Bank ) having its head office at ______(hereinafter referred to as the ‘Bank’ which expression shall unless repugnant to the context or meaning thereof, include the successors administrators, executors and assigns) do hereby guarantee and undertake to pay the PURCHASER, on demand any and all money payable by the Supplier/ Contractor to the extent of as aforesaid ______at ______any ______time ______up to ______.

3. Without any demur, reservation, contest, recourse or protest and /or without any reference to the Supplier /Supplier/ Contractor. Any such demand made by the PURCHASER on the Bank shall be conclusive and binding notwithstanding any difference between the PURCHASER and Supplier /Supplier/ Contractor or any dispute pending before any court tribunal or any authority.

4. The Bank undertakes not to revoke this guarantee during its currency without previous consent of the PURCHASER and further agrees that the guarantee here in contained shall continue to be enforceable till the PURCHASER discharges this guarantee. The PURCHASER shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Supplier/ Supplier/ Contractor, and to exercise the same at any covenants, contained or implied, in the Supplier/ Supplier/ Contractor between the PURCHASER and Supplier/ Supplier/ Contractor or any other course of or remedy or security available to the PURCHASER.

NIFTEM Page 127 of 144 BIDDER 5. The Bank shall not be released of its obligations under these presents any exercise by the PURCHASER of its liberty with reference to the matters aforesaid or any of them or by reason of any other acts of omission or commission on the PURCHASER or by any other matters or thing whatsoever which under law would, but for this provision, have the effect of relieving the Bank.

6. The Bank also agrees that the PURCHASER at its option shall be entitled to enforce this guarantee against the Bank as principal debtor, in the first instance without proceeding against the contract and notwithstanding and security or other guarantee that the PURCHASER may have in relation to the Supplier/ Contractors liabilities.

7. The Bank further agree with the PURCHASER that the PURCHASER shall have the fullest liberty without our consent any without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance of the said Supplier/ Contractor from time to time or to postpone for any time or from time to time any of the powers exercised by the company against the said Supplier/ Contractor and to forbear or enforce any of the terms and conditions relating the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted by the said corporation to the said Supplier/ Contractor or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

8. This guarantee will not be discharged due to the change in the constitution of the Bank or the Supplier/ Contractor.

9. The Bank lastly undertakes not to revoke this guarantee during its currency except with the previous consent of the PURCHASER in writing.

10. Notwithstanding anything contained herein above, our liability under this guarantee is restricted to a sum of Rs. ______and the guarantee shall remain valid till ______unless a claim or action to invoke the guarantee is received in writing by us on or before ______all your rights under the guarantee shall be forfeited and the Bank will be relieved and discharged of its liabilities there under.

Dated this _____ Day of ………………….

For ______

NIFTEM Page 128 of 144 BIDDER (Signature)

(Name & Title)

Signing on behalf of the Bank

NIFTEM Page 129 of 144 BIDDER NIFTEM Page 130 of 144 BIDDER APPENDIX- E

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION

(On Stamp paper of relevant value)

POWER OF ATTORNEY

Know all men by these presents, we______(name and address of the registered office) do hereby constitute, appoint and authorize Mr. / Ms. ______(name and address of residence) who is presently employed with us and holding the position of ______as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the project envisaging Supply------including signing and submission of all documents and providing information / responses to NPURCHASER, representing us in all matters before PURCHASER, and generally dealing with PURCHASER in all matters in connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this _____ Day of ………

For ______

(Signature

(Name, Title and Address)

Signing on behalf of the Bidder/ Lead Member in case of Consortium

Accepted

………………………… (Signature)

(Name, Title and Address of the Attorney)

NIFTEM Page 131 of 144 BIDDER APPENDIX- F

LETTER OF AUTHORISATION FOR ATTENDING BID OPENING

To, Registrar, National Institute Of Food Technology Entrepreneurship and Management Deemed to be University (De-Novo Category) under Section 3 of the UGC Act, 1956 (An Autonomous Institution under Ministry of Food Processing Industries, GOI) Plot no 97, Sector-56, HSIIDC Industrial Estate, Kundli-131028, District-Sonepat (Haryana).

Subject: Authorization for attending bid opening on _ (date) in the tender No…………...... dated ……..for ------Dear Sir, Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of (Bidder) in order of preference given below.

Order of Preference Name Signatures Specimen

I II Alternate Representative

Signatures of bidder

or Officer authorized to sign the bid Documents on behalf of the bidder. A maximum of two representatives for any bidder shall be authorized and permitted to attend the Bid Opening.

NIFTEM Page 132 of 144 BIDDER NIFTEM Page 133 of 144 BIDDER APPENDIX-G

FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM

POWER OF ATTORNEY

Whereas the NIFTEM has invited applications from interested parties for ------(“the project”).

Whereas, the member of the Consortium are interested in bidding for the Project and implementing the Project in accordance with the terms and conditions of the Tender document and other connected documents in respect of the Project, and

Whereas, it is necessary under the DNIT Document for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project

NOW THIS POWER OF ATTORNEY WITNESSE THAT:

We, M/s. _____, M/s. _____ and M/s. _____ (the respective names and addresses of the registered office) do hereby designate M/s. ______(name and address of the registered office) being one of the members of the Consortium, as the Lead Member of the Consortium (name and address of the registered office) being one of the members of the Consortium, to do on behalf of the Consortium, all or any of the acts, deed or things necessary or incidental to the Consortium’s bid for the Project, including submission of application / Proposal, participating in conference, responding to queries, submission of information / documents and generally to represent the Consortium in all its dealings with PURCHASER, or any person, in connection with Project until culmination of the process of bidding and thereafter till the Concession Agreement is entered into with PURCHASER.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this the ______day of ______[year]

(Executants)

(To be executed by all the members of the Consortium)

Notes:

NIFTEM Page 134 of 144 BIDDER • The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the Bidder (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Also, wherever required, the Bidder (s) should submit for verification the extract of the charter documents and documents such as a resolution / power of attorney in favour of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder (s)

NIFTEM Page 135 of 144 BIDDER APPENDIX- H

Certificate from the Statutory Auditor / Client

This is to certify that ______(Name and Registered office of the Bidder) has constructed / supplied for ______(Title of the Project).

We further certify that ______(Name and Registered office of the Bidder) has executed/earned an income from executing this project of______(Amount).

Signature of the Name Place Date

Authorized Signatory

1. It may be noted that in the absence of any detail from the above certificate, the information would be considered inadequate and could lead to an exclusion of the relevant project. 1. If the Applicant is claiming experience under relevant Category the Applicant should provide a certificate from his statutory auditor in the format given below:

Certificate from the Statutory Auditor

This is to certify that ______(Name and Registered office of the Bidder) has promoted ______(Title & Nature of the Project). This Project was commissioned on ______(Date of commissioning of the Project).

We further certify that total cost of the Project as on the date of commissioning was Rs.______

Signature of the Name Place Date

Authorized Signatory

It may be noted that in the absence of any detail from the above certificate, the information would be considered inadequate and could lead to exclusion of the relevant project.

NIFTEM Page 136 of 144 BIDDER APPENDIX-I

MANUFACTURERS' AUTHORISATION FORM

Reference Dated

The Registrar, National Institute Of Food Technology Entrepreneurship and Management, Deemed to be University (De-Novo Category) under Section 3 of the UGC Act, 1956 (An Autonomous Institution under Ministry of Food Processing Industries, GOI), Plot no 97, sector-56, HSIIDC industrial estate, Kundli-131028, District-Sonepat (Haryana).

Dear Sirs,

Subject: NIT No.------

We, {Name of the 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 NIT No.------for the above goods manufactured by us.

No company or firm or individual other than (Name of your sole agent/ distributor) are authorized 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, warranty as per clause 15 of the General Conditions of Contract for the goods offered for supply against this invitation for bid by the above firm.

Yours faithfully,

(NAME)

For and on behalf of (Name of Manufacturers)

Note:

This letter of authority should be on the Letterhead of the manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturer.

NIFTEM Page 137 of 144 BIDDER APPENDIX-J

SOLVENCY CERTIFICATE TO BE ISSUED BY THE BANKER ON THEIR LETTER HEAD

Reference Dated

The Registrar, National Institute Of Food Technology Entrepreneurship and Management, Deemed to be University (De-Novo Category) under Section 3 of the UGC Act, 1956 (An Autonomous Institution under Ministry of Food Processing Industries, GOI), Plot no 97, sector-56, HSIIDC industrial estate, Kundli-131028, District-Sonepat (Haryana).

Dear Sirs,

Subject: NIT No.------

This is to certify that to the best of our knowledge and information M/s...... (Firms ' name and address per Bank record) is /are our respectable customer since ------and have never defaulted and can be rated as good for any engagement of work up to a limit of Rs.------( Rupees in words ------).

This certificate is issued without any prejudice , guarantee and responsibility on behalf of the Bank or its' officers.

Thanking You,

Yours Sincerely

( Signature of the Bank Officer with Stamp)

( Name & designation of the officer with address of Bank & Branch with Code)

NIFTEM Page 138 of 144 BIDDER APPENDIX-K

CONTRACT/ AGREEMENT FORM

THIS AGREEMENT is made on the ...... day of ...... , 2015, between the National Institute of Food Technology Entrepreneurship and Management (An autonomous Institution under Ministry of Food Processing Industries Government of India) , Plot 97, Sector 56, HSIIDC Industrial Estate, Kundli, Dist-Sonepat, Haryana (hereinafter "the Purchaser") of the one part and ...... (Name of Supplier/ Contractor) of ...... (City and Country of Supplier/ Contractor ) (hereinafter called "the Supplier/ Contractor ") of the other part :

WHEREAS the Purchaser invited bids for certain Goods and ancillary services viz., ...... (Brief Description of Goods and Services) and has accepted a bid by the Supplier/ Contractor for the supply of those goods and services in the sum of ...... (Contract Price in Words and Figures) ( hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz. :

(a) The Bid Form and the Price Schedule submitted by the Bidder; (b) The Schedule of Requirements; (c) The Technical Specifications; (d) The General Conditions of Contract; (e) The Special Conditions of Contract; and (f) The Purchaser's Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier/ Contractor as hereinafter mentioned, the Supplier/ Contractor hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract. 4. The Purchaser hereby covenants to pay the Supplier/ Contractor in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

5. Brief particulars of the goods and services which shall be supplied / provided by the Supplier/ Contractor are as under :

NIFTEM Page 139 of 144 BIDDER Sl. No. Brief description Quantity to be Unit price Total price Delivery terms of goods & supplied (Delivered at Site services all inclusive)

TOTAL VALUE :

DELIVERY / COMPLETION SCHEDULE:

IN WITNESS whereof, the parties hereto 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

The Registrar,

National Institute of Food Technology Entrepreneurship and Management Plot 97, Sector 56, HSIIDC Industrial Estate, Kundli, Distt-Sonepat, Haryana in the presence of ......

Signed, Sealed and Delivered by the said ...... (For the Supplier) in the presence of ......

NIFTEM Page 140 of 144 BIDDER APPENDIX- L

BID SECURITY FORM / EARNEST MONEY DEPOSIT (EMD)

Whereas...... (hereinafter called "the Bidder") has submitted its bid dated ...... (date of submission of bid) for the Design, supply and installation of Pilot ------(name and/or description of the goods) (hereinafter called "the Bid").

KNOW ALL PEOPLE by these presents that WE...... (name of bank) of ...... (name of country), having our registered office at ...... (address of bank) (hereinafter called "the Bank"), are bound unto ...... (name of Purchaser) (hereinafter called "the Purchaser") in the sum of ______for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ______day of ______20 ____.

THE CONDITIONS of this obligation are :

1. If the Bidder withdraw its Bid during the period of bid validity specified by the Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:

(a) fails or refuses to execute the Contract Form if required; or

(b) fails or refuse to furnish the Performance Security Guarantee Bond, in accordance with the Instruction to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

......

NIFTEM Page 141 of 144 BIDDER (Signature of the Bank)

APPENDIX-M

PERFORMA FOR PERFORMANCE STATEMENT FOR A PERIOD OF LAST THREE YEARS

Name of Bidder ------

Bid No......

Date of Opening of BID...... Opening Time of BID

Order placed by PO Nos. Job PO Value Date of Completion Remarks for (Specify name of the & Date Description Delay if any PURCHASER) As per As per Contract Actual

Signature of Bidder ......

Name......

Business Address......

Place......

Date......

NIFTEM Page 142 of 144 BIDDER Layout

Adobe Acrobat Document

NIFTEM Page 143 of 144 BIDDER NIFTEM Page 144 of 144 BIDDER

Recommended publications