Sunteți pe pagina 1din 28

TECHNICAL SPECIFICATION - PART - II

&
SPECIAL CONDITIONS OF CONTRACT
(Amendment - July 2006)

DIESEL LOCOMOTIVE WORKS


VARANASI - 221004
‚ããñÖÔããÔã ‡ãŠã †ÖÔããÔã
¡ãè0Àñ0‡ãŠã0 ‚ã¹ã¶ãñ Ìã‡ãÊÍãã¹ã ¹ããäÀÔãÀ ½ãò ‚ãã¶ãñ ÌããÊãñ Ôã¼ããè
‚ããØãú¦ãì‡ãŠãñ/Ÿñ‡ãòŠªãÀãò/„¶ã‡ãñŠ ¹ãÆãä¦ããä¶ããä£ã¾ããò Ôãñ ¾ãÖ ‚ã¹ãñàãã ‡ãŠÀ¦ãã Öõ, ãä‡ãŠ „¶ã‡ãñŠ
´ãÀã ÔããÀñ ÔãâÀàãã ¹ãÆãÌã£ãã¶ããò •ããñ ãä‡ãŠ OHSAS 18001:1999 ½ãò Ìããä¥ãæã
Öõ, •ãõÔãñ Ôãñ¹ã‹›ãè Íãî, Ôãñ¹ã‹›ãè ÖñÊã½ãñ›, Ôãñ¹ã‹›ãè ½ããÔ‡ãŠ, ƒÃ¾ãÀ ¹ÊãØã/½ã¹ãŠ •ããñ
•ãÖãú ¹ãÀ ÊããØãî Öãò, ‡ãŠã ¹ãƾããñØã Ôãªã Ôãìãä¶ããäÍÞã¦ã ‡ãŠÀò ý
B - TECHNICAL SPECIFICATION - PART - II

B.1 CLIMATIC / ENVIRONMENTAL CONDITIONS:


The Machine /Plant shall be able to work under following site conditions at D.L.W. / Varanasi
1.1 Ambient Temp. __________________ Min. 0 degree C & Max. 50 degree C.
1.2 Humidity __________________ 98% ( Max)
1.3 Atmosphere __________________ Dusty
1.4 Rainfall __________________ Normal
1.5 Altitude __________________ 160 mts. above sea level

B.2 RIGIDITY AND STABILITY:


B.2.1. The machine shall be robust, and sturdy construction it shall be designed to meet heavy duty
demands of various operations on the machine under normal workshop environment for such
machines. It shall be free from vibrations even when working at full capacity.

B.2.2. All machine casting shall be made of close grained high grade cast iron like meehanite or
equivalent materials meeting IS: 210 Standards to ensure durability and rigidity. The casting
shall be thermal stress relieved to ensure stability and continued accuracy.

B.2.3. All machine fabrications of critical load bearing assemblies like beds, columns etc. shall be
adequately strengthened and stress relieved.

B.3 HYDRAULIC SYSTEM (WHERE APPLICABLE)


B.3.1 Hydraulic circuit must be equipped with the following safety and inspection equipments:
(a) Pressure gauges at all places, where pressure has to be set up or inspected.
(b) Safety valves for hydraulic circuit, if relief valve dose not fulfill this function.
(c) Equipment for checking of temperature in the circuit or in the pump wherever
necessary.
(d) Arrangement to show if the filters (including those in the pump set) are chocked and need
cleaning. The filters shall be of reusable type and indigenously available. If reusable filter
cannot be offered, the filter cartridge shall be readily available in India. Source of supply
shall be indicated Adequate no. of filters for 2 years working on double shift basis shall be
offered as spare.
(e) Alarm for low oil level.

B.3.2 The sump aggregate shall have the following:


(a) Oil level sight gauges or any other equipment showing the minimum and maximum oil
levels in sump (tank)

(1)
(b) It shall be possible to drain the oil from the tank without disconnecting any pipes or other
fittings.

B.3.3 The temperature of oil in hydraulic circuits shall not exceed 60 degree C in any case. Suitable
arrangement shall be incorporated to ensure that the oil is not over heated under local weather
conditions at continuous normal working of the machine.
B.3.4 Facilities for bleeding of air in case of air-lock shall be provided.
B.3.5 The hydraulic reservoir, pump and allied equipment shall be suitably segregated from the
machine in order to remove major source of heat.
B.3.6 Hydraulic oil used on the machine shall be available in India. Brand names of approved oils
supplied by various Indian Oil Companies shall be indicated.
B.3.7 First fill of hydraulic oils used on the machine shall be provided with the machine.
B.3.8 The hydraulic system elements shall be from reputed Indian manufacturers like - M/s
REXROTH, Vickers Systems, Yuken, L&T etc. The make of different element shall be clearly
indicated.

B.4 PNUMATIC SYSTEM (WHERE ALLICABLE ):


B.4.1 The compressed air supply will be provided by the customer at the machine within pressure
range of 4.5 to 5 kg/ square cm. and a moisture content of 1000 PPM. The pneumatic system of
the machine should be designed accordingly.
B.4.2 Suitable filter/moisture trap, air pressure regulator, pressure gauge shall be provided by the
contractor in the system of pneumatic air intake. The filter shall be reusable type and
indigenously available. If reuseable filter can not be offered, the filter cartridge shall be easily
available in India. Source of supply shall be indicated. Adequate no. of filter for 2 years
working on double shift basis shall be offered as spare. An alarm for low air pressure shall be
provided.
B.4.3 The make of pneumatic control equipment shall be of reputed make. The make shall be
indicated.

B.5 LUBRICATION SYSTEM (WHERE APPLICABLE):


B.5.1 The machine shall be provided with a suitable lubricating system for ensuring delivery of
adequate quantity for lubricant to areas requiring continuous lubrication. Suitable arrangements
must be provided for indication of failure of the lubricating system.
B.5.2 Reusable filters capable of filtering chips, dust particle etc. shall be provided. Indicators for
showing clogged condition of filters shall be available. The filters shall be indigenously
available. If reusable filters can not be offered, the filter cartridge shall be readily available in
India. Source of supply shall be indicated. Adequate no. of filters for 2 years working on
double shift basis shall be offered as spares.
B.5.3 Lubrication and filter cleaning chart shall be displayed on a metal plate at a conspicuous
location on the machine indicating:-

(2)
(a) Specific location of pints on the machine to be oil lubricated/greased.
(b) Periodicity of lubrications of these points.
(c) Filters to be cleaned.
(d) Periodicity of cleaning filters.
(e) Periodicity of replenishing lubricating oil for the centralized system.

B.5.4 Points where manual lubrication is needed shall be separately indicated. Frequency of
lubrication shall also be clearly mentioned.
B.5.5 Lubricating oils used in the machine or their equivalents shall be available in India. Successful
tenderer will be required to indicate brand names of approved oils manufactured by various
Indian Oil Companies.
B.5.6 First fill of lubricating oils used in the machine shall be provided with the machine. Details of
lubricating system provided shall be indicated.

B.6 COOLANT SYSTEM(WHERE APPLICABLE):


B.6.1 Suitable coolant system with pump, motor, tank, filter etc. shall be provided. The coolant pump
shall be as per IS:2161-1962. The filter shall be of reusable type and indigenously available. If
reusable filter cannot be offered, the filter cartridge shall be readily available in India. Source
of supply shall be indicated.
B.6.2 Provision of re-circulation of the coolant in ample Volume shall be available. A chip and
coolant tray shall be provided. The volume of coolant flow shall be indicated. It shall be
adjustable.
B.6.3 An enclosure shall be provided to prevent to coolant from splashing outside the machine zone.
B.6.4 Specific requirements of coolant for grinding operation on the job, if any, shall be clearly
indicated.

B.7 ELECTRICAL SYSTEM ( WHERE APPLICATE ) :

B.7.1 The electrical equipment shall comply with the requirements of Indian Electricity Act and
Rules.
B.7.2 All equipments and material shall comply with appropriate Indian Standards (Latest) or
Notional Standards of the country of origin provided the latter are equivalent to or better than
the former. For items for which Indian standards are not published, National Standards shall be
acceptable. The tenderer shall indicate the standards applicable. The following standards are
applicable in particular, Corresponding international standards like ASA, NEMA, RSS, DIN
etc. may also be quoted.

IS : 325 - 1979 ( latest) Three phase induction motors (corresponding to


IEC Pub-34-1) (latest)
IS : 1248 - ( latest ) Direct acting indicating analogue electrical
Measuring instrument and their accessories
(corresponding to IEC Pub-51) (latest)
IS : 1231 - 1974 (latest) Dimensions of three phase induction motors
(corresponding to IEC-Pub 72-1) (latest)

(3)
IS : 1271-1985 (latest) : Classification of insulation material for electrical
machinery and apparatus in relation to their thermal
stability in service (corresponding to IEC-Pub-85
(latest).

IS : 6875 - (latest) : Push Buttons and related control switches


(corresponding to IEC - Pub -73)(latest)

IS : 375 - 1963 (latest ) : Marking and arrangement of switch gear, bus-bars,


main connections and auxiliary wiring.

IS : 996-1979 ( latest) : Single phase small A.C. and Universal electric


motors.

IS : 1356 - (latest ) : Electrical equipment of machine tools.

IS : 2516 - ( latest) : Circuit breaks : (corresponding to IEC - Pub-65)


(latest)

IS : 9815- 1981 ( latest) : Servo motor operated line voltage correctors.

IS : 7752- (Pt-1)- 1975 : Guide for the improvement of power factor in


consumer's installation.

B.7.3 MOTORS :
B.7.3.1 The motors and starters shall be of the following types, unless special conditions of working
dictate otherwise which should be explained by the tenderer .

TYPE OF MOTOR TYPE OF STARTER


1. A.C. motor, starting Direct on line
current of which doesn't exceed 75 amps.
2. A.C. squirrel cage induction motor, starting current of Star Delta or Auto transformer
which is above 75 amps. Started direct on line. type
3. A.C. slip ring type motor. Metallic resistance air cooled or oil
immersed type
4. A.C. Synchronous or synchronous induction motor. Suitable maker's standard

5. D.C. motor. Resistance Type /Thyristor type

B.7.3.2 For main motor, class 'B' of better insulation shall be provided.
B.7.3.3 The earthing terminals shall be provided on all electric motors including the control gear.

B.7.4 CONTROL GEAR :


B.7.4.1 The control gear of AC/DC motors shall be provided with No voltage protection, short circuit
protection, Overload protection and single phasing prevention.

(4)
B.7.4.2 Control equipment shall be mounted in separate drip proof enclosure having no ingress of dust
oil, coolant or chips and its hinged covers shall be interlocked with the machine tool control
to prevent operation of the machine when cover is open.
B.7.4.3 All instruments shall be of the industrial Grade 'A' (IS: 1248) switch board type, the range of
the instrument shall be such that the maximum load expected in the circuit shall produce a
deflection of 60% to 80% of the full scale.

B.7.5 POWER SUPPLY:


(a) System : Three phase, Three Wire of Four Wire.
(b) Voltage : 415 Volts + 10%
(c) Frequency : 50% Hz + 3%

B.7.6 VOLTAGE STABILIZER:

B.7.6.1 Tenderer should clearly indicate the voltage range in which the performance of machine will
be satisfactory. He should clearly mention whether a Voltage stabilizer is required or not
with the machine offered.
B.7.6.2 Voltage stabilizer shall be provided for electrical motors having rated capacity upto
10 KW. The voltage stabilizer shall confirm to the following parameters.

(i) Input Voltage - 320 to 460 volts, 3 phase -4 wire unbalanced supply.
(ii) Output Voltage - 415 + 10 Volts
(iii) Regulation - + 1% from No load to full load.
(iv) Rate of correction - 20 Volt per second per phase.
(v) Wave from Distortion - NIL
(vi) Efficiency - Not less than 97%
(vii) Winding and class - Copper wire wound with 'B' class insulation or better
of insulation .

B.7.6.3 Voltage stabilizer shall be provided with a protective relay to trip the AC power supply to the
machine instantaneously with audio and visual indication to the operator. Setting of the
protective relay for low and high voltage shall be 320 volts and 460 volts respectively.

B.7.7 ISOLATION TRANSFORMER:


Firm should clearly indicated whether Isolation Transformer is required for m/c or not, In
case of machine equipped with NC, CNC. Thyristor controlled devices and other
sophisticated electronic gadgets including microprocessors etc. which are susceptable to
power line spikes and surges, a suitable Isolation Transformer of adequate capacity to cover
for the entire electrical load of the machine shall be offered. The Isolation Transformer
should confirm to following specifications:

(5)
(i) Transformer ratio - 1:1

(ii) Winding - Copper wire wound with 'B' class insulation or better

(iii) Protection - To arrest apikes and surges the order of 3 KV for 200-
400 Micro seconds duration.
(iv) Common Mode Noise - 120dB
rejection.

(v) Isolation - Capacitance: 0.005 Pt.


Resistance: Greater then 1000 Mega Ohms.

B.7.8 POWER FACTOR IMPROVEMENT DEVICE:


Machine having electrical load of induction motors exceeding 20 KW or equipped with low
power factor appliance shall be offered with adequate rating of Capacitor Bank as a
concomitant accessory to improve power factor to a value of 0.90 lagging, in order to effect
saving in Energy Bills. The capacitor Bank shall conform to IS:7752 (Part-1) 1975.

B.7.9 The supplier shall furnish four sets of complete electrical & electronic wiring diagrams in full
details to enable the maintenance staff to locate fault in the electrical circuits, four sets of parts
catalogue, maintenance manual, operating instructions with details of coils and windings used
in the equipment to facilitate repairs and maintenance, should also be supplied.

B.7.10 Following technical data shall be submitted with the tender:

a. MOTOR
a.1 Manufacturer's Name:
a.2 Type of motor (AC/DC)
a.3 Type of enclosure:
a.4 Type of duty (Ref: IS:325)/ (latest):
a.5 Starting/Excitation Mechanism:
a.6 Rating-Continuous/Intermittent:
a.7 Output (KW/BHP)
a.8 Operating voltage across phases, no. phases & Freq.:
a.9 Speed in RPM:
a.10 Class of insulation:
a.11 Normal full load current:
a.12 Starting current:
a.13 Maximum current at the time of change over from lower speed to higher speed:

(6)
a.14 Type of Motor-Squirrel Cage/Slip ring (wound rotor):
a.15 Temperature rise of windings and other Parts allowed above an ambient temperature of 50
degree C:
a.16 Frame size of motor:
a.17 End use of motor:
a.18 Speed control Mechanism:
a.19 Standard Specification to which the motor (s) confirm:

b CONTROL GEAR:
b.1 Manufacturer's Name:
b.2 Type of control gear (Direct on Line/Star Delta/Auto-transformer etc.):
b.3 Rating of starting gear in KW and Amps:
b.4 Are the following provided:
b.4.1 Short circuit protection.
b.4.2 No volt trip.
b.4.3 Overload trip
b.4.4 Delayed action, current sensitive single phasing prevention.

b.5 Standard specifications to which the motor, control gear and its ancillary offered, confirm to :
b.6 Special features, if any:

c VOLTAGE STABILIZER:
c.1 Manufacturer's Name:
c.2 Type of voltage Stabilizer viz DC servo Motor type, AC servo motor type, solid state:
c.3 Rated capacity in KVA:
c.4 Nos of phases & frequency:
c.5 Type of input supply (balanced/unbalanced):
c.6 Input voltage range:
c.7 Output voltage range:
c.8 Rated correction:
c.9 Class of insulation & winding (only copper wound is acceptable):
c.10 Type of control circuitry:

(7)
c.11 Class of duty:
c.12 Type of cooling:
c.13 Indicating instruments and their ranges:
c.14 Safety features:

d ISOLATION TRANSFORMER:
d.1 Manufacturer's Name:
d.2 Rated capacity:
d.3 Ration of input/output voltage:
d.4 Class of insulation:
d.5 Arrangement for suppression of power line surges, spikes, transients and noises:
d.6 Type of cooling.

e POWER FACTOR IMPROVEMENT DEVICE:


e.1 Manufacturer's Name:
e.2 Rated capacity in KVAR:
e.3 AC voltage across phases, No of phases and frequency:
e.4 Mechanism of Power factor correction:
e.5 Frame size:

B.8 WEAR COMPENSATION ADJUSTMENT:


The original built in accuracy of the machine shall be capable of being maintained
conveniently and economically by suitable adjustment for taking up wear on slides, bearing
and lead screws. The system of adjustments incorporated shall be explained in the offer.
B.9 SAFETY CONTROLS:
B.9.1 The machine shall incorporate safety devices to provide protection to the operator and machine
against all possible operational and machinery failures.
B.9.2 Suitable interlock shall be provide to prevent machine operations in the event of:
(a) Faulty sequence of operation.
(b) Fluctuation in supply voltage.
(c) Resumption of power supply after power failure.
(d) Not positioning of safety guards.
(e) Failure of hydraulic system (Where applicable)

(8)
(f) Failure of pneumatic system (where applicable)
(g) Failure of lubricating system (incase of automatic lubrication) including drop in pressure.
B.9.3 A fault or damage in the control circuit or interruption, re-establishment after an interruption or
fluctuation in whatever manner in the power supply to the machinery, must not lead to
dangerous situations, in particular:-
(a) The machinery must not start unexpectedly.
(b) The machinery must not be prevented from stopping, if command has already been given.
(c) No moving part of the machinery or piece worked by the machinery should fall or be
ejected.
(d) The protection devices must remain effective.
(e) The machine tool/drive movement must immediately come to stand still or jump back to a
safe clearance as soon as power supply interruption occurs. It should in no case be
allowed to dig into the job or endanger the man/machine safety.
B.9.4 The machine shall be fitted with an emergency stop device to enable actual or impending
danger to be averted. This device must be:-
(a) Conveniently located.
(b) Clearly identifiable.
(c) Able to stop the machine as quickly as possible without causing additional hazards.
(d) The emergency stop must remain engaged. It should be possible to disengage it only by
appropriate operation. Disengaging the control must not restart the machinery but only permit
restarting.
B.9.5 Safety device shall also include:-
(a) Safety device against overloads for all mechanical and electrical items to the extent possible.
(b) Safety stops against over running of slides.
B.9.6 Guards and protection devices shall protect exposed persons against risks related to moving
transmission parts (such as pulleys, belts, gears, rack an pinion, shafts etc.) and moving parts
directly involved in the process to the extent possible. These shall meet the following
requirements:-
(a) Be of robust construction.
(b) Not give rise to any additional risk.
(c) Not be easy to by pass or render non-operational.
(d) Be located at an adequate distance from danger zone.
(e) Cause minimum obstruction to the view of the production process.
(f) Rigidity connected and not prone to rattling.
(g) Enable essential work to be carried out without the guard or protection device having to be
dismantled.

(9)
B.9.7 A load meter shall be provided to indicated the load on the machine. The meter shall have a
suitable mark to indicated the maximum load the machine can take. Full details of the above and
other safety features indicating how each one functions must be explained in the offer.

B.10 MACHINE MAINTENANCE AND MAINTAINABILITY:


B.10.1 The machine shall be so designed as to require minimum possible maintenance and to give
trouble free service and high reliability. The bidder should agree to undertake maintenance of
machine even beyond warranty period for a sufficient time say 5 years. To do so should quote
the annual maintenance charges per year for this period. The rate so quoted should remain firm.
B.10.2 All assemblies/parts of the machine shall be easily accessible for maintenance, periodical check
up and replacement of parts.
B.10.3 The manufacturer must provide means of access e.g. stairs, ladders, cat walks etc. to allow safe
access to all areas of machine used for production, adjustments and maintenance operations.
B.10.4 Maintenance spares :- Maintenance spares parts (Mechanical, Hydraulic, Electrical and
Electronic spares) for 2 years normal working in double shift basis shall be quoted by the
tenders separately giving part No and cost of each spare part. The spare parts ordered must be
supplied with machine. For bought-out spares, addresses of India/Overseas
manufacturers/suppliers shall be furnished to facilitate future procurements.

B.11 FOUNDATION DRAWINGS AND SPACE REQUIREMENT:


B.11.1 For each machine the supplier shall submit one copy of foundation drawing and related diagrams
(Mechanical and Electrical) giving machine-weight space required for machine, overall
dimensions, foundation details, electrical & pneumatic load and circuitry with the bid.
B.11.2 The supplier shall furnish the detailed foundation drawing & general arrangement drawings
including electrical & pneumatic load and circuit to Dy. CPM(Mod) DLW/Varanasi, direct, in
6 (six) copies, within one month of the placement of Advance Acceptance of Tender, to enable
necessary preparations to be made for timely commissioning of machine.
B.11.3 A penalty of 1/4% of the cost of the machine per week subject to maximum of 2% will be levied
against the supplier for delay in supply of foundation drawings for the machine to
Dy.CPM(Mod).

B.12 INSPECTION AND TESTING AT MANUFACTURER'S WORKS:


B.12.1 A load test shall be carried out at the manufacturers works. Rigidity of the machine shall be
demonstrated to the satisfaction of appointed inspector/inspecting Agency of the purchaser.
B.12.2 Manufacturer must have suitable facilities at their works for carrying out various performance
tests on the machine. The tenderers should clearly confirm while submitting the quotation that
all the facilities exist and shall be made available to the inspecting Authority.
B.12.3 A sample inspection chart for inspecting the machine indicating all the test that are carried out
during the machine manufacture should be supplied along with the bid.
B.12.4 The tenderers will submit quality assurance plan being followed at the manufacturer's works for
ensuring quality of the products offered.

(10)
B.12.5 Machine required to be supplied tooled up (where applicable) for components (as mentioned in
the specification) shall be proved out to demonstrate the claimed capability. Productivity,
accuracy reliability. This proving out shall be done at the inspection stage at manufacturers
premises and also at DLW's premises. The number of components needed for proving out
should be indicated by the tenderer. DLW will provide the components which the supplier or
his agent will collect from the consignee's premises on submission of Bank Guarantee.
B.12.6 At least four weeks clear notice shall be given by the contractor to the Inspecting
Officer/Inspecting Agency while issuing call for inspection, which shall be sent directly to the
Inspecting Officer.

B.13 COLOUR
The machine and its accessories shall be painted in apple green colour No. 281 to IS-5 (1978) or
its equivalent.

B.14 JOINT INSPECTION AT CONSIGNEE'S PREMISES:


B.14.1 The contractor or his agent shall attend joint inspection of the consignment after its receipt
DLW/Varanasi before unpacking, to avoid subsequent complaints regarding short supply or
any transit damage. Inspection call shall be issued by Dy.CPM (Mod)/DLW/Varanasi, on
arrival of the machine at DLW.
B.14.2 For delay in attending joint inspection of the machine/plant on its arrival at DLW beyond a
period of 15 days from receipt of intimation by the contractor, a penalty of 1/4% of the cost of
the machine per week subject to maximum of 2% will be levied against the contractor.

B.15 INSTALLATION AND COMMISSIONING AND PROVE OUT OF MACHINE:


B.15.1 The contractor shall arrange for installation/erection and commissioning of the machine/plant at
site by deputing their Technical Experts/Service Engineers. Necessary support facilities like
crane, power, unskilled labour etc. if available, at site would however, be provided by DLW.
Tools required, for installation and commissioning will be brought by firm's Technical Experts.
Cranes of higher capacity/reach, than what is available at DLW if required, for
installation/erection shall be arranged by the contractor. The Technical Exports of the
contractor will be required to be present immediately after the machine has been received and
foundation is ready.
B.15.2 The contractor or his agent shall commission the machine and prove out the same at DLW in
respect of capability, productivity, accuracy/repeatability within a period not exceeding 2
months for imported machines and 45 days for indigenous machines from the date of
installation of the machine at site.
B.15.3 In the event of contractor's failure to have M&P commissioned by the time or times respectively
specified in the letter of acceptance or contract, purchaser may withhold, deduct or recover
from the contractor as penalty, a sum @ 2% (two percent) of the price of M&P which the
contractor has failed to commission as aforesaid for each and every month (part of a month
being treated as a full month) during which the M&P may not have been commissioned,
subject to an upper limit of 10% (ten percent) of contract value.
B.15.4 After successful prove out the machine performance shall be watched by DLW for a period of
one month (each working day, having two shifts of 8 hours), before final clearance of the
balance 20% payment is given.
B.15.5 Charges, if any, for the installation/erection and commissioning and prove out of machine as

(11)
defined in the scope shall be quoted on lump sum basis and not on per day basis.
B.15.6 The tender should also quote for installation/erection and commissioning of machine on turnkey
basis, duly giving break up of cost for this portion of the work.
B.15.7 If an assembly/sub-assembly is required to be taken back to the manufacturer's premises for
repairs/replacement either before commissioning or during warranty. The manufacturer or his
agent would be required to submit an indemnity Bond. Incase the entire machine has to be
taken back, a bank Guarantee would have to be submitted. The indemnity Bond/Bank
Guarantee should be of adequate value so as to cover the cost of assembly/sub-assembly/paid
up cost of the machine.

B. 16 TECHNICAL LITERATURE :

B.16.1 On copy of printed illustrative catalogue showing features of the machine and its elements must
be enclosed with the bid.
B.9.2 The successful tenderer will also have to supply for each machine free of cost, 4(Four) copies of
following Technical Literature, in English language, directly to Dy. CPM (Mod) DLW/
Varanasi - 221004 within 3 months of the placement of Advance Acceptance of Tender:-
(a) Operation Manual.
(b) Maintenance Manual with trouble shooting guide.
(c ) Spare Parts Catalogue (For Mechanical, Hydraulic, Electrical & Electronic spares),
giving the part list number of each component with exploded views and assembly
drawings.
(d) Test Chart for leveling. Alignment & Geometric accuracies of the machine.
(e ) All Electrical Circuit Diagrams including PCB Circuits.
(f) For bought - out (i.e. purchased) Items/Equipments used/fitted on the machine, relevant
Technical Literature/Catalogues (specially Spare Parts Catalogue) from Indian/Overseas
manufacturers of the Items shall invariably be supplied with the above mentioned
Technical Literature for the machine, giving complete address, Fax No. /Telex
No./Telephone No. of the manufacturers of the items .

B.17 TRAINING :

B.17.1 Indigenous Machines:- The contractor shall arrange to provide free training for a period of four
weeks at the manufacturer's works for three or four persons in maintenance, operation and
CNC programming (if applicable) of the machine. The boarding, lodging and travel expenses
will be borne by the purchaser. However, bidders should quote for boarding and lodging
charges (separately) per week per technician deputed for the training. In the event of the
purchaser not being able to arrange for the boarding & lodging for their personnel for the
period of training, the contractor may be required to arrange the same at quoted rates for
which the payment will be made by the purchaser.
B.17.2 Machine being imported:- In case of the Machines being imported two personnel per consignee
(Three persons for CNC machines) shall be given training for a period of one month free of
cost at the purchaser's end simultaneously with installation and commissioning.

(12)
B.17.3 The training will be in maintenance of the equipment ordered and include trouble shooting and
repair of the machine and accessories. The training to be imparted will cover all mechanical
equipment/electrical equipment/electronic equipment/part programming in case of CNC
machines.
B.17.4 The Training at manufacturer's works will be provided during stage of assembly and testing of
machine. To ensure this supplier will give at least three months notice to DLW to enable
deputing trainees in time.
B.17.5 In addition to the above, technical experts from the manufacturer/supplier will fully and
adequately train operators nominated by the consignee during commissioning of the machine

B.18 CREDENTIALS AND QUALIFYING REQUIREMENTS OF TENDERERS:

B.18.1 The Tenderer shall furnish the following information along with his offer FAILING WHICH,
HIS OFFER SHALL NOT BE CONSIDERED AND NO BACK REFERENCE SHALL BE
MADE, in this regard.
(a) Firm shall provide satisfactory evidence that he is a licensed manufacturer, who regularly
manufacturers the item offered and has adequate technical knowledge and practical experience.
In case, where a manufacturer is not ready to quote directly, the procurement can be made only
from his authorized agents/authorized Indian agents. In case of foreign suppliers, the
authorised agent should produce valid authorization (in original) directly from OEM, not older
than six months, against the tender case. Any authorization, other than from original
manufacturer against the tender case shall be accepted and the absence of this offer shall be
summarily rejected. The authorization shall be as per "The Performa For Authority From
Manufacturers"(Annexure-1).
(b) Firm shall confirm that it has adequate financial stability and status to meet the obligations
under the contract for this purpose it should submit "Commercial Details & Past
Performance" as per Annexure3.
(c) Firm has adequate design and manufacturing capacity to manufacture and supply the items
offered within the delivery schedule offered by his. For this purpose "Proforma For Details
of Manpower organization" as per Annexure-2, shall be submitted.
(d) Firm has established quality control system and organization to adequate control at all
stages of the manufacturing process. For this purpose details as per Annexure-4 for "Proforma
For Equipment and Quality Control Employed by The manufacture" shall be submitted.
B.18.2 For purpose of Clause No. 18.1, the tenderer shall also submit a reference to prove that the
machine models quoted are latest and have been earlier installed at atleast 5 locations and have
been successfully operating for atleast 2 years. A list of users with their name, address, Telex
No./Fax No./Phone No. and name of the contact person must be furnished, indicating firms
where the quoted similar and earlier models are working. A performance statement (as per
annexure-3) giving a list of major supplies effected in last 5 years of the items offered by him,
giving details of purchasers name, address, order No. and date and the quantity supplied and
whether the supply was made within the delivery schedule. IN THE ABSENCE OF
INFORMATION REFERRED IN PARA 18.1A TO D & PARA 18.2, THE TENDER IS
LIABLE TO BEREJECTED .

(13)
ANNEX-1

PROFORMA FOR AUTHORITY FROM MANUFACTUERS

Dated …………………
THE PRESIDENT OF INDIA
Acting through the Controller of Stores,
Diesel Locomotive Works,
VARANASI-221004

Sir,

Sub:- Diesel Locomotive Works, Varanasi's


Tender No. …………………………………
Date of Opening …………………………..

We, M/S ……………………………………………………… an established and reputable


Manufacturers of …………………………………………………………………. having factories at
…………………………………….. and offices at ……………………………………. do hereby
authorize M/s ……………………………………………………. (Name and address of Agents) to
represent us, to bid, negotiate and conclude the contract on our behalf with you against.
Tender No. ……………………………………………………………………………..................
No company/firm or individual other than M/s ……………………………………………..
are authorized to represent us in regard to this business against this specific tender.

Your's Faithfully

Signature ………………………………..
Name (…………………………………..)
for & on behalf of M/s …………………
……………………………………………
(Name of manufacturer's)

Note:- This letter of authority should be on the Letter-Head of manufacturing concern and should be
signed by a person competent and having the power of attorney to bid the manufacturer.

(14)
ANNEX-2

PROFORMA FOR DETAILS OF MAN POWER ORGANIZATION


(To be submitted on Letter-Head of Firm)

1. Name and full address of the firm.


2. Telephone No./Telex No./Fax No.
3. Telegraphic address.
4. Location of the manufacturing factory.
5. Details of Man Power:

No. of Technical
Persons Qualification
5.1 Managerial cadre:

5.2 Technical Supervisory


Staff in charge of
Production & quality control:

5.3 Skilled labour:


5.4 Un-skilled labour employed:
5.5 Max. No. of workers (skilled & Un-skilled)
Employed on any day during the 18 months
Preceding the date of application.

6. No of shifts.
7. Organization chart of managerial cadre.
8. Organization chart of different department,
(Organization for After Sales Service & Quality
Assurance to be given separately)
Note:- If there is more than one Unit, chart for each Unit to be given.

* Signature ……………..…………
* Name (………………………….)
* Designation.
* For (Name of Firm) M/s ……….
* Seal ………………………………

(15)
ANNEX-3

COMMERCIAL DETAILS & PAST PERFORMANCE

Tender No. ………………………………….. Date of Opening ………………….

A. COMMERCIAL DETAILS

(i) Is the firm a small scale unit registered with NSIC?


If so, a copy of the registration certificate should
be enclosed.

(ii) Name and address of the Banker.


A copy of the Banker's report should enclosed.

(iii) Last 5 years turn over.


(Documentary evidence should be enclosed)
(iv) A copy of current valid ITCC should be enclosed.

B. PAST PERFORMANCE
Details of orders of quoted item executed during the past five years should be furnished in the
following format.

S.No. Full address Order No. Description of Qty. Value Date of Remarks
of Purchaser and date stores of order delivery
1 2 3 4 5 6 7 8

Signature : …………………………
Name : …………………….......
Designation : …………………………

Note: A certificate from the purchaser should preferably be enclosed to indicated that the contract was
satisfactorily performed.
(16)
ANNEX-4

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL


EMPLOYED BY THE MANUFACTURER

Tender No…………………………………………….. Date of Opening …………………………

1. NAME OF FIRM
2. LOCATION
2.1 Postal Address
i) Head Office
ii) Works/Factory
2.2 Telephone No. (with STD Code).
i) Head Office
ii) Works/Factory
2.3 Telegraphic address & Telex/Fax
i) Head Office
ii) Works/Factory
3. DESCRIPTION OF FACTORY/WORKS
i) Total Land area
(In Sq. meters)
ii) Total Covered area
(In Sq. meters)
iii) Different sub-units
(with details of covered/uncovered area, etc.)
iv) Special features, if any:
4. NO. OF PERSONNEL EMPLOYED (CATEGORY-WISE)
i) Managerial*
ii) supervisory*
iii) Skilled artisans:
iv) Unskilled
* The qualification may also be indicated.
(17)
5. GENERAL INFORMATION-TECHNCIAL
5.1 Description of different department in the factory/Works and function of each department,
along with an organizational chart.
5.2 Detailed description of machinery and plant in each department (make and year
procurement/commissioning to be provided. For special type of equipment copy of pamphlets/
Write ups to be furnished so as to supplement the description).
5.3 Details of raw-materials held is stock (state whether imported/indigenous).
5.4 Production capacity of the quoted items
i) Per month
ii) Per year
5.6 List of other items, which the firm regularly
Manufacturers and corresponding production capacity.
6. DESIGN CAPABILITY
6.1 Details of Qualified Personnel (indicating qualification and experience)
6.2 Other facilities available.
7. MANUFACTURING PROCESS
7.1 Level of In-house Facilities
7.2 Important Items of Work done by Outside vendors
7.3 Brief details of manufacturing process relevant to the items quoted.
8. QUALITY ASSURANCE
8.1 Is the firm certified for ISO 9000 or equivalent?
If so, please give certification details.
If firm is certified for ISO 9000 or
equivalent, no further information on para 8 is required to be filled in.
8.1.1 If no, does the firm contemplate to obtain ISO 9000 certification? What steps have been taken
by the firm in that direction?
8.2 Does the factory have an established Quality Assurance programme? If yes, please enclose a
copy of the write-up if not, what plans are there if any for setting it up?
8.3 Details of Quality Assurance Organization.
Names of key personnel, their qualifications, designations and position in overall management
structure (explain with organization chart, if necessary).

(18)
8.4 Quality control testing Facilities and Laboratory equipment available.
8.5 Availability of gauges (please give details)
8.6 Calibration of laboratory/test equipment/gauges, indicated in para 8.4 and 8.5 above.
i) How is the calibration done?
ii) Frequency of calibration.
iii) System to ensure that calibration of above equipments does not fall overdue.
iv) Action taken if such calibration has fallen overdue.
8.7 Source of procurement of raw-materials.
Important bought-outs, and steps taken to ensure their quality.
8.8 Details of inspection/checks done on material during various stages of the above
manufacturing process.
8.9 Have acceptable values for the parameters inspected during above stage checks been laid
down?
If yes, what is the action taken if value of the parameter inspected does not meet the desired
laid down value.
8.10 System for documentation of the results of the above stage checks.
9. AFTER-SALES-SERVICE
9.1 Facilities Available at works and Branch offices.
9.2 Assessment of Quality of service including Response Times.

Signature ………………………………
Name …………………………………...
Designation …………………………….

(19)
B.19 WARRANTY
B.19.1(a) Warranty period of M&P will be 24 (twenty four) months from the date of commissioning
and proving out of M&P. A maximum period of 2 (two) weeks will be allowed for attending
and rectification of fault during the warranty period.
b) Maximum down time during the warranty period will be 2% (two percent) for online M&P
and 10% (ten percent) for Offline M&P calculated on quarterly basis.
c) A penalty of 0.5% (zero point five percent) per week of the contract value will be levied for
delay in response time for attending and rectification of faults beyond specified during the
warranty period as detailed above.
d) Maximum penalty to be levied on account of warranty failure will be 5% (five percent) of
the contract value calculated during whole of warranty period and after that if there is any
delay on the part of supplier, purchaser shall be entitled for encashment of WG bonds.
B.19.2 In the event of failure of the machine during the warranty period, the warranty period shall be
extended a fresh, from the date of machine is rectified. It is only if the machine works without
failure for a period of one year continuously that the firm shall be free from the warranty.
B.19.3 The supplier shall clearly spell out in offer, the facilities available with him to maintain
adequately the machine/ plant free of cost, during warranty period and also to maintain the
machine /plant after warranty period on chargeable basis.
B.19.4 The bidder should also confirm that the parts will be made available by him even beyond
warranty period.
B.20 MODE OF DISPATCH:
B.20.1 By Indigenous suppliers:- Transport of machine /plant from manufacturer's/suppliers premises
to consigned at site will be arranged by supplier. The machine /plant will be despatched by
road for free delivery at site at DLW/Varanasi. The machine shall be despatched after proper
inspection and issue of inspection Certificate by Inspecting Authority, duly packed in
proper(secure) packing, suitable for rough condition of transit and shall be duly insured for safe
arrival at DLW Varanasi.
B.20.2 By Overseas Suppliers:- For Overseas Supplies Conditions specified in Bid Document Part-1
Para 16 (Shipping Arrangement) will apply.

(20)
C. SPECIAL CONDITIONS OF CONTRACTS

Tenderer shall please note that Special condition shall override the similar conditions, if any
appearing in DLW's Bid Documents/Advertised Tender Documents/ IRS Conditions of Contract.

C.1. SECURITY DEPOSIT/PERFOMANCE BANK GUARANEE :


C.1.1 For the performance of the contract, Performance Guarantee (PG)/Security Deposit in cash or
through Bank Guarantee. Equivalent to 10% of value of the contract, is required to be
submitted by the contractor within 30 days of issue of "Advance Acceptance" (as per proforma
enclosed in Annexure-1). This Bank Guarantee shall remain valid till the machine is
Commissioned and proved out.
C.1.2. A Warranty Guarantee (WG) through Bank Guarantee equivalent to 10% of value of the
contract towards warranty obligations (as per proforma enclosed in Annexure-2) is required to
be submitted to cover the warranty period, before claiming 20% payment. It may be noted that
20% payments shall not be released without execution of the requisite and valid WG.
C.2. PAYMENT TERMS:
i) Payment to foreign suppliers: Payment against foreign supplies shall be made through
Letter of Credit. All charges, including the confirmation charges of L.C. levied by foreign
Banks, shall be borne by the supplier. The standard payment terms subject to recoveries if
any, under the liquidated damages clause and general conditions of contract, will be as
under:
a) 80% of the payment against irrevocable L.C. on proof of inspection certificate and shipping
documents within 30 days of receipt of shipping documents as specified.
b) Balance 20% payment within 90 days after installation/ commissioning and proving test of
M&P subject to submission of bank guarantee for an amount of 10% of contract value, as
warranty security.
ii) Payment against indigenous supply: The standard payment terms subject to recoveries if
any, under the liquidated damages clause and general conditions of contract, will be as
under:
a) 80% of the payment on proof of inspection certificate and Receipted challan signed by
Dy.CPM/Mod/DLW/Varanasi or indenter regarding correct receipt of materials in good
condition at site.
b) Balance 20% payment within 90 days after satisfactory installation/ commissioning and
proving test of M&P subject to submission of bank guarantee for an amount of 10% of
contract value, as warranty security.

(21)
C. 3. PENALTIES :
In case of failure on the part of the contractor liquidated damages shall be levied on him as
under:
C.3.1 For delay in supply of foundation drawings and related information to Dy. CPM/MOD/
DLW/Varanasi beyond a period of one month of placement of purchase order/issue of
Advance Acceptance, a penalty 1/4% of the cost of the machine per week subject of maximum
of 2% will be levied against the supplier.
C.3.2 For delay in attending joint inspection of the machine/plant on its arrival at DLW beyond a
period of 15 days from receipt of intimation by the contractor a penalty of 1/4% of the cost of
the machine per week subject to maximum of 2% will be levied against the supplier.
C.3.3. For delay in commissioning and proving out of the machine by the time specified in the letter
of acceptance or contract, purchaser may withhold, deduct or recover from the contractor as
penalty, a sum @ 2% (two percent) of the price of M&P which the contractor has failed to
commission as aforesaid for each and every month (part of a month being treated as a full
month) during which the M&P may not have been commissioned, subject to an upper limit of
10% (ten percent) of contract value.
C.3.4 For delay in responding/attending to repairs and replacement of parts during warranty period
within 15 days from the date of receipt of intimation by the supplier/ contractor penalty of
0.5% of the value of the contract per week will be imposed subject to maximum of 6%.

(22)
ANNEXURE-1

PROFORMA BANK GUARANTEE FOR CONTRACT


PERFORMANCE GUARANTEE BOND

Ref …………………………. Date ………………...……………


Bank Guarantee No. …………...

To,
THE PRESIDENT OF INDIA
Acting through the FA&CAO,
Diesel Locomotive Works,
Varanasi (U.P.) INDIA.

1. Against contract vide Advance acceptance of the Tender No.…………………………


………………………….. dated …………………..covering supply of ………………………
………………………..……………………………..……….(hereinafter called the said 'contract')
entered into between the President of 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 President of India, the amount of ………………………………
……………………………….. …………….. (write the sum here in words) to indemnity and keep
indemnified the President of India, (Govt. of India) against any loss or damage that my be caused to or
suffered by the President of India (Govt. of India) by reason of any breach by the Contracts of any of
the terms and conditions of the said contract and / or the performance thereof. We agree that the
decision of the President of India, (Govt. of India), 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 the President of
India, (Govt. of India) shall be final and binding on us and the amount of the said loss or damage shall
be paid by us forthwith on demand and without demur to the President of India, (Govt. of India).
2. We ………………………………………………..Bank Ltd., 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. the date upto 12 months after the date of the last shipment /delivery
of the goods ordered) hereinafter called the ‘said date’ and that if any claim accrues or arises against
us ………………………………………..Bank Ltd., by virtue of this guarantee before the said date the
same shall be enforceable against us ………………………..Bank Ltd., notwithstanding the fact that
the same is enforced within six months of the said date, provided that notice of any such claim has
been given to us ………………………………………………Bank Ltd., by the President of India,
(Govt. of India)

(23)
before the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of
notice to the effect from the President of India (Govt. of India).
3. It is fully understood that this guarantee is effective from the date of the said contract
and that we …………………………………………….Bank Ltd., undertake not to revoke this
guarantee during its currency without the consent in writing of the President of India (Govt. of India).
4. We undertake to pay the Government any, money so demanded notwithstanding any
dispute or disputes raised by the Contractor in any suit or proceeding before any court or Tribunal
relating thereto our liability under this present being absolute and un equivocal.
The payment so made by us under this bond shall be valid discharge our liability for
payment thereunder and the Contractor shall have no claim against us for making such payment.
5. We…………………………………………………Bank Ltd., further agree that the
President of India (Govt. of India) shall have fullest liberty, without affecting in any manner our
obligations hereunder to very 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
power exercisable by the President of India (Govt. of India) 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
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 President of India or any
indulgence by the President of India to the said Contractor or by any other matter or thing what-so-
ever, which under the law relating to sureties, would, but not for this provision have the effect of so
releasing us from our liability under this guarantee.
6. This Bank Guarantee will not be discharged due to the change in the constitution of the
Bank of the Contractor.

Date …………………….

Place………………………

Witness……………………

Signature……………………

Printed Name…………………

……………………………….
(Designation)

…………………………………………….
(Bank's Common Seal)

(24)
Annexure-2

PROFORMA BANK GUARANTEE FOR 10% CONTRACT VALUE


TOWARDS WARRANTY GUARANTEE

To,
THE PRESIDENT OF INDIA
Acting through the FA&CAO,
Diesel Locomotive Works,
Varanasi (U.P.) INDIA.

Sub:- Guarantee No. …………………………….for ………………………………..(Amount)


Covering equipment (s) Serial No………………………………………………….supplied to
(Consignee/s)
Ref: Contract No. ………………………………………………..dated…………………………
Placed on M/s……………………………………………………………………………………..

1. WHEREAS M/s……………………………………………………..on our constituents.


(hereinafter called the “Seller”) have agreed to you (hereinafter referred to as the “Government”).
No of …………………………………..(give description) as per contract No…………………
date……………………………………….(hereinafter called “the said contract").
2. AND WHEREAS according to the terms of said contract, it has been stipulated that
payment of 10% of the value of the stores would be made provided that the Seller furnish to the
Purchaser a Bank Guarantee from a recognized bank, acceptable to the Purchaser for 10 percent of the
value of the said contract, valid for a period covering in full the Guarantee period as per the warranty
clause of the said condition of the contract, being the conditions attached to and forming part of the
contract.
3. AND WHEREAS the Sellers have approached us to give the said Bank Guarantee on
their behalf in your favour for an amount representing 10 percent of the value of the stores despatched
which you have agreed to accept.
4. That in consideration of the promises and at the request of the said Sellers, we
……………………… (Bank Ltd) hereby irrevocably undertake and guarantee to pay to the
Government of India or at such other place as may be determined a by you forth-with on demand and
without any demur, any sum upto a maximum amount of ……………….. (Rs………………..)
representing 10 percent of the value of the stores despatched under the said contract incase the
sellers make default in paying the said sum or make any default in performance, observance of
discharge of the guarantee contained in the said contract.
5. We ……………… (Bank Ltd.) agree that the decision of the Government, whether any
default has occurred of has been committed by the Sellers in the performance, observance of discharge
of the guarantee aforesaid shall be conclusive and binding on
M/s………………………………………………………………………………………………………..

(25)
6. Government shall be at liberty, from time to time, to grant or allow extension of time or
give other indulgerce to the said Sellers or to modify the terms and conditions of the contract with the
said Sellers without affecting or imparin this guarantee or our liability hereunder.
7. We ………………… (Bank Ltd.) undertake to pay the Government any money so
demanded notwithstanding any dispute of disputes raised by the Sellers in any suit or proceeding
pending before any court or Tribunal, relating thereto our liability under this present being absolute
and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability
for payment thereunder and the Sellers shall have no claim against us for making such payment.
8. This bank guarantee comes into force when the balance twenty percent value of the
value of stores, shipped per vessel ………………….. …………vide bill of Lading
No…………………………………………..….…… dated ……………………..………………. or R/
R No. ……………..……………dated …………………..(in the case of indigenous contract)
under the said contract, has been paid will remain in full force and effect upto
…………………………i. e. for …………….…months counted from the date of commissioning, shall
continue to be enforceable for further five month i.e. upto (date), hereinafter called the said date.
9. This guarantee will not be discharged due to the change in the constitution of the Bank
of the Sellers.
10. That no claim under this guarantee shall be entertained by us unless the same has been
preferred by the Government within the said date.
11. “BG(s) being furnished will be honoured under all conditions. Any doubt about the
genuineness of stamp-paper used in BG will not render BG invalid because stamp-paper has been
purchased by the vendor/contractor of DLW/Varanasi namely M/s. …………………
……………………………… for contract no. ………………………………………. dated ……….
and, therefore, is responsible for the genuineness "

Date ……………………. Signature………………………

Place……………………… Printed Name…………………

Witness…………………… ………………………………….
(Designation)

…………………………………………….
(Bank Common Seal)

(26)

S-ar putea să vă placă și