Sie sind auf Seite 1von 50

1

Phone:
+91-427 2333877
Mobile No: +919443248877
+919498091427

Email:steelcluster@gmail.com,
Web site: www.steelcluster.in

STEEL CLUSTER SERVICES SALEM (Pvt) LTD.,


(A SPV UNDER MICRO & SMALL ENTERPRISES CLUSTER DEVELOPMENT
PROGRAMME OF GOVT. OF INDIA & GOVT. OF TAMIL NADU)
71/2,RAMASAMY NAGAR,KURANGU CHAVADI, NARASOTHIPATTI ,SALEM-636004

TAMIL NADU, INDIA


Date: 01.07.2015

No:SCSS/01-VI/2015

TENDER NOTICE NO:SCSSL 01


Sealed tenders are invited from reputed Manufacturers, Traders, Distributors or Authorized Dealers for supply
,installation, testing and commissioning of the following plant &machinery and equipment for Common Facility
Centre to be set up at Tadagapatti Village, Salem District, Tamil Nadu,Pin-636201 under the Micro & Small
Enterprises Cluster Development Programme (MSE-CDP) of Development Commissioner (MSME) Govt. India with
financial assistance from Govt. of India and Govt of Tamil Nadu.
Item
No
1.

(GoI)
S.No.
1

2.

3.

4.

5.

6.

10

7.

11

Description
STAINLESS STEEL TUBE MILL OF Size15.87mm to 63.5 mm/sq OD (max)
STAINLESS STEEL TUBE MILL OF Size9.5mm to 38.1mm/sq OD (max)
STAINLESS
STEEL
COIL
SLITTING
MACHINE-15MT, Coil width 500mm to
1550mm,Thickness0.4mm to 3.5mm
CNC PRESS BRAKE MACHINE WORKING
LENGTH-3200mm,
Thickness-MS6mm,SS-4m m
HYDRAULIC
TRIPLE
ACTION
STRETCHING PRESS-120 tonnes/Strok
360mm; Cap0.5 to 4.0mm
HYDRAULIC
TRIPLE
ACTION
STRETCHING PRESS-200 tonnes/Strok
420mm; Cap0.5 to 4.0mm
FOUR COLOUMN DEEP DRAWING PRESS500 tonnes/Stroks 900mm; Table Size
2200 X 1600 mm

Quan
tity
1 Set

Item
No
08.

(GoI)
S.No.
5

1 Set

09.

1 Set

10.

1 Set

Description

Quan
tity
1 Set

29

SHEARING MACHINE CUTTING Size


8X3200, 250MT
HYDRAULIC TRIPLE ACTION
STRETCHING PRESS -63 TONNNS /
STROCK 310mm,CaP-0,5 to 2.5m
125 KVA DG SET

2 Nos

11.

30

DIESEL FORK LIFT-3 TON

1 No

1 Set

12.

31

EOT CRANE 30 TON

1 No

1 Set

13.

32

EOT CRANE 5 TON

1 No

1 Set

14.

33

500 KVA / 22KV TRANSFORMER

1 No

1 Set

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

M/s Steel Cluster Services Salem (P) Ltd

Phone:
+91-427 2333877
Mobile No:+919443248877
+919498091427

Email:steelcluster@gmail.com,
Web site:www.steelcluster.in

STEEL CLUSTER SERVICES SALEM (Pvt) LTD.,


(A SPV UNDER MICRO & SMALL ENTERPRISES CLUSTER DEVELOPMENT
PROGRAMME OF GOVT. OF INDIA & GOVT. OF TAMIL NADU)
71/2,RAMASAMY NAGAR, KURANGU CHAVADI, NARASOTHIPATTI ,SALEM-636004

TAMIL NADU, INDIA


No: SCSS / 01-VI / 2015

1.0.

Date: 01.07.2015
INVITATION TO TENDER

Sealed tenders are invited by M/s. STEEL CLUSTER SERVICES SALEM (P) LTD., a Special
Purpose Vehicle (SPV) of engineering cluster, Salem from reputed Manufacturers,
Traders, Distributors or Authorised Dealers for supply, installation, testing and
commissioning of the following plant, machinery and equipment for the Common
Facility Centre (CFC) to be set up at Tadagapatty Village , Salem District, Tamilnadu
State under the Micro & Small Enterprises Cluster Development Programme (MSECDP) of Development Commissioner, MSME, Government of India with financial
assistance from Government of India and Government of Tamilnadu.

Item
No

(GoI)
S.No.

Description

Quant
ity

(GoI)
S.No.

Description

Qua
ntity

1 Set

Ite
m
No
08.

1.

2.

STAINLESS STEEL TUBE MILL OF


Size-15.87mm to 63.5 mm/sq OD
(max)
STAINLESS STEEL TUBE MILL OF
Size-9.5mm to 38.1mm/sq OD
(max)

1 Set

1 Set

09.

STAINLESS STEEL COIL SLITTING


MACHINE-15MT, Coil width
500mm to
1550mm,Thickness0.4mm to
3.5mm
CNC PRESS BRAKE MACHINE
WORKING LENGTH-3200mm,
Thickness-MS-6mm,SS-4m m
HYDRAULIC TRIPLE ACTION
STRETCHING PRESS-120
tonnes/Strok 360mm; Cap0.5 to
4.0mm

1 Set

10.

29

SHEARING MACHINE
CUTTING Size 8X3200,
250MT
HYDRAULIC TRIPLE ACTION
STRETCHING PRESS -63
TONNNS / STROCK
310mm,CaP-0,5 to 2.5m
125 KVA DG SET

3.

4.

1 Set

11.

30

DIESEL FORK LIFT-3 TON

1 No

5.

1 Set

12.

31

EOT CRANE 30 TON

1 No

6.

10

HYDRAULIC TRIPLE ACTION


STRETCHING PRESS-200
tonnes/Strok 420mm; Cap0.5 to
4.0mm

1 Set

13.

32

EOT CRANE 5 TON

1 No

7.

11

FOUR COLOUMN DEEP DRAWING


PRESS-500 tonnes/Stroks
900mm; Table Size 2200 X 1600
mm

1 Set

14.

33

500 KVA / 22KV


TRANSFORMER

1 No

2.0 The detailed technical specifications of the above plant, machinery and
enclosed at Attachments- to XIV

1 Set

2
Nos

equipment are

3.0

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

4.0

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

5.0

The tenders must be submitted on or before 31.07.2015 at 12.00 hrs in two parts (part and part- ) in the format as prescribed in tender documents duly signed by the
tenderer at all pages affixed with office seal.

6.0

Part l tender shall contain the following

a)

Complete technical specifications and details of tenderers machineries in conformance


with specifications as enclosed at Attachments I to XIV

b)

Documentary evidence for constitution of the firm such as Memorandum and Articles of
Association, partnership deed , etc, with details of name , address , telephone number ,
fax number , e-mail address of the firm and the details of proprietor, partners, directors,
etc.,

c)

Authorization letter like power of attorney, resolution of board, proof of signatory of


the firm for signing tender documents as well as attending tender opening, tender
discussions and price negotiation.

d)

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

e)

Commercial details such as terms of delivery, payment terms, insurance,


transportation, etc.,

f)

Confirmation to the effect that the prices quoted are on firm rate basis with validity for
120 days.
Performance statement of the company giving list of major supplies effected to firms in
India during the past three years with supporting documents containing the details of
purchasers name and address , order no , date , and quantity supplied and whether
supply was made within the stipulated delivery schedule.

g)

h)

Audited balance sheet, profit and loss statement duly certified by Charted Accountant
indicating the annual turnover for the previous three financial/ accounting years.

i)

In case of tenderer being manufacturer, proof for manufacturing of the machineries


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

j)

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


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

k)

Under no circumstances part tender shall contain any price details

l)

Earnest Money Deposit (EMD) in the form of demand draft drawn in favour of SPV i.e.,
Steel Cluster Services Salem (P) Ltd., payable at Salem.

7.0

Part ll price bid shall contain only price offer.

8.0

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

9.0

Part . Technical bid tenders will be opened at 16.00 hrs on the same day i.e.,31.07.2015
at the office of the Managing Director, Steel Cluster Services Salem (P) Ltd., at Salem by
the Purchase Committee in the presence of tenderers who may choose to be present at
the time of opening of the tenders based on the authorization letter issued by their
firms.

10.0 The price bid (part II) of the accepted Technical bid (Part I) will be opened thereafter in
the presence of the tenderers at TANSIDCO Corporate office at Thiru.Vi.Ka Industrial
Estate, Guindy, Chennai- 600032. The date of opening of Price bid (Part II) shall be
informed to the Acceptable and eligible Tenderers.

11.0 It is essential that representative of the Tenderer should be competent to take on the
spot decision shall be available for tender opening, discussions and price negotiation
with the Authorisation letter from the Supplier.
12.0

Eligibility criteria

12.1 Incase of the tenderer being a manufacturer, he should fulfill the following criteria.
a) The tenderer should have minimum three years of experience in manufacturing of the
above listed machineries and equipments for which they are quoting.
b) The average annual turnover of the Company should not be less than Rs.10croresfor
the items 1, 2, 8 & 9, Rs.50 crores for item with Sr.No: 3 to 7, Rs.2 crores for item
no:10 to 14 during the three previous consecutive years. The documentary proof of the
above should be enclosed along with Part l techno-commercial bids.
12.2 In case of tenderer being a trader, an agent or a distributor he should fulfill the
following criteria.
a)

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

b)

The tenderer should quote with tender, specific and valid authorization/ dealership
certificate issued by manufacturer / principal and submit copies of the same as a
documentary proof.

c)

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

12.3 Tenderers shall quote and fulfill the eligibility criteria as indicated above for all the
items covered in this tender otherwise, the tender is liable for rejection.
13.0

Pre-bid Conference
Prior to the opening of technical bids, there will be a pre-bid conference at 11:00AM on
15.07.2015 at TANSIDCO Corporate office at Thiru.Vi.Ka. Industrial Estate Guindy
Chennai-600032 during which the prospective bidders can get clarifications on the
above tenders. For this purpose, the tenderers shall send their queries in writing, if any
so as to reach the SPV at least two days prior to the date of per-bid conference. Non
attending of pre bid conference is not a disqualification.

14.0

Scope of Work

14.1 The detailed technical specifications for the above plant, machinery and equipment are
enclosed at Attachments - to XIV and on the basis of which the tenders shall be
submitted by the tenderers.
14.2 The tenderer shall include in his tender complete mechanical machineries and
equipments, measuring and control equipments, fabricated supporting structural steel
work ,all necessary piping , valves and fittings , electrical panels and instruments , all
cables and foundation bolts , etc.,
14.3 In addition, tenderer shall include any additional equipment and materials, which are
not specifically mentioned in the tender documents but are required to make the
offered plant complete in every respect for satisfactory and efficient working of the
above machineries and equipments.
14.4 The tenderer shall carefully check the specifications and shall satisfy himself of the
suitability of the equipment and layouts as given in the enclosed specifications and shall
take full responsibility of the efficient operation and guarantee of specific outputs of the
plant and equipment offered.
14.5 The tenderer shall clearly and separately state the items not included if any, in his offer
though specified in the tender documents.
14.6 The tenderer shall supply with the tender layout drawings showing overall dimensions
of equipments, line circuit diagrams and other drawings and documents as required in
the specification.
14.7 The tenderer shall inspect the site and shall satisfy himself of the site conditions and
shall collect any other information which he may require before submitting the tender.
Claims and objections due to the ignorance of site conditions will not be entertained
after submission of tender.
14.8 The tenderer shall provide all facilities to the operational personnel of the Employer to
get fully conversant with the working of the machineries and equipments during
erection, commissioning and guarantee performance test.
14.9 The tenderer shall be responsible for providing the necessary/adequate erection tools,
tackles, instruments and appliances required for the erection of the machineries and
equipments. All charges in connection with these erection tools and tackles such as
transportation from tenderers works to erection site and back on completion of
erection, operation and maintenance etc., shall be borne by the tenderer.
14.10 The tenderer shall be responsible for proper timely unloading of incoming trucks
containing machineries, equipments and other materials for erection.

14.11 On arrival at erection site, the tenderer shall be responsible for the safe custody of all
machineries and equipments and all materials for erection till completion of work of
erection and commissioning. Any damage, breakage and loss during this period shall be
to the account of the Tenderer and he shall make the necessary arrangement for proper
replacement/repair in time.
14.12 The tenderer shall arrange all civil engineering work including drawing and local data.
The tenderer shall provide outline foundation drawings, load data and bolt locations
prepared by qualified civil Engineers within two months from the date of issue of letter
of Intent/acceptance.
15.0.

Prices

15.1 The rate shall be quoted in Indian rupees both in figures and words without any
correction / over writing. In case of any discrepancies in quoting the rates in words and
figures, the rates quoted in words shall be final.
15.2 The rates quoted shall be firm inclusive of cost, insurance, freight upto erection site at
Salem installation, commissioning, testing and training to the staff to operate
machineries and equipment, etc.,
15.3 The rates quoted for the entire package of plants & machinery and equipments
mentioned above shall be taken for the purpose of evaluation of tenders received and
calculation of landed cost for comparison of prices and placement of order.
16.0

Earnest Money Deposit (EMD)

16.1 The tender must be accompanied by EMD @ 2% of the offer Value of each item in the
form of demand draft/Bankers cheque or by irrevocable bank Guarantee drawn in
favour of the SPV ie., M/s Steel Cluster Services Salem (P) Ltd., payable at Salem. The
EMD submitted in any other form shall not be accepted.
16.2 The EMD shall be retained by the SPV till the finalization of tender and it does not earn
any interest.
16.3 The EMD shall be submitted along with Part l Technical bid and any tender submitted
without EMD will be summarily rejected.
16.4 The EMD will be forfeited in case the tenderer withdraws his tender before acceptance.
16.5 The EMD of the unsuccessful tenderer will be refunded within reasonable time after
finalization of tender.
16.6 The EMD of the successful tenderer will be adjusted towards security deposit to be
furnished by the successful tenderer.

16.7 On acceptance of tender, the successful tenderer will be issued letter of


Intent/Acceptance based on which the successful tenderer shall enter in to an
agreement in the prescribed format in a non-judicial stamp paper having value not less
than Rs100/- (Rupees one hundred only) purchased in their favour at their cost with in
fifteen days of conveying the acceptance of their tender failing which the letter of
acceptance will be cancelled and the EMD will be forfeited.
16.8 NSIC registered units / Enterprises having EM Part Acknowledgement issued by the
Department of Industries & Commerce of the State Concerned are exempted from
payment of EMD.
17.0

Validity

17.1 The tender shall be valid for acceptance for a period of 120 days from the date of
opening of the tenders.
17.2 The machineries and equipments covered under this tender shall be supplied, erected/
installed and commissioned within 180 days from the date of order,
failing which the security deposit amount will be forfeited and loss if any incurred by
the company will be made good by the tenderer.
18.0

Security Deposit

18.1 The successful tenderer shall be required to furnish security deposit equivalent to 2%
of the value of the items quoted within 15 days of execution of agreement in the form of
either demand draft or unconditional irrevocable bank guarantee valid for 12 month
from the date of agreement renewable if the completion of the project is extended
beyond the initial agreement period.
18.2. The security deposit shall be for the due and faithful performance of the contract and
shall remain binding not withstanding such variations , alterations or extensions of time
as may be made, given, concluded or agreed to between the contractor and the
employer.
18.3 The security deposit will be held by the SPV till it is returned to the successful tenderer
and it will not earn any interest.
18.4 The security deposit shall be refunded after supplies are completed in full and received
in good condition without loss or damage and installed & commissioned in satisfactory
working of machinery / equipments as certified by the technical expert against final
performance acceptance certificate and on the expiry of guarantee/warranty period.
18.5 If the successful tenderer fails to act as per order/ fulfill tender obligations/ conditions
or backs out after the acceptance of tender, the security deposit will be forfeited.

19.0

Guarantee Period

19.1 The supplier shall undertake to replace or repair of any defective part or item of
machineries / equipments including accessories due to defective materials or faulty
design or bad workmanship free of cost for period of one year from the date of final
acceptance of machineries / equipments supplied by them.
19.2 The supplier shall ensure that repair or replacement of defective items or parts of
machineries and equipments supplied by them should be effected free of cost at the
factory premises immediately without loss of time so that the operational down time is
kept minimum.
20.0

Inspection

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


experts/agencies to be nominated by the SPV (Steel Cluster Services Salem (P) Ltd.,)
shall be allowed to inspect the factory premises to verify the suitability of machineries
and equipments according to the specifications.
20.2

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

21.0

Payment

21.1 20% advance payment shall be made to the Successful Tenderer on confirmation of the
purchase order against Bank Guarantee.
21.2 70% Cost of the Machinery / Equipment shall be paid only after the receipt of Goods at
the CFC site at Salem and after inspection by the Sub- Committee.
21.3 The balance 10% of the cost of machineries and equipments shall be paid after
satisfactory installation, commissioning and performance acceptance at the factory site
of the SPV against final performance certificate issued by technical experts and after
submitting the performance bank guarantee for 10% of the cost of total machineries
/equipments supplied by the supplier with validity of one year from the date of final
acceptance of the machineries / equipments.
21.4 The payment shall include the erection and commissioning charges of machineries and
equipments at the factory premises of SPV and no extra payment shall be made for
erection and commissioning

10

22.0

Penalty clause

22.1 If the successful tenderer fails to supply, install and commission the machineries and
equipments within the stipulated delivery period indicated in the Tender, the
penality@1% per week or part thereof will be levied subject to a maximum of 5% of the
total cost of contract value unless the delay is due to the force majeure conditions
stipulated in the Invitation to Tender.
23.0 Force Majeure
23.1 Failure or delay on the part of tenderer for supply due to force majeure
causes enumerated here under shall be considered, provided the supplier
produces
documentary evidence.
a. Any cause which is beyond the reasonable control of the tenderer.
b. National calamities, such as floods drought, earthquakes and epidemics.
c. Act of any Govt. Authority, embargoes, licensing control on production or distribution
restrictions.
d. Accident and disruptions such as fire explosion, increase in power cut with respect to
date of tender opening, etc.,
e. Strikes, slow down and lockouts.
23.2 The use of force majeure condition will be taken into consideration only if the suppler
notifies within 30 days from the occurrence of such eventualities. The purchaser shall
verify the facts and grant such extension as the facts justify However, the price quoted
by the bidder and accepted by the purchaser shall remain firm during such extended
period. For the mater of clarity, Force Majeure shall not have any bearing on the prices.
24.0 No claim to compensation for submission of tender
24.1 The tenderer whose tender is not accepted shall not be entitled to claim any cost,
charges and expenses of the incidental to or incurred by him through or in connection
with his submission of tender even though the Employer may choose to withdraw his
invitation to tender.

Managing Director
Steel Cluster Services Salem (P) Ltd

11

Check List
Slno

Discrimination

Conditions/compliance

Tender Document(cash or DD in favour of SPV)

Rs.1000 / Must

Signature in all pages with office seal

Must

Memorandum/AoA/Partnership Deed / EMI Part II or


NSIC Registration Certificates

Yes

EMD(DD/Bankers Cheque)
3A
4

Exemption for NSIC registered (applicable to


all MSE units) and EMpart-2 of MSME
Registration with State Govt.

As per detailed in Para 16.1


of the Tender document

Firm Registration Certificate from R.O.C.

Must

Power of Attorney
In Rs.100 bond paper in case of
representatives participating
at the time of opening the bids
Annex. V -Acceptance of Tender Conditions and
declaration for Not black listed- duly filled Must
and signed
Technical Specifications for
The machinery tendered and service
offered
Detailed speciation, catalogue, brochure,
drawing, etc(No deviation accepted)

Must

Must

Vat/CST Registration Certificate, PAN Card

Must

In case of Dealers Authorisation letter for


participation from manufacturer

Must

Proof of manufacturers authorisation

Must

10

11
10

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

Must

Eligibility (Envelope-A)
Manufacturer

a.

Experience

3Yrs

b.

Performance Statement showing major supplies


effected during the past3 years

Yes

c.

Turnover with audited Balance Sheet (3years) duly


attested by an Auditor.

As perdetailed In Para 12.1


b of the Tender
document

d.

Manufacturer's License(Duly Attested) in English in


case it is in some other language it has to be
Translated into English

Yes

12

NonManufacturer
a.

Experience

3Yrs

b.

Authorisation / Distribution rights from


manufacturer as detailed in Annexure-III

Yes

c.

Performance Statement showing major supplies


effected during the past 3 years

Yes

d.

Turnover with audited Balance Sheet (3years)

e.

f.

11

Principals Proforma invoice along with their


quotation & also current and valid Authorization /
Dealership Certificate of the Foreign
Manufacturer/Principal.
Submission of Certificate of Registration of firm
Authorization Letter from the manufacturer / Bidder
to quote and submit tender.
Technical details of the goods and services
offered
Validity period of Quotation
Delivery Period
Payment Terms
Guaranty /W arranty
Discount
Terms of Delivery
Post Warranty AMC
Performance Bank Guarantee
Liquidated Damages etc
Training to the staff/workers of the Purchaser
Prices to be quoted in Indian Rupees only.
Basic Price of supply
Value Added Tax / Central Sales Tax/Local
Sales Tax, Octroi, freight and forwarding
charges,
handling
charges,
transport
charges, loading/unloading charges, and any
other tax/charge as applicable to be
mentioned separately
PercentageofAgencyCommissionincase
ofimports.

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

Yes

Must

Must

Must

Compliance
Tobequotedin
the commercial
bidalone
(inAnnexureB)
Not to be
submitted in the
technical bid

13
Confirm that all Bank charges outside India to
be borne by the Supplier, in case of Imports.
Confirm Letter of Credit amendment
charges to be borne by the Supplier in case of
amendment is emanating from the
Beneficiary after opening of LC.
Gateway Airport/Port in case of shipment from
abroad
Beneficiary Bank and SWIFT number in
caseofimports

Price quoted to be valid for

Bidders not submitted their bids as per the


above formats,
Payment to be made by establishing
irrevocable Letter of credit after getting the
Bank Guarantee for advance payment by the
successful Tenderer as per Annexure- IV
Customs duty to be directly paid bythis
department
No interest to be paid on the Performance Bank
Guarantee.

Compliance

120days

Liable to be rejected
Compliance

14

Annexure I
BID SECURITY FORM
(Bank Guarantee to be submitted on approval of the Tender)
Whereas1 (hereinafter called "the Bidder") has submitted its
bid dated ..................................... (Date of submission of bid) for the supply of
..(Name and/or description of the goods) (Hereinafter called "the
Bid").
KNOW ALL PEOPLE by these presents that WE. (Name of bank) of
...(Name
of
country),
having
our
registered
office
at(Address of bank) (Hereinafter called "the Bank"), are bound
unto
(Name of Purchaser) (Hereinafter called 'the Purchaser") in the sum
of.for which payment well and truly to be made to the said Purchaser, the
Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal
of the said Bank this ___day of _______ 20____
THE CONDITIONS of this obligation are:
1)
If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder
on the Bid Form; or
2)
If the Bidder, having been notified of the acceptance of its bid by the Purchaser during
the period of bid validity:
(a)
Fails or refuses to execute the Contract Form if required; or
(b)
Fails or refuses to furnish the performance security, in accordance with the
Instruction to Bidders.
We undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its demand
the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one
or both of the two conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including One Hundred and Twenty days (120)
days after the period of the bid validity, and any demand in respect thereof should reach the
Bank not later than the above date.

(Signature of the Bank)


----------------------------------------------------Name of Bidder

15

Annexure II
PERFORMANCE SECURITY FORM
To:
(Name of Purchaser)
WHEREAS (Name of Supplier) Hereinafter called "the Supplier" has
undertaken, in pursuance of Contract no .. dated:..20.to
supply.... (Description of Goods and Services) hereinafter
called "the Contract".
AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall
furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as
security for compliance with the Supplier's performance obligations in accordance with the
Contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, up to a total of (Amount of the Guarantee in Words and
Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to
be in default under the Contract and without cavil or argument, any sum or sums within the
limit of (Amount of Guarantee) as aforesaid, without your needing to
prove or to show grounds or reasons for your demand or the sum specified therein.

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

Signature and Seal of Guarantors

Date
Address:

16

Annexure III
.

.MANUFACTURERS' AUTHORIZATION FORM

No.

dated

To
Dear Sir:
We..who are established and reputable manufacturers of having
factories at (address of factory) do hereby authorize M/s.(Name and address of Agent) to submit
a bid, negotiate and receive the order from you.
No company or firm or individual other than M/s.. is authorized to
bid, and conclude the contract in regard to this business.
We hereby extend our full guarantee and warranty as per Clause 14 of the General Conditions of
Contract and Clause of the Special Conditions of Contract for the goods and services offered by
the above firm.

Yours faithfully,

(Name)
(Name of manufacturers)

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

17

Annexure IV
BANK GUARANTEE FOR ADVANCE PAYMENT
(By the Successful Tenderer)
To:
(Name of Purchaser)
(Address of Purchaser)
(Name of Contract)
Gentlemen:
In accordance with the provisions of the Special Conditions of Contract which amends Clause 16
of the General Conditions of Contract (name and address of Supplier) (hereinafter called "the
supplier") shall deposit with (name of Purchaser) a bank guarantee to guarantee his proper and
faithful performance under the said Clause of the Contract in an amount of (amount of
guarantee)* (in words).
We, the (bank or financial institution), as instructed by the Supplier, agree unconditionally and
irrevocably to guarantee as primary obligator and not as Surety merely, the payment to (name of
Purchaser) on his first demand without whatsoever right of objection on our part and without his
first claim to the Supplier, in the amount not exceeding (amount of guarantee)* (in words).
We further agree that no change or addition to or other modification of the terms of the Contract
to be performed there under or of any of the Contract documents which may be made between
(name of Purchaser) and the Supplier, shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the contract until

Yours truly,
Signature and seal:
Name of bank/ financial institution:
Address:
Date:

18

Annexure V
PROFORMA FOR
MANUFACTURER

EQUIPMENT

AND

QUALITY

CONTROL

EMPLOYED

BID NO. .. Date : ..


1
2

NAME OF THE BIDDER


Name & full address of the Manufacturer

(a) Telephone & Fax No: Office/Factory/Works


(b) Telex No.: Office/Factory/Works
(c) Telegraphic address:
Location of the manufacturing factory.
Details of Industrial License, wherever
required as per statutory regulations.
Details of important Plant & Machinery
functioning in each dept. (Monographs &
description
pamphlets
be
supplied
if
available).
Details of the process of manufacture in the
factory.
Details & stocks of raw materials held.
Production capacity of item(s) quoted for, with
the existing Plant & Machinery
(i)
Normal
(ii)
Maximum
Details of arrangement for quality control of
products
such
as
laboratory,
testing
equipment etc.
Details of staff:
(i)
Details of technical supervisory staff in
charge of production & quality control.
(ii)
Skilled labour employed.
(iii)
Unskilled labour employed.
(iv)
Maximum No. of workers (skilled &
unskilled) employed on any day during the 18
months proceeding the date of Tender.
Whether Goods are tested to any standard
specification? If so, copies of original test
certificates should be submitted in triplicate.
Are you registered with the Directorate
General of Supplies and Disposals, New Delhi
110 001, India? If so, furnish full particulars Applicable to Indian suppliers.
of registration, period of currency etc. with a
copy of the certificate of registration.

4
5
6

7
8
9

10

11

12

13

Signature and seal of the Manufacturer

BY

THE

19

AnnexureVI
(PRICEBID)
PRESCRIBED FORMAT FOR SUBMITTING TENDERS
(to be submitted in the Official Letter Head of the Supplier)
I/We here by quote and under take to supply the goods as specified in the underwritten
schedule in the manner in which and within the time specified as set forth in the schedule below. The
quotation furnished in the schedule below is subject to the conditions set forth in the Tender notice and
terms and conditions received by me/us
I/We hereby forward a Demand Draft for __________ (Rupees.............)towards Earnest Money
Deposit drawn in favour of M/s. STEEL CLUSTER SERVICES SALEM (Pvt) LTD, Salem, Tamil
Nadu, India and agree to have it forfeited in case o f I/We fail to supply the equipments/materials
ordered by M/s. STEEL CLUSTER SERVICES SALEM (Pvt) LTD, Survey No:148/1A3,
Tadagapatti Village, Salem District, Tamil Nadu,Pin-636201India as per the terms and conditions of
Purchase Order.

SIGNATURE&SEAL OF THE TENDERER Note:


(a)The rate quoted per unit orend price shall be inclusive of Excise duty, freight, Insurance, CST,
VAT, etc. wherever applicable and civil/electrical/cabling works etc.
(b)The rate per unit(end price)will be the criteria for determining the L1 rate.

20

21

22

ENVELOPE-A

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


TECHNICAL BID
NAME OF THE TENDERER

NAME OF THE ITEM(S):

SIGNATURE & SEALOF THE TENDERER

ENVELOPE-B
(PRICE BID)
Tender Notice No.SCSS/01-VI/2015 date :01.07.2015
CAL BID
NAME OF THE TENDERER

NAME OF THE ITEM(S):

SIGNATURE & SEALOF THE TENDERER

23

AnnexureVIII
Technical Specifications

Basic Machine Configuration:


Attachment No.1: STAINLESS STEEL TUBE MILL OF Size-15.87mm to 63.5 mm/sq OD (max)
Attachment No.2: STAINLESS STEEL TUBE MILL OF Size-9.5mm to 38.1mm/sq OD (max)
Attachment No.3: STAINLESS STEEL COIL SLITTING MACHINE-15MT, Coil width 500mm to
1550mm,Thickness0.4mm to 3.5mm
Attachment No.4: CNC PRESS BRAKE MACHINE WORKING LENGTH-3200mm, Thickness-MS-6mm,
SS-4m m
Attachment No.5: HYDRAULIC TRIPLE ACTION STRETCHING PRESS-120 tonnes/Strok 360mm; Cap0.5 to 4.0mm
Attachment No.6: HYDRAULIC TRIPLE ACTION STRETCHING PRESS-200 tonnes/Strok 420mm; Cap0.5 to 4.0mm
Attachment No.7: FOUR COLOUMN DEEP DRAWING PRESS-500 tonnes/Strok 900mm; Table Size 2200 X 1600 mm
Attachment No.8: SHEARING MACHINE CUTTING Size 8X3200, 250MT
Attachment No.9: HYDRAULIC TRIPLE ACTION STRETCHING PRESS -63 TONNNS / STROCK 310mm,CaP- 0,5 to
2.5m
Attachment No.10: 125 KVA DG SET-2 Nos
Attachment No.11: DIESEL FORK LIFT-3 TON
Attachment No.12: EOT CRANE 30 TON
Attachment No.13: EOT CRANE 5 TON
Attachment No.14: 500 KVA 22KV TRANSFORMER

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

24

Annexure-IX
Certification by Foreign Supplier / Trader/ Authorised agent
It is certified that the information furnished by us as detailed below are true to the best of our
knowledge and belief.
Time required for effecting the shipmeny:_______________________________
Port of shipment

: _______________________________

Country of origin

: _______________________________

Port of discharge

:________________________________

Signature:
Date:

Name

Place :

Designation
Address of the Tenderer

Seal of the Tenderer:


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

25

AnnexureX

DECLARATION
I
/
We____________________________________________________ having our
office at________________________________________________________
certify that I/we
give our acceptance for all Tender conditions.
I/we further declare that my/our Company/Firm has never been blacklisted by any
State Government / Central Government / or any State / Central PSU.

Signature

Name

: Designation

: Address of the Tenderer

Seal of Tenderer

Date:
Place:

26

AnnexureXI
Additional documents to be submitted by the Successful Bidders only
Bid Security & Delivery Terms
a)Bid Security Required
b)Delivery / Commissioning of the Machinery

Required
As per the No. of days
mentioned in our Purchase
order.

c)Commissioning completion period

Within 30 days from the date of


arrival of the equipments at the
factory site.

d)Destination

CFC site at Salem, Tamil Nadu,


India.

e)Drawings for Installation Required


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

Required
Must

g)Testing & Installation Required


h)Agreement on Stamp Paper Required
i)Performance Security Required
j)Samples to be submitted along with Quotation
k)Printed Users Manual / Installation Guide
l)Training to faculty and operator
m) Warrantee/Guarantee

Required
Required
Required
Not Required
Required
Required
1year from the date of successful
Commissioning of the Plant &
Machinery

n)Conformation to retain the EMD as security Deposit Must


as mentioned in the Purchase Order with in 15 Days
from the date of receipt of Purchase Order.

27

Attachment No.1
Page 1

TECHNICAL SPECIFICATION OF STAINLES STEEL TUBE MAKING


MACHINE - SIZE: 15.87mm (min) - 63.5 mm/sq (max)
SL NO

Specification

Manufacture, supply, erection, commissioning, testing and handing


over of STAINLESS STEEL TUBE MAKING MACHINE with the following
main specification along with requisite equipments, accessories and
the following specification.
MAIN SPECIFICATION
a.
Size of the Diameter
: 15.87mm (min) - 63.5 mm/sq (max)
b.
Wall Thickness
: 0.8mm 3.6mm
c.
Length
: 4M - 7M
d.
speed
: 0.8 M/ min 4 M/ min

Qty Required
1 UNIT
components as per

EQUIPMENTS, ACCESSORIES AND COMPONENTS


1.
a.
b.
c.
d.
e.
2.
3.
4.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
5.
a.
b.
6.

7.
a.
1.
2.
3.

Double side Uncoiler


Type
Loading Capacity
Coil Width
I.D. Diameter of coil
O.D. Diameter of coil
Flattening Section
Guide Rolls
Forming Section comprising
Vertical Forming Roll Stand
Vertical Stand Material
Horizontal Shaft Diameter
Horizontal Forming Roll Stand
Horizontal Stand Material
Vertical Shaft Diameter
Shaft material
Motor
Gear Reduction
Universal Joint
Welding Section
Welding Type
Welding Machine
Core rod of inside welded bead
Control equipment
Inside weld bead remover
Hydraulic pressure station
Capacity
Pressure
Heat exchanger

1 set
:
:
:
:
:

:
:
:
:
:
:
:
:
:
:

Bilateral Rotary, Dual coil


2.5 Ton each side Total 5 Ton
250 mm Max
350 mm - 550mm
1800 mm Max.

8 stands
HT200
50 mm
7 stands
HT200
30 mm
40Cr
SIMENS AC11KW with invertor
7 sets
7 sets

1 set
1 set
1set
( 8 steps)

1 set
: Invertor based TIG
: Preferably LINCOIN Brand / Equivalent
: Material: Cr21Mov
Size: 15.87, 19.05, 25.4, 31.75, 38.1
45, 50.8, 57.15, 63.5

1 set
9 moulds

1set
: 500L
: Max 210kg 60L/min
: water cooling system 1.5m2

28

Page 2
4.

Valve

5.
6.
b.
1.
2.
c.
1.
d.
1.
e.

Motor
Oil pipe
Travel trolley
Oil cylinder
Broadwise oil cylinder
Cylinder frame
Gas cylinder
Electric box
PLC
Auxiliaries

8.

Bead Remover Section


(Abrasive wheels, Grinding section to Filter iron chip (Automatically) and
Water Recyclable)
Motor
: AC3 kw X 4
Type
: Automatically control by panel (Up & Down)

a.
b.

: Changing over valve


Proportioner valve
Overflow valve
: 15kw 4pole
: length:3m ,Quantity: 4pieces
1set
: O.D:125mm, Travel Length:110mm
: I.D:50mm, Travel length:400mm
1piece
: 300X50mm , Connected valve, Triplet, pull rod:3mm
1piece
: delta, Contactor, Electric relay
: Bearing

12pieces
4 Heads

and using abrasive wheel.


9.
a.
b.
c.

d.
e.
f.

a.
b.
c.
d.
e.
f.
g.

In-line Bright Annealing Equipment


Efficient heating power
: 20 KHz, 100KW
Transformer
: Transformer
Tie cable
Efficient Sensor
: Coolant system Water
I.D: 40mm use for tube of 10-22mm
I.D: 76mm use for tube of 22-40mm
Water jacket
: 4.5mm
Water jacket holder
: Water jacket holder

g.
h.
i.
j.
k.

Intelligent infrared
temperature measuring
Packing box
Electric Control Cabinet
Gas control box
Roll sets & graphite pipe
Quartz tube

10.

Sizing Section compressing

: Intelligent infrared
Temperature Measuring system
: Packing Box
: Electric Control Cabinet
: Gas control box
: Base on the tube size
: Quick-wear part

Vertical Sizing Roll Stand


:
Vertical Stand Material
:
Horizontal Shaft
Diameter
:
Horizontal Forming Roll Stand
:
Horizontal stand Material : HT200
Vertical
Shaft Diameter
:
Shaft Material
:

1 set
1 set
2pieces
1 piece
1 piece
1 piece
1 set
1 set
1 set
1 set
1piece
1 set
2piece
1 set

5 Stands
HT200
50 mm
5 stands
30 mm
40Cr

(5 Steps)

29

Page 3
h.
i.
j.

Motor
Gear Reduction
Universal Joint

: SIMENS AC11KW with invertor


: 5 sets
: 10 sets

11.
a.
b.
12.

Straightening Section
Type
: Turks heads
Straightening wheel
: 360 rotary
Length Limiter / fixed controller

1 set

13.
a.
b.
c.
d.

Cutting Section
Type
Motor
Range of cutting Diameter
Size of Saw blade Diameter

1 set
:
:
:
:

Automatically with vertical cutting


AC 2.2 kw
85 mm Max
300 mm x 1.6 T x 240

14.
a.
b.
c.
d.

Run out table (Pneumatic Type)


Type
Motor
Range of cutting Diameter
Size of Saw blade Diameter

:
:
:
:

vertical cutting
AC 2.2 kw
85 mm Max
300 mm x 1.6 T x 240

15.
16.
17.
18.
19.
20.
21.
22.
a.

Forming / Sizing gear reduction section (13 Units)


Gear Boxes
AC Motor
Tricathode welding machine
Universal joints
Horizontal Shaft Diameter
: 50 mm
Vertical Shaft Diameter
: 30 mm
Roller sets
Roller Size
: 15.87 mm
Material
: Cr12Mov
Roller Size
: 19.05 mm
Material
: Cr12Mov
Roller Size
: 25.4 mm
Material
: Cr12Mov
Roller Size
: 31.75 mm
Material
: Cr12Mov
Roller Size
: 38.1 mm
Material
: Cr12Mov
Roller Size
: 45 mm
Material
: Cr12Mov
Roller Size
: 50.8 mm
Material
: Cr12Mov
Roller Size
: 57.15 mm
Material
: Cr12Mov
Roller Size
: 63.5 mm
Material
: Cr12Mov
-----X------------------X----

b.
c.
d.
e.
f.
g.
h.
i.

1 set

1 set

1 set
2 set
2 set
TIG
22 set

1 set (54 pcs)


1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)

30

Attachment No.2
Page 1

TECHNICAL SPECIFICATION OF STAINLES STEEL TUBE MAKING


MACHINE_ SIZE: 9.5mm (min) - 38.1 mm/sq (max)
SL NO

Specification

Manufacture, supply, erection, commissioning, testing and handing


over of STAINLESS STEEL TUBE MAKING MACHINE with the following
main specification along with requisite equipments, accessories and
the following specification.
MAIN SPECIFICATION

a.
b.
c.
d.
1.

Qty Required
1 UNIT
components as per

Size of the Diameter


: 9.5mm (min) -, 38.1 mm/sq (max))
Wall Thickness
: 0.5mm 2.5mm
Length of Tube
: 4M - 7M
speed Min-Max
: 0.8 M/ min 6 M/ min
EQUIPMENTS, ACCESSORIES AND COMPONENTS

a.
b.
c.
d.
e.
2.
3.
4.
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
5.
a.
b.
6.

Double side Uncoiler


Type
Loading Capacity
Coil Width
I.D. Diameter of coil
O.D. Diameter of coil
Flattening Section
Guide Rolls
Forming Section comprising
Vertical Forming Roll stand
Vertical stand Material
Horizontal Shaft Diameter
Horizontal Forming Roll stand
Horizontal stand Material
Vertical Shaft Diameter
Shaft material
Motor
Gear Reduction
Universal Joint
Welding Section
Welding Type
Welding Machine
Core rod of inside welded bead
Control equipment

7.
a.
1.
2.
3.

Inside weld bead remover


Hydraulic pressure station
Capacity
Pressure
Heat exchanger

1 set
:
:
:
:
:

:
:
:
:
:
:
:
:
:
:

Bilateral Rotary, Dual coil


2.5 Ton each side Total 5 Ton
250 mm Max
350 mm - 550mm
1800 mm Max.

8 stands
HT200
40 mm
7 stands
HT200
25 mm
40Cr
SIMENS AC7.5KW with invertor
7 sets
7 sets

1 set
1 set
1set
(8 Stands)

1 set
: Invertor based TIG
: Preferably LINCOIN Brand / Equivalent
: Material: Cr21Mov
Size: 9.5, 12.7, 15.87, 19.05, 22.23
25.4, 28.58, 31.8, 38.1

1 set
9 moulds

1set
: 400L
: Max 210kg 60L/min
: water cooling system 1.5m2

31

Page 2
4.

Valve

5.
6.
b.
1.
2.
c.
1.
d.
1.
e.

Motor
Oil pipe
Travel trolley
Oil cylinder
Broadwise oil cylinder
Cylinder frame
Gas cylinder
Electric box
PLC
Auxiliaries

8.

a.
b.

: Changing over valve


Proportioner valve
Overflow valve
: 11kw 4pole
: length:3m ,Quantity: 4pieces
1set
: O.D:125mm, Travel Length:110mm
: I.D:50mm, Travel length:400mm
1piece
: 300X50mm , Connected valve, Triplet, pull rod:3mm
1piece
: delta, Contactor, Electric relay
: Bearing

Bead Remover Section


(Abrasive wheels, Grinding section to Filter iron chip (Automatically) and
Water Recyclable)
Motor
: AC 3kwX4
Type
: Automatically control by panel (Up & Down)

12pieces
4 Heads

4 set

and using abrasive wheel.


9.
a.
b.
c.

d.
e.
f.

In-line Bright Annealing Equipment


Efficient heating power
: 20 KHz, 60KW
Transformer
: Transformer
Tie cable
Efficient Sensor
: Coolant system Water
I.D: 40mm use for tube of 10-22mm
I.D: 76mm use for tube of 22-40mm
Water jacket
: 4.5mm
Water jacket holder
: Water jacket holder

g.
h.
i.
j.
k.

Intelligent infrared
temperature measuring
Packing box
Electric Control Cabinet
Gas control box
Roll sets & graphite pipe
Quartz tube

: Intelligent infrared
Temperature Measuring system
: Packing Box
: Electric Control Cabinet
: Gas control box
: Base on the tube size
: Quick-wear part

10.

Sizing Section compressing

Vertical Sizing Roll Stand

b
c
d
e
f
g

Vertical Stand Material


: HT200
Horizontal Shaft
Diameter
: 40 mm
Horizontal Forming Roll Stand : 5 stands
Horizontal Stand Material
: H T200
Vertical Shaft Diameter
: 25 mm
Shaft material
: 40Cr

1 set
1 set
2pieces
1 piece
1 piece
1 piece
1 set
1 set
1 set
1 set
1piece
1 set
2piece
5 Stand

: 5 Stands

32

Page 3
h.
i.
j.
9.
a.
b.
10.

Motor
Gear Reduction
Universal Joint

: SIMENS AC 7.5KW with Invertor


: 5 sets
: 10 sets

Straightening Section
Type
: Turks heads
Straightening wheel
: 360 rotary
Length Limiter / fixed controller

11.
a.
b.
c.
d.

Cutting Section
Type
Motor
Range of cutting Diameter
Size of Saw blade Diameter

12.
a.
b.
c.
d.

Run out table (Pneumatic Type)


Type
:
Motor
:
Range of cutting Diameter
:
Size of Saw blade Diameter
:

13.
16.
17.
18.
19.
20.
21.
22.
a.

Forming / Sizing gear reduction section (13 Units )


Gear Boxes
AC Motor
Tricathode welding machine
Universal joints
Horizontal Shaft Diameter
: 40 mm
Vertical Shaft Diameter
: 25 mm
Roller sets
Roller Size
: 9.5 mm
Material
: Cr12Mov
Roller Size
: 12.7 mm
Material
: Cr12Mov
Roller Size
: 15.87 mm
Material
: Cr12Mov
Roller Size
: 19.05 mm
Material
: Cr12Mov
Roller Size
: 22.23 mm
Material
: Cr12Mov
Roller Size
: 25.4 mm
Material
: Cr12Mov
Roller Size
: 28.58 mm
Material
: Cr12Mov
Roller Size
: 31.8 mm
Material
: Cr12Mov
Roller Size
: 38.1 mm
Material
: Cr12Mov
-----X------------------X----

b.
c.
d.
e.
f.
g.
h.
i.

1 set

1 set
1 set

:
:
:
:

Automatically with vertical cutting


AC 2.2 Kw
85 mm Max
300 mm x 1.6 T x 240
1 set
Hydraulic vertical cutting
AC 2.2KW
85 mm Max
300 mm x 1.6 T X 240
1 set
2 set
2 set
TIG
22 set

1 set (54 pcs)


1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)
1 set (54 pcs)

33

Attachment No.3
Page 1

TECHNICAL SPECIFICATION OF SLITTING MACHINE


15MT Coil Width:500mm-1550mm,Thickness-0.4mm-3.5mm
SL NO
A

Specification

Qty Required
Manufacture, supply, erection, commissioning, testing and handing
1 UNIT
over of Push Pull mode STAINLESS STEEL SLITTING MACHINE-15MT
with the following main specification along with requisite equipments,
accessories and components as per the following specification.

Main specification
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11

12.
13.
14.
15.
16.
17.

Materials
Thickness
Width
I.D. of coil
O.D. of coil
Uncoiler load
Recoiler load
I.D. of Recoiler
Line speed
Slitting type
Strip of slitting

Slit width
Pass line height
Machine direction
Electrical power
Hydraulic unit
Cooling unit

: Stainless (Tensile strength 56 kg/m m)


: 0.4mm 3.5mm
: 500mm-1550mm
: 508mm, 610mm (rubber ring)
: 1600 mm Max.
: 15 Tons Max.
: 15 Tons Max.
: 508mm
: 100 M/ min.
: Pull & Drive cut
: Tensile strength 41 kg/mm2
0.5 mm X 30 strips 0.8 mm X 30 strips
1.0 mm X 30 strips 1.5 mm X 25 strips
1.8 mm X 22 strips 2.0 mm X 20 strips
2.5 mm X 13 strips 3.0 mm X 8 strips
: Tensile strength 56 kg/mm2
0.5 mm X 25 strips 0.8 mm X 35 strips
1.0 mm X 22 strips 1.5 mm X 18 strips
1.8 mm X 16 strips 2.0 mm X 14 strips
2.5 mm X 9 strips 3.0 mm X 6 strips
: 40 mm min.
: FL. + 1100mm
: From left to right (Face to Operating Panel)
: AC 415 V 50 Hz (3 phase)
: Low 50kg/cm
High 100 kg/cm
: Normal 15 kg/cm Flow 40 L/min
Entry temperature under 30C

B. Slitting Machine to be supplied shall comprise & the following equipments


detailed specification strictly as given bellow
1.
Paper Winder
Type
Drive monitor
Sleeve diameter
Diameter of the paper roll

:
:
:
:

Expansion shaft by air


D C 2 HP
75 mm
400 mm max.

and shall adhere to the


1 set

34

Page 2
2.
Coil Saddle and Entry Coil Car
2-a. Coil Saddle
Coil rest Diameter
Capacity
Q'ty of coil
Structure
2-b. Entry Coil Car
Type
Coil rest
Capacity
Traveling distance
Up / down
Cylinder for up/down Diameter
Structure
3.
Uncoiler Station
3-a
Uncoiler
Type
Capacity
Traveling method
Cramp method
Drive motor
Gear reducer
Brake
Cylinder for travel Diameter
Cylinder for clamp Diameter
I.D. of coil diameter
Mandrel expansion Diameter
(Add rubber ring)
3-b

4.
4-a

4-b

1 set
:
:
:
:

800 mm min. / 1600 mm Max.


15 Tons
1 Pc
Steel plate, welded

:
:
:
:
:
:
:

Hydraulic motor traveling, Hydraulic lifting


V type (no power)
15 Tons
3000 mm
Hydraulic cylinder
200 X 800 mm L.
Steel plate, Welded

1 set

1 set
:
:
:
:
:
:
:
:

Single mandrel type


15 Tons
Hydraulic cylinder
Hydraulic cylinder
VS 10 HP x 1 pc with gear reducer
S = 1 / 14.8
Air brake
TC 125 x 200 mm L x 1 pc
Forward 100 mm, Reverse 100 mm
: FA 150 x 95 mm L x 1 pc
: 508 mm, 610 mm (rubber ring)
: 465 mm, 515 mm

Support
Type
:
Capacity Diameter
:
Structure
:
Coil Open
Hold down roll
Type
:
Cylinder for up/down Diameter:
Cylinder for press plate Dia
:
Size of roll Diameter
:
Drive roll
Ratio
Structure
Stripper
Type
Cylinder for swing Diameter

1 set
Hydraulic / toggle method
TC 100 x 540 mm L x 1 pc
Steel plate, Welded
1 set

Hydraulic up / down method


CA 80 x 675 mm L x 2 pc
FB 125 x 300 mm L x 1 pc
300 x 330 mm L Surface with
PU coating (Polyurethane Elastomer )
: AC 5 HP 4 P gear reducer motor
: S = 1/72
: Steel plate, Welded
1 set
: Hydraulic Lifting, Extend method
: CA 63x 300 mm L x 2 pc

35

Page 3
Cylinder for Extend Diameter
Structure
5.
5-a

: CA 63x 750 mm L x 2 pc
: Steel plate, Welded

Leveler & Shear Station


Leveler
Type
Drive motor
Size of pinch roll Diameter
Material of pinch roll

:
:
:
:

Up / Down of pinch roll


Cylinder for Up / Down Dia
Up / Down of work roll
Drive motor of work roll
Ratio
Size of work roll Diameter
Material of work roll
Treatment method

:
:
:
:
:
:
:
:

Type
Cylinder for Up / Down Dia
Capacity
Size of knife
Material of knife
Lubrication of slider
Shape of knife

:
:
:
:
:
:
:

Structure

1 set
5 Roller (Pinch roll 2 pcs)
Motor with gear box to drive leveler
17 kw approx. 22 HP (1800rpm.) Motor
175 mm x 1600 mm L x 2 pcs
Surface with PU coating
(Polyurethane Elastomer )
By cylinder
FA 150 mm x 100 mm L x 2 pcs
Gear reducer motor with worm and worm gear
1 / 4 HP 4 P x 1 pc
S = 1/40
125 mm x 1600 mm L x 3 pcs
SCM4
After temper, lathe, surface hardening
And grinding HRC: 50 52
1 set
Down cut hydraulic cylinder
FA 100 mm x 120 mm L x 2 pcs
3.0 mm t
60 mm x 25 mm t x 1600 mm x 2 pcs
SKD11, HRC 58-59
By concentrate system
four edge shear blade,
Grinding after using 4 times
Steel plate, Welded

:
:
:
:
:
:
:

Support with bearing. Swing type


#608 ZZ
Hydraulic cylinder
CA 80 x 495 mm L x 2 pc
3400 mm ( pitch of arch )
R = 800 mm
Steel plate, Welded

:
:
:
:
:
:
:

Roll type, each side 6 pcs


25 mm x 120 mm L x 12 pcs
By gear reducer motor drive
SCM4 (Hardened)
1 / 2 HP 4 P x 2 pc
500 mm 1550 mm
Steel plate, Welded

5-b shear

6.

No. 1 Bridge
Type
Bearing
Type for swing
Cylinder for Extend Diameter
Length
Arch radius
Structure

7.

Slitter

7-a

Side Guide
Type
Size of roll Diameter
Adjustment of widh
Material of roll
Drive motor
Range of width
Frame

1 set

1 set

36

7-b

7-c

8.

9.
9-a

pressroll
Up / Down
Air cylinder for up down Dia
Size of roll Diameter
Material

Stiller seat
Size of main shaft Diameter
Treatment method
Up / Down of main shaft
Adjustment of clearance
Drive motor
Ratio
Traveling of side stand
Cylinder for travel
Size of knife Diameter
Knife spacer Diameter
Rubber ring Diameter
Drive motor Power
Scrap winder
Type
Scrap winder Diameter
Drive of wind
Drive motor
Type of wind
Up / down control
Drop out
Frame
No. 2 Bridge
Bridge
Type
Size of idle roll Diameter
Diameter

9-b

Type of swing
Cylinder for arm swing Dia
Cylinder for Stripper swing
Length
Arch radius
Structure
Separator Unit
Type
Separator Disc Diameter
Separator spacer Diameter

Page 4
1 set
:
:
:
:

Air cylinder method


FA 100x 100 mm L x 2 pc
120 mm x 1300 mm L x 3 pcs
Top roll surface with PU coating
(Polyurethane Elastomer )
Bottom roll steel (SCM4)
1 set

: 220mm x 1600 mm
: After temper, lathe, surface hardening
Grinding and chromate treatment
: With double eccentric adjust the main shaft
: By gear reducer motor operator
: 1 HP 4 P
: S = 1/60
; By hydraulic cylinder
: TC 80 mm x 450 mm L
: 200 mm x 318 mm x 15 mm L
: 200 mm x 255 mm x various thickness
: 255 mm x 318 mm x 25 mm t
: DC90kw
1 set
:
:
:
:
:
:
:
:

vertical type, scarp drop out when contract


600 mm x 450 mm L max.
By motor of individual
5 HP x 2 sets
Continual wind, can adjust torque
By camshaft
by Cylinder
Steel plate, Welded
1 set

: Idle rolls and Swing type


: 60 mm x 1600 mm L x 4 pcs surface with
PU coating (Polyurethane Elastomer )
45 mm x 1600 mm L x 5 pcs surface with
PU coating (Polyurethane Elastomer )
: Hydraulic cylinder
: CA 100 x 1600 mm L x 1 pc
: CA 50 x 250 mm L x 1 pc
: 3200 mm ( pitch of arch )
: R = 800 mm
: Steel plate, Welded
1 set
: one set is hydraulic cylinder lift, another one is fix
: 85 mm x 200 mm L x 3 mm t
: 85 mm x 110 mm X various thickness

37

Page 5

9-c

10.
10-a

10-b

10-c

10-d

11.
11-a

11-b

11-c

Separator spacer Diameter


PU ring Diameter
Prepare for Separator Unit
Type of turn
Cylinder Diameter
Size of roll Diameter
Tension pad
Tension pad
Type
Up / Down
Cylinder for Up / Down Di
Surface
Adjustment of tension
Frame
Deflection roller
Type
Size of idle roll Diameter
Rear bridge
Type
Cylinder for extend Diameter
Cylinder for Up / Down Dia
Frame
Separator
Type
Cylinder for Up / Down Dia
Separator Disc Diameter
Separator spacer Diameter
Separator spacer Diameter
PU ring Diameter
Recoiler Station
Recoiler
Type
Cylinder for expansion
Size of drum Diameter
Drive motor
Capacity
Support
Type
Open / close
Cylinder for open / close Dia
Frame
Coil pusher
Pusher
Cylinder for pulser Diameter
Frame

: 85 mm x 102 mm x various thickness


: 101.8 mm x 120 mm X various thickness
1set
: Hydraulic cylinder
: LA 50 mm x 210 mm L x 1 pcs
: 85 mm x 1600 mm L x 4 pcs
1 set
: Up - down with face and pinion synchronism
: Hydraulic cylinder
: TC 100 mm x 170 mm L x 3 pcs
: Felt
: by handle with pressure control valve
: Steel plate, Welded
1 set
: Rolls type
: 500 mm x 1600 mm L x 1 pc surface with
PU coating (Polyurethane Elastomer )
1 set
:
:
:
:

Plate with cylinder to extend, swing


LA 40 mm x 600 mm
CA 50 mm x 280 mm L x 2 pcs
Steel plate, Welded

:
:
:
:
:
:

Up down with hydraulic cylinder


CA 80 mm x320 mm L x 2 pcs
110 mm x 200 mm L x 3 mm t
110 mm x 122 mm X various thickness
110 mm x 130 mm x various thickness
121.8 mm x 145 mm X various thickness

:
:
:
:
:

Mandrel type by Hydraulic expansion


FA 100 mm x120 mm L
50 mm x 1600 mm L
DC 160 kw
15 Tons

:
:
:
:

Hydraulic cylinder
Hydraulic cylinder
CA 100 mm x 420 mm L
Steel plate, Welded

1 set

1 set

1 set

1 set
: By Hydraulic cylinder
: TC 100 mm x 1600 mm L x 1 pe
: Steel plate, Welded

38

12.

Page 6
1 set

Exit Coil Car


Type

: Hydraulic motor traveling


V shap of four wheel
Up / down
: By Hydraulice cylinder with rock and pinion
synchronism
Cylinder for up/down Diameter : 200 X 700 mm L.
Capacity
: 15 Tons

13.

Hydraulic System

13-a

Hydraulic System A
Pressure
Capacity
Flow
Motor
Type of pump

13-b

Hydraulic System B
Pressure

Motor
Type of pump

14-b
14-c
14-d

15.

Electric System
Operating panel A
Function
Operating panel B
Function
Operating panel C
Function
Main power panel
Function
Attachments
Knife Diameter
Knife spacer
Rubber ring
Separator disc
Separator spacer
PU ring

1 set
10 HP(Recoiler)

: High pressure 100 kg / cm


Low pressure 50 kg / cm
: 330L
: 39.6 L/min ( 50 Hz )
46.2 L/min ( 60 Hz )
: AC 10 HP 4P
: T6C 008

Capacity
Flow

14.
14-a

1 set
10 HP(Uncoiler)

: High pressure 100 kg / cm


Low pressure 50 kg / cm
: 330L
: 39.6 L/min ( 50 Hz )
46.2 L/min ( 60 Hz )
: AC 10 HP 4P
: T6C 008

: Control Uncoiler, Leveler, Shear, slitter,


Scrap winder, Bridge, Pump A, B
: Control Uncoiler Entry Coil Car, Hold down
Roll, Stripper, Leveler, Shear, Pump A
: Control Pump B, Exit Col Car, Coil Pusher,
Separator, Recoiler, and Tension pad.
: Use for motor of leveler, slitter, recoiler,
Power system.

: 200 mm x 318 mm x 15 mm t
; As per requirement
: As per requirement
: As per requirement
: As per requirement
: As per requirement

80 pes

1 set
1 set
1 set
1 set

39

Attachment No.4
Page 1

TECHNICAL SPECIFICATION OF CNC PRESS BRAKE MACHINE


SL NO
A

Specification
Manufacture, supply, erection, commissioning, testing and
Handing over of CNC PRESS BRAKE MACHINE 250 X 3200 with
The following specification

1. Capacity
2. Nominal force
3. Working length
4. Frame distance
5. Max. shut height E
6. Ram stroke length
7. Throat gap H
8. Workable width W
9. Idle speed
10. Work speed
11. Return speed
12. Back gauge stroke

Qty Required
1Set

:MS-6mm
SS-4mm
:2500kN
:3200mm
:2700mm
:480mm
:200mm
:400mm
:200mm
:110mm/min
:10mm/min
:110mm/min
:500mm

The machine has to be supplied with requisite standard accessories and


commissioning spares.

40

Attachment No.5
Page 1

TECHNICAL SPECIFICATION OF HYDRAULIC TRIPLE ACTION


STRETCHING PRESS
SL NO
Specification
A
Manufacture, supply, erection, commissioning, testing and

Qty Required
1Set

handing over of HYDRAULIC TRIPLE ACTION

STRETCHING PRESS -120 TONNES


with the following specification

1. Working Capacity
2. Strokes
3. Capacity
4. Rated force kN
5. Return Force kN
6. Slide Stroke (Ram) mm
7. Shut Height (daylight)mm
8. Hyd.Pad Capacity kN
9. Hyd.Pad Return Capacity kN
10. Hyd.Pad Stroke mm
Idle Stroke mm/s
11. Slide Speed Pressing mm/s
Return mm/s
12. Hyd.Pad speed Eject
mm/s
Return mm/s
: 110
13. Bolster
LR
mm
FB
mm
14. Hyd.Pad
LR
mm
FB
mm
15. Outline Size
LR
mm
FB
mm
16. Height and above floor mm
17.Main Motor Power
kW

:
:
:
:
:
:
:
:
:
:
:
:
:
:

120 Tones
360mm
0.5 to 4.0mm
2500
400
710
1200
1000
320
250
130
7-15
90
40

:
:
:
:
:
:
:
:

1100
1000
670
670
2500
3250
42500
22

The machine has to be supplied with requisite standard accessories and


commissioning spares.

41

Attachment No.6
Page 1

TECHNICAL SPECIFICATION OF HYDRAULIC TRIPLE ACTION


STRETCHING PRESS
SL NO
Specification
A
Manufacture, supply, erection, commissioning, testing and

Qty Required
1Set

handing over of HYDRAULIC TRIPLE ACTION

STRETCHING PRESS -200 TONNES


with the following specification

1. Working Capacity
2. Strokes
3. Capacity
4. Rated force kN
5. Return Force kN
6. Slide Stroke (Ram) mm
7. Shut Height (daylight)mm
8. Hyd.Pad Capacity kN
9. Hyd.Pad Return Capacity kN
10. Hyd.Pad Stroke mm
Idle Stroke mm/s
11. Slide Speed Pressing mm/s
Return mm/s
12. Hyd.Pad speed Eject
mm/s
Return mm/s
13. Bolster
LR
mm
FB
mm
14. Hyd.Pad
LR
mm
FB
mm
15. Outline Size
LR
mm
FB
mm
16. Height and above floor mm
17. Main Motor Power
kW

:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:

200 Tones
420mm
0.5 to 4.0mm
2500x2
400
900
1500
1000
320x2
350
150
7-15
90
37
110
2200
1600
1720
1120
6600
2600
5450
2x 22

The machine has to be supplied with requisite standard accessories and


commissioning spares.

42

Attachment No.7
Page 1

TECHNICAL SPECIFICATION OF FOUR COLOUMN


DEEP DRAWING PRESS
SL NO
A

Specification

Qty Required

Manufacture, supply, erection, commissioning, testing and


handing over of FOUR COLOUMN DEEP DRAWING PRESS-500 TONNES
with the following specification

1. Working Capacity
2. Strokes
3. Table Size
4. Rated force kN
5. Return Force kN
6. Slide Stroke (Ram) mm
7. Shut Height (daylight)mm
8. Hyd.Pad Capacity kN
9. Hyd.Pad Return Capacity kN
10. Hyd.Pad Stroke mm
Idle Stroke mm/s
11. Slide Speed Pressing mm/s
Return mm/s
11. Hyd.Pad speed Eject
mm/s
Return mm/s
12. Bolster
LR
mm
FB
mm
14. Hyd.Pad
LR
mm
FB
mm
15. Outline Size
LR
mm
FB
mm
16. Height and above floor mm
17. Main Motor Power
kW

:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:

1Set

500 Tones
900mm
2200x1600
2500
400
710
1120
1000
320
250
220
9-20
120
50
155
1200
1000
950
800
3380
2100
4300
30

The machine has to be supplied with requisite standard accessories and


commissioning spares.

43

Attachment No.8
Page 1

TECHNICAL SPECIFICATION OF CNC SHEARING MACHINE


SL NO
A

Specification
Manufacture, supply, erection, commissioning, testing and
handing over of CNC SHEARING MACHINE - 250MT
with the following specification
1. Cutting Size
:8 X 3200
2. Capacity
: 250MT
3. Shear Angle
: 1 30
4. Strokes
: 10min
5. Adjusting Range of backgauge : 20 to 600mm
6. Throat depth
:145mm
7. main motor Capacity
:11KW

Qty Required
1Set

The machine has to be supplied with requisite standard accessories and


commissioning spars.

44

Attachment No.9
Page 1

TECHNICAL SPECIFICATION OF HYDRAULIC TRIPLE ACTION


STRETCHING PRESS
SL NO
A

Specification

Qty Required

Manufacture, supply, erection, commissioning, testing and


handing over of HYDRAULIC TRIPLE ACTION
STRETCHING PRESS -63 TONNES with the following specification

1. Working Capacity
2. Strokes
3. Capacity
4. Rated force kN
5. Return Force kN
6. Slide Stroke (Ram) mm
7. Shut Height (daylight)mm
8. Hyd.Pad Capacity kN
9. Hyd.Pad Return Capacity kN
10. Hyd.Pad Stroke mm
Idle Stroke mm/s
11. Slide Speed Pressing mm/s
Return mm/s
12. Hyd.Pad speed Eject
mm/s
Return mm/s
13. Bolster
LR
mm
FB
mm
14. Hyd.Pad
LR
mm
FB
mm
15. Outline Size
LR
mm
FB
mm
16. Height and above floor mm
17.Main Motor Power
kW

:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:
:

1Set

63 Tonnes
310mm
0.5 to 2.5mm
1000
160
510
800
400
147
200
100
7-15
85
35
100
690
630
350
350
2500
1150
3400
7.5

The machine has to be supplied with requisite standard accessories and


commissioning spares

45

Attachment No.10
Page 1

TECHNICAL SPECIFICATION FOR 125 KVA DG SET


SL NO
A

Specification

Qty Required

Manufacture, supply, erection, commissioning, testing and


2Unit
Handing over of 125kVA / 100KWIntegral DG set water cooled
Model with radiator developing HP, diesel engine with 1500 RPM,
3 Phase alternator, 415 V, 50 Hz, Manual Control panel, Base frame,
Fuel Tank, coupling, Dry battery with leads including Central
pollution control board approval along with requisite standard
accessories and commissioning spars.
1. Make
2. Power Rating
3. Electric power
4. Rated current
5. No of Phase /Volts
6. Fuel tank
7. Battery Capacity
8. System Voltage
9. Oil Consumption
10.Voltage regulation

:
: 125KVA
: 100 kw
: 175A
: 3 phase 415V
: 200 liters
: 120 AH
: 12V
: <0.3%
:+0.5%

46

Attachment No.11
Page 1

TECHNICAL SPECIFICATION DIESEL FORK LIFT -3 TON


SL NO
1.

Specification

Qty Required

Manufacture, supply, erection, commissioning, testing and


1Unit handing
over of DIESEL FORK LIFT-3 TON with the following specification along with
requisite standard
accessories and commissioning spars.
a. Capacity Lifting Load
b. Load center
Distance
c. Power Unit Engine Type
c. Tyres Front/Rear
d. Mast Type
e. Lift Height
f. Engine
g.Transmission
h. Drive
i. Standard Accessories
j. wheel Front/Rear

: 3 Ton
: 500 mm
: Diesel
: Pneumatic OR Solid
: Two Stage CV mast
: 3000mm (Aproox)
: As per mag. Std.
: Automatic Torque Transmission
: Dual Drive
: 1000mm Long Fork, Hea& Tail
:2/2

47

Attachment No.12
Page 1

TECHNICAL SPECIFICATION FOR EOT CRANE 30 TONES


SL NO

Specification
Manufacture, supply, erection, commissioning, testing and
handing over of EOT CRANE 20 TONES with the following
main specification along with requisite standard accessories
and commissioning spars.

1. CAPACITY
2. SPAN
3. LIFT
4. LONG TRAVEL
5. CONSTRUCTION
6. CLASS &DUTY
7. OPERATION THRO
8. POWER SUPPLY
9. CONTROL SUPPLY
10.LOCATION
11.OPERATION FROM
12.REUIRED QTY

Qty Required
1 UNIT

MAIN SPECIFICATION
: 30 Tones
: 25M
:8M
: 55M
: Double girder Box Type
: Class II, Indoor as per is Std.
: Pendant Push Button Control From floor
: 415v, 3Phase, 50 Hz, AC
: 110V
: Indoor
: Floor
: 1 No.

48

Attachment No.13
Page 1

TECHNICAL SPECIFICATION FOR EOT CRANE 5 TON


SL NO

Specification

A. Manufacture, supply, erection, commissioning, testing and


handing over of EOT CRANE 5 TON with the following
main specification along with requisite standard accessories
and commissioning spars.

1. CAPACITY
2. SPAN
3. LIFT
4. LONG TRAVEL
5. CONSTRUCTION
6. CLASS &DUTY
7. OPERATION THRO
8. POWER SUPPLY
9. CONTROL SUPPLY
10. LOCATION
11. OPERATION FROM
12. REUIRED QTY

Qty Required
1 UNIT

MAIN SPECIFICATION
: 5 Ton
: 25M
:8M
: 40M
: Double girder Box Type
: Class II, Indoor as per is Std.
: Pendant Push Button Control From floor
: 415v, 3Phase, 50 Hz, AC
: 110V
: Indoor
: Floor
: 1 No.

49

Attachment No.14
Page 1

TECHNICAL SPECIFICATION FOR 500 KVA 22KV TRANSFORMER


SL NO
Specification
Qty Required
A
Manufacture, supply, erection, commissioning, testing and
1Unit
Handing over of 22kV / 443V 500KVA core Type Heavy duty
Transformer with +5% to -5% Voltage Variation insteps of 2.5%
through Off circuit tap Switch links with following Specification
1. Make
:
2. Type
: core Type
3. Power Rating
: 500KVA
4. Winding Material
: Copper wound 3 Ph 50 Cycle
5. Core Type
: Heavy Duty
6. No Load Voltage (Primary)
: 22000Volts
7. No Load Voltage (Secondary) : 440Volts
8. Frequency
: 50 Hz
9. No load Loss
: 2400 Watts
10. Full load Loss
: 6500 watts
11. Impedance
: 5.5%
12. Type of connection HT / LT
: Delta / Star
13. Vector group Ref.
: DYnII
14. Type of cooling
: ONAN
15. Terminal Arrangements HV : 3Nos. Solid porcelain indoor Bushings with
cable sockets
LV
: Cable Box with 3 nos. cable gland for 3.5C,
400Sq.mm.PVCA Cables
16. Temperature indicator
: Temp indicator with(Electrical Contact)
both with Alarm and trip contact wired to
Marshalling Rack
17. Installation
: outdoor
18.Enclosure
: MS Sheet Steel Suitable for outdoorinstallation
19. Tapping (on HV winding for HV : +5% o -5% in step of 2.5% each
Variation)
Through an Off circuit tap switch

50

page-2
The transformer shall be supplied with the following fitting and accessories
Sr.No
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23

24
25

Description
Rating % Diagram plate
Earthing terminal
Lifting lugs
Lifting hook for Tank & cover
Air release hole with plug
Drain vale cum bottom filter valve
Oil level indicator with marking
Conservator oil filling hole with plug and drain plug
Top filter valve
Dehydrating silica gel breather
Thermometer Packet or Dial
Bi-directional roller
Base channel
Pressure relief device
Inspection cover
Off circuit tap changing switch
Cooling radiators
Buchholz relay with alarm and trip contacts
Oil temperature indicator with alarm and trip
contacts
L.V. Cable or Marshalling box duly wired
H.V. Terminal (copper/ Brass)
L.V. Terminal (copper/ Brass)
Oil heater ON/OFF switch with filament 80W space
heater and thermostat, single phase switch with
socket, cubicle illumination lamp, door limit switch,
MCBs / Fuse for AC/DC control

Quantity
2 nos
2 nos
Adequate nos
Each 2nos
1 set
2 nos
1 no
1 set
1 no
1 no
1 no
4 nos
2 nos
1 no
1 no
Off load
Adequate nos
Adequate nos
Adequate nos

Reinforcing stiffners
Control wiring

As applicable
1 set

1 no
3 nos
4 nos
As applicable

Das könnte Ihnen auch gefallen