REQUEST FOR TENDER FOR THE SUPPLY, INSTALLATION AND

Transcription

REQUEST FOR TENDER FOR THE SUPPLY, INSTALLATION AND
REQUEST FOR TENDER
FOR THE
SUPPLY, INSTALLATION
AND
COMMISSIONING OF A
HOT FILL BOTTLING LINE
(Tender No. 06/2015)
Caribbean Premier Products Limited
963 Forest Drive
Belmopan
BELIZE
TEL: (501)822-2200
Contact Email: [email protected]
Date: April 30, 2015
1
CONTENTS
PART 1: GENERAL TERMS & CONDITIONS
1.
2.
3.
4.
5.
6.
The Company.………………………………………………..3
Goals of this tender...………………………………………...3
Tentative Calendar of Events.………………………………..4
Availability of the Request For Tender Document…………..4
Bidder’s presentation/Site Visit……………………………...4
Venue & Deadline for the submission of proposals…………5
PART 11: SCOPE OF SERVICES
7. General Background…………………………………………5
8. Scope………………………………………………………...5
9. Terms of Reference………………………………………….5
10.Time Frame………………………………………………….6
PART 111: BIDDING TERMS & PRE-QUALIFICATION CRITERIA
11. Conditions under which this tender is issued………………6
12. Rights to the content of the proposal……………………….6
13. Acknowledgement of understanding of terms……………...6
14. Evaluation of proposals…………………………………….7
15. Language of proposals……………………………………...7
16. Eligibility criteria…………………………………………...7
17. Proposal submission………………………………………..7
18. Late tenders………………………………………………....7
19. Acceptance of tenders……………………………………....8
PART 1V: TENDER ADVERTISEMENT
20. Procurement Notice………………………………………..8
2
PART 1: GENERAL TERMS & CONDITIONS
1. THE COMPANY
Caribbean Premier Products Limited is a registered private beverage
manufacturer in Belize since 2009. The company owns the following
brands of beverages:
Frooot Blasts – non carbonated fruit-flavored beverage
Coool Delight – non carbonated fruit-flavored beverage
Caribbean Sunrise – Juice drinks containing real fruits
Pure Nature MD – Fruit Juices for dietary intervention of diabetes.
Currently, the company’s products are for the Belize market. The
company wishes to market these products to the Caribbean, North
America and Europe.
CONTACT PERSON:
Andre Mahmud
Caribbean Premier Products Limited
963 Forest Drive
Belmopan
BELIZE, Central America
TEL: (501)822-2200
Email address: [email protected]
2. GOALS OF THIS TENDER
The objective of this tender is to solicit proposals from interested
bidders for participation in a bid process for selection of a Supplier for
the supply of a Hot Fill Bottling Line (HFB Line), installation and
commissioning of the equipment at Caribbean Premier Products
Factory at no. 963 Forest drive, Belmopan, Belize Central America. A
“Turn Key” Contract shall be established with the winning Bidder
selected by the Procurement Review Committee.
This Request for Tender (RFT) document provides the scope, prequalification criteria, bidding terms & conditions and suggested
response format.
3
3. TENTATIVE CALENDAR OF EVENTS
The following table enlists important tasks and timelines for
completion of bidding activities:
TASK
Tender Advertisement
Tender Closing Date
Bidders Presentation/ Site Visit
Complete tender evaluation
Completion of approval process
Notify unsuccessful bidders
Signing of Agreement
Start Implementation
DATE
April 30, 2015
May 20, 2015
May 22, 2015
May 25, 2015
May 26, 2015
May 28, 2015
June 1, 2015
June 1, 2015
4. AVAILABLILTY OF THE RFT DOCUMENT
The RFT document can be downloaded from the following websites:
United Nations: www.devbusiness.com
Compete Caribbean: www.competecaribbean.org
The bidders are expected to examine all terms & conditions and
specifications in the RFT document. Failure to furnish complete
information as mentioned in the RFT document or submission of a
proposal not substantially responsive to the RFT document in every
respect will be at the bidder’s risk and may result in rejection of the
proposal.
5. VENUE AND DEADLINE FOR SUBMISSION OF PROPOSALS
Signed electronic PDF versions of the proposal (s) shall consists of
two separate parts, namely: Technical Part & Financial Part, must be
received via email to: [email protected] by 2:00 pm (GMT6) on May 20, 2015.
PART 11: SCOPE OF SERVICES
6. GENERAL BACKGROUND
4
CPPL intends to produce and market a natural dietary supplement to
be consumed as part of a dietary intervention program for the
management of hyperglycemia, obesity and hypertension. The
Company plans to market its product in CARICOM, United States of
America and the European Union.
In order to deliver its products & services to customers cost
effectively and efficiently, free from food safety risks, CPPL needs to
streamline its business processes, and production & food safety
systems. The Company is currently in the process of implementing an
FSSC 22000 certification.
The HFB Line therefore must be in compliance with Codex
Alimentarius standards.
CPPL intends to establish a “Turn Key” contract with the winning
bidder.
7. SCOPE
To supply a complete HFB Line, install and commission said HFB
Line at Caribbean Premier Products Factory located at 963 Forest
Drive, Belmopan, Belize Central America. The HFB Line shall be in
accordance with the following diagrams and specifications and
capacities provided as annexes (Refer to ANNEX I – VI. These
annexes form an integral part of this RFT Document).
In addition to the HFB Line the Supplier shall include a Spare Parts
List and one (1) set of recommended spare parts.
The equipment layout must utilize space efficiently and allow space
for future expansion.
The Supplier shall be responsible for shipping the complete Line,
INCOTERMS CIP, Port of Belize. CPPL will be responsible for the
clearing of the HFB Line and costs associated including import duties,
brokerage, landing charges and inland freight.
8. TERMS OF REFERENCE
5
The successful Bidder will be required to sign a Supplier’s “Turn
Key” Contract. The Terms of Reference for the Supplier who is
selected will include the following:
a. To supply a complete Hotfill Bottling Line, inclusive of a set of
recommended spare parts and spare parts list, that meets the
specifications detailed in this RFT in Article 8 and ANNEX I - VI.
b. To ensure that the equipment is in compliance with Codex
Alimentarius standards.
c. To set up the entire Line in an area that complies with the
dimensions in Annex II at the Supplier’s location.
d. To host two representatives of CPPL at the Supplier’s location with
a demonstration of the Hotfill Bottling Line in full operations.
(This is a requirement prior to shipping of the equipment).
e. The supplier will be required to utilize a credible, reliable freight
company to ensure the promptest and safe delivery.
f. The Supplier must ensure that the complete HFB Line is labeled
and packed properly in a way that will facilitate the installation in a
timely manner at CPPL factory.
g. The supplier shall insure the entire Hotfill Bottling Line, with a
reliable, credible Insurance company and shall ensure that the
indemnity payable under the transportation insurance be at least
100% of the contract amount in the currency of the contract in
favor of CPPL.
h. To install and commission the equipment at CPPL factory as stated
in Article 2.
i. Provide appropriate training to CPPL’s personnel and provide
written operation procedures in English language, for the
Equipment and emergency safety features.
j. Hand over all manuals for the equipment including electrical
drawings, operations and maintenance (see Annex I). (All
Manuals for equipment must be clear, precise and provided in
the English language).
k. Handing over and closure when equipment is in full operations.
l. Provide appropriate terms and conditions of Warranty, minimum 1
year on all Equipment.
9. SUPPLIER’S PRESENTATION/SITE VISIT
6
The selected Supplier must be willing to host at least two (2)
representatives from CPPL for an inspection visit at the Supplier’s
location. The purpose of this visit shall be for the representatives to
inspect the complete HFB Line in full operation and verify its
compliance with the specifications of the Equipment in line with the
RFT documents and the submission of the Bidder in his/her financial
and technical proposals.
The presentation/site visit will provide the representatives with an
opportunity to see the equipment first hand. The time of the
presentation/site visit shall be determined by the Supplier and CPPL
but must be done prior to shipping.
10.TIME FRAME
The time period for the supply, installation and commissioning of the
complete HFB Line is 4 to 6 months from the implementation start
date stated in Article 3.
PART 111: BIDDING TERMS & PRE-QUALIFICATION CRITERIA
11. CONDITIONS UNDER WHICH THIS TENDER IS ISSUED
a. This tender is not an offer and is issued with no commitment.
CPPL reserves the right to withdraw the tender and change or
vary any part thereof at any stage. CPPL also reserves the right
to disqualify any bidder, should it be so necessary at any stage.
b. Timing and sequence of events resulting from this tender shall
ultimately be determined by CPPL.
c. No bidder or any of the bidder’s representatives shall have any
claims whatsoever against CPPL arising out of, or relating to
this tender or these procedures.
d. Tenders lodged after the tender closing date and time will be
deemed late and will not be considered.
e. Bid Prices shall be fixed and valid for up to four (4 weeks)
subsequent to the implementation start date stated in Article 3
of this document. (Once the Bidder is selected, his/her prices
shall be fixed up until the project is complete in its entirety).
f. All bidders by virtue of their “Tender” agree to the following:
In the event a bidder withdraws his/her bid or should the bidder
be awarded the contract and fail to sign the contract before the
deadline defined in Article 3, the bidder shall be suspended
7
indefinitely from further participation in any bidding or
contractual arrangements with CPPL.
12.RIGHTS TO THE CONTENTS OF THE PROPOSAL
For the all bids received, the proposal and accompanying
documentation will become the property of CPPL and will not be
returned. CPPL is not restricted in its right to use or disclose any or all
of the information contained in the proposal (s) and can do so without
compensation to the bidders. CPPL shall not be bound by any clause
in the proposal indicating confidentiality or restriction in its use or
disclosure of any part or whole of the contents of the proposal (s).
13. ACKNOWLEDGEMENT OF UNDERSTANDING OF TERMS
By submitting a proposal, each bidder shall be deemed to
acknowledge that it has understood and accepted all terms, conditions
and limitations of all sections of this RFT document.
14. EVALUATION OF PROPOSAL
Only proposals that fully satisfy all the requirements specified in this
RFT document shall be evaluated.
15. LANGUAGE OF PROPOSAL
The proposal and all required documents shall be written in English
and where translation is required, a certified copy of the original
document shall also be included.
16. ELIGIBILITY OF CRITERIA
The Supplier who will be engaged must be from a proven credible
source and should have proven mix of skill and expertise in the
installation and commissioning of the Equipment.
The Supplier must meet the following minimum criteria.
a. Previous performance in providing similar Hotfill Bottling
Lines.
b. Must have supplied, installed and commissioned at least two (2)
such similar HFB Bottling Line.
c. Must have a minimum of five (5) years professional experience
in the installation and commissioning of similar equipment.
8
17. PROPOSAL SUBMISSION
Bidders should submit their proposals consisting of two (2) separate
parts identified as Technical and Financial:
a. Technical Part – This part should be prepared in accordance with the
details listed in this RFT document, Scope and Bidding Terms, and
inclusive of all the information called for in the attachments I-VI.
The Technical Proposal shall include:
 Brief Summary of the Supplier and his team,
 System Description (main body of proposal): Overall description of
the system with particular attention to equipment design, cycle time,
process capability, material handling, and rejects strategy.
 Facility Requirements: In addition to the General considerations for
Air Supply and Electrical Power Supply (see Annex I), Bidders are
required to submit a Layout Map showing the “footprint” of the entire
Line in the allocated space (Floor plans and sample layouts supplied
for illustrating equipment). For the proposed system the bidder will
provide in a table all required facility support items. Interface items to
be addressed include power, air, concrete work, lighting, and other
structural requirements. The supplier must clearly state in the
proposal what work is the responsibility of “The Company”. (Should
there be any special foundation requirement it must be indicated at
the time of quotation).
 Documentation: All required documentation as stated in Annex I.
 List of recommended Spare Parts.
 Warranty: The supplier must warrantee the system in total for a
period that equates to a minimum of twelve months at design
capacity volumes, after acceptance on “The Company” floor.
Suppliers must state all conditions and reservations applying to
this warranty as well as response times for service calls and
replacement parts. (Preventive maintenance actions or one-off
minor repairs that can be addressed internally in less than one hour are
not included in the supplier's liability.) “The Company” will consider
any extended warranty or maintenance service options that will
guarantee uptime and/or reduce our in house support requirements.
 Additional Supporting Materials: The supplier should include any
supporting documentation or literature that aids in illustrating the
proposals.
 Terms of Reference
9
 Detailed Approach, work breakdown structure for installation and
commissioning, Implementation Schedule & Deliverables.
 The Bidder must also provide a Resume and copy of certificates,
evidence of previous performance in providing similar equipment and
at least two (2) references from customers that have purchased similar
HFB Lines.
b. Financial Part – This part should be quoted in United States dollars
(USD) and should be itemized in detail and inclusive of all taxes.
Prices shall be fixed as indicated in Article 11. The quote shall
include the total cost of the HFB Line INCOTERMS CIP, Port of
Belize, and shall include a detail breakdown of the cost of the
equipment, spare parts and accessories. In addition, a summary table
is requested in this section to present the proposed system(s), and to
compare and contrast alternatives and options requested herein.
For the installation and commissioning of the HFB Line, a
detailed work and costs breakdown structure including number of
employees and wages per day and throughout the project, consultancy
fees daily rate for installation and commissioning, training, expenses
such as Travel, Boarding & Lodging, Local Transportation, etc.
Include the number of days and manpower required and any other
item or cost the Supplier sees necessary in completing the “Turn Key”
contract.
Payment Terms: Standard terms of payment shall be as follows: a 1st
downpayment of 40% for the equipment upon signing of the Contract,
a 2nd downpayment of 40% of the equipment upon presentation of Bill
of Lading and adequate Shipping Insurance documents and a 3rd and
final payment of 20% for the equipment upon completion of
installation and commissioning of the HFB Line to the satisfaction of
CPPL as per contractual arrangements and handing over of all
manuals, spare parts and deliverables detailed in this RFT document.
The Installation and commissioning costs shall be paid in one (1)
lump sum upon completion of same and meeting all requirements of
the “Turn Key” contract.
c. LATE TENDERS
10
Tenders lodged after the closing time will be deemed late and will not
be considered.
d. ACCEPTANCE OF TENDERS
CPPL is not bound to accept the lowest priced tenders or any tender.
Tenders not accepted will be notified by email. CPPL reserves the
right to negotiate with other tenderers in the event that a contract
cannot be successfully obtained with the preferred tenderer.
PART IV: TENDER ADVERTISEMENT
e. Procurement Notice as it appeared in the United Nations and
Compete Caribbean websites:
Procurement Notice
Country of project: BELIZE
Funding source: IDB
Project: Supply, Installation and Commissioning of a complete Hot Fill Bottling Line
(HFB Line)
Title: ALL NATURAL TROPICAL FRUIT JUICES FOR DIABETICS
Business Sector: Equipment Supply
Project ID No.: BL-CC4037
Grant No.: ATN/CJ-12159 & ATN/CF-12160
Bid No.: TENDER 06/2015
Deadline: May 20, 2015
Request for tenders for the supply, installation and commissioning of a complete Hot Fill
Bottling Line. Interested bidders may download the Request for Tenders document from
the following website:
United Nations: www.devbusiness.com
Compete Caribbean: www.competecaribbean.com
* Contact Info
Agency: Caribbean Premier Products Limited
Address: 963 Forest Drive, Belmopan, Belize
Attn: Andre Mahmud
Tel: (501) 822-2200
Fax: (501) 822-2102
E-mail:[email protected]
Website: www.coooldelight.com
11
“Compete Caribbean is a US$40-million private sector development program jointly funded by the Inter-American Development
Bank (IDB), the United Kingdom Department of International Development (DFID) and the Canadian International Development
Agency (CIDA) (now called, Department of Foreign Affairs, Trade and Development of Canada (DFATD), to provide technical
assistance grants and investment funding to support productive development policies, business climate reforms, clustering initiatives
and Small and Medium Size Enterprise (SME) development activities in 15 Caribbean countries. Projects in the Organization of
Eastern Caribbean States (OECS) are implemented in collaboration with the Caribbean Development Bank.”
ANNEX I
Hot Fill Fruit Juice Beverage Production Line
I.
General Design Description:
a.
Hot fill Fruit Juice Production Line
b.
Rated Production Capacity – 6000 bottles per hour (Adjustable Speed)
c.
Products:
i. Fruit Juice with and without Pulp
ii. Juice content – (10% - 100%)
iii. PH - ≤ 4.3
d.
Packaging type : PET Bottles – 350 ml and 500ml
e.
Cap – HDPE - Size 38mm
f.
All equipment electrical Requirements – 208-230 480V, 3PH, 60hz
g. All equipment must fit in allocated space as per attached document - (Allocation
for Hot Fill Line).
h.
Line must meet temperature and time specs as per document – Profile of Hot fill Line attached
i.
All equipment built and installed to 3A Sanitary Standards
j.
Production Line Equipment Configuration:
a.
Blending Tank with High Shear Mixer
b.
Pasteurizer
c.
Washer/Filler/Capper
d.
Inverted Conveyor
e.
Cooling Tunnel
f.
Bottle Dryer
g.
Shrink Sleeve Label Applicator & Tunnel
h.
Trayless Case Packer & Tunnel
k.
Equipment Details:
a.
Blending Tank:
i. Material – SS304
ii. Volume – 1800 gals (6813 Liters)
iii. Chilled Storage
iv. Thermometer
v. Glass level Gauge
vi. High Shear Emulsifying Head
vii. Top Feed and Bottom Discharge
viii. CIP cleaning ready
b. Pasteurizer:
i. Material – SS316
ii. Plate Type – Wide Gap (17mm between plates)
iii. Temperature Recorder – 2 Pens ( Record Temp of: Heating Medium, Pasteurized finish
product)
iv. Capacity – 800 gals per hour
v. For Temperatures and holding times please see attached file: (Profile of a Hot Fill Line).
vi. Magnetic Filter inline before Pasteurizer.
c.
Filler:
i.
ii.
iii.
iv.
v.
vi.
Material – SsS316
Capacity – 6000-7000 bottle per hour – (500ml)
MonoBlock – Washer(disinfectant rinse) / Filler / Capper w/loader
Liquid – Hot Fill Liquid Temp - 87.2 C
Filler Bowl must be CIP Ready
Bottle Size – See technical data on Bottles Attached
12
Annex IV - C5576PD_B 500ml Headsets Single Bell Mexico
Annex V - C5517PD_B 300ml Active Hinge
vii. Cap size – See technical data on Caps attached.
Annex VI - cr-crap 37_30_2 Hotfill
d.
Inverted Conveyor:
i. Material – SS304
ii. Details as per file: (Profile of a Hot Fill Line).
e.
Bottle Chiller Tunnel:
i. Product Temperature after exit – 90F (32.2C)
f.
Bottle Dryer
i. Dryer to blow excess liquid from bottles prior to labeling
g.
Shrink Sleeve Labeler and Tunnel
i. 6000 bottles per hour Sleeve Label Applicator
ii. Steam Shrink Tunnel
h. Bottle Dryer
i.
Trayless Packer with Shrink Tunnel
NOTE: All conveyors serviced by automatic lubricating systems.
IV General Considerations:
a.
Air Supply
1. All equipment supplied requiring compressed air shall operate on plant air with the following characteristics:
Oil Content - variable
Pressure – 100 PSI (6.89. bar) minimum, 125 PSI (8.61 bar) maximum
Dryness – variable
2. Specifications for air requirements shall be submitted to CPPL by the Supplier. The ultimate equipment performance is the
responsibility of the Supplier.
3. Equipment requiring more stringent air standards shall be equipped with its own self-contained air supply systems, or air
conditioning (filtration, dryer, lube, etc.) system.
4. All equipment requiring lubrication via the air supply shall be supplied with the proper lubricators.
b.
Electrical Power Supply
Unless otherwise noted in particular sections of this Specification, the following conditions shall be adhered to:
1. All equipment shall be supplied to operate on three-phase power 208-230/480 volts 60Hz.
2. All equipment supplied shall be capable of handling voltage sags. The equipment shall be immune to all of the follow voltage sags.
The term immune refers to the equipment's ability to cope with voltage sag so that no permanent damage is done to either the
equipment or the product including the loss of data.
a) A sag that is 50% of nominal voltage and lasts for either 10 cycles (50 Hz) or 12 cycles (60 Hz)
b) A sag that is 70% of nominal voltage and lasts for either 25 cycles (50 Hz) or 30 cycles (60 Hz)
c) A sag that is 80% of nominal voltage and lasts for either 50 cycles (50 Hz) or 50 cycles (60 Hz)
3. DC power requirements shall be self-contained on the machine.
c.
Documentation
A. All documentation shall be written in English and native language. All foreign words shall have an English translation supplied,
preferably in the vicinity of the original text.
B. All equipment supplied shall be accompanied by three copies of maintenance and service documentation. This documentation shall
include the following, in formats acceptable to the purchasing plant’s systems:
1. All pneumatic diagrams and layouts
2. All electrical and electronic diagrams and layouts
3. All lubrication diagrams and layouts
4. All hydraulic diagrams and layouts
5. All coolant diagrams and layouts
6. All documentation for standard purchased items as supplied by the original component Supplier, except items listed on the approved
Supplier lists.
7. Preventive maintenance schedules
8. Detailed drawings and sub-assembly drawings, not engineering drawings, are required.
9. When standard components are utilized in the equipment, such as bearings, belts, seals, wipers, etc., the Supplier shall furnish the
original manufacturer's name and part numbers.
10. Spare parts lists including pricing and delivery
11. Machine Manuals (Maintenance, Operator Instructions, Safety Instructions)
12. A complete set of photographs or a videotape showing guarding, hydraulic unit, electrical panel location and any other views that
would aid in reassembly of the machine(s).
13. Any software for machine operation or maintenance
13
14
15
16
17
18