2011 TENDER DOCUMENT FOR

RITES Limited (A GOVERNMENT OF INDIA ENTERPRISE) RITES BHAWAN, NO. 1, SECTOR – 29, GURGAON – 122 001 HARYANA – INDIA TENDER NO: RITES/RW&IE/SRBWIPL/...
7 downloads 2 Views 211KB Size
RITES Limited (A GOVERNMENT OF INDIA ENTERPRISE)

RITES BHAWAN, NO. 1, SECTOR – 29, GURGAON – 122 001 HARYANA – INDIA

TENDER NO: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS FOR SAIL-RITES BENGAL WAGON INDUSTRY PRIVATE LIMITED KULTI (Distt. BARDHMAN) WEST BENGAL

December, 2011

Issued to : M/s.

_________________________________ _________________________________ _________________________________ _________________________________ NOT TRANSFERABLE

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

INDEX

S.NO

SECTION

1

I

2

II

3

III

4

IV

5

V

6

VI

7

VII 1 2 3 4 5 6 7

CONTENTS INVITATION FOR TENDERS INSTRUCTIONS TO TENDERER/BIDDER CONDITIONS OF CONTRACT TECHNICAL SPECIFICATIONS BID FORM AND PRICE SCHEDULE CHECK LIST ANNEXURES / PROFORMA PROFORMA FOR PERFORMANCE STATEMENT PROFORMA FOR LETTER OF AUTHORIZATION FROM THE MANUFACTURER COMMERCIAL DETAILS PROFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS PROFORMA FOR STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS PROFORMA FOR BANK GUARANTEE BOND TOWARDS CONTRACT PERFORMANCE PROFORMA FOR BANK GUARANTEE BOND TOWARDS CONTRACT WARRANTY

Signature of Bidder with Seal

i

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/ SRBWIPL /M&P-32/2011

TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS

SECTION – I INVITATION FOR TENDERS

Signature of Bidder with seal 2

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SECTION – I INVITATION FOR TENDERS TENDER NO: RITES/IE/ SRBWIPL/M&P-32/2011 1.0

Sealed Tenders are invited by RITES Ltd., on behalf of “SAIL-RITES Bengal Wagon Industry Private Limited.” (SRBWIPL), Kulti ( Distt. Bardhman) W.B from eligible bidders by themselves or through their authorized agents, meeting qualification criteria stated in the Bid documents for design, manufacture, supply,civil work, installation, commissioning and prove out of WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS, Qty 1 Nos. as per the detailed specifications. The tender particulars are given under: Tender No.

RITES/RW&IE/ SRBWIPL/M&P-32/ 2011

2.0

3.0

4.0

5.0

6.0

7.0

Brief Item description & Qty Reqd. WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS

Qty

1 Nos.

Completion Period

6 months from the Issue of contract.

EMD/ Bid Security (Rs). Rs. 38,000/(Thirty Eight Thousand only)

Interested bidders may obtain further information and inspect the bidding documents at the office of RITES at the address given below and at RITES website www.rites.com for reference General Manager (RW&IE) Technical Service Division, RITES LTD, RITES Bhawan, 2nd Floor ( central Wing) No.1 Sector, 29, Gurgaon -122001 ( Haryana), India (Telephone No 0124-2818227, Fax No. 0124-2571627) Eligible interested bidders may purchase the Tender Documents on any working day between 1000 hrs to 1600 hrs w.e.f 23/12/2011 to 19/01/2012 from the office mentioned above on submission of written application along with the non-refundable cost of Tender document indicated above in the form of Demand Draft/Bankers Cheque favoring “RITES Ltd”, payable at Gurgaon. The tenders must be submitted in the above office on or before 1400 hours on 20/01/2012 accompanied with Earnest Money Deposit/ Bid Security as indicated in the Bid document. Bids not accompanied with the Earnest Money Deposit/Bid Security will be summarily rejected. Bids will be opened in presence of the Bidders’ representatives who chose to attend at 1430 hours on 20/01/2012 at the office mentioned above. In case of unscheduled holiday on the closing/opening day of the tender, the next working day will be treated as scheduled prescribed day for closing and opening of the tender, the time notified remaining the same. Bids submitted by the bidders who do not meet the qualification requirements as required or whose bids (both commercial and price) are not valid and open for acceptance for a period mentioned in the bid document from the date of opening of tender, will be rejected. Issue of tender document to bidder will not automatically mean that the bidder is qualified for the Award of contract. The bidders will be required to fulfill the qualification criteria given in the tender document before being considered eligible for award of Signature of Bidder with seal 3

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

contract. No condition/deviation which is either additional or in modifications of the tender conditions shall be included in the bid submitted by the bidder. If the bid contains any such conditions or deviations from the tender conditions, the bid shall be rejected. 8.0 In case of any discrepancies, the provisions of this Invitation for Bids shall take precedence over all the bidding documents. 9.0 The tender document is not transferable. 10.0 Bidders are required to put their sealed tender in the Tender Box personally or through their authorized representative. Bids in sealed condition shall also be received by post/ courier provided that the bid is received before the stipulated date and time, in the receipt section of RITES Office Ground Floor, RITES Bhawan, Plot No.1, Sector-29, Gurgaon – 122001, Haryana, India. RITES Ltd shall not be held responsible for the delay/non-receipt of the bid. 11.0 The Tender No. and Title shall be super scribed on the sealed envelopes. 12.0 RITES Limited does not bind themselves to accept the lowest or any offer or to give reasons for their decision. RITES Limited also reserves the right to reject or accept or divide the offer between more than one tenderer without assigning any reason. For and on behalf of SRBWIPL M/s. RITES Ltd.,

Signature of Bidder with seal 4

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/ SRBWIPL/M&P-32/2011

TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS

SECTION – II INSTRUCTIONS TO TENDERER

Signature of Bidder with seal 5

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SECTION – II INSTRUCTIONS TO TENDERER A. INTRODUCTION 1.0

GENERAL INSTRUCTIONS

1.1

RITES Limited (a Govt. of India Enterprise) has been engaged by “SAIL-RITES Bengal Wagon Industry Private Limited.” (SRBWIPL), Kulti, as a Project Management Consultant for Turnkey Execution of Enhancement of Wagon Production capacity project. Under the terms of the contract between RITES Ltd. And SRBWIPL, Rites Ltd. Have to produce and install various Machinery & Plant besides execution of Civil and Electrical works.

1.2

In this connection RITES Ltd. (hereinafter referred as Purchaser), invites sealed tenders/bids for and on behalf of SRBWIPL (hereinafter referred as Owner) from reputed manufacturers or their authorized agents for design, manufacture, supply, civil work, installation, commissioning and proving out into service of 1 (One) no. of WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS as per the specification enclosed at Section –IV of the bid document.

1.3

All information in the offer must be in English or Hindi. Offer in a language other than English or Hindi must be accompanied by its authenticated translation in English, failure to comply with this may render the offer liable to be rejected. In the event of any discrepancy between the offer in a language other than English and its English translation, the English translation will prevail.

2.0

COST OF BIDDING

2.1

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

3.0

SITE VISIT

3.1

The Bidder is advised to visit and examine the Site of works and its surroundings and obtain for himself on his own responsibility and cost, all information that may be necessary for preparing the bid and entering into a contract execution. B. THE BIDDING DOCUMENTS

4.0

CONTENT OF BIDDING DOCUMENTS

4.1

The Scope of work, bidding procedures and contract terms are stipulated in the Bidding Documents and shall include along with its enclosed Annexures:-

4.2

i)

Invitation for Tenders

ii)

Instructions to Tenderer

iii)

Conditions of Contract

iv)

Technical Specifications, Drawings.

v)

Bid form and Price Schedules

vi)

Annexure & Proforma

The bidder should examine all instructions, terms and specifications in the Bidding documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Signature of Bidder with seal 6

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

Documents in every respect will be at the Bidder's risk and may result in rejection of his bid. 5.0 5.1

CLARIFICATION OF BIDDING DOCUMENTS A prospective Bidder requiring any clarification of the Bidding Documents may contact by writing or fax to the Purchaser no later than 15 days prior to dead line for submission of bids.

6.0 6.1

AMENDEMENT TO BIDDING DOCUMENTS At any time prior to the last date for submission of bids, the Purchaser may for any reason modify the bidding documents by an amendment. The amendment in the form of an addendum will be sent to all prospective Bidders, in writing by fax and will be binding upon them. The Bidders should promptly acknowledge receipt thereof by fax to the Purchaser.

6.2

In order to afford prospective bidders reasonable time in which to take the amendment into account in preparing their tenders, the Purchaser may at his discretion extend the last date for the submission of tender. C. PREPARATION OF BIDS

7.0

QUALIFYING REQUIREMENT OF TENDERERS

7.1

Bidder must fulfill the following pre-qualification criteria, without which the offer is liable to be rejected.

7.2

TECHNICAL/ OTHER ELIGIBLE CRITERIA

7.2.1

The tenderer (as defined in clause 7.1) should provide satisfactory evidence, acceptable to the purchaser to show that he is a licensed manufacturer and has adequate plant and manufacturing capacity and has a "quality assurance programme." He should furnish a statement giving a list of supplies made by him in the last 5 years, of the equipments offered by him or similar machines along with the purchaser's names and addresses, order number, date and quantity supplied and their performance certificates as per annexure- I and whether the supplies were made within the delivery period. The tenderer (as defined in Clause 7.1) must have made supply of at least 05 numbers of weigh bridge for Rail or road application of same or higher capacity in the last 03 years. Three Weigh bridge for Rail or road application as mentioned above shall be working for minimum one year from the date of opening of tender. Performance certificate of this must be enclosed with clear signature and address of the firm where it is installed and commissioned. The certificate shall not be older than 6 months from the date of opening of tender. This is a qualifying criteria and in the absence of the above information, the tender is liable to be rejected.

7.2.2

7.2.3

7.2.4

In case OEM authrorise its dealer or Foreign OEM authorize its Indian agent/Indian Subsidiary to quote on its behalf with a specific provision to fulfill contractual liability in case of default by the dealer, than technical credentials of OEM shall be reckoned with. Bidder shall enclose Annexure-2 of the tender duly signed & stamped in their offer. In case of more than 01 OEM, every OEM must fulfill Technical criteria independently.

7.3

AMC as per Schedule-IV for a period of 5 years after warranty must be quoted as optional but will be a qualifying requirement for the bidders. Quoting of AMC is compulsory. Please refer Schedule-IV enclosed for AMC. The cost of AMC Signature of Bidder with seal 7

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

shall not be taken into consideration for evaluation of tender. Consignee reserves the right of ordering of AMC. 8.0

DOCUMENTS FOR SUBMISSION

8.1

Following documents will be submitted along with the Bid: i)

Original Tender document duly signed and stamped on each page by the Authorized representative of the firm. ii) Bid security / Earnest Money Deposit. iii) Payment of Rs.5000/- (Rupees five thousand only) (non- refundable) in the form of DD/ Bankers cheque favoring RITES Limited payable at Gurgaon. (in case of document downloaded by bidder). The small scale industries units recognized by NSIC (National Small Industries Corporation Limited, India) are exempted from depositing the cost of tender document subject to submission of necessary proof that bidder are registered for the item/items tendered for. iv) Reference list of Purchasers of similar (as mentioned in clause 7.0) or higher capacity equipment in India as per Annexure -1. v) Annual Report of last five years. vi) Bid Form and Price Schedule as per Section V for each item 1 to 6. vii) Authorization letter form manufacturer, incase of Agents Annexure -2. viii) Annexure- 3, Annexure- 4 and Annexure- 5 regarding Commercial details and deviation statements ix) All formats and statements duly filled in. 9.0

EARNEST MONEY DEPOSIT (EMD) / BID SECURITY

9.1

The Bidder shall provide Bid Security/Earnest Money deposit for the amount indicated in section-1, Invitation for tender in the form of crossed Demand Draft drawn in favor of RITES Ltd, payable at Gurgaon /New delhi from a Nationalized/Scheduled Bank in India as per Performa attached valid for a period of seven months from the date of opening of tender.

9.2

If the bidder withdraws / amends his bid for any reason during its validity, the bid security shall be forfeited. Failure to submit bid security would lead to rejection of offer.

9.3

The small scale industries units recognized by NSIC (National Small Industries Corporation Limited, India) are exempted from depositing the Earnest Money subject to submission of necessary proof. Exemption of NSIC units is however subject to the monetary limit shown in the certificate and their being registered for the item/items tendered for.

9.4

No interest will be payable by the Purchaser on the Bid Security/ EMD submitted by the Bidder.

9.5

The EMD of successful Bidder will be returned after the Contract on submission of Performance Guarantee Bond as per the contract. In event of contract being awarded to NSIC registered firm seeking exemption from Performance Guarantee Bond, they should submit necessary proof for items and monetary limit of their registration with NSIC.

9.6

The EMD of unsuccessful Tenderers shall be returned by the Purchaser immediately after finalization of the contract. Signature of Bidder with seal 8

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011 9.7

The Earnest Money/Bid Guarantee shall remain deposited with the Purchaser for the period of 180 days from the date of opening of Tenders. If the validity of the offer is extended, the Earnest Money Deposit/Bid Guarantee duly extended shall also be furnished, failing which the offer after the expiry of the aforesaid period shall not be considered by the Purchaser.

9.8

Any tender not accompanied by earnest money in one of the approved forms is liable to be summarily rejected.

10.0

CURRENCY

10.1

Prices shall be quoted and paid in Indian Rupees (INR) only.

11.0

PRICES

11.1

Prices quoted shall be CIP (KULTI, Distt: Bardhman.West Bengal, India) including all handling, loading & unloading, sea & inland transportation, transit insurance, foundation/civil work, installation, testing and commissioning, first fill of lubricants and other consumables and training.

11.2

Prices shall be inclusive of temporary permit, freight, insurance and all such costs. Prices shall remain firm and no escalation shall be permissible. All statutory taxes and duties, any other charges as applicable, within India shall be included in the offered price.

11.3

Excise duty and CST/ VAT shall be paid by the Purchaser as per actual on production of documentary evidence.

12.0

VALIDITY OF OFFER

12.1

The offer shall be kept valid for acceptance for a minimum period of one Hundred and Eighty days (180), Calendar days from the date set for opening of tenders.

13.0

FORMAT AND SIGNING OF BIDS

13.1

Each page of the original tender document shall be duly signed and stamped by Bidders’ authorized representative.

13.2

All changes/ alterations/ corrections in the tender shall be signed in full by the Bidders’ authorized representative signing the bid with date. NO ERASING AND/OR OVER WRITING IS PERMISSIBLE.

13.3

The Tenderer should avoid ambiguity in his offer e.g., if his offer is to his standard sizes/lengths/dimensions, he should specifically state them in details without any ambiguity. Brief descriptions such as “standard lengths” etc. should be avoided in the offer. D. SUBMISSION OF BIDS

14.0

BID SUBMISSION

14.1

All Amendments/Revisions to the tender document issued by Purchaser subsequently, if any, must be signed and submitted along with the tender. The tender submitted by the Tenderer shall take into account all such amendments/revisions.

14.2

Bids shall be submitted in sealed Single Envelop containing documents specified in 8.1 above.

14.3

The envelop shall super scribed “ TENDER NO., OPENING DATE AND TIME, BIDDERS NAME AND ADDRESS”.

Signature of Bidder with seal 9

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011 14.4

Complete sealed bids shall be addressed to Group General Manager (Mech), RITES Ltd.,2nd Floor, Central Wing, RITES Bhawan, No. 1-Sector-29, Gurgaon, Haryana – 122 001. INDIA.

14.5

DEADLINE FOR SUBMISSION OF BIDS

14.5.1

Bids must be received by the Purchaser at the address mentioned above, within the date and time of bid submission indicated in the Section-I: Invitation for tender.

14.5.2

Any bid received after the deadline for submission of bids, will be rejected and returned unopened.

14.5.3

E-mail or facsimile bids will be summarily rejected.

15.0

MODIFICATION AND WITHDRAWAL OF BIDS

15.1

The bidder may modify or withdraw its bid after the bid’s submission, provided that written notice of the modification or withdrawal is received prior to the deadline prescribed for submission of bids. A withdrawal notice may also be sent by fax but followed by a signed confirmation copy, post marked not later than the deadlines for submission of bids.

15.2

No bid may be modified subsequent to the deadline for submission of bids.

15.3

No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Tenderer. Withdrawal of a bid during this interval shall result in forfeiture of its Earnest Money Deposit/ Bid Security.

16.0

OPENING OF BIDS BY PURCHASER

16.1

Purchaser will open the bids, in the presence of Bidders’ representatives who choose to attend, at the place, date and time specified in the Section-I: Invitation for tender. The Bidders’ representatives who are present shall sign a register evidencing their attendance.

16.2

The Bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of requisite bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. E. EVALUATION AND COMPARISON OF BIDS

17.0

PRELIMINARY EXAMINATION

17.1

The Purchaser will examine the bids to determine whether they are complete in all respects, having any computational errors, documents have been properly signed, and bids are generally in order.

17.2

The Purchaser may waive any minor informality, non-conformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or effect the relative ranking of any bidder.

17.3

Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of each bid to the bidding documents. The Purchaser’s determination of bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

17.4

If a bid is not substantially responsive it will be rejected by the Purchaser and may not subsequently be made responsive by the Bidder by corrections of nonconformity. Signature of Bidder with seal 10

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011 18.0

CORRECTION OF ERRORS

18.1

Tenders will be checked and corrected for any arithmetical errors in computation and summation as follows:

18.1.1

Where there is a discrepancy between amounts in figures and in words, the amount in words will prevail. Where there is a discrepancy between the unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price will prevail.

18.1.2

If a bidder does not accept the correction of errors as outlined above, his bid shall be rejected.

19.0

EVALUATION OF THE OFFERS

19.1

Bids meeting Technical /other eligible criteria as per Cl.7.0 will only be considered. The tenders received will be evaluated to ascertain the best and lowest acceptable tender in the interest of the Purchaser, as specified in the specifications and tender documents.

19.2

The comparison shall be between total cost and all other charges of the equipment offered at destination, SRBWIPL/Kulti covering complete scope of services.

19.3

The COMMERCIAL EVALUATION of bids fulfilling the technical /other eligible criteria (clause 7.0) will only be considered and will take into consideration the following: i)

Ex works cost of basic equipment plus ED, VAT/ST, Freight, Insurance, Service tax etc.

ii) Cost of concomitant accessories plus taxes as applicable iii) Cost of foundation/civil work, installation and commissioning plus applicable taxes iv) Cost of training. 19.4

OPTIONAL ITEMS – Not for commercial evaluation – to be quoted separately i)

Item-wise cost of any optional accessories, spares and wire ropes & slings as specified in Technical Specification; Section –IV to be quoted separately

ii) Tenderers are required to quote for a comprehensive Annual Maintenance Contract for 5 years after expiry of warranty for machine supplied against this specification, which will be inclusive of all spares, material and labour costs. The duties and taxes as applicable should be indicated separately. All consumables except Diesel/ fuel, lubricating oils or coolant shall form a part of the scope of comprehensive AMC. iii) Any other items of spares considered essential by the tenderers for two years of normal maintenance, to cover the complete range of mechanical, hydraulic and electrical equipment, to be quoted separately. 20.0

CLARIFICATION OF BIDS

20.1

During evaluation of the Bids, Purchaser may at his discretion ask the Bidder for clarification of his bid. The request for clarification and response shall be in writing and no change in price or substance of the bid shall be sought, or permitted.

21.0

ACCEPTANCE OF TENDER AND SIGNING OF CONTRACT Signature of Bidder with seal 11

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011 21.1

The Purchaser may accept a tender for a part or whole of the quantity offered, reject any tender without assigning any reason and may not accept the lowest tender or any tender.

21.2

Acceptance of tender will be communicated by Fax, Express Letter for formal acceptance of tender. In case where acceptance is indicated by Fax or Express Letter, the formal acceptance of tender will be forwarded to the Contractor as soon as possible, but the Fax, or Express Letter should be deemed to conclude the contract.

21.3

Within Fifteen (15) days of receipt of Acceptance advice, the successful bidder shall sign and date the contract and return it to the Purchaser.

22.0

EFFECT AND VALIDITY OF OFFER

22.1

The submission of any offer connected with these specifications and documents shall constitute an agreement that the Tenderer shall have no cause of action or claim, against the Purchaser for rejection of his offer. The Purchaser shall always be at liberty to reject or accept any offer or offers at his sole discretion and any such action will not be called into question and the Tenderer shall have no claim in that regard against the Purchaser.

22.2

Offers shall be deemed to be under consideration immediately after they are opened and until such time the official intimation of award is made by the Purchaser to the Tenderer. While the offers are under consideration, Tenderers and/or their representatives or other interested parties are advised to refrain from contacting the Purchaser by any means. If necessary, the Purchaser will obtain clarifications on the offers by requesting for such information from any or all the Tenderers, either in writing or through personal contact, as may be considered necessary. Tenderers will not be permitted to change the substance of their offers after the offers have been opened.

23.0

GENERAL

23.1

The Tenderers must ensure that the conditions laid down for submission of offers detailed in the preceding paras, are completely and correctly fulfilled. Tenders, which are not complete in all respects as stipulated above, may be summarily rejected.

23.2

The Tenderer shall also submit “Statement of Deviations” from Tender Conditions and Technical Specification as per Annexure - 4 and 5 along with the offer.

24.0

CHECK LIST

24.1

A check list has been included in Section – VI of the bid document. This has been designed to help the Tenderers in submitting their offer in completeness. An incomplete offer is liable to be rejected. The Tenderers must fill this Check List and submit along with their offer in their own interest.

Signature of Bidder with seal 12

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/ SRBWIPL/M&P-32/2011 FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS

SECTION – III CONDITIONS OF CONTRACT

Signature of Bidder with seal 13

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SECTION – III TENDER NO: RITES/RW&IE/SRBWIPL/M&P-32/2011 FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS CONDITIONS OF CONTRACT

1.0

DEFINITIONS

1.1

“Purchaser” means RITES Limited, Gurgaon (A Government of India Enterprise) having its Registered Office at SCOPE Minar, Laxmi Nagar, New Delhi-110092 and Corporate Office at RITES Bhawan, No 1, Sector-29, Gurgaon – 122001, acting through the Group General Manager , RITES Bhawan, 2nd Floor (Central Wing), No 1, Sector-29, Gurgaon – 122001 and shall include their legal representatives, successors and permitted assignees for and on behalf of “SAILRITES Bengal Wagon Industry Private Limited.” (SRBWIPL), Kulti, Distt. Bardhman, WB.

1.2

“Owner’ shall mean “SAIL-RITES Bengal Wagon Industry Private Limited.” (SRBWIPL), Kulti, Distt. Bardhman, WB, India and shall include their legal representatives, successors and permitted assignees.

1.3

‘Contractor/Supplier’ shall mean the Bidder/ Tenderer whose bid has been accepted by the Purchaser for the supply of stores/ Plant & Equipment (PE) and award of work is placed and shall include his legal representatives, successors and permitted assigns unless excluded by the terms of the contract.

1.4

‘Contract’ means Contract entered into between the Purchaser & the Supplier through Letter of Award, together with the contract documents referred to therein, they shall include Letter of Award, Bid Invitation, Instructions to Tenderers, Conditions of Contract, Technical Specification, and the other conditions specified in the Advance Acceptance & Letter of Award (LOA) and a formal agreement, if executed.

2.0

SCOPE OF WORK

2.1

SUPPLY

2.1.1

The Plant and Equipment (PE) to be supplied shall be new and as per specifications given in Section –IV. PE offered must be of proven design and capacity. It must be capable of continuous operation for long periods in temperatures ranging from 0O to 50O C and humidity upto 98%.

2.2

INSTALLATION AND COMMISSIONING

2.2.1

The Bidder shall also install, test and commission the equipment at place of delivery as per Delivery Schedule including schedule for making foundation/civil work , installation and commissioning and prove out the same. All facilities Signature of Bidder with seal 14

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

required for the above such as, road mobile cranes, lifting tools & tackles, welding or cutting machine, first fill of all lubricants/oils and consumables etc shall also be as per the Technical Specification IV. 2.2.2

RITES /SRBWIPL shall provide the site required for installation. Also required electricity, water, shop compressed air and crane facilities ( wherever available) for installation, testing and commissioning shall be provided by SRBWIPL free of cost, to the extent feasible. Clear covered space for storage of material required for working, construction of foundation/civil work and installation of the machine will be provided by SRBWIPL.

2.2.3

Detailed foundation/civil work drawings (four copies) along with other civil works (if any) and related diagrams, electrical and mechanical, electrical load and circuit diagrams required should be submitted as specified in the Technical Specification Section IV.

3.0

DELIVERY

3.1

The equipment shall be delivered at SRBWIPL, Kulti Distt. Bardhman, West Bengal, India within the delivery period mentioned in Invitation for Bids; Section –I and the Delivery schedule indicated in Cl.15 and Schedule– V of Technical Specification section IV.

3.2

Bidder should submit their delivery schedule of equipment at SRBWIPL, Kulti, India including final commissioning and completion/ prove out along with the offer.

4.0

PAYMENT TERMS

4.1

Payment of equipment shall be made as per the payment terms given below subject to recoveries, if any, by way of Liquidated Damages, TDS and any other taxes, as per the Government of India guidelines:

4.1.1

80% of CIP site value of supplies portion including 100% of taxes and duties on receipt of equipment at SRBWIPL, Kulti and on production of Inspection Clearance Certificate, proof of receipt in good condition at site by RITES along with bill.

4.1.2

Balance 20% of supply portion on completion of installation, commissioning and training and issue of Proving out Test Certificate and on providing Performance Guarantee as per the contract. Where, however, the installation and commissioning of the machine is delayed or put off beyond 90 days of the receipt of the goods at the ultimate destination due to express written instructions of the Purchaser / Consignee, the balance 20% payment shall be released to the supplier on his furnishing an additional Bank Guarantee to cover this 20% value.

4.1.3

The bank guarantee as mentioned above should be from a Nationalized Indian Bank as per acceptable format of RITES/ Purchaser.

4.2

100% payment of installation / commissioning and training charges and services shall be made on issue of Commissioning Certificate.

4.3

All payments shall be made in Indian Rupees. The payments shall be made by Cheque/ Electronic Clearance System (ECS) on a Bank in India.

5.0

INSURANCE

5.1

The equipment covered under the contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery for an amount equal to 110 percent (%) of total contract price of the equipment from “warehouse to warehouse” on “All Risks” basis including War Risks and Strike. Signature of Bidder with seal 15

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011 6.0

PACKING & MARKING

6.1

PACKING

6.1.1

Contractor shall pack at his own cost the equipment sufficiently and properly for transit by rail/road/air as provided in the contract so as to ensure their being free from loss or damage on arrival at their destination. He shall decide the packing for the equipment by taking into account the fact that the equipment will have to undergo arduous transportation before reaching the destination and will have to be stored and handled in tropical climatic conditions (including monsoons) before being put to actual use. It is, therefore, imperative that packing for every item is decided by taking into consideration, inter-alia, the above vital factors, so as to eliminate damage/deterioration of items in transit/transshipment/handling or during storage.

6.1.2

Each package shall contain a packing note specifying the name & address of the Contractor, the number and date of the Letter of Award (LOA), mark as indicated in LOA and the description of the stores and the quantity contained therein.

6.1.3

The packing advices should bring out the weight, dimensions and size of each bundle/ package. Where it is not possible to give weight of the bundles/packages, the Contractor must indicate the volume of the bundles/packages, the details of contents of each bundle/package, number of bundles/packages and total weight of the items supplied.

6.2

MARKING

6.2.1

The following particulars should be stenciled with indelible paint on all the materials/packages or as mentioned in the contract : (i) (ii) (iii) (iv) (v) (vi)

LOA/Contract No. Item Description Abbreviated Owner/Purchaser marks. Box/Package No Gross/Net weight in Kgs Dimensions (L x W x H) in Cms

7.0

TRANSPORTATION

7.1

Where the Contractor is required under the Contract to transport the equipment to a specified place of destination defined as the Project Site, transport to such place of destination in the Purchaser’s country, including insurance and storage, as shall be specified in the Contract, shall be arranged by the Contractor, and the related cost shall be included in the Contract price.

8.0

PERFORMANCE GUARANTEE (PG BOND)

8.1

The successful bidder is expected to submit within 15 days of signing of Letter of Acceptance (Award Letter) an unconditional, irrevocable, Performance Bank Guarantee from a Nationalized Indian bank or Scheduled Bank established in India and acceptable to RITES Ltd as per Proforma enclosed at Annexure 6 for an amount equivalent to 10% of the contract value.

8.2

Non submission of above performance guarantee within stipulated time should lead to forfeiture of Bid Security/ EMD.

8.3

In event of contract being awarded to NSIC registered firm seeking exemption from Performance Guarantee Bond, they should submit necessary proof for items and monetary limit of their registration with NSIC. Signature of Bidder with seal 16

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

8.4

The performance guarantee shall be released on completion of the above period and satisfactory performance of the contract.

8.5

The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of the Performance Guarantee Bond in whole or in part in the event of any default, failure or neglect on the part of the Contractor in the fulfillment or performance in all respects of the contract under reference or any other contract with the Purchaser or any part thereof to the satisfaction of the Purchaser and the Purchaser shall also be entitled to deduct from the amount of the PG Bond any loss or damage which the purchaser may suffer or be put by reason of or due to any act or the default, recoverable by the Purchaser from the Contractor in of the contract under reference or any other contract and in either of the events aforesaid to call upon the contractor to maintain the amount of PG Bond at its original limit by furnishing fresh Bank Guarantee of additional amount, provided further that the Purchaser shall be entitled to recover any such claim from any sum then due or which at any time thereafter may become due to the contractor under this or any other Contracts with the Purchaser.

8.6

The PG Bond shall remain in force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the contract, i.e. till satisfactory commissioning of the equipment and consignee’s works, and shall in the first instance be valid upto 12 (twelve) months after the last date of delivery of goods contracted to be purchased provided that before the expiry of the date of validity of the P.G. Bond, the contractor on being called upon by the Purchaser from time to time, shall obtain from the Guarantor Bank, extension of time for validity thereof for a period of six months on each occasion. The extension(s) aforesaid, executed on non-judicial stamp paper of appropriate value must reach the Purchaser at least thirty (30) days before the expiry of P.G. Bond on each occasion.

8.7

As and when the amendment is issued to the contract, the contractor shall within fifteen days of receipt of such amendment furnish to the Purchaser an amendment to the PG Bond rendering the same valid for the contract as amended and up to twelve months beyond the extended date of delivery or commissioning.

8.8

The PG Bond or any amendment thereto shall be executed on a stamped paper of requisite money value in accordance with law. All expenses to be borne by the Contractor.

9.0

INSPECTION

9.1

RITES/ Purchaser reserves its right for pre-shipment / pre-dispatch inspection which may be carried out at manufacturer’s / supplier’s work by authorized representative of RITES to ensure that the material/ equipment, being supplied conform to the contractual specifications. Traveling, lodging and boarding expense of RITES’ representative(s) shall be borne by RITES, but necessary facilities to carry out tests/ witness inspection shall be provided by the manufacturer/Supplier free of cost.

9.2

Manufacturer/ supplier shall give in writing, at least 10 days notice to RITES nominated inspection agency to enable it to depute its authorized representative to witness the inspection of the material/ equipment.

9.3

In case equipment fails or is found defective during inspection, as well as in those cases where equipment is not ready for inspection at the appointed time and dates, total cost of re-inspection including travel, lodging and boarding of the inspection officials shall be to manufacturer’s / supplier’s account. Signature of Bidder with seal 17

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011 10.0

WARRANTY

10.1

Contractor shall provide complete warranty against any manufacturing defects, design and such other defects for a period of 24 months from the date of Commissioning or 30 months from the date of supply whichever is later. To this effect, the contractor shall provide a Warranty Bond from a Nationalized Indian bank or Scheduled Bank established in India and acceptable to RITES Ltd as per Proforma enclosed at Annexure 7 for an amount equivalent to 10% of the contract value.

10.2

All the defects during the warranty period shall be removed by the Contractor at his own cost within reasonable period of time as agreed with RITES representative.

10.3

All replacement and repairs the Purchaser shall call upon the Contractor to deliver or perform under this warranty shall be delivered and performed by the Contractor within 15 days, promptly and satisfactorily. The warranty period shall be extended by the number of days the machine remains under breakdown during the warranty period, the warranty period of such part(s) replaced and/or repairs and parts immediately connected there to shall also be extended for a period of 24 months from the date of such replacement and/or repair.

10.4

The warranty herein contained shall not apply to any material which shall have been repaired or altered by the Purchaser, or on his behalf in any way without the consent of the Contractor, so as to effect the strength, performance or reliability or to any defects to any part due to misuse, negligence or accident. The decision of the Purchaser in regard to Contractor’s liability and the amount, if any, payable under this warranty shall be conclusive and final.

11.0

AFTER SALES SERVICE AND SUPPORT

11.1

Tenderers are required to quote for a comprehensive Annual Maintenance Contract for 5 years after expiry of warranty for machine supplied against this specification, which will be inclusive of all spares, material and labour costs. The duties and taxes as applicable should be indicated separately. All consumables except Diesel/ fuel, lubricating oils or coolant shall form a part of the scope of comprehensive AMC.

11.2

Bidder should indicate clearly “after sales service and support” network available in India indicating the facilities available and response time for Kulti, Distt. Bardhman/West Bengal.

11.3

Offer for such equipment which do quote for AMC as per clause 11.1 above and not have repair and maintenance base/ authorized agent for repairs within India are likely to be rejected.

12.0

SPARE PARTS

12.1

The bidder shall guarantee availability of all spare parts for a period of at least 10 years from the date of purchase order.

13.0

INDEMNITIES

13.1

The supplier shall indemnify and keep the Purchaser indemnified against all actions, proceedings claims, damages, costs and expenses arising from the incorporation in or use of work of any such articles, processes or supplies made under this agreement. Supplier shall at all times indemnify the Purchaser against all claims which may be made in respect of Stores for infringement or any right protected by patent, registration of design or trade mark and shall take all risk accidents or damages which may cause a failure or the supply of the whatever cause arising and the entire responsibility for the sufficiency of all the means used by the supplier for the fulfillment of the contracts provided always that in the Signature of Bidder with seal 18

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

event of any claim in respect of alleged break of letter patent, registered design or trade marks being made against the Purchaser the Purchaser shall notify the supplier of the same and the Supplier should at his own expenses settle and dispute or conduct any litigation that arise there from and the Purchaser will stand absolved of all responsibilities in that connections. 14.0

LIQUIDATED DAMAGES

14.1

If the bidder fails to supply the material / equipment or complete the work given under this contract within the agreed delivery schedules mentioned herein or any extension thereof authorized by the Purchaser and/or fails to fulfill their obligations under this contract, the Bidder shall be liable to pay liquidated damages and not by way of penalty, a sum equal to ½ (half) percent per week of delay in supply of complete equipment subject to maximum of 10 (Ten) percent of the contract value. The compensation shall be payable by the Bidder without prejudice to the rights and remedies available to the Purchaser in respect of any fault/ default by the Bidder.

15.0

PENALTY FOR DELAY IN COMMISSIONING

15.1

The successful bidder or his agent shall install and commission the machine/ equipment within the stipulated time as shown in the tender / contract. This time will be applicable from the date of intimation from RITES in respect of readiness for installation of the machine. The time schedule includes the time for installation in cases where installation is also to be undertaken by the Supplier.

15.2

The time allowed for installation and commissioning of the machine by the successful bidder or his agent shall deemed to be the essence of the contract. In case of delay in commissioning of the machine on the part of the successful Bidder, the Purchaser shall be entitled to recover liquidated damages and the successful Bidder shall be liable to pay liquidated damage at the rate of ½% per week of the total contract value. Provided always that the entire liquidated damages to be paid under the provision of this clause shall not exceed 10%(ten percent) of the total contract value. After expiry of 5 months period from the date of default i.e. from the date of call for commissioning by RITES, Purchaser will be at liberty to invoke the Performance guarantee bond submitted by the supplier.

15.3

Continuance of commissioning work after expiry of stipulated time will also not absolve the penalty as stated above.

15.4

The decision of the Purchaser, whether the delay in commissioning has taken place on account of reasons attributed to the successful bidder shall be final.

16.0 16.1

TERMINATION TERMINATION FOR DEFAULT:

16.1.1 Purchaser may, without prejudice for breach of contract, after 10 days from written notice of default sent to Supplier, terminate this contract in whole or in parts; i)

If he fails to deliver full or part consignment within the time period specified in the contract or any extension thereof granted by Purchaser

ii) If he fails to perform, any other obligations under the contract; or iii) If he, in either of the above circumstances, does not rectify his failure within a period of 30 days (or longer period as specified by the Purchaser) after receipt of the default notice from Purchaser. 16.1.2 In the event RITES terminates the contract in whole or in part, pursuant to above, RITES may procure, upon such terms and in such manner as it deemed Signature of Bidder with seal 19

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

appropriate, equipment/ plant similar to those undelivered, and Supplier shall liable to RITES for any excess costs for such similar equipment/plant. 16.2

TERMINATION FOR INSOLVENCY

16.2.1 RITES may at any time terminate the contract by giving written notice to Supplier without any compensation, if the supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right to action or remedy which has accrued or will be accrued thereafter to RITES. 17.0 17.1

ARBITRATION/ SETTLEMENT OF DISPUTES MUTUAL SETTLEMENT OF DISPUTES

17.1.1 Except where otherwise provided for in the contract, all questions and dispute relating to any matter directly or indirectly connected with this agreement shall in the first place be resolved through mutual discussions, negotiations, deliberations and consultation between both the parties. 17.2

CONCILIATIONS

17.2.1 If the efforts to resolve all or any of the disputes through mutual settlement fail, such dispute shall be referred to the sole conciliator to be appointed by General Manager (Mech), RITES Ltd. 17.2.2 The conciliator shall make the settlement agreement after the parties reach agreement and shall give an authenticated copy thereof to each parties. 17.2.3 The settlement agreement shall be final and binding on the parties. The settlement agreement shall have the same status and effect of an arbitration award. 17.3

ARBITRATION

17.3.1 If the efforts to resolve all or any of the disputes through conciliation fails, such disputes shall be referred to the sole arbitrator to be appointed by, General Manager (Mech), RITES Ltd. 17.4

GENERAL

17.4.1 Subject to aforesaid conditions the provisions of the Arbitration and Conciliation Act 1996 or any statutory modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the conciliation and arbitration proceedings under this clause. 18.0 18.1 19.0 19.1

JURISDICTION The contract shall in all respect to construe and operative in conformity with Indian Law and subject to the Jurisdiction of Gurgaon Courts, India. FORCE MAJEURE If at any time, during the continuance of the contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, epidemics, civil commotion, sabotage, fires, floods, explosions, quarantine restrictions, strikes, lockouts or act of God ( hereinafter referred to “event”) provided notice of happening of any such event is given by one party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non- performance of delay in performance, and deliveries under the contarct shall be resumed as soon as practicable after such has come to an end or ceased to exist, and the decision of Signature of Bidder with seal 20

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

the Engineer- in- charge as to whether the deliveries have been so resumed or not, shall be final and conclusive, provided further that if the performance in whole or part or any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, either party may at its option terminate the contract provided also that the purchaser shall be at liberty to take over from the contractor at a price to be fixed by the Engineer- in – Charge, which shall be final, all unused, undamaged and acceptable materials, bought out components and stores in course of manufacture in the possession of the contarctor at the time of such termination or such portion thereof as the purchaser may deem fit accepting such material, bought out components and stores as the contactor may with the concurrence of the purchaser elect to retain. 20.0

REMOVAL OF REJECTED STORES

20.1

On rejection of any stores submitted for inspection at a place other than the premises of the Contractor, such stores shall be removed by the Contractor at his own cost subject as herein after stipulated, within 21 days of the date of intimation of such rejection.

20.2

All rejected stores shall in any event and circumstances remain and always be at the risk of the Contractor immediately on such rejection. If such stores are not removed by the Contractor within the period aforementioned, the Inspector/Inspecting Agency may remove the rejected stores and either return the same to the Contractor at his risk and cost by such mode of transport as the Purchaser or Inspector may decide, or dispose of such stores at the Contractor’s risk and on his account and retain such portion of the proceeds, if any, from such disposal as may be necessary to recover any expense incurred in connection with such disposals (or any price refundable as a consequence of such rejection). The Purchaser shall, in addition, be entitled to recover from the Contractor handling and storage charges on the rejected stores after the expiry of the timelimit.

21.0

QUANTITY VARIATION

21.1

The Purchaser reserves the right to increase or decrease the quantity upto 30% of the quantity offered by the successful tenderers at the rates & other terms and conditions offered by them. The tenderers are bound to accept the increase or decrease in the quantity under this clause at the time of placement of contract or during the currency of the contract. While operating this clause the quantity shall be rounded off to the nearest whole number. However, if the tendered quantity is 1 No, Purchaser reserves the right to increase the quantity under this clause to 2 Nos.

Signature of Bidder with seal 21

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS

SECTION – IV TECHNICAL SPECIFICATION

Signature of Bidder with seal 22

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SECTION - IV TECHNICAL SPECIFICATION FOR WEIGH BRIDGE 50 T ( RAIL) SPECIFICATION NO. RITES/IE/SRBWIPL/WB RAIL/2011 IMPORTANT NOTES AND INSTRUCTIONS TO BIDDERS I)

Tenderers are required to give comments/compliance against each clause and sub clause on the following technical specifications, Schedule-I, II, III, IV & V and enclosed Annexures. Comments should be specific and to the point. Specific information should be given, wherever asked for. Deviations if any should be clearly indicated with details and proper justification to avoid back reference in Proforma as per Annexure- 4 and 5 of section VII. Offers will be ignored in absence of the Proforma duly signed.

ii)

Unless stated otherwise latest alterations/ revisions of specifications/ standards/drawings shall be applicable. In respect of safety standards and environmental standards relevant to the machine, it is mandatory for the machine manufacturer to ensure compliance with international (CE/ISO/ DIN/JIS) / National standards (IS), wherever applicable, in their offer. Offers are likely to be ignored in case of non-compliance of these instructions. The condition/features indicated in main specifications Section IV shall over-ride those mentioned in Schedule II & III, wherever applicable.

iii)

1 1.1

1.2 1.3 1.3.1

1.3.2

1.3.3 2 2.1

PURPOSE FOR WHICH REQUIRED AND CAPACITY Requirement is for Pit type Rail Weighbridge of 50 T capacity (Single Platform) for weighing different 8-wheeler wagons including BOX N HL, BCN HL in static condition as per Schedule-1. The weighbridges should be static type suitable for weighing 50 MT (Rail) as per technical Specifications and Leading Parameters detailed in Schedule I General In addition to the technical Specification given at Schedules I the weighbridge shall also be able to meet the technical requirements given below : i. Final calibration of the weighbridge should be through software. The calibration program should be accessible only through a double password. ii. A separate resident file should be created on HDD of PC (detailed at 2.2.1.1), to automatically log date and time. iii. The junction box, if any and the control room etc. should have the arrangement of bolting/locking to prevent it being tampered by unauthorized persons. All the subassemblies/ assemblies, alteration of which can lead to erroneous weighment should be made tamperproof. The system shall work in an ambient condition of temperature range of 0oC to 50oC and relative humidity of 98% and comparatively dusty atmosphere. All equipments should be designed to function effectively under these conditions. All the enclosures of the equipments should have to confirm to suitable standard (IP etc) to ensure all-weather proofing. Space Available at site is approximately 25 meter long. Bidder should provide the space required for installation of the weigh Bridge in the offer. DESCRIPTION AND SCOPE OF SUPPLY The specification covers manufacture, supply, installation and commissioning of static pit type Rail weighbridge to be installed on turnkey basis (including all electrical and civil engineering works) for weighment as per schedule I. The supply shall include all concomitant accessories and other equipment as detailed in Signature of Bidder with seal 23

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

2.2 2.2.1 2.2.1.1

2.2.1.2 2.2.1.3 2.2.1.4 2.2.1.5 2.3

2.3.1 2.3.2 3.

the basic design features (Para 3 of the technical specification) and any other equipment, which the manufacturer considers essential to make the weighbridge operational when installed and connected to power supply. Concomitant Accessories The weighbridges should be accompanied by the following concomitant accessories whose cost shall be quoted separately. One PC to run parallel with the weigh electronic system of the machine as an additional data storage and retrieval device particular with configuration as Pentium core to duo or latest processor minimum 2.0 GHz of reputed make like WIPRO/COMPAQ/IBM/HP/HCL or equivalent with Alpha numeric Keyboard with minimum 300 GB hard Disk, minimum 3 GB RAM & DVD -RW, minimum 4USB port, 17" TFT colour monitor, Inkjet printer of HP/CANON make, mouse etc (for details please see 3.2.6). UPS facility with battery back up of 1 hour (make APC/TATA Liebort/ TVS Electronics or equivalent). Window AC 1.5 Ton including Stabilizer, cabling and installation in the control room Make-Carrier, Voltas, Hitachi, Electrolux, Blue star or equivalent). Earthing of the Weigh Bridge Any other accessory which the supplier consider as essential for commissioning of the weighbridge. Optional accessories The tenderer will also quote for following optional accessories whose cost will not be included in the quoted price of weighbridge. Annual Maintenance Contract (AMC): As indicated in Schedule IV. Supply and laying of cable per meter as per clause 3.2.4.1. BASIC DESIGN FEATURES General characteristics - The general electrical characteristics of the machine shall be as per Schedule-II and general characteristics of the machine shall be as per Schedule-III. The condition/features indicated here under shall over-ride those mentioned in Schedule II & III, wherever applicable.

3.1

Specific characteristics

3.1.1

Rigidity-control-safety

3.1.1.1 3.1.1.2

3.1.1.3

The weighbridges shall be rugged and designed to meet the weighment requirements specified under Schedule-I. The weighbridges shall be provided with all safety devices against over load, lightening/surge and should incorporate safety devices so as to ensure complete protection for operation and weighbridges from all operational failures. Suitable interlocking arrangements against faulty sequence of operation, sudden power failure/fluctuation in supply voltage beyond permissible range and malfunctioning in system shall be provided. Protective guards wherever necessary should be provided. The bidder shall explain in detail the various safety provisions available in the weighbridges. The controls of weighbridge shall be governed by keyboard provided with the weighing electronics/P.C. Signature of Bidder with seal 24

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

3.2 3.2.1 3.2.1.1 3.2.1.2 3.2.1.3

3.2.2 3.2.2.1

3.2.2.2

3.2.2.3 3.2.3 3.2.3.1

3.2.3.2

3.2.3.3 3.2.3.4

General Requirements: Platform Structure The weighbridge Single platform shall be a heavy-duty antiskid Platform of robust construction with Rails and adequate ribbed section of size 18000 mm x3000 mm. The weighbridge platform structure shall be suitably painted with anti corrosion paint. The design details of platform shall be fully explained along with material specifications in the offer. Load Cells The weighing system shall comprise of double-ended shear beam strain gauge load cells/Compression type, stainless steel load cells. The weighbridge shall be supported by these load cells. The no. of load cells provided shall not be less than 8 nos. and actual no of load cell used should be indicated in the offer. Nonlinearity of each cell will not exceed 0.025% and total error will not exceed 0.02% of full load scale capacity of each cell. The weighbridge shall be so designed as to ensure that lateral force and other undesirable forces do not act on load cells. The design details of load cells shall be explained in the offer. The load cell should be able to withstand the impact load. The load cells should be weather proof and shall be suitably protected to withstand environmental conditions viz. flooding, rain water, temperature variations form -10o C. to 70o C. with humidity level max. upto 98% - The degree of protection should be IP-68. The load cell shall be provided with integral cable and make Tedea - Huntleigh/ Sensotronic/ keli or equivalent. Weigh Electronics. The weigh electronic system should be provided with digital display unit which should be microprocessor based having the following features : i) nalogue to digital converter enabling flicker free display, ii) F acility for auto calibration, Auto balance, iii) Diagnostics load cell connectors iv) Weight display v) Weight indicator and Provision for connection to PC. The system should also have digital display of weight through a remote weight indicator. The remote weight indicator should be of electromagnetic red bright LED type and should be of 7 numeric characters and shall be installed outside the control room. Character size should be minimum 4". The design details of remote weight indicator shall be explained in the offer. The printed weight tickets shall have the following information: i) Date and time ii) Lorry/vehicle number iii) Product code/description iv) Source iv) Destination v) User message The format for above data may be submitted along with the tender bid. Modifications if required shall be suggested by the consignee for incorporation Signature of Bidder with seal 25

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

3.2.3.5

3.2.4 3.2.4.1

3.2.5 3.2.5.1

3.2.5.2

3.2.6

The system shall also have facility of diagnostics. In case of fault, descriptive message should be displayed on visual display unit. The details of diagnostics available shall be explained in offer. Cabling - Junction Box The control room will be constructed at a distance of approximate 10m from the weighbridge. The system shall have cables from the load cells, which shall terminate in a weatherproof junction box suitably fixed on the weighbridge. Further, from junction box the cable will run to the control room housing the digital weight indicator. The cable shall preferably run in a MS conduit pipe for providing extra protection to the cables. Alternatively armoured cable to be provided. The firm should also quote prices per meter length of cable including laying charges to assess the additional cost if the control room is beyond 10m. Civil Works The Rail weighbridge shall be supplied on Turnkey basis including civil and electrical works like construction of foundation & platform with rails for the weighbridge, construction of control room size - 4 m x 3 m x 3 m (with dust room facilities of size 1 m x 3 m x 3 m), for housing the weigh electronics, PC keyboard and stacking records etc., and provision of two tube lights, ceiling fan in the room and one 3 pin socket. The purchaser will provide site for control room and electrical connection at 230V + 10%, 50 Hz. (Rail will be provided by the consignee) Control room should be air-conditioned and will house the weigh electronics and the P.C. Air conditioner of minimum 1.5T capacity and 4 star rating will be provided. Cables and power socket, 15A etc. shall be provided by the firm as part of civil work. The AC should be secured against theft. P.C. (Personnel Computer) The supplier shall quote for PC which will be parallel and in addition to the weigh electronics. The PC shall have the following characteristics : i) Core two duo or latest Processor computer of IBM/Compaq/HP/HCL or equivalent make with Software package suitable for operating applications of the weighbridges will be directly linked to the control console for operation, viewing and printing output. The complete configuration shall be specifically designed for weighing system. ii) Keyboard shall be light enough to be placed on a small table. The keyboard shall be a detachable unit connected by a recoiling cord for allowing user positioning. iii) T FT Colour monitor of 17" provided for monitoring the results. iv) nkjet printer (HP/Canon or eqivalent make). v) UPS facility with battery back up facility of one hour. (Make-APC/Tata liebort/TVS- Electronics or equivalent ). vi) Computer table and chair of suitable size. vii)

3.2.7 3.2.7.1

3.2.8

The complete details of the offered computer and printer with make, model no. etc. shall be submitted in the bid. CALIBRATION, TESTING AND CERTIFICATION The firm shall arrange for calibration, testing and certification of the weighbridges. The certificate shall have to be got done from Weight and Measurement department of the State concerned in accordance with standards for Weights and Measures General Rules (Latest). DOCUMENTATION REQUIREMENT Signature of Bidder with seal 26

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

3.2.8.1

3.2.8.2 3.2.8.2.1 3.2.8.2.2 3.2.8.2.3

Operator's manual : Instructions for operating the system for the purpose of weighing and printing should be clearly laid down in an operators instruction manual. It should contain complete information on using the software; auto calibration and zero balance, carrying out diagnostic tests and system set up before start of weighing. Maintenance manual: It shall contain detailed description of the system and its functioning. This manual shall contain Drawings and circuit diagrams with component layout wherever required. Complete wiring diagram with all wires numbered and components/cards labelled. List of parts with part number of the assembly and also part number of the original manufacturer and manufacturer's address.

Details of assembly and installation with dip switch setting and jumper settings on electronic cards if any. Diagnostics and fault finding with check points and parameters to be measured and 3.2.8.2.5 their value TECHNICAL LITERATURE 4. 3.2.8.2.4

4.1 4.2

5. 5.1

5.2

5.3 6.0 6.1 7

One copy of the printed illustrative catalogue showing features of the machine and its elements shall be furnished with each copy of the bid. The successful bidder shall furnish, for each machine, 4 copies of spare parts catalogue giving the part list number of each component and assembly drawings, maintenance manual, trouble shooting guide, operation manual and all electrical circuit diagrams to the consignee directly within 3 months of placement of AT. The bidder shall provide a list of literature that shall be supplied alongwith the machine. Technical literature shall be provided for the complete machine including imported and indigenous components/sub-assemblies. SPARES Two lists of recommended perishable and non-perishable spares required for normal maintenance to cover complete range of mechanical, hydraulic, pneumatic and electrical equipment (including controls) on triple shift working basis shall be furnished and quoted separately. The quantities shall relate, in case of nonperishable spares, to two years normal maintenance, and in case of perishable spares, to the duration of its shelf life or two years, whichever is less. Shelf life shall be indicated with the quotation for spares. All the critical/vital assemblies/sub assemblies like motor & pump assemblies for water spray & detergent spray, filter units and nozzles etc. shall be offered as standby spares in addition to those fitted in the machine. The list of such assemblies shall be given in the offer. The rates shall also be quoted separately. The spares and assemblies, as ordered, shall be delivered alongwith the machine. SPECIAL FEATURES Special features incorporated in the machine, if any, shall be indicated separately in the bid, clearly indicating their advantages DEVIATIONS

Signature of Bidder with seal 27

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

7.1

8. 8.1 8.2

8.2.1 8.2.2

8.2.3

8.2.4

8.3

8.4

The bidder shall certify that the offered machine fully meets the specification. Various design featuresincorporated to fulfill different technical and performance requirements shall be fully explained in the bid. A deviation statement in the format specified in Annexure 4 and 5 of Section VII. INSPECTION OF EQUIPMENT & TESTING AT MANUFACTURER'S WORKS The inspection of weighbridges shall be carried out by M/s. RITES. In addition to 8.1, before dispatch an inspection will also be carried out by Railway's authorised representative for weighbridges at site. Capability of the machine must be demonstrated as per technical Specification to the satisfaction of such authorized representative. Following tests will be performed on the weighbridge: Zero Operation and Indication Test : Indicator after the test load has been removed, should returns to zero/balance. Zero Tracking Test A weighbridge with zero tracking will automatically return to zero if the amount left on the platform does not exceed half a scale interval. This can be up to 5 kg on a weighbridge with 10 kg scale intervals. Eccentricity Test The eccentricity test is designed to ensure the weighbridge weighs the same on any part of the platform. To complete this test: • Place a test weight of at least 50% of the rated capacity of the weighbridge in the centre of the platform and note the reading. • Progressively place the test weights over the load bearing points (knife edges or load cells) until all load bearing points have been tested. Record the indications in each position. • Place the test load distributed on all load bearing points and at centre. There should not be more than one scale interval variation between all the indications. Accuracy Test Place 10 Tons of standard weights, duly stamped by weighs and measures department at the centre of Weigh Bridge. Note the readings. Now place 5 Tons of standard weights at the centre of Weigh Bridge. Note the readings. In both the cases the deviations in the readings should not be more than 10kgs compared to standard weights placed for measurements. The tenderer should clearly confirm that all the facilities to conduct above tests exist at their premises and shall be made available to the inspecting authority. The tenderer will submit quality assurance plan being followed at the manufacturers' works for ensuring quality of the product offered.

9.

TRAINING

9.1

Free training shall be imparted in operation and maintenance of the machine. The training to be imparted shall cover all mechanical, hydraulic, electrical and electronic equipments. This training shall be provided to 2 persons , nominated by the consignee, for a period of 2 weeks free of cost at the manufacturer’s premises. Further technical experts of the manufacturer shall fully and adequately train the operators/ maintenance staff nominated by consignee during installation and commissioning of the machine. Signature of Bidder with seal 28

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

10.

FOUNDATION & RELATED DRAWINGS:

10.1

The supplier shall furnish to consignee directly four copies of foundation drawings and related diagrams (mechanical, civil work, electrical and pipe work etc.), giving space requirement, gross weight, overall dimensions, foundation details, electrical load and circuitry, as per time schedule chart in schedule- V to enable all preparations to be made for handing over of clear site for construction of foundation/civil work, installation and commissioning of the machine on turn key basis.

10.2

The bidder shall submit four copies of General Arrangement Drawings including electrical circuit diagram to the RITES as per time schedule chart in schedule- V. The machine shall be manufactured to these approved drawings.

11.0 11.1

11.2

JOINT CHECK: These machines are to be supplied on turn-key basis. In order to avoid delay in commissioning the supplier and consignee will ensure that all the necessary facilities/conditions are ready/available at site before the arrival of machine such as foundation/ Civil work , electrical power, water, compressed air connections etc. (as per responsibility defined in the tender). The contractor or his agent would be required to carry out a joint check at the consignee's end along with the consignee before unpacking is done to avoid subsequent complaints regarding short supply/shipment or transit damages. It is necessary that this joint inspection be done immediately on receipt of the machine by consignee to avoid commissioning delays due to shortages/transit damages.

12.0

TURNKEY CONTRACT COMMISSIONING :

FOR

FOUNDATION,

INSTALLATION

AND

12.1

The bidder shall offer preparation of foundation/ Civil work, installation and commissioning of the machine on a turnkey basis. The turnkey offer shall include the following activities:

12.1.1 Design and construction of foundation/civil work, to match the receipt/arrival date of machine at the consignee’s premises. 12.1.2 Electricals including cabling from mains to machine control panel (up to 10 meters). Firm should quote a rate per meters for extra cabling if required at site which will not be included in the evaluation but will be paid if required and used extra. However, payment shall be made after certification of consignee. 12.1.3 Provision of all tools and equipment, technical and unskilled manpower, material (including foundation bolts etc), handling equipment and material for installation and commissioning. 12.1.4 Unloading of the equipment on receipt and its movement to the site of installation. 12.1.5 Installation & commissioning of machine shall be completed as per time schedule chart at Schedule V at consignee’s end. 12.2 Responsibilities: 12.2.1 Consignee responsibilities: 12.2.1.1 Provision of a clear covered site for construction of foundation/civil work. Signature of Bidder with seal 29

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

12.2.1.2 Electricity, water and compressed air free of cost. 12.2.1.3 Provision of material handling facility to the extent available. In case a road mobile crane has to be arranged by the supplier, a clear approach for up to the site has to be provided. 12.2.1.4 Space for storage of material/equipment during the period of installation of machine 12.2.2 Supplier's Responsibilities: 12.2.2.1 Design and construction of the foundation / civil work. 12.2.2.2 Advising consignee in time regarding schedule for requirement of clear site for construction of foundation/civil work and other infrastructure. 12.2.2.3 Construction of the foundation/ civil work including arrangement of technical and other manpower and material for the same. Construction of foundation/ civil work will be completed before arrival of machine at site. 12.2.2.4 Unloading of the machine/equipment on receipt and its movement to the site of installation. 12.2.2.5 Installation and commissioning of the machine including arrangement of all man power, material, material handling equipment and facilities required for the same, keeping in view the facilities to be provided by the consignee as per contract. 12.2.2.6 Any other resources/facilities required for foundation/ civil work, installation & commissioning. 12.3

The machine performance shall be demonstrated by the contractor or his agent after successful commissioning as per clause 8, at the consignee's works for a period of two 8 hrs. shifts. Thereafter the machine performance shall be watched by the consignee for a period of one month (each working day having two shifts of 8 hrs.) or weighment of 30 trucks before the final proving test certificate is issued.

12.4

If any assembly/sub-assembly is required to be taken back to the manufacturer’s premises for repair/replacement either before commissioning or during warranty, the manufacturer or his agent shall be required to submit an Indemnity Bond. In case the entire machine has to be taken back, a Bank Guarantee shall have to be submitted. The Indemnity Bond/Bank Guarantee shall be of adequate value so as to cover the cost of the assembly/sub-assembly/paid-up cost of the machine.

13.

COLOUR:

13.1

All surfaces shall be cleaned so as to be free of rust and then painted, except mechanical mating surfaces, with two coat of red oxide and zinc chromate primer as per IS:2074.The painted surfaces of bought out items need not be disturbed.

13.2

The machine and its accessories shall be painted in Apple green colour no. 281 of IS-5. Firm can also give any other standard paint / paint combination.

14. 14.1

BOUGHT-OUT ITEMS: The bidder shall furnish a list of all critical items/sub-assemblies which are bought out by the bidder and proposed to be used as per the preferred list is at Annexure A1, along with the manufacturer’s name, brand and model. The

Signature of Bidder with seal 30

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

successful bidder may be required to produce invoices to ensure genuineness of such products by the inspecting agency. 15

DELIVERY AND COMPLETION PERIOD

15.1 The bidder shall furnish the time schedule chart as per Schedule-V for supply, delivery at site and commissioning of the machine along with the bid. 16

ELECTRICAL EQUIPMENT

16.1 The degree of protection of control cabinet should be IP55. The electrical equipment should also be tropicalised to work under severe atmospheric condition 0oC to 50oC and relative humidity of 98%. The control panel should be of reputed make, such as Rittal / Siemens/ Internationally reputed make. 16.2

The firm should also indicate the details of control facilities available on control panel.

16.3

Earthing of weigh Bridge should be properly provided at site.

16.4 All equipment and wiring shall comply with the appropriate Indian standards or the National standards of the country of origin. Tendrer shall indicate the standards applicable.

Signature of Bidder with seal 31

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SCHEDULE-I SPECIFICATION NO. RITES/IE/SRBWIPL/WB RAIL/2011 LEADING PARAMETERS of Rail Weighbridge

MAJOR PARAMETERS

1)

Weighbridge capacity

:

50 T

(Rail) 2)

Platform size (minimum)

:

18 m x 3 m

3)

Least count

:

10 Kg

4)

No. of load cells

:

08 nos. or more

5)

Load cells type

:

Double Ended Shear beam type/ compression type

6)

Weighing Electronics

:

Microprocessor based.

7)

Memory of weighing electronics

:

1000 nos. (minimum)

8)

MIS reports

:

Weigh slip/Wagon/truck- wise/materialwise/ datewise

9)

Printer

:

Inkjet printer

10)

:

(+)/(-) 0.025%

11)

Non-linearity (Accuracy level) Sensitivity

:

3 mV/Volt

12)

Protection of load cells

:

IP68 Class.

Signature of Bidder with seal 32

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE A The bidder shall furnish the information about each machine offered, separately, in the following FORMAT: CAPACITY

:

1.

LOAD CELL

:

1.1

Type/Manufacture

:

1.2

No. of load cells per weighbridge

:

1.3

Capacity of each load cell (design)

:

1.4

:

1.5

Overload on each load cell (without affecting load cell functioning) Accuracy

1.5.1

Non linearity

:% of output

1.5.2

Hysterisis

:% of output

1.5.3

Repeatability

:% of output

1.5.4

Creep

:% of output

1.5.5

Combined error

:% of output

1.6

Temp. limit

:Degree C.

1.7

Supply voltage

:

1.8

Output voltage

:

1.9

Protections provided from dust and water

:

1.10

Overall dimensions

:

2.

Digital data system

2.1

Make

2.2

Details

3.

Computer complete with necessary input/output parts, memory, real time clock, monitor, keyboard, processor unit and printer unit. (Attach details)

4.

Junction box (Attach details)

5.

Cables (Attach details)

6.

Layout drawing giving location of various elements with dimensions etc.

:

Signature of Bidder with seal 33

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE A1 SN

Bought out Items

Makes Preferred

1.

SKF/FAG/NBC/Timken/NTN

2. 3. 4.

Ball, roller & thrust bearings Electromagnetic clutch Toolings A.C. Motors

5. 6. 7. 8. 9. 10.

Brake motors Proximity Switch Contactors Limit switches Push button ‘O’ Rings & rubber seal

11. 12 13. 14.

Hyd. pumps & valve Pneumatic Control Equipment Control gears Filters

15. 16. 17.

Belts Cable/wire Gear reducer

18. 19. 20. 21. 22. 23.

Chains Sprocket Volt. stabiliser & ultra isolation transformer AC Drive AC servo motor PLC

24. 25. 26. 27.

Couplings Hour Meter Ammeter & Voltmeter Ball screw

28.

Centralised lubrication system Rubber sheets Air circuit breaker Connectors Hydraulic oil air cooler type heat exchanger Chiller type heat Exchanger Feed back Devices Hydraulic Oil Hyd. seamless tube MCCB

29. 30. 31. 32. 33. 34. 35. 36. 37.

Make Offered

Vortex Sandvik/Kennametal-Widia/Taegu-Tec/Iscar NGEF/BBL/ABB/KEC/Crompton/Siemens/Allen Bradley Siemens/KEC/Crompton/NGEF/BBL Elap/Schneider/Omron/Scanner Siemens/BCH/ABB/Schneider/L&T BCH/Siemens/L&T/Teknic/Euchener/Honeywell,USA Teknic/Siemens/ Schneider/BCH Merlin/Parker/Busak/Hunger/Merkel/Soloseal/ Walkersolo/Halite Yuken/Rexroth/Vickers/Mico Bosch/Parker/Atos/ Voith Festo/Shavo Norgen/Shradder Scovil/Electro Pneumatics/Parker/SMC Pneumatics L&T/Siemens/BCH/ABB/Schneider Hydac/Hydroline/Parker/Rexroth/EPE,Germany/ Vickers/Purolator Fenner/Hilton/Dunlop Siemens/Indramat/ Hubershnuer/ Finolex/Havells Elecon/Greaves/Shanthi/ZF/New Allenbury/ Bongfilivali T.I. Diamond/Rollon Rollon/T.I. Diamond Neel/Servomax Fanuc/Siemens/ABB/Allen Bradley /Schneider Fanuc/Siemens/ABB/Allen Bradley /Schneider Siemens/Messung/Hitachi/Mitsubishi/ ABB/Allenbradley/Fanuc/Schneider Fenner/Love Joy Inc., USA L&T/ Havells AE/ Meco THK/INA/Rexroth/Star/Shenberger/NTN/Tsubaki/ Gamfier Vogel/Cenlub/Rexroth Rubber Products Ltd. Siemens/L&T Harting/Kontact/L&T/Omron Rittal/Werner finley/Pfamenberg WARKIN/ADVANCE COOLING/SPAN ASSOCIATES/FREEZTECH Heidenhain/Ballerf/Fagor/Sony/Siemens/ Fanuc IOCL/BPCL/HPCL/Castrol/ESSO Parker/Maharashtra seamless/Indian seamless Schneider/ABB/Siemens/L&T Signature of Bidder with seal 34

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SCHEDULE-II GENERAL SPECIFICATION (ELECTRICAL) 1

The provision of this General Specification shall apply.

2

All equipments and material shall comply with appropriate Indian Standards (latest) or National Standards of the country of origin provided the latter are equivalent to do better than the former. For items for which Indian Standards are not published, National Standards shall be acceptable. The tenderer shall indicate the Standards applicable. The following standards are applicable in particular. (Corresponding International Standards likeASA, NEMA, BSS, DIN etc. may also be quoted).

3

IS : 325-1979 (latest) -Three phase induction motors (corresponding to IEC pub-34-1) (Latest). IS : 1248 (Latest) -Direct acting indicating analogue electrical measuring instruments and their accessories (corresponding to IEC Pub-51) (Latest). IS : 1231-1974 (Latest) -Dimensions of three phase induction motors (corresponding to IEC Pub-72-1) (Latest). IS : 1271-1985 (Latest) -Classification of insulation material for electrical machinery & apparatus in relation to their thermal stability in service (corresponding to IEC-Pub-85) (Latest). IS : 6875 (Latest) - Push Buttons and related control switches corresponding to IEC Pub/73) (Latest). IS : 375-1963 (Latest) -Marking and arrangement of switch gear, bus bars, main connection & auxiliary wiring. IS : 996-1979 (Latest) -Single phase small AC and universal electrical motors. IS : 1356 (Latest) -Electrical equipment of machine tools. IS : 2516 (Latest) -Circuit breakers (corresponding to IEC Pub-56) (Latest) Unless specified in the main specification, the AC motors and starters shall be of the following type. Tenderer is, however, free to give alternative proposal along with justification, if in his view alternative proposal in warranted by site conditions. Type of motor type of starter.

3.1 3.2

3.3 3.4 3.5

4 4.1 4.2

TYPE OF MOTOR Any type of AC motor starting current of which does not exceed 75 amps AC squirrel cage, introduction motors, starting current of which is above 75 amps. if started direct on line. AC slipring type motor AC synchronous or synchronous induction motor. DC motor

TYPE OF STARTER Direct on line. Star delta or Auto transformer type. Resistance type air/fan cooled Suitable makers standard. Resistance type/Thyristor type.

The control gear for AC/DC motors shall incorporate the following protection devices as concomitant accessories. No Voltage Protection - No voltage protection shall be provided so that machine will not start up again by itself when, following an interruption the supply is restored. Short Circuit Protection - To protect against short circuits due to insulation failure Signature of Bidder with seal 35

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

of faulty connections HRC fuses shall be provided for each motor. The rating of the fuse shall be such as to take care of the over current due to motor starting. 4.3

Over Load Protection - To prevent motors from overloading, overload protection shall be provided separately for each motor. Three phase motors shall be protected by overload tripping devices on each phase.

4.4

Single Phasing Protection - A separate current sensitive delayed action single phasing preventor shall be provided for each motor separately. Overload protection shall not be treated as single phasing preventor.

5.

Control equipment shall be mounted in separate drip proof enclosures. Control enclosures and compartments are to be so designed as to give adequate protection against ingress of dust, oil, coolant or chips. All control devices like contractors etc. shall be front mounted on a rigidly fabricated metal panel for ease of operation. All other electrics shall be installed that they are readily accessible when the doors and covers are opened. Hinged covers shall be interlocked with the machine tool control to prevent operation of the machine when cover is open.

6.

The motor shall be totally enclosed with or without fan cooled frame. Screen protected drip proof type motor may be provided if it is mounted inside protective enclosures.

7.

The electrical equipments shall comply with the requirement of Indian Electricity Act and Rules.

8.

All instruments shall be of the Industrial Grade "A" (IS-1248) switch board type the range of the instrument shall be such that the maximum load expected in the circuit shall produce a deflection of 60% to 80% of the full scale.

9.

The supplier shall furnish 3 sets of complete electrical and electronic wiring diagrams in full details to enable the maintenance staff to locate faults in the circuits, 3 sets of part catalogues, maintenance manuals operating instructions with details of coils and windings, used in the equipment to facilitate repairs and maintenance should also be supplied.

10.

For main motor class "B" insulation shall be provided. If any other class of insulation is proposed, detailed justification for providing different class of insulation shall be given.

11.

Motors shall be designed to withstand frequent starts, stops and reversals as demanded in the operation of the machine.

12.

Two earthing terminals shall be provided on all electric motors including the control gear.

13. 13.1

POWER SUPPLY The machine shall be suitable for operation on 415 volts 3 phase 50 cycles AC 3 wire or 4 wire system with neutral solidity earthed. The supply voltage may very upto + 10%. The frequency may vary upto + 3%. However, full rated power of the motor shall be available at the lower voltage. Voltage stabiliser as specified against clause 13.2 below shall not be required for machine having electrical motor power requirement upto 30 KW.

13.2

In case of machine not equipped with NC, CNC and thyristor controlled devices a suitable servo controlled voltage stabiliser of adequate capacity to cater for entire electrical load of the machine having electrical load requirement exceeding 30 KW shall be offered along with machine as a concomitant accessory. Voltage stabiliser from reputed sources, subject to confirmation by COFMOW, are acceptable. The voltage stabiliser shall conform to : Signature of Bidder with seal 36

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

i) ii) iii) Iv) v) vi) vii)

Input voltage - 320 to 460 V 3 phase 4 wire unbalanced supply Output voltage - 415 volts Regulation - + 1% from No load to Full load. Rate of correction - 20 volts per second per phase. Wave from distortion - NIL Efficiency - Not less than 97%. Winding and class of insulation - Copper wire wound with "B" class or better.

13.3

In case of machines equipped with NC,ss CNC, Thyristor controlled devices and other sophisticated electronic gadgets including microprocessors etc. which are susceptible to power line spikes and surges, a suitable voltage stabiliser and ultra isolation transformer of adequate capacity to cover for the entire electrical load of the machine shall be offered as a concomitant accessory conforming to Specification for voltage stabiliser as mentioned in clause 13.2 above and isolation transformer to the parameters mentioned below. Indigenous make voltage stabiliser and isolation transformer from the reputed manufacturers are acceptable. i) Transformer ratio -1:1 ii) Winding -Copper wire wound with "B" class insulation or better. iii) Protection -To arrest spikes and surges to the order of 3 KV for 200-400 micro seconds duration. iv) Common mode noise rejection 120 dB v) Isolation Capacitance 005 Pf: resistance greater than 1000 Mega Ohms.

13.4

Voltage stabiliser shall be equipped with a protective relay to trip to trip the AC power supply to the machine instantaneously with audio and visual indication to the operator. Settings of the protective relay for low and high voltage shall be 320 volts and 460 volts respectively. Protective relay shall be provided as concomitant accessory on the machines having electrical load below 30 KW.

14.

ATMOSPHERIC CONDITIONS

14.1

The ambient temperature at the site at which the machine will be installed may vary from +0 degree C. to +50 degree C. over the year. The relative humidity may be as high as 100%. The atmosphere is expected to be dusty. The machines offered shall be suitably tropicalised to work under these atmospheric conditions without any adverse effect on their performance.

15.

The temperature rise shall not reach such a value that there is a risk of injury to any insulating material or adjacent parts.

16.

The drive shall be capable of operating at any one of the speed required independent of the load in accordance with the requirements of the machine.

17

The enclosed Annexure A, B & C gives technical data which shall be completed and submitted with the tender, separately for each motor/control gear.

Signature of Bidder with seal 37

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE "A" TO SCHEDULE-II TECHNICAL PARTICULARS OF A.C. MOTORS AND CONTROLL GEARS 1 1.1

MOTOR Manufacturer's Name

1.2

Type of enclosure

1.3

Type of duty (Ref. IS: 325) (Latest)

1.4

Rating-Continuous/intermittent

1.5

Output (KW/BHP)

1.6

AC voltage across phases, number of phases & frequency.

1.7

Speed in RPM

1.8

Class of insulation

1.9

Normal full load current

1.10

Starting current

1.11 1.12

Maximum current at the time of change over from lower speed to higher speed Type of motor-Squirrel cage/slipring (wound rotor)

1.13

Temperature rise of windings and other parts allowed above an ambient temperature of 50 degree C.

1.14

Frame size of motor

1.15

End use of motor

2 2.1 2.2 2.3 2.4 2.4.1 2.4.2 2.4.3 3

CONOTROL GEARS Manufacturer's Name Type of control gear (Direct on line/Star Delta/Auto-transformer etc.) Rating of starting gear in KW & amps. Are the following provided : Short circuit protection No volt trip Overload trip Standard specifications to which the motor control gear and its ancilliary offered conform to

4

Any other special features.

Signature of Bidder with seal 38

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE "B" TO SCHEDULE-II TECHNICAL PARTICULARS OF D.C. MOTORS AND CONTROLL GEARS 1 1.1

MOTOR Manufacturer's Name

1.2

Type of enclosure

1.3

Type of duty (Ref. IS: 4722) (Latest)

1.4

Rating-Continuous/intermittent

1.5

Output (KW/BHP)

1.6

DC voltage across phases, number of phases & frequency.

1.7

Method of excitation whether shunt, series, compound or separately excited, if separately excited state excitation voltage.

1.8

Speed in RPM

1.9

Class of insulation

1.10

Normal full load current in amps.

1.11

Starting current

1.12

Temperature rise of windings and other parts allowed above an ambient temperature of 50 degree C.

1.13

Frame size of motor

1.14

End use of motor

2 2.1

CONOTROL GEARS Manufacturer's Name

2.2 2.3

Type of control gear (Direct on line/Star Delta/Auto-transformer etc.) Rating of starting gear in KW & amps.

2.4 2.4.1 2.4.2 2.4.3 3

Are the following provided : Short circuit protection No volt trip Overload trip Standard specifications to which the motor control gear and its ancilliary offered conform to

4

Any other special features.

Signature of Bidder with seal 39

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE "C" TO SCHEDULE-II TECHNICAL PARTICULARS OF VOLTAGE STABILISER, ULTRA ISOLATION TRANSFORMER 1 1.1 1.2

VOLTAGE STABILISER Manufacturer's Name Type of voltage stabiliser : a)

DC servo motor type

b)

AC servo motor type

c) Solid state Rated capacity in KVA

1.3 1.4

Nos. of phases & frequency

1.5

Type of input supply unbalanced

1.6

Input voltage

1.7

Output voltage

1.8

Rate of correction

1.9

Class of insulation & winding (only copper wound is acceptable)

1.10

Type of control circuitry

1.11

Class of duty

1.12

Type of cooling

1.13

Indicating instruments and their ranges

1.14

Safety features

2.

ULTRA ISOLATION TRANSFORMER Manufacturer's Name

2.1 2.2

Rated capacity

2.3

Ratio of input/output voltage

2.4 2.5

Class of insulation Arrangement for suppression of power line surges, spikes, transients and noises

2.6

Type for cooling.

Signature of Bidder with seal 40

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SCHEDULE-III GENERAL CHARACTERISTICS 1.

RIGIDITY AND STABILITY

1.1

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

1.2

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

1.3

All machine fabrications of critical load bearing assemblies like beds, columns etc. shall be adequately strengthened and stress relieved. Change in ambient temperature shall not effect the performance of the machine. There shall be no change in the performance of the machine either on switching on the machine or after continuous running.

1.4 1.5

1.6

There shall be no resonant vibrations throughout the working range of the machine at all load levels.

2 2.1

SAFETY CONTROLS The machine shall incorporate safety devices to provide protection to the operator and machine against all possible operational and machinery failures.

2.2

Suitable interlock shall abe provided to prevent machine operations in the event of: Faulty sequence of operation. -Fluctuation in supply voltage. -Resumption of power supply after power failure. - Non-positioning of safety guards. -Failure of hydraulic system (where applicable) -Failure of lubricating system (In case of automatic including drop in pressure lubrication)

2.3

A fault or damage in the control circuit or interruption re-establishment after an interruption of fluctuation in whatever manner in the power supply to the machinery must not lead to dangerous situations in particular. - The machinery must not start unexpectedly. - The machinery must not be prevented from stopping if command has already been given. - No moving part of the machinery or piece held by the machinery shall fall or be ejected. - The protection devices must remain effective.

2.4

The machine shall be fitted with an emergency stop device to enable actual or impending danger to be averted. This device must be Signature of Bidder with seal 41

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

Conveniently located. Clearly identifiable. Stop the machine as quickly as possible without causing additional hazards. The emergency stop must remain engaged. It should be possible to disengage it only by apapropriate operation. Disengaging the control must not restart the machinery but only permit restarting. 2.5

Safety features shall also include. - Safety device against overload for all machanical and electric items to the extent possible. - Safety stops against over-running of slides.

2.6

Guard and protection devices shall protect exposed persons against risks related to moving transmission parts (such as pulleys, belts, gears, rack and pinion, shafts etc.) and moving parts directly involved in the process to the extent possible. This shall meet the following requirements :- Be of robust construction - Not give rise to any additional risk - Not be easy to by pass or render nonoperational - Be located at an adequate distance from danger zone - Cause minimum obstruction to the view of the production process. Rigidly connected and not prone to rattling. - Enable essential work to be carried out without the guard or protection device having to be dismantled.

2.7

A load meter shall be provided to indicate the load on the machine. The meter shall have a suitable mark to indicate the maximum load the machine can take. Full details of the above and other safety features indicating how each one functions must be explained in the offer. O P E R AT I O N A L CONTROLS The operation of the machine shall be by push buttons or levers. The basic rules for the direction of operation of controls and the corresponding direction of movements of the machine tools shall be as per IS:2987-1985.

3 3.1

3.2

The control devices shall be Clearly visible and identifiable. Ergonomically positioned for safe operation without hesitating or loss of time, and without ambiguity.

3.3

CNC Controls (where applicable) - The general requirements of CNC controls are given at Annexure- I LIGHTING Integral lighting suitable for the operations concerned where its lack is liekly to

4 4.1

Signature of Bidder with seal 42

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

cause a risk despite ambient lighting of normal intensity shall be provided. 4.2

The manufacturer must ensure that there is no area of shadow likely to cause nuisance, that there is no irritating dazzle and that there are no dangerous stroboscopic effects due to lighting provided by the manufacturer.

4.3

Integral parts requiring frequent inspection and adjustment and maintenance areas must be provided with appropriate lighting.

4.4

The machine lighting should be of low voltage so as to prevent any hazard to the operator.

5 5.1

M A C H I N E M A I N TA I N A B I L I T Y The machine shall be so designed as to require minimum possible maintenance and to give trouble free service.

5.2 5.3

All assemblies/parts of the machine shall be easily accessible for maintenance. The machine shall not require major dis-assembly for checking and replacement of a particular part, especially for parts requiring periodical check up and replacement.

5.4

The manufacturer must provide means of access e.g stairs, ladders, cat walks etc. to allow access safety to all areas used for production, adjustments and maintenance operations.

6 6.1

W E A R C O M P E N S AT I O N A D J U S T M E N T The original built in accuracy of the machine shall be capable of being maintained conveniently and economically by suitable adjustments for taking up wear on slides, bearings and load screws. The system of adjustments incorporated shall be explained in the offer.

7 7.1

COOLANT SYSTEM (WHERE APPLICABLE) Suitable coolant system with pump, motor, tank, filter etc. shall be provided. The coolant pump shall be as per IS:2161-1962. The filter shall be of reuseable type and indigenously available. If reuseable filter cannot be offered the filter cartridge shall be readily available in India. Source of supply shall be indicated. Adequate no.of filters for 2 years working on double shift basis shall be offered as spare. Details of the coolant system shall be indicated in the offer.

7.2

The supply of coolant shall be in ample volume. Provision to re-circulate the coolant shall be available. A chip and coolant tray shall be provided. The volume of coolant flow shall be indicated. It shall be adjustable.

7.3

An enclosure shall be provided to prevent the coolant from splashing outside the machining zone. Details of enclosure shall be provided. Specific requirements of coolant system for grinding machines etc. shall be clearly indicated.

8

L U B R I C AT I O N S Y S T E M ( W H E R E A P P A L I C A B L E ) Signature of Bidder with seal 43

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

8.1

The machine shall be provided with an automatic lubricating system for ensuring delivery of adequate quantity of lubricant to areas requiring continuous lubrication. Suitable arangements must be provided for indication of failure of the lubricating system.

8.2

The system shall be provided with interlock operating/starting in the event of the failure lubrication system.

8.3

Reuseable filters capable of filtering chips, dust particles etc. shall be provided. Indicators for showing clogged condition of filters shall be available. The filters shall be indigenously available. If reuseable filter cannot be offered the filter cartridge shall be readily available in India. Source of supply shall be indicated. Adequate no.of filters for 2 years working on double shift basis shall be offered as spare.

8.4

Lubrication and filter cleaning chart shall be displayed on a metal plate at a conspicuous location on the machine indicating :-

to

prevent

machine

a) Specific location of points on the machine to be oiled lubricated/ greased. b) Periodicity of lubrication of these points. c) Filter to be cleaned. d) Periodicity of cleaning filters. e) Periodicity of replenishing lubricating oil for the centralised system. f) Any other similar relevant information. 8.5

Points where manual lubrication is needed shall be separately indicated shall be separately indicated. Frequency of lubrication shall be also clearly mentioned.

8.6

Lubricating oils used in the machine shall be avilable in India. Successful tenderer will be required to indicate brand names of approved oils manufactured by various Indian Oil Companies.

8.7

First fill of lubricating oils used in the machine shall be provided with the machine. Details of lubricating system provided shall be indicated.

9.

P N E U M AT I C S Y S T E M ( W H E R E A P P L I C A B L E )

9.1

The compressed air supply will be provided by the customer at the machine within pressure range of 4.5-7.5 kg.cm2 and a moisture content or 1000 ppm. The pneumatic system of the machine should be designed accordingly. An alarm shall be provided for low air pressure.

9.2

Suitable filter/moisture trap shal be provided by the contractor in the system of pneumatic air intake. The filter shall be reuseable type and indigenously available. If reuseable filter cannot be offered, the filter cartridge shall be easily available in India. Source of supply shall be indicated. Adequate no.of filters Signature of Bidder with seal 44

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

for 2 years working on double shift basis shall be offered as spare. 9.3

Air pressure regulator, if necessary, shall be provided by the tenderer.

9.4

The make of pneumatic control equipment shall be of reputed make. The makes Shall be indicated.

10 10.1

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

10.2 The sump aggregate shall have the following: a) Oil level sight guages or any other equipment showing the minimum and maximum oil levels in sump. b) A drain plug at the lowest portion of the tank. It shall be possible to drain the oil from the tank without disconnecting any pipes or other fittings. 10.3

10.4 10.5 10.6

10.7 10.8

The temperature of oil in hydraulic circuits shall not exeed 60 degrees C in any case. Suitable arrangement shall be incorporated to ensure that the oil is not overheated under local weather conditions at continuous normal working of the machine. Facilities for bleeding of air in case of air lock shall be provided. The hydraulic reservoir, pump and allied equipment shall be suitably segregated from the machine in order to remove major source of heat. Hydraulic oils used on the machine shall be available in India. Successful tenderer will be required to indicate brand names of approved oils supplied by various Indian Oil Companies. First fill of hydraulic oils used on the machine shall be provided with the machine The hydraulic system elements shall be from reputed Indian manufacturers like M/s. REXROTH, Vickers-Sperry, Yuken, L&T etc. The make of different elements shall be clearly indicated. Details of Hydraulic system shall be indicated.

Signature of Bidder with seal 45

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SCHEDULE-IV ANNUAL MAINTENANCE CONTRACT (See clause 2.3 of Technical Specification) 1.

2.

3.

4. 5.

6.

7.

8.

Tenderers are required to quote for a comprehensive Annual Maintenance Contract for the machine supplied against this specification, which will be inclusive of all spares, material and labour costs. The duties and taxes as applicable should be indicated separately. All consumables except Diesel/ fuel, lubricating oils or coolant shall form a part of the scope of comprehensive AMC. AMC agreement for each installation will be signed between the consignee and the tenderer if opted for by the consignee. The detailed terms and conditions of AMC shall be as given in following clauses: The duration of AMC shall be 5 years from the date of expiry of warranty. Rates for AMC shall be quoted by the tenderer on yearly basis which will remain applicable during the 5 years duration of AMC and not subject to any variation except any statutory changes in taxes and duties as compared to quoted rates. The tenderer must confirm willingness to offer AMC services at all consignee locations without any preconditions. The consignees must communicate their option to enter into AMC according to these terms and conditions atleast 30 days prior to expiry of warranty. The AMC agreement must be signed within 6 months from the date of expiry of warranty. In case the AMC agreement is not finalised within 6 months from the date of expiry of warranty, the tenderer may charge one-time initial inspection charges of upto 20% of quarterly AMC charges in addition to the rates quoted for AMC. In case, a diesel engine is used as the prime mover for machine under AMC, the firm may carry out an initial inspection of the engine prior to commencement of AMC. Repair of any defects noticed during the inspection will be a responsibility of the consignee. The details of preventive maintenance services to be provided under AMC shall be provided by the tenderer in the following format. OF EXPECTED S.N. TYPE OF PERIODICITY ITEMS TO ITEMS REPLACEMENT PLANT BE PREVENTIVE DOWN CHECKED SCHEDULE TIME

Preventive maintenance shall be conducted on weekends through mutual agreement with the consignee. The preventive maintenance regime offered must be aimed at achieving minimum 90% uptime of the plant excluding the plant down time for preventive maintenance schedules. The tenderer shall ensure that in case a failure is reported by a consignee’s qualified service engineers visit the site within 7 days from the date of complaint on calendar days’ basis. This period of 7 days after the failure report shall be treated as grace period, which will not count towards plant down time for upto one failure per quarter and a maximum of 4 failures per annum. Incase the number of failures exceed one during any quarter or four during any year of AMC, grace period of only 2 days will be permissible for such additional failures. Complaints shall be lodged by consignee by fax, e-mail or per bearer at address given by the tenderer. The responsibility to keep the failure reporting address details current will rest with the tenderer. Incase preventive maintenance is carried out along with breakdown maintenance schedule; preventive maintenance time will be deducted from breakdown time of the plant. Signature of Bidder with seal 46

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

9.

10.

11.

12.

13.

14.

Penalty Clause:Penalty shall be levied on the tenderer for maintaining plant up time below the limit of 90% calculated on working days basis, after discounting for grace period and preventive maintenance period. Penalty shall be calculated as %age of quarterly payment and will be deducted from the respective quarterly payments. Penalty calculation will be done over quarterly payment period. S.No. Availability Slab Applicable Penalty 1. 90% to 80% 0.5% for every 1% (or part there of) reduction in availability of plant below 90%. 2. Below 80% 1% for every 1% (or part there of) reduction in availability of plant below 80%. A Bank Guarantee equal to annual value of AMC will be submitted by the tenderer at the commencement of AMC, which will be returned on completion of AMC period. Incase the tenderer fails to provide AMC services successfully, the AMC BG will be forfeited. This will be in addition to penalty as per clause 9 above. Plant up time of less than 60% for two consecutive quarters will constitute complete failure of tenderer to provide the AMC services successfully, the AMC BG will be forfeited. This will be in addition to penalty clause 9 above for the period of actual performance. Spares as per list recommended by bidder as given in bid document, will be kept by the consignee which may be used by the tenderer for performing repair & maintenance under warranty/AMC. However, all spares/items borrowed by the tenderer for warranty/AMC, shall be returned conveniently but not later than the last date of warranty period / end of next quarterly period of AMC respectively. Cost of out standing spares may be deducted from pending bills/Bank Guarantee by the consignee. (a) In all cases of plant failure except as mentioned in clause 12(b), any other spare part or material necessary to restore the plant to proper working order will be arranged by the tenderer as a part of AMC. (b) In case of damage to the machine on account of any external factor, viz., floods, earthquake, fire, arson or sabotage, entire cost of spare parts and material necessary for repair of the plant shall be borne by the railways. However, the tenderer shall provide services of their engineers free of cost as a part of AMC to restore the plant to working order. (c) In case of damage to the plant as mentioned in para 12(b), any spare parts and material necessary to restore the plant to proper working order shall be arranged by the tenderer and charged on actual basis duly certified by authorized railway official in the next quarterly bills. The rates charged for such spare parts shall be based upon the current OEM’s published spare part rate list or current DGS&D rate list for spare parts of the OEM or spare part rates accepted by Purchaser in their latest AT for a similar machine. The tenderer shall furnish one of these documents to support the rates charged for spares used for repair under para 12(b). Normally quarterly payment under AMC will be made to the tenderer within 30 days from the end of that quarter subject to submission of the following documents by the tenderer to the paying authority assigned by the consignee: a. Consignee’s certificate for work done as per proforma ‘A’ with calculation of down time and penalty applicable. b. A certificate by consignee that no spare part is due with the tenderer as per clause 12 above. c. Bills submitted by the tenderer & accepted by consignee. d. Attested photocopy of the AMC BG. The contract shall be determined in following ways: a. Notice in writing by either party, giving 3 months clear notice period. Dues, if any, will be settled in accordance with the conditions of this agreement.

Signature of Bidder with seal 47

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

15.

b. Consignee may terminate the contract in the event of failure of tenderer to provide AMC services in terms of clause 10 of the AMC agreement. Other general conditions shall be governed by Bid Document as applicable to respective RITES Letter of Award..

Signature of Bidder with seal 48

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

Proforma-A Consignee’s Certificate for Quarterly Work Done Under AMC 1. 2. 3. 4. 5. 6. 7. 8.

Name of Plant: Consignee RITES LOA No. Name of /Contractor Quarterly charges for AMC(Standard): Rs.______________ As per AMC agreement no.______________dt.___________ Quarter for which bills are preferred:___________________ From:____________________To._______________________ No. of Breakdown during the quarter: Calculation of Penalty and Net AMC charges payable to /Contractor for the quarter: i. Total Plant Down Time (in days): ii. Standard down days for preventive maintenance (in days/quarter): iii. Total grace period for break down: iv. Net down time for the plant [= (i)-{(ii)+(iii)}] : v. 100% Availability for the quarter (in days) : vi. Actual availability [= (v)-(iv)] : Actual availability in %age [= {(vi) / (v)}x 100]: vii. Calculation of penalty: a. %age availability below 90% to 80%: b. %age availability below 80%: c. Penalty[={(vii a)x(5)x0.005 +(vii b)x(5)x0.01}]: viii. Net amount payable as AMC charges to [=(5)-(vii c)] It is certified that all spares borrowed by the for the previous quarter have been returned in good condition.

Signature of Bidder with seal 49

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SCHEDULE-V SPECIFICATION NO. RITES/IE/SRBWIPL/WB RAIL/2011 Format for Time Schedule Chart (Reffer clause no.15 of technical specification) Time Schedule Offered by bidder

D1

Time Schedule required by RITES D

D2

D1+21

D1+_____

D3

D2+21

NA

D4

NA

NA

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

D5

D1 + 30

D1 + ___

D6

D5+15

NA

D7

Latest D9-60

D8

NA

NA

D9

D3+120 days

D5+ _____

10

Installation of machine

D10

D9 + ___

11

D11

12

Prove Out and commissioning of machine Issue of PTC

D9+30 days after receipt at site D10 + 30

D12

D11 + 30

13

Warranty

D13

D11+2 years

D11+2 years

14

AMC

D14

D13 + 3 years

D13 + 3 years

S.N.

Activity

Activity Code

1

Issue of LOA

2

Submission of PBG By Successful Bidder Issue of Contract By RITES after receipt of PBG Opening of LC

3

4 5

6

7 8 9

Remarks, if any

D

---

D10 + ___

---

If applicable

NOTE: Not withstanding the delivery period indicated elsewhere in the tender document, the delivery indicated in this Annexure shall be taken as over riding and final.

Signature of Bidder with seal 50

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER DOCUMENT FOR

DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL)

SECTION – V BID FORM AND PRICE SCHEDULE

Signature of Bidder with seal 51

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SECTION-V BID FORM AND PRICE SCHEDULE (Ref Cl. 8.1 of Instruction to Tenderer) (On letter head of the Manufacturer and should be signed by the Competent Authority) To, General Manager (RW & IE), RITES Limited, RITES Bhawan, Plot No. 1, Sector 29, Gurgaon – 122001 (Haryana), India. RITES Ltd. Tender No ……………………………..

Due date of opening …………

1.0 We…………………………………………hereby certify that we are established manufacturer / authorised agents of M/s ………………………………………………………. with factory at ………………………… where the production methods, quality control and testing of the parts and materials manufactured or used by us are open to inspection by the representative of RITES Limited. We hereby offer to supply and deliver (within the delivery period), prepare foundation/civil work, install/erect, commission, put into service and prove out as per schedule indicated below: (All prices to be quoted only in Indian Rupees) 1

Item No

2

Description

3

Specification

4

Unit

5

Quantity

6.1

*Ex factory price of WEIGH BRIDGE 50 T ( RAIL) ON TURNKEY BASIS including concomitant accessories & maintenance tools (for indigenous machines) / Ex warehouse/showroom for (imported machines) (Break up of quantity, unit cost of standard/ concomitant accessories to be furnished, separately also).

6.2

Excise Duty

6.3

Other Levies

6.4

Sales Tax

6.5

Packing charges

6.6

Forwarding Charges

Signature of Bidder with seal 52

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

6.7

Freight to destination

6.8

Insurance Charges (if any)

6.9

Other Charges if any (should be specified clearly)

6.10

CIP Destination Price (Total of 6.1 to 6.9)

6.11

Discount if any

6.11

Net Price after discount (both in figures and words)

*At 6.1 above, tenderer should quote ex factory Price for equipment manufactured in India. Those who are quoting for equipment imported by them should quote their Ex Warehouse (India) price. The ex-factory/ex-warehouse price should include all charges of finished goods. Note: 1 Please delete whichever is not applicable. 2. Tenderer should note that discount quoted by them other than in specified column/space will not be taken into consideration for comparison/ evaluation purpose. The charges/rates as applicable towards foundation/civil work making, installation, Commissioning, Training etc shall be quoted for: 8.0 All inclusive Foundation/civil work Making Charges (wherever applicable) – (inclusive of material, tools, labour and supervision) 9.0

Installation & Commissioning Charges of Machine.

10.0

Training Charges (if any)

11.0

Taxes, if any

12.0

Total (both in figures and words)

The CIP rates for optional accessories and mandatory and recommended spares should be quoted for: 13.0 Optional Accessories as per Schedule IV of Technical specifications (section V ) Unit price and qty to be furnished separately (These may or may not be ordered any or in part or full quantity). 14.0

Mandatory and recommended Spares for 2 years Unit price and qty to be furnished separately ( Recommended spares may or may not be ordered any or in part or full qty )

16.0

AMC for a period of 5 years inclusive of all spares, material and labour costs. All consumables except Diesel/ fuel, lubricating oils or coolant shall form a part of the scope of comprehensive AMC.( AMC charges will not considered for tender evaluation)

16.1

The duties and taxes as applicable should be Signature of Bidder with seal 53

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

indicated separately The Delivery Period, Installation & Commissioning Period offered should be indicated as under as applicable: 17.0 Delivery Period at Destination/Site 18.0

Foundation/civil work Making Period (if applicable)

19.0

Installation & Commissioning Period

2.0

It is hereby certified that we have understood the Instructions to Tenderers, Conditions of the Contract attached to the tender and have thoroughly examined the technical specifications and are fully aware of the nature of stores required and our offer is to supply stores strictly in accordance with the requirements and to the terms of the tender. We also agree to solely abide by all the tender conditions if the contract is awarded to us.

3.0

We hereby offer to supply the stores detailed above or as you may specify in the Letter of Award of the Contract at the price quoted and agree to hold this offer open for acceptance for a period of 180 days from date of opening of the tender.

4.0

Earnest Money for an amount equal to Rs……………. is enclosed in form of Bankers Cheque / Demand Draft bearing No…….. issued by ………………………….. in favour of RITES Ltd. Payable at Gurgaon.

5.0

We posses the necessary industrial license from the Government of India for manufacturing/ marketing of the item offered (Details enclosed) OR No industrial licence is required for manufacturing/ marketing of the item offered.

7.0

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

8.0

We hereby declare that in quoting the above price, we have taken into account the entire credit on inputs available under MODVAT scheme introduced w.e.f 1st March 1986 and further extended on more items till date.

9.0

We further agree to pass on such additional duties become available in future in respect to all the inputs used in the manufacture of the final product on the date of supply under the MODVAT scheme by way of reduction of prices and advise the purchaser accordingly.

Date:

………………. Signature and Seal of the Tenderer

Note: 1. 2. 3. 4.

Costs to be indicated for each schedule. The offer must be submitted as per the above format. The prices should be both in figures and words In case of Turn Key basis contracts the desired rates should also be quoted. No alterations or erasures in the offer are permitted. Any correction made in the offer must be initialed by the tenderer. Signature of Bidder with seal 54

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL)

SECTION – VI CHECK LIST

Signature of Bidder with seal 55

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

SECTION-VI CHECK LIST TENDER NO: RITES/TS/SRBWIPL/M&P-32/2011 Note: The check list may be duly filled in and submitted with the offer. S No Document Yes 1

Have you purchased the original Tender/Bid Documents OR Downloaded from RITES website.

2

Have you submitted an Earnest Money Deposit (EMD)

3

Have you submitted current and valid Letter of Authority from manufacturer (in case of authorized agents)

4

Have you submitted Performance Statement as per the proforma along with the certificates.

5

Credentials & Certificate are submitted duly self attested

6

Have you submitted Statement of deviation from Tender Conditions (Instructions to Tenderer, Conditions of the contract) as per the proforma

7

Have you submitted Statement of deviation from Tender Technical Specification as per the proforma

8

All the pages of Tender Documents have been signed by the authorized person under seal of the firm

9

Have you quoted in complete CIP destination price including the cost of Concomitant/Standard accessories in the price of the machine/equipment

10

Have you quoted for mandatory and recommended spares for 2 years period

11

Have you quoted for all the Optional items

12

Have you quoted in the prescribed proforma

13

Have you quoted the entire bid price in Indian Rupees

14

Have you quoted the rates in both words and figures

15

Have you indicated detailed delivery schedule

16

Have you kept your offer valid for 180 days

17

Have Turnover figures certified by the auditor.

No

Signature and Seal of the Tenderer

Signature of Bidder with seal 56

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER NO: RITES/RW&IE/SRBWIPL/M&P-32/2011

TENDER DOCUMENT FOR DESIGN, MANUFACTURE, SUPPLY, CIVIL WORK, INSTALLATION, COMMISSIONING & PROVEOUT OF WEIGH BRIDGE 50 T ( RAIL)

SECTION – VII ANNEXURES & PROFORMA

Signature of Bidder with seal 57

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

Annexure – 1 (Please refer Clause 8.1 of Instructions to Tenderer) PROFORMA FOR PERFORMANCE STATEMENT (attach separate sheet) S.No.

Full address of Purchaser with contact details

Name and contact details of actual user (Tel/ Fax/Email etc)

Order No. and Date

Description of Stores

Qty

Value of order

(1)

(2)

(3)

(4)

(5)

(6)

(7)

Date of Date of Remarks delivery commissioning

(8)

(9)

The information detail given above is correct and in case the information given is incorrect the offer is liable to be rejected. Signature of Authorised Signatory (Name/Designation & Seal) Note:

1. Complete details should be given. 2. The details should be in order of capacity-wise. 3. Performance Certificate from the consignee/end user as per clause 7.0, without which the offer is likely to be rejected.

Signature of Bidder with seal 58

(10)

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE – 2 (On letter head of the Manufacturer and should be signed by the Competent Authority) PROFRORMA FOR LETTER OF AUTHORIZATION FROM THE MANUFACTURERS

Ref. No:………………………………………

Date……………..

To, General Manager (Mech), Technical Services Division, RITES Limited, RITES Bhawan, Plot No. 1, Sector 29, Gurgaon – 122001 (Haryana), India. Dear Sir, Sub: Tender No………………………………………. We, ……………………………………………………………………….., an established manufacturer of …………………………. having factory at…………………………………………….. and office at ………………………………………….. We authorise M/s ……………………………………….. (name and address of agents) to sell our products and can participate in above mentioned tender directly in accordance with their Terms of Business. We shall provide strong technical support to our authorize agent as well as to the final user. No firm or individual other than M/s………………………………………. are authorized to represent us in regard to the business against this specific tender. In case of default of our authorised dealer, the contractual liability shall lie with us.

Yours faithfully

Signature (Name ) For & on behalf of M/s……………..(Manufacturer)

Signature of Bidder with seal 59

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE - 3

COMMERCIAL DETAILS

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

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

(i)

Name of the firm

(ii)

Address of firm with Telephone No(s), Fax No(s)

(iii)

Is the firm a small scale unit registered with NSIC ? If so, a copy of the registration certificate should be enclosed.

(iv)

Name and address of the Banker.

(v)

Last 5 years turn over. (Documentary evidence should be enclosed)

(vi)

A copy of PAN / TAN

(vii)

Details of After sale & Service of the equipment offered

Signature (Name/Designation)

Signature of Bidder with seal 60

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE – 4 (Refer Clause 23.2, Instructions to Tenderer) PERFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS We hereby agree to comply with all the clauses of the Conditions of Contract as per Section III fully.

(Signature and Seal) of the Tenderer Date Or We offer the equipment complete with Conditions of Contract as Section III, except the following deviations: S No

Section/ Clause No.

Details of Deviation

Reason / justification for giving deviations

Additional Sheets may be used, if Required

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

Signature of Bidder with seal 61

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE – 5 (Refer Clause 23.2, Instructions to Tenderer) PERFORMA FOR STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS We hereby agree to comply with all the clauses of the technical Specifications as per Section IV fully.

(Signature and Seal) of the Tenderer) Date Or We offer the equipment complete with technical specifications as per Section IV , except the following deviations: S No

Section/ Clause No.

Details of Deviation

Reason / justification for giving deviations

Additional Sheets may be used, if Required

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

Signature of Bidder with seal 62

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

Annexure-6 (sheet 1/2) (Refer Clause 8.0 of Conditions of Contract)

PROFORMA OF BANK GUARANTEE BOND TOWARDS CONTRACT PERFORMANCE GUARANTEE (For 10% of contract value) Bank Guarantee No____________________ Date_________________ To, __________________________________________________(Name of Purchaser) Against contract vide Letter of Acceptance No__________________ dated__________ covering supply of _______________________ (hereinafter called the said ‘contract’) entered into between General Manager (Mech)/RW&IE, RITES Limited (A Govt. of India Enterprise), Gurgaon and ___________________ (hereinafter called the ‘Contractor’), this is to certify that at the request of the Contractor we, ___________________ Bank Ltd., are holding in trust in favour of the General Manager (Mech)/RW&IE, RITES Limited an amount of Rs ________________( write the sum here in figures as well as words) to indemnify and keep indemnified the General Manager (Mech)/RW&IE, RITES Limited against any loss or damage that may be caused or likely to be caused to or suffered by the General Manager (Mech)/RW&IE, RITES Limited by reason of any breach by the contractor of any of the terms and conditions of the said contract and/or the performance thereof. We agree that the decision of the General Manager (Mech)/RW&IE, RITES Limited, whether any breach of any of the terms and conditions of the said contract and/or in the performance thereof has been committed by the contractor and the amount of loss or damage that has been caused or suffered by General Manager (Mech)/RW&IE, RITES Limited shall be final and binding on us and the amount of the said loss or damage shall be paid by us forth with on demand and without demur to the General Manager (Mech)/RW&IE, RITES Limited We_____________________ Bank., further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the said contract by the contractor i.e. till______________(viz. the date upto 12 months after the date of shipment/delivery of the goods ordered) hereinafter called the ‘said date’ and that if any claim accrues or arises against us, ___________________Bank., by virtue of this guarantee before the said date, the same shall be enforceable against us, _________________ Bank., notwithstanding the fact that the same is enforced within six months after the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from the General Manager (Mech)/RW&IE, RITES Limited. It is fully understood that this guarantee is effective from the date of the said contract and that we, _______________ Bank., undertake not to revoke this guarantee during its currency without the consent in writing of the General Manager (Mech)/RW&IE, RITES Limited.

Signature of Bidder with seal 63

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

Annexure-6 (sheet2/2) We, ___________________Bank, further agree that the General Manager (Mech)/RW&IE, RITES Limited shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by the General Manager (Mech)/RW&IE, RITES Limited (against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said contract and we, ____________ Bank Ltd., shall not be released from our liability under this guarantee by reason of any such variation or extension being granted to the said Contractor or for any forbearance and or omission on the part of the General Manager (Mech) /RW&IE, RITES Limited or any indulgence by General Manager (Mech)/RW&IE, RITES Limited to the said Contractor or by any other matter or thing whatso-ever, which, under the law relating to sureties, would, but for this provision have the effect of so releasing us from our liability under this guarantee.

We___________________ Bank., further agree that the guarantee herein contained shall not be affected by any change in the constitution of the said Contractor.

Date__________________ Signature_____________________ Place__________________ Name_______________________ (Designation) Witness

_______________________ _______________________

(Bank’s Common Seal)

Signature of Bidder with seal 64

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE – 7 (sheet 1/2) (Refer clause-10.0 of Contract Conditions , Section III) PROFORMA OF BANK GUARANTEE BOND FOR 10 (TEN) % CONTRACT VALUE TOWARDS WARRANTY GUARANTEE Bank Guarantee No____________________ Date_________________ To, __________________________________________________ (Name of Purchaser) Sub: Guarantee No_________________ for Rs _____________ (Amount) Covering Machine(s) Serial No___________ supplied to SRBWIPL,KULTI (Consignee) Ref: Contract (LOA) No_______________ dated_______ placed on M/s _______________

WHEREAS M/s___________________ one of our constituents, (herinafter called the “Seller”) have agreed to sell to you ____________ Nos. of ______________________ (give description of machine/equipment) as per Contract (LOA) No______________ dated_______ (herin after called the “the said contract”). AND WHEREAS according to the terms of said contract, it has been stipulated that payment of 10 (ten) % of the value of the stores would be made, provided that the Sellers furnish to the Purchaser a Bank Guarantee from a recognized/schedule bank, acceptable to the Purchaser for 10% of the value of the said contract, valid for a period covering in full the Guarantee Period as per the warranty clause of the said conditions of the contract, being the conditions attached to and forming part of the said contract. AND WHEREAS the Sellers have approached us to give the said Bank Guarantee on their behalf in your favour for an amount representing 10% of the value of the said contract which you have agreed to accept. That in consideration of the promise and at the request of the said Sellers, we herby irrevocably undertake and guarantee to pay to the General Manager (Mech)/RW&IE), RITES Limited (A Govt. of India Enterprises) or at such other place as may be determined by you forthwith on demand and without any demur, any sum upto a maximum amount of Rs _________ (Rupees______________________ ) representing 10% of the value of the stores delivered under the said contract in case the sellers make default in paying the said sum or make any default in the performance, observance or discharge of the guarantee contained in the said contract. We agree that the decision of the General Manager (Mech)/RW&IE, RITES Limited whether any default has occurred or has been committed by the Sellers in the performance, observance or discharge of the guarantee aforesaid shall be conclusive and binding on us. General Manager (Mech)/RW&IE, RITES Limited shall be at liberty, from time to time, to grant or allow extension of time or give other indulgence to the said Sellers or to modify the terms and conditions of the contract with the said Sellers without affecting or impairing this guarantee or our liability hereunder. Signature of Bidder with seal 65

Tender No: RITES/RW&IE/SRBWIPL/M&P-32/2011

ANNEXURE – 7 (sheet 1/2)

This bank guarantee comes into force when the balance 10% of the value of the stores, delivered under the said contract, has been paid and will remain in full force and effect upto ____________ i.e., for _________ months counted from the date of placing the stores in service, and, shall continue to be enforceable for further six months i.e. upto _________________ (date), hereinafter called the said date.

That no claim under this guarantee shall be entertained by us unless the same has been preferred by the General Manager (Mech)/RW&IE, RITES Limited within the said date.

Date__________________ Signature_____________________ Place__________________ Name_______________________ (Designation) Witness

_______________________ _______________________

(Bank’s Common Seal)

Signature of Bidder with seal 66