<<

aavin

TTCCMMPPFF LLIIMMIITTEEDD “AAVIN ILLAM”

MADHAVARAM COLONY: - 51.

TWO PART TENDER

PART - A

DESIGN, CONSTRUCTION, SUPPLY, ERECTION, TESTING AND COMMISSIONING FOR UP GRADATION OF EXISTING EFFLUENT TREATMENT PLANT AT COIMBATORE DAIRY

THE TAMILNADU COOPERATIVE MILK PRODUCERS’ FEDERATION LIMITED,

AAVIN ILLAM, MILK COLONY, CHENNAI – 600 051.

TCMPF LIMITED

“AAVIN ILLAM”

MADHAVARAM MILK COLONY: CHENNAI - 51.

TWO PART TENDER PART – A TECHNICAL BID DESIGN, CONSTRUCTION, SUPPLY, ERECTION, TESTING AND COMMISSIONING FOR UP GRADATION OF EXISTING EFFLUENT TREATMENT PLANT AT COIMBATORE DAIRY EARNEST MONEY DEPOSIT : Rs.2,50,000/-

COST OF TENDER DOCUMENT : Rs.15,750/-

SALE 0F TENDER DOCUMENT : 23.11.2015 to 22.12.2015

PRE-BID MEETING : 09.12.2015

LAST DATE & TIME OF RECEIPT OF : 24.12.2015 upto 3.00 pm TENDER (BOTH TECHNICAL & COMMERCIAL BIDS) Tender document will also be available for e-submission on website www.tntenders.gov.in and the bidders can also participate in the tender through online. DATE & TIME OF OPENING OF : 24.12.2015 at 3.15 pm TECHNICAL BID

DATE & TIME OF OPENING OF : After scrutiny of technical bid with COMMERCIAL BID prior individual information

PERIOD OF COMPLETION : 9 months including 2 months trail run period

PLACE OF OPENING : T C M P F Limited,

“Aavin Illam”,MMC,Chennai-51

ISSUE LETTER FOR TENDER DOCUMENT

PART –A,

TECHNICAL BID

This Two Part Tender document set containing Part – A Technical Bid and Drawings:

Issued to:

______

______

______

______

______

The fee for this set of Tender document is `. ………………………

Sale of Tender Document Vide Receipt No. …………………………

Dated: ………………………………

For and on behalf of

The Tamilnadu Coop Milk Producers' Federation Limited, 'Aavin Illam', , Chennai - 51.

ISSUED BY; Deputy General Manager (Civil),

T C M P F Limited

Aavin Illam,

Chennai – 600 051. ELIGIBILITY CRITERIA

Contractor should furnish along with technical bid tender

 Tenderer should have been in contract business as turn-key-contractor

for Effluent Treatment Plant works in the same name & style for a

minimum period of three years at the time of tender opening.

 Tenderer should have completed atleast two project of similar nature

(Effluent Treatment Plant) dairy / Industrial effluent based on UASB

technology and value of each project not less than Rs.150 lakhs in the

same name & style in last 3 years.

 The tenderer should furnish Income Tax Permanent Account Number.

 The tenderer should furnish TIN Number

 The tenderer should furnish average annual sales turnover for the last 3

(three) financial years which shall not be less than the tender value of

contract in the same name & style and minimum annual sales turnover

in last three years shall not be less than 50 % of the tender value of

contract.

Similar work means:

Design, Construction, Supply, Erection, Testing, and Commissioning of Civil, Mechanical, Electrical, and Instrumentation works for Dairy/ Industrial Effluent Treatment Plant using UASB technology along with Aerobic System.

TWO PART TENDER APPLICATION

From To The Managing Director,

TCMPF Limited, Aavin Illam,

Madhavaram Milk colony,

Chennai 600 051.

Sir,

Sub: Two-part tender for “Design, Construction, supply, erection, testing and commissioning for up gradation of existing effluent treatment plant at Coimbatore Dairy” - Submission of documents - reg. ~~~

Having examined the TWO PART TENDER documents consisting of PART - A pertaining to PRE- QUALIFICATION/TECHNICAL BID and PART - B COMMERCIAL BID with price quote, I / We hereby submit all the necessary documents and relevant information for bidding the above mentioned tender. The application is made by me / us on behalf of ______in the capacity of ______duly authorized to submit this two part tender offer.

Necessary evidence admissible in law in respect of authority assigned to me on behalf of the bidding firm is herewith attached.

I / We submit the documents herewith taking into consideration of all the instructions, terms and conditions in the detailed two part tender notice.

I / We understand that the Managing Director, TCMPF, Chennai 51 reserves the right to reject any tender offer without assigning any reasons thereof. I / We hereby agree to hold the tender offer valid for acceptance for a period of 120 days from the date of opening of the PART - A TECHNICAL BID.

Signature of the Applicant

including title capacity

Name (IN BLOCK LETTERS) Enclosures:

1. Evidence of authority to sign 2. Latest brochures if any 3. Part - A Pre-qualification / Technical bid in separate sealed cover 4. Part - B Commercial bid with price quote in separate sealed cover. 2. INSTRUCTIONS TO THE TENDERERS

This TWO PART TENDER document consists of:

Part - A – Pre-Qualifying - Technical bid

Part - B – Commercial bid with price-quote schedules.

2.1 Read all the terms and conditions of the TWO PART TENDER before you start filling up. 2.2 Tenderers are to submit the original set of the TWO PART TENDER (both Part – A Technical Bid and Part - B Commercial Bid) duly filled in, attach necessary documents.

2.3 Part - A Pre-qualification/Technical bid and Part - B Commercial bid should be submitted in two different covers duly super scribed as “Tender for the work of “Design, construction, supply, erection, testing and commissioning for up gradation of existing effluent treatment plant at Coimbatore Dairy” Pre-qualification - Technical Bid” in one cover and another cover as “Tender for the work of “Design, construction, supply, erection, testing and commissioning for up gradation of existing effluent treatment plant at Coimbatore Dairy” Commercial bid” and again put in a larger wax sealed cover duly superscribed “Tender for the work of “Design, construction, supply, erection, testing and commissioning for up gradation of existing effluent treatment plant at Coimbatore Dairy” addressed to “The Managing Director, TCMPF Limited, Chennai – 51” and submit either in person or by post so as to reach on or before the time and date specified. Tenders which are not completed as stated above (two cover system) and received after the specified date and time shall be summarily rejected. 2.4. Go through the check slip given and ensure compliance of the terms and conditions.

2.5 Tenderer is specifically informed that all the pages in both Part - A – Technical Bid and Part -B – Commercial Bid should be signed at the bottom of each page without any omission by the authorized signatory with name and seal of the firm.

SIGNATURE OF THE CONTRACTOR 3. INTRODUCTION

TWO PART TENDER form for the work of “Design, construction, supply, erection, testing and commissioning for up gradation of existing effluent treatment plant at Coimbatore Dairy” .

This TWO PART TENDER form contains the schedules as indicated in the index.

1 Last date & time for submission : 24.12.2015 upto 3.00 pm of the two part tender – both Part-A Technical and Part-B Commercial bids.  The bidder may submit the bid documents either by online mode through the site (http:/tntenders.gov.in) or by manual mode to the department. If a bidder submits the bid, both online and in 2 Online submission manual form, only the online bid will be acceptable.  The tenderer is also permitted to upload the tender on the web site using the e- token. 3 Date and time of opening of : 24.12.2015 at 3.15 pm Part - A Pre-qualification / Technical Bids

4 Place of opening of Part – A O/o. Managing Director,

Pre-qualification / Technical TCMPF Ltd, Aavin Illam, bid Madhavaram Milk colony,

Chennai 600 051.

5 Date and time of opening of After scrutiny of Part-A Pre-qualification - Part- B Commercial bids. Technical bids in respect of those who are (price quoted) found and declared as qualified, eligible and short listed as per technical parameters and terms and conditions of pre-qualification bid with prior individual intimation.

SIGNATURE OF THE CONTRACTOR 4. GENERAL TERMS & CONDITIONS

4.1. PART - A Technical bid, wherein the pre-qualification, based on various factors such as suitability and eligibility of the tenderer will be evaluated, considered and decided prior to opening and consideration of Commercial Bids under PART - B of the tender.

4.2 PART - A Technical bid shall be opened on 24.12.2015 at 3.15 pm in the presence of the tenderers or their authorized representative who opt to be present during the opening.

4.3 PART - B Commercial Bid of the tenderers who do not satisfy any / all the terms and conditions specifically so mentioned under PART - A Technical bid, shall not be considered eligible and shall not be opened. 4.4 PART - B Commercial Bid, wherein the rates tendered by those who qualify themselves for and are selected as per the terms and conditions prescribed in PART - A Technical Bid only will be considered and decided for the award of the contract. 4.5 Part - B Commercial bids shall be opened after scrutiny of Part-A Pre- qualification / Technical bids in respect of those who are found and declared as qualified, eligible and short listed as per technical parameters and terms and conditions of pre-qualification bid with prior individual intimation in the presence of tenderers or their authorized representative who opt to be present. The date of such opening of part-B Commercial bid will be informed separately to those who qualify in the PART - A Technical bid confirm to the Technical parameters prescribed thereon.

4.6 The tender forms are not transferable or assignable.

4.7 The signatory of the tender should indicate his / their status in which he / they have signed and submit necessary documentary proof admissible in law in respect of such authority assigned to him / them by the firm. If the tender opening day is declared as a holiday, the tenders shall be received and opened immediately on the next working day at the same time and place.

4.8 EARNEST MONEY DEPOSIT:

4.8.1 All tenders must be accompanied with the prescribed amount of EMD along with tender , if e-tender, the EMD should be dropped in the tender box before closure time.

4.8.2 EMD amount of Rs.2,50,000/- (Rupees two lakhs and fifty thousand only) to be drawn by means of Bank Demand Draft from any nationalized or scheduled Bank drawn in favour of “The Managing Director, TCMPF Limited,” Payable at Chennai. IT SHALL BE ENCLOSED WITH THE PART–A, TECHNICAL BID ONLY. No other form of remittance shall be accepted.

4.8.3 Tenders not accompanied with demand draft towards the prescribed EMD shall be summarily rejected.

4.8.4 Should the tenderer withdraw his offer before finalization of the tender, the EMD remitted by the tenderer shall be forfeited in full?

4.8.5 The tenderer should be submitted along with a covering letter giving full details as called for in the tender notice together with the copy of letter registering them in the appropriate class.

4.8.6 The tenderer should furnish their Income Tax Permanent Account Number [PAN] in the tender document itself.

4.8.7 List of various machineries and other equipment of the tenderer disposal for use in the execution of work should be furnished.

4.8.8 Details of previous work done / under execution by the tenderer covering the cost of work, Agreement No. & date, the department in which the work was carried out etc., should be furnished so as to assess the previous experience of the tenderer. Year wise details should be furnished so as to see that these tenderers have minimum experience of major buildings.

4.8.9 The rate quoted in the tender shall be kept valid for 120 days from the date of opening of part-A Technical bids and the tenderer at his own cost shall attend and sign the contract as soon as the acceptance of tender is communicated. Failure to attend in the manner above said shall entail forfeiture of EMD furnished by the tenderer. Besides, the tenderer shall be held responsible for any loss to the Federation on account of his failure to attend the manner aforesaid.

4.8.10 The EMD of the successful tenderer shall be retained as security deposit, which will not bear any interest, and the same will be released after 6 months from the date of completion of work. The EMD of the unsuccessful tenderer shall be returned after execution of the agreement of the contract.

4.8.11 The tenderer’s particular attention is drawn to the sections and clauses in the General Conditions of the Contract dealing with

a) Test, Inspection and rejection of defective materials and work b) Carriage c) Accidents d) Delays e) Sanction on particulars of payments f) Construction plant g) Water and lighting and h) Cleaning up during progress and for delivery. 4.9 SECURITY DEPOSIT

4.9.1 After evaluation and finalization of Part-A pre-qualification / technical bids and Part-B commercial bids, selected tenderers would be required to sign an agreement and furnish a Security Deposit such that the total value of Security Deposit including EMD already paid shall be 2 % of the order value as specified by the tender accepting authority, drawn by means of Bank Demand Draft only from any Nationalized Bank drawn in favour of “Managing Director, TCMPF Limited” payable at Chennai. The EMD already paid along with tender shall be adjusted in the Security Deposit to be paid by the successful tenderer. The above Security Deposit amount will be released after 6 months from the date of completion of the work in all respects.

4.9.2 No exemption will be given for payment of security deposit under any circumstances as per TNTT Act and the same should be remitted by Demand Draft. 4.9.3 No interest shall be paid on Earnest Money Deposit / Security Deposit.

4.10 PRICE ADJUSTMENT:

4.10.1 PRICE ADJUSTMENT CLAUSE

G.O.MS.NO.60 PW (G2) Dept Dt:14.03.2008 and amended in G.O.MS.NO.101 PW (G2) Dept Dt : 10.06.2009.

Price Adjustment Clause is eligible for this work subject to the following conditions:

1) Price Adjustment Clause will be applicable for all works where value of work put to tender costing Rs.100.00 lakhs and above. However No Price Adjustment will be applicable for maintenance and repair works. 2) The Full Price Adjustment on all the components including cement, steel, bitumen and Petroleum, Oil and Lubricants (POL) shall be applicable to the work with contract period of more than 12 months with all other conditions remaining the same as per rule 14(8) of 2000 Transparency in Tender rules. 3) Full Price adjustment on cement, steel, bitumen and POL is applicable, if the contract period is 12 months and below. 4) Contract Price shall be adjusted for increase or decrease in rates for cement, steel, bitumen and Petroleum, Oil and Lubricants (POL), Labour, Plant & Machinery spares components and local materials in accordance with the following principles and procedures and as per formula given in General Conditions of Contract. 5) Price adjustment will be calculated only on the estimated cost of work. 6) Price Adjustment will apply only when the fluctuations of rates exceed by 3% compared to the estimate rates (Reserve Bank of – Index Price). 7) Price adjustment will be made for both increase and decrease in the cost of materials. 8) Bitumen and POL will be considered on ‘Pass through” basis with payment of actual rates / price at the rates charged by Indian Oil Corporation. 9) Escalation will be given for only those quantities which would have been used had the contractor stuck to this original time line. 10) Price adjustment mechanism will cease to operate for the value of work executed beyond the agreement period. 11) Agreement period shall include the “actual period” for which the work was “suspended officially” and extension of time permitted for any valid reasons, such as war, natural calamities, like flood, earthquake and other risks arising out of acts of God during the agreement period; work delayed due to the land acquisition process; change in design, change in scope of work, etc., which is given in writing by the Tender Calling Officer of the respective work. All works for which price Escalation / Variation is contemplated must have milestones fixed in physical terms and have a pre-fixed time-line for use of inputs clearly indicating the nature and quantum of eligible inputs to be used for the work for the relevant period between two milestones. Price Escalation / Variation will be applicable for those quantities ‘actually’ used by the contractor including additional quantities if any, used or achieved ahead of the time line. However, if the contractor does a certain quantity of the work in third quarter which ought to / should have been done in the earlier quarter, Price Escalation / Variation will still be applicable on that quantity at the rates as applicable in the relevant quarter as per time-line or period of actual use whichever is less.

Price variation will be calculated as per specified formula from the last date of submission of tender upto the end of agreement period provided, if the agreement is signed within the minimum specified time, failing which, the Price variation will be applicable from the date of agreement only, based on the wholesale Price Indexes of . The quarter would be reckoned with reference to the quarter of the calendar year in which the last date on tender submission is fixed. In case of delayed agreement, the quarter in which the agreement is signed will be reckoned for the purpose of calculation of price adjustments.

The Formula for adjustment of prices are:

R = Value of Work during the quarter under consideration. i. Adjustment of Cement Component:

Price adjustment for increase or decrease in the cost of cement procured by the Contractor shall be paid in accordance with the following formula, if this component is involved in the work executed during the quarter under consideration. VC = 0.85 x PC / 100 x R x (C1 – C0) / C0 where

VC = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rate of Cement.

C0 = The RBI index for cement for the quarter during the date of opening of tenders

C1 = The RBI index for cement for the quarter under consideration

PC = Percentage for the cement component of the work ii. Adjustment of Steel Component:

Price adjustment for increase or decrease in the cost of steel procured by the Contractor shall be paid in accordance with the following formula, if this component is involved in the work executed during the quarter under consideration.

VS = 0.85 x PS / 100 x R x (S1 – S0) / S0 where

VS = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rate of Steel.

S0 = The RBI index for Steel for the quarter during the date of opening of tenders

S1 = The RBI index for Steel for the quarter under consideration

PS = Percentage for the Steel component of the work iii. Adjustment of Petroleum, Oil and Lubricants (POL) Component:

Price adjustment for increase or decrease in the cost of Petroleum, Oil and Lubricants (POL) procured by the Contractor shall be paid in accordance with the following formula, if this component is involved in the work executed during the quarter under consideration.

VF = 0.85 x PF / 100 x R x (F1 – F0) / F0 where VF = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates of Petroleum, Oil and Lubricants.

F0 = The average official retail price of High Speed Diesel (HSD) at the existing Consumer Pumps of IOC on the day thirty days prior to the date of opening of tenders

F1 = The average official retail price of High Speed Diesel (HSD) at the existing Consumer Pumps of IOC for the 15th day of the middle calendar month for the quarter under consideration

PF = Percentage for the POL component of the work iv. Adjustment of Labour Component:

Price adjustment for increase or decrease in the cost of Labour engaged by the Contractor shall be paid in accordance with the following formula, if this component is involved in the work executed during the quarter under consideration.

VL = 0.85 x PL / 100 x R x (L1 – L0) / L0 where

VL = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates of local Labour.

L0 = The average consumer price index for industrial workers for Chennai centre for quarter preceding the date of opening of bids as published by Labour Bureau.

L1 = The average consumer price index for industrial workers for Chennai centre for the quarter under consideration as published by Labour Bureau.

PL = Percentage for the Labour component of the work v. Adjustment of Plant and Machinery Spares Component:

Price adjustment for increase or decrease in the cost of Plant & Machinery spares procured by the Contractor shall be paid in accordance with the following formula, if this component is involved in the work executed during the quarter under consideration. VP = 0.85 x PP / 100 x R x (P1 – P0) / P0 where

VP = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates of Plant & Machinery spares.

P0 = The average consumer price index Heavy Machinery and parts for quarter preceding the date of opening of bids as published by the Ministry of Industrial Development, Government of India.

P1 = The average consumer price index Heavy Machinery and parts for quarter under consideration as published by Ministry of Industrial Development, Government of India.

PP = Percentage for the Plant & Machinery spares component of the work vi. Adjustment of Local Materials Component:

Price adjustment for increase or decrease in the cost of Local Material procured by the Contractor shall be paid in accordance with the following formula, if this component is involved in the work executed during the quarter under consideration.

VM = 0.85 x PM / 100 x R x (M1 – M0) / M0 where

VM = Increase or decrease in the cost of work during the quarter under consideration due to changes in the rates of Local Material.

M0 = The average consumer price index for all commodities for quarter preceding the date of opening of bids as published by RBI, Government of India.

M1 = The average consumer price index for all commodities for quarter under consideration as published by RBI, Government of India.

PM = Percentage for the Local Material component of the work

The following percentages will govern the price adjustment for the entire contract:

a. Cement - PC - 9.49 %

b. Steel - PS - 22.82 %

c. POL - PF - 2.59 %

d. Labour - PL - 32.49 %

e. Plant & Machineries Spares - PP - 3.12 %

f. Local Material - PM - 29.49 %

4.11. BONUS FOR ADVANCE COMPLETION OF WORK

Bonus as an incentive for advance completion of work is considered. If the work is completed in advance by not less than 10 % of agreement period can be considered and bonus for 1 % on the value of actual quantum of works executed at tendered rates may be paid.

4.12 AGREEMENT:

4.12.1 The successful tenderer has to execute an agreement on `.40/- stamp paper incorporating the terms & conditions of the contract within 15 days from the date of work order.

4.12.2 If the contractor fails to execute the work satisfactorily at the tendered rate, the Federation will forfeit the security deposit.

4.12.3 If for any reason the Federation incurs any loss / additional expenditure in connection with the work during the period of contract, the same shall be recovered together with all charges and expenses from the contractor.

4.12.4 Notwithstanding anything contained in the tender schedule, no obligation is cast on the Federation to accept the lowest tender and the Federation shall also have the right to accept or reject any or all the tenders without assigning any reasons. 4.12.5 For violation of any of the terms and conditions of the contract, the Federation reserves the right to terminate the contract, with or without notice as applicable.

4.12.6 On termination of contract, the security deposit is liable to be forfeited and any of the resultant loss beyond that recoverable from pending bills if any.

4.13 PENALTY: If the contractor fails in its due performance of the contract within the time fixed or extension of time granted, the contractor is liable to pay liquidated damage of 1 % per month subject to the maximum of 5 % on actual expenditure of contract / final bill value. 4.14 DISPUTES & ARBITRATION:

4.14.1 The Arbitrator for fulfilling the duties set forth in the Arbitration clause of General Conditions of Contract shall be in case of value of claim upto `.50,000/- [Rupees fifty thousand only] the Arbitrator who will be appointed by the Managing Director, TCMPF Limited and if the value of claim exceeds `.50,000/- it shall be settled through the competent civil court of Chennai jurisdiction.

4.14.2 In case of discrepancy between the prices quoted in words and in figures, the lower of the two shall be considered.

4.15 WITHHELD AMOUNT: 5 % of bill value shall be retained in each bill as withheld amount and at the time of payment of the final bill 2½ % of the withheld amount shall be released to the contractor as first installment and the remaining 2½ % withheld amount will be retained as security deposit for a period of 1 year reckoned from the date of successful completion of work in order to enable the Federation Officers to watch the effect of all seasons on the works. Further, an indemnity bond should also be given by the contractor for a further period of 4 years when the 2½ % balance withheld amount is released to the contractor after completion of 1 year observation period. If any defects are noticed in the above said period of 1 year, the defects should be rectified by the contractor at his own cost as directed by the Federation Officers and no extra payment will be made for the rectification of such work. If the contractor fails to carry out the rectification works, the Federation shall carryout the work at the risk and cost of the contractor & recovery from the pending dues.

4.16 SALES TAX: The contractor’s rates are inclusive of Sales Tax payable by the contractor to Government as per the Tamil Nadu General Sales Tax Act of 1939 as amended from time to time. No enhanced rates will be paid to the contractor for any upward revision of Sales Tax during the currency of the contract. The tenderer shall furnish the Sales Tax Registration Number and the Area of Sales Tax Officer having jurisdiction over the place of business may be indicated. Further a deduction of 2 % VAT will be deducted from the contractor’s bill. 4.17 SERVICE TAX: -

The tenderer should furnish a self attested copy of the Service Tax registration certificate after award of contract.

If the tenderer is not required to pay Service Tax by virtue of the value of his services being below the limit of Rs.10 Lakhs, the tenderer has to produce a certificate in original obtained from a Chartered Accountant duly certifying the fact.

The rates quoted by the tenderer in the commercial bids, with reference to the quantities indicated, should be exclusive of Service Tax. Upon award of contract, the contractor shall while claiming the part / final bills, remit the applicable Service Tax, as per the Service Tax (Determination of value) Rules, 2006, into Government Account and claim the same separately by producing proof for remittance into Government Account.

The tenderer should quote the amount towards service tax for both service provider and receiver in the appropriate columns. If not quoted, it will be considered that the rate quoted is inclusive of service tax.

4.17.1 Determination of value of service portion in a works contract:

As per the scheme the value of the service portion, where value has not been determined in the manner as provided shall be determined in the manner explained in the table below:

Where works contract is for.. Value of the service portion shall be..

(A) execution of original works Forty percent (40 %) of the total amount charged for the works contract

(B) maintenance or repair or Seventy percent (70 %) of the total reconditioning or restoration or amount charged including such servicing of any goods gross amount

(C) in case of other works contracts, Sixty percent (60 %) of the total not included in serial Nos. (A) and (B) amount charged for the works above, including contracts for contract maintenance, repair, completion and finishing services such as glazing, plastering, floor and wall tiling, installation of electrical fittings.

5. CHECK SLIP

Kindly ensure compliance of the under-mentioned requirements, as per Tender Terms and Conditions.

1 Whether the EMD amount remitted. Yes/No

2 If yes, whether DD attached with the Tender offer – Part A / Technical bid. Yes/No If yes, details of DD No., date, Bank on which drawn etc., may be 3 Yes/No furnished.

Demand Draft No. ______dated ______for a value of `. ______(Rupees ______only) drawn on (Bank) ______Branch ______in favour of The Managing Director, TCMPF Ltd. payable at Chennai.

4 Whether registered class of the tenderer with monetary limit and department in which registered. [Certified copy of the registration Yes/No should be attached]

5 Whether details of infrastructure facilities. Yes/No

6 Whether details of past experience / under execution enclosed. Yes/No

7 If so, whether necessary supportive documents such as copies of Yes/No completion certificates.

8 Income Tax Permanent Account Number (PAN) attached Yes/No

9 TIN number attached Yes/No

10 Whether all the pages in the tender formats, Part – A (Technical Bid) and Yes/No Part - B (Commercial Bid) have been duly signed by authorized signatory 11 Whether two covers have been wax sealed duly superscribed as “tender for the work of “Design, construction , supply, erection, testing and commissioning for up gradation of existing effluent Yes/No treatment plant at Coimbatore Dairy” “Part-A Technical bid” or “Part-B Commercial bid” (whichever is applicable)

12 Whether these two sealed covers for Part – A, Technical Bid and Part – B, Commercial Bid, put in a larger cover duly superscribed Yes/No addressed and wax sealed at appropriate places.

SIGNATURE OF THE CONTRACTOR WATER SUPPLY FOR CONSTRUCTION AND OTHER USE

Unless otherwise specified the tenderer shall make their own arrangement for water for the work and nothing extra shall be paid for the same. The water used by the tenderer shall be fit for drinking as well as construction purposes to the satisfaction of the Federation Engineer. The tenderer may be allowed to construct temporary tube well/open well in the project site for getting water after he has got written consent of the Federation Engineer. The tenderer shall be required to provide necessary arrangements to avoid any accident or damage to the buildings, roads and service lines adjacent to the tube well/open well sunk. The tenderer shall dismantle the tube well/open well after completion of work and restore the ground to its original condition at his own cost. In case the Federation supplies water, it shall be on the following conditions: 1. Water charges at 0.50 % shall be recovered from the gross amount of civil work done from each interim bill. 2. The water shall be provided at one point in the site at the discretion of the Engineer. The tenderer shall make his own arrangement for water connection and distribution pipelines in the construction area. 3. The Federation shall not guarantee the maintenance of uninterrupted water supply. It will be the responsibility of the tenderer to make alternative arrangements for water supply at his own cost in the event of any breakdown so that the progress of work is not affected for want of water. No claim or damage or refund of water charges shall be entertained on account of such breakdown. Water required for commissioning and trail runs of the plant shall be supplied free of cost.

POWER (ELECTRICITY) SUPPLY

Unless otherwise specified the tenderer shall have to make his own arrangements for the power supply at his own cost. All the works shall be done as per IEA rules. The temporary lines shall be removed by the tenderer at his cost after the completion of the work or if there is any hindrance, to the other works due to the alignment of these lines, during the contract period. In case the Federation provides the power supply, it shall be on the following conditions: 1. The supply shall be made at one point in the site at the discretion of the Engineer. The tenderer shall make his own arrangement to carry and distribute the power wherever it is required within the site as per IEA rules. 2. An Energy Meter shall be installed at the site by the tenderer for recording the power consumed by the tenderer and the same shall be recovered at the prevailing rate of supply of Electricity by the local electricity board or other local authorities as the case may be. 3. If at any time during the period of contract the Energy meter is found to be faulty the electricity charges shall be recovered from the interim bills of the tenderer at 0.50 % of the value of work done during that particular period. 4. Power required for commissioning and trial runs of the plant shall be supplied free of cost. 5. The temporary supply lines shall be removed and the tenderer shall clear the site after the completion of the work at his own cost.

SPECIAL CONDITIONS

SITE VISIT The tenderer 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 tender and entering into a contract. The costs of visiting the site shall be at tenderer's own expense. PERIOD OF VALIDITY OF TENDERS Tenders shall remain valid for 120 days after the date of bid opening prescribed by the TCMPF Ltd. A tender valid for a shorter period may be rejected by the TCMPF as non-responsive. In exceptional circumstance, the TCMPF may solicit the Tenderer's consent to the extension of the period of validity. The request and the responses thereto shall be made in writing (or by fax). The Earnest money deposit provided shall also be suitably extended. The tenderer may refuse the request without forfeiting his Earnest money deposit. The tenderer granting the request will not be required nor permitted to modify his tender. LATE TENDERS Any tender received by the TCMPF after the deadline for submission of tenders prescribed by the TCMPF, will be rejected/or returned unopened to the tenderer. SUB-LETTING OF WORK: The tenderer shall not sub-let the whole of the works. Except where otherwise provided by the contract, the tenderer shall not sub-let any part of the works without prior written consent of the Engineer, which shall not be unreasonably withheld, and such consent, if given shall not relieve the tenderer from any liability or obligation under the contract and he shall be responsible for the acts, defaults and negligence of any sub-contractor, his agents, servants or workmen as fully as if they were the acts, defaults or negligence of the tenderer, his agents, servants or workmen. Provided, always that the provision of labour on a piecework basis shall not be deemed to be a sub-letting under this clause.

DESIGN, MANUFACTURE AND SUPPLY OF EQUIPMENT

WARRANTY/GUARANTEE FOR GOODS The tenderer warrants that the Goods supplied 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 tenderer 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 TCMPF's specifications) or from any act or omission of the tenderer, that may develop under normal use of the supplied goods in the conditions obtaining in the country of final destination. The tenderer also guarantees that the goods supplied shall perform satisfactorily as per the designed / rated / installed capacity as provided for in the contract. This warranty/guarantee shall remain valid for the entire defects liability period. MAINTENANCE AND DEFECTS (DEFECT LIABILITY)

DEFINITION OF PERIOD OF MAINTENANCE In these conditions the expression "Period of maintenance" shall mean the period of maintenance named in the Appendix to the tender, calculated from the date of completion of the works, certified by the Engineer or in the event of more than one certificate having been issued by the Engineer, from the respective dates so certified and in relation to the period of maintenance the expression "the works" shall be construed accordingly. STORAGE OF EQUIPMENT The tenderer shall be responsible for the proper storage and maintenance of all materials/equipment under the tenderer's custody. The tenderer shall take all required steps to carry out frequent inspection of materials / equipment stored as well as erected equipment until the same are taken over by the TCMPF. The following procedure shall apply for the same: The tenderer's inspector shall check stored and installed equipment / materials to observe signs of corrosion, damage to protective coating to parts, open ends in pipes, vessels and equipment installation resistance of electrical equipment etc. The tenderer shall immediately arrange a coat of protective painting whenever required. A record of all observations made on equipment, defects noticed shall be promptly communicated to the TCMPF and TCMPF's advice taken regarding the repairs/rectification. The tenderer shall there upon carry out such repairs/rectification at his own cost. In case the tenderer is not competent to carry out such repairs/rectification, the TCMPF reserves the right to get this done by other competent agencies at the tenderer's responsibility and risk and the entire cost for the same shall be recovered from the tenderer's bills. The tenderer's inspector shall also inspect and provide lubrication to the assembled equipment. The shafts of such equipment shall be periodically rotated to prevent rusting as well as to check freeness of the same. The inspector shall check for any signs of moisture or rusting in any equipment. If the commissioning of equipment is delayed after installation of the equipment, the tenderer shall carry out all protective measures suggested by the TCMPF during such period. Adequate security measures shall be taken by the tenderer to prevent theft and loss of materials handed over to the tenderer by the TCMPF. The tenderer shall carry out periodical inventory checks of the materials received, stored, and installed by the tenderer and any loss noticed shall be immediately reported to the TCMPF. The tenderer shall maintain a proper record of these inventories. The tenderer should not sell, assign, mortgage, hypothecate, or remove equipment or a material which has been installed or which may be completion of the work without the written consent of the TCMPF Limited. Suitable grease recommended for protection of the surfaces against rusting [refined from petroleum oil with lanclin minimum (70° C) and water in traces] shall be applied over all equipment as required once in every six months. All equipment shall be stored inside a closed shed or in the open depending upon whether they are of indoor or outdoor design. All the necessary items/goods required for protection as described above shall be arranged by the tenderer and such cost shall be included in the cost price.

APPROVALS

The tenderer shall obtain the necessary approvals of the State Pollution

Control Board and any other state and local authorities as may be required and the cost of obtaining such approvals shall be included in the contract price.

TESTING, COMMISSIONING, AND START-UP Before plant start-up, all concrete water retaining structures shall be tested for water tightness and after ensuring that they satisfactorily hold water, without any leakage further start-up action shall be initiated after obtaining clearance by the Engineer in this regard. After satisfactory commissioning and start-up the tenderer shall keep his representatives under whose supervision the Federation staff shall be operating the maintaining the plant and equipment for a minimum period of one month or till the tenderer obtain consent from PCB. The Tenderer's representatives should be present at all times during the running and operation of plant and equipment. During this period the tenderer shall ensure proper working of complete plant and equipment and attend any works required to be done and shall also take complete responsibility for proper operation and maintenance of the complete plant and equipment. TAXATION: The tenderer shall be entirely responsible for all taxes, duties, license fees etc. incurred until delivery of the contracted goods including installation and commissioning to the Federation. PAYMENT

Payment for mechanical, electrical and interconnecting piping & Valves - Supply, installation and commissioning: i) On progress of work:

70% of the mechanical, electrical and interconnecting piping & Valves equipment price components shall be paid on delivery of the Goods at the destination. ii) On Progressive Erection 20% of the mechanical, electrical and interconnecting piping & valves equipment price components shall be paid on the value of the progressive erection work completed for individual components. iii) On Commissioning: Remaining 10% after successful commissioning of the entire plant.

Payment for Civil works: i) On Progressive Erection:

90% of the civil price component of the contract value will be paid on the value of the progressive work based on percentage fixed for each activity as detailed separately and after it is certified by the Engineer. iii) On Commissioning:

10% of the civil price component of the contract value on completion of satisfactory commissioning of the entire plant.

Payment for testing, commissioning and co-ordination for statutory approvals

i) 50% payment shall be released after successful testing, commissioning and imparting training as per tender specifications. ii) Balance 50 % payment after obtaining statutory approvals for commissioning of the ETP.

SCOPE OF CONTRACT

The tender is invited on turnkey basis for the Design, supply, erection, testing and commissioning for up-gradation of existing Effluent Treatment Plant (ETP) and commissioning the same to achieve treated effluent quality as per Tamil Nadu State Pollution Control Board standards. As well as specified in desired treated effluent characteristics

Drawing, Structural Design of all Civil and mechanical structures, P & I Diagram, ETP Layout, Hydraulic flow Diagram and GA Drawings

Construction of all required civil units as per the scope of work for Design, Civil work, Supply, erection testing and commissioning of all the equipment required for the effluent treatment plant as per the individual equipment specification and as mentioned in scope of work for Electro Mechanical and instrumentation

Complete interconnecting piping between new units as per design including supply of all materials like pipes, fittings, valves, gaskets, flanges, nuts and bolts and all material required for necessary pipe supports etc. complete.

Operating & maintaining the plant for a period of Eleven months after successful commissioning, Training of personnel and guarantee test run for fulfillment of performance guarantees.

Submissions of two sets of Laboratory procedure manual duly bind prior to commissioning of the plant.

Submission of two sets of operation and maintenance manual duly bind at the time of handing over of plant.

Submissions of two sets of drawing file at the time of handing over the plant

Should obtain consent to operate from TNPCB. PROJECT EFFLUENT TREATMENT PLANT (600 cum/Day) COIMBATORE DAIRY -----

1. PROCESS DESCRIPTION 2. RAW EFFLUENT PARAMETERS. 3. TREATED EFFLUENT PARAMETERS. 4. DESIGN BASIS. 5. PROCESS FLOW DIAGRAM 1. Effluent Treatment Plant – Process Flow Description On the basis of the characteristics of the combined effluent, location of the milk processing plant, the climatic factors for treatment and performance of similar proven treatment systems, adopted in Dairy Industry the following treatment scheme based on combination of Anaerobic followed by Aerobic treatment systems is proposed: A) Primary Treatment: The raw effluent generated at the Dairy plant shall be led from the last manhole to the inlet of the Effluent Treatment Plant. The combined effluent shall be passed through a non-mechanized coarse bar screen (SS-304) for removal of large floating impurities. After screening, the effluent shall be led to an effluent collection sump which will act as an equalization tank to balance the hydraulic & organic load variations. The raw effluent is mixed thoroughly by suitable coarse bubble aeration grid pipeline at the bottom of the tanks. The chemical dosing will be carried out by chemical dosing tanks ( Acid / Alkali ) for pH correction . The chemical solution will be added in order to maintain ideal pH requirement for secondary biological treatment. From this unit effluent will be pumped to a Mechanized Travelling Bridge Oil Skimmer unit for removal of free floating oil/ fat , grease and suspended solids . An online Electromagnetic flow meter with a to talizer shall also be provided for Digital online measurement of instantaneous and total flow of raw effluent in to the ETP

B ) Secondary Biological Treatment:

From the Skimmer unit the effluent would be led to the inlet of an UASB feed tank (acid phase reactor) provided for balancing the hydraulic and organicload fluctuations and also to carry out the first phase of anaerobic treatment. Hydrolysis & Acidgonesis takes place where in complex organic matter are hydrolysed to sugars, alcohols, volatile acids, hydrogen & carbon dioxide by facultative anaerobic bacteria.

The effluent from the acid phase reactor shall be pumped to the inlet of the Anaerobic digester based on the Up-flow Anaerobic Sludge Blanket (UASB) Methanogenesis takes place where in the acetate, format, other acids and hydrogen of the first stage are converted to methane and carbon dioxide by strict anaerobic methanogenic bacteria. The effluent shall be uniformly distributed at the digester bottom grid by using a flushable type distribution pipeline . A special 3- stage Gas, Liquid, solid separator system (GLSS) is provided at the top for proper separation of the three phases.

The bio-gas generated from the UASB digester shall be stored in a gas holder with all safeties, specials like Moisture /foam trap, flame arrestor, safety valves and will be led to the flare stack with a provision of a tapping for future usage. After partial stabilization of the organic matter in the anaerobic system through microbial action, the effluent shall flow to the Aeration tank where it shall undergo extended aerobic biological treatment resulting in stabilization of the soluble organic matter in the presence of oxygen. The oxygen is supplied with the help of twin lobe air blowers and a set of fine bubble tubular diffuser membranes and shall undergo aerobic biological treatment resulting in stabilization of the residual organics. The mixed liquor from the aeration tank shall be taken to the centrally driven Clarifier for the settlement of the sludge solids, which shall be re-circulated to the inlet of the aeration tank to maintain the MLSS in the aeration tank. The clear supernatant (treated effluent) from the clarifier shall flow through a Vnotch chamber for manual flow measurement and further led for final disposal/reuse. An Electromagnetic flow meter shall also be fitted for online Measurement of flow of treated effluent as per PCB Norms. The effluent at the outlet of the PSF shall conform to the treated effluent characteristics specified in the Table -2. The system shall treat the effluent to the extent suitable for disposal for on land / gardening use as per the consent norms prescribed by the State Pollution Control Board.

Excess sludge from the UASB digester shall be withdrawn periodically through the sludge valves to be provided at different levels in the digester and taken to the sludge drying beds. Excess sludge from the aerobic treatment shall be conveyed through the sludge recirculation pumps to the sludge drying beds where in the dried sludge shall be used as organic fertilizer/compost. The sludge liquor from the drying beds shall flow under gravity to the primary treatment units for further treatment.

TABLE-1

Characteristics of Raw Effluent

SL. Parameter Concentration NO 1 Flow,Cu.m/day 600 (Approx) 2 pH 6.0 - 9.0

Total Dissolved Solids 2500 to 3000 3 mg./litre mg/L 1800 to 2200 4 Total Suspended Solids mg/L 5 Oil &Grease mg/litre 50 to 150 mg/L 6 Chloride as CI 718 mg/L Biochemical Oxygen 1600 to 2000 7 Demand (BOD)(3 days mg/L incubation @ 27 ºC ) Chemical Oxygen 3800 to 4600 8 Demand (COD) mg/L Table - 2

Desired Characteristic of Treated Effluent

SL. Parameter Concentration NO 1 Flow, Cu.m/day 600 2 pH 6.5 to 8.5 Total Dissolved Solids 3 mg./litre < 2100

4 Total Suspended Solids < 20 Oil &Grease mg/litre 5 < 10 Chloride as CI 6 <1000 Biochemical Oxygen 7 Demand (BOD) (3 days < 30 incubation @ 27 ºC )

Chemical Oxygen 8 < 250 Demand (COD)

Note:

1) All parameters of Treated Effluent shall confirm to Tamilnadu State Pollution Control Board norms for the project/plant. 2) The final treated effluent from the ETP will be used for Gardening purpose. 3) The particle size for TSS shall pass through 850 micron Sieve.

Existing Units of the Treatment plant

1. Screen Chamber : 1 No Size : 2.9x1.8x3.5M LD Capacity : 18.27 KL MOC : RCC with M20

2. Collection Tank : 1 No Size : 2.75 dia x 5.5m Height Capacity : 30.0 KL MOC : RCC with M20

3.Neutralization Tank : 2 Nos Size : 7.9x7.5x4.2 M LD Capacity : 230 KL MOC : RCC

4. Aeration Tank I : 1 No Size : 35x35x4.0 M LD Capacity : 4000 cu.m MOC : RCC Construction with one no 40HP Aerator

5. Settling Tank : 1 No Size : 6.0x7.0x5.0 M LD Capacity : 200 KL MOC : RCC

6. Aeration Tank II : 1 No Size : 8.0x8.0x3.0 M LD Capacity : 120 KL MOC : RCC

7. Clarifier Size : 6.0 dia x 2.5M dia

8. Holding Tank : 1 No Size : 6.0x5.0x2.5 M LD Capacity : 75 KL 9. V - Notch Chamber : 1 No Size : 5.0x2.6x2.3 M LD Capacity : 29 KL

10. Sludge Drying Bed : 4 Nos. Size : 5.0x2.6x2.3 M LD MOC : Brick work with inner and outer plastering

11. Lime Mixer : 1 No. Size : 2.0x2.0x520 M LD MOC : RCC

TREATED SAMPLE RESULTS DURING THE ABOVE PERIOD

The sample analysed during that period, the result are incorporated as per the following

SL. Description Results TNPCB NORMS NO 1 pH @ 25 ºC 7.5 - 8.0 6.5 - 8.5

2 Total Dissolved Solids 1900- 2100 <2100 mg./litre 3 Total Suspended Solids 700 – 800 <20

4 Oil &Grease mg/litre 3 – 10 <10

5 Chloride as CI 650 – 800 <1000

6 Chemical oxygen Demand 1500 – 1700 <250

7 Sulphate as SO4 250 – 400 1000

8 Biochemical Oxygen <30 Demand (BOD) (3 days 250 – 350 incubation @ 27 C)

FLOW CHART OF THE TREATMENT SYSTEM (EXISTING)

Design Flow : 300 Litres / day (Existing)

RAW EFFLUENT

GREASE CHAMBER

COLLECTION TANK LIME MIXER

NEUTRALIZATION TANK

AERATION TANK I Recirculation

SETTLING TANK

AERATION TANK II Recirculation

CLARIFIER TANK

HOLDING TANK

SLUDGE DRYING BED V -NOTCH CHAMBER

ELECTRICALS:

One no of panel shall be provided with all switch and gears as per the minimum requirement.

This specification covers the design, fabrication, testing, packing and supply of panel to connect MCB ON/ OFF MAM switch of suitable Amps, individual starter and MAM switch of each, outgoing feeder. Each motors/ pumps are fitted with ON/OFF MAM switch, and starters with suitable relay. The MCC shall be new and in good condition.

The MCC and mounting requirement shall comply with latest edition of Indian Standard Electricity Rules.

The MCC shall be fabricating using suitable thickness as prescribed by the Indian Standard Electricity Rules cold rolled sheet steel structure, outdoor floor mounted self - supporting, dust, weather and vermin proof.

Incoming and outgoing cables shall enter from bottom. Necessary channel and angle shall be provided for mounting over pedestal also provided suitable rubber mate for the panel board.

Since this is an indoor installation it should be designed for the arrangements with rubber pads, base - supporting channel, cables entry etc.

All the motors and pumps to be connected in cable with necessary arrangement along with proposed yard lighting are required to the effective operation.

PIPES AND VALVES:

All Inter connecting pipe to the effluent treatment plant shall be made of UPVC/ HDPE and PP and CI valves may be provided as per the requirements of the clients.

PART – B

COMMERCIAL BID

SHOULD BE SEPARATED

aavin

TTCCMMPPFF LLIIMMIITTEEDD “AAVIN ILLAM”

MADHAVARAM MILK COLONY: CHENNAI - 51.

TWO PART TENDER

PART - B

COMMERCIAL BID

DESIGN, CONSTRUCTION , SUPPLY, ERECTION, TESTING AND COMMISSIONING FOR UP GRADATION OF EXISTING EFFLUENT TREATMENT PLANT AT COIMBATORE DAIRY

THE TAMILNADU COOPERATIVE MILK PRODUCERS’ FEDERATION LIMITED,

AAVIN ILLAM, MADHAVARAM MILK COLONY, CHENNAI – 600 051.

aavin

TTCCMMPPFF LLIIMMIITTEEDD “AAVIN ILLAM”

MADHAVARAM MILK COLONY: CHENNAI - 51.

TWO PART TENDER

PART - B

DESIGN, CONSTRUCTION, SUPPLY, ERECTION, TESTING AND COMMISSIONING FOR UP GRADATION OF EXISTING EFFLUENT TREATMENT PLANT AT COIMBATORE DAIRY

INDEX OF CONTENTS

S. No. Details

1. ISSUE LETTER FOR TENDER DOCUMENT

2. QUALIFICATION

3. PRICE SCHEDULE

ISSUE LETTER FOR TENDER DOCUMENT

PART –B,

COMMERCIAL BID

This Two Part tender document set containing of Part – B Commercial bid.

Issued to:

______

______

______

______

______

For and on behalf of

The Tamilnadu Coop Milk Producers' Federation Limited, 'Aavin Illam', Madhavaram Milk Colony, Chennai - 51.

ISSUED BY; Deputy General Manager (Civil),

T C M P F Limited

Aavin Illam,

Chennai – 600 051. QUALIFICATION:

The Part-B commercial offers of such of those tenderer who qualify themselves for being considered for the work of Design, construction, supply, testing and commissioning for up gradation of existing effluent treatment plant at dairy by fulfilling the entire terms and conditions as laid in Part - A “Technical Bid” of this tender, will be considered for opening of Part-B commercial bid.

Other commercial offers not qualifying as above will be rejected outright.

SERVICE TAX

The tenderer should furnish a self attested copy of the Service Tax registration certificate after award of contract.

If the tenderer is not required to pay Service Tax by virtue of the value of his services being below the limit of Rs.10 Lakhs, the tenderer has to produce a certificate in original obtained from a Chartered Accountant duly certifying the fact.

The rates quoted by the tenderer in the commercial bids, with reference to the quantities indicated, should be exclusive of Service Tax. Upon award of contract, the contractor shall while claiming the part / final bills, remit the applicable Service

Tax, as per the Service Tax (Determination of value) Rules, 2006, into Government

Account and claim the same separately by producing proof for remittance into

Government Account.

The tenderer should quote the amount towards service tax for both service provider and receiver in the appropriate columns. If not quoted, it will be considered that the rate quoted is inclusive of service tax.

PRICE SCHEDULE DESIGN, CONSTRUCTION, SUPPLY, ERECTION, TESTING AND COMMISSIONING FOR UP GRADATION OF EXISTING EFFLUENT TREATMENT PLANT AT COIMBATORE DAIRY S. QTY DESCRIPTION OF WORK RATE UNIT AMOUNT NO

CIVIL WORKS A (Enclose breakup cost for various units separately including sludge/site cleaning)

MECHANICAL WORKS

B (Enclose breakup cost for various machineries separately)

PIPING AND VALVES C (Enclose breakup cost for various sizes of

pipes and fittings separately)

ELECTRICAL & INSTRUMENTATION WORKS D (Enclose breakup cost for various electrical items separately)

ERECTION, TESTING & COMMISSIONING

E WORKS including getting statuary approvals from TNPCB)

Total

Add taxes IF ANY

Net Total

(Rupees ...... … Only)

Foot Note:

The tenderer should quote the amount towards service tax for both service

provider and receiver in the appropriate columns. If not quoted, it will be considered

that the rate quoted is inclusive of service tax.

Signature & Seal of the contractor