Está en la página 1de 60

RITES Limited (A GOVERNMENT OF INDIA ENTERPRISE) RITES BHAWAN, NO.

1, SECTOR 29, GURGAON 122 001 HARYANA INDIA

LIMITED TENDER NO: RITES/RW&IE/ICF/M&P-02/MH

List of short listed Manufacturers: 1. M/s Alpha Services, New Delhi (Works at Bhiwadi) 2. M/s Meeka Machinery (Pvt) Ltd. Ahmadabad. 3. M/s Electromech /New Delhi 4. M/s Smaco engineering pvt. Ltd, Mumbai 5. M/s Saico Engineers & Fabricators, Nashik 6. M/s Grip Engineers/Faridabad

RITES Limited (A GOVERNMENT OF INDIA ENTERPRISE) RITES BHAWAN, NO. 1, SECTOR 29, GURGAON 122 001 HARYANA INDIA

LIMITED TENDER NO: RITES/RW&IE/ICF/M&P02/MH TENDER DOCUMENT FOR DESIGN, MANUFACTURE, DELIVERY & COMMISSIONING OF JIB CRANE (5T) FOR ICF BOGIE MANUFACTURING PROJCET, CHENNAI, TAMIL NADU INDIA

JAN, 2013

Issued to: M/s. _________________________________ _________________________________ _________________________________ _________________________________

Tender No: RITES/RW&IE/ICF/M&P-02/MH INDEX SECTION/ CLAUSE REF. CONTENTS INDEX I II 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 13.0 14.0 15.0 16.0 17.0 18.0 19.0 20.0 21.0 22.0 23.0 24.0 III 1.0 2.0 3.0 4.0 5.0 INVITATION FOR TENDERS INSTRUCTIONS TO TENDERER GENERAL INSTRUCTIONS COST OF BIDDING SITE VISIT / LOCAL CONDITIONS CONTENT OF BIDDING DOCUMENTS CLARIFICATION OF BIDDING DOCUMENTS AMENDMENT TO BIDDING DOCUMENTS QUALIFYING REQUIREMENT OF TENDERERS DOCUMENTS FOR SUBMISSION EARNEST MONEY DEPOSIT (EMD) / BID SECURITY CURRENCY PRICE BASIS VALIDITY OF OFFER FORMAT AND SIGNING OF BIDS BID SUBMISSION MODIFICATION AND W ITHDRAWAL OF BIDS OPENING OF BIDS BY PURCHASER PRELIMINARY EXAMINATION CORRECTION OF ERRORS EVALUATION OF THE OFFERS CLARIFICATION OF BIDS ACCEPTANCE OF TENDER AND SIGNING OF CONTRACT EFFECT AND VALIDITY OF OFFER GENERAL CHECK LIST CONDITIONS OF CONTRACT DEFINITIONS SCOPE OF W ORK DELIVERY PAYMENT TERMS INSURANCE PAGE NO. (i) (iii) 13 4 11 5 5 5 5 6 6 6 6 6 7 7 8 8 8 8 9 9 9 9 10 10 10 11 11 12 - 24 13 13 13 15 16

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 6.0 7.0 8.0 9.0 10.0 11.0 12.0 13.0 14.0 15.0 16.0 17.0 18.0 19.0 20.0 21.0 22.0 23.0 24.0 PACKING & MARKING TRANSPORTATION IMPORT PERFORMANCE GUARANTEE (PG BOND) INSPECTION W ARRANTY AFTER SALES SERVICE AND SUPPORT SPARE PARTS INDEMNITIES LIQUIDATED DAMAGES ACCEPTANCE OF STORES DESPATCHED AFTER THE EXPIRY OF DELIVERY PERIOD CUSTOMS DRAWBACK TERMINATION PENALTY FOR DELAY IN COMMISSIONING ARBITRATION/ SETTLEMENT OF DISPUTES FORCE MAJEURE REMOVAL OF REJECTED STORES QUANTITY VARIATION
SECRECY

16 16 17 17 17 18 19 19 19 20 20 21 21 21 22 22 22 23 24 25 34 26

PROFORMA 1 2 3 4 5 6 7 IV CHECK LIST PROFORMA FOR MANUFACTURER LETTER OF AUTHORIZATION FROM THE

27 28 29 30 31 33 35 40 36 38

COMMERCIAL DETAILS PROFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS PROFORMA FOR STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS PROFORMA FOR BANK GUARANTEE BOND TOWARDS CONTRACT PERFORMANCE PROFORMA FOR BANK GUARANTEE BOND TOWARDS CONTRACT W ARRANTY BID FORM AND PRICE SCHEDULE BID FORM AND PRICE SCHEDULE PRICE SCHEDULE

ii

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH V TECHNICAL SPECIFICATIONS IMPORTANT NOTES 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 SCOPE OF SUPPLY DESIGN PURPOSE FOR WHICH REQUIRED RIGIDITY CONTROL SAFETY MAINTAINABILITY STRUCTURAL DETAIL ELECTRICAL DETAIL SPARES 41-55 42 42 43 43 43 44 44 46 48 48 48

FOUNDATION & RELATED DRAWINGS


JOINT CHECK

11.0

TURNKEY CONTRACT FOR INSTALLATION, COMMISSIONING

48

12.0 13.0 14.0 15.0 16.0 SCHEDULE I

TRAINING PAINTING & COLOUR INSPECTION OF EQUIPMENT AND TESTING PRE QUALIFICATION CRITERIA DELIVERY AND COMPLETION PERIOD LEADING PARAMETER

50 50 50 51 51 52

SCHEDULE-II

INFORMATION TO BE SUBMITTED BY THE TENDERER: 53

SCHEDULE-III FORMAT FOR TIME SCHEDULE CHART APPENDIX - I ELECTRICAL DETAILS OF CRANES 55 54

iii

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

SECTION I INVITATION FOR TENDERS

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH SECTION I INVITATION FOR TENDERS Sealed Limited Tenders in single envelope bid system are invited by RITES Ltd. (A Government of India Enterprise) Under Ministry of Railways, Government of India, for and on behalf of Integral Coach Factory (ICF), Chennai (A Production unit of Indian Railways) from the shortlisted firms for design, manufacture, supply, delivery, installation and commissioning of the equipment indicated below on turnkey basis as per the detailed specifications of the bid.

1.0

2.0 Tender No. RITES/RW&IE/ICF/ M&P-02/MH 3.0 Brief Item description & Qty Reqd. Jib Crane (5T) Qty Completion Period from issue of LOA 4 months EMD/ Bid Security (INR). Rs.88,000/-

02 NOS.

The tenders must be submitted in the following office on or before 1400hours on 29/01/2013 accompanied with Earnest Money Deposit/ Bid Security as indicated in the Bid document.

Sr. Deputy General Manager (Mech)/ RW&IE RITES LTD, nd RITES Bhawan, 2 Floor (Central Wing) No. 1, Sector 29, Gurgaon 122001 (Haryana), India. (Tel. No: + 91-124-2818273: Fax No: + 91-124-2571627: e-mail:sridhar.rites@gmail.com) 4.0 Bids will be opened in presence of the Tenderers representatives who chose to attend at 1430 hours on 29/01/2013 at the office mentioned above. In case of unscheduled holiday on the closing/opening day of the tender, the next working day will be treated as scheduled prescribed day for closing and opening of the tender, the time notified remaining the same. Bids submitted by the Tenderers who do not meet the qualification requirements as required or whose bids (both commercial and price) are not valid and open for acceptance for a period mentioned in the bid document from the date of opening of tender, may be rejected. The tender document is not transferable. Issue of tender document to Tenderer will not automatically mean that the Tenderer is qualified for the Award of contract. The Tenderers will be required to fulfill the qualification criteria given in the tender document before being considered eligible for award of contract. No condition/ Deviation which is either additional or in modifications the tender conditions shall be included in the bid submitted by the Tenderer. If the bid contains any such conditions or deviations from the tender conditions, the bid shall be rejected. In case of any discrepancies, the provisions of this Invitation for Tenders shall take precedence over all the bidding documents.

5.0

6.0

7.0

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 8.0 Tenderers are required to put their sealed tender in the Tender Box placed in the above office personally or through their authorized representative. Bids in sealed condition shall also be received by post/ courier provided that the bid is received before the stipulated date and time, in the receipt section of RITES Corporate Office, Ground Floor, RITES Bhawan, Plot No.1, Sector-29, Gurgaon 122001, Haryana, India. RITES Ltd shall not be held responsible for the delay/ non-receipt of the bid. RITES Limited does not bind themselves to accept the lowest or any offer or to give reasons for their decision. RITES Limited also reserves the right to reject or accept or divide the offer between more than one tenderer without assigning any reason.

9.0

10.0

OFFERS ARE INVITED FROM THE SHORT-LISTED FIRM ONLY. OFFERS FROM OTHER-THAN THE SHORT-LISTED FIRMS WILL NOT BE CONSIDERED AND WILL BE REJECTED.

General Manager (Mech)/ RITES Ltd., For and on behalf of ICF

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

SECTION II INSTRUCTIONS TO TENDERER

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH SECTION II INSTRUCTIONS TO TENDERER A. INTRODUCTION 1.0 1.1 GENERAL INSTRUCTIONS RITES Limited a Govt. of India Enterprise, under Ministry of Railways, Government of India has been engaged by Integral Coach Factory (ICF), Chennai, Ministry of Railways, as a Project Management Consultant for setting up of Bogie manufacturing project at ICF, Chennai, Tamil Nadu, India. Under the terms of the contract between RITES Ltd and ICF, RITES Ltd. have to procure and install various Machinery & Plant besides execution of Civil and Electrical works. In this connection RITES Ltd. (hereinafter referred as Purchaser), invites sealed tenders/bids for and on behalf of ICF (hereinafter referred as Owner) for manufacture, supply, delivery, erection, testing and commissioning of Plant and equipment as per the specification enclosed at Section V of the bid document, on turnkey basis. All information in the offer must be in English or Hindi. Offer in a language other than English or Hindi must be accompanied by its authenticated translation in English, failure to comply with this may render the offer liable to be rejected. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation will prevail. All correspondence should be made only with the General Manager (Mech)/ RW&IE RITES Ltd., Gurgaon in substantial issues, whether having financial implications or not, are involved. In case these instructions are not followed, it may be likely that no action may be taken. COST OF BIDDING The tenderer shall bear all costs associated with the preparation and submission of his bid, and Purchaser will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. SITE VISIT / LOCAL CONDITIONS The tenderer is advised to visit and examine the Site of works and its surroundings and obtain for himself on his own responsibility and cost, all information that may be necessary for preparing the bid and entering into a contract execution. It will be imperative on each tenderer to fully acquaint himself of all the local conditions and factors which would have any effect on the performance of the contract and cost of the stores. In his own interest, the foreign tenderer should familiarise himself with the Income Tax Act 1961, the Companies Act 1956, the Customs Act 1962 and related Laws in force in India. The Purchaser shall not entertain any request for clarifications from the tenderer regarding such local conditions. No request for the change of price, or time schedule of delivery of stores shall be entertained after the offer is accepted by the Purchaser.

1.2

1.3

1.4

2.0 2.1

3.0 3.1

3.2

B. THE BIDDING DOCUMENTS 4.0 CONTENT OF BIDDING DOCUMENTS 4.1 The Scope of work, bidding procedures and contract terms are stipulated in the Bidding Documents and shall include along with its enclosed Proforma & Annexures:i) Invitation for Tenders ii) Instructions to Tenderer

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH iii) Conditions of Contract iv) Proforma v) Bid form and Price Schedules vi) Technical Specifications, Annexures & Drawings The Tenderer should examine all instructions, terms and specifications in the Bidding documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Tenderer's risk and may result in rejection of his bid. CLARIFICATION OF BIDDING DOCUMENTS A prospective Tenderer requiring any clarification of the Bidding Documents may contact by writing or fax to the Purchaser no later than 07 days prior to dead line for submission of bids. AMENDEMENT TO BIDDING DOCUMENTS At any time prior to the last date for submission of bids, the Purchaser may for any reason modify the bidding documents by an amendment. The amendment in the form of an addendum/corrigendum will be posted at RITES website (www.rites.com) only. Tenderers are requested to visit the website frequently for any update on the subject tender prior to submission of their offer. In order to afford prospective Tenderers reasonable time in which to take the amendment into account in preparing their tenders, the Purchaser may at his discretion extend the last date for the submission of tender.

4.2

5.0 5.1 6.0 6.1

6.2

C. PREPARATION OF BIDS 7.0 7.1 8.0 8.1 8.2 8.3 QUALIFYING REQUIREMENT OF TENDERERS Tenderer must fulfill the pre-qualification criteria specified in the bid document Technical specification. DOCUMENTS FOR SUBMISSION All offers shall be either type-written or written neatly in indelible ink. Any individual(s) signing the tender documents should be the Authorized representative of the bidding firm and should sign and stamp on each page. Following documents will be submitted along with the Bid: i) Bid covering letter ii) Original Tender document (with amendments/ corrigendum etc.,) duly signed and stamped on each page by the Authorized representative of the bidding firm. iii) Earnest Money Deposit/ Bid security iv) Reference list of Purchasers of similar equipment given in Technical Specification v) Technical information as sought in Technical specification vi) Time schedule as per technical specification vii) All applicable proformas and statements duly filled in. viii) Other documents as requested in the Bid. ix) Bid Form and Price Schedule. EARNEST MONEY DEPOSIT (EMD) / BID SECURITY Earnest Money/Bid Security for amount as stipulated in the Instruction to Tenderer shall accompany each tender. The Earnest Money/Bid security shall be in the following form: A crossed Bank Draft in favour of the RITES Ltd., Gurgaon 122001, Haryana INDIA, from a Nationalised/scheduled Indian Bank. Pay Orders/ Demand Drafts should be

9.0 9.1

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH made in favour of RITES Ltd., 9.2 The Earnest Money/Bid Security shall remain deposited with the Purchaser for the period of 180 days from the date of opening of Tenders. If the validity of the offer is extended, the Earnest Money Deposit/Bid Security duly extended shall also be furnished, failing which the offer after the expiry of the aforesaid period shall not be considered by the Purchaser. If the Tenderer withdraws, amends, make modification / alteration in his bid for any reason during its validity, the Earnest money/bid security shall be forfeited. Failure to submit bid security would lead to rejection of offer. The small scale industries units recognized by NSIC (National Small Industries Corporation Limited, India) are exempted from depositing the Earnest Money subject to submission of necessary proof. Exemption of NSIC units is however subject to its validity, monetary limit shown in the certificate and they are being registered for the item/items tendered for. No interest will be payable by the Purchaser on the Bid Security/ EMD submitted by the Tenderer. The EMD of unsuccessful Tenderers shall be returned by the Purchaser, in case of ; a) Two Packet System The Earnest Money of the tenderers whose Technical Bid is found not acceptable will be returned as soon as scrutiny of Technical Bid has been completed by the Purchaser and accepted by the Competent Authority. b) Single Packet System After evaluation of the Financial Bids, the Earnest Money of unsuccessful tenderers will be returned immediately after finalization of contract. The EMD of successful Tenderer will be returned after the Contract Performance Guarantee is furnished as per the contract. In event of contract being awarded to NSIC registered firm seeking exemption from submission of Performance Guarantee Bond, they should submit necessary proof for items and monetary limit of their registration with NSIC. Any tender not accompanied by Earnest Money deposit in one of the approved forms is liable to be summarily rejected. CURRENCY The prices should be stated only in Indian Rupees only. The prices quoted shall be firm and not subject to any variation. PRICE BASIS Tenderer shall quote his prices on the basis of CIP destination price at Integral Coach Factory, Chennai, Tamil Nadu, INDIA price. They shall furnish break up of prices as per bid form/ price schedule. They shall also quote charges for making the foundation, subsequent installation, commissioning for the machine at site. The price shall include all State and Central Taxes and Excise Duties leviable on the final finished supplies tendered for. In addition, a complete break-up showing the ex-factory price, excise duty, other levies, sales tax, packing charges, forwarding charges, freight and insurance charges and other charges, if any, shall also be given. The prices quoted shall be firm and not subject to any variation. In the case of CIP delivery, freight, insurance charges included must also be firm and no variation will be allowed on his account after the opening of tenders. The tenderers should quote their lowest possible prices. Quotations should be made only for quantity specified in the tender.

9.3

9.4

9.5 9.6

9.7

9.8 10.0 10.1 10.2 11.0 11.1

11.2

11.3

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 11.4 The price to be quoted by the tenderers should take into account the credit availed on inputs under the MODVAT Scheme introduced w.e.f. 1st March, 1986 and further extended on more items from time to time. The Excise duty, CST/ VAT and service tax shall be paid by the Purchaser as per actual on production of documentary evidence. VALIDITY OF OFFER The offer shall be kept valid for acceptance for a minimum period of one hundred and eighty (180), Calendar days from the date set for opening of tenders. FORMAT AND SIGNING OF BIDS Each page of the original /downloaded tender documents shall be duly signed and stamped by Tenderers authorized representative and returned. All changes/ alterations/ corrections in the tender shall be signed in full by the Tenderers authorized representative signing the bid with date. NO ERASING AND/OR OVER WRITING IS PERMISSIBLE.

11.5 12.0 12.1 13.0 13.1 13.2

13.3

The Tenderer should avoid ambiguity in his offer e.g., if his offer is to his standard sizes/lengths/dimensions, he should specifically state them in details without any ambiguity. Brief descriptions such as standard lengths etc. should be avoided in the offer. D. SUBMISSION OF BIDS 14.0 BID SUBMISSION 14.1 All Amendments/Revisions to the tender document issued by Purchaser subsequently (in RITES website), if any, must be signed and submitted along with the tender. The tender submitted by the Tenderer shall take into account all such amendments/revisions. 14.2 Bids shall be submitted in sealed SINGLE ENVELOPE containing documents specified in 8.3, above. 14.2.1 The envelope shall super scribed TENDER NO., OPENING DATE AND TIME, BIDDERS NAME AND ADDRESS. 14.2.2 Completely sealed bid shall be addressed to; General Manager (Mech), RW&IE, RITES nd Ltd., 2 Floor, Central Wing, RITES Bhawan, Plot No. 1, Sector-29, Gurgaon, Haryana 122 001. INDIA. 14.3 DEADLINE FOR SUBMISSION OF BIDS 14.3.1 Bids must be received by the Purchaser at the address mentioned above, within the date and time of bid submission indicated in the Section-I: Invitation for Tenders. 14.3.2 14.3.3 15.0 15.1 Any bid received after the deadline for submission of bids, will be rejected and returned unopened. E-mail or fascimile bids will be summarily rejected. MODIFICATION AND WITHDRAWAL OF BIDS The Tenderer may modify or withdraw its bid after the bids submission, provided that written notice of the modification or withdrawal is received prior to the deadline prescribed for submission of bids. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy by post marked not later than the deadlines for submission of bids. No bid may be modified subsequent to the deadline for submission of bids. 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 Tenderer. Withdrawal of a bid during this interval shall result in forfeiture of its Earnest Money Deposit/ Bid Security.

15.2 15.3

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 16.0 16.1 OPENING OF BIDS BY PURCHASER Purchaser will open the Bids, in the presence of Tenderers representatives who choose to attend, at the place, date and time specified in the Section-I: Invitation for Tenders. The Tenderers representatives who are present shall sign a register evidencing their attendance. The Tenderers names, bid modifications or withdrawals, bid prices, 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. All tenderers or their representatives must bring with them an authority letter on the letterhead of the tenderer or their Indian agent (as the case may be) duly signed by competent authority to attend the tender opening. Failing to which they will not be allowed to attend the opening of the tenders.

16.2

16.3

E. EVALUATION AND COMPARISON OF BIDS 17.0 17.1 17.2 PRELIMINARY EXAMINATION The Purchaser will examine the bids to determine whether they are complete in all respects, documents have been properly signed and submitted and bids are generally in order. The Purchaser may waive any minor informality, non-conformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or effect the relative ranking of any Tenderer. Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the bidding documents. The Purchasers determination of bids responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not substantially responsive it will be rejected by the Purchaser and may not subsequently be made responsive by the Tenderer by corrections of non-conformity. CORRECTION OF ERRORS Tenders will be checked and corrected for any arithmetical errors in computation and summation as follows: Where there is a discrepancy between amounts in figures and in words, the amount in words will govern; Where 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 will prevail for calculation. If a Tenderer does not accept the correction of errors as outlined above, his tender will be rejected. EVALUATION OF THE OFFERS The tenders received will be evaluated by the Purchaser to ascertain the lowest acceptable tender in the interest of the Purchaser, as specified in the specifications and tender documents. Evaluation criteria not mentioned herein but mentioned specifically in the technical specifications will be taken into consideration during evaluation of offers.

17.3

17.4

18.0 18.1 18.1.1 18.1.2 18.1.3 19.0 19.1

19.2

The offers should indicate clearly the rates of ED, CST/ ST etc. as leviable on particular item. In case concessional duty or taxes are applicable, the tenderer should quote accordingly. However, if the tenderer states in his offer that ED, CST/ST etc. will be charged as prevailing at the time of supply, then while working out the rates for comparison, the highest rate applicable will be loaded on the offer.

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 19.3 Criterion for evaluation of offers/deciding inter-se-position of offers:-In case of multi items or in case of single/multi items with multi consignees, the inter-se-position of the offer received shall be decided based on the total value as a whole. The comparison shall be between total cost and all other charges of the equipments offered at destinations covering complete scope of services. The COMMERCIAL EVALUATION will take into consideration the following: Cost of basic equipment Cost of concomitant accessories according to tender specification Cost of erection, installation and commissioning and proving out Cost of training; and other factors like Applicable taxes and duties (ED, VAT/ST) packing & forwarding, Freight Insurance, service tax etc. OPTIONAL ITEMS Not for commercial evaluation to be quoted separately i) Item-wise cost of optional accessories as specified in Technical Specification; Section -V to be quoted separately ii) Tenderers are required to quote for a comprehensive Annual Maintenance Contract for 5 years after expiry of the warranty of the equipment supplied against this specification, which will be inclusive of all spares, material, labour costs as per the AMC contract attached as Annexure to the Technical specification. The duties/ taxes as applicable should be indicated separately. All consumables except fuel/diesel, lubricating oil or coolant shall form part of the scope of comprehensive AMC. iii) Any other items of spares considered essential by the tenderers for two years of normal maintenance, to cover the complete range of mechanical, hydraulic and electrical equipment, to be quoted separately. CLARIFICATION OF BIDS During evaluation of the Bids, Purchaser may at his discretion ask the Tenderer for clarification of his bid. The request for clarification and response shall be in writing and no change in price or substance of the bid shall be sought, or permitted. ACCEPTANCE OF TENDER AND SIGNING OF CONTRACT The Purchaser may accept a tender for a part or whole of the quantity offered, reject any tender without assigning any reason and may not accept the lowest tender or any tender. Acceptance of tender will be communicated by Fax, Express Letter for formal acceptance of tender (LOA) . In case where acceptance is indicated by Fax or Express Letter, the formal acceptance of tender will be forwarded to the Contractor as soon as possible, but the Fax, or Express Letter should be deemed to commencement of the contract. Within twenty one (21) days of receipt of Acceptance advice (LOA), the successful Tenderer shall submit the contract performance guarantee in accordance contract. On submission of Performance Guarantee, the successful Tenderer shall be issued with detailed work order. EFFECT AND VALIDITY OF OFFER The submission of any offer connected with these specifications and documents shall constitute an agreement that the Tenderer shall have no cause of action or claim, against the Purchaser for rejection of his offer. The Purchaser shall always be at liberty to reject or accept any offer or offers at his sole discretion and any such action will not be called into i) ii) iii) iv) v)

19.4 19.5

19.6

20.0 20.1

21.0 21.1 21.2

21.3 21.4 22.0 22.1

10

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH question and the Tenderer shall have no claim in that regard against the Purchaser. Offers shall be deemed to be under consideration immediately after they are opened and until such time the official intimation of award is made by the Purchaser to the Tenderer. While the offers are under consideration, Tenderers and/or their representatives or other interested parties are advised to refrain from contacting the Purchaser by any means. If necessary, the Purchaser will obtain clarifications on the offers by requesting for such information from any or all the Tenderers, either in writing or through personal contact, as may be considered necessary. Tenderers will not be permitted to change the substance of their offers after the offers have been opened. GENERAL The Tenderers must ensure that the conditions laid down for submission of offers detailed in the preceding paras, are completely and correctly fulfilled. Tenders, which are not complete in all respects as stipulated above, may be summarily rejected. The Tenderer shall also submit Statement of Deviations from Tender Conditions and Technical Specification as per Proforma - 3 & 4 along with the offer. CHECK LIST A check list has been included as Proforma 1 in the bid document. This has been designed to help the Tenderers in submitting their offer in completeness. An incomplete offer is liable to be rejected. The Tenderers must fill this Check List and submit along with their offer in their own interest.

22.2

23.0 23.1

23.2 24.0 24.1

11

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

SECTION III CONDITIONS OF CONTRACT

12

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH SECTION III CONDITIONS OF CONTRACT 1.0 1.1 DEFINITIONS Purchaser means RITES Limited, Gurgaon (A Government of India Enterprise) having its Registered Office at SCOPE Minar, Laxmi Nagar, New Delhi-110092 and Corporate Office at RITES Bhawan, No 1, Sector-29, Gurgaon 122001, Haryana, INDIA acting through the nd General Manager (Mech)/RW&IE, RITES Bhawan, 2 Floor (Central Wing), No 1, Sector-29, Gurgaon 122001, and shall include their legal representatives, successors and permitted assignees for and on behalf of Integral Coach Factory (ICF), Chennai. Owner shall mean Integral Coach Factory (ICF), Chennai, Tamil Nadu, India and shall include their legal representatives, successors and permitted assignees. Contractor/Supplier shall mean the Tenderer/ Tenderer whose bid has been accepted by the Purchaser for the supply of stores/ Plant & Equipment (PE) and award of work is placed and shall include his legal representatives, successors and permitted assigns unless excluded by the terms of the contract. Contract means Contract entered into between the Purchaser & the Contractor/Supplier through Letter of Award, together with the contract documents referred to therein, they shall include Letter of Award, Bid Invitation, Instructions to Tenderers, Conditions of Contract, Technical Specification, and the other conditions specified in the Advance Acceptance & Letter of Award (LOA) and a formal agreement, if executed.

1.2 1.3

1.4

2.0 2.1 2.2 2.3 2.3.1

2.3.2

2.3.3

SCOPE OF WORK SUPPLY The Plant and Equipment (PE) to be supplied shall be new and as per specifications given in Section V. PE offered must be of proven design and capacity. INSTALLATION AND COMMISSIONING The Tenderer shall also install and commission the machine at place of delivery as per Delivery Schedule including schedule for making foundations, erection and commissioning. All facilities required for the above such as, road mobile cranes, lifting tools & tackles, welding or cutting machine, first fill of all lubricants/oils and consumables etc shall also be as per the Technical Specification, Section V. RITES /ICF shall provide the clear encumbrance free site required for erection. Also required electricity, water, compressed air and EOT crane facilities for erection, testing and commissioning shall be provided by ICF free of cost, to the extent feasible. Clear covered space for storage of material required for working, construction of foundation and installation of the machine will be provided by ICF. Detailed foundation drawings (four copies) along with other civil works (if any) and related diagrams, electrical and mechanical, electrical load and circuit diagrams required should be submitted as specified in the Technical Specification Section V. DELIVERY The Contractor shall deliver at the place detailed in the contract, the quantities of the stores detailed therein and the stores shall be delivered or despatched not later than the dates

3.0 3.1

13

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH specified in the contract. The delivery will not be deemed to be complete until and unless the stores are inspected and accepted by the Inspecting Officer as provided in the contract. Notwithstanding any inspection and approval by the Inspecting Officer on the Contractors premises, property in the stores shall not pass on to the Purchaser until the stores have been received, inspected and accepted by the consignee. In the case of indigenous supplies, the Purchaser shall not be liable to render assistance to the Contractor in securing or to arrange for or provide transport to the Contractor, notwithstanding that transport of the stores, is controlled by or under the orders of the Government. NOTIFICATION OF DELIVERY Notification of delivery or dispatch in regard to each and every installment shall be made to the Purchaser, immediately on dispatch or delivery. The Contractor shall further supply to the Purchaser, a packing account quoting number and date of the acceptance of tender and date of dispatch of the stores. All packages, shall be fully described in the packing account and full details of the contents of the packages and quantity of materials shall be given to enable the consignee to check the stores on arrival at destination. The copy of Railway Receipt/Consignment Note or Bill of Lading with other shipping documents, if any, shall be forwarded to the Purchaser and or the consignee named in the contract, as applicable, by post immediately on the dispatch of stores. The Contractor shall bear and reimburse to the Purchaser demurrage charges, if any, paid by reason of delay on the part of the Contractor in forwarding the copy of the Railway Receipt, Consignment Note or Bill of Lading and other shipping documents. EXTENSION OF TIME FOR DELIVERY If the Contractor fails to deliver the stores or any installment thereof within the period fixed for such delivery in the contract or as extended or at any time repudiates the contract before the expiry of such period, the Purchaser may without prejudice to his other rights to recover from the Contractor as agreed liquidated damages as per the contract. If such failure have arisen from any cause which the Purchaser may admit as reasonable ground for extension of time, the Purchaser shall allow such additional time as he considers to be justified by the circumstances of the case, and shall forgo the whole or such part, as he may consider reasonable, of his claim for such loss or damage as aforesaid. Any failure or delay on the part of Sub-Contractor, though their employment may have been sanctioned shall not be admitted as a reasonable ground for any extension of time or for exempting the Contractor from liability for any such loss or damage as aforesaid. CONSEQUENCE OF REJECTION If on the stores being rejected by the Inspecting Officer or Consignee at the destination, the Contractor fails to make satisfactory supplies within the stipulated period of delivery, the Purchaser shall be at liberty to : (i) require the Contractor to replace the rejected stores forthwith but in any event not later than a period of 21 days from the date of rejection and the Contractor shall bear all cost of such replacement including freight, if any, on such replacing and replaced stores but without being entitled to any extra payment on that or any other account; or purchase or authorize the purchase of quantity of the stores rejected or others of a similar description (when stores exactly complying with particulars are not in the opinion of the Purchaser, which shall be final, readily available) without notice to the Contractor at his risk and cost and without affecting the Contractors liability as regards the supply of any further installments due under the contract; or

3.2

3.3

3.4 3.4.1

3.5 3.5.1

3.5.2

3.6 3.6.1

(ii)

14

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH (iii) cancel the contract and purchase or authrorise the purchase of the stores or others of a similar description (when stores exactly complying with particulars are not, in the opinion of the Purchaser, which shall be final, readily available) at the risk and cost of the Contractor. In the event of action being taken under sub-clause (ii) above or under this sub-clause, the provisions of the contract will apply as far as applicable. (iv) where under the contract the price payable is fixed CIP destination(s), the Contractor shall, if the stores are rejected at destination by the consignee, be liable, in addition to his other liabilities, including refund of price recoverable in respect of the stores so rejected, to reimburse to the Purchaser the freight and all other expenses incurred by the Purchaser in this regard. 4.0 4.1 PAYMENT TERMS Payment of equipment shall be made as per the payment terms given below subject to recoveries, if any, by way of Liquidated Damages, TDS and any other taxes, as per the Government of India guidelines. Indigenous supplies The standard payment terms subject to recoveries, if any, by way of Liquidated Damages as per contract will be as under: (a) 80% of ex works price of the supplies + 100% ED, taxes, packing & forwarding, transportation, insurance and other incidental payments indicated in price bid will be made on proof of inspection certificate, receipt of stores at destination and within 30 days of issue of joint inspection note duly signed by Contractor, Purchaser and Owner for receipt of stores in complete and in good condition. (b) 100% erection, installation, commissioning, training payment including taxes will be made upon completion of erection and commissioning of the equipment at site and imparting training as per the technical specification, within 30 days of issue of commissioning certificate/ Joint inspection Note signed by Contractor, Purchaser and Owner. (c) Balance 20% of ex. Work price of the supplies payment will be made on furnishing a Bank Guarantee for an amount equal to 10% of the contract value, as per Proforma 8 fully indemnifying the Purchaser against all losses incurred by the Purchaser during the guarantee period stipulated in the Warranty Clause and within 30 days of the receipt of Bill after successful completion of proving test in which the machine performance would have been demonstrated by the supplier or his agent after its commissioning at the consignees premises. Where, however, the installation and commissioning of the machine is delayed or put off beyond 90 days of the receipt of the goods at the ultimate destination due to express written instructions of the Purchaser/Con-signee, the balance 20% payment shall be released to the supplier on his furnishing the necessary Bank Guarantee. The Bank Guarantee as mentioned above should be from a Nationalised/Scheduled Banks. The Bank Guarantee to be submitted by the contractor / supplier under this clause, shall be sent directly by the issuing bank to the Purchaser. (d) All payments under this clause shall be made on pro-rata basis commensuration with no. of equipments supplied/ commissioned/ proved out, respectively. (e) The payments shall be made by Cheque/ Electronic Clearance System (ECS) on a Bank in India.

4.1.1

15

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 5.0 5.1 INSURANCE Insurance shall be arranged by the Tenderer and the Purchaser shall not arrange for any transit insurance and the supplier will be responsible till the entire stores contracted for arrive in good condition in destination. The tenderer to insure the goods and may arrange for it himself and pay insurance charges. Insurance charges should be indicated by the tenderers separately in their offer and same shall be paid on the submission of documentary evidence by the tenderers. The consignee will advise the tenderer within 45 (forty five) days of the arrival of goods for any damage/ deficiency and it shall be responsibility of the tenderer to lodge the necessary claim on the carrier and or insurer and pursue the same. The tenderer shall, however at his own cost replace/rectify the goods lost/damaged to the entire satisfaction of the consignee within 30 days (or mutually agreed between the supplier and the Purchaser) from the date of receipt of intimation from the consignee, without waiting for the settlement of the claim. PACKING & MARKING PACKING Contractor shall pack at his own cost the equipment sufficiently and properly for transit by rail/road/air/ sea as provided in the contract so as to ensure their being free from loss or damage on arrival at their destination. He shall decide the packing for the equipment by taking into account the fact that the equipment will have to undergo arduous transportation before reaching the destination and will have to be stored and handled in tropical climatic conditions (including monsoons) before being put to actual use. It is, therefore, imperative that packing for every item is decided by taking into consideration, inter-alia, the above vital factors, so as to eliminate damage/deterioration of items in transit/transshipment/handling or during storage. Each package shall contain a packing note specifying the name & address of the Contractor, the number and date of the Letter of Award (LOA), mark as indicated in LOA and the description of the stores and the quantity contained therein. The packing advices should bring out the weight, dimensions and size of each bundle/ package. Where it is not possible to give weight of the bundles/packages, the Contractor must indicate the volume of the bundles/packages, the details of contents of each bundle/package, number of bundles/packages and total weight of the items supplied. M ARKING The following particulars should be stenciled with indelible paint on all the materials/packages or as mentioned in the contract : (i) (ii) (iii) (iv) (v) (vi) 7.0 7.1 LOA/Contract No. Item Description Abbreviated Owner/Purchaser marks. Box/Package No Gross/Net weight in Kgs Dimensions (L x W x H) in Cms

6.0 6.1 6.1.1

6.1.2

6.1.3

6.2 6.2.1

TRANSPORTATION Where the Contractor is required under the Contract to transport the equipment to a specified place of destination defined as the Consignee, transport to such place of destination in the Purchasers country, including insurance and storage, as shall be specified in the Contract,

16

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH shall be arranged by the Contractor, and the related cost shall be included in the Contract price. 8.0 8.1 8.2 IMPORT The foreign exchange needed for the import of the components and import license where necessary, should be arranged by the Tenderer themselves. The successful tenderer will have to apply to the proper Government Authority for grant of requisite import licenses/foreign exchange for such items as require and the Purchaser will only render assistance, where necessary. However, Purchaser will have no responsibility whatsoever in this regard. PERFORMANCE GUARANTEE (PG BOND) After Letter of Acceptance (LOA) is issued by the Purchaser, the Contractor shall furnish a Performance Guarantee Bond in the proforma-6 attached from a Nationalised/Scheduled Indian Bank within 21 days from the issue of the Letter of Acceptance by the Contractor for an amount equivalent to 10% of the value of the contract. The Bank Guarantee to be submitted by the contractor/supplier under this clause, shall be sent directly by the issuing bank to the Purchaser. Non submission of above performance guarantee within stipulated time should lead to forfeiture of Bid Security/ EMD. The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of the Performance Guarantee Bond in whole or in part in the event of any default, failure or neglect on the part of the Contractor in the fulfillment or performance in all respects of the contract under reference or any other contract with the Purchaser or any part thereof to the satisfaction of the Purchaser and the Purchaser shall also be entitled to deduct from the amount of the PG Bond any loss or damage which the purchaser may suffer or be put by reason of or due to any act or the default, recoverable by the Purchaser from the Contractor in of the contract under reference or any other contract and in either of the events aforesaid to call upon the contractor to maintain the amount of PG Bond at its original limit by furnishing fresh Bank Guarantee of additional amount, provided further that the Purchaser shall be entitled to recover any such claim from any sum then due or which at any time thereafter may become due to the contractor under this or any other Contracts with the Purchaser. The PG Bond shall remain in force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the contract, i.e. till satisfactory commissioning and proving of the equipment and consignees work, provided that before the expiry of the date of validity of the P.G. Bond, the contractor on being called upon by the Purchaser from time to time, shall obtain from the Guarantor Bank, extension of time for validity thereof for a period of six months on each occasion. The extension(s) aforesaid, executed on non-judicial stamp paper of appropriate value must reach the Purchaser at least thirty (30) days before the expiry of P.G. Bond on each occasion. As and when the amendment is issued to the contract, the contractor shall within fifteen says of receipt of such amendment furnish to the Purchaser an amendment to the PG Bond rendering the same valid for the contract as amended and up to twelve months beyond the extended date of delivery or commissioning. The PG Bond or any amendment thereto shall be executed on a stamped paper of requisite money value in accordance with law. All expenses to be borne by the Contractor. The PG bond shall be released on issue of Proving out test certificate by Consignee without any interest.

9.0 9.1

9.2 9.3 9.4

9.5

9.6

9.7 9.8

17

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 10.0 10.1 INSPECTION RITES/ Purchaser reserves its right for pre-shipment / pre-dispatch inspection which may be carried out at manufacturers / suppliers work by authorized representative of RITES/ Purchaser to ensure that the material/ equipment, being supplied conform to the contractual specifications. Traveling, lodging and boarding expense of Purchasers representative(s) shall be borne by the Purchaser, but necessary facilities to carry out tests/ witness inspection shall be provided by the manufacturer/Supplier free of cost. Manufacturer/ supplier shall give in writing, at least four weeks notice to Purchaser on readiness of the equipment for inspection and request for nomination of inspection agency to enable it to depute its authorized representative to witness the inspection of the material/ equipment. The examination of stores will be made as soon as practicable after the same have been submitted for inspection, and the result of the examination will be notified to the Contractor. In case equipment fails or is found defective during inspection, as well as in those cases where equipment is not ready for inspection at the appointed time and dates, total cost of reinspection including travel, lodging and boarding of the inspection officials shall be to manufacturers / suppliers account. In cases where the Inspecting Authority specified in the contract requires on behalf of the Purchaser that inspection of the raw materials to be used and/or stage inspection during the manufacturing process of the component/stores etc. is also to be done, notice in writing shall be sent by the Contractor to the Inspecting Officer to visit his premises/works to test the raw materials and/ or conduct necessary inspection during the manufacturing process of the component/stores etc. as deemed essential.

10.2

10.3

10.4

10.5

POWERS OF INSPECTING OFFICER The Inspecting Officer shall have the power: (i) before any stores or part thereof are submitted for inspection to certify that they cannot be in accordance with the contract owing to the adoption of any unsatisfactory method of manufacture ; (ii) to reject any stores submitted as not being in accordance with the particulars ; (iii) to reject the whole of the installment tendered for inspection, if after inspection of such portion thereof as he may in his discretion think fit, he is satisfied that the same is unsatisfactory; (iv) to mark the rejected stores with a rejection mark, so that they may be easily identified if resubmitted for inspection. The Inspecting Officers decision as regards the rejection shall be final and binding on the Contractor.

10.6 10.6.1

INSPECTION CERTIFICATES On the stores being found acceptable by the Inspecting Officer, he shall furnish the Contractor with necessary copies of the Inspection certificates duly completed for being attached to the Contractors bill in support thereof.

18

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 10.6.2 Certification of Inspection and approval (i) No Stores will be considered ready for delivery until the Purchaser or the Inspecting Officer nominated by him shall have certified in writing that they have been inspected and approved by him. (ii) It shall be the responsibility of the contractor to ensure that only such goods as have been duly inspected and approved by the Inspecting Authority, are delivered. WARRANTY Contractor shall provide complete warranty against any design, manufacturing defects, and such other defects for a period of 24 months from the date of proving out of the machine at the ultimate destination. Any approval of acceptance by purchaser of the Stores or of the material incorporated here in shall not in any way limits the contractors liability. To this effect, the contractor shall provide a Warranty Bond from a Nationalized/ Scheduled Indian Bank and acceptable to RITES Ltd as per Proforma 7 enclosed for an amount equivalent to 10% of the contract value. All the defects during the warranty period shall be removed by the Contractor at his own cost within reasonable period of time as agreed with RITES representative. All replacement and repairs the Purchaser shall call upon the Contractor to deliver or perform under this warranty shall be delivered and performed by the Contractor within 15 days, promptly and satisfactorily. The warranty period shall be extended by the number of days the machine remains under breakdown during the warranty period, the warranty period of such part(s) replaced and/or repairs and parts immediately connected there to shall also be extended for a period of 24 months from the date of such replacement and/or repair. The warranty herein contained shall not apply to any material which shall have been repaired or altered by the Purchaser, or on his behalf in any way without the consent of the Contractor, so as to effect the strength, performance or reliability or to any defects to any part due to misuse, negligence or accident. The decision of the Purchaser in regard to Contractors liability and the amount, if any, payable under this warranty shall be conclusive and final. AFTER SALES SERVICE AND SUPPORT Tenderer should indicate clearly after sales service and support network available in India indicating the facilities available. Offer for such equipment which do not have repair and maintenance base/ authorized agent for repairs within India are likely to be rejected. SPARE PARTS The Tenderer shall guarantee the availability of spare parts/ components at the same price and terms and conditions as indicated in the bid for at least two years from the date of commissioning. The Tenderer shall further guarantee availability of all spare parts for a period of at least 10 years from the date of purchase order. INDEMNITIES The supplier shall indemnify and keep the Purchaser indemnified against all actions, proceedings claims, damages, costs and expenses arising from the incorporation in or use of work of any such articles, processes or supplies made under this agreement. Supplier shall at all times indemnify the Purchaser against all claims which may be made in respect of Stores for infringement or any right protected by patent, registration of design or trade mark and

11.0 11.1

11.2 11.3

11.4

12.0 12.1 12.2

13.0 13.1

13.2

14.0 14.1

19

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH shall take all risk accidents or damages which may cause a failure or the supply of the whatever cause arising and the entire responsibility for the sufficiency of all the means used by the supplier for the fulfillment of the contracts provided always that in the event of any claim in respect of alleged break of letter patent, registered design or trade marks being made against the Purchaser the Purchaser shall notify the supplier of the same and the Supplier should at his own expenses settle and dispute or conduct any litigation that arise there from and the Purchaser will stand absolved of all responsibilities in that connections. 15.0 15.1 LIQUIDATED DAMAGES In case of the Tenderer fails to deliver the material / equipment under this contract within the agreed delivery schedules, save force majeure conditions or delays attributable to Purchaser/Owner or any extension thereof authorized by the Purchaser and/or fails to fulfill their obligations under this contract, the Tenderer shall be liable to pay liquidated damages and not by way of penalty, a sum equal to (half) percent per week of delay in supply of complete equipment subject to maximum of 10 (Ten) percent of the contract value. The compensation shall be payable by the Tenderer without prejudice to the rights and remedies available to the Purchaser in respect of any fault/ default by the Tenderer. This will be applicable both in indigenous and foreign contracts. ACCEPTANCE OF STORES DESPATCHED AFTER THE EXPIRY OF DELIVERY PERIOD In cases where only a portion of the stores ordered is tendered for inspection at the fag end of the delivery period and also in cases where inspection is not completed in respect of the portion of the stores tendered for inspection during the delivery period because of the reason that adequate notice for inspection in accordance with contract was not given by the Contractor, the Purchaser reserves the right to cancel the order for the balance quantity, at the risk and expense of the Contractor without any further reference to him. If the stores tendered for inspection during or at the fag end of the delivery period are not found acceptable after carrying out the inspection, Purchaser is entitled to cancel the contract in respect of the same at the risk and expense of the Contractor. If, however, the stores tendered for inspection are found acceptable, the Purchaser may grant an extension of the delivery period subject to the following conditions : (a) (b) The Purchaser has the right to recover from the Contractor the liquidated damages on the stores, which the Contractor has failed to deliver within the period fixed for delivery. The Purchaser retaining the right to recover from the Contractor any extra expenditure which might has been incurred by the Purchaser on account of additional bank charges payable for extension amendment of the Letter of Credit, the increase in Customs duty and Freight charges directly reltable to the delay in shipping of the stores etc. That no increase in price on account of any statutory increase in or fresh imposition of Customs Duty, Excise Duty, Sales Tax, Freight Charges or on any account of any other tax or duty leviable in respect of the stores specified in the contract, which takes place after the date of delivery period stipulated in the said Acceptance of Tender, shall be admissible on such of the said stores as are delivered after said date. That notwithstanding any stipulation in the contract for increase in price on any other ground, no such increase which takes place after the delivery date stipulated in the contract shall be admissible on such of the said stores as are delivered after the said date. But nevertheless the Purchaser shall be entitled to the benefit of any decrease in price on account of reduction in or remission of Customs Duty, Excise Duty, Sales Tax or on

16.0 16.1

(c)

(d)

(e)

20

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH account of any other ground which takes place after the expiry of the delivery date stipulated in the contract. The Contractor shall allow the said benefit in his bills or in the absence thereof shall certify that no decrease in price on account of any of these factors has taken place. 16.2 The Contractor shall not despatch the stores till such time an extension in terms of contract is granted by the Purchaser and accepted by the Contractor. If the stores are despatched by the Contractor before an extension letter as aforesaid is issued by the Purchaser and the same are accepted by the consignee, the acceptance of the stores shall be deemed to be subject to the conditions (a) to (e) mentioned above. In case where the entire quantity has not been tendered for inspection within the delivery period stipulated in the contract and the Purchaser chooses to grant an extension of the delivery period the same would be subject to conditions (a) to (e) mentioned in clause above. CUSTOMS DRAWBACK If, by reason of a customs notification published after the placing of the contract, the stores to be supplied shall become, on exportation, subject to customs drawback in respect of duty paid on them or on the materials used in their manufacture, the Contractor shall recover the amount of the drawback and the contract price of the stores shall be reduced by the amount so recovered.

16.3

17.0 17.1

18.0 18.1 18.1.1

18.1.2

TERMINATION TERMINATION FOR DEFAULT: Purchaser may, without prejudice for breach of contract, 10 days after written notice of default set to Supplier, terminate this contract in whole or in parts; (a) If he fails to deliver full or part consignment with in the time period specified in the contract or any extension thereof granted by Purchaser; (b) If he fails to perform, any other obligations under the contract; or (c) If he, in either of the above circumstances, does not rectify his failure within a period of 30 days or longer period as specified by Purchaser after receipt of the default notice from Purchaser In the event purchaser terminates the contract in whole or in part, pursuant to above, purchaser may procure, upon such terms and in such manner as it deemed appropriate, equipment/ plant similar to those undelivered, and Supplier shall liable to purchaser for any excess costs for such similar equipment/plant. TERMINATION FOR INSOLVENCY Purchaser may at any time terminate the contract by giving written notice to Supplier without any compensation, if supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right to action or remedy which has accrued or will be accrued thereafter to the Purchaser. PENALTY FOR DELAY IN COMMISSIONING The successful Tenderer or his agent shall make foundation, install and commission the machine/ equipment within the stipulated time as shown in the tender / contract. This time will be applicable from the date of intimation from Purchaser in respect of readiness for installation of the machine. This being turnkey supply contract, bidder shall complete foundation well before receipt of the machine for which encumbrance free site is available.

18.2 18.2.1

19.0 19.1

21

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH The time schedule includes the time for installation in cases where installation is also to be undertaken by the Supplier. The time allowed for installation and commissioning of the machine by the successful Tenderer or his agent shall deemed to be the essence of the contract. In case of delay in commissioning of the machine on the part of the successful Tenderer, the Purchaser shall be entitled to recover liquidated damages and the successful Tenderer shall be liable to pay liquidated damage at the rate of % (half percent) per week of the total contract value. Provided always that the entire liquidated damages to be paid under the provision of this clause shall not exceed 10%(ten percent) of the total contract value. After expiry of 5 months period from the date of default ie. from the date of call for commissioning, Purchaser will be at liberty to invoke the Performance guarantee bond submitted by the supplier. Continuance of commissioning work after expiry of stipulated time will also not absolve the penalty as stated above. The decision of the Purchaser, whether the delay in commissioning has taken place on account of reasons attributed to the successful Tenderer shall be final. ARBITRATION/ SETTLEMENT OF DISPUTES MUTUAL SETTLEMENT OF DISPUTES Except where otherwise provided for in the contract, all questions and dispute relating to any matter directly or indirectly connected with this agreement shall in the first place be resolved through mutual discussions, negotiations, deliberations and consultation between both the parties. CONCILIATIONS If the efforts to resolve all or any of the disputes through mutual settlement fail, such dispute shall be referred to the sole conciliator to be appointed by General Manager (Mech)/RW&IE, RITES Ltd. The conciliator shall make the settlement agreement after the parties reach agreement and shall give an authenticated copy thereof to each parties. The settlement agreement shall be final and binding on the parties. The settlement agreement shall have the same status and effect of an arbitration award. ARBITRATION If the efforts to resolve all or any of the disputes through conciliation fails, such disputes shall be referred to the sole arbitrator to be appointed by, General Manager (Mech)/ RW&IE, RITES Ltd. GENERAL Subject to aforesaid conditions the provisions of the Arbitration and Conciliation Act 1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the conciliation and arbitration proceedings under this clause. LAWS GOVERNING THE CONTRACT This contract shall be governed by the Laws of India for the time being in force. Irrespective of the place of delivery and the place of payment under the contract, the contract shall be deemed to have been made at the place in India from where the acceptance of tender has been issued. Jurisdiction of Courts.The Courts of the place from where the acceptance of tender has been issued shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract.

19.2

19.3 19.4

20.0 20.1 20.1.1

20.2 20.2.1

20.2.2 20.2.3 20.3 20.3.1

20.4 20.4.1

20.5 20.5.1 20.5.2

20.5.3

22

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

21.0 21.1

FORCE MAJEURE If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, epidemics, civil commotion, sabotage, fires, floods, explosions, quarantine restrictions, strikes, lockouts or act of God (hereinafter referred to event) provided notice of the happening of any such event is given by one party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non- performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the Purchaser as to whether the deliveries have been so resumed or not, shall be final and conclusive, PROVIDED FURTHER that if the performance in whole or part or any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, either party may at its option terminate the contract provided also that the purchaser shall be at liberty to take over from the contractor at a price to be fixed by the Purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture in the possession of the contractor at the time of such termination or such portion thereof as the purchaser may deem fit excepting such materials, bought out components and stores as the contractor may with the concurrence of the purchaser elect to retain. REMOVAL OF REJECTED STORES On rejection of any stores submitted for inspection at a place other than the premises of the Contractor, such stores shall be removed by the Contractor at his own cost subject as herein after stipulated, within 21 days of the date of intimation of such rejection. All rejected stores shall in any event and circumstances remain and always be at the risk of the Contractor immediately on such rejection. If such stores are not removed by the Contractor within the period aforementioned, the Inspector/Inspecting Agency may remove the rejected stores and either return the same to the Contractor at his risk and cost by such mode of transport as the Purchaser or Inspector may decide, or dispose of such stores at the Contractors risk and on his account and retain such portion of the proceeds, if any, from such disposal as may be necessary to recover any expense incurred in connection with such disposals (or any price refundable as a consequence of such rejection). The Purchaser shall, in addition, be entitled to recover from the Contractor handling and storage charges on the rejected stores after the expiry of the time-limit. QUANTITY VARIATION The Purchaser reserves the right to increase or decrease the quantity upto 30% of the quantity offered by the successful tenderers at the rates & other terms and conditions offered by them. The tenderers are bound to accept the increase or decrease in the quantity under this clause at the time of placement of contract or during the currency of the contract. While operating this clause the quantity shall be rounded off to the nearest whole number. However, if the tendered quantity is 1 No, Purchaser reserves the right to increase the quantity under this clause to 2 Nos. SECRECY

22.0 22.1

22.2

23.0 23.1

24.0

23

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 24.1 The contractor shall take all reasonable steps to ensure that all persons employed in any work in connection with the contract, have full knowledge of the Official Secrets Act add any regulations frames thereunder. Any information obtained in the course of execution of the contract by the Contractor, his servants, agents or any person so employed, as to any matter whatsoever, which woul or might be directly or indirectly, of use to any enemy of India, nust be treated secret and shall not any time be communicated to any person. Any breach of the aforesaid condition shall entitle the Purchaser to cancel the contract and to purchase or authorize the purchase of the stores at the risk and cost of the contractor in accordance with the contract. In the event of such cancellation, the stores or parts manufactured in the execution of the contract shall be taken by the Purchaser at such a price as he considers fair and reasonable and the decision of the Purchaser as to such price shall be final and binding on the contractor.

24.2

24.3

24

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

PROFORMA

25

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH Proforma - 1 CHECK LIST

Note: The check list may be duly filled in and submitted with the offer. S No 1 Document Have you submitted an Earnest Money Deposit (EMD)/ Copy of NSIC registration and details 2 3 Have you submitted Performance Statement as per the proforma along with the certificate Have you submitted Statement of deviation from Tender Conditions (Instructions to Tenderer, Conditions of the contract) as per the proforma Have you submitted Statement of deviation from Tender Technical Specification as per the proforma All the pages of Tender Documents have been signed by the authorized person under seal of the firm and submitted Have you quoted in complete CIP destination price as including the cost of Concomitant/Standard accessories in the price bid format of the machine/equipment Have you quoted the entire bid price in Indian Rupees Have you quoted for all the Optional items Have quoted for AMC charges Have you quoted the rates in both words and figures Have you indicated detailed delivery schedule Have you kept your offer valid for 180 days Yes No

5 6

7 8 9 10 11 12

Signature and Seal of the Tenderer

26

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

Proforma 2 (On letter head of the Manufacturer and should be signed by the Competent Authority) PROFRORMA FOR LETTER OF AUTHORIZATION FROM THE MANUFACTURERS Ref. No: To, General Manager (Mech)/RW&IE, RITES Limited, RITES Bhawan, Plot No. 1, Sector 29, Gurgaon 122001 (Haryana), India. Dear Sir, Sub: Tender No. We, .., an established manufacturer of . having factory at.. and office at .. We authorise M/s .. (name and address of agents) to sell our products and can participate in above mentioned tender directly in accordance with their Terms of Business. We shall provide strong technical support to our authorize agent as well as to the final user. No firm or individual other than M/s. are authorized to represent us in regard to the business against this specific tender. Yours faithfully Signature (Name ) For & on behalf of M/s..(Manufacturer) Date..

27

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH Proforma - 3

COMMERCIAL DETAILS (Indigenous tenderers)

Tender No...........................................

Due date ate of opening..............................

(i) (ii) (iii)

Name of the firm Address of firm with Telephone No(s), Fax No(s) Is the firm a small scale unit registered with NSIC ? If so, a copy of the registration certificate should be enclosed. Name and address of the Banker.

(iv)

(v) (vi)

A copy of PAN / TAN Details of After sale & Service of the equipment offered

Signature (Name/Designation)

28

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH Proforma 4 (Refer Clause 24.2, Instructions to Tenderer) PROFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS We M/s , hereby certify that there are only following deviations from the requirements of the Instructions to Tenderer, Conditions of the Contract in our offer No.. dated.. against RITES Ltd. Tender No for ________________________ Ref. Clause No. Deviation Remarks (justification if any)

We certify that there are no other deviations.

(Signature and Seal) of the Tenderer

NOTE: If there is no deviation, then the statement indicating NO DEVIATION should be submitted with the tender.

29

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH Proforma - 5 (Refer Clause 24.2 of Instructions to Tenderer) PROFORMA FOR STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS RITES Tender No. Due on .. We, M/s , hereby certify that the following deviations are there from the tender requirements of the Technical Specifications. Clause Deviation Remarks No. (justification if any)

(Signature and Seal) of the Tenderer NOTE: If there is no deviation, then the statement indicating NO DEVIATION should be submitted with the tender.

30

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

Proforma - 6 (Refer Clause 10.0 of Conditions of Contract) PROFORMA OF BANK GUARANTEE BOND TOWARDS CONTRACT PERFORMANCE GUARANTEE (FOR 10% OF CONTRACT VALUE) Bank Guarantee No____________________ Date_________________

To, __________________________________________________(Name of Purchaser) Against contract vide Letter of Acceptance No__________________ dated__________ covering supply of _______________________ (hereinafter called the said contract) entered into between General Manager (Mech)/RW&IE, RITES Limited (A Govt. of India Enterprise), Gurgaon, Haryana, INDIA and ___________________ (hereinafter called the Contractor), this is to certify that at the request of the Contractor we, ___________________ Bank Ltd., are holding in trust in favour of the General Manager (Mech)/RW&IE, RITES Limited an amount of ________________( write the sum here in figures as well as words) to indemnify and keep indemnified the General Manager (Mech)/RW&IE, RITES Limited against any loss or damage that may be caused or likely to be caused to or suffered by the General Manager (Mech)/RW&IE, RITES Limited by reason of any breach by the contractor of any of the terms and conditions of the said contract and/or the performance thereof. We agree that the decision of the General Manager (Mech)/RW&IE, RITES Limited, whether any breach of any of the terms and conditions of the said contract and/or in the performance thereof has been committed by the contractor and the amount of loss or damage that has been caused or suffered by General Manager (Mech)/RW&IE, RITES Limited shall be final and binding on us and the amount of the said loss or damage shall be paid by us forth with on demand and without demur to the General Manager (Mech)/RW&IE, RITES Limited We_____________________ Bank., further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the said contract by the contractor i.e. till______________(viz. contract completion period) hereinafter called the said date and that if any claim accrues or arises against us, ___________________Bank., by virtue of this guarantee before the said date, the same shall be enforceable against us, _________________ Bank., notwithstanding the fact that the same is enforced within six months after the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the General Manager (Mech)/RW&IE, RITES Limited. It is fully understood that this guarantee is effective from the date of the said contract and that we, _______________ Bank., undertake not to revoke this guarantee during its currency without the consent in writing of the General Manager (Mech)/RW&IE, RITES Limited. We, ___________________Bank, further agree that the General Manager (Mech)/RW&IE, RITES Limited shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the General Manager (Mech)/RW&IE, RITES Limited (against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said contract and we, ____________ Bank Ltd., shall not be released

31

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH from our liability under this guarantee by reason of any such variation or extension being granted to the said Contractor or for any forbearance and or omission on the part of the General Manager (Mech)/RW&IE, RITES Limited or any indulgence by General Manager (Mech)/RW&IE, RITES Limited to the said Contractor or by any other matter or thing what-so-ever, which, under the law relating to sureties, would, but for this provision have the effect of so releasing us from our liability under this guarantee. We___________________ Bank., further agree that the guarantee herein contained shall not be affected by any change in the constitution of the said Contractor. Date__________________ Place__________________ Witness _______________________ _______________________ (Banks Common Seal with bank address). Signature_____________________ Name_______________________ (Designation)

32

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH Proforma 7 (Refer clause-12.0 of Conditions of Contract) PROFORMA OF BANK GUARANTEE BOND FOR 10 (TEN) % CONTRACT VALUE TOWARDS WARRANTY GUARANTEE Bank Guarantee No____________________ To, __________________________________________________ (Name of Purchaser) Sub: Guarantee No_________________ for value_____________ (Amount) Covering Machine(s) Serial No___________ supplied to _________________(Consignee) Ref: Contract (LOA) No_______________ dated_______ placed on M/s _______________ WHEREAS M/s___________________ one of our constituents, (hereinafter called the Seller) have agreed to sell to you ____________ Nos. of ______________________ (give description of machine/equipment) as per Contract (LOA) No______________ dated_______ (hereinafter called the the said contract). AND WHEREAS according to the terms of said contract, it has been stipulated that payment of 10 (ten) % of the contract value of the stores would be made, provided that the Sellers furnish to the Purchaser a Bank Guarantee from a recognized/schedule bank, acceptable to the Purchaser for 10% of the contract value of the said contract, valid for a period covering in full the Guarantee Period as per the warranty clause of the said conditions of the contract, being the conditions attached to and forming part of the said contract. AND WHEREAS the Sellers have approached us to give the said Bank Guarantee on their behalf in your favour for an amount representing 10% of the value of the said contract which you have agreed to accept. That in consideration of the promise and at the request of the said Sellers, we herby irrevocably undertake and guarantee to pay to the General Manager (Mech)/RW&IE, RITES Limited (A Govt. of India Enterprise), Gurgaon Haryana, INDIA or at such other place as may be determined by you forthwith on demand and without any demur, any sum upto a maximum amount of _________ (value in words______________________ ) representing 10% of the contract value of the stores delivered under the said contract in case the sellers make default in paying the said sum or make any default in the performance, observance or discharge of the guarantee contained in the said contract. We agree that the decision of the General Manager (Mech), RITES Limited whether any default has occurred or has been committed by the Sellers in the performance, observance or discharge of the guarantee aforesaid shall be conclusive and binding on us. General Manager (Mech)/RW&IE, RITES Limited shall be at liberty, from time to time, to grant or allow extension of time or give other indulgence to the said Sellers or to modify the terms and conditions of the contract with the said Sellers without affecting or impairing this guarantee or our liability hereunder. Date_________________

33

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH This bank guarantee comes into force when the balance 10% of the value of the stores, delivered under the said contract, has been paid and will remain in full force and effect upto ____________ i.e., for _________ months counted from the date of commissioning and providing of the equipment at Consignee, and, shall continue to be enforceable for further six months i.e. upto _________________ (date), hereinafter called the said date. That no claim under this guarantee shall be entertained by us unless the same has been preferred by the General Manager (Mech)/RW&IE, RITES Limited within the said date. Date__________________ Place__________________ Signature_____________________ Name_______________________ (Designation) Witness _______________________ _______________________ (Banks Common Seal with bank address)

34

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

SECTION IV BID FORM & PRICE SCHEDULE

35

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

BID FORM AND PRICE SCHEDULE (FOR INDIGENOUS OFFERS) (On letter head of the Manufacturer and should be signed by the Competent Authority) To, General Manager (RW & IE), RITES Limited, RITES Bhawan, Plot No. 1, Sector 29, Gurgaon 122001 (Haryana), India. RITES Ltd. Tender No .. 1.0 Due date of opening

Wehereby certify that we are established manufacturer / authorised agents of M/s . with factory at where the production methods, quality control and testing of the parts and materials manufactured or used by us are open to inspection by the representative of RITES Limited. We hereby offer to supply and deliver (within the delivery period), commission, put into service and prove out as per price schedule given.

2.0

It is hereby certified that we have understood the Instructions to Tenderers, Conditions of the Contract attached to the tender and have thoroughly examined the technical specifications and are fully aware of the nature of stores required and our offer is to supply stores strictly in accordance with the requirements and to the terms of the tender. We also agree to solely abide by all the tender conditions if the contract is awarded to us. We hereby offer to supply the stores detailed above or as you may specify in the Letter of Award of the Contract at the price quoted and agree to hold this offer open for acceptance for a period of 180 days from date of opening of the tender. Earnest Money for an amount equal to Rs. is enclosed in form of Bankers Cheque / Demand Draft bearing No.. or issued by .. in favour of RITES Ltd. Payable at Gurgaon, Haryana, INDIA We posses the necessary industrial license from the Government of India for manufacturing/ marketing of the item offered (Details enclosed) No industrial licence is required for manufacturing/ marketing of the item offered.

3.0

4.0

5.0 OR

6.0

We are authorised agent of the manufacturer/principals M/s ., whose item we have offered. Letter of current and valid authority is enclosed as per Proforma 2.

36

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 7.0 We hereby declare that in quoting the above price, we have taken into account the entire credit st on inputs available under MODVAT scheme introduced w.e.f 1 March 1986 and further extended on more items till date. We further agree to pass on such additional duties become available in future in respect to all the inputs used in the manufacture of the final product on the date of supply under the MODVAT scheme by way of reduction of prices and advise the purchaser accordingly.

8.0

Date: . Signature and Seal of the Tenderer Note: 1. 2. 3.

The offer must be submitted as per the above format. The prices should be both in figures and words In case of Turn Key basis contracts the desired rates should also be quoted. No alterations or erasures in the offer are permitted. Any correction made in the offer must be initialed by the tenderer.

37

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

PRICE SCHEDULE (All prices to be quoted only in Indian Rupees) 1 2 3 4 5 Item No Description Specification/ Model No. Unit Quantity Nos. 1 (One) no. (Figures both in figures and words) 6.1 (A) Ex-works price EX WORKS TOTAL PRICE OF BASIC EQUIPMENT (Pl Refer note 2.) EX WORKS PRICE OF ACCESSORIES CONCOMITANT ICF/M&P-02/MH Jib Crane 5T (on turnkey basis)

(B)

(Break up cost should be indicated separately) (C) TOTAL EX-WORKS PRICE OF EQUIPMENT PLUS CONCOMITANT ACCESSORIES Excise Duty (@_____ % on_____) Other Levies Sales tax /VAT (____%ge on ______) 6.5 6.6 6.7 6.8 Packing & forwarding charges Freight charges to destination Insurance Charges Other Charges if any (should be specified clearly) CIP Destination Price (Total of 6.1 to 6.8)

6.2 6.3 6.4

6.9

38

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 6.10 6.11 7.0 Discount if any Net CIP Price after discount (6.9-6.10) All inclusive foundation making charges (All inclusive of material, tools, labour and supervision) Installation & Commissioning Charges Training Charges Service taxes/ any other taxes as applicable on foundation making, installation & commissioning and Training charges ( ______% on _______) 11.0 Total foundation, erection & commissioning, training charges (7.0 + 8.0 + 9.0 + 10.0) 12 Total cost of supply, erection & commissioning, Training (Total 6.11 + 11.0) At 6.1, the ex.works/ e-warehouse price should include all charges of finished goods. Note: 1 Please indicate No Applicable whichever is not applicable. 2. Ex-works cost of basic equipment must include the cost of any Maintenance tools and supplied along with the equipment (List to be enclosed). 3. Tenderer should note that discount quoted by them other than in specified column/space will not be taken into consideration for comparison/ evaluation purpose. 13.0 Optional Accessories as per Technical specifications (Section V ) Unit price and qty to be furnished separately (These may or may not be ordered any or in part or full quantity). 14.0 Recommended Spares for 2 years period as per Technical Specification (Section V) Unit price and qty to be furnished separately ( Recommended spares may or may not

8.0 9.0 10.0

39

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH be ordered any or in part or full qty) 15.0


Post warranty AMC for a period of 5 years inclusive of all spares, material and labour costs. All consumables except Diesel/ fuel, lubricating oils or coolant shall form a part of the scope of comprehensive AMC (If applicable).

Charges/ year (AMC charges will not considered for tender evaluation) 15.1 The duties and taxes as applicable on AMC charges should be indicated separately

A.

THE COST OF OPTIONAL ACCESSORIES, MAINTENANCE SPARES AND OTHER ACCESSORIES AS SPECIFIED IN TECHNICAL SPECIFICATIONS SHOULD BE QUOTED SEPARATELY INDICATING ALL THE COST ELEMENTS AS MENTIONED ABOVE. THESE SHALL NOT BE INCLUDED FOR INTER-SE RANKING OF THE BIDS. B. COST OF PACKING, FORWARDING, FREIGHT, INSURANCE, TURNKEY (INCASE OF TURNKEY CONTRACTS), TRAINING AND INSTALLATION & COMMISSIONING SHOULD BE INDICATED SPECIFICALLY. IN CASE THE SAME IS INCLUSIVE IN THE BASIC COST OF MACHINE OR ANY OTHER COST THE QUANTUM OF THE SAME (AS INCLUDED)
THE SHOULD BE CLEARLY INDICATE

Signature and seal of the Tenderer

40

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

SECTION V TECHNICAL SPECIFICATION

41

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH SECTION V TECHNICAL SPECIFICATION FOR JIB CRANES SPECIFICATION NO. RITES/IE/ICF/JIB CRANE 5T/2013 I) (i) IMPORTANT NOTES AND INSTRUCTIONS TO BIDDERS: Bidders are required to give clause wise comments on the following technical specifications, Annexures etc. enclosed confirming compliance/non-compliance with details of deviations to avoid back references. Offers are likely to be ignored in case of non-compliance of these instructions for furnishing the information. The conditions in main specifications over-ride those mentioned in Annexures wherever applicable. Tenderers must offer and quote the price of all the concomitant accessories specified, as these considered essential for commissioning and utilization of the machine. Offers received deficient of price of any of the concomitant accessories specified, are liable to be considered as incomplete. SCOPE OF SUPPLY: The scope covers design, manufacture, supply, delivery at destination/site, installation & commissioning on turn-key basis of the Pillar mounted electrically operated self-supported, Jib crane. The Jib crane shall be of the capacity and class as indicated in Schedule-I. The Jib Crane shall be supplied complete along with necessary fittings, fixtures, ancillaries, electrical, bolts/nuts/shims etc and scope of supply shall include but not be limited to the following: Jib Arm. Pillar Hoisting mechanism Electric Motor(s) Pendant Control Gear Brake mechanism The scope of supply shall include all items required for installing the Jib Crane and Jib crane shall be functional when connected to power supply. It shall be capable for loading and unloading LHB FIAT Bogie Frame of dimension appx.3Mtrs X 3mtrs X 0.7 Mtrs (LXWXH) weighing 1.2 ton. Standard/Concomitant Accessories: The scope of supply shall include the following standard/concomitant accessories, so that the Jib Crane is fully functional after installation & commissioning. The price of standard/concomitant accessories shall be included in the basic price of the Jib Crane. Item Electrical complete including starter, trailing cables and cables from Jib Crane to control panel 10 Mtrs (minimum) (refer clause 7.0) Bolts, nuts, shims etc. for erection of Jib crane . Qty 1 Set 1 set

(ii)

(iii)

1.0 1.1

1.2

1.2.1 1.2.2 1.2.3 1.2.3 1.2.4 1.2.5 1.3

1.4

Cl. No 1.4.1 1.4.2.

42

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 1.4.3 1.4.4 1.4.5 1.4.6 1.4.7 First fill of oils/greases and lubricants. Two legged chain with hook Grade 80 to IS:2760/1980, capacity 3 Tonnes, length 2.5m 4 leg chain with effective length 3.5 mtrs, Grade 80 to IS 2760-1980, capacity 5 Tonnes. Tool box and maintenance tools (refer clause 5.5). provide list in the offer. Any other accessory considered necessary and is required to make the jib crane operational when connected to power source. (List of such items to be provided in the bid and their cost should be included in the basic cost of crane 1 Lot 1 no. 2 No. 1 Set 1 Set

1.5

Any accessory which can improve the performance of the crane can be quoted as an option. The cost of such accessory shall not be included for the purpose of commercial evaluation. Item-wise cost of spares shall be separately quoted. Any item considered essential by the tenderers for two years normal maintenance, to cover the complete range of mechanical and electrical equipment, shall be quoted for separately. DESIGN: Jib Crane shall be designed, manufactured, erected and tested generally in accordance with the following specifications: IS: 3177-1999 (latest)-Indian Standard Code of Practice for Cranes. IS: 807-1976 (or latest) - Indian Standard Code of Practice for Design, Manufacture, Erection and Testing (structural portion) of Cranes and Hoists. IS: 3938-1979 (or latest)-Indian Standard specification for Electric Wire Rope Hoists. Design of the crane structure as well as all the component parts of the crane mechanism shall conform to class of duty indicated in Schedule-I. Stipulations in these specifications are complementary to those set out in the IS Specifications 3177, 807 & 3938 mentioned above. If any of the conditions mentioned in these specifications is at variance with those of the ISS, the technical specifications here under shall prevail. PURPOSE FOR WHICH REQUIRED: The crane should be capable of:

1.6

2.0 2.1 a) b) c) 2.2

2.3

3.0

3.1 3.2 3.3 4.0 4.1

Hoisting: Lifting and lowering of all loads up to the maximum specified safe working load and at different specified speeds. Traveling and traversing at specified speeds in both loaded and unloaded conditions. Hoisting and traversing simultaneously. RIGIDITY CONTROL SAFETY: Jib Crane should be rigid, robust and of sturdy construction.

43

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 4.2 4.3 4.4 4.5 4.6 Various controls should be suitably interlocked to prevent accidental movement. Suitable limit switches, one each for hoist and cross travel shall be provided to stop and prevent over-travel of various moving parts of the jib crane. Suitable isolation switches and stop buttons should be provided to isolate the electric supply for maintenance, or in the event of an emergency. Crane should comply with the relevant safety regulations under the Indian Electricity Rules and other statutory regulations as applicable. For outdoor cranes all electrical and mechanical equipment should be protected from the weather. All weather-proof covers should be easily removable. Details of protection provided should be indicated in the offer. MAINTAINABILITY: Units shall be designed such that they can be dismantled quickly without disturbing the installation of the neighboring units with which they are connected. All parts requiring replacement, inspection and lubrication should be easily accessible without the need of dismantling other equipment or structures. All electrical cables should be so laid that they are not liable to damage and can be easily inspected and maintained. Suitable guards/enclosures shall be provided to prevent inadvertent contact with electrically live contacts of the crane or cables. Materials used for equipment and structural should be free from cracks, blow holes etc. Except for areas where a superior grade of materials is required, steel Grade B quality shall be used and shall be to IS: 2062 (latest). A toolbox containing all tools required for the maintenance of the crane should be supplied with the crane, such as hand grease gun, set of spanners, screw drivers etc. Bidder shall furnish list of maintenance tool that shall be supplied with the jib crane. The cost of tool box and the tools should be included in the basic price of Jib Crane (refer clause 1.4.4). STRUCTURAL DETAIL: Jib Arm: The jib arm shall be of rolled, I section, adequately strengthened. The jib arm shall be either welded with hardened and ground pivot pin of forged steel, or shrink fitted and shall be supported on the column through taper roller bearings for the free movement of the jib arm around the vertical column to 360 manu ally controlled (refer Schedule-I). At the end of the jib arm, stoppers to be provided to limit the over travel of the hoisting unit. HOIST: The hoist shall be designed as per IS: 3938-1983 (latest) and IS : 807-1976 (latest) and should be of modular construction. ROPE DRUMS: Rope drum shall be designed to withstand the compressive stresses caused by the wound on rope and the bending stress due to beam action of the drum.

5.0 5.1

5.2 5.3 5.4

5.5

6.0 6.1 6.1.1 6.1.2

6.1.3 6.2 6.2.1

6.3 6.3.1

44

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 6.3.2 The drum should be of seamless steel tube fabricated from. Steel used shall be to IS: 2062-1984 (latest) quality. Rope drum shall be stress relieved after fabrication. T-joints shall be radio graphically checked. Drum shall be designed to take the entire length of the rope in a single layer. Free extra turns as specified in IS: 3177 shall also be provided. Drum shall be flanged at both ends.

6.3.3

6.4 WIRE ROPES: 6.4.1 Hyflex type wire rope, which has physical properties in particular a much lower tendency to rotate, shall be used. Alternatively, Hoisting ropes, if of the conventional type, should be of 6x36 constructions and made out of the best plough steel having tensile strength of 180 Kg/sq.mm. Ropes should be parallel right hand lay as per IS;2266-1976(or latest). The wire rope shall comply to clause 8.3 of IS:3177-1999. Tenderers should offer wire ropes of Usha Martin/Bombay wire rope makes only. 6.5 6.5.1 6.5.2 ROPE GUIDE & ROPE SHEAVES: Rope guide shall be provided to guide the wire rope in the correct groves while hoisting. All sheaves should be of cast/forged steel or blackheart malleable iron castings. They should be identical, with the exception of the equalizer sheave. Equalizer sheave should be arranged to turn and swivel in order to maintain rope alignment under all circumstances. Sheave grooves should be smooth finished for getting increased rope life. GEARING: Gearing in all motions should be of suitable case carburizing low carbon alloy steels and should conform to relevant Indian/International standards. They shall generally be in accordance with IS: 4460-1967 (latest). All gears and pinions must be made from forged blanks only. All gears should be hardened and profile ground for longer life and silent operation. Minimum surface hardness of pinions and gears should be in the range of 55-60 HRC. Hardness of gears should be at least 2 3 HRC less than that of pinions. Worm wheels and bevel gears must not be used. At all stages only helical gears should be used, except in planetary gearboxes, which can be spur type. Overhung or split gears and pinions should not be used. GEAR BOXES: Gearboxes shall be enclosed splash lubricated type. All gearboxes shall be oil tight and sealed with compound or gasket. All gear shafts shall be supported in bearings mounted in the gearboxes. Gearboxes shall be made of graded CI/ MS fabricated. All gearboxes shall be stress relieved. Gearboxes shall be provided with breather vents, easily accessible drain plugs, and a suitable oil level indicator such as a dipstick. BRAKES: Electromagnetic disc type brakes shall be provided for hoisting and traverse motion, and shall be fail safe type. Maximum braking torque to arrest cross traverse motion should not be less than 100% of full load torque. For hoist motion, the braking torque should not be less than 125% of full load. BEARINGS:

6.6 6.6.1

6.6.2

6.7 6.7.1

6.8 6.8.1 6.8.2

6.8.3

45

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

6.9

Ball and roller anti-friction bearings shall be used of reputed make. The acceptable makes will be NBC, SKF, FAG, NORMA, NRB, NTN and KOYO. In view of widespread use of spurious and reconditioned bearings, tenderers should confirm that they will submit, to the inspection agency, invoices from OEMs or their authorized representative as proof of the use of genuine material. LIFTING HOOK:

6.10

6.10.1 Standard plain shank type trapezoidal section hooks should be used unless otherwise specified. These hooks should conform to the relevant Indian Standard Specifications IS: 15560 (latest). They shall be sourced from reputed manufacturers and source(s) should be mentioned in the bid. 6.10.2 Hooks should be mounted on grease lubricated anti-friction thrust bearings and a protective skirt should be fitted to prevent rotation of the hook. Proof load test as per Indian Standard Specification shall be conducted, either in-house or from a recognized test house. The certificate of proof load test with date of next due shall be furnished.

6.11

TROLLEY:

6.11.1 The trolley shall be provided with runner wheels mounted on ball/roller bearing. The wheels shall be of forged steel, hardened and suitable to run on the lower flange of the I-Beam (Jib). 6.12 LUBRICATION:

6.12.1 All gears and bearings enclosed inside gearboxes should be splash lubricated. 6.12.2 A lubricating chart should be provided in the manual, indicating all lubrication points, the type of lubricants required and the recommended frequency of lubrication. 7.0 7.1 ELECTRICAL DETAIL: Electrical power feeder shall be of flexible multi-structured copper trailing cable of adequate current carrying capacity for hoisting and traversing simultaneously. The coil shall have smooth travel for undisturbed traversing of the hoist.

7.2 Motors: 7.2.1 All crane motors should be of ABB, Crompton, BBL, GEC, Siemens Kirloskar make and totally enclosed fan cooled (TEFC) squirrel cage type and designed for 150 starts / hour. The motor shall be suitable for heavy duty crane hoisting service having cyclic duty factor not less than 40 % for class III and 60 % for class IV cranes. The motors shall be suitable for 50 degree C ambient temperature and 400 +/- 10% 50 Hz +/- 3%, 3 phase, 3 wire AC supply. The motor shall be generally conform to IS 325 (latest) and shall be 6 or 4 pole type. However, where IS specification is at variance with this specification, the provision made in this specification shall prevail. 7.2.2 The winding shall be of copper wire specially insulated and impregnated to with stand moist tropical climate.

46

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 7.2.3 The motor shall be of adequate power, motor power requirement being computed as per Annexure C of IS 3177-1999 (or latest). Detailed motor power calculations shall be given in the offer. The motor should be rated for class S-4 duty. Derating factor for temperature and voltage variation if any shall be taken into consideration as per recommendations of the motor manufacturers. Technical details of motors along with control gear and electrical accessories shall be given as per Appendix-I. Controls: Power contactors of adequate average rating and rupturing capacity shall be of AC IV class of duty. The contactors shall have suitable interlocks for safety and correct sequence of operation. MCCB shall have following protection; i) ii) iii) iv) v) 7.3.2 Short circuit No volt protection Overload protection Single phasing protection High & low voltage protection.

7.3 7.3.1

The jib crane shall be controlled through a pendant with push button. However swivel of Jib shall be manually controlled. The pendant electric cable shall be supported on a chain/ flexible pipe to protect the cable connections from strain and breakage. Necessary safety interlocks for the Jib Crane operation shall be provided. Limit Switch: Limit switches for traverse motion shall be provided to stop traverse movement as soon as the hoist comes to either limit of travel. Cables: The cables used shall be multi-strand flexible copper of 660V grade and shall be weather proof. PENDANT CONTROL: Pendant shall be moving type by push button control for both the motions (CT and hoisting) for switching ON & OFF the motor of a particular motion, Necessary flexible multi-core cable with sufficient length shall be supplied to enable the crane to be operated from floor level. On all the motions of the crane the circuit shall be so designed that brakes come into operation immediately in the event of tripping of motor main circuit breaker. The pendant control shall be capable of with standing rough handling. The mass of the pendant shall be supported independently of the electric cable by means of wire rope/chain. If the pendant is of metal, it should be effectively earthed. On all pendant cranes safety means shall be provided to prevent inadvertent operation from floor while maintenance work is being carried out on the crane. Adequate guards shall be provided to prevent accidental contact of pendant ropes or holding wire rope/chain with cross traverse. Arrangement shall be provided to automatically cut off the resistances after a pre-selected time. SPARES:

7.4

7.5

7.6 7.6.1

7.6.2 7.6.3 7.6.4 7.6.5 7.6.6 7.6.7 8.0

47

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

8.1

The tenderer should quote on CIP destination price basis, recommended spares required for two years normal operation and maintenance to cover mechanical & electrical equipment (including controls) on double shift working basis. The rate of each item of spares should be quoted separately also. The purchaser reserves the right to order or not to order any or all the spares or reduce or increase the quantity considered reasonable by him at the prices quoted by the tenderer and on the terms and conditions quoted for the main equipment. Spares shall be delivered along with the machine.

8.2

9. FOUNDATION & RELATED DRAWINGS 9.1 The supplier shall furnish to RITES 4 copies of foundation drawings, GA drawings indicating all leading parameter as per Annexure I and related diagrams (Mechanical and Electrical), giving machine weight, overall dimensions, foundations details, electrical load and circuitry, within 4 weeks of the receipt of Advance Acceptance of tender to enable them earmark the site. This information should be furnished on the pattern indicated in detail in the following IS specifications (Latest): i) ii) iii) iv) 9.2 IS: 2974(Pt.I Para 4.1) for reciprocating type machine. IS: 2974 (Pt.III Para 3.1) for rotary type machines (medium & high frequency). IS: 2974(Pt.IVpara 4.1) for rotary type machines of low frequency. IS: 2974(Pt.Vpara 3.1) for impact type machines other than hammers.

RITES shall either approve the GA drawings or if necessary return them to the Supplier / contractor for correction(s), within 2 weeks of its receipt from the Supplier / Contractor, under clear dated signatures. The complete process for the approval of the correct GA drawings shall not exceed 4 weeks from the date of first submission as specified in the Time Schedule of the contract. JOINT CHECK

10

10.1 The contractor or his agent would be required to carry out a joint check at the consignees end, along with the consignee, before unpacking is done, to avoid subsequent complaints regarding short shipment/transit damages. It is necessary that this joint inspection be done immediately on receipt of the machine by consignee to avoid commissioning delays due to shortages/ transit damages. 10.2 The machine being ordered on turnkey basis the Supplier and consignee will ensure that facilities as defined in letter of acceptance, necessary at site for commissioning the machine e.g. Foundation, electrical power, water, compressed air connections etc. are ready before the dispatch of the machine. The Supplier shall dispatch the machine; only after all the on-site requirements from Suppliers side as well as RITES/Consignee side, for commissioning the machine on arrival, have been made ready.

11

TURNKEY CONTRACT FOR INSTALLATION, COMMISSIONING

11.1 Design and construction of foundation suiting local soil conditions to match the receipt/arrival date of the machine at the consignees premises. 11.2 Electricals including cabling from mains to machine control panel (up to 10 meters) as well as within the machine, with supply of all materials required. He will separately quota rate per meters for extra cabling if required at site which will not be included in the evaluation but will be paid after certification of consignee.

48

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 11.3 Provision of all tools and equipment, technical and unskilled manpower, material handling equipment and material for installation and commissioning. 11.4 Installation and commissioning of the machine shall be completed as per Time schedule, Schedule III from the date of receipt of the machine at consignees end. This will include the dry run of machine before trials are started. Dry run means that machine is switched on with all the utilities, precommissioning tests carried out and is ready to start cutting operations. 11.5 11.6 11.6.1 11.6.2 11.6.3 11.6.4 Loading/unloading of the equipment on receipt and its movement to the site of installation. RESPONSIBILITIES: The Consignee shall be responsible for : Provision of a clear covered site for construction of foundation as per the schedule given by the supplier to ensure its readiness before arrival of machine at site. Electricity, water and compressed air free of cost. Providing material handling facility to the extent available. In case a road mobile crane has to be arranged by the supplier for material handling, a clear approach for it up to the site has to be provided. Space for storage of material/equipment required for working/construction of foundation and installation of machine etc. Providing load for testing. The Supplier shall be responsible for: Design of the foundation keeping in view the soil conditions at site. Advise consignee in time regarding schedule for requirement of clear site for construction of foundation and other infrastructure. Construction of the foundation including arrangement of all technical and unskilled manpower and material for the same. Construction of foundation will be on loose soil and is to be completed before arrival of machine at site. Encumbrance free open site is available at ICF/ Chennai. Installation and Commissioning of the Jib crane including load testing (load for testing shall be provided at site under the Jib arm by consignee),arrangement of all man power, material, material handling equipment and facilities required for the same keeping in view the facilities to be provided by the consignee as per contract. Any other resources/facilities required.

11.6.5 11.6.6 11.7 11.7.1 11.7.2 11.7.3

11.7.4

11.7.5

11.8 To carry out early commissioning, the supplier shall ensure that minimum amount of assembly is necessary at site. Site welding/riveting shall be avoided as far as possible. The supplier, before proceeding with design details, shall satisfy himself about the site conditions so as avoid any difficulty at the time of erection 11.9 The trials shall be initially carried out under no load conditions and on satisfactory completion shall be repeated for various loads until the full rated load and operating range are covered. 11.10 During the trial operation, all necessary adjustments shall be made so as to ensure compliance with the operating characteristics for the equipment as stipulated in the technical specifications. 11.11 The crane performance and capability shall be demonstrated by contractor or his agent after successful commissioning at site to the satisfaction of the owner/user. Thereafter the equipment performance shall be watched by the user/owner for a period of one month before the final proving test certificate (PTC) is issued. 11.12 If an assembly/sub-assembly/complete machine requires to be taken back to the manufacturers premises for repairs/replacement either before commissioning or during warranty, the manufacturer or his agent would be required to submit an Bank Guarantee. The Bank Guarantee

49

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH should be of adequate value so as to cover the cost of the assembly/sub-assembly/paid up cost of the machine. 12.0 12.1 TRAINING: Technical experts of the manufacturer during erection & commissioning of cranes will fully and adequately train operators / maintenance staff nominated by the ICF, Chennai. PAINTING & COLOUR: All parts of the crane shall be thoroughly cleaned of all loose mill scales, rust or foreign matter. All items shall be shot blasted and primer painted before fabrication. All parts inaccessible after assembly shall be painted before assembly. All parts except motors, gears, thrusters etc. shall be painted with one coat of red oxide zinc chromate primer to IS: 2074 before dispatch from the Contractors premises and one additional coat of the same primer shall be given after erection and testing. Over the second primer coat, two coats finishing paints (ready mixed oil based paints) as per the relevant I.S code. The Jib crane shall be painted with high visibility bright yellow paint. The interior of all gear box housing shall be painted with two coats of oil resistant enamel paint. INSPECTION OF EQUIPMENT AND TESTING; The Jib crane shall be inspected and tested on the completion of the crane including load test, by the Inspector/Inspection Agency or his authorized representative at the suppliers or his subsuppliers works. (refer clause 9 of Conditions of Contract, Section-III). However, the inspection agency or their authorized representative is free to institute any further checks also, if he so desires. The Quality Assurance Programme (QAP) should be submitted with the offer and that is to be followed. The QAP shall among' other items, specify the tests/checks that will be exercised during each stage of manufacture of the equipment to ensure that a) The prescribed quality of material is being used. b) The workmanship (including welding) is of the desired standard c) The desired levels of accuracy and finish are being achieved d) Safety with regard to the equipment & men e) Bought out items are to specified standard and quality f) The equipment is manufactured and tested as per Indian Standard Specifications. QAP shall lay down the test procedure to be followed for finished product. Facilities for testing' these equipments at no load, full load and over load shall also be made available. The recommended testing procedure needed at the time of procurement of bought out items/components shall be furnished. The supplier shall provide all facilities for periodic audit checks to be conducted by the representative of inspection agency in order to satisfy the purchaser about adherence to QAP. The supplier shall arrange to provide at his own cost, all equipment/facilities for audit checks. During audit checks which will be conducted before acceptance of the equipment, there after at periodic intervals, to be decided by the inspection agency/inspector, the following special equipment/facilities will be required.

13.0 13.1 13.2 13.3 13.4

13.5 13.6 13.0 14.1

14.2

14.3 14.4 13.5 14.6

50

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH 14.7 The cost of all inspection and testing as required by the purchaser or his representative will be borne by the supplier in addition to the inspection fee (refer clause 11.0 of Special Conditions of Contract, Section-V) PRE-QUALIFICATION REQUIREMENTS TECHNICAL CRITERIA The tenderer should furnish a statement giving a list of Jib Cranes supplied by him in the last 5 years, along with the purchaser's names and addresses, order number, date and quantity supplied indicating whether the supplies were made within the delivery period. Available performance/ commissioning certificates from consignees shall also be submitted. Tenderer must have sold and commissioned not less than 10 (Ten) Nos. of Jib cranes during the last 5 years, out of which at least one Jib Crane must be of 5T capacity. Certificate from client indicating the date of supply and commissioning of at least three Jib cranes including one 5T Jib crane must be enclosed with the offer. Out of the machines supplied above at least two machines should be working satisfactorily for at least one year from the date of its commissioning. Latest performance certificates of these two machines must be enclosed with clear signature and address of the firm where it is installed and commissioned. These are the qualifying criteria and in the absence of the above information, the tender is liable to be rejected. 16 16.1 DELIVERY AND COMPLETION PERIOD The bidder shall furnish the time schedule chart as per Schedule III for supply, delivery at site and commissioning of the cranes along with the bid.

15 15.1 15.1.1

15.1.2

15.1.3

51

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH SCHEDULE I SPECIFICATION NO. RITES/IE/ICF/JIB CRANE 5T/2013 FOR JIB CRANE CAPACITY 5 TONNE LEADING PARAMETER : Clause No. 1. 2 3 4 5 6 7 8 9 10 11 12 Description Type Crane Capacity Location/Jib Crane Working Class Of Duty Angle of Jib Slew Jib Radius Max. height of crane Max. clear travel of hook in vertical movement Hoisting Speed Traverse Speed Power Supply Available Special requirements Parameter Self Supporting Jib Crane (to be mounted on Pillar) 5 Tonnes (5000Kgs) Indoor CLASS II 360 (Manualy) 7 Mtrs. 5 Mtrs 4.5 Mtrs. 3 Mtrs/Min. 4 Mtrs/Min. 415 V +/-10%, 3 Phase, 50 Hz, AC Supply Hoisting motor to be tested to 25% overload drawn by 415 V +/-10%, Volts, 3- Phase, 50 cycles. AC Power supply.

OTHER PARAMETERS 1 2 3 4 5 Jib Arm Length/Radius Pillar Height Hoisting Motor (KW), RPM & Type Cross Travel Motor KW, RPM & Type Clear height and place required for the Jib Crane To be indicated in the bid by the tenderer To be indicated in the bid by the tenderer To be indicated in the bid by the tenderer To be indicated in the bid by the tenderer To be indicated in the bid by the tenderer

52

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH

SCHEDULE II SPECIFICATION NO. RITES/IE/ICF/JIB CRANE 5T/2013 FOR JIB CRANE CAPACITY 5 TONNE Following Information shall be submitted by the supplier S. No 1 2 3 4 5 6.0 6.1 6.2 6.3 6.4 6.5 6.6 6.7 6.8 Note: Item Specification/ Model of the crane offered. Total weight of the crane including electrical equipment Total weight of hoist including electrical equipment Total weight of vertical column. Safe working load in tones. HOIST Max. speed with max. workload ( m/min.) Rope Size & construction detail. No. of rope falls supporting the load. Diameter of Drum. Brake :-Type , make & size Type of Hook & Specification Particulars of safety devices Any other relevant specification 1. If above clauses are found inadequate for furnishing all necessary information of the crane offer, the tenderer may append further information separately. 2. Tenderer should also furnish clausewise remarks on technical specifications. Tonnes Kgs Kgs

53

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH SCHEDULE- III SPECIFICATION NO. RITES/IE/ICF/JIB CRANE 5T/2013 Format for Time Schedule Chart (Reffer clause no.16 of technical specification) Activity Time Schedule Time Schedule Code required by Offered by RITES bidder D1 D D

S.N.

Activity

Remarks, if any

Issue of LOA

Submission of PBG By Successful Bidder

D2

D1+21

D1+_____

Issue of AT By RITES after receipt of PBG

D3

D2+15

NA

4 5

Opening of LC Submission of GA drawings to consignee by Successful Bidder/Supplier Approval of GA drawings by RITES (Max 4 weeks from date of receipt from supplier) Handing over of clear site by consignee Completion of foundation Supply of machine at site.

D4 D5

NA D1 + 30

NA D1 + ___

D6

D5+07

D1 + ___

7 8 9

D7 D8 D9

Latest D9-30 Latest D7+30 D6+60 days

D9 - ___ D7 + ___ D6+ _____

10

Installation, commissioning and Prove Out of machine of machine

D10

30 days after receipt at site

D9 + ___

11 12 13

Issue of PTC Warranty AMC

D11 D12 D13

D10 + 30 D10+2 years D12 + 2 years

--D11+2 years D13 + 3 years If applicable

NOTE: Notwithstanding the delivery period indicated elsewhere in the tender document, the delivery indicated in this Annexure shall be taken as overriding and final. Signature of the Bidder

54

Signature of Tenderer with seal

Tender No: RITES/RW&IE/ICF/M&P-02/MH APPENDIX - I SPECIFICATION NO. RITES/IE/ICF/JIB CRANE 5T/2013 ELECTRICAL DETAILS OF CRANES INFORMATION TO BE SUPPLIED BY THE TENDERER The under mentioned electrical details should be furnished for each motor separate alongwith the offer. The particulars indicated below should be offered for each motor/control separately. 1.0 AC MOTORS : 1.1. Manufacturers Name : 1.2. Type and enclosure : 1.3. Type of duty (Ref. IS:325 latest) 1.4. Rating-continuous/intermittent : 1.5. Output (KW/BHP) : 1.6. AC Voltage across phases & frequency : 1.7. Speed in RPM 1.8. Class of Insulation of stator : 1.9. Frame size of motor : 1.10. Normal full load current : 1.11. Starting current : 1.12. End use of Motor type

2.0 2.1. 2.2. 2.3. 2.4.


2.4.1 2.4.2 2.4.3 2.4.4

3.0 3.1. 3.2. 3.3. 3.4. 3.5. 3.6. 3.7. 3.8. 3.9. 3.10. 3.11. 3.12. 4.0 5.0

CONTROL GEAR Manufacturers name Type of control gear (Direct online/ Star Delta/ Auto-transformer etc) Rating of AC 4 Contactors with minimum 2,00,000 cycles of operation. Are the following provided for each motor. Short circuits protection by HRC fuses. No volt trip Overload trip Delayed action current sensitive single phasing preventor. MAKE and type of following: Cables Contactors Time relays. Limit Switches. Jockey switches / Push Buttons.. Overload relays. Moulded case circuit breakers. Resistors. Control Panels. Thrustor brakes. Electrical isolators. Variable voltage variable frequency drive. Standard specifications to which the motor control gear and its ancillary offered conform to Any other special feature

55

Signature of Tenderer with seal

También podría gustarte