anna university chennai 600 025 · using digital signature certificate and e-token from 10.00 a.m....

49
ANNA UNIVERSITY CHENNAI 600 025 TENDER NOTICE No. 7288/PP4/Mining/2015 On-line Tender in Two Bid System for Supply, Installation, Testing and Maintenance of the following equipment for the Soil-Machine Laboratory, Department of Mining Engineering, Anna University, Chennai - 600 025 are invited. Sl. No. Tender ref no Equipment details Quantity Nos. Approx. cost in Rs (lakhs) 1. 7288/PP4/Mining/2015 Bentonite Mixing Machine 1 14.00 The Tender document can be downloaded by registering in the website https://tntenders.gov.in using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the website upto 3.00 p.m. on 08.09.2015 and will be opened at 3.05 p.m. on 08.09.2015. For EMD and other detailed tender conditions, future corrigenda etc., please visit the website (https://tntenders.gov.in) and any press advertisement will not published in this regard. REGISTRAR

Upload: others

Post on 16-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

ANNA UNIVERSITY

CHENNAI 600 025

TENDER NOTICE No. 7288/PP4/Mining/2015

On-line Tender in Two Bid System for Supply, Installation, Testing and Maintenance of the

following equipment for the Soil-Machine Laboratory, Department of Mining Engineering, Anna

University, Chennai - 600 025 are invited.

Sl. No.

Tender ref no Equipment details

Quantity Nos.

Approx. cost in Rs (lakhs)

1. 7288/PP4/Mining/2015 Bentonite Mixing Machine 1 14.00

The Tender document can be downloaded by registering in the website https://tntenders.gov.in

using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in

tender document can be submitted by uploading in the website upto 3.00 p.m. on 08.09.2015

and will be opened at 3.05 p.m. on 08.09.2015. For EMD and other detailed tender conditions,

future corrigenda etc., please visit the website (https://tntenders.gov.in) and any press

advertisement will not published in this regard.

 

 

 

REGISTRAR 

 

 

 

Page 2: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

mz;zh gy;fiyf;fofk; rh;jhh; gNly; rhiy nrd;id –- 600 025

xg;ge;jg;Gs;sp mwpf;if vz;: 7288/gpgp4 /Ruq;fg; nghwpapay; /2015

mz;zh gy;fiyf;fofj;jpd; fpz;b tshfj;jpy; cs;s Ruq;fg; nghwpapay;

Jiwf;F fPo;f;fz;l fUtpia toq;fp> epWtp> Nrhjpj;J mjd; guhkhpg;gpidAk;

Nkw;nfhs;s Kj;jpiuaplg;gl;l xg;ge;jg;Gs;spfs; tuNtw;fg;gLfpd;wd.

vz; xg;ge;jg;Gs;sp

vz;

Jiw fUtpapd; ngah; vz;zpf;if Njhuha

kjpg;G(,yl;rk;)

1.

7288/gpgp4

/Ruq;fg;

nghwpapay;

/2015

Ruq;fg;

nghwpapay;

fspkz; fyit ,ae;jpuk;

(Bentonite Mixing Machine) 1 14.00

kpd;dZ ifnahg;g rhd;wpjo; kw;Wk; milahsk; %yk; ‘https:/tntenders.gov.in’

vd;w tiyjsj;jpy; gjpTnra;J xg;ge;jg;Gs;sp Mtzq;fis 19.08.2015 ypUe;J

vLj;Jf; nfhs;syhk;.

xg;ge;jg;Gs;sp Mtzq;fis G+h;j;jp nra;J 08.09.2015 gpw;gfy; 3.00 kzpf;Fs;

kpd;dZ %yk; ,UMtz Kiwapy; Nkw;fz;l tiyjsj;jpy; rkh;g;gpf;f Ntz;Lk;.

tiyjsj;jpy; ngwg;gl;l xg;ge;jg;Gs;spfs; md;Nw (08.09.2015) gpw;gfy; 3.05

kzpf;F jpwf;fg;gLk;.

Kd;itg;Gj;njhif xg;ge;j epge;jidfs; Nghd;w tptuq;fSk; kw;Wk; ,dp

tUq;fhyj;jpy; Njitg;gLk; jpUj;jq;fSk; Nkw;fz;l tiyjsj;jpy; kl;LNk

mwptpf;fg;gLk;.

gjpthsh;

Page 3: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

mz;zh gy;fiyf;fofk;

mz;zh gy;fiyf;fofk; :: nrd;id - 600 025

xg;ge;jg;Gs;sp mwpf;if vz;: 7288/gpgp4 /Ruq;fg; nghwpapay; /2015

1. xg;ge;jg;Gs;sp NfhUk; mYtyh; : gjpthsh>;

ngah;> gjtp> Kfthp mz;zh gy;fiyf;fofk>; nrd;id - 600 025.

njhiyNgrp vz;: 2235 7004> kpd; njhiy efy;: 2235 1956

kpd;dQ;ry; Kfthp : [email protected], [email protected]

(bghh;;l;nkd;l; Mg; ikdpq; ,d;[pdpaupq;)

2. m) tpepNahfpj;J epWTtjw;fhd

fUtpapd; ngah; :

vz; xg;ge;jg;Gs;sp

vz;

Jiw fUtpapd; ngah; vz;zpf;i Njhuha

kjpg;G(,yl;rk;)

1. 7288/gpgp4 /Ruq;fg;

nghwpapay; /2015

Ruq;fg;

nghwpapay;

fspkz; fyit ,ae;jpuk;

(Bentonite Mixing Machine) 1 14;.00

M) tpepNahfpj;J epWTtjw;fhd

khtl;lj;jpd; ngah; : nrd;id

3. ve;j ,lj;jpy; ve;j Njjp tiu : 19.08.2015 Kw;gfy; 10.00 kzp Kjy; 08.09.2015 gpw;gfy;

xg;ge;jg;Gs;sp rk;ke;jkhf gbtk; 3.00 kzp tiu ,jw;fhd xg;ge;jg;Gs;sp Mtzq;fis

fpilf;Fk; vd;w tpguk; ‘https://tntenders.gov.in’ vd;w tiyjsj;jpypUe;J vLj;Jf;

nfhs;syhk;.

4. nrYj;jg;gl Ntz;ba Kd;itg;G : gjpthsh;;> mz;zh gy;fiyf;fofk>; nrd;id – 25 vd;w

njhif tptuk; ngaupy; vLf;fg;gl Ntz;ba Nfl;G tiuNthiy &gha; 14,000/-.

5. epiwT nra;ag;gl;l xg;ge;jg;Gs;spfs;: G+h;j;jp nra;ag;gl;l xg;ge;jg;Gs;sp Mtzq;fis 08.09.2015

ngwg;gLtjw;fhd NeuKk>;; gpw;gfy; 3.00 kzpf;Fs; ‘https://tntenders.gov.in’ vd;w filrp ehSk; tiyjsj;jpy; ,U Mtz Kiwapy; kpd;dZ ifnahg;g

rhd;wpjo; kw;Wk; milahsk; %yk; gjpT nra;J rkh;g;gpf;f

Ntz;Lk.;

6. fye;jha;T $l;lk; kw;Wk; ngwg;gl;l : 25.08.2015 gpw;gfy; 3.00 kzpf;Fs; xg;ge;jg;Gs;spfs; gw;wpa

xg;ge;jg;Gs;spfs; jpwf;fg;gLk; ,lKk;> fye;jha;Tk;> 08.09.2015 gpw;gfy; 3.05 kzpf;F xg;ge;jg;Gs;sp

ehSk;> NeuKk; fspd; Kjy; Mtzj;ij jpwg;gjw;Fkhd $l;lKk;

‘gbf tsh;r;rp ikak;> mz;zh gy;fiyf;fofk;> nrd;id’ -y;

eilngWk;.

7. xg;ge;jg;Gs;sp mYtyh; nghUj;jkhdJ xg;ge;j epge;jidfs; Nghd;w tptuq;fSk; ,dp tUq;fhyj;jpy;

vd jPh;khdpf;Fk; Kf;fpakhd jfty; : Njitg;gLk; jpUj;jq;fSk; Nkw;fz;l tiyjsj;jpy; kl;LNk

mwptpf;fg;gLk;.

gjpthsh;

Page 4: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

ANNA UNIVERSITY CHENNAI 600 025

TENDER NOTICE

Tender Ref No. 7288/PP4/Mining/2015 

Critical Dates

1. Tender Publish Date

19.08.2015 10.00 a.m.

2. Bid Document Download Start Date

19.08.201510.00 a.m.

3. Clarification Start Date

19.08.201510.00 a.m.

4. Pre Bid Meeting Date

25.08.2015 03.00 p.m.

5. Technical and Financial Bid Submission Start Date

26.08.201510.00 a.m.

6. Physical Submission of EMD End Date/ Clarification End Date/ Contacting Help Desk on E-Tendering End date

07.09.201503.00 p.m.

7. Bid Document Download End Date

08.09.2015 03.00 p.m.

8. Technical and Financial Bid Submission End Date

08.09.201503.00 p.m.

9. Technical Bid Opening Date

08.09.201503.05 p.m.

As this is an online tender, Tender Documents are made available in the website https://tntenders.gov.in

Steps for downloading the tender documents:

1. Browse the website https://tntenders.gov.in 2. Warning message is appear ignore and proceed any way 3. Home page of the site is display with certain features 4. Click the Latest Active Tenders on the top left side of the home page 5. Enter Tender ID as 2015_AU_ and ignore the rest 6. Click search on the right side 7. List of various tenders floated by Anna University would appear. Select the tender you are interested and click. 8. The details of the tender would appear 9. Click the download zip file under the title Tender Document 10. Enter the user ID as guest and the pass word as Guest#08 11. The details of the tender would again appear as in point 6 12. Click the download zip file again

13. Save the tender documents

As this is an online tender, download the Bidders Manual Kit from the website https://tntenders.gov.in and follow the Instructions step by step for bid submission

REGISTRAR

Page 5: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

1 of 45

ANNA UNIVERSITY

CHENNAI 600 025

Letter No.7288/PP4/Mining/2015

EQUIPMENT FOR SOIL-MACHINE INTERACTION LABORATORY,

DEPARTMENT OF MINING ENGINEERING, ANNA UNIVERSITY, CHENNAI

TENDER DOCUMENT

CONTENTS Sl. No. Description Page No. 1

Volume - I

NOTICE INVITING TENDER 02

2 GENERAL INSTRUCTIONS AND CONDITIONS TO BIDDERS ON E-TENDERING

03

3 TECHNICAL CONDITIONS 08 4 LETTER OF THE TENDERER 12& 29 5

Volume - II

ELIGIBILITY CONDITIONS 16

6 TECHNICAL SPECIFICATIONS FOR SUPPLY, INSTALLATION, TESTING AND MAINTENANCE OF BENTONITE MIXING MACHINE

17

7 Volume - III PRICE SCHEDULE 31

Critical Dates

1. Tender Publish Date

19.08.2015 10.00 a.m.

2. Bid Document Download Start Date

19.08.2015 10.00 a.m.

3. Clarification Start Date

19.08.201510.00 a.m.

4. Pre Bid Meeting Date

25.08.2015 03.00 p.m.

5. Technical and Financial Bid Submission Start Date

26.08.2015 10.00 a.m.

6. Physical Submission of EMD End Date/ Clarification End Date/ Contacting Help Desk on E-Tendering End date

07.09.201503.00 p.m.

7. Bid Document Download End Date

08.09.2015 03.00 p.m.

8. Technical and Financial Bid Submission End Date

08.09.2015 03.00 p.m.

9. Technical Bid Opening Date

08.09.201503.05 p.m.

Page 6: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

2 of 45

ANNA UNIVERSITY CHENNAI 600 025

TECHNICAL BID DOCUMENT - Volume I for

Tender Ref No. 7288/PP4/Mining/2015

Tender should be accompanied with the Tender Document duly signed with address and seal in the Letter of Tender (Page No. 12 & 29 of 45), Price Schedule (Page No. 31 of 45) and General conditions of the tender. (Page No. 03 to 08 of 45 ). Interested tender participants are requested to download the entire pages (page no 01 to 45) and should submit all pages duly signed, scanned and upload tender documents through online along with the requirements as specified in the tender schedule on or before the due date. Registrar Anna University Chennai-25

TENDER NOTICE

1. NATURE : Sealed online tenders are invited in the prescribed form. 2. ADDRESS : The Registrar Anna University, Chennai 600 025. 3. DETAILS OF TENDER :

Sl. No Tender no. and date Description

EMD Amount in Rs.

Availability of tender

Document

Due date& time for Receipt of

Tender

Due date &Time of

Opening of Tender

1

7288/PP4/Mining/2015

dt. .08.2015

Supply, Installation, Testing and Maintenance of Bentonite Mixing Machine

at Chennai

14,000/-

19.08.2015 to

08.09.2015 upto 3.00P.M.

08.09.2015upto

3.00 P.M.

08.09.2015 At

3.05 P.M

4. TENDER SCHEDULE: Detailed description, eligibility criteria along with terms and conditions of the contract are available in the tender schedule which can be downloaded from the official website of Tamilnadu Government (https://tntenders.gov.in). University is not held responsible for non-receipt or belated receipt of EMD when sent by post. 5. Address (For information, purchase, delivery and opening of bids) : Registrar Dr. K. Srinivas,, Anna University Department of Mining Engineering, Chennai - 600 025. Anna University, Telephone no: 044 2235 7004 Chennai - 600 025. Fax 044 - 2235 1956 Telephone no: 044 2235 7781 E-Mail: [email protected] / [email protected] E-Mail: [email protected]

REGISTRAR

Page 7: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

3 of 45

GENERAL INSTRUCTIONS AND CONDITIONS TO BIDDERS ON E-TENDERING

[URL: http://www.annauniv.edu/tender URL: http://tntenders.gov.in

Email: [email protected] Phone: 044 - 2235 7004]

1. GENERAL

1. 1 Government of Tamil Nadu have successfully rolled out the e-bid submission Tendering System through its web site https://tntenders.gov.in Tenders of various Departments have been uploaded, their bids submitted and the same have been opened on line. Bids for various tenders published in the web site of Government Departments can be submitted online by enrolling with the above mentioned web site.

1. 2 The bidders can enroll themselves on the website https://tntenders.gov.in using the

option “Click here to Enroll”. This enrollment is free at this point of time. Possession of a Valid Class II Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. The e-token that is registered should be used by the bidder and should not be misused by others. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the web site https://tntenders.gov.in under the link “Information about DSC”.

1. 3 The web site also has user manuals with detailed guidelines on enrolment and

participation in the online bidding process. The user manuals can be downloaded for ready reference. Queries pertaining to the E-Tendering system may be addressed to the E-Tender Cell by sending an E-Mail to [email protected]

1. 4 All the data being entered by the bidders would be encrypted using PKI encryption

techniques to ensure the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid submission and not be viewable by any one until the time of bid opening. The submitted bid documents become readable only after the bid opening even by the authorized individuals.

1. 5 The confidentiality of the bids is maintained since the secured Socket Layer 128 bit

encryption technology is used. Data storage encryption of sensitive fields is done. 1. 6 The bidders will be able to see the status of the bids for which they have submitted quotes

in different stages and would also be informed of the status by E-Mail. For the bidders who have registered themselves on the website through the “Stay Updated” option, information of all the bids for which they are interested to participate will be sent by E-Mail.

1. 7 In view of the stated advantages, vendors are hereby requested to register in the

E-Tender web site with their DSC and a copy of the enrolment details may be sent by E-Mail to the mail address [email protected] without fail.

Page 8: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

4 of 45

1. 8 Vendors can attend the training/familiarization programme on the E-Tendering system conducted periodically by the Government of Tamil Nadu in association with NIC.

1. 9 Vendors can also attend the Pre Bid Meeting at the venue and time notified by Anna

University.

2. BIDDER’S REGISTRATION 2. 1 Anna University invites tenders through online tendering in order to enhance transparency

in the tendering process. 2. 2 All the bidders will have to register in the https:\\tntenders.gov.in as Individual Bidder

or Corporate Bidder as the case may be. Aspiring bidder will be enabled only after registering for Electronic Tendering System.

2. 3 Aspiring bidder may obtain the User ID & Password for participating in Electronic

Tendering (e-Tendering) in the tenders of Anna University, Chennai – 600 025. 2. 4 The bidders are instructed to logout of the system in a conventional manner using the

logout option at the top of the window. This would help the bidders to work with the system uninterruptedly. Otherwise the bidders will encounter time delay. When a bidder does not log out of the system in a normal manner using the logout option at the top of his window, the system will consider that his session is still on, and if a bidder tries to login during this period he will get a message like “you are already logged in”. The bidder will have to wait for the next operation for 20 minutes till the system closes his earlier session.

3. EARNEST MONEY DEPOSIT (EMD) AND SECURITY DEPOSIT (SD)

3. 1 EMD of Rs. 14,000/- as Demand Draft drawn in favour of “The Registrar, Anna

University, Chennai-25” shall be submitted to the same office. (24 hours before the last date of submission of bid) on or before 3.00 p.m. on 07.09.2015 after taking a scanned copy of the EMD for uploading along with tender document. The bidders claiming exemption from payment of EMD have to submit the hard copy of the certificates to this effect on or before 03.00 p.m. on 07.09.2015 after taking a scanned copy of the same for uploading along with the tender documents.

3. 2 Bidders shall select the option for payment of EMD as offline 3. 3 The bid will be summarily rejected if in case it is found that the details of the EMD and

documents differs hard copies and scanned copies of the same furnished. 3. 4 The successful bidder should furnish Bank Guarantee as Security Deposit covering the

warranty period to the tune of 10% of the total value of the stores/equipments/materials before release of the purchase order towards Security Deposit. Thereafter the EMD paid at the time of tendering will be returned to the bidder.

Page 9: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

5 of 45

3. 5 The Security Deposit furnished by the successful bidder will be returned only on completion of all the transactions in the respective purchase and on completion of the warranty period.

4. BID SUBMISSION

4. 1 Bidders can download the tender documents from the website https://tntenders.gov.in

from 10.00 a.m. on 19.08.2015 to 03.00 p.m. on 08.09.2015. 4. 2 Bidders shall ensure that their bids complete in all respects, are submitted online on the

website https://tntenders.gov.in on or before 3.00 p.m. on 08.09.2015 as per the time settings fixed in the server displayed at the top of the tender site. The bidder has to submit the tender document online well in advance before the prescribed time to avoid any delay or problem during the submission process.

4. 3 After downloading / getting the tender schedules, the bidder should go through it carefully

and submit the documents as prescribed, otherwise, the bid will be duly rejected. 4. 4 Bidders before uploading the document must be well preferred in advance. All the pages

of the document must be numbered and duly signed by the authorized person and affix the company sealed at end of the page. The whole document should be scanned and converted into PDF format for uploading. The documents submitted in the website will be digitally signed with the e-token of the bidder. If there is more than one file like brochures etc., they can be clubbed together to form one document and submitted.

[Item 4.4 shall be uploaded in .rar format which is freely downloadable software Comparing to ZIP file format, RAR provides a number of advanced features and therefore .rar format is recommended in this website. Bidders may note that if the contents of item 4.4 are not uploaded properly in .rar format it will not be possible to open the document and therefore the bid will be liable for rejection] 4. 5 The bidder should submit the bid in two parts. 4. 6 The first part relates to Technical Bid submitting all the required details and documents

complying with all the eligibility conditions and the other tender conditions/instructions as well as the statement of compliance consisting of the following.

1. Scanned copy of EMD / Certificate for claiming exemption for EMD 2. A letter of acceptance of the Tender Conditions in pdf 3. Technical Specifications of the equipment in pdf for which rates are quoted in Financial Bid (Either Anna University Specifications or Alternative Specifications) [Compliance statement meeting the specification line by line should be provided (Failure to give compliance statement, the offer is liable to be rejected)] 4. Brochures and supporting Documents for Eligibility conditions in rar [Technical offer with all catalogues should be provided]

Page 10: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

6 of 45

4. 7 The second part relates to Financial Bid furnishing the rate for each item.

1. Financial Bid with rates for items as per the Specifications furnished in the Technical Bid shall be uploaded in pdf.

4. 8 Bidders shall attach all the scanned copies of certificates pertaining to their product

literature and any other tender related documents, if required by the University, failing which, their bids will be disqualified. Each document to be uploaded through online for the tenders should be less than 2 MB. If any document is more than 2 MB, it can be reduced through, zip and the same can be uploaded. However if the file size is less than 1 MB the transaction uploading time will be very less. Drawings, Images, Photographs, Brochures etc., demanding higher memory space can be submitted as hard copies if necessary to reduce uploading time.

4. 9 The bidder should read all the terms and conditions and accept the same to proceed further

to submit the bids. 4. 10 After the bid submission, the acknowledgement given by the E-Tendering system should

be printed by the bidder and kept as a record of evidence for online submission of bid for the particular bid.

4. 11 The tendering system will give a successful bid update message after uploading all the bid

documents submitted. A print out of Bid Submission Confirmation showing the bid number, the date and time of submission of the bid with all other relevant details can be taken from the website and kept as an acknowledgement for submission of the bid. This acknowledgement will act as a proof of bid submission and will be required to be submitted to participate in the Technical Bid opening.

4. 12 The bidders can resubmit the bid as many times as possible till the closing time of the bid

submission. 4. 13 Withdrawal of the bid is also possible before the closing time of the bid submission. 4. 14 The time settings are fixed in the server and displayed at the top of the tender site, will be

valid for all actions of bid submission, bid opening etc., in the E-Tender system. The bidders should follow this all the time during bid submission.

5. BID PRICE 5. 1 Financial Bid with rates for items as per the Specifications furnished in the Technical Bid

shall be uploaded in PDF format. As the rates are to be furnished in the PDF format the item wise rates shall be quoted against the specifications. The other charges like Taxes etc., shall be separately quoted.

6. BID VALIDITY 6. 1 The validity of the bid should not be less than 120 days.

Page 11: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

7 of 45

7. BID OPENING 7. 1 The Technical Bid will be opened at 3.05 p.m. on 08.09.2015 at, Crystal Audi,

Crystal Growth Centre, Anna University, Main Campus in the presence of bidders who may desire to be present. They will be able to participate in the tender opening only after production of the print out of Bid Submission Confirmation from the website. The Financial Bid will be opened after evaluation of the Technical Bid. The date to be intimated later. As the part of evaluation procedure, the bidder required to submit samples of equipment for demonstration which they have submitted in the tender bid.

8. CORRIGENDUM AND CLARIFICATIONS

8. 1 If any Corrigendum/modifications/corrections is publish in the website

https://tntenders.gov.in the bidder must notice and take that into account before submission of online bid.

8. 2 Clarifications, if any, may be obtained online through the tender site, or through the contact details on or before 3.00 p.m. on 07.09.2015 (i.e., 24 hours before the closing time of the tender). No clarification shall be entertained thereafter.

8. 3 Anna University, Chennai-25 will not be held responsible for any sort of delay or

difficulty faced in the submission of bids online by the bidders. 8. 4 Further details of the tender can be obtained from the office of “Dr. K. Srinivas

(Professor & Principal Investigator), Department of Mining Engineering, Anna University, Chennai - 600 025”, Ph: 044-2235 7775.

8. 5 In the event of the opening day of the tender if declared as a holiday / closed day / or if

tenders could not be opened due to unforeseen circumstances on that day, such as force majeure, the tenders will be opened on the next appointed time and date to be notified later.

8. 6 As per the Tamil Nadu Transparency in Tenders Act 1998, the University reserves the

right to cancel in full or part of the e - tender at any time, at any stage of this tender process.

8. 7 For any clarification on E-Tender participation, the bidders can contact E-Tendering Help

Desk. Mail addresses:[email protected], [email protected], [email protected] Ph: 044- 2235 7044 on or before 3.00 p.m. on 07.09.2015 (24 hours before the closing time of the tender). No clarification shall be entertained thereafter.

REGISTRAR

Page 12: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

8 of 45

ANNA UNIVERSITY CHENNAI 600 025

TECHNICAL CONDITIONS

for Tender Ref No. 7288/PP4/Mining/2015

1. a) The bidders are expected to furnish their bids for the equipment whose specifications are

given in the detailed specifications as given in the schedule ‘A’. The offer of the bidder should strictly comply with all the specifications contained in the detailed specification.

b) The graduation of equipment to be offered should be in the metric system. 2. DRAWINGS AND SPECIAL SPECIFICATIONS: Detailed drawings of the equipment wherever necessary and complete descriptions of the parts should be furnished to enable complete verification of the equipment to be supplied. Pamphlets on detailed instructions for operation and maintenance of the equipments should be supplied along with each equipment. List of spare parts usually required should also be submitted. 3. PACKING: The bidder shall securely protect and pack the equipment / materials which are to be supplied, to avoid damage in transit. He shall be responsible for all loss or damage caused or occasioned by any defect in packing or in handling during transit, when the materials or equipment are delivered at Department of Mining Engineering(MI), Anna University, Chennai. 4. REPLACEMENT OF DEFECTIVE MATERIALS: a) During the demonstration of the equipment, if any noise in the equipment or imperfect work or inferior quality material is noted, then any officer authorized by the University will inform the bidder of the same and the bidder on receiving the details of such defects or deficiency should, at his own expense, replace fresh materials of the standard laid down in the specification or rectify the problem within one week from the notice from the authorities. b) Rejected goods or materials shall be removed at the expenses of the bidder within seven days after the issue of notice. If not, the University would remove it and the bidder must pay the demurrage charges. 5. WARRANTY: The bidder shall provide warranty for a period of not less than three year for the quality of the equipment supplied.

Page 13: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

9 of 45

6. TEST CERTIFICATE:

“Maker’s Test Certificate” in duplicate should be supplied wherever applicable. Standard Test Certificate should also be furnished from approved standard laboratory wherever applicable.

7. PRICE AND PERIOD OF VALIDITY:

a) The bidders must indicate the delivery cost for delivery at the department concerned and taxes payable (Central and State). Prices should be fixed and free from adjustments due to variation in cost of raw materials and labour. Wherever accessories are involved, such items must be indicated separately and rates for them should be shown separately. Since the University is eligible for concession on payment of Customs Duty partially on equipment imported under OGL LICENCE, C.I.F., Duty free and Duty paid prices should be quoted separately so that eligible concession of customs duty for Educational Institutions may be availed of from the Government of India by the successful bidder himself.

b) This University is eligible to claim exemption from the payment of Excise Duty in connection with the purchase of equipments/consumables. Necessary certificate will be issued to the firm so as to avail nil duty.

c) This University is not in a position to furnish form ‘C’ or ‘D’. The rate of VAT/C.S.T. as applicable should be indicated.

d) The packing, forwarding and Insurance charges wherever applicable should be quoted with CIF price.

8. TIME OF DELIVERY:

The equipment should be delivered within 2 months from the date of issue of purchase order. (Delivery period will be reckoned from the date of receipt of the order by the bidder. Therefore the time required for supply by the bidders from the date of receipt of the order should be clearly indicated in the bid for each item.)

A reasonable extension of time shall be granted on application for reasons beyond the control of the bidder.

The University reserves the right to cancel in part or in full in the order, if the due date of delivery is not kept up.

9. TERMS OF PAYMENT:

(i) Submission of Invoices:

Invoice(s) in duplicate is/are to be sent/furnished by the supplier at the time of delivery of goods/materials. The duplicate will be returned by the Head of Department / Director / Coordinator of the Centre concerned or the officer authorized by him with the quantities or numbers received duly noted thereon. The supplier should send his bill(s) after the supply of complete set of items in the tender to the Head of the Department / Director / Coordinator of the Centre concerned indicating the amount due correctly calculated according to the prices agreed upon. After examination of the claim subject to any deduction by the Head of the Department / Director / Coordinator of the Centre (may be authorized to make under the tender) the bidder shall be entitled to the payment of the bills(s) within a reasonable period of time only after the satisfactory operation of the equipment.

Page 14: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

10 of 45

(ii) University Payment Terms: 90% of the cost will be paid within a reasonable period after the delivery with successful installation of the item and the balance 10% of the cost will be paid within one month after the receipt of the certificate from the concerned department stating the good performance of the equipment. Payment on other terms will not be made under any circumstances. (iii) Mode of Payment for Imported Items: The bidders shall quote the rates in foreign currencies only and the purchase shall be made by opening Letter of Credit. 10. All costs towards damages / expenses / demurrage charges, which the University might have paid for which the bidder is liable may be deducted by the Head of the Department/ Director / Coordinator of the Centre concerned from any money due to the bidder. 11. The final payment for goods or materials under the contract shall be made only on production of receipt of payment of Income Tax of the previous years. 12. Any notice to the bidder shall be deemed to be sufficiently served, to the address of the bidder given by him at the time of e – tender uploading. 13. Bid may be sent for each and every item separately indicating the serial number of the item in the Tender documents. 14. IN THE CASE OF IMPORT: The supplier/local agent is required to watch the shipment and advice “Dr. K. Srinivas (Professor & Principal Investigator), Department of Mining Engineering , Anna University, Chennai - 600 025.” by E-mail: [email protected] about the shipment on the same day for speedy clearance of cargo. If this University is forced to pay the demurrage in the absence of the receipt of information of shipment, the bidder will be held responsible for the demurrage, the bidder has collect it from the local agent and pay to Anna University. 15. TRAINING Onsite training is required at the place of delivery. The vendor may specify the minimum period and charges, if any. 16. TECHNICAL BID EVALUATION a. The technical bid evaluation will be with reference to the payment of EMD and only on the fulfillment of qualification criteria & the technical specifications as stipulated in the tender document. b. The price bids of only those tenderers whose technical bids are found substantially responsive will be opened on the date and time which would be intimated later.

Page 15: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

11 of 45

17. COMMERCIAL BID EVALUATION a. The commercial bid evaluation will be done as per the TamilNadu Transparency in Tenders Act, 1998 & TamilNadu Transparency in Tenders Rules,2012. b. The quoted rates should be only on unit basis. c. The rates should be inclusive of cost involved in delivery of the materials at the store of the University or at any other site within the Anna University, Chennai as required by the Board. d. The rate quoted for maintenance should include operating machines, erection, removal all types of repairs / replacement, tools & plants, etc in complete.

REGISTRAR

Page 16: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

12 of 45

TENDER NO.7288/PP4/Mining/2015 19/08/2015, due on 08/09/2015.

LETTER OF THE TENDERER

This letter to be delivered on or before 08.09.2015 at 3.00 pm To The Registrar Anna University Chennai-600 025 Sir, I / We do hereby tender I offer to the Anna University for the Supply, Installation, Testing and Maintenance of Bentonite Mixing Machine of 1 No. conforming to the technical specifications and to the conditions stated in the annexed contract and specification and drawings attached here to. I / We have understood that the requirement of the University is to Technical training and noted the details of the materials to be supplied and have carefully understood the conditions of contract and the specification and drawing with all the stipulations of which I / We agree to comply. I / We hereby undertake to complete delivery of the Machines at the places mentioned in the specification, within the time limit specified by the University tender document. I am I We are quite aware that quality of the machines and time of delivery are the essence of this contract and accordingly, we would adhere to the same. I / We affirm that in any previous tender, we have not committed any fraud by furnishing wrong information with any Organization in our transaction. I / We further confirm that in case, any of the information noted above is found to be in correct, I / We will be liable for any action under the terms of the tender / contract including termination of the contract. I / We hereby undertake and agree to pay the Security Deposit as per the tender conditions from the date of receipt of the letter from ‘The Registrar’. I / We undertake to sign the contract with the University on the lines of the tender conditions and of the draft contract enclosed in the tender documents. I / We further agree that the acceptance of the tender conditions would, by itself, constitute a valid and concluded contract binding on me/us, even if separate contract is not signed.

Page 17: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

13 of 45

I / We further agree that in the event of my/our failing to deposit securities mentioned above or to produce the latest income tax and sales tax clearance certificate or to execute the Contract immediately, the Registrar, Anna University, shall be entitled to cancel the contract and there upon arrange for any other person or persons to supply the materials herein before mentioned and I / We agree to be liable for all damages, losses, charges and expenses arising from or by reason of such failure on our part. I / We hereby further agree and undertake that: I / We hereby declare that I / We agree to do the various acts, deeds and things referred to herein, for enabling the University to procure the Machines for Technical training. I / We hereby declare that I / We agree in the event of any question, dispute or difference whatsoever arising between the successful bidders to this agreement. Such as differences shall be deemed to be a submission to arbitration under the Indian Arbitration and Conciliation Act, 1996, or of any modifications or reenactments thereof. Having fully understood the tender conditions and the above undertaking in this letter, we sign this .............Day of ........... .........at Chennai. Yours faithfully, Authorized Signature : Name & Designation of Signatory: ………………………………………………………………………………………………………………………………………… Name of the Bidder ………………………………………………………………………………………………………… Address …………………………………………………………………………………………………………

Page 18: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

14 of 45

ANNA UNIVERSITY CHENNAI 600 025

TECHNICAL BID DOCUMENT - Volume II for

Tender Ref No.7288/PP4/Mining/2015

Critical Dates

1. Tender Publish Date

19.08.2015 10.00 a.m.

2. Bid Document Download Start Date

19.08.201510.00 a.m.

3. Clarification Start Date

19.08.201510.00 a.m.

4. Pre Bid Meeting Date

25.08.2015 03.00 p.m.

5. Technical and Financial Bid Submission Start Date

26.08.201510.00 a.m.

6. Physical Submission of EMD End Date/ Clarification End Date/ Contacting Help Desk on E-Tendering End date

07.09.201503.00 p.m.

7. Bid Document Download End Date

08.09.2015 03.00 p.m.

8. Technical and Financial Bid Submission End Date

08.09.201503.00 p.m.

9. Technical Bid Opening Date

08.09.201503.05 p.m.

Page 19: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

15 of 45

INSTRUCTIONS FOR THE SUBMISSION OF TECHNICAL BIDS

1. All the pages in the Technical Bid should be signed by the authorized signatory with seal. 2. Equipment for Soil-Machine Interaction laboratory, Department of Mining Engineering,

Anna university, Chennai to be supplied by the tenderer should conform to the specifications mentioned under, "Technical specification for all Equipment for Soil-Machine Interaction laboratory, Department of Mining Engineering, Anna university, Chennai " enclosed in Volume - II.

3. Even, if some of the requirements to ensure quality of the machine do not find mention

under "Technical specifications"; the same should be treated as implied and complied with or provided with for making the machine highly efficient and durable, capable of rendering smooth & uninterrupted service.

4. Before the delivery of the machines and before its installation at the factory of the

Contractor, the Third Party Agency / Technical experts deputed by the Purchaser shall have a thorough inspection of each and every part of the machines and the technology used and other relevant factors.

5. After the delivery of the machines, if it is found that any of the parts do not conform to

the specifications, or is of inferior quality or the working of the machine is not smooth and efficacious, the tenderer shall be required to replace the entire machine by a qualitative new machine.

6. In such event, the University has also the right to claim the losses & damages from the

tenderer.

Page 20: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

16 of 45

ANNA UNIVERSITY CHENNAI 600 025

ELIGIBILITY CONDITIONS

for Tender Ref No. 7288/PP4/Mining/2015

The bidders are required to fulfill the following eligibility conditions and furnish documentary evidence listed below:-

1. Bidder should be a registered manufacturing company in India and existing for the past three years.

2. The bidder / Principal must have supplied similar kind of equipment in the past in India.

3. Bidder should have an Annual turnover of at least Rs. 50 lakhs in the previous three audited years

4. The bidder must furnish the name of the persons and contact details of the customers to whom the similar kind of equipment has been previously sold.

5. The bidder must produce a certificate from the Principal that they are the authorized dealer / agent to tender for this equipment.

6. Successful bidders must supply, install and demonstrate about the equipment to the respective colleges without any additional cost.

7. The bidder should have the facility to service the equipment after the warranty period.

REGISTRAR

Page 21: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

17 of 45

TECHNICAL SPECIFICATIONS FOR EQUIPMENT OF SOIL-MACHINE INTERACTION LABORATORY, DEPARTMENT OF MINING ENGINEERING, ANNA UNIVERSITY,

CHENNAI

MOTORIZED BENTONITE MIXER CAPABLE OF MOVING IN ALL THE TREE DIRECTIONS

1.0 GENERAL DESCRIPTION Department of Mining Engineering, Anna University has a Soil-machine interaction studied simulation tank of 14.0 m X 4.0 m X 4.0 m (length X breadth X depth). Bentonite and water will be filled up to a maximum depth of 2.5 m in this tank. The Bentonite bed has to be mixed to obtain homogeneity throughout the bed with an agitator/mixer in order to prepare the bed to simulate the sea bed soil conditions (properties). The process of Bentonite bed preparation in the tank is planned to be motorized by a mobile mixer/agitator. The supplier has to design, fabricate, supply, install and test the said Bentonite Mixer. The mixer should have a suitable carriage should have long and cross travel facility (longitudinal and transverse directions with variable speed) so as to cover the entire simulation tank. The agitator/mixer shall be mounted on the carriage. The agitator/mixer shall have facility to move vertically on the carriage with variable speed. The mixer shall be capable moving in all the three directions with variable speed while mixing/agitating at variable speed. The details of the system and their controls with deliverables are given as below: 2.0 PRE-QUALIFICATION CRITERIA Tenderer should have experience of design and fabrication of machines capable of moving in all three directions with variable speeds. 3.0 SCOPE OF WORK The scope includes design, fabrication, manufacture, inspection, assembly, shop testing, painting, as at the site after packing & forwarding, supply, transport to site unloading and safe storage at site erection & commissioning and handing over of the Bentonite Mixer complete with electrics & shrouded bus bar system for LT power supply. The Scope also includes the following item /accessories, services but shall not be limited to: 1. Load break switch (to be located in the building) with MCCB & ELCB and cabling

between loads break switch and shrouded bus bar. 2. Supporting arrangement for Shrouded Bus Bar LT power supply system. 3. Buffer stops 4. All welding work required for the above shall be done by the contractor. 5. Down shop Leads: Insulated copper conductor shrouded bus-bar system with all

accessories for Bentonite Mixer power feed. 6. Power disconnecting switches on the Bentonite Mixer walkway immediately after main

current collecting gear.

Page 22: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

18 of 45

7. State of art Digital VVVF/VFD drives for Bentonite Mixer application for all motions of the Bentonite Mixer.

8. Lighting distribution board and Bentonite Mixer lighting fixtures 9. All power and control cables shall be integral to the Bentonite Mixer with cable trays. 10. All operations and control of Bentonite Mixer shall be by Pendant. 11. Bentonite Mixer earthing system employing PVC insulated standard copper conductor

cables with distinctly coloured sheath. 12. Supply of initial requirement of oil, lubricants & cleaning /flushing fluid including

replenishment during erection, testing and commissioning of the equipment. 13. Erection, testing & commissioning of Bentonite Mixer crane. 14. Supply of all drawings, documents, operation and maintenance manuals, catalogues, as

built drawing of the equipment supplied for reference at no extra cost. Drawings shall be complete in all respects with dimensions, item lists, weights, etc.

15. The tenderer shall furnish the design calculation and stress analysis also. 16. Obtaining statutory clearance from Electrical Inspectorate and other government bodies

including carrying out modification suggested by them. 4.0 INSTRUCTIONS TO TENDERER

The Contractor shall ensure that the Bentonite Mixer is manufactured as per the tolerance indicated in IPSS: 2-02-002-83 4.6.

Complete Inspection & Testing of the Bentonite Mixer shall be carried out in presence of PURCHASER's representative.

All working parts (As far as possible) shall be arranged for convenient operation, inspection, lubrication and ease of replacement with minimum down time. All like parts or equipment shall be interchangeable.

5.0 DESIGN CRITERIA

Bentonite Mixer shall be designed. Manufactured & tested in according with relevant Indian Standards mentioned below.

a. IS: 3177-1999 for Mechanism b. IS: 807-1976 for Structure

No cast iron part shall be used except for electrical equipment & no wood or other combustible materials shall be used.

All wheels, couplings, etc. shall be provided with covers opening on strong hinges. All heavy covers shall be provided with inspection windows. The minimum thickness of such steel covers shall be 3.15mm.

Where Down shop leads is below runway rails, guard shall be provided on the Bentonite Mixer to prevent the agitiator/mixer from coming in contact with down leads.

Guards have to be provided for all gears, wheels shafts, couplings and protruding parts, etc.

All trailing cables shall be clamped with PVC or non-metallic clamps. The equipment noise shall not exceed design levels of 85 dB based on eight hours time

weighted average exposures. The crane works in corrosive conditions. A corrosion allowance of minimum 1.5 mm

shall be added to the designed thickness of the members and the minimum thickness of the members shall however be not less than 8mm.

Page 23: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

19 of 45

6.0 TECHANICAL SPECIFICATION 6.1 MECHANICAL 6.1.1. GENERAL

Traverse mechanism shall consist of motors connected to horizontal or vertical or reducer through direct coupling. Low speed shaft of the reducer shall be connected to the driving wheels by means of coupling.

Long travel drives shall consists of motor connected to horizontal reducer through direct coupling. Output shaft of LT reducer through gear direct coupling. Brake shall be monument at the outboard end of the first pinion.

Not less than 50% of long travel wheels shall be positively driven Individual wheel to wheel drive shall be provided for long travel and central drive for

cross travel. The entire Bentonite Mixer shall be stable on the track without getting lifted off the track

during long and cross travel. To ensure this suitable facility is to be provided. The mixer unit should be capable of moving (with the entire drive and speed controlling

unit) up and down while the mixer is in operation. Maximum vertical movement shall be 4.0 m.

6.1.5 GEAR & GEAR BOX

All gears shall be hardened & tempered alloy steel having machine cut teeth in metric module. Over hung gears shall not be used.

Surface hardness for pinion shall be 255 to 300 BHN & for gears it shall be 215 to 260 BHN. Difference in handiness of pinion & gear shall not be less than 20 BHN.

6.1.6 WHEELS Bentonite Mixer wheels shall be solid double flanged. Wheel shall be mounted in anti friction roller bearings housed between pad plates. Wheels shall be of forged rolled steel. 6.1.7 BEARING & BEARING HOUSING All bearings used in the Bentonite Mixer shall be of sealed antifriction type. 6.1.8 BUFFERS Rubber buffers shall be provided on all the 4 corners of the long travel track & the end carriages for long & cross travel motions respectively. Similar buffers are to be provided at both ends of the vertical travel of the mixer unit also. 6.1.9 LUBRICATION Individual SS nipple lubrication system shall be provided for all the bearings. Lubrication to the gear and pinions in the gear boxes shall be splash fed from the sump. 6.1.11 END CARRIAGES

The end carriages shall be fitted with appropriate safety devices to prevent the Bentonite Mixer from falling more than 25mm in the event of breakage of track wheel (both for LT & CT) , bearing or axis. The safety device shall be so designed that it will not interfere

Page 24: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

20 of 45

with the replacement of wheels. Suitable rail sweeps shall be provided at each end of the end carriages.

Suitable jacking pads at a height of about 350 mm from top of the rail shall be provided on end carriage for jacking up the crane while changing wheels. Jacking pads shall not, in any case, interfere with replacement of track wheels.

6.1.12 TROLLEY FRAME

All bearing and supports shall be so located that load on each of the trolley wheel is as equal as possible.

6.2 ELECTRICAL DETAILS 6.2.1 METERS Ammeters shall be provided for mixer unit, vertical, long & cross travel drives. Accuracy class of meters shall be 1.5. 6.2.2 CONTROL FEATURES All the motions of the Bentonite Mixer shall be controlled through VVVF/VFD drive. Control shall be so designed that the brake shall arrest positively whenever motor power fails due to any reason (fail safe mode). 6.2.3 MOTORS

Motors shall be of suitable duty, reversible crane services and selected for the specific crane duty service.

All the motors should be of continuous rating type. Motor kW shall be computed as per IS: 3177-1999 suitably debated for temperature. The insulation class shall be class F with temperature rise restricted to class B. Motors shall be designed for VVVF/VFD application. Regreasing and excess grease drain facilities shall be provided as a standard feature. Motors shall be provided with lifting arrangement and name plate.

6.2.4 BRAKES

All brakes shall be of AC electromagnetic disc type Brakes shall be designed to be fail-safe whenever the current is interrupted either

intentionally or by failure of the mains supply. 6.2.5 LIMIT SWITCHES

Roller lever operated, self - resetting limit switches shall be provided for all travel motions, namely long, cross and vertical.

Additional gravity type limit switch must be provided for vertical travel. An indication on panel shall be provided to the operator whenever this limit switch has

been operated. 6.2.6 LIGHTING, SOCKET OUTLET, ETC.

A lighting transformer of at least 2.5 KVA shall be provided.

Page 25: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

21 of 45

Provision for minimum of 4 Nos. of high bay dust tight sodium /mercury vapour light (200 W each) fixtures shall be made on either side of the trolley equally spaced about the crane span.

A hand lamp socket outlets & power socket outlet shall be provided along with switches for the crane. Hand lamp shall be rated for 240 V.

6.2.7 EQUIPMENT IN PENDANT UNIT Pushbuttons/Switches with LED Lamps shall be included on the pendant units

Switches for: Flood lights, bell, Lockable ON/OFF LED lamps for: Power "ON" indication and emergency corner switch operation. Powder coated GI/SS/PVC pendant unit of independently moving type shall be provided.

6.2.8 CABLES

All cables shall have stranded flexible copper conductors and the minimum size shall be 2.5 mm2 for control wiring and 4.0 mm2 for power wiring.

Fixed wiring on cranes shall be carried out with PVC insulated. 6.2.9 BENTONITE MIXER POWER SUPPLY FEED SYSTEM Bentonite Mixer power supply feed system shall comprise of 4-wire encapsulated / shrouded copper bus bar conductor system of 125 A capacity suitable for single power feed to mid point. 6.2.10 VVVF/VFD DRIVE VVVF/VFD drive shall be provided for controlling all motions of the Bentonite Mixer. These shall utilize the latest technique of pulse width Modulation and shall be vector controlled drives. It shall be state of the art digital AC drive technology for crane application. 6.2.10.1 Electrical Requirements All motors and circuits are to be provided with MPCB for controlling the powers supply to each of the circuit independently. 6.2.10.2 VVVF/VFD drives shall have following feature for protection of the drives:

Thermal protection of motor Short circuit protection of motors Phase loss Reverse phase Over temperature protection of motor with PTC sensors using thermostat relays. Overload protection of VVVF drive. Over temperature protection of VVVF drive. D.C. bus under/over voltage Earth fault.

Page 26: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

22 of 45

6.2.11 EARTHING A ring earthing system shall be provided on the Bentonite Mixer. Each electrical

equipment shall be connected to this earthing system at least at two points. However, for electronic circuits, insulated earth wire shall run in panel & terminate at main earth connection only at one point.

Earth connections to equipment shall be made by means of multi-strand flexible copper conductor of adequate cross section.

7.0 ERECTION, TESTING & COMMISSIONING 7.1 ERECTION

The contractor has to ensure that the foundation level, locations, insert locations, etc. required for the Bentonite Mixer track, platform, erection etc. are provided in line with the requirement and is acceptable before taking up the sub assembly /assembly/erection work.

Before the equipment is handed over to the PURCHASER, the equipment will be applied with touch-up finish paint to give an aesthetic look to the equipment.

7.2 TESTING AND COMMISSIONING

After the Bentonite Mixer is completely erected, the equipment will be thoroughly inspected for correctness and completeness of the installation and they shall be subjected to final test.

Contractor shall carryout testing of complete equipment including load resting with regard to its performance and other requirements and get themselves satisfied before offering the equipment to the Purchaser for inspection/load tests.

8.0 SURFACE PREPARATION AND PAINTING

Surface made of non-ferrous materials like aluminium, brass, bronze, austenitic stainless steel, cast iron and other corrosion resistant alloys, insulated surface of equipment and pipes except colour coding wherever required are not required to be painted unless specified except for aesthetic purpose or for identification bands.

Unless otherwise specified, all steel structures, immediately after fabrication at shop undergo thorough surface preparation by mechanical cleaning.

Paints shall be applied not later than 3-4 hours after cleaning of surface. Unless otherwise specified, areas which become inaccessible after assembly shall be

painted before assembly after cleaning the surface. The surface shall be perfectly dry before painting. The primer painting shall consist of 1 coat of Epoxy Zinc Phosphate primer of 50

microns DFT. Intermediate 1 coat of Epoxy polymide MIO 75 microns DFT. The finish coat shall consist of 1 coat high build epoxy polymide paint of 90 microns

DFT and 4th finishing paint of epoxy polyurethane 35 microns DFT. Finishing coat shall be one before erection and one after erection.

Page 27: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

23 of 45

SPECIFICATIONS OF MOTORIZED BENTONITE MIXER CAPABLE OF MOVING IN ALL THE THREE DIRECTIONS

Sl. No.

Details Specifications Type and Make

1. Carriage way size

As small as possible to occupy minimum space in the simulation tank while not in opertation

2. Type of Mixer Rotary with spiral (auger) mixer 3. Max. depth of

Bentonite bed to be mixed

2.5 m

4. Span 4.0 m 5. Run length 14.0 m 6. Height of Lift 4.0 m 7. Class of Duty Class II- M5 as per IS 807/3177 8. Operation Through Pendent operation facility 9. Location Indoor 10. Speeds Dual Speed Cross Travel

Speed 12 m/min & 10 % Micro Speed thru VFD VVVF/VFD of ABB/SIEMENS/ AB/GEC/ Schneider / Allen Bradley / Yasakawa

11. Long Travel Speed

12 m/min & 10 % Micro Speed thru VFD

12. Vertical Travel 12 m/min & 10 % Micro Speed thru VFD 13. All Motor Type S4 Duty 40% CDF ,150 St/hr, Class F

insulated AC. Sq. Cage Induction

Crane duty Motors of GEC (Alsthom) / Siemens / Kirloskar (IEC Frame size only) / Bonfiglioli / Nord / Rossi/Bharat Bhililee

14. No of Cross Travel Motor

1 Nos. of 5.00 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5), Sq. cage Induction motor

15. No of Long Travel Motor

2 Nos. of 5.0 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5) Sq. cage Induction motors. Bothe motors shall be controlled by a single VVVF/VFD. Both the motors shall work in synchronization to move the carriage at constant speed. Both the motors shall be controlled by single VVVF/FVD

16. No. of Vertical Travel Motors

1 Nos. of 5.00 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5), Sq. cage Induction motor

17. Rotary motion of Tool

1 Nos. of 5.00 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5), Sq. cage Induction motor

18. Drive Panel The VVVF/VFD shall be housed within a

Page 28: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

24 of 45

IP66 enclosure wired with all the interfaces 19. Operation

Controls Start/ Stop Emergency Stop Speed Control potentiometer Remote/local operation Switch In – comer/ isolator with handle(On/off

rotary Switch)

Metering and indications

Phase Indications Motor On(Separate Indication for

each motor) Voltage/current/power(Multi

Function meter) Alarm/trip

20. Remote Console Hand held remote pendant for operation and control of the carriage way.

21. Brakes for all motions

In-built Electro Mechanical Conical rotor / AC Disc. Electromagnetic

BCH/ Emco Lenz / PETHE/ Elecktromag / Speed – O

22. Transmission, Gears

Suitable gears should be supplied to support the carriage speeds mentioned above. The transmission system shall be designed such that there is no slippage.

23. Gear Box Type Planetary Gearbox 24. Gera Bax for

mixer/Agitator With the help of the

gear box and the VVVF/VFD the RPM of the mixer/agitator shall be controllable from 200 to 20

25. Cross Travel & Vertical travel Power Supply

Festoon Cable

26. Mixer diameter Minimum 200 mm 27. Railings Suitable railing of minimum 50 X 50 mm

bright bars should be provided

28. Paint Colour Orange/ Siemens grey 29. Mixer Frame Minimum 150 ISMC 30. All Wheels Straight Tread, Dead Axle Execution 31. Load indication

device To be provided for all motors

32. Limit switch Provided for all motions Cam / Track / Rotary Type - Electronics & Power Control / Stromkraft/ AG Mechanica/AGL

Page 29: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

25 of 45

Engineering Enterprises /Giovenzana

33. Load Limiting Device

Load limiting device(Type –cross bar/ Lever type limit switch in V.T, C.T and L. T

34. Load indication device

To be provided for all motors

35. Voltage Power 415 V/3Ph/50Hz /AC, Control 110V/1Ph/50Hz/AC

36. Control panel The panel shall be provided with protection of IP65/66

37. Trailing cable arrangement for CT

‘C’ Rail system

38. DSL System Shrouded copper Bus Bar FAFECO/Stromag Engineers / Safetrack/Safeline

39. Painting 1 coat of primer (Yellow Buff) and 2 coats of signal yellow colour (RAL 1003).

40. Under Bridge Lights

4 Nos. of sodium/mercury vapour lamps.

41. Cable for pendent

The supplier has to provide suitable cable size

42. Hand held remote

The supplier has to provide hand held remote control unit/consol for remote operations

43. Start Stop switch To be provided by supplier. In addition Emergency stop switch(Latched with key) shall also be provided.

44. Alarm Hooter To be Provided

Important Note: The whole carriage shall be able to move on the bentonite tank over

rollers smoothly without having any twisting movements. LIST OF APPROVED MANUFACTURERS

Sl. No.

Component Specifications

A. Electrical Equipment 1. A.C Contractors SIEMENS / SCHNEDIDER / L&T / AAB 2. Resistance (Stainless Steel Grid) Bharatiya Cutler Hammer / Stormkraft. 3. Safety Switches L & T / Siemens / BCH. 4. Cables Universal Cables / Asian / CCI /

FORTGLOSTER/POLYCAB 5. Indicating Lamps Siemens / L & T/BCH 6. Circuit Breaker/ MCCB (Crane L & T / Siemens / GEC – ALSTHOME./ABB

Page 30: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

26 of 45

Duty) 7. Control Panels Control Siemens / BCH / L & T / Lotus Power

Gear/ GEPC 8. LED OEN / L&T /VAISHNO 9. Control Transformers KAPPA / KALPA/ INTRANS 10. Pendent & Push Button Siemens / Telemechanique 11. Switch gear Siemens / L&T 12. Panel Seimens grey/epoxy coated finish

B. Mechanical Equipment 13. All steel Plates, I section girders,

Channels, angle irons, etc. Tata/Zindal/SAIL make

14. Bearings SKF / FAG 15. Oil seals Vaco Oil seals/ Rubber Equipment & Engg .

Co.Ltd 16. Lubrication Tecalimit / Lubcon / AFMC.

REGISTRAR

Page 31: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

27 of 45

ANNA UNIVERSITY

CHENNAI 600 025

FINANCIAL BID DOCUMENT - Volume III

for

Tender Ref No.7288/PP4/Mining/2015

Critical Dates

1. Tender Publish Date

19.08.2015 10.00 a.m.

2. Bid Document Download Start Date

19.08.201510.00 a.m.

3. Clarification Start Date

19.08.201510.00 a.m.

4. Pre Bid Meeting Date

25.08.2015 03.00 p.m.

5. Technical and Financial Bid Submission Start Date

26.08.201510.00 a.m.

6. Physical Submission of EMD End Date/ Clarification End Date/ Contacting Help Desk on E-Tendering End date

07.09.201503.00 p.m.

7. Bid Document Download End Date

08.09.2015 03.00 p.m.

8. Technical and Financial Bid Submission End Date

08.09.201503.00 p.m.

9. Technical Bid Opening Date

08.09.201503.05 p.m.

Page 32: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

28 of 45

PREAMBLE

1. The price bid shall be read in conjunction with the instructions to the tenderers and Technical specifications.

2. The University reserves the right to increase or decrease the quantity given in the bid.

3. The rates should be inclusive of cost involved in delivery of the materials at the store of

the University or at any other site as required by the University No extra amount on any ground can be claimed.

4. In case of discrepancy between the rates quoted in words and in figures, lower of the two

will governed.

5. Any additional information or explanations can be set out in a covering letter. i) Original Equipment Manufacturers Test Certificate (if needed). ii) Manuals and Tool Kits. iii) University's Technical Team Report for field inspection for specified items.

Page 33: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

29 of 45

TENDER NO.7288/PP4/Mining/2015 19/08/2015, due on 08/09/2015.

LETTER OF THE TENDERER This letter to be delivered on or before 08.09.2015 at 3.00 p.m. To The Registrar Anna University CHENNAI - 600 025 Sir, I / We do hereby tender I offer to the Anna University for the Supply and delivery of 1 No of Bentonite Mixing Machine ……………………………………............................................................... The above offer is conforming to the technical specifications and to the conditions stated in the annexed contract and specification and drawings attached here to. I / We have understood that the requirement of the University and carefully understood the conditions of contract and the specification and drawing with all the stipulations of which I / We agree to comply. I / We hereby undertake to complete delivery of the Equipment and Installation at the place mentioned in the specification, within the time limit specified by the University. I am / We are quite aware that quality of the machines and time of delivery are the essence of this contract and accordingly, we would adhere to the same. I / We affirm that in any previous tender to the Anna University, we have not committed any fraud by furnishing wrong information and the University had not written to us alleging fraud in our transaction with any Organization.

I / We further confirm that in case, any of the information noted above is found to be in corrected, I / We will be liable for any action under the terms of the tender / contract including termination of the contract and forfeiture of the Earnest Money / security Deposit. I / We hereby undertake and agree to pay the Security Deposit as per the tender conditions from the date of receipt of the letter from ‘The Registrar’. I / We undertake to sign the contract with the University on the lines of the tender conditions and of the draft contract enclosed in the tender documents. I / We further agree that the acceptance of the tender conditions would, by itself, constitute a valid and concluded contract binding on me/us, even if separate contract is not signed"

Page 34: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

30 of 45

I / We further agree that in the event of my/our failing to deposit securities mentioned above or to produce the latest income tax and sales tax clearance certificate or to execute the Contract immediately, the Registrar, Anna University, shall be entitled to cancel the contract and there upon arrange for any other person or persons to supply the materials herein before mentioned and I / We agree to be liable for all damages, losses, charges and expenses arising from or by reason of such failure on our part. I / We hereby further agree and undertake that:

a. In case, there is any defect found in the machines or in any part of the machine delivered, we undertake to replace the machine by a new machine. b. lf the machine delivered is found to have even the slightest damage, due to any reason like in the process of transportation, the machines should be replaced by a new one.

I / We hereby declare that I / We agree to do the various acts, deeds and things referred to herein, for enabling the University to procure the Equipment for Soil-Machine Interaction laboratory, Department of Mining Engineering, Anna university, Chennai for the removal of obstructions using the machines. Having fully understood the tender conditions and the above undertaking in this letter, we sign this ............................ Day of ……………… at Chennai. Yours faithfully, Authorized Signature : Name & Designation of Signatory: ………………………………………………………………………………………………………………………………………… Name of the Bidder ………………………………………………………………………………………………………… Address …………………………………………………………………………………………………………

Page 35: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

31 of 45

TENDER NO.7288/PP4/Mining/2015 19/08/2015, due on 08/09/2015 PRICE SCHEDULE

Sl. No.

Description Rate / Unit

Rs. P Amount

Rs. P In fig In words

1.

Bentonite Mixing Machine of 1.0No GENERAL DESCRIPTION Department of Mining Engineering, Anna University has a Soil-machine interaction studied simulation tank of 14.0 m X 4.0 m X 4.0 m (length X breadth X depth). Bentonite and water will be filled up to a maximum depth of 2.5 m in this tank. The Bentonite bed has to be mixed to obtain homogeneity throughout the bed with an agitator/mixer in order to prepare the bed to simulate the sea bed soil conditions (properties). The process of Bentonite bed preparation in the tank is planned to be motorized by a mobile mixer/agitator. The supplier has to design, fabricate, supply install and test the said Bentonite Mixer. The mixer should have a suitable carriage should have long and cross travel facility (longitudinal and transverse directions with variable speed) so as to cover the entire simulation tank. The agitator/mixer shall be mounted on the carriage. The agitator/mixer shall have facility to move vertically on the carriage with variable speed. The mixer shall be capable moving in all the three directions with variable speed while mixing/agitating at variable speed. The details of the system and their controls with deliverables are given as below: 2.0 PRE-QUALIFICATION CRITERIA Tenderer should have experience of design and fabrication of machines capable of moving in all three directions with variable speeds.

Page 36: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

32 of 45

3.0 SCOPE OF WORK The scope includes design, fabrication, manufacture, inspection, assembly, shop testing, painting, as at the site after packing & forwarding, supply, transport to site unloading and safe storage at site erection & commissioning and handing over of the Bentonite Mixer complete with electrics & shrouded bus bar system for LT power supply. The Scope also includes the following item /accessories, services but shall not be limited

to: 17. Load break switch (to be located in the building) with MCCB & ELCB and

cabling between loads break switch and shrouded bus bar. 18. LT rail (50 X 50 mm bright bar) straightening & installation including its fixing

arrangement and the fasteners (Bright bars of 50 X 50 mm, welding electrodes and fasteners).

19. Supporting arrangement for Shrouded Bus Bar LT power supply system. 20. Buffer stops 21. All welding work required for the above shall be done by the contractor. 22. Any minor chipping & levelling work required for carrying out the above jobs is

also included in the scope of work. 23. Down shop Leads: Insulated copper conductor shrouded bus-bar system with all

accessories for Bentonite Mixer power feed. 24. Power disconnecting switches on the Bentonite Mixer walkway immediately

after main current collecting gear. 25. State of art Digital VVVF/VFD drives for Bentonite Mixer application for all

motions of the Bentonite Mixer. 26. Lighting distribution board and Bentonite Mixer lighting fixtures 27. All power and control cables shall be integral to the Bentonite Mixer with cable

trays. 28. All operations and control of Bentonite Mixer shall be by Pendant. 29. Bentonite Mixer earthing system employing PVC insulated standard copper

conductor cables with distinctly coloured sheath. 30. Supply of initial requirement of oil, lubricants & cleaning /flushing fluid

including replenishment during erection, testing and commissioning of the

Page 37: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

33 of 45

equipment. 31. Erection, testing & commissioning of Bentonite Mixer crane. 32. Supply of all drawings, documents, operation and maintenance manuals,

catalogues, as built drawing of the equipment supplied for reference at no extra cost. Drawings shall be complete in all respects with dimensions, item lists, weights, etc.

33. The tenderer shall furnish the design calculation and stress analysis also. 34. Obtaining statutory clearance from Electrical Inspectorate and other government

bodies including carrying out modification suggested by them. 4.0 INSTRUCTIONS TO TENDERER

The Contractor shall ensure that the Bentonite Mixer is manufactured as per the tolerance indicated in IPSS: 2-02-002-83 4.6.

Complete Inspection & Testing of the Bentonite Mixer shall be carried out in presence of PURCHASER's representative.

All working parts (As far as possible) shall be arranged for convenient operation, inspection, lubrication and ease of replacement with minimum down time. All like parts or equipment shall be interchangeable.

5.0 DESIGN CRITERIA

Bentonite Mixer shall be designed. Manufactured & tested in according with relevant Indian Standards mentioned below.

a. IS: 3177-1999 for Mechanism b. IS: 807-1976 for Structure

No cast iron part shall be used except for electrical equipment & no wood or other combustible materials shall be used.

All wheels, couplings, etc. shall be provided with covers opening on strong hinges. All heavy covers shall be provided with inspection windows. The minimum thickness of such steel covers shall be 3.15mm.

Where Down shop leads is below runway rails, guard shall be provided on the Bentonite Mixer to prevent the agitiator/mixer from coming in contact with down leads.

Guards have to be provided for all gears, wheels shafts, couplings and protruding

Page 38: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

34 of 45

parts, etc. All trailing cables shall be clamped with PVC or non-metallic clamps. The equipment noise shall not exceed design levels of 85 dB based on eight

hours time weighted average exposures. The crane works in corrosive conditions. A corrosion allowance of minimum 1.5

mm shall be added to the designed thickness of the members and the minimum thickness of the members shall however be not less than 8mm.

6.0 TECHANICAL SPECIFICATION 6.1 MECHANICAL 6.1.1. GENERAL

Traverse mechanism shall consist of motors connected to horizontal or vertical or reducer through direct coupling. Low speed shaft of the reducer shall be connected to the driving wheels by means of coupling.

Long travel drives shall consists of motor connected to horizontal reducer through direct coupling. Output shaft of LT reducer through gear direct coupling. Brake shall be monument at the outboard end of the first pinion.

Not less than 50% of long travel wheels shall be positively driven Individual wheel to wheel drive shall be provided for long travel and central

drive for cross travel. The entire Bentonite Mixer shall be stable on the track without getting lifted off

the track during long and cross travel. To ensure this suitable facility is to be provided.

The mixer unit should be capable of moving (with the entire drive and speed controlling unit) up and down while the mixer is in operation. Maximum vertical movement shall be 4.0 m.

6.1.5 GEAR & GEAR BOX

All gears shall be hardened & tempered alloy steel having machine cut teeth in metric module. Over hung gears shall not be used.

Surface hardness for pinion shall be 255 to 300 BHN & for gears it shall be 215 to 260 BHN. Difference in handiness of pinion & gear shall not be less than 20

Page 39: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

35 of 45

BHN. 6.1.6 WHEELS Bentonite Mixer wheels shall be solid double flanged. Wheel shall be mounted in anti friction roller bearings housed between pad plates. Wheels shall be of forged rolled steel. 6.1.7 BEARING & BEARING HOUSING All bearings used in the Bentonite Mixer shall be of sealed antifriction type. 6.1.8 BUFFERS Rubber buffers shall be provided on all the 4 corners of the long travel track & the end carriages for long & cross travel motions respectively. Similar buffers are to be provided at both ends of the vertical travel of the mixer unit also. 6.1.9 LUBRICATION Individual SS nipple lubrication system shall be provided for all the bearings. Lubrication to the gear and pinions in the gear boxes shall be splash fed from the sump. 6.1.11 END CARRIAGES

The end carriages shall be fitted with appropriate safety devices to prevent the Bentonite Mixer from falling more than 25mm in the event of breakage of track wheel (both for LT & CT) , bearing or axis. The safety device shall be so designed that it will not interfere with the replacement of wheels. Suitable rail sweeps shall be provided at each end of the end carriages.

Suitable jacking pads at a height of about 350 mm from top of the rail shall be provided on end carriage for jacking up the crane while changing wheels. Jacking pads shall not, in any case, interfere with replacement of track wheels.

6.1.12 TROLLEY FRAME

All bearing and supports shall be so located that load on each of the trolley wheel is as equal as possible.

Page 40: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

36 of 45

6.2 ELECTRICAL DETAILS 6.2.1 METERS Ammeters shall be provided for mixer unit, vertical, long & cross travel drives. Accuracy class of meters shall be 1.5. 6.2.2 CONTROL FEATURES All the motions of the Bentonite Mixer shall be controlled through VVVF/VFD drive. Control shall be so designed that the brake shall arrest positively whenever motor power fails due to any reason (fail safe mode). 6.2.3 MOTORS

Motors shall be of suitable duty, reversible crane services and selected for the specific crane duty service

Motor kW shall be computed as per IS: 3177-1999 suitably derated for temperature.

The insulation class shall be class F with temperature rise restricted to class B. Motors shall be designed for VVVF/VFD application. Regreasing and excess grease drain facilities shall be provided as a standard

feature. Motors shall be provided with lifting arrangement and name plate.

6.2.4 BRAKES

All brakes shall be of AC electromagnetic disc type Brakes shall be designed to be fail-safe whenever the current is interrupted either

intentionally or by failure of the mains supply. 6.2.5 LIMIT SWITCHES

Roller lever operated, self - resetting limit switches shall be provided for all travel motions, namely long, cross and vertical.

An indication on panel shall be provided to the operator whenever this limit switch has been operated.

Page 41: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

37 of 45

6.2.6 LIGHTING, SOCKET OUTLET, ETC. A lighting transformer of at least 2.5 KVA shall be provided. Provision for minimum of 4 Nos. of high bay dust tight sodium /mercury vapour

light (200 W each) fixtures shall be made on either side of the trolley equally spaced about the crane span.

A hand lamp socket outlets & power socket outlet shall be provided along with switches for the crane. Hand lamp shall be rated for 240 V.

6.2.7 EQUIPMENT IN PENDANT UNIT Pushbuttons/Switches with LED Lamps shall be included on the pendant units

Switches for: Flood lights, bell, Lockable ON/OFF LED lamps for: Power "ON" indication and emergency corner switch operation. Powder coated GI/SS pendant unit of independently moving type shall be

provided. 6.2.8 CABLES

All cables shall have stranded flexible copper conductors and the minimum size shall be 2.5 mm2 for control wiring and 4.0 mm2 for power wiring.

Fixed wiring on cranes shall be carried out with PVC insulated. 6.2.9 BENTONITE MIXER POWER SUPPLY FEED SYSTEM Bentonite Mixer power supply feed system shall comprise of 4-wire encapsulated / shrouded copper bus bar conductor system of 125 A capacity suitable for single power feed to mid point. 6.2.10 VVVF/VFD DRIVE VVVF/VFD drive shall be provided for controlling all motions of the Bentonite Mixer. These shall utilize the latest technique of pulse width Modulation and shall be vector controlled drives. It shall be state of the art digital AC drive technology for crane application. 6.2.10.1 Electrical Requirements All motors and circuits are to be provided with MPCB for controlling the powers supply

Page 42: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

38 of 45

to each of the circuit independently. 6.2.10.2 VVVF/VFD drives shall have following feature for protection of the drives:

Thermal protection of motor Short circuit protection of motors Phase loss Reverse phase Over temperature protection of motor with PTC sensors using thermostat

relays. Overload protection of VVVF drive. Over temperature protection of VVVF drive. D.C. bus under/over voltage Earth fault.

6.2.11 EARTHING

A ring earthing system shall be provided on the Bentonite Mixer. Each electrical equipment shall be connected to this earthing system at least at two points. However, for electronic circuits, insulated earth wire shall run in panel & terminate at main earth connection only at one point.

Earth connections to equipment shall be made by means of multi-strand flexible conductor of adequate cross section.

7.0 ERECTION, TESTING & COMMISSIONING 7.1 ERECTION

The contractor has to ensure that the foundation level, locations, insert locations, etc. required for the Bentonite Mixer track, platform, erection etc. are provided in line with the requirement and is acceptable before taking up the sub assembly /assembly/erection work.

Before the equipment is handed over to the PURCHASER, the equipment will be applied with touch-up finish paint to give an aesthetic look to the equipment.

7.2 TESTING AND COMMISSIONING

Page 43: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

39 of 45

After the Bentonite Mixer is completely erected, the equipment will be thoroughly inspected for correctness and completeness of the installation and they shall be subjected to final test.

Contractor shall carryout testing of complete equipment including load resting with regard to its performance and other requirements and get themselves satisfied before offering the equipment to the Purchaser for inspection/load tests.

8.0 SURFACE PREPARATION AND PAINTING

Surface made of non-ferrous materials like aluminium, brass, bronze, austenitic stainless steel, cast iron and other corrosion resistant alloys, insulated surface of equipment and pipes except colour coding wherever required are not required to be painted unless specified except for aesthetic purpose or for identification bands.

Unless otherwise specified, all steel structures, immediately after fabrication at shop undergo thorough surface preparation by mechanical cleaning.

Paints shall be applied not later than 3-4 hours after cleaning of surface. Unless otherwise specified, areas which become inaccessible after assembly shall

be painted before assembly after cleaning the surface. The surface shall be perfectly dry before painting. The primer painting shall consist of 1 coat of Epoxy Zinc Phosphate primer of 50

microns DFT. Intermediate 1 coat of Epoxy polymide MIO 75 microns DFT. The finish coat shall consist of 1 coat high build epoxy polymide paint of 90

microns DFT and 4th finishing paint of epoxy polyurethane 35 microns DFT. Finishing coat shall be one before erection and one after erection.

Page 44: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

40 of 45

SPECIFICATIONS OF MOTORIZED BENTONITE MIXER CAPABLE OF MOVING IN ALL THE THREE DIRECTIONS

Sl. No.

Details Specifications Type and Make

1 Carriage way size

As small as possible to occupy minimum space in the simulation tank while not in opertation

2. Type of Mixer Rotary with spiral (auger) mixer 3. Max. depth of

Bentonite bed to be mixed

2.5 m

4. Span 4.0 m 5. Run length 14.0 m 6. Height of Lift 4.0 m 7. Class of Duty Class II- M5 as per IS 807/3177 8. Operation Through Pendent operation facility 9. Location Indoor 10. Speeds Dual Speed Cross Travel

Speed 12 m/min & 10 % Micro Speed thru

VFD VVVF/VFD of ABB/SIEMENS/ AB/GEC/ Schneider / Allen Bradley / Yasakawa

11. Long Travel Speed

12 m/min & 10 % Micro Speed thru VFD

12. Vertical Travel

12 m/min & 10 % Micro Speed thru VFD

13. All Motor Type

S4 Duty 40% CDF ,150 St/hr, Class F insulated AC. Sq. Cage Induction

Crane duty Motors of GEC (Alsthom) / Siemens / Kirloskar (IEC Frame size only) /

14. No of Cross Travel Motor

1 Nos. of 5.00 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5), Sq. cage Induction motor

15. No of Long 2 Nos. of 5.0 (or higher) HP (suitable for

Page 45: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

41 of 45

Travel Motor performing the duty with a factor of safety of 1.5) Sq. cage Induction motors. Bothe motors shall be controlled by a single VVVF/VFD. Both the motors shall work in synchronization to move the carriage at constant speed. Both the motors shall be controlled by single VVVF/FVD

Bonfiglioli / Nord / Rossi/Bharat Bhililee

16. No. of Vertical Travel Motors

1 Nos. of 5.00 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5), Sq. cage Induction motor

17. Rotary motion of Tool

1 Nos. of 5.00 (or higher) HP (suitable for performing the duty with a factor of safety of 1.5), Sq. cage Induction motor

18. Drive Panel The VVVF/VFD shall be housed within a IP66 enclosure wired with all the interfaces

19. Operation Controls

Start/ Stop Emergency Stop Speed Control potentiometer Remote/local operation Switch In – comer/ isolator with

handle(On/off rotary Switch)

Metering and indications

Phase Indications Motor On(Separate Indication

for each motor) Voltage/current/power(Multi

Function meter) Alarm/trip

20. Remote Console

Hand held remote pendant for operation and control of the carriage way.

21. Brakes for all In-built Electro Mechanical Conical BCH/ Emco Lenz /

Page 46: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

42 of 45

motions rotor / AC Disc. Electromagnetic PETHE/ Elecktromag / Speed – O

22. Transmission, Gears

Suitable gears should be supplied to support the carriage speeds mentioned above. The transmission system shall be designed such that there is no slippage.

23. Gear Box Type

Planetary Gearbox

24. Gera Bax for mixer/Agitator

With the help of the gear box and the VVVF/VFD the RPM of the mixer/agitator shall be controllable from 200 to 20

25. Cross Travel & Vertical travel Power Supply

Festoon Cable

26. Mixer diameter

Minimum 200 mm

27. Railings Suitable railing of minimum 50 X 50 mm bright bars should be provided

28. Paint Colour Orange/ Siemens grey 29. Mixer Frame Minimum 150 ISMC 30. All Wheels Straight Tread, Dead Axle Execution 31. Load

indication device

To be provided for all motors

32. Limit switch Provided for all motions Cam / Track /

Page 47: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

43 of 45

Rotary Type - Electronics & Power Control / Stromkraft/ AG Mechanica/AGL Engineering Enterprises /Giovenzana

33. Load Limiting Device

Load limiting device(Type –cross bar/ Lever type limit switch in V.T, C.T and L. T

34. Load indication device

To be provided for all motors

35. Voltage Power 415 V/3Ph/50Hz /AC, Control 110V/1Ph/50Hz/AC

36. Control panel The panel shall be provided with protection of IP65/66

37. Trailing cable arrangement for CT

‘C’ Rail system

38. DSL System Shrouded copper Bus Bar FAFECO/Stromag Engineers / Safetrack/Safeline

39. Painting 1 coat of primer (Yellow Buff) and 2 coats of signal yellow colour (RAL 1003).

40. Under Bridge Lights

4 Nos. of sodium/mercury vapour lamps.

41. Cable for pendent

The supplier has to provide suitable cable size

42. Hand held The supplier has to provide hand held

Page 48: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

44 of 45

remote remote control unit/consol for remote operations

43. Start Stop switch

To be provided by supplier. In addition Emergency stop switch(Latched with key) shall also be provided.

44. Alarm Hooter To be Provided

Important Note: The whole carriage shall be able to move on the bentonite tank

over rollers smoothly without having any twisting movements. LIST OF APPROVED MANUFACTURERS

Sl. No.

Component Specifications

C. Electrical Equipment 1. A.C Contractors SIEMENS / SCHNEDIDER / L&T / AAB

2. Resistance (Stainless Steel Grid)

Bharatiya Cutler Hammer / Stormkraft.

3. Safety Switches L & T / Siemens / BCH. 4. Cables Universal Cables / Asian / CCI /

FORTGLOSTER/POLYCAB 5. Indicating Lamps Siemens / L & T/BCH 6. Circuit Breaker/ MCCB (Crane

Duty) L & T / Siemens / GEC – ALSTHOME./ABB

7. Control Panels Control Siemens / BCH / L & T / Lotus Power Gear/ GEPC

8. LED OEN / L&T /VAISHNO 9. Control Transformers KAPPA / KALPA/ INTRANS 10. Pendent & Push Button Siemens / Telemechanique 11. Switch gear Siemens / L&T 12. Panel Seimens grey/epoxy coated finish

D. Mechanical Equipment 13. All steel Plates, I section Tata/Zindal/SAIL make

Page 49: ANNA UNIVERSITY CHENNAI 600 025 · using Digital Signature Certificate and E-Token from 10.00 a.m. on 19.08.2015. The filled in tender document can be submitted by uploading in the

45 of 45

girders, Channels, angle irons, etc.

14. Bearings SKF / FAG 15. Oil seals Vaco Oil seals/ Rubber Equipment &

Engg . Co.Ltd 16. Lubrication Tecalimit / Lubcon / AFMC.

(a) Minimum of three year warranty period. Maximum warranty period may be furnished

(b) Central Duties such as Excise Duty (Indicate the amount for which Excise Duty is

applicable)

(c) VAT / CST (Indicate the amount for which VAT / CST is applicable)

(d) Freight Charges including toll payable the highways

(e)

Other charges such as Temporary and Permanent Registration Charges Comprehensive

Insurance, Entry Tax, Transportation, Anna University, Chennai by the tenderer.

(Break up details should be enclosed separately).

Grand Total

Total Rupees (in words) ………………………………………………………………………………………………… ……………………………………………………………………………………………………………………………..

SIGNATURE OF THE TENDERER ADDRESS WITH SEAL

REGISTRAR