Académique Documents
Professionnel Documents
Culture Documents
POTATO
INCLUDING DESIGNING, SUPPLYING, ERECTING AND
COMMISSIONING WHICH INCLUDES CIVIL WORKS,
INSULATED PANELS, REFRIGERATION SYSTEM,
VENTILATION & HUMIDIFICATION SYSTEM,
MATERIAL HANDLING AND GRADING EQUIPMENTS
AND ELECTRICAL WORKS
ON
TOTAL TURNKEY BASIS
AT
DEESA, DIST. BANASKANTHA
1
DISCLAIMER
The purpose of this Tender Document is to provide the Bidders with information to
assist the formulation of their bids. This Tender document does not purport to contain
all the information each Bidder may require. This Tender document may not be
appropriate for all persons, and it is not possible for GAIC, their employees, consultants
or advisors to consider the business / investment objectives, financial situation and
particular needs of each Bidder who reads or uses this Tender document. Each Bidder
should conduct its own investigations and analysis and should check the accuracy,
reliability and completeness of the information in this Tender document and where
necessary obtain independent advice from appropriate sources. GAIC, their employees,
consultants, 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 Tender document.
GAIC may, in their absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information in this Tender document.
GAIC may at its sole discretion decide, without giving any reason whatsoever to cancel
this tender and Earnest Money Deposited (EMD) in such at event would be refunded to
the bidders.
DATE – 26-12-09
PLACE – AHMEDABAD
2
INDEX
SECTION
CONTENTS PAGE NO.
NO.
1. NOTICE INVITING ON – LINE TENDER 3
2. INVITATION OF BIDS 5
3. INSTRUCTIONS TO BIDDERS / TENDERERS 9
4. GENERAL TERMS & CONDITIONS 11
DEESA POTATO COLD STORAGE PROJECT – THE
5. 27
CONCEPT AND FUNCTIONAL REQUIREMENTS
6. FINANCIAL BID 28
DRAWINGS:- PROJECT SITE LAYOUT AND PALLET
7. 29 & 30
DESIGN
3
SECTION - 1
Notice Inviting on–line Tender
Details about Tender: Tender Notice No. GAIC/PHI/1/2009
4
Date of Financial bid Opening : 09-02-10 Hrs 12.00
Bid Validity Period : 90 days after opening of price bid
Remarks : Tenderer shall submit their offer in electronic
format on website, after digitally signing the
same. Offers which are not digitally signed will
not be accepted. No offer in physical form will be
accepted and any such offer received by GAIC
will be outright rejected.
Other Details:
Officer Inviting Bids : Divisional Manager (M&P), Gujarat Agro
Industries Corporation Ltd., Khet Udyog Bhavan,
Near Old High Court, Navrangpura, Ahmedabad
380 014.
Bid Opening Authority : Managing Director, Gujarat Agro Industries
Corporation Ltd., Khet Udyog Bhavan, Near Old
High Court, Navrangpura, Ahmedabad 380 014.
Bidders who wish to participate in online tenders will have to procure / should have
legally valid Digital Certificate as per Information Technology Act – 2000; using it they
can sign their electronic bids. Bidders can procure the same from any of license
certifying Authority of India or can contact (n) code solutions – A Division of GNFC Ltd,
who are licensed Certifying Authority by Govt. of India.
All bids should be digitally signed, for details regarding digital signature certificate
related work involved the below mentioned address should be contacted:
(n)Code Solutions
A Division of GNFC
301, GNFC Infotower, Bodakdev,
Ahmedabad – 380 054 (India)
Tel: +91-079-26857310 to 18, 40007300, Fax - +91 79 26857321
Email: nprocure@gnvfc.net, Web site: www.nprocure.com
5
SECTION - 2
INVITATION OF BIDS
The Gujarat Agro Industries Corporation Ltd., here in after referred to as “GAIC”,
Ahmedabad now invites sealed bids from the eligible bidders for the design, supply,
execution and commissioning of civil, mechanical and electrical works on turnkey basis
for Potato Cold Storage at Deesa, Dist. Banaskantha.
TENDER NAME:
To:
Issue of Tender From 26/12/09 17.00 Hrs. to 30/01/10 18.00 Hrs.
Note:
1. Please address all queries and correspondence to the Divisional Manager
(M&P), Gujarat Agro Industries Corpn. Ltd. Khet Udyog Bhavan, Opp. Old
High Court, Navrangpura, Ahmedabad -380014.
2. If the Office of the GAIC happens to be closed on the day of receipt of the
bids as specified, the bids will be received and opened on the next working
day on opening of the Office up to the same time and at the same venue.
3. Please quote Ref. Number in all your correspondence.
6
General Instructions
1.0 Bidders who wish to participate in this bid will have to register on
https:/www.nprocure.com. Further, participating Bidders will have to procure
Digital Certificate as per Information Technology Act 2000 using which they can
sign their electronic commercial proposals. Bidders can procure the same from
(n) Code Solutions – a division of GNFC Limited, or from any other agency
licensed by Controller of Certifying Authority. Government of India. Bidders who
already have a Digital Certificate need not procure a new digital certificate.
2.0 Technical Bid: Bidders shall submit physically their bids in THREE SEPARATE
PARTS in sealed envelopes super-scribed with due date, time, project and
nature of bid.
5.0 Bidder shall quote the prices of services as mentioned valid for 90 days from the
opening of the price bid.
6.0 GAIC, Ahmedabad at its sole discretion and without assigning any reason there
of reserves the right to accept and/or reject any or all bids. GAIC also does not
bind to accept the lowest bid.
7.0 Once quoted, the Bidder shall not make any subsequent price changes, whether
resulting or arising out of any technical/commercial clarifications sought
7
regarding the bid, even if any deviation or exclusion may be specifically stated in
the bid. Such price changes shall render the bid liable for rejection.
8.0 The duly filled in Technical bids should be sent by Registered Post / Speed Post/
Hand Delivery only so as to reach the office of GAIC, Ahmedabad on or before
the specified date and time. GAIC shall not be responsible for non-receipt of the
tender bids for any postal delay.
9.0 The bids will be opened in the presence of those bidders or their authorized
representative who choose to attend the office of the GAIC, Ahmedabad on the
specified date and time.
Yours faithfully,
Divisional Manager
Marketing & Projects
8
SECTION - 3
INSTRUCTIONS TO BIDDERS / TENDERERS:
2. The bidder shall bear all costs associated with the preparation and submission of
his bid and GAIC will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the bidding process.
3. The bidder is advised to visit and examine the site of works and its surroundings
and obtain for himself on his own responsibility all information that may be
necessary for preparing the bid and entering into a contract. The costs of visiting
site shall be at bidder’s own expense.
4. The bidder shall furnish the appropriate price schedule indicating the goods to be
supplied, a brief description of the goods, their country of origin, quantity and
prices along with all the applicable taxes, duties, octroi, insurance, transport and
commissioning charges for each machine. The price schedule must be
inclusive of all expenses so as to arrive at the total landed cost of the unit
as specified in the tender. No C form shall be issued by GAIC for any of the
items covered in this tender whatsoever.
5. The determination of award of contract will take into account the bidder’s
financial, technical and production capabilities. It will be based upon an
examination of the documentary evidence of the bidder’s qualifications submitted
by the bidder, as well as such other information as GAIC deems necessary and
appropriate including details of experience and records of past performance.
10. Bidders should furnish their complete address for the purpose of further
correspondence pertaining to bidding document.
11. Corrections in the bid should be noted over and initialled at the place of
corrections.
12. Negligence of the bidder in preparing bid confers no right to withdraw the bid
after it was opened.
9
14. All the bids, along with enclosures, drawings and technical literature, should be
in English only.
15. All equipment, system and components should be designed to perform as per
specifications in this bidding document under tropical conditions.
16. All the bidders should submit qualifications application in the given formats with
required documentation.
17. Bids should be kept valid for acceptance for a period of 90 days from the day
bids are opened.
18. The bidding document shall be governed and interpreted according to the laws
of the Union of India.
19. All bidders are urged to submit promptly written requests on matters where
clarifications or additional information are desired, not later than pre-bid meeting
i.e. on 07-01-2010. No extension in due date of submission of bids will be
allowed on this ground.
20. All the bidders should quote for the items as per the specifications and details
given in this bidding document only. In case, alternative designs, etc. are to be
offered by the bidders, they may do so but this should be stated separately in the
offer. Gujarat Agro Industries Corporation Ltd. reserves its right to accept or
reject such alternative offers, without assigning any reasons thereof to the
bidders.
21. The bidder can be individual business entity or a consortium of firms not
exceeding four such business entities. GAIC will encourage formation of a
consortium of specialist companies in key project components like:
In case of consortium there should be a lead member who will have overall
responsibility and GAIC will deal with only lead member for financial,
administrative, contractual matters etc. The arrangement amongst consortium
members shall be enclosed with the bid document clearly indicating share of
each of consortium members in terms of role and responsibilities including
financial share in Turnkey Implementation of the project and the scope of work of
each consortium member.
10
SECTION - 4
GENERAL TERMS AND CONDITIONS:
1. This is a tender inviting offer for designing and setting up of Potato Cold Storage
at Deesa, Dist – Banaskantha on TOTAL TURNKEY BASIS. As already
indicated Consortium bidding will be allowed with a maximum of four consortium
partners and lead consortium member would have overall responsibility and
contractual obligations.
TENDER FORM
1.1 Tender form must be completed with the specifications including signed
copy of this form, technical bids as per technical specifications and price
bids along with Earnest Money Deposit (EMD) of Rs. 20,00,000 (Rupees
Twenty Lakhs only) as prescribed in tender notice. The EMD must be in
the form of Demand Draft /Pay Order drawn in favour of Gujarat Agro
Industries Corporation Ltd., payable at Ahmedabad on any nationalized or
scheduled bank.
1.4 Address:-
All completed bid documents and enquiries regarding clarification in
connection with this tender as specified in the e-tendering procedure shall
be addressed to:
Divisional Manager (Marketing & Projects)
M/s Gujarat Agro Industries Corporation Ltd.
Khet Udyog Bhavan, Opp. Old High Court,
Navrangpura, Ahmedabad – 380 014
Tel - +91 79 27544741
Fax - +91 79 27542518
1.5 Language -
The tenderer shall quote the rates in English language and international
numerals. The rate shall be in whole numbers. These rates shall be
entered in figures as well as in words. In the event of the order being
awarded, the language of all services, manuals, instruction, technical
documentation etc. provide for under this contract will be English.
2. CONTENTS OF TENDER
2.1.2 EMD in the manner specified in the general terms and conditions at Sr.
No1.1.
2.1.3 Tender fee – Rs. 25,000/- in form of Demand Draft / Pay Order in favour
of Gujarat Agro Industries Corporation Ltd. Ahmedabad.
2.1.5 Audited Balance Sheet for the last three financial years ending March,
31st, 2009.
2.1.6 Certified Xerox copies of the purchase order(s) or CA certificate who has
audited the Balance Sheet indicating turn over during the year, from cold
storages, cold chain, potato handling machines, refrigeration related
supplies, erection and commissioning work.
2.1.7 Certificate from the project client for award of contract and stage of
satisfactory project completion (in terms of value) in original or its
notarized copy for each project claimed.
2.1.8 Solvency certificate from the Banker (only lead member in case of a
consortium).
2.2.2 Name of site engineer and list of team members (experts) with their bio
data & role to be played in the project duly signed by each member.
2.2.3 Year wise list of projects executed/being executed giving technical details
& cost of each project with certificate from each project client to this effect,
during the last five preceding years.
2.2.4 Certificate from the project client for award of contract and stage of
satisfactory project completion (in terms of value) in original or its
notarized copy for each project claimed, during the last five preceding
years.
2.2.6 A detailed work plan with PERT confirming capability of the company to
execute the project within a period of 8 months after award of contract.
2.3 Both the parts I & II should be submitted in SEPARATE SEALED ENVELOPES
with the tender no. and name of work as appropriately indicated on the top of
envelope and together sealed in an outer envelope super scribed with tender no.
and work and should reach office on or before the date and time indicated in the
Section 1&2 of the tender. If outer envelop is not sealed and marked as required,
GAIC will not assume any responsibility for the bid’s premature opening.
13
tender or technical proposal or to procure or contract for any of the items
described herein.
3.2 If the tenderer deliberately gives wrong information in his tender, GAIC,
Ahmedabad reserves the right to reject such tender at any stage or to
cancel the contract, if awarded, and to forfeit the earnest money and
invoke performance guarantee.
3.3 Canvassing in any form in connection with the tenders is strictly prohibited
and the tenders submitted by the contractors who resort to canvassing
are liable for rejection.
3.4 Tender in which any of the particulars and prescribed information are
missing or are incomplete, in any respect and /or prescribed conditions
are not fulfilled, shall be considered non-responsive and is liable to be
rejected.
4.1 Part-I containing pre qualification bid documents, tender fee and EMD will
be opened on the date & time as specified in Section 1 of the e-tendering
procedure and scrutinized. The Bidder shall be qualified on the basis of
criteria laid down.
4.2 Part-II of the tenders of the successful bidder will be opened and
scrutinized.
4.3 After the evaluation of technical bids, financial bids will be opened.
4.4 No correspondence shall be entertained from the tenderers after the
opening of financial bids.
5. STANDARD CONDITIONS
5.1 Standard printed conditions of the tenderer if attached to the offer will not
be accepted and only those mentioned in body of the tender will be
considered. Any deviation or departure from the provision of the tender
condition must be clearly brought out indicating full particulars and
reasons for deviations along with a deviation statement indicating against
each item. Unless specifically brought out, the goods offered shall be
considered to comply in every respect with the terms and conditions
contained in the specifications.
5.3 In the case of Indian companies, the consent of the concerned foreign
company (IES) and the relevant experience of the foreign company (IES)
should be clearly mentioned. The consent of the foreign associates
should also be submitted along with tender documents. Change of
the foreign company association will not be allowed at a subsequent
stage without prior approval of GAIC, Ahmedabad.
6. AWARD OF CONTRACT
14
6.1 The acceptance of the tender will be intimated to successful tenderer by
GAIC, Ahmedabad either by email / fax or by letter.
6.2 The work under the contract is on ‘Total Turn Key’ basis. The
contract shall be awarded to the tenderer on a single source responsibility
basis (lead member in case of consortium) and breach in any part or
portion of contract shall be considered as a breach of the contract.
6.3 The tenderer will have to enter separate agreement as part of award of
contract.
7. CORRESPONDENCE
8. STANDARDS
8.2 The tender shall also state, where applicable, the national or other
international standard (s) to which the whole or any specific part, of the
equipment or system complies.
9. TENDER DOCUMENTATION
The tenderer shall submit with the tender a proposed schedule for the delivery
and installation of equipment, with date of commissioning of the project.
The terms of payment shall be as per the details given below. The payment shall
be released after verification & certification by the consultant/implementation
committee of GAIC.
16
(B) For Plant & Machinery, Cold Storage, Power Supply & Electricals &
Other Machineries.
75 % will be released against the running bills with the minimum bill value
of Rs. 10 Lacs each. The remaining 5% after successful commissioning.
(D) 10% Cash security deposit shall be retained against defect liability which
would be released after successful commissioning and the guarantee
period of the project (two potato seasons) is over.
The tenderer shall quote prices for imported items separately for each part
including indigenous components, imported components, erection, supervision &
commissioning of the project wherever applicable.
9.6.1 Taxes and Duties:- Any customs duty levied by the Government of India
on the import of equipment which will become the property of GAIC,
Ahmedabad shall be to the account of tenderer.
9.6.2 Any customs duty and other taxes, if any, levied by the Government of
India on left behind items, damaged items, short supplied items, free
replacement items against warranty, claims etc. imported parts, if any,
shall be to the tenderers account with 15% service charges for clearing
these items from the port.
9.6.3 Liability on account of works contract Act and any other laws shall be
borne by the contractor.
9.7 SPARES
9.7.1 All the spares of the equipment under contract will strictly conform to the
specification and documents and will be identical to the corresponding
main equipment/components supplied under the contract and shall be
fully interchangeable. The quantity of spares recommended by the
manufacturer shall be justified and the spares recommended shall have
the part number as per manufacturer’s standard.
17
9.7.2 The quality standards and the inspection requirement finalized for the
main equipment will also be applicable to the corresponding spares.
9.7.3 The successful tenderer shall warrant that all spares supplied will be new
and in accordance with the contract document and will be free from
defects in design, material and workmanship.
9.7.6 The spares recommended shall be for the purpose of maintenance which
requires replacement within two years of commissioning of the system
during regular operation. The quantum of spares used as part of warranty
shall be replaced free of cost, if used by the contractor.
9.7.7 The rates shall be quoted for each item of spares recommended.
9.7.8 GAIC, Ahmedabad reserves the right to place order for increased or
decreased quantity of the recommended spares.
9.7.9 The recommended spares shall not get damaged due to normal
atmospheric storing conditions.
9.7.10 While supplying the spares shall have a tag showing the part no. and
name of item for easy identification on later date.
9.7.11 The successful tenderer shall guarantee the long term availability of
spares to the buyer for the full life of the equipment (estimated to be 10
years). The successful tenderer shall guarantee that before going out of
production of spare parts of the equipment covered under the contract,
successful tenderer shall give GAIC, Ahmedabad at least twelve (12)
months advance notice so that the latter may order its bulk requirement of
spares, if GAIC, Ahmedabad so desires. The same provision will also be
applicable to subcontractors, if any. Further more, in case of
discontinuance of manufacture of any spares by the successful tenderer
or his subcontractors, the tenderer will provide GAIC, Ahmedabad, one
year in advance, full manufacturing drawings, material specifications and
technical details required by GAIC, Ahmedabad for the purpose of
manufacture of such items.
10.2 The EMD of all the tenderers except first, second and third lowest tenderers will
be returned within fifteen days of opening of the price bid. The EMD amount of
all other unsuccessful tenderers will be returned only after the contract has been
awarded to the successful tenderer (whose EMD will be retained).
10.3 The EMD of the successful tenderer shall be returned after the tenderer provides
the performance guarantee as per Annexure-I enclosed.
10.4 If the successful tenderer fails to submit the performance guarantee and fails to
enter into a contract with GAIC, Ahmedabad within 15 calendar days after the
acceptance of bid and award of contract, the EMD amount shall be forfeited.
10.5 Any tender not accompanying with EMD in the said form will be considered non-
responsive and rejected.
11.1 The tenderer, whose tender has been accepted, shall within 30 calendar days of
the issue of the letter of acceptance of bid, shall submit the unqualified
performance guarantee of 5 % (Five per cent) of the total contract price to GAIC,
Ahmedabad in the form of an irrevocable and unconditional bank guarantee of
any Nationalised Bank in India, or international bank of repute supported by back
to back guarantee of a Nationalised bank in India as per Proforma attached at
Annexure –I. The guarantee shall be valid till the expiry of 90 days after the end
of the Warranty/guarantee period (i.e. 24 months) after the date of
commissioning of the project.
11.3 The performance guarantee shall be deemed to govern the following guarantees
from the successful tenderer, in addition to the other provisions of the guarantee;
a) Guarantee against non performance of contract as per agreement.
b) Successful and satisfactory operation of the equipment supplied in
accordance with the specifications & other relevant documents.
11.4 The equipment supplied shall be free from all defects and designs, material and
workmanship, upon written notice from GAIC, Ahmedabad, the successful
tenderer shall fully remedy free of expenses to GAIC, Ahmedabad or such
defects as developed under the normal use of the said equipment with in the
guarantee period of 24 months (Two Potato Searons – minimum).
19
11.5 The performance guarantee is intended to secure the performance of the entire
equipment. However, it is not to be construed as limiting the damages stipulated
in any other clause.
11.6 The performance guarantee will be returned to the successful tenderer at the
end of the period of liability without interest.
The exchange rate for the purpose of comparison and evaluation will as per RBI
on the day of opening of price bid, if applicable. Claims or refunds on account of
foreign exchange loss or foreign exchange gain will not be admitted for the
imported equipment.
13. GUARANTEE
13.1 All goods or material shall be strictly in accordance with the specifications. No
deviation from such specifications of these conditions shall be made without
GAIC’S agreement in writing which must be obtained before any work against
the order is commenced. All materials furnished by the successful tenderer
pursuant to the order (irrespective of whether engineering/design or other
information has been furnished, reviewed or approved by GAIC, Ahmedabad)
are guaranteed to be of the best quality of their respective kinds (unless
otherwise specifically authorized in writing by GAIC, Ahmedabad) and shall be
free from faulty design. The goods/material used by the successful tenderer and
its workmanship should be of proven quality so as to fulfil in all respects the
operating conditions and other requirements specified in the order.
13.2 If any trouble or defect originating with the design, materials, workmanship or
operating characteristic of any materials arise within any time prior to 24 months
(Two Potato seasons minimum) from the date of completion of work as
mentioned in the completion certificate and the tenderer notified thereof, the
tenderer at his own expense and at not cost to GAIC, Ahmedabad as promptly
as possible make such alterations, repairs and replacements at site as may be
necessary to permit the functioning of the equipment or replaced goods shall be
guaranteed for a period of 24 months from the date of reinstallation whichever
expires later. The bidder must attend any problem in any machine with in 24
hours from the time of reporting, during the guarantee period, in order to have
the normal working of the respective machine and the plant as a whole.
13.3 GAIC, Ahmedabad may at its option remove such defective material at the
tenderers expenses, if the tenderer does not act after being informed. The
tenderer shall make good the replacement in kind or cash.
13.4 In the event that the materials supplied do not meet the specifications and/or are
not in accordance with the drawings, data sheets and rectification is required at
site. GAIC, Ahmedabad shall inform the tenderer giving full details of deficiencies
so as to meet GAIC, Ahmedabad specifications.
20
14.1 Successful tenderer shall protect and fully indemnify GAIC, Ahmedabad from
any claims for infringement of patents, copy right, trade mark or the like.
14.2 Successful tenderer shall also protect and fully indemnify GAIC, Ahmedabad
from any claims from successful tenderers workmen/employees, their heirs,
dependants, representatives etc. or from any other persons(s) or
bodies/companies etc. for any act of commission or omission while executing the
order.
14.3 Successful tenderer shall be responsible for compliance with all requirements
under the laws and shall protect and indemnify completely GAIC, Ahmedabad
from any claims/penalties arising out of any infringements and indemnify
completely GAIC, Ahmedabad from any claims/penalties arising out of any
infringements.
16 FORCE MAJOR
16.1 GAIC, Ahmedabad may grant at its sole discretion an extension of time limit set
for the completion of the work in case the timely completion of the work is
delayed by Force Majeure conditions beyond the contractor’s control, subject to
what is stated in the following sub-paragraphs and to the procedures detailed
there in being followed. Force Majeure is defined as an event of effect that
cannot reasonably be anticipated such as acts of God (like earthquakes, floods,
storms etc.) and acts of Govt., the direct and indirect consequences of wars
(declared or undeclared), hostilities, national emergencies, civil commotion and
strikes (only those which exceed a duration of ten continuous days). The
successful tenderers right to an extension of the time limit for completion of the
work in above mentioned cases is subject to the following procedures :-
16.2 That within 10 days after the occurrence of a case of Force Major but before the
expiry of the stipulated date of completion, the seller informs GAIC, Ahmedabad
in writing that the successful tenderer considers himself entitled to an extension
of the time limit.
16.3 That the successful tenderer produces evidence of the date of occurrence and
the duration of the Force Major in an adequate manner by means of documents
drawn up by responsible authorities.
16.4 That the successful tenderer proves that the said conditions have actually been
interfered with the carrying out of the contract.
16.5 That the successful tenderer proves that the delay occurred is not due to his own
action or lack of action
16.6 Apart from the extension of the time limit, Force Major does not entitle the
successful tenderer to any relaxation nor to any compensation of damage or loss
suffered.
21
17. SETTLEMENT OF DISPUTES AND ARBITRATION
Except where otherwise provided for in the contract, all questions and disputes
relating to the meeting of the specifications, designs, drawings and instructions
herein before mentioned and to the quality of workmanship or materials used on
the work or as to any other question, claim, right, matter or thing whatsoever in
any way arising out of or relating to the contract, designs, drawings,
specifications, estimates, instructions, orders or these conditions or otherwise
concerning the works or the execution or failure to execute the same whether
arising during the progress of the work or after the cancellation, termination,
completion or abandonment thereof shall be dealt with as mentioned hereinafter:
ii) Except where the decision has become final, binding and conclusive in
terms of sub Para (i) above disputes of difference shall be referred to the
sole arbitrator namely Managing Director, GAIC, Ahmedabad. The
provisions of Indian Arbitration Act, 1940 and the rules made there under or
statutory modifications thereto for the time being enforced.
iii) The contractor shall not have any lien on the site on the work in process for
his dues. In case of dispute of any nature the contractor should handover
the site/work in progress, if so directed to the party irrespective of pending
settlement of his dues so as to enable the party to get the work completed
from some other contractor of his choice.
All questions, disputes or differences arising under the out of, or in connection
with the contract if concluded shall, if required to be referred to any court of law,
be referred to the courts at Ahmedabad and the said court only shall have the
jurisdiction and decide matters according to the laws of India.
Every tenderer is expected to inspect the site of the proposed work to acquaint
himself with the site conditions, approaches, availability of raw material,
geological and weather conditions etc. before quoting.
21. The tenderer shall submit all the documents, as specified in terms & conditions.
The contractor shall be responsible for the coordination and scheduling of his
work with the works of the contractors or agencies undertaking the following
items of work since the work is awarded on total turnkey basis.
a) Construction of civil work
b) Sanitary plumbing and water supply.
c) Pre-construction soil treatment work.
d) Electrical
e) Erection of pre cooling, cold storage, ripening & grading line.
f) Telephone conducting work and any other works not forming part of this
contract.
The contractor shall also be responsible to attend upon each trade and sub
contractor, nominated or otherwise and rectify and repair the general works done
by them which may have been disturbed by the process of various trades and
sub contractor's work to the satisfaction of the “Representative of GAIC” and
23
leave the buildings in clean, tidy, neat ready for immediate occupation, all at his
own cost.
The Bidder should be fulfilling the following minimum eligibility criteria and must
also submit documentary evidence in support of fulfilment of these criteria while
submitting the technical bids. Claim without documentary evidence will not be
considered. Consortium shall be allowed for maximum four agencies for
implementation of the project. The eligibility criteria and documentary evidence
required are as follows:
The MD, GAIC reserves the right to verify the claims made by the Bidder and to carry
out the capacity assessment of the bidder and the MD, GAIC’s decision shall be final in
this regard.
24
24.2 TENDER EVALUATION:
The evaluation and comparison of the bids shall be done for the technical as well
as financial aspects.
Evaluation shall be carried out based on the data and documents provided by
the Bidders in support of their claims. The tender committee shall have the right
to verify the claims made by the bidders, in whichever way it deems fit. Based on
the bid evaluation, only technically qualified bidders shall be short listed.
The evaluation committee may call for the presentation by the bidders if required
and the bidder should support the facts with proper documents.
The financial bid of only the short listed Bidders shall be opened.
The technically qualified bidder with lowest total cost of the project would
be the preferred bidder.
24.4.2 The Bidder ranked first in accordance with the above procedure would
be declared as the Preferred Bidder.
24.4.4 The preferred bidder’s financial offer may be compared with Estimated
Project cost and also with other bidders and in case the financial offer is
found to be not in conformity/ in the range/ in line, then GAIC reserves
the right to negotiate with preferred bidder and may ask for additional
guarantee in what ever manner it may deem fit and even after
negotiations, if the final offer is found to be differing widely with
25
Estimated Project cost, then GAIC reserves the right to cancel the
tender. GAIC’s decision in this context shall be final and binding on all
bidders.
24.4.6 The Successful Bidder shall execute the Contractual Agreement with
GAIC within period specified by GAIC of the issue of LoI or within such
further time as GAIC may agree to in its sole discretion.
25. The successful bidder shall be responsible for training of the working personnel
of GAIC or their representative for the operation and maintenance of the entire
plant for at least 14 days or more for Hand Holding till intricacies regarding
operation and maintenance are resolved.
26
SECTION - 5
DEESA POTATO COLD STORAGE PROJECT – THE CONCEPT
The major shortcomings of present potato cold storages in India are poor air circulation,
inadequate humidity level & high level of CO2 which result in high shrinkage losses (up
to 8%) and value erosion. Further, storage in gunny bags is labor intensive, prevents air
circulation, 7-8 staking of bags, results in pressure marks on potatoes, rough handling
by labours which becomes unsuitable for processing. Further, cost of bags is increasing
and farmers resort to use of old gunny bags, which leads to quality problems.
As Gujarat is known for cultivation of high value processing varieties of potato, which
are sourced by all the leading potato processors in India, the requirement for such a
facility is desirable. GAIC wishes to set up a Hi-tech Potato Cold Storage with state-of-
art facilities and eliminating all present shortcomings. This project would act as a
‘Model’ for replication by others.
FUNCTIONAL REQUIREMENTS
1. Five chambers of 1000 tonnes capacity each with bulk storage in pine wood
boxes of 1.05 tonnes capacity and size approx. 1.24 X 1.59 X 1.19 mtr (OD).
2. Covered processing area for receiving, cleaning, grading, box filling, drying,
bagging and dispatch.
3. Mechanized handling of boxes using manual pallets trucks and ‘Reach Trucks’
for staking (upto 6 layers)
4. Induced ventilation and high humidity system for maintaining 92-95% humidity
and CO2 below 3000 PPM.
6. Reception of loose potato in trolleys, dust removal, grading & box filling
(Loading period 25-30 days)
27
SECTION - 6
FINANCIAL BID:
28
SECTION – 7
DRAWINGS:
29
30
Annexure – I
31
The bank further agree with the owner that the owner shall have the fullest
liberty without our consent any without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said agreement or to extend
time of performance of the said contractor from time to time or to postpone for any time
or from time to time any of the powers exercised by the company against the said
contractor and to forbear or enforce any of the terms and conditions relating the said
agreement and we shall not be relieved from our liability by reason of any such
variation or extension being granted by the said corporation to the said contractor or y
any such matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have effect of so relieving us.
This guarantee will not be discharged due to the change in the constitution of the bank
or the contractor.
The bank lastly undertakes not to revoke this guarantee during its currency except with
the previous consent of the owner in writing.
Notwithstanding anything contained herein above, our liability under this guarantee is
restricted to a sum of Rs. _______ and the guarantee shall remain valid till ________
unless a claim or action to invoke the guarantee is received in writing by us on or before
_______ all your rights under the guarantee shall be forfeited and the bank will be
relieved and discharged of its liabilities there under.
32