Home

RASHTRIYA ISPAT NIGAM LIMITED

image

Contents

1. RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM 530 031 MATERIALS MANAGEMENT DEPARTMENT PURCHASE WING BLOCK A MAIN ADMINISTRATION BUILDING VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM 530 031 ANDHRA PRADESH INDIA Telephone No 91 9866175501 FAX No 91 891 2518756 91 9618279789 91 891 2518753 Email mkrao vizagsteel com kbalaji vizagsteel com GLOBAL TENDER NOTIFICATION Invitation to Tender No Pur 1 90 0830 0077 dt 14 05 2011 Sealed tenders are invited for supply of Hydraulics Mudguns amp Drilling Machines for BF as per specifications Last date amp time for issue of Tender Documents 02 07 2011 till 1700 HRS IST Last date amp time for receipt of Tenders 04 07 2011 by 1030 HRS IST Tender document is available on our Website www vizagsteel com for free down load GENERAL MANAGER MM I C RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT A Government of India Enterprise INDEX Invitation for Tender No Pur 1 90 0830 0077 dt 14 05 2011 for supply of Hydraulic Mudgun amp Drilling Machine Notice of Invitation To Tender Annexure I Technical Specifications Annexure II Instructions to Tenderers Annexure Ill Proforma of Price Bid Annexure IV Check List Annexure Proforma of Bank Guarantee for Bid Bond Annexure VA Check list for Bid Bond Bank Guarantee Annexure VI Proforma of Authorization letter Certificate Annexure VII General Ter
2. 20 1 5 20 2 20 2 1 20 3 20 3 1 20 3 2 20 3 3 20 3 4 20 3 5 20 3 6 415 V system Voltage 6 to 696 Frequency 3 to 3 All switchgear shall be designed for withstanding short circuit level of for 1 sec at 415V level Control circuit voltage adopted for 415 V circuit breaker ac contactor auxiliary relays etc shall be 240 V AC Battery Limit Incoming power of 415V 3 phase shall be made available at the incoming terminal of tenderers MCC MCC shall be located in the 14IICY room located at 12 1 m in the periphery of cast house Tenderer shall visit the site and design MCC accordingly Scope of work The scope of work shall include the electrics for hydraulic mudgun and drill machine equipment not limited to the following Supply of 415V Motor Control Centres MCC for four 4 nos hydraulic mudgun and drill machines Supply of field equipment junction boxes local control stations Control desks etc related to new hydraulic mudgun and drill machines and hydraulic stations Basic and detail engineering including BOQ for the following items i Cables 1 1kV grade PVC XLPE armoured aluminum cable for secondary distribution HRPVC FRLS power and control cables for hot areas flexible copper cable for motor connection from power junction boxes to motor terminals PVC armoured copper control cable for motor control and instrumentation amp automation and Triad cables for RTDs BTDs
3. 21 1 1 This section covers design and engineering manufacture software development inspection supply testing supervision of erection and commissioning of Instrumentation and Automation system as required for efficient and safe operation of four 4 nos hydraulically operated mud gun and drilling machine along with the hydraulic system for BF 1 21 1 2 Any item devices or accessories not included in this section but essential for proper functioning of the offered systems shall be included by the tenderer in his offer 21 1 3 Each deviation exception to the specification mentioned in clause no 21 0 shall be listed separately If the deviation exception is not clearly listed the purchaser shall not consider the same later 33 21 1 4 Software development for Automation system shall be done in association with purchaser s personnel 21 1 5 The successful tenderer shall be responsible for co ordination with equipment erection contractor 21 2 Scope 21 2 1 The scope of work of the tenderer shall include design and engineering manufacture software development inspection supply testing supervision of erection and commissioning of complete Instrumentation and Automation system 21 2 2 The tenderer s scope of supply for Instrumentation and Automation system shall include but not be limited to the following 21 2 2 1 All field mounted instruments comprising local indicators primary measuring elements transmitters switc
4. NOTIFIER EDWARD CERBERUS AND UL FM LPC APPROVED NOTIFIER EDWARD CERBERUS AND UL FM LPC APPROVED UNIVERSAL FORT GLOSTER INCAB INDUSTRIAL FINOLEX NICCO AMCO STANDARD EXIDE UL FM LPC AND TAC APPROVED UL FM LPC AND TAC APPROVED KSB KBL M amp P KBL KSB SU MOTORS GRUNDFOSS KBL WPIL JYOTI M amp P KSB GRUNDFOSS CALAMA CRI KSB GRUNDFOSS SU WASP KISHOR MBLI WARMAN DENVER HDO AKAY BDK SAM TURBO KBL M amp P KISHOR MBH KSB SAM TURBO AKAY KHIMLINE KSB KBL PROCESS PUMPS ANTICO SAM TURBO SI No 10 Component Dosing Pos disp Blowers COOLING TOWERS Cooling tower Cooling tower fan Cooling tower gear box ENGINE HEAT EXCHANGER Plate type Finned tube type TREATMENT PLANTS Filtration Plant High rate Ordinary Waste water treatment plant equip Reverse Osmosis R O Plant R O membrane Ultra filtration membrane PIPES AND PIPE FITTINGS Carbon steel pipes Carbon steel pipes seamless Stainless steel pipes F R P pipes and fittings F R P vessels tanks Lining of tanks C l pipes DI pipes 64 Make ASIA LMI PROMINENT SHAPOTOOLS VK PUMPS GRUNDFOSS KAY SWAM EVEREST PCT BALCKE DURR GAMMON SHRIRAM EPC L amp T COOL FLOW RECONDO GAMMON STORK PCT PARU ELECON RADICON PREMIUM PCT KIRLOSKAR CUMMINS KOMATSU CATERPILLAR ALFA LAVAL TRANTER GEA NATIONAL DAIRY DEVELOPMENT SCHMIDT BRETTEN INDIA PCT GEA BHPV THERM
5. 10 TABLE OF CONTENTS SPECIFICATION FOR HYDRAULIC MUDGUN AND DRILLING MACHINE l Scope Matrix Il Drawings 26969 01 03 ELE 0001 Power and control scheme for non reversible Motor feeder upto 110 KW DOL starting 26969 01 03 ELI 0001 Automation system configuration diagram for Mudgun and Drilling Machine for BF 1 BF1 CH 001 Arrangement of Cast House Floor 11 1 0 1 1 1 2 1 3 1 4 1 5 2 0 2 1 2 2 SPECIFICATION for HYDRAULIC MUDGUN AND DRILLING MACHINE OF BLAST FURNACE 1 for VISAKHAPATNAM STEEL PLANT INTRODUCTION Visakhapatnam Steel Plant VSP owned by Rashtriya Ispat Nigam Limited RINL is producing about 4 0 million tons of hot metal per annum Mtpa from their existing two blast furnaces VSP is operating the blast furnace 1 Godavari installed at Visakhapatnam since March 1990 VSP intends to carry out Category I capital repair of blast furnace 1 which includes upgradation of blast furnace and improvements in energy efficiency amp working environment The furnace useful volume is being increased to 3800 cum from 3200 cum As a part of this Category l capital repair VSP intends to replace four nos electrically operated mud gun and drilling machine with new higher capacity hydraulically operated cast house equipment This specification covers the design and engineering manufacture supply supervision of erection commissioning and demonstration of performance guarantee tests of
6. DAD 2409 ac 73 Hy 50 Hz BUSBAR CONTROL GE E SUPPLY D a P RELAY 8 3 56 Reser Ld La Bre a TESTA Ne g 3 3 fa TO PLO 5 x1 4 dtes I g rh Kaa m dA HD 4 NG EN E wee SD m8 T1 UNIT Fe nh F n JE GUTPUT Li B FS Vv FOR STARTING 4 b POWER ET er Hashi 3 4 ELECTRONIC d gao MICRO PROCESSOR BASED MOTOR pim RHEE TA REAT KCO IK K3 C ram R s AUXRELAY CIRCUIT HEALTHINESS AUi MAIN LEGAL DM amp TRIP x PLG OUTPUT SVPERMSIDN RELAY RELAY CONTACTOR SELECTED LOCAL SELECTED LAMPEBLUE PUB FOR MOTOR RATING 5 1B 5KW A ABDVE Dor 8 53 13 3 16 200v ac ix rn T CANTROL AE i yt 42 TERMIHAL SUPPLY 5 hr of ga SE IM PLO eg B IN MEG zU EE ke Eher 588 k HPE w OOMMOH mist 7 vere 3 17 4 IN LOCAL 0O lope Eos one re So ae j PEE TEST PB WILL BE MOUNTED CH THE FRONT DOOR OF COMPARTMENT Il MODULE L 4 sek PROVIDE AMMETER F FEEDER 184 ABOVE Ez oe see eee m 2 RASHTRIYA ISPAT NIGAM LTD VISAKHAPATMNAM STEEL PLANT POT AL AERAR OF ORG NE MER VAR mue W N DASTUR amp COMPANY P LTDL HT DATE GOHSLL TING EFHIHEERE KOLKATA BLAST FURHAPE 1 CANT HOUSE POWER AHD CONTROL SCHEME FOR NOM REVERSIBLE MOTOR FEEDER UPTO 110 KW DOL STARTE Hes DATE Br REF DRAMNGS NOTES Presse 25960 ORG Ho 26966
7. Flame proof L T Geared Motor DC Mill Motor Main Drive DC Mill Motor Auxiliary Drive AISE Type DC Motors Industrial type Roller Table Motors AC AC Drives VVVF drive for non process units amp auxiliary motors DC Drives VVVF Motors AC for process units 69 Make SIEMENS GE POWER L amp T C amp S ECC SWITCHING CIRCUIT HCE TECHNOCRATS TECHNO COMMERCE SEN amp SINGH MK Engineers POWER amp PROTECTION Cosmic Power System Power Media Switchgear Controls SCHNEIDER INDPOWER Vizag Industrial Switchgear Ltd Mumbai SIEMENS GE POWER L amp T CGL C amp S SWITCHING CIRCUIT HCE TECHNO COMMERCE SEN amp SINGH ECC IND POWER MK Engineers TECHNOCRATS POWER amp PROTECTION Cosmic Power System Power Media Vijay Switchgear Controls SCHNEIDER SONTOSH ENGG WORKS VIZAG SIEMENS GE POWER L amp T ABB SCHNEIDER INDO ASIAN BHEL CGL AREVA SIEMENS CGL KEC BHEL AREVA BHEL SIEMENS ABB SIEMENS CGL ABB AREVA BB ELGI WEG BHEL KIRLOSKAR Westing House HINDUSTAN ELECTRIC MOTORS KIRLOKAR KEC CGL SIEMENS BBL AREVA KIRLOSKAR KEC POWER BUILD IC BHARAT BIJLEE SEW FIMET KRILOSKAR KEC BHEL KIRLOSKAR KEC BHEL CGL AREVA KIRLOSKAR KEC BHEL BHARAT BIJLEE KIRLOSKAR KEC CGL AREVA BHEL IC ABB SIEMENS SIEMENS ABB L amp T Yasakawa Control Technique SCHNEIDER TB Woods Rockwel
8. In case any tenderer is silent on any clauses mentioned in this tender document VSP shall construe that the tenderer had accepted the clauses as per this Invitation to Tender The price quotations should be given in the Part Ill Price bid and not in any other accompanying documents or statement No revision in the price 5 terms and conditions quoted in the offer will be entertained after the last date and time fixed for receipt of tenders Offers received by VSP by cable e mail telex fax or telegrams and tenders received late delayed will not be considered Amendment to Tender Terms and Conditions reason modify the tender terms and conditions by way of an amendment website at regular intervals 13 0 COMPLETENESS OF THE TENDER 13 1 Each Tenderer should ensure that the aforesaid conditions for submission of offers are duly complied with Failure to furnish correct and detailed information as called for will render the concerned tender liable to rejection 14 0 14 1 15 0 PUNITIVE ACTIONS TO BE TAKEN AGAINST AGENCIES WHO SUBMIT FALSE FORGED DOCUMENTS TO VSP If it comes to the notice of RINL at any stage from request for enlistment tender document that any of the certificates documents submitted by applicants for enlistment or by bidders are found to be false fake doctored the party will be debarred from participation in all RINL tenders for a period of 5 years including termination of contract if aw
9. The fineness of filter shall be 5 micron The mobile filling unit shall be complete with electrical 43 22 1 3 18 22 1 3 19 22 1 3 20 22 1 3 21 23 0 control box 15 m long cable with 3 pin plug and 15 m suction amp delivery hoses One 1 no accumulator charging set complete with manifold block isolation valve hose and pressure gauge shall be provided for filling accumulators with nitrogen for hydraulic systems amp its accessory equipment Necessary test kit for proportional valves servo valves if any shall be provided The quantity and quality requirements of hydraulic oil shall be clearly indicated The space required for storage of fresh hydraulic oil barrels and spent hydraulic oil barrels and the quantity to be stored normally shall be indicated Supply of 1 no of low vacuum dehydrator anddegassing system by the tenderer QUESTIONAIRE Mudgun Quantity amp Make Drive Type of control Display locations Plugging pressure unit Hydraulic pressure unit Plugging speed unit Nozzle diameter unit Holding force unit Life unit Cooling of clay barrel Water requirement nozzle unit Clay volume indicator Mud charger Height Weight Nozzle adjustment Upwards downwards horizontal Clay specification Clay type Clay shelf life Grain size Volatile matter Bulk density Workability index at 50 deg C Operation during power failure
10. ii Installation accessories Prefabricated GS cable trays racks hooks tray supports GI pipes conduits angle channel flats flexible GI conduit coupler sockets and clamps iii Complete earthing system with earth electrodes Gi flats Gl wire clamps sockets nuts test links etc for the new equipment One 1 set industrial type microprocessor based with IGBT parallel redundant UPS system for feeding power to complete automation and Instrumentation system UPS shall be located at PLC room Four 4 nos Control desk pulpit suitable for mounting local display unit small HMI and various lamps push buttons selector switches etc to control the operation of Mudgun and Drilling machine along with cover manipulator The control desk pulpit shall be fabricated out of 2 mm thk CRCA sheet with stainless steel top Four 4 nos radio controlled unit with necessary actuators for local operation of Mudgun and Drilling machine along with cover manipulator 26 20 3 7 20 3 8 20 3 9 20 3 10 20 3 11 20 3 12 20 4 20 4 1 20 4 1 1 20 4 1 2 20 4 1 3 20 4 1 4 20 4 1 5 20 4 1 6 Supply installation of all cables required for Mudgun amp Drilling machines including power supply cable to new MCC Installation accessories complete earthing system required for Mudgun amp Drilling machines and hydraulic stations are in purchaser s scope Tenderer shall provide Basic technical data specification for v
11. 0 Tenders submitted against this tender shall not be returned in case the tender opening date is extended postponed Tenderers desirous to modify their offer terms may submit their revised supplementary offer s within the extended TOD by clearly stating the extent of updation done to their original offer and the order of prevalence of revised offer vis vis original offer The employer reserves the right to open the original offer along with revised offer s 10 0 Not withstanding anything specified in this Tender Documents Rashtriya Ispat Nigam Limited in its sole discretion and without having to assign any reason reserves to itself the rights a To accept or reject the lowest tender or any other tender or all the tenders b To accept any tender in full or in part c To reject the offers not conforming to the tender terms and d To give Purchase preference to Central Public Sector Enterprises CPSE as per Government of India guidelines ASST GENERAL MANAGER MM ANNEXURE RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM SPECIFICATION NO VSP BF 1 CR PRI 002 for HYDRAULIC MUDGUN AND DRILLING MACHINE OF BLAST FURNACE 1 PART A ELIGIBILITY CRITERIA FEBRUARY 2011 M N DASTUR amp COMPANY P LIMITED Consulting Engineers P 17 Mission Row Extension Kolkata 700 013 PART A ELIGIBILITY CRITERIA FOR HYDRAULIC MUDGUN AND DRILLING MACHINE OF BLAST FURNACE 1 The Tenderer shall m
12. 01 03 ELE 0001 REw Q 47 PLC ROOM LOCATED AT CAST HOUSE PULPIT PLATFORM OPERATOR CUM ENGINEERING STATON oan ins REDUNDANT TASE REMOTE RACK DROP VO RACK FOR HYDRAULIC DROP L POWER RACK INSTRUMENT SENSORS AND ACTUATORS g PANEL I ES PULPIT FOR PULPIT FOR TAPHOLE 2 INCLUDING HEATERS NOTE BF 1 CONTROL ROOM OPERATOR REMOTE mi uo me Bg vo Re DROP DROP LEGEND LDU LOCAL DISPLAY UNIT PULPIT FOR TAP HOLE 3 PULPIT FOR TAP HOLE 4 SMALL HMI CD CONTROLDESK 48 1 INTERFACE BETWEEN MUDGUN amp DRILLING MACHINE PLC SYSTEM AND BF 1 MAIN PLANT RCU RADIO CONTROL UNIT LEVEL 1 AUTOMATION SYSTEM SHALL BE CONSIDERED AS FER CLAUSE NO 21 320F TS 2 HARDWRED INTERFACE BETWEEN MUDGUN amp DRILLING MACHINE PLC SYSTEM AND COVER MANIPULATOR SHALL BE CONSIDERED 3 HOT REDUNDANCY SHALL BE PROVIDED FOR CPU POWER SUPPLY COMMUNICATION MODULE VO BUS DATABUS 4 DI DO CARDS 24VDC Al AO CARDS 4 20mA SOLA TED FOR TENDER PURPOSE ONLY RASHTRIYA ISPAT NIGAM LTD VISAKHAPATNAM STEEL PLANT VEP CAPITAL REPAIR OF BF 1 amp 2 CLIENT DRG NO wa M N DASTUR amp COMPANY P LTD CONSULTANT CONSULTING ENGINEERS KOLKATA fee vr we foe _ meme Pro j29 amp 20 AUTOMATION SYSTEM CONFIGURATION DIAGRAM anazmo FOR MUDGUN a
13. 12 BG contains the clause for Enforceability of the same at Visakhapatnam and the address for the same is also specified in the BG Yes No 13 Enclosed are the Original confirmation letter from the BG enforcing and paying Bank Branch at Visakhapatnam in the case BG is issued from a Bank outside Visakhapatnam Yes No Note The BGs can be accepted only when reply to all the above are Yes Signature of the Supplier 109 ANNEXURE IX TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 Refer Para 2 5of Annexure ll instruction to tenderers INTEGRITY PACT Rashtriya Ispat Nigam Limited RINL hereinafter referred to as The Principal And AR I hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures a contract for supply and supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun amp Drilling Machine The Principal values full compliance with all relevant laws of the land rules regulations economic use of resources and of fairness transparency in its relations with its Bidder s and or Contractor s The Principal will nominate Independent External Monitor IEM by name from the panel of IEMs at the tender stage for monitoring the tender process and the execution of the contract in order to ensure compliance with the Integrity Pact by all the parties concerned Section 1 Commitments of the
14. 9 2 For motor feeders following shall be considered a Bimetallic thermal overload relay for motors rated below 7 5 kW b EOCRs for O C protection for motors rated from 7 5 kW up 15 kW c EOCRs for O C amp E F unbalance protection with digital display for motors rated gt 15 kW and below 110 kW d Composite motor protection relay for overload overcurrent earth fault phase unbalance and locked rotor protection with digital display for motors rated 110 KW and above However for motors driving high inertia loads relay shall be selected to provide comprehensive protection considering high starting time with non contact type speed switch interlock if required 20 4 1 9 3 One make of devices shall be adopted for motor feeders considering Type 2 co ordination as per 15 13947 PART 4 20 4 1 9 4 The contactors shall conform to requirements of 15 13944 Part 4 reversing contactors shall be provided with both mechanical and electrical interlock The contactor shall be of utilisation category AC 4 with minimum rating of 32A The minimum current rating of contactor shall be 12596 of that of full load current of motor 400Amps and above contactors shall of of vacuum type and shall be provided with RC and ZnO circuits for protection against surges 20 4 1 9 5 Test push button shall be provided in motor control circuit check healthiness of control circuit with main power circuit in off position 20 4 1 9 6 Emergency
15. 9 High Mast Towers 10 Street Light Poles Octagonal Type Tubular Type J CABLES AND CABLING ACCESSORIES 1 33kV 11kV 6 6 kV XLPE Cable 2 a 1 1 kV PVC XLPE HRPVC Cable Power b 1 1 kV PVC XLPE HRPVC Cables Control 3 Silicon Rubber insulated copper Cable 4 Flexible trailing copper cable 5 HT Cable Termination Kit straight through jointing kits 6 LT Cable Termination Kit straight through jointing kits 73 Make BAJAJ BALIGA CGL SUDHIR FCG CEAG PROMT GOVAN HANSEL HAVELL S BCH ABB LEGRAND SUDHIR INDO ASIAN BCH ABB HANSEL LEGRAND INDO ASIAN BALIGA FLAME PROOF EQPT MFG CO SUDHIR FCG PROMPT GOVAN CEAG MDS STANDARD CGL SIEMENS GE HPL HAVELL S MERLIN GERIN GUTS INDO ASIAN MDS SIEMENS GE MARLINGERIN HAVELL S HPL HAGER GUTS INDOASIAN MDS HAVELL S MERLIN GERIN SIEMENS GE HPL GUTS INDOASIAN RAJNIGANDHA HAVELL S FINOLEX THERMO PAD NICCO RPG FINECAB RADIANT POLYCAB LAPP DELTON UNIFLEX KDK BAJAJ BP Projects PHILIPS CGL VENTURA BAJAJ BP Projects PHILIPS CGL BMW Electro Steel Quality Steel Calcutta Poles amp Tubes Steel Pole Corporation BMW JINDAL RPG UNIVERSAL CCI NICCO TORRENT CABLES INDUSTRIAL INCAB CRYSTAL UNIFLEX RPG UNIVERSAL CCI NICCO TORRENT INDUSTRIAL POLYCAB FINECAB INCAB RADIANT CRYSTAL KEI SPECIAL RPG UNIVERSAL NICCO TORRENT INDUSTRI
16. Acceptance to Tender and covenants not to sue the Govt of India as to any manner claim cause of action or thing whatsoever arising of or under this Acceptance to Tender All other terms and conditions shall be as per RINL s G C C for supply of Material Tenderer s may download the same from our official website www vizagsteel com and confirm their acceptance in Part II kk 106 ANNEXURE VIII TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE BOND To be submitted on Non judicial stamp paper of value of Indian Rupees one Hundred drawn on the name of the issuing Bank TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED BANKS WHETHER SITUATED AT VISAKHAPATNAM OR OUTSTATION WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT VISAKHAPATNAM OR ANY SCHEDULED BANK OTHER THAN NATIONALISED BANK SITUATED AT VISAKHAPATNAM BONDS ISSUED BY CO OPERATIVE BANKS ARE NOT ACCEPTED To Rashtriya Ispat Nigam Limited Visakhapatnam Steel Plant Administrative Building Visakhapatnam 530031 Bank Guarantee No Dt LETTER OF GUARANTEE WHEREAS M s hereinafter referred to as the SELLER and M s RASHTRIYA ISPAT NIGAM LIMITED hereinafter referred to as the PURCHASER have entered into an AGREEMENT vide ACCEPTANCE TO TENDER A T No Dated hereinafter called the said A T for the supply of the Hydraulics Mudgun amp Drilling Machine hereinafter referred to as the MATERIALS on the terms and c
17. Bid of tender or prior to submission of tender to VSP No change in the prescribed proforma of Bank Guarantee for Bid Bond is acceptable Further the tenderer is required to submit the duly filled in CHECK LIST for Bank Guarantee as at Annexure V A along with tender 6 2 The Bid Bond as mentioned above should be established either in the form of Bank 7 0 Guarantee issued by any of the Nationalized Bank whether situated at Visakhapatnam or outstation but within India with a clause to enforce the same on their local branch at Visakhapatnam or by way of Account payee Demand Draft payable at Visakhapatnam in favour of Rashtriya Ispat Nigam Limited The Bank Guarantees from other Scheduled Banks other than Nationalised Banks should however be from the branch located in Visakhapatnam The Bond established through Co operative Banks is not acceptable The Bid Bond should be valid for minimum 180 One hundred and Eighty days from the date of tender opening Tenders received without the Bid Bond Bid Money of requisite value will summarily be rejected FATAL Bid money if paid in cash shall not accrue interest Bid Bond Bid Money submitted shall be returned to the unsuccessful tenderers on finalization of the tender and clearance from Nodal Officer of Integrity Pact However Bid Bond Bid Money submitted by the successful tenderer shall be returned to them on finalization of the tender and upon submission of Performance Guarantee Bond an
18. HELIOS INDIA LTD DELIMON AFMC LINCOLN HELIOS DELIMON AFMC LINCOLN HELIOS DELIMON AFMC LINCOLN HELIOS DELIMON AFMC LINCOLN HELIOS DELIMON AFMC ELGI LINCOLN HELIOS DELIMON FLUTEC PARKER GATES HYDROKRIMP A C INSAP GANDHI SPECIAL INDIAN SEAMLESS CHOWKSI TUBES HEAVY METALS amp TUBES HYLOC PARKER AVIT WIKA SWITZER STAUFF LINCOLN HELIOS DELIMON AFMC LINCOLN HELIOS DELIMON AFMC DECTEL SHAAN LUBE LINCOLN HELIOS ALWEILER IMO TUSHACO ROTODEL BOLL amp KIRCH PALL ALFA LAVAL INDSWEP G E A AUDCO KSB FOURESS XOMOX AUDCO XOMOX AUDCO LEADER WIKA STAUFF SWITZER INDFOSS SWITZER DANFOSS SI No Component TEMPERATURE INDICATOR TEMPERATURE SWITCH LEVEL INDICATOR LEVEL SWITCH FLOW SWITCH COUPLING FLOW GAUGE DIAPHRAGM REGULATING VALVES VALVE POSITIONERS PNEUMATIC CONTROLLERS AIR BREATHER COMPENSATOR S S WATERLINE FILTER HEATER PIPES FITTINGS HOSES CENTRIFUGE MOBILE MOTORISED PUMP MOTOR FILTER UNIT FOR OIL FILLING AIR OIL SYSTEM PNEUMATIC SYSTEM PNEUMATIC SYSTEM PNEUMATIC VALVES PNEUMATIC FRL UNIT PNEUMATIC CYLINDERS PNEUMATIC AIR BOOSTER PNEUMATIC CONVEYING SYSTEM PNEUMATIC SAMPLE CONVEYING SYSTEM 62 Make BELLS CONTROL SWITZER WIKA STAUFF INDFOS SWITZER WIKA LEVCON LEVCON BELLS CONTROL LEVCON LOVE JOY ROTEX LEVCON FOURESS FOURESS TAYLOR HYDAC PALL SURLUB SUPERFLO OTO KLIN J N MARSHALL ALCO TATA BST JINDAL INDIAN SEAMLESS MAHARAHSTRA SEAMLESS N L HAZ
19. Interlocking with operation of other C H equipment Holding time at tap hole after plugging Taphole drilling machine 44 Quantity Make Drive Type of control Stroke Length unit Hammering force Forward direction unit No of Hammering cycles min in forward direction Hammering force Reverse direction unit No of Hammering cycles min in Reverse direction Hydraulic pressure unit Drill bit diameter unit Soaking bar diameter unit Drilling speed unit Retraction speed unit Rotation speed unit Maximum Torque unit Drilling angle unit Slewing time amp angle unit Taphole length measurement system unit Life Operation during power failure Interlocking with operation of other C H equipment Weight Hydraulic system Hydraulic oil tank capacity unit Electrostatic oil Capacities of hydraulic pumps Main Pump unit Circulation pump unit Pilot pump unit Operating pressure unit Pilot pump pressure unit Cil flow for drilling machine unit Drilling Slewing Hammer Carriage Feed Oil flow for mudgun Slewing Piston Nos of accumulator station Type of accumulator 45 ANNEXURE 1 SCOPE MATRIX SI no Description BD BE DE SU ER CO Remarks 1 Cast house Equipment Mud gun Basic data by Purchaser Key components of mudgun TI ITITI TI P
20. L HAZRA M S FITTINGS SHYAM ENGG CHAMPION IGP REINZ TALBROS ZAVERCHAND UNIKLINGER MECH PICK LING PRIMER GASKET METALLIC BELLOW IWKA KELD ELENOTOFT SUR INDUSTRIES D WREN SYSTEC HYDROCRIMP SENIOR INDIA BENGAL INDUSTRIES PAREKH BROTHERS BENGAL INDUSTRIES SENIOR INDIA PAREKH BROTHERS IVC KBL BDK H SARKAR DURGA AV VALVES L amp T MS fabricated L amp T KSB FOURESS BDK KBL NECO AV VALVES IVC XOMOX LEADER BHEL L amp T KSB FOURESS BDK KBL NECO BHEL AV VALVES LEADER L amp T KSB FOURESS BDK KBL BHEL NECO LEADER LEADER UPADHYAY IVC L amp T ADVANCE BDK R amp D MULTIPLE LEADER KBL AV IVC SUPERFLO FILTRATION ENGG BOLL amp KIRCH IMETROL OTOKLIN JPG IVC JASH DURGA BDK GG LEADER IVC XOMOX JNM FOURESS DANFOSS JNM FISCHER XOMOX METSO BLUESTAR L amp T FOURESS AUDCO FISCHER XOMOX BDK JNM FISCHER XOMOX FISHER ROSE MOUNT METSO TOSHNIWAL BS AVCON REXROTH FISCHER XOMOX TUFLIN L amp T AUDCO BDK METSO SI No 16 17 18 19 20 21 22 10 11 12 13 14 15 Component Ball Valves Float valve Air release valve Plug valves Knife gate valve Diaphragm valve Landing valve MISCELLANEOUS Chlorination Equipment Chemical dosing system Fire fighting system Surge water hammer control system Clarifier thickener mechanism Sludge scrapper Mechanical seal Chemical dosing equipment
21. Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles a No employee of the Principal personally or through family members will in connection with the tender or the execution of a contract demand take a promise accept for self or for third person any material or non material benefit which the person is not legally entitled to b The Principal will during the tender process treat all Bidders with equity and reason The Principal will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder s could obtain an advantage in relation to the tender process or the contract execution c The Principal will exclude from the process all known prejudiced persons 2 If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the PC Act applicable law or if there be a substantive suspicion in this regard the Principal will inform the Chief Vigilance Officer of RINL and in addition can initiate disciplinary action Section 2 Commitments of the Bidder s contractor s 1 The Bidder Contractor commits to take all measures necessary to prevent corruption and commits to observe the following principles during his participation in the tender process during the contract execution
22. RINL VSP duly certified by DGM Mech BF In case of Indigenous offers PURCHASER encourages Electronic Fund Transfer RTGS for payment direct to Sellers Bank account on due date for which Seller has to furnish Bank account details in the format prescribed by PURCHASER Cheque date will be considered for arriving at 30 day wherever payment is made by Cheque Any other mode of payment term will be suitably loaded while evaluating the tender In case o f Imports L C payment shall be made upon presentation of documents specified at Para 8 1 of Annexure VII of tender document All Bank charges within and outside 100 4 0 4 1 5 0 6 1 6 2 1 6 3 7 0 7 1 7 2 8 0 8 1 India are to SELLER s account In case L C is required to be amended at the instance of Seller bank charges for the same shall be borne by the Seller PORT OF DESTINATION Visakhapatnam Chennai Sea Port India PORT OF SHIPMENT Please indicate the details of Port of Shipment SHIPPING PROCEDURE IN CASE OF IMPORT OFFER In case the order is finalised in FOB terms the shipping arrangements will be made by the Shipping Co ordination and Chartering Division Ministry of Shipping and Transport New Delhi Cable TRANSCHART NEW DELHI TELEX VAHAN ND 2312 2448 AND 3104 through their respective forwarding agents nominees to whom adequate notice of readiness should be given by the supplier from time to time for finalising the shipping arrangement
23. THE TERMS AND CONDITIONS MENTIONED IN THE TENDER To GENERAL MANAGER MM I C BLOCK A PURCHASE DEPARTMENT ADMINISTRATIVE BUILDING RASHTRIYA ISPAT NIGAM LTD VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM 530 031 Dear Sir Sub Your Tender Notice No Pur 1 90 0830 0077 dt 14 05 2011 With reference to your Tender Notice No Pur 1 90 0830 0077 dt 14 05 2011 for supply and supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun amp Drilling Machine for we hereby give our confirmation and acceptance of the terms and conditions mentioned in the above captioned tender There are no other deviations to the above captioned tender Statement of deviations is enclosed to this letter Thanking you Yours faithfully Signature and Seal of Tenderer Note If there are any deviations deletions from the terms and conditions mentioned in the tender document a separate statement duly signed should be sent along with offer Part A Techno Commercial bid Strike off whichever is not applicable RINL VIGILANCE TOLL FREE NUMBER 1800 425 8878 118
24. THP Other components of mudgun EE PEN Drilling machine Basic data by Purchaser Key components for drilling machine T T T T P THP Other components for drilling machine T T T T P THP Basic data pertaining to Cover Hydraulic system manipulator by Purchaser Powerpack T T T T P THP Hydraulic piping and fittings T T THP Cooling pipelines for powerpack T T T T P THP Valve stand T T T T P Electrical instrumentation and automation Power control and instrumentation T T TIPI PI P cables Special cables T T T T P THP Electrical equipment panel MCC T T T T P THP PLC based Automation system T T T T THP Control switchboard T T THP Control desks Posts stations Local T T espe pe ae control stations local control panels Electrical amp instrumentation system T T THP Utility services required for equipment T T T T P THP Water pipeline for cooling the equipment T T T T P T P Civil amp structural T T PY P T P BD Basic Document BE Basic Engineering DE Detail Engineering SU Procurement and supply ER Erection CO Commissioning T Tenderer P Purchaser 46 Loo 1H 0 1D 898837 o Ad ON
25. Voyage Time without transhipment 45 60 days days Custom clearance amp transportation to VSP 15 days Inspection of mtrls amp raising GARN 05 days Credit for payment against GARN 30 days Total 95 110 days European countries Germany UK France Italy etc 45 days Asian countries Russia Ukraine etc 60 days USA 60 days However in case of deviation to payment term by the overseas tenderer s to 85 against L C at sight payment is required to be released by the negotiating Bank on the first day Hence the difference in deviation to payment term works out to 95 110 days depending on country of Load port Accordingly loading for the additional financial implication to which RINL may possibly be exposed on account of such deviation shall be carried out and ranking of tenderers done Illustration Il Deviation in payment terms by Indigenous Firm Description As per Tender terms As per deviation 100 value against 100 against L C with 30 submission days Payment terms of bills within 30 days of interest free period from the acceptance of material at date VSP of receipt and acceptance at 84 4 6 3 5 0 6 0 VSP All bank charges to Seller s a c Landed cost per Ton on FOR VSP Landed cost Rs 10 000 Stores basis CIF basis Loading per Ton 5926 of 1096 of landed value 0 05 0 10 10 000 4 due to deviation per quarter Rs 12 50 in pay
26. a report directly to the CVO of RINL and the Central Vigilance Commission in case of suspicion of serious irregularities attracting provisions of the PC Act applicable Law Expenses of IEM shall be borne by RINL VSP as per terms of appointment of IEMs The word Monitor means Independent External Monitor and would include both singular and plural Section 9 Duration of the Integrity Pact 1 2 This Pact comes into force upon signing by both the Principal and the Bidder Contractor It expires for the Contractor twelve 12 months after the last payment under the contract and for all unsuccessful Bidders six 06 months after the contract has been awarded and accordingly for the Principal after the expiry of respective periods stated above If any claim is made lodged during the valid period of the IP the same shall be binding and continue to be valid even after the lapse of this Pact as specified above unless it is discharged determined by CMD of RINL Section 10 Other provisions 1 2 This Pact is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal i e Visakhapatnam State of Andhra Pradesh India Changes and supplements as well as termination notices need to be made in writing Side agreements to this pact have not been made If the Contractor is a partnership firm Consortium this Pact must be signed by all partners Consortium members or their Aut
27. and authorised signatory Designation Name and Address of the Bank To be modified based on the source of supply i e Indigenous or Import 96 ANNEXURE V A TO TENDER NO PUR PUR 1 90 0830 0077 dt 14 05 2011 CHECK LIST FOR THE BANK GUARANTEE FOR BID BOND Name of the party submitting BG Party Code Tender No Name of the Bank issuing BG Branch issuing the BG BG No BG Date BG Value 1 Is the BG as per the approved format of VSP Yes No 2 Is the BG issued by the specified category of Banks Scheduled commercial bank nationalized bank etc as specified in the contract Yes No 3 Is the BG executed on stamp paper of adequate value under the relevant state rules Yes No 4 Is the stamp paper obtained in the name of the bank issuing the BG Yes No 5 Is the date of sale of stamp paper prior to the date of the BG Yes No 6 Does the BG refer to the concerned tender with reference to which the BG is issued Yes No 7 Does the BG bear the number date and seal of the issuing Bank Yes No 8 Is the BG signed on all pages Yes No 9 Whether the name designation amp code number of the officer officers singing the BG are mentioned against the signatures of respective officer officers Yes No 10 Whether the BG validity period is as per the concerned contractual requirement Yes No 11 Whether the BG format contains a foot note regarding the details of the controlling office higher authority from
28. and Shipping Department within 7 payment negotiation against Purchaser s Letter working days from the date of shipment of Credit SI Description of the No of SI Description of the No of No document copies to No document copies to be be sent sent 1 First Original 1 3 One 1 Duplicate amp Triplicate Two negotiable clean Original original 2 3 amp 3 3 Originals 101 board ocean Bill of negotiable clean on board Lading stamped Ocean Bil of Lading signed marked Freight stamped signed marked To Pay Pre paid Freight To Pay Pre paid made out to the order made out to the order of of Rashtriya Rashtriya Ispat Nigam Ltd Nigam Ltd amp Notify amp Notify Rashtriya Ispat Rashtriya Ispat Nigam Nigam Ltd Office at the Ltd Office at the Port Port of discharge of discharge 2 Non negotiable Bill of 5copies 2 Non negotiable Bill of 5 copies Lading Lading 3 Seller s commercial 5signed 3 Seller s commercial Invoice 5 signed Invoice copies copies 4 Manufacturer s Test 5 signed 4 Manufacturers Test cum 5 signed cum Guarantee copies Guarantee Certificate copies Certificate 5 Packing list 5signed 5 Packing list 5 signed copies copies 6 Certificate of Origin 5 signed 6 Certificate of Origin 5 signed copies copies 7 Certificate of shipment 3 signed 7 Sellers certificate to t
29. as follows a 85 of the value of materials shall be made against submission of invoice Bill of Lading LR Pre despatch Inspection Certificate Manufacturer Test Certificate Certificate of Origin within 30 days of acceptance of materials Accepted GARN Goods Acceptance Rejection Note issued by PURCHASER shall be reckoned as the document for acceptance of materials In other words accepted GARN copy to be submitted along with invoice and other documents b Balance 15 value of materials along with 100 charges towards supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun amp Drilling shall be released on successful supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun and Drilling Machine for BF 1 at RINL VSP duly certified by DGM Mech BF Incase of Indigenous offers PURCHASER encourages Electronic Fund Transfer RTGS for payment direct to Sellers Bank account on due date for which Seller has to furnish Bank account details in the format prescribed by PURCHASER Cheque date will be considered for arriving at 30 day wherever payment is made by Cheque Any other mode of payment term will be suitably loaded while evaluating the tender In case of Imports L C payment shall be made upon presentation of documents specified at Para 8 1 of Annexure VII of tender document All Bank charges outside India are to SELLER s account and with
30. as well as complete interconnecting piping between hydraulic power packs and actuators via valve stands and accumulator stands For hose the bursting pressure shall be not less than 5 times the maximum working pressure of the system All the hoses in hot area shall be with stainless steel braided cover and silica cloth cover Pipework and hose assemblies shall be suitable for operating temperature between 10 C and 90 C Pickling and flushing of interconnecting piping for all hydraulic systems shall be carried out 22 1 2 21 One 1 number loose pressure gauge of each range with hose and minimess coupling shall be provided for each hydraulic system for measuring pressure at different pressure check points A total testing kit shall be provided 22 1 2 22 The hydraulic systems shall be started from MCCs local control panels inside the hydraulic rooms Remote controls shall also be provided in the control rooms or desks The hydraulic directional control valves and other electrical valves shall be operated from control rooms control desks 22 1 2 23 Audible visible alarms shall be provided in the control panel for indicating malfunctioning of any component leading to any of the following conditions High and low pressure in the system Excessive temperature of hydraulic oil High level of hydraulic oil in reservoir Low level of hydraulic oil in reservoir 41 e Low low level of hydraulic oil in reservoir and pumps cu
31. be written in another language so long as it is accompanied by an English translation of its pertinent passages in which case for purposes of interpretation of the bid the English translation shall govern 85 7 0 7 1 7 2 7 3 7 4 7 5 7 6 8 0 DISCLOSURE OF PARTICULARS OF INDIAN AGENT IF ANY RINL VSP would not like the tenderers to appoint any Indian agents In case the Tenderer has an Indian agent the following details shall be furnished in the offer The name and address of the Indian agent In case the Agent Representative be a Foreign Company it shall be confirmed whether it is a real substantial company and details of the same shall be furnished a What service the Agent renders Extent of authorisation and authority given to commit the Tenderer The amount of commission remuneration included in the quoted price s for such Indian agent b Confirmation of the Tenderer that the commission remuneration if any payable to his Indian agent shall be paid by RINL in India in Indian Rupees Such commission remuneration payable to the Indian agent will be converted to Indian Rupees at the TT buying rate as on date of BL as per State Bank of India and shall not be subject to any further exchange variation In addition any other relevant detail as may be asked for by the PURCHASER subsequently shall also be furnished by the Tenderer There shall be compulsory registration of Indian agents with Purchaser Info
32. levies imposed outside the PURCHASER S country WAIVER Failure to enforce any condition herein contained shall not operate as a waiver of the condition itself or any subsequent breach thereof FORCE MAJEURE If at any time during the continuance of this Contract the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reasons of war hostility acts of public enemy civil commotion sabotage fire floods explosions epidemics quarantine restriction or acts of God herein after referred to as eventualities and provided notice of happenings of any such eventuality duly certified by International Chamber of Commerce in case of foreign parties is given by either party to other within 21 days from the date of occurance therof neither party shall by reasons of such eventuality be entitled to terminate this Contract nor shall either party have any claim for damages against the other in respect of such non performance or delay in performance Deliveries under this Contract shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist and the decision of the Purchaser as to whether the deliveries have so resumed or not shall be final and conclusive Provided further that if the performance in whole or in part of any obligations under this Contract is prevented or delayed by reasons of any such event for a period exceeding 60 days either party
33. supervision during erection and commissioning carrying out performance guarantee tests inclusive of materials and consumables of 1 set of cast house equipment consisting of 4 nos of hydraulically operated mud guns 4 nos of hydraulically operated drilling machines with hydraulic reverse hammer and 2 nos of hydraulic stations with all connected systems as per specification 15 5 1 2 5 1 3 5 2 5 2 1 5 2 2 5 2 3 5 2 4 5 2 5 5 2 6 Tenderer scope shall also include supply of the followings Hydraulic units alongwith associated electrics complete with piping pipe fittings and pipe support Electric equipment control automation equipment and its associated wiring communication bus cable and automation hardware for Hydraulic mudgun and drilling machines Foundation frames with nut bolts washers etc All equipment shall be complete in all respects and any item not covered specifically but essential for proper design installation and operation shall be included by the tenderer The tenderer shall study the specification and satisfy himself thoroughly regarding the workability of the equipment and shall take full responsibility for guaranteed operation of the equipment as regards output performance and smooth reliable working with the plant equipment If the tenderer feels that any design data or technical requirement of the equipment described hereafter are in his opinion unsuitable he shall clearly indic
34. the period of the contract However any change in statutory 82 4 0 4 1 4 2 4 3 taxes and duties shall be reimbursed at actual during the original contractual delivery period Any change in taxes and duties beyond the original contractual delivery period is to be borne by the Supplier VALUE ADDED TAX VAT VAT in the State of Andhra Pradesh A P is introduced with effect from 01 04 2005 This replaces APGST Act from that date Tenderers from the State of Andhra Pradesh should be registered under VAT and shall confirm submission of VAT invoice to enable RINL VSP to avail the input tax credit Also the tenderers from A P shall indicate the TIN Taxpayer Identification Number under VAT Evaluation of such offers will be done considering this credit that would be available to RINL VSP IN CASE OF IMPORTED OFFER The tenderer should quote the price as per the following alternatives giving break up of FOB cost and Freight a FOB Load port basis b CFR Visakhapatnam Chennai Seaport India basis The tenderer shall indicate the mode of shipment Container break bulk etc in Techno Commercial bid as follows a Full Container Load No of containers and type of container b Break bulk Gross Weight Net weight in Kgs and dimensions volume in meters However PURCHASER at its option reserves the right to place the order on FOB Loadport or CFR Chennai or Visakhapatnam Port basis TERMS OF PAYMENT Payment shall be made
35. the price bid may also be placed in the Part Ill However no indication of price any form shall be given in Part Il Part Ill Price Bid should be submitted separately in the prescribed Proforma as at Annexure lll_ to the Tender Documents Each page of the offer should be numbered consecutively referring to the total number of pages comprising the entire offer at the top right hand corner of each page Each page of the offer should be signed by the authorised officer s of the Tenderer The Part l Part ll amp Part Illl of the offer together with its enclosures in separate sealed envelopes should be placed an envelope which should bear in Block capital letters superscription Tender for supply of Hydraulics Mudgun amp Drilling Machine against Tender No Pur 1 90 0830 0077 dt 14 05 2011 and should also bear superscription Part I Pre qualification Criteria Bid Part Il Techno Commercial Part IIl Price Bid The three envelopes should then be sealed separately The name and address of the tenderer should be mentioned on this envelope 12 4 The envelopes referred to in para 12 3 above should be placed in another envelope which 12 5 should be addressed to the General Manager MM I C Administration Building Block A Purchase Dept Visakhapatnam Steel Plant Visakhapatnam 530 031 Andhra Pradesh India and should bear in Block Capital Letters the superscription OFFER IN RESPONSE TO TENDER NO PUR 1 9 08
36. to the tender and forfeited a In case the offer submitted by the tenderer is withdrawn or modified his bid in a manner not acceptable to RINL VSP before expiry of validity b In case Performance Guarantee Bond is not submitted within the time allowed as per the terms and conditions after RINL VSP communicated acceptance to tender in accordance with clause 10 of Annexure Il of the Tender documents PERFORMANCE GUARANTEE BOND The successful tenderer should submit Performance Guarantee within 30 days from the date of Acceptance to Tender A T The Performance Guarantee Bond is to be furnished 87 10 2 10 3 10 4 10 5 10 6 12 0 12 1 in the form of Bank Guarantee as per Proforma at Annexure VIII of the tender document covering 5 Five percent of the ordered value No change in the prescribed Proforma of the Bank Guarantee for Performance Guarantee bond is acceptable Further the successful tenderer is required to submit the duly filled in CHECK LIST for Performance Bank Guarantee as at Annexure VIll The Performance Guarantee Bond should be established in favour of Rashtriya Ispat Nigam Limited through any Nationalised Bank situated at Visakhapatnam or outstation but in India with a clause to enforce the same on their local branch at Visakhapatnam If the bond is issued by any scheduled bank other than nationalised bank bond is to be issued by the branch located in Visakhapatnam only Bonds from Co oper
37. 0 kgf m Cast house is served by two circular cranes of 20T 5T 5T capacity each These cranes also serve the purpose for the maintenance of these cast house equipment Cast house is provided with ramp from ground level for easy approach of vehicles Four 4 nos of control pulpits are located at 12 1 m level in the periphery of cast house for the operation of cast house equipment Control panels for each mudgun and drilling machine are installed in the room adjacent to the control pulpits 18 0 MODIFICATION ENVISAGED 19 0 19 1 Cast house floor will be made flat after the revamping to facilitate the movement of vehicles all around the cast house All runner system will be changed with new one 4 nos splash cover with hydraulically operated manipulator will be provided New hydraulically operated mud gun and drilling machine shall be installed in the same side of the main runner Tentative arrangement of mud gun and drilling machine is shown in the drawing BF1 CH 001 DESIGN BASIS Furnace Details 22 A Blast furnace profile 19 2 New hydraulically operated mudgun and drilling hand execution and 2 Left hand execution shall be installed in the same side of the main runner on different foundations Cover manipulator will be installed on the other side 19 3 Mudgun and drilling machines shall be of radio Useful volume cum 3900 Blast furnac
38. 2 4 8 3 4 8 4 4 8 5 4 8 6 5 0 5 1 5 1 1 Wind velocity 35 2 Kmph highest monthly mean wind speed for 24 hr Railways The nearest Railway station is Duvvada on the Visakhapatnam Chennai line about 10 km from the plant and the Visakhapatnam railway station is about 30 km from the plant Roads The National Highway No 5 is about 5 Km away from the plant Sea Port The nearest sea port is at Visakhapatnam which is about 16 km from the plant site A new port at Gangavaram is under development and is adjacent to the north east boundary of the plant Air Port The nearest airport is at Visakhapatnam which is about 12 km from the plant Communication Postal other telecommunication facilities are well established Visakhapatnam UTILITIES SERVICES BATTERY LIMIT Industrial water will be available tentatively at 3 4 kg cm Soft water will be available tentatively at 6 7 kg cm General purpose industrial grade compressed air will be available at 4 kg cm2 Nitrogen will be available at 6 8 kg cm2 Steam will be available at 250 300 deg centigrade at 10 12 ata Two 2 nos circular cranes of 20 5T 5 capacities each are available in cast house for handling purpose SCOPE OF WORK General The scope of work includes complete design and engineering preparation amp submission of drawings manufacture supply of equipment assembly of equipment shop testing shop painting packing delivery expert
39. 30 0077 dt 14 05 2011 This envelope should also be sealed The name and address of the Tenderer should be mentioned on this envelope as well Tenders will be accepted up to 1030 Hrs IST on 04 07 2011 The Pre qualification Bid Part I of the tenders shall be opened immediately thereafter in the presence of the tenderers or authorised representative of the tenderers who may choose to be present The date and time of Techno Commercial Bid Part 11 opening shall be intimated separately to those Tenderers who have been qualified in Pre qualification Criteria Techno Commercial Bid Part II of those Tenderers who have been qualified in Pre qualification Criteria shall be opened in the presence of the Tenderers or Authorised Representatives of the Tenderers who may choose to be present 89 12 6 12 7 12 8 12 9 12 11 1 At any time prior to the deadline for submission of the bids the PURCHASER may for any 12 11 2 Such amendments will be notified on RINL s website www vizagsteel com and will be binding on the tenderers The intending tenderers are therefore advised to visit RINL s The date and time of PRICE BID Part opening shall be intimated separately to Technically and Commercially acceptable tenderers Price Bids Part Ill of those Tenderers who have been Techno Commercially accepted shall be opened in the presence of the Tenderers or Authorised Representatives of the Tenderers who may choose to be present
40. ABLES AND ACCESSORIES Screened Cables Control Cables amp Compensating Cables Ball Valve Instrument Fittings TT Make CONCORD BERTHHOLD EMERSON K RAY ECIL ENDRESS HAUSER EMERSON YOKOGWAWA CHINO LAXSONS ABB ANALYTICAL BENTLEY NEVADA FROBESMARSHALL SHINKAWA SHERMAN SKF SCHENCK ROCKWELL AUTOMATION HONEYWELL DRAGER HONEYWELL ENVIROTECH EMERSON FROBES MARSHALL DURAG OPSIS HONEYWELL FIRE EYE KROM SCHODER DURAG UNION REINEKE WEBER SENSORS DELTA IMPAC ELECTRONICS P amp F AMERICAN SENSORS DELTON FINOLEX SPECIAL CABLES ELKAY TELELINKS CORDS TOSHNIWAL GOYOLENE THERMOPAD UNIVERSAL CMI LAPP Toshniwall Cables Reliance Cables Brooks Cables AUDCO KSB VIRGO BDK SWAGALOK PARKER EXCEL HYDRO PNUEMATICS SI No Component COMMUNICATION A PLANT TELEPHONE SYSTEM 1 EPABAX System 2 Telephone Handset 3 Power Supply Unit 4 Battery B LOUDSPEAKER INTERCOMMUNICATION PA SYSTEM 1 Selective Calling Type 2 Page Party Type C RADIO COMMUNICATION SYSTEM D Telecom Cables CRANE EQUIPMENT amp ELECTRICS A MECHANICAL 1 Gear Box 2 Wheels 3 Bearings 4 Geared Coupling 5 Barrel Coupling 6 Hooks 7 Wire Rope 8 Lubrication 9 C Hook 10 Tong Lifter 78 Make AVAYA TADIRAN GTL NORTEL SIEMENS AVAYA BEETEL BPL SIEMENS ITISONY AMARA RAJA PULSE POWER SIGNOTRON EXIDE AMARA RAJA INDUSTRONICS NEUMANN MICO BOSCH PHILIPS INDUSTRONICS NEUM
41. AG ROTHE ERDE DRE CON ELECON TRF KALI ELECON TRF KALI HOSCH SCORPIO MARTIN THEJO SI No Component 4 Internal Scraper for Belt Conveyor 5 Modular Skirt amp Skirt Rubber 6 Tracker Roller 7 Impact Pad for Belt Conveyor 8 Conveyor Belting steel cord 9 Conveyor Belting fabric all categories for light duty conveyors 10 Belt Vulcanising Unit CHUTE amp HOPPER LINER 1 Rubber Liner 2 UHMWPE Liner 3 Polyurethane Liner 4 Deposited Metal Liner Compound Wear Plates 5 Cast Basalt Liner MISCELLANEOUS COMPONENT amp EQUIPMENT 1 Over Band Magnetic Separator 2 Suspended Electromagnet 3 Metal Detector 4 Belt Scale 5 Belt Weigh Feeder 6 Motorised Linear Actuator 7 Electromagnetic Vibro Feeder 8 Electromechanical Vibro Feeder 9 Circular Motion Vibrating Screen 10 Linear Motion Vibrating Screen 11 Flexi Deck Vibrating Screen 12 Apron Feeder 13 Crusher Cone 55 HOSCH SCORPIO MARTIN THEJO TEGA THEJO TECHNOFAB KAVERI FORECH HOSCH KAVERI TEGA KAVERI FORECH PHOENIX YULE IMAS DUNLOP PHOENIX YULE MRF NORTH LAND ORIENTAL HINDUSTAN YOKOHAMA SV DATTER TEGA KAVERI FORECH KAVERI POLI HI SOLIDURE ELASTOKART CB amp K L amp T V AUDID DEMECH ERIEZ ELEKTROMAG POWER BUILD ELECTROZAVOD KAKKU ERIEZ ELEKTROMAG POWER BUILD ELECTROZAVOD KAKKU THERMO RAMSEY ELEKTROMAG PBL SCHENCK J amp N TRANSWEIGH KISTLER MORSE PBL SCHENCK J amp N TRANSWEIGH THERMO RAMSEY PRL K
42. AKHAPATNAM OR OUTSATTION WITH A CLAUSE TO ENFORCE THE SAME ON THEIR LOCAL BRANCH AT VISAKHAPATNAM OR ANY SCHEDULED BANK OTHER THAN NATIONALISED BANK SITUATED AT VISAKHAPATNAM BONDS ISSUED BY CO OPERATIVE BANKS ARE NOT ACCEPTED To Rashtriya Ispat Nigam Limited Visakhapatnam Steel Plant Admn Building Visakhapatnam 530 031 INDIA Bank Guarantee No dt LETTER OF GUARANTEE WHEREAS Rashtriya Ispat Nigam Ltd Visakhapatnam Steel Plant hereinafter referred to as RINL have invited Tenders vide Tender No Pur PUR 1 9 0830 0077 dt 14 5 2011 hereinafter referred to as the said Invitation to Tender for purchase of Hydraulic Mudgun amp Drilling Machine AND WHEREAS the said Invitation to Tender requires that any eligible Tenderer wishing to make an offer in response thereto shall establish an irrevocable Bid Bond in favour of RINL in the form of Bank Guarantee for HS naken and valid upto as guarantee that the tenderer a shall keep his offer firm and valid for acceptance by RINL for a period of 120 One Hundred and Twenty days from the date of opening of tenders b shall in the event of the offer being accepted by RINL establish a Performance Guarantee PG Bond in favour of RINL in the form of Bank Guarantee covering 5 Five percent of the value of Hydraulics Mudgun amp Drilling Machine ordered at the price and on the terms accepted by RINL within 30 Thirty days from the date of Acceptance t
43. AL POLYCAB DELTON CCI CORDS SPECIAL CAPCAB FINECAB RADIANT INCAB CRYSTAL LAPP Thermopads RPG UNIFLEX UNIVERSAL NICCO INCAB CCI INDUSTRIAL POLYCAB LAPP TORRENT RPG UNIVERSAL NICCO INCAB CCI LAPP Thermopads INDUSTRIAL POLYCAB TORRENT KEI RAYCHEM M SEAL MECP YAMUNA GASES DENSION RAYCHEM M SEAL MECP DENSION CCI SI No Component 7 Cable Reeling Drum Stacker Reclaimer 8 Cable Reeling Drum Cranes Hoists Transfer Trolleys 9 Cable Lugs 10 Cable Gland 11 Terminal Block K MISCELLANEOUS 1 Diode 2 Battery SMF NiCd Battery 3 Braking Resistance Panel 4 DC EM Brake 5 Thrustor brake 6 Lifting Magnet 7 Power Pack for Magnet 8 Earthing Resistor INSTRUMENTATION AND CONTROL A CONTROL ROOM EQUIPMENT 1 Distributed Control System DCS 2 PLC 3 Controller 4 Recorder 5 Bargraph amp Digital Indicator 6 Totaliser 7 Scanner 74 Make ELECTRO ZAVOD ELECTROMAG TECHNOCRATS STEMMANN TECHNIC IS ELECTRO ZAVOD ELECTROMAG IS TECHNOCRATS STEMMANN TECHNIC DOWELLS FORWARD COMMET 3D KALTER ELECTROMAG CC I COMMET PHOENIX DOWELLS KALTER ELMEX ESSEN CONNECTWELL C amp S WAGO PHOINEX HIND USHA RECTIFIER BHEL RUTTON SHAW EXIDE HBL NIFE AMAR RAJA AMCO RESISTEC BCH KAKKU KINH ELECTRIC BCH STROM KRAFT ELECTROMAG ELECTROMECH CORPN EPC IS 15 STROMKRAFT ELECTROMAG ELECTROMECH EPCC TECHNOCRAT ELEC
44. ANN MOTOROLA SIMOCO KENWOOD CMI DELTON FINOLEX HCL RELIANCE RPG Own make Shanti ELECON NAW Own make Simplex Kran Radar SKF FAG ZKL NORMA NTN Hicliff Uniflex Alflex NAW Rathi Malmedie Jaure HERMAN MOHATTA STEEL FORGING Forging Enterprise Free Trading Corpn Usha Martin Fort William Casar Aradhya Wire Ropes Teclamit Lubcon AFMC Concast Jessop Armatic Own make Concast Somers Armatic SI No 11 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Component Oil Seals ELECTRICAL Motors Limit Switch Contactor Electronic Overload Relay Push Button Master Controler Fuses Control Power Isolating Switch Resistance Terminal Screw type hex head Safety Switch Timer Socket Outlets Control Panel Crane Power Conductor Assessories Brake DCEM Shoe DCEM Disc Cable Cable reeling drum 415 V Air Circuit Breaker MCCB MCB Thyristor Remote Radio Control 79 Make Vaco Sil Seals Rubber Equipment amp Engg Co KIRLOSKAR KEC AREVA BBL Siemens CGL ABB GEC BHEL CGL motor shall not be used for extra heavy duty heavy duty crane EPC EMM IS Dynatrol Stromkraft Siemens BCH L amp T ABB Siemens GE L amp T ABB Schneider Siemens L amp T C amp S BCH Siemens EPC Stromkraft EMM GE GE SIEMENS L amp T GE Siemens L amp T EPC BCH Resitech SOC EMM Stromkraft Essen ODN ELMEX Siemens L a
45. ARRIER VOLTAS HITACHI DBR HAMMON PAHARPUR SREERAM THERMOPAK C DOCTOR DUSTVEN NADI S K SYSTEM VOLTAS ABB C DOCTOR DUSTVEN NADI FLAKT S K SYSTEM BEARDSHELL FGP LLOYD UP TWIGA C DOCTOR DYNA FMI S K SYSTEMS JINDAL SAIL TATA ISPAT BHUSAN BALCO HINDALCO INDAL ALSTOM ACC THERMAX RIECO BHEL THERMAX RIECO ALSTOM PROJECTS INDIA LTD ACC ANFREW YULE THERMAX BHEL ACC ALSTOM POWER FLAKT WOODS TLT C DOCTOR ANDREW YULE BHEL NADI AIRTECHNICS ARF DUSTVEN RITZ ACCO BATLIBOI DEMECH MECP KELD GBM FOURESS BACHMAN TSC SI No Component PIPING SYSTEM PIPES PIPE FITTINGS TRAPS amp STAINERS EXPANSION JOINTS METTALIC amp NON METALLIC GAS TIGHT ISOLATOR VALVES GATE GLOBE amp CHECK VALVES CAST IRON CAST CARBON STEEL FORGED STEEL BALL VALVES CAST IRON CAST CARBON STEEL FORGED STEEL BUTTERFLY VALVES Cast Iron CAST CARBON STEEL 58 Make TATA BST JINDAL THE INDIAN SEAMLESS AND METAL TUBES MAHARASHTRA SEAMLESS LTD SAIL ROURKELA KALYANI SEAMLESS N L HAZRA SHYAM ENGG LIFE STYLE MARKETING M S FITTINGS TEEKAY TUBE CHARGESON VIVIAL FORGE PVT LTD TRUE FORGE TUBE BEND UNI KLINGER ESCO FORBES MARSHAL ZAVERCHAND ANUP ENGG METTALIC BELLOW SYSTEC FLEXO SUR INDUSTRIES IWKA FOURESS L amp T GM DALUI amp SONS LEADER VALVES LEVCON VALVES NECCO SCHUBERIL amp SALZER LTD UPADHYAYA VALVES H SARKAR amp CO AV VALVES IVC SHIVA DURGA VALTECH INDUSTRIES FLUID LINE VALVES
46. AX NICCO VATECH ION EXCHANGE THERMAX NICCO MARS RESIN VATECH ION EXCHANGE HDO DORR OLIVER THERMAX EIMCO KCP PARAMOUNT TRIVENI THERMAX VATECH DEGREMONT FILMTECH TORE HYDRONAUTICS KOCH FILMTECH HYDRONAUTICS ERW JINDAL SAIL TATA MSL RSP BST FW SPW PSL VIZAG RATNAMANI TATA GANDHI TUBES INDIAN SEAMLESS MAHARASHTRA SEAMLESS JINDAL CHOKSI RATNAMANI ZENITH STERLING BHARAT PIPES amp FITTINGS STANDARD FIBRO PLASTICHEM NOCIL PIL COROMONDEL ORISSA PLASTICS GRAPHITE INDIA FIBRO PLASTICHEM NOCIL PIL COROMONDEL ORISSA PLASTICS DEVI POLYMERS SINTEX ELECTROSTEEL ASOKA FERROCAST KESORAM KEJRIWAL ELECTROSTEEL KALAHASTI SI No 10 11 12 13 14 10 11 12 13 14 15 Component RCC pipes HDPE PVC pipes with ISI mark only Pipe fittings MS SS CI Gaskets Expansion joints metallics amp non metallics Hoses including rubber steel cladding Stainless steel hoses VALVES CI valves gate globe NRV Gates CS Globe CS Swing check CS Lift check Check valve Strainer with SS wedge wire fitter element filters manual Sluice gate Globe non return clock less than DN 50 only ball valves Safety valves Pressure reducing valves S S and carbon steel Butterfly valves Control valves Solenoid valves Needle valves 65 Make IHP OCL PIL CPE MANIKYA HASTI ORIPLAST NOCIL GODAVARI MARUTI N
47. DAC FLUTEC AUDCO PARKER LEGRIS HYDAC AUDCO KEYSTONE STAUFF HYDROTECNIK DANFOSS STAFFA VOLVO REXROTH VICKERS PARKER MOOG MOOG REXROTH HYLOC PARKER AVIT GANDHI SPECIAL INDIAN SEAMLESS CHOWKSI TUBES HEAVY METAL AND TUBES AVIT WIKA STAUFF SWITZER SWITZER WIKA STAUFFF INDFOSS SWITZER VARMA TRAFAG REXROTH LEVCON STAUFF VICKERS DR TIEFENBACH TECHTROL LEVCON STAUFF SRIDHAN DR TIEFENBACH HUNGER REXROTH PARKER WIPRO AVIT PARKER HYLOC AVIT PARKER HYLOC HYDAC STAUFF PALL STAUFF HYLOC HYDAIR A HOSE FROM GATES AEROQUIP MARRWEL B HOSE ASSEMBLY BY GATES HYDROKRIMP A C INSAP PARKER K B ENGINEERS ALFA LAVAL HYDAC PALL INTERNORMEN PARKER SI No Component LVDH ELECTROSTATIC LIQUID CLEANER HYDRAULIC SEALS QUICK RELEASE COUPLING LUBRICATION SYSTEM GREASE LUBRICATION SYSTEM GREASE LUBRICATION SYSTEM MAIN GREASE PUMPING STATION METERING FEEDERS CHANGEOVER VALVES GREASE FILLING PUMP ELECTRICAL GREASE FILLING PUMP PNEUMATIC ISOLATION VALVES FLEXIBLE HOSES PIPES FITTINGS PRESSURE GAUGE PRESSURE SWITCH END OF LINE PRESSURE SWITCH OIL LUBRICATION SYSTEM OIL LUBRICATION SYSTEM SCREW PUMPS GEAR PUMPS FILTERS HEAT EXCHANGER PLATE TYPE GASKETED DESIGN VALVES GLOBE CHECK BALL PLUG VALVES RELIEF VALVE PRESSURE GAUGE PRESSURE SWITCH 61 Make KLEENTEK FERRO CARE KLEENTEK FERRO CARE MERKEL BUSAK SHAMBAN HUNGER HALLITE PARKER PARKER STAUFF GUYSEN USA LINCOLN
48. F 1 CATEGORY 1 CAPITAL REPAIR LIST OF PREFERRED MAKES Component MECHANICAL GENERAL 10 11 12 13 14 15 16 17 18 19 20 Helical Bevel Helical Gear Box Solid shaft Helical Bevel Helical Gear Box Hollow Planetary Gear Box Worm Reducer Helical Geared Motor Worm Geared Motor Low Speed High Torque Hydraulic Motor complete with power unit and hy draulic system Fluid Coupling Tyre Coupling Gear Coupling Pin Bush Coupling Resilient Coupling Disc Brake Thruster Brake D C E M Brake Seize Resistant Ball Bearing Ball Bearing Roller Bearing Split Roller Bearing Large diameter Slew Bearing BELT CONVEYOR COMPONENTS 1 2 Belt Conveyor Pulley Belt Conveyor Idler Set External Scraper for Belt Conveyor 54 Make ELECON GREAVES NAW FLENDER SHANTI GEARS VULCAN ENGINEERS ELECON GREAVES NAW FENNER CYCL O SHANTI GEARS VULCAN ENGINEERS ELECON CYCLO FLENDER SHANTI GEARS ELECON NAW SHANTI GREAVES SEW POWER BUILD IC BAUER GREAVES NAW SHANTI GEARS SEW POWER BUILD IC BAUER GREAVES NAW SHANTI GEARS HAGGLUNDS VOITH ELECON FLUIDOMAT PEMBRIL GREAVES LOVEJOY FENNER ESBI NAW FENNER ELECON FMG HI CLIFF LOVEJOY WMI CRANES FLENDER NAW FENNER LOVEJOY ELECON LOVEJOY BIBBY GBM FENNER KATEEL SVENDBORG SVENDBORG STROM KRAFT KAKKU BCH STROM KRAFT ELEKTROMAG KAKKU SKF ABL SBL NBC SKF KOYO NTN INA NBC FAG ZKL SKF KOYO NTN FAG ZKL COOPER HKT KOREA F
49. GUARANTEE BOND Name of the party submitting BG Party Code Job Code AT No LOI No Name of the Bank issuing BG Branch issuing the BG BG No BG Date BG Value 1 Is the BG as per the approved format of VSP Yes No 2 Is the BG issued by the specified category of Banks Scheduled commercial bank Nationalized bank etc as specified in the contract Yes No 3 Is the BG executed on stamp paper of adequate value under the relevant state rules Yes No 4 Is the stamp paper obtained in the name of the bank issuing the BG Yes No 5 Is the date of sale of stamp paper prior to the date of the BG Yes No 6 Does the BGi refer to the concerned agreement tender with reference to which the BG is ssued Yes No 7 Does the BG bear the number date and seal of the issuing Bank Yes No 8 Is the BG signed on all pages Yes No 9 Whether the name designation amp code number of the officer officers singing the BG are Mentioned against the signatures of respective officer officers Yes No 10 Whether the BG validity period is as per the concerned contractual requirement Yes No 11 Whether the BG format contains a foot note regarding the details of the controlling office higher authority from which confirmation regarding issuance of BG may also be obtained as given below Issuance of this bank guarantee may also be got confirmed from our controlling branch officer Higher Authority Name amp Address Yes No
50. HAWA ENGINEERING FISHER XOMER SANMAR NECO SCHUBERT amp SALZER LEADER VALVES KSB PUMP FOURESS BDK AUDCO VALTECH INDUSTRIES HAWA ENGINEERING AV VALVES OSWAL INDUSTRIES AUDCO BDK FOURESS LEADER SCHUBERT FISHER XOMOX AV VALVES VALTECH INDUSTRIES HAWA ENGINEERING OSWAL INDUSTRIES AUDCO BDK FOURESS REYNOLDS VALTECH INDUSTRIES AUDCO BDK FOURESS VIRGO FISHER XOMOX SANMAR OSWAL INDUSTRIES REYNOLDS VALTECH INDUSTRIES LEADER AUDCO BDK FOURESS VIRGO OSWAL INDUSTRIES REYNOLDS VALTECH INDUSTRIES LEADER AUDCO BDK FOURESS INTER VALVE INDIA KSB PUMPS SHIVA DURGA UPADHAYA VALVES HI TECH BUTTERFLY VALVES AUDCO BDK FOURESS ENGG INDIA INTERVALVE HI TECH BUTTERFLY VALVES SI No a b Component FORGED STEEL PLUG VALVES CAST IRON CARBON STEEL FORGED STEEL GOGGLE VALVE PRESSURE REDUCING VALVES CONTROL VALVES PRESSURE RELEASE VALVES NEEDLE VALVES FLOAT VALVES AIR RELEASE VALVES SPRING SUPPORTS VALVE ACTUATORS AIR COMPRESSOR AIR DRYER INSULATION HYDRAULIC SYSTEM HYDRAULIC SYSTEM PUMPS MAIN PUMPS CIRCULATION PUMPS SCREW PUMPS GEAR PUMPS COMPENSATOR IN SUCTION LINE VARIOUS TYPES OF HYDRAULIC VALVES FILTERS 59 Make AUDCO BDK FOURESS ENGG INDIA INTERVALVE HI TECH BUTTERFLY VALVES AUDCO FISHER XOMOX SANMAR AUDCO FISHER XOMOX SANMAR AUDCO FISHER XOMOX SANMAR AUDCO LTD FOURESS ENGG INDIA JNM FISCHER XOMOX ILP JNM FISCHER XOMOX FI
51. HNIC SIEMENS BCH may be considered only for light duty C amp S STANDARD HHE KAYCEE SIEMENS BCH L amp T INDOASIAN ABB AG SYSTEMS BCH L amp T SIEMENS ABB CGL JSI AG SYSTEMS JAI BALAJI ALSTOM SIEMENS SIEMENS L amp T BCH C amp S TM ABB GE POWER SCHNEIDER ROCKWELL SIEMENS STROMKRAFT ELECTROMAG AG Magnetics Perfect Electrics KAKKU EPC INDCOIL SIEMENS AEP INDUSREE KAPPA ABB SIEMENS AREVA ELSTER ADEPT SIEMENS VAISHNO TECHNIK BINAY J AUER JYOTI APLAB SYSTECH MASIBUS SYSTECH TSC GETCO KHERAJ EDISON KAKKU APLAB L amp T PROCON CONTROL AND DYNAMICS MINILEC ELECMECH JSI AG SYSTEMS ROCKWELL TELEMECHANIQUE JAYSHREE TELEMECHANIQUE AG MECHANICAL KAKKU TECHNOCRATS AEP KAPPA INDCOIL AEP KAPPA INDCOIL AREVA HUBNER IFM VURLEY TELEDYNE Leine amp Linde DELTA DANIELI DELTA DANIELI SI No ii a b c Component Electronic Motor Protection Relays Microprocessor based Motor Protection Relays for LT Motors Microprocessor based Protection Relays for HT Motors Auxiliary Relays Numerical Protection Relays for HT system Numerical Protection Relays for LT system ELECTRICAL MEASURING AND TESTING EQUIPMENT ELECTRICAL MEASURING INSTRUMENTS Ammeter Voltmeter Wattmeter Var meter Watt hour meter PF meter Frequency meter Multimet
52. ISTLER MORSE HEIN LEHMANN INDIANA PREPEC ACTUATOR INDIA IC ELECON TRF ELECKTROMAG VIMEC IC ELECON TRF BHP VIMEC IC TRF MBE SAY AJI METSO SANDVIK IC TRF MBE ELECON METSO SANDVIK IC MBE TECPRO TRF METSO SANDVIK TRF L amp T MBE METSO SANDVIK ELECON SANDVIK METSO KOBE HEC SI No Component 14 Crusher Hammer Mill Roll amp Ring gramulator 15 Double Cone Valves 16 Burner 17 Combustion air blower 18 Transmission chains 19 Sprocket 20 Hydraulic jack 21 Puller 22 Flexowell type Conveyor 23 High tensile fasteners 24 Paints 25 Manufacturing and Assembly of Mechanical items 26 Fabrication items REFRACTORY AND INSULATING MATERIALS 1 Alumino silicate 2 Basic 3 Castables 4 Insulation materials 5 Blanket Fibre Boards Felts 56 Make SAYAJI TRF MBE L amp T SANDVIK METSO KOBE KRUPP OLM L amp T OLM FLAKT TLT ARF ROLCON ROLCON TI DIAMOND ROLON IMPORTED IMPORTED MAX PULL TRACTEL TIRFOR PULLMAN METSO TRF NAVIN GKW SUNDARAM FIT TIGHT UNBRAKO ASIAN J amp N ADDISON GAREWARE BERGER SHALIMAR ICI GOODLAS NEROLAC CHESTERTON MAKKCHEM CLEANCOATS L amp T KCP SIMPLEX ISGEC BHILAI ENGG BECO HMTC METAL FAB ROURKELA FABRICATORS SRIKUMARAN MODERN ENGINEERS METCO L amp T ISHA ENGINEERING PAGODA JAYA VRINDA TRL OCL MAITHAN OIL BRL MPR REFRACTORIES RASSI REFRACTORIES VISHWAKARMA REFRACTORIES KABITA REFRACTORIES MAHAKOSHAL
53. KU Industries Syndicate UNISTAR CGL AREVA DANDAPANI ALSTOM SIEMENS FERRAZ COOPER BUSSMAN ABB SIEMENS BHEL HIND RECTIFIER ABB GE SCHNEIDER L amp T SIEMENS ABB ABB ROCKWELL SIEMENS AREVA SCHNEIDER LG BCH SIEMENS L amp T BCH BHEL C amp S TECHNOCRAT B amp C MEDITRON ELECTRO FABRIC HCE SEN amp SINGH TECHNO COMMERCE SWITCHING CIRCUIT ECC POWER amp PROTECTION Vijay Switchgear Cosmic Power System SI No 10 11 12 13 14 15 16 17 18 19 type 20 21 22 23 24 25 Component Control Switch Push Button Limit Switch Change Over Switch Selector Switch Discrepancy Control Switch Timer Time Delay Relay Emergency Switch Belt Sway Switch Pull Cord Switch Belt Slip Switch Semaphore Indicator Auxiliary Relay Control Contactor Master Controller Control Transformer Voltage Power Current Frequency Energy Transducers Indicating Lamp Cluster LED type Temperature Scanner Photo cell transducer Hooter Buzzer Bell Solid State Annunciator Proximity Limit Switches Non contact Zero Speed Switches Current Transformer Voltage Transformer Tachos Encoders Hot Metal Detector HMD Loop Scanner 71 G PROTECTION RELAYS Make SIEMENS KAYCEE AREVA L amp T VAISHNO C amp S SIEMENS BCH L amp T VAISHNO C amp S SCHNEIDER TECHNIC KAYCEE AG SYSTEMS JAY BALAJI TECHNOCRATS ELECTROMAG JSI TEC
54. L SIEMENS ABB ELPRO RAYCHEM AREVA SIEMENS AG Imported AREVA DP S amp S COOPER BUSSMAN NARKHADE PEFCO RESITECH NATIONAL DP A BOND STRAND ESWARI SI No 12 13 14 15 16 17 18 19 20 21 22 Component 11 kV and 6 6 kV HVLC Power Transformers Oil filled amp Earthing Transformers 11kV amp 6 6kV LCSS power transformers Cil filled 11kV amp 6 6kV Cast Resin type power transformers 11 kV amp 6 6 kV Dry type power transformers Winding and Oil Temperature Indicator Control and Relay Panel Magnetic Oil Level Indicator Buchholz Relay Battery Lead Acid Battery Charger Power Socket outlets MEDIUM VOLTAGE SWITCHGEAR AND CONTROL GEAR L T Air Circuit Breaker Distribution Board fully drawout single front including circuit breaker for main substation process L T Busduct 415 V Air Circuit Breaker Moulded Case Circuir Breaker MCCB LT Switch board semi drawout for auxiliaries amp Non process units 415V Motor Control Centre for process units 68 Make BHEL BB CGL AREVA VOLTAMP EMCO TELK KIRLOSKAR KEC ABB BB CGL AREVA VOLTAMP EMCO TRANSFORMERS amp RECTIFIERS INDCOIL ABB VOLTAMP BHEL HOLEC KIRLOSKAR KEC KIRLOSKAR KEC ABB BHEL VOLTAMP BB CGL INDCOIL AIMES IMPLEX SKII PRECI MEASURE PRECISION INSTRUMENT PERFECT CONTROL OSMADIAL A
55. PURCHASER or which at any time thereafter may be found to be payable to the SELLER by the PURCHASER under this or any other Acceptance to Tender with the PURCHASER Should this sum be not sufficient to cover the full amount recoverable the SELLER shall pay to the PURCHASER on demand the remaining balance amount This action shall be without prejudice to the right of the PURCHASER to take legal action against the SELLER for the breach of the Acceptance to Tender RESPONSIBILITY The PURCHASER on the one hand and the SELLER on the other hand shall be responsible for the performance of all their respective obligations under this Acceptance to Tender TRANSFER AND SUB LETTING 104 18 1 19 0 19 1 20 0 20 1 21 0 21 1 22 0 22 1 23 0 23 1 The SELLER shall not sublet transfer assign or otherwise part with the Acceptance to Tender or any part thereof either directly or indirectly without the prior written permission of the PURCHASER EXPORT LICENCE It shall entirely be the responsibility of the SELLER to obtain the requisite Export Licence and to comply fully and to honor all procedures regulations policy relevant laws of his country for export of the MATERIAL to India and he shall keep the PURCHASER indemnified for any losses which may accrue to the PURCHASER because of any defect therein TAXES AND DUTIES The SELLER shall be entirely responsible for all taxes stamp duties Licence fees and other such
56. RA CHARGESON SHYAM ENG GATES INSAP HYDROKRIMP A C ALFA LAVAL WEST FALIA HYDAC PALL INTERNORMEN PARKER REBS WARNER LINCOLN FESTO NUCON ROSS FESTO NUCON ROSS NORGREN SMC JAPAN VELJAN SHAVO NORGREN ROSS SMC JAPAN FESTO VELJAN NUCON FESTO SCHRADER NORGREN SMC JAPAN PARKER SMC JAPAN RIECO MBE MACAWBER BEEKAY MAHINDRA ASHTECH ENERGO VCC INDO BERG LTD KERRY DRYING amp CONVEYING SYSTEM PVT LTD SI No Component GAS HOLDER PRESSURE VESSELS FLARE STACK ELECTRICAL HEAT TRACING H FIRE PROTECTION SYSTEM DETECTOR INTELLIGENT amp ADDRESSABLE ALL MODULES INTELLIGENT amp ADDRESSABLE FIRE ALARM PANEL INTELLIGENT amp ADDRESSABLE REPEATER PANELS INTELLIGENT amp ADDRESSABLE CABLES BATTERY MANUAL CALL POINTS INTELLIGENT amp ADDRESSABLE ELECTRONIC HOOTER ADDRESSABLE WATER SYSTEM A PUMPSETS 1 Horizontal Centrifugal 2 Vertical centrifugal 3 Vertical turbine 4 Submersible Borewell 5 Submersible drainage sewage 6 Slurry Sludge 7 Sewage 8 Chemical centrifugal 63 Make CLAYTON WALKER SMS DEMAG BHARAT HEAVY PLATES amp VESSELS ISGEC ASSOCIATED PLATES amp VESSELS DECTEL LLOYDS STEEL L amp T BOC AIROIL FLAREGAS COMBUSTION CONTROL JOHN ZINK ADOR WELDING LTD ADOR COOPERHEAT RAYCHEM THERMOGUARD INDCON PROJECTS amp EQUIPMENT UNITECH SYSTEMS NOTIFIER EDWARD CERBERUS AND UL FM LPC APPROVED NOTIFIER EDWARD CERBERUS AND UL FM LPC APPROVED
57. REFRACTORIES VALLEY REFRACTORIES MANISHRI REFRACTORIES RAJHANS REFRACTORIES SKG REFRACTORIES NILACHAL REFRACTORIES ASSOCIATED CERAMICS LTD NATIONAL REFRACTORIES Ltd TRL OIL OCL MPR REFRACTORIES BURN STANDARD BRL RASSI REFRACTORIES SKG REFRACTORIES TRL ACC OCL MPR REFRACTORIES BRL VESUVIUS INDIA LTD RASSI REFRACTORIES REFCOM INDIA PVT LTD ASSOCIATED CERAMICS LTD SKG REFRACTORIES OAL MAITHAN REFRACTORIES CUMI MAITHAN ACC REFRACTORIES ACHINT CHEMICALS RAJHANS REFRACTORIES SHARAD REFRACTORIES P LTD CHAMUNDA TAP NIRODHAK UNIFRAX MMTCL LLOYDS INSULATION SI No Component Papers etc HANDLING EQUIPMENT 1 Elevator 2 Tanker UTILITY SYSTEM A AIR CONDITIONING amp VENTILATION SYSTEMS CHILLER UNITS AIR HANDLING UNITS PACKAGE AIR CONDITIONERS SPLIT AIR CONDITIONERS WINDOW AIR CONDITIONERS PACKAGE TYPE FRP COOLING TOWERS VENTILATION SYSTEMS CENTRIFUGAL AXIAL FLOW FAN FOR VENTILATION SYSTEM INSULATION AIR FILTER GI SHEETS ALUMINIUM SHEETS B AIR POLLUTION CONTROL SYSTEM BAG FILTER ESP FAN CHAIN CONVEYOR EXPANSION JOINTS DAMPER 57 Make HYDRABAD INDUSTRIES MEGHA INSULA TION OTIS THYSSEN KRUPP ECE ELEVATOR KONE IBIJI NMF TPS BLUE STAR CARRIER DUNHAM BUSH VOLTAS YORK TRANE KIRLOSKAR HITACHI BLUE STAR CARRIER EMERSON VOLTAS BLUE STAR CARRIER EMERSON VOLTAS BLUE STAR CARRIER EMERSON VOLTAS HITACHI BLUE STAR C
58. REVA ABB SIEMENS All work in own works ENPRO for 33kV amp below SUKRUT PRAYOG ATVUS CHLORIDE EXIDE AMCO STANDARD HBL NIFE SABNIFE AMAR RAJA HBL NIFE SABNIFE CHHABI ELECTRICALS DEBIKAY CALDYNE AMAR RAJA HCE BCH A BOND STRAND INDO ASIAN GE POWER L amp T SIEMENS ABB BCH SCHNEIDER COSMIC POWER SYSTEM CONTROL amp SWITCHGEAR All work in own works STARDRIVE ECC C amp S PCE HCE BRIGHT ENGINEERS UNITED ELECTRIC Cosmic Power System MK Engineers Power Media SIEMENS GE POWER L amp T ABB SCHNEIDER SIEMENS GE POWER L amp T ABB SCHNEIDER BCH ANDERW YULE SIEMENS BCH L amp T GE POWER SCHNEIDER ABB COSMIC POWER SYSTEM SEN amp SINGH ECC HCE Vijoy Switchgear Controls MK Engineers ELECMECH Power Media Hydrabad Industrial Switchgear Ltd Mumbai Control amp Switchgear C amp S SIEMENS GE POWER L amp T ABB SCHNEIDER All work in own works SI No 7 process 10 11 12 13 Component 415V Motor Control Centre for non units Power Distribution Boards Single front Outdoor Distribution Boards Power Distribution Boards single front below 630A Outdoor distribution boards below 630A and Lighting Distribution Boards MPCB MOTORS HT AC Motor 1000 kW and above HT AC Motor 200 kW 1000 kW Synchronous amp Sq Cage Motors above 3000 kW LT AC Sq cage induction Motor General purpose LT AC Motor
59. SHER ROSEMOUNT METSO R K CONTROL TOSHNIWAL ILP JNM FISCHER XOMOX AUDCO CROSBY FISCHER XOMOX TUFLIN AUDCO BDK LEVCON LEADER SHIVA DURGA UPADHYAY IVI IVC H SARKAR G M DALUI LEVCON LEADER SHIVA DURGA UPADHYAY IVI IVC H SARKAR G M DALUI SUPPORTS SYSTEM TECHNO INDUSTRIES AUMA LIMITORQUE ROTORK CONTROLS EL O MATIC ATLAS COPCO IR ELGI KIRLOSKER PNEUMATICS DELAIR INDCON ATLAS COPCO PACE LLOYDS INSULATION ROCKWOOL INDIA JAYASHREE INSULATORS FGP LIMITED U P TWIGA FIBREGLASS LTD REXROTH VICKERS PARKER YUKEN JAPAN REXROTH VICKERS PARKER KAWASKI ALWEILER IMO REXROTH PARKER RICKMEIER REXROTH PARKER VICKERS YUKEN JAPAN REXROTH VICKERS PARKER YUKEN JAPAN HYDAC PALL EPE EPPEN STEINER GMBH PARKER INTER NORMEN SI No Component HEAT EXCHANGER PLATE TYPE GASKETTED DESIGN ACCUMULATORS COUPLING PRESSURE SWITCH SHUT OFF VALVE BALL TYPE SHUT OFF VALVE BUTTERFLY TYPE MINIMESS COUPLING HYDRAULIC MOTORS PROPORTIONAL VALVES SERVO VALVES WELD ON TYPE PIPE FITTINGS PIPE PRESSURE INDICATOR TEMPERATURE INDICATOR THERMOSTAT LEVEL INDICATOR LEVEL SWITCH HYDRAULIC CYLINDER SAE FLANGES BUTT SOCKET WELD FITTINGS AIR BREATHER WITH SILICA GEL PIPE CLAMP FLEXIBLE HOSE CENTRIFUGE MOBILE MOTORISED PUMP MOTOR FILTER UNIT FOR OIL FILLING 60 Make ALFA LAVAL INDSWEP G E A HYDAC REXROTH EPE EPPEN STEINER GMBH PARKER LOVE JOY ROTEX REXROTH DANFOSS SWITZER VICKERS PARKER HY
60. Stirrer flocculator etc Oil skimmer endless tube Auto backwash strainer Centrifugal solid liquid separator Float type level indicator Dust suppression system Sprinkler Dry fog type Chemical dosing and chlorination system Tape buried pipelines LABORATORY EQUIPMENT INSTRUMENTAL ANALYSIS EQUIPMENT WET CHEMICAL EQUIPMENT 66 Make L amp T KSB BDK VIRGO FISCHER XOMOX VAAS LEADER UPADHYAY IVC SARKAR DURGA LEADER UPADHYAY IVC SARKAR FLUID CONTROL AUDCO FISCHER XOMOX SANMAR CHEMTROL BDK VAAS FOURESS BDK BDK SAUNDERS ASCO STRUMECH NEW AGE STEELAGE INDUSTRIES CAPITAL CONTROL BANACO PENWALT BETZ NALCO DREW M amp P VIJAY NEW AGE SURE SEAL FOURESS HDO TRIVENI EIMCO KCP THERMAX VATECH MATA RAMKRISHNA ENGG SEALOL DURAMETALLIC BURGMANN REMI VOLTAS HDO GRUNDFOSS KSB ABS DRIPLEX NALCO VATECH OIL SKIMMER INC USA AMIAD HYDAC BOLL amp KIRCH FILTOMAT DANGO amp DANEIL LAKOS TIMEX LEVCON DK INSTRUMENTS CHEMTROLS SAMIL TPS F HARLEY KAVERI PROJECTS amp CONTROL NALCO BETZ IWL CARPOTES SPECTRO PANALYTICAL THERMO ELECTON LECO ROSE MOUNT ARUN TECHNOLOGY NIULAB SREEMA SCIENTIFIC INSTRU MENT B B ENG METTLER TOLEDO NETEL LABMAN SI No Component 3 SAMPLE PREPARATION EQUIPMENT 4 PHYSICAL TEST EQUIPMENT 5 METALLOGRAPHY IMPORTED 6 MECHANICAL TESTING IMPORTED ELECTRICAL A EXTRA HIGH TENSION EHT SUBSTATION EQUIPMENT OU
61. TDOOR 1 220 kV SF6 Circuit Breakers SPRING SPRING 2 220 kV Disconnecting Switch Isolators 3 220 kV Lightning Arrestors 4 220 kV CTs 5 220 kV Electromagnetic PTs 6 220 kV Class Power Transformers 7 220 kV Insulators Disc amp solid core B HIGH TENSION HT SUBSTATION EQUIPMENT INDOOR 1 33 11 6 6 kV Vacuum Circuit Breakers 2 33 11 6 6 kV PTs Panel mounted type 3 33 11 6 6 kV CTs Panel mounted type 4 HT Busduct Phase Segregated 5 HT Reactor Air Cored Dry Type 6 HT Capacitors 7 11 6 6 kV Vacuum Contactors 8 11 6 6 kV Lightning Arrestors amp ZnO CR type surge suppressors 9 HT HRC Fuses 10 Neutral Grounding Resistor 11 Indoor HT Isolators Make SREEMA M P EQP B B ENG BIEN ARTIUM AMALGAMETED INSMART EASTMAN CRUSHER SAYAJI BIENARTIUM AMALGAMATED B B ENG M P EQP SREEMA ENG LABINDIA NASKAR LEITZ CARL ZESIS BUEHLER LECO OLYMPUS ZWICK INSTRON ABB AREVA BHEL CGL SIEMENS BHEL is manufacturing SF6 breaker hydraulic operated ELPRO HIVELM ALLIANCE ELPRO AREVA WSI CGL ABB BHEL ABB TELK CGL AREVA WSI BHEL ABB TELK CGL AREVA WSI BHEL TELK CGL ABB Jayashri Insulator WSI Modern Insulator BHEL BHEL SIEMENS AREVA ABB AEP PRAGATI AREVA Prayog Electricals SILKANS AEP PRAGATI AREVA Prayog Electricals SILKANS C amp S ECC STAR DRIVE ENPRO INDCOIL HIND RECTIFIER PS Electricals BHEL ABB UNISTAR AREVA BHE
62. TROMAG SUPERLIFT EPCC Electro Zavod ELECTROMAG SUPERLIFT BHEL BCH IS EEF RESITECH NARKHADE YOKOGAWA HONEYWELL EMERSON INVENSYS FOXBORO ABB SIEMENS ROCKWELL AUTOMATION SIEMENS ABB SCHNEIDER GE FANUC YOKAGAWA HONEYWELL SIEMENS ABB EUROTHER M INVENSYS FOXBORO YOKOGAWA LAXONS CHINO EUROTHERM ABB HONEYWELL MASIBUS EUROTHERM YOKOGAWA HONEYWELL YOKOGAWA ABB MASIBUS HONEYWELL MASIBUS APLAB ECIL WAAREE M B CONTROLS PROCON SI No 10 11 12 10 11 12 Component Alarm Annunciator Signal Isolator Multiplier Instrument Panel Cabinet Desk Power Supply Unit Intrinsic Safety Barrier FIELD INSTRUMENTS Pressure Gauge Draught gauge amp DP gauge Pressure and DP Flow and Level Transmitters Electronic SMART Type Pressure Switch DP Switch SOLID STATE Temperature Gauge RTD and Thermocouple Temperature Transmitter Temperature Switch Level Gauge Level Switch Transmitter Nucleonic Level Gauge Ultrasonic Rader type Level transmitter 75 IIC MINILEC PROCON PIRI APLAB ICA DIGICONT MB CONTROLS amp SYSTEM MINILEC PROCON SEMUDA MTL YOKOGAWA MASIBUS PEPPERL amp FUCHS RITTAL RKC SIMCON VERO PYROTECH SIEMENS PHOENIX MTL COSEL MTL P amp F ABB ENDRESS HAUSER GIC H GURU FEIBIG WAREE PRICOL WALCHANDNAGAR Y2K GE GAUGES PVT LTD INDUSTRIAL INSTRUMENTATION MANOMETER WIKA FROBES MARSHALL SWIT
63. ZER GIC ANI H GURU PRICOL GEG WAREE WIK A EMERSON YOKOGAWA HONEYWELL ABB FUJI INVENSYS FOXBORO SIEMENS WIKA ABB E H SCHNEIDER HONEYWELL WIKA GIC ANI H GURU GEG FEIBIG A N INSTRUMENTS ASIATIC ENGINEERS HIRLEKAR PRECISION ALTOP WAAREE FROBES MARSHALL MANOMETER PRECISION INDUSTRIES SREE GURU INSTRUMENTS WAREE INDUSTRIAL INSTRUMENTATION NAGMAN TOSHBRO TEMPSENS TOSHNIWAL INDUSTRIES GIC YOKOGAWA ABB HONEYWELL EMERSON SIEMENS EUROTHERM MOORE CONTROLS MEDICAL amp CONTROL INSTRUMENTS PEPPREL FUCHS LTD MTL TOSHNIWAL INDUSTRIES SWITZER INDFOS HONEYWELL VERMA TRAFAG P amp F GIC DKI BLISS ANAND LEVCON V AUTOMAT LEVCON TOSHBRO KRHONE ENDRESS HAUSER SWITZER S B ELECTROMECHANICAL CONCORD BERTHHOLD THERMO FISHER SCIENTIFIC ECIL ENDRESS HAUSER MILTRONICS ENDRESS HAUSER ABB SIEMENS MAGNETROL INTERNATIONAL VEGA EMERSON SAAB FROBES MARSHALL PEPPERL FUSHS LTD MATSUSHIMA SI No 13 14 15 Flowmeter 16 17 18 19 20 21 22 23 24 Component Rotameter Flow Elements Orifice Plate Nozzle Ventury Tube Magnetic Flowmeter Ultrasonic Positive Displacement Flowmeter Vortex Flowmeter Mass Flowmeter Control Valve and On off Valve Electric Actuator I P Converter Solenoid Valve Air filter regulator Encoder SPECIAL INSTRUMENTS Electronic Weighing System Gas Analysers Water Analysers pH and Conductivi
64. ad Port To confirm the details of load port 15 Validity of offer To be confirmed as per Clause 8 of Annx Il of ITT Test cum Guarantee certificate To be confirmed as per Clause 12 of Annx VII of ITT 17 Liquidated damages To be confirmed as per Clause 13 of Annx VIL of ITT 18 Default To be confirmed as per Clause14 of Annx VII of ITT 19 Risk Purchase To be confirmed as per Clause15 of Annx VIL of ITT 20 Arbitration amp Jurisdiction To be confirmed as per Clause 23 of Annx VII of ITT 21 Force Majeure To be confirmed as per Clause 22 of Annx VIL of ITT 22 Performance Guarantee Bond To be confirmed as per Clause10 of Annx ll 93 of ITT 23 ndian Agent details To be confirmed as per Clause 7 of Annx Il of ITT 24 Other terms and condition of ITT To confirm acceptance GCC 25 Submission of documents by un To be confirmed as per Clause 1 0 of Annx listed vendors of RINL VSP Il of ITT 26 Submission of signed Integrity To be confirmed as per Clause 2 6 of Annx Pact Il of ITT 94 Signature and Name of the Tenderer ANNEXURE V TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 PROFORMA OF BANK GUARANTEE FOR BID BOND refer Para 9 0 of Annexure Il To be typed on Non judicial stamp paper of the value of Indian Rupees of One Hundred TO BE ESTABLISHED THROUGH ANY OF THE NATIONALISED BANKS WHETHER SITUATED AT VIS
65. arded EMD Security Deposit etc if any will be forfeited The contracting Agency in such cases shall make good to RINL any loss or damage resulting from such termination Contracts in operation anywhere in RINL will also be terminated with attendant fall outs like forfeiture of EMD Security Deposit if any and recovery of risk and cost charges etc Decision of RINL Management will be final and binding The tenderer s may be invited if necessary for technical discussions during the evaluation stage of offer s submitted However in such a scenario the intimation will be given in advance 90 ANNEXURE III TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 PROFORMA FOR PART III PRICE BID FOR IMPORTED SUPPLIES 1 Name of the Tenderer 2 Address 3 Country of Origin of commodity 4 FOB Load port basis Price per set in words as well as in figures a Design and engineering manufacture supply of Hydraulic Mud gun and Drilling Machine of BF 1 1 set as envisaged in specification NO VSP BF CR PRI 002 b CFR Visakhapatnam Chennai Sea Port Price per set in words as well as in figures Design and engineering manufacture supply of Hydraulic Mud gun and Drilling Machine of BF 1 1 set as envisaged in specification NO VSP BF CR PRI 002 _ Price Break u FOB designated Load port price A Freight B Total A B CFR Visakhapatnam Chennai c Supervisio
66. arious types of cables amp cabling materials amp accessories amp earthing materials for procuring the same by the others Basic and detail engineering for any other items which in opinion of tenderer are required for successful erection and commissioning of electrics for hydraulic mudgun and drill machines Detail electrical layout drawings for installation of items as well as assignment drawing Based on above information drawing prepared by tenderer purchaser shall be in a position to install the above items Special supervision will be provided by the tenderer during the installation of above items by the purchaser Tenderer shall visit the site and get himself acquainted with the environmental and operating conditions and equipment arrangement prevailing at site and shall understand the scope of the work involved in this specification and get satisfy thoroughly the suitability of the equipment offered before submitting the tender offer The tenderer shall take full responsibility for guranteed operation of the system as regards performance smooth reliable and safe working Equipment specification 415 V Motor Control Centre MCC The MCC shall conform to 15 8623 Part 1 Part 2 for factory built assemblies 15 13947 Part 1 for general requirement of switchgear The MCC shall have TPN busbars of aluminum alloy conforming to IS 5082 MCC shall be single front design and shall have only front access MCC shall be fed by d
67. ashers for the equipment of all hydraulic systems including electrical control panel Supply of one 1 No loose pressure gauge of each range with minimess hose and minimess coupling for each hydraulic system Supply of one 1 set of accumulator charging set for filling nitrogen to the accumulator for hydraulic system amp its accessory equipment Supply of anodised circuit plates for tank units pump motor filter units valve stands and accumulator stands for each hydraulic system Supply of adequate number of flushing filter elements for flushing of hydraulic interconnecting piping including hydraulic systems Supply of first fill of hydraulic oil for each hydraulic system Supply of commissioning spares for hydraulic systems Supervision of erection testing and commissioning of all equipment of hydraulic systems control panels complete interconnecting piping etc Pickling and flushing of interconnecting piping between each hydraulic tank pump unit and hydraulic actuators via valve stands and accumulator stands are to be supervised by the tenderer Supply of flushing oil for flushing of interconnecting piping including systems Adequate quantity of flushing filter elements shall be provided for flushing of hydraulic interconnecting piping including systems One 1 number mobile motorised transfer pump motor filter unit shall be provided for filling fresh hydraulic oil to the tanks of hydraulic systems from barrels
68. ate the same Supervision of erection of all the equipment including MCC control desks Local Control stations local control panels hydraulics and associated electrics alarming systems and related equipment are in the scope of tenderer for which necessary details along with schedule of erection category wise deployment of supervisory personnel during erection etc are to be submitted It is emphasised that tenderer should visit the site and convince himself of the site conditions condition of equipment and surrounding infrastructural support available before submission of his offer Design and engineering imported and indigenous Tenderer shall provide drawings and documents for the equipment and associated electrics covered under the scope of work of the tenderer including GA assembly P amp l diagrams SLDs block diagrams hydraulic amp lubrication pipeline routing flow diagrams civil assignment drawings amp load data control philosophy functional description Instrument datasheets automation system drawings test certificates engineering and installation drawings etc Preparation and submission of all manuals including operating and maintenance included in the engineering services Successful tenderer shall also provide the civil assign drawings load data for the mud gun and drilling machine foundation and MCC Control Desk Local control panels etc as required All erection drawings instructions manuals List of s
69. ation of performance of Hydraulic Mudgun amp Drilling Machine fall in the scope of supplier For detailed scope refer ANNEXURE I ITEM amp QUANTITY The PURCHASER intends to purchase 1 Set of Hydraulic Mudgun amp Drilling Machine for Blast Furnace 1 conforming to Technical specifications as per Annexure l of tender documents DELIVERY Our requirement for delivery of machine 31 01 2012 Tenderer s should offer their best delivery schedule time Tenderers should submit their tenders in Three parts Part PRE QUALIFICATION BID Part II TECHNO COMMERCIAL BID Part Ill PRICE BID in separate sealed envelopes clearly indicating Part I Pre Qualification Bid Part II Techno Commercial Bid and Part Ill Price Bid on the respective envelopes ITT No amp date Due date of tender opening as well as Name amp Address of Tenderer must be mentioned on each cover envelopes without fail for identification of Parts A Proforma as given in Annexure lll of the Tender Documents is prescribed for Part PRICE BID All the tenderers are advised to submit their PRICE BID in the prescribed proforma only PRICE BID should contain no caveat conditions Offers to the contrary will stand the risk of getting rejected The tendered quantity shall be procured from the overall lowest technically and commercially acceptable tenderer RINL shall have the option of resorting to reverse e auction e bidding or online bidding All tec
70. ative banks are not accepted This Performance Guarantee Bond shall be for the due and faithful performance of the contract and shall remain binding notwithstanding such variations alterations or extensions of time as may be made given conceded or agreed to between the successful tenderer and the Purchaser under the terms amp conditions of Acceptance to Tender The successful tenderer is entirely responsible for the due performance of the Contract in all respects according to the spirit intent and meaning of the terms and conditions and specifications and all other documents referred to in the Acceptance to Tender The Performance Guarantee Bond shall be kept valid and in full force and effect during the period of the contract and shall continue to be enforceable for a period of 180 One hundred and Eighty days from the date of scheduled delivery of the last consignment Performance Guarantee Bond shall be released after 180 days from the date of scheduled Delivery of the last consignment or 90 days after commissioning of the total Equipment supplied subject to clearance from user department whichever is earlier under the Acceptance of Tender STATEMENT OF DEVIATIONS If any tenderer is unable to accept any particular term s as incorporated in the Tender document or proposes any deviation there from the Tenderer shall enclose along with his offer a statement of deviations clearly spelling out the deletions deviations proposed
71. aulic power systems complete in all respect shall be provided for the equipment of blast furnace amp its accessories covered under this specification The systems shall be complete with all equipment electrics pipework instrumentation and controls as required and as specified in this specification as well as in General Specification of Hydraulic System GS No VSP 6 3 M 03 22 1 2 Design basis 22 1 2 1 The Hydraulic systems referred herein shall generally cover the following Hydraulic power packs consisting of hydraulic fluid reservoirs with accessories pumps motors filters coolers isolation valves check valves instruments etc Accumulator stands consisting of accumulators safety shut off block etc Valve stands consisting of all direction pressure and flow control valves isolation valves check valves amp instruments Hydraulic cylinders actuators and motors Hydraulic pipework complete with pipes fittings valves hoses clamps amp supports Instruments controls and safety devices for indicating and recording of pressure temperature amp level of fluid in reservoir etc for alarms for abnormal conditions and for interlocks for safe operation Electrical control panel Hydraulic fluid 22 1 2 2The hydraulic systems shall be designed for mineral oil of ISO VG46 grade 22 1 2 3 Hydraulic fluid reservoirs shall include clean out doors inspection doors sloping bottom baffle plates air breat
72. ay prevent efficient operations 2 2 5 Purchaser shall provide the necessary experienced crew as required for normal operation During the test period the equipment should not be put down for maintenance without mutual consent 226 the other related equipment and facilities shall be fully conditioned and maintained and further normal and stable operation shall be maintained 3 0 OTHER CONDITIONS 3 1 Should the continuous operation of the equipment during the performance test be interrupted due to Difficulties with the plant machinery and equipment supplied by Tenderer The inadequacy of Tenderer s supervision of erection testing and start up To defect in the erection work then the performance test shall be re started and run again for the whole of the specified period of performance test according to the stipulation of the Contract 3 2 If the results of the performance tests are not satisfactory then the tests shall be repeated after necessary rectification and adjustments in accordance to the stipulation of the Contract 52 RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM SPECIFICATION NO VSP BF 1 CR PRI 002 for HYDRAULIC MUDGUN AND DRILLING MACHINE OF BLAST FURNACE 1 GENERAL SPECIFICATION AND LIST OF PREFERRED MAKES PART C VOLUME 111 FEBRUARY 2011 M N DASTUR amp COMPANY P LIMITED Consulting Engineers P 17 Mission Row Extension Kolkata 700 013 53 SI No VSP B
73. branch located in Visakhapatnam The bond established through Co operative Banks are not acceptable The Bid Bond should be valid for 180 One hundred and Eight days from the date of tender opening Tenders received without the Bid Bond bid Money of requisite value will summarily rejected Bid money if paid in cash shall not accrue interest Bid Bond Bid Money submitted shall be returned to the unsuccessful tenderers on finalization of the tender and clearance from Nodal Officer of Integrity Pact However Bid Bond Bid Money submitted by the successful tenderer shall be returned to them on finalization of the tender and upon submission of Performance Guarantee Bond and clearance from Nodal Officer of Integrity Pact The Bid Bond Bid Money must be submitted along with or prior to opening of Pre Qualification Bid Part 1 Tenders received without the Bid Bond Bid Money of requisite value will not be considered by RINL 9 4 The submission of Bid Bond shall be exempted for SSI Unit Registered with Industries Dept 9 5 10 0 10 1 or NSIC Ltd This exemption is applicable only to those SSI units which are having permanent Registration numbers for SSI Units should submit a copy of Permanent Registration certificate along with the techno commercial bid Non submission of this document by SSI units shall debar them from consideration of their offer The Bid bond Bid money shall be encashed by RINL VSP without any further reference
74. c engineering scope and detailed engineering scope The successful tenderer shall submit the following drawings for the approval of Purchaser General layout and general assembly drawing in Six sets Piping layout showing location dimension Automation system configuration drawing PLC drawings documents e GA SLD of MCC Local control panels Local control stations Control Desk UPS and UPSDB etc and electrical cabling power control e Layout drawing showing location of equipment e Dimensions of civil foundation including foundation bolt location e Load data 19 e Power requirements with total break up e Utilities requirement e List of bought out items and their source of supply The successful tenderer should submit six 6 sets of the following drawings for reference 12 0 13 0 13 1 13 2 13 3 13 4 e Assembly drawings with spare parts specification e Detailed manufacturing drawings and specification of fast wearing parts e Electrical control circuits diagrams with bill of materials cable lists and terminal diagrams for the supplied MCC control desks and panels Local control stations UPS amp UPSDB Circuit diagrams for hydraulic systems Instrumentation flow sheet Instructions for assembly and erection Operation and maintenance manuals Hydraulic control schemes and material lists Specification for all bought out items including instruments and supply consumables with their source of suppl
75. cation AC motors selected shall be energy efficient squirrel cage induction motor Construction and other features of motors shall be as per General specification VSP 6 3 GS E 05 31 20 4 3 20 4 3 1 20 4 3 2 20 4 4 20 4 4 1 20 4 5 20 4 5 1 20 4 6 20 4 6 1 20 4 7 20 5 Field mounted equipments Field mounted equipment e g push button control switches limit switches power junction boxes control junction boxes proximity switches local control station control desks and control posts shall be provided as per requirement The design and constructional features of items indicated in clause no 20 4 3 1 shall be as specified in General Specification VSP 6 3 GS E 05 LT Power control screened special amp flexible cable and data highway fibre optic cable For relevant information refer General Specification VSP 6 3 GS E 07 Design of earthing materials for tenderer s equipment The equipment supplied installed and terminated by others need to be earthed with nearest network as applicable in conformity with IE Rules and as per IS 3043 G I strips shall be galvanised as per IS 2629 and G I wires shall be galvanised as per IS 4826 Earthing of equipment shall have to be done as per VSP General Specification No VSP 6 3 GS E 07 Uninterrupted power supply UPS The UPS shall have sealed maintenance free SMF battery back up SCVS with static by pass switch and input isolation tran
76. ccrues or arises against us lane name of bank amp branch by virtue of this guarantee before the dates 107 referred to at and b herein above the same shall be enforceable against us name of bank amp branch not withstanding the fact that the same is enforced after the dates referred to at a or b herein above whichever date is the latest provided that notice of any such claim has been given by the PURCHASER before the dates referred to at a or b herein above as the case may be Payments under this LETTER OF GUARANTEE shall be made promptly upon our receiving the notice to that effect from the PURCHASER on demand and without protest or demur 4 We Name of bank amp branch undertake not to revoke this Guarantee during its currency without the prior written consent of the PURCHASER We ssp name of bank amp branch hereby further agree that the PURCHASER shall have the fullest liberty without affecting in any manner our obligations here under to vary any of the terms and conditions of the said A T or to extend the time of performance of the said A T by the SELLER from time to time or to postpone for any time or from time to time any of the powers exercisable by the PURCHASER against the SELLER and to forbear or to enforce any of the terms and conditions relating to the said A T and We name of bank amp branch shall not be released from our liability under this Gua
77. d clearance from Nodal Officer of Integrity Pact Tenders will be accepted upto 1030 Hrs IST on 04 07 2011 Pre qualification Criteria Bid Part I will be opened immediately thereafter in the presence of the Tenderers or authorised Representatives of the tenderers who may choose to be present 8 0 The date and time of Techno Commercial Bid Part II opening shall be intimated separately to those Tenderers who have been qualified in Pre qualification Criteria Techno Commercial Bid Part Il of those Tenderers who have been qualified in Pre qualification Criteria shall be opened in the presence of the Tenderers or Authorised Representatives of the Tenderers who may choose to be present The date and time of PRICE Bid Part Ill opening shall be intimated separately to Technically and Commercially acceptable tenderers Price Bids Part lll of those Tenderers who have been Techno Commercially accepted shall be opened in the presence of the Tenderers or Authorised Representatives of the Tenderers who may choose to be present TENDER DOCUMENTS Tender document is available on VSP website and the same can be downloaded from website www vizagsteel com Tender documents can also be obtained Free of Charge from Asst General Manager MM Purchase Department Block A 3 Floor Administrative Building Visakhapatnam Steel Plant Visakhapatnam 530 031 India The last date for issue of Tender documents is till 1700 Hrs on 02 07 2011 9
78. d in suitable metallic console Stainless Steel top with lock amp key arrangement No of console shall be two 2 Nos 21 2 2 5All necessary communication special cables Ethernet switches including accessories as may be required for cable laying and termination of the cables All communication bus HMI and I O bus shall be in hot redundant configuration GI conduit shall be supplied for unarmoured communication cable Total length of PLC communication cable I O bus shall be 700 meter approx 34 21 2 2 6Field proven operating system diagnostic software application 21 2 2 7 and communication software packages Universal HART calibrator 1 no for HART instruments 21 2 2 8 Necessary transformer conversion stabilising and distribution units apart from the given power system as required for feeding power to all the equipment instruments supplied by the tenderer as well as required for cover manipulator Bulk power supply units shall be hot redundant 21 2 2 9 Necessary filters pressure regulators and other accessories for instrument air connection to instruments and pneumatic valves 21 2 2 10 Hardware and software documentation in CD as well as in the form of hard copies 21 2 2 11 Any item or accessories not included in this specification but 21 3 21 3 2 21 3 3 21 3 4 essential for proper functioning of the offered system shall be deemed to be included in the scope of the tenderer Design bas
79. dependent External Monitor s IEM s 1 The Principal appoints competent and credible Independent External Monitor with the approval of Central Vigilance Commission The IEM reviews independently the cases referred to him or written complaints with all details received directly by him to assess whether and to what extent the parties concerned complied with the obligations under this Integrity Pact In case of complaint representations on compliance of the provisions of the Integrity Pact by any person agency the complaint representation can be lodged by the aggrieved party with the Nodal Officer for IP of RINL or directly with the IEM The Nodal Officer shall refer the complaint representation so received by him to the IEM for his examination Similarly RINL in case of any doubt regarding compliance by any or all the bidders can lodge its complaint make a reference to IEM through Nodal Officer For ensuring the desired transparency and objectivity in dealing with the complaints arising out of the tendering process the matter should be examined by the full panel of IEMs who would look into the records conduct an investigation and submit their joint recommendations to the Management The IEM is not subject to instructions by both the parties and performs his functions neutrally independently The IEM will submit report to the CMD RINL The Bidder s Contractors s accepts that the IEM has the right to access without restriction to all
80. e as per Part D Performance Guarantee INFORMATION TO BE FURNISHED WITH THE OFFER Tenderer shall submit their offer in line with this specification complete in all respect including all technical details drawings sketches design parameters etc which are necessary for providing clarity of the offered system items The general details to be provided in the offer are listed below In case of consortium tenderer shall submit the scope matrix indicating division of scope of work among the consortium members General description of the equipment along with detailed flow sheet plan and section of each unit to enable the Purchaser to have a proper understanding of the process offered for the new units Complete motor list for new unit Process parameters for the circulating process and service fluids consumption of utilities electric power and other media for the unit P amp I diagram for each section and list and type of instruments 17 6 7 6 8 6 9 6 10 6 11 6 12 6 13 6 14 6 15 7 0 Automation system configuration diagram Makes of all bought out items shall be indicated Reference list of similar experience List of imported equipment components Implementation delivery schedule The tenderer shall also submit the information as called for in the enclosed questionnaire duly filled in Proposed organization and execution plan Furnish the measures taken for fulfilling safety requirements and stat
81. e despatch and may ask for modifications to the extent considered necessary to be carried out in the packing and the Supplier shall carry out the same free of charge All packing shall allow for removal and checking at site MARKING 10 2 1 All packages shall be clearly and properly marked in English language with indelible 12 0 12 1 12 2 paint stenciling All previous irrelevant markings shall be carefully obliterated The Supplier shall ensure that the following are clearly and legibly stenciled with good quality non fading paint on the packages a Name and address of the Rashtriya Ispat Nigam Ltd Consignee Visakhapatnam Steel Plant Visakhapatnam 530 031 Andhra Pradesh INDIA b Name of the Supplier c Order No d Description e Quantity f 9 Gross and nett weights h Port of loading amp unloading PACKING LISTS IN CASE OF IMPORT Each package shall have a detailed packing list quoting specifically the name of the Seller number and date of the order the name of the Purchaser and the description of the stores and the quantity contained in the package Duplicate copy of the packing list shall be put in a water proof envelope and fastened securely to the outside of the package Notwithstanding any thing stated in this Article the Seller shall be entirely responsible for loss damage or depreciation to the materials occasioned by faulty defective or insecure packing or due to improper or insufficient p
82. e hearth diameter mm 12 140 Blast furnace throat diameter mm 10 400 Sump depth mm 2500 B Operating parameters Annual production mtpa 2 5 Average daily production tpd 7150 Peak daily production tpd 7850 Working days year 350 Furnace top pressure working 2 4 max bar g Furnace top pressure design bar g 2 5 Operating blast volume Ncum hr 350 000 Operating blast pressure bar g 4 5 Nos of tapping per day 14 Tapping duration mins 120 Tapping speed m sec 5 7 C General information Clearance between cast house floor 2200 and bottom of tuyere platform mm Elevation of taphole mm 9100 machine of the main runner can be operated in the following ways remote controlled and Operation from casthouse control pulpit Wireless operation at local Radio remote control system shall confirm to EN 954 1 and shall have provision of shutting off the system in case of signal fault to avoid mal operation of the equipment Local operation 19 4 Design basis for mudgun is indicated in Table 1 TABLE 1 DESIGN BASIS FOR MUDGUN Effective volume of clay barrel cum 0 25 Pressure of piston on clay Kg cm 200 min Dia of nozzle mm 150 Actuation Hydraulic 19 5 The mudgun shall have the following characteristic 23 19 6 19 7 19 8 19 9 19 10 19 11 19 12 Hydraulic drives for swiveling pressing and plug
83. e normal mode In case of reverse e auction the overseas bidders would be required to quote prices only on the basis of Landed Net of Cenvat Price LNCP which is arrived as follows A CFR Price GBP EURO USD YEN 1 B Ass Value 1 on CFR 1 01 C Customs Duty 7 5 B 7 5 0 0757500 D CVD 10 3 B C 10 3 0 1118323 Ed Cess 3 D 3 0 0056275 F Addl CVD 9 496 B C D E 4 0 0481284 G Landed Cost A C D E F 1 2413381 H LNCP G D 1 0813775 LNCP in INR H FE Rate NOTE LNCP in INR 1 0813775 FE Rate NOTES 1 The Foreign Exchange Conversion Rate SBI card rates to be used for calculation of LNCP shall be informed to you later 2 Prices in e auction to be quoted on CFR Chennai Visakhapatnam basis only to arrive LNCP However the LNCP shall be computed by loading the insurance at actuals and road transport charge from disport as given in the techno commercial bid to VSP Stores as well as loading on account of deviations to NIT terms amp conditions In other words the lowest bid in e reverse auction is not necessarily ranked L1 5 4 3 Indigenous tenderer s may see the modality for arriving LNCP in our official website www vizagsteel com Steps to be followed MM gt gt Materials Management tenders gt gt detailed terms amp conditions of ITT Subsequent to carrying out the reverse e auction the sealed price bids of all
84. e to Tender as at an end at the risk and cost of the SELLER in every way In such a case the SELLER shall be liable for any expenses damages or losses which the PURCHASER may incur sustain or be put to by reason of or in connection with SELLER s default This Clause is however subject to Force Majeure vide 24 0 herein below RISK PURCHASE The PURCHASER reserves the right to take Risk Purchase action at the cost and risk of the SELLER in case he fails to deliver the materials in the specified schedule and the differential cost shall be recovered The cancellation of the Acceptance to Tender as stated in para 15 herein above may be either for whole or part of the Acceptance to Tender at PURCHASER s option In the event of the PURCHASER terminating the Acceptance to Tender in whole or in part he may procure on such terms and in such manner as he deems appropriate supplies similar to those so terminated and the SELLER shall be liable to the PURCHASER for any excess costs for such similar supplies However in case of part termination of Acceptance to Tender by the PURCHASER the SELLER shall continue the performance of the Acceptance to Tender to the extent it is not terminated under the provisions of this Clause RECOVERY OF SUMS DUE Whenever under this Acceptance to Tender any sum of money is recoverable from and payable by the SELLER the PURCHASER shall be entitled to deduct such sum from any amount then found payable to the SELLER by the
85. ed for a Period not less than six 6 months and up to a maximum period of three 3 years If the Bidder Contractor can prove that he has restored recouped the damage to the Principal caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion before the expiry of the period of such exclusion Section 4 Compensation for Damages 1 If the Principal has disqualified the bidder from the tender process prior to the award in accordance with Section 3 above the Earnest Money Deposit EMD Bid security furnished if any along with the offer as per the terms of the Invitation to Tender ITT shall be forfeited This is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal as brought out at Section 3 above If the Principal has terminated the Contract in accordance with Section 3 above or if the Principal is entitled to terminate the Contract in accordance with Section 3 above the Security Deposit performance bank guarantee furnished by the Contractor if any as per the terms of the ITT Contract shall be forfeited without prejudicing the rights and remedies available to the Principal under the relevant General conditions of contract This is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal as brought out at Section 3 above Section 5 Previous transgressions 1 The Bidder declares that to t
86. eet the following eligibility criteria and fill YES or NO in the box provided against each point 1 Notes The Tenderer shall possess the proven technology know how design amp engineering capability experience in supply and installation of minimum two 2 sets of hydraulic operated mudgun and drilling machines with hydraulic reversible hammer for the Blast Furnace s of 3000 cum minimum size operating with a top pressure of 2 5 bar g In case of Consortium the leader of the consortium shall possess proven technology know how design amp engineering capability experience in supply The Consortium leader shall have the overall responsibility for successful completion of the project The Tenderer shall submit a list of reference Blast Furnaces for which the mudgun and drilling machine have been supplied by him Mudgun and drilling machine of the reference Blast Furnace s shall be in operation for a minimum of five 5 years ending on 31 08 2010 Tenderer shall also submit the performance details of equipment for the above plants certified by the owners clients The Tenderer shall have average annual turnover of Rs 13 5 crores or equivalent US Dollars Euro during the last three 3 consecutive financial years i e 2007 08 to 2009 10 The Tenderer shall submit certified audited annual financial reports for last three 3 consecutive financial years in English In case of Consortium offer one of its memb
87. er Low resistance ohm meter and kelvin double bridge Electronic energy meter SPECIAL INSTRUMENTS Microprocessor based digital power meter Maximum demand meter True RMS digital panel ammeter voltmeter Intelligent P F regulator Transducer operated metering system LIGHTING AND POWER WIRING EQUIPMENT AND ACCESSORIES Lighting Fitting SV MV MH FLUROESCENT CFL 72 GE POWER SCHNEIDER L amp T SIEMENS ABB C amp S Sprecher amp Schuh SANWA SIEMENS L amp T AREVA Sprecher amp Schuh L amp T MM 30 ABB SPAM 150 Areva motpro micom SIEMENS 7SJ AREVA EASUN ABB L amp T SCHNEIDER SIEMENS BCH ROCKWELL GE SIEMENS AREVA GE Multilin L amp T ABB SIEMENS AREVA GE Multilin SCHNEIDER L amp T M M30 ASHIDA AEP IMP ALSTOM BHEL IMP HPL AEP IMP AEP IMP MECO MOTWANE RUTTONSHAW MOTWANE AGRONIC TOSHNIWAL CONZERV ENERCON SEMS SATEC PML L amp T HOTLINE IMP MOTWANE HPL AEP MECO ALACRITY DIGI AEP MECO AEP MECO ALACRITY AEP MECO ALACRITY AEP MECO PHILIPS GE BAJAJ CGL FLOROCRAFT WIPRO SI No Component 2 Flameproof Lighting Fittings and Accessories 3 a 240 V Switch Socket Outlet 10A amp 20A b 415 V Switch Socket Outlet 30A 63A amp 100A 4 Flame proof Equipment 5 MCB 6 ELCB 7 MCB DB 8 Single core flexible copper wire
88. er shall study the General Specifications for maintaining uniformity in entire plant and confirm the acceptance of the same in the offer In case any deviation is considered by the tenderer the same shall be clearly indicated in the tender Wherever for the specific technical requirement technical parameters described in this specification are not in uniformity with those mentioned in General specifications this technical specification will prevail OTHER REQUIREMENTS Standardisation in design and construction of equipment and system intended for identical duties shall be preferred All like parts of similar equipment are to be interchangeable 13 3 2 3 3 3 4 3 4 1 3 5 3 5 1 3 6 3 6 1 3 6 2 4 0 4 1 4 2 All working parts as far as possible are to be arranged for convenience of operation inspection lubrication and ease of replacement with minimum downtime All like parts on equipment furnished or on duplicate equipment furnished or on duplicate equipment are to be interchangeable Workmanship and materials shall be of good quality suitable for the purpose intended and in accordance with the highest standards and practices for equipment of the class covered by the specification Name Plate Each equipment shall be provided with a name plate installed at a convenient location indicating equipment number capacity other operating parameters etc Equipment Numbering System The equipment numbering
89. ers or combination of members must meet requirements of points 1 amp 2 above and furnish a binding copy of their Consortium Agreement In case the answer is YES for the above points the same shall be supported with valid documents In the absence of valid documents in support of above points the offer shall be rejected In case the answer is NO against any of the above points the offer shall be rejected In addition the Tenderer shall furnish the information for similar work executed as the following Table including Consrtium members collaboration SI No Description Customer 1 Customer Customer Customer 2 3 4 1 Name of the Customer 2 Address amp contact person 3 Telephone No Fax No and E mail ID 4 a Brief description of the work b Details of Equipment supplied Date of installation d Details of Furnace design operating parameters 5 Value of work order 6 Contractual time of completion 7 Actual time of completion 8 Reasons for delay if any RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM SPECIFICATION NO VSP BF 1 CR PRI 002 for HYDRAULIC MUDGUN AND DRILLING MACHINE OF BLAST FURNACE 1 TECHNICAL SPECIFICATION PART C VOLUME Il FEBRUARY 2011 M N DASTUR amp COMPANY P LIMITED Consulting Engineers P 17 Mission Row Extension Kolkata 700 013
90. ffer is received from the same Principal Manufacturer then all the offers of the same Principal Manufacturer will be rejected including the direct offer if any The tenderers are requested to fill up the check list as at Annexure IV of the Tender document Integrity Pact The Tenderer is required to unconditionally accept the Integrity Pact as per Annexure IX of the tender document and shall submit the same duly signed along with his offer Offer of the tenderer received without Integrity Pact duly signed shall not be considered VITAL The details of the Nodal Officer and External Independent Monitor EIM are as given here under NODAL OFFICER EI Shri P P Moharikar Shri P C Prakash IAS Retd GM Marketing Rastriya Ispat Nigam Limited Visakhapatnam 530031 INDIA Phone No 0891 2518539 4A 1 Jaagruthi Residency East Maredpalli SECUNDERABAD 500026 INDIA Fax No 0891 25183753 756 2 Sri Email ppmoharikarQvizagsteel com amp SS Flat No 4 Nalanda Apartments D Block Vikaspuri NEW DELHI 110018 NEW DELHI 110018 Ph No 011 28530407 Email vtham26 yahoo co in Velayudham Ex DG RD QUOTING OF PRICE S IN CASE OF INDIGENOUS OFFER The price quoted should be on FOR VSP Stores basis inclusive of applicable taxes duties levies and Freight However the rate of taxes duties levies and freight considered are to be indicated separately The prices shall remain firm and fixed during
91. following details certificates in alongwith their offers The name and address of foreign supplier contract agency indicating their nationality as well as their status i e manufacturer or agent of manufacturer holding the Letter of Authority Specific Authorization letter by the foreign supplier contract agency authorizing the agent to make an offer in India in response to tender either directly or through their agent s representative s The amount of commission remuneration included for bidder in the price s quoted 116 3 1 4 Confirmation of the foreign supplier contract Agency of the Bidder that the commission remuneration if any reserved for the Bidder in the quoted price s may be paid by RINL in India in equivalent Indian Rupees 4 0 In either case in the event of materialization of contract the terms of payment will provide for payment of the commission remuneration payable if any to the agent s representative s in India in Indian Rupees as per terms of the contract 4 1 Failure to furnish correct information in detail as called for in para 2 0 and or 3 0 above will render the bid concerned liable for rejection or in the event of materialization of contract the same is liable for termination by RINL Besides this other actions like banning business dealings with RINL payment of a named sum etc may also follow 117 ANNEXURE X TO TENDER NOTICE NO PUR 1 90 0830 0077 dt 14 05 2011 LETTER OF ACCEPTANCE OF
92. four sets of hydraulically operated mud gun and drilling machine along with the hydraulic system and accessories at site as described subsequently All units mentioned in this specification are in metric system All the work shall be carried out as per the scope matrix enclosed in Annexure 1 This specification forms a part of tender documents and shall be read in conjunction with the Instructions to Tenderer and General Conditions of Contract STANDARDS The components of all equipment shall be designed assembled and tested in accordance with the standards of the Standard Institution Institution of Electrical Engineers and Manufacturer s Association of the country where they are manufactured The equipment and component parts shall conform to the relevant standards published by the Bureau of Indian Standards Institution and the relevant Interplant Standards for the Steel Industries IPSS wherever available so that specific aspects under Indian conditions are taken care of Where suitable Indian Standards are not available other International Standards such as BS ASTM ANSI ASME AISI DIN GOST may be adopted with prior approval of the Purchaser All items of equipment shall comply with the regulations and stipulations of the Inspectorate of Factories and other applicable statutory bodies of Government of India and Andhra Pradesh wherever applicable When required by regulations the 12 2 3 2 5 3 0 3 1 2 4 successfu
93. g shall be submitted by the tenderer 20 spare cores shall be provided for all type of cables The instrumentation and control system devices shall be capable of operating at their required capacity in ambient air temperature not exceeding 45 C and an average over a period of 24 hours not exceeding 40 C and mean relative humidity of 88 per cent The field mounted instruments and control equipment shall however be suitable for operation under ambient temperature not less than 55 C and mean relative humidity of 88 per cent unless higher ambient is specifically mentioned elsewhere in this technical specification Besides due considerations shall also be given to the presence of dust electrically conducting laden atmosphere normally experienced in steel plants and salinity due to proximity of the site to sea Equipment specification The instrumentation and Automation system shall be based on the latest State of the art technology and spare parts amp service support shall be available for a period of at least ten 10 years from the time of Contract 37 21 4 2 The Instrumentation and Automation system shall generally conform to the General Specification Nos VSP 6 3 GS 1 01 and VSP 6 3 GS 1 02 21 4 3 Make of all indigenous items for Instrumentation and Automation system shall be as per list of preferred makes of VSP BF 1 Category 1 Capital Repair 22 0 UTILITY SYSTEM 22 1 Hydraulic systems 22 1 1 General Hydraulic systems Hydr
94. ging Swiveling in inclined plane Electronic soft touching system Clay consumption indicator compensation measurement of taphole face erosion to avoid burning of nozzle and regulation of pressure against taphole according to clay pushing Mudgun nozzle contact time with iron amp slag stream shall be minimum for optimal nozzle protection Water cooling arrangement for mud gun clay barrel and nozzle cone is to be provided to protect against heat and splashes Mudgun shall have the provision for adjusting its plugging position in all the direction i e up down and left right direction Design basis for drilling machine is indicated in Table 2 TABLE 2 DESIGN BASIS FOR DRILLING MACHINES Drilling length mm iP 4000 Drilling dia mm 30 90 Normal drilling angle deg 9 should have the provision to drill at any angle between 6deg to 12deg Actuation T Hydraulic The existing drilling machine will be replaced with new hydraulic operated machines which shall be capable of drilling a tap hole length of 4 metres It is desired to open the tap hole by rotation only The new drilling machine should have the systems for mist cooling facilities tap hole length measurement etc The drilling machine shall have the following characteristics hydraulic Drilling machines shall be with reversible hammer capable of drilling a tap hole length of 4 0 metres Mist cooling facilities Ta
95. hall be provided with electrical junction box and shall be pre wired upto junction box 2 18 Anodised circuit plates shall be provided for the tank units power units parallel filtration cooling units valve stands and accumulator stands 2 19 Hydraulic cylinders shall be provided with adjustable end cushions at both ends 2 20 The Hydraulic pipelines shall be designed and sized such that the velocity of fluid in pipeline shall be as follows 40 For hydraulic pressure line upto 150 bar pressure Velocity max 4 0 m sec For hydraulic pressure line above 150 bar pressure Velocity max 4 5 m sec For tank line Velocity less than 2 0 m sec For suction line Velocity less than 0 5 m sec For circulation line Velocity approx 1 to 1 5 m sec All pipes for hydraulic systems shall be stainless steel pipes as per DIN standard The interconnecting piping inside the hydraulic station shall be of stainless steel All other details of the interconnecting piping for hydraulic systems shall conform to General Specification for Pipework GS No VSP 6 3 M 01 Considering the tentative locations of Hydraulic pump station at zero meter level and valve stands at existing pulpits located at 12 5 mtr level the pipe line route length will be 80mtrs from Hydraulic station to valve stands and 100 mtrs from Valve stands to equipment for each installation The pipework shall include the piping within the hydraulic tank pump stations
96. he 3 signed by seaworthy vessel by copies effect that shipment has copies Lloyds or equivalent been made as per Clause Classification society 8 0 for FOB shipments 8 Sellers fax intimation of 3 signed shipment to the main office copies of the Purchaser and underwriters 9 Seller s certificate 3 signed confirming despatch of copies advance set of documents which also includes 1 3 original within 7 working days from the B L date Note The above shipping clauses shall be suitably amended in case of C amp F Order 9 0 INDIGENOUS The Seller shall despatch materials on door delivery basis ensuring that the ED Gate Pass duplicate copy for the transporter for availing CENVAT and Tax Invoice for availing VAT is handed over by the transporter to VSP In case of non submission of this document the amount equivalent to the loss of CENVAT VAT shall be recovered from the amount due 10 0 PACKING AND MARKING 10 1 The Supplier shall include and provide for securely protecting and sea worthy packing the material in accordance with best established practices so as to protect the contents from damage during transit from point of production until after arrival at Purchaser s site under conditions which may involve multiple handling transport by ship rail and road storage exposure to heat moisture rain etc Wherever considered 102 10 2 necessary the Purchaser or his representative may check the packing befor
97. he best of his knowledge no previous transgression occurred in the last five 05 years with any Company or Organization or Institution in any country or with any Government in any country conforming to the anticorruption approach that could justify his exclusion from the tender process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process The contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractors Subcontractors 112 The Bidder s Contractor s undertake s to demand from all subcontractors he desires to appoint a commitment in conformity with this Integrity Pact and to submit it to the Principal at the time of seeking permission for such subcontracting The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidder s Contractor s subcontractor s If the Principal obtains knowledge of conduct of a Bidder Contractor Sub contractor or of any employee or a representative or an associate of a Bidder Contractor Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the same to the CVO of RINL Section 8 In
98. hers of 3 micron fineness and with silica gel level gauge level switches high level low level and low low level thermometer thermostats drain valves for each compartment suction ports etc two 2 Nos isolation valves for electrostatic as and when 38 required Mobile electrostatic oil filtering system and low vacuum dehydrator amp degassing system LVDS are to be supplied by the tenderer 22 1 2 4 The tanks of the hydraulic systems shall be adequately sized in line with General Specification of Hydraulic System GS No VSP 6 3 M 03 22 1 2 5The main pumps shall preferably be variable flow pressure compensated axial piston type Each main pump shall be provided with stand by pumps an unloading type relief valve Main Pumps and motors shall be designed to meet at least 125 of system flow rates and 125 of system operating pressures without overloading the motor 22 1 2 6 Circulation pumps of adequate capacity with motors shall be provided for parallel filtration and cooling circuit One working and one standby circulation pump shall be provided The circulation pumps shall preferably be triple screw or Gear type with built in relief valve 22 1 2 7 Both main and circulation pumps shall be floor mounted with flooded suction and shall not be mounted inside reservoir or on top of reservoir without specific approval of Purchaser 22 1 2 8Hydraulic systems shall be provided with pressure line filters circulation filters and retur
99. hes control on off safety shut off valves with pneumatic actuators etc for mud gun and drilling machines and associated hydraulic system 21 2 2 2 Automation system consisting of Programming Logic Controller PLC with Hot standby CPU Hot redundant power supply module communication module I O bus data bus and other related hardware mounted in cabinets for execution of various monitoring alarm annunciation sequential operation and logic control for mud gun and drilling machines along with associated hydraulic system and splash cover manipulators PLC along with local I O station shall be located at PLC room in cast house pulpit platform However remote I O stations shall be located at respective pulpit 21 2 2 3 Two 2 Nos PC based Operator HMI station with 19 TFT monitor for plant operation monitoring of status alarms real time trending historical trending etc Out of the above one 1 no PC shall also be provided with the engineering facility PLC Programming and HMI development Operator cum Engineering station shall be located at PLC room in cast house pulpit platform and Operator station shall be located at BF 1 main control room All stations shall be identical in hardware and hardware specification shall be of latest configuration as available during engineering Operating system for the PCs shall be Windows 2000 or advanced version 21 2 2 4 Operator station and Operator cum Engineering station shall be installe
100. hnically and commercially acceptable bidders would be required to participate in the reverse e auction Details with regard to reverse e auction are mentioned at para 5 2 below In the e auction the bidders outside India would be required to quote prices only on the basis of CFR Chennai or Visakhapatnam Seaport to arrive Landed Net of Cenvat Price LNCP and bidders within India are required to quote their prices LNCP on FOR VSP Stores basis 3 However the prices shall be computed on FOR VSP Stores basis for ascertaining ranking 5 2 The bidders shall register themselves for participating in reverse e auction and furnish USER ID details in the Techno Commercial bid All the tenderers would have to generate user ID amp Password by following the following steps Go to www vizagsteel com Click on auctions link Click on Purchase Purchase reverse auction log in window will appear e Click on new user Click to register for generating user ID and fixing corresponding password 5 3 Definition of key terms for reverse auction and RINL s reverse e auction user manual is uploaded on our web site www vizagsteel com under auctions menu and MM reverse auctions sub menu TA amp CA tenderers would be authorized to quote their LNCP prices on only e reverse auction engine on a fixed time and date After the completion of the reverse e auction at the end of price delivery process the purchase order would be placed in th
101. horized Representative s by dulyfurnishing Authorization to sign Integrity Pact Should one or several provisions of this Pact turnout to be invalid the remaining part of the Pact remain valid In this case the parties will strive to come to an agreement with regard to their original intentions Wherever he or his is indicated in the above sections the same may be read as he she or his her as the case may be Similarly wherever Counterparty or Bidder or Contractor is mentioned the same would include both singular and plural 114 For amp On behalf of the Principal Office Seal Witness 1 Name amp Address For amp On behalf of Bidder Contractor Office Seal Witness 2 Name amp Address 115 GUIDELINES FOR INDIAN AGENTS OF FOREIGN SUPPLIERS CONTRACT AGENCIES 1 0 2 0 2 1 3 0 3 1 3 1 1 3 1 2 3 1 3 There shall be compulsory registration of Indian Agents of foreign suppliers contract Agencies with RINL in respect of all Global Open Tenders and Limited Tenders An agent who is not registered with RINL shall apply for registration in the prescribed Application Form Registered agent needs to submit before the placement of order by RINL an Original certificate issued by his foreign supplier contract Agency or an authenticated Photostat copy of the above certificate duly attested by a Notary Public confirming the agency agreement and giving the status being e
102. ies and design the equipment accordingly so that the existing handling facilities can be utilized for the maintenance of the equipment Tenderer shall specify about all the interlocking in his offer Tenderer shall provide the hydraulic piping routing diagram to ensure the availability of required pressure flow etc Tenderer shall provide necessary cable engineering drawings documents Tenderer shall design the accumulator system to meet the requirement of emergency back up hydraulic power in case of electrical power failure or pump failure to operate drill unlatch drill carriage retract drill slew out operation of manipulator to remove covers mud gun slew in mud gun plugging operation and mud gun slew out operations Tenderer shall provide the civil assignment drawings and shall furnish the equipment load data for main equipment and hydraulic system ELECTRICS Power supply The LT Electrical power in Blast Furnace 1 areais available at the following voltage 415V Phase and neutral 4 wire If any equipment offered by the tenderer is required to operate at a voltage other than above the conversion equipment as required shall also be included in the scope of supply of tenderer If any conversion transformers are required the same shall be dry type only The 415V system is solidly grounded at their respective transformer neutrals System voltage and frequency variation limits shall be as follows 25 20 1 4
103. ime current ratings 20 4 1 10 3All phase amp neutral busbars shall be made of flat section aluminium alloy having uniform cross section The cross section of busbars and connections shall be so selected that with the passage of normal rated current at rated frequency the temperature rise of the busbars does not exceed 45 C over an ambient 45 C 20 4 1 10 4 The busbars shall be colour marked as follows Phase R us Red Phase Y Yellow Phase B Blue Neutral N Black Earth E Green R Y and B are the three phase of AC circuit with anticlock wise vector rotation 20 4 1 11 Control power supply 20 4 1 11 1 240 V AC control power for circuit breaker closing tripping indication lamps shall be obtained by the use of 415 240 V dry type control transformers of adequate capacity generally conforming to IS 11171 with selector switch for working stand by selection 20 4 1 11 2 The control busbar shall be made of copper All protective devices tripping circuits indication lamp circuits as well as the closing circuit of bus section circuit breakers shall be connected to this bus 20 4 1 11 3 The control transformers shall be connected on the live side each incoming circuit breaker Miniature circuit breakers MCB shall be provided on the primary side and secondary side of the control transformer 20 4 1 11 4 The secondaries of control transformers shall be provided with automatic changeover arrangement over suitable co
104. in India are PURCHASER s account In case is required 83 4 4 4 5 4 6 4 6 1 4 6 2 to be amended at the instance of SELLER bank charges for the same within India shall also be borne by the SELLER The price bid should contain only the price All other financial terms should be given in the techno commercial bid and not in any other accompanying documents or statement No extra weightage shall be given for any extra credit offered beyond ITT payment terms of 30 days interest free credit from the date of acceptance of material for ranking evaluation purpose In case an offer with deviations to payment terms is considered it shall be loaded suitably for the purpose of comparison with other offers The general principle is to load for the additional financial implication to which RINL may possibly be exposed on account of such deviation The decision of RINL in this regard shall be final Since the deviations that might be stipulated by the tenderer cannot be foreseen the illustrations given below are not exhaustive RINL reserves the right to load the offers at its sole discretion for other deviations also which in the opinion of RINL have financial implications to RINL Evaluation of Payment Terms Illustration I Deviation in payment terms by Overseas Firm On acceptance of NIT payment term by the overseas tenderer s initial payment of 8596 is required to be released on 95 110 day from date of B L as follows
105. in case of Bidder to whom the contract has been awarded 110 2 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract or to vitiate the Principal s tender process or contract execution The Bidder Contractor will not enter with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process or to vitiate the Principal s tender process or execution of the contract The Bidder Contractor will not commit any offence under the PC Act Applicable law like paying any bribes or giving illegal benefit to anyone including employees of RINL to gain undue advantage in dealing with RINL or for any other reason etc Further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationshi
106. ion certificate as per the format given above This certificate of authorization should be submitted on the letter head of the manufacturing concern and should be signed by a person on behalf of the manufacturer who is competent to authorize the agent dealer stockist distributor If the authorization certificate is not furnished as per the above format the tender shall be liable for rejection b 1 To strike out whichever is not applicable If agency commission is payable is to be furnished C 2 To indicate exact basis of offer FOR ex works FOB CIF others to be specified d 3 To fill in the relevant clause of the applicable GCC as per the scope of tender i e Supply Supply amp Installation Supply amp Application Supply amp Supervision Supply amp Erection others to specify 99 1 0 2 0 3 0 3 1 3 2 3 3 ANNEXURE VII TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 GENERAL CONDITIONS OF TO INVITATION TO TENDER MARINE INSURANCE IN CASE OF IMPORT OFFER The insurance shall be arranged by the Purchaser Within 5 working days of shipment the supplier shall furnish by fax e mail the following particulars of the shipment to the Underwriters of the Purchaser a Purchaser Order Number b Purchaser s Marine insurance open cover number c Name of the vessel d Port of shipment e Date of sailing of the vessel from port of shipment f Bill of Lading number and date with description of the mate
107. is New remote l O panels for automation system shall be located at the existing control electrical room at a level 12 1 m Hot redundant communication link between Mudgun and Drilling machine automation system and BF 1 main plant Level 1 automation system Rockwell ControLogix located near BF 1 main control room shall be considered along with few back up hardwired signal exchanges approx 10 nos analogue and digital signals by the Tenderer for integrated control and monitoring which shall be detailed out during engineering Necessary provision for such interfaces shall be kept in the Mudgun and Drilling machine PLC system by the Tenderer Tenderer s scope of work shall also include supply of cable GI conduit and all required hardware and software at both ends for the above signal exchanges Operation philosophy of cover manipulator shall be provided by Purchaser The instrumentation and control system shall be as per the approved P amp l diagram to be finalized during engineering In general following shall be considered a Pressure gauges shall have way gauge cock Pressure gauges at the pump discharge shall have snubbers Material of gauge cock and snubber shall be SS316 b All ON Off valves shall have open and close non contact limit switches c Generally all valves regulating as well as ON OFF service shall be pneumatically operated Hand wheels isolating valves and by pass valves shall in general be provided All so
108. ith terminal screws links label carrier etc All wiring shall be such that it is easily identifiable and accessible for maintenance Identification labels shall be provided for the MCC each cubicle and each panel These labels shall be located in readily visible positions and the inscription on each label shall be legible and clear Cable trough inside panel shall be fire retardant low smoke type Door interlock shall be provided with MCCB so that the compartment door can be opened only when the power device is in off state Defeat interlock facility shall be provided All other design and construction features which are not mentioned against the items mentioned under clause 4 1 above shall be as per General specification VSP 6 3 GS E 05 AC Motors All 415 V motors shall be TEFC type All AC motors shall fully confirm to 1S 325 for all essential design construction and test feature The motors shall have standardised dimension and rating strictly conforming to 1S 1231 for foot mounted 15 2223 for flange mounted application All motors unless required otherwise shall have IM 1001 form of construction The motor body shall have two separate earthing terminals for earthing in compliance with Indian Electricity rules Preferably motors shall be provided with Top terminal box Greasing outlet facility with provision of collection of grease for motors above 250 frame size shall be considered For continuous duty constant speed appli
109. l AREVA EUROTHERM SIEMENS ABB L amp T Control Technique ANSALDO SCHNEIDER AREVA ROCKWELL AUTOMATION ABB SIEMENS HITACHI AREVA CGL KEC BBL SI No Component Make E DRIVES AND CONTROL EQUIPMENT 1 Converter duty cast resin transformer 6 6 BHEL AREVA ABB HOLEC KEC VOLTAMP BB 10 11 12 13 14 15 16 17 kV Thyristor Converter Unit VVVF drive AC drive for process units amp mills VVVF Drive Flux Vector Control 2 level amp 3 level Controller UPS Isolator HRC Fuses AC Power Contactor DC Power Contactor Bimetallic Relay Single Phase Preventer Resistor boxes L T Capacitor Semiconductor Fuse Thyristor LT Vacuum Contactor Soft starter LT CONTROL DESKS AND CONTROL DEVICES Control Desk Control Panel Control Station 70 INDCOIL JYOTI CGL BHEL SIEMENS ROCKWELL AREVA ABB SCHNEIDER BHEL SIEMENS ABB ROCKWELL AREVA L amp T SCHNEIDER ABB SIEMENS AREVA HITACHI ROCKWELL KELTRON GUJRAT HI REL SIEMENS EMERSON GE DB POWER CONTROLS IL Kota SIEMENS L amp T AREVA C amp S ABB BCH SIEMENS AREVA STANDARD INDO ASIAN ABB GE POWER ESWARAN SIEMENS L amp T ABB SCHNEIDER GE POWER BCH BHEL SIEMENS L amp T ABB SIEMENS L amp T BCH GE L amp T MINILEC SIEMENS GE SIEMENS BCH RSI PEFCO ELECTROMAG Resistors India RESITECH NARKHADE KAK
110. l tenderer shall have to obtain the necessary approval from statutory authorities and other concerned agencies All costs on this account shall be borne by the successful tenderer The electrical equipment shall also conform to the latest Indian Electricity Rules as regards safety earthing and other essential provisions specified therein for installation and operation of electrical equipment and plants In addition all work shall confirm the General specifications which form a part of the tender documents as per the given list PAINTING 1 VSP 6 3 GS P 01 Painting MECHANICAL 2 VSP 6 3 GS M 01 Pipework 3 VSP 6 3 GS M 02 Lubrication systems 4 VSP 6 3 GS M 03 Hydraulic power systems ELECTRICAL INSTRUMENTATION 5 VSP 6 3 GS E 05 AC motors and controls 6 VSP 6 3 GS E 06 Power and lighting distribution boards and miscellaneous electrical equipment 7 VSP 6 3 GS E 07 Selection of electrical equipment installation testing and commissioning 8 VSP 6 3 GS 1 01 Instrumentation and control system 9 VSP 6 3 GS 1 02 Basic Level 1 Automation System INSPECTION 10 VSP 6 3 GS IN 01 Inspection and testing requirement for plant amp equipment at manufacturer s premises For General specifications refer our official website www vizagsteel com steps to be followed Tenders gt gt Project contracts gt gt General specifications The tender
111. last three years A recent Test and Inspection Certificate dated not later than one year from the date of tender issued for the material by a reputed International test house Government approved test house in case the tenderer is a new Supplier to RINL Oo 2 ID Offers from both Imported and Indigenous manufacturers will be accepted Tenderer s who may be suppliers of Hydraulic Mudgun amp Drilling Machine offering on 81 2 3 2 4 2 5 2 6 3 0 3 1 1 behalf of a Principal Manufacturer shall furnish in original the Letter of Authority of the concerned manufacture as the proforma at Annexure VI of the Tender document specifically authorising the said supplier to make an offer in response to this Invitation to Tender This Letter of Authority should be submitted along with Part I Pre Qualification bid Such tenderers shall in addition furnish all the data as called for in Paragraph 7 0 below Indian Agent if any appointed should be given a proper Letter of Authority In case the Principal Manufacturer wants to supply from their Works located at more than one place the details of the Works should be indicated in the tender Part A They should also give clear price breakup and quantities in Part Price bid for supplying the material from different Works Only one offer should be received from each principal manufacturer either directly or through their Agents In case more than one o
112. lenoid valves shall have 24 VDC coil Valves shall be suitable for operation on minimum 3 Kscg air pressure 35 21 21 3 5 3 6 3 7 3 8 3 9 3 10 3 11 3 12 3 13 3 14 d the instrument impulse lines and fittings shall be of AISI SS316L material Double compression type fittings shall generally be used Suitable protection cover canopy shall be provided for all instruments e All RTD signals for measuring temperature of process shall be directly hooked up to PLC without any converter unit The Automation system shall be designed based the requirement of manual as well as automatic control sequencing interlocking for various processes including pump motor control function alarm annunciation and monitoring for the entire system The Automation system shall be built around the state of the art Programmable Logic Controller along with hot redundancy for data bus PLC processor power supply communication module and l O bus as shown in the automation configuration Drg no 26969 01 03 ELI 0003 Rev 0 The system shall be designed so as to ensure high plant availability by providing reliable system for easy maintainability and built in safe operation and fault diagnosis facility PLC based automation system shall be envisaged for both plant instrumentation automation system and electrical drives controls All type of fault and abnormalities shall be available to operator Operation and status
113. lling and performance tests VENDORS LIST Source of indigenous bought out items shall be as per the preferred make list of purchaser Incase the items is not appearing in the make list other than the approved list the successful tenderer shall obtain clearance from the purchaser IMPLEMENTATION DELIVERY SCHEDULE As per the present plan the blowing out of the furnace will take place in 1 quarter of 2012 13 The delivery period is of 12 months from the placement of order The schedule shut down period is of 120 days Tenderer shall consider the delivery amp shutdown time indicated above as maximum period Tenderer shall indicate in a bar chart the delivery schedule starting from effective date of contract specifically indicating the time for the following activities Collection of basic data Basic engineering Detail engineering Manufacture and supply Inspection by Client Consultant Commissioning Tenderer shall also submit the daily weekly monthly revised project schedule programme as required EXISTING SYSTEM Blast Furance 1 cast house is of circular construction with gradient in floor Cast house is of 80 m in diameter and is termed as L H cast house and R H cast house Each side of the cast house i e LH side or RH side is housed with two tap holes 90 deg apart Cast house is equipped with 2 nos right hand operated mudgun amp drill machine and 2 nos left hand operated mudgun amp drill machine for hot metal
114. lude the contract with you against above ITT No for the abovementioned goods manufactured by us No company or firm or individual other than M s are authorized to Bid negotiate and conclude the contract in regard to this business against this specific tender The agency commission of 1 included in the gross FOR ex works FOB CIF others to be specified 2 price is payable to M s in Indian Rupees No agency commission is payable to M s We hereby extend our full guarantee warranty as per your clause at SI No 3 of the General Conditions of Contract for the goods offered against this Invitation to Tender by the above firm We also confirm that the spares and any other miscellaneous items as applicable of the equipment quoted will be freely available for at least five years after expiry of warranty guarantee period Our other responsibilities are as follows Information regarding the name of new agent dealer stockist distributor in case of change Other responsibilities To specify if any 98 Our agent dealer stockist distributor s responsibilities are as follows To specify if any Yours faithfully Name of Manufacturer For and on behalf of M s Name of Manufacturer amp Signatory Notes a Whenever OEMs authorize their agent dealer stockist distributor to quote against the tender they shall submit an authorizat
115. may at its option terminate the Contract Provided also that the Contract if terminated under this clause the Purchaser shall be at liberty to take over from the Contractor at a price to be fixed by the Purchaser which shall be final all unused undamaged and acceptable material bought out components and stores in course of manufacture in the possession of the Seller at the time of such termination or such portion thereof as Purchaser may deem fit except such material bought out components and stores as the Seller may with the concurrence of the Purchaser elect to retain ARBITRATION AND JURISDICTION All disputes arising out of or connection with the Acceptance to Tender shall be finally settled by Arbitration in accordance with the rules of Arbitration of the Indian Council of Arbitration and the Award made in pursuance thereof shall be binding on the parties The Arbitration bench shall give a reasoned award Cost of arbitration to be borne 105 23 2 24 0 24 1 24 2 25 0 25 1 26 0 by the losing party The venue of arbitration shall be Visakhapatnam India and language of arbitration shall be in English In case of any legal proceedings are instituted against Rashtriya Ispat Nigam Limited Visakhapatnam Steel Plant they shall be instituted in the appropriate Civil courts of Visakhapatnam and the Courts at Visakhapatnam only shall have Jurisdiction LEGAL INTERPRETATIONS The Acceptance to Tender and the arbitra
116. ment terms Illustration Il Deviation in payment terms by Indigenous firm Description As per Tender terms As per deviation 100 value against submission Payment terms of bills within 30 days of 100 against L C at sight acceptance of material at All bank charges to VSP s VSP a c Landed cost per Ton on FOR VSP Landed cost Rs 10 000 Stores basis CIF basis 0 05 0 10 10 000 4 i L C Margin Money Rs 12 50 596 of 1096 of landed CIF value per quarter 0 15 30 10 000 365 ii 15 interest for 30 Rs 123 29 days on landed CIF value Loading per Ton iii L c charges on landed 0 0375 10 000 Rs 3 75 due to deviation CIF value in payment terms RINL VSP at its sole discretion may consider the benefits available under Duty Entitlement Pass Book DEPB or any other scheme under Export Import Policy in evaluation of the offers CURRENCY AND UNIT OF WEIGHT The price of Hydraulic Mudgun amp Drilling Machine per set should be quoted in US Dollars or Euro only in case of imported offer and in INR in case of indigenous offer LANGUAGE OF BID The offer and complete correspondence must be effected only in English language The Bid prepared by the tenderer and all correspondence and documents relating to the bid exchanged by the tenderer and the PURCHASER shall be written only in the English language provided that any printed literature furnished by the tenderer may
117. ment transport parts shall be adequately marked where necessary with permanent match markings to facilitate reassembly at site The successful tenderer shall carry out the tests required as per the standard practices to demonstrate that the material and equipments offered shall confirm to 20 13 5 14 0 15 0 16 0 17 0 17 1 the relevant standards and specifications and shall submit the test reports and certificates The equipment under the scope of work shall be inspected by Purchaser as per GS VSP 6 3 GS IN 01 The successful tenderer shall submit to the purchaser a detailed Quality Assurance Plan QAP that will interalia furnish the list of various components subassemblies and assemblies which the successful tenderer proposes to put up for inspection and the details of the Tests to be conducted for each one of those components subassemblies assemblies etc to purchaser for their approval Any modification to the QAP shall be mutually agreed upon to ensure that minimum amount of assembly work is done at Site CONSUMABLES AND OPERATING SUPPLIES The offer shall include information on the specifications including equivalent brand names and quantities of all consumable materials such as lubricants flushing oil resins etc required during start up commissioning initial filling and yearly requirements for normal operation The successful tenderer shall supply such materials required for start up commissioning initial fi
118. monitoring of all the drives motors pumps valves etc shall be provided The operator communication interface through keyboard of the operator stations shall have the capability for starting or stopping of a drive or a group of drives as well as for providing manual control of output change of set point and modes of operation cascade auto manual for each control loop while the system is in operation Proposed PLC hardware shall have UL CSA EN approval The PLC hardware plastic material flammability certification shall conform to UL 94VO IEC 707 SEC9 IEC 695 2 1 FV1 OR FVO All the logic software shall be as per IEC 61131 3 System logic software shall have a provision to force any individual contact for day to day operation at site 3 15In all types of IO modules 20 spare channels after commissioning shall be available for purchaser s future use these shall be wired up to the terminals In addition to this each row of I O rack of the PLC cabinets shall be provided with spare I O slots so that an addition of 3096 in inputs and outputs modules minimum 1 slot can be made in future The memory of the PLC system shall be provided in such a way that a spare capacity of 50 is kept for Purchaser s use after complete programming of the system CPU average loading shall not exceed 5096 36 21 3 16 21 3 17 21 3 18 21 3 19 21 3 20 21 3 21 21 3 22 21 3 23 21 3 24 21 3 25 21 3 26 21 4 21 4 1 All digi
119. mp DRILLING MACHINE OF BF 1 Anos PATE REMSION BY ar miu DTV ed br de qa eoki amia ng No 26969 ORG No 26969 01 03 ELI 0001 ii n im d e w ri SN re SN he ei SNe 480013 350091577 ND M3l NYT TMMVS0 SW Wein Q3 TAI SEU EV I COISA 7 AAF AINO 3SOdN d MIONIL 12090 9 FLOR ISCALED FROM 100 H2 L48 ON H213XS 80014 2 30 1N3N3CNVHUV MiVd3H TlidVIO L ON 39vNin4 15v 18 VIGNI LNW1d 73315 WVNIVdVHXVSIA 49 RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM SPECIFICATION NO VSP BF 1 CR PRI 002 for HYDRAULIC MUDGUN AND DRILLING MACHINE OF BLAST FURNACE 1 PERFORMANCE GUARANTEE PART D FEBRUARY 2011 M N DASTUR amp COMPANY P LIMITED Consulting Engineers P 17 Mission Row Extension Kolkata 700 013 50 1 0 1 1 1 2 1 3 2 0 2 2 PERFORMANCE GUARANTEE PERFORMANCE GUARANTEE TESTS All plant machinery and equipment are guaranteed for design materials workmanship and satisfactory performance as stated in this specification and in accordance with relevant clauses of the Contract The successful tenderer shall be responsible for carrying out performance tests on the equipment supplied by him in the presence of the Purchaser and the engineer to demonstrate that the plant machinery and equipment is capable of achieving the performance guara
120. mp T Kaycee KAKKU BCH Siemens L amp T Crompton Reyrolle BCH Siemens INDO ASIAN Siemens BCH Dynatrol Own make Power amp Protection Armatic IMSS Engg Spares Stromag Vahle BCH KAKKU EPC EMM IS only BCH amp KAKKU EPC makes shall be used for all motions of extra heavy duty crane amp hoist motion of heavy duty crane Pathe EMCO Universal Asian NICCO Polycab RPG KEI CRYSTAL FINECAB Electro Zavod EMM IS BTC ABB L amp T Siemens Schneider GE Power L amp T GE Crompton Siemens ABB BCH ANDREW YULE SCHNEIDER Siemens MDS Havell s GE Standards HPL GUTS INDOASIAN ABB Siemens Control Chief EMM ACROPOLIS Stromag SPEED O CONTROL SI No 24 25 26 27 28 NOTES Component VVVF drive Air Conditioner Control Transformer LED Indicating Lamp Electro magnet SUPPLIERS FOR CRANES amp HOISTS Four Girder EOT cranes Extra Heavy Heavy duty DG EOT Cranes Medium duty DG EOT Cranes Single girder EOT Cranes Jib Cranes HOT Crane Electric Hoists Mechanical Hoists Any change addition deletion in the above makes list shall be done with the approval of VSP 80 Make Siemens ABB ROCKWELL Control Technique Schneider L amp T Lintern Sulzer Daiken IPW Indcoil Kappa AE Siemens Binay Vaishno Technik J AUER EPC EMM Superlift Ohio Demag Steinert Boxmag For finished product handling imported magne
121. ms amp Conditions of Invitation to Tender Annexure VIII Proforma of Performance Bank Guarantee Annexure Check list for Performance Bank Guarantee Annexure IX Proforma of Integrity Pact Annexure X Letter of Acceptance to all Terms amp Conditions of the Tender No of pages Page Nos 3 6 4 7 80 74 81 90 10 91 92 2 93 94 2 95 96 2 97 97 1 98 99 2 100 106 7 107 108 2 109 109 1 110 117 8 118 118 1 Total 118 pages RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM 530 031 INDIA Tel 91 9866175501 Fax 91 891 2518753 891 2518756 91 9618279789 email swamymbvIn vizagsteel com mkrao vizagsteel com GLOBAL TENDER NOTICE FOR SUPPLY OF HYDRAULIC MUDGUN amp DRILLING MACHINE FOR AS PER SPECIFICATIONS NOTICE OF INVITATION TO TENDER NO Pur 1 90 0830 0077 dt 14 05 2011 1 0 Rashtriya Ispat Nigam Limited RINL Visakhapatnam Steel Plant VSP hereinafter 2 0 3 0 4 0 5 0 5 1 referred to as PURCHASER hereby invites SEALED BIDS IN THREE PARTS Part I PRE QUALIFICATION BID Part II TECHNO COMMERCIAL BID and Part Ill PRICE BID in separate envelopes for supply of Hydraulic Mudgun amp Drilling Machine conforming to Technical specifications as per Annexure of tender documents Offer should be submitted in THREE sets Tenderer s should note that supervision of Erection Testing amp commissioning demonstr
122. n certificate from Chamber of Commerce their respective designated Govt Agency b Audited financial statement for the last three years of their company c Other Credentials like ISO Certificates etc d List of Purchase Orders Contracts for the same or similar items executed by the Tenderer in respect of other major customers Kindly note that the above information is required to assess the credibility of the vendor not presently enlisted with RINL The tender of un listed vendor shall be rejected in case of non submission or incomplete submission of the above documents or RINL finds that the credibility of the un listed Vendors is not satisfactory on the basis of the documents furnished The Vendor shall produce originals of the above documents for verification if RINL so desires RINL decision in this regard is final GENERAL INFORMATION DATA DOCUMENTS TO BE FURNISHED BY TENDERERS Tenderers who may be Manufactures of Hydraulics Mudgun amp Drilling Machine shall furnish information data documents printed and illustrated literature brochures covering the following aspects a Detailed information of the Manufacturer along the latest copies of the executed on going orders during the last 1 year of similar type of material with different clients o Documents showing the exact nature of ownership Country of Origin of material In case of Import offer Production capacity of and annual production during the
123. n line filters for continuous removal from the hydraulic fluid of contaminants which are likely to cause malfunction of pumps valves and actuators and to maintain desired cleanliness level of hydraulic fluid The circulation filters and return line filters shall be duplex type with built in integral changeover valves The fineness of filters shall depend on the components used in the hydraulic system The fineness and capacity of various filters and cleanliness level of oil will be as per General Specification of Hydraulic System GS No VSP 6 3 M 03 All the filters of hydraulic systems shall be provided with mechanical as well as electrical clogging indicators 22 1 2 9 The coolers shall be plate type of gasketted design The plate type coolers shall be designed such that all the four 4 ports shall be on same side of cooler Cooler shall be generously designed considering high ambient temperature and water inlet temperature of 35 C and shall have 20 spare capacity Coolers shall be fitted external to the reservoir and shall be mounted on a frame with drip tray and drain valve The pressure drop across cooler on oil circuit shall be less than one 1 bar and on water circuit shall be less than 0 5 bar Coolers shall be provided with Pressure gauges temperature indicators on cooler water inlet amp out lines and oil inlet amp outlet lines Solenoid operated ON OFF valve strainer of 250 micron fineness on cooler water inlet line Pressu
124. n of Erection commissioning testing demonstration of performance guarantee tests of Hydraulic Mud gun and Drilling Machine of BF 1 1 set as envisaged specification NO VSP BF CR PRI 002 5 Total value 4 b 4 c 6 Delivery schedule for supply 7 Port of loading for price quoted on FOB basis CFR basis Also to be indicated in Part II Techno Commercial Bid Signature and Name of the Tenderer 91 ANNEXURE III TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 PROFORMA FOR PART III PRICE BID FOR INDIGENOUS SUPPLIES The price bid should contain the following data 1 Name of the Tenderer 2 Address 3 BASIC PRICE Design and engineering manufacture supply of Hydraulic Mud gun and Drilling Machine of BF 1 1 set as envisaged in specification NO VSP BF CR PRI 002 4 P amp F Charges 5 Excise Duty in 96 6 Educational Cess 96 7 Higher Secondary Educational Cess 96 8 CST VAT 9 Freight upto VSP Stores 10 Insurance 11 SUPERVISION CHARGES Supervision of Erection commissioning testing demonstration of performance guarantee tests of Hydraulic Mud gun and Drilling Machine of BF1 1 set as envisaged in specification NO VSP BF CR PRI 002 Note Only prices to be quoted in this document No other condition or information having any bearing on the quoted price shall not be considered Also to be indicated in Part II Techn
125. njoyed by the agent alongwith the details of the commission remuneration salary retainer being paid by them to the agent s Wherever the Indian representative has communicated on behalf of their foreignsupplier contract Agency and or the foreign supplier contract Agency have stated that they are not paying any commission to their Indian agent s but paying salary or retainer a written declaration to this effect given by the foreign supplier contract Agency should be submitted before finalizing the contract DISCLOSURE OF PARTICULARS OF AGENT S REPRESENTATIVE S IN INDIA IF ANY Bidders of Foreign nationality shall furnish the following details in their quotation bid The name and address of their agent s representative s in India if any and the extent of authorization and authority given to them to commit them In case the agent s representative s is a foreign Company it shall be confirmed whether it is a really substantial Company and details of the company shall be furnished The amount of commission remuneration included in the quoted price s for such agent s representative s in India Confirmation of the Bidder that the commission remuneration if any payable to his agent s representative s in India may be paid by RINL in Indian Rupees only DISCLOSURE BY INDIAN AGENT S OF PARTICULARS OF THEIR FOREIGN SUPPLIER CONTRACT AGENCY AND FURNISHING OF REQUISITE INFORMATION Bidders of Indian Nationality shall furnish the
126. ntactors 20 4 1 12 Instruments and meters 20 4 1 12 1 All instruments and meters shall be of robust design vibration proof housed in dust proof casing and suitable for flush semi flush mounting on vertical panels 29 20 4 1 12 2 20 4 1 12 3 20 4 1 12 4 20 4 1 13 20 4 1 13 1 20 4 1 14 20 4 1 14 1 20 4 1 15 20 4 1 15 1 They shall be mounted in the front of the panel at a suitable height to facilitate easy access and visibility The instruments shall be of parallax free design and shall have glare free front glass covers Marking of the scale of all instruments shall be such that it is suitable for direct reading Suitable zero adjustment facility shall be provided with each indicating instrument and it shall be suitable for operation from the front of the instrument casing All indicating instrument shall be magnetically screened The instruments and relays shall be capable of carrying the CT secondary current under fault condition for the specified period without any damage Each incoming feeder shall be provided with a 96 mm x 96 mm voltmeter and a ammeter with 3 position selector switch The voltmeters shall be connected on the live side of the concerned breaker for indicating the three phase voltages complete with voltmeter fuses Each outgoing feeder shall be provided with a 96 mm x 96 mm ammeter and a 4 position selector switch complete with CTs for measuring the currents in all the three phases For outgoing m
127. ntees as specified in this specification and contracted for Instrument gauges and flow meters installed for normal operation of the plant machinery and equipment shall be made use of during the performance tests as far as practicable The successful tenderer shall also provide any additional instrument required Manning required for the performance tests shall not be more than the manpower required for normal operation The performance tests shall be carried out by the successful tenderer as specified in this specification and contracted for The performance tests will be carried out after the commissioning of the BF 1 according to the stipulation of the Contract The performance test of each equipment shall be carried out for twelve 12 tapping at normal operating conditions of blast furnace i e BF operating with a top pressure of 2 4 bar g after ascertaining that the equipment is commissioned and is capable of conducting the performance guarantee test During the PG test the tenderer shall demonstrate all the critical operating parameters for all the equipment PRECONDITIONS FOR PERFORMANCE TESTS Conditions to be satisfied before the test period General The equipment shall be in normal working condition at the start of the tests Purchaser s blast furnace experienced personnel shall be available for the operation of the equipment and its auxiliaries Purchaser s blast furnace supervision and operating personnel shall before start
128. o Commercial Bid Signature and Name of the Tenderer Or his authorized representative with seal Station Date 92 ANNEXURE IV TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 see para 2 5 of instructions to tenderers CHECK LIST TO BE FILLED UP AND SENT ALONG WITH PART II TECHNO COMMERCIAL BID OF THE OFFER TO BE SUBMITTED TENDER TERMS Name and address of the Tenderer AS REQUIRED BY VSP To be confirmed by party accepted not accepted DEVIATI ONS IF ANY Quantity offered To be confirmed as per Annx l of ITT Technical specification To be confirmed as per Annx l of tender document ITT Delivery schedule To be confirmed as per Para 3 0 of ITT Average annual production capacity To be confirmed as per Clause 2 1 of Annx Il of ITT 6 Letter of Authority from To be submitted as per Clause 2 2 of Annx Manufacturer Il of ITT 7 Payment terms To be confirmed as per Clause 4 0 of Annx Il of ITT 8 Bond Bid Money To be confirmed as per Clause 9 0 of Annx Il of ITT 9 Country of Origin To be confirmed in case of imported source 10 Price Basis To be confirmed as per Clause of Annx Il of ITT 11 Price firmness To be confirmed as per Clause 3 of Annx VII of ITT 12 nsurance To supplier s a c for indigenous supply amp To VSP s account for imports 13 Packing To be confirmed as per Clause10 of Annx VII of ITT 14 Lo
129. o Tender LOA AND WHEREAS MIS roodo hereinafter referred to as the said Tenderer wish to make an offer in response to the said Invitation to Tender for the supply of Hydraulic Mudgun amp Drilling Machine on the basis of FOR VSP Stores FOB CFR NOW THIS BANK HEREBY GUARANTEES that in the event of the said Tenderer failing to abide by any of the conditions referred to in any of the preceding paragraphs this Bank shall pay to Rashtriya Ispat Nigam Ltd Visakhapatnam Steel Plant Visakhapatnam INDIA on demand without protest or demur RHs Rupees 95 This Bank further agrees that the decision of RINL as to whether the said Tenderer has committed a breach of any of the conditions referred to in the preceding paragraphs shall be final and binding Wa used rede name of bank amp branch hereby further agree that the Guarantee herein contained shall not be affected by any change in the constitution of the Tenderer and or RINL This Bank further agrees that the claims if any against this Bank Guarantee shall be enforceable at Branch office at Visakhapatnam situated at Address of local branch at Visakhapatnam THIS BANK FURTHER undertakes that this Guarantee shall remain irrevocably valid and in force up to 180 days from the due date of opening the tenders For and on behalf of Name of the Bank Signature Name Duly constituted attorney
130. of opening of tenders at VSP 9 0 BID MONEY BID BOND 9 1 Each tender shall be considered only if Bid money in US Dollars EUROs or in Indian Rupees by means of either a Demand Draft Cheque both subject to realization 86 9 2 9 3 Electronic Mode drawn on any Scheduled Bank and payable to Rashtriya Ispat Nigam Ltd at Visakhapatnam or a Bid Bond in the form of Bank Guarantee as per the prescribed proforma at Annexure V of the Tender Documents established in favour of RINL for an amount Rs 37 50 000 Rupees Thirty Seven Lakhs Fifty thousand only or US 83 350 US Dollars Eighty Three Thousand Three Hundres and Fifty only or EUROs EURO 58 600 EURO Fifty Eight Thousand and Six Hundreds only is submitted along with or prior to opening of Part I Pre Qualification Bid No change in the prescribed proforma of Bank Guarantee for Bid Bond is acceptable Further the tenderer is required to submit the duly filled in CHECK LIST for Bank Guarantee as at Annexure V A along with tender The Bid Bond as mentioned above should be either in the form of Bank Guarantee issued by any of the Nationalized Bank whether situated at Visakhapatnam or outstation with a clause to enforce the same on their local branch at Visakhapatnam or by way of Account payee Demand Draft payable at Visakhapatnam in favour of Rashtriya Ispat Nigam Limited The Bank Guarantees from other Scheduled Banks other than Nationalized Banks should however be from the
131. of the performance tests become familiar with the detailed test procedures Instrument gauges and flow meters installed for normal operation of the plant machinery and equipment shall be used during the performance tests for the evaluation of the performances as far as practicable Conditions to be satisfied during the performance tests During the performance tests the equipment will be operated under the supervision 51 of Tenderer personnel Purchaser will provide labour power and utilities Tenderer shall provide competent personnel with full access to supervise and verify operating records delays and other pertinent data necessary to evaluate the tests 2 2 1 Tests shall be carried out in accordance with the protocol for Procedure for performance tests developed and agreed upon by Purchaser and Tenderer before start of the performance tests 2 2 2 equipment operating conditions will be in accordance with the values as specified in the Contract Specification 2 2 3 If the equipment operating conditions during the performance test execution period are different the same will be revised according to the correction method to be mutually agreed upon and recorded in the Procedure for performance tests 2 2 4 Purchaser and Tenderer shall schedule tests during periods that are free from unusual distractions such as casual observers or visitors major maintenance operations operator training or other circumstances that m
132. onditions mentioned therein De MB ai eroe tiere name of bank amp branch at the request of the SELLER do hereby undertake and indemnify and keep indemnified the PURCHASER to the extent of Rs Rupees against loss or damage that may be caused to or suffered by the PURCHASER by reason of any breach by the SELLER of any of the terms and conditions of the said A T and or in the performance of the said A T by the SELLER We agree that the decision of the PURCHASER as to whether any breach of any of the terms and conditions of the said A T or in the performance thereof has been committed by the SELLER and the amount of loss or damage that has been caused to or suffered by the PURCHASER shall be final and binding on us and the amount of the said loss or damage shall be paid by us forthwith to the PURCHASER on demand and without protest or demur S MB knit name of bank amp branch hereby 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 AGREEMENT and that it shall continue to be enforceable for a 180 days after the date of Bill of Lading of the last consignment of the MATERIALS under the said AGREEMENT or b in the event of any dispute s between the PURCHASER and the SELLER until such period s the dispute is settled fully whichever date is the latest and that if any claim a
133. or after award of contract has committed a transgression through a violation of Section 2 above or in any other form such as to put his reliability or credibility in question the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract if already awarded for that reason without prejudice to other remedies available to the Principal under the relevant GCC of the tender contract 111 If the Bidder Contractor has committed a transgression through a violation of any of the terms under Section 2 above or in any other form such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future tenders Contract award processes The imposition and duration of the exclusion will be determined by the Principal keeping in view the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressors within the company hierarchy of the Bidder Contractor and the amount of the damage If it is observed after payment of final bill but before the expiry of validity of Integrity pact that the Contractor has committed a transgression through a violation of any of the terms under Section 2 above during the execution of contract the Principal is entitled to exclude the Contractor from future tenders Contract award processes The exclusion will be impos
134. other than that requiring maintenance shall not be necessary 22 1 3 Scope of work 22 1 3 1Design engineering procurement manufacture fabrication assembling testing and supply of all hydraulic systems valve stands controls accumulator stands including interconnecting piping 22 1 3 2Supply of all hydraulic systems for the actuation of hydraulic cylinders hydraulic motors and actuators for cast house equipment as required The hydraulic systems shall include tank units pump motor units circulation units valve stands and accumulator stands 22 1 3 3 Supply of all hydraulic cylinders hydraulic motors and actuators as required 22 1 3 4 Supply of local control panel for each hydraulic system Constructional features shall be as per VSP GS E 05 42 22 1 22 1 22 1 22 1 22 1 22 1 22 1 22 1 22 1 22 1 22 1 22 1 22 1 3 5 3 6 3 7 3 8 3 9 3 10 3 11 3 12 3 13 3 14 3 15 3 16 3 17 Supply of one 1 No mobile oil filling pump motor filter unit for unloading fresh hydraulic oil from barrels to the tanks of hydraulic systems Supply of one 1 No electrostatic liquid cleaner for each hydraulic system containing proportional valve or servo valve if any Supply of interconnecting piping between each hydraulic tank pump unit and hydraulic cylinders actuators via valve stands amp accumulator stands Supply of all Hilti type foundation bolts nuts and w
135. otor feeders the ammeter shall be provided with a normal scale up to full load value and suppressed scale beyond full load for indication of motor starting current Digital multifunction meters shall be considered in all incoming feeders which shall include current voltage PF kVA kVAR kW kWhr with maximum demand indicator Moreover current transducer shall also be considered in each incoming breakers amp outgoing motor feeders Current transformers The current transformers CTs shall be of either bar primary or wound primary type as required having cast resin insulation Metering CTs shall have accuracy class of 1 0 with ISF lt 5 Protective CTs shall have accuracy class of 5P and accuracy limit factor of 10 The CTs shall have insulation level and thermal and dynamic ratings corresponding to that of the circuit breaker with which it is associated CTs shall be considered for operation of EOCR and the composite motor protection relay for higher rated motors Saturable type heavy duty current transformer shall be provided for high inertia loads Cable terminations The cable terminations arrangement for all outgoing feeder units shall be housed in separate cable compartments and shall be suitable for single core and multi core aluminium conductor PVC XLPE insulated armoured cables of number types and sizes as required The termination arrangement of multiple cables shall permit connection and disconnection of each individual cables
136. ouble feeders from 415V switchboard Maximum demand of any MCC shall be restricted to 500KW MCC shall have two incomers and one bus coupler The incomers and bus coupler of the MCC shall be ACBs if the rating is 630Amps and above Below 630Amps rating fixed type MCCBs shall be provided ACBs and MCCBs shall be provided with over current short circuit and earth fault protective releases Minimum two 2 nos spare outgoing feeders shall be provided in each bus section of MCG Each cubicle shall have segregated motor circuit components arranged in tier formation upto 5 tiers maximum Adequately rated continuous Al earth busbar shall be provided provided for the complete length of the MCC Two separate terminals shall be provided for external earth connection in conformity with IE rules 27 20 4 1 7 Minimum degree of enclosure protection shall be IP 52 when located inside control rooms and IP 54 for all other degree areas including shop floor 20 4 1 8 General design and constructional features for 415V MCC shall be as per clause 5 0 of General Specification VSP 6 3 GS E 05 20 4 1 9 Motor feeders 20 4 1 9 1Each outgoing motor feeder module shall have its own MCCB with direct acting short circuit protection magnetic contactor bimetallic or electronic over current protection relay EOCR and other accessories such as auxiliary relays indicating lamps test push buttons control switches digital ammeters etc as required 20 4 1
137. p hole length measurement Existing control panel room located at a level 12 1 m in the periphery of cast house for the operation of cast house equipment will be used for installation of valve stand for the new cast house equipment The hydraulic system shall comprise of two identical hydraulic stations Each station will be dedicated for two taphole i e station A will serve tap hole 1 and 2 whereas station B will serve taphole 3 and 4 Each hydraulic station shall operate 2 sets of mudgun driling machines and cover manipulators The cover manipulators are in the scope of Purchaser However the hydraulic stations for mud 24 19 13 19 14 19 15 19 16 19 17 19 18 19 19 19 20 20 0 20 1 20 1 1 20 1 2 20 1 3 gun and drilling machines are also to be catered to the cover manipulators The data for cover manipulators will be provided by the purchaser Each hydraulic system shall be designed to operate any two equipment simultaneously Each hydraulic station have the following main characteristics Oil tank 8 Main pumps Two working amp one stand by 1pilot oil pump 2circulation pumps One working amp one stand by 1 accumulator station with Nitrogen bottles 1 set of interconnecting piping 2 valve desks Installation of hydraulic power pack for cast house equipment will be located in a room at a suitable location below cast house Tenderer shall check the existing handling facilit
138. p regarding plans technical proposals and business details including information contained or transmitted electronically The Bidder Contractor of foreign origin shall disclose the name and address of their Agent s representative s in India if any Similarly the Bidder Contractor of Indian Nationality shall furnish the name and address of the foreign supplier contract Agency if any Further details as mentioned in the Guidelines on Indian Agents of Foreign Suppliers contract agencies shall be disclosed by the Bidder Contractor wherever applicable Further as mentioned in the Guidelines all the payments made to the Indian agent s representative s have to be in Indian Rupees only Copy of the Guidelines on Indian Agents of Foreign Suppliers contract agencies is enclosed The Bidder Contractor will when presenting his bid disclose any and all payments he has made or committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future contracts 1 2 A transgression is considered to have occurred if the Principal after due consideration of the available evidence concludes that a reasonable doubt is possible If the Bidder Contractor before award of contract
139. pares and manufacturing drawings of fast wearing parts items Tenderer to provide a detailed schedule of submission of drawings and documents 16 5 2 7 supplied 5 3 5 3 1 5 3 2 5 4 5 4 1 5 4 2 5 4 3 5 4 4 5 5 6 0 6 1 6 2 6 3 6 4 6 5 6 6 Tenderer shall provide summary specification for equipment Supply of plant and equipment imported and indigenous All items shall be complete with necessary instrument system auxiliary accessories safety items etc Commissioning spares special tools tackles foundation bolts nuts amp bolts with washers embedments inserts anchorage initial fill of oils grease and lubricants Supervision Testing and Commissioning Tenderer is required to quote for expert supervision testing and commissioning of the item as per scope of work Shipping with adequate and suitable packing transportation loading unloading storage at site are in scope of tenderer The erection testing commissioning and PG test shall be carried out under expert supervision and overall responsibility shall be on the tenderer Tenderer is required to include foreign experts supervision for detailed engineering and manufacturing to be carried out in India Painting of the equipment is in the scope of tenderer All equipment shall be shop painted and touch up painting shall be done after erection Compliance of safety norms and practices Performance guarantee test shall b
140. r mounting valves for the ease of operation and maintenance 2 13 Branch line connection with check valve and isolation valve with limit switch shall be provided on the upstream side of circulation filters for filling fresh hydraulic oil to the tanks of the hydraulic systems through circulation filters Similarly branch line connection with check valve and isolation valve with limit switch shall be provided on the downstream side of circulation pumps for unloading spent oil from tanks 2 14 Necessary pressure gauges and pressure switches shall be included in the circuit for monitoring pressure for low pressure alarm Pressure gauge shall be included on the downstream side of each pump and pressure transducer shall be included on the downstream side of pumps Sufficient pressure check points shall be included in the circuit at various points for connecting pressure gauge as and when required Each filter shall be provided with mechanical clogging indicator and pressure switch for audio visual alarm for filter clogging 2 15 All valve stands shall be provided with isolation valves on the pressure lines and check valves on the tank return lines and leakage lines near the valve stands 2 16 Each pump motor unit return line filter unit circulation filter cooler unit valve stand and accumulator stand shall be provided with drip tray and drain valve 2 17 Tank units pumping stations filter cooler units valve stands and stands s
141. rantee by reason of any such variation or extension being granted to the SELLER or any forbearance and or omission on the part of the PURCHASER or any indulgence by the PURCHASER or by any other matter or thing whatsoever 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 p WO 3 name of bank amp branch hereby further agree that the Guarantee herein contained is initially valid upto and that the same shall be extended further according to the provisions contained herein above 7 We Name of bank amp branch hereby further agree that the Guarantee herein contained shall not be affected by any change in the constitution of the SELLER and or the PURCHASER 8 name of bank amp branch hereby further agrees that the claims if any against this Bank Guarantee shall be enforceable at our Branch office at Visakhapatnam situated da TRE EE EE tt gh RM e Address of local branch at Visakhapatnam Note The expression SELLER wherever appearing in this Performance Guarantee Bond shall also include the PRODUCER FOR AND ON BEHALF OF Name of bank amp branch Signature Name DULY CONSTITUTED ATTORNEY amp AUTHORISED SIGNATORY Designation Name of bank amp branch 108 ANNEXURE VIII A TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 CHECK LIST FOR BANK GUARANTEE FOR PERFORMANCE
142. re check mini mess couplings and mini mess hose on oil inlet and outlet lines etc 22 1 2 10The accumulators shall be charged with nitrogen or inert gas sized to meet the functional needs and designed to withstand at least 1 5 times the nominal design pressure of the hydraulic system and shall conform to the code for pressure vessels prevailing in the country of origin or to any equivalent international codes for pressure vessels 39 22 22 22 22 22 22 22 22 22 22 1 1 1 1 1 1 1 1 Each accumulator shall be provided with safety shut off block containing isolation valve drain valve safety relief valve pressure gauge pressure check minimess coupling and minimess hose Necessary charging and testing kit for accumulators complete with isolation valve manifold hose etc shall be provided Each accumulator stand shall be provided with drip tray and drain valve 2 11Necessary isolation valves shall be provided across pumps filters coolers on the bypass lines across coolers on the water inlet and outlet lines of coolers Lockable adjusting type valves shall be used to prevent change of adjustment caused by equipment vibration and or tampering 2 12 All directional valves shall be sub plate manifold mounted Directional valves of large capacity shall be hydraulic pilot operated type Valves shall not be mounted on reservoir Suitable valve stands shall be used fo
143. rials g number of packages bundles containers h quantity shipped including gross and net weight i invoiced value of the materials shipped j port of discharge Further the above cable telex fax intimation must invariably be repeated to the main office of the Purchaser The address and other details of the Underwriters and the Purchaser shall be informed at the time of Placement of order PRICE VARIATION Price shall remain firm till completion of supplies and supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun amp Drilling Machine TERMS OF PAYMENT Payment shall be made as follows a 8596 of the value of materials shall be made against submission of invoice Bill of Lading LR Pre despatch Inspection Certificate Manufacturer Test Certificate Certificate of Origin within 30 days of acceptance of materials Accepted GARN Goods Acceptance Rejection Note issued by PURCHASER shall be reckoned as the document for acceptance of materials In other words accepted GARN copy to be submitted along with invoice and other documents b Balance 1596 value of materials along with 10096 charges towards supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun amp Drilling shall be released on successful supervision of Erection Testing amp commissioning demonstration of performance of Hydraulic Mudgun and Drilling Machine for BF 1 at
144. rmation shall be sent to the Indian agents after they are registered The Indian agents commission if any should be included in the quoted prices and indicated separately Failure to furnish correct and detailed information as called for in sub para 7 1 herein above will render Tenderer s bid liable to rejection or in the event of an agreement materialising the same is liable to termination by RINL Besides this there would be a penalty of banning business dealings with RINL or damage or payment of a named sum In the event of an Agreement materialising the terms of payment will provide for payment of the net value of the materials delivered in each consignment after deduction of the amount of commission remuneration if any payable to Indian agent The Indian agents commission will be normally released in equivalent Indian rupees to the Indian agents after 90 ninety days of discharge of the cargo in India A confirmation is to be given by the tenderer that the commission remuneration to the Indian agent shall be paid by RINL in India in Indian rupees The Indian agents shall represent only one Foreign Tenderer in the tender In case it is found that the Indian agent is representing more than one Tenderer then all the offers represented by this Indian agent will be rejected VALIDITY OF THE OFFER Each tenderer shall keep his offer firm and valid for acceptance by RINL for a period of 120 One hundred and Twenty days from the date
145. rotective measures TEST CUM GUARANTEE CERTIFICATE The Seller should submit Manufacturer s Test cum Guarantee certificate along with every consignment clearly indicating the relevant Parameters and batch no and other identification marks if any and give guarantee for replacement in case of any deviations manufacturing defects Replacement of defective materials shall be made free of cost including duties in India to Sellers account at Purchaser s site by the Supplier and the collection of the defective material to the Supplier s works shall be the Suppliers responsibility and shall be made at his expenses 13 0 LIQUIDATED DAMAGES 103 13 1 14 0 14 1 15 0 15 1 16 0 16 1 17 0 17 1 18 0 Delivery is the essence of the Contract and hence should any consignment be delayed liquidated damages 0 5 of the price of the delayed consignment for each week or part thereof shall be levied and recovered subject to a maximum of 10 of the total order value DEFAULT Should the SELLER fail to provide the MATERIAL for delivery by the time or times agreed upon or should the SELLER in any manner or otherwise fail to perform the Acceptance to Tender or should a receiver be appointed onits assets or make or enter into any arrangements or composition with Creditors or suspend payments or being a company should enter into liquidation either compulsory or voluntary the PURCHASER shall have power to declare the Acceptanc
146. s The details of forwarding agents nominees will be indicated in the order The Bills of Lading shall be drawn so as to show Consignee Rashtriya Ispat Nigam Ltd Visakhapatnam Steel Plant Visakhapatnam 530 031 In case the order is finalised on FOB terms the two non negotiable copies of the Bills of Lading indicating the gross freight amount and rebate allowed should be forwarded to the Shipping Co ordination Officer Ministry of Shipping and Transport New Delhi after the shipment of each consignment is effected CONDITIONS FOR SHIPMENT IN CASE OF IMPORT OFFER The materials shall always be shipped UNDER DECK only Under No circumstances shipment On Deck will be permitted or accepted In case the order is finalized in FOB terms every shipment against this Purchase order must be made under Bill s of Lading marked Freight to Pay providing for discharge on Liner terms on Quay Wharf Berth at the port of discharge free of risk and expense to the Purchaser The date of the Bill of Lading shall be treated as the date of Shipment SHIPPING DOCUMENTS IN CASE OF IMPORT OFFER In respect of each shipment against the order if any placed by the Purchaser each of the under mentioned documents shall be made out separately by the Seller Advance set of documents to be airmailed Original set of documents to be presented by the by the Seller to the Purchaser s Transport Seller to the negotiating bank for drawl of
147. sformer The parallel redundant UPS shall have 30 minutes battery back up and maintenance by pass 30 spare capacity shall be considered for UPS The UPS shall be complete with ACDB with control transformers etc as required Existing control pulpits shall be replaced with new pulpits and shall be located at the existing locations at a level 12 1 m Typical minimum input output requirement for various drives and systems to be provided for hydraulic mudgun and drill machines have been indicated in Table 1 below TABLE 1 TYPICAL LIST OF INPUTS AND OUTPUTS FROM ELECTRICAL BOARDS AND MCCS DESCRIPTION INPUTS ANALOG DIGITA DIGI UE L TAL A MOTOR CONTROL CENTRES 1 DOL FEEDERS i COMMON FOR ALL FEEDERS 32 DESCRIPTION INPUTS ANALOG DIGITA UE L DIGI TAL MAIN MCCB Y ON MAIN MCCB Y Y TRIPPED COTROL POWER AVAILABLE LOCAL Y SELECTED REMOTE SELECTED OVERLOAD EOCR Y OPERATED MOTOR CONTACTOR Y ON lt EMERGENCY Y STOP MOTOR CURRENT FOR ALL Y MOTORS BTD FOR ALL MOTORS IF Y EXISTING RTD FOR ALL MOTORS 110KW Y AND ABOVE START MOTOR Y NOTES SOME FIELD SWITCH CONTACTS HARDWIRED TO MCC MAY ALSO BE REQUIRED 2 PLC LIST IS INDICATIVE ONLY 21 0 INSTRUMENTATION amp LEVEL 1 AUTOMATION 21 1 General
148. stop push button shall be considered for all motor feeders 20 4 1 9 7 Since all the motors shall be controlled through PLC system signal exchange shall be necessary between each motor feeder and PLC system 20 4 1 9 8 Typical power and control scheme for DOL feeder Drg no 26969 01 03 ELE 0001 is attached for reference 20 4 1 9 9 MCCBs to be used in motor feeders shall have built in earth fault earth leakage protection and shall have service breaking capacity ICS of at least 7596 of ICU as per IEC 60947 2 20 4 1 10 415 V Main Busbars 28 20 4 1 10 1 The 415V MCC shall have continuous three phase and neutral air insulated busbars extending full length of the switchboard and run horizontally in separate busbar compartment with vertical tappings to breakers in each cubicle The current carrying capacity of the vertical tappings shall not be less than the current rating of the main busbars in case of incoming feeders and derated current rating of the breakers in case of outgoing feeders The busbars shall be of adequate mechanical strength and so arranged and supported that the permissible clearance is maintained under all service conditions including short circuits The busbars shall be arranged in such a way that they can be extended at the free ends without difficulty Busbars shall be provided with heat shrunk PVC sleeve with coloured tapes at interval 20 4 1 10 2The busbars shall be able to withstand the continuous and short t
149. system will be finalized during the tender discussion considering the existing numbering system Safety All design must comply with latest national international standards practices pertaining to safety health and environment The equipment shall be complete with approved safety devices wherever a potential hazard to plant and personnel exists Special care shall be taken to protect enclosed electrical equipment from entry of rats lizards and other creeping reptiles which may cause electrical short circuit inside live equipment All safety requirement sealing and isolation system shall be provided by the tenderer All correspondence data drawings documents etc shall be in English language and all technical data shall be in MKS units INFORMATION ON PLANT SITE Location The Steel Plant is situated in Visakhapatnam district in the state of Andhra Pradesh The site is situated South of National Highway No 5 and the East Coast Railway line between Visakhapatnam and Chennai at an altitude of 10 5M above mean sea level MSL The plant site is located at latitude of 17037 N and longitude of 83012 E Climate of Visakhapatnam The climatological data in vicinity of the site are as follows Rainfall Highest monthly 606mm Highest daily 370 mm Highest recorded temperature 40 5 Lowest recorded temperature 3456 56 Relative humidity 4 min to 10096 max 14 4 3 4 4 4 5 4 6 4 7 4 8 4 8 1 4 8
150. t off f Pipe fracture leakage alarm facility g Clogging of filters h Motor overload All the above fault alarms shall be duplicated in level 1 i e in the HMI in control room desk Fault alarms from field mounted devices near valve stands and or equipment shall also be provided in the HMI in control room desk 22 1 2 24 Cylinders Hydraulic motors Hydraulic Linear Motors Hydraulic cylinders shall be designed to meet the working pressure of the system and tested to a minimum of 15096 of the nominal design pressure Hydraulic Rotary Motors Hydraulic rotary motors shall be designed to meet at least 125 of the normal output torque and 125 of the maximum system pressure The hydraulic motor shall also be designed such that it will not be overloaded under all conditions of operation of equipment which is actuated by the motor 22 1 2 25 Hydraulic oil shall be unloaded from barrels tanker into the tanks of hydraulic systems by a mobile motorised transfer pump motor filter unit The proposal for the removal of unusable spent hydraulic oil from the systems shall be clearly mentioned 22 1 2 26 All hydraulic equipment piping and components either located at an elevated height or otherwise shall be accessible have adequate working clearance and be mounted in a position that will not interfere with the equipment adjustments or maintenance and shall not require the use of portable platforms or ladder For maintenance removal of equipment
151. t shall be used Tata Growth Shop Jamshedpur HEC Lid Ranchi Kone Cranes Finland Hyndai Samho Korea Demag Cranes South Africa Mitsubishi Heavy Industries Ltd Japan Tata Growth Shop Jamshedpur HEC Lid Ranchi Mukand Ltd Thane WMI Cranes Mumbai FAFECO Mumbai Mukand Ltd Thane WMI Cranes Mumbai FAFECO Mumbai Armsel MHE Bangalore MM Engineers Coimbatore Process Plant corporation Mumbai Brady amp Morris Delhi Bombay Cranes Brady amp Morris Delhi Hercules Hoists Mumbai Crushmore Maxban Kolkata Armsel MHE Bangalore Bombay Cranes 2 0 2 1 2 2 ANNEXURE 11 TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 INSTRUCTIONS TO TENDERERS ESTABLISHMENT OF CREDENTIALS OF UN LISTED VENDORS If a tenderer who responds to this tender is not presently enlisted with RINL such tenderers are requested to furnish copies of the following documents separately in a sealed envelope superscribing CREDENTIALS and the ITT REFERENCE OR ADVERTISED TENDER REFERENCE as the case maybe along with the tender A INDIGENOUS Statutory Industry Registration Certificate Excise sales Tax and copy of PAN card for the last three years Financial worth and audited financial statements for the last 3 years QOO nmn Other credentials like ISO certificate etc List of Purchase orders contracts executed for PSUs for same or similar items a Registratio
152. tal outputs shall be potential free For digital inputs interrogation voltage shall have to be arranged in the PLC cabinets over separate miniature circuit breaker Also for analog inputs the transmitter power supply wherever required shall have to be arranged from the PLC cabinets Voltage level of digital input and output cards shall be suitable for 24VDC The digital outputs shall be through potential free relay suitable for 24 VDC 5A inductive However AC 15 category contactors relays with 4 NO contacts shall be used for driving the power contactors of drive motor Analog input and output cards shall be suitable for 4 20 mA DC isolated signals The isolation levels shall be for a minimum of 600 VAC continuous in addition to opto isolation of 1500 VAC for one minute Terminals at PLC Cabinets shall be fuse protected with LED indication as per requirement 3 wire RTDs Pt 100 Duplex type with SS316 sheath shall be considered for temperature measurements Display of barrel clay pressure in front of the operator panel shall be considered All field transmitters and conversion units shall be SMART type HART protocol Necessary instruments for measurement of pressure flow temperature of all utility parameters at TOP as applicable shall be included All equipment shall be designed for voltage variation of 6 frequency variation of 3 unless powered by UPS All drawings documents pertaining to cable engineerin
153. tapping At each taphole main trough iron amp slag runners and tilting runners are provided for filling hot metal ladles 21 17 2 17 3 17 4 17 5 17 6 17 7 Each tap hole is equipped with electrically operated drilling machine for opening the iron notch and electrically operated mudgun for closing the iron notch after tapping Presently mudgun and drilling machine are installed on separate foundations on either side of main runner Presently four 4 mudguns completely electrically operated along with control desk are available Brief details of existing mud gun are given below Pressure of piston on clay 12 75 x 10 Pascal Force applied to the piston 2594 x 10 Time of clamping 12 sec Speed of the clay at nozzle 0 1 m sec Force applied to clamp the 146 2 x 10 nozzle Max swiveling angle 155 The filling of mud gun is being carried out manually Proper indications measurements are not available to measure the quantity of clay pushed At present four 4 nos of driling machines of Electro mechanical type are available The forward and the backward movement stroke of the drill with impact amp drilling rotation and the inclination movements are performed electrically The main features of the drilling machines are given below Radius of rotation 4 37 m Maximum angle of rotation 120 deg Travel of drill head 3 1m Angle of inclination 6 9 12 and 16 deg Torque on drill 5 8
154. tender contract documentation of the Principal including that provided by the Bidder Contractor The Bidder Contractor will also grant the IEM upon his request and demonstration of a valid interest unrestricted and unconditional access to his tender contract documentation The same is applicable to unrestricted and unconditional access to tenders contract documentation of Subcontractors also The IEM is under contractual obligation to treat the information and documents of the Bidder s Contractor s Subcontractor s with confidentiality IEM will have the right to attend any meeting between RINL and Counterparties in respect of the cases falling under the purview of IP 113 9 10 As soon as the IEM notices or believes to notice a violation of this Pact he will inform the Principal and request the Principal to discontinue or take corrective action or to take other relevant action The IEM can in this regard submit non binding recommendations Beyond this the IEM has no right to demand from the parties that they act in a specific manner refrain from action or tolerate action The IEM will submit a written report to the CMD RINL within four 04 to six 06 weeks from the date of reference or intimation to him by the Principal receipt of the complaint and should the occasion arise submit proposals for corrective actions for the violations or the breaches of the provisions of the agreement noticed by the IEM IEM may also submit
155. the TA amp CA tenderers irrespective of either they have participated in the reverse e auction or not shall be opened within a short duration Based on the prices so received through revesre e auction and the sealed price bids received in the physical mode of tender a composite comparative statement shall be made considering the lower of prices i e sealed price bid prices and reverse e auction prices of all the tenderers Placement of orders shall be considered on the L1 price LNCP so arrived RINL will inform the technically and commercially acceptable TA amp CA tenderers of the date and time of reverse e auction for participation in the process by them 6 0 BID MONEY BID BOND 6 1 Each tender shall be considered only if Bid money in US Dollars Euros or in Indian Rupees by means of either a Demand Draft Cheque both subject to realization Electronic Mode drawn on any Scheduled Bank and payable to Rashtriya Ispat Nigam Ltd at Visakhapatnam or a Bid Bond in the form of Bank Guarantee as per the prescribed proforma at Annexure V of the Tender Documents established in favour of Rashtriya Ispat Nigam Limited Visakhapatnam Steel Plant Visakhapatnam for an amount INR 37 50 000 Indian Rupees Thirty Seven Lakhs and Fifty Thousand only or US 83 350 US Dollars Eighty Three Thousand Three Hundres and Fifty only or EURO 58 600 EURO Fifty Eight Thousand and Six Hundreds only is submitted along with Part Pre qualification
156. tion shall be governed by and construed according to the laws of India for the time being in force IMPORT To interpret all the commercial terms and abbreviations used herein which have not been otherwise defined the rules of INCOTERMS 2000 shall be applied LIABILITY OF GOVT OF INDIA It is expressly understood and agreed by and between the SELLER and the PURCHASER that the PURCHASER is entering into this Acceptance to Tender solely on its own behalf and not on behalf of any other person or entity particular it is expressly understood and agreed that the Govt of India is not a party to this Acceptance to Tender and has no liabilities obligations or rights hereunder It is expressly understood and agreed that the PURCHASER is an independent legal entity with power and authority to enter into contracts solely in its own behalf under the applicable laws of India and general principles of Contract Law The SELLER expressly agrees acknowledges and understands that the PURCHASER is not an agent representative or delegate of the Govt of India It is further understood and agreed that the Govt of India is not and shall not be liable for any acts omissions commissions breaches or other wrongs arising out of this Acceptance to Tender Accordingly the SELLER hereby expressly waives releases and foregoes any and all actions or claims including cross claims impleader claims or counter claims against the Govt of India arising out of this
157. to be handed over to the Purchaser without any extra charges Insurance Spares The following insurance spares shall be supplied by the tenderer Clay barrel with cylinder One 1 Roller carriage complete with 1 no hydraulic hammer unit Spare Parts for two 2 years Normal Working The tenderer shall submit a complete itemized list of spares showing the unit cost of each item within two weeks from the date of order placement The prices indicated in the spare parts list shall be valid upto one 1 year from the date of submission and the same shall be ordered at the discretion of the Purchaser The tenderer shall also undertake that supplies of necessary spare parts will be made available at any time later during the life of the equipment at reasonable cost Spare parts not manufactured directly by the Tenderer shall be properly identified and description catalogue etc given in sufficient details to enable the Purchaser to procure these directly from the manufacturer if so desires DRAWINGS FOR WEARING PARTS The successful tenderer should submit the detailed manufacturing drawings and specifications for fast wearing parts and operational consumables items DRAWINGS AND DOCUMENTS All data drawing documents calculations manuals instructions etc shall be in English language and in metric units Tenderer shall submit a list of categories of drawings and documents to be supplied by them under basi
158. ty Meter Infrared Pyrometer Molten Metal Temperature Oxygen Measurement system 76 Make KHRONE IEPL EMERSON BROOKS EUREKA AL FLOW TRANSDUCERS amp CONTROLS FROBES MARSHALL INSTRUMENTATION ENGINEERS KROHNE MARSHALL INSTRUMENTS PLACKA ROTA ENGG SPL MECH ENGR MICRO PRECISION ENDRESS HAUSER KHRONE ABB INVENSYS FOXBORO EMERSON YOKOGAWA TOSH HYD BOPP amp REUTHER ROCKWIN ABB SWITZER ENDRESS HAUSER YOKOGAW A KRHONE EMERSON ABB EMERSON ABB ENDRESS HAUSER YOGOKAWA IL FISHER XOMOX SAMSON DRESSER MASONEILAN FOURESS FORBES MARSHALL ARCA R K CONTROLS MIL ABB INTROL AUMA IL LIMITORQUE ROTORK ABB YOKOGAWA EMERSON MOORE ABB HONEYWELL AVCON ROTEX ASCO VICKERS SCHRADER PLACA SHAVO NORGREN P amp F ROCKWELL HUBNER ABB SCHENCK SARTORIOUS MECHATRONICS TRANSWEIGH METTLER TOLEDO KLISTER MORSE EMERSON ABB ANALYTICAL SIEMENS YOKOGAWA HONEYWELL TELEDYNE FORBES MARSHALL ABB ANALYTICAL YOGOKAW A E H EMERSON EMERSON ABB ANALYTICAL YOKOGAWA FORBES MARSHALL INVENSYS FOXBORO TOSHBRO CONTROLS NAGMAN IRCON EUROTHERM LAND LAXSON CHINO HONEYWELL FLUKE TOSHNIWAL RAYTEK ARDEE ELECTRONITE FERROTRON Gmbh SEIDERMES ITALY SI No system 10 11 12 Component Moisture Analyser Vibration Sensor amp Monitor Pollution Control amp Stack monitorinr Flame detector Calorific value analyser Hot metal detector INSTRUMENT C
159. utory regulations of concerned authorities Tenderer shall indicate the total power requirement for the equipment under his scope of work DEVIATION AND EXCLUSION Generally the tenderer shall submit his offer in line with the tender specification However in case of any necessary deviation exclusion the same shall be indicated in a separate list with adequate reasons Any deviation exclusion not specifically mentioned in this list will not be considered WORK BY OTHERS The following work will be executed by the Purchaser and are excluded from tenderer s scope of work Reference grid pillars and bench marks Erection of equipment at site Pipe work for utility services Construction of civil foundation Entire cable supply except PLC communication cable SPARES Commissioning Spares Provision shall be made for all spares required for commissioning of the equipment and for its efficient operation until PAC during demonstration of satisfactory performance test and in accordance with the guarantees These items shall be based on the tenderers experience in commissioning similar plants in the past The cost of commissioning spares are to be included in the offer along with the list and must be at site along with the main equipment The successful tenderer shall be responsible for 18 9 2 9 3 10 0 having the required items at site in sufficient quantities which will be finalised with them All the left over commissioning spares
160. which confirmation regarding issuance of BG may also be obtained as given below Issuance of this bank guarantee may also be got confirmed from our controlling branch office Higher Authority Name amp Address Yes No 12 BG contains the clause for Enforceability of the same at Visakhapatnam and the address for the same is also specified in the BG Yes No 13 Enclosed is the Original confirmation letter from the BG enforcing and paying Bank Branch at Visakhapatnam in the case BG is issued from a Bank outside Visakhapatnam Yes No Note The BGs can be accepted only when reply to all the above are Yes Signature of the Tenderer 97 ANNEXURE VI TO TENDER NO PUR 1 90 0830 0077 dt 14 05 2011 LETTER OF AUTHORITY FROM ESTABLISHED MANUFACTURER OF HYDRAULIC MUDGUN amp DRILLING MACHINE See 2 2 of Annexure II of the Tender Documents Ref Date AUTHORISATION CERTIFICATE To M s Rashtriya Ispat Nigam Ltd Visakhapatnam Steel Plant Purchase Department Main Administrative Building Visakhaptnam 530 031 Attn Name of the Dealing Officer Dear Sir Sub Authority Letter Against LET INO us ene vote ces Shea bt dated MIS au Van GEAR ong Sake who are established and reputed manufacturers Of use cens aree having factory aus hereby authorize M s name and address of agent dealer stockist distributor to Bid negotiate and conc
161. which may however have an impact on the evaluation of his offer or rejection by Rashtriya Ispat Nigam Limited Each tenderer shall submit a letter as per Proforma at Annexure X of tender document duly signed by the tenderer along with his offer confirming his acceptance to all the terms and conditions of the Tender document except for the deletions deviations specifically proposed by them in their offer as stated in the statement of deviations if any enclosed to the letter as per proforma at Annexure X OTHER GENERAL POINTS RELATING TO THE PREPARATION SUBMISSION DESPATCH OF THE OFFER The detailed offer together with its enclosures in THREE Sets should be submitted in three parts Part I Pre qualification Criteria Part Il Techno Commercial Bid and Part III Price Bid in three separate sealed envelopes 88 12 1 12 2 12 3 Part I should contain all details as envisaged at PART A of ANNEXURE I along with Bid Bond Bid Money if not submitted prior to opening of Tender Part Il should contain all details as envisaged on technical specifications refer Part C Volume 1 amp 11 amp Part D of Annexurel 1 other information data documents confirmations deviations if any A price format as in the Part III after blanking the prices indicating the country of origin and port of loading with specific confirmation that except the data asked for in the price bid no other information conditions is given in
162. without disturbing the other cables For termination of cables crimping type lugs of proper size shall be provided Where armoured cables are to be terminated suitable armour clamps shall also be provided The cable termination compartment shall be provided with suitable removable gland plates at the bottom with holes drilled for cable entry as per cable requirements Other constructional features All operating handles control switches push buttons indicating lamps instruments meters etc shall be mounted on the front of the cubicles 30 20 4 1 15 2 20 4 1 15 3 20 4 1 15 4 20 4 1 15 5 20 4 1 15 6 20 4 1 16 20 4 2 20 4 2 1 20 4 2 2 20 4 2 3 20 4 2 4 20 4 2 5 20 4 2 6 20 4 2 7 20 4 2 8 All control wiring within the cubicles shall be with single core PVC insulated copper cables having minimum size of 1 5 sq mm The wiring shall be effectively protected from possible damage by a electrical flashover There shall be no joints or tappings between two terminations Not more than two terminations shall be made at any one terminal All terminals as well as terminations at various devices shall be provided with interlocked type plastic ferrules having engraved numbers As far as possible each essential control circuits shall be contained in the respective cubicles The control circuit terminal blocks provided for external cable connections shall be provided with screwed type terminals and shall be complete w
163. y Drawings prepared by Contractor shall be suitable for transmitting electronically and digitisation for storage All erection drawings shall contain relevant safety instructions DO S and DONT S for erection testing and commissioning Integrated equipment layout drawings plan elevation sections etc shall contain all dimensions and BOM with weights and quantities TOOLS AND TACKLES The tenderer shall include in his tender the supply of four 4 sets of special tools including special instruments required for calibration programming etc required for the operation and maintenance of the equipment TESTS AND INSPECTION All necessary tests shall be carried out by the successful tenderer to demonstrate whether the materials and equipment offered conform to the relevant standards and specifications The tenderer shall include and provide for in his offer all facilities which shall enable inspection by the Purchaser or his authorised representatives Tenderer shall furnish in his offer a complete list of routine tests he proposes to conduct at the factory This shall include but not be limited to assembly inspection operation test dielectric test insulation resistance test etc Manufacturer s test certificates shall also be furnished for bought out items The equipment shall be shop assembled for checking the accuracy of parts and alignment except where assembling is to be done at site If disassembly is required for ship

Download Pdf Manuals

image

Related Search

Related Contents

BEMIS 1526CH 000 Installation Guide  取扱説明書 - KDDI  Logosol PH360  RT / AD - Suhner Automation Expert  PDF 870 ko  ZyXEL Communications 5 Series Network Router User Manual  Manual - Omega Bio-Tek  Electrolux Dito 603302 User's Manual  Grandstream Networks HT386 User's Manual  XDJ-1000 - Pioneer DJ  

Copyright © All rights reserved.
Failed to retrieve file