0711

50
1 Phone: +91-427 2333877 Email:[email protected], Mobile No: +919443248877 Web site: www.steelcluster.in +919498091427 STEEL CLUSTER SERVICES SALEM (Pvt) LTD., (A SPV UNDER MICRO & SMALL ENTERPRISES CLUSTER DEVELOPMENT PROGRAMME OF GOVT. OF INDIA & GOVT. OF TAMIL NADU) 71/2,RAMASAMY NAGAR,KURANGU CHAVADI, NARASOTHIPATTI ,SALEM-636004 TAMIL NADU, INDIA No:SCSS/01-VI/2015 Date: 01.07.2015 TENDER NOTICE NO:SCSSL 01 Sealed tenders are invited from reputed Manufacturers, Traders, Distributors or Authorized Dealers for supply ,installation, testing and commissioning of the following plant &machinery and equipment for Common Facility Centre to be set up at Tadagapatti Village, Salem District, Tamil Nadu,Pin-636201 under the Micro & Small Enterprises Cluster Development Programme (MSE-CDP) of Development Commissioner (MSME) Govt. India with financial assistance from Govt. of India and Govt of Tamil Nadu. Item No (GoI) S.No. Description Quan tity Item No (GoI) S.No. Description Quan tity 1. 1 STAINLESS STEEL TUBE MILL OF Size- 15.87mm to 63.5 mm/sq OD (max) 1 Set 08. 5 SHEARING MACHINE CUTTING Size 8X3200, 250MT 1 Set 2. 2 STAINLESS STEEL TUBE MILL OF Size- 9.5mm to 38.1mm/sq OD (max) 1 Set 09. 8 HYDRAULIC TRIPLE ACTION STRETCHING PRESS -63 TONNNS / STROCK 310mm,CaP-0,5 to 2.5m 1 Set 3. 3 STAINLESS STEEL COIL SLITTING MACHINE-15MT, Coil width 500mm to 1550mm,Thickness0.4mm to 3.5mm 1 Set 10. 29 125 KVA DG SET 2 Nos 4. 4 CNC PRESS BRAKE MACHINE WORKING LENGTH-3200mm, Thickness-MS- 6mm,SS-4m m 1 Set 11. 30 DIESEL FORK LIFT-3 TON 1 No 5. 9 HYDRAULIC TRIPLE ACTION STRETCHING PRESS-120 tonnes/Strok 360mm; Cap0.5 to 4.0mm 1 Set 12. 31 EOT CRANE 30 TON 1 No 6. 10 HYDRAULIC TRIPLE ACTION STRETCHING PRESS-200 tonnes/Strok 420mm; Cap0.5 to 4.0mm 1 Set 13. 32 EOT CRANE 5 TON 1 No 7. 11 FOUR COLOUMN DEEP DRAWING PRESS- 500 tonnes/Stroks 900mm; Table Size 2200 X 1600 mm 1 Set 14. 33 500 KVA / 22KV TRANSFORMER 1 No Technical Specifications for the above plant, machinery & equipment are available in the Attachments I to XIV of the Tender Document. Tender Document may be obtained from the above address between 11:00AM to 5:00PM from the date of advertisement on all working days either in person or by post by paying a non–refundable amount of Rs.1000/- (Inclusive of service Tax) by cash or by means of Demand Draft drawn in favour of the SPV M/s. Steel Cluster Services Salem (p) Ltd payable at Salem towards the cost of Tender Document. Alternatively, the Tender Document can also be downloaded from the web site: www.steelcluster.in, www.sidco.tn.nic.n, www.msmedi- chennai.gov.in and the same may be submitted along with the Demand Draft for Rs -1000/- as mentioned above Date of commencement of sale of tenders: 01.07.2015 @11:00hrs Date of Pre-Bid Conference: 15.07.2015 @11:00hrs Last date for issue of tenders: 30.07.2015 @17:00hrs Last date for receipt of tenders: 31.07.2015 @12:00hrs Date of opening of sealed tenders: 31.07.2015 @16:00hrs Managing Director M/s Steel Cluster Services Salem (P) Ltd

Upload: sureshs83

Post on 01-Feb-2016

225 views

Category:

Documents


0 download

DESCRIPTION

msme 2

TRANSCRIPT

Page 1: 0711

1

Phone: +91-427 2333877 Email:[email protected], Mobile No: +919443248877 Web site: www.steelcluster.in +919498091427

STEEL CLUSTER SERVICES SALEM (Pvt) LTD., (A SPV UNDER MICRO & SMALL ENTERPRISES CLUSTER DEVELOPMENT

PROGRAMME OF GOVT. OF INDIA & GOVT. OF TAMIL NADU) 71/2,RAMASAMY NAGAR,KURANGU CHAVADI, NARASOTHIPATTI ,SALEM-636004

TAMIL NADU, INDIA No:SCSS/01-VI/2015 Date: 01.07.2015 TENDER NOTICE NO:SCSSL 01 Sealed tenders are invited from reputed Manufacturers, Traders, Distributors or Authorized Dealers for supply ,installation, testing and commissioning of the following plant &machinery and equipment for Common Facility Centre to be set up at Tadagapatti Village, Salem District, Tamil Nadu,Pin-636201 under the Micro & Small Enterprises Cluster Development Programme (MSE-CDP) of Development Commissioner (MSME) Govt. India with financial assistance from Govt. of India and Govt of Tamil Nadu.

Item No

(GoI) S.No.

Description Quantity

Item No

(GoI) S.No.

Description Quantity

1. 1 STAINLESS STEEL TUBE MILL OF Size-15.87mm to 63.5 mm/sq OD (max)

1 Set 08. 5 SHEARING MACHINE –CUTTING Size 8X3200, 250MT

1 Set

2. 2 STAINLESS STEEL TUBE MILL OF Size-9.5mm to 38.1mm/sq OD (max)

1 Set 09. 8 HYDRAULIC TRIPLE ACTION STRETCHING PRESS -63 TONNNS / STROCK 310mm,CaP-0,5 to 2.5m

1 Set

3. 3 STAINLESS STEEL COIL SLITTING MACHINE-15MT, Coil width 500mm to 1550mm,Thickness0.4mm to 3.5mm

1 Set 10. 29 125 KVA DG SET 2 Nos

4. 4 CNC PRESS BRAKE MACHINE WORKING LENGTH-3200mm, Thickness-MS-6mm,SS-4m m

1 Set 11. 30 DIESEL FORK LIFT-3 TON 1 No

5. 9 HYDRAULIC TRIPLE ACTION STRETCHING PRESS-120 tonnes/Strok 360mm; Cap0.5 to 4.0mm

1 Set 12. 31 EOT CRANE 30 TON 1 No

6. 10 HYDRAULIC TRIPLE ACTION STRETCHING PRESS-200 tonnes/Strok 420mm; Cap0.5 to 4.0mm

1 Set 13. 32 EOT CRANE 5 TON 1 No

7. 11 FOUR COLOUMN DEEP DRAWING PRESS-500 tonnes/Stroks 900mm; Table Size 2200 X 1600 mm

1 Set 14. 33 500 KVA / 22KV TRANSFORMER 1 No

Technical Specifications for the above plant, machinery & equipment are available in the Attachments I to XIV of the Tender Document. Tender Document may be obtained from the above address between 11:00AM to 5:00PM from the date of advertisement on all working days either in person or by post by paying a non–refundable amount of Rs.1000/-(Inclusive of service Tax) by cash or by means of Demand Draft drawn in favour of the SPV M/s. Steel Cluster Services Salem (p) Ltd payable at Salem towards the cost of Tender Document. Alternatively, the Tender Document can also be downloaded from the web site: www.steelcluster.in, www.sidco.tn.nic.n, www.msmedi-chennai.gov.in and the same may be submitted along with the Demand Draft for Rs -1000/- as mentioned above Date of commencement of sale of tenders: 01.07.2015 @11:00hrs Date of Pre-Bid Conference: 15.07.2015 @11:00hrs Last date for issue of tenders: 30.07.2015 @17:00hrs Last date for receipt of tenders: 31.07.2015 @12:00hrs Date of opening of sealed tenders: 31.07.2015 @16:00hrs

Managing Director

M/s Steel Cluster Services Salem (P) Ltd

Page 2: 0711

2

Phone: +91-427 2333877 Email:[email protected], Mobile No:+919443248877 Web site:www.steelcluster.in +919498091427

STEEL CLUSTER SERVICES SALEM (Pvt) LTD., (A SPV UNDER MICRO & SMALL ENTERPRISES CLUSTER DEVELOPMENT

PROGRAMME OF GOVT. OF INDIA & GOVT. OF TAMIL NADU) 71/2,RAMASAMY NAGAR, KURANGU CHAVADI, NARASOTHIPATTI ,SALEM-636004

TAMIL NADU, INDIA No: SCSS / 01-VI / 2015 Date: 01.07.2015

INVITATION TO TENDER 1.0. Sealed tenders are invited by M/s. STEEL CLUSTER SERVICES SALEM (P) LTD., a Special

Purpose Vehicle (SPV) of engineering cluster, Salem from reputed Manufacturers, Traders, Distributors or Authorised Dealers for supply, installation, testing and commissioning of the following plant, machinery and equipment for the Common Facility Centre (CFC) to be set up at Tadagapatty Village , Salem District, Tamilnadu State under the Micro & Small Enterprises Cluster Development Programme (MSE-CDP) of Development Commissioner, MSME, Government of India with financial assistance from Government of India and Government of Tamilnadu.

Item No

(GoI) S.No.

Description Quantity

Item No

(GoI) S.No.

Description Quantity

1. 1 STAINLESS STEEL TUBE MILL OF Size-15.87mm to 63.5 mm/sq OD (max)

1 Set 08. 5 SHEARING MACHINE –CUTTING Size 8X3200, 250MT

1 Set

2. 2 STAINLESS STEEL TUBE MILL OF Size-9.5mm to 38.1mm/sq OD (max)

1 Set 09. 8 HYDRAULIC TRIPLE ACTION STRETCHING PRESS -63 TONNNS / STROCK 310mm,CaP-0,5 to 2.5m

1 Set

3. 3 STAINLESS STEEL COIL SLITTING MACHINE-15MT, Coil width 500mm to 1550mm,Thickness0.4mm to 3.5mm

1 Set 10. 29 125 KVA DG SET 2 Nos

4. 4 CNC PRESS BRAKE MACHINE WORKING LENGTH-3200mm, Thickness-MS-6mm,SS-4m m

1 Set 11. 30 DIESEL FORK LIFT-3 TON 1 No

5. 9 HYDRAULIC TRIPLE ACTION STRETCHING PRESS-120 tonnes/Strok 360mm; Cap0.5 to 4.0mm

1 Set 12. 31 EOT CRANE 30 TON 1 No

6. 10 HYDRAULIC TRIPLE ACTION STRETCHING PRESS-200 tonnes/Strok 420mm; Cap0.5 to 4.0mm

1 Set 13. 32 EOT CRANE 5 TON 1 No

7. 11 FOUR COLOUMN DEEP DRAWING PRESS-500 tonnes/Stroks 900mm; Table Size 2200 X 1600 mm

1 Set 14. 33 500 KVA / 22KV TRANSFORMER

1 No

2.0 The detailed technical specifications of the above plant, machinery and equipment are

enclosed at Attachments-ǀ to XIV

Page 3: 0711

3

3.0 The tender documents may be obtained from the above address between 11.00 AM to 5.00 PM from the date of advertisement and upto 5PM on 30.07.2015 on all working days either in person or by post by paying a non-refundable amount of Rs.1000/- by cash or by way of demand draft drawn in favour of the SPV i.e. Steel Cluster Services Salem (P) Ltd., payable at Salem.

4.0 The tender documents can also be downloaded from our website: www.steelcluster.in,

www.sidco.tn.nic.n, www.msmedi-chennai.gov.in and the tender documents complete in all respect may be submitted along with demand draft of Rs.1000/- towards the cost of tender documents well before the stipulated date of submission of tenders.

5.0 The tenders must be submitted on or before 31.07.2015 at 12.00 hrs in two parts (part-

Ι and part-ΙΙ ) in the format as prescribed in tender documents duly signed by the tenderer at all pages affixed with office seal.

6.0 Part l tender shall contain the following a) Complete technical specifications and details of tenderer’s machineries in conformance

with specifications as enclosed at Attachments –I to XIV b) Documentary evidence for constitution of the firm such as Memorandum and Articles of

Association, partnership deed , etc, with details of name , address , telephone number , fax number , e-mail address of the firm and the details of proprietor, partners, directors, etc.,

c) Authorization letter like power of attorney, resolution of board, proof of signatory of the firm for signing tender documents as well as attending tender opening, tender discussions and price negotiation.

d) Self attested Photo copies of valid VAT or CST registration certificates and attested copy of the PAN card, if applicable.

e) Commercial details such as terms of delivery, payment terms, insurance, transportation, etc.,

f) Confirmation to the effect that the prices quoted are on firm rate basis with validity for 120 days.

g) Performance statement of the company giving list of major supplies effected to firms in India during the past three years with supporting documents containing the details of purchaser’s name and address , order no , date , and quantity supplied and whether supply was made within the stipulated delivery schedule.

Page 4: 0711

4

h) Audited balance sheet, profit and loss statement duly certified by Charted Accountant

indicating the annual turnover for the previous three financial/ accounting years. i) In case of tenderer being manufacturer, proof for manufacturing of the machineries

mentioned in Attachments-ǀ to XIV for a minimum period of three years along with a duly attested photocopy of manufacturing license for the products approved by the licensing authority of the country of origin for each and every product quoted. The license must have been renewed up-to-date and the items quoted shall be clearly highlighted in the license.

j) In case of the tenderer being an authorized dealer or agent or distributor quoting on

behalf of their manufacturer/principal shall furnish valid authorization dealership certificate issued by manufacturer/principal clearly indicating the relationship between the manufacturers/principal and their agents / dealers.

k) Under no circumstances part Ι tender shall contain any price details l) Earnest Money Deposit (EMD) in the form of demand draft drawn in favour of SPV i.e.,

Steel Cluster Services Salem (P) Ltd., payable at Salem. 7.0 Part ll price bid shall contain only price offer. 8.0 Both part l and part ll offers in separately superscribed and sealed envelopes should be

placed in another envelope duly sealed and superscribed as ‘’ OFFER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF PLANT, MACHINERY & EQUIPEMENT MEANT FOR COMMON FACILITY CENTRE TO BE SETUP AT SALEM-TENDER No.SCSSL-01 and should reach the office of the Managing Director, Steel Cluster Services Salem (P) Ltd., by12.00 hrs on 31.07.2015

9.0 Part Ι. Technical bid tenders will be opened at 16.00 hrs on the same day i.e.,31.07.2015

at the office of the Managing Director, Steel Cluster Services Salem (P) Ltd., at Salem by the Purchase Committee in the presence of tenderers who may choose to be present at the time of opening of the tenders based on the authorization letter issued by their firms.

10.0 The price bid (part II) of the accepted Technical bid (Part I) will be opened thereafter in

the presence of the tenderers at TANSIDCO Corporate office at Thiru.Vi.Ka Industrial Estate, Guindy, Chennai- 600032. The date of opening of Price bid (Part II) shall be informed to the Acceptable and eligible Tenderers.

Page 5: 0711

5

11.0 It is essential that representative of the Tenderer should be competent to take on the spot decision shall be available for tender opening, discussions and price negotiation with the Authorisation letter from the Supplier.

12.0 Eligibility criteria 12.1 Incase of the tenderer being a manufacturer, he should fulfill the following criteria.

a) The tenderer should have minimum three years of experience in manufacturing of the above listed machineries and equipments for which they are quoting.

b) The average annual turnover of the Company should not be less than Rs.10croresfor the items 1, 2, 8 & 9, Rs.50 crores for item with Sr.No: 3 to 7, Rs.2 crores for item no:10 to 14 during the three previous consecutive years. The documentary proof of the above should be enclosed along with Part l techno-commercial bids.

12.2 In case of tenderer being a trader, an agent or a distributor he should fulfill the

following criteria. a) The tenderer should have a minimum of three years of experience in trading /selling /

distributing of items mentioned above. The tenderer should furnish performance statement giving list of major supplies effected to firms in India with supporting documents during the past three years by them giving the details of purchasers name and address , order no and date, quantity supplied, copy of invoice, Bill of lading and whether the supply was made within the delivery schedule.

b) The tenderer should quote with tender, specific and valid authorization/ dealership

certificate issued by manufacturer / principal and submit copies of the same as a documentary proof.

c) The average annual turnover of the tenderer in the preceding three financial /

accounting years shall not be less than Rs.5croresfor the items 1,2,8&9, Rs.25 crores for other items with Sr.No: 3 to 7,Rs.1 croerper year for item no:10 to 14.The documentary proof for the above should be placed in the technical bid of the above tender.

12.3 Tenderers shall quote and fulfill the eligibility criteria as indicated above for all the items covered in this tender otherwise, the tender is liable for rejection.

13.0 Pre-bid Conference Prior to the opening of technical bids, there will be a pre-bid conference at 11:00AM on

15.07.2015 at TANSIDCO Corporate office at Thiru.Vi.Ka. Industrial Estate Guindy Chennai-600032 during which the prospective bidders can get clarifications on the above tenders. For this purpose, the tenderers shall send their queries in writing, if any so as to reach the SPV at least two days prior to the date of per-bid conference. Non attending of pre bid conference is not a disqualification.

Page 6: 0711

6

14.0 Scope of Work 14.1 The detailed technical specifications for the above plant, machinery and equipment are

enclosed at Attachments -ǀ to XIV and on the basis of which the tenders shall be submitted by the tenderers.

14.2 The tenderer shall include in his tender complete mechanical machineries and

equipments, measuring and control equipments, fabricated supporting structural steel work ,all necessary piping , valves and fittings , electrical panels and instruments , all cables and foundation bolts , etc.,

14.3 In addition, tenderer shall include any additional equipment and materials, which are

not specifically mentioned in the tender documents but are required to make the offered plant complete in every respect for satisfactory and efficient working of the above machineries and equipments.

14.4 The tenderer shall carefully check the specifications and shall satisfy himself of the

suitability of the equipment and layouts as given in the enclosed specifications and shall take full responsibility of the efficient operation and guarantee of specific outputs of the plant and equipment offered.

14.5 The tenderer shall clearly and separately state the items not included if any, in his offer

though specified in the tender documents. 14.6 The tenderer shall supply with the tender layout drawings showing overall dimensions

of equipments, line circuit diagrams and other drawings and documents as required in the specification.

14.7 The tenderer shall inspect the site and shall satisfy himself of the site conditions and

shall collect any other information which he may require before submitting the tender. Claims and objections due to the ignorance of site conditions will not be entertained after submission of tender.

14.8 The tenderer shall provide all facilities to the operational personnel of the Employer to

get fully conversant with the working of the machineries and equipments during erection, commissioning and guarantee performance test.

14.9 The tenderer shall be responsible for providing the necessary/adequate erection tools,

tackles, instruments and appliances required for the erection of the machineries and equipments. All charges in connection with these erection tools and tackles such as transportation from tenderer’s works to erection site and back on completion of erection, operation and maintenance etc., shall be borne by the tenderer.

14.10 The tenderer shall be responsible for proper timely unloading of incoming trucks

containing machineries, equipments and other materials for erection.

Page 7: 0711

7

14.11 On arrival at erection site, the tenderer shall be responsible for the safe custody of all machineries and equipments and all materials for erection till completion of work of erection and commissioning. Any damage, breakage and loss during this period shall be to the account of the Tenderer and he shall make the necessary arrangement for proper replacement/repair in time.

14.12 The tenderer shall arrange all civil engineering work including drawing and local data.

The tenderer shall provide outline foundation drawings, load data and bolt locations prepared by qualified civil Engineers within two months from the date of issue of letter of Intent/acceptance.

15.0. Prices 15.1 The rate shall be quoted in Indian rupees both in figures and words without any

correction / over writing. In case of any discrepancies in quoting the rates in words and figures, the rates quoted in words shall be final.

15.2 The rates quoted shall be firm inclusive of cost, insurance, freight upto erection site at

Salem installation, commissioning, testing and training to the staff to operate machineries and equipment, etc.,

15.3 The rates quoted for the entire package of plants & machinery and equipments

mentioned above shall be taken for the purpose of evaluation of tenders received and calculation of landed cost for comparison of prices and placement of order.

16.0 Earnest Money Deposit (EMD) 16.1 The tender must be accompanied by EMD @ 2% of the offer Value of each item in the

form of demand draft/Banker’s cheque or by irrevocable bank Guarantee drawn in favour of the SPV ie., M/s Steel Cluster Services Salem (P) Ltd., payable at Salem. The EMD submitted in any other form shall not be accepted.

16.2 The EMD shall be retained by the SPV till the finalization of tender and it does not earn

any interest. 16.3 The EMD shall be submitted along with Part l Technical bid and any tender submitted

without EMD will be summarily rejected. 16.4 The EMD will be forfeited in case the tenderer withdraws his tender before acceptance. 16.5 The EMD of the unsuccessful tenderer will be refunded within reasonable time after

finalization of tender. 16.6 The EMD of the successful tenderer will be adjusted towards security deposit to be

furnished by the successful tenderer.

Page 8: 0711

8

16.7 On acceptance of tender, the successful tenderer will be issued letter of Intent/Acceptance based on which the successful tenderer shall enter in to an agreement in the prescribed format in a non-judicial stamp paper having value not less than Rs100/- (Rupees one hundred only) purchased in their favour at their cost with in fifteen days of conveying the acceptance of their tender failing which the letter of acceptance will be cancelled and the EMD will be forfeited.

16.8 NSIC registered units / Enterprises having EM Part ǁ Acknowledgement issued by the Department of Industries & Commerce of the State Concerned are exempted from payment of EMD.

17.0 Validity 17.1 The tender shall be valid for acceptance for a period of 120 days from the date of

opening of the tenders. 17.2 The machineries and equipments covered under this tender shall be supplied, erected/

installed and commissioned within 180 days from the date of order, failing which the security deposit amount will be forfeited and loss if any incurred by the company will be made good by the tenderer.

18.0 Security Deposit 18.1 The successful tenderer shall be required to furnish security deposit equivalent to 2%

of the value of the items quoted within 15 days of execution of agreement in the form of either demand draft or unconditional irrevocable bank guarantee valid for 12 month from the date of agreement renewable if the completion of the project is extended beyond the initial agreement period.

18.2. The security deposit shall be for the due and faithful performance of the contract and shall remain binding not withstanding such variations , alterations or extensions of time as may be made, given, concluded or agreed to between the contractor and the employer.

18.3 The security deposit will be held by the SPV till it is returned to the successful tenderer

and it will not earn any interest. 18.4 The security deposit shall be refunded after supplies are completed in full and received

in good condition without loss or damage and installed & commissioned in satisfactory working of machinery / equipments as certified by the technical expert against final performance acceptance certificate and on the expiry of guarantee/warranty period.

18.5 If the successful tenderer fails to act as per order/ fulfill tender obligations/ conditions

or backs out after the acceptance of tender, the security deposit will be forfeited.

Page 9: 0711

9

19.0 Guarantee Period 19.1 The supplier shall undertake to replace or repair of any defective part or item of

machineries / equipments including accessories due to defective materials or faulty design or bad workmanship free of cost for period of one year from the date of final acceptance of machineries / equipments supplied by them.

19.2 The supplier shall ensure that repair or replacement of defective items or parts of

machineries and equipments supplied by them should be effected free of cost at the factory premises immediately without loss of time so that the operational down time is kept minimum.

20.0 Inspection 20.1 If required, before delivery of machineries and equipments, pre-dispatch inspection by

experts/agencies to be nominated by the SPV (Steel Cluster Services Salem (P) Ltd.,) shall be allowed to inspect the factory premises to verify the suitability of machineries and equipments according to the specifications.

20.2 Before issuing the purchase order for the successful Tenderer, the Guinness and

existence of the Enterprise owned by the successful Tenderer will be inspected by a team of 3 Members for which the Enterprises shall bear the entire expenses such as Airfare, boarding, Lodging, Local Transportation and other out of pocket Expenses.

21.0 Payment 21.1 20% advance payment shall be made to the Successful Tenderer on confirmation of the

purchase order against Bank Guarantee. 21.2 70% Cost of the Machinery / Equipment shall be paid only after the receipt of Goods at

the CFC site at Salem and after inspection by the Sub- Committee. 21.3 The balance 10% of the cost of machineries and equipments shall be paid after

satisfactory installation, commissioning and performance acceptance at the factory site of the SPV against final performance certificate issued by technical experts and after submitting the performance bank guarantee for 10% of the cost of total machineries /equipments supplied by the supplier with validity of one year from the date of final acceptance of the machineries / equipments.

21.4 The payment shall include the erection and commissioning charges of machineries and

equipments at the factory premises of SPV and no extra payment shall be made for erection and commissioning

Page 10: 0711

10

22.0 Penalty clause 22.1 If the successful tenderer fails to supply, install and commission the machineries and

equipments within the stipulated delivery period indicated in the Tender, the penality@1% per week or part thereof will be levied subject to a maximum of 5% of the total cost of contract value unless the delay is due to the force majeure conditions stipulated in the Invitation to Tender.

23.0 Force Majeure

23.1 Failure or delay on the part of tenderer for supply due to force majeure causes enumerated here under shall be considered, provided the supplier produces documentary evidence.

a. Any cause which is beyond the reasonable control of the tenderer. b. National calamities, such as floods drought, earthquakes and epidemics. c. Act of any Govt. Authority, embargoes, licensing control on production or distribution

restrictions. d. Accident and disruptions such as fire explosion, increase in power cut with respect to

date of tender opening, etc., e. Strikes, slow down and lockouts.

23.2 The use of force majeure condition will be taken into consideration only if the suppler notifies within 30 days from the occurrence of such eventualities. The purchaser shall verify the facts and grant such extension as the facts justify However, the price quoted by the bidder and accepted by the purchaser shall remain firm during such extended period. For the mater of clarity, Force Majeure shall not have any bearing on the prices.

24.0 No claim to compensation for submission of tender 24.1 The tenderer whose tender is not accepted shall not be entitled to claim any cost,

charges and expenses of the incidental to or incurred by him through or in connection with his submission of tender even though the Employer may choose to withdraw his invitation to tender.

Managing Director Steel Cluster Services Salem (P) Ltd

Page 11: 0711

11

Check List

Slno Discrimination

Conditions/compliance

1

Tender Document(cash or DD in favour of SPV)

Rs.1000 / Must

2

Signature in all pages with office seal

Must

3

Memorandum/AoA/Partnership Deed / EMI Part II or NSIC Registration Certificates

Yes

3A EMD(DD/Bankers Cheque)

Exemption for NSIC registered (applicable to all MSE units) and EMpart-2 of MSME Registration with State Govt.

As per detailed in Para 16.1 of the Tender document

4

Firm Registration Certificate from R.O.C.

Must

5

Power of Attorney In Rs.100 bond paper in case of representatives participating at the time of opening the bids

Must

6

Annex. V -Acceptance of Tender Conditions and declaration for Not black listed- duly filled and signed

Must

7

Technical Specifications for The machinery tendered and service

offered Detailed speciation, catalogue, brochure, drawing, etc(No deviation accepted)

Must

8

Vat/CST Registration Certificate, PAN Card

Must

9 In case of Dealers Authorisation letter for participation from manufacturer

Must

10

Proof of manufacturer’s authorisation

Must

11

Certificate of Authorized Distributorship/Dealership/Retailer ship from the Bidder/Manufacturer.

Must

10

Eligibility (Envelope-A)

Manufacturer

a.

Experience

3Yrs

b. Performance Statement showing major supplies effected during the past3 years

Yes

c.

Turnover with audited Balance Sheet (3years) duly attested by an Auditor.

As perdetailed In Para 12.1 b of the Tender document

d.

Manufacturer's License(Duly Attested) in English in case it is in some other language it has to be Translated into English

Yes

Page 12: 0711

12

NonManufacturer

a.

Experience

3Yrs

b.

Authorisation / Distribution rights from manufacturer as detailed in Annexure-III

Yes

c. Performance Statement showing major supplies

effected during the past 3 years

Yes

d.

Turnover with audited Balance Sheet (3years)

As per detailed In Para 12.2.c of the Tender document

e.

Principal’s Proforma invoice along with their quotation & also current and valid Authorization / Dealership Certificate of the Foreign Manufacturer/Principal.

Yes

f.

Submission of Certificate of Registration of firm Authorization Letter from the manufacturer / Bidder

to quote and submit tender.

Must

11 Technical details of the goods and services offered

Must

Validity period of Quotation Delivery Period Payment Terms Guaranty /Warranty Discount Terms of Delivery Post Warranty AMC Performance Bank Guarantee Liquidated Damages etc Training to the staff/workers of the Purchaser

Must

Prices to be quoted in Indian Rupees only.

Compliance

Basic Price of supply Value Added Tax / Central Sales Tax/Local

Sales Tax, Octroi, freight and forwarding charges, handling charges, transport charges, loading/unloading charges, and any other tax/charge as applicable to be mentioned separately

PercentageofAgencyCommissionincase ofimports.

Tobequotedin

the commercial bidalone

(inAnnexureB) Not to be submitted in the technical bid

Page 13: 0711

13

Confirm that all Bank charges outside India to be borne by the Supplier, in case of Imports.

Confirm Letter of Credit amendment charges to be borne by the Supplier in case of amendment is emanating from the Beneficiary after opening of LC.

Gateway Airport/Port in case of shipment from abroad

Beneficiary Bank and SWIFT number in caseofimports

Compliance

Price quoted to be valid for

120days

Bidders not submitted their bids as per the

above formats,

Liable to be rejected

Payment to be made by establishing irrevocable Letter of credit after getting the Bank Guarantee for advance payment by the successful Tenderer as per Annexure- IV

Customs duty to be directly paid bythis department

Compliance

No interest to be paid on the Performance Bank Guarantee.

Page 14: 0711

14

Annexure I

BID SECURITY FORM

(Bank Guarantee to be submitted on approval of the Tender)

Whereas……………………………………………1 (hereinafter called "the Bidder") has submitted its bid dated ..................................... (Date of submission of bid) for the supply of …………………………………….….(Name and/or description of the goods) (Hereinafter called "the Bid"). KNOW ALL PEOPLE by these presents that WE…………………………………. (Name of bank) of …………………………...(Name of country), having our registered office at…………………………………………(Address of bank) (Hereinafter called "the Bank"), are bound unto (Name of Purchaser) (Hereinafter called 'the Purchaser") in the sum of…………………………….for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ___day of _______ 20____

THE CONDITIONS of this obligation are:

1) If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or 2) If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity: (a) Fails or refuses to execute the Contract Form if required; or (b) Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders. We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including One Hundred and Twenty days (120) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

………………………………………………

(Signature of the Bank)

-----------------------------------------------------

Name of Bidder

Page 15: 0711

15

Annexure II

PERFORMANCE SECURITY FORM To: (Name of Purchaser)

WHEREAS…………………………………… (Name of Supplier) Hereinafter called "the Supplier" has undertaken, in pursuance of Contract no ……………………….. dated:…………..20…………….to supply………………..…………………………….. (Description of Goods and Services) hereinafter called "the Contract".

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

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

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

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

Signature and Seal of Guarantors

………………………………………………

………………………………………………

………………………………………………

Date…………………………………………

Address: ……………………………………

………………………………………………

………………………………………………

………………………………………………

Page 16: 0711

16

Annexure III

. .MANUFACTURERS' AUTHORIZATION FORM

No. dated

To

Dear Sir:

We…………………………………..who are established and reputable manufacturers of having factories at (address of factory) do hereby authorize M/s.(Name and address of Agent) to submit a bid, negotiate and receive the order from you.

No company or firm or individual other than M/s…………………………………….. is authorized to bid, and conclude the contract in regard to this business.

We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of Contract and Clause of the Special Conditions of Contract for the goods and services offered by the above firm.

Yours faithfully,

(Name)

(Name of manufacturers)

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

Page 17: 0711

17

Annexure IV

BANK GUARANTEE FOR ADVANCE PAYMENT (By the Successful Tenderer)

To:

(Name of Purchaser)

(Address of Purchaser)

(Name of Contract)

Gentlemen:

In accordance with the provisions of the Special Conditions of Contract which amends Clause 16 of the General Conditions of Contract (name and address of Supplier) (hereinafter called "the supplier") shall deposit with (name of Purchaser) a bank guarantee to guarantee his proper and faithful performance under the said Clause of the Contract in an amount of (amount of guarantee)* (in words).

We, the (bank or financial institution), as instructed by the Supplier, agree unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to (name of Purchaser) on his first demand without whatsoever right of objection on our part and without his first claim to the Supplier, in the amount not exceeding (amount of guarantee)* (in words).

We further agree that no change or addition to or other modification of the terms of the Contract to be performed there under or of any of the Contract documents which may be made between (name of Purchaser) and the Supplier, shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall remain valid and in full effect from the date of the advance payment received by the Supplier under the contract until

Yours truly,

Signature and seal:

Name of bank/ financial institution:

Address:

Date:

Page 18: 0711

18

Annexure V

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL EMPLOYED BY THE MANUFACTURER

BID NO. ……………………….. Date : ……………………..

1 NAME OF THE BIDDER 2 Name & full address of the Manufacturer

3 (a) Telephone & Fax No: Office/Factory/Works (b) Telex No.: Office/Factory/Works (c) Telegraphic address:

4 Location of the manufacturing factory. 5 Details of Industrial License, wherever

required as per statutory regulations.

6 Details of important Plant & Machinery functioning in each dept. (Monographs & description pamphlets be supplied if available).

7 Details of the process of manufacture in the factory.

8 Details & stocks of raw materials held. 9 Production capacity of item(s) quoted for, with

the existing Plant & Machinery (i) Normal (ii) Maximum

10 Details of arrangement for quality control of products such as laboratory, testing equipment etc.

11 Details of staff: (i) Details of technical supervisory staff in charge of production & quality control. (ii) Skilled labour employed. (iii) Unskilled labour employed. (iv) Maximum No. of workers (skilled & unskilled) employed on any day during the 18 months proceeding the date of Tender.

12 Whether Goods are tested to any standard specification? If so, copies of original test certificates should be submitted in triplicate.

13 Are you registered with the Directorate General of Supplies and Disposals, New Delhi 110 001, India? If so, furnish full particulars of registration, period of currency etc. with a copy of the certificate of registration.

Applicable to Indian suppliers.

Signature and seal of the Manufacturer

Page 19: 0711

19

Annexure–VI (PRICEBID)

PRESCRIBED FORMAT FOR SUBMITTING TENDERS

(to be submitted in the Official Letter Head of the Supplier)

I/We here by quote and under take to supply the goods as specified in the underwritten schedule in the manner in which and within the time specified as set forth in the schedule below. The quotation furnished in the schedule below is subject to the conditions set forth in the Tender notice and terms and conditions received by me/us

I/We hereby forward a Demand Draft for __________ (Rupees.............)towards Earnest Money

Deposit drawn in favour of M/s. STEEL CLUSTER SERVICES SALEM (Pvt) LTD, Salem, Tamil Nadu, India and agree to have it forfeited in case o f I/We fail to supply the equipments/materials ordered by M/s. STEEL CLUSTER SERVICES SALEM (Pvt) LTD, Survey No:148/1A3, Tadagapatti Village, Salem District, Tamil Nadu,Pin-636201India as per the terms and conditions of Purchase Order.

SIGNATURE&SEAL OF THE TENDERER Note: (a)The rate quoted per unit orend price shall be inclusive of Excise duty, freight, Insurance, CST,

VAT, etc. wherever applicable and civil/electrical/cabling works etc. (b)The rate per unit(end price)will be the criteria for determining the L1 rate.

Page 20: 0711

20

Page 21: 0711

21

Page 22: 0711

22

ENVELOPE-A

Tender Notice No.SCSS/01-VI/2015 date :01.07.2015

TECHNICAL BID

NAME OF THE TENDERER

NAME OF THE ITEM(S):

SIGNATURE & SEALOF THE TENDERER

ENVELOPE-B (PRICE BID)

Tender Notice No.SCSS/01-VI/2015 date :01.07.2015

CAL BID

NAME OF THE TENDERER

NAME OF THE ITEM(S):

SIGNATURE & SEALOF THE TENDERER

Page 23: 0711

23

Annexure–VIII

Technical Specifications

Basic Machine Configuration: Attachment No.1: STAINLESS STEEL TUBE MILL OF Size-15.87mm to 63.5 mm/sq OD (max) Attachment No.2: STAINLESS STEEL TUBE MILL OF Size-9.5mm to 38.1mm/sq OD (max) Attachment No.3: STAINLESS STEEL COIL SLITTING MACHINE-15MT, Coil width 500mm to

1550mm,Thickness0.4mm to 3.5mm Attachment No.4: CNC PRESS BRAKE MACHINE WORKING LENGTH-3200mm, Thickness-MS-6mm, SS-4m m Attachment No.5: HYDRAULIC TRIPLE ACTION STRETCHING PRESS-120 tonnes/Strok 360mm; Cap0.5 to 4.0mm Attachment No.6: HYDRAULIC TRIPLE ACTION STRETCHING PRESS-200 tonnes/Strok 420mm; Cap0.5 to 4.0mm Attachment No.7: FOUR COLOUMN DEEP DRAWING PRESS-500 tonnes/Strok 900mm; Table Size 2200 X 1600 mm Attachment No.8: SHEARING MACHINE –CUTTING Size 8X3200, 250MT Attachment No.9: HYDRAULIC TRIPLE ACTION STRETCHING PRESS -63 TONNNS / STROCK 310mm,CaP- 0,5 to

2.5m Attachment No.10: 125 KVA DG SET-2 Nos Attachment No.11: DIESEL FORK LIFT-3 TON Attachment No.12: EOT CRANE 30 TON Attachment No.13: EOT CRANE 5 TON Attachment No.14: 500 KVA 22KV TRANSFORMER

Note: Tenderers are advised to visit CFC site for actual assessment of civil/electrical requirements etc.

Page 24: 0711

24

Annexure-IX

Certification by Foreign Supplier / Trader/ Authorised agent

It is certified that the information furnished by us as detailed below are true to the best of our knowledge and belief.

Time required for effecting the shipmeny:_______________________________

Port of shipment : _______________________________

Country of origin : _______________________________

Port of discharge :________________________________

Signature:

Date: Name

Place : Designation

Address of the Tenderer

Seal of the Tenderer:

Note:

Supplier as an importer should indicate the minimum time require for effecting the shipment after the release of formal purchase order to him. In any case, It should not exceed 90 days from the date of release of formal purchase order. The supplier should indicate the number of days required for effecting the shipment.

Page 25: 0711

25

Annexure–X

DECLARATION

I / We____________________________________________________ having our office at________________________________________________________ certify that I/we give our acceptance for all Tender conditions.

I/we further declare that my/our Company/Firm has never been blacklisted by any

State Government / Central Government / or any State / Central PSU.

Signature :

Name : Designation

: Address of the Tenderer :

Seal of Tenderer :

Date:

Place:

Page 26: 0711

26

Annexure–XI

Additional documents to be submitted by the Successful Bidders only Bid Security & Delivery Terms

a)Bid Security Required Required b)Delivery / Commissioning of the Machinery As per the No. of days

mentioned in our Purchase order.

c)Commissioning completion period Within 30 days from the date of arrival of the equipments at the factory site.

d)Destination CFC site at Salem, Tamil Nadu, India.

e)Drawings for Installation Required Required f)Supply of items to be Conformity with the required specifications and conditions as mentioned in the P.O

Must

g)Testing & Installation Required Required h)Agreement on Stamp Paper Required Required i)Performance Security Required Required j)Samples to be submitted along with Quotation Not Required k)Printed Users ’Manual / Installation Guide Required l)Training to faculty and operator Required m) Warrantee/Guarantee 1year from the date of successful

Commissioning of the Plant & Machinery

n)Conformation to retain the EMD as security Deposit as mentioned in the Purchase Order with in 15 Days from the date of receipt of Purchase Order.

Must

Page 27: 0711

27

Attachment No.1 Page 1

TECHNICAL SPECIFICATION OF STAINLES STEEL TUBE MAKING MACHINE - SIZE: ɸ 15.87mm (min) - ɸ63.5 mm/sq (max)

SL NO Specification Qty Required Manufacture, supply, erection, commissioning, testing and handing 1 UNIT over of STAINLESS STEEL TUBE MAKING MACHINE with the following main specification along with requisite equipments, accessories and components as per the following specification.

MAIN SPECIFICATION a. Size of the Diameter : ɸ 15.87mm (min) - ɸ63.5 mm/sq (max) b. Wall Thickness : 0.8mm – 3.6mm c. Length : 4M - 7M d. speed : 0.8 M/ min – 4 M/ min EQUIPMENTS, ACCESSORIES AND COMPONENTS 1. Double side Uncoiler 1 set a. Type : Bilateral Rotary, Dual coil b. Loading Capacity : 2.5 Ton each side Total – 5 Ton c. Coil Width : 250 mm Max d. I.D. Diameter of coil : ɸ 350 mm - ɸ550mm e. O.D. Diameter of coil : ɸ 1800 mm Max.

2. Flattening Section 1 set 3. Guide Rolls 1 set 4. Forming Section comprising 1set a. Vertical Forming Roll Stand : 8 stands ( 8 steps) b. Vertical Stand Material : HT200 c. Horizontal Shaft Diameter : ɸ 50 mm d. Horizontal Forming Roll Stand : 7 stands e. Horizontal Stand Material : HT200 f. Vertical Shaft Diameter : ɸ 30 mm g. Shaft material : 40Cr h. Motor : SIMENS AC11KW with invertor i. Gear Reduction : 7 sets j. Universal Joint : 7 sets 5. Welding Section 1 set a. Welding Type : Invertor based TIG b. Welding Machine : Preferably LINCOIN Brand / Equivalent 1 set 6. Core rod of inside welded bead : Material: Cr21Mov 9 moulds Control equipment Size: Φ 15.87, Φ19.05, Φ25.4, Φ31.75, Φ38.1 Φ45, Φ50.8, Φ57.15, Φ63.5 7. Inside weld bead remover 1set a. Hydraulic pressure station 1. Capacity : 500L 2. Pressure : Max 210kg 60L/min 3. Heat exchanger : water cooling system 1.5m2

Page 28: 0711

28

Page 2

4. Valve : Changing – over valve Proportioner valve Overflow valve 5. Motor : 15kw 4pole 6. Oil pipe : length:3m ,Quantity: 4pieces b. Travel trolley 1set 1. Oil cylinder : O.D:125mm, Travel Length:110mm 2. Broadwise oil cylinder : I.D:50mm, Travel length:400mm c. Cylinder frame 1piece 1. Gas cylinder : 300X50mm , Connected valve, Triplet, pull rod:3mm d. Electric box 1piece 1. PLC : delta, Contactor, Electric relay e. Auxiliaries : Bearing 12pieces

8. Bead Remover Section 4 Heads (Abrasive wheels, Grinding section to Filter iron chip (Automatically) and Water Recyclable) a. Motor : AC3 kw X 4 b. Type : Automatically control by panel (Up & Down)

and using abrasive wheel.

9. In-line Bright Annealing Equipment a. Efficient heating power : 20 KHz, 100KW 1 set b. Transformer : Transformer 1 set Tie cable 2pieces c. Efficient Sensor : Coolant system Water I.D: Ǿ 40mm use for tube of 10-22mm 1 piece I.D: Ǿ 76mm use for tube of 22-40mm 1 piece d. Water jacket : 4.5mm 1 piece e. Water jacket holder : Water jacket holder 1 set

f. Intelligent infrared : Intelligent infrared 1 set temperature measuring Temperature Measuring system g. Packing box : Packing Box 1 set h. Electric Control Cabinet : Electric Control Cabinet 1 set i. Gas control box : Gas control box 1piece j. Roll sets & graphite pipe : Base on the tube size 1 set k. Quartz tube : Quick-wear part 2piece 10. Sizing Section compressing 1 set

a. Vertical Sizing Roll Stand : 5 Stands (5 Steps) b. Vertical Stand Material : HT200 c. Horizontal Shaft Diameter : ɸ 50 mm d. Horizontal Forming Roll Stand : 5 stands e. Horizontal stand Material : HT200 f. Vertical Shaft Diameter : ɸ 30 mm g. Shaft Material : 40Cr

Page 29: 0711

29

Page 3 h. Motor : SIMENS AC11KW with invertor i. Gear Reduction : 5 sets j. Universal Joint : 10 sets

11. Straightening Section 1 set a. Type : Turks heads b. Straightening wheel : 360 ° rotary 12. Length Limiter / fixed controller 1 set 13. Cutting Section 1 set a. Type : Automatically with vertical cutting b. Motor : AC 2.2 kw c. Range of cutting Diameter : ɸ 85 mm Max d. Size of Saw blade Diameter : ɸ 300 mm x 1.6 T x 240

14. Run out table (Pneumatic Type) 1 set a. Type : vertical cutting b. Motor : AC 2.2 kw c. Range of cutting Diameter : ɸ 85 mm Max d. Size of Saw blade Diameter : ɸ 300 mm x 1.6 T x 240 15. Forming / Sizing gear reduction section (13 Units) 1 set 16. Gear Boxes 2 set 17. AC Motor 2 set 18. Tricathode welding machine TIG 19. Universal joints 22 set 20. Horizontal Shaft Diameter : 50 mm 21. Vertical Shaft Diameter : 30 mm 22. Roller sets a. Roller Size : Φ 15.87 mm 1 set (54 pcs) Material : Cr12Mov b. Roller Size : Φ 19.05 mm 1 set (54 pcs) Material : Cr12Mov c. Roller Size : Φ 25.4 mm 1 set (54 pcs) Material : Cr12Mov d. Roller Size : Φ 31.75 mm 1 set (54 pcs) Material : Cr12Mov e. Roller Size : Φ 38.1 mm 1 set (54 pcs) Material : Cr12Mov f. Roller Size : Φ 45 mm 1 set (54 pcs) Material : Cr12Mov g. Roller Size : Φ 50.8 mm 1 set (54 pcs) Material : Cr12Mov h. Roller Size : Φ 57.15 mm 1 set (54 pcs) Material : Cr12Mov i. Roller Size : Φ 63.5 mm 1 set (54 pcs) Material : Cr12Mov -----X------------------X----

Page 30: 0711

30

Attachment No.2 Page 1

TECHNICAL SPECIFICATION OF STAINLES STEEL TUBE MAKING MACHINE_ SIZE: ɸ 9.5mm (min) - ɸ38.1 mm/sq (max)

SL NO Specification Qty Required

A Manufacture, supply, erection, commissioning, testing and handing 1 UNIT over of STAINLESS STEEL TUBE MAKING MACHINE with the following main specification along with requisite equipments, accessories and components as per the following specification. MAIN SPECIFICATION a. Size of the Diameter : ɸ 9.5mm (min) -, ɸ38.1 mm/sq (max)) b. Wall Thickness : 0.5mm – 2.5mm c. Length of Tube : 4M - 7M d. speed Min-Max : 0.8 M/ min – 6 M/ min EQUIPMENTS, ACCESSORIES AND COMPONENTS 1. Double side Uncoiler 1 set a. Type : Bilateral Rotary, Dual coil b. Loading Capacity : 2.5 Ton each side Total – 5 Ton c. Coil Width : 250 mm Max d. I.D. Diameter of coil : ɸ 350 mm - ɸ550mm e. O.D. Diameter of coil : ɸ 1800 mm Max. 2. Flattening Section 1 set 3. Guide Rolls 1 set 4. Forming Section comprising 1set a. Vertical Forming Roll stand : 8 stands (8 Stands) b. Vertical stand Material : HT200 c. Horizontal Shaft Diameter : ɸ 40 mm d. Horizontal Forming Roll stand : 7 stands e. Horizontal stand Material : HT200 f. Vertical Shaft Diameter : ɸ 25 mm g. Shaft material : 40Cr h. Motor : SIMENS AC7.5KW with invertor i. Gear Reduction : 7 sets j. Universal Joint : 7 sets 5. Welding Section 1 set a. Welding Type : Invertor based TIG b. Welding Machine : Preferably LINCOIN Brand / Equivalent 1 set 6. Core rod of inside welded bead : Material: Cr21Mov 9 moulds Control equipment Size: Φ 9.5, Φ12.7, Φ15.87, Φ19.05, Φ 22.23

Φ25.4, Φ28.58, Φ31.8, Φ38.1 7. Inside weld bead remover 1set a. Hydraulic pressure station 1. Capacity : 400L 2. Pressure : Max 210kg 60L/min 3. Heat exchanger : water cooling system 1.5m2

Page 31: 0711

31

Page 2

4. Valve : Changing – over valve Proportioner valve Overflow valve 5. Motor : 11kw 4pole 6. Oil pipe : length:3m ,Quantity: 4pieces b. Travel trolley 1set 1. Oil cylinder : O.D:125mm, Travel Length:110mm 2. Broadwise oil cylinder : I.D:50mm, Travel length:400mm c. Cylinder frame 1piece 1. Gas cylinder : 300X50mm , Connected valve, Triplet, pull rod:3mm d. Electric box 1piece 1. PLC : delta, Contactor, Electric relay e. Auxiliaries : Bearing 12pieces 8. Bead Remover Section 4 Heads (Abrasive wheels, Grinding section to Filter iron chip (Automatically) and Water Recyclable) a. Motor : AC 3kwX4 4 set b. Type : Automatically control by panel (Up & Down)

and using abrasive wheel.

9. In-line Bright Annealing Equipment a. Efficient heating power : 20 KHz, 60KW 1 set b. Transformer : Transformer 1 set Tie cable 2pieces c. Efficient Sensor : Coolant system Water I.D: Ǿ 40mm use for tube of 10-22mm 1 piece I.D: Ǿ 76mm use for tube of 22-40mm 1 piece d. Water jacket : 4.5mm 1 piece e. Water jacket holder : Water jacket holder 1 set

f. Intelligent infrared : Intelligent infrared 1 set temperature measuring Temperature Measuring system g. Packing box : Packing Box 1 set h. Electric Control Cabinet : Electric Control Cabinet 1 set i. Gas control box : Gas control box 1piece j. Roll sets & graphite pipe : Base on the tube size 1 set k. Quartz tube : Quick-wear part 2piece 10. Sizing Section compressing 5 Stand

a Vertical Sizing Roll Stand : 5 Stands

b Vertical Stand Material : HT200 c Horizontal Shaft Diameter : ɸ 40 mm d Horizontal Forming Roll Stand : 5 stands e Horizontal Stand Material : H T200 f Vertical Shaft Diameter : ɸ 25 mm g Shaft material : 40Cr

Page 32: 0711

32

Page 3

h. Motor : SIMENS AC 7.5KW with Invertor i. Gear Reduction : 5 sets j. Universal Joint : 10 sets 9. Straightening Section 1 set a. Type : Turks heads b. Straightening wheel : 360 ° rotary 10. Length Limiter / fixed controller 1 set

11. Cutting Section 1 set a. Type : Automatically with vertical cutting b. Motor : AC 2.2 Kw c. Range of cutting Diameter : ɸ 85 mm Max d. Size of Saw blade Diameter : ɸ 300 mm x 1.6 T x 240 12. Run out table (Pneumatic Type) 1 set a. Type : Hydraulic vertical cutting b. Motor : AC 2.2KW c. Range of cutting Diameter : ɸ 85 mm Max d. Size of Saw blade Diameter : ɸ 300 mm x 1.6 T X 240

13. Forming / Sizing gear reduction section (13 Units ) 1 set 16. Gear Boxes 2 set 17. AC Motor 2 set 18. Tricathode welding machine TIG 19. Universal joints 22 set 20. Horizontal Shaft Diameter : 40 mm 21. Vertical Shaft Diameter : 25 mm 22. Roller sets a. Roller Size : Φ 9.5 mm 1 set (54 pcs) Material : Cr12Mov b. Roller Size : Φ 12.7 mm 1 set (54 pcs) Material : Cr12Mov c. Roller Size : Φ 15.87 mm 1 set (54 pcs) Material : Cr12Mov d. Roller Size : Φ 19.05 mm 1 set (54 pcs) Material : Cr12Mov e. Roller Size : Φ 22.23 mm 1 set (54 pcs) Material : Cr12Mov f. Roller Size : Φ 25.4 mm 1 set (54 pcs) Material : Cr12Mov g. Roller Size : Φ 28.58 mm 1 set (54 pcs) Material : Cr12Mov h. Roller Size : Φ 31.8 mm 1 set (54 pcs) Material : Cr12Mov i. Roller Size : Φ 38.1 mm 1 set (54 pcs) Material : Cr12Mov

-----X------------------X----

Page 33: 0711

33

Attachment No.3 Page 1

TECHNICAL SPECIFICATION OF SLITTING MACHINE 15MT Coil Width:500mm-1550mm,Thickness-0.4mm-3.5mm

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and handing 1 UNIT over of Push Pull mode STAINLESS STEEL SLITTING MACHINE-15MT with the following main specification along with requisite equipments, accessories and components as per the following specification.

Main specification 1. Materials : Stainless (Tensile strength 56 kg/m m²) 2. Thickness : 0.4mm – 3.5mm 3. Width : 500mm-1550mm 4. I.D. of coil : ɸ 508mm, ɸ610mm (rubber ring) 5. O.D. of coil : ɸ 1600 mm Max. 6. Uncoiler load : 15 Tons Max. 7. Recoiler load : 15 Tons Max. 8. I.D. of Recoiler : ɸ 508mm 9. Line speed : 100 M/ min. 10. Slitting type : Pull & Drive cut 11 Strip of slitting : Tensile strength 41 kg/mm2 0.5 mm X 30 strips 0.8 mm X 30 strips 1.0 mm X 30 strips 1.5 mm X 25 strips 1.8 mm X 22 strips 2.0 mm X 20 strips 2.5 mm X 13 strips 3.0 mm X 8 strips

: Tensile strength 56 kg/mm2 0.5 mm X 25 strips 0.8 mm X 35 strips 1.0 mm X 22 strips 1.5 mm X 18 strips 1.8 mm X 16 strips 2.0 mm X 14 strips 2.5 mm X 9 strips 3.0 mm X 6 strips 12. Slit width : 40 mm min. 13. Pass line height : FL. + 1100mm 14. Machine direction : From left to right (Face to Operating Panel) 15. Electrical power : AC 415 V 50 Hz (3 phase) 16. Hydraulic unit : Low 50kg/cm² High 100 kg/cm² 17. Cooling unit : Normal 15 kg/cm² Flow 40 L/min Entry temperature under 30°C B. Slitting Machine to be supplied shall comprise & the following equipments and shall adhere to the

detailed specification strictly as given bellow 1. Paper Winder 1 set

Type : Expansion shaft by air Drive monitor : D C 2 HP Sleeve diameter : ɸ 75 mm Diameter of the paper roll : ɸ 400 mm max.

Page 34: 0711

34

Page 2 2. Coil Saddle and Entry Coil Car 2-a. Coil Saddle 1 set

Coil rest Diameter : ɸ 800 mm min. / ɸ 1600 mm Max. Capacity : 15 Tons Q'ty of coil : 1 Pc Structure : Steel plate, welded 2-b. Entry Coil Car 1 set

Type : Hydraulic motor traveling, Hydraulic lifting Coil rest : V type (no power) Capacity : 15 Tons

Traveling distance : 3000 mm Up / down : Hydraulic cylinder Cylinder for up/down Diameter : ɸ 200 X 800 mm L. Structure : Steel plate, Welded

3. Uncoiler Station 3-a Uncoiler 1 set

Type : Single mandrel type Capacity : 15 Tons Traveling method : Hydraulic cylinder Cramp method : Hydraulic cylinder Drive motor : VS 10 HP x 1 pc with gear reducer Gear reducer : S = 1 / 14.8 Brake : Air brake Cylinder for travel Diameter : TC ɸ 125 x 200 mm L x 1 pc Forward 100 mm, Reverse 100 mm

Cylinder for clamp Diameter : FA ɸ 150 x 95 mm L x 1 pc I.D. of coil diameter : ɸ 508 mm, ɸ610 mm (rubber ring)

Mandrel expansion Diameter : ɸ 465 mm, ɸ515 mm (Add rubber ring) 3-b Support 1 set

Type : Hydraulic / toggle method Capacity Diameter : TC ɸ 100 x 540 mm L x 1 pc

Structure : Steel plate, Welded 4. Coil Open 4-a Hold down roll 1 set

Type : Hydraulic up / down method Cylinder for up/down Diameter: CA ɸ 80 x 675 mm L x 2 pc Cylinder for press plate Dia : FB ɸ 125 x 300 mm L x 1 pc

Size of roll Diameter : ɸ 300 x 330 mm L Surface with PU coating (Polyurethane Elastomer ) Drive roll : AC 5 HP – 4 P gear reducer motor Ratio : S = 1/72

Structure : Steel plate, Welded 4-b Stripper 1 set

Type : Hydraulic Lifting, Extend method Cylinder for swing Diameter : CA ɸ 63x 300 mm L x 2 pc

Page 35: 0711

35

Page 3 Cylinder for Extend Diameter : CA ɸ 63x 750 mm L x 2 pc

Structure : Steel plate, Welded

5. Leveler & Shear Station 1 set 5-a Leveler 5 Roller (Pinch roll 2 pcs)

Type : Motor with gear box to drive leveler Drive motor : 17 kw approx. 22 HP (1800rpm.) Motor

Size of pinch roll Diameter : ɸ 175 mm x 1600 mm L x 2 pcs Material of pinch roll : Surface with PU coating (Polyurethane Elastomer ) Up / Down of pinch roll : By cylinder Cylinder for Up / Down Dia : FA ɸ 150 mm x 100 mm L x 2 pcs Up / Down of work roll : Gear reducer motor with worm and worm gear Drive motor of work roll : 1 / 4 HP – 4 P x 1 pc

Ratio : S = 1/40 Size of work roll Diameter : ɸ 125 mm x 1600 mm L x 3 pcs Material of work roll : SCM4 Treatment method : After temper, lathe, surface hardening

And grinding HRC: 50 – 52 5-b shear 1 set

Type : Down cut hydraulic cylinder Cylinder for Up / Down Dia : FA ɸ 100 mm x 120 mm L x 2 pcs Capacity : 3.0 mm t Size of knife : 60 mm x 25 mm t x 1600 mm x 2 pcs Material of knife : SKD11, HRC 58-59 Lubrication of slider : By concentrate system Shape of knife : four edge shear blade,

Grinding after using 4 times Structure : Steel plate, Welded

6. No. 1 Bridge 1 set Type : Support with bearing. Swing type Bearing : #608 ZZ

Type for swing : Hydraulic cylinder Cylinder for Extend Diameter : CA ɸ 80 x 495 mm L x 2 pc Length : 3400 mm ( pitch of arch ) Arch radius : R = 800 mm

Structure : Steel plate, Welded 7. Slitter 7-a Side Guide 1 set

Type : Roll type, each side 6 pcs Size of roll Diameter : ɸ 25 mm x 120 mm L x 12 pcs

Adjustment of widh : By gear reducer motor drive Material of roll : SCM4 (Hardened)

Drive motor : 1 / 2 HP – 4 P x 2 pc Range of width : 500 mm – 1550 mm Frame : Steel plate, Welded

Page 36: 0711

36

Page 4 7-b pressroll 1 set

Up / Down : Air cylinder method Air cylinder for up – down Dia : FA ɸ 100x 100 mm L x 2 pc

Size of roll Diameter : ɸ 120 mm x 1300 mm L x 3 pcs Material : Top roll – surface with PU coating

(Polyurethane Elastomer ) Bottom roll – steel (SCM4)

7-c Stiller seat 1 set Size of main shaft Diameter : ɸ 220mm x 1600 mm

Treatment method : After temper, lathe, surface hardening Grinding and chromate treatment

Up / Down of main shaft : With double eccentric adjust the main shaft Adjustment of clearance : By gear reducer motor operator

Drive motor : 1 HP – 4 P Ratio : S = 1/60 Traveling of side stand ; By hydraulic cylinder Cylinder for travel : TC ɸ 80 mm x 450 mm L Size of knife Diameter : ɸ 200 mm x 318 mm x 15 mm L Knife spacer Diameter : ɸ 200 mm x 255 mm x various thickness Rubber ring Diameter : ɸ 255 mm x 318 mm x 25 mm t Drive motor Power : DC90kw

8. Scrap winder 1 set Type : vertical type, scarp drop out when contract Scrap winder Diameter : ɸ 600 mm x 450 mm L max. Drive of wind : By motor of individual Drive motor : 5 HP x 2 sets

Type of wind : Continual wind, can adjust torque Up / down control : By camshaft Drop out : by Cylinder

Frame : Steel plate, Welded 9. No. 2 Bridge 9-a Bridge 1 set

Type : Idle rolls and Swing type Size of idle roll Diameter : ɸ 60 mm x 1600 mm L x 4 pcs surface with

PU coating (Polyurethane Elastomer ) Diameter ɸ 45 mm x 1600 mm L x 5 pcs surface with

PU coating (Polyurethane Elastomer ) Type of swing : Hydraulic cylinder

Cylinder for arm swing Dia : CA ɸ100 x 1600 mm L x 1 pc Cylinder for Stripper swing : CA ɸ50 x 250 mm L x 1 pc

Length : 3200 mm ( pitch of arch ) Arch radius : R = 800 mm

Structure : Steel plate, Welded 9-b Separator Unit 1 set

Type : one set is hydraulic cylinder lift, another one is fix Separator Disc Diameter : ɸ 85 mm x 200 mm L x 3 mm t

Separator spacer Diameter : ɸ 85 mm x 110 mm X various thickness

Page 37: 0711

37

Page 5 Separator spacer Diameter : ɸ 85 mm x 102 mm x various thickness

PU ring Diameter : ɸ 101.8 mm x 120 mm X various thickness 9-c Prepare for Separator Unit 1set

Type of turn : Hydraulic cylinder Cylinder Diameter : LA ɸ 50 mm x 210 mm L x 1 pcs Size of roll Diameter : ɸ 85 mm x 1600 mm L x 4 pcs

10. Tension pad 10-a Tension pad 1 set

Type : Up - down with face and pinion synchronism Up / Down : Hydraulic cylinder Cylinder for Up / Down Di : TC ɸ 100 mm x 170 mm L x 3 pcs Surface : Felt

Adjustment of tension : by handle with pressure control valve Frame : Steel plate, Welded

10-b Deflection roller 1 set Type : Rolls type

Size of idle roll Diameter : ɸ 500 mm x 1600 mm L x 1 pc surface with PU coating (Polyurethane Elastomer )

10-c Rear bridge 1 set Type : Plate with cylinder to extend, swing

Cylinder for extend Diameter : LA ɸ 40 mm x 600 mm Cylinder for Up / Down Dia : CA ɸ 50 mm x 280 mm L x 2 pcs Frame : Steel plate, Welded

10-d Separator 1 set Type : Up – down with hydraulic cylinder

Cylinder for Up / Down Dia : CA ɸ 80 mm x320 mm L x 2 pcs Separator Disc Diameter : ɸ 110 mm x 200 mm L x 3 mm t Separator spacer Diameter : ɸ 110 mm x 122 mm X various thickness

Separator spacer Diameter : ɸ 110 mm x 130 mm x various thickness PU ring Diameter : ɸ 121.8 mm x 145 mm X various thickness

11. Recoiler Station 11-a Recoiler 1 set

Type : Mandrel type by Hydraulic expansion Cylinder for expansion : FA ɸ 100 mm x120 mm L Size of drum Diameter : ɸ 50 mm x 1600 mm L Drive motor : DC 160 kw

Capacity : 15 Tons 11-b Support 1 set

Type : Hydraulic cylinder Open / close : Hydraulic cylinder Cylinder for open / close Dia : CA ɸ 100 mm x 420 mm L Frame : Steel plate, Welded

11-c Coil pusher 1 set

Pusher : By Hydraulic cylinder Cylinder for pulser Diameter : TC ɸ 100 mm x 1600 mm L x 1 pe Frame : Steel plate, Welded

Page 38: 0711

38

Page 6 12. Exit Coil Car 1 set Type : Hydraulic motor traveling V – shap of four wheel

Up / down : By Hydraulice cylinder with rock and pinion synchronism

Cylinder for up/down Diameter : ɸ 200 X 700 mm L. Capacity : 15 Tons

13. Hydraulic System

13-a Hydraulic System A 1 set

Pressure : High pressure 100 kg / cm² 10 HP(Uncoiler) Low pressure 50 kg / cm² Capacity : 330L

Flow : 39.6 L/min ( 50 Hz ) 46.2 L/min ( 60 Hz )

Motor : AC 10 HP – 4P Type of pump : T6C – 008

13-b Hydraulic System B 1 set

Pressure : High pressure 100 kg / cm² 10 HP(Recoiler) Low pressure 50 kg / cm² Capacity : 330L

Flow : 39.6 L/min ( 50 Hz ) 46.2 L/min ( 60 Hz )

Motor : AC 10 HP – 4P Type of pump : T6C – 008

14. Electric System 14-a Operating panel A : Control Uncoiler, Leveler, Shear, slitter, 1 set Function Scrap winder, Bridge, Pump A, B 14-b Operating panel B : Control Uncoiler Entry Coil Car, Hold down 1 set Function Roll, Stripper, Leveler, Shear, Pump A 14-c Operating panel C : Control Pump B, Exit Col Car, Coil Pusher, 1 set Function Separator, Recoiler, and Tension pad. 14-d Main power panel : Use for motor of leveler, slitter, recoiler, 1 set Function Power system. 15. Attachments

Knife Diameter : ɸ 200 mm x ɸ 318 mm x 15 mm t 80 pes Knife spacer ; As per requirement

Rubber ring : As per requirement Separator disc : As per requirement

Separator spacer : As per requirement PU ring : As per requirement

Page 39: 0711

39

Attachment No.4 Page 1

TECHNICAL SPECIFICATION OF CNC PRESS BRAKE MACHINE SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Set

Handing over of CNC PRESS BRAKE MACHINE 250 X 3200 with The following specification

1. Capacity :MS-6mm

SS-4mm 2. Nominal force :2500kN 3. Working length :3200mm 4. Frame distance :2700mm 5. Max. shut height E :480mm 6. Ram stroke length :200mm 7. Throat gap H :400mm 8. Workable width W :200mm 9. Idle speed :110mm/min 10. Work speed :10mm/min 11. Return speed :110mm/min 12. Back gauge stroke :500mm The machine has to be supplied with requisite standard accessories and commissioning spares.

Page 40: 0711

40

Attachment No.5 Page 1

TECHNICAL SPECIFICATION OF HYDRAULIC TRIPLE ACTION STRETCHING PRESS

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Set

handing over of HYDRAULIC TRIPLE ACTION STRETCHING PRESS -120 TONNES with the following specification

1. Working Capacity : 120 Tones 2. Strokes : 360mm 3. Capacity : 0.5 to 4.0mm 4. Rated force kN : 2500 5. Return Force kN : 400 6. Slide Stroke (Ram) mm : 710 7. Shut Height (daylight)mm : 1200

8. Hyd.Pad Capacity kN : 1000 9. Hyd.Pad Return Capacity kN : 320 10. Hyd.Pad Stroke mm : 250 Idle Stroke mm/s : 130

11. Slide Speed Pressing mm/s : 7-15 Return mm/s : 90

12. Hyd.Pad speed Eject mm/s : 40 Return mm/s : 110

13. Bolster LR mm : 1100 FB mm : 1000

14. Hyd.Pad LR mm : 670 FB mm : 670

15. Outline Size LR mm : 2500 FB mm : 3250 16. Height and above floor mm : 42500

17.Main Motor Power kW : 22

The machine has to be supplied with requisite standard accessories and commissioning spares.

Page 41: 0711

41

Attachment No.6 Page 1

TECHNICAL SPECIFICATION OF HYDRAULIC TRIPLE ACTION STRETCHING PRESS

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Set

handing over of HYDRAULIC TRIPLE ACTION STRETCHING PRESS -200 TONNES with the following specification 1. Working Capacity : 200 Tones 2. Strokes : 420mm 3. Capacity : 0.5 to 4.0mm 4. Rated force kN : 2500x2 5. Return Force kN : 400 6. Slide Stroke (Ram) mm : 900 7. Shut Height (daylight)mm : 1500

8. Hyd.Pad Capacity kN : 1000 9. Hyd.Pad Return Capacity kN : 320x2 10. Hyd.Pad Stroke mm : 350 Idle Stroke mm/s : 150

11. Slide Speed Pressing mm/s : 7-15 Return mm/s : 90

12. Hyd.Pad speed Eject mm/s : 37 Return mm/s : 110

13. Bolster LR mm : 2200 FB mm : 1600

14. Hyd.Pad LR mm : 1720 FB mm : 1120

15. Outline Size LR mm : 6600 FB mm : 2600 16. Height and above floor mm : 5450 17. Main Motor Power kW : 2x 22

The machine has to be supplied with requisite standard accessories and commissioning spares.

Page 42: 0711

42

Attachment No.7 Page 1

TECHNICAL SPECIFICATION OF FOUR COLOUMN DEEP DRAWING PRESS

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Set

handing over of FOUR COLOUMN DEEP DRAWING PRESS-500 TONNES with the following specification 1. Working Capacity : 500 Tones 2. Strokes : 900mm 3. Table Size : 2200x1600 4. Rated force kN : 2500 5. Return Force kN : 400 6. Slide Stroke (Ram) mm : 710 7. Shut Height (daylight)mm : 1120

8. Hyd.Pad Capacity kN : 1000 9. Hyd.Pad Return Capacity kN : 320 10. Hyd.Pad Stroke mm : 250 Idle Stroke mm/s : 220

11. Slide Speed Pressing mm/s : 9-20 Return mm/s : 120

11. Hyd.Pad speed Eject mm/s : 50 Return mm/s : 155

12. Bolster LR mm : 1200 FB mm : 1000

14. Hyd.Pad LR mm : 950 FB mm : 800

15. Outline Size LR mm : 3380 FB mm : 2100 16. Height and above floor mm : 4300 17. Main Motor Power kW : 30

The machine has to be supplied with requisite standard accessories and commissioning spares.

Page 43: 0711

43

Attachment No.8 Page 1

TECHNICAL SPECIFICATION OF CNC SHEARING MACHINE

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Set

handing over of CNC SHEARING MACHINE - 250MT with the following specification 1. Cutting Size :8 X 3200 2. Capacity : 250MT 3. Shear Angle : 1° 30’ 4. Strokes : ≥ 10min‾ⁱ 5. Adjusting Range of backgauge : 20 to 600mm 6. Throat depth :145mm 7. main motor Capacity :11KW

The machine has to be supplied with requisite standard accessories and commissioning spars.

Page 44: 0711

44

Attachment No.9

Page 1

TECHNICAL SPECIFICATION OF HYDRAULIC TRIPLE ACTION STRETCHING PRESS

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Set

handing over of HYDRAULIC TRIPLE ACTION STRETCHING PRESS -63 TONNES with the following specification 1. Working Capacity : 63 Tonnes 2. Strokes : 310mm 3. Capacity : 0.5 to 2.5mm 4. Rated force kN : 1000 5. Return Force kN : 160 6. Slide Stroke (Ram) mm : 510 7. Shut Height (daylight)mm : 800

8. Hyd.Pad Capacity kN : 400 9. Hyd.Pad Return Capacity kN : 147 10. Hyd.Pad Stroke mm : 200 Idle Stroke mm/s : 100

11. Slide Speed Pressing mm/s : 7-15 Return mm/s : 85

12. Hyd.Pad speed Eject mm/s : 35 Return mm/s : 100

13. Bolster LR mm : 690 FB mm : 630

14. Hyd.Pad LR mm : 350 FB mm : 350

15. Outline Size LR mm : 2500 FB mm : 1150 16. Height and above floor mm : 3400 17.Main Motor Power kW : 7.5

The machine has to be supplied with requisite standard accessories and commissioning spares

Page 45: 0711

45

Attachment No.10 Page 1

TECHNICAL SPECIFICATION FOR 125 KVA DG SET SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 2Unit

Handing over of 125kVA / 100KWIntegral DG set water cooled Model with radiator developing HP, diesel engine with 1500 RPM, 3 Phase alternator, 415 V, 50 Hz, Manual Control panel, Base frame, Fuel Tank, coupling, Dry battery with leads including Central pollution control board approval along with requisite standard accessories and commissioning spars.

1. Make : 2. Power Rating : 125KVA 3. Electric power : 100 kw 4. Rated current : 175A 5. No of Phase /Volts : 3 phase 415V 6. Fuel tank : 200 liters 7. Battery Capacity : 120 AH 8. System Voltage : 12V 9. Oil Consumption : <0.3% 10. Voltage regulation :+0.5%

Page 46: 0711

46

Attachment No.11 Page 1

TECHNICAL SPECIFICATION DIESEL FORK LIFT -3 TON SL NO Specification Qty Required

1. Manufacture, supply, erection, commissioning, testing and 1Unit handing over of DIESEL FORK LIFT-3 TON with the following specification along with requisite standard

accessories and commissioning spars. a. Capacity Lifting Load : 3 Ton b. Load center Distance : 500 mm c. Power Unit Engine Type : Diesel c. Tyres Front/Rear : Pneumatic OR Solid d. Mast Type : Two Stage CV mast e. Lift Height : 3000mm (Aproox) f. Engine : As per mag. Std. g.Transmission : Automatic Torque Transmission h. Drive : Dual Drive i. Standard Accessories : 1000mm Long Fork, Hea& Tail j. wheel Front/Rear : 2 / 2

Page 47: 0711

47

Attachment No.12 Page 1

TECHNICAL SPECIFICATION FOR EOT CRANE 30 TONES SL NO Specification Qty Required Manufacture, supply, erection, commissioning, testing and 1 UNIT handing over of EOT CRANE 20 TONES with the following main specification along with requisite standard accessories and commissioning spars.

MAIN SPECIFICATION 1. CAPACITY : 30 Tones 2. SPAN : 25M 3. LIFT : 8 M 4. LONG TRAVEL : 55M 5. CONSTRUCTION : Double girder Box Type 6. CLASS &DUTY : Class II, Indoor as per is Std. 7. OPERATION THRO : Pendant Push Button Control From floor 8. POWER SUPPLY : 415v, 3Phase, 50 Hz, AC 9. CONTROL SUPPLY : 110V 10. LOCATION : Indoor 11. OPERATION FROM : Floor 12. REUIRED QTY : 1 No.

Page 48: 0711

48

Attachment No.13 Page 1

TECHNICAL SPECIFICATION FOR EOT CRANE 5 TON

SL NO Specification Qty Required

A. Manufacture, supply, erection, commissioning, testing and 1 UNIT handing over of EOT CRANE 5 TON with the following

main specification along with requisite standard accessories and commissioning spars.

MAIN SPECIFICATION 1. CAPACITY : 5 Ton 2. SPAN : 25M 3. LIFT : 8 M 4. LONG TRAVEL : 40M 5. CONSTRUCTION : Double girder Box Type 6. CLASS &DUTY : Class II, Indoor as per is Std. 7. OPERATION THRO : Pendant Push Button Control From floor 8. POWER SUPPLY : 415v, 3Phase, 50 Hz, AC 9. CONTROL SUPPLY : 110V 10. LOCATION : Indoor 11. OPERATION FROM : Floor 12. REUIRED QTY : 1 No.

Page 49: 0711

49

Attachment No.14 Page 1

TECHNICAL SPECIFICATION FOR 500 KVA 22KV TRANSFORMER

SL NO Specification Qty Required A Manufacture, supply, erection, commissioning, testing and 1Unit

Handing over of 22kV / 443V 500KVA core Type Heavy duty Transformer with +5% to -5% Voltage Variation insteps of 2.5%

through Off circuit tap Switch links with following Specification 1. Make : 2. Type : core Type 3. Power Rating : 500KVA 4. Winding Material : Copper wound 3 Ph 50 Cycle 5. Core Type : Heavy Duty 6. No Load Voltage (Primary) : 22000Volts 7. No Load Voltage (Secondary) : 440Volts 8. Frequency : 50 Hz 9. No load Loss : 2400 Watts

10. Full load Loss : 6500 watts 11. Impedance : 5.5% 12. Type of connection HT / LT : Delta / Star 13. Vector group Ref. : DYnII 14. Type of cooling : ONAN 15. Terminal Arrangements HV : 3Nos. Solid porcelain indoor Bushings with

cable sockets LV : Cable Box with 3 nos. cable gland for 3.5C,

400Sq.mm.PVCA Cables 16. Temperature indicator : Temp indicator with(Electrical Contact)

both with Alarm and trip contact wired to Marshalling Rack

17. Installation : outdoor 18.Enclosure : MS Sheet Steel Suitable for outdoorinstallation 19. Tapping (on HV winding for HV : +5% o -5% in step of 2.5% each

Variation) Through an Off circuit tap switch

Page 50: 0711

50

page-2

The transformer shall be supplied with the following fitting and accessories Sr.No Description Quantity 1 Rating % Diagram plate 2 nos 2 Earthing terminal 2 nos 3 Lifting lugs Adequate nos 4 Lifting hook for Tank & cover Each 2nos 5 Air release hole with plug 1 set 6 Drain vale cum bottom filter valve 2 nos 7 Oil level indicator with marking 1 no 8 Conservator oil filling hole with plug and drain plug 1 set 9 Top filter valve 1 no 10 Dehydrating silica gel breather 1 no 11 Thermometer Packet or Dial 1 no 12 Bi-directional roller 4 nos 13 Base channel 2 nos 14 Pressure relief device 1 no 15 Inspection cover 1 no 16 Off circuit tap changing switch Off load 17 Cooling radiators Adequate nos 18 Buchholz relay with alarm and trip contacts Adequate nos 19 Oil temperature indicator with alarm and trip

contacts Adequate nos

20 L.V. Cable or Marshalling box duly wired 1 no 21 H.V. Terminal (copper/ Brass) 3 nos 22 L.V. Terminal (copper/ Brass) 4 nos 23 Oil heater ON/OFF switch with filament 80W space

heater and thermostat, single phase switch with socket, cubicle illumination lamp, door limit switch, MCBs / Fuse for AC/DC control

As applicable

24 Reinforcing stiffners As applicable 25 Control wiring 1 set