kal10t eot crane bid doc.432014 final - e tenders · design, manufacture, supply, transportation,...

148
0 Signature of Bidder Signature of Purchaser FOR AUTHORISED USE ONLY ÃÖŸμÖ´Öê¾Ö •ÖμÖŸÖê GOVERNMENT OF MAHARASHTRA WATER RESOURCES DEPARTMENT KAL HYDRO ELECTRIC PROJECT (1 X 15 MW) BIDDING DOCUMENT NO. SE/GEMC/KAL/E & M/2/2013-14 FOR DESIGN, MANUFACTURE, SUPPLY, TRANSPORTATION, ERECTION, TESTING, COMMISSIONING AND PUTTING INTO COMMERCIAL USE OF 1NO. 10 TON CAPACITY INDOOR TYPE DOUBLE GIRDER PENDENT OPERATED EOT CRANE FOR PACKAGE SHED OFFICE OF THE SUPERINTENDING ENGINEER, GHATGHAR (E & M) CIRCLE, OPP. SAHAKAR VIDYA MANDIR KALWA, THANE -400605 (M.S.) TEL. NO. : (022) 25444487. FAX NO. : (022) 25414471 E-MAIL : [email protected]

Upload: nguyendieu

Post on 09-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

0

Signature of Bidder Signature of Purchaser

FOR AUTHORISED USE ONLY

ÃÖŸµÖ´Öê¾Ö •ÖµÖŸÖê

GOVERNMENT OF MAHARASHTRA

WATER RESOURCES DEPARTMENT

KAL HYDRO ELECTRIC PROJECT

(1 X 15 MW)

BIDDING DOCUMENT NO.

SE/GEMC/KAL/E & M/2/2013-14

FOR

DESIGN, MANUFACTURE, SUPPLY, TRANSPORTATION, ERECTION, TESTING, COMMISSIONING AND PUTTING INTO COMMERCIAL USE OF 1NO. 10 TON

CAPACITY INDOOR TYPE DOUBLE GIRDER PENDENT OPERATED EOT CRANE FOR

PACKAGE SHED

OFFICE OF THE

SUPERINTENDING ENGINEER,

GHATGHAR (E & M) CIRCLE,

OPP. SAHAKAR VIDYA MANDIR

KALWA, THANE -400605 (M.S.)

TEL. NO. : (022) 25444487.

FAX NO. : (022) 25414471

E-MAIL : [email protected]

1

Signature of Bidder Signature of Purchaser

INDEX

SECTION

DESCRIPTION PAGE

NO.

SECTION-I

PRESS NOTICE IN ENGLISH PRESS NOTICE IN MARATHI DETAILED INVITATION TO BID

2-7

SECTION -II

INSTRUCTIONS TO BIDDERS

8-26

SECTION - III

PROJECT DESCRIPTION 27-29

SECTION - IV

CONDITIONS OF CONTRACT 30-49

SECTION- V

CONDITIONS FOR ONSITE ERECTION, TESTING AND COMMISSIONING

50-57

SECTION - VI

SCOPE, SCHEDULE OF REQUIREMENTS AND DESIRABLE DATES

58-60

SECTION-VII FORMS AND SCHEDULES 61-101

SECTION- VIII

GENERAL REQUIREMENTS AND RELATED INFORMATION

102-117

SECTION- IX

TECHNICAL SPECIFICATIONS OF 10 T EOT CRANE

118-134

SECTION X

DATA SHEETS 135-144

DRAWINGS

145-146

2

Signature of Bidder Signature of Purchaser

SECTION I

E-TENDER NOTICE

GOVERNMENT OF MAHARASHTRA, WATER RESOURCES DEPARTMENT

KAL HYDRO ELECTRIC PROJECT (1 X 15 MW)

TENDER NOTICE NO.SE/GEMC/KAL/2/2013-14.

Online digital signed Tenders (e-Tender) for the following work are invited by the Superintending

Engineer, Ghatghar ( E & M) Circle) , Opposite Sahakar Vidya Mandir , Old Mumbai – Pune

Highway, Kalwa , Thane - 400 605 (Ph. No. 022-25444487, Fax 022-25414471) on behalf of

“Governor of Maharashtra” on Government of Maharashtra Electronic Tender Management System

(http://maharashtra.etenders.in) from the eligible, reputed and experienced contractors in the

same field.

Details of work:

Sr.

No.

Name of Work Estimated

Cost

(Rs. In

Lakhs)

Time Limit

for

completion

(Months)

Earnest

Money in

(Rs.)

Cost of Blank

Tender

Document

(Rs.)

1 2 3 4 5 6

1 Design, manufacture, supply,

transportation, erection, testing,

commissioning and putting into

commercial use of 1No. 10 T

capacity Indoor Type double girder

overhead electric pendant

operated EOT crane for package

shed of Kal hydro electric project

(1 x 15 MW) tal- Mahad dist.

Raigad.

44.13 6 months

44,200/- 5000/- for

Tender

Document.

(Non

Refundable)

1. The detail Tender notice will be available on notice board & can be obtained free of cost on

request in the office of the office of Superintending Engineer, Ghatghar ( E & M) Circle,

Kalwa, Thane - 400 605 (Ph. No. 022-25444487, Fax 022-25414471).

2. The above Tender Document will be available from 10/03/2014 to 25/03/2014 on

Government of Maharashtra website (http://maharashtra.etenders.in).

3. If any assistance is required regarding e-tendering (upload/download),please contact

system Integrator phone no. 020 25315555, Email:[email protected]

4. The undersigned reserves all rights of rejecting any or all Tenders without assigning any

reason.

Sd/- (P.D.Mishra)

Superintending Engineer, Ghatghar ( E & M) Circle) ,

Kalwa , Thane

3

Signature of Bidder Signature of Purchaser

×−Ö×¾Ö¤üÖ ÃÖã“Ö−ÖÖ

´ÖÆüÖ¸üÖ™Òü ¿ÖÖÃÖ−Ö - •Ö»ÖÃÖÓ Ö¤üÖ ×¾Ö³ÖÖ Ö úÖôû •Ö»Ö×¾ÖªãŸÖ ¯ÖÏ ú»¯Ö- (1x15 ´Öê.¾Öò.) ×−Ö×¾Ö¤üÖ Îú´ÖÖÓ ú- ‹ÃÖ‡Ô/•Ö߇ԋ´ÖÃÖß/ úÖôû /2/2013-14 †¬Öß Ö ú †×³ÖµÖÓŸÖÖ, ‘ÖÖ™ü‘Ö¸ü (×¾Ö¾ÖµÖÖÓ) ´ÖÓ›üôû, ÃÖÆü úÖ¸ü ×¾ÖªÖ´ÖÓפü¸ü ÃÖ´ÖÖê ü, •Öã−ÖÖ ´ÖãÓ²Ö‡Ô - ¯Öã Öê ´ÖÆüÖ´ÖÖ ÖÔ, úôû¾ÖÖ-šüÖ Öê Æêü ¸üÖ•µÖ¯ÖÖ»Ö ´ÖÆüÖ¸üÖ™Òü ¿ÖÖÃÖ−Ö µÖÖÓ“µÖÖ ¾ÖŸÖß−Öê ¾Ö ú׸üŸÖÖ ¯ÖÖ¡Ö −ÖÖ´ÖÖÓ úßŸÖ ¾Ö †−Öã³Ö¾Öß Óú¡ÖÖ™ü¤üÖ¸üÖ ú›æü−Ö ÖÖ»Öᯙ −Ö´Öã¤ü êú»Ö껵ÖÖ úÖ´ÖÖ ú׸üŸÖÖ †Öò−Ö»ÖÖ‡Ô−Ö ´ÖÖêÆü¸ü²ÖÓ¤ü ×−Ö×¾Ö¤üÖ ´ÖÆüÖ¸üÖ™Òü ¿ÖÖÃÖ−ÖÖ“µÖÖ ‡»ÖꌙÒüÖò×−Ö ú ™ëü›ü¸ü ´Öò−Öê•Ö´Öë™ü ×ÃÖÙüß´Ö ÃÖÓ êúŸÖãÖôû http://maharashtra.etenders.in ¾Ö¸ü ´ÖÖ Ö×¾ÖŸÖ †ÖÆêüŸÖ.

†. Îú. úÖ´ÖÖ“Öê −ÖÖ¾Ö úÖ´ÖÖ“Öß †Ó¤üÖ×•ÖŸÖ ¸üŒ ú´Ö (¹ý.»ÖÖ ÖÖŸÖ)

úÖ´Ö ¯Öæ ÖÔ ú¸ü µÖÖ“Öß ‹ æú Ö úÖ»ÖÖ¾Ö¬Öß

‡ÃÖÖ¸üÖ ¸üŒ ú´Ö ¹ý.

úÖê-µÖÖ ×−Ö×¾Ö¤üÖ ÃÖÓ“ÖÖ“Öß Ø ú´ÖŸÖ (−ÖÖ-¯Ö¸üŸÖÖ¾ÖÖ)

1 2 3 4 5 6 1 úÖôû •Ö»Ö×¾ÖªãŸÖ ¯ÖÏ ú»¯Ö

( 1x15 ´Öê.¾Öò ) ŸÖÖ.´ÖÆüÖ›ü וÖ. ¸üÖµÖ Ö›ü ú׸üŸÖÖ 10 ™ü−Ö Ö´ÖŸÖꓵÖÖ ×¾ÖªãŸÖ µÖÖ¸üß“Öê ÃÖÓ ú»¯Ö−Ö, ˆŸ¯ÖÖ¤ü−Ö, ¾ÖÖÆüŸÖæ ú, ¯Öã ü¾ÖšüÖ, ˆ³ÖÖ¸ü Öß, “ÖÖ“Ö Öß ¾Ö úÖµÖÖÔ−¾ÖŸÖß ú¸ü Ö ú¸ü Öê µÖÖ úÖ´ÖÖÃÖÖšüß“Öß ×−Ö×¾Ö¤üÖ.

44.13 6 ´Ö×Æü−Öê 44200/- ×−Ö×¾Ö¤üÖ ÃÖÓ“ÖÖ ú׸üŸÖÖ ¸üŒ ú´Ö 5000/- (−ÖÖ-¯Ö¸üŸÖÖ¾ÖÖ)

1) ÃÖ×¾Ößָü ×−Ö×¾Ö¤üÖ ÃÖã“Ö−ÖÖ †¬Öß Ö ú †×³ÖµÖÓŸÖÖ, ‘ÖÖ™ü‘Ö¸ü (×¾Ö¾ÖµÖÖÓ) ´ÖÓ›üôû, úôû¾ÖÖ-šüÖ Öê µÖÖÓ“µÖÖ úÖµÖÖÔ»ÖµÖÖŸÖᯙ ÃÖã“Ö−ÖÖ ±ú»Ö úÖ¾Ö¸ü ¯ÖÆüÖ¾ÖµÖÖÃÖ ×´ÖôûŸÖß»Ö. 2) ¾Ö¸üᯙ ×−Ö×¾Ö¤üÖ ¤üß֋ê¾Ö•Ö פü.10/03/2014 ŸÖê פü.25/3/2014 µÖÖ úÖ»ÖÖ¾Ö¬ÖßŸÖ ´ÖÆüÖ¸üÖ™Òü ¿ÖÖÃÖ−ÖÖ“µÖÖ ¾Öê²ÖÃÖÖ‡Ô™ü (ÃÖÓ êúŸÖ ãÖôû) http://maharashtra.etenders.in ¾Ö¸ü ˆ¯Ö»Ö²¬Ö †ÖÆêüŸÖ. 3) ‡Ô-×−Ö×¾Ö¤üÖ (›üÖ‰ú−Ö»ÖêÖ›ü/†¯Ö»ÖêÖ›ü) ÃÖÓ²Ö¬Öß úÖÆüß ÃÖÆüÖµµÖŸÖÖ †Ö¾Ö¿µÖ ú †ÃÖ»µÖÖÃÖ ±úÖê−Ö −ÖÓ. 020-25315555 ‡Ô-×−Ö×¾Ö¤üÖ úÖµÖÔ ÖÏ ÖÖ»Öß ´Ö¤üŸÖ ú Ö, [email protected] µÖÖÓ“µÖÖ¿Öß ÃÖÓ¯Ö Ôú ÃÖÖ¬Ö µÖÖŸÖ µÖÖ¾ÖÖ. 4) úÖê ÖŸÖêÆüß úÖ¸ü Ö −Ö ¤êüŸÖÖ ‹ ú †£Ö¾ÖÖ ÃÖ¾ÖÔ ×−Ö×¾Ö¤üÖ ±êú™üÖôû µÖÖ“ÖÖ †×¬Ö úÖ¸ü ×−Ö´−Ö Ã¾ÖÖ Ö¸üß úÖ¸üÖ−Öê ¸üÖ Öæ−Ö šêü¾Ö»ÖÖ †ÖÆêü.

ÃÖÆüß/- †¬Öß Ö ú †×³ÖµÖÓŸÖÖ, ‘ÖÖ™ü‘Ö¸ü (×¾Ö¾ÖµÖÖÓ) ´ÖÓ›üôû, úôû¾ÖÖ-šüÖ Öê.

4

Signature of Bidder Signature of Purchaser

DETAILED TENDER NOTICE

GOVERNMENT OF MAHARASHTRA,

WATER RESOURCES DEPARTMENT

KAL HYDRO ELECTRIC PROJECT (1x15 MW)

TENDER NOTICE NO. SE/GEMC/KAL/2/2013-14

Online digital signed Tenders (e-Tender) for the following work are invited by the Superintending Engineer, Ghatghar ( E & M) Circle), Opp. Sahakar Vidya Mandir, Old Mumbai – Pune Highway, Kalwa , Thane - 400 605 (Ph. No. 022-25444487, Fax 022-25414471) on behalf of “Governor of Maharashtra” on Government of Maharashtra Electronic Tender Management System (http://maharashtra.etenders.in) from the eligible, reputed and experienced manufacturers, traders in the same field.

1.1 DETAILS OF WORK:

Sr.

No. Name of Work Estimated

Cost

(Rs. In

Lakhs)

Time limit

for

completion

(Months)

Earnest

Money

Deposit in

(Rs.)

Cost of

Blank

Tender

Document

(Rs.)

1 2 3 4 5 6

1 Design, manufacture, supply, transportation, erection, testing, commissioning and putting into commercial use of 1No. 10 Ton capacity Indoor Type double girder overhead electric pendant operated EOT crane for package shed of Kal Hydro Electric Project (1 x 15 MW) Village Konzar, Tal. Mahad, Dist. Raigad.

44.13 6 months

44,200/- 5000.00 for Tender

Document.

(Non Refundable)

5

Signature of Bidder Signature of Purchaser

1.2 TENDER DOCUMENT SCHEDULE: (KEY DATES AND TIMINGS)

Seq No

WRD Stage

Contractor Stage

Start Date & Time Expiry Date & Time Envelopes

1 Release

Tender -

6/03/2014 12.00 Hrs.

10/03/2014 12.00 Hrs.

-

2 - Tender Download

10/03/2014 12.01 Hrs.

25/03/2014 17.30 Hrs.

Commercial Envelope

C1,Technical

Envelope T1

3 - Bid Preparation

10/03/2014 12.01 Hrs.

28/03/2014 12.00 Hrs.

Commercial Envelope C1,Technical

Envelope T1

4 Close For Technical

Bid

-

28/03/2014 12.01 Hrs.

28/03/2014 17.30 Hrs.

Technical Envelope

T1

5 Close For Price Bid

- 28/03/2014 12.01 Hrs.

28/03/2014 17.30 Hrs.

Commercial Envelope C1

6 - Bid Submission

28/03/2014 17.31 Hrs.

3/04/2014 12.00 Hrs.

Commercial

Envelope

C1,Technical Envelope T1

7 Technical Bid

Opening

-

3/04/2014 12.01 Hrs.

5/04/2014 12.00 Hrs.

Technical Envelope T1

8 Price Bid

Opening -

5/04/2014 12.01 Hrs.

5/04/2014 17.30 Hrs.

Commercial Envelope C1

1.3.1 Bid/tender documents are available on e-tendering website of WRD Portal

http:www.maharashtra.e.tenders.in Press notice and detailed tender notice can

be seen on the notice board in the office of Superintending Engineer, Ghatghar

(E& M) Circle) , Opp. Sahakar Vidya Mandir , Old Mumbai – Pune Highway, Kalwa ,

Thane - 400 605 (Ph. No. 022-25444487, Fax 022-25414471). A copy of press

notice and detailed tender notice can be obtained free of cost from Superintending

Engineer on request.

1.3.2 The cost of Tender document is Rs.5,000/- (Rs. Five Thousand only) in the form

of crossed DD payable at Thane in favour of Executive Engineer, Ghatghar Hydro

Electric Division No. 3, Kalwa Thane-5. The DD drawn within the downloading

period of bid document will only be accepted.

1.3.3 The EMD of Rs.44,200/- for Tender should be in the form of D.D. of any

Nationalised or Scheduled Bank in favour of The Executive Engineer, Ghatghar

Hydro Electric Division No. 3, Kalwa, Thane and payable at Thane. The DD drawn

within the downloading period of bid document will only be accepted.

1.3.4 The scanned copy of D.D. and EMD should be uploaded along with document.

1.3.5 Original D.D. for tender cost, EMD Bank Guarantee in original and hard copy of

uploaded bid document with supporting documents should be submitted in

the office of Superintending Engineer, Ghatghar (E&M) Circle, Opp. Sahakar

6

Signature of Bidder Signature of Purchaser

Vidya Mandir, Old Mumbai – Pune Highway, Kalwa, Thane - 400 605 on or

before the last date and time for opening of Bid Document positively. The

proposal will be rejected if original D.D., EMD Bank Guarantee in original and

hard copy of Bid Document are not received within stipulated time.

1.3.6 Bid Document will be opened on 3.4.2014 at 12.01 Hrs. (if possible) in the

office of the Superintending Engineer, Ghatghar ( E & M) Circle), Opp. Sahakar

Vidya Mandir , Old Mumbai – Pune Highway, Kalwa , Thane - 5. First of all,

Envelope No.1 of all bidders will be opened in the presence of representative of

Bidders (who choose to remain present). A list of qualified Bidders will be prepared

and only qualified Bidders will be communicated in this regard. Pre-qualified

Bidders will be allowed to participate in price bids (Envelop 2) for allotment of

work by downloading the Price Bid Document.

1.3.7 The Bidder will have to prove his financial and technical capability by

uploading the necessary “ information / documents” as mentioned in detailed

bid notice.

1.3.8 A Pre-bid conference open to all prospective bidders will be held on 14/03/2014

at 14.00 Hrs.in the office of the Superintending Engineer, Ghatghar ( E & M)

Circle), Opposite Sahakar Vidya Mandir, Old Mumbai–Pune Highway, Kalwa,

Thane - 400 605, wherein the prospective bidders will have an opportunity to

obtain clarification to the contents in the bid document. The clarification and

amendment, if any will be issued to all prospective bidders. The application for

Bid submission by bidder shall be based on clarification /amendments issued (if

any) by purchaser.

1.4 QUALIFYING CRITERIA:

i) The bidder must be a single firm.

ii) The bidder must possess the following technical experience:

a) The bidder should be manufacturer and or EPC contractor and or trading

company of EOT Cranes & in business, for the period of minimum Five (5)

years and should possess experience in design, manufacture and installation

of EOT cranes of minimum 10 Ton capacity.

b) Bidder must possess adequate experience in design, manufacture and

installation of minimum three nos. of EOT Cranes which are in trouble free

operation for at-least three years so as to qualify for bidding.

The bidder shall have adequate bidding capacity. This will be evaluated on the

basis of his turnover for the last 5 years and the amount of balance of works in

hand at the time of bidding.

1.5 The undersigned reserves all rights of rejecting any or all bids without

assigning any reason.

1.6 OTHER TERMS AND CONDITIONS:

1.6.1 It is necessary to give the undertaking as follows ' Tenderers are not allowed to

make any changes in Tender documents downloaded from website. If it is so the

7

Signature of Bidder Signature of Purchaser

Tender of such Tenderers will be rejected and the Tenderers who have made

such changes are liable for action as per Rules.'' In case of any complaint about

the Tender, the Tender documents published on Government website are

considered as authentic and legal documents.

1.6.2 In order to participate in the Tenders floated using the Electronic Tender

Management System (ETMS), all Tenderers are required to get enrolled on the

ETMS portal http: maharashtra.etendres.in

1.6.3 The Tenders submitted online should be signed electronically with a Digital

Certificate to establish the identity of the Tenderer bidding/tendering online. It is

the sole responsibility of the Tenderer to obtain the Digital Certificate prior to

starting date of sale of Tender. For information required to issuance of Digital

Certificate he may contact ETMS Help Desk. There will be no extension granted

for either downloading or submission of the Tender for any reason regarding

delay in obtaining the digital certificate by the Tenderer.

1.6.4 For submitting the Tender online, the Tenderer is required to make online

payment using the electronic payments gateway service Fee of Rs.1024/- for e-

Tender service provider payment. The different modes of electronic payments

accepted on the ETMS are available and can be viewed online on the ETMS

Website http:maharashtra.etendres.in.

1.6.5 The activities of Tender purchase/Download, Preparation of Tender (Submit

Tender online), Submission of Tenders, Submission of EMD and other Documents

will be governed by the time schedules given under “Key Dates” appended to

this notice on the website.

1.6.6 The Tenderer has to submit (Upload Scan Copies/fill) his offer/credentials online

as required in the Tender/Bid in the online templates in relevant envelopes.

1.6.7 Last date of Tender preparation is on 28/03/2014 up to 12.00 hrs. and last date

of Tender submission is on 3/04/2014 up to 12.00 hrs.

1.6.8 The Tenderer may refer E-tendering Tool Kit available online to perform their

online activities.

1.6.9 The Tenderer shall study the guidelines regarding e-Tendering on the

Maharashtra government e-tender portal to get clarification about e- procedure.

1.6.10 If any assistance is required regarding e-tendering (upload/download), please

contact to phone no. 020 25315555, e-tendering help desk

email:[email protected]

Sd/-

(P. D. MISHRA)

Superintending Engineer,

Ghatghar ( E & M) Circle ,

Kalwa , Thane

8

Signature of Bidder Signature of Purchaser

SECTION II

INSTRUCTIONS TO BIDDERS

9

Signature of Bidder Signature of Purchaser

SECTION II

INSTRUCTIONS TO BIDDERS

INDEX

SR.NO. / CLAUSE NO.

DESCRIPTION

PAGE NO.

2.1 GENERAL INSTRUCTIONS 10

2.2 ELIGIBLE BIDDERS 10 2.3 COST OF BIDDING 10 2.4 SCOPE OF WORK 10 2.5 CONTENTS OF BIDDING DOCUMENTS 10 2.6 CLARIFICATION OF BIDDING DOCUMENTS 11

2.7 AMENDMENT OF BIDDING DOCUMENT 12 2.8 LANGUAGE OF BID 12

2.9 DOCUMENT COMPRISING THE BID 13 2.10 BID PRICES 15 2.11 PRICE ADJUSTMENT 17 2.12 BID CURRENCIES 17

2.13 DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BIDDING DOCUMENT

17

2.14 BID SECURITY 18

2.15 PERIOD OF VALIDITY OF BID 19 2.16 FORMAT AND SIGNING BID 19 2.17 SEALING AND MARKING OF BID 19 2.18 DEADLINE FOR SUBMISSION OF BID 20 2.19 LATE BIDS 20 2.20 MODIFICATION AND WITHDRAWAL OF BID 20 2.21 OPENING OF BID 21

2.22 PRELIMINARY EXAMINATION 21 2.23 RESPONSIVENESS OF BID 22

2.24 CLARIFICATION OF THE BIDS 23 2.25 EVALUATION AND COMPARISON OF THE

BIDS 23

2.26 CONTACTING THE PURCHASER 23 2.27 AWARD CRITERIA 24 2.28 PURCHASER’S RIGHT TO VARY QUANTITIES

AT THE TIME OF AWARD 24

2.29 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS

24

2.30 NOTIFICATION OF AWARD 24 2.31 PERFORMANCE SECURITY 24 2.32 SIGNING OF CONTRACT 25

2.33 LICENSE UNDER CONTRACT LABOUR ( REGULATION & ABOLITION) ACT 1970

25

10

Signature of Bidder Signature of Purchaser

SECTION II

INSTRUCTIONS TO BIDDERS

A - INTRODUCTION

2.1 GENERAL INSTRUCTIONS :

After downloading the bidding document, the Bidder shall carefully examine the Instructions to Bidders, Project Description, Conditions of Contract, and Conditions for erection, testing and commissioning, Scope, Schedule of Requirements, Technical Specification, various forms, Schedules and drawings etc. as contained therein. Further, the Bidders are informed to get themselves fully acquainted with all details of the site such as locations, access, climatic conditions, availability of materials and labour living facilities etc. i.e. in general with all necessary information and data required for carrying out the work.

2.2 ELIGIBLE BIDDERS

The invitation of bid is open to only Indian Bidders, who fulfills the qualifying requirements as per clause 1.4 of Section I.

2.3 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of his bid, and Government of Maharashtra, referred to as “The Purchaser”, will in no case be responsible or liable for those costs regardless of the conduct or outcome of the bidding process.

2.4 SCOPE OF WORK

Scope of work under THIS BID shall be as detailed under Section-VI.

B - THE BIDDING DOCUMENTS.

2.5 CONTENTS OF BIDDING DOCUMENTS

2.5.1 The goods and services required, bidding procedures and contract terms are prescribed in the bidding documents. The bidding documents include the following :

i) Detailed Invitation to Bid. (Detailed Bid Notice) ii) Instructions to Bidders iii) Project Description. iv) Conditions of Contract. v) Conditions for Erection, Testing and Commissioning. vi) Scope, Schedule of requirements and Desirable dates. vii) Forms and Schedules viii) General requirement & related information. ix) Technical Specifications. x) Data Sheet

11

Signature of Bidder Signature of Purchaser

xi) Drawings.

2.5.2 The Bidder shall examine all instructions, forms, terms and conditions and technical specifications in the bidding documents. Failure to furnish all information required as per bidding documents or submission of a bid which is not substantially responsive to the bidding documents will be at the Bidder's risk and may result in the rejection of his bid.

2.5.3 It will be imperative on each Bidder to fully inform himself of all local conditions and factors which may have any effect on the execution of the works covered under these documents and specifications. In their own interest Bidder are requested to familiarise themselves with the Income Tax Act 1961, the Companies Act 1956, Custom Act 1962 and other related Acts and Laws prevalent in India. The Purchaser shall not entertain any request for clarifications from the Bidders regarding such local conditions.

2.5.4 Since the contract envisages clearing, forwarding, transportation, unloading, stacking, erection, testing and commissioning and put into use the equipment to be supplied under the contract, the Bidders shall also carry out necessary surveys and investigations such as permissible dimensions for length, width and height of consignment required in particular for transportation of over sized/ overweight consignment. He shall familiarise himself with facilities available on the roads and railway system along with the rules and regulations governing transportation of such consignments. The Purchaser shall not entertain any claims due to improper, inaccurate or incomplete assessment made by the Bidder.

2.5.5 It must be understood and agreed that above said factors have properly been investigated and considered while submitting the bid. No claim for financial adjustment in the Contract awarded under these specifications and documents will be entertained by the Purchaser. Neither any change in the time schedule of the Contract nor any financial adjustments arising thereof which are based on lack of such clear information, its effect on cost of the works to Bidder shall not be permitted by the Purchaser.

2.6 CLARIFICATION OF BIDDING DOCUMENTS

2.6.1 A prospective Bidder, requiring any clarification of the bidding documents may notify the Purchaser in writing or by fax on the Purchaser's mailing address indicated below:

Superintending Engineer, Ghatghar (E & M) Circle, Opp. Sahakar Vidya Mandir Kalwa, Thane -400605 (M.S.)

Tel. No. : (022) 25444487.

Fax No. : (022) 25414471

E-mail : [email protected] Clarifications to queries received up to 5 days prior to the date of

pre–Bid conference will be supplied to the Bidders (including an explanation

of the query but without identifying the source of enquiry) during the

pre–Bid conference mentioned under Clause 2.6.2 The clarifications of the

queries received after the above said date i.e. the period 5 days prior to

12

Signature of Bidder Signature of Purchaser

Pre-Bid conference but 5 days prior to deadline for receipt of Bids will

be uploaded on web-site ( including an explanation of the query but without

identifying the source of enquiry ). However, the Purchaser shall not be

responsible for non receipt of queries and clarifications thereof due to

postal delay.

2.6.2 A Pre-Bid conference open to all Prospective Bidders who have

downloaded the Bidding documents will be held at 14.00 Hrs

on 14/03/2014 Hrs. in the office of :

Superintending Engineer, Ghatghar (E & M) Circle, Opp. Sahakar Vidya Mandir Kalwa, Thane -400605 (M.S.)

Tel. No. : (022) 25444487.

Fax No. : (022) 25414471

E-mail : [email protected]

2.7 AMENDMENT TO BIDDING DOCUMENT

2.7.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by prospective Bidders modify the bidding documents by an amendment.

2.7.2 The amendment/s will be notified in writing to all Bidders who have downloaded / purchased the Bidding document and will be binding on them. The amendment will also be uploaded on web-site.

2.7.2 In order to afford prospective Bidders reasonable time to take the amendment into account in preparing the bid, the Purchaser may, at its discretion, extend the deadline for the submission of bids. Such communication will be given to all concerned in the form of Addenda or by Notice in press as may be considered suitable.

C - PREPARATION OF BID

2.8 LANGUAGE OF BID

The Bid prepared by the Bidder and all correspondence and documents

relating to the Bid exchanged between the Bidder and Purchaser shall be

written in the English Language. Also any printed literature furnished by the

Bidder shall be in English language only.

2.8.1 The Bidder shall upload the Price Bid proposals duly filled and signed

along with all necessary documents. The Bidder shall upload the document

downloaded by him duly signed on all pages.

2.8.2 The uploaded document shall consist of the following documents:

i) Scanned copy of Demand Draft for tender cost & EMD

13

Signature of Bidder Signature of Purchaser

ii) Forwarding letter of proposal

iii) Downloaded documents & documents/information as per Envelope No. I &II.

2.8.3 Original DD for tender cost & EMD in separate envelope and hard copy of

uploaded information required along with supporting documents in sealed

envelope should be submitted in the office of the Superintending Engineer,

Ghatghar (E & M) Circle, Kalwa, Thane on or before the date & time of

opening for Bidding. The Bid will be rejected if DD, EMD in the form of

Bank Guarantee in original along with hard copy of uploaded information

are not received within stipulated time.

2.8.4 In case of any discrepancy/dispute between uploaded document and hard

copy submitted by Bidder, the Bid uploaded by Bidder on web-site will

be treated as final.

2.8.5 Bidder shall submit the information/documents strictly as per requirement of

Bid Document.

2.8.6 All subsequent corrigendum/Amendment shall be available only on web-site.

Hence Bidders are advised to visit the web-site until the Bid is finally

opened.

2.8.7 Overwriting should be avoided. Any wrong word should scratched by a line

over it and correct word should be written separately, such a correction

should be signed and initialed.

2.8.8 Corrections made by hand writing should be only initialed near to such

correction. Any such correction by hand writing will not be accepted if

not initialed or signed.

2.8.9 Each page of the Bid shall be signed by the Bidder.

2.8.10 The Bid sent telegraphically or by fax will not be accepted.

2.8.11 Purchaser will not be responsible for delay in uploading/receipt of

proposals.

2.9 DOCUMENTS COMPRISING THE BID 2.9.1 The Bidder must upload & submit hard copy of his Bid in sealed Envelope.

The first Envelope clearly marked as “Envelope No. 1” shall contain the

following documents:

ENVELOPE NO. 1 :

The first envelope clearly marked as Envelope No.1, shall contain following documents. Bidder shall take Xerox copies of the relevant forms, schedules from bidding document and furnish his information in those copies. The copies of relevant form and schedules (as mentioned below) shall be furnished in Envelope No-1. It is compulsory that Bidder shall furnish the relevant information only in the forms/schedules/data sheets. For additional information Bidder shall furnish pamphlets/leaflets, drawings etc separately:

14

Signature of Bidder Signature of Purchaser

1. Form of Bid: This shall be furnished in the format of Form-I enclosed in the bidding document.

2. Bid Security in accordance with Clause No. 2.14 in Form – II.

3. Bidder’s Summary : This shall be furnished in the format of Schedule A-1

4. Financial and other Information about Business for last five (5) years in Schedule A-2.

5. List of plant, machinery, tools, tackles, instruments available with the Bidder and proposed to be deployed by the Bidder for the work under the scope of contract to be furnished in Form No. III.

6. Details of Technical Personnel on the roll of the Bidder as per Form No. IV.

7. Power of Attorney: Authorising a person(s) to sign the bid pursuant to the Clause No. 2.16.2 and in the format of Schedule A-3 enclosed in bidding document.

8. Copy of an up to date and valid Income Tax Clearance Certificate (ITCC) from Income Tax Authorities duly attested by Gazetted Officer of government of Maharashtra or Government of India.

9. Copy of Sales Tax and/or Works Contract Tax registration certificate from Sales Tax Department of Government of Maharashtra or State Government in case of other states, duly attested by Gazetted Officer.

10. A copy of up to date and valid Sales Tax Clearance Certificate from Sales Tax Authority duly attested by Gazetted Officer, stating that the Sales Tax dues are paid up to end of December 2012.

11. General reference list of manufacture and supply of EOT crane as per Schedule B-1.

12. List of contracts in hand and bids submitted as per Schedule B-2.

13. Schedule of Guaranteed delivery and completion period.

14. The Envelope No.1 shall also contain the following :

i. Covering letter of the bid.

In the covering letter Bidder shall also state the special features he feels worth mentioning about his bid and about his proposals highlighting the various design aspects of equipment.

ii. Data Sheets duly filled in (Section-X) iii. Quality Assurance Plan being followed in manufacturing of EOT crane shall

be furnished in Form No. V iv. List of available testing facilities at works shall be furnished in Form No.

VI. v. Departure from commercial & technical specifications shall be furnished in

Form VII 1/2 & Form VII – 2/2 respectively. vi. Check list form XIII. vii. List of sub contractors as per Form No. VIII. viii. Schedule of on site erection, testing and commissioning. ix. Provident Fund Clearance Certificate as per Form No. XII.

Note – Bidder shall not remove or paste any page or pages from the bidding documents.

15

Signature of Bidder Signature of Purchaser

ENVELOPE No. 2

The second envelope clearly marked as “ Envelope No.2,” shall contain the following documents.

1. Downloaded departmental Bidding document complete with addenda, amendment if any, issued by the Purchaser duly filled in all respect and signed by the Bidder.

2. Price Schedule completed in accordance with Schedule C-1 through C-4.

2.9.2 The Bidder shall note this procedure carefully and he should quote his Bid as per this procedure only. He should not quote his cost anywhere directly or indirectly in Envelope No. 1

The Bid document and forms are to be completed in ink or typewritten without interlineations, alterations or modifications and shall furnish all the information required. No changes to the forms will be accepted. The Bidder shall sign and print or type his name on schedule, quantities, continuation sheet and other pages on which he makes entries. Erasures or other changes must be initialed by the person signing the Bid. Additional pages must be serially numbered for Bidding document identification.

2.9.3 The Bidder must sign all the pages at bottom of page.

2.9.4 No Bid shall be considered unless accompanied by adequate information

on technical details of the make, utility and performance of the items offered, data called for in specifications including descriptive materials, drawings and guarantees.

2.9.5 The Bidder should carefully note that no Bid will be considered for only

part of the items within a schedule or for any lesser quantity of items than that specified in the schedule.

2.9.6 Page should not be removed from the Bidding document.

2.9.7 The Bid and the document attached to the Bid shall be considered as

the part of contract document.

2.10 BID PRICES:

2.10.1 The Bidder shall quote in English the prices of the goods and services in

the appropriate “Price Schedule” prescribed in the Bidding documents,

giving the unit prices and the total Bid price, both in words and

figures.

2.10.2 The Bidder shall quote the prices on a single contract single responsibility

basis. Further, the prices shall be quoted separately in the following

manner :

a. For Supply of Goods :

The Prices shall be quoted on ex-factory basis including all sales tax

16

Signature of Bidder Signature of Purchaser

and other taxes and levies already paid or payable on the

components and raw materials used in the manufacture or assembly

of the goods. Sales and other taxes, duties and levies ( with rate and

amount ) which will be payable on finished goods shall be stated

separately.

b. For Total Onsite Erection, Testing and Commissioning :

The price of total onsite erection, testing and commissioning inclusive of

prices for supplying expert supervisory services shall be quoted

separately .

c. For Transport :

The price shall include the cost of clearing and forwarding at ex- factory

/ railway siding, wharfages, transportation upto project site and handling,

off-loading and storing at project site warehouse.

d. For Insurance :

The charges shall be quoted separately for insurance to cover ‘ALL RISKS’

continuously without break from the time the goods are dispatched from

Supplier’s works till they are commissioned, finally accepted and taken over by

the Purchaser. The insurance policy shall be valid up to a period of 60 days

after acceptance of the equipments duly commissioned as per contract.

e. Taxes and Duties:

A Bidder shall be entirely responsible for payment of all taxes, duties,

license fees etc. incurred until the plant and / or equipment is commissioned.

The following provisions will be applicable:

i. Excise Duty:

The Bidder shall state in “ Price Schedule ” the rate and the amount

of central excise duty in accordance with current central excise tariff. If

concessional rate of central excise duty is stated, the Bidder shall

specifically state the reason for the same. It shall be noted that the

Supplier shall have to bear fully the difference in amount between the

central excise duty which may be levied on supply of goods due to any

reason and the amount stated in Bid.

ii. Maharashtra Sales Tax (M.S.T.) and Central Sales Tax (C.S.T.):

The Bidder must clearly state in his Bid and also in price schedule the

rate and the amount of Maharashtra Sales Tax (M.S.T.) and / or Central

Sales Tax (C.S.T.) as may be applicable.

iii. Maharashtra Sales Tax (M.S.T.) ( on transfer of property in goods

in execution of works contract ) Act, 1985 :

The Bidder must clearly indicate in his Bid and also in price schedule

the rate and the amount of Maharashtra Sales Tax ( on transfer of

property in goods in execution of works contract ) which may be

assessed by the competent authority as per the prevalent rules. The said

tax i.e. M.S.T. ( on transfer of property in goods involved on execution of

17

Signature of Bidder Signature of Purchaser

work ) shall be payable to the Supplier on submission of satisfactory

documentary evidence from competent authority.

iv. Income Tax:

Income Tax applicable on payment to Suppliers:

The Supplier shall note that the Purchaser or any representative of the

Purchaser responsible for paying any sum to any resident contractor for

carrying out any work ( including supply of the labour for carrying out

any work ) in pursuance of a contract between the Supplier and the

Purchaser shall at the time of credit of such sum to the account of the

Supplier or payment thereof in cash or by issue of a cheque or draft

or by any other mode, whichever is applicable, deduct an amount as

may be applicable at the time of payment as income tax.

Similarly when the Supplier shall make a payment of the sum to a

resident Sub-Supplier, in pursuance of a contract with the sub- Supplier

for carrying out the whole or part of the work undertaken by him, he

shall be required to deduct an amount as may be applicable at the

time of making payment as income tax.

The amount of income tax which will be deducted at the aforesaid rates

will be further increased by a surcharge at the applicable rate. The

income tax on earnings of a Supplier’s personnel shall be the Supplier’s

liability. Supplier shall note that the Company tax shall be borne by the

Supplier only.

v. Service Tax:

The bidder must clearly indicate in his bid the service tax or any other tax

payable on services to be provided under the bid as applicable under law at the

time of bidding.

2.11 PRICE ADJUSTMENT:

The Prices of the equipment offered shall be firm. Variable prices with price

variation formulae shall not be quoted. Any Bid not conforming to this

will be rejected as “ Non- Responsive ”.

2.12 BID CURRENCIES:

For goods and services, the prices shall be quoted in Indian Rupees only.

2.13 DOCUMENTS ESTABLISHING GOODS CONFORMITY TO BIDDING

DOCUMENTS ( to be furnished in Envelope No. 1 )

2.13.1 Pursuant to Clause 2.9 the Bidder shall furnish as part of his Bid,

documents establishing the conformity to the Bidding document of all

goods and services which the Bidder proposes to supply under the

contract.

2.13.2 The documentary evidence of the goods and services, conformity to the

Bidding document may be in the form of literature, drawings and data

and shall furnish :

18

Signature of Bidder Signature of Purchaser

a. A detailed description of the goods, essential technical and performance

characteristics,

b. A list giving full particulars, including available sources and current

prices of all spare parts, special tools etc. necessary for functioning of

the goods for a period of five years, following commencement of the

use of the goods by the Purchaser, and

c. A clause by clause commentary on the Purchaser’s technical specifications

demonstrating the goods and services substantial responsiveness to

those of specifications or a statement of deviations and exceptions to

the provisions of the Technical Specifications.

For the purpose of the commentary to be furnished pursuant to

clause No. 2.13.2 (c) above, the Bidder shall note that standards of

workmanship, material and equipment and references to brand names

or catalogue numbers designated by the Purchaser in his technical

specifications are intended to be descriptive only and not restrictive.

The Bidder may substitute alternative standards, brand names and / or

catalogue numbers in his Bid provided that it demonstrates to the

Purchaser’s satisfaction that the substitutions are substantially equivalent

or superior to those designated in the Technical Specifications .

2.14 BID SECURITY:

2.14.1 Pursuant to clause 2.9 the Bidder shall furnish as a part of his Bid,

Bid security of Rs. 44,200/- (Rupees Forty Four Thousand Two Hundred Only).

2.14.2 The Bid security is required to protect the Purchaser against the risk of

Bidders conduct which would warrant the security’s forfeiture pursuant to

para 2.14.7.

2.14.3 The Bid security shall be furnished in the form of a Bank Guarantee

issued by any Nationalised or Scheduled Bank.

The Bank Guarantee shall be in Form II of Section VI of this

document. The Bank Guarantee shall remain valid for one year from

the deadline for submission of Bid in the first instance. The Bid

security shall be made in favour of Executive Engineer, Ghatghar Hydro

Electric Division No. 3, Kalwa Thane and payable at Thane.

2.14.4 Any Bid not secured in accordance with para 2.14.1 to 2.14.3 will be

rejected by the Purchaser as non-responsive, pursuant to clause 2.23.2.

2.14.5 Unsuccessful Bidders Bid security will be discharged / returned as

promptly as possible but not later than 45 days after the expiration of

the period of Bid validity prescribed by the Purchaser pursuant to

clause 2.15.

2.14.6 The successful Bidders Bid security will be discharged upon the Bidder

executing the contract pursuant to clause 2.32 and furnishing the

performance security pursuant to clause 2.31.

19

Signature of Bidder Signature of Purchaser

2.14.7 The Bid security may be forfeited if:

a. A Bidder withdraws his Bid during the period of Bid validity

specified by the Bidder on the Bid form or

b. The Bidder fails :

i To sign the contract in accordance with clause 2.32 and

ii To furnish performance security in accordance with clause 2.31.

2.14.8 No interest shall be payable by the Purchaser on Bid security.

2.15 PERIOD OF VALIDITY OF BID:

2.15.1 The Bid shall remain valid for 180 days from the deadline for submission

of Bid pursuant to clause 2.18

A bid valid for a shorter period will be rejected by the purchaser as

non-responsive.

2.15.2 In exceptional circumstances, the Purchaser may solicit the Bidder’s consent

to an extension of the period of validity. The request and the response thereto

shall be made in writing (or by cable or Fax) The Bid security provided under

clause 2.14 shall also be suitably extended. A Bidder may refuse the request

without forfeiting his Bid security. A Bidder granting the request will not be

required nor permitted to modify his Bid.

2.16 FORMAT AND SIGNING BID:

2.16.1 The downloaded departmental Bidding document shall be duly filled in &

returned / uploaded in Envelope No. 2.

2.16.2 The Bidding document duly filled in shall be signed by the Bidder or the

persons duly authorized to bind the Bidder to the contract. Authorisation

shall be established by written power of attorney accompanying the Bid.

All pages of the Bid except for unamended printed literature shall be

initialed by the person or persons signing the Bid.

2.16.3 The Bid shall contain no interlineations, erasers or over-writing except as

necessary to correct the Bid, in which case such correction shall be

initialed by the person signing the Bid.

PART – D UPLOAD AND SUBMISSION OF BID:

2.17 SEALING AND MARKING OF BID:

2.17.1 The Bidder shall upload and also submit his Bid in hard copy containing

two separate sealed envelopes. Original D.D. for tender cost and EMD shall

submit in separate envelope.

2.17.2 Both envelopes shall be addressed to:

Superintending Engineer, Ghatghar (E & M) Circle, Opp. Sahakar Vidya Mandir

20

Signature of Bidder Signature of Purchaser

Kalwa, Thane -400605 (M.S.) 2.17.3 On each envelope ( Hard copy ) the following shall be superscribed :

1. Name of Scheme

2. Name of work for which Bid is submitted.

3. Due date of opening.

4. Envelope No. (1 or 2, as the case may be)

2.17.4 Each sealed envelope shall indicate the name and address of the Bidder

and full name of the authorized agent delivering the Bid at the

bottom left hand corner of the envelope.

2.17.5 The two sealed Envelope No. 1 and 2 shall be again put together in one

common cover and sealed. This will form hard copy of the Bid. The copy shall

be addressed to:

The Superintending Engineer, Ghatghar (E & M) Circle, Opp. Sahakar Vidya Mandir Kalwa, Thane -400605 (M.S.)

Superscribed as Kal hydro electric project (1x15 MW) Bid No. SE/GEMC/KAL/2

2013-14 for 1 No. 10 T. E.O.T. Cranes “DO NOT OPEN BEFORE 3/04/2014 (for

envelope No.1) and “DO NOT OPEN BEFORE 05/04/2014 (for envelope

No.2),and Bidder’s name and address indicated in the bottom hand cover.

If submitted by post, the sealed cover containing the Bid as above and

also marked as specified above shall be enclosed in another cover

properly addressed and shall be sent by registered post with

acknowledgement due.

2.17.6 If the Bids are not sealed and marked as required above, the Purchaser

will assume no responsibility, if the Bid is misplaced or opened before

the due date.

2.18 DEADLINE FOR SUBMISSION OF BID:

2.18.1 Bids must be uploaded / submitted within the stipulated period.

2.18.2 The Purchaser may, if required, extend this date of upload / receipt /

submission of Bids pursuant to Clause 2.7 in which case all rights and

obligations of the Purchaser and the Bidder, previously subject to the

deadline will thereafter be subject to the deadline extended.

2.19 LATE BIDS:

2.19.1 Any Bid not uploaded or received by the Purchaser after the deadline

of Bids prescribed by the Purchaser pursuant to clause 2.18 will not

be accepted or if inadvertently accepted will be rejected and / or

returned un-opened to the Bidder.

2.20 MODIFICATION AND WITHDRAWAL OF BID:

21

Signature of Bidder Signature of Purchaser

2.20.1 No Bids may be modified subsequent to the deadline for submission of

the Bids.

2.20.2 Withdrawal of Bid after submission will not be allowed.

PART - E BID OPENING AND EVALUATION:

2.21 OPENING OF BID:

2.21.1 The Superintending Engineer, Ghatghar (E&M) Circle, kalwa will open the

Bids in presence of Bidder’s representative who choose to attend at

12.00 hours on date notified for opening of the Bids at the following

address :

The Superintending Engineer, Ghatghar (E & M) Circle, Opp. Sahakar Vidya Mandir Kalwa, Thane -400605 (M.S.)

2.21.2 The Bidders representatives who will remain present shall sign a

register evidencing their attendance.

In the event of the specified date for opening of Bids being declared

a holiday for the Purchaser the Bid will be opened on the appointed

time on the next working day.

The Bidder’s name, the presence or absence of the requisite Bid

Document Cost, Earnest money, total Bid price, modifications and such

other details as the Purchaser at his discretion may consider

appropriate will be announced at the time of opening.

2.21.3 The following procedure will be adopted for opening of Bids :

1. First of all, Envelope No.1 of the Bidders will be opened to verify contents as

per requirements of the Purchaser. If it is noticed that qualifying criteria,

cost of Bidding document, earnest money deposit, income tax and VAT/

sales tax clearance and VAT / sales tax and work contract tax

registration certificate and other documents contained in this envelope do

not meet the requirements of the Purchaser, a note will be recorded

accordingly by the Bid opening authority and the said Bidder’s

Envelope No.2 will not be considered for further action and the same

will be recorded. Such Bid(s) shall stand rejected. Minor short falls in

submission of required information may be waived at the discretion of

Purchaser.

2. The envelope No. 2 shall be opened after opening envelope No.1. only if,

the contents of envelope No.1 are found to be acceptable to the

Purchaser. The representative of Bidder whose envelope No.2 is not

considered for opening will not be allowed to remain present at the

time of opening of Envelope No. 2.

2.22 PRELIMINARY EXAMINATION:

2.22.1 The Purchaser will examine the Bids to determine whether they are

22

Signature of Bidder Signature of Purchaser

complete, whether any computational errors have been made, whether

the documents have been properly signed and whether the Bids are

generally in order.

2.22.2 Arithmetical errors will be rectified on the following basis. If there is a

discrepancy between the unit price and the total price that is obtained

by multiplying the unit price and quantity, the unit price shall prevail

and the total price shall be corrected. If the Bidder does not accept

the correction of errors, his Bid will be rejected. If there is a

discrepancy between words and figures, the amount in words shall

prevail.

2.23 RESPONSIVENESS OF BIDS:

2.23.1 Prior to detailed evaluation pursuant to clause 2.25, the Purchaser

will determine if each of the Bid is substantially responsive. A Bid will

be treated as substantially responsive if it conforms to the commercial

terms and conditions and technical specifications of the Bidding document

without material deviations/reservations/omissions. The Purchasers

determination of the Bid itself without recourse to extrinsic evidence,

material deviation/omission in commercial clauses or technical provisions

which in Purchaser’s opinion will affect in a substantial way the scope

or the quality or the performance of the equipment or Purchaser’s

right or Bidder’s obligation and the rectification’s of which deviation/

reservation/omission which will affect unfairly the competitive position of

other Bidders.

2.23.2 A Bid shall be treated as “ substantially non-responsive ” if

a. Documents establishing Bidders eligibility to perform the contract

are not submitted with the Bid or are incomplete or incorrect

information or serious discrepancies are noticed in these

documents ; or

b. Documents establishing the goods and services conformity to

Bidding documents are not submitted with the Bid or are

incomplete or serious discrepancies are noticed in these documents

; or

c. Technical examination and evaluation on the basis of the

information submitted with the Bid reveals that in Purchaser’s

opinion the design and method of construction of major

components of the equipment are not properly adopted and may

not give long and trouble free services ; or

d. It contains material deviation/reservation/omission in commercial

clause pursuant to clause 2.23.1.

e. Bidder is not financially sound and does not have financial,

technical and production capacity necessary to perform the

Contract.

23

Signature of Bidder Signature of Purchaser

2.23.3 A Bid determined as “ Substantially non – responsive ” will be rejected

by the Purchaser and may not subsequently be made responsive by

the Bidder by correction of the non- conformity. The Purchaser’s

determination of a Bid’s non-responsiveness is to be based on the

contents of the Bid itself without recourse to extrinsic evidence

2.23.4 The Purchaser may waive any minor infirmity or non-conformity or

irregularity in a Bid which does not constitute a material deviation

provided such waiver does not prejudice or affect the relative ranking

of the Bid.

2.24 CLARIFICATION OF THE BIDS:

The Purchaser may ask the Bidder , whose Bid is previously determined

as “Substantially Responsive” for clarification of his Bid with a view to

obtaining minor missing details. The request for such clarification and

the response shall be in writing and no change in the price or

substance of the Bid shall be sought, offered or permitted. The

clarifications so furnished shall be accounted for the purpose of

Contract.

2.25 EVALUATION AND COMPARISION OF THE BIDS:

2.25.1 The Purchaser will evaluate and compare the Bids, previously determined

to be substantially responsive pursuant to clause 2.23.

2.25.2 The Purchaser’s evaluation of the Bid will exclude and not take into

account the following :

i. VAT / Maharashtra Sales Tax ( M.S.T. ), if applicable on the supply

of goods.

ii. Estimated composite insurance charges of the Government Insurance

Fund.

iii. Maharashtra Sales Tax (M.S.T.) ( on the transfer of property in

goods in execution of works contract ) Act 1985.

iv. Cost of “Recommendatory Spares.”

2.25.3 The Bidders are subject to be disqualified or Purchaser may terminate the contract in whole if at time, it is found that they have

i) made untrue or false representation in the prequalification document, bid document and/or document required as proof of fulfillment of the qualifying requirement.

ii) Records of poor performance such as abandoning work, not properly completed contract, in-coordinate delays in completion or financial failure etc.

2.26 CONTACTING THE PURCHASER:

2.26.1 Subject to the Clause 2.24, no Bidder shall contact the Purchaser in any matter relating to his Bid from the time of Bid opening upto the time the contract is awarded.

24

Signature of Bidder Signature of Purchaser

2.26.2 Any efforts by a Bidder to influence the Purchaser in the Purchaser’s Bid evaluation, Bid comparison or contract award decisions may result in the rejection of his Bid.

PART - F - AWARD OF CONTRACT:

2.27 AWARD CRITERIA:

Subject to Clause 2.29 the Purchaser will award the contract to substantially responsive Bidder whose Bid is found to be lowest evaluated Bid.

2.28 PURCHASER’S RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD:

The Purchaser reserves the right to increase the quantities of goods

and services of any item against which a unit price is entered in the Schedule of requirements by upto 10 % of contract price. Any change in quantity so ordered shall be paid at the unit price accepted in the Bid with the same terms and conditions.

2.29 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY

OR ALL BIDS :

Purchaser reserves the right to accept or reject any Bid and annul the

Bidding process and reject all Bids at any time prior to award of contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for the Purchaser’s action.

2.30 NOTIFICATION OF AWARD:

2.30.1 Prior to the expiration of the period of Bid validity, the Purchaser will notify the successful Bidder in writing by registered letter or by e-mail or fax to be confirmed in writing by registered letter that his Bid has been accepted.

2.30.2 The notification of award will constitute the formation of contract.

2.30.3 Upon the successful Bidder’s furnishing of security deposit pursuant to

Clause 2.31 the Purchaser will promptly notify every unsuccessful Bidder and will discharge his Bid security pursuant to clause 2.14.

2.31 PERFORMANCE SECURITY:

2.31.1 Within 30 days from the date of “ Notification of Award” the successful

Bidder shall have to furnish a security deposit , equivalent to 10% of contract price. In case cost of the Bidders offer is less than 90% or more than 10 % of estimated cost of the work which is indicated by the Purchaser in his Bid inviting notice, the successful Bidder shall have to furnish Additional Security Deposit equivalent to 10% of difference between “ 90% of the estimated cost of work which is indicated by the Purchaser in the Bid notice “ and “cost work as per Bidder’s offer ”. ( For example : if Bidder’s offer is less by 25% of the

25

Signature of Bidder Signature of Purchaser

estimated cost then the percentage of Additional Security Deposit payable by the Bidder to the Purchaser shall be (25 – 10 ) x 10 / 100 = 1.5 % of estimated cost ) . The security deposit amount (10% of the contract price ) shall be enhanced by the amount so arrived at to accommodate the Additional Security Deposit if applicable. The Security Deposit shall be in the form of irrevocable Bank Guarantee provided in the Bidding document .

2.31.2 The proceeds of the security deposit shall be payable to Purchaser as

compensation for any loss resulting from the Bidder’s failure to

complete his obligation under the contract.

2.31.3 The security deposit shall be denominated in the currency of the contract and

shall be in the following form:

A Bank Guarantee issued by the Nationalised or Scheduled Bank acceptable to the Purchaser and in the form no. IX provided in the Bidding document, valid upto expiration of Warranty and maintenance period .

2.31.4 The security deposit will be discharged by the Purchaser and returned to

the Supplier not later than 30 days following the date of completion of the Bidder’s performance obligation including any warranty and maintenance obligations under the contract.

2.31.5 Failure of the successful Bidder to comply the requirement of Clause 2.31.1 shall constitute sufficient grounds for annulment of the award and forfeiture of the Bid Security, in which event the Purchaser may make the award to the next lowest evaluated Bidder or call for new Bids.

2.32 SIGNING OF CONTRACT:

Upon receipt of “Notification of Award “ from the Purchaser, the

successful Bidder (s) / the Supplier (s) shall promptly prepare the detailed contract document incorporating all agreement between the parties. The Supplier and the Purchaser shall sign and date the contract document. The contract will come into existence from the date of Notification of Award subject to furnishing performance security by the Bidder.

2.33 LICENCE UNDER CONTRACT LABOUR (REGULATION AND ABOLITION)

ACT 1970:

2.33.1 The successful Bidder should produce to the satisfaction of the competent authority accepting the Bid a valid and current license issued in his favour under the provisions of contract labour ( Regulation and Abolition Act 1970 and the Maharashtra Contract Labour ( R.& A) Rules 1971) before signing the contract. On failure to do so the acceptance of the Bid will be withdrawn and also the earnest money will be forfeited to Department.

26

Signature of Bidder Signature of Purchaser

2.33.2 The successful Bidder should produce to the satisfaction of the competent authority accepting the Bid a valid and current Sales Tax Clearance Certificate as required under the Government of Maharashtra Act XXXVI of 1989 in Form – II Rule 4(1)(M.S.T. on works contract) from the Sales Tax Department before signing the contract. On failure to do so the acceptance of the Bid will be withdrawn and the earnest money deposit will be forfeited to the Department.

27

Signature of Bidder Signature of Purchaser

SECTION - III

PROJECT DESCRIPTION

INDEX

SR.NO. / CLAUSE NO.

DESCRIPTION

PAGE NO.

3.1

LOCATION AND ACCESS 28

3.2 CLAIMATIC CONDITIONS 28

3.3

PACKAGE SHED 29

3.4 SESMIC CONDITIONS 29

3.5

PROJECT ENGINEERING 29

3.6

LAWS AND REGULATIONS 29

SECTION - III

28

Signature of Bidder Signature of Purchaser

PROJECT DESCRIPTION

The data contained in this section is provided for Supplier's information but he has responsibility for checking the accuracy of any data which forms the basis of his bid.

3.1 LOCATION AND ACCESS

LOCATION AND ACCESS

Kal Hydro Electric Project is located near village Konzar in Taluka Mahad of

Raigad Diststrict. The equipment required for the project can be transported

by rail upto Vir (Konkan Railway) and thereafter along the State highway. Also

heavy equipment can be transported from Mumbai- Goa national Highway and

then to site by the State Highway and by an approach road. Number of Ghats,

Bridges and Tunnels on this highway imposes limitations on weight and size of

the package which the Contractor / Supplier of the plant for the project have

to assess in advance.

The port of entry in India for imported goods shall be Indian Port. The Project

site is connected by road to Panvel on Mumbai-Goa National Highway. The

Supplier shall verify the road condition upto project site before commence of

delivery of equipment. The contractor shall submit detail delivery schedule

well in advance. The Contractor shall verify and satisfy himself about the

adequacy of facilities in Ports and suitability of road routes upto Project site.

The distance of the project site from important cities is given below:-

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

From To Kal Power House

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

Mumbai 200 Km

Vir (Konkan rail) 45 Km

The Bidders shall verify and satisfy about the suitability of road routes

upto Project site.

3.2 CLIMATIC CONDITIONS

Power Station site is in hilly terrain. The general climatic conditions are as

follows

29

Signature of Bidder Signature of Purchaser

(a) Max. Ambient temperature : 40 degrees C.

(b) Min. temperature : 10 degrees C.

(c) Relative humidity : 100% (Tropical weather)

(d) Annual rainfall : 6175 mm

(e) Elevation above mean : MSL 189.20 m.

Sea level

PROJECT OBJECTIVES

Kal Hydro Electric Project is a surface power station to be constructed on the

bank of GandhariRiver near village ‘Konzar’ of Mahad Taluka of Raigad

District. Kal Hydro Electric Project is a multipurpose project. The tail discharge

water will be re-utilised for irrigation and industrial use.

3.3 PACKAGE SHED

The 10 Ton EOT crane is to be erected in package shed of size 55.00 m X 18.00 m required for storage of Electrical & Mechanical equipments before erection near Kal Power House. This crane is utilised for loading, unloading & handling of the Electrical & Mechanical equipments, electronic equipments & electrical panels during storage & erection.

3.4 SEISMIC CONDITION

The project area is situated in earthquake zone. Hence, equipment shall have to be

suitable to withstand safely and not to mal operate under the earthquake forces of

0.375 g (Horizontal) and 0.250 g (Vertical), where `g' is the force due to

gravitational acceleration.

3.5 PROJECT ENGINEERING

GOMWRD is responsible for the implementation of the project. The civil engineering

design of the project will be carried out by government, civil wing. The Chief

Engineer (Elect.), Hydro Projects, Mumbai will be responsible for the design,

procurement and installation of E & M plant and equipment.

3.6 LAWS AND REGULATIONS:

Laws and regulations of Government of India and Government of Maharashtra

shall be applicable.

30

Signature of Bidder Signature of Purchaser

SECTION-IV

CONDITIONS OF CONTRACT

INDEX

SR.NO. /

CLAUSE NO.

DESCRIPTION

PAGE NO.

4.1 DEFINITIONS 31 4.2 APPLICATION 32

4.3 STANDARDS 32 4.4 USE OF CONTRACT DOCUMENTS AND

INFORMATION 32

4.5 PATENT RIGHTS 33 4.6 PERFORMANCE SECURITY 33 4.7 INSPECTION AND TESTS 33 4.8 PACKING 34

4.9 DELIVERY AND DOCUMENTS 35 4.10 INSURANCE 35 4.11 LIMITATION OF LIABILITY 37

4.12 ACCIDENT OR INJURY TO WORKMEN 37 4.13 TRANSPORTATION AND HANDLING 38

4.14 INCIDENTAL SERVICES 38 4.15 SPARE PARTS 39 4.16 WARRANTY 39 4.17 TERMS OF PAYMENT 40

4.18 PRICES 42 4.19 CHANGE ORDERS 42 4.20 CONTRACT AMENDMENTS 42

4.21 ASSIGNMENT 42 4.22 SUB-CONTRACTS 43

4.23 DELAYS IN SUPPLIER’S PERFORMANCE 43 4.24 LIQUIDATED DAMAGES 43 4.25 TERMINATION FOR DEFAULT 44 4.26 FORCE MAJEURE 44

4.27 TERMINATION OF INSOLVENCY 45 4.28 TERMINATION OF CONVENIENCE 45 4.29 RESOLUTION OF DISPUTES 45

4.30 GOVERNING LANGUAGE 45 4.31 APPLICABLE LAW 45

4.32 NOTICES 45 4.33 TAXES AND DUTIES 46

4.34 COMPLETION OF CONTRACT 47 4.35 CO-OPERATION WITH OTHER SUPPLIERS 48 4.36 REPLACEMENT OF DEFECTIVE PARTS AND

MATERIALS 48

4.37 DEFENCE OF SUITS 49 4.38 JURISDICTION 49

31

Signature of Bidder Signature of Purchaser

SECTION IV

CONDITIONS OF CONTRACT

4.1 DEFINITIONS

In this contract, the following terms shall be interpreted as indicated: (a) ‘Commercial use’ shall mean the use of the equipment, plant / material

which the contract contemplates or which it is commercially capable after successful commissioning.

(b) ‘Commissioning’ means putting the goods and equipment in service after

successful completion of all site tests. (c) ‘The Contract’ means the agreement entered into between the Purchaser

and the Supplier, as recorded in the contract form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(d) The ‘Contract Price’ means the price payable to the Supplier under

contract for the full and proper performance of its contractual obligations. (e) ‘Date of commercial Operation’ shall mean the date fixed after

successful commissioning of the goods / equipment to allow for a reasonable period of actual use of the goods/equipment. The period/date shall be 30 days from the date of commissioning.

(f) ‘Day’ or ‘Days’ unless herein otherwise expressly defined shall mean

Gregorian calendar day.

(g) ‘The Goods’ means all the equipment, machinery and/or other materials which the Supplier is required to supply to the Purchaser under the contract.

(h) Deleted.

(i) ‘Month’ shall mean a Gregorian calendar month.

(j) ‘Purchaser’ means Governor of Maharashtra and shall include his

successors / assigns and authorised representatives.

(k) ‘Rupees/Rs.’ means Rupees of Indian Currency. (l) ‘Services’ means services ancillary to the supply of the goods, such as

transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training and other such obligations of the Supplier covered under the Contract.

(m) The ‘Shipment’ shall mean the shipping, or shipment and similar

expression which shall include all transport from the manufacturer's works to the work site.

32

Signature of Bidder Signature of Purchaser

(n) The ‘Site’ shall mean the site of proposed work as detailed in specification or any other place where work is to be executed under the Contract.

(o) The ‘Supplier’ shall mean the Bidder whose bid shall be accepted by the

Purchaser and shall include the Bidder's legal personal representative, successors and permitted assigns.

(p) ‘War’ means and include war, invasion, act of enemy hostilities (whether

declared or not), civil war, rebellion, revolution, insurrection and military or usurped power.

(q) Words imputing the singular only shall also include the plural and vice-

versa where the context so require.

(r) The ‘Work’ or ‘Works’ shall mean and include plant and material to be supplied and work to be done by the Supplier under the scope of the contract, including all preliminaries and ancillary works necessary for fulfillment of the various conditions under the contract.

(s) ‘Writing’ shall include any manuscript, typewritten or printed statement,

under or over signature and/or seal as the case may be.

4.2 APPLICATION

These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.

4.3 STANDARDS

The goods supplied under this contract shall confirm to the standards mentioned

in the Technical Specifications. Such standards shall be latest issued by the concerned institution.

4.4 USE OF CONTRACT DOCUMENTS AND INFORMATION

4.4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purpose of such performance.

4.4.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information enumerated in clause no. 4.4.1 except for purpose of performing the Contract.

4.4.3 Any document, other than the contract itself, enumerated in clause no.4.4.1 shall remain the property of Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the contract if so required by the Purchaser.

4.5 PATENT RIGHTS

33

Signature of Bidder Signature of Purchaser

4.5.1 The Supplier shall fully indemnify the Purchaser against all actions, suits, claims, demands, costs, charges and expenses arising from or incurred by reason of any infringement for any letters, patent designs, trade mark or name, copy right or other protected rights in respect of any machine, plant, work, material, things or system or method of using, fixing, working or arrangement used or fixed or supplied by the Supplier. All royalties and other similar payment which may have to be paid for the use of such method as aforesaid (whether payable in one sum or by installments or otherwise) shall be deemed to have been included in contract price and payable by Supplier.

4.5.2 In the event of any claim or demand being made or action or suit brought against the Purchaser in respect of any such matter or matters as aforesaid, the Supplier shall be duly notified thereof, and he shall conduct all negotiations for the settlement of such claims or demand and such action of suit shall also be conducted by him.

4.6 PERFORMANCE SECURITY

4.6.1 Within Thirty (30) days from the date of notification of acceptance of bid, the successful Bidder shall have to furnish a performance security in accordance with clause 2.31.

4.7 INSPECTION AND TESTS

4.7.1 The Purchaser or his representative shall have the right to inspect and / or to test the Goods to confirm their conformity to the Contract. The technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing of the identity of any representatives deputed for these purposes.

4.7.2 The inspections and tests may be conducted in the premises of the Supplier or his sub-contractor(s), at point of delivery and/or at the good’s final destination. When conducted in the premises of the Supplier or his sub-Supplier(s), all reasonable facilities and assistance including access to drawings and production data shall be furnished to the inspectors at no charge to the Purchaser. For witnessing the inspection and tests, 30 days advance intimation shall be given to Purchaser’s Monitoring and Inspection Cell located in Chief Engineer (Elect.), Hydro Projects, Mumbai-23 office. A representative from M & I Cell will attend the test/inspection and certify the results. A representative from Office of Superintending Engineer, Ghatghar (E&M) Circle, Kalwa, Thane may also attend the inspection/tests.

4.7.3 Should any inspected or tested goods fail to conform to the specifications, the Purchaser may reject them and the Supplier shall either replace the rejected goods or make all alternations necessary to meet specification's requirements free of cost to the Purchaser.

4.7.4 The Purchaser's right to inspect, test and, where necessary, reject the goods after arrival at site shall in no way be limited or waived by reason of the goods having previously been inspected, tested and passed by the Purchaser or his representative prior to the shipment from the place of manufacture/delivery.

34

Signature of Bidder Signature of Purchaser

4.7.5 Nothing in clause 4.7 shall in any way release the Supplier from any warranty or other obligations under this contract.

4.7.6 The Purchaser shall within fifteen days from the date of inspection give notice in writing to the Supplier of any objection. The Supplier shall give due consideration to such objections and shall make the modifications that may be necessary to meet the said objections. The Supplier shall declare readiness of material and equipment for testing well in advance. Notice of inspection and /or testing shall be given minimum 30 days prior to the inspection or testing date. Such tests shall be to the Supplier’s account and all the charges are deemed to have been included in contract price. Purchaser shall attend such inspection / tests at the time so notified unless otherwise inspection / test is waived. Supplier shall proceed with the test which shall be deemed to have been conducted in Purchaser’s presence in case of failure of Purchaser to attend the test. Supplier shall forthwith forward the Purchaser duly certified copies of test report in six copies when the factory tests have been completed at the Supplier or sub-Supplier’s work. The Purchaser shall issue a certificate to this effect within 30 days after completion of tests but if the tests are not witnessed by the Purchaser the certificate shall be issued within thirty (30) days of receipt of the test certificate by the Purchaser from Supplier. Failure of the Purchaser to issue such a certificate shall not prevent the Supplier from continuing manufacturing and shipping. The completion of these tests or the issue of the certificate shall not bind the Purchaser to accept the equipment should it on further tests after erection be found not to comply with the contract. The inspection and tests to be conducted on various assemblies and equipment are described in technical specifications i.e. Section IX.

4.8 PACKING

4.8.1 The Supplier shall get himself fully acquainted with routes and restrictions in connection with the transport of goods to project site.

4.8.2 The Supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to the final destination as indicated in the Contract. The Packing shall be sufficiently strong to withstand, without limitation, rough handling and exposure to extreme temperatures, humid and salt laden climate and precipitation during transport and open storage. Packing case size and weight shall take into consideration, where appropriate, the remoteness of the goods final destination and the absence of heavy handling facilities at all points in transit. The packing shall meet requirement of insurance authority and the carriers.

4.8.3 The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the contract and, subject to clause 4.19, in any subsequent instructions ordered by the Purchaser.

4.8.4 Packing Instructions :

The Supplier shall be required to make separate packages for each consignment. Each package shall be marked on three sides with proper paint the following :

35

Signature of Bidder Signature of Purchaser

i) Name of Project ii) Contract No. iii) Name of consignee iv) Supplier's Name v) Packing list reference number 4.9 DELIVERY AND DOCUMENTS

4.9.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser to suit the schedule of delivery period.

4.9.2 Supplier shall not dispatch any equipment until necessary tests have been performed and certificate of inspection is issued and dispatch instructions are given.

4.9.3 Within the constraints imposed by contracted delivery period the Supplier shall attempt to arrange dispatches to site so that consignments do not reach site during monsoon.

4.9.4 Upon shipment the Supplier shall notify Executive Engineer, Ghatghar Hydro Electric Division No.3 Kalwa, Thane-5, Maharashtra State, India and the Insurance Company by cable or Fax., the full details of the shipment including contract No. description of the goods & quantity, registration No. of road transporter, railway or lorry receipt No. & date. The Supplier shall mail the dispatch documents to the Purchaser with a copy to Insurance Company.

4.9.5 The Supplier shall prepare adequate number of sets of dispatch documents. Each set of the dispatch documents shall comprise the following :

i) Six copies of the Supplier's invoice showing Good’s description, quantity, unit price, total amount.

ii) Railway Receipt/Lorry Receipt.

iii) Packing list identifying contents of each package;

iv) Insurance certificate;

v) Manufacturer's / Supplier's guarantee certificate;

vi) Approved Inspection/Tests certificate, issued by Purchaser or his nominated inspection agency and the Supplier's factory inspection report.

vii) Copy of Letter to Insurance Company, informing the details of the shipment / dispatch.

viii) Copy of letter issued by the Purchaser/ consignee giving clearance to dispatch the goods under the particular consignment.

4.10 INSURANCE

A. Insurance of Goods:

4.10.1 The goods supplied under the contract shall be properly and fully insured by the Supplier against loss or damage during transport from Ex-factory upto project

36

Signature of Bidder Signature of Purchaser

site/warehouse, storage at project warehouse and onsite erection, testing and commissioning of the goods including all handling and upto 60 days after acceptance of commissioned system. The insurance shall be on “All Risk Basis”.

4.10.2 An insurance policy shall be taken from Director of Insurance, Government Insurance Fund, Maharashtra and shall be in the joint names of Purchaser and the Supplier, naming the Purchaser as the beneficiary. This insurance policy will be handed back to the Supplier for servicing. The Supplier shall, therefore, be responsible for proceeds of settlement of claims, preferring and handling of all the claims till settlement. The cost of all such services shall be deemed to be included in the contract price. The Supplier shall not be relieved of his responsibilities regarding insurance upto 60 days after acceptance of system/equipment even though the title of property in goods stands transferred to the Purchaser.

4.10.3 The insurance shall be provided for an amount equal to One hundred and ten percent (110%) of Ex-factory price of the goods plus all other costs such as transport and insurance, taxes and duties and cost of erection, testing and commissioning of the goods. The insurance cover shall be obtained for all normal risks and special risks of war, strike / SRCC, earthquake. Further, the insurance cover shall be available without any break continuously from the date of shipment upto 60 days after acceptance of commissioned system.

4.10.4 The Supplier shall be responsible for making good loss or damage at his cost and without requiring the Purchaser to place a separate order for replacement / repairs of the goods.

4.10.5 If it becomes necessary the Supplier shall extend the period of insurance beyond original date and shall inform the Purchaser in writing about sixty (60) days in advance of such changes. The Supplier shall be paid extra insurance premium at actuals on production of necessary documents in support of his claim; if extension is due to reasons attributable to Purchaser.

B. Third Party Insurance:

4.10.6 In addition, the Supplier shall indemnify the Purchaser against the loss or damage to the property of the Third Party and/or injuries to Third Person(s) which may arise out of or in consequences of transport, loading and unloading, storage and onsite erection, testing and commissioning of the goods / equipment.

4.10.7 Third Party insurance shall be effected for a minimum cover as under :

PARTICULARS FOR CONTRACT VALUE OF Upto Rs.

50 Lakhs Above Rs.50 Lakhs upto Rs.100 Lakhs

Above Rs.100 Lakhs

Per person in case of fatal disability

1,00,000 2,00,000 3,00,000

Property damage per occurrence

5,00,000 10,00,000 25,00,000

Total cumulative during policy period

5,00,000 10,00,000 25,00,000

4.10.8 The terms of the Special Policy for this purpose shall include a provision whereby, in the event of any claim being brought or made against the Purchaser in respect

37

Signature of Bidder Signature of Purchaser

of which the Supplier would be entitled to receive indemnity under the policy, the insurer will indemnify the Purchaser against such claims and any costs, charges and expenses in respect thereof.

4.10.9 The insurance under (A) and (B) above shall be effected by the Supplier. The insurance policy shall be taken from Government Insurance Fund only. The address is given below :

The Director of Insurance, Maharashtra State, Griha Nirman Bhavan (MHADA) 1 st Floor, Room No. 264, Opposite Kalanagar Bandra (E), Mumbai - 400 051. Ph.:- (022) 26590690/26590646/ fax 022 26590403.

4.11 LIMITATION OF LIABILITY

Except in the case of criminal neglect or willful misconduct:

a) the Supplier shall not be liable to the Purchaser, whether in contract, tort or otherwise for any direct or consequential loss or damage, provided that this exclusion shall not apply to any obligation of the Contract to pay liquidated damages to the Purchaser, and

b) the aggregate liability of the Supplier to the Purchaser under the contract

shall not exceed the Total Contract Price, provided that this limitation shall not apply to any obligation of the Supplier to repair or replace defective equipment or to indemnify the Purchaser with respect to patent infringement.

4.12 ACCIDENT OR INJURY TO WORKMEN

4.12.1 Purchaser shall not be liable for or in respect of any damages or compensation payable at law in respect or in consequence of any accident or injury to any workman or other person in the employment of the Supplier or any subcontractor, save and except an accident or injury resulting from any act or default of the Purchaser.

Supplier shall indemnify and keep indemnified Purchaser against all such damages and compensations, save and except as aforesaid and against all claims, proceedings, costs, charges and expenses whatsoever in respect thereof, or in relation thereto. Supplier shall insure against accident etc. to workmen provided always that, in respect of a person employed by any subcontractor, the Supplier's obligations to insure as aforesaid under this clause shall be satisfied if the subcontractor shall have insured against the liability in respect of such persons in such manner that the Purchaser is indemnified under the policy, but the Supplier shall require such subcontractor to produce to the Purchaser through Supplier when required, such policy or policies of insurance and the receipt for the payment of the current premium.

4.12.2 If the Supplier, in any or all cases covered under the clause 4.10 "INSURANCE', as also his subcontractor shall fail to effect and keep in force the insurance hereof, or any other insurance which he may be required to effect under the terms of the contract, then and in any such case Purchaser may effect and keep in force any such insurance and pay such premium or premia as may be necessary for that purpose and from time to time deduct the amount so paid as

38

Signature of Bidder Signature of Purchaser

aforesaid from any money due or which may become due to the Supplier, or recover the same as a debt due from the Supplier.

4.13 TRANSPORTATION AND HANDLING

4.13.1 The Supplier is required under the Contract to undertake transport of goods from Ex-factory to warehouse at Project site and from warehouse to site of installation including loading, unloading and handling of goods at project site. In addition, shifting and handling of the goods at erection site shall be arranged by him. The cost of all such services is deemed to have been included in contract price.

4.13.2 Where the Supplier is required to effect delivery under any other terms, for example, by post or to another address, the Supplier shall be required to meet all transport and storage expenses until delivery at site.

4.14 INCIDENTAL SERVICES

4.14.1 The Supplier shall be required to provide any or all of the following services: The cost of providing these services shall be included in Contract price.

(a) Handling, Verification, Loading at store shed, Transport upto worksite,

Unloading, Performance of onsite erection, testing commissioning and start-up including supervision therefore of the supplied goods. This work shall include arrangements of required test including necessary handling devices, testing devices, instruments, tools and tackles etc.

(b) Furnishing of tools, tackles, consumables for assembly, and maintenance of the supplied goods :

The Supplier shall arrange for all the tools, tackles, instruments, apparatus, consumables etc. required for the erection, testing and commissioning of the goods supplied under the scope of supply.

(c) Supply of technical documents :

Six (6) copies of each of the following documents in book form:

i) Manual for preservation of supplied goods during storage.

ii) Manual for erection/dismantling, testing & commissioning of the supplied goods.

iii) Operating Manual including charts of DO’s & DONT’s, Trouble shooting etc.

iv) Maintenance Manual giving detailed maintenance schedule & the form regarding the maintenance works.

v) Erection Record giving details of actual erection in comparison with specified / required values, procedures used

39

Signature of Bidder Signature of Purchaser

and details of pre-commissioning, commissioning and acceptance test conducted on the equipment.

(d) Performance of supervision or maintenance and/or repair of the supplied goods or a period of time agreed by the parties, provided that this services shall not relive the Supplier of any warranty obligations under this contract. It shall be the duty of the Supplier to train and guide the operator of the Purchaser during the assembly, start-up operation, maintenance and/or repair of the supplied goods.

4.15 SPARE PARTS

4.15.1 The Supplier may be required to provide any or all of the following materials and notifications pertaining to spare parts manufactured or distributed by the Supplier alongwith dispatch:

a) Such Spare Parts as the Purchaser may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under the contract; and

b) In the event of termination of production of the spare parts:

i ) Advance notification to the Purchaser of the pending termination in sufficient time to permit the Purchaser to procure the needed requirements, and

ii) Following such termination, furnishing at no cost to the Purchaser the blue prints, drawings and specifications of the spare parts, if and when requested.

4.15.2 Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spares such as gaskets, plugs, washers, bolts, etc. Other spare parts and components shall be supplied as promptly as possible but in any case within six months of placement of order on the same terms and conditions of the original contract, even after completion of contract.

4.16 WARRANTY

4.16.1 The Supplier shall warrant that the Goods supplied and installed under the contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the contract. The Supplier shall further warrant that the goods supplied under this contract shall have no defect arising from design, materials or workmanship (except in so far as the design or material is required by the Purchaser's specification) or from any act or omission of the supplied goods in the conditions obtaining at the final destination.

4.16.2 This warranty shall remain valid for 36 months after the date of shipment of the last consignment of the contract from Ex-factory or 24 months from the date of taking over of the equipment, whichever period concludes later.

4.16.3 The Purchaser shall promptly notify the Supplier in writing of any claim arising under this warranty.

40

Signature of Bidder Signature of Purchaser

4.16.4 Upon receipt of such notice, the Supplier shall, with all reasonable speed, repair or replace the defective goods or parts thereof without any cost to the Purchaser.

4.16.5 If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable period, Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's risk and cost and without prejudice to any other rights which the Purchaser may have against the Supplier under the Contract.

4.16.6 In the event of an emergency where in the judgment of the Purchaser, delay would cause serious loss or damage, repairs or adjustments may be made by the Purchaser without advance notice to the Supplier and the cost of such work shall be paid by the Supplier, or by the surety. In the event of such action being taken by the Purchaser, the Supplier will be notified promptly and he shall assist whenever possible in making the necessary correction. This shall not relieve the Supplier from liability under the terms and conditions of the contract.

4.16.7 If it becomes necessary for the Supplier to replace or renew any defective portions of goods under this clause, the provisions of this clause shall apply to the portion of the goods so replaced or renewed until the expiration of Twelve (12) months from the date of such replacement or renewal. Supplier shall extend warranty of whole of the goods by corresponding period during which goods could not be used due to reasons of replacement, repairs, renewals and testing period thereon, if any.

4.16.8 The cost of any special or general overhaul rendered necessary during the warranty period due to defects in the plant/goods/equipment or defective installation work carried out by the Supplier shall be borne by the Supplier without any extra cost to the Purchaser.

4.16.9 The acceptance of the goods by the Purchaser shall in no way relieve the Supplier of his obligations under this clause.

4.16.10In case of those defective parts which are not repairable at site but are essential for the commercial operation of the equipments, the Supplier and the Purchaser shall mutually agree to a programme of replacement or renewal which will minimise interruption in the operation of the equipment.

4.17 TERMS OF PAYMENT

4.17.1 Subject to any deductions which the Purchaser may be authorised to make under the contract the Supplier shall be entitled to receive payment in the following manner. All payment will be made directly by the Purchaser and not through Bank.

For Supply of goods:

i) 5% of Ex-factory component of contract price of equipment shall be payable as down payment on submission of claim by the Supplier after signing of contract. This payment shall be made against bank guarantee as per proforma (i.e. Form-X) prescribed in the bidding document for an equivalent amount and valid till all the goods are supplied at site. This bank guarantee shall be

41

Signature of Bidder Signature of Purchaser

issued by any Nationalised or Scheduled Bank in India. This down payment shall be without levy of any interest charges.

ii) Next 5% of the Ex-factory component of the Contract price of the equipment

shall be paid as an advance payment within 30 days upon submission of drawings as per prescribed in Section VII Schedule No.T2 and bank guarantee for equivalent amount in the manner stated at (i) above valid until all the goods are delivered at site.

iii) Next 80%(Eighty Percent) of ex-factory price of equipments & spares on pro-

rata basis together with full duties and taxes, if any shall be payable within 30(Thirty) days after receipt of goods at site and on submission of completed dispatch documents as per Clause no. 4.9 of Conditions of Contract.

iv) Balance 10% of ex-works price will be paid on successful commissioning &

putting into commercial use of the equipment. In the event of commissioning and / or commercial use of the equipment is delayed beyond the specified period for reasons not attributable to the Supplier and the supplies of the entire equipment are completed this payment would be made against furnishing a Bank guarantee for an equivalent amount valid for mutually agreed period. But in any case the Bank guarantee should be valid till the date of commercial use. The Bank Guarantee shall be discharged pro-rata upon putting into commercial use of the respective portion of the plant.

For Transportation.

Payment for transportation inclusive of clearing and forwarding charges etc., shall be payable on receipt of each consignment at site on pro-rata basis alongwith payment at 4.17.1 iii) above. Purchaser will not be responsible for charges such as demurrage/wharfage etc. The total amount of transportation charges shall be limited to the contract amount.

For Insurance

100% Payment of Insurance premium charges shall be reimbursed at actual by the Purchaser against the receipt of proof of payment of premium by the Supplier to the insurance authority viz. Government Insurance Fund (GIF). However, the total payment shall be limited to the contract amount.

Payment for Onsite erection testing etc. and supply of supervisory

Services.

(i) Ten percent (10%) of the price for erection, testing & commissioning shall be

paid as an advance payment against receipt of invoice and production of certificate issued by the Purchaser indicating that Supplier has commenced the erection of equipment at site and on submission of bank guarantee (i.e. Form-X) for equivalent amount valid until the erection, testing & commissioning of equipment is completed. This payment shall be without levy of any interest charges.

42

Signature of Bidder Signature of Purchaser

(ii) Eighty (80) percent payment shall be payable on pro-rata basis against monthly progressive bill duly certified by the Purchaser within Sixty (60) days after receipt of the invoices.

(iii) Balance 10% of ex-works price will be paid on successful commissioning &

putting into commercial use of the equipment. In the event of commissioning and / or commercial use of the equipment is delayed beyond the specified period for reasons not attributable to the Supplier and the supplies of the entire equipment are completed this payment would be made against furnishing a Bank guarantee for an equivalent amount valid for mutually agreed period. But in any case the Bank guarantee should be valid till the date of commercial use. The Bank Guarantee shall be discharged pro-rata upon putting into commercial use of the respective portion of the plant.

NOTE: While making all the above payments the income tax shall be deducted as

per rules in force and relevant income tax deduction certificate shall be issued to the Supplier.

4.18 PRICES

The prices quoted by the Bidder shall be FIRM. Variable prices with price variation formulae shall not be quoted. Any bid non-conforming to this will be treated as ‘Non-Responsive’ and rejected

4.19 CHANGE ORDERS

4.19.1 The Purchaser may at any time by a written order given to the Supplier (Pursuant to clause 4.20) make changes within the general scope of the contract in any one or more of the following :

a) drawings, designs or specifications, where goods to be furnished under the

Contract are to be specifically manufactured for the Purchaser, b) the method of packing; c) the place of delivery; and d) the services to be provided by the Supplier.

4.19.2 If any such change causes an increase or decrease in the quantity or the time required for the Supplier's performance of any part of the work under the Contract, an equitable adjustment shall be made in the Contract price or delivery schedule, or both and Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty(30) days from the date of the Supplier’s receipt of the Purchaser’s change order.

4.20 CONTRACT AMENDMENTS

Subject to Clause 4.19, no variation in or modification to the Contract shall be

made except by written amendment signed by the parties. 4.21 ASSIGNMENT

The Supplier shall not assign, in whole or in part, his obligations to perform under

the Contract except with the Purchaser's prior written consent.

43

Signature of Bidder Signature of Purchaser

4.22 SUB-CONTRACTS

4.22.1 The Supplier shall notify the Purchaser in writing of all sub-contracts / sub-Suppliers under the contract if not already specified in his bid. Such notification, in his original bid or later, shall not relieve the Supplier from any liability or obligation under the contract.

4.23 DELAYS IN THE SUPPLIER’S PERFORMANCE

4.23.1 Delivery of the goods and performance of services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser in Section VI.

4.23.2 An unexcused delay by the Supplier in the performance of delivery obligations and services shall render the Supplier liable to any or all of the following actions:

• forfeiture of performance security;

• imposition of liquidated damages; and

• termination of the Contract for default.

4.23.3 If at any time during performance of the Contract, the Supplier or his sub-contractor(s) should encounter conditions impeding timely delivery of the goods and performance of services the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s) and make an application for extension of time limit with the supporting documents. As soon as practicable after receipt of the Supplier's notice the Purchaser shall evaluate the situation and may at his discretion extend the Supplier's time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

4.24 LIQUIDATED DAMAGES

4.24.1 Subject to clause 4.26, if the Supplier fails to deliver, install or commission any or all of the goods or fails to perform the services within the time period(s) specified in the contract, the Purchaser shall without prejudice to other remedies under the contract, deduct from the contract price, or recover from the Supplier liquidated damages as under :

For delays in delivery :

Subject to clause 4.23 if the Supplier fails to deliver the goods or perform the services within the time period(s) specified in the contract or any extensions thereof, the Purchaser shall, without prejudice to the remedies, under the contract, deduct from the contract price, an amount equal to one half of one percent (0.5 %) of the ex-factory price of the undelivered goods for each week of delay upto a maximum amount of ten (10) percent of total contract price as provisional liquidated damages.

The Purchaser may consider termination of the contract on provisional liquidated damages reaching ten (10) percent of the contract price on account of delays in delivery of goods.

For delays in completion periods :

44

Signature of Bidder Signature of Purchaser

The Purchaser shall review the situation upon the successful commissioning of the goods. In case of commissioning is delayed beyond the contractual completion period or any extension thereof, the liquidated damages at the rate of 1/10th of 1 percent (0.1%) of Contract Price per each day delay shall be payable by the Supplier to the Purchaser. This amount of liquidated damage will be adjusted against amount of provisional liquidated damages, if any, already deducted from time to time on account of delays in delivery of goods. The balance amount, if any, will be either released to the Supplier or recovered from the Supplier. The maximum amount of liquidated damages under contract shall be limited to ten (10%) percent of total contract price.

4.25 TERMINATION FOR DEFAULT

4.25.1 The Purchaser may, without prejudice to any other remedy for breach of Contract, by written notice of default sent to Supplier, terminate the contract in whole or in part –

If the Supplier fails to deliver any or all of the goods within the time period(s)

specified in the contract or any extension thereof granted by the Purchaser pursuant to clause 4.23.

If the Supplier fails to perform any other obligation(s) under the Contract.

4.25.2 In the event of the Purchaser terminating the contract in whole or in part, pursuant to clause no.4.25.1 the Purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to those un-delivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar goods. However, the Supplier shall continue performance of the contract to the extent not terminated.

4.26 FORCE MAJEURE

4.26.1 Notwithstanding the provisions of clause 4.23, 4.24 and 4.25, the Supplier shall not be liable for forfeiture of performance security, liquidated damages or termination for default, if and to the extent that his delay in performance or other failure to perform obligations under the contract is the result of an event of Force Majeure.

4.26.2 For purposes of the clause; "Force Majeure" mean an event beyond the control of the Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not restricted to, the acts of the Purchaser either in sovereign or Contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine, restrictions and foreign embargoes, strike, riots and civil commotion.

4.26.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such condition and the causes thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform his obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

4.27 TERMINATION FOR INSOLVENCY

45

Signature of Bidder Signature of Purchaser

The Purchaser may at any time terminate the contract by giving written notice to

the Supplier without compensation to the Supplier if the Supplier becomes bankrupt or otherwise insolvent provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

4.28 TERMINATION FOR CONVENIENCE

4.28.1 The Purchaser, may by a written notice sent to the Supplier terminate the contract, in whole or in part, at any time for his convenience. The notice of termination shall specify that termination is for the Purchaser's convenience, the extent to which performance of work under the Contract is terminated and the date upon which such termination becomes effective.

4.28.2 The goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of termination shall be purchased by the Purchaser at the contract terms and prices. For the remaining goods, the Purchaser may elect : (a) to have any portion completed and delivered at the Contract terms and

prices; and / or (b) to cancel the remainder and pay to the Supplier an agreed amount for

partially completed goods and for materials and parts previously procured by the Supplier.

4.29 RESOLUTION OF DISPUTES

The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract.

4.30 GOVERNING LANGUAGE

The contract shall be written in ENGLISH language. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in the same language.

4.31 APPLICABLE LAW

The contract shall be interpreted in accordance with INDIAN laws.

4.32 NOTICES

4.32.1 Any notice given by one party to the other pursuant to the contract shall be sent in writing or by telegram or telex/cable or facsimile and confirmed in writing to the address specified for that purpose in the Contract.

4.32.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later.

4.32.3 The Supplier shall furnish the postal address of his office. Any notice or instructions to be given to the Supplier under the terms of the contract shall be deemed to have been served even if it is served to his authorised agent or representative, by registered letter to the address provided by the Supplier.

46

Signature of Bidder Signature of Purchaser

4.32.4 For the purpose of all notices, the following shall be the address of the Purchaser

:

Superintending Engineer, Ghatghar (E & M) Circle, Opp. Sahakar Vidya Mandir Kalwa, Thane -400605 (M.S.)

Tel. No. : (022) 25444487

Fax No. : (022) 25414471

E-mail : [email protected]

4.33 TAXES AND DUTIES

4.33.1 Indian Taxes, Duties and Levies

ii) Supply of goods

Central or State excise duty/Central or State sales tax/VAT and any other taxes applicable on supply of finished goods shall be borne by the Purchaser as per the rate and amount stipulated in contract. If the rates of these statutory duties/taxes are increased during contractual period the increased amounts of taxes/duties shall be borne by the Purchaser only if the basic data about price of individual equipment, rate and amount of each tax/duty applicable on the base date of submission of bid is furnished in the bid and work is completed within contractual delivery. The Supplier shall pay the taxes/duties initially to concerned authorities. Purchaser shall reimburse these against production of necessary documentary evidence as mentioned below: a) Gate pass for reimbursement of excise duty. b) Proof of payment issued by competent authority or if assessment is not

completed certificate issued by Chartered Accountant for reimbursement of sales tax.

If works contract tax is applicable, Sales tax will not be payable.

iii) Maharashtra Sales Tax (MST) (on transfer of property in goods in execution of works contracts) Act - 1985.

The Bidder must clearly indicate in his bid and also in price schedules the rate

and the amount of Maharashtra Sales Tax (MST) (on transfer of property on goods in execution of works contracts) which may be assessed by the competent authority as per the prevalent rules.

The said Tax (i.e. MST on transfer of property in goods in execution of work)

shall be payable to Supplier after completion of work on submission of satisfactory documentary evidence from competent authority. In case assessment of tax is not completed by the tax authorities the payment can be reimbursed on submission and certificate issued by Chartered Accountant.

In case the Purchaser grants extension in completion period at the request of

Supplier and without levy of any liquidated damages and under condition other than force majeure condition then this MST shall be applicable at the

47

Signature of Bidder Signature of Purchaser

rate prevailing as per the contractual completion periods. The amount of tax if increased shall be borne by the Supplier.

iv) Taxes on the earning of company's person The earnings of the Supplier's (company) personnel, in connection with the supply of services would be assessed in ‘Income Tax` in accordance with Indian Laws and Rules in force from time to time. It shall be the duty of Supplier (i.e. company) to recover the amount of income tax and surcharge thereon with penalty/interest and pay these amounts to concerned authority of the Indian Income Tax Department.

v) Taxes on supply of services i.e. price of onsite erection, testing and commissioning. The income tax at applicable rate and surcharge thereon will be deducted while making payment. A tax deduction certificate (TDS) will however be issued to the Supplier.

vi) Tax on Company The earnings of the Supplier's company are subjected to tax. The Supplier shall be fully responsible and pay such taxes to the concerned authorities of the Indian Government.

4.33.2 Other Statutory Levies

If any new statutory levies are imposed in India after the base date of submission of bid, the Supplier shall pay these initially. However, the Purchaser shall reimburse the same to Supplier at actuals on production of documentary evidence provided Bidder furnishes in his bid the break up of prices of equipment on which these levies are made applicable. However in case the Purchaser grants an extension in delivery period at the request of Supplier and without levy of any liquidated damages and under the condition other than force majeure condition, then the new statutory levies imposed in India after the contractual date of delivery/completion shall not be reimbursed to the Supplier. Supplier shall bear the same at his own cost.

4.33.3 Indemnity

The Supplier shall hold the Purchaser indemnified and harmless against any claims that may be made against the Purchaser in matters pertaining to tax liabilities of Supplier and his personnel. If it is obligatory under Income Tax regulations, deduction of income tax at source shall be made by the Purchaser and a tax deduction certificate (TDS) will be issued to the Supplier.

4.34 COMPLETION OF CONTRACT

4.34.1 Unless otherwise terminated under the provisions, or any other relevant clause, this contract shall be deemed to have been completed at the expiration of the warranty period.

4.34.2 The final settlement of payment by the Purchaser in pursuance of the contract shall mean the release of the Supplier from all his liabilities under the contract.

48

Signature of Bidder Signature of Purchaser

4.35 CO-OPERATION WITH OTHER SUPPLIERS

4.35.1 The Supplier shall co-operate with the other Suppliers/contractors and freely exchange with them such technical information as is necessary to obtain the most efficient and economical design and to avoid unnecessary duplication of efforts.

4.35.2 It is envisaged that there will be a number of areas where there would be interface between equipment to be supplied under this contract and equipment proposed to be purchased under other contract and Supplier has to co-ordinate with other contractor and/or Supplier wherever necessary without extra cost or charge to Purchaser.

4.35.3 If communication between Supplier’s is required under provisions of this clause, the Supplier may communicate directly with each other but two copies of such communication and all drawings referred to therein and records of all discussions or conferences between them shall be sent at the same time to the Purchaser by the originating party.

4.35.4 Receipt of such copies by the Purchaser shall not imply approval of the contents thereof unless such approval is given in writing and shall not relieve the respective Supplier’s of the obligation of supplying between them everything within the scope of their contract necessary for the proper operation of the plant.

4.35.5 The Supplier shall submit to Purchaser for approval any drawings or proposals which affect other Supplier unless he has obtained prior written agreement from the other Supplier.

4.35.6 Should the occasion arise when Supplier considers that the other Supplier has failed or will fail to supply any necessary information which will prejudice the formers obligations, he may seek Purchaser’s assistance in having such information provided.

4.35.7 Subject to the rights under the contract, the decision of the Purchaser shall be final in the event of any disagreement between the two Suppliers which cannot be resolved mutually.

4.36 REPLACEMENT OF DEFECTIVE PARTS AND MATERIALS

4.36.1 If during the progress of the works and/or within warranty/guarantee period after commissioning, the Purchaser shall decide and inform in writing to the Supplier that the Supplier has manufactured or installed any plant or part of the plant unsound or imperfect or has furnished any plant inferior than the quality specified, the Supplier on receiving details of such defects or deficiencies shall at his own expense within seven (7) days of his receiving the notice or otherwise, within such time as may be reasonably necessary for making it good, proceed to alter, re-construct or re-install or remove such work and furnish and install new equipment similar to the Standards of the Specifications. In case the Supplier fails to do so, the Purchaser may on giving the Supplier seven (7) days notice in writing of his intention to do so, proceed to remove the portion of the works so complained of and at the cost of Supplier perform all such work or furnish all such equipment provided that nothing in this clause shall be deemed to deprive the

49

Signature of Bidder Signature of Purchaser

Purchaser of or affect any rights under the contract which the Purchaser may otherwise have in respect of such defects and deficiencies.

4.36.2 The Supplier's full and extra liabilities under this clause shall be satisfied by the payment to the Purchaser of the extra cost, of such replacement procured including erection as provided for in the Contract, such extra cost being the ascertained difference between the price paid by the Purchaser for such replacement and the Supplier's price portion for such defective plants and repayment of any sum paid by the Purchaser to the Supplier in respect of such defective plant. Should the Purchaser not so replace the defective plant the Supplier's extra liability under this clause shall be limited to repayment of all sums paid by the Purchaser under the contract for such defective plant/goods.

4.37 DEFENCE OF SUITS

4.37.1 If any action is brought against the Purchaser or any officer or agent of the Purchaser for the failure or neglect on the part of the Supplier to perform any act, matters covenants or things under the contract, or for damage or injury caused by the alleged omission or negligence on the part of the Supplier or in connection with any claim based on lawful demands of sub-Supplier, workmen, or employees, the Supplier shall in all such cases indemnify and keep the Purchaser and / or his representative harmless from all losses, damages, expenses or decrees arising out of such action.

4.38 JURISDICTION :

No legal proceedings to enforce any claim and no suit arising out of any contract shall be instituted except in court of competent jurisdiction under the High Court of Mumbai.

50

Signature of Bidder Signature of Purchaser

SECTION-V

CONDITIONS FOR ERECTION, TESTING AND COMMISSIONING

INDEX

SR.NO. / CLAUSE NO.

DESCRIPTION

PAGE NO.

5.1 APPLICATION 51

5.2 SCOPE OF SERVICES IN RESPECT OF

ERECTION, TESTING, AND

COMMISSIONING OF CRANE EQUIPMENT

SUPPLIED UNDER THIS CONTRACT

51

5.3 CONSTRAINTS TO BE CONSIDERED DURING

ERECTION OF THE CRANE

52

5.4 ADVANCE INTIMATION TO SUPPLIER

ABOUT READYNESS OF SITE

52

5.5 COMPLETION PERIOD FOR ERECTION,

TESTING AND COMMISSIONING OF

CRANE

52

5.6 RESPONSIBILITY OF SUPPLIER 53

5.7 RESPONSIBILITY OF PURCHASER 54

5.8 PRECAUTIONS 54

5.9 SUPPLIER’S PERSONNEL 55

5.10 INSURANCE 56

5.11 CONSTRUCTION MANAGEMENT 56

5.12 CO-OPERATION WITH OTHER

CONTRACTORS

56

5.13 WARRANTY 57

5.14 ACCEPTANCE CERTIFICATE 57

51

Signature of Bidder Signature of Purchaser

SECTION V

CONDITIONS FOR ONSITE ERECTION,

TESTING AND COMMISSIONING

5.1 APPLICATION The following shall supplement the conditions already contained in other parts of

these specifications and document and shall govern the scope of Contract related to the onsite erection, testing and commissioning.

5.2 SCOPE OF SERVICES IN RESPECT OF ONSITE ERECTION, TESTING AND

COMMISSIONING OF CRANE EQUIPMENT SUPPLIED UNDER THIS

CONTRACT 5.2.1 1) Verification of equipment delivered at site. 2) Handling, loading, transport, unloading of equipment at storage sheds/

yards, further handling, reloading at storage yard, transport, unloading of equipment at place of installation.

3) Erection, testing, commissioning and putting in to use following crane equipment:-

a) 1 No. double girder 10T EOT crane in Package shed with a span of 18 mtrs. b) The down shop leads shall be of hard drawn copper and shall comply as

regards physical and electrical properties with the appropriate Indian Standards or equivalent British Standards for the full bay length of 55 m for crane mentioned under (a) above.

c) Gantry Rails of required size rails with continuous sole plates, foundation bolts

and anchors, packing plates for full bay length 55 meters for crane mentioned under (a) above.

4) Arranging and providing all the tools, tackles, measuring and testing

instruments, erection devices, lifting devices, measuring instruments etc., necessary for installation, testing, commissioning and putting in to use the E.O.T. crane, after performing the load test at site as per the provision of this specification.

5) Bringing at site and transporting back the required load and the cradle like

device for stacking the load during conductance of rated load and overload test.

6) Making earthing connection of the 10 T EOT crane and associated equipment

with station earthmat, as per requirement. 5.2.2 The following typical works, which are part of total erection work, are deemed to

have been included in the onsite erection charges. i) Rectification/replacement including the dismantling and re-erection of the

equipment in the event of damage/theft etc.

52

Signature of Bidder Signature of Purchaser

ii) Cleaning of equipment. iii) Cleaning of foundation pockets, blockouts and any other openings prior to

onsite erection of respective equipment. iv) Slinging, handling of equipment during onsite erection. v) Arranging all the tools, tackles, measuring and testing equipments,

instruments, platforms, scaffolding etc. required during onsite erection, testing before commissioning, commissioning and during conductance of field tests on 10 T EOT crane and associated equipment .

vi) Erection of any pipe lines, if needed. vii) Providing rail supports, clamping arrangements, embedment and supports

for Down shop lead system etc. for the supplied EOT crane. viii) Physical earthing connections for all equipment to the ground bus and

station earthmat. ix) Supply of consumables such as welding electrodes, oxygen, acetylene gas,

grease of all kinds, lubricants, oil for hydraulically operated mechanisms, wooden planks, tool bits, emery paper, insulation materials, adhesives, plastic sheets, rubber mats, nuts, bolts, washers, packings, supports, etc. in adequate quantity required during onsite erection, testing, commissioning.

x) Terminal connection including cable glands, lugs, ferrules etc. for the

control cables to be connected to various equipment and panel / cabinet, covered under the scope of supply.

xi) Physical connections of cables in marshalling boxes, equipment terminal,

devices etc. included in the scope of supply. 5.3 CONSTRAINTS TO BE CONSIDERED DURING ERECTION OF THE CRANE

Bidder shall note that clearances and hook approach distances stated in clause

9.4 of section IX are tentative and shall be taken as per the actual dimensions only after the completion of package shed.

Bidder must furnish of his bid the detailed procedure of erection of crane

considering the above constraint. 5.4 ADVANCE INTIMATION TO SUPPLIER ABOUT READINESS OF SITE

The Purchaser will give an advance intimation of 2 weeks to the Supplier prior to

the readiness of site to commence crane erection. The date of readiness of site shall be reckoned as reference date for counting the completion period for onsite erection, testing and commissioning.

5.5 COMPLETION PERIOD FOR THE ONSITE ERECTION, TESTING AND

COMMISSIONING OF CRANE

53

Signature of Bidder Signature of Purchaser

The completion period for the work of onsite erection, testing (including load and overload tests) commissioning for the 10T EOT crane shall be 2 month from the date, the work site is ready and available to the Supplier from the Purchaser.

The Supplier shall note that the load and overload tests shall be conducted after

completion of erection. The Supplier shall submit along with bid a detailed erection programme showing the time required by him for completion of various activities involved during erection, testing, commissioning and putting in use the crane.

5.6 RESPONSIBILITIES OF THE SUPPLIER

Responsibilities of the Supplier shall include but not limited to the following:- 1) To ensure compliance with industrial safety provisions, fire prevention measures

during the entire period of erection, testing, commissioning etc. 2) To ensure that all the supervisory and working personnel posted for the work

are well experienced and competent for execution of work efficiently. 3) To ensure that adequate sets of necessary drawings, erection manuals, testing

procedures and commissioning details are made available to the erection personnel well in advance.

4) To arrange for further storage, watch and ward of the equipment after the same is

handed over to him by Purchaser for erection purpose. 5) (a) To check and satisfy himself about levels of foundations, Gantry beam etc.,

executed by the Purchaser. It is likely that face of the gantry beam on which the sole plates for crane rails are to be installed may not be truly levelled. Minor chipping, grinding if required for levelling, shall be carried out by Supplier.

(b) To verify, supervise and satisfy himself about provision of M.S. bars for fixing the

sole plates. 6) To arrange for further distribution of A.C. supply, water supply, beyond the point

at which these are made available to him by the Purchaser near the work area. A.C. supply voltage shall be reduced to 24 V for the handlamp etc., to be used during execution of work.

7) To follow scrupulously the provision and rules of Indian Electricity Act (upto date

revision) in all electrical installation works. 8) To make arrangements for transporting his erection personnel from place of

residence to work location. 9) To provide accommodation and other facilities to the work force employed by the

Supplier. 10) To follow all the statutory provisions contained in various Acts pertaining to

workmen/labour employed by the Supplier for the erection work. 11) To ensure maintenance of good order in his camp at site and on his work and to

that end employ such officers, watchmen etc. as required.

54

Signature of Bidder Signature of Purchaser

12) All works related to the scope of services of Supplier and not specifically excluded

shall be deemed to have been covered in Contract at the cost of Supplier. 5.7 RESPONSIBILITIES OF THE PURCHASER

5.7.1 The Purchaser shall be responsible only for the following items of the works

covered by this Contract. 5.7.2 The preservation of equipment during storage of plant after it is stacked and

verified at project site by Supplier till it is handed over again to the Supplier for further erection, testing and commissioning.

5.7.3 To issue to the Supplier at the respective place of storage, the packages/

equipment pertaining to the crane for further handling and erection on receipt of Indent from the Supplier.

5.7.4 To make available 3 phase, 4 wire 415 V/230 V + actual fluctuations, 50 Hz, A.C.

supply, free of cost to the Supplier for erection of equipment at one point only near the work site. The Supplier shall have to make his own arrangement to lay and maintain necessary distribution centers, cable and wiring required at his own cost from the said point of supply. The layout and method of distribution system shall comply with the rules and regulations in force and shall meet the approval of the Purchaser. The Supplier shall communicate to the Purchaser his power requirements sufficiently in advance so that necessary arrangement for supply can be made.

5.7.5 No transport facilities of any kind will be provided by Purchaser for the personnel

of the Supplier from place of residence to the work site or at any other place. 5.7.6 In the execution of contract no person other than the Supplier or his duly

appointed representative shall be allowed to work on the site except by special permission in writing, from the Purchaser.

5.8 PRECAUTIONS

Supplier shall take proper precautions to the satisfaction of the Purchaser during

the entire work execution so as to prevent any untoward incidence such as accident, damage / loss to life and property of Purchaser or any third party and to complete the work to the specified standards. These precautions shall include but not limited to the following.

i. The work area where the assembly, testing of equipment is being carried out shall be cordoned off and protected properly so as to prevent any untoward incident.

ii. No unauthorised person shall be allowed in such work area. iii. All precautions about proper clothing, wearing protective gears, welding

glasses etc. shall be taken by the working personnel of Supplier. iv. All safety precautions as per the statutory acts and accepted working

standards in the industry shall be ensured. v. Special precautions shall be taken when operational tests are being

conducted on pressurised system, and also while conducting the high voltage tests on equipment and associated auxiliaries. The test area shall be

55

Signature of Bidder Signature of Purchaser

isolated by suitable metal screens on all sides and fire protection equipment shall be kept in readiness. Proper warning shall be issued to the other agencies working nearby to protect their work and personnel from any untoward incidence. Particular care shall be taken to protect the electrical wiring, installation, lighting etc. existing at the place of testing from short circuit/damage during such testing.

vi Special care shall be taken during load test and overload test of crane. No one shall be allowed to work/stand below the crane when testing is in progress. During testing all industrial safety precautions / measures shall be observed.

5.9 SUPPLIER'S PERSONNEL

5.9.1 The Supplier shall employ at least one competent representative as Project

manager whose name shall have been previously communicated and got approved from Purchaser in writing to superintend the erection, testing and commissioning of equipment. The said representative shall be physically present on the site during working hours and any written orders or instructions which the Purchaser or his duly authorized representative gives to the said representative of the Supplier shall be deemed to have been given to the Supplier.

5.9.2 If any of the personnel is not found to be performing services in a manner

as expected of him, under the Contract, the Supplier on advice from the Purchaser shall replace such person(s) at his cost with those acceptable to the Purchaser by mutual agreement.

5.9.3 The Purchaser shall be at liberty to object to the presence of any representative

or employee of the Supplier at the site, if in the opinion of the Purchaser such employee has misconducted himself, or is incompetent or negligent or otherwise undersirable, and then the Supplier shall replace such a person objected to.

5.9.4 The Supplier shall provide all supervisory staff, skilled/semiskilled labour,

unskilled labour required for the work and furnish full information regarding the number and of the personnel to be engaged by him for this purpose.

5.9.5 The Supplier shall furnish to the Purchaser bio-data of project manager and other

erection supervisory personnel to the Purchaser for his observations and record. 5.9.6 If any person brought to project site is found unsuitable by the Purchaser, the

Supplier shall within a reasonable time make alternative arrangements for providing a suitable replacement at his cost and should also ensure that the progress of work will not suffer due to such alternative arrangements.

5.9.7 No person brought to project site for the purpose of Contract shall be withdrawn

without consent of Purchaser in writing in response to the written request from the Supplier giving reasons for such withdrawal. Supplier may withdraw any person in the event of breach of discipline or misconduct and report the matter immediately to the Purchaser for his consent which will not be unreasonably withheld. In either case the withdrawal of person would be only after replacement of such person by a competent person to ensure that progress of work does not suffer. The charges on account of withdrawal and replacement shall be borne by the Supplier.

56

Signature of Bidder Signature of Purchaser

5.9.8 The Supplier shall follow usual working time for work at site consistent with Purchaser’s working time. However, if Supplier intends to adopt different working time or extend the daily working time it should be got mutually agreed with the Purchaser. Purchaser, however, will not be responsible for any overtime claims.

5.9.9 In case any personnel is necessitated to proceed on leave on medical grounds for

a period exceeding ten (10) days at a stretch, the Supplier will make suitable alternative arrangements. No payment however will be made on this account.

5.10 INSURANCE

5.10.1 Supplier shall arrange for insurance in accordance with clause 4.10 and 4.12 of

‘Conditions of Contract’ (Section-IV). 5.10.2 Supplier shall also arrange at his cost for comprehensive automobile

insurance in such a form as to protect against all claims for injuries, disability, disease, and death to member of public including Purchaser's men and damage to the property of others arising from the use by the Supplier's personnel of motor vehicles during on or off the site operations, irrespective of the ownership of such vehicles.

5.11 CONSTRUCTION MANAGEMENT

5.11.1 One of the members of the Personnel shall be nominated to act as Project

Manager. 5.11.2 Erection program submitted by the Supplier and discussed with the Purchaser and

finalised with necessary modifications to form a part of Contract documents, will be the essence for planning erection activities.

5.11.3 The Supplier shall review in regard to the manpower deployment plan and

schedules for providing the services under the Contract to match the erection programme.

5.11.4 The Supplier shall also intimate the programme of the visit of his personnel to

site and departure from site to the Purchaser in advance and as and when so desired. The Purchaser will have the right to review the list of such personnel and ask for increase in the strength or reschedule the visits of such personnel, if in the opinion of the Purchaser, the list of personnel furnished by the Supplier is not sufficient for effective performance of the Contract.

5.11.5 Project Manager of the Supplier shall receive one week's advance notice from the

Purchaser for additions or removal of personnel. 5.11.6 The Supplier shall co-operate with all other Suppliers and other site agencies such

as civil wing of Purchaser who may be performing other services on behalf of the Purchaser and the workmen who may be employed by the Purchaser and doing work in the vicinity of the Supplier's work site.

5.12 CO-OPERATION WITH OTHER CONTRACTORS

The Supplier shall exchange freely all necessary drawings, dimensions and

other information required, under intimation to the Purchaser, with other

57

Signature of Bidder Signature of Purchaser

Suppliers of various electrical and mechanical equipments to ensure complete erection of the plant. Co-operation shall also be maintained amongst the Suppliers during installation, testing and commissioning of the equipment at site. In case of difference of opinion among the Suppliers, the matter shall be referred to the Purchaser whose decision shall be final and binding on the Suppliers.

5.13 WARRANTY

The warranty for the quality and workmanship of on site erection, testing and

commissioning shall be included in the overall warranty clause no. 4.16 specified under ‘Conditions of Contract’ (Section-IV).

5.14 ACCEPTANCE CERTIFICATE

Upon successful completion of the commissioning of equipment the Purchaser

shall issue to the Supplier a provisional acceptance certificate. Such a certificate shall not be unreasonably withheld on account of minor omissions or defects which do not affect the commercial operation or do not constitute any serious risk to the equipment. The Supplier shall undertake to make good such omissions and defects at the earliest possible time as may be mutually agreed reasonable period. The Purchaser shall take over the equipment after said omissions and defects are made good by the Supplier and issue a final acceptance certificate. If Supplier fails to make good omissions and defects within mutually agreed period, the estimated amount as decided by the Purchaser for making good such omissions and defects shall be deducted/ recovered from the performance security and these shall be got done by the Purchaser at the risk and cost of the Supplier.

58

Signature of Bidder Signature of Purchaser

SECTION-VI

SCOPE, SCHEDULE OF REQUIREMENTS

AND DESIRABLE DATES

INDEX

SR. NO.

DESCRIPTION

PAGE NO.

6.1 SCOPE 59 6.2 SCHEDULE OF REQUIREMENTS 59 6.3 DESIRABLE DATES 60

59

Signature of Bidder Signature of Purchaser

SECTION VI

SCOPE, SCHEDULE OF REQUIREMENTS

AND DESIRABLE DATES

6.1 SCOPE

6.1.1 The scope shall cover the design, manufacture, testing at Supplier's works

before dispatch, handling, loading, unloading, transport, delivery to project site including unloading, special insurance upto taking over, onsite erection, testing, commissioning and ready for putting into commercial use of 10 T EOT crane along with associated equipment as mentioned under clause 6.2 “Schedule of Requirement”. Any fittings accessories of equipment which may not have been specifically mentioned in these specifications but which are indispensable for reliable operation of the equipment shall be provided by the Supplier at no extra cost to the Purchaser. Supply and erection of foundation bolts for sole plates (If required), rail & required embedments is included in scope of Supplier.

6.1.2 The scope shall include supply of spares & tools and tackles required for maintenance of 10T EOT crane.

6.1.3 The Supplier shall bring all erection tools & tackles, load for overload test and

other testing equipment required during onsite erection, testing and commissioning of entire equipment at site & take them back after commissioning the entire equipment.

6.2 SCHEDULE OF REQUIREMENTS: 6.2.1 10 T Pendant Operated EOT Crane: The schedule of requirement shall comprise of

a) One number of 10T EOT Crane, Indoor type, Double girder, suitable for Operation from floor level through pendant push button control as described in technical specification.

b) Gantry Rails of 60Lbs/Yd. or 60/40 mm Flat rails : Gantry Rails pair for

the full bay length of 55 m along with continuous sole plates , foundation bolts, anchors, packing plates etc. for (a) above.

c) Down shop leads : The down shop leads of hard drawn copper and shall comply as regards physical and electrical properties with the appropriate Indian Standards or equivalent British Standards for the full bay length of 55 m for crane mentioned under (a) above.

d) Spares and tools: For normal operation of five (5) years.

60

Signature of Bidder Signature of Purchaser

6.3 Desirable Period:

i) Completion of delivery at site from

Date of Notification of Award of Contract.

: within 4 months

ii) Completion of erection, testing & within 1 Month from Commissioning of 10 T EOT Crane.

: within 2 Month from Readiness of site

61

Signature of Bidder Signature of Purchaser

SECTION-VII

FORMS AND SCHEDULES

INDEX

SR. NO.

DESCRIPTION

PAGE NO.

FORMS FORM - I FORM OF BID 62 FORM - II FORM OF BANK GUARANTEE FOR BID SECURITY 64

FORM – III LIST OF MACHINARY, TOOLS & PLANTS 66 FORM – IV DETAILS OF TECHNICAL PERSONNEL 67 FORM – V DETAILS OF QUALITY ASSURANCE PLAN 68

FORM – VI LIST OF AVAILABLE TESTING FACILITIES AT WORKS. 69 FORM – VII (1/2) DEVIATIONS, OBJECTIONS OR RESERVATIONS OF

THE BIDDER ON COMMERCIAL TERMS & CONDITIONS OF THE BIDDING DOCUMENT

70

FORM – VII (2/2) DEVIATION FROM TECHNICAL SPECIFICATION 71

FORM – VIII LIST OF SUBCONTRACTORS 72 FORM – IX FORM OF BANK GURANTEE FOR SECURITY

DEPOSIT CUM PERFORMANCE GUARANTEE

73

FORM –X GUARANTEE FOR ADVANCE PAYMENT 77 FORM - XI CONTRACT FORM 79

FORM - XII PROVIDENT FUND CLEARANCE CERTIFICATE 81

FORM - XIII CHECK LIST 82 SCHEDULES :

SCHEDULE A-I BIDDER’S SUMMERY 84 SCHEDULE A-II FINANCIAL AND OTHER INFORMATION

ABOUT BUSINESS FOR LAST FIVE (5) YEARS 86

SCHEDULE A-III POWER OF ATTORNEY 88 SCHEDULE B-I

GENERAL REFERENCE LIST OF MANUFACTURE AND SUPPLY OF 10 T & ABOVE CAPACITY EOT CRANES

89

SCHEDULE B-2

PART –A DETAILS OF CONTRACTS IN HAND PART –B LIST OF BIDS SUBMITTED

90

SCHEDULE T-1

SCHEDULE OF DRAWINGS TO BE SUBMITTED ALONGWITH THE BID

91

SCHEDULE T-2

SCHEDULE OF DRAWINGS TO BE SUPPLIED AFTER AWARD OF CONTRACT

92

SCHEDULE C-1 PRICE SCHEDULE FOR 10 T E.O.T. CRANE 95

SCHEDULE C-2

SCHEDULE OF PRICES FOR SPARES AND TOOLS AND TACKLES FOR 10 T EOT CRANE

97

SCHEDULE C-3

PRICE SCHEDULE FOR RECOMMENDATORY SPARES AND MAINTENANCE TOOLS

100

SCHEDULE C-4

SCHEDULE OF PRICES FOR SPECIAL TOOLS AND TACKLES REQUIRED FOR MAINTENANCE AND SERVICING OF SITE ERECTION, TESTING AND COMMISSIONING OF 10 T. E.O.T. CRANE

101

62

Signature of Bidder Signature of Purchaser

SECTION-VII FORMS AND SCHEDULES

FORM - I

FORM OF BID

(To be submitted in ENVELOPE NO.1)

[Refer Clause 2.9.1]

Date : To,

Superintending Engineer Ghatghar (E&M) Circle, Kalwa, Thane -400605 Tel. No. : (022) 25444487. Fax No. : (022) 25414471.

Sub : Kumbhe Hydro Electric Project (1X10 MW)- Design, manufacture, test at

works, loading, supply, unloading at site, insurance, on site erection, testing

and commissioning of 10 T. E.O.T. crane to be installed in Package Shed.

Ref: Bid document No.SE/G(E&M)C/KAL/E&M/2/2014

Dear Sir,

1. Having examined the bidding document no. SE/G(E&M)C/KAL/

E&M/2/2013-14 and amendments dated ......................... the receipt of

which is hereby duly acknowledged, we the undersigned, offer to design,

manufacture, test at works, loading, supply, unloading at site, insurance,

on site erection, testing and commissioning of 1 no. 10 T. E.O.T. Crane to

be installed in Package Shed.

2. We, the undersigned hereby undertake the job in accordance with the said

instructions, conditions of contract, specifications, schedules and

drawings.

3. We undertake, if our Bid is accepted, to commence delivery and erection

work within .............................. .and to complete the deliveries and

erection work of the items specified in the contract within

...............................reckoned from the date of “NOA” as communicated

by you. Further, we undertake to provide a “Performance Security” for

amount of 10% (ten percent or more if applicable) of the total contract

price as mentioned in clause no 2.31.

4. We agree to abide by our bid for a period of 180 days from the date fixed

63

Signature of Bidder Signature of Purchaser

for deadline for submission of bid or from the date of opening of price bid

whichever is later and in default of agree to forfeit to Purchaser, the

amount of “Bid Security” furnished with the Bid.

5. Until a formal contract is prepared and executed, this bid together with

your written acceptance thereof and your notification of award constitute a

binding contract between us.

6. Bid Security for an amount of Rs…………….. in favour of Executive

Engineer, Ghatghar Hydro Electric Division No.3, Kalwa Thane-5 (M.S), is

enclosed herewith.

Yours faithfully

Signature

Designation

for and on behalf of ( Name and Seal of the Company )

Address :

Tel. No. : Fax No. :

64

Signature of Bidder Signature of Purchaser

FORM - II

FORM OF BANK GUARANTEE FOR BID SECURITY

( To be submitted in Envelope No.1 )

[ Refer Clause 2.14 ]

1. Whereas

..............................................................................................

...............

(hereinafter called the “Bidder”) has submitted his bid No.

dated for the supply and installation of

............................... ... ( hereinafter called “the Bid” )

....................................... KNOW ALL MEN BY these presents

that WE, ( Name of the Bank ) .............................................

................................................ ...... ..... .. of( Name of City )

................................having our registered office at

..............................................................................................

....... ...... ...... ( hereinafter called “ the Bank ” ) are

bound unto the Executive Engineer, Ghatghar Hydro Electric

Division No. 3, Kalwa Dist. Thane (M.S) in the sum of

....................................................... Indian

Rupees...................................................................................

for which payment will and truly to be made to the said Purchaser,

the Bank binds itself, its successors and assigns by these presents.

Sealed with the common seal of the said Bank

this........................................ .............................................

day of ....................................... ....2012.

2. THE CONDITIONS OF THIS obligations are :-

i) If the Bidder withdraws his bid during the period of Bid validity

specified by the Bidder on the Bid Form :

and / or

ii) If the Bidder having been notified of the acceptance of his bid by

the Purchaser during the period of Bid validity :

a) Fails or refuses to execute the contract forms, if required, or

65

Signature of Bidder Signature of Purchaser

b) Fails or refuses to furnish the performance security in

accordance with the “Instructions to Bidder”.

iii) We undertake to pay to the Purchaser upto the above amount

upon receipt of his first written demand without any demur and

without the Purchaser having to substantiate his demand provided

that in his demand the Purchaser notifies that the amount claimed

by him is due to him owing to the occurrence of one or both of the

above two conditions, and further specify the occurred condition or

conditions.

3. This guarantee will remain in full force upto one year from the date

of opening of Bid documents.

4. This guarantee shall be extended if required.

The demand if any must be made before the date of expiry of first

written or extended date as may be applicable.

5 The guarantee will not be discharged due to the change in the

constitution of the Bank or the Contractor(s) / Supplier(s).

6. We ( Name of the Bank )

..................................................................................... lastly

undertake not to revoke this guarantee during its currency except

with the previous consent of the Purchaser.

Signature of the Bank

66

Signature of Bidder Signature of Purchaser

FORM NO. III

(To be submitted in Envelope No.1)

(Refer Clause No.2.9.1 Sr. No. 5)

LIST OF PLANT, MACHINERY, TOOLS, TACKLES, INSTRUMENTS AVAILABLE WITH THE BIDDER AND PROPOSED TO BE DEPLOYED BY THE BIDDER FOR THE WORK UNDER THE SCOPE OF CONTRACT.

Sr. No. Description Quantity Remarks

1

2

3

4

Signature of Bidder :

Designation :

Name of the Company :

67

Signature of Bidder Signature of Purchaser

FORM NO. IV

( To be submitted in Envelope No.1 )

(Refer Clause No.2.9.1 Sr. No-6)

DETAILS OF TECHNICAL PERSONNEL

(Mechanical Designer, Production Supervisors and Erection Supervisor)

1. Name ..................................................................................

2. Age ..............................................................................

3. Education and Degrees..........................................................

Profession or Speciality ............................................................

4. Length of service with Supplier ........................................................

5. If item 4 is less than 10 years, give names, length of service and

positions held with previous employers : ..................................

6. Details of the job responsibilities carried out at different project sites.

(Here the Applicant may describe key project experience, with post

held in each project, type of equipment installed in the project).

7. Proposed position for the Kumbhe Hydro Electric Project if the contract

is awarded :

...................................................................................................

............................................................................................

Note : Separate form shall be filled up and enclosed for each key person.

Name :

Designation :

68

Signature of Bidder Signature of Purchaser

FORM NO. V

( To be submitted in Envelope No.1 )

(Refer Clause No.2.9.1 Sr. no.15(iii))

DETAILS OF QUALITY ASSURANCE PLAN

(To be filled in by the Bidder)

Here Bidder shall explain the quality assurance plan to be followed in design,

manufacture, test at works, loading, supply, unloading at site, insurance, on

site erection, testing and commissioning of 10 T. E.O.T. crane to be installed

in package shed offered for Kumbhe Hydro Electric Project (1X10 MW).

Signature of Bidder :

Designation :

Name of the Company :

69

Signature of Bidder Signature of Purchaser

FORM NO. VI

(To be submitted in Envelope No.1)

(Refer Clause No.2.9.1 Sr. No. 15(iv))

LIST OF AVAILABLE TESTING FACILITIES AT WORKS

Sr. No. Particulars of test Place and address of Test availability.

Signature of Bidder :

Designation :

Name of company :

NOTE: The Applicant may describe the details of available testing facilities for

the job.

.

70

Signature of Bidder Signature of Purchaser

FORM VII (1/2)

DEVIATIONS, OBJECTIONS OR RESERVATIONS OF

THE BIDDER ON COMMERCIAL TERMS & CONDITIONS

OF THE BIDDING DOCUMENT

(To be submitted in ENVELOPE NO.1) (Refer Clause No.2.9.1 Sr. No 15(v))

(To be filled in by the Bidder)

Sr.No. Clause no., Para no., Page no.

Details of deviation Remarks

1 2 3 4

Signature of Bidder Name & Designation

71

Signature of Bidder Signature of Purchaser

FORM VII (2/2)

DEVIATION FROM TECHNICAL SPECIFICATION

( To be submitted in ENVELOPE NO.1 ) (Pursuant to clause 2.9.1 Sr. No-15(v))

(To be filled in by the Bidder)

Sr.No. Clause no., Para no., Page no.

Details of deviation Remarks

1 2 3 4

NOTE:

1. This format should include departures from conditions of contract, conditions

for erection testing and commissioning, Formats and Technical Specifications. 2. These departures should be other than responsive terms. 3. Not-withstanding the provisions mentioned elsewhere by the Bidder in his

bid, the deviations mentioned above shall be considered to over ride the provisions or statements mentioned by the Bidder in his bid.

Signature of Bidder Name & Designation

72

Signature of Bidder Signature of Purchaser

FORM - VIII

LIST OF SUBCONTRACTORS

(To be submitted in ENVELOPE NO.1) (Refer Clause No.2.9.1 Sr. No.15 (vii))

SUB-CONTRACTORS PROPOSED BY THE BIDDER.

The Bidder shall give full details as required in the following statement in respect

of the subcontractors proposed by him for the respective items of work. Bidder may propose more than one name of subcontractor for any work but Purchaser reserves the right to delete name of any proposed subcontractor prior to award of contract.

Sr. No. Name of the item / work

to be subcontracted Name & Address of proposed subcontractor

Experience of subcontractor

1

73

Signature of Bidder Signature of Purchaser

FORM NO. IX (To be submitted after Notification of Award)

FORM OF BANK GURANTEE FOR SECURITY DEPOSIT CUM PERFORMANCE

GUARANTEE

[Refer Clause No. 4.6]

In consideration of the Governor of Maharashtra exercising the executive

power of the Government of the State of Maharashtra (hereinafter referred

to as “the Government”) having agreed to purchase

from_____________________________________________

___________________________ a company / society / partnership firm

carrying on business of _________________________Act / Shri

_____________________Sole proprietor of _________________________

and having its / their registered office at _____________________

(hereinafter referred to as “the Contractor/s”) (Please give the particulars of

the goods/equipments to be purchased)

for________________________________________

__________________________________________

(Hereinafter referred to as “the said instruments”) on the terms and

conditions contained in the bid submitted by the Contractor/s under his / its /

their letter No. ___________ dated the _________ day of _________ 2012

and accepted by the Government by its letter No. ___ dated the _________

day of _________ 2012 addressed to the Contractor/s (hereinafter referred

to as “the said Agreement”) providing, interalia. that the Contractor /s shall

furnish to the Government a Bank Guarantee from any Nationalised or

Scheduled Bank in India in the sum of Rs._________ (Rupees

_____________________________ only) as security for due observance

and performance by the Contractor/s of the terms and conditions of the said

Agreement, the Contractor/s hereby furnishes to the Government a Bank

Guarantee from a Nationalised or Scheduled Bank in India in the like amount

in the manner hereinafter contained.

1. We, the undersigned _________________ incorporated under the

_______________ act and having one of our local office at___________

___________________ do hereby guarantee to the Government.

a) Due performance and observance by the Contractor/s of all the terms and

conditions of the said Agreement to be observed and performed by the

Contractor/s including the covenants by the Contractor/s duly carry out and

74

Signature of Bidder Signature of Purchaser

make good the defect in the said good/equipment which may be found in the

warranty period on account of faulty materials or parts used in the said

good/equipment or defective workmanship and / or any deviation from the

approved design or any other cause whatsoever.

b) Due and satisfactory performance of the said good/equipment including

maintenance and repairs thereof during the warranty period.

c) Due and punctual payment by the contractor / s to the Government of all

sums of money losses damages, costs, charges, penalties and expenses

that may become due or payable to the Government by or from the

contractor / s by reason of or in consequence of any breach, non

performance or default by the contractor / s of the terms, covenants and

conditions of the said Agreement.

2. And we do hereby agree and undertake that we shall pay to the Government

forthwith on demand an amount not exceeding Rs._________ ( Rupees

__________________________________ only ) or such lesser sum as

may be demanded by the Government from us as and by way of indemnity

on account of any losses or damages caused to or suffered by the

Government by reason or any breach, non performance or default by the

contractor / s of the terms, covenants conditions contained in the said

Agreement including the aforesaid covenants for satisfactory performance

of the said good/equipment, repairing and making good any part of the

said good/equipment/s which is found to be defective during the warranty

period and / or of the due and punctual payment by the contractor / s to

the Government of all sums of money losses, damages, costs, charges and

expenses that may become due and payable by the contractor / s to the

Government under the said Agreement.

3. And we hereby further agree that :-

a) The demand made by the Executive Engineer, Ghatghar Hydro Electric

Division No.3, Kalwa, Dist- Thane for and on behalf of the Government

shall be final and binding upon us and we shall not dispute our liability as

to the amount or raise any objections on the ground that the contractor / s

has / have not committed any breach or default of the said terms and

covenants and conditions of the said Agreement or any other ground

75

Signature of Bidder Signature of Purchaser

whatsoever.

b) This guarantee shall be valid for the entire period during which the said

Agreement is in operation including the warranty period specified for the

said good/equipment.

c) The Guarantee shall continue to be enforceable till all the dues of the

Government under or by virtue of the said Agreement have been fully paid

and its claims satisfied or discharged or till ___________

_______________ for and on behalf of the Government certifies that

the terms and conditions of the said Agreement have been fully and

properly carried out by the contractor / s and accordingly charges the

guarantee.

d) We shall not be released or discharged from the liability under this

Guarantee by reason of :

) Any change in the constitution of the Bank or of the contractor / s.

ii) Any arrangement made between the Government and the contractor / s

with or without our consent.

iii) Any forbearance or indulgence shown to the contractor / s

iii) Any variation in terms, covenants or conditions contained in the said

Agreement.

v) Any time given to the contractor / s or

vi) Any other conditions, or circumstances under which in law a surety

would be discharged .

e) Our liability hereunder shall be joining and several with that of the

contractor/s as if we were the principal debtors in respect of the amount

so aforesaid and

f) We shall not revoke this guarantee during its currency except with the

previous consent in writing of the Government PROVIDED ALWAYS that

not withstanding anything herein before contained, our liability under this

guarantee shall be limited to the said sum of Rs. _____________

( Rupees __________________________________ only ) and shall

remain in force until the __________ day of ___________ 20____and

unless a demand or claim under this Guarantee is made on us in writing

on / or before the day of ___________ 20_____. We shall be discharged

76

Signature of Bidder Signature of Purchaser

from all liability under this Guarantee thereafter.

IN WITNESS WHEREOF the common seal of

____________________bank has been hereinto affixed this

_________________________ day of hereto affixed in the presence of

:___________ & }

____________________ }

being respectively & }

of the Bank who, in token }

thereof, have hereto set their }

respective hands in the }

presence of }

1. ___________________ & }

2. ___________________ }

77

Signature of Bidder Signature of Purchaser

FORM NO. X

(To be submitted when advance payment is allowed)

GUARANTEE FOR ADVANCE PAYMENT

[Refer Clause No. 4.17.1]

To,

The Executive Engineer

Ghatghar Hydro Electric Division No. 3,

Kalwa, Dist-Thane

Dear Sir,

Guarantee No.

Amount of Guarantee Rs.

Guarantee cover from

Last date for lodgment of claim

In the consideration of the Governor of Maharashtra (hereinafter called the

“Purchaser”) having accepted the bid of

________________________________ (hereinafter called the “Supplier”)

for supply and installation of_________________________________

__________________________________ and communicated the

acceptance vide letter No.______________________.

AND WHEREAS the terms of payment contained in the said letter of

acceptance of bid inter-alia provide as follows:

ADVANCE payment to be made immediately after the order amounting to

................................. of the contract value against a Bank Guarantee for

an equivalent amount in the approved Form from a Scheduled Bank or

Nationalised Bank to be furnished by the Supplier.

AND WHEREAS before making such payment the Supplier is required to

furnish a Bank Guarantee for the amount equal to such payment.

AND WHEREAS the Purchaser having agreed to pay to the Supplier the

advance as aforesaid on the Supplier’s furnishing a Bank Guarantee for the

amount of ....................................................................

78

Signature of Bidder Signature of Purchaser

In consideration of above we (Name and address of bank)

................................................ hereby guarantee and agree in the event

of the Supplier failing to supply and installation of the equipment in

accordance with the contractual conditions to pay to the Purchaser

immediately on demand and without demur the said sum of

............................................................. being the full amount of advance

payment made by the Purchaser as aforesaid AND we do hereby further

agree that the guarantee herein contained shall operate on and from the

day on which ....................................................... are advanced to the

Suppliers.

The guarantee shall remain in full force and effect during the period the said

equipment is to be supplied till all consignments of the said equipment have

been effected and all claims of the Purchaser in respect of such delivery and

erection work are satisfied or discharged.

AND further more it is a condition of this guarantee that claims if any,

hereunder must be received by us in writing on or before ....................

AND we do also agree that we shall not be discharged or released from this

guarantee by any arrangements made between the Supplier and the

Purchaser with or without our consent or by any alternation in the obligation

undertaken by the Supplier under the said agreement or any forbearance

whether as to payment time performance or otherwise.

NOTWITHSTANDING anything herein above contained our liability under this

guarantee is restricted to Rs ( ......................) Our Guarantee shall remain

in full force until unless an action to enforce a claim under this Guarantee is

filed against us before ................................., all rights of the Purchaser

shall be forfeited and we shall be released and discharged from all liabilities.

AND WE lastly undertake not to revoke this Guarantee during its currency

except with the previous consent of the Purchaser in writing.

Place:

Date:

79

Signature of Bidder Signature of Purchaser

FORM NO. XI

(To be submitted on award of Contract)

CONTRACT FORM (FORM OF AGREEMENT)

[Refer Clause No. 2.32]

THIS AGREEMENT made on the ............................................. day of

……………….................................……………………………………………………. 2012.

BETWEEN M / s.

.......................................................................... hereinafter referred to

as the “Supplier” of the one part and the Governor of Maharashtra

(hereinafter called the “Purchaser” of the other Part.

WHEREAS the Supplier has offered to design, manufacture, test at works,

loading, supply, unloading at site, insurance, on site erection, testing and

commissioning of 10 T. E.O.T. crane to be installed in Package Shed as

detailed in specifications, hereinafter called the ‘Works’ mentioned ,

enumerated, or referred to in the ‘Conditions of Contract’ , specifications,

schedules, drawings, covering letters and schedules of prices and further

correspondence which for the purpose of identification have been signed by

................................................... on behalf of the Supplier and by the

Superintending Engineer, Ghatghar ( E & M) Circle, Kalwa, Thane on behalf of the

Purchaser, all of which are deemed to form this contract as though

separately set out herein and are included in the expression ‘ contract ‘

wherever herein used.

AND WHEREAS the Purchaser has accepted the offer of the Supplier for the

provision and execution of the said works for the prices and upon the terms

and conditions hereinafter mentioned in the contract documents.

NOW THIS AGREEMENT WITNESSETH AND it is hereby agreed and declared

as follows, that is to say, in consideration of the payment to be made to the

80

Signature of Bidder Signature of Purchaser

Supplier by the Purchaser as hereinafter mentioned, the Supplier hereby

covenants with the Purchaser, his successors and assigns, that the Supplier

shall and will duly provide the equipment for the said works and shall do

perform all other works and things in the contract mentioned or described or

which are implied there from or therein respectively or may be reasonably

necessary for the completion of the said works within the times and in the

manner and subject to the terms, conditions and stipulations mentioned in

the said contract.

The Purchaser hereby covenants to pay the Supplier in consideration of the

provision of the Goods and Services and the remedying of defects therein,

the contract price or such other sum as may become payable under the

provisions of the contract at the time and in manner prescribed by the

contract.

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be

executed in accordance with their respective law on the day and year first

above written.

Signed, Sealed and delivered by the said }

........................ (For the Purchaser) }

in the presence of ......................... }

}

}

Signed, Sealed and delivered by the said }

...................... (For the Supplier) }

in the presence of .......................... }

Place:

Date :

81

Signature of Bidder Signature of Purchaser

FORM - XII

PROVIDENT FUND CLEARANCE CERTIFICATE.

(To be submitted in Envelope No.1)

This is to certify that M/S. ---------------------------------

-----------------------------------------------------------of------------------------------

-----is a registered contractor under labour provident fund of all

employees on his roll upto -------------------------2012. There are no dues

outstanding against the contractor under the act.

Place ;- Signature

Date ;- Labour Provident Fund Officer

82

Signature of Bidder Signature of Purchaser

FORM NO.XIII

(To be submitted in Envelope No.1)

CHECK LIST

1. BID SECURITY

1. Whether bid security is furnished. Yes / No

2. The form in which bid security is furnished. Bank guarantee

3. Whether Income-Tax clearance Certificate is

furnished or otherwise.

Yes / No

2. SUBMISSION OF BIDS

1. Whether bid copy are marked as ‘Original’ Yes / No

2. Whether bid is uploaded as required Yes / No

3. Whether all the Schedules and Forms are

filled.

Yes / No

4. Whether all technical data & guaranteed

particulars have been furnished

Yes / No

5. Whether bid is submitted for the complete &

not the part work.

Yes / No

6. Whether all the bidding documents received

from Purchaser are returned fully filled in

and duly signed on each page.

Yes / No

7. Whether commentary on Purchaser’s Technical

83

Signature of Bidder Signature of Purchaser

specification has been attached or

otherwise.

Yes / No

8. Erection programme ( PERT Network )

provided with bid or otherwise.

Yes / No

9. Whether Conditions of Contract, Conditions

for Erection, Testing and Commissioning

are accepted by the Bidder without any

deviations.

Yes / No

If no, then whether deviated clauses have

been included by Bidder as per Form No.

VII.

Yes / No

10. Written power of attorney given for

representative to sign bid documents.

Yes / No

11. Validity of bid is as per clause 2.15 or

otherwise.

Yes / No

84

Signature of Bidder Signature of Purchaser

SCHEDULES

SCHEDULE A - 1

BIDDER'S SUMMARY

(To be submitted in Envelope No.1)

(Refer Clause No.2.9.1) 1. Bidder's Identification. Legal name of firm

.................................................................... Street Address

.................................................................... City

.................................................................... Telephone No.

.................................................................... Person to contact

.................................................................... Title 2. Bidder's Status Design and engineering firm

.................................................................... undertaking turnkey works Manufacturer/

.................................................................... Trading Company/ Agent

.................................................................... 3. Business founded or incorporated (Date and place) ..................................................................................................................

... 4. Under present management since ..................................................................................................................

........... 5. Net worth in Rupees ........................................................

85

Signature of Bidder Signature of Purchaser

6. Manufacturing underway or committed and total capability. An approximate total value of Contracts presently underway and committed vis-a-vis maximum total capability.

Value of work underway and committed Rs. Value of maximum total capability Rs. Signature of Bidder Designation Name of the Company

86

Signature of Bidder Signature of Purchaser

SCHEDULE A - 2

FINANCIAL AND OTHER INFORMATION ABOUT

BUSINESS FOR LAST FIVE (5) YEARS

(To be submitted in Envelope No.1) (Refer Clause No.2.9.1)

1. Name and other information :

A. Name of Bidder .................................................................................

B. Address of Head Office ......................................... Telex/Fax No. ..............

........................................................................

C. Date established and / or registered ........................................................... Paid-up capital ..........................................................................

E. Latest Balance Sheet (As of) .............................................................

1. Fixed Assets ...................................................................... 2. Current Assets ................................................................ 3. Long Term Liabilities ...................................................................... 4. Current Liabilities ...................................................................... 5. Net worth ......................................................................

F. Name of Principal Officer......................................................................

(Optional)

2. Facilities and other information for the manufacture of the goods of the proposal.

----------------------------------------------------------------------------------- Name and Location Items being Annual Production No. of

of Factory produced capacity employees. -------------------------------------------------------------------------------------

............................................................................................................

............................................................................................................

........................................

3. Yearly total volume of business of Design, Manufacture, Supply and Installation of

EOT crane above 10 T capacity.

87

Signature of Bidder Signature of Purchaser

Year Domestic Export Total

2009-10 ......................... ........................... .. ......

2010-11 ......................... ............................... ...........

2011-2012 ......................... ............................... ...........

2012-2013 ......................... ............................... ............

2013-2014 ......................... ............................... ............ 4. Name and Address of bank reference: .......................................................................................................... ........................................................................................................ 5. Details of current litigations, if any: ............................................................................................................ ..................................................................................................................

............................................................................. 6. Other information: (Chronology, structure, organisation, etc.) ..................................................................................................................

... ................................................................................................................. ............................................................................................................... ................................................................................................................ Signature of Bidder : Designation : Name of Company :

88

Signature of Bidder Signature of Purchaser

SCHEDULE A-3

POWER OF ATTORNEY

( To be submitted in Envelope No.1 )

[ Refer Clause No. 2.16.2 ]

I, ............................................. certify that I am

................................................................ Secretary of the Corporation,

organised under the laws of .................................................. and that

.............................................................. who signed the above bid is

authorised to bind the Corporation by authority of its governing body.

(Seal)

Secretary.

SCHEDULE NO. B-1

89

Signature of Bidder Signature of Purchaser

GENERAL REFERENCE LIST OF MANUFACTURE AND SUPPLY OF 10 T & ABOVE CAPACITY

EOT CRANES

(Supplies made in last five years)

[ Refer Clause No. 2.9.1 SR. NO. 11 ]

Sr.no. Name of Power Station/ Factory where crane is used.

Name of customer and full postal

address.

No. of cranes

Type Rating in MT

Span in mtr.

Year of supply

No. of years of trouble free

operation

Remarks

1 2 3 4 5 6 7 8 10 11

Note :

1 It is compulsory that Bidder shall furnish his information in the above format only.

2 The information furnished in this Schedule will be used to ascertain the qualifying criterial

requirements given in Section-I

Signature of Bidder Designation Name of the Company

90

Signature of Bidder Signature of Purchaser

SCHEDULE NO. B – 2

PART –A DETAILS OF CONTRACTS IN HAND

PART –B LIST OF BIDS SUBMITTED

( To be submitted in Envelope No.1 )

(Refer clause no. 2.9.1 sr.13 )

(To be filled in by the bidder )

Sr. No.

Name of the

project

Address of the Firm/ Company/ Project

Brief details of contract / bid submitted

Date of award of contract

Expected date of

completion

The value of the contract

Remarks

Capacity of crane

Span in mtr

No. of cranes

1 2 3 4(a) 4(b) 4(c) 5 7 8 9

(A) LIST OF CONTRACT IN HAND

(B) LIST OF BIDS SUBMITTED

NOTES : Manufacturer’s Type designation shall be stated in remarks column

Signature of Bidder

91

Signature of Bidder Signature of Purchaser

TECHNICAL SCHEDULES

SCHEDULE NO. T 1

SCHEDULE OF DRAWINGS TO BE SUBMITTED

ALONGWITH THE BID

( To be submitted in Envelope No.1 )

Sr. No. 1

Description

2

Scale of Drawing 3

DRAWINGS

A general outline drawing (Plan, Cross

section and L-section) showing the major important dimensions, clearances, hook approaches, maximum wheel load without impact, longitudinal and lateral thrust and wheel loading diagram etc.

1:100

92

Signature of Bidder Signature of Purchaser

SCHEDULE NO. T 2

SCHEDULE OF DRAWINGS

TO BE SUPPLIED AFTER AWARD OF CONTRACT Sr. No.

Description Scale of drawing

Time for submission in weeks from the date of

Notification of Award of Contract.

Remarks giving reasons for which

drawing is Intended

1. 2. 3. 4. 5. i) General assembly drawing of the

crane giving full and confirmed data regarding the various clearances, hook approaches and other important dimensions. (Plan L-section & cross-section)

1:100 1:20

4 weeks Approval and claiming 5% payment

ii) Trolley Assembly drawing. 1:10 4 weeks Approval and claiming 5% payment

iii) Details of fixing of gantry rails and

Down shop lead system over entire bay length.

1:100 4 weeks Approval and claiming 5% payment

iv) The wheel load with and without

impact alongwith calculations and indicating wheel loading diagram for transverse and lateral thrusts on the wheels.

1:10 4 weeks Approval and claiming 5% payment

v) Control and protection circuit

diagram. - 4 weeks Approval

vi) Design calculations for main

structural members such as girder, end carriage.

- 4 weeks Reference and comments

93

Signature of Bidder Signature of Purchaser

Sr. No.

Description Scale of drawing

Time for submission in weeks from the date of Award of Contract.

Remarks giving reasons for which

drawing is Intended

1. 2. 3. 4. 5.

vii) Design calculations for motor horse power, rating of electrical switchgear equipment, wire rope size, rope drum, gear box ratios, CT & LT wheel diameters, sheaves.

4 weeks Reference

viii) End carriage assembly with wheel details.

1:10 4 weeks Reference and comments

ix) Hook assembly. 1:10 4 weeks Reference and

comments

x) Pulley block assembly. 1:10 4 weeks Reference and

comments

xi) Locking arrangement provided on crane to prevent derailing.

1:10 4 weeks Reference and comments

xii) Layout of push button control

system. - 4 weeks Reference and

comments

xiii) Arrangement provided for locking of hook.

1:10 4 weeks Reference and comments

xiv) Arrangement provided for main switch before Down shop lead system

1:10 4 weeks Reference and comments

xv) Rope drum assembly details. 1:10 4 weeks Reference and

comments

xvi) Brake calculation for LH motion, CT motion & LT motion.

1:10 4 weeks Reference and comments

94

Signature of Bidder Signature of Purchaser

Sr. No.

Description Scale of drawing

Time for submission in weeks from the date of Award of Contract.

Remarks giving reasons for which

drawing is Intended

1. 2. 3. 4. 5.

xvii) Detailed drawings of the various other parts such as gear boxes etc.

1:10 4 weeks Reference and comments

xviii) Long travel and cross travel limit

switch arrangement. 1:10 4 weeks Reference and

comments

xix) Wiring diagram. - 4 weeks Reference and

comments

xx) Cable schedules, cable and pipe routing arrangement with details of fixtures, clamps etc.

1:20 4 weeks Reference and comments

xxi) Speed torque characteristics for all motors.

- 4 weeks Reference and comments

xxii) Drawings and literature on brakes. - 4 weeks Reference and

comments

xxiii) Erection and maintenance manual for the crane giving detailed procedure of assembly and disassembly of all components, tolerances, periodical maintenance schedule, sketches and code numbers of spare parts to enable proper ordering etc.

- 8 weeks Reference and comments

95

Signature of Bidder Signature of Purchaser

SCHEDULE NO. C - 1

PRICE SCHEDULE FOR 10 T E.O.T. CRANE ( To be submitted in Envelope No.2 )

Item Description Quantity Unit rate

Ex factory price

Total Ex factory price

Excise Duty/ Custom Duty

VAT

Insurance Service

Tax Transportati

on

Total price for delivery at site. (5+6+7+8+9+10)

Cost of onsite erection, testing & commissioning at

site.

Total (11+12)

1 2 3 4 5 6 7 8 9 10 11 12 13

I. 10 T Indoor type class II, Double girder construction, Pendant operated (from floor level) EOT crane with span of 18.00 m. complete as per specification.

1 No.

I A. Charges for conducting tests on assembled crane at site.

1 Crane

II. Gantry rails with continuous sole plates, bolts, anchors, nuts, fixtures, etc., complete as per specification for 55 mtr. bay length.

55.00 mtr bay length

tem Description Quantity Unit rate

Ex factory price

Total Ex factory price

Excise Duty/ Custom Duty

VAT Insurance

Service Tax

Transportation

Total price for delivery at site. (5+6+7+8+9+10)

Cost of onsite erection, testing & commissioning at

Total (11+12)

96

Signature of Bidder Signature of Purchaser

site.

1 2 3 4 5 6 7 8 9 10 11 12 13

III. 4 wire copper conductor

type down shop leads with

necessary supporting &

strain insulators, brackets

etc. for bay length of 55

Mtr.

55.00 mtr bay length

IV. Mandatory spares as per Schedule C-2.

V. Special tools and tackles as per Schedule C-4.

TOTAL (ITEM I TO V)

VI. Recommendatory Spares as per Schedule C-3

Amount of total price in

Words :

NOTES :

i)In case of discrepancy between unit price and total, unit price shall prevail. ii)The price shall include all customs duties & sales & other taxes already paid on components and raw materials used in manufacture or assembly of the item, or the customs duties and such other taxes paid on previously imported item.

iii)For any increase or decrease in the actual length of gantry rails and down shop leads, the supply price/erection charges shall be adjusted at unit rates quoted by the bidder in this schedule.

iv)Itemised prices of spares, tools & tackles shall be shown in schedule C-2

v)Under column 8 bidder shall give name of tax or duty applicable with rate and amount.

vi)The total price (Column 13 ) shall be written in words and figures.

Signature of Bidder

97

Signature of Bidder Signature of Purchaser

SCHEDULE NO. C - 2

SCHEDULE OF PRICES FOR MANDATORY SPARES AND TOOLS AND TACKLES

FOR 10 T EOT CRANE( To be submitted in Envelope No.2 )

Item Description Quantity Make

Unit Total

Ex-factory price

Ex-factory price

1 2 3 4 5 6

I. MANDATORY SPARES

1 A set of Bearings for motors (2 Nos. of bearings for each motor i.e. roller bearing at drive end and ball bearing at non-drive end side) required for the following :

1 Set

i) Hoist motion

ii) C.T. motion

iii) L.T. motion

2 Set of carbon brushes for all motors 2 Sets

3 Set of brake coil for all brakes 2 Sets

4 Set of brake shoes with linings for all brakes

2 Sets

5 Set of main springs for all brakes 2 Sets

6 Set of Rubber bushes for all brakes & flexible couplings

2 Sets

7 Two way limit switches for each of the following motions

2 Sets

ii) Travelling motion (lever type)

98

Signature of Bidder Signature of Purchaser

Item Description Quantity Make Unit Total

Ex-

factory price

Ex-factory price

1 2 3 4 5 6

iii) Traversing motion (lever type)

8 A set of bearings for all C.T. wheels. 1 Set

9 A set of bearings for all L.T. wheels (A set comprising of bearings of 4 wheels)

1 Set

10 Main contactors for three motions. 1 Set

11 Hook bearing 1 No.

12 A set of all fuse links used in various power and control circuits.

1 Set

Total for mandatory Spares :

II. TOOLS AND TACKLES

1 Portable screw jack mechanical type of suitable capacity for withdrawal of cross travel and long travel wheels.

1 No.

2 Fixed type spanner to fit each size of nut and bolts.

1 Set

3 Screw spanner (in Three sizes). 1 Set of 3 Pcs.

4 Pipe wrench (in Two sizes) 1 Set.

5 Screw drivers (in Six sizes). 1 Set of 6 Pcs.

6 Cutting plier insulated 1 No.

7 Spirit level bottle 1 No.

99

Signature of Bidder Signature of Purchaser

Item Description Quantity Make Unit Total

Ex-factory price

Ex-factory price

1 2 3 4 5 6

8 Grease gun 1 No.

9 Hammer 1 kg with wooden handle. 1 No.

10 Oil can with funnel 1 No.

11 Taps and Dies for nuts and bolts (Size to be specified by Supplier)

1 Set

Total for Tools and Tackles :

GRAND TOTAL : I + II

NOTES:

1. Above set of tools and tackles (Item II) shall be supplied in M.S. tool box with lock and keys without any extra cost. The set of tools to be supplied shall be of standard make(Like Gedore, Taparia etc.)

2. The bidder shall give his recommendation in respect of additional spares and maintenance tools and tackles recommended by him in Schedule C-4. However, the price of the recommendatory spares and maintenance tools will be excluded in the evaluation of the bid.

Signature of Bidder

100

Signature of Bidder Signature of Purchaser

SCHEDULE C - 3

PRICE SCHEDULE FOR RECOMMENDATORY SPARES AND MAINTENANCE TOOLS

(To be submitted in Envelope No.2) (To be filled in by the Bidder)

Item No.

Description Quantity Make

Unit Rates Amount in Rupees.

1. 2. 3. 4 5. 6.

List of additional spares recommended by Bidder

For 10 T EOT crane

Grand Total

Note: - The price of these spares and tools will be excluded in the evaluation of the bid.

101

Signature of Bidder Signature of Purchaser

SCHEDULE C - 4

SCHEDULE OF PRICES FOR SPECIAL TOOLS AND TACKLES REQUIRED FOR

MAINTENANCE AND SERVICING OF SITE ERECTION, TESTING AND

COMMISSIONING OF 10 T. E.O.T. CRANE ( To be submitted in Envelope No.2 )

Sr. No.

Description Quantity Ex-factory price per Unit

Ex-factory Total price

.

Grand total

Note : i) This schedule shall give the price break up of item (v) of Price Schedule C-1.

ii) The list given in schedule is indicative only. The Bidder shall give the list & quantity as per his recommendations and quote for the same. Name : Signature : Designation :

Signature of Bidder

102

Signature of Bidder Signature of Purchaser

SECTION – VIII

GENERAL REQUIREMENT

INDEX

SR.NO. DESCRIPTION PAGE NO. 8.1 GENERAL 103

8.2 LIMITS OF CONTRACT 103 8.3 CONSTRAINTS IN DESIGN OF CRANE 103 8.4 ENGINEERING DATA 103 8.5 DRAWINGS 103

8.6 INSTRUCTION MANUAL 104 8.7 FIRST FILL OF CONSUMABLES, OIL AND

LUBRICANTS 105

8.8 MANUFACTURING SCHEDULE 105 8.9 DESIGN IMPROVEMENTS 106 8.10 DEPARTURE FROM SPECIFICATIONS 106 8.11 APPLICABLE STANDARDS 106

8.12 FOUNDATIONS AND FIXTURES 106 8.13 MATERIAL AND WORKMANSHIP 107

8.14 ELECTRICAL EQUIPMENT 109 8.15 EARTHING 115 8.16 DESIGN AND STRESSES 115

8.17 NOISE 116 8.18 TROPICAL TREATMENT 116 8.19 ELECTRICAL RULES 117 8.20 NAME PLATE 117

8.21 TESTS ON EQUIPMENT 117 8.22 TEST CODES 117

8.23 PROTECTIVE GUARDS 117 8.24 STORAGE AT SITE 117

103

Signature of Bidder Signature of Purchaser

SECTION VIII

GENERAL REQUIREMENTS AND RELATED INFORMATION

8.1 GENERAL

This section covers general technical conditions pursuant to the Contract and

will form an integral part of the Contract. The following provisions shall be applicable to all the detailed technical specifications except otherwise modified specifically in Section - IX `Technical Specifications'.

8.2 LIMITS OF CONTRACT

Equipment furnished shall be complete in every respect with all mountings,

fittings, fixtures and standard accessories normally provided with such equipment and/or needed for erection, completion and safe operation of the equipment as required by applicable codes though they may not have been specifically detailed in respective specifications, unless included in the list of exclusions. All similar standard equipment provided, shall be inter-changeable with one another.

8.3 CONSTRAINTS IN DESIGN OF CRANE:

The following constraints shall be taken into consideration by the Bidder

while submitting the bid.

1) Size of package shed is 55mtr. x 18mtr. 2) The head room available above gantry beam top level shall be as per

drawing and the head room cannot be increased. 8.4 ENGINEERING DATA

All engineering data submitted by the Supplier after final process including

review and approval by the Purchaser shall form part of the Contract documents and the entire works covered under these specifications shall be performed in strict conformity to the final data, unless otherwise expressly requested by the Purchaser in writing.

8.5 DRAWINGS

8.5.1 The schedule of drawings and programme of submission of various

drawings is given under Schedule no. T-2 of Section VII. 8.5.2 Each drawing submitted by the Supplier shall be clearly marked with the

name of the Purchaser, the unit designations, the specifications title, the specification number and the name of the project. If standard catalogue pages are submitted, the applicable items shall be indicated therein. All titles, noting, markings and writings on the drawing shall be in English language. All the dimensions shall be in metric units.

104

Signature of Bidder Signature of Purchaser

8.5.3 The drawings submitted by the Supplier shall be reviewed by the Purchaser as far as practicable within two (2) weeks of their receipt and shall be modified by the Supplier if any modifications and/or corrections are required by the Purchaser. The Supplier shall incorporate such modifications and/or corrections and submit the final drawings for approval. Any delays arising out of failure by the Supplier to rectify the drawings in good time shall not alter the Contract completion date.

8.5.4 When revised drawings are submitted for approval, the changes from the

previous submittals shall be clearly identified on the drawings, with every revision made during the life of the Contract shown by number, date and subject in a revision block and a notation shall be given in the drawing margin. The drawings shall be clear and legible in all respects.

8.5.5 The Purchaser shall have right to ask the Supplier to make any changes in

the design, which may be necessary in the opinion of the Purchaser to make equipment conform to the provisions and intent of these specifications, without additional cost to the Purchaser. Approval by the Purchaser of Supplier's drawings shall not relieve the Supplier of any part of the Supplier's obligations to meet all the requirements of these specifications or of the responsibility for the correctness of Supplier's drawings. One set of drawings marked "Approved" will be returned to Supplier within one month after their receipt.

8.5.6 Further work by the Supplier shall be in strict accordance with these drawings

and no deviation shall be permitted without the written approval of the Purchaser, if so required.

8.5.7 All manufacturing and fabrication work in connection with the equipment prior

to the approval of the drawings shall be at the Supplier's risk. 8.5.8 The Supplier shall be responsible for any discrepancies, errors, or omissions

in the drawings or other particulars supplied by him and shall pay all the costs of the alterations in the work necessitated thereby, notwithstanding the fact that such drawings or particulars have been approved by the Purchaser, provided that such discrepancies, errors, or omissions be not due to inaccurate information or particulars furnished to the Supplier by the Purchaser. The Purchaser shall be responsible for drawings and information supplied by the Purchaser. This is applicable both for works and site drawings.

8.6 INSTRUCTION MANUALS

8.6.1 The Supplier shall submit to the Purchaser, instruction manuals for storage, erection, testing, operation and maintenance of all the equipment covered under the Contract before crane is ready for load tests at Supplier's works. The instruction manuals shall contain full details and drawings of all the equipment being supplied, storage instructions, the erection procedures and testing procedures. These instruction manuals shall be submitted in the form of one (1) reproducible original and 6 copies.

8.6.2 If after the commissioning and initial operation of the plant /equipment, the

instruction manuals require any modifications/ additions/changes, the same

105

Signature of Bidder Signature of Purchaser

shall be incorporated and the updated final instruction manuals in the form of one (1) reproducible original and six (6) copies shall be submitted by the Supplier to the Purchaser.

8.6.3 A separate section of the manual shall be for each size/type of equipment and

shall contain a detailed description of construction and operation, together with all relevant pamphlets, drawings and list of parts with code numbers, if any, with procedure for ordering spares. Maintenance instructions shall include charts showing lubrication checking, testing and replacement procedures to be carried out daily, weekly, monthly and at longer intervals to ensure trouble free operation. Where applicable, fault location charts shall be included to facilitate finding the cause of maloperation or breakdown. A collection of the manufacturer's standard leaflets will not be accepted, to be taken as a compliance of this clause. The manual shall be specifically compiled for the concerned project.

8.7 FIRST FILL OF CONSUMABLES, OIL AND LUBRICANTS

8.7.1 All the first fill of consumables such as oils, lubricants etc., which will be

required to put in use the equipment covered under the scope of the specifications, for successful trials, operation, shall be furnished by the Supplier unless specifically excluded under the exclusions in these specifications and documents. Any consumable which is needed for successful erection of plant but not available in India shall be supplied by Supplier. Consumables needed for future operation and maintenance shall strictly be equivalent to one available in India. Bidder shall ascertain and certify the same.

8.7.2 The specifications and the quantity of the lubricating and insulating oils

required for each equipment shall be furnished. The price of the oils shall also be given in the quotations as separate item. The details of company and trade name of oil, lubricants etc. of equivalent grade readily available in India shall also be indicated.

8.7.3 If so desired by the Purchaser, the Supplier shall be prepared to place order

for lubricating and insulating oil required for the equipment with Supplier (to be indicated at a later date). He shall arrange for shipment of this oil simultaneously with the equipment. The Purchaser will make payment to the Supplier as per terms of payment agreed upon with the Supplier of oil.

8.8 MANUFACTURING SCHEDULE

The Supplier shall submit to the Purchaser his datewise manufacture and delivery schedule for all equipments within fifteen (15) days from the date of Notification of Award letter, and in no case delivery shall be delayed beyond Contracted date. Progress of manufacture shall be submitted

to the Purchaser, once every month thereafter, by the Supplier. Progress report shall also include the materials and equipments purchased from outside by the Supplier.

106

Signature of Bidder Signature of Purchaser

8.9 DESIGN IMPROVEMENTS

The Purchaser or the Supplier may propose changes in the specification of

the equipment or quality thereof, and if the both parties agree upon any such changes the specification shall be modify accordingly.

8.10 DEPARTURE FROM SPECIFICATIONS

While the Purchaser does not bind himself to accept the lowest or any

other bid, due consideration shall be given to any special devices or equipment put forward by the Bidder with a view to increase the efficiency of the equipment and to minimise the initial or maintenance cost of the equipment as a whole.

8.11 APPLICABLE STANDARDS

8.11.1 All material and equipment shall comply in all respects with the requirements

of the latest edition of the relevant Indian, and other internationally accepted standards which ensure equal or higher quality than the standards mentioned in the specification.

8.11.2 Where certain equipment is stated not to comply with the Indian or any other

equivalent standard, the salient points of comparison between the standard adopted and those mentioned above shall be clearly brought out in the bid making at the same time necessary corrections for operation under the conditions specified therein. Wherever a standard is specifically mentioned in these specifications, it is understood that the corresponding standards or standards from amongst the sources mentioned above shall also apply. It is, however, understood that the plant and equipment offered shall comply with one consistent set of standards except in so far as they are modified by the requirements of these specifications.

8.11.3 In case of a conflict between such codes and/or standard and the

specifications the latter shall govern. Such codes and/or standards referred to shall mean the latest revision, amendments/changes adopted and published by the relevant agencies. In cases of any further conflict in this matter the same shall be referred to the Purchaser whose decision shall be final and binding.

8.11.4 All standards used including those listed in the equipment specification must

be listed in the schedules. One (1) English language copies of all national and international codes and/or standards used in the design of the plant and equipment and listed in the bid and approved by the Purchaser shall be provided by the Supplier to the Purchaser within two calendar months from the date of order letter.

8.12 FOUNDATION AND FIXTURES

Required size of M.S. bars for fixing of sole plates (Size 200 mm X 10

mm thick) of gantry rail shall be provided by the supplier. All fixtures necessary for proper erection of embedded parts shall be supplied by the

107

Signature of Bidder Signature of Purchaser

Supplier. If requested by the Purchaser, the Supplier shall assist the Purchaser in furnishing any special design criteria for civil foundation works.

8.13 MATERIALS AND WORKMANSHIP

8.13.1 GENERAL

All parts shall be manufactured true to drawings and dimensions. All

tolerances shall be defined on the Supplier's drawings for both manufacturing and installation purposes. Holes shall be drilled full size or under size and reamed during shop assembly. Punched holes will only be permitted in plates 20 mm or less in thickness provided all such holes are subsequently reamed full size during shop assembly.

The materials used in the construction of the equipment shall be new, of high quality and selected particularly to meet the duties required by them. The material specification shall be indicated in Supplier's detailed drawings. The use of materials liable to attack by termites or other insects shall not be allowed. All workmanship shall be of the highest quality throughout to ensure smooth and vibration & noise free operation under all possible operating conditions and the design, dimensions and materials of all parts, shall be so chosen that the stresses to which they may be subjected shall not render them liable to distortion or damage under the most severe conditions encountered in actual service. Materials and workmanship shall conform to the latest editions of the relevant standards.

8.13.2 FASTENINGS

Nuts, bolts, studs and washers for incorporation in the equipment shall

conform to the requirements of the appropriate standards, where the Contract includes nuts and bolts of different standards; the tools shall be provided in compliance with this specification and shall include spanners, taps and dies for these nuts and bolts. Nuts and bolts for pressure parts shall be of the best quality bright steel, machined on the shank, under the head and nut. All washers shall be included under the Contract, including locking devices and anti-vibration arrangements. Taper washers shall be fitted, wherever necessary. Where there is risk of corrosion, bolts and studs shall be finished flush with the surface of the nuts. Bolts except for high strength friction grip bolts shall be designed so that with the nuts fully tightened, the stress intensity at the bottom of the thread shall not exceed half the yield point of the material under all conditions. All bolts, nuts and screws that shall be subjected to frequent adjustment or frequent removal in the course of operation shall be made of corrosion resistant steel or bronze. Spring type washer will not be permitted where they may damage any protective coatings. Special tools, wrenches and devices found to be necessary for the completion of the work shall also be provided under this Contract.

8.13.3 FORGINGS

All forgings in excess of 150 mm in diameter shall be subject to

examination internally for the detection of flaws and heat treatment for the

108

Signature of Bidder Signature of Purchaser

relief of residual stress. Particulars of the heat treatment proposed for all forgings shall be submitted to the Purchaser.

8.13.4 CASTINGS

8.13.4.1 The parts of cast steel shall not contain damaging defects and shall be

satisfactorily cleaned before use. The surfaces, which are not machine finished, and which will be exposed after their final installation shall be such that grinding at the site will not be required before painting. The presence of defective material shall be determined and it shall be removed down to sound metal without impairing its overall strength. The cast parts shall be homogeneous and free from excessive non-metallic inclusions. Excessive concentration of impurities or separation of the alloy elements in the critical points of a cast part shall be sufficient reason for its rejection.

8.13.4.2 The castings of the main parts, including all those, which are subject to

hydraulic pressure, and all castings, which undergo a major repair, shall be radiographically examined. Other castings shall be tested using radiographic, ultrasonic, dye penetration, magnetic particle or any other standard non-destructive test method. The expenses incurred on such tests shall be borne by the Supplier.

8.13.4.3 Minor defects or imperfections, which definitely do not affect the strength or

utilisation of the cast parts, may be repaired by welding according to the accepted practice for the repair of such parts.

8.13.4.4 Thickness and other dimensions of the cast parts shall agree substantially

with the dimensions shown on the drawings and shall not be reduced by shop or casting practices to such extent that the effective strength of the cast parts is reduced beyond allowable limits.

8.13.4.5 Use of cast iron for parts subjected to tension or impact shall not be

permitted without the approval of the Purchaser. 8.13.5 WELDINGS

8.13.5.1 Supplier shall provide detailed drawings showing joint preparation required

for each type of welding to be carried out on site and at manufacturer's works.

8.13.5.2 The parts to be joined by electric welding shall be cut precisely to the correct

size by machine methods suitable for the type of weld to be used and to allow the proper penetration and good fusion of the weld with the base metal. The cut surface shall not have visible defects such as scales; superficial defects caused by shearing or torch cutting operation or any other damaging defect. The surfaces of the edges to be welded shall be free from rust, oil, grease and other forging matter.

8.13.5.3 Supplier shall indicate on the detailed drawings, the type, sizes and material

of electrodes he proposes to use for shop and/or field welding. Unless otherwise stated, all non destructive tests shall be carried out. All major welding and all welding carried out on tanks and vessels which will contain

109

Signature of Bidder Signature of Purchaser

liquid under pressure or compressed air shall be subjected to a 100% radiographic examination. Box type girders are also subjected to stage wise ultrasonic testing. In those cases where it is impossible to carry out radiographic inspection, it may be replaced by ultrasonic examinations or by other non destructive test systems.

8.14 ELECTRICAL EQUIPMENT

8.14.1 GENERAL

Unless otherwise indicated, all electrical equipment, components and

accessories covered under this Contract shall comply with the following technical requirements.

8.14.2 POWER SUPPLIES

Equipment and devices requiring electric power shall conform to the following

power supply parameters, which will be supplied by the Purchaser. A.C. Power supply - 415 + 10% V., 3 phase, 50Hz + 3% & - 5%, 4 wire power circuits. - 230 + 10% V., single phase (ph-N), 50Hz + 3% & - 5%, lighting and

power circuits where specified. D.C. Power supply - 220 + 10% & - 15% V for control, alarm and relay protection

circuits. Supplier shall clearly indicate voltage, current and power requirements for

each item of equipment on his circuit drawings. Unless otherwise specified herein or in any appropriate standard or

specification, all electrical equipment shall be suitable for reliable operation at voltages and frequency ranges mentioned in clause 8.18.2.1.

8.14.3 STANDARDS

Electrical work shall be designed, manufactured, installed and tested in

accordance with the latest revision of the Indian standards on motors, circuit breakers, dry type transformers, motor controls and other relevant items.

8.14.4 ELECTRICAL MOTORS

8.14.4.1 All motors shall comply with relevant Indian standards on motors and shall be

of renowned make. 8.14.4.2 Supplier shall be fully responsible for determining that the motor duty cycle,

rating, performance, tests and mechanical arrangements are suitable for

110

Signature of Bidder Signature of Purchaser

compliance with the relevant standards for the application at the station and in the environmental and site conditions specified.

8.14.4.3 Ball or roller bearings shall be used. Lubrication fittings shall be provided for

the bearings. Vertical shaft motors shall have approved thrust bearings. 8.14.4.4 The terminal box shall be weather proof and firmly fixed to the motor frame.

The terminal studs shall be sized to be adequate for the current duty required and shall be identified. All terminal boxes shall have approved cable adaptor plates, sealing chambers or conduit entries.

8.14.4.5 The arrangement of the terminal box shall be such as to facilitate installation

of cables, and allow interchanging of any two phase leads, without disturbing the sealing compound, if this is used at cable terminations.

8.14.4.6 Where practicable, the motor end cover remote from the driving end shall

have a removable plug to allow the speed to be checked by means of a portable tachometer.

8.14.4.7 All motors having a mass of 50 kg. or more shall be fitted with lifting lugs.

8.14.5 STARTERS AND CONTACTORS

8.14.5.1 Motor starters and contactors shall be equipped with short-circuit protection

and local disconnecting devices. Preferably, all starters shall be from one manufacturer. The control circuit voltage shall be obtained from a 415/230 V isolating transformer with primary circuit breaker and secondary fuse. The secondary winding of this transformer shall be grounded. The operating coils of the contactor shall be connected between the grounded side of the transformer and the control contacts.

8.14.5.2 Starters and contactors shall comply with Indian Standards and shall be

suitable for direct on-line starting, un-interrupted electrical duty and capable of 60 operations per hour. They shall be installed in ventilated enclosures for indoor installation and weatherproof enclosures for outdoor installation, unless otherwise approved by Purchaser. The enclosures shall be complete with locks, cable sealing boxes, conduit entries, cable gland plates, bus bars, internal wiring, terminal boards, etc. as required by the duty of the starter or contactor.

8.14.5.3 Starters and contactors shall be of minimum size compatible with motor size

and capable of satisfactory operation, without damage, for a period of 5 minutes at a voltage 15 percent below nominal, at nominal frequency.

8.14.5.4 Thermal type overload and phase failure relays shall be supplied with starters

for motors of 7.5 kW or above. For motors less than 7.5 kW, suitably rated 3 phase thermal overloads will be acceptable. Ammeters to read current in one phase shall be provided for motors above 7.5 kW.

8.14.5.5 Each starter shall have sufficient number of auxiliary contacts required for

interlocking and indication purposes plus two spares, convertible contacts for Purchaser's use.

111

Signature of Bidder Signature of Purchaser

8.14.6 CONTROL RELAYS

Relays used as auxiliary control devices in conjunction with motor starters

and magnetic contactors shall be of the type designed for machine tool application featuring contact convertibility. All contacts shall have adequate thermal current rating.

8.14.7 PILOT DEVICES

Pilot devices such as selector switches, push-button switches and

thermostats, shall be of heavy-duty type and where mounted out-doors, shall be housed in weather proof enclosures specially designed for the environment.

All electrical contacts for control, alarm and shutdown shall have adequate

thermal current rating. 8.14.8 TERMINAL BLOCKS

8.14.8.1 All terminal blocks shall be mounted in an accessible position with the spacing

between adjacent blocks not less than 100 mm and the space between the bottom blocks and the cable gland plate being a minimum of 200 mm. Sufficient terminals shall be provided to allow for the connection of all incoming and outgoing cables, including spare conductors and wires. In addition, 20 percent spare terminals shall be provided. In enclosed cubicles, the terminal blocks shall be inclined toward the door for facilitating terminations.

8.14.8.2 Terminals shall be of the channel mounting type and shall comprise a system of individual terminals so that terminal blocks can be formed for easy and convenient cabling consistent with the high reliability required of the circuits.

8.14.8.3 The terminals shall be pressure clamp type or accepted equivalent and

suitable for both copper and aluminium conductors. 8.14.8.4 Terminal blocks shall be provided with shorting links and paralleling links

where applicable and mounted identification numbers and/or letters. 8.14.8.5 Terminal blocks shall conform to the applicable standard. The smallest size to

be used shall be designated for 2.5 sq. mm wire and no more than two conductors shall be connected under one terminal clamp.

8.14.8.6 Terminal identification shall be provided corresponding to wire number of

connected leads. 8.14.8.7 Circuits at different voltage shall be segregated from each other. Terminals

for 415 V A.C. shall be segregated from other terminals and terminals shall be equipped with non-inflammable, transparent covers to prevent contact with live parts. Warning labels with red lettering shall be mounted thereon in a conspicuous position.

112

Signature of Bidder Signature of Purchaser

8.14.9 EQUIPMENT WIRING

8.14.9.1 Insulated wire for equipment wiring shall be of standard copper conductor

suitable for 1100 V service voltage, maximum conductor temperature of 90 O

C for continuous operation and shall have fungus resistant thermo-plastic or thermosetting insulation. Conductors shall have a minimum cross sectional area of 2.5 sq. mm with the exception of electronic instrumentation circuits which shall have a minimum cross sectional area of 1.0 sq. mm

8.14.9.2 Each conductor shall be individually identified at both ends through a system

providing ready and permanent identification, utilising slip on ferrules approved by the Purchaser.

8.14.9.3 Markers may be typed individually or made up from sets of numbers and

letters firmly held in place. Open (C type) markers will not be accepted. 8.14.9.4 Markers must withstand a tropical environment and high humidity and only

fungus proof materials will be accepted. Ferrules of adhesive type are not acceptable.

8.14.9.5 All trip circuits shall employ markers having a red background. 8.14.9.6 Sensitive control circuit shall be effectively shielded against extraneous

signals and interference. A separate terminal shall be provided for termination of individual cable shields, which will be grounded at source end only, except where stated otherwise.

8.14.9.7 All wiring connection shall be readily accessible and removable for test or other purposes. Wiring between terminals of the various devices shall be point to point.

8.14.9.8 Splices or tee connections between terminal points are not acceptable. Wire

runs shall be neatly trunked inside the panels or in wiring troughs. Wherever possible, unused areas of the panels shall be kept free of wiring to facilitate the installation of future equipment.

8.14.9.9 Multi-conductor cables shall be connected to the terminal blocks in such a

manner as to minimize crossovers. Approved claw washers or crimp type connectors shall be used to terminate all small wiring. Grommets or insulating bushings shall be installed where necessary to avoid chafing of wiring.

8.14.10 POWER AND CONTROL CABLES

8.14.10.1 DESIGN Power and Auxiliary multicore control cables, where provided, shall unless

otherwise specified herein, be PVC insulated, with the requirements of applicable standards. The cables and wires used in power and control circuits shall be insulated for 1100 Volts. The cables shall be suitable for 230 V A.C. Bushings shall be installed where necessary to avoid chafing of wiring.

113

Signature of Bidder Signature of Purchaser

Cables shield shall normally be grounded at source end only, except where stated otherwise. Each set of current and voltage transformer secondary circuits shall likewise be run in separate cables.

8.14.10.2 CONDUCTORS All power and control cable conductors shall be of copper and have a

minimum cross sectional area of 2.5 sq. mm made up of 7/0.67 mm strands. Single strand conductor will not be accepted except in special cases approved by Purchaser. Copper conductors shall meet the requirements of applicable standards. Conductors for electronic circuits and supervisory control cables shall be of annealed copper and shall have a minimum cross sectional area of 1.00 sq. mm.

8.14.10.3 OUTER COVERING The outer covering for all power and multicore control cables shall consist of a

black extruded PVC sheath. 8.14.10.4 CORE IDENTIFICATION AND LAYING UP Single core and multicore power cables shall be coloured black with yellow

numerals indicating number of the core (1, 2, 3, 4 etc.) Multicore control cables shall be made up of the standard number of cores 2, 5, 7, 12, 19, 27, 37.

8.14.10.5 TERMINATIONS All cables entering or leaving terminal boxes shall be provided with separate

terminations so that any cable out of a number of such cables can be removed or replaced without disturbing the remainder.

8.14.11 CONDUIT

All conduit shall be in accordance with the following requirements:-

Conduit size Spacing between support straps Horizontal Run (m) Vertical Run (m) 20 mm 1.05 2.00 25 to 30 mm 2.00 2.50 Over 30 mm 3.00 3.00

Conduit shall be of rigid PVC and shall conform to relevant standards. Minimum conduit size shall be 20 mm.

8.14.12 CUBICLES AND CONTROL PANELS

8.14.12.1 Cubicles and control panel enclosures shall be sheet steel with minimum

thickness 1.8 mm for base and top side and 1.2 mm for other sides. The panels shall be of rigid self supporting construction and supplied with channel

114

Signature of Bidder Signature of Purchaser

bases. The lowest degree of protection shall be IP 44. The frames of the cubicles shall be designed to permit firm anchoring on the floor.

8.14.12.2 Cubicles shall be fitted with close fitting, gasketted, hinged, lift off doors

capable of being opened through 180 degrees. The doors shall be provided with integral lock and master key.

8.14.12.3 Cubicles and panels shall be verminproof. Removable gland plates shall be

supplied and located to provide adequate working clearance for the termination of cables. Under no circumstances shall the floor/roof plate be used as a gland plate. The cables and wiring shall enter from bottom or top as approved or directed by the Purchaser.

8.14.12.4 The cubicles and panels shall be adequately ventilated, if required, by vents

or louvers, and shall be so placed as not to detract from appearance. All ventilating openings shall be provided with corrosion resistance metal screens or a suitable filter to prevent entrance of insects or vermin. Space heating elements with thermostatic control shall be included in each panel.

8.14.12.5 Where cubicles are split between panels for shipping, terminal blocks shall be

provided on each side of the split with all necessary extensions across the splits. These cable extensions shall be confined within the panels with suitable internal cable ducts.

8.14.12.6 Unless stated otherwise all cubicles and panels shall be provided with a

ground bus 70 sq. mm size, copper bar extending throughout the length. Each end of this bus shall be drilled and provided with lugs for connecting ground cables ranging from 70 to 120 sq. mm.

8.14.12.7 The standard phase arrangement when facing the front of the motor control

centres and switch boards shall be RYB from left to right, from top to bottom and front to back. All instruments, devices, buses and other equipment involving 3 phase circuits shall be arranged and connected in accordance with the standard phase arrangement. Where possible, electrical clearances shall conform to applicable standards and shall not require cutting away of adjacent framework.

8.14.12.8 All instruments, control knobs and indicating lamps shall be flush mounted on

the panels. Relays and other devices sensitive to vibration shall not be installed on doors or hinged panels, and no equipment shall be installed on rear access doors.

8.14.12.9 The instrument control wiring including all electrical interlocks and all

interconnecting wiring between sections shall be completely installed and connected to terminal blocks by Supplier.

8.14.12.10 The arrangement of control and protection devices on the panels and the

exterior finish of the panels shall be subject to the approval of Purchaser. The interior of all cubicles and panels shall have a matt white finish unless specified otherwise.

8.14.12.11 Switched interior light and socket outlets (approved by Purchaser) shall be

provided for all cubicles and control panels.

115

Signature of Bidder Signature of Purchaser

8.14.12.12 All cubicles and control panels shall be provided with nameplates, identifying

the purpose of the panel and all of its components. 8.14.13 INTERCONNECTION 8.14.13.1 Supplier shall supply and install all interconnecting wiring between the

various items of equipment supplied under the Contract, except where otherwise specified.

8.14.13.2 Unless otherwise specified, all cables for external connections will be supplied

and installed complete with cable glands by the Purchaser. The Supplier shall terminate these cable conductors on the terminals of equipment supplied.

8.14.13.3 Supplier shall co-operate where necessary with the Suppliers of related

equipment in order to ensure the correct functioning of related equipment and instrumentation.

8.14.14 ALARM CONTACTS

Where applicable, all alarm contacts shall be galvanically isolated type and

provide inputs to the following devices :- - Local annunciator - Station annunciator - Supervisory control and sequence of events/fault recorder system. All alarm contacts shall be changeover (Form C) type. Where required,

relays shall be provided as contact multiplier. 8.15 EARTHING

8.15.1 The Supplier shall provide earthing terminals on all the equipments supplied

under the Contract and shall connect the earthing conductor to these terminals as approved or directed by the Purchaser.

8.15.2 Unless specified otherwise, the earthing conductors upto the station earthing

bus from the equipment will be provided by the Supplier. The Supplier shall provide suitable test terminals at convenient points of the equipments being supplied to enable periodical testing of the resistivity and installation levels of the equipments.

8.16 DESIGN AND STRESSES

8.16.1 The Supplier shall be responsible for the selection and design of appropriate

equipments to provide the best coordinated performance of the entire system. The basic requirements are detailed out in Technical Specifications. The design of various components, sub-assemblies and assemblies shall be so done that it facilitates easy field assembly and maintenance. All the rotating components shall be so selected that the natural frequency of the complete unit is not critical at or close to the operating range of the unit.

116

Signature of Bidder Signature of Purchaser

8.16.2 The design, dimensions and materials of all parts of the equipment shall be such that they will not suffer damage under the most adverse service condition. Mechanism shall be so constructed as to avoid sticking due to rust or corrosion.

8.16.3 The Supplier shall be responsible for an adequate design. The principal

stresses in the materials used, shall be indicated in the bid. 8.16.4 The equipment shall be designed to : i) Minimise the risk of fire and any consequential damage. ii) Prevent accidental contact with live parts. iii) Be capable of continuous operation or as required with minimum

attention and maintenance under the tropical climatic conditions. iv) Corrosion allowance shall be provided as per Indian Standards. 8.16.5 When exposing complicated steel castings or welded parts are subject to the

pressure test, the maximum allowable stress limit of 67% of the yield point may be exceeded locally in limited zones, if these zones are small in extent and do not endanger the strength of the part. To check these stresses in the critical zones, strain gauges shall be mounted during pressure tests.

8.16.6 In the design of the equipment the maximum stresses due to normal

operating conditions shall not exceed one third of the yield point or one fifth of the ultimate strength of the materials, with the exception of safety breaking elements which are desired to fail in the event of obstruction to prevent damage to other parts of the equipment.

8.16.7 The complete information regarding maximum unit stresses used in the

design shall be provided by the Supplier. 8.17 NOISE

All rotating machinery shall be designed to work without undue noise and

special precautions shall be taken for smooth operation of the machines. 8.18 TROPICAL TREATMENT

8.26.1 All equipment shall be suitably designed and treated for normal life and

satisfactory operation under the climatic condition prevalent at the site and shall be dust/vermin proof. All parts shall be carefully boxed or otherwise suitably prepared for shipment to tropical climate. Equipment vulnerable to damage due to sea water or moisture during transportation or storage at site shall be protected by suitable vapour barrier or by an internal atmosphere of inert gas or approved desiccant. All parts and surfaces which are subjected to corrosion shall be made of such material and provided with such protective finishes/coatings that would protect the equipment from any injurious effects of excessive humidity. All electrical auxiliary equipment shall be specially treated for tropical conditions and the material and method for this treatment shall be got approved in advance.

117

Signature of Bidder Signature of Purchaser

8.19 ELECTRICITY RULES

All works shall conform with the rules in force under the Indian Electricity Act

(up-dated) and other applicable legislations. 8.20 NAME PLATE

A rating plate of non-corrodible material shall be attached to each major and

auxiliary item of equipment supplied. This plate shall be permanently engraved with the designed full load ratings, serial number, type number, date of manufacture and other identification necessary. Where necessary, diagram plates shall be supplied.

A name plate shall be provided to identify the services of all items of

equipment supplied. The identifying description shall be approved by the Purchaser. Devices shall be identified by name plates on both front and rear of all desks, panels, cubicles etc. Name plates or lables shall be manufactured of non-hygroscopic material with engraving of contrasting colour or alternatively for indoor use of transparent plastic material with lettering engraved on the back and filled with enamel. These shall be in English language only.

8.21 TESTS ON EQUIPMENT

Supplier shall perform all the tests at his works and at site as per provisions

under Section-IX Technical Specification.

8.22 TEST CODES

The provisions outlined in the international and Indian approved equivalent

standards shall generally be used as a guide for all the above test procedures unless otherwise specified in the technical specifications.

8.23 PROTECTIVE GUARDS

Suitable guards shall be provided for protection of personnel on all exposed rotating and/or moving machine parts. All such guards with necessary spares and accessories shall be designed for easy installation and removal for maintenance purpose.

8.24 STORAGE AT SITE

The supplier shall furnish complete instructions regarding the storage of the equipment at site. If at any time after the receipt of equipment at site, supplier or his representative desires to draw the attention of the purchaser to the conditions of storage, which in his opinion might affect the state of the equipment stored, he shall do so in writing to the purchaser. Periodical inspection of stored items shall be the responsibility of supplier.

118

Signature of Bidder Signature of Purchaser

SECTION- IX

INDEX

TECHNICAL SPECIFICATION OF 10 T EOT CRANES

CLAUSE NO. DESCRIPTION PAGE NO.

9.1 GENERAL 119

9.2 SCOPE OF WORKS 119

9.3 APPLICABLE STANDARDS AND DRAWINGS 120

9.4 TYPE AND RATING 120

9.5 SERVICE CONDITIONS 122

9.6 RATING PLATE, WALKWAYS, LADDERS AND HAND RAILINGS 122

9.7 FACTOR OF SAFETY 122

9.8 STRUCTURE 123

9.9 CRANE GIRDER 123

9.10 TROLLY 123

9.11 END CARRIAGE 123

9.12 WHEELS & BEARING HOUSING ASSEMBLY 124

9.13 GANTRY RAILS 124

9.14 LONG TRAVEL MACHINARY 124

9.15 CROSS TRAVERSE MACHINARY 124

9.16 HOISTING EQUIPMENT 125

9.17 BRAKES 126

9.18 EMERGENCY BRAKING 126

9.19 LUBRICATION 126

9.20 GEARING AND GEAR BOXES 126

9.21 OPERATION OF CRANE 127

9.22 ELECTRIC MOTORS 127

9.23 CONTROLS 127

9.24 CONTACTORS 128

9.25 ELECTRICAL PROTECIVE GEAR 128

9.26 LIMIT SWITCHES 129

9.27 CABLING AND WIRING 129

9.28 DOWN SHOP LEAD 130

9.29 WIRING DIAGRAM 130

9.30 EARTHIG 130

9.31 SCHEDULE OF DRAWINGS & MANUALS AND OTHER GUARANTEED DATA TO BE FURNISHED BY THE SUPPLIER

130

9.32 SPARES 131

9.33 TOOLS 131

9.34 PAINTING 131

9.35 PACKING 132

9.36 MACTHMARKING 132

9.37 TESTS 132

9.38 GUARANTEE 133

9.39 LABELS AND LETTERING 134

9.40 MAKE OF VARIOUS ELECTRICAL EQUIPMENTS 134

119

Signature of Bidder Signature of Purchaser

SECTION IX

TECHNICAL SPECIFICATIONS OF 10 T EOT CRANE

9.1 GENERAL :

The crane is required to be installed in the Package shed of Kumbhe hydro electric project. The project envisages installation of 10000 kW horizontal hydro generating unit. The crane shall be equipped with a trolley having a hoist of 10 tones capacity capable of safely handling the electrical and mechanical equipments such as shaft, turbine, valve or any other assembly of the generating units and shall be complete with all motions of the crane and the hoist control gears, runway, rails, runway conductors with mounting brackets, collectors, insulator, M.S. angles etc. The package shed crane shall be supplied with spare parts, accessories, special tools etc., and such other items which are necessary to erect, operate and maintain a safe and reliable crane even though these are not specifically mentioned.

9.2 SCOPE OF WORKS

The scope of work shall comprise of the following:

Design, manufacture, supply to project site, on site erection, testing and putting into use of the following equipment as per the detailed specification covered in this document.

a) One number of 10T capacity, medium duty, class II,Double girder type EOT crane

suitable for Indoor use and for operation from floor level through pendant push button control box.

b) Gantry Rails: A pair of Gantry rails for the full bay length along with continuous

sole plates, packing plates, fixtures, nuts etc. for (a) above.

c) Down shop lead system : Down shop lead system complete with necessary I beam, Pulleys, supports/brackets and other fixtures complete for (a) above.

d) Spares & Tools : Mandatory spares & tools for normal operation of 5 years as per

Schedule 2. The scope of works for the crane shall also cover the following: i) Providing load for overload test and rated load test at shop and site.

ii) Preparation and finalisation of layout and fixing details of gantry rails. iii) Supplying and providing proper earthing of crane structure, motor frame and

metal cases of all electrical equipment. The earthing point of the various components shall be connected by supply to station earthmat provided by the purchaser.

iv) Finalising the arrangement and provide the necessary equipment to connect the main incoming supply cable with the main switch before for the crane.

v) First filling of the oil, consumables, grease etc.

120

Signature of Bidder Signature of Purchaser

The work under this contract shall be undertaken and completed as indivisible

package from design stage upto and including commissioning and putting to use the entire equipment.

9.3 APPLICABLE STANDARDS AND DRAWINGS

9.3.1 E.O.T. crane and associated equipment and accessories shall comply fully with the

provisions stipulated in this Section. These provisions are based on Indian Standards mentioned below.

a) Code of practice for design, manufacture,

erection and testing (structural portion) of cranes and hoists. ..........................

IS : 807

b) Code of practice for design of overhead travelling

cranes and gantry cranes other than steel work crane. ..........................

IS : 3177-1999

c) Crane rail sections ..................... IS : 3443 d) Hooks ..................... IS 3815

All other associated equipment/material such as steel, castings, wire ropes,

welding rods, motors, cables, conductors, and switchgear shall conform to the relevant Indian Standards.

9.4 TYPE AND RATING

The EOT crane covered under this specification shall be designed and

manufactured to comply with the following particulars.

Sr. no. Particulars 10 T EOT Crane 1. 2. 3.

1) Type and class Double Girder EOT Crane indoor type, suitable for operation from floor level through pendant push button control box, medium duty, class II.

2) Capacity (safe working load) for Hook

: 10 T.

3) Span i.e.(distance between centre to centre of gantry track rails.

: 18000 mm

4) Operating speed (loaded)

i) Hoist : 3 mtr./minute

ii) Cross Travel : 10 mtr./minute

121

Signature of Bidder Signature of Purchaser

Sr. no. Particulars 10 T EOT Crane 1. 2. 3.

iii) Long Travel : 15 mtr./minute

5)

a) b)

Clearances : Distance from centre line of gantry rail to the nearest side obstruction. Distance from the top of girder to floor level of package shed.

300 mm About 1200 mm

6)

a) b)

Maximum hook approaches. Nearest position of hook to the centre line of gantry rails on either side. Nearest end clearance (inclusive of space for end stopper) of hook from P/S walls, in the end position of the crane along the bay length.

About 1000 mm Less than 1750 mm

7) Lift of hook above P/S floor

level. Not less than 8000 mm

8) Length of bay for Package shed

55000 mm

9)

a) b)

Power supply details Volts Phases

415 V +10% Three

c) d)

Wires Frequency

Four 50 Hz +3% & - 5%

10)

a) b) c)

Restrictions on wheel loads on gantry rails. No. of wheels on each end carriage of crane Wheel base. Max. wheel load

2 Nos. About 2000 mm. 9.6 T

122

Signature of Bidder Signature of Purchaser

Sr. no. Particulars 10 T EOT Crane 1. 2. 3.

i)

ii)

Without impact to be restricted to With impact

10 Ton To be specified by the Bidder in the Data sheets

11)

Size of gantry rail

suitable size

NOTES:

i) The equipment to be supplied shall be suitable for satisfactory operation under the climatic conditions at site mentioned under project description.

ii) Values of clearance shall be indicated in his General layout drawing to be submitted for approval.

9.5 SERVICE CONDITIONS

The Crane shall be deemed under service conditions when it is handling (i.e.

lifting and lowering, holding or traveling and cross traversing at the prescribed speeds) any load from self-weight upto the maximum load for which the crane is designed.

9.6 RATING PLATE, WALKWAYS, LADDERS AND HAND RAILINGS

The bottom block shall bear a permanent inscription on each side, which can be

readable from the floor level stating the safe working load on the hook. Safe means of access shall be provided to every place where a person is expected

to examine and inspect/and perform maintenance work on the crane. Adequate hand railings and footholds shall be provided wherever necessary. All walkways shall be of chequered plates open edges of which shall be provided with toe guards of minimum 75mm height . All hand rails shall be of tubular pipe and double tiered. Chequered plate platform of 800mm clear width shall be at same elevation throughout its length. This arrangement shall be got approved from the purchaser.

9.7 FACTOR OF SAFETY

It shall be guaranteed by the Supplier that safe electrical and mechanical stresses

have been adopted in designing the equipment and the components under all specified conditions of operation and the stresses adopted are conservative. Whenever necessary the Supplier shall provide access to all technical calculations in respect of the crane. The crane shall be so designed and constructed that when it is working under worst conditions of loading in service, the stresses on any part shall not exceed the permissible stresses stipulated in the latest edition of relevant I.S. The factor of safety for all parts of the crane shall be as per relevant provisions. The relevant standards adopted for factor of safety adopted. The Supplier shall furnish the structural calculations showing clearly the calculated stresses, factor of safety adopted and the maximum permissible stresses in respect of end carriage assembly, girder and trolley assembly.

123

Signature of Bidder Signature of Purchaser

9.8 STRUCTURE

The crane structure shall be designed for the worst conditions of loading, care being taken to allow for the impact factor inertia forces including shock and the lateral thrust etc. in accordance with I.S.809. All the structural parts of the crane shall be fabricated from tested weldable quality steel conforming to I.S.2062, test certificates for which shall be furnished, to the Purchaser by the Supplier before taking up the fabrication work. The crane structure shall be so designed that the actual calculated stresses for the severest combination of loads shall not exceed the permissible stresses in accordance with the above mentioned clause 9.7, “Factor of Safety”.

9.9 CRANE GIRDER

The crane girder shall be rolled steel joist confirming to IS 3062. The rolled I

beam shall be free from lamination defect and this shall be checked by ultrasonic testing. The girder shall be so designed that in addition to complying with the requirements of allowable working stress etc., mentioned in Clause 9.7 and 9.8 above, the vertical deflection caused by the safe working load with the trolley in the central position of the girder shall not exceed the limits specified in IS 3177, IS 807 i.e. it shall not exceed 1/900th of span.

The crane shall be of anti-vibration design. The girders shall be designed so as to

limit the natural vibration damping time to less than fifteen seconds. Appropriate calculations showing the damping of vibration will have to be submitted to the Purchaser.

9.10 TROLLY

Trolley for cross traverse shall be fabricated from plates and provided with trolley

wheels, cross traverse mechanism, hoisting motor etc. It should have necessary motor driven mechanism for cross traversing. The mechanism shall include induction motor, Gears, bearing and wheels to achieve CT speed as mentioned in the technical specifications. Heavy duty A.C. Electro magnetic brakes shall be provided for cross traverse motions. The reduction in traverse speed will be by means of special alloy steel, grease lubricated, totally enclosed gears housed in C.I. Gear box. The gears shall be as per IS 4460 with EN8 material. The traversing motors will be specially designed for crane duty and insulated with class “F” type of insulation. The wheels for trolley shall be Double flanged having hardness of 250/275 BHN. Necessary antifriction Ball/roller bearings shall be provided for the trolley wheels. A separate limit switch will be provided to limit the traverse of trolley in both direction.

9.11 END CARRIAGE

The end carriage shall be fabricated from the rolled steel sections and shall be of

rigid box section of one-piece construction provided with suitable diaphragm plates. The wheel base shall be not less than one fifth of the span. The ends of the traveling rails shall be fitted with end stops to prevent over-running of the crane. Rubber buffers shall be provided on end carriage. The end carriage shall be fitted with suitable guards to prevent the crane from derailing. It shall be provided with suitable jack pads on both the ends. The jacking points shall be clearly marked and noted on the crane.

124

Signature of Bidder Signature of Purchaser

The end carriage shall be designed so as to enable the track wheels to be

withdrawn readily. Suitable arrangement for locking of the wheels with the gantry rails when the crane is not in use shall be provided on each of the end carriages at both the ends. Mechanical jack of suitable capacity and lift shall be provided for the inspection/replacement of wheels.

9.12 WHEELS & BEARING HOUSING ASSEMBLY

All the wheels of the crane shall be of forged steel and suitably hardened. The hardness at the surface shall be approximately 350 BHN gradually refusing

inwards upto 280 BHN at a depth of 15 to 20mm. The materials of the wheels shall be C-55-MN-75 (EN-9). All the wheels of the crane shall be housed in ‘L’ type bearing housing assemblies on either side of the wheels for easy removal and maintenance. The bearing provided shall be spherical roller bearings.

9.13 GANTRY RAILS

The Supplier shall supply the gantry rails of 60Lbs/Yd. or 60/40 mm Flat rails suitable size with continuous sole plates (Size 200 mm x 10mm), anchors and necessary fixtures etc. for the total travel of the crane. The gantry rails shall be of size not less than the specified one, flat bottom type and shall be suitably clamped/welded to the sole plate throughout the length including end stoppers and anchored suitably. The Supplier shall give the detailed drawings for this to purchaser for approval. Except at end portion or matching piece the rail shall be supplied in standard length.

9.14 LONG TRAVEL MACHINERY

The long travel motion machinery system shall consist of a totally enclosed oil

lubricated horizontal type reduction gearbox fitted on the girder/platform, which is driven by an electric motor. The output shaft of the gear box shall extend on one side and coupled to the long travel shaft which drives one wheel of each end carriage bridge. The entire transmission system on the output shaft of the long travel gear boxes shall be designed with use of geared flexible coupling.

Totally enclosed self-resetting two way lever type limit switches shall be provided

to limit over-traveling of the bridge in both directions. Heavy duty A.C.Electromagnetic Disc type operated brake shall be provided on long travel motion, which applies automatically when the current supply of the crane is off, and brings the end carriage to a stop without any shock.

9.15 CROSS TRAVERSE MACHINERY

The cross traverse wheels of the trolley shall be driven by an electric motor

through totally enclosed speed reduction gears having machine cut teeth. The entire transmission system on the output shaft of the cross traverse gear box shall be designed with use of geared flexible coupling.

Heavy duty A.C. Electro Magnetic operated brake, which applies automatically

when the supply is ‘off’, shall be provided to bring the trolley to rest without shock. Totally enclosed self-resetting two way lever type limit switches shall be provided to limit over-traversing of the trolley in both directions.

125

Signature of Bidder Signature of Purchaser

9.16 HOISTING EQUIPMENT

The hoisting equipment shall consist of fabricated mild steel rope drums

conforming the relevant Indian Standard or British Standards and driven by an electric motor through a totally enclosed oil immersed speed reduction gear.

The rope drum shall have grooves machined to suit the hoisting rope. The drum will be of such size that there will not be more than one layer of rope on the drum when the rope is fully wound. Also length of the drum shall be such that each lead of rope has a minimum of two full turns on the drum when the hook is in the lowest position not taking into account the turns covered by anchorage and one space groove for each rope lead when the hook is in highest position. The coupling between the hoist gear box and rope drum shall be with flexible joint. The machine cut grooves shall be similar on both sides of the drum so as to ensure equal distribution of the load on the main beam of the crane. Grooving shall be free from surface defects liable to injure the rope. Rope anchorage shall be easily accessible. Rope drum shall be duly stress relieved, fabricated from low carbon content steel. A pulley block with cast steel pulleys with ball bearings shall be provided with guards to prevent the ropes leaving the sheaves when the hook is lowered to rest on the ground. The sheaves shall be machine grooved to a depth of not less than 1.5 times the diameter of the rope. The grooves shall be finished smooth and shall be free from surface defects likely to injure the rope.

The hook for the crane shall be Single Shank Forged as per IS:3815/IS:1550 with spring latch and tested for proof load. The hook shall be carried in a thrust bearing with freedom to swivel. Special precaution shall be taken to achieve an absolutely vertical movement of the hook. A locking device shall be fitted to prevent rotation of the hook, whenever required. It shall be possible to lock the hook in any position. The hook and block shall be arranged to lift or lower without twisting or horizontal shifting. The snatch block shall be fitted with guards to prevent the rope from leaving the pulleys. Certificates giving actual chemical composition and physical properties for the hook material shall be forwarded in original.

The hoisting rope shall be of the best plough steel stranded construction having the breaking strength in accordance with I.S.2365. The factor of safety under working conditions shall be as per relevant provisions in IS. The diameter of outer wires of the rope and the diameter of sheaves shall be so chosen that the wire rope shall have sufficient fatigue resistance to withstand the effects of bending and vibrations. The diameter of outer wire, the grade of wire and the distribution of wearing surface shall be so selected as to have sufficient save resistance. The Supplier shall clearly state the methods adopted for selecting the diameter of outer wires as careful balancing of above properties is essential in selecting the same.

The lay of the rope and the number of strands shall be so selected that the rope shall have sufficient lateral stability. The rope shall be sufficient in length so that the hook of crane shall touch the floor level of package shed.

The heavy duty A.C. electromagnetic brake shall be provided with

adequate margin of safety to hold the load to prevent it from coming down when the power supply to the hoisting motor is cut off accidentally or intentionally. Totally enclosed self resetting positively acting two way rotary type limit switch shall be provided to prevent over winding and over lowering of the hook.

126

Signature of Bidder Signature of Purchaser

9.17 BRAKES

All brakes shall be heavy-duty A.C. electromagnetic disk type. All brakes shall be

designed for continuous service conditions having a brake torque of not less than 200% for Hoisting and 150% for LT & CT of motor torque. The rubbing surface of the brake drum shall be accurately machined and shall be free from surface defects. The brake drum balancing shall be carried out and hardness checked. The rubbing shoes of all brakes shall be self-aligning and lines with renewable Asbestos or Ferrodo lining. The test report for this shall be submitted by the Supplier. The brakes shall be provided with simple, easy and accessible means of adjustment of the lining. The terminals of the brake magnets shall be protected from accidental contract and the winding shall be effectively protected from mechanical damages and weather exposure wherever necessary.

9.18 EMERGENCY BRAKING

All the brakes shall be applied immediately on pressing of an emergency stop push button to be provided in the operator’s pendant push button control.

9.19 LUBRICATION

Provision shall be made for lubricating all the bearings. Ball and roller bearings shall be suitably lubricated before assembly.

A lubricating chart shall be provided indicating all lubricating points, the type of

lubricant and recommended frequency of lubrication. The lubricating nipples adopted and tubes shall conform in all respects to the relevant Indian Standard or equivalent British Standard. The lubrication tubes shall be dispatched separately and not mounted on the main structure, as they are liable to be damaged in transit.

The Supplier shall supply sufficient quantity of lubricant for the filling together

with hand greasing gun free of cost. 9.20 GEARING AND GEAR BOXES

All gearing for the crane shall be precision machine cut and shall have involute

tooth with a pressure angle of 20 degrees. The gears and pinions shall be forged from C-55-Mn-75 material and they shall have minimum hardness of 215 to 240 BHN. They shall have a factor of safety as per relevant provisions in IS under severe working conditions.

Gear boxes shall be fabricated from the mild steel and they shall be enclosed dust

proof. The gear boxes shall be provided with inspection covers to enable a visual inspection of the working parts. Oil level gauges shall be provided wherever necessary. The gear couplings shall be forged from EN 8 material and shall have minimum hardness of 250 BHN. The fabricated gear boxes shall be stress relieved before machining.

127

Signature of Bidder Signature of Purchaser

9.21 OPERATION OF CRANE

The ON/OFF and various operations of the crane namely hoisting, lowering, cross travel, long travel and emergency braking etc. should be possible to be performed from the P/S floor level for which pendant push button control shall be provided. The pendant shall have following controls and indications:

1) Power supply ON/OFF 2) Raise 3) Lower 4) To 5) Fro 6) Forward (Trolley) 7) Reverse (Trolley) 8) Emergency stop 9) Indicating lamps Pendant control shall be provided at a convenient position on one side of the girder with adequate cable length with supports so as to have a free and unobstructed motion/operation of the crane from the floor and shall afford full cross traverse motion to be performed without the operator (with pendant control) requiring to move along with the trolley assembly. It shall be provided with adequate guards to prevent accidental contacts of the pendant ropes. The electrical circuits of pendant control shall be energized at not more than 110 Volt A.C. One, off push button, shall be lockable type so that control power is switched off in positive manner when the crane is not in use.

9.22 ELECTRIC MOTORS

All electric motors shall be totally enclosed fan cooled squirrel cage induction

motor suitable for the crane duty. All motors provided shall be of reputed and the same make. The motor shall comply with Indian Standard 325 or equivalent British Standards and shall be suitable for frequent acceleration and braking. All the motors shall be rated at 125% of the rated output suitable for 150 starts per hour class of duty at ambient temperature and they shall have class ‘F’ insulation and shall be one hour rated for hoist motion and one hour rated for all other motors with temperature rise not exceeding 50°C over ambient temperature of 40° C. Motors shall be so located that the brush gear and terminals shall be readily accessible for inspection and maintenance purposes.

All motors shall be suitable for voltage fluctuating between + 10% of rated value

and for all motions, minimum pole motors shall be provided. All motors shall have grease-lubricated ball and roller bearing at non drive and drive ends respectively. Cartridge Type bearing housing shall be provided for motor so that motor can be dismantled without disturbing bearing and also for protection against dirt or dust entering in bearing.

For all other motors, the bearings shall be fitted in the housing accurately bored

and machined on and sealed with dust cap. 9.23 CONTROLS

All motor controls shall be provided with instantaneous overload and under voltage protection. They shall be designed so that it will be possible to limit the

128

Signature of Bidder Signature of Purchaser

vertical movement of the hooks with full rated load and when starting from complete standstill to within 1.5mm for the hooks and to limit the movements of the bridges and trolley, with full rated load and when starting from complete standstill, to within 6mm. The contactor of all protective relays shall be wired so that the operation of relay will trip all motors, primary contactors thus making it necessary to return all controls to the ‘OFF’ position before any motor can be started again. Instantaneous relays shall be adjustable between 200 and 300 percent of the full load current of motor. All control switches, push buttons and other operating mechanism shall be properly marked.

9.24 CONTACTORS

The contactors shall comply with the provisions of the relevant clauses of

I.S.3179. They shall be of the non-breakable, corrosion resisting type with a low temperature co-efficient and shall be air cooled.

The contactors shall be adequately protected to prevent accidental contact with live parts. All contactors shall be suitable for appropriate switching duty so as to suit stipulated motor duties.

9.25 ELECTRICAL PROTECTIVE GEAR

An air break contactor type main circuit breaker shall be provided. It shall be fitted with thermal overload relays and under volt tripping device acting instantaneously in case the supply voltage drops below 80% of its normal value. The under volt tripping device shall be capable of being used for tripping the main circuit breaker in emergency. The main circuit breaker shall be electrically interlocked with the controller in such a way as to prevent the current supply being reinstated unless all controllers are in the ‘OFF’ position. All this protective gear shall be of reputed make to be approved by the purchaser.

All crane motors shall be provided with circuit breaker with thermal relays fitted

in two phases for protecting the motors against short circuit and shall be also protected against overload by reliable type thermal relays, fitted in each phase with setting for adjustments between a range of 90% of the rated current Single phasing protection shall be provided.

A complete wiring diagram of all electrical connections from the main switch to

the respective appliances shall be fixed at suitable position for ready reference. On this diagram shall be given the rating of each of the motor, the cable sizes and such other information as will facilitate inspection and maintenance. Similar diagrams but showing the inside connection of each of the controllers and the main circuit breakers etc. shall be fixed to the inside of the covers of the controllers and the switches. Suitable transformer for low voltage supply with switch fuss shall be provided. The protective panel shall be located at convenient position and shall include but not limited to the following items:- i) Main isolating switch interlocked with panel door. ii) Main air break contactor type main circuit breaker. iii) Overload relays of thermal type for each outgoing feeder of the motors. iv) Indicating lamp for main contractor. v) Emergency push button for main circuit breaker. vi) Separate circuit breakers for individual motors.

129

Signature of Bidder Signature of Purchaser

vii) Plug and Socket connection to hand lamp. viii) Transformer for low voltage supply. An additional 4 pole isolating switch fuse unit (with arrangement for termination connection of cables at inlet and outlet) shall be provided by the Supplier at a height of 1.5 mtr from the floor level at a suitable location to be approved by the purchaser. The main supply cable up to isolating switch will be provided by the purchaser. Further cable connection from isolating switch upto Down shop lead system alongwith necessary accessories and arrangement which shall include three indicating lamps for indicating the status of the Down shop lead system ( live or dead) and also one voltmeter power supply with selector switch to indicate the voltage level of the incoming supply shall be provided by the Supplier. The indicating lamps and the voltmeter with selector switch shall be housed in a separate M.S.box, which shall be installed close to the isolating switch described earlier.

For the control and protective panels anti-condensation heaters, anti-vibration

mounting and cubicles lighting (complete with switch) shall be provided. 9.26 LIMIT SWITCHES

Totally enclosed self-resetting one way roller lever type limit switch which cuts off current and stops the motion when the hooks have risen/lowered to a predetermined level shall be provided to prevent over winding and over lowering. Totally enclosed self-resetting two ways lever type limit switches shall be provided to prevent over traveling and over traversing in both directions.

9.27 CABLING AND WIRING

All the motors, controller shall be factory wires. All connections among the apparatus shall be executed by means of PVC flexible copper cable shall be suitably clamped in troughs. The cables wherever likely to get damaged should be protected with PVC guards easily removable for maintenance and inspection. Control and power cables shall be manufactured from electrolytic copper and shall be executed as regards the minimum sections and type of insulation in accordance with provision of I.S.3179. The current ratings of the cables shall be as per the provisions of the appropriate clause of I.S.3179.

The wires used for Down shop lead system shall comply as regards physical and

electrical properties with the appropriate Indian Standards or equivalent British Standards. Power cables used in Down shop lead system shall be armored PVC cables, other cables shall be PVC flexible unarmored cable. The power to the trolley shall be supplied through flexible trailer cables. These shall be of copper TRS insulated and will be supported in loops from ball bearing type trolleys running along a track parallel to the cross traverse. Cables used by Supplier shall be of the make specified an Annexure enclosed in this Section.

The protective and control panel wiring shall be provided with ferrules with

numbers and shall be terminated on the terminal block inside the panel. Provision of 25% spare terminal shall be made in the terminal block. The relays, timers contactors etc. shall be designated by giving type number which can be located in the wiring diagram.

130

Signature of Bidder Signature of Purchaser

9.28 DOWN SHOP LEAD:

The down shop leads shall be of hard drawn copper and shall comply as regards physical and electrical properties with the appropriate Indian Standards or equivalent British Standards. The down shop leads shall be tightened on ends and supported with indoor insulators and tension adjusting devices. The power to the crab shall be supplied through flexible trailer cables. These shall be of copper TRS insulated and will be supported in loops from bail bearing type trolleys running along a track parallel to the cross traverse.

9.29 WIRING DIAGRAM

A schematic wiring diagram for the crane, in durable form, shall be provided. On

this diagram shall be given the rating of each of the motors, the cable sizes, types of contactors and resistances and such other information, which will facilitate inspection, and maintenance of the crane. The cable schedule giving the size of cable, terminal numbers of various equipment, designation of various electrical components shall be supplied by the Supplier.

9.30 EARTHING

The crane and gantry structures, motor frames and metal cases of all electrical equipments shall be effectively connected to earth by the Supplier to station earthmat provided by the Purchaser in accordance with Indian Electricity Rules. For effective earth connection the earthing of gantry rails shall also be done by the Supplier.

9.31 SCHEDULE OF DRAWINGS & MANUALS AND OTHER GUARANTEED DATA

TO BE FURNISHED BY THE SUPPLIER

9.31.1 Within two weeks from the date of the receipt of the notification of Award of Contract, the Contractor shall have to furnish in triplicate the following drawings, for the approval of the purchaser. i) General assembly drawing of the crane giving full and confirmed data regarding the various clearances, hook approaches and other important dimensions. ii) Trolley Assembly drawing. iii) Layouts for fixing of gantry rails and Down shop lead system. iv) The wheel load with and without impact alongwith calculations and indicating wheel loading diagram for transverse and lateral thrusts of the wheels. v) Control and protection circuit diagram.

After the drawings are approved the contractor shall submit six copies of each approved drawings.

Within two weeks from the date of the receipt of the notification of

Award the contractor shall also furnish the drawings in respect of the following :

For Reference and Comments :

i) Design calculations for main structural members such as girder, end carriage.

131

Signature of Bidder Signature of Purchaser

ii) Design calculations for motor horsepower, rating of electrical switchgear equipment, wire rope size, rope drum gear box, ratios wheel diameters, sheaves. iii) Layout of electrical equipment on girder/platform. iv) End carriage assembly with wheel details. v) Hook assembly. vi) Pulley block assembly. vii) Locking arrangement provided on crane to prevent derailing. viii) Layout of pendant push button control system. ix) Arrangement provided for locking of hook. x) Arrangement provided for main switch before Down shop lead

system and the interconnection between main supply cable and Down shop lead system.

xi) Rope drum assembly. xii) Brake assembly. xiii) Drawing and literature on brakes. xiv) Detailed drawings of the various other parts such as gear boxes

etc. xv) Long Travel and Cross Travel limit Switch Arrangement. xvi) Wiring Diagram. xvii) Speed torque characteristics for all motors. xviii) Drawing showing maximum package size on transporter. xix) Erection and maintenance manual for each crane giving detailed

procedure of assembly and dis-assembly of all components, tolerances, periodical maintenance schedule, sketches and code numbers of spare parts to enable proper ordering etc.

After completion of erection work and commissioning of cranes, Supplier shall

furnish six sets of all drawings listed under (B) & (C) above incorporating all the modifications effected during the erection work as RECORD DRAWINGS.

9.32 SPARES

The Supplier shall supply mandatory spares as per the Schedule C2. All spares furnished shall be of the same material and workmanship as of the corresponding parts of the main equipment.

9.33 TOOLS

Set of tools, special tools, tackles and all other appliances necessary for complete

assembly, dismantling and maintenance of each type of crane together with M.S. box with locking arrangement holding them shall be supplied.

The spanners shall be single ended and made to fit each size of nut and bolt. The

list of the erection tools and tackles included in the supply is given alongwith their itemised prices in Schedule C2.

9.34 PAINTING

Before leaving the works, crane shall be thoroughly cleaned and shall be freed from scale, rust and grease etc. and painted with two coat of best quality red oxide paint. Machinery housing and other mechanical parts shall be painted with finishing enamel of approved colour. Bright steel parts shall be treated with anti-

132

Signature of Bidder Signature of Purchaser

corrosive compound. Interior of all gear boxes shall be painted with one coat of oil paint.

After erection at site, every part shall be cleaned and shall then receive two coats

of best quality enamel machine paint of golden yellow colour shade no. 356 of IS 5. However Supplier shall get approval of the shade of color from purchaser.

Cleaning and painting of the crane after erection at site is included in the

scope of Supplier. The painting scheme shall be got approved from the Purchaser before starting the painting work.

9.35 PACKING

The parts of the crane which are likely to be damaged during transit shall be

suitably crated or packed. 9.36 MATCHMARKING

Before dispatch, all parts of the crane and the crane itself shall be completely assembled, properly aligned, tested and match marked with distinctive erection marks etched on them corresponding to those on the drawings so as to ensure correct assembly and alignment at site. The weight of the heaviest member of the structure of part of the crane that has to be handled during erection shall be stated in the bid. The Supplier shall ensure minimum amount of assembly at site for early commissioning of the crane after delivery.

9.37 TESTS

I) At Manufacturer’s works

A) Ultrasonic testing of the girder:

The ultrasonic testing for lamination defect of girder shall be carried out, in presence of the representative of the Purchaser and test certificates in this regards shall be submitted to the Purchaser.

B) Six copies of the test certificates for the chemical composition,

lamination test and weldability of the steel to be used in important structural items of crane shall be submitted before the fabrication work is taken by the Supplier.

C) All forgings shall be subjected ultrasonic tests for internal cracks and forging

defects. Six copies of the test certificates in this regard shall be submitted by the Supplier.

D) The Supplier shall also furnish the test certificates (in triplicate) in respect of

the following for the approval of purchaser:

a) HOOK : The hook shall be tested as per the relevant IS. The test certificates for the

chemical compositions, yield point, tensile strength, elongation and Brinell Hardness shall also be submitted.

b) Wire Ropes :

133

Signature of Bidder Signature of Purchaser

Test certificates for the breaking strength, tensile strength and the elongation of the wire ropes. c) Chemical analysis of the material of the track wheels, hardness test. d) All electrical and mechanical equipment such as motors and other auxiliary equipment shall be tested in accordance with the appropriate Indian Standard and also in accordance with the requirement of the specifications. E) The test to be performed on assembled crane at works in presence of Purchaser’s representative are as below.:

i) Dimensional check ii) No load test regarding operational performance of hoisting & lowering C.T.motion. iii) Insulation Tests The insulation of electrical equipment shall be tested in accordance with IS:3177

(clause No.39.1 complete). Even when the test certificates/test reports are approved by the purchaser, or by his representative, it shall not resolve the Supplier of contractual obligations regarding guarantee and the performance at

site.

II) At Site :

Crane shall be assembled completely including wiring and other fittings and aligned at site and the following tests shall be conducted in presence of the representative of the Purchaser. i) Deflection Test :

The deflection test shall be carried out with the trolley in a central position. The measurement shall not be taken on the first application of the Test load.

The vertical deflection shall not exceed 1/900th of the span. ii) Motion Test at rated load:

All the motions of the crane shall be tested with the hook carrying the rated load to check up the compliance with the specified performance requirement such as speed etc. iii) Overload test :

The crane shall be tested to lift and sustain a test load of 125% of the safe working load, keeping the load at the centre of span.

During this over load test, each motion shall be maneuvered in both directions and the crane shall be capable of safe operation with the overload. The Supplier shall submit six copies of the complete test reports for above tests to the Purchaser for approval.

iv) Following operational tests shall also be carried out :- a)Satisfactory operation of each controller, switch contractor, relay switches.

b)Correctness of all circuits and interlocks and sequence of operations. c)Satisfactory operation of all protective devices. d)Satisfactory operation of each motion.

e)All the gear boxes be run for 6 hours nonstop and checked for noises, vibration and oil leakage if any.

9.38 GUARANTEE

All the equipment must be free from inherent defects in design workmanship and

material. It must safely handle all required loads and all parts of the equipment

134

Signature of Bidder Signature of Purchaser

shall remain in satisfactory order. Till the expiry of performance guarantee period any part of the equipment that will prove to be defective or inadequate shall be replaced by the Supplier without any charge.

9.39 LABELS AND LETTERING

All apparatus, motors, control gears and all panels shall be clearly labeled

indicating where necessary their purpose and the “ON” and “OFF” position. The label shall be clearly lettered on enameled iron or bright aluminium plate. In some cases, the label shall be cast on the apparatus. All labels shall be printed in English. Functions labels shall be black letters on white background and danger labels shall be white letters on red background.

9.40 MAKE OF VARIOUS ELECTRICAL EQUIPMENTS

The equipment/accessories offered by Supplier shall be of renowned make and shall be approved from the purchaser.

135

Signature of Bidder Signature of Purchaser

SECTION X

DATA SHEETS

Sr. No. Description Data given by Supplier 1 2 3 1. Type and class of crane ....................................... 2. Capacity (safe working load) Hoist ................................................

3. Span (centre to centre of

gantry/track rails)

................................................

4. Operating speed (loaded) i) Hoist ................................................

ii) Cross Travel ......................................................

iii) Long Travel ......................................................

5. Minimum working clearance required :

i) Distance from centre of gantry rail to

the nearest side obstruction.

......................................................

ii) Vertical distance from top of girder to

the lowest overhead obstruction.

......................................................

iii) Clearance between side walls and crane at extreme conditions.

......................................................

iv) Nearest position of hook to centre line of gantry rail on either side of

the crane.

......................................................

v) Nearest end approach (inclusive of

space for end stopper) of hook from ends of GIS floor of length 134 m.

......................................................

vi) Vertical clearance to underside of bridge.

......................................................

6. Type and make of hook supplied and the B.S./I.S. employed.

......................................................

7. Clear lift of hook above P/S floor level

......................................................

136

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier 1 2 3

8. Crane Girder :

i) Quality of the steel to be used to

standard specification (Please give chemical properties & strength)

......................................................

ii) a) Type of construction of the girder for crane.

......................................................

b) Sections of girder ......................................................

c) Size of girder ...................................................... d) Dimension of girder ...................................................... e) Weight of girder. ...................................................... f) Quality of I section (Chemical

properties and strength shall be given) ……………………………………..

iii) Weight of the girder assembly (crane weight excluding trollry weight)

......................................................

iv) Type of platform provided (chequered plates etc.details).

......................................................

Number ......................................................

Length ......................................................

Width ...................................................... 9. Trolley:

i) Quality of steel plate to be used (please give chemical properties and strength).

......................................................

ii) Spacing of cross traverse wheels (Guage).

......................................................

iii) Type of construction & Material of CT

wheels.

......................................................

iv) Type of construction and material of frame work.

......................................................

v) Type of bearing and bearing housing provided for the wheel.

......................................................

vi) Type of stoppers for cross traverse

motion.

......................................................

vii) Weight and dimensions of the trolley.

......................................................

137

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier 1 2 3

10. End carriage

i) Quality of the steel plates to be used (please give chemical composition and

physical properties).

...................................................... ii) Spacing of end carriage wheel (wheel

base of outer wheels).

......................................................

iii) Type of construction and material of

wheel.

......................................................

iv) Construction and material of end

carriage section.

......................................................

v) Type and make of bearing and bearing housing.

......................................................

vi) Whether the following are provided: ......................................................

a) End stoppers to prevent over traversing of crane (type to be specified here).

......................................................

b) Arrangement to prevent derailing of crane.

......................................................

c) Jack pads at both ends. ...................................................... d) Diaphragm plate under concentrated

load. ......................................................

vii) Whether locking arrangement at the

wheels with gantry rails when the crane is not in use is provided at either end of

the bay.

......................................................

viii) Weight of the carriage assembly (Estimated) (Bogies & Wheels etc.)

......................................................

ix) Maximum wheel load. ...................................................... a) Without impact ......................................................

b) With impact ......................................................

c) Longitudinal ...................................................... d) Cross Travel

138

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier 1 2 3

11. Gantry Rails

i) Section and type of gantry rail

provided. ......................................................

ii) Material to be used (please give

chemical properties and strength). .....................................................

12. Long travel machinery and cross

Travel machinery

i) Particulars of reduction gears and

reduction gear box. (Type, Make etc.)

...................................................... ii) Type of coupling used. ......................................................

iii) Type of machinery drive system

provided for LT motion.

......................................................

13. Hoisting equipment i) Construction and material of drum. ......................................................

ii) Type and make of reduction gear and

reduction gear enclosure.

......................................................

iii) Number of full turns in the drum when the rope is in the lowest position.

......................................................

iv) Type of coupling between hoist gear

box and rope drum.

......................................................

v) Number, material and type and make of

pulleys. ......................................................

vi) Type and make of bearings for pulleys. ......................................................

vii) Type and make of bearings for hook. ......................................................

viii) Arrangement made for achieving the absolute vertical movement of hook.

......................................................

ix) Arrangement provided for the locking of

hook.

...................................................... x) Hoisting rope

......................................................

139

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier 1 2 3

a) Make b) Construction of wire rope ......................................................

c) Overall Dia. of wire rope. ......................................................

d) Lay of the rope. ...................................................... i) Regular or ordinary. ......................................................

ii) Langs lay ......................................................

d) No. of falls ...................................................... e) Factor of safety ......................................................

f) Minimum breaking strength ...................................................... g) Quality of steel ......................................................

h) Total length of wire rope (approx.) ...................................................... i) Standards adopted ......................................................

14. Brakes Description of brakes (Make, type, tech.

Particulars)

i) Hoisting brake ......................................................

ii) Traversing brake ......................................................

iii) Long Travelling brake ......................................................

iv) Whether provision of emergency stop push button is made in pendant push

button controller.

.................................................

15. Lubrication

i) Type of lubrication system provided. ...................................................... ii) Whether hand greasing gun provided. ......................................................

16. Gearing and Gear boxes i) Quality of steel used for gear. ......................................................

ii) Make and type iii) Type of enclosures of gear. ......................................................

17. Operator's pendant push button

control :

140

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier

1 2 3 i) Dimensions of operator's pendant push

button control unit

......................................................

ii) Total weight of controller unit box. ......................................................

iii) Details of construction. ......................................................

iv) General arrangement drawings showing

dimensions, construction details, various controls provided is enclosed and no. of General arrangement

drawings (i.e. plans and sections etc.) enclosed.

......................................................

18. Electric Motors

Motor rating table of motor manufacturer showing frame size, horse power rating, no. of starts per hour etc shall be submitted with bid.

i. Hoist Make ……………………………………. Type …………………………………….

Quantity ...................................................... Frame size ...................................................... Poles ...................................................... Speed ......................................................

Output ...................................................... Rating (Hrs.) ......................................................

Class of insulation ...................................................... Enclosure ...................................................... Temperature rise ......................................................

ii. Long Travel Quantity ......................................................

Make ……………………………………. Type …………………………………….

Frame size ...................................................... Poles ...................................................... Speed ......................................................

Output ...................................................... Rating (Hrs.) ...................................................... Class of insulation ...................................................... Enclosure ......................................................

Temperature rise ......................................................

iii. Cross Travel

141

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier

1 2 3

Quantity ...................................................... Make …………………………………….. Type …………………………………….

Frame size ...................................................... Poles ...................................................... Speed ...................................................... Output ......................................................

Rating (Hrs.) ...................................................... Class of insulation ......................................................

Enclosure ...................................................... Temperature rise ......................................................

19. Contactors i) Type of rating of contactors ......................................................

ii) Control circuit voltage ......................................................

v) Make ......................................................

20. Particulars of protective devices

provided in electrical circuitry as

under (Make, type and tech.

Particulars of each device shall be

given)

i) Main isolating switch interlocked with panel door of appropriate capacity

......................................................

ii) Suitable type of main circuit breaker

......................................................

iii) Overload relays of magnetic type for

the main incoming supply and for each outgoing feeder of the motors

.....................................................

iv) Indicating lamp for main contactor ......................................................

v) Emergency push button ......................................................

vi) Separate circuit breaker for individuals motors

......................................................

vii) Plug and socket connection to hand

lamp .....................................................

viii) Transformer for low voltage supply

......................................................

142

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier 1 2 3 ix) Three indicating lamps showing the

status of three phases of main incoming supply (live or dead)

......................................................

21. Limit Switches i) Nos , make, type and ratings of limit

switches to prevent over travelling/traversing.

.....................................................

ii) Nos , make, type and ratings of limit

switches to prevent over winding/overlowering.

......................................................

22. Cabling and Wiring

i) Particulars of cable supplying power to

trolley (Make, type, size etc.). .....................................................

ii) Particulars of arrangement provided for

Down shop lead system (Tech. Details). ......................................................

23. Earthing

Earthing of all equipment is to be provided as per clause 10.32 of

technical specification.

......................................................

24. Tests

Whether provision for 100 % X ray

testing for the welding to be done at works and site is made.

......................................................

26. Power supply requirement for

crane

a) A.C. volts .....................................................

b) Phase ...................................................... c) Number of wires ......................................................

d) Frequency ......................................................

e) Load requirement in kVA for the crane ....................................................

27. Weights & Dimensions i) Complete unladen crane ......................................................

143

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier 1 2 3 ii) Complete unladen trolley ......................................................

iii) Heaviest package to be transported ...................................................... a) Weight ......................................................

b) Dimension (L x W xH) ......................................................

c) Name of the heaviest package ......................................................

iv) Largest package to be transported ......................................................

a) Weight ...................................................... b) Dimension (L x W xH) ......................................................

c) Name of the largest package ......................................................

v) Individual box girder ......................................................

vi) End carriarge ......................................................

28. Heaviest member to be lifted

during erection

a) Weight ......................................................

b) Dimensions (L x W x H ) ...................................................... c) Name of the member ......................................................

29. Other information not scheduled

above

...................................................... ..................................................... ......................................................

30. Manufacturers/Make of various

components

i) Motors ......................................................

ii) Hook ......................................................

iii) Gears ......................................................

iv) Brakes ...................................................... v) Wire ropes ......................................................

vi) Bearings ......................................................

144

Signature of Bidder Signature of Purchaser

Sr. No. Description Data given by Supplier

1 2 3 vii) Wheels ......................................................

viii) Cables ......................................................

ix) Control panels ...................................................... x) Limit Switches ......................................................

xi) Overload relays ......................................................

xii) Contactors ......................................................

xiii) Timers ......................................................

31. Standard specification for steel

plates to be adopted for

manufacture of following

i) Crane girder ...................................................... ii) Trolley ......................................................

iii) End carriage ......................................................

iv) gearing & gear boxes ......................................................

32. Standard specification being

adopted for manufacture of

following

i) Hook ......................................................

ii) Gantry rails ......................................................

iii) Hoisting Rope

iv) Rope drum ...................................................... v) Electric motors ......................................................

vi) Electric switchgear ......................................................

145

Signature of Bidder Signature of Purchaser

DRAWINGS

146

Signature of Bidder Signature of Purchaser

KAL HYDRO ELECTRIC PROJECT

1X15 MW

147

Signature of Bidder Signature of Purchaser

KA

L H

YD

RO

EL

EC

TR

IC P

RO

JEC

T

1X

15

MW