Indus Best Mega Food Park Private Limited (IBMFPPL) C-11, Rajouri Garden Ring Road, New Delhi – 110027

(NOTICE FOR INVITING TENDER)

For

- IQF (including pre-processing line, processing), 2.0 MT/ Hr - Cold Storage - 2880 MT, (5 Chambers x 576 MT each) - CA Chamber -336 MT, (2 Chambers x 168 MT) - MA Chamber-864 MT, (3 Chambers x 288 MT) and 1 chamber X 144 MT each) - Blast freezer / MA Chamber, 288 MT (2 Chamber X 144 MT) ( Dual Purpose) - Frozen Storage, 1152 MT (3 Chambers x 384 MT) - Racking Bins - Packing machines . FFS machines with weigher and metal detector- 2 Nos ( 1TPH) . 20-25 Kg packing machines with weighing- 2 nos

(Complete in all respect on turnkey basis) At Indus Best Mega Food Park, Simga, ,

Bidding Document for Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training and Assistance to production and trial & production run for 6Months AT Block Tilda in in Chhattisgarh

Issued By DIRECTOR Indus Best Mega Food Park Private Limited (IBMFPPL)

START OF SALE OF TENDER DOCS: -18th April, 2017-TO 27th April, 2017

Tender No. Issued To Index

1 INVITATION FORBID ...... 4

2 INSTRUCTIONS TO BIDDERS...... 7

3 BID DATASHEET...... 27

4 GENERAL CONDITIONS OF CONTRACT...... 31

5 SPECIAL CONDITIONS OF CONTRACT...... 43

6 TECHNICAL SPECIFICATION & BILL OF QUANTITIES ...... 47

7 QUALIFICATION REQUIREMENTS& TECHNICALBIDEVALUATION CRITERIA.....96

8 GUIDELINES FOR OPERATIONAL & MAINTENANCE WARRANTY...... 100

9 BID FORM, PRICE SCHEDULES AND OTHER FORMATS ...... 101

2 ABBREVIATION

NIT : NOTICE INVITINGTENDER DNIT : Detailed Notice Inviting Tender IBMFPPL : Indus Best Mega Food Park Private Limited ITB : Instructions to Bidders GCC : General Conditions of Contract SCC : Special Conditions of Contract EXW : ExWorks CIF : Carriage, Insurance and Freight CIP : Carriage and Insurance Paidto AMC : Annual Operation & Maintenance service contract TT : Telegraphic transfer FOB : Freight on Board FCA : Free Carriers IL&FS : IL&FS Cluster Development Initiative Ltd. CFR : Cost and Freight IFB : Invitation for Bid IST : Indian Standard time O&M : Operation & Management

3 1 INVITATION FOR BID NOTICE INVITING TENDER (NIT) FOR Notice Inviting Tender for Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training, Operation & Maintenance and Assistance to production and trial & production run for 6 Months in Common Processing Center (Cold Chain) on TURNKEY BASIS. IBMFP Mega Food Park, Block Tilda in Raipur district in Chhattisgarh For :- -IQF (including pre-processing line, processing), 2.0 MT/ Hr -Cold Storage - 2880 MT, (5 Chambers x 576 MT each) -CA Chamber -336 MT, (2 Chambers x 168 MT) -MA Chamber-864 MT, (3 Chambers x 288 MT) and 1 chamber X 144 MT each) -Blast freezer / MA Chamber, 288 MT (2 Chamber X 144 MT) ( Dual Purpose) -Frozen Storage, 1152 MT (3 Chambers x 384 MT) -Racking Bins -Packing machines . FFS machines with weigher and metal detector- 2 Nos ( 1TPH) . 20-25 Kg packing machines with weighing- 2 nos

Indus Best Mega Food Park Private Limited (IBMFPPL) is in the process of putting-upof Multi fruit processing Concentrate plant at Block Tilda in Raipur district in Chhattisgarh. Tenders are hereby invited from the reputed companies with experience in turnkey implementation of similar projects. The bidder should have supplied at least three such plants or Rs 7 crores worth of similar type of equipments/systems, in last three years and the same must be running /operating satisfactorily. Bidder can form a consortium of two or more bidders (max three members) in case he/she is not in a position to bid for all the equipment (as specified in tender document) in his/her solecapacity.

The bidders should quote for project on turnkey basis i.e. design, supply installation, commissioning and O&M (for three years including warranty period, extendable at the discretion of (IBMFPPL). The bids should contain component wise break up of basic cost (delivered at site), taxes and duties applicable as per the quantities and specifications provided in the tender document.

Short listing of eligible vendors will be based on the evaluation of technical capabilities. Tender document can be obtained from the office of the undersigned on any working day between 10 AM to 5.00 PM by paying a tender fee of Rs 10,000/- only in form of cash or in the form of crossed demand draft drawn in favour of “Indus Best Mega Food Park Private Limited” on any Scheduled bank and payable at “Delhi”. The bid documents can also be downloaded from website and document cost along with bid documents should be submitted in form of bank demand draft as detailed above.

1. Date of commencement of sale of bid Documents:18-04-2017 2. Date of closing of sale of bid documents …………:27-04-2017 3. Last Date for receipt of bids &Time………………:5thMay, 2017 ...15.00Hr.(IST) 4. Date & Time of opening of the Technical bid……………… :05thMay, 2017 ... 15.30 Hr.(IST) IBMFPPL 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.

4 Tender will be opened in the presence of bidders/authorized representatives of the bidders,who may wish to be present as per the schedule given above

Issued By DIRECTOR Indus Best Mega Food Park Private Limited (IBMFPPL) C-11, Rajouri Garden, Ring Road, New Delhi – 110027

5 DISCLAIMER The information contained in this Detailed Notice Inviting Tender (“DNIT”) document or subsequently provided to Bidder(s), whether verbally or in documentary form by or on behalf of the Awarder, IBMFPPL (Indus Best Mega Food Park Private Limited), Chhattisgarhi any of their employees or advisors, is provided to Bidder(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 Bidder 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 Bidders may have a better knowledge of the proposed Project than others. Each Bidder 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. IBMFPPL, 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. IBMFPPL 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: …………..

Place: Delhi

6 2 INSTRUCTIONS TOBIDDERS TABLE OF CLAUSES

A. Introduction

1. Introduction 2. BiddingProcess 3. Schedule of BiddingProcess 4. EligibleBidders 5. Eligible Goods andServices 6. Cost of Bidding & BiddingDocuments

B. The Bidding Documents

7. Content of Bidding Documents 8. Clarification of Bidding Documents 9. Amendment of Bidding Documents

C. Preparation of Bids

10. Plant Visit & Verification of information 11. Language of Bid 12. Documents Comprising theBid 13. Price Bid Form 14. Bid Prices 15. Bid Currencies 16. Documents Establishing Bidder's Eligibility and Qualifications 17. Documents Establishing Goods' Eligibility and Conformity to Bidding Documents 18. Bid Security 19. Period of Validity of Bids 20. Format and Signing of Bid

D. Submission ofBids

21. Sealing and Marking of Bids 22. Deadline for Submission of Bids 23. Late Bids 24. Modification and Withdrawal of Bids E. Opening and Evaluation ofBids

25. Opening of Bids by thePurchaser

7 26. Clarification of Bids 27. Preliminary Examination 28. Technical evaluation of bids 29. Financial evaluation of bids 30. Successful Bidders 31. Domestic Preference 32. Contacting the Purchaser

F. Award of Contract

33. Award Criteria 34. Purchaser's Right to Vary Quantities at Time ofAward 35. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids 36. Notification ofAward 37. Signing of Contract 38. Performance Security 39. Corrupt or Fraudulent Practices

8 Instructions to Bidders

A. INTRODUCTION

1. Introduction 1.1 Indus Best Mega Food Park Private Limited (IBMFPPL) is promoting a food park under the MFPS (Mega Food Park Scheme) of the Government of in Tilda block, Distt. Raipur, Chhattisgarh

IBMFPPL hereby calls for bids from national and international suppliers for Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training and Assistance to production and trial & production run for 6 Months of cold chain unit with packing line and trial & production run for 6 Months in Common Processing Center (Cold Chain) on TURNKEY BASIS.

Complete in all respect on turnkey basis at IBMFP Mega Food Park, Block Tilda in Raipur district in Chhattisgarh 2. Bidding 2.1 IBMFPPL will adopt single-stage bid process, referred to as the "Bidding Process Process" for selection of the successful bidder for award of the Project. The bidder will submit technical and financial bids together in separate sealed envelopes along with required documentation (refer to section 7 – Qualification requirements and Technical bidevaluation).

2.2 The evaluation process will involve following steps : 1. Test of responsiveness: the bids will be checked and completeness of documentation. Incomplete bids will be summarily rejected (refer section7) 2. Technical evaluation The process involves qualification (the “Qualification”) of interested parties/ consortia who make an Application in accordance with the provisions of this tender document (the "Bidder", which expression shall, unless repugnant to the context, include the Members of the Consortium).

Information submitted by bidders in the “Technical Bid” will be evaluated as per the criteria set in section 7. Once the ‘Technical Bids’ are evaluated, short listed bidders will be asked to:

1. Make a presentation to IBMFPPL on the solution offered bythem 2. IBMFPPL may (at its own discretion) ask any or all of the shortlisted bidders to demonstrate successful operation of the system offered in India or outside India, where it has been supplied by the bidders and has been working successfully for at least three years. On the completion of technical evaluation, IBMFPPL will announce a 2.3 list of all bidders, qualified at the technical evaluation stage. The price bids of only these bidders shall be opened as per the schedule mentioned in clause no. The "Financial Bids" shall be submitted in accordance with the formats

9 Provided in this tender document. The Bid shall be valid for a period of not less than 180 days from the date specified in Clause 3.1 for submission of bids (the “Bid Due Date”). 3. Schedule of 3.1 Bidding Pre -qualification Stage Date &Time Process 1 Sale of Tender Documents 18-04-2017---- 15 hours 2 Last date for receiving queries 27-04-2017----15 hours 3 Pre-bid Conference* 27-04-2017----15 hours 4 IBMFPL response to queries 29-04-2017----15 hours latest by 5 Bid Due Date* 05-05-2017----15 hours Technical evaluation Stage 1 Technical Bid opening* 05-05-2017----15:30 hours 2 Publication of list of 10-05-2017----15 hours Responsive Bids 3 Presentation by the Bidders 15-05-2017 (final dates and time will be notified)

4 Demonstration of the system It will be notified as required in operation & running plant visit & manufacturing facility visit at cost of bidder Financial Bid evaluation Stage Date &Time 1 Opening of Bids* Within 5 days from date of presentation 2 Validity of Bids Not less than 180 days from Bid Due Date

The IBMFPPL shall endeavour to adhere to the following schedule: *If bid due date or date of opening is declared as a holiday by Govt. the tender will be opened at the same time of next working day.

**the above dates are subject to change at the discretion of purchaser under intimation to Bidders.

4. Eligible 4.1 This invitation for Bids is open to manufacturer or its suppliers and Bidders authorized dealers from India and from its suppliers from all countries (except those banned by Govt. of India under trade regulation) (against ICB). 4.2 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices in accordance with sub-clause 39. 4.3 If one bidder is not in a position to bid for all the items mentioned in the schedule of the tender document, he shall be free to form a consortium of maximum three bidders, each having technical capability and expertise in the respective items of the schedule being offered by them. 5. Eligible Goods 5.1 All goods and related services to be supplied under the contract shall and Services have their origin in eligible source countries, and all expenditures made under the contract will be limited to such goods and services.

10 5.2 For purposes of this clause, "origin" means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a Commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components. 5.3 The origin of goods and services is distinct from the nationality of the Bidder. 6. Cost of 6.1 A complete set of Bidding Document can be obtained on payment bid Bidding & Bid document cost (non-refundable & non-transferable) by demand draft or Documents cash along with a formal request letter for issue of Bid Documents.

6.2 The Bid document cost is INR 10000 (INR Ten Thousand Only) 6.3 The DD should be drawn in favour of “Indus Best Mega Food Park Private Limited” on any Scheduled bank and payable at “New Delhi” 6.4 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser named in the Bid Data Sheet, hereinafter referred to as "The Purchaser," will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. B. THE BIDDING DOCUMENTS

7. Content of 7.1 The goods required, bidding procedures, and contract terms are Bidding prescribed in the bidding documents. In addition to the Invitation for Documents Bids, the bidding documents include: 7.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit 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. 8. Clarification of 8.1 A prospective Bidder requiring any clarification of the bidding documents Bidding may notify the Purchaser in writing or by cable (hereinafter, the term Documents cable is deemed to include telex and facsimile) at the Purchaser's address indicated in ITB Clause 21.2.

The Purchaser will respond in writing to any request for clarification of the bidding documents which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Bid Data Sheet.

A copy of the letter for bid clarification if any also is sent to “Sr. Manager-IL&FS Cluster Development Initiative Ltd, 2nd Floor, NTBCL Building, DND Flyway Toll Plazas, Noida, Uttar Pradesh”. 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 9. Amendment of 9.1 prospectiveAt any time bidders prior tothat the have dead receivedline for the submission bidding documents. of bids, the Purchaser, Bidding for any reason, whether at its own initiative or in response to a Documents clarification requested by a prospective Bidder, may modify the bidding documents by amendment.

11 9.2 All prospective bidders that have received the bidding documents will be notified of the amendment in writing or by cable, and will be binding on them. 9.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the Purchaser, as its discretion, may extend the deadline for the submission of bids. C. PREPARATION OF BIDS 10. Plant visit 10.1 Bidders are advised to take cognizance of location, surroundings, access and to site, handling and storage of materials, power & water availability and verification of any other aspect considered relevant by them. information

11. Language of 11.1 The Bid prepared by the Bidder, as well as all correspondence and Bid documents relating to the bid exchanged by the Bidder and the Purchaser shall be written in English language. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English language, in which case, for purposes of interpretation of the Bid, the translation shall govern. 12 Documents 12.1 The Technical bid prepared by the Bidder shall comprise the following Comprising components :- the Bid a) Detailed specifications, description, Quantity, country of origin and all other relevant details about the items offered by the bidder b) Documentary evidence established in accordance with ITB Clause 16 that the Bidder is eligible to bid and is qualified to perform the contract if its bid is accepted; c) Documentary evidence established in accordance with ITB Clause 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 d) Bid security furnished in accordance with ITB Clause18. e) Proof of payment of tender fee/tender fee in form of demand draft (if downloaded from website)

12.2 The Financial Bid shall comprise the following components :-(a) a Price Bid Form and a Price Schedule completed in accordance with ITB Clauses 13, 14 and 15 13. Price Bid 13.1 The Bidder shall complete the Price Bid Form and the appropriate Price Form Schedule furnished in the bidding documents, indicating the goods to be supplied, quantity, and prices. 13.2 The currency of price bid will be INR for both domestic and international bidders. 14. Bid Prices 14.1 The prices quoted by bidder shall be on the basis of Goods Delivered on Site which shall include all the applicable taxes and duties (customs, excise, CST against C form), packaging, freight, transit insurance, and other cost incidental to delivery (entry tax, octroi/toll tax, loading, unloading at site) already paid orpayable.

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 in the financial bid stage.

12 14.2 Prices indicated on the Price Schedule shall be entered separately in the following manner: (a) For goods offered from within the Purchaser's country: (i) Basic EXW price including packaging (ii) Applicable taxes and duties (excise, CST against C form, any other tax payable to government) (iii)All the costs incidental to delivery (freight, transit insurance, entry tax, octroi/toll tax, loading, unloading at site) (iv) The price of other incidental services including the cost towards shifting of equipment as required, providing all consumables/any other item necessary for installation, testing and commissioning of equipment including power and utilities, any other services as required and applicable taxes.

(b) For goods offered from abroad: (i) The price of goods should be quoted FOR only. Import duties should be calculated and mentioned separately along with the rates. (ii) The bidder should mention all expenses incidental to delivery (freight, transit insurance, entry tax, octroi /toll tax, loading, unloading at site) separately as per the prices The price of other incidental services including the cost towards shifting of equipment as required, providing all consumables/any other item necessary for installation, testing and commissioning of equipment including power and utilities, any other services as required and applicable taxes.

c) for operation, maintenance and repair cost (refer SCC8)

(i) Annual maintenance and repair cost for each goods/equipment which should include cost of all consumables, cost of any periodic part replacement occurring within O&M period (excluding warranty period) (ii) Cost of adequate manpower for Annual operation & maintenance of plant for period of three years including the warranty period and training of the purchaser’s staff (iii) The quote should include provision and cost of supply of Spare parts for three years and bidder should undertake to ensure availability of spare parts for at least 10 years

14.3 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. 14.4 The Bidder's separation of price components in accordance with ITB Clause 14.2 above will be solely for the purpose of facilitating the comparison of bids by the Purchaser and will not in any way limit the Purchaser's right to contract on any of the terms offered.

13 14.5 Prices quoted by the Bidder shall be fixed during the Bidder's performance of the contract and shall not be subject to variation on any account, unless otherwise specified in the Bid Data Sheet. A bid submitted with an adjustable price quotation will be treated as nonresponsive and will be rejected, pursuant to ITB Clause 27. If, however, in accordance with the Bid Data Sheet, prices quoted by the Bidder shall be subject to adjustment during the performance of the contract, a bid submitted with a fixed price quotation will not be rejected, but the price adjustment would be treated as zero. 15. Bid 15.1 Prices shall be quoted in the following currencies in financial Bid stage : Currencies The prices shall be quoted in INR unless otherwise specified in the Bid Data Sheet.

15.2 (a) If a foreign bidder has engaged an Indian agent, it will be required to give the following details in the offer-

(i) The name & address of the local agent.

(ii) Details of the services the agent would render.

(iii) The fixed amount of remuneration fo r the agent included in the offer.

(b) The agency commission shall be indicated in the space provided for in the price schedule and will be paid to the bidder’s agent in India in Indian Rupees using the TT buying rates of exchange ruling on the date of award of contract/ Bill of Lading/ receipt of original documents at Purchaser’s bank and shall not be subject to any further exchange variation. 16. Documents 16.1 Pursuant to ITB Clause 12, the Bidder shall furnish, as part of its bid, Establishing documents establishing the Bidder's eligibility to bid and its Bidder's 16.2 The documentary evidence of the Bidder's eligibility to bid shall Eligibility establish to the Purchaser's satisfaction that the Bidder, at the time of and submission of its bid, is from an eligible country as defined under ITB Qualifications Clause 4. 16.3 sTheto perform documentary the contract evidence if its of bid the isBidder's accepted. qualifications to perform the contract if its bid is accepted shall establish to the Purchaser's (a)satisfactionThat, 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 as per authorization form in Appendix-L by the goods' Manufacturer or producer to supply the goods in the Purchaser's country;

(b) 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 as per authorization form in Appendix-L by the goods' Manufacturer or producer to supply the goods in the Purchaser's country;

(c) That the Bidder has the financial, technical, and production capability necessary to perform the contract as per qualification requirements given in Section-7 of this tender document.

14 (a) 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

(b) That the Bidder meets the qualification criteria listed in the Bid datasheet

(c) If an agent submits bids on behalf of more than one Manufacturer, unless each such bid is accompanied by a separate Bid Form for each bid and a bid security, when required, for each bid, and authorization from each of the respective manufacturers, all such bids will be rejected as non-responsive.

(d) That adequate, specialized hardware, related software expertise are already available or will be made available following the execution of the contract, in the Purchaser’s country, to ensure that the support services are responsive, and

(i) That the Bidder has adequate experience in providing technical project management, and

(ii) That the Bidder has adequate experience in providing technical project management, and

(iii) That the Bidder will assume total responsibility for the fault free operations of the hardware, application software and maintenance during the warranty period and provide necessary maintenance services for three (3) years including warranty period.

(iv) That the Bidder selected for the award of the Contract shall be responsible both for complying with any applicable export regulations and for obtaining the necessary export license in the country of origin.

(v) To this effect Bidder shall provide along with their bids, a document stating that it expects to obtain the required export license for the equipment, specified in the Technical Specification within 15 days of the contract signature date

15 Consortium bidding is permitted and In case of the consortium bidding, it shall fulfill the following conditions.

1. Each member of the consortium (local/overseas) shall give 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.”

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

2. The Leader of the consortium shall be responsible-

(i) To purchase the tender documents.

(ii) To furnish EMD/bid money etc. On behalf of the consortium.

(iii) 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 beacceptable)

(iv) To correspond, negotiate, execute, co-ordinate with other consortium members in the proper execution of the contract.

(v) To submit performance security deposit as called for in the bid documents on behalf of the consortium.

(vi) To obtain all statutory clearances from government agencies etc.

(vii) 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.

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

16 Documents 17.1 Pursuant to ITB Clause 12, the Bidder shall furnish, as part of its bid, Establishing documents establishing the eligibility and conformity to the bidding Goods' documents of all goods and services which the Bidder proposes to Eligibility supply under the contract. and 17.2 The documentary evidence if the eligibility of the goods and services shall consist of a statement in the Price Schedule of the country of origin 17. Conformity to Bidding of the goods and services offered which shall be confirmed by a certificate of origin issued at the time of shipment. Documents 17.3 The documentary evidence of conformity of the goods and services to the bidding documents may be in the form of literature, drawings, and data, and shall consist of :

(a)A detailed description of the essential technical and performance characteristics of the goods;

(b)A list giving full particulars, including available sources and current prices of spare parts, special tools, etc., necessary for the proper and continuing functioning of the goods for a period of two years, following commencement of the use of the goods by the purchaser

(c)An item-by-item commentary on the Purchaser's Technical Specifications demonstrating substantial responsiveness of the goods and services to those specifications, or a statement of deviations and exceptions to the provisions of the Technical Specifications.

(d)A confirmation that, of the bidder offers system and/or other software manufactured by another Company, such software operates effectively on the system offered by the Bidder, and the Bidder is willing to accept responsibility for its successful operation.

(e)The equipments offered for supply must be of the most recent series models incorporating the latest improvements indesign.

17.4 For purposes of the commentary to be furnished pursuant to ITB Clause 17.3(c) above, the Bidder shall note that standards for workmanship, material, and equipment, as well as references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications, are intended to be descriptive only and not restrictive. The Bidder may substitute alternative standards, brand names, and/or catalogue numbers in its bid, provided that it demonstrates to the Purchaser's satisfaction that the substitutions ensure substantial equivalence to those designated in the Technical Specification. 18. Bid Security 18.1 Pursuant to ITB Clause 12, the Bidder shall furnish a bid security Of INR 8, 00,000 (INR Eight Lac). 18.2 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 Clause18.7.

17 18.3 The bid security shall be denominated in Indian Rupee, and shall be in one of the following forms :

(a) A bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the Purchaser's country or abroad respectively, in the form provided in the bidding documents or another form acceptable to the Purchaser and valid for sixty (60) days beyond the validity of the bid; or

(b) Demand Draft should be drawn in favour of ‘Indus Best Mega Food Park Private Limited” made payable at ‘New Delhi’. 18.4 Any bid not secured in accordance with ITB Clauses 18.1 and 18.3 will be rejected by the Purchaser as nonresponsive, pursuant to ITB Clause 27. 18.5 Unsuccessful bidder's bid security will be discharged or returned as promptly as possible but not later than sixty (60) days after the expiration of the period of bid validity prescribed by the Purchaser pursuant to ITB Clause 19. 18.6 The successful Bidder's bid security will be converted into security deposit upon the Bidder signing the contract, pursuant to ITB Clause 37, and furnishing the performance security, pursuant to ITB Clause 38. 18.7 The bid security may be forfeited :

(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form;or (b) in the case of a successful Bidder, if the Bidder fails:

(i) To sign the contract in accordance with ITB Clause37; Or (ii) To furnish performance security in accordance with ITB Clause38.

19. Period of 19.1 Bids shall remain valid for the period specified in the Bid Data Sheet Validity of after the date of bid opening prescribed by the Purchaser, pursuant to Bids ITB Clause 22. A bid valid for a shorter period shall be rejected by the Purchaser as nonresponsive. 19.2 In exceptional circumstances, the Purchaser may 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). The bid security provided under ITB Clause 18 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security beyond the original validity. In that case his bid will be considered as withdrawn. 20. Format and 20.1 The Bidder shall prepare an original and the number of copies of the bid Signing of Bid indicated in the Bid Data Sheet, clearly marking each "ORIGINAL BID" and "COPY OF BID", as appropriate. In the event of any discrepancy between them, the original shall govern.

20.2 The original and the copy or 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. All pages of the bid, except for un-amended printed literature, shall be initialed by the person or persons signing the bid.

18 20.3 Any interlineations ensure, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.

20.4 The Bidder shall furnish information as described in the Form of Bid on commission or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution of the Bidder is awarded the contract.

D. SUBMISSION OF BIDS 21. Sealingand 21.1 The bid may be initially placed in three envelopes, duly marking the Marking of envelopes as “PART I- EMD”, “PART II- TECHNICAL BID” and Bids “PART III-FINANCIAL BID”. These envelopes shall then be sealed in a single outer envelope, super scribed as “Proposal for Fabrication, Supply, Erection, Testing, Commissioning, training and Assistance to production, operation & maintenance and trial run for 6 Months of cold chain unit with packing line in all respect on turnkey basis at IBMFP Mega Food Park, Block Tilda in Raipur district in Chhattisgarh”, and delivered at IBMFPPL New Delhi Office.

The bidder shall submit the original and copies of the bid ( as indicated in the Bid Data Sheet) in separate envelopes , clearly marking each "ORIGINAL BID" and "COPY OF BID", as appropriate. 21.2 The inner and outer envelopes shall :

(a) Be addressed to the Purchaser at the address given below & in the Bid Sheet;

The Director Indus Best Mega Food Park Private Ltd C-11, Rajouri Garden Ring Road, New Delhi – 110027

(b) And bear following details: Project Name...... Bid Date...... Bid Schedule No...... Bid Opening Dt. /Time...... (c) super scribed in capital letters as “PART I- EMD”, “PART II- TECHNICAL BID” or “PART III- FINANCIAL BID respectively (as the case maybe) 21.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared 21.4 If"late". the outer envelope is not sealed and marked as required by ITB Clause 21.2, the Purchaser will assume no responsibility for the bid's misplacement or premature opening.

22. Deadline for 22.1 Bids must be received by the Purchaser at the address specified under Submission of ITB Clause 21.2 no later than the time and date specified in the Bid Data Bids Sheet.

19 22.2 The Purchaser may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 9, 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. 23. Late Bids 23.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser pursuant to ITB Clause-22 will be rejected and returned unopened to the Bidder. 24. Modification 24.1 The Bidder may modify or withdraw its bid after the bid's submission, and provided that written notice of the modification, including substitution or Withdrawal of withdrawal of the bids, is received by the Purchaser prior to the deadline Bids prescribed for submission of bids. 24.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and dispatched in accordance with the provisions of ITB Clause 21. A withdrawal notice may also be sent by cable or fax but followed by a signed confirmation copy, postmarked no later than the deadline for submission of bids. 24.3 No bid may be modified after the deadline for submission of bids. 24.4 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 Bidder's forfeiture of its bid security, pursuant to the ITB Clause17.7. E. OPENING AND EVALUATION OF BIDS 25. Openingof 25. The Purchaser will open all bids in the presence of bidders' Bids bythe 1 representatives who choose to attend, at the time, on the date, and at the Purchaser place specified in the Bid Data Sheet. The bidders' representatives who are present shall sign a register evidencing their attendance. 25. The bidders' names, bid modifications or withdrawals, bid prices, 2 discounts, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 23. 25. The Purchaser will prepare minutes of the bid opening. 3 26. Clarification of 26.1 During evaluation of the bids, the Purchaser may, at its discretion, ask Bids the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. 27. Preliminary 27.1 The Purchaser will examine the bids to determine whether they are Examination complete, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. A detailed criteria for establishing responsiveness of bids is provided in Section-7 “Qualification Requirement & Technical Bid Evaluation Criteria” “Bids from Agents without proper authorization from the manufacturer as per clause 4.1of ITB shall be treated as non-responsive.”

20 27.2 Apart from this any deviations from or objections or reservations to provisions of following will be treated as material deviation: -“Performance Security” -“Warranty” -“Force Majeure” 27.3 The Purchaser may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant to ITB Clause 28, the Purchaser will determine the substantial responsiveness of each bid to the bidding documents. A substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security (ITB Clause 17), Applicable Law (GCC Clause 31), and Taxes and Duties (GCC Clause 33), will be deemed to be a material deviation. 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. 27.5 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Technical 28.1 The Purchaser will evaluate and compare the bids which have been Evaluation of determined to be substantially responsive, pursuant to ITB Clause 27. Bids 28.2 The “Technical Bid Evaluation” and comparison of the bids shall be done for the technical aspects in accordance to criteria set out in Section- 7 “Qualification Requirement & Technical Bid Evaluation Criteria” and those bidders who achieve higher marks than cut off marks in Technical Bid Evaluation will be shortlisted. 28.3 a) The shortlisted bidders as mentioned in ITB clause 28.2 will be called to make a presentation to IBMFPPL on the system offered by them. The presentation shall include the technical and operational advantages of their bid in terms of the technical aspects such as product quality, recovery, operational cost, efficient and optimal plant layout with emphasis on use of existing machinery, availability of spares and implementation schedule b) IBMFPPL may (at its own discretion) ask any or all of the shortlisted bidders to demonstrate successful operation of the system offered in India or outside India, where it has been supplied by the bidders and has been working successfully for at least three years. c) Technical specification and minimum standards: Bidders can quote for higher specifications, however all the bidders meeting the minimum standard will be considered for price bid opening and price comparison.

21 28.4 a) After the completion of technical bid evaluation as mentioned in above, IBMFPPL shall announce a list of Qualified Bidders who will be eligible for participation in the Financial Bid Stage. At the same time, IBMFPPL would notify the other Bidders that they have not been qualified for the next stage. IBMFPPL will not entertain any query or clarification from Bidders who fail to qualify. b) Qualification of Bidders for financial bid stage will be entirely at the discretion of IBMFPPL. Bidders will be deemed to have understood and agreed that no explanation or justification on any aspect of the evaluation Process or selection will begiven.

29. Financial 29.1 Price bids of the bidders having qualified technical evaluation stage will Evaluations of be opened in the presence of bidders' representatives who choose to Bids attend, at the time, on the date, and at the place specified in the Bid Data Sheet. The bidders' representatives who are present shall sign a register evidencing their attendance. 29.2 The price bids will be checked for arithmetical & computational errors 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 Supplier does not accept the correction of the errors, its bid will be rejected, and its bid security may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail. 29.3 The Purchaser's evaluation of a financial bid will take into account, in addition to the bid price quoted in accordance with ITB Clause 14.2, one or more of the following factors as specified in the Bid Data Sheet, and quantified in ITB Clause 29.4. (a) Cost of inland transportation, insurance, and other costs within the Purchaser's country incidental to delivery of the goods to their final destination. 29.4 (b) delivery schedule offered in the bid; (c) deviations in payment schedule from that specified in the Special Conditions of Contract; (d) the cost of components, mandatory spare parts, and service; (e) the availability in the Purchaser's country of spare parts and after- sales services for the equipment offered in the bid; (f) the projected operating and maintenance costs during the life of the equipment; (g) the performance and productivity of the equipment offered; and/or (h) Other specific criteria indicated in the Bid Data Sheet and/or in the Technical Specifications. For factors retained in the Bid Data Sheet pursuant to ITB 29.3, one or more of the following quantification methods will be applied, as detailed in the Bid Data Sheet:

(a) Inland transportation from EXW/port of entry /border point, insurance, and incidentals. As per indicated in price bid format.

(b) Delivery Schedule

22 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. (c) 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. (d) Cost of spare parts. 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 bidprice. (e) Spare parts and after sales service facilities in the Purchaser's 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. The quote should include provision and cost of supply of Spare parts for three years and bidder should undertake to ensure availability of spare parts for at least 10years

(f) Operating and maintenance costs.

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.

(g) Performance and productivity of the equipment.

Goods offered shall have a 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.

(h) Specific additional criteria indicated in the Bid Data Sheet and/or in the Technical Specifications.

(e) The relevant evaluation method shall be detailed in the Bid Data Sheet and/or in the Technical Specifications.

23 30. Successful 30.1 Thus financially evaluated lowest offer meeting the criteria as per clause Bidder ITB 29.3will be considered as successful bidder 30.2 Alternative Merit Point System :

a) If there are more than one bids at Lowest Price Quote (L1) as determined following the process mentioned in ITB 29 and 30.1, the bidder whose technical score (as determined in ITB clause higher28.2) is in pre-qualification stage will be the successful bidder and even the technical score of such bidders are equal in pre-qualification stage the following merit point system for weighing evaluation factors can be applied for financial bid The number of points allocated to each factors shall be specified in the Bid Data Sheet. [In the Bid Data Sheet, choose from the range of]

FACTORS POINTS FOR EQUIP Evaluated FOR site price 60 Cost of common list of spares 10 Tech. features and Maintenance & operating cost 10 Availability of service & spare parts Standardization 15 Standardizasion 05

The financial bid scoring the highest number of points will be deemed to be the lowest evaluatedbid.

31. Domestic 31.1 No , Any company , domestic or International can bid. Preference 32. Contacting 32.1 Subject to ITB Clause 26, no Bidder shall contact the Purchaser on any the matter relating to its bid, from the time of the bid opening to the time the Purchaser contract is awarded.

"If the Bidder wishes to bring additional information to the notice of the Purchaser, it should do so in writing."

32.2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison, or contract award may result in the rejection of the Bidder's bid. F. AWARD OF CONTRACT 33. Award Criteria 33.1 Subject to ITB Clause 35, the Purchaser will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and has been determined to be the lowest evaluated price bid, provided further that the Bidder is determined to be qualified to perform the contract satisfactorily. 34. Purchaser's 34.1 The Purchaser reserves the right at the time of contract award to increase Right to Vary or decrease, the quantity of goods and services originally specified in the Quantities at Schedule of Requirements without any change in unit price or other Time of Award terms and conditions. 34.2 The Purchaser reserves the right at the time of contract award to add/ delete any item (goods and services) and/or divide the order among the successful bidders.

24 35. Purchaser's 35.1 The Purchaser reserves the right to accept or reject any bid, and to annul Right to Accept the entire bidding process and reject all bids at any time prior to contract any Bid and to award, without thereby incurring any liability to the affected Bidder or Reject any or All bidders or any obligation to inform the affected Bidder or bidders of the Bids grounds for the Purchaser's action. 36. Notification of 36.1 Prior to expiration of the period of bid validity, the Purchaser will notify Award the successful Bidder in writing by registered letter or by cable, to be confirmed in writing by registered letter, that its bid has beenaccepted. 36.2 The notification of award will constitute the formation of the Contract. 36.3 Upon the successful Bidder's furnishing of the performance security pursuant to ITB Clause 38, the Purchaser will promptly notify each unsuccessful Bidder and will discharge its bid security, pursuant to ITB clause 18. 37. Signing of 37.1 At the same time as the Purchaser notifies the successful Bidder that its Contract bid has been accepted, the Purchaser will send the Contract Form provided in the bidding documents, incorporating all agreements between theparties. 37.2 Within twenty one (21) days of receipt of the Contract Form, the successful Bidder shall sign and date the contract and return it to the Purchaser. 38. Performance 38.1 Within twenty one (21) days of the receipt of notification of award from Security the Purchaser, the successful Bidder shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the bidding documents, or in another form acceptable to the Purchaser. 38.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Purchaser may make the award to the next lowest evaluated Bidder or call for new bids. 39. Corrupt or 39.1 The Purchaser requires Bidders / Suppliers / Contractors observe the Fraudulent highest standard of ethics during the procurement and execution of such Practices contracts. In pursuance of this policy, the Purchaser : (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) "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

(ii)"Fraudulent practice" means a mis-representation 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. (b) 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; (c) 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.

25 39.2 Furthermore, Bidders shall be aware of the provision stated in sub- clause 5.4 and sub-clause 24.1 of the General Conditions of Contract.

26 3 BID DATASHEET

The following specific data for the goods to be procured shall complement, supplement or amend the provisions in the Instructions to Bidders (ITB). Wherever there is a conflict/deviation, the provisions herein shall prevail over those inITB.

Clause A. General

ITB 1.1 Name of the Purchaser/Client:- Director, Indus Best Mega Food park Private Limited Section-6 Requirements: - Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training, and Assistance to productionand trial run for 6Months for - IQF (including pre-processing line, processing & packaging), 2.0 MT/ Hr - Cold Storage - 2880 MT, (5 Chambers x 576 MT each) - CA Chamber -336 MT, (2Chambers x 168 MT) - MA Chamber-1632 MT, (3Chambers x 288 MT and 3 chamber X 144 MT each) - Frozen Storage, 1152 MT (3 Chambers x 384 MT) - Racking Bins - Secondary packaging facilities Complete in all respect on turnkey basis at IBMFP Mega Food Park, Block Tilda in Raipur district in Chhattisgarh

ITB 21.2a Purchaser’s Address:- The Director Indus Best Mega Food Park Private Ltd C-11, Rajouri Garden Ring Road, New Delhi – 110027 T: 011 – 47634400, 47634437 Website : www.indusbestmegafoodpark.com Email: [email protected]

27 -TB 2 Bidding Process IBMFPPL will adopt single-stage bid process, referred to as the "Bidding Process" for selection of the successful bidder for award of the Project. The bidder will submit technical and financial bids together in separate sealed envelopes along with required documentation. Pre -qualification Stage Date &Time 1 Sale of Tender Documents 18-04-2017---- 15 hours 2 Last date for receiving queries 27-04-2017----15 hours 3 Pre-bid Conference* 27-04-2017----15 hours 4 IBMFPL response to queries 29-04-2017----15 hours latest by 5 Bid Due Date* 05-05-2017----15 hours Technical evaluation Stage 1 Technical Bid opening* 05-05-2017----15:30 hours 2 Publication of list of 10-05-2017----15 hours Responsive Bids 3 Presentation by the Bidders 15-05-2017 (final dates and time will be notified)

4 Demonstration of the system It will be notified as required in operation & running plant visit & manufacturing facility visit at cost of bidder Financial Bid evaluation Stage Date &Time 1 Opening of Bids* Within 5 days from date of presentation 2 Validity of Bids Not less than 180 days from Bid Due Date

The IBMFPPL shall endeavour to adhere to the following schedule: *If bid due date or date of opening is declared as a holiday by Govt. the tender will be opened at the same time of next working day.

**the above dates are subject to change at the discretion of purchaser under intimation to Bidders.

ITB 2,12 & 13 Financial Bid to be submitted together with Technical Proposal: Yes

ITB 14.2(a) (iii) The final destination of the Goods/services: - Indus Best Mega Food Park, & Village Simga, Block Tilda, Dist Raipur, Chhattisgarh ITB(b)(iii) 14.2(a)(iv) & Incidental Services to be provided Chhattisgarhby the bidder: - Clause 7 of ‘Special Conditions b (iv) of Contract’ gives the details of it. ITB 14.2 Annual Maintenance/service contract (AMC): -Annual Operation & Maintenance Service Contract ( AMC):The bidder should agree to provide all services mentioned in ‘Special Conditions of Contract’ clause- 8.2 for a period of 3 (three) years including the warranty period mentioned in GCC clause 15 & SSC clause 8.

ITB 14.6 The prices shall be fixed during the currency of the contract. Except for the statutory variations in taxes &/ or duties occurring during the contracted delivery period.

28 ITB15.1 For both domestic and International bidder the currency of tender will be INR. Tenders quoted in any other currency will be summarily rejected.

Preparation and Submission of Bids ITB 11.1 Language of the bid: English ITB 12 The Technical Bid shall comprise the following; a. Application Form as format specified inAppendix-A b. Details of Bidder as format specified inAppendix-B c. Detailed Technical Specifications make, model, Country of Origin, performance data, references, BoQ etc. and any other relevant data, information of the each itemsoffered. d. Power of Attorney for Signing of Application as format specified in Appendix-C e. Power of Attorney of Lead partner in case of Consortium Bidding as format specified inAppendix-D f. Manufacturer’s Authorization Form as format given in Appendix-L (if Applicable)H. g. Bid Security along with Bid Security Form as Format specified in Appendix-E h. Performance Statement Form as specified in Appendix-F i. Financial Capability credentials and Supporting documents as specified in Appendix- G

ITB 12 The Financial (Price) Bid shall comprise the following; a. Price Bid Form (Appendix-K) b. Price Schedule for Goods to be supplied from Within Country Appendix-L) c. Price Schedule for Goods to be Imported (Appendix-M) d. Price for Annual Maintenance & Repair Cost (Appendix-N)

ITB16.3(d) Qualification criteria :- As given in Section 7 ITB18.1 Bid Security shall be INR 8, 00,000 (INR Eight lac) ITB19.1 Bid Validity shall be not less than 180 days from the date of opening of the Bid

ITB20.1 Number of copies of Bid:- Three-One “ORIGINAL” & Two “COPIES” C. Opening and Bid Evaluation ITB 25.1 Time, date and place for the Technical bid opening shall be as under and tender opening will be done in the presence of bidders Date:… 05-05-2017---- Time: 15.30 Hours IST Place:New Delhi

The Director Indus Best Mega Food Park Private Ltd C-11, Rajouri Garden Ring Road, New Delhi – 110027

In the event of the specified date of the bid opening, being declared a holiday for the Purchaser, the bids shall be opened at the appointed time and location on the next working day.

29 ITB 28 Evaluation of Technical Bid The technical Bid shall be evaluated based on the criteria set out in sections- 7, Eligibility criteria & Technical Bid Evaluation Criteria” The lowest technical Score(St) required to pass is: 60 ( out of 100)

ITB 29 Evaluation of Financial Bid The lowest evaluated financial Bid shall be considered as successful Bidder. In case of more than one bids at Lowest Price Quote (L1), the criteria set out in ITB clause 30.2 will be used to decide successful Bidder. D. Award & Post- Award of Contract ITB 37.2 Signing of Contract Within twenty one (21) days of receipt of the Contract Form, the successful Bidder shall sign and date the contract and return it to the Purchaser. ITB 38.1 Performance Security Within twenty one (21) days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the performance security in accordance with the Conditions of Contract, in the Performance Security Form provided in the bidding documents, or in another form acceptable to the Purchaser

30 4 GENERAL CONDITIONS OF CONTRACT

Table of Clauses

1. Definitions 2. Application 3. Country ofOrigin 4. Standards 5. Use of Contract Documents andInformation 6. Patent Rights 7. PerformanceSecurity 8. Inspections andTests 9. Packing 10. Delivery andDocuments 11. Insurance 12. Transportation 13. IncidentalServices 14. SpareParts 15. Warranty 16. Payment 17. Prices 18. ChangeOrders 19. ContractAmendments 20. Assignments 21. Subcontracts 22. Delays in Supplier'sPerformance 23. LiquidatedDamages 24. Termination forDefault 25. ForceMajeure 26. Termination forInsolvency 27. Termination forConvenience 28. Resolution Settlement ofDisputes 29. Limitation ofLiability 30. GoverningLanguage 31. ApplicableLaw 32. Notices 33. Taxes andDuties 34. Incidental costs to delivery andinstallation

31 General Condition of Contract 1. Definitions

1.1 In this Contract, the following terms shall be interpreted asindicated:

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

(b) "The contract Price" means the price payable to the Supplier under the Contract for the full and proper performance of its contractualobligations;

(c) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to supply to the Purchaser under theContract;

(d) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under theContract;

(e) "GCC" mean the General Conditions of Contract contained in thissection.

(f) "SCC" means the Special Conditions ofcontract.

(g) "The Purchaser" means the organization purchasing the goods, as named inSCC.

(h) "The Purchaser's country" is the country named inSCC.

(i) "The Supplier" means the individual or firm supplying the Goods and Services under this Contract.

(j) "The Project Site", wherever applicable, means the place or places/locations named in SCC.

(k) “Consignee” wherever applicable means the address of the projectsite.

(l) "Day" means calendarday.

2. Application

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

3. CountryofOrigin

3.1 All Goods and Services supplied under the Contract shall have their origin in the countries andterritorieseligibleundertherulesoftheGovt.ofIndiaasfurtherelaboratedinSCC.

3.2 For purposes of this Clause "origin" means the place where the Goods are 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 recognized new product results that is substantially different in basic characteristics or in purpose or utility from itscomponents.

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

4. Standards 32 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 concernedinstitution.

5. UseofContractDocumentsandInformation;InspectionandAuditbytheBank

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

5.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing theContract.

5.3 Any document, other than the Contract itself, enumerated in GCC 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'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 of the Supplier and to have them audited by auditors appointed by the Bank, if so required by theBank.

6. PatentRights

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

7. PerformanceSecurity

7.1 Within 21 days of receipt of the notification of contract award, the Supplier shall furnish performance security in the amount specified inSCC. 7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier's failure to complete its obligations under theContract.

7.3 The Performance Security shall be denominated in Indian Rupees and shall be in one of the followingforms:

1. A Bank guarantee or irrevocable Letter of Credit at sight, issued by a nationalized/schedule bank located in India or a bank located abroad acceptable to the Purchaser, in the form provided in the bidding documents or another form acceptable to the Purchaser;or. 2. A cashier's cheque or banker's certified cheque or crossed demand draft or pay order drawn in favour of the Purchaser..

7.4 The Performance Security will be discharged by the Purchaser and returned to the Supplier not later than 60 days following the date of completion of the Supplier's performance obligations, including the warranty obligation, under thecontract. 7.5 In the event of any contract amendment, the Supplier shall, within 21 days of receipt of such amendment, furnish the amendment to the Performance Security, rendering the same valid for the duration of the Contract, as amended for further period of 60 daysthereafter.

8. Inspections and Tests 33 8.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery and/or at the Goods final destination. If conducted on the premises of the supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data-shall be furnished to the inspectors at no charge to thePurchaser.

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

8.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Good's arrival at Project Site 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 Goodsshipment.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any warranty or other obligations under thisContract.

8.6 Manuals andDrawings

8.6.1Before 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 thespecifications.

8.6.2The manuals and drawings shall be in the ruling language (English) and in such form and numbers as stated in thecontract.

8.6.3Unless and otherwise agreed, 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 thePurchaser.

8.7 AcceptanceCertificates:

8.7.1On 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 thesystems.

9 Packing

9.1 The Supplier 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 extreme temperatures, 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 intransit.

9.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by thePurchaser.

34 9.3 PackingInstructions

9.3.1The supplier will be required to make separate packages for each Consignee. Each package will be marked on three sides with proper paint/indelible ink with the following: (I) Project; (ii) Contract No.; (iii) Country of Origin of Goods; (iv) Supplier's Name;and (v) Packing List ReferenceNumber.

10 Delivery and Documents

10.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser in the Notification of Award. The details of shipping and/or other documents to be furnished by the supplier are specified inSCC.

11 Insurance

11.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees / or freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified inSCC.

12 Transportation

12.1 Where the Supplier is required under the Contract to deliver the Goods FOB, transport of the Goods up to and including the point of putting the Goods on board the vessel at the specified port of loading, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price. Where the Supplier is required under the Contract to deliver the Goods FCA, transport of the Goods and delivery into the custody of the carrier at the place named by the Purchaser or other agreed point shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the ContractPrice.

12.2 Where the Supplier is required under the Contract to deliver the Goods CIF or CIP, transport of the Goods to the port of destination or such other named place of destination in the Purchaser's country, as shall be specified in the Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the ContractPrice.

12.3 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within India defined as Project site, transport to such place of destination in India including insurance and all other incidental cost including but not limited to as specified in GCC clause 34, as shall be specified in the Contract, shall be arranged by the Supplier, and the related cost shall be included in the ContractPrice.

12.4 Where the Supplier is required under the Contract to deliver the Goods CIF or CIP, no restriction shall be placed on the choice of the carrier. Where the Supplier is required under the Contract (a) to deliver the Goods FOB or FCA, and (b) to arrange on behalf and at the expense of the Purchaser for international transportation on specified carriers or on national flag carriers of the Purchaser's country, the Supplier may arrange for such transportation on alternative carriers if the specified carriers or national flag carriers are not available to transport the Goods within the period(s) specified in theContract.

13 IncidentalServices

13.1 The supplier may be required to provide any or all of the following services, including additional services, if any specified inSCC: 35 (a) Erection/performance and or supervision of the on-site assembly and/or start-up of the supplied Goods including the incidental cost specified in GCC34.2; (b) Unloading, shifting of equipment at the erection site including furnishing of tools required for assembly and/or maintenance of the suppliedGoods;

(c) furnishing of detailed operations and maintenance manual for each appropriate unit of suppliedGoods;

(d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract;and

(e) Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start- up, operation, maintenance and/or repair of the suppliedGoods.

13.2 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similarservices.

14 SpareParts

14.1 As specified in the SCC, the Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by theSupplier;

a. such spare parts as the Purchaser may elect to purchase from the Supplier, providing that this election shall not relieve the Supplier of any warranty obligations under the Contract;and

b. In the event of termination of production of the spareparts;

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

ii. Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings and specifications of the spare parts, ifrequested.

14.2 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 oforder.

15 Warranty

15.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and those they incorporate all recent improvements in design and materials unless provided otherwise in the contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Purchaser's specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

15.2 This warranty shall remain valid for 12 months after the total project has been installed and successful commissioned and handed over.

36 15.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.

15.4 Upon receipt of such notice, the Supplier shall, within the period specified in SCC and with all reasonable speed, repair or replace the defective goods or parts thereof, free of cost at the ultimate destination. The Supplier shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever shall lie on the Purchaser for the replaced parts/goodsthereafter.

15.5 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 12months. 15.6 The period for correction of defects in the warranty period is 7days. 15.7 If any equipment gives continuous trouble, say six times in one month during the warranty period, the supplier shall replace the system with new system without any additional cost to thepurchaser.

15.8 If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in SCC, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under theContract.

16 Payment

16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in theSCC.

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

16.3 Payments shall be made promptly by the Purchaser but in no case later than sixty (60) days after submission of the invoice claim by theSupplier.

16.4 The currency or currencies in which payment is made to the Supplier under this Contract shall be specified in SCC subject to the following general principle: 'Payment will be made in the currency or a currency in which the payment has been requested in the Supplier's bid.'

17 Prices

17.1 Prices payable to the supplier as stated in the contract shall be fixed during the performance of thecontract. 18 ChangeOrders

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

a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for thePurchaser;

b) the method of shipping orpacking;

c) the place of delivery;and/or

d) the Services to be provided bySupplier 37 18.2 If any such change causes and increase or decrease in the cost of , or the time required for, the Supplier's performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier's receipt of the Purchaser's changeorder.

19 ContractAmendments

19.1 Subject to GCC Clause 18, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by theparties.

20 Assignment

20.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser's prior writtenconsent.

21 Subcontracts

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

21.2 Subcontracts must comply with the provisions of GCC Clause3.

22 DelaysintheSupplier'sPerformance

22.1 Delivery of the Goods and performance of the Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser in the Schedule of Requirements. Sub- contract shall be only for bought -out items andsub-assemblies.

22.2 If at any time during performance of the Contract, the Supplier or its sub-contractor(s) should encounter conditions impeding timely delivery of the Goods and performance ofServices, the supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier's notice, the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier's time for performance with or without liquidated damages, in which case the extension shall be ratified by the parties by amendment of the Contract. 22.3 Except as provided under GCC Clause 25, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 23, unless an extension of time is agreed upon pursuant to GCC Clause 22.2 without the application of liquidateddamages.

23 LiquidatedDamages

23.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of he delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the Percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause24.

24 TerminationforDefault 38 24.1 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 orpart:

a) 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 Clause22;or

b) If the Supplier fails to perform any other obligation(s) under the contract.

c) 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:

"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.

"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. 24.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 24.1, 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.

25 ForceMajeure

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

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

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

26 TerminationforInsolvency

26.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to thePurchaser.

27 Termination forConvenience

39 27.1 The Purchaser, by written notice sent to the Supplier, may 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 the Supplier under the Contract is terminated, and the date upon which such termination becomeseffective.

27.2 The Goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser mayelect: a) To have any portion completed and delivered at the Contract terms and prices;and/or b) To cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the supplier.

28 SettlementofDisputes 28.1 The Purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with theContract.

28.2 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 isgiven.

28.3 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 theContract.

28.4 Arbitration proceedings shall be conducted in accordance with the rules of procedure specified in theSCC.

28.5 Notwithstanding any reference to arbitrationherein. a) 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. b) 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 defectiveequipment.

28.6 The dispute resolution mechanism to be applied pursuant to GCC Clause 28 shall be as follows: c) In case of Dispute or difference arising between the Purchaser and a domestic supplier relating to any matter arising out of or connected with this agreement such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, 1996. The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Purchaser and the Supplier. The third Arbitrator shall be chosen by the two Arbitrators so appointed by Parties and shall act as presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the President of the Institutions of Engineers (India). d) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above, within 30 days after receipt of notice of appointment of its arbitrator by the other party, then the President of 40 Institution of Engineers (India) both in cases of the Foreign supplier as well as Indian supplier, shall appoint the arbitrator. A certified copy of the order of the President of Institution of Engineers (India) making such an appointment shall be furnished to each of theparties. e) The Jurisdiction for all Arbitration proceedings shall be at New Delhi in India and the language of arbitration proceedings and that of all documents and communications between the parties shall beEnglish. f) 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 partyitself.

29 Limitation ofLiability

29.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause6, g) 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 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 h) 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 defectiveequipment.

30 Governing Language

30.1 The contract shall be written in English language. Subject to GCC Clause 30, English 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 the same language.

31 ApplicableLaw

31.1 TheContractshallbeinterpretedinaccordancewiththelawsoftheUnionofIndia.

31 Notices

31.2 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing or by cable, telex or facsimile and confirmed in writing to the other Party's address specified inSCC.

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

32 Taxes and Duties

31.4 The foreign supplier shall be entirely responsible for all Indian taxes, stamp duties, license fees, and other such levies imposed outside the purchaser'scountry.

31.5 The local suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permit, etc, incurred until delivery of the contracted Goods to thePurchaser.

33 Incidentalcoststodeliveryandinstallation 41 31.6 Both local and foreign supplier are entirely responsible for all incidental expenses to delivery comprising all state taxes not limited to entry tax, toll tax, octori.

31.7 All incidental costs towards service tax and works contract tax as applicable for erection and commissioning of the suppliedgoods.

42 5 SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the previsions 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(GCCClause1):

1.1. The Purchaser is the organization purchasing the goods .i.e. IBMFPPL

1.2. The Supplier is the individual or firm supplying the Goods and Services under this Contract

2. Country of Origin (GCCClause3):

2.1. All countries and territories unless restricted by Govt. ofIndia.

3. Performance Security (GCC Clause7):

3.1. 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 after the date of completion of performance obligations including warrantyobligations.

3.2. 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 warrantyperiod.

4. Inspection and Tests (GCC Clause8):

4.1. 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 theinstallation.

4.2. The acceptance test will be conducted by the consignee. The acceptance will involve trouble- free operation for three consecutive days. There shall not be any additional charges for carrying out acceptancetests.

5. Delivery and Documents (GCC Clause 10):

For Goods supplied from abroad :

Upon delivery of the goods to the consignee, the supplier shall notify the purchaser by cable/fax/email the full details of the shipment including contract number, description of goods, quantity, name of the consignee etc. The supplier shall mail the following documents to thepurchaser.

(i) 2 Copies of the Supplier invoice showing contract number, goods description, quantity, unit price, totalamount; (ii) Acknowledgment of receipt of goods from theConsignee(s); (iii) InsuranceCertificate; (iv) Manufacturer's/Supplier's warrantycertificate; (v) The Supplier's factory inspection report;and

43 (vi) Certificate ofOrigin. (vii) Modvatable component of custom and exciseduty

6. Insurance (GCC Clause11):

6.1. For delivery of goods at site, the insurance shall be obtained by the Supplier in an amount equal to 110% of the value of the goods from "warehouse to warehouse" (final destinations) on "All Risks" basis including War Risks and Strikes. A copy of insurance may be given to IBMFPPL

7. Incidental Services (GCC Clause13):

7.1. Thefollowingservicesshallbefurnishedandthecostshallbeincludedinthecontractprice:

a. Erection/performance and or supervision of the on-site assembly and/or start-up of the supplied Goods including the incidental cost specified in GCC34.2;

b. Furnishing the detailed operation and maintenance manuals (2 sets each) for each items of supply at eachlocation.

c. Training and demonstration of the Purchaser's personnel at the Supplier's office or other facility for a period of 1 month which is extendable to 3 months to establish the synchronization of the entirepackage.

d. 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 maintenancecontracts.

e. Furnishing of appropriate hardware, system design and programming services required for development and/or maintenance of the suppliedgoods.

8. Operation&Maintenanceservices

8.1 Maintenance duringwarranty i) Free maintenance services shall be provided by the Supplier during the period of warranty.

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

8.2 Annualoperation&maintenancecontract

i) Annual operation, maintenance and repair contract shall be for the period of three years including the warranty period. Annual maintenance and repair cost for each goods/equipment which should include cost of all consumables, cost of any periodic part replacement occurring within O&M period (excluding warrantyperiod)

Cost of adequate manpower for operation & maintenance of plant for period of three years including the warranty period and training of the purchaser’s staff (GCC clause 13 e)

44 9. Payment (GCC Clause16)

Payment for Goods and Services shall be made in Indian Rupees/currency of the bid as follows: 1) Twenty (20%) Percent advance against Advance bank guarantee of same account. 2) Ten (10%) Percent against drawing approval within 30 days of contract signed. 3) Forty Five (45%) percent of the contract value against delivery of material atsite. 4) Fifteen (15%) percent of the contract value after erection, fabrication, installation and commissioning as per approved design/ specifications. 5) Ten (10%) percent after successful trial run of the equipment / system and certification by the purchaser/user (Consignee). Against PBG of 10% of 12 months from the date of commissioning.

10. LIQUIDATED DAMAGES (GCC CLAUSE 23):

10.1. FORDELAYS:

GCC Clause23.1 : The applicable rate is 0.5 percent per week and the Maximum Deduction is 5% of contract price.

11. NOTICES (CLAUSE 31):

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

Purchaser: Name ...... Address ...... Ph. No...... FaxNo...... E-mailID ......

Supplier: Name ...... Address ...... Ph. No...... FaxNo...... E-mailID ......

12. Supplier shall regularly intimate progress of supply, in writing, to the Purchaser asunder: - Quantity offered for inspection anddate; - Quantity accepted/rejected by inspecting agency anddate; - Quantity dispatched /delivered to consignees anddate; - Quantity where incidental services have been satisfactorily completed withdate; - Quantity where rectification/repair/replacement effected/completed on receipt of any communication from consignee/Purchaser withdate; - Date of completion of entire Contract including incidental services, if any;and - Date of receipt of entire payments under theContract (in case of stage-wise inspection, details required may also be specified).

45 13. 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'soperation.

14. SUPPLIERINTEGRITY: The supplier 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.

15. SUPPLIER'SOBLIGATIONS:

15.1.The supplier is obliged to work closely with the Purchaser's staff, act within its own authorityandabidebydirectivesissuedbythePurchaserandimplementationactivities.

15.2.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 their entire workman under 'Workman Compensation Act' and shall not pass on any liability whatsoever toPurchaser. 15.3.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 thePurchaser.

15.4.PatentRights

15.4.1. 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. 15.5. SitePreparationandInstallation

15.5.1. 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 thehardware.

15.6. Training

15.6.1. The Supplier 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 theContract. 15.7. TechnicalDocument

15.7.1. 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 beEnglish.

46 6 TECHNICAL SPECIFICATION & BILL OF QUANTITIES

TECHNICAL SPECIFICATIONS

Note: Bidders must quote their prices for all the below mentioned parts:

Part-1: Preparatory line and IQF Unit , packing & Secondary packaging. Part-2: Refrigeration System for Cold/frozen/dual storages and IQF unit Part-3: PUF panels and hermetically sealed doors for cold storages & processing area.

Complete in all respect, on turnkey basis.

In case the bidders omit any of the part /s, their bid shall be considered as non-responsive.

1) Background

IBMFPPL (hereinafter referred to as ‘the Park’) Invites Bid for Design, Fabrication, Supply, Erection of Plant & Machinery for Common Processing Center (Cold Chain) on TURNKEY BASIS.

The proposed Mega Food Park is located in in Tilda block, Distt. Raipur, Chhattisgarh.

Scope of Work

IBMFPPL proposes to set up a CPC having state-of-art food processing industry such as IQF Unit and preparatory lines for IQF unit, frozen cold storage, CA & MA Storage and cold storage.

The proposed component and its nominal capacities are given below.

Proposed capacity (in MT):- - IQF (including pre-processing line, processing), 2.0 MT/ Hr - Cold Storage - 2880 MT, (5 Chambers x 576 MT each) - CA Chamber -336 MT, (2 Chambers x 168 MT) - MA Chamber-864 MT, (3 Chambers x 288 MT) and 1 chamber X 144 MT each) - Blast freezer / MA Chamber, 288 MT (2 Chamber X 144 MT) ( Dual Purpose) - Frozen Storage, 1152 MT (3 Chambers x 384 MT) - Racking Bins - Packing machines . FFS machines with weigher and metal detector- 2 Nos ( 1TPH) . 20-25 Kg packing machines with weighing- 2 nos

The Scope of work for CPC covers the following: This being a turnkey job, contractor has to take care of all the necessary Civil/Structure work required for successful running of the project. All the supporting structures required for the installation and smooth working of plant and machinery to be carried out by the contractor.

47 The total work has been classified into three parts:-

Part-1: This covers design, supply, installation, testing and commissioning of washing and processing line fruit and vegetables, pea-de-podder, fruit & vegetable peeling, cutting, slicing, cubing, preparation , packaging & secondary packaging’s at Raipur, Chhatisgarh (On turnkey basis ).

Capacity: 6000 kg/hr based on Fresh green peas

Part-2: This covers design, supply, installation, testing and commissioning of entire refrigeration system including refrigeration required for the Part 1(IQF) and refrigeration plant for cold Storage, frozen storages , CA & MA chambers, Ripening camber at Raipur, Chhatisgarh (On turnkey basis).

Part-3: This covers design supply installation, testing and commissioning of cold store building amenities such as double deep pallet racking system, PUF panels, different type of doors required for cold/frozen chambers, strip curtains, rolling shutters, dock levelers, overhead sectional doors, retractable dock shelter.

Each Part shall be divided into further three parts viz.

Part-A: Design and supply of respective items as per schedule. Part-B: Labour charges for installation, testing & commissioning of respective items as per schedule. Part-C: Service cover for a period of two years from the date of successful commissioning (DEFECT LIABILITY PERIOD).

This is compulsory for the bidder to bid all the parts of tender requirement without any exclusion whatsoever of any item. IBMFPPL has right to decide whether to consider all the parts under one contract or to split into different contracts. However, the evaluation of bids shall be carried out based on individual parts.

Bidder shall accept to undertake the complete work and there shall not be any exclusion whatsoever of any PART. It shall be understood that any minor work, which may not be explicitly detailed but is necessary for the proper functioning of the individual equipment or automated plant as a whole, is included in the scope of work without any additional cost.

All the equipment for the plant shall be designed, supplied and installed in accordance with the prevailing and applicable standards.

The bidder shall be responsible for arranging approval from various applicable Indian Statutory authorities on behalf of the IBMFPPL. The IBMFPPL on production of documentary evidence shall reimburse the statutory fees.

The design and layout of the additional facilities, selection of equipment and services, methodology of plant execution, testing and commissioning shall be carefully planned and executed with the knowledge of normal operational & processing routines of the Food industry plant.

The general technical specification of the major components and the ancillary item described in the technical section and the equipment, its capacities and quantity proposed by the IBMFPPL is furnished in the basis of design and schedule of quantities are for the guidance of the bidder only. However, bidders are requested to get themselves familiarized / acquainted about the nature and the quantum of work involved and submit their offer without deviating the basic configuration of the plant.

48 The quantity of pipes, fittings, valves, cables, cable trays, earthing, instruments etc. are to be offered based on the actual requirement at site. The site layout and equipment layout enclosed are for guidance of the bidder. However bidder has to work out the exact details based on the system offered. Electricity for installation: To be arranged by the Contractor. Water installation: To be arranged by the Contractor.

The IBMFPPL / Client will interpret the meaning of various equipment specification and drawings submitted by the bidder and shall have the power to reject any material/equipment, which in their opinion is not in full accordance to tender specifications.

49 6. 1. PART-1: PREPARATORY LINE AND IQF UNIT

TECHNICAL SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF WASHING AND PROCESSING LINE FRUIT AND VEGETABLES, PEA- DE-PODDER, FRUIT & VEGETABLE PEELING, CUTTING, SLICING, CUBING & PREPARATION

CAPACITY: 6000 KG/HR BASED ON GREEN PEAS ( Fresh Pods)

1.0 FUNCTIONAL REQUIREMENTS

Green Pea pods shall dump into S.S hopper and shall pass from De-Podder section to get segregated and graded grains.

Cleaning, washing and preparation Line for fruit and vegetables grown in the area for IQF.

Bidder need to submit most competitive offer for the complete process line equipments suitable for capacity of 2000 Kgs/hr finished (De-podded and blanched grains) product based on green peas and other preparation equipments suitable for multiple applications.

2.0 DESIGN REQUIREMENT

Scope of bidder is Supply, Installation & Commissioning of complete process line suitable for washing, cleaning, Peeling, dicing, cubing, slicing, cutting, De-Podder, & Preparation, applicable for Green Peas, Drum Stick, Okra (Lady Finger), Cauliflower, Carrots, Papaya , Baby corn, sweet corn, Mango, Guava, Amla , Spinach, Coriander/Fenugreek (Methi)/Basil leaves/curry leaves and other fruits , vegetables grown in Chhatisgarh and nearby states.

The lines shall be able to retain products original qualities like taste and texture with minimum dehydration losses and wastage during processing.

Equipment operation: All function of the lines shall be auto as well as Manual operation through PLC Control Panel.

Capacity: Process line shall be suitable for giving output of 2000 Kgs/hr green pea grains or input of 6000Kg/hr of green podded peas.

Hygienic Design: Process line conveyors and equipments shall be designed to comply hygienic requirements as per EHEDG/Codex and preferable the supplier is member of EHEDG.

Supplier should refer the PDF Document “EHEDG YEAR BOOK 2013-14” for hygienic designs of conveyors.

Machine construction shall be free of lubricating oil/grease to avoid any spillage therefore use of self-lubricating bearings & bushes wherever required to maintain the hygienic conditions.

3.0 Scope of the Supply & Basic Technical Requirements

Supply, installation, testing and commissioning of Green Peas, Multiple Fruits & vegetable Processing Plant of capacity 6000 Kg/hr (on Green Peas) on turnkey basis comprising of following sections/items

50 SECTION A: For Green Peas

(A) Preparation Line for Green Peas. (B) Processing Line for Green Peas. (C) IQF Evaporator (or tunnel) (D) Packing lines

SECTION B: Whole Vegetable and Fruits

1. Floatation/Air agitated washer (for all green veg, okra etc.) 2. Rotary Bristle washer (to remove adhered soil/dust from the surface of vegetables) 3. Inspection/manual trimming or cutting belt. 4. Horizontal Rotary Peeler with inlet for water (continuous type) having set abrasive rotary rollers together with Bristle rollers suitable for capacity for multiple application i. e Round/oval potatoes & Cylindrical elongated carrot etc. 5. Dicer – Urschel make ( To prepare 2 TPH final product for IQF) 6. Slicer – Imported / Equivalent 7. Chopper – For green leafy vegetables 8. SS working tables ( hygienic design) 10feet x 4.5 feet x 5feet Height ( made of SS 304 ) 12No’s 9. Buffer tank with elevator 10. Dewatering screen with vibratory function to avoid ice crystal formation in finished product. 11. SS Trolleys with SS Trays for Batch freezing of any products- sizes & nos. depending upon Blast Room size for 2 times of loading the blast freezer. Blast room size is 188 MT

The scope of works includes a) All equipments / items required for successful operation of complete line for green peas (starting from receiving Green Peas to the in-feed of IQF Tunnel) to achieve rated capacity i.e. Pea- Podder of 4500 Kg/hr and Processing Line of Peas Grains at 2000 Kg/hr. b) Washing, Peeling, Cutting & Preparation Line for multiple Fruit & Vegetables Any item which is required for smooth & efficient operation of complete line even if not specifically mentioned will be part of scope of supplier.

The list of equipment in brief is listed below.

3 A) Green Peas

3A1) Preparation Line for Green Peas

Supply, Installation, testing & commissioning of following equipments as part of Pea-Podder & Grain Recovery System including handling of waste shall be in supplier scope in all respect. Bidder need to supply complete schematic of the full pea podding system explaining podding operation in brief as per process flow. Also bidder need to specify if need of any civil (pea podder need to be physically separated from other process equipments so delivery conveyor from podder to winnower to be planned accordingly) pedestal/foundation needed for mounting of pea podder system. The other platforms, support needed during pea podder operation need to be design & supply by the bidder to have smooth operation and as per requirement during maintenance.

3A1.1) Slant conveyor with SS Dumping Hopper at Bottom – 02 Sets (1W+1S) Flap elevator with SS dumping & feed in hopper

51 Function The Pea Pods shall be dumped in the feed hopper manually. The slant flap elevator conveyor will receive the Pea-Pods from the feed hopper and transfer the Green Pea Pods to the in-feed Hopper of each Pea-Podder through discharge chute.

Capacity

Set of Feed Hooper & Slant conveyor should be suitable to carry 6000 Kg/hr Pea-Pods.

Length: As per site requirement & approved equipment layout.

The unit shall have following construction features: i. Conveyor Structure made of SS 304 square pipes ii. Dumping hopper to be fabricated form SS 304 sheet of suitable thickness iii. Body made of SS 304 sheets iv. Food Grade Modular belt with cleats and side guards v. Carry-way and Return-way fitted with UHMWPE strips for smooth movement of the belt vi. Suitable rating Geared motor, SS square shaft, sprockets, bearing.

Flap Elevator 2 sets Cap. - 3000 Kgs. of pods/hr. (each) Size –500 mm width x 4 meter. Height Power –2.0 h.p Suitable for feeding pea to the depodder machine. The equipment consists of:- a) PVC flap type conveyor (imported) with height of Flap 100 mm, placed at a b) Distance of 300 mm. c) S.S. 304 side guides & center guides for partition. d) S.S. feed hopper & discharge chute. e) Fixed speed drive with geared motor & sprockets. f) S.S. framework with S.S. supporting.

3A1.2) Pea-Podder 02 Sets (2W+1S)

Function The main function of Pea Podder is to squeeze green peas to remove pea grains from green peas. The pea pods are fed in the Pea Podder. Due to beating action of the blades the grains are removed from the pods. The pea grains fall through the perforated sheet of the drum on to the apron inclined conveyor. The apron conveyor being inclined, the pea grains slide down and some peels and pea pods stick on the belt of the apron conveyor. They are collected on separate chutes on the reverse side of the apron conveyor.

Capacity

Each set of Pea-Podder should be suitable to handle Green Peas pods at min. 3000 Kg/hr for separation of pea grains from the pods.

The unit shall have following construction features:

i. Provision to easy replacement of screen to suit raw material

52 ii. Speed control on inner drum with synchronized feeding of green peas to achieve max efficiency for varying raw material quality iii. Based on rotating screw principle with adjustable beater blades to improve yield iv. Beater blades construction of wooden /SS 304 preferred to reduce damage to pods v. Complete unit of 02 Nos Pea-Podder (Working) along with recovery drum should guarantee at least 35% recovery of Pea Grains and losses less than 0.5% of Pea Grains in wastage. vi. Frame made of SS 304 square pipes vii. Rotor with Wooden/SS blades mounted on it. Blades are adjustable for angle and height. viii. Drum made of SS rings, SS square pipes and SS perforated sheets. ix. Suitable Size Screens shall be provided as per design requirement of different products mentioned above. x. Support structure for smooth movement of drum consisting of adjustable rollers, SS frame for mounting rollers at both ends etc. xi. Apron conveyor consisting of SS rollers, SS 304 body, SS 304 mounting frame, PVC food grade belt, support structure for the belt etc. xii. Separate drive arrangements for rotor, drum and apron conveyor. Drive arrangement consists of suitable rating geared motor, sprockets, chain etc. xiii. Suitable Arrangement/provision shall be provided with the Pea-Podder for recovery of Pea Grains falling from Pea-Podder drum. xiv. Feed hopper, discharge hoppers, covers etc. shall be provided for smooth receiving & product transfer, all made with SS 304 sheets.

3A1.3) Waste Collection Conveyor

Function

Suitable for collecting the waste from the discharge hoppers of all the three Pea-Podders and feeding it to the inclined belt conveyor placed before the recovery drum. Capacity

The conveyor width & Length i.e. capacity shall be suitable for smooth handling of waste from the Pea-Podders.

Length: As per site requirement & approved equipment layout

The unit shall have following construction features: i. Body made of SS 304 pipes and SS 304 sheets. Slots are given in the body for easy cleaning of the conveyor ii. Food Grade Modular belt with cleats and side guards iii. Support sheet on which the belt runs. The support sheet is mounted on a framework made of SS 304 angles. iv. Return rollers made of SS for easy movement of belt on return side v. SS drive and driven rollers vi. Drive arrangement consisting of suitable rating geared motors, bearings, tensioning arrangement etc.

3A1.4) Inclined Conveyor

Function

53 The inclined conveyor shall be suitable for receiving the product from the waste collection conveyor and feeding the same to the grain Recovery Drum.

Length: as per site requirement & approved equipment layout

The unit shall have following construction features: i. Body made of SS 304 pipes and SS 304 sheets ii. Food Grade shall be of Modular PVC food grade belt iii. SS drive and driven rollers iv. Support structure for smooth movement of the belt v. Drive arrangement of suitable rating Geared motor, SS square shaft, sprockets, bearing

3A1.5) Grain Recovery Drum

Function

To recover the pea grains passed along with the waste pods from the Pea-Podder. The waste pods will be fed into the perforated drum with the help of inclined conveyor. Waffles are provided to lift and push the product forward in the drum. As the pea grains in the waste finds the perforation, they fall down on the apron conveyor. The small peels and the grains are further separated on the apron conveyor by virtue of conveyor design.

Capacity

The capacity of Grain Recovery drum shall be suitable to handle the waste coming out of the any two working Pea-Podders mentioned above with maximum grain recovery.

The unit shall have following construction features: i. Body frame made of SS 304 pipes ii. Drum made of perforated SS 304 sheets iii. SS plates that act as waffles for movement of product iv. Drive arrangement for the drum with suitable rating geared motor, sprockets, chain etc. v. Roller supports for smooth movement of drum. vi. Apron conveyor consisting of SS rollers, SS body, SS mounting frame, food grade belt, support structure for the belt etc. vii. Adjustable angle to control losses and holding time in the drum. viii. Provision to transfer peas collected in recovery drum to main pea’s grains carrying conveyor. ix. Provision to transfer waste from recovery drum slant conveyor to waste pod discharge line.

3A1.6) Waste Pods (Chilka) Discharge Line

Function

To dispose waste pods (chilkha) from Recovery Drum to outside the room at elevated level so that it can be dumped directly into trolley/truck.

Capacity

54 The capacity of Waste Discharge line shall be suitable to carry all the waste generating from Grain Recovery Drum, Winnower, and Washer, Inspection Table etc. without any spillage or falling of waste on floor.

Length: as per site requirement & approved equipment layout.

The unit shall have following construction features: i. Structure made of SS 304 square pipes ii. Body made of SS 304 sheets iii. Food Grade Modular PVC belt with cleats and side guards iv. Carry way and return way fitted with UHMWPE strips for smooth movement of the belt v. Suitable Rating Geared motor, SS square shaft, sprockets, bearing

3A1.7) Peas Collection Conveyors – 1 Set

Function

Suitable for collecting the pea grains falling from the apron conveyor of each pea podder and conveying them to the main peas grains carrying conveyor further leading to elevator.

Capacity

The conveyor system should be suitable to carry 2000 Kg/hr green peas.

Length: as per site requirement & approved equipment layout

The unit shall have following construction features:

I. Body made of SS 304 pipes and SS 304 sheets. Slots are given in the body for easy cleaning of the conveyor. II. Food Grade Modular belt with cleats and side guards III. Support sheet on which the belt runs. The support sheet is mounted on a framework made of SS angles. IV. Return rollers made of SS for easy movement of belt on return side V. SS drive and driven rollers VI. Drive arrangement consisting of suitable rating geared motors, bearings, tensioning arrangement etc.

3A1.8) Elevator Function

It will receive pea grains from peas collection conveyor (Item 3.1.7) and convey the grains to the winnower.

Capacity

The elevator should be suitable to carry 2000 Kg/hr green peas.

Length: as per site requirement & approved equipment layout

55 The unit shall have following construction features: i. Structure made of SS 304 square pipes ii. Body made of SS 304 sheets iii. Food Grade Modular belt with cleats and side guards iv. Carry way and return way fitted with UHMWPE strips for smooth movement of the belt v. Suitable rating Geared motor, SS square shaft, sprockets, bearing

The discharge height of the elevator will be matching the feed height of the winnower.

3A1.9) Winnower

Function

The unit performs the following functions: i. Separation of whole pods from the pea grains ii. Separation of small size of pea grains (<4 mm) not suitable for further processing iii. Separation of small peels from the pea grain

Capacity The winnower capacity shall be suitable for processing line capacity of 2000 Kg/hr pea grains.

The unit shall have following construction features: i. Body frame made of SS 304 pipes ii. Body made of SS sheets. There are two screens fitted on the body. The top screen separates the pods from the grains. The middle screen separates the proper size of the grains from the small size ones to be discarded. iii. Suitable rating Vibratory motors mounted on flanges mounted on a pipe fitted on the body iv. Springs to ensure that vibration is not transmitted to the body frame v. Conveyor similar to apron conveyor mounted after the vibrating unit. Apron conveyor fitted below the screen to ensure the product fall on that and the waste stick is separated and collected in the crate with the help of chute.

3A2) Processing Line for Pea Grains

3A2.1 Washer (Reel type & continuous)

Function

For washing of green Pea grains in water prior to feed continuous belt blancher.

Capacity

The Washer capacity shall be suitable for washing of pea grains min. 2000 Kg/hr based on 75 sec. washing time for pea grains, bulk density 580 Kg/m3.

56 The unit shall have following construction features:

i. Provision to remove floating impurities, foreign matter with water level adjustments; ii. Capacity to be Based on min 75 sec washing time of green peas, bulk density 580 kg/m3 iii. Minimum water volume and adjustable turbulence to not required control washing of variety of vegetables iv. Provision for minimizing losses during transfer to the next process equipment v. Complete with continuous dual filtration system for quick changeover possibility during process without stopping the washing system. vi. Water Collection System, Pumps, nozzles and valves should be of sanitary design and mounted wherever applicable as per supplier design. vii. Should be well equipped with drains, water overflow and hatch doors for cleaning easily without dismantling major parts like belt.

3A2.2 Blancher (Continuous Belt Type)

Function:

For continuous blanching of green peas, sweet corn, Carrot/Potato dices, Cut Beans, Cauliflower Florets and leafy products. It shall also be suitable for other products as mentioned above as per blanching time & temperature combination required as per process requirement for individual products.

The Blancher shall be suitable for continuous Blanching by Hot Water, Steam or Water & Steam both. Steam used should have culinary filtered steam.

Blancher should have all provision in built to control blanching time & temperature precisely. After blanching the product is conveyed to pre-cooler through discharge hopper.

Capacity:

The Belt Blancher should be suitable for blanching 2000 Kg/hr. Pea grains & Sweet Corn at required temperature & time. It should be suitable for blanching of other vegetables mentioned above like Okra, Diced Carrots/Potatoes, Cauliflower florets, leafy products like Basil/Curry leaves & herbs etc.

The unit shall have following construction features:

i. The blancher should be suitable for both Steam & Hot Water Blanching. ii. The design should be in SS 304 construction. iii. Provision of digital control PID / display with arrangement of VFD to control & maintain precise blanching time and temperature must needed. Conveyor / belt speed (frequency) and temperature with fail safe arrangement must be provided. Supplier should provide the chart for Frequency: speed setting of conveyor. iv. Blancher should have the provision of a safe point with closure for cross verification of online temperature manually when needed. v. Blancher design should be suitable to adjust blanching temperature between 70 Deg C to 94 Deg C vi. Blanching time should be adjustable between 90 sec to 360 sec. vii. Minimum water volume, water level adjustments and effective turbulence for uniform blanching of variety of vegetables. (may vary as per supplier’s design)

57 viii. The steam supply from control valve to blanching system should be distributed evenly thru out blanching zone length. ix. Provision for checking even temperature by proper mounting of temperature sensors/indicators thru out blanching zone in offered machine as per bidder design specs. x. The steam control valve should able to maintain required blanching temperature accuracy thru out processing. The bidder needs to specify accuracy range in their specs. xi. The blancher design should be equipped with water jacketing to minimize steam/hot vapors escaping from blancher and ease of steam condensation. xii. The blancher design should have arrangement to avoid steam/hot vapors escaping at both in feed and out feed to avoid losses. Bidder needs to specify this in detail. xiii. The bidder needs to supply well design SS exhaust hood/vapor collection system mounted on top of Blancher with SS Duct (Insulated) up to the nearest safe exit point as per approved layout. Bidder shall also provide hinged flaps at the open exhaust end of the duct to prevent entry of insects, mosquitoes & birds. The Hinged flaps should open only by exhaust fan air pressure and should be tightly closed in case exhaust fan is not running. xiv. The blancher design should have open removable or wide opening doors with holding bars to ensure easy and fast cleaning throughout the product zone part. xv. The blancher belt design should be food grade, modular and mounting should be in such as to enable ease in cleaning without removing belt every time. xvi. Provision for minimizing losses during transfer to the next process equipment xvii. On-line filtration with duplex filter, pumps, nozzles and valves without need to stop the production wherever applicable

3A2.3 Continuous belt/ Drum type Pre-Cooler & Cooler (Chilled water & Air provision in cooler specifically)

Function:

The Pre-Cooler will receive the Pea Grains & other vegetables mentioned above including Okra and leafy products from Blancher at 92 °C and shall be suitable for pre-cooling the pea grains to 40 °C – 45 °C by using normal water.

The Cooler shall be suitable for cooling of the vegetables after pre-cooler from 40 °C – 45 °C to 15- 20°C ( Below 20 °C inlet temp. is given for IQF design) by using chilled water at 2-4 °C. The product is passed through chilled water for specified amount of time on a modular belt. After cooling, the belt lifts the product out of water and discharges it to next equipment.

In case of steam blanching the cooler will receive product at 92 °C like above but cooling of vegetable will happened with ambient air to bring the product temperature up to 40 °C – 45 °C. After pre-cooler, the product will enter in Cooler which has provision of circulation of Chilled Air of temperature 10-15 deg C to bring product temperature in range of 15-20 deg C before entering in IQF.

Bidder shall mention the required cooling tower water & chilled water quantity.

Capacity:

To cool down 2000 Kg/h (based on Green Peas of bulk density 580 kg/m3 with minimum cooling time of 180 sec with 75% of belt load).

Other cut vegetables and okra & leafy products: In line with capacity on the basis of green peas depending on bulk density, cooling time needed as per process requirement.

58 The units shall have following construction features:

i. The design should be in SS 304 construction. ii. The design should be on counter flow cooling basis for efficient and fast cooling of desired product coming from blanching system. iii. Provision to control required cooling time and temperature as needed for multiple application; iv. Minimum water volume, water level adjustments and cooling efficiency for uniform cooling of variety of vegetables. v. The chilled water supply to cooling system should be circulated /distributed evenly thru out cooling zone length. vi. Provision for checking even temperature by proper mounting of temperature sensors/indicators thru out cooling zone in offered machine as per bidder design specs. vii. The cooler design should have open removable or wide opening doors with holding bars to ensure easy and fast cleaning thru out the product zone part. viii. The cooler belt design should be food grade, modular and mounting should be in such as to enable ease in cleaning without removing belt every time. ix. Provision for minimizing losses during transfer to the next process equipment x. Complete with Cooling Tower & chilled water distribution system, balancing/buffer storage, collection system, Dual filtration system, pumps, nozzles and valves wherever applicable. xi. On-line filtration of Chilled water without need of stopping the production and other suitable items like passing filtered Chilled water thru UV tube to maintain quality of chilled water.

Note: Only UV treated process water to be used for both Pre-cooler & Cooler.

3A2.4 DE-WATERING SHAKER (with 4 mm screen/Sieve)

Function:

For efficient dewatering of excess surface/trapped water from the processed green peas, sweet corn and other products as per process requirements

Capacity:

2000 Kg/h (base on Green Peas of bulk density 580 kg/m3)

Other cut vegetables: In line with capacity on the basis of green peas depending on bulk density

The unit shall have following construction features:

i. The design should be in SS 304 construction. ii. The design should be suitable for multiple cut vegetables as per specified in tender documents. The bidder needs to specify dimension as per their design basis. iii. The dewatering design by means of unbalanced vibratory motors or by frequency vibrators etc. including air blast facility to remove maximum adhered surface water as needed for handling multiple applications. iv. The design should be such that to enable easy changing of product tray if needed for easy and fast change over during production. v. The dewatering shaker should be supplied with SS tray for collection of water. vi. The bidder needs to supply std. mounting structure, platform fabricated from SS material to have fixed on the factory floor level.

59 vii. Magnetic Bar of suitable gauss to be installed for prelim metal detection

3A2.5 Manual Inspection Conveyor

Function

For efficient manual inspection of properly processed/De-watered pea grains, sweet corn and other products

Capacity

The belt conveyor should be suitable for carry 2000 Kg/hr pea grains.

The unit shall have following construction features:

i. The design should be in SS 304 construction. ii. The design should be suitable for multiple cut vegetables/okra and leafy items as per specified in tender documents. iii. The dimension should be 800 mm wide and 4000 mm long or bidder need to specify dimensions as per their design basis if not as per above. iv. The design should have arrangement to mount collection bin on the side walls of this conveyor to collect unwanted /removed product. v. The design should have provision to enable inspection thru out product depth/thickness to avoid any bottom layer product going forwarded unnoticed to freezing process. vi. The inspection conveyor belt design should be of modular food grade and such that to enable easy cleaning. vii. The inspection conveyor design will be open for ease in cleaning without any possibility of product debris forming viii. It shall have high intensity LED overhead lighting for inspection of products

NOTE: Magnetic Bar of 11500 gauss to be installed on top of the Conveyor to trap any MS parts

3A2.6 Freezer Feed Elevator

Function

For continuous feeding of processed, De-watered pea grains, sweet corn and other products from Manual Inspection Conveyor to in-feed shaker of IQF. The discharge height of the elevator will be matching the feed height of the in-feed shaker of IQF.

Capacity

The elevator should be suitable to carry 2000 Kg/hr green peas

Length: as per site requirement & approved equipment layout

The unit shall have following construction features:

i. The design should be in SS 304 construction. ii. Provision for changing belt speed as per requirement while handling multiple products.

60 iii. The feed elevator design should have collection/buffer hopper to collect and transfer product to in-feed shaker of IQF tunnel system. iv. The feed elevator design should have modular food grade belt/SS wire mesh belt with mounting arrangements to enable ease in cleaning without removing the belt. v. The feed elevator belt should have arrangement to enable ease in delivering the product at in- feed shaker and to have minimized product going back in return with belt resulting product spillage and wastage. vi. The feed elevator should be supplied with catchment tray for enabling product spillage/falling down on factory floor. The design should enable easy collection of product coming out not delivered at in-feed shaker. vii. The feed elevator design should not enable product rolling back due to improper drawing.

3B) Whole vegetable and Fruits Section

3B.1 Floatation Vegetable Washer (floatation / air agitated continuous belt type)

For washing of raw vegetables/fruits prior to cutting and trimming based on floatation washing principle. Capacity of the washer shall be up to 2000 kg/hr of Okra based on 90 sec washing time. The washer shall be suitable to vegetables like okra, carrots, gourds etc.

Washer shall be manufactured completely in AISI 304 stainless steel. Mounted with modular SS belt ensuring long life and low maintenance cost. Shaft mounted geared motor, sealed bearings and blower motor. The washer will be designed for working on floatation based principle with high air blower coming with washer as a standard supply. The design of washer should have easy access during cleaning.

3B.2 Bristle Washer (Continuous twin / multi bristle washer type)

Function

Washing of Okra, baby corn, leafy vegetables, tubers & carrots to effectively remove the soil & other foreign particles from the product

Capacity – 2 MTPH (in terms of Okra)

Provision of air agitated washing should also be given with water inlet & outlet. Hygienic & Sanitary design with floating reel washer arrangement.

Easy in removing bristles and use the same machine as simple air agitated/floatation type of washer.

MOC SS 304

3B.3 Continuous Rotary Type peeler: 1 Nos.

Machine with set of Rotating rollers with carborandum coating and not required hard bristles shall be made for high uninterrupted performance. Shall have provision for water inlet & outlet shall be provided with safety covers with start stop buttons. Unpeeled vegetables shall enter from one side and discharge from other side. During this peeling, water is pouring in the peeler to carry away the peel.

61 An online centrifugal separator also to be provided to receive the water with peels to separate the peel from the water.

Peeling system with inlet for water shall be suitable for peeling of multiple vegetable like Carrots, Potatoes Onions & Gingers.

Machine should have provision of VFD to adjust the RPM of rollers depending on vegetables. Machine should have flexibility to change / replace the rollers of abrasive and hard bristles rollers (partly/fully/in-between) depending upon needs.

3B.4 Dicer/slicer/Cutter:

(a) Cutter / Dicer

Three dimensional Cutter / Dicer manufactured in SS with facility to cut/slice/dice the multiple fruits & vegetables. The Dicer/Cutter should have facility to adjust the slice / dice thickness / sizes.

The product to be cut is fed into the centre of the rotating impeller. By means of centrifugal force, the product is cut into slices of required thickness. These slices are then cut into strips by circular knives. The cross cut knives cut the strips into cubes or rectangular pieces and discharge the same through discharge chute.

Lightweight and easy to handle tools to be provided with Cutter / Dicer, Interlocking/Safety Switches to be provided on guards & protective covers.

Necessary mechanism also to be provided for easy cleaning of the machine

The dicer/cutter should be able to cut:

a)Slices of thickness 3 to 20 mm b) Strips (by circular knives) of size 3 to 20 mm c)Dices (by cross cut knives) of sizes 6x6 mm, 10x10mm, 15x15 mm and 20x20 mm The changeover of machine for different sizes should be easy & time efficient.

(b) Chopper –

Suitable for chopping of leafy vegetables like Spinach, Tender Methi & coriander, etc

SS 304 make motorized mechanical chopper to chop green leafy vegetables into 3-5 mm thickness.

Capacity 2 MT/hrs

(c) Slicer –

Suitable for slicing of okra, drumstick & Snap beans, Sponge guard, Bottle guard etc.

SS 304 make motorized mechanical chopper to chop green leafy vegetables into 3-5 mm thickness.

62 Capacity 2MT/hrs

3B.5 Working Tables in SS 304 on castor wheel: 8 nos.

For manual grading and sorting of raw vegetables prior to further processing The design of SS tables should be with drainage connection pipe at center for washing and border on side and chute for product outlet

Table dimension: 3000 mm longX1200 mm widthx900mm height

3B.6 Buffer Tank with Elevator: 1 no

This conveyor will be fully built in SS 304 with PP/PE modular food grade belt with flights design to carry prepared vegetables to feed tumble washing system or processing section. Buffer tank with 0.1 m3 volume to receive the product. Flighted PP belt should be 300 mm wide and length 1.6 mm

3B.7 Tumble washing system: 1 no.

To wash the dice fruits / vegetables coming directly from dicer It should be in SS construction. 300 mm dia SS tube mounted on the rotating supports First section equipped to receive products from the cutter and supplied with re-circulated water. Second section supplied with fresh water for final washing Storage tank to be provided to separate starch from water prior to re-circulation

3B.8 S.S BELT WASHER Cap.- 2000 Kgs./hr. Size – 800 mm. width x 3 m long Power – 2.0 h.p Suitable for washing OF leafy & root vegetables, & removing of foreign particles from the product. The equipment consists of :- S.S. balance tank with S.S. centrifugal pump & turbine blower. S.S. flume suitable for washing of product. Arrangement for washing of product by fresh water & removing foreign material. Fixed speed drive with geared motor & set of wheels.

3B.9 Vibratory Dewatering Screen: 1 no

For removing the excess water coming along with product after washing. Water collection tray for collecting water should also to be provided with excl. connection to drain

Size should be suitable with round rods.

3B.10 SS Trolleys with Trays

Mobile Trolley should be fabricated from SS 304 having wheels along with brake system. The Trolley should have facility to keep sliding trays one above another. The trays should be designed to avoid falling of pulp packets from the tray during movement. Sufficient vertical gap to be provided between the trays for smooth handling of product.

63 The Vertical & Horizontal supports shall be of SS 304 hollow rectangular section. Tray should be of 2 mm thick SS 304 sheet having perforation holes of 10 mm dia. The height of mobile trolley shall be 1500 mm. This Mobile trolley loaded with product packets will be placed inside the blast freezer for blast freezing of products.

3B.11 Roll Over Conveyor for Sorting & Grading

Size: 1500 mm Width x 5000mm length. Power – 4.0 HP Suitable for collecting Fruit & vegetables from the Flotation Washer. The conveyor is designed such a way the material will rotate on the conveyor. The workers will pick up the material and do the sorting and cutting, the final material will be discharge to the Packing Conveyor and the waste can be collected in Crates. The equipment consists of: - a) PVC coated food grade endless belts. b) Stainless steel Side guides & center guides for partition. c) Variable speed drive with geared motor with Stainless steel base plate

3B.12 Feeding Modular Bucket Elevator

Size: 600 mm Width x 3000mm Length. Power: 1.0 HP Suitable for collecting the product and transfer the material to the Flotation washer The Equipments consist of : a) Conveyor Structure made of SS 304 angle frame 40mmx40mm b) Collection hopper made of SS 304 sheet of suitable thickness. c) Food Grade Modular belt with cleats and side guards. d) Sprocket with shaft & bearing for driving the belt.

3B.13 Modular belt bucket elevator

Size: - 450 mm Width x 5000 mm length Capacity: 2000 Kg. of Pea Grains/HR Power: - 1.0 H.P. Suitable for collecting the pea grains and carrying the product to winnower. The equipment consists of: - a) Stainless Steel Framework with supporting. b) White PVC Food Grade Modular Belt Having Buckets. c) Sprocket with shaft & bearing for driving the buckets. d) Fixed speed Reduction with geared motor.

3B.14 Pod sorter Capacity: 2000 Kgs of Grain/Hr. Power: 1.0 HP The sorter is placed over the Grain conveyor for removing the Row pods from the grains collected. The equipment consists of: - a) S.S Perforated Frame side guides & supports. b) Vibration through Cam system driven through motor. C) All the base Frame work will be of stainless steel.

64 3B.15 Air system for waste extraction

Capacity: 2000Kgs of Grain/Hr

Power: 2 HP The system consists of S.S Blower with Motor and Variable speed drive for removing the small Particles/ worms from the grains. The grains pass through the Air Blower before reaching the Winnower. The Air Blows the Dust Particles/ worms having less weight then Pea Grain and small broken parts of waste of Peapods. The entire waste is collected in the side’s collection bags and then after removed

3B.16 Pre inception conveyor

Capacity: – 2000 kg. /HR Size- 800 mm Width x 6000 mm length. Power – 1.0 H.P Suitable for manual inspection and sorting of unwanted particles from the product. The equipment consists of: - a) White PVC food grade endless belt b) Side guides, rollers, framework will be from Stainless Steel. Fixed speed Reduction with geared motor with stainless steel base plate.

3B.17 Waste collection conveyor Capacity - 3000 Kgs. of waste/HR. Size: - 600 mm width x 5000mm length Power: –: 1.0 HP Suitable for collecting & carrying waste discharged from deppoders. The equipment consists of:-

a) PVC coated food grade endless belt. b) Stainless steel Side guides & center guides for partition. c) Fixed speed Reduction with geared motor with stainless steel base plate.

3B.18 Buffer tank

Capacity - 2000 Kgs. Size: - 1000mm width x 1200mm length Power: –: 0.5 H.P. Suitable for distributing the material for the equal feeding to blancher The equipment consists of:- a) S.S 304 steel construction tank . b) Mounted on the S.S 304 frame with equal distribution arrangement. c) The adjustable arrangement for control feeding. d) Vibrating motor

4 Imported Equipment:

Bidder shall submit the price for following imported items as optional with all price break-ups so that IBMFPPL can take a call to select either imported or indigenous components.

65 a) Blancher (Item 3A2.2) : Femia / PIGO/Cabin Plant/ equivalent b) Pre-cooler & Cooler (Item 3A2.3) : Femia / PIGO/Cabin Plant/ equivalent c) Dicer / Cutter (Item 3B.4a) : Urschel/ Equivalent Indian Make d) Bristle Washer (Item 3B.2) : Imported /Equivalent Indian Make e) Slicer : Imported / Equivalent Indian Make

The above imported/ Equivalent Indian Make / equipment should strictly meet the specifications & features as mentioned above in detailed technical description of corresponding item. If equivalent equipment is proposed in the BID, same shall be subject to approval after the presentation.

5 IQF Tunnel Freezer One IQF tunnel freezer with 915mm wide belt for freezing 2000 kg/hr green peas, fruit and vegetables freezing from an in feed temperature of 15 C to an equilibrated out feed temperature of -18 C. And the equipment construction should be like: ⁰ Insulated Floor: ⁰ 2.0mm thick SS304 stainless steel, fully welded Insulated Enclosure: 0.5mm thick SS304 stainless steel IMP panels Caulked Enclosure: 0.5mm thick welded SS304 stainless steel FPS Enclosure: panels 150mm thick polyurethane insulation

Conveyor Belt: Intralox 800 series plastic modular belting Conveyor Structure: SS304 stainless steel open structure design Stainless steel conveyor support rails with polyethylene rail supports Drive System: External drive, SEW Eurodrive IOP painted motor and reducer or equivalent Direct belt drive; SEW Eurodrive IOP painted motor and reducer Variable frequency drive control Polyethylene sprocket and idler wheels

Infeed & Discharge: SS304 stainless steel structure with infeed belt washer & dryer

Circulation fan motors: Aluminum centrifugal plug fan External mounted ABB electric motor Evaporator Coil: 22mm O.D. aluminum tubes, staggered pattern 1.5mm thick aluminum fins SS304 stainless steel tube sheet Control Panel: SS304 stainless steel enclosure, IP65 panel Allen Bradley Compact logix PLC Renu Flexi Panel 7” colour touch screen Motor starters and circuit breaker

All equipment and components described above are considered machinery and not a building.

6 Basic Technical Requirement i. All machineries should be easy to clean in minimum time with all corners of machineries within reach for cleaning ii. Material of construction – SS 304

66 iii. Belts used should be Food Grade modular type PP / PE of reputed make (eg. Intralox) supported with manufacturer certificate on food grade / temp range suitability etc. Supplier to submit food grade certificate for these belts as a standard part of supply. iv. Shaft mounted geared motors from reputed supplier from Europe – Bonfiglioli / SEW v. Sealed SS bearings with no lubrication needed. vi. All valves and piping & fittings of food grade dairy quality of reputed makes. vii. Continuous modulating valve for steam / temperature control. viii. Pumps and other fittings of reputed make like Grundfoss make. ix. All Machine/equipment should be fully equipped with VFDs. x. All motors shall be of efficiency class IE 3 or higher. xi. All motors to be provided with SS covers with louvers to protect motors from water during washing & plant operations. xii. All machines should be complete with all machine mounted parts, filtration system where ever applicable to have continuous processing without stopping as may needed for cleaning filtration system. xiii. All transfer points to be well covered with proper product release mechanism for close to zero product spillage. xiv. PLC cum MCC Electrical Control panel in SS 304 build with standard components. xv. All switchgears shall be energy efficient, heavy duty type, latest series with minimum watt losses. xvi. Blancher and cooler should be belt type suitable for multiple vegetables as listed above. xvii. The bidder needs to include in scope of supply required platforms, walkways, supports wherever needed for offered equipment’s for operating, cleaning and easy man movement without disturbing the process. xviii. Bidder/supplier shall submit the detailed fabrication drawings of all the fabricated items for approval before starting the fabrication.

7 Electrical PLC/MCC Panel

PLC based MCC cum Control Panel

The control panel shall mainly comprise of i. SS Housing ii. Incomer switchgear with overload, short circuit & earth fault protection iii. Processor unit with Input-output modules of Allen Bradley / Siemens iv. HMI Touch Screen Display v. VFDs for all conveyors & Equipments as mentioned above. vi. Power and control switchgears for Peas Pre-processing & Processing Line equipments (mentioned above). vii. Control instruments for controlling temperature, water level at Washer, Blancher & Cooler and wherever required. viii. Accessories such as power supply units, MCB, relays, terminal blocks etc. complete in all respect. ix. All switch gears shall be Energy Efficient of low Watt loss characteristics

The MCC cum Control panel housing shall be of SS 304 conforming to IP64 floor mounting type. The complete panel should be dust, weather and vermin proof. It should be fabricated from 2mm SS sheet confirming to AISI 304 as per the approved drawing. All inside as well as outside surfaces should be finished to Food industry standard. The size of control panel housing should be suitable to accommodate items like PLC, Operator panel, digital input-output units, DOL/Star-delta Starter and Frequency Drive.

67 20% spare IOs, 20% spare Tags should be provided to meet any future requirement.

Processor memory should not be used more than 60 % I.e. 40 % memory should be kept spare.

The complete MCC cum control panel should be having separate compartment for

i. PLC Unit with I/Os and VFDs and ii. DOL/Star-delta Starter for Motor Feeders. The PLC compartment having PLC, IOs & VFD should have cooling arrangement also i.e. Panel cooler should be considered.

8 Power, Control & Instrument Cables

All Power, Control & Instruments cable from Control Panel to individual Motor, Instruments & Controls of suitable size and preferably of LAPP make shall be in supplier scope.

9 SS Cable Trays with Accessories

SS Cable tray from the Control Panel to individual Motor, Instruments & Controls along with cable dressing accessories shall also be in supplier scope.

10 SS Structure & Platform

All structure, platform stairs etc. required for smooth operation of complete Pea-Podder with grain recovery system, Peeling Cutting & Preparation and Peas processing line shall be in supplier scope and to be fabricated from SS 304.

11 Deviation Statement

Bidder should provide Technical Deviation statement (if any) separately along with the offer. In case bidder has not submitted price for imported equipment as mentioned at 4.0 same will be considered as deviation from tender terms and conditions.

12 Battery Limits for Services

a) Electric Power 415 volts 3 phase 50 Hz AC supply. Power cable to inlet of electrical panel shall be provided by supplier however further tapping to individual equipment part of offered system is included in bidder scope including earthing of panel and Panel conforming to IP 54 grade.

b) Air, Water & Chilled water, Chilled Air Normal Water at ambient temp & chilled water supply & return at required temp, air at required pressure shall be provided at one point by purchaser; however further tapping to required place of installation is included in bidder scope of work.

Cooling Tower of required capacity including inlet & Outlet piping to & fro from Pre-Cooler, valves, pumps etc. will be in Bidders Scope.

13 Line Details

68 Bidder need to provide the technical details along with the offer as per attached ANNEXURE-1

14 Makes

Bidder has to consider the makers of equipments/items as per attached ANNEXURE-2

15 INCIDENTEL SERVICES

Supplier shall be required to provide following services: i. Delivery at Ex- Raipur, Chhatisgarh including unloading and shifting to site location. Quoted rates shall be fixed for duration of the contract EXCEPT ANY VARIATION IN statutory rates of duties/levies to purchaser/supplier account at actual on submission of documentary proof of increase/reduction. ii. Comprehensive including Transit insurance of the equipment till final hand over. iii. Commissioning and on-site assembly (except civil works, if any) and start-up of the supplied goods to include in the scope of work till satisfactory commissioning & performance establishment and hand over to buyer. iv. Supplier has to make his own arrangement of stay, to & fro transport to site from place of stay for his team deputed for carrying out unloading, shifting, erection and commissioning of processing line. v. Supplier has to arrange required tools & tackles, machinery and initial lubrication of the supplied machinery at their own end for carrying out above services at site. vi. Purchaser will provide electricity at one point free of cost for erection of equipment. However further tapping following all safety measures to be arranged by the bidder. vii. Furnishing of two sets of detailed operation and maintenance manuals (separately for electrical wiring and mechanical components). viii. Performance or maintenance or supervision and / or repair of the supplied goods for period of time agreed by the party, provide that this service shall not relieve the supplier of any warranty / guarantee obligations under this contract. ix. Conduct of training to our personnel at the suppliers plant and / or on-site, in assembly (or at the works of the suppliers agent), startup operations, maintenance and / or repair of the supplied goods. x. The warranty / guarantee offered by the supplier regarding the design, material or workmanship, performance or any defect from act or omission of supplier that may develop under normal use of the supplied goods shall remain valid for a period of twelve months after the goods have been commissioned at our works.

16 General Terms & conditions of the Contract

As per attached annexure

17 Eligibility Criteria

The bidder in same name shall have successfully supplied and commissioned at least two jobs of similar nature in INDIA of similar/higher capacity in past 5 years period. The bidder is required to submit the attested copies of the order and completion certificate as proof of jobs executed.

69 ANNEXURE – 1

Details to be provided by Bidder along with offer

S No Description Supplier Reply 1 Guaranteed Grain Recovery (%) from Pea-Podder Section 2 Grain Wastage (%) form Pea-Podder Section. Guaranteed grain wastage (%) from processing line from winnower to 3 output of cooler 4 From winnower to output of cooler. 5 Guaranteed Water % at De-Watering Shaker Output 6 Total Connected/Running Electrical Load 7 List of other service/utilities requirement based on per hour requirement 8 i) Steam (Kg/hr) 9 ii) Compressed filtered air (CFM) 10 iii) Normal water (KLPH) 11 iv) Chilled Water (KLPH) 12 v) Any other needed (please specify) Civil foundations/pedestal required (if yes, for which equipment & 13 provide dimension along with Static /Dynamic Load) 14 List of fruits & vegetables possible to process with capacity for each Plan & Elevation drawings of Process Line with all structure (Platform & 15 Stairs), location of Service Points, Drains etc.

70 ANNEXURE – 2

Approved Makes

S. No. Items / Equipment Approved Makes

1 IQF PIGO / JBT/ FPS/ RINAC / Equivalent 2 Blancher (Item 3A2.2) Cabin plant Denmark / Femia / Equivalent 3 Pre-cooler & Cooler (Item 3A2.3) Cabin plant Denmark/ Femia / Equivalent 4 Dicer / Cutter (Item 3B.4a) Urschel 5 Bristle Washer (Item 3B.2) Imported/ Equivalent Indian Make 6 Slicer Imported/ Equivalent Indian Make 7 Pumps Grundfoss/ Alfa Laval 8 Electric motors ABB/SIEMENS (IE – 3 or Higher) 9 Pneumatic valves Festo 10 Butterfly valves Audco 11 Safety valves SPIRAX SARCO/LESER 12 Steam modulating valves SPIRAX SARCO 13 Steam reduction valves SPIRAX SARCO 14 Steam manual valves SPIRAX SARCO 15 Steam traps SPIRAX SARCO 16 Steam filters SPIRAX SARCO 17 Manometers WIKA 18 Main Switch L&T/ABB/SIEMENS 19 Contactors/switches/protections ABB/SIEMENS 20 PLC Allen Bradley / Siemens 21 Frequency converters (VFDs) Allen Bradley/Danfoss 22 Flow-meters ENDRESS+HAUSER 23 Level transmitters ABB/VEGA/ENDRESS+HAUSER 24 Pressure transmitters ABB/VEGA/ENDRESS+HAUSER 25 Pneumatic items SMC/FESTO 26 RTD Radix 27 Pushbuttons- Selectors TELEMECANIQUE 28 Geared Motors Bonfiglioli / SEW 29 Inductive sensors P&F/OMRON/TELEMECANIQUE 30 Micro switches and photoelectric cells P&F/OMRON/TELEMECANIQUE

71 6. 2. PART-2: REFRIGERATION SYSTEM FOR COLD/FROZEN/DUAL STORAGES AND IQF UNIT

Technical Specifications For Design, Supply, Installation, Testing And Commissioning Of Refrigeration Plant For Integrated Cold, Cold storage, CA & MA Chambers, Frozen Storages, Ripening Chambers and IQF At Raipur, Chhatisgarh (On Turnkey Basis)

GENERAL:

The proposed refrigeration plant is required for new Greenfield integrated project with facilities - IQF 2.0 MT/ Hr - Cold Storage - 2880 MT, (5 Chambers x 576 MT each) - CA Chamber -336 MT, (2Chambers x 168 MT) - MA Chamber-864 MT, (3Chambers x 288 MT - Blast freezer 288 MT (2 chamber x 144 MT each) - Frozen Storage, 1152 MT (3 Chambers x 384 MT) - Office, Laboratory

The refrigeration plant shall comprise of Screw compressors / reciprocal compressors, evaporative type condensers, PHE & Hot well cold well arrangement for chilled water generation, accumulator with ammonia pumps for IQF/cold/ frozen unit/ CA & MA Chamber, Ripening chambers, IQF tunnel, loading area unloading area/anterooms evaporators, electrical, instrumentation, piping etc

BASIS OF DESIGN:

The technical specifications given here are only for the guidance of supplier. The supplier shall design, supply, install and commission the refrigeration plant for various load requirements given.

Basis of Design is provided in the annexure. The supplier is requested to study the basis of design and heat load and propose the design and schedule of quantities, their capacity and submit BOQ of the proposed plant.

1. IQF Product : Frozen Fruit & Vegetable Product Capacity (MT) : 2.0 MT /Hr SST : (-) 40°C Inlet Temperature : (+) 10°C Product Final Temp. : (-) 18°C Cooling Load : 92.30 TR Cooling System : Ammonia Pump Circulation

2. Water Chiller

Water Inlet Temp. : 30°C Water Outlet Temp. : 2°C SST : (-) 5°C Cooling Load : 57TR Cooling System : Ammonia Pump Circulation

3. Chiller Chamber(CR1 –CR5)

Product : Mix Veg 72 Storage Capacity : 576 MT Daily Loading : 25 Ton/Day/Chamber No. of Rooms : 5 Room Dimension : 18 x 17 x 13m H Relative Humidity : 90 - 95% Room Temperature : 0°C-2°C Cooling Load : 21.90 TR Cooling System : Ammonia Pump Circulation

4. Chiller Chamber as Dual application (CR6 – CR12)

Product : Pre Frozen Product Storage Capacity : 500 MT Each Room Daily Loading : 44 Ton/Day/Chamber No. of Rooms : 6 Room Dimension : 18 x 16 x 13 m H Daily Loading : 25 MT Product Inlet Temp. : (-) 15°C Room Temperature : (-) 25°C Cooling Load : 12.5 TR Each Room Cooling System : Ammonia Pump Circulation

5. Frozen Cold Store (FR1 – FR3)

Product : Pre Frozen Product Storage Capacity : 384MT Each Room Daily Loading : 20 Ton/Day/Chamber No. of Rooms : 3 Room Dimension : 18 x 16 x 13 m H Daily Loading : 25 MT Product Inlet Temp. : (-) 15°C Room Temperature : (-) 25°C Cooling Load : 9.9 TR Each Room Cooling System : Ammonia Pump Circulation

6. Modified Atmosphere MA 4 – MA5

Product : Fruit & Vegetables Storage Capacity : 144 MT Each Room Daily Loading : 8MTon/Day/Chamber No. of Rooms : 2 Room Dimension : 17 x 8.33 x 7.8 m H Daily Loading : 25 MT Product Inlet Temp. : 20°C Room Temperature : (-) 40°C Cooling Load : 12.4 TR Each Room

7. Controlled Atmosphere CA 1 – CA 2

Product : Apples & other fruits Storage Capacity : 168 MT Each Room Daily Loading : 8MTTon/Day/Chamber

73 No. of Rooms : 2 Room Dimension : 8.39 x 18 x 7.8 m H Daily Loading : 56 MT Product Inlet Temp. : 20°C Room Temperature : 0°C Cooling Load : 9.7 TR Each Room

6. Loading and Unloading Area

Product : Frozen Product No. of Areas : 2 Room Dimension : As per layout Cooling Load : Vendor to consider

7. Ante-rooms

Product : Frozen Product No. of Ante-rooms : 2 Room Dimension : As per final approved drawing

8. Packing Room

Product : Frozen Product No. of Packing-rooms : 2 Room Dimension : As per final approved drawing

9. Labs (Air-conditioning), Split ac with outdoor condensing unit of make Diakin/Voltas/ Blue star including necessary pipe fittings accessories & installation of the same. Room dimensions as per final approved drawings.

10. Admin offices (Air-conditioning), Split ac with outdoor condensing unit of make Diakin/ Voltas/Blue Star including necessary pipe fittings accessories & installation of the same. Room dimensions as per final approved drawings.

11. Processing Area: Air conditioning (excluding heated zone) with chilled water. Area as per final approved layout.

74 1.0 PLANT ARRANGEMENT

1.1 System Proposed: The refrigeration plant comprises of Screw compressors in two stage operation to meet the load requirement on high temperature and low temperature application along with evaporative condenser, receiver, LG coolers, accumulator, air coil unit for cold/dual/frozen stores, PHE/falling type chiller for water cooling, Hot and cold well tank, accumulator with pumping arrangement for supplying refrigerant to IQF evaporator (to be supplied by purchaser) and the other cold/frozen stores. Refrigerant liquid distribution is by pumping system.

1.2 Scope of work:

The scope of work covers complete design; supply, installation and commissioning of the refrigeration system as detailed in enclosed basis of design, technical specifications and heat load chart. The job shall be treated as a total turnkey and the suppliers are fully responsible for design of the system, detailing etc. and give the rated performance. All the items/components that are necessary and essential to give the rated performance of the refrigeration system are included in the scope of work even though the same is not specified in details in the description.

The refrigeration plant covers additional refrigeration services that would be required for Air conditioning application.

1.3 Execution Drawings for approval:

The bidder shall submit P&I drawing showing all proposed equipment and pipe sizing for ammonia circuit & cooling water, equipment layout /foundation and fabrication drawings, piping layout and cable tray route with supporting details, cold store, piping layout, MCC/SCADA details and electrical single line drawing etc.

1.4 Refrigerant:

Ammonia refrigerant 717

2.0 Civil Works:

The purchaser will provide all civil works including the preparation of equipment foundations. However bidder/supplier will have to arrange any equipment/piping support structure grouting / supporting required including cutting hole in wall/RCC and restoring to the original finish as required.

3.0 Compressors:

The Bidder shall keep in mind while designing the IQF that its running time is only 3-4 months in A year and all the cold/frozen storages will run round the year.

Imported/Indigenous Screw block to be assembled indigenously complete with IE3 class suitable rating motors all accessories and instruments. Test certificate is to be furnished. Standard Service set of spares for each compressor to be supplied including set of special tools.

3.1 The compressors shall be of Screw type suitable for ammonia refrigerant running at designed speed. Each compressor shall incorporate:

- Suction and discharge line stop valves. - Suction and discharge line check valves and stop valves 75 - Automatic Bypass - Safety Relief Valves - Automatic 100% unloaded starting - Step less automatic capacity control system for a range from 100% to 10% - Suitable type oil separator cum reservoir with oil level indicator. - Directly coupled arrangement between compressor and motor. - Gas strainer/filter in suction with felt filter to trap scale and other impurities. - Pressurized Oil lubrication system by gear pump. - Mounting base frame for motor and compressor with foundation bolts. - Discharge and suction gas thermometer pockets and TT complete with tubing up to HMI panel on skid for suction & discharge pressure, temperature, oil pressure safety pressure cutout and oil safety cut-off. - Electrically operated solenoid valves for capacity control. - Thermosyphon oil cooling arrangement with priority vessel. - Suitable capacity TEFC 4 pole motor conforming to class IE3 or higher with cable junction box suitable for IP-56 application. Suitable VFD shall be provided. (DANFOSS) - Inter cooler / common liquid gas cooler with controls of suitable capacity for booster compressor.

Bidder shall indicate the following about the compressor being quoted:

 -Capacity of High stage compressor in TR at –5 deg C evaporating temperature and 47 deg C condensing temperature with Economizer.  Capacity of low stage compressor in TR at –40 deg C evaporating temperature and -5 deg C condensing temperature WITH INTERCOOLER.  Capacity of low stage compressor in TR at –30 deg C evaporating temperature and -5 deg C condensing temperature WITH INTERCOOLER.  Standby compressor with model of highest swept volume among above compressors having highest rating motor)  -Shaft power consumption of each compressor.  -Type of motor, rating in HP and its RPM.  -Swept volume.  -COP

4.0 CONDENSERS

4.1 Type: Condenser shall be evaporative type. 4.2 Duty: -The total capacity of the condenser shall be adequate to reject the heat of the high stage compressors when operating at design duty. This heat rejection shall be achieved with a condensing temperature 38 deg C and cooling water inlet temperature would be 32 deg C and outlet temperature 36 deg C. 4.3 Design: The detailed design of the condenser is the responsibility of the supplier. Drawings shall be got approved. Test pressure is 20 Kg/cm2 with air. 4.4 Fittings and Mountings shall provide on each condenser:

-Mounting / supporting frame MS hot Dip galvanized -Hot gas connection for welded valves. -Liquid outlet for welded valve. -Oil drain for welded valve. -Bottom drain plugged. -Safety valve connection with dual safety valve.

76 -Purge connection, 2 nos opposite the hot gas entry. -Pressure gauge tapping with valved pressure gauge. -Water inlet & outlet connection with welded valve. -Motors shall be min IE3 with VFD -Low level , high level switches for tray along with TT -Bottom tray MOC shall be of SS 304 -Necessary pressure gauges/PT’s -The coil shall be made of hot dip galvanized coil.

5.0 LIQUID RECEIVER:

5.1 Type: Horizontal through type and the total refrigerant flow passes through the receiver. Liquid ammonia charging system is to be provided on the receiver. 5.2 Design:

The detailed design of the receiver is the responsibility of the supplier. Drawings shall be got approved. The fabrication of the receiver must be carried out as per IS 2825. And all weld joints are 100 % radio graphically tested and test report from authorized agent must be submitted. 5.3 Fittings and mountings to provide:  Flanged and valved liquid inlet.  Dip pipe, flanged and valved for liquid outlet.  Drain pocket with bottom –plugged socket and flanged and valved oil drain Connection.  Safety valve branch with 2 positions change over valve and 2 no safety valves with outlet to be taken out at a safe place. Simultaneous closing off of both branches must not be possible.  Liquid level gauge glass having branches incorporating glass failure shut- off and isolating valves. Provide secure and substantial protection to the gauge glass.  System charging valve.  Pressure gauge tapping, valved with pressure gauge.  Purge connections, valved, 2 nos.  Saddle support.  Receiver shall be provided cooling water sprinkler header near top for safety purpose . 6.0 Liquid Accumulator: (-40,-30,-5 deg C) & Economizer for -5 deg C

The liquid accumulators provide the low temperature liquid supply and function as suction separators. They are horizontal cylindrical vessels fully insulated. The fabrication of vessels shall comply to IS 2825.

Fittings and mountings: - Suction gas outlet shall be of doom type with mist eliminator. The gas out let from doom shall be flanged and valved. - Wet return inlet, flanged and valved - Liquid outlet to circulating pumps, flanged and valved (one spare for future) - Oil drains connection, flanged and valved with receiver at bottom. Receiver at bottom shall collect oil with oil drain facility and heating arrangement. - Plugged bottom drain. - Liquid level control tapings (2 nos) valved. The liquid level header provided for mounting electronic float switches should have oil drain pot and provision to drain oil through oil drain vlave. The header should be insulated.

77 - Liquid level gauge tapings (2 nos) valved. The liquid level gauge glass shall be of frost-free type. The branches to the gauge shall include isolation valves and automatic shut-off for gauge breakage. - Mounting pads for 2 nos, level switches high and safety - Vapor vent connection from circulating pump flanged and valved. - Safety valve connection with 2-position change over valve and 2 nos safety valves. Pump out connection valved and plugged - Pressure gauge taping valved with pressure gauge - Pressure transmitter connection valved and flanged - Any other requirements for operational and safety requirements. - Hot dip Galvanized MS structure with wooden thermal barrier for saddles. Accessories: Liquid level controller, Level gauge, safety floats, pressure sensor etc

7.0 AIR HANDLING UNITS FOR COLD STORES, DUAL APPLICATION STORAGES, FROZEN STORAGES, LOADING AREA, UNLOADING AREA AND ANTEROOMS (2 NOS.)

 Duty: The duties of respective units are scheduled in design data and schedule of quantities enclosed.  Construction: The air handling units shall be of ceiling suspended cross-draft type intended to operate with PUMPING SYSTEM liquid supply from accumulators operating at - 30 deg C and -5 deg C.  Cooling coils shall be of SS 316 tubing and aluminum plates finning. Fin spacing shall be not less than 8mm.  The minimum quantity to be quoted 2 nos. in each chamber.  Water defrosts spurge pipes and header shall be provided, arranged to be self-draining.  Defrost water should be conserved and reused in evaporative condenser and for doing the same, complete arrangement with hot and cold well with necessary pipes and fitting shall be provided  The system includes liquid line solenoid valves, electronic float switch, timers, digital temperature indicator cum controller and other necessary items required.  The liquid feed assembly shall be mounted outside the room.  The total automatic hot gas defrosting along with water defrosting arrangement should be provided for all the cold/frozen storages. The system includes pilot operated defrost control check valves, pressure regulating valves, solenoid valves etc. All water piping inside chambers is to be electrically heat traced and insulated. All piping shall be self- draining. Piping is to be connected with nearest water header available.  The casing shall be of 18 gauge SS304 sheet, cross-broken to prevent drumming. No rattles shall occur when the unit is operating.  Induced draft fans shall be axial, direct coupled to motor. Fans and motor shall be dynamically balanced. Fans of cast aluminum or heavy gauge SS sheet, hot type galvanized are acceptable. Fan and motor assemblies shall be resiliently mounted and effectively guarded. Motors and bearings shall be suitable for operation at –20 deg C. and motors shall of class IE3 or higher and have degree of protection IP56 or better.  The drain tray shall be of 18 gauges SS304 sheet, cross-broken to provide falls, and arranged to intercept condensation from the casing. The height of the tray shall not be less than 100mm. The outlet shall be vertical.  Fabrication and installation drawings shall be got approved.  Installation of the units shall be by SS suspension rods attached to the substantial lugs on the casing. Suspension members for the units shall incorporate a thermal break within the thickness of the insulation, suspend the unit, level and lock suspension nuts. The tray shall be electrically heat traced and insulated from bottom.

78  All piping and electrical services penetrating the wall shall be designed and installed to avoid forming a thermal bridge from outside to inside that could cause sweating on the outside and to prevent infiltration of air.

8.0 FAN COIL UNIT FOR AIR CONITIONING  Fan coil units can be either ceiling mounted or floor mounted box type complete with finned coil, fan section with motor, insulated drain pan, clean able air filters.  Casing shall be made of high quality 20 G SS 304 sheet FOR corrosion resistance.  The coils are of seamless SS tubes of 4 rows deep 25mm tube and aluminum fins of 36 G. The fins are spaced with collars forming integral part of fins. The fins shall be bonded to tubes by mechanical expansion. Coils are required to be tested against leaks at a pneumatic pressure of 300 PSIG under water for a period of 3 hours.  Inlet and outlet connections are made of copper.  Fan (Blowers) unit shall be consisting of centrifugal blowers both statically and dynamically balanced. Blowers are directly mounted on two side extended shaft, single/three phase motor.  The drain pan to double skin insulated sandwich type tray insulated with polyurethane foam (PUF) insulation covering the entire coil section.  Chilled water inlet and outlet shall be provided with ball valve (Audco make), Y strainer, pressure gauge and industrial dial type thermometers. Also at inlet 3 way mixing valve with mounting motor & proportionate thermostat (Rapid control make) and balancing valve (Advance make) at outlet are to be provided.  Required chilled water inlet and outlet connections are to be done with required size G.I Heavy class pipe or MS C class pipe fully insulated cladded.  All AHU’s inlet is to be connected from the return header coming from the processing hall and outlet to new return header back to refrigeration plant.  Drain connection of drain pan is to be connected with required size PVC pipe up to nearest drain point in floor.  If required suitable size GI duct shall be fixed at blower outlet for proper distribution of air.  Installation of the units shall be by four suspension rods attached to the substantial lugs on the casing.

9.0 WATER COOLING SYSTEM (Required for the first stage cooling in IQF) FRP type cooling towers of heat rejection capacity 10 % higher than heat duty given in Design data is to be considered for cooling water from 36 deg C to 32 deg C. The heat rejection should be calculated for dry bulb temperature 36 deg C and wet bulb temperature 28 deg C. The cooling tower shall be complete with bottom GI grillage/I section and FRP basin.

Water inlet, outlet, overflow, drain connection, water make up with extended arm type float valve , low & high level sensor are to be provided and connected with nearest headers available.

10.0 CW AMMONIA PLATE CHILLER (DIRECT EXPANSION)/PACKAGE TYPE WATER CHILLER

 The water chiller shall be a package / plate type.  Requirement: For generating water at 2 deg C required for cooling peas after blanching bringing product temp suitable for IQF.  Capacity and design:  Ammonia plate chiller ( Direct expansion ) will be connected to gravity feed ammonia accumulator ( Vertical type ) minimum 1 m above chiller at evaporating temperature –5 deg C. Plate should be welded (cassette ) suitable for direct expansion. Plates shall be made out of SS- 316, 18 gauge, 2B/4 finish. The evaporator shall be as per International standard and ASME section III (N stamp) and section VII (U stamp) certified. All weld joints shall be radio graphed.

79 Surface area of the plates shall be such that desired 2 deg C temperature of water shall be achieved within one pass before product is started. The detailed design, selection of the instant water chiller and indicating and controlling instruments such as temperature controller, Back pressure regulating Valve, Pressure controller, Anti Freeze controller, flow control solenoid valves and any other requirements for safe and satisfactory functioning of the system is the bidder’s responsibility.  First charging of ammonia is to be included in scope.  Capacity of the chiller shall meet the design requirement given under design data. Detailed design, selection of the water chiller and all components required for satisfactory functioning of the system is the responsibility of the supplier. Chiller must have CIP connections of adequate size for periodic cleaning of plates.

10.1 HOT/COLD WELL FOR DEFROST WATER AND CHILLED WATER storage (2 tanks of suitable capacity):

Make up water and Chilled water return will be collected in hot well of the vessel. The hot water will be passing through direct expansion PHE through primary pump to achieve desired water temperature and will be collected in cold side of vessel. Secondary pumps will pump chilled water from cold side to process requirement. Vessel shall be provided with required butterfly valves, pot strainer, level indicators on both sides of vessel with isolation valves, the tank shall be made out of 6 mm thick MS sheet. The tank shall be provided with 100 mm thick PUF insulation covered 22 gauge aluminum cladding. The vessel shall be provided with drain pipes, overflow, and inlet/outlet nozzles with butterfly valves.

10.2 CHILLED WATER AND COOLING WATER CIRCULATION PUMPS

Suitable capacity pumps shall be supplied 1 no for primary pump to pump water from vessel to PHE and two nos. secondary pumps for supplying chilled water to process. Water pumps for cooling water (Cooling tower water flow). Necessary water headers and butterfly valves, NRVs, pot strainer shall be supplied by bidder along with pressure gauges. CW pump capacity should be selected in such a way that only one pump would be under operation and one standby shall be provided.

11.0 PURGER:

Function: Removal of non-condensable gases with minimum loss of refrigerant. The air purger shall operate automatic and bidder shall mention make considered and no of points considered. The automatic refrigerated purger shall be of ARMSTRONG USA make or equivalent.

12.0 PIPING:

Determination of pipe sizes for refrigeration, chilled water and water is the responsibility of the supplier. All suction, discharge, hot gas, compressor water cooling headers and cooling tower water lines and condenser water lines for new system shall be designed to take care of one additional compressor/pump to take care of future load. All Drawings showing installation details like pipe sizes, routes and location of valves shall be got approved. Pipe velocities shall be such as not to cause unreasonable pressure losses or noise.

Service Material Specification Refrigerant for –25 to - 40deg C application Cast Steel seamless ASTM SA-333 pipes Refrigerant including oil and condenser tube Steel 1S: 1239, 3601. Water supply, compressor cooling , bleeds Galvanized steel Heavy class

80 and drains, chilled water lines, defrost supply conforming IS 1239, and drain 3589, 4736

12.1 Material: Piping or tubes for the respective services shall be:

12.2 Valves: annually operated isolating valves and check valves shall be of types:

12.3 Installation:

Piping support drawing shall be got approved. For all refrigerant lines high-density half curve piping size PUF/ polyurethane blocks are to be placed between supports, piping and above piping.

All refrigerant lines root run shall be carried out with TIG welding process using nitrogen/argon gas for purging. All other runs shall be by ARC welding.

Refrigerant suction shall be laid to fall to the respective liquid accumulator. Where a rise in the direction of flow is necessary, it shall be achieved with a lifting trap at the low point. Any rise of over 3m shall include a lifting trap at each 2m interval.

Branches entering the suction main shall do so at the top. A suitable slop pots to act as a suction separator shall be provided in high and low Stage suction lines if the length of lines is long to separate liquid. Main suction and discharge lines should be sized suitable for simultaneous operation of all compressors.

Refrigerant hot gas shall grade from a high point in the compressor branch down to the Condenser. All branches shall have top entry to the main.

All refrigerant valves shall be installed with spindles horizontal unless otherwise directed or approved. Main water will be required to be tapped by the supplier from nearest available header for water defrosting of air handling units, make up water for cooling tower etc.

For compressor cooling water header shall be laid from cooling tower/evaporative condenser pump discharge header. Each branch connection from header shall incorporate a stop valve and flow shall be visible by in- line flow indicator, flow switch inline strainer etc. Connections to equipment shall be by unions or flanges.

Suction lines, liquid lines, hot gas defrosting and water defrost lines are required to be laid for proposed Peas deep freeze chambers air handling units and IQF in process hall from refrigeration room. Required pockets and thermo-well are to be left in the piping for mounting of controls as detailed under equipment specifications / electrical (controls).

Supporting platform where ever required for ease of operation and maintenance shall be provided for e.g. for cooling tower fan, evaporative condenser, air handling unit’s etc.

Pipe lines and vessels operating below ambient temperature whether refrigerant or chilled water shall be insulated with IN SITU PUF of thickness as per relevant ISI recommendation and cladded with 1mm thick aluminum sheets by providing adequate spacer, ring etc. to withstand PUF injection pressure.

14.0 ELECTRICAL, INSTRUMENTS & CONTROLS:

81 14.1 Scope:

The electrical installation includes all items and work necessary for the functioning of the plant, comprising:

-Switch boards comprising main incomer ACB and outgoing feeders for motors with starters. Compressors shall be controlled by VLT drive. Control components and instrumentation as per enclosed detail specifications. -Remote Control panels for e.g. for auto defrosting etc. - Other items like cabling, switches, cable tray, isolating switches, junction boxes, earthing etc

One no. spare feeder shall be provided in switch board for each category of electrical feeders including starters.

Bidder also has to arrange main incoming cable of approved size for main switch board to be installed in refrigeration room from existing LT panel.

All motors shall have terminal boxes suitable for aluminum cables. All motors shall be suitable for operation on 415 V (+/- 10%), 50HZ, and 3 phase supply. Motors shall be squirrel cage, TEFC, conforming to class IE 3 or higher with IP-56 protection of rating to suit continuous operation of the driven equipment at ambient condition. The motor shall be capable of taking 100% load at specified voltage.

Compressor driving motors shall be equipped with winding thermsistors.

Provide and install a local isolating switch at each motor if the motor is installed outside the refrigeration plant room as per Indian electricity Act and rules. Isolators shall be metal clad and weather- proof, if to be installed in cold rooms or outside. Final connection to motor from isolating switch shall be made with flexible multi-core copper conductors in PVC flexible conduits.

Provide and install all cabling and accessories including over head cable trays from main switch board to equipment motors, glands and lugs for termination at both ends, cable circuit marker plate at both ends etc. Cable tray and cables shall generally follow pipe routes.

Required earthing for the complete system from underground plate to motors and switchboard is to be provided by the supplier as per their rating and shall meet Indian electricity Act and rules. Required rating power capacitor of dry type with control switches shall be provided with main switch board to improve PF from 0.8 to 0.98.

Danger plate, shock charts, electrical ISI make red color rubber mats of 1.2 m wide equal to switch board length is also to be supplied.

Instrument and control systems for the convenient and safe operation of the plant shall be PLC controlled, and it shall be possible to view status of all compressors HMI data, Air handling unit fan running status, condenser fan status, CW and condenser pumps status from control room. It shall have following interlocks in the programming:- - Interlocking that operation of any high stage compressor shall be possible only if the related cooling water flow switch and proving circuit is made. - Interlocking that operation of booster compressor shall be possible only if any high stage compressor is ON. - Opening of refrigerant liquid feed solenoid valve of air handling units shall be possible only if the fan starters are on. 82 - Activation switches in program for manual or auto operation of liquid solenoid valves. - Interlocking of cold room thermostat with liquid feed assembly. - Levels of all surge drums thru level gauge including level controller - Ammonia pumps running status and interlocks with levels - Flow switches - Flow meter - Hot gas line motor valve & hot gas motor valve temp controller

The following controls shall be supplied in addition to describe under equipment specifications: -Temp. Recording of all storage chambers every min including set of controls like electronic float switch and solenoid valves to make auto liquid feed & stop

-Temperature Transmitters shall be provided for condenser inlet and outlet, chilled water pump discharge and return headers, pre-chiller water inlet and outlet, accumulators, ammonia pumps header etc.

15. 0 ANNEXURE (Basic design)

SUMMARY OF THE REQUIREMENT FOR BASIC UNDERSTANDING-

(Vendor has to submit the detailed break-up of quantities, unit price, make selected, model nos. Without this information, tenders shall not be considered)

Compressors: Composite plant to design for all the three sections (cold store, frozen store and IQF tunnel and its processing area) List of compressor required is as under: 1. Booster Compressor for IQF: Operating temperatures: (-) 40 deg C SST and (-) 5 deg C SDT with VFD 2. Booster compressor: having the same model of compressor 1 at Operating temperatures (-) 30 deg C SST with VFD. This shall be for frozen stores and dual (frozen) application stores compressor. 3. High stage compressor 1 no. of same model of -5 deg C/38 deg C SDT. 4. 1 No. standby compressor (model of highest swept volume among above compressors having motor for -5/40 deg C) Notes:  All compressors shall be with VFD drives.  All compressors will have imported screw block, oil pump, oil filter, and coupling and may be indigenously assembled.  High stage compressors will be provided with economiser.  Oil cooling will be thermosiphon based.  One common SCADA/PLC control panel to operate the entire system. To be provided with net biter/interconnections for visibility/ monitoring from distant location.  Evaporative type condensers-Evapco /Baltimore- 4 nos each having 250 TR (or suitable) capacity 28 deg C WBT and condensing of 38 deg C.  All ACUs shall be provided with VFD.  Fin spacing 6/8/12 for 0 deg C/upto-20 deg C/below –20 deg C respectively.  All frozen cold room ACUs shall have hot gas and water defrosting provision along with hot gas coil in the bottom drain with bottom insulation to avoid condensation.  All water piping inside the frozen stores shall be provided with heat tracing provision and insulation.  All liquid ammonia installation shall be made outside the chambers.  Automated air purger to be considered.

83  Equipment with more than 10 kW shall be provided with armoured 31/2 cable and up to 10 Kw shall be provided copper conductor cable.  All motors shall be of eff 1 (IE3)  Compressors motors shall be provided with RTDs on the winding side.  All safety valves will be provided with dual safety valves having branch with two position change over valves stop simultaneous closing of both branches shall not be possible.  Both liquid receivers shall be interconnected to work in parallel.  Water sprinkler system shall be provided on HP receivers.  Future expansion nozzles shall be provided on LP receivers with valves.  Oil drain / separator with hot gas connection to be provided on each LP receiver.  All electrical motors shall be IP56 protection.  All liquid station will be provided with isolation valves and bypass valves.  Design of the pipeline shall be done for all compressors (including standby) operating simultaneously and designed as per ASHRAE.  All water pipe lines above 50mm shall be flanged line and below 50mm shall be welded type ball valves with cast steel body and SS working parts.  Connection of makeup water line for Condenser to be pipelines shall be provided with flow switches.  All safety valves vents shall be mounted outside the building.  Insulation thickness shall be as per ASHRAE.  All electrical motors shall be provided with double earthing: a. With motors/isolators up to 10 HP, GI wire 8 SWG / PVC insulated copper 4 sqmm flexible wires. b. Motors up to 10-125 HP, GI strip of 25 X 3 mm c. Motors above 125 HP, GI strip 25 X 6 mm d. Switch board /MCC/ DG set, GI strip 50 X 6 mm e. Cable trays, GI strip 25 X 3 mm f. Power control centre / LT panel of substation, GI strip 50 X 6 mm g. Lightening arrestor , Cu strip 25 x 3 mm  MCC Panels manufactures should have CPRI test certificate.  Defrost water should be conserved and reused.  All the pipelines should be painted as per ASHRAE color codes

16.0 Safety items

Refrigeration plant room and all enclosed location of evaporators shall be provided with sufficient no of ammonia leakage detectors duly wired and controlled thru centralized control room PC. - Two gas masks shall be supplied in conformity with IS: 660 of approved make. - Outside refrigeration plant room Eye wash water sprinkler assembly is installed for immediate relief in case of any leakage. - 4No Water/air tight men suit to wear suitable for working in -18 deg C chambers and -40 Deg c. - Safety valves on all pressure vessels - Safety alarm system for all deep freeze store(6NO) - Exit board for all deep freeze doors(6no) - Rubber mats in front of MCC - Ammonia leakage detection system

17.0 TESTING:

Each individual system component must be satisfactorily tested prior to commissioning of the refrigeration plant, in the presence of purchaser’s engineer and a complete record be maintained: - All piping shall be internally cleaned and flushed. 84 - All piping shall be hydrostatic pressure tested after erection and before insulation as below: Water pipe lines------8 Kg/sq.cm---- By water Ammonia pipe lines (Suction line high side) — 10 Kg/ sq. cm---By compressed air Ammonia pipe lines (Suction line low side) — 16 Kg/ sq. cm---By Nitrogen Ammonia pipe lines (Discharge)—24 Kg/ sq. cm---By Nitrogen

Duration of test shall be 30 minutes for water pipes with no pressure drop. For ammonia lines duration of test is 24 hrs with no pressure drop.

Electrical panels, switchgear, motors, cables and earthing shall be tested as per relevant Indian electricity act/ rules.

18.0 COMMISSIONING:

- The supplier shall supply the refrigerant required for initial charging and make up filling during the commissioning period. - The supplier shall provide first change of compressor oil and oil filters after minimum compressor running as per manufacturer recommendation and all spare parts required to be replaced during commissioning are included in scope of work.

19.0 BATTERY LIMITS:

Water: Purchaser will provide water at one point outside the refrigeration plant. Further tapping to place of use as mentioned in the technical specifications like for cooling tower make up, condenser make up, compressor cooling, defrosting , CW well etc shall be tapped by the bidder. As explained under technical specifications headers for all requirements are to be designed to take care of requirement stated in the tender. All new fan coil units (air cooling) are to be feed from return chilled water header coming from process hall and new return header up to refrigeration plant is part of the scope of work. Electricity: One no FEEDER (ACB/MCCB) will be given by purchaser in the existing LT panel approx. 50m away. Further tapping from this feeder and laying incoming cable to proposed switch board, supply of switch board, power and control cabling from switch board to individual equipment as detailed under technical specifications is part of the scope of work.

Refrigeration piping: All refrigeration piping connecting compressors, headers, accumulators via ammonia pumps to chambers evaporating units and IQF, hot gas piping from plant to IQF & chambers evaporating units, condenser, air purging pipe etc explained under technical specifications is to include in scope of work.

Chilled Water Piping : All chilled water piping starting from Hot well, CW pump, cold well, prechiller to place of use mentioned in technical specifications for both IQF and plant Pea cooler, sterilizer etc and back to hot well is to include in scope of work.

Compressed air: Purchaser will provide air header of required size at one point outside the refrigeration plant. Further tapping to place of use as mentioned in the technical specifications or required for functioning of offered plant is to include in scope of work.

85 SPECIAL NOTES ON TECHNICAL SPECIFICATIONS

1. Chilled water fan coil units shall be of mentioned make with decorative grills, insulated tray and for large units necessary ducts are included.

2. The equipment, piping and accumulator insulation shall be done with PUF in-situ.

3. Minor civil works required for pipe, cable laying such as breaking the walls and grouting the supports etc and also making good the same is included under scope of work.

4. Bidder shall supply two sets assembly each consisting of solenoid valves, motorized liquid feed valve and float switch as spare items free of cost.

5. All headers of refrigeration plant shall be suitable to cater to proposed plant considering future addition of one no similar compressor in future.

6. Local Digital temperature indicator to be provided for all cold/frozen stores outside the room in air lock room in addition to provision in control room of refrigeration plant in PC. Similarly defrosting of air handling units for above stores shall be controlled for auto/manual operation selection of liquid solenoid valves of units thru PLC/PC located in control room of refrigeration plant.

7. Electronic float switch, solenoid valves, motorized liquid feed valve and hand expansion valve assembly is to be provided for each new air handling units and plate type water chiller, accumulators -40 deg C, -30 deg C & -5 deg C.

8. All items are included in scope of supply as per required good practices of ammonia refrigeration though these may not be appearing in tender specifications.

9. Main incoming cable size between existing LT panel and proposed reign. MCC shall be as approved by IBMFPPL. a. For each fan coil unit chilled water inlet and outlet shall be provided with ball valve (Audco make), Y strainer, pressure gauge and industrial dial type thermometers. Also at inlet 3 way mixing valve with mounting motor & proportionate thermostat (Rapid control make) and balancing valve (Advance make) at outlet are to be provided.

10. On each compressor suction and discharge line stop valves, check valves are to be provided as specified under point 4 of the tender technical specifications.

11. The total automatic hot gas defrosting along with water defrosting arrangement should be provided for cold, frozen stores and IQF evaporators (IQF evaporators are included in Part-1). The system includes pilot operated defrost control check valves, pressure regulating valves, solenoid valves etc as specified under point 7 of the tender technical specifications.

12. Supporting platform wherever required for ease of operation and maintenance shall be provided for cooling tower fan, condenser, air handling units etc. as specified under point 13.3 of the tender technical specifications.

13. FRP enclosure for rain protection to be provided for Cooling tower, chilled water, cooling pumps as specified under point 10 of the tender technical specifications.

14. Imported ARMSTRONG/ equivalent approved make Auto air purger with all accessories, valves, gas release thru NRV in water bath, power arrangement.

15. Oil drain arrangement from AHU’s, prechiller, accumulator etc to be separately connected with QDV oil drain valve (Danfoss make) at the end.

86 6. 3. PART-3: PUF PANELS AND HERMETICALLY SEALED DOORS FOR COLD STORAGES & PROCESSING AREA ALONG WITH THE MATERIAL HANDLING EQUIPMENTS

Design Supply Installation, Testing And Commissioning Of Cold Store Building Amenities Such As Double Deep Pallet Racking System, PUF Panels, Racking Bins , Different Type Of Doors Required For Cold/Frozen Chambers, Strip Curtains, Rolling Shutters, Dock Levelers, Overhead Sectional Doors, Retractable Dock Shelter..

1.0 DOUBLE DEEP PALLET RACKING SYSTEM SUITABLE FOR COLD STORAGE APPLICATION:

Temperature Range (-) 30 to (+) 40 Rack Span 2300 MM Rack Depth 1000 MM Pallet Size 1000 x 1200 x 1500 (H) MM Layout As attached Chamber Size (18X16X13)m No. of cambers 12 nos Loading-unloading areas, anterooms-2 nos., packing Other Areas rooms (as per final approved layout) Load per pallet 1200 Kgs. Powder coating 45 Microns Steel YS for upright 375 MPA Steel YS for Beams 275 MPA Factor of safety 1.2 for load, overall 1.5 Color Upright : Blue and beam: orange, No. of Levels 5 Equipment Considered for operation Double deep reach truck Bottom clearance 350 MM Accessories Row Guard, column guard, back stopper in last rows Label holder required two nos. of on every level-Acrylic type Steel test certificate, stability certificate, third party Certificates to be submitted design certificate/warranty letter Cost of per pallet with all taxes, duties, To be indicated freight, insurance, installation to be indicated in price schedule Make Godrej/Nilkamal/equivalent subject to approval

Quantity: As per attached layout( 7500 pallet positions approx).

2.0 PUF PANEL SPECIFICATION Areas mentioned below, where PUF panel work on walls, ceiling and on ground is required:

Layout As per final approved layout Chamber Size (18X16X13 ht.)m No. of cambers 12 nos. Loading-unloading areas, anterooms-2 nos., packing Other Areas rooms (dimensions as per final approved layout)

The wall and ceiling of the insulated cold rooms are to be constructed using pre-fabricated, self supported, sandwich panels insulated with rigid polyurethane foam of required thickness. Sandwiched panels shall be CFC free, manufactured using high-pressure foam injection equipment in a precise ratio and proportion. The properties of the polyurethane insulation shall be as under:

87 Physical Properties Unit Value Total Foam Density Kg/m³ 40 (minimum) Compressive Strength At 10% Deformation (in thickness Kgf/cm² 1.0 (Min) direction) Compressive Strength At 10% Deformation (in Length direction Kgf/cm² 1.6 (Min) Tensile - Adhesion Strength (Foam To Steel) Kgf/ cm² 0.8 (Min) -(in thickness direction) Thermal Conductivity Or K-Value At 10° C Mean Temp W/m°K 0.023 (Max) Closed Cell Content % 90 -95 Water Absorption (By Volume) % 2 (Max) Flammability B-3 Grade Temperature Range ⁰C Minus 60 to 80 PUF Thickness for frozen and dual application chambers( Blast mm 150 Room) PUF Thickness for chiller room, packing room, loading-unloading mm 120 and ante-rooms application chambers SS 304 cladding thickness for PUF Panels mm 0.55

The skin material for the wall and ceiling panels shall of galvanized steel sheet of minimum 0.6 mm thick and shall be CRC conforming to IS: 513 and the base sheet will be hot dip galvanized with zinc coating of 275 GSM as per IS: 277 with grooved profile to enhance support and aesthetics. The coating on GI sheet will be with silicon modified polyester coating (SMP) as per IS: 14246:95. The total top coating including base coat will be 20-25 micron and bottom coat will be 5-8 micron epoxy primer. The cladding sheet shall be provided with a protective polythene guard film of minimum 40 micron to protect panels from scratches during transportation.

The jointing system of the panels shall be designed to ensure a quick and secure assembly at site, with the help of tongue and groove joints with eccentric cam locks. The joints shall be made hermetic and perfectly vapour tight by use of silicone sealants. The wall panels shall be in single lengths to match the room height and width of ceiling / wall panels shall be 1 to 1.2 meter, in order to minimise the number of joints.

The system shall be complete with all ancillary items like, PPGI Sheet flashings, ceiling panel’s suspension system complete with suspension system, pressure relief valve, silicone sealants, foam chemicals and all other components & accessories as required. Although it is proposed to support the service pipes, forced draft air coolers and cable trays for power cabling from the structural members, partial support may at times be necessary for these items from the walls/ ceiling and hence these may be designed accordingly. The wall panels shall not buckle under the operating weight of the same. Similarly, the ceiling panels should not sag under self-weight as well as the weight of light fitting, etc. which are to be suspended from the ceiling panels.

The bidder should provide the manufacturers’ test certificate conforming to CFC free method of Panel manufacturing and paint & zinc coating thickness and other parameters specified above. The panel shall be supplied and installed as per sizes specified in designed criterion of Cold Stores, frozen store, dual application chambers, Ante Rooms, packing areas, loading and unloading areas.

Quantities: As per final approved layout

2.1 PUF PANEL INSTALLATION

The panels should be installed with skilled work men. Care should be exercised to seal the joints adequately using the best sealant. Following points are the guide lines for a successful work. The Contractor shall submit 3 copies of the panel design and method of installation for approval. Only the

88 final approved drawings with the seal and sign of the consultant should be referred to for the installation work and shall be kept handy at work site.

Mark the outline on the ground, measure the diagonals, mark the portion of doors etc. and these markings are to be approved by the IBMFPPL - Project in charge before installation.

U-Profiles should be fixed to the ground and leveled for installing wall and partition panels. Install the panels in the groove of the channel and assemble together. The gaps between channel and ground channel and PUF Panel should be plugged with suitable compounds. The joints between the panels should be sealed using Silicon compound. The Silicon compound should be injected into the gap and finished neatly. The wall panels have to be fixed to structure as mentioned in point above. The vertical panels should be assembled in perfect plumb level.

The Ceiling panels where ever required shall be suspended using Aluminum anodized /Powder coated T- Profile with suitable vertical suspenders with thermal break. Use proper clamping device of adequate strength. Use minimum 10/12mm diameter galvanized and threaded steel down rods. Use a turn buckle between two rods for aligning the panels. Use galvanized steel washers and nuts for fixing the panels to the down rods.

Care should be taken to avoid scratches to the panels. The holes made in the panels for passing electric cables, instrumentation cables, refrigeration piping etc. should be sealed using foamed PU. Circular flashing should cover the larger holes from inside and outside. Contractor should also protect the panels from accumulation of dirt and dust during the installation.

Hygiene and Aesthetics of insulation is to be considered.

2.2 FLOOR INSULATION WITH PUF SHEETS IN DOUBLE LAYERS

The Floor Insulation shall be made of rigid polyurethane foam slabs in two layers of required thickness, if supplier use PUF sheet of size 1.0 m x 0.5 m corners should be straight OR in single layer of required thickness, if supplier use PUF sheet having tongue and grove jointing system with minimum joints. PUF Sheets conforming to IS: 12436 (1988). The density of PUF Sheet will be 40 ± 2 Kg /m³. The supply includes sufficient quantity of vapor barrier such as tar-felt, polythene sheet and blown bitumen of 85/25 Grade. The floor insulation will be laid as per IS: 661-1974.

Quantities: As per final approved layout

2.3 PUF FLOOR INSTALLATION

The floor insulation work should be carried out as below: Clean the floor surface thoroughly, and apply a coat of Bitumen primer (Sealcoat) and allow it to dry completely.

Apply one coat Bitumen (Grade- 85/25) @1.5 kg/ m² and then fix 2.4 mm thick Tar-felt which will act as a vapor barrier. The Tar-felt should be spread/ stick at least 450 mm on walls all around. The joints should be overlapped by at least 100 mm.

Now apply one coat Bitumen (Grade- 85/25) @1.5 kg/ m² and then fix first layer Insulation i.e. 75 mm thick Puff sheet. Joints of insulation sheets should be properly sealed.

Now again apply one coat Bitumen (Grade- 85/25) @1.5 kg/ m² and then fix second layer of Puff Insulation i.e. 75 mm thick. Joints of insulation sheets should be properly sealed.

Now again apply one coat Bitumen (Grade- 85/25) @1.5 kg/ m² and then fix 2.4 mm thick Tar-felt. The Tar-felt sheet should be spread/ stick at least 350 mm on walls all around. The joints should be overlapped by at least 100 mm.

89 3.0 SPECIFICATIONS OF DOORS

Quantity: As per final approved Layout

3.1 MOTORIZED SLIDING DOORS FOR COLD, FROZEN AND DUAL STORES

Supply & Fixing of Hermetic Sealed Sliding Doors with sandwich PUF panel with 0.6 mm PCGI sheet thick both side, 200 GSM galvanized in RAL 9002 in color with PUF having density 50±2kg/m3. Extra high density wall frame ( 65kg/m3 ) with dimension 150 * 45 mm within build thermal break , Heavy duty Rail profiles (6.8 Kg / m) in aluminum alloy Grade 6063 and Temper T6 grade , Runners wheelchair in AISI 304 grade , 3 sided exchangeable EPDM sealing gasket, fixed in special PVC holder on inside of the door blade frame , Out Side Opener: Design Hermetic Opener with solid AISI 304 Grade Stainless Steel Handle and Nylon Grip & Inside Opener: Solid AISI 304 Stainless Steel Handle with Nylon Grip & Padlock arrangement on track side, with emergency release on non – track side . Automation (SDA 04 ) - Microprocessor Based SDA 04 controller for Automation (230 Vac, 750 W (max), CE Marked) with 370W AC Servo motor, IP65 protection Class, 20 Nm, 3Øx230V. (CE Marked) Confirms to European Standard EN12453,Industrial commercial and Loading Doors and Gates – Safety in use of power operated doors.

Hermetically Sealed Motorized Horizontal Sliding Doors of 120 mm Leaf Thickness, PUF Density of 45±2kg/m3 0.6 mm pre Coated GI sheet both sides with C Flushing and Wall Frame. Size of the Door 4500 mm (Width) X 4000 mm ( Height) , With Heater Tape & Pad Lock. Atomized Kit with controller motor and one side push button and pull cord for opening. Doors automation is to be provided with UPS power supply. With Door Profile in SS 304, Door Panel PCGI 0.6 mm Thick , Wall Frame PCGI 0.6 mm Thick Cladding PCGI 0.8mm Thick, Canopy PCGI 1.1 mm Thick and Track in Aluminum 6063- T6. All Seals should be EPDM, complete with all accessories

Quantity: As per final approved Layout

3.2 MOTORISED ROLLING SHUTTER

Salient Features- Motorized rolling shutter conforming to IS 6248 and type tested to EN 13241-1 and EN 12453 Safety for power operated shutters.

Type of shutter profiles : Plain GI sheet and rolling grill Clear Width : 4000 mm Clear Height : 5200 mm Surface finish : Spray painted PU paint for metal surface in desired Shade over one spray coat of grey epoxy primer Material thickness : 1.25 mm Structure shape : Curved Seals : Standard on side guides and bottom Support Brackets : MS with surface finish as shutter Shaft : Heavy MS tube to suit shutter application and Unsprung Side Guides : 2.5mm thick heavy duty GI steel with integrated seals fitted to the lips of guides to prevent metal to metal contact thus ensuring a smooth and quite operation Bottom Profile : Bend resistant MS profile for additional strength. Locking arrangement : Concealed lock at bottom profile Wind lock, Storm anchors : Yes Hood and motor cover : Yes

Drive unit

90 Indirect drive operator : 230V, 1P/N/PE, as plug on drive unit. System ------power supply wired with industrial plug Safety Mechanism : Safety mechanism for chain failure with inbuilt Limit switches Control Switch : Three station push button Emergency operation : By means of chain

3.3 ROLL UP HIGH SPEED DOORS

Salient Features- Flexible PVC doors for reducing heating and cooling losses and isolation of rooms. Door material : combination of no transparent PVC with polyester Fabric reinforcement (700-1700gsm) and transparent sheeting Clear Width : 5000 mm Clear Height : 5000 mm Surface finish : As per approved shade Side Support : Aluminum h=2 mm

Performance- Indirect drive operator : 230V, 50Hz Control Voltage : 24V Motor : 1.1kW Control Unit : External IP rating : IP55 Max Opening, Closing speed : 1.2m/s Thickness of non-transparent material : 1.7mm Thickness of transparent material : 2mm Working temperature : -5°C to + 50°C Maximum wind load : 30km/h Control : Key panel on control switch with Cord switch, photo cells and sensor-radar

3.4 PVC STRIP CURTAINS

Salient Features- High tear resistance and tensile strength, UV radiation protection and flexible PVC strip curtain with low temperature film of thickness 3mm with Stainless steel fastening in passages to isolate the areas.

Door material Low temperature film Density 1.18 gm/sqcm Transparency 80% Tear resistance 11.5 N/sqmm Elongation 390% Heat Transfer 0.14 W/mK Noise Absorption 35Db Working temperature -25°C - +30°C Width of strips 300mm Thickness of strips 3mm double ribbed (Polar grade/ Anti Insect Grade) Overlap of strips 40mm-50mm

• Dimensions are subject to change as per the site conditions

INSTALLATION OF DOORS AND AIR CURTAINS

Contractors are advised to carry out detailed design and obtain Client’s approval prior to supply of the items. In case any additional reinforcement if any required in the wall / ceiling panels of the rooms

91 shall be provided by the Contractor without any extra cost.

Make opening in PUF insulated wall panel as required for fixing doors. Also do proper recession in floor to install threshold frame.

Open boxes / packing of items and check whether all items are in proper condition. No shortage / damages are observed. In case of shortage/ damage supplier/contractor shall immediately arrange replacement to avoid delay in execution of the project.

Align wall panels with plumb and then carryout proper installation with best engineering practices.

Check proper and smooth functioning of all doors and air leakage/ tightness.

4.0 DOCK LEVELLERS

Electro Hydraulic Dock Levelers with Radius/ Hinged lips conforming to EN1398 (BS EN 1398:2009 - Dock levelers. Safety requirements)& EN 349 (DIN EN 349 (2008-09) Safety of machinery - Minimum gaps to avoid crushing of parts of the human body) comprising of:

Salient Features- 1. Platform with hinged lip made of anti-slip steel. 2. Surface: Surface preparation with degreasing, two coats of polyurethane paint over grey epoxy primer with Final color finish in desired RAL shades for platform and hinged lips as per owner’s requirement. 3. Minimum positive excursion to be 350mm and minimum negative excursion to be 350mm. 4. Automatic side flaps for the reduction of the width of the lip for narrow truck beds, automatically closing when the lip is extended and touches the sides of the van. 5. Maximum pressure valve 6. Lift cylinder – Single/ Double, Lip Cylinder – Double effect, self-venting. 7. Self-cleaning Lip hinge system without retention of rubbish, with automatic end of run to keep the 25mm security distance between the folded lip and structure 8. Swiveling lip with complete cycle single button control. 9. Operator and control unit: Electro hydraulic operator 415V- 3 Phase, 50Hz and control voltage 24V with minimum IP54 protection. Membrane Push Button with press and Hold actuation and emergency stop integrated in IP65 enclosure. 10. Standard carrying capacity of the dock leveler: uniformly distributed load of 15T (or point load of 6T as defined by EN1398 totally concentrated on one axle of forklift truck, divided on two wheel prints of 150x150mm at 1m distance). 11. Operating Temperatures : -30°C to +50°C

Standard safety accessories- 1. Safety stop valve integrated in the lift cylinder to block dock leveler in case of accidental departure of the vehicle. 2. Galvanized steel sheet foot side protections. 3. Yellow/ Black side strips to evidence possible steps when the dock leveler is in use or underneath the dock. 4. Maintenance crutch with positive engagement. 5. Lip support in resting position to prevent any cutting or overwhelm.

Accessories- 1. Bumpers- Made of Anti friction full and hard rubber a. Size – 250mm wide, 450mm height, 100mm depth with heavy steel support (total depth including steel support, 150mm) b. Protective hot dip galvanized steel plate for protection from front and top loads of 15mm thickness.

92 5.0 OVERHEAD SECTIONAL DOORS

Motorized Sectional overhead doors, CE certified according to European Machinery Directive 2006/42/CE and type tested according to standard European Norm 13241-1 Salient Features- 1. Door size a. Clear width : 2500 mm b. Clear height : 3000 mm 2. Fastening option : RCC/ Steel 3. Door Design: a.Door Construction : Self Supporting b.Normal Lift : Door folds along ceiling, clear ceiling height 5500mm c. Door Material : Double walled steel with CFC free polyurethane Hard foam core, 80mm thick panels d.Door panels : 500mm with galvanized steel hinges e.Surface finish : External Micro rib, Internal Stucco f. Curtain Color : As per selected RAL shades g.Density : ± 45 kg/cum, Self-extinguishing Class B2, CFC free ------Polyurethane Foam h.Safety compliance : EN 13241-1 i. Resistance to wind – Class 3 (EN 12424) ii. Water tightness – Class 3 (EN 12425) iii. Air Permeability – Class 2 (EN 12426) iv. Acoustic Rating R – 24 db v. Thermal Conductivity – ± 0.14 W/mK

i. Surround Profiles : Galvanized white powder coated steel profiles. Bottom section of first panel fitted with hideaway seal holder ------aluminum profile Upper section of last panel is enclosed ------in a back painted aluminum profile j. Side Guides :Profiled angle frames, made of galvanized steel, with safety track secured with screws k.Seals following : Anti-ageing EPDM seals are located in hinged points: o Between panels o Lower Doorstop o Upper Doorstop o Vertical seals fitted to side uprights o Safety Features : Finger trap protection Side trap guard & safety catch for ------doors Internally guided cables Fully certified special devices fitted as standard on all doors in order to safeguard in events of cable breakage and torsion spring breakage Closing edge safety device, a pair of photocells to ensure safe monitoring of the closing edge of the door, stop and reverse is any obstruction is detected before they come into contact with the door Accessories- 1. Rectangular window in acrylic material in black profile: (width) 636 mm x (height) 333 mm 2. Infra-red photocells with control unit for door opening and safety 3. Additional push button in the vicinity of a door 4. Flashing light for visual signals for opening and closing impulse Drive Unit- Direct drive installation to the door shaft made in accordance with EN 13241-1 and EN 12453 safety for power operated doors, with manual chain override. Technical Details: a. Torque : 70Nm b. Holding torque : 450Nm c. Power : 0.5 kW

93 d. Power supply : 230v, 50Hz e. Current Rating : 2.2A f. Max Cycles per Hr : 12 g. Limit switch range : 18

Control Unit-

Multifunction control unit in IP54 enclosure, which enables the remote control of door motors up to 500W, it allows the control of the different safety devices installed Technical Details: a. Power supply : 230V- 50Hz b. Power supply External accessories : 24V/ Max 140mA c. Working temperature : -10°C - +60°C

6.0 RETRACTABLE DOCK SHELTER

Salient Features- 1. Frame : Articulated steel zinced retractable structure with anti-pinch retraction Arms, Rear and front frame to be connected by arms with spring integrated at both ends. 2. Front panels are made of high resistance black 3mm PVC reinforced with a double weaving of polyester that works like a spring in order to seal the vehicles of different shapes. 3. Side panel color as per required matching RAL shade 4. Overall dimensions : 3400 mm x 3500 mm 5. Top horizontal leaf : 1000 mm 6. Side horizontal leaves : 630 mm 7. Dock shelter depth : 500 mm

Make: Gandhi Automations, Metaflex, equivalent subject to approval

7.0 PACKING MACHINES 1) FFS machines with weigher and metal detector- 2 Nos ( 1TPH) Fully automatic electronic Form Fill and seal machine, capacity 200 grams to 2kgs for filling of frozen foods, equipped with metal detector, accurate weighing, electronic coder for batch and date with bar coder 2) Sealing machines from 2 kgs to 5 kg frozen food packing. 2 machines 3) 20-25 Kg packing machines with weighing- 2 nos

LIST OF APPROVED MAKES FOR MAJOR EQUIPMENTS

Name of item Make Plate chiller (Glycol, water) Alfa Laval High stage main Screw compressor GRASSO/MYCOM/YORK/FRICK INDIA/ KIRLOSKAR Low stage compressor GRASSO/MYCOM/YORK/FRICK INDIA/ KIRLOSKAR Reciprocating compressor GRASSO/MYCOM/YORK/FRICK INDIA/ KIRLOSKAR Motors Siemens / KEC / NGEF Ammonia valves DANVALVE / Danfoss / FRICK/ KIRLOSKAR Air Handling Units (DX TYPE) Alfa Laval / Frick/ ICL/ Star Coolers / Help man/ Air-conditioners with outdoor unit Diakin/Blue star/ Voltas /Panasonic Fan coil units(Chilled water type) Diakin/Voltas/Panasonic/Blue star Ammonia solenoid valves Danfoss Evaporative condensers Evapco/Baltimore / Frick India

94 Water pumps Grundfoss/ Alfa Laval Electronic float switch Danfoss Insulation material Beardsell / Lloyds / Frick/ krilosker/jindal/ epack MS pipes TATA/ Jindal GI pipes TATA/ Jindal Butter fly/ Ball valves Audco//Alfa Laval Non return valves BDK/ /Alfa Laval Pot strainers Bankim / Sant Pressure gauge/Temp gauge(Digital) Wikka /Radix / Asaba/Enercon/ krilosker/Frick Power cable CCI/POLYCAB/GLOSTER/LAP/ESBEE/FI NOLEX Control cable Finolex ACB / MCCB L&T Ammeter/ Voltmeter AE/IMP/MECO/Enercon CT/PT Do Relays L&T Indication lamps (LED TYPE) L&T/Essen MPCB L&T Capacitor Khatau Junker/Genlec VFD Danfoss/Allen Bradley Energy meters Enercon Cable glands Dowell/clipper Cable lugs/socket Do Motor isolator Siemens / Cuttler Hammer Variable Frequency Drive (VFD) Siemens / Allen Bradley / DANFOSS/ SCHNEIDER Cold store door / Hatch door SALCO / Metaflex/ MTH Air curtains Russel /Raden /Almanord Cold store door / Hatch door SALCO / Metaflex/ MTH MHE Nilkamal/Godrej/ Gandhi automation /Metaflex/ Equivalent

95 7 QUALIFICATION REQUIREMENTS& TECHNICALBIDEVALUATION CRITERIA

1 Qualification requirements (Referred to in Clause16.3(b) of ITB Bid Data Sheet) 1.1 The Bidder should be fulfilling the following minimum eligibility criteria and must also submit documentary evidence in support of fulfillment of these criteria while submitting the technical bids. Claim without documentary evidence will not be considered. The eligibility criteria and documentary evidence S No Eligibility Criteria Documentary evidence to be attached

1 EXPERIENCE The bidder should have received PO copy from the project client for award of minimum 3 orders for IQF and cold contract or its notarized copy for each chain Units of value exceeding INR project claimed. 7.00 crores each (INR Seven crore each) during last 5years for design, manufacturing/ supply and installation of IQF line of ending March 31st, 2017

AND 2 FINANCIAL The bidder should have a positive net worth of Audited Balance Sheet or certificate of Net minimum INR 30 crores or annual Turnover of worth from CA INR 50 Crores or more during each Financial year for last 3 years

AND Bidder should not have been blacklisted or debarred from bidding by any enterprise / department of the Government of Chhattisgarh and or central agencies such as NHB, APEDA, MoFPI, SFAC, NCDC etc. or any department of central or other state governments.

1.2 In Case of consortium, the consortium should fulfill the following eligibility criteria; a) Consortium of maximum three bidder’s is allowed. b) Each member of the consortium should have demonstrable technical skill and expertise in the respective items of the schedule being offered bythem. c) No member of consortium should have been black listed by any PSU or State/Central Government as on date inIndia. 1.3 The specification given is indicative only and not complete. The makers of major machinery are not specified.

1.4 Bids of bidders quoting as authorized representative of a equipment manufacturer, meeting with the above requirement in full, can also be consideredprovided:

a) The bidder furnishes authorization from manufacturer in the prescribed format (Annexure H) assuring full guarantee and warranty obligations as per GCC and SCC; and

96 2 Documents to be submitted with the BID 2.1 letter of Application in the format set out in Appendix A 2.2 Details of the Bidder in the format set out in AppendixB 2.3 EMD in the manner specified in the general terms and conditions 2.4 Tender fee by demand draft for INR. 10000/- (INR Ten Thousand only) drawn on any scheduled/nationalized bank in favor of Indus Best Mega Food Park Private Limited payable at New Delhi (in case the Tender is downloaded from the website) or proof of payment of tender fee in form of receipt issued by IBMFPPL if the tender is purchased by payingcash 2.5 Power of attorney/authorization with a seal of the company, of person signing the bid documents. In case of consortium, then arrangement amongst the consortium members including share of each member of consortium, role of each member of consortium. Further each member of consortium shall furnish all the details about their firm (Appendix C &D) 2.6 BID security form in the format set out in AppendixE 2.7 Information on all past supplies and satisfactory performance, in Performa under Appendix-F ofSection-9. 2.8 Copies of original documents defining the constitution or legal status, place of registration and principle place of business of the company or firm or partnership, etc ( Refer Appendix- G ofSection-9) 2.9 Detail of financial capacity (Appendix G ) along with supportingdocuments 2.10 Reports on financial standing of the Bidder such as profit and loss statements, balance sheets and auditor's report for the past three years (ending 31stmarch 2016 or provisional 2017), bankers certificates, Net worth certificate issued by statutory auditors of the company etc. In case of consortium, separate set of documents to be submitted for each partner. ( Refer Appendix-G ofSection-9) 2.11 Authorization from manufacturer in the prescribed format (Annexure H) (if required) 2.12 Copy of IT return for the assessment year for last two financialyears.

2.13 Certificate from the project client for award of contract and stage of satisfactory project completion (in terms of value) for each project claimed or certificate from CA who has audited the Balance Sheet indicating turn over from similar projects in support of the information submitted in AppendixF. 2.14 The bidder should furnish a brief write-up, backed with adequate data, explaining his available capacity and experience (both technical and commercial) for the manufacture and supply of the required systems and equipment within the specified time of completion after meeting all their current commitments.

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

2.16 Details of Service Centers and information on service support facilities that would be provided after the warrantyperiod. 3 EVALUATIONCRITERIAANDMETHODOLOGY

3.1 TEST OFRESPONSIVENESS The Bid would be considered to be responsive if it meets the following conditions:

a) It is received by the Bid Due Date including any extensionthereof. b) It is signed, sealed andmarked as stipulated in relevant Clauses (ITB 21) of the document. c) It is with Tender Fee or proof of having deposited the same as required d) It is with EMD as required e) It meets the eligibility with proof of such eligibility. 97 f) It contains all the information and documents as requested in theTender. g) It contains information in formats specified in thisTender. h) It mentions the Bid Validity Period as set out inTender. i) It provides information in reasonable detail about the technical aspects of the equipment such as make, model, brochure indicating the specifications of the tendered equipment, deviations to the specifications if any, operational details of equipment, accessories required as essential, consumables required for operation per batch and consumption per batch etc. (“Reasonable Detail” means that, but for minor deviations, the information can be reviewed and evaluated by IBMFPPL without communication with the Bidder). IBMFPPL reserves the right to determine whether the information has been provided in reasonable detail. There are no inconsistencies between the Bid and the supportingdocuments. j) A substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations orreservation. k) A material deviation or reservation is one Which affects in any substantial way, the scope, quality, or performance of the individual equipment of Fruit processing concentrate Plant , or Which limits in any substantial way, inconsistent with the Tender, IBMFPPL’s rights or the Bidder’s obligations under the Scope of Work, or which would affect unfairly the competitive position of other Bidders presenting substantially responsiveBids l) Further, any deviations from, or objections or reservations to critical provisions, such as those concerning Bid Security (ITB Clause 18), Applicable Law (GCC Clause 31), and Taxes and Duties (GCC Clause 33), will be deemed to be a materialdeviation. m) The Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsicevidence. Those meeting the criteria for responsiveness and other tender requirements would be treated as eligible bidders for Technical evaluation.

3.2 TECHNICAL BID EVALUATIONCRITERIA (Referred to in Clause 28.2. of ITB Bid Data Sheet) The evaluation criteria and weight-age for the technical bid will be as follows:

Sr. no. Evaluation Criteria Documents details required Basis of assessment (Marks) Max Marks Financial strength - Audited Balance Sheet or certificate For first INR 30.00 crores will minimum Net worth of Net worth from CA fetch 20 marks. INR 30.00 crores Every additional INR 10.00 1 30 (INR Thirty crores) crores will fetch 5 marks each subject to the maximum of 10 2 Experience in Year wise list of projects For first INR 10.00 crore will similar projects executed/being executed and fetch 20 marks. - At least three equipment supplies giving technical Every additional INR 5.00 project orders or a details & cost of each project with crore will fetch 5 marks each cumulative supply certified from each project client to subject to the maximum of 10 30 of INR 30.00 this effect during the last three crores in last five preceding years years Understanding of The presentation shall include the assignment and technical and operational advantages Presentation to of their bid in terms of the technical demonstrate aspects such as product quality, capability and recovery, operational cost, efficient 98 suitability of and optimal plant layout with equipment being emphasis on use of existing 40 offered machinery, availability of spares and implementation schedule. TOTAL MARKS 100

The Team indicated in the bid cannot be changed up to commissioning of the project without permission of the IBMFPPL management. Note: 2 for this criterion of implementation experience, more projects for same product/service will not fetch additional mark. Note: 3 based on assessment of Tender Committee. The minimum cut-off mark for qualifying the technical evaluation is 60, out of 100 marks as set out “Technical Bid Evaluation Criteria”.

99 8 GUIDELINES FOR OPERATIONAL & MAINTENANCE WARRANTY

This has been incorporated under clause 15 of “General Conditions of Contract” (SECTION-IV). This can be suitably amended by the client, as per their requirement, as has been done under clause 8 of the “Special Conditions of Contract” (SECTION-V). This is reproduced below again.

Operational Warranty

1. The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current models and those they incorporate a1l recent improvements in design and materials unless provided otherwise in the contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Purchaser's specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

2. This warranty shall remain valid for 12 months after the total projects have been installed and successful commissioned and handed over.

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

4. Upon receipt of such notice, the Supplier shall, within the period specified in the ‘Special Conditions of Contract’ and with all reasonable speed, repair or replace the defective Goods or parts thereof, without cost to the Purchaser.

5. If the Supplier, having been notified, fails to remedy the defect(s) within the period specified in the ‘Special Conditions of Contract’, the Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and expense and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

Maintenance Warranty

1.Free maintenance services shall be provided by the Supplier during the period ofwarranty 2.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.

100 9 BID FORM, PRICE SCHEDULES AND OTHER FORMATS

INDEX

APPENDIX CONTENTS

A. Letter of Application B. Details of Bidder C. Format for Power of Attorney for Signing of Application D. Format for Power of Attorney for Lead Member of Consortium E. Bid Security Form F. Performance Statement G. Financial Capability and Supporting Documents H. Manufacturer's Authorization Form I. Contract Form J. Performance Security Form K. Price Bid Form L. Price Schedule for Goods to be supplied from within country M. Price Schedule for Goods to be imported N. Price for Annual Maintenance and Repair Cost Including Warranty Period

101 Appendix-A

LETTER OF APPLICATION (On the Letter head of the Bidder/ lead member in case of consortium)

Date:

To The Director Indus Best Mega Food Park Private Ltd C-11, Rajouri Garden Ring Road, New Delhi – 110027

Ref: Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training and Assistance to production and trial run for 6Months for cold chain unit including packaging facilities for frozen foods .

Complete in all respect on turnkey basis at IBMFPPL Mega Food Park, Block Tilda in Raipur district in Chhattisgarh

Sir,

Being duly authorized to represent and act on behalf of (hereinafter referred to as “the Bidder”), and having reviewed and fully understood all of the pre- qualification requirements and information provided, the undersigned hereby apply for qualification for the project referred above.

We are enclosing our Application (Technical Bid) with the details as per the requirements of the DNIT, for your evaluation.

(Authorized Signatory) Full Name: Address:

102 Appendix-B

Details of Bidder

(1) (a) Name of Bidder (b) Address of Office (s) (c) Date of incorporation and/or commencement of business

(2) Brief description of the business entity including details of its main lines of business and proposed roles and responsibilities in this Project. (3) Details of individual (s) who will serve as the point of contact / communication for AWARDER within the Company

(a) Name : (b) Designation : (c) Business Entity : (d) Address : (e) Telephone No. : (f) E-mail Address : (g) Fax No. : (h) Mobile number :

(4) Name, Designation, Address and Phone Nos. of Authorized Signatory of theBidder:

(a) Name : (b) Designation : (c) Address : (c) Telephone No. : (d) E-mail address : (e) Fax No. :

(5) In case of a Consortium:

a. The information above (1-4) should be provided for all the Members of the Consortium b. Information regarding role of each Member should be provided as per table below:

Sr. No. Name of Member Role of the Member*

1 2 3 * Specify whether the Lead Member

103 Appendix-C

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 Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training and Assistance to production and trial run for 6 Months for Cold chain unit with primary and secondary packaging of Frozen foods as well fresh and frozen fruits, vegetables in Mega Food Park, Block Tilda in Raipur district in Chhattisgarh, including signing and submission of all documents and providing information / responses to IBMFPPL, representing us in all matters before IBMFPPL, and generally dealing with IBMFPPL 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 the 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)

104 Appendix-D

FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM

POWER OF ATTORNEY Whereas the Awarder of India (AWARDER) has invited applications from interested parties for Planning, Design, Engineering, Fabrication, Supply, Erection, Testing, Commissioning, training and Assistance to production and trial run for 6 Months, cold chain unit along with packing facilities for frozen foods & frozen and fresh fruits vegetables in Mega Food Park, Block Tilda in Raipur district in Chhattisgarh (“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 (DNIT) and other connected documents in respect of the Project.

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 AWARDER, any other Government Agency or any person, in connection with Project until culmination of the process of bidding and thereafter till the Concession Agreement is entered into withAWARDER.

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:

• 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 executants (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 executants (s) should submit for verification the extract of the charter documents and documents such as a resolution / power of attorney in favor of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the executants (s).

105 Appendix-E

BID SECURITY FORM

Where as ...... (herein after called "the Bidder") has submitted its bid dated ...... (date of submission of bid) for the supply of ...... (name and/or description of the goods) (herein after 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) (herein after 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, 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...... (Signature of the Bank)

106 Appendix-F

PERFORMANCE STATEMENT FORM [Please see Clause 12 of Instructions to Bidders]

Performa for Performance Statement (for a period of last three / years)

Bid No. Date of Opening

Time Hours

Name of the Firm

Order placed Order Description and Value Date of Remarks Has the equipment been by (full No. and quantity of of completion of indicating satisfactorily address of date ordered Order delivery reasons for functioning? (Attach a Purchaser) equipment As per Actual late delivery, certificate from the contract if any Purchaser / Consignee)

1 2 3 4 5 6 7 8

Signature and seal of the Bidder

107 Appendix-G

1. Financial Capability (Last Three Years)

Financial information For year 2013- For year 2014- For year 2015- 2014 2015 2016 1. Total Assets 2. Current Assets 3. Total Liabilities 4. Current Liabilities 5. Profit before Tax 6. Profit after Tax 7. Annual Turn over

2. Supporting Documents

The following documents would need to be submitted to support the Bidder’s claim of experience stated in the table above.

Sr. No. Supporting Qualification Criteria Supporting Documents for Experience 1 Similar Experience Satisfactory Completion certificate / Work Order 2 Financial Capability Last three Year’s Audited Balance Sheets; Net worth Statement 3 Registrations Copies of Registration

108 Appendix-H

MANUFACTURER'S AUTHORIZATION FORM

No. dated

To

Dear Sir :

IFB No.

We who are established and r e p u t a b l e manufacturers of (name & descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above IFB.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods and services offered for supply by the above firm against this IFB.

Yours faithfully,

(Name) (Name of manufacturers)

Note : This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. It should be included by the Bidder in its bid.

109 Appendix-I

CONTRACT FORM

THIS AGREEMENT made the ...... day of ...... , 20 ...... Between ...... (Name of purchaser) of ...... (Country of Purchaser) (hereinafter "the Purchaser") of the one part and ...... (Name of Supplier) of ...... (City and Country of Supplier) (hereinafter called "the Supplier") 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 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) INVITATION FOR BID (b) INSTRUCTIONS TO BIDDERS (c) BID DATA SHEET (d) GENERAL CONDITIONS OF CONTRACT (e) SPECIAL CONDITIONS OF CONTRACT (f) TECHNICAL SPECIFICATION & BILL OF QUANTITIES (g) QUALIFICATION REQUIREMENTS & TECHNICAL BID EVALUATION CRITERIA (h) GUIDELINES FOR OPERATIONAL & MAINTENANCE WARRANTY (i) BID FORM, PRICE SCHEDULES AND OTHER FORMATS

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier 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.

110 4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied / provided by the Supplier are as under :

SL. NO. BRIEF DESCRIPTION QUANTITY UNIT Total Price OF GOODS & TO BE PPRICE SERVICES SUPPLIED

TOTAL VALUE : DELIVERY 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 said ...... (For the Purchaser) in the presence of

...... Signed, Sealed and Delivered by the said

...... (For the Supplier) in the presence of ......

111 Appendix-J

PERFORMANCE SECURITY FORM

To : (Name of Purchaser)

WHEREAS...... (Name of Supplier) (herein after called "the Supplier") has undertaken, in pursuance of Contract No...... Dated ...... 20...... to supply ...... (Description of Goods and Services) (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ...... (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ...... (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ...... day of...... 20......

Signature and Seal of Guarantors ...... Date ...... 20...... Address: ......

112 Appendix-K

PRICE BID FORM Date : ...... DNIT No. : ...... The Director Indus Best Mega Food Park Private Ltd C-11, Rajouri Garden Ring Road, New Delhi – 110027 Dear Sir/Madam,

Having examined the Bidding Documents including Addenda No’s...... [insert number], the receipt of which is hereby duly acknowledged, we the undersigned, offer to supply and deliver ...... (Description of Goods and Services) in conformity with the said bidding documents for the sum of ...... (Total bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to ...... percent of the Contract Price for the due performance of the Contractor, in the form prescribed by the Purchaser. We agree to abide by this bid for a period of ...... (number) days after the date fixed for bid opening under Clause 3.1of the Instruction to Bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period.Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely "Prevention of Corruption Act 1988". Commission or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listedbelow: Amount Rupees Name and address of Purpose of Commission agent or gratuity

(if none, state "none"). We understand that you are not bound to accept the lowest or any bid you may receive. Dated

this...... day of ...... 20 ......

(Signature) (in the capacity of) Duly authorized to sign Bid for and on behalf of

113 Appendix-L

Price Schedule for Goods to be supplied from within country (Group A & B bids) Name of Bidder ------Page ------of ------1 2 3 4 5 6 7 8 9 10 11 12 Price for each unit Schedule Item Make Quantity Unit basic Excise Sales Transportation, Total Unit Incidental Total Unit Total No. Description & & Unit Price duty tax insurance and Price services as given Price Price Model in EXWpacked including @ other costs delivered in GCC 13, Delivered 4*11 condition cess incidental to at site Clause 7 except and delivery 5+6+7+8 for annual installed maintenance at site GCC clause charges which 9+10 10,11,12 should be quoted separately

Total bid price in Rupees ......

In Words ......

114 Appendix-M

Price Schedule for Goods to be imported (Group C bids) Name of Bidder ------Page ------of ------1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Price for each unit

Schedule Item Make Country Quantity Shipment Unit Price CIF at Taxes and Inland Indian Agent's Indian Total Unit Incidental Total Unit Total No. Description & Of & Unit weight & FOB Port Port of duties transportation, commission Agent's Price services as Price Price Model Origin volume of Entry of (Custom, insurance as a % of FOB Name delivered at given in GCC Delivered 5*15 loading CIP Excise and other price included site Clause 13 & and duty with local costs in the quoted 7+8+9+10+ SCC clause installed _ all incidental price 11 no. 7 except at site applicable to delivery for annual 13+14 surcharges GCC clause maintenance 10,11,12 charges which should be quoted separately

Total bid price in Rupees ......

In Words ......

a.Indian Agent's commission shall be paid in Indian Rupees onl y. i. No change due to exchange variation shall be allowed. Market exchange rate ruling ii. on the date of award in accordance with Clause 12 of Instruction to Bidders will be iii. applicable for this purpose

b.Charges for annual maintenance for 3 years should be quoted separately in annexed price schedule. c. In case of discrepancy between unit price and total price, the unit price shall prevail.

Signature of Bidder ...... Name

Business Address

Place : Date : 115 Appendix-N

PRICE FOR OPERATION, MAINTENANCE AND REPAIR COST INCLUDING WARRANTY PERIOD (Common to bids of all Groups)

A B C D E Pack Item Description Qty. Annual Maintenance & O&M charges for No. Repair cost for each three years unit Indian Currency Indian Currency Rupees (Specify) Rupees (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 ------

116