31
WESTERN COALFIELDS LIMITED (A subsidiary of Coal India Limited) A MINI RATNA COMPANY MATERIALS MANAGEMENT WING, COAL ESTATE, CIVIL LINES, NAGPUR – 440001 CIN U10100MH1975GOI018626 PH.PBX. 0712-2511381, 2510691 Extn : 5606 FAX NO. 0712-2510284 WEBSITE ; westerncoal.gov.in / tenders.gov.in Supply Order No. 40431099-A DT : 09.10.2014 To M/s BEML Limited Regd post with AD 33, Cement Road, Vendor Code: 416002 Shivaji Nagar, Vendor Type : Manufacturer Nagpur: - 440010 Dear Sir, Sub : Sub: Formal Order for Supply of Hydraulic Excavator 6.1 Cum Face Shovel (Diesel Powered). Ref : Our E-tender enquiry no. hq-pur-pvb-e035-2014-15 Techno commercial bid opened on 14.07.2014 & Price bid opened on 08.09.2014 Your offer No. BEML/MN/WCL/209/BE1000-1FS/110 dt. 11.07.2014 and subsequent correspondences. Your offer No. BEML/MN/209/WCL/BE1000-1FS/908 dt. 10.09.2014 Dear Sir, This has reference to above. We are pleased to place FORMAL ORDER on you for Supply of Hydraulic Excavator 6.1 Cum Face Shovel (Diesel Powered) as per terms and conditions stipulated below:- Item description Qty (No.) Unit Basic price (Rs.) Extended Value (Rs.) 1. BEML make Hydraulic Excavator Model BE1000-1, powered by BEML make Engine Model BSA6D170-1 Turbocharged, water cooled diesel engine developing 404 KW net power at 1700rpm, fitted with a Face Shovel work attachment, Face Shovel bucket of 6.1cum ( ISO 7451 ) capacity as per scope of supply and detailed technical specifications enclosed as Annexure A and Filter for initial 5000 hrs. of operation and additional 12 sets of Tooth Points along with each equipment( as per Annexure B ) (Replacement / NCD requirement) 4 Nos. 2,94,30,000.00 11,77,20,000.00 TOTAL 11,77,20,000.00 (Total Value: Rupees Eleven Crore Seventy Seven Lakhs Twenty Thousand Only). Price: Prices are FIRM and on FOR Destination basis inclusive of packing & forwarding charges. However, Freight and transit insurance charges, upto destination stores shall be reimbursed at actual against documentary evidence subject to maximum freight & insurance of of Rs. 3,55,622.00 per Excavator + Service tax @ 12.36% on 25% of freight & insurancwe amount i.e Rs. 10,784.10 per Excavator.

Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Embed Size (px)

Citation preview

Page 1: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

WESTERN COALFIELDS LIMITED(A subsidiary of Coal India Limited)

A MINI RATNA COMPANY

MATERIALS MANAGEMENT WING, COAL ESTATE, CIVIL LINES, NAGPUR – 440001CIN U10100MH1975GOI018626

PH.PBX. 0712-2511381, 2510691 Extn : 5606 FAX NO. 0712-2510284WEBSITE ; westerncoal.gov.in / tenders.gov.in

Supply Order No. 40431099-A DT : 09.10.2014

To M/s BEML Limited Regd post with AD33, Cement Road, Vendor Code: 416002Shivaji Nagar, Vendor Type : ManufacturerNagpur: - 440010

Dear Sir,

Sub : Sub: Formal Order for Supply of Hydraulic Excavator 6.1 Cum Face Shovel (Diesel Powered).Ref : Our E-tender enquiry no. hq-pur-pvb-e035-2014-15 Techno commercial bid opened on 14.07.2014 & Price bid opened on 08.09.2014

Your offer No. BEML/MN/WCL/209/BE1000-1FS/110 dt. 11.07.2014 and subsequent correspondences.Your offer No. BEML/MN/209/WCL/BE1000-1FS/908 dt. 10.09.2014

Dear Sir,

This has reference to above. We are pleased to place FORMAL ORDER on you for Supply of Hydraulic Excavator 6.1 Cum Face Shovel (Diesel Powered) as per terms and conditions stipulated below:-

Item description Qty (No.)

Unit Basic price (Rs.)

Extended Value (Rs.)

1. BEML make Hydraulic Excavator Model BE1000-1, powered by BEML make Engine Model BSA6D170-1 Turbocharged, water cooled diesel engine developing 404 KW net power at 1700rpm, fitted with a Face Shovel work attachment, Face Shovel bucket of 6.1cum ( ISO 7451 ) capacity as per scope of supply and detailed technical specifications enclosed as Annexure A and Filter for initial 5000 hrs. of operation and additional 12 sets of Tooth Points along with each equipment( as per Annexure B )(Replacement / NCD requirement)

4 Nos. 2,94,30,000.00 11,77,20,000.00

TOTAL 11,77,20,000.00

(Total Value: Rupees Eleven Crore Seventy Seven Lakhs Twenty Thousand Only).

Price: Prices are FIRM and on FOR Destination basis inclusive of packing & forwarding charges. However, Freight and transit insurance charges, upto destination stores shall be reimbursed at actual against documentary evidence subject to maximum freight & insurance of of Rs. 3,55,622.00 per Excavator + Service tax @ 12.36% on 25% of freight & insurancwe amount i.e Rs. 10,784.10 per Excavator.

Page 2: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Page 2

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Excise Duty: Excise Duty and cess on ED shall be paid extra as applicable on the date of despatch against documentary evidence. Present rate of ED & cess on ED is 10.30%

WCL will avail CENVAT credit for the ordered items and hence it is mandatory for you to mention, CE Registration no, Tin no, Chapter, Sub heading number in the Excise Invoice. In addition to the original buyers copy, the transporters copy of invoice shall also be submitted by you alongwith the bills, as per CENVAT rules. The consignee shall avail the CENVAT Credit as per the CENVAT rules.

Sales Tax: Central Sales Tax shall be paid extra as applicable on the date of dispatch. Present rate of CST is 2% against form C. Declaration form shall be given by Consignee.

Delivery: To commence within 4 months or earlier @ 2 machines from the date of placement of order and shall be supplied @ 2 machines per month thereafter. Early supply is acceptable. Delivery period shall be reckoned from the 7th day of the order.

Inspection: Pre-despatch inspection shall be carried out by CM (Excv), CIL, Bangalore. However, final inspection of the materials will be carried by consignee at site. Equipment is to be delivered at consignee site within 15 days or earlier from the date of pre- dispatch inspection and clearance by pre-dispatch inspecting authority.

Payment terms: 80% value of each equipment and the initial spares and 100% Excise Duty and full concessional ST / CST along with 100% transportation charges will be paid within 21 days of receipt of the complete equipment at the project site and receipt and acceptance of performance bank guarantee by the consignee. The equipment should be accompanied with relevant dispatch documents like challan, Maker’s Test-cum-Inspection certificate, Warranty certificate, Pre-dispatch Inspection Certificate etc.

Balance 20% payment shall be made within 21 days of successful commissioning of the equipment.

Paying Authority: General Manager (Fin.), WCL, Coal Estate, Civil Lines, Nagpur - 440 001.

Mode of dispatch: All the stores surely packed are to be dispatched by road transport to the consignee on Freight paid basis. Safe arrival of Machines is the responsibility of supplier.

Security Deposit: Exempted being a CPSU.

Consignee & Allocation :-NAME OF THE AREA

ALLOCATION CONSIGNEE OTHER DETAILS

Wani Area Niljay OCM – 1 No. Depot Officer, Regional StoresWCL, Wani AreaPo: Ghugus, Dist: Chandrapur (MS)Pin: 442505Phone No: 07172-275078

CEC NO. AAACW1578LEM074TIN NO. 27780000004RANGE: WARORADIVISION: CHANDRAPURCOMMISSIONERATE: NAGPUR

Wani North Area

Pimpalgaon OCM – 2 nos.Ukni OCM – 1 No.

Depot Officer, Regional Stores,Wcl, Wani North Area,Po:Ukni, Dist: Yavatmal (MS)Pin:445304Phone No: 07239-241025

CEC NO. AAACW1578LEM076TIN NO.: 27780000004RANGE: YAVATMALDIVISION : AMRAVATICOMMISSIONERATE: NAGPUR

Page 3: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Page 3

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Performance Bank Guarantee :- Performance Bank Guarantee valid for 21 months from the date of receipt and acceptance of equipment equivalent to 10% value of the contract (alongwith accessories) including taxes and duties etc. to the FOR Destination Price of the equipment on order covering the warranty period shall be submitted by you within 20 days of placement of order. Payment shall not be released without submission of performance bank guarantee. Performance Bank Guarantee shall be on Scheduled /Nationalized bank in India. Bank Guarantee format is enclosed. The Bank Guarantee shall be released after successful completion of the guarantee /warranty period after confirmation from GM(Excv.)HOD, WCL(HQ).

Guarantee /Warranty Clause: - as per the technical specifications enclosed as Annexure - A

Liquidated Damages cum Risk Purchase clause :-

In the event of failure to deliver the stores within the stipulated date / period in accordance with the samples and / or specifications mentioned in the supply order and in the event of breach of any of the terms and conditions mentioned in the supply order, Coal India Limited and / or its subsidiary Companies should have the right :-

a. To recover from successful tenderer, as agreed liquidated damages, a sum not less than 0.5% of the price of the store which successful tenderer has not been able to supply (for this purpose part of a unit supplied will not be considered) as aforesaid for each week or part of a week during which the delivery of such stores may be in arrears limited to 10 %. Where felt necessary the limit of 10% can be increased to 15% at the discretion of Head of the Materials Management Division

b. To purchase from elsewhere, after due notice to the successful tenderer, on the account and at the risk of the defaulting supplier the stores not supplied or others of a similar description without canceling the supply order in respect of consignment not yet due for supply or

c. To cancel the supply order or a portion thereof, and if so desired, to purchase the store at the risk and cost of the defaulting supplier and also

d. To extend the delivery period with or without imposition of Liquidated Damages as may be considered fit and proper. The penalty if imposed shall not be more than the agreed liquidated damages referred to clause (a) above.

e. To forfeit security deposit in full or part.

f. Whenever under the contract a sum of money is recoverable from and payable by the supplier, Western Coalfields Limited, shall be entitled to recover such sum by appropriating, in part or in whole by deducting any sum or which at any time thereafter, may become due to the successful tenderer in this or any other contract, with Western Coalfields Limited. Should this sum be not sufficient to cover the full amount recoverable, the successful tenderer shall pay to Western Coalfields Limited, on demand the remaining balance. The supplier shall not be entitled to any gain on any such purchase.

Submission of Bills: For claiming payment, following documents are to be submitted alongwith original bills as per terms of the supply order to the consignee.

i. Pre-receipted and stamped Invoice ( and / or Original Buyer’s copy of invoice wherever ED is payable)

Page 4

Page 4: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

ii. Required dealer invoice as mentioned in Taxes & Duties clause no. 16 / or Transporters copy of Invoice in case of supplies by manufacturers, for obtaining CENVAT credit wherever CENVAT credit is applicable.

iii. Packing list in original, list in original giving details of bill of materials

iv. Consignment note / RR/ LR in original

v. Warranty / Guarantee certificate

vi. Manufacturers test certificate as per supply order terms

vii. DGMS / BIS / Pre dispatch inspection certificates / any other document, if required as per the contract.

Please indicate your Bank Account number ,Name of Banker, Nature of Account ,MICR Code and IFSC code to facilitate payment through EFT while submitting your bill.

Force Majeure Clause: If the execution of the contract/supply order is delayed beyond the period stipulated in the contract supply order as a result of outbreak of hostilities, declaration of an embargo or blockade or fire, flood, acts of nature or any other contingency beyond the supplier’s control due to act of God then Western Coalfields Limited may allow such additional time by extending the delivery period, as it considers to be justified by the circumstances of the case and its decision shall be final. If and when additional time is granted by the Coal India Limited and its subsidiary companies, the contract/supply order shall be read and understood as if it had contained from its inception the delivery date as extended.

Manufacturing certificate: : As the order is being placed on the basis of consideration that you are a manufacturer of the ordered material, you will have to provide a certificate to the following effect on the body of each bill.

“Certified that the items supplied and included in this bill/ invoice are our own make and have been actually manufactured in our works situated at _______________ (address of the factory)

INTEGRITY PACT: Integrity Pact as signed and furnished by you along with the offer shall remain valid and applicable for this contract.

Arbitration Clause:

“In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts, such dispute or difference shall be referred by either party for Arbitration to the Sale Arbitrator in the Department of Public Enterprises to be nominated by Secretary to the Govt. of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may take further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The Parties to the dispute shall share equally the cost of arbitration as intimated by the Arbitrator”.

The Order is issued with this acceptance. Kindly acknowledge the receipt of this order.

Page 5

Page 5: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Unless otherwise specified above, the purchase order shall also be governed by the terms and conditions given in the General terms and conditions enclosed.

Bank Details as per Offer:

Name of bank & Branch : State Bank of India, Kingsway, NagpurAccount No. : 11072255258Nature of Account : Current AccountIFS Code of the Branch : SBIN0000432

Yours faithfully

(Alok Kumar) (P V BABU)Asstt. Manager (MM) Chief Manager (MM)

Enclosures: - 1. BEML’s offer including NIT technical specifications 2. List of Initial Spares3. List of Tools4. General Terms & Conditions5. PBG format

Copy to :1. GM/ SO(Excv) /SO(MM) /AFM/Depot Officer, WCL, Wani North and Wani Areas2. GM(Excv) / GM(CP)/ GM(Fin.) , WCL Hq., Nagpur3. FM(CP) / Sr.Mgr.(Excv), WCL Hq., Nagpur4. GM (F), WCL Hq., Nagpur vide Budget diary no FA/WCL/CAP/BC/HEMM/99 dt. 07.10.2014

for Rs. 1,13,39,07,687.20.5. GM(MM), SECL, MCL, CCL, BCCL, ECL, NCL 6. RD, CMPDIL, RI IV, Nagpur7. CM(Excv), CIL, Bangalore8. Sr. Manager(MM/Admin) – The Landed Value of the equipments is Rs. 13,39,07,687.20.9. Independent Monitor – Sri A.K. Bajaj, Ex Chairman, CWC

A-167, Defence Colony, New Delhi - 110024

Indent No. NGP/WCL/C2/MB/P&M/1413 dt. 09.09.2014 against replacement.Indent details: I,ndent Regn. No. C14061A017 DT. 26.05.2014

Asstt. Manager (MM) Chief Manager (MM)

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 6: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

ANNEXURE- A

1. SCHEDULE OF REQUIREMENT

Description Quantity

Hydraulic Excavator, 5.5 ~ 6.5 m3 Face Shovel ( Diesel Powered ) 4 Nos.

AS PER THE TECHNICAL SPECIFICATIONS INDICATED BELOW,

2. Technical specification:Preface - Instructions to BiddersIntroductionThese Technical Specifications identify the technical requirements of the Goods and Services which are the subject of this Tender.The Technical Specifications are presented in four parts as follows:

A. Scope of Supply

B. General Requirements1) Geography and Climatic Conditions2) Goods (Equipment and Machinery)3) Standards4) Supplier’s Responsibility5) After Sales Service & Spares Parts supplied.6) Composite Warranty / Guarantee7) Performance Guarantee8) Quality Assurance

C. Equipment Specifications

Conformity with SpecificationsThe Equipment to be provided shall conform with the requirements defined in these parts. Where stated requirements conflict, the order in which the specifications shall prevail is as follows:

Part Afollowed by Part B followed by Part CSite VisitsThe Bidder prior to making any Bid calculation and as part of the preparation of it's Bid, shall be deemed to have visited and inspected the Site(s), made all enquiries and collected all information documentary or otherwise, including climatic conditions, as considered necessary by the Bidder for the proper and accurate preparation of it's bid.

Technical ResponseBidders shall provide a Clause by Clause commentary demonstrating compliance with the Purchaser's Technical Specifications, identifying any deviations thereto, together with full supporting technical literature and data sheets. The Equipment offered by Bidders will be evaluated technically based on the information presented in the bid without reference to extrinsic evidence.

Additionally Bidders shall provide the information specifically requested in the Attachment to the Technical Specifications.

Failure to provide any information requested in any part of this specification may deem the bid non-responsive.

Supply Order No. 40431099-A DT : 09.10.2014

Page 7: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

M/s BEML Limited

PART A

A. Scope of Supply.

A.1 Equipment Package.

The supplier is required to bid as per the equipment package detailed in the Tender Document.

A.2 Supplementary Items

I. The equipment shall be provided with a comprehensive tool kit, which shall include any special tools required for erection, commissioning and for the maintenance and repair of all the equipment.

II. First fill of all oils, grease and lubricants needed for test and commissioning of each equipment.

III. All filters & O-rings required for Initial 5,000 working hours.

A.3 Information & Drawings

At least one month before the scheduled installation date the supplier shall provide

(a) FOUR suitable illustrated copy of operating, repair, and Maintenance instructions for all the equipment written in the English language, substantially bound in book form.

(b) FOUR suitably illustrated copy of detailed Spares Parts Manuals covering all plant, equipment and accessories substantially bound in book form.

The supplier shall also submit the data identified in the specifications for each item of Equipment proposed. In addition to the Equipment drawings requested, where appropriate the Supplier shall supply detailed drawings illustrating erection/assembly site(s), foundation and accommodation requirements for such items as drive motors, switch installations, etc.

A.4 Erection/Assembly, commissioning and Performance Testing :

The Supplier shall provide the service of Specialist Technicians to supervise the installation/erection/assembly, commissioning and any performance testing of the plant, equipment and accessories supplied.

The Technicians shall remain at site for the commissioning until all necessary personnel are fully conversant with the maintenance and operation of the equipment, and shall be available through out the warranty period.

A-5 Training

The supplier shall give a comprehensive training to the WCL Employees regardingHydraulic Systems and Circuits. The training shall include Audio Visual presentation at WCL’s site/ project/ Training Institute. The training shall be for a duration of 2 days at maximum 4 locations. The Supplier shall also be responsible for the provision and delivery content of any suitable training program necessary for operation and maintenance of the equipment.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 8: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

PART B

B. GENERAL REQUIREMENTS.B.1 Geography and Climatic Conditions.

Elevation : The natural surface varies from 100m to 1000m above mean sea level.

Climate: The climate is sub-tropical to tropical dusty with a hot and humid atmosphere.

Monsoon rains occur in the period from June to October –

Ambient Conditions Relative humidity - Maximum 98%

Temperature - Minimum 00 C

- Maximum 500 CRainfall : The mean annual rainfall is 1000 mm. 90 to 95% of which may fall in rainy seasonfrom June to October.

Wind April to September - South to South WesternlyOctober to March - North WesternlySpeed - 8 Km per hr average

100 Km per hour max.Under foot Slushy and highly abrasive -

B.2 Goods (Equipment & Machinery)Detailed specifications of the equipments to be supplied are given in Part “C” of this section.

In general all items shall be -New, unused and of the current design (incorporating latest proven features) and not likely to be discontinued or become obsolete in near future.

Designed and constructed to handle without overload and for the working hours stated, the maximum volumes/rates specified.

Designed to facilitate ready access, cleaning, inspection, maintenance and repair of component parts.Designed to facilitate rapid changeover of consumable items.

The component parts of all items shall, wherever possible, be selected from the standard ranges of reputable manufacturers.

The equipments and accessories shall be physically robust and where necessary capable of dismantling for transportation and ready re-assembly using simple tools. All equipments items provided shall be designed to be compatible within the proposed overall Scope of Supply.

Electrical equipments shall provide all protection devices, controls and interfaces for the equipment to operate safely and efficiently.

All workmanship and materials shall be of first class quality in every respect.

All parts and surfaces which are exposed to corrosive environments shall be suitably protected to prevent any effects of corrosion or erosion.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 9: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

B.3 Standard:(a ) Beside conforming to the standards specified in the equipment specifications in Part C , the equipment shall also has to meet approval of the Statutory Government Authorities including Director General of Mines Safety (DGMS) having jurisdiction over the Equipment and its use. (The system of units for all measurements shall be the System International Units (S.I.).

B.4 Suppliers Responsibility.The Supplier shall accept responsibility for the provision of complete operable and compatible Equipment and systems within the Scope of Supply. This documents identifies only the major items required for the installation and the Supplier shall ensure that the total supply includes all necessary equipments for it to function effectively and safely. Any additional items the Supplier considers necessary to ensure compliance with such a requirements shall be identified and included.

If the Supplier observes that this specification documents contains any anomalies, ambiguities, flaws, errors or omissions, the supplier shall immediately bring these to the attention of the Purchaser.

The supplier shall be responsible for the testing and commissioning of the equipments and ensure that it meets the requirements as specified. The commissioning and setting to work of the whole equipments supply package shall be carried out under the supervision of the Supplier in conjunction with the Purchaser’s nominated personnel.

B.5 AFTER SALES SERVICE & SPARE PARTS SUPPORTB.5.1 After Sales Support Net work :-The After Sales Service and Spare Parts Support net work & infrastructure should be available in India to support the machines. In case of overseas manufacturer, the firm should have their own office & appropriate set up in India, for support of the Spare parts supplies & after sales service net work.

The firm should have supplied the quoted model equipment in past. Population list indicating model, Eqpt Serial No, month & Year of supply, present HMR, present status & location of the machines should be furnished in the offer.

Details of the present network & Eqpt. fleet in India should be furnished in the offer.

B.5.2. Provisions of Spare Parts.All items and Equipments proposed shall be of current design and manufacture.

Within the Contract Price, the Purchaser will agree to purchase all filters and O rings required for first 5,000 hours of operation of each equipment.

The bidder shall stock sufficient fast moving & maintenance and other spares in their Local Depots to ensure maximum availability of their equipment.

The supplier shall warrant that sufficient stock of spares parts will be maintained in the office/ depot and servicing facilities will be available in India, preferably at the coal mining area of WCL/ at Nagpur, to maintain the equipments in use through out its life.

B.5.3 Emergency Spare PartsThe Bidder shall ensure that spare parts required urgently for repair of break-down equipments, are supplied at over riding priority.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 10: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

In case the required spares, for breakdown equipment, are not available in the inventory maintained in the local depot, the same should be immediately made available from nearest available stock or diverted from the production line in the factory. Arrangements will be made by the bidder to air lift the required spares and supply the same immediately to facilitate early re- commissioning of the breakdown equipment.

B.5.4 Lifetime Spare Parts.The supplier undertakes and guarantees to produce and maintain stocks, to be available for purchase by the Purchaser under separate agreements of all Spare Parts and Consumables as may be required for maintenance and repair of the equipment throughout its working life. In the event that the Supplier wishes to terminate production of such Spare Parts, the Supplier shall:

(a) give not less than six months notice in writing of it’s intention to erminate production in order to permit the Purchaser reasonable time in which to procure needed requirements and

(b) immediately following termination, provide to the Purchaser at no cost, manufacturing drawings material specifications and all necessary permissions to facilitate manufacture of the spare parts elsewhere.In any event, the Supplier shall not seek to terminate manufacture of spare parts for a period of not less than 10 (ten) Years from taking over.

B.5.5. Oil, Lubricants and Fluids :Not less than (1) month before the scheduled date for Acceptance, the Supplier shall provide to the purchaser a detailed schedule of all necessary oils, lubricants, fluids and the like for the operation and maintenance of equipment. The schedule shall indicate estimated annual consumption and specify the appropriate international standard number or the name and reference number of an equivalent available in India considered to be acceptable by the Supplier.

B. 5.6 GeneralNothing in this clause B.5 shall relieve the supplier of any guarantee, Availability, performance or other obligations or liabilities under the contract.

B.6 Composite Warranty/GuaranteeThe bidder shall warrant that the equipment supplied under this contract is :a. In accordance with the contract specifications.

b. The equipment shall have no defects arising out of design, material or workmanship and the complete equipment shall be warranted for 12 months or 5,000 Hrs (whichever is earlier) from the accepted date of commissioning.

The warranty shall cover for total equipment so that ultimate responsibility has only with the equipments bidder although components may be supplied by different suppliers to the Bidder.

B.7 Performance Guarantee :B.7.1 Introduction.B.7.1.1 The supplier shall guarantee that the equipment supplied pursuant to this contract shall be available for use by the Purchaser and shall meet the performance criteria specifications at the level and in accordance with the terms and conditions of the Availability Guarantee herein contained.

B.7.1.2 Where equipment supplied under the Contract fails to meet the criteria of the Availability Guarantee, the Supplier shall, at its own cost, provide suitably qualified and experienced personnel at site to demonstrate to the purchaser’s satisfaction that the required level of availability can be achieved and maintained.

Page 11: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

B 7.2 GuaranteeB7.2.1 The supplier shall guarantee that the equipment supplied pursuant to the Contract shall be available to the Purchaser at the level hereinafter defined to perform to criteria of not less than that defined in the Technical Specifications incorporated in the Contract.

B 7.2.2 The Supplier shall guarantee that the equipment shall be available to perform its duty to minimum criteria and to the minimum availability percentage level as defined in the individual equipment specifications included as the Attachment to the Technical specifications. The method of assessment applied shall be as follows :

Method of Assessment :The following calculation shall determine the availability of the equipment% Availability = Scheduled Available time – Down time X 100

Scheduled Available time

Scheduled Available time shall equate to 24 hours.

Down time shall mean all hours of work lost due to mechanical, electrical or other failure. Including:a) routine servicing and maintenance in accordance with the manufacturer’s published recommendations .b) planned preventive maintenance programmes,It shall not however include :I. damage due to abusive use or incorrect operation methods by the Purchaser.II. accidents.III. Strikes or stoppage of work by the purchaser’s personnelIV. Natural disaster.V. Lack of spare parts not attributable to a failure of the supplier; it’s Agents or representatives.Down time shall also specifically include all hours lost due to failures determined to be failures within guarantee period.The Supplier shall state the number of hours per day required to carry out (a) and (b) above.

The Purchaser will assist the Supplier, without relieving the Supplier of any other obligations under the Contract, to achieve the guaranteed availability by :1. Providing normal and proper maintenance, including preventive maintenance in accordance with the Supplier’s standard/published recommendations, and making all necessary repairs using only genuine manufacturer’s spares.2. Providing cooperation to all Supplier’s authorized representatives, complying with all reasonable procedural suggestions to improve efficiency of machine operation or reduce downtime.3. Where appropriate, providing and maintaining such conditions as :· proper electrical supply· Terrain area· Bench preparation.· Reasonable floor conditions.4. Providing all Supplier’s authorized representatives access at all reasonable times to the machines service and repair facilities.5 Maintaining of log book for each shift wherein the working hours, breakdown time, maintenance hours, idle time, etc. shall be recorded. This record will be available for examination and signature by the Supplier’s representative.

Page 12: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

B.7.2.3 Waiting time for maintenance shall not be taken as downtime.B.7.2.4 The average routine maintenance hours shall not be more than two hours per day. In case the site personnel of WCL are unable to carryout the daily maintenance in two hours in such case the supplier shall carry out the maintenance within two hours and train the project personnel to enable them to carry out the normal routine maintenance within two hours every day. In the event the project personnel are unable to carry out the routine maintenance in two hours time every day even after the demonstration & training by the supplier, the time taken over & above two hours

by the project personnel will not be counted as downtime.

B. 7.2.5 The supplier will promptly report any breakdown in any major sub assembly/subassemblyto the concerned Head of Excavation Department of the subsidiary company.

B 7.3 Effects and Duration of Guarantee:

B.7.3.1 This guarantee shall become effective on the day on which the Equipment is commissioned at the Site. Commissioning shall be evidenced by the issue of the Purchaser’s Acceptance Certificate.

B.7.3.2 This guarantee shall remain effective for twelve (12) months from the date of commissioning irrespective of the hours operated by the equipment during the period of the guarantee.

B 7.3.3 When the Supplier is unable to supply the replacement of a failed part under warranty within 21 days of giving intimation by the consignee and if the machine is commissioned by using the spares from the stock of the project the period (after 21 days) till the supplier replaces the part under warranty shall be treated as “Deemed Breakdown” (the credit for keeping machine available shall not be given to the supplier).

B 7.3.4 SPECIAL CONDITION :For close monitoring of the performance of equipment under warranty , the Project authority must furnish the following information as per enclosed proforma (Annex-1) on monthly basis to the Area Staff Officer (Excv.) . On completion of the Performance Guarantee period , a consolidated statement in the said proforma must be sent to GM(EXCV.) of the subsidiary company for judgment regarding performance of the equipment. The project authority must not give any performance certificate directly to the equipment supplier.

B.8 QUALITY ASSURANCEB 8.1 The Supplier should furnish in detail its quality assurance plan for various stages of manufacture. The Quality Assurance Plan shall comply with an internationally recognized quality assurance standard such as ISO 9000.

B.8.2 The Supplier shall provide facilities to Purchaser or their authorized representatives, when so required by them , for progress inspection during manufacture at his works and furnish all test data available in this regard for quality control, both for bought out items and his own manufactured items.

B.8.3 The Purchaser or his agent, when so required by him, shall also be provided with samples of “bought-out” materials for the purpose of undertaking independent tests which independent tests shall be at the expense of the Purchaser.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 13: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

PART C

EQUIPMENT SPECIFICATION

HYDRAULIC EXCAVATOR, 5.5 ~ 6.5 m3 FACE SHOVEL (DIESEL POWERED)

1. Scope of SpecificationThis specification is intended to cover the technical requirements for the design, manufacture, testing, delivery, on-site erection and commissioning of a self-propelled, crawler mounted (diesel powered) Hydraulic Excavator of not less than 5.5 – 6.5 m3 Face Shovel with Bottom Discharge Bucket.

2. ReferencesThe following International Standards are referred to in, and form part of, the Specification:

ISO 2867 Earth-moving machinery - Access systemsISO 3457 Earth-moving machinery - Guards and shields - Definitions and specificationsISO 4557 Earth-moving machinery - Excavators - Operator’s controlsISO 6014 Earth-moving machinery - Determination of ground speedISO 6015 Earth-moving machinery - Hydraulic excavators - Methods of measuring toolforcesISO 6405-1 Earth-moving machinery - Symbols for operator controls and other displays –(Part 1: Common symbols)ISO 6405-2 Earth-moving machinery - Symbols for operator controls and other displays -Part 2 : Specific symbols for machines, equipment and accessoriesISO 6750 Earth-moving machinery - Operation and maintenance - Format and content ofmanualsISO 7135 Earth-moving machinery - Hydraulic excavators - Terminology and commercialspecificationsISO 8643 Earth-moving machinery - Hydraulic excavator and back-hoe loader boom lowering control device - Requirements and testsISO 9249 Earthmoving Machinery – Engine test code – Net PowerISO 7546 Earth-moving Machinery – Loader & front loading excavator buckets – Volumetric ratings.

3. Design CriteriaThe Excavator shall be capable of continuous digging for protracted periods on a system of 3 shifts each of 8 hours duration per day throughout the year in hard, slushy, highly abrasive, blasted sandstone/rock having a density after blasting of 1,800 kg/m3 or in coal having a density, after blasting of 1,150 kg/m3.

The Excavator shall be suitable for 3:1 heaped loading of Rear Dumpers with capacities ranging from 35 tonnes to 85 tonnes.

The Excavator shall have the following working ranges:

Maximum Cutting Height Not Less Than 12.0 mMaximum Digging Reach Not Less Than 11.0 mMaximum Digging Depth Not Less Than 3.5 mMinimum level crowding distance Not Less Than 4.0 m

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 14: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

The bucket digging force measured in accordance with ISO 6015 should be not less than 15,000 kg/m of bucket width. The ratio of arm or bucket digging force to operating weight should preferably be equal to or less than 0.60. The operating weight of the machine should not be less than 95,000 kg for the definite Boom, Arm & Bucket combination offered in the bid.

4. Technical Requirements4.1 BucketThe excavator shall be supplied with a hard faced, heavy duty rock bucket of minimum 5.5 m3 capacity rated according to ISO 7546. The specific weight of steel used in construction of the bucket shall not be less than 7800 kg/m3. The tooth points supplied with the bucket shall also be hard faced and should have proper, durable, easily removable and shock absorbing type attachment with the bucket.

4.2 Front End Equipment (Boom & Arm)The bottom and arm should be a rugged durable construction of high strength steel and free from any stress concentrations. The design must take care of all forces i.e. bending, torsion, compression etc encountered during operation of the equipment. Sealed bearings should be provided at pivot points. The bucket attachment connecting pins shall be sealed and lubricated.

4.3 EngineThe Excavator shall be powered by a direct injection 4-stroke turbo charged diesel engine of not less than 400 KW (537 HP) net power measured at the rated RPM according to ISO 9249. The Engine shall be provided with 24V electric starting, dry type 2-stage air-cleaner withdust level indicator and 2-stages fuel filter with water separator.

The engine shall have a water jacket cooling system, thermostatically controlled, using an engine driven water pump, with the cooling water re-circulated through a heavy duty radiator. The system shall be capable of providing sufficient cooling to allow the Excavator to continuously operate at the full rated output at the specified ambient temperature. The

moving parts of the engine shall be lubricated by an engine driven oil pump, with full flow oil filtration and cooling. The engine shall be equipped with an over-speed governor and all safety appliances.

4.4 Hydraulic Drive systemThe excavator hydraulic system should preferably be directly powered by the prime mover for efficient operation of slew and travel motors and the front end applications of the equipment. The hydraulic pumps, motors and cylinders should be field proven large heavy type and have suitable in-built protection from surge, cavitation loss of oil due to hose leakage or burst etc. As far as practicable, reputable single make pumps, motor, cylinders and valves etc shall be used in the machine.

Adequate filtration of hydraulic oil with provision of warning alarm in case of blockage of filter shall be provided. The hydraulic tank preferably be pressurized. An adequate and effective hydraulic oil cooling system shall also be provided.

All hoses shall be grouped as far as possible and suitably clipped to reduce damage from scuffing.

A boom lowering control system which complies with ISO8643 shall be provided.

4.5 Swing SystemAn independent hydraulic system should be provided for the swing motion. An upper structure Swing Lock with Swing Motor Brake shall be provided.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 15: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

4.6 Propel and SteeringIndependent crawler drive with independent fail-safe braking system and hydraulically operated emergency and parking brakes shall be provided.

4.7 UndercarriageThe undercarriage shall be heavy duty and of sufficient strength to withstand the high loads which may occur due to uneven ground conditions. It shall be welded construction and stress relived as required.

The sprocket should be a single piece type. Lifetime lubricated idler and rollers and a reliable track tensioning arrangement should be provided.

Crawler shoes shall be heavy duty and designed for ease of replacement whenever necessary.

The weight of the undercarriage should preferably be 40 to 45% of the operating weight of the machine.

4.8 Machinery HouseThe excavator shall be provided with a dust proof machinery house made of steel sheeting

supported by a steel structure and shall cover the engine and drive system. It shall be designed to give ready and safe access to personnel & equipment for maintenance.

Non-slip type walkways and catwalks with handrails shall be provided in and around the machinery house, the operator’s cab and service platforms and shall comply with ISO 2867.

4.9 Centralized Lubrication System

A centralized Automatic Lubrication system of positive pressure type should be provided with warning alarms for identification of failed points.

4.10 Operators’ cab

A fully insulated, sound suppressed, fully air conditioned operators ‘s cab with FOPS, front guard, safety glass, wind shield wiper and washer should be mounted on rubber sock absorbers and elevated to facilitate a clear and unrestricted view of the operating area. The operator’s seat shall be a fully adjustable bucket type with foam rubber cushion and best quality upholstery. A cooling fan shall also be provided. The cabin should have sufficient space to enable operator to work with ease and comfort.

All operating controls, gauges (with colour indication for safe and unsafe working), monitoring and working signals shall be conveniently located in consoles within easy reach of the operator and comply with ISO 4557, ISO 6405-1 and ISO 6405-2.

4.11 Lighting

Adequate flood lighting and illumination at strategic points both outside and inside of the machine shall be provided for visual observation and night shift operation.

4.12 Guards and Shields

Adequate guards and shields which comply with ISO 3457shall be provided throughout the excavator.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 16: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

4.13 Gauges and IndicatorsFollowing Gauges and Indicators, or alternative display mechanism, shall be provided as minimum. Water temperature gauge Engine oil pressure gauge / indicator Fuel capacity gauge Engine tachometer Engine hour-meter Hydraulic Oil Level GaugeThe Gauges / Indicators / Display mechanism shall preferably be Electronic Sensor Type.

4.14 Warning AlarmsThe audio / visual Warning Alarms systems shall be provided for the following.1. Low engine oil pressure2. High coolant temperature

4.15 Electrical SystemsThe Excavator shall be provided with the following.1. 24V DC electrical system with suitably rated alternator of reputable make2. Electric start3. Reputable make high capacity batteries4. Battery isolation Switch5. Battery should be located away from the operator’s cabin.

All electrical circuits shall be protected by adequately rated fuses & MCBs which shall be easily accessible for maintenance. At least two spare fuses of each size shall be provided in each fuse box.

4.16 Automatic Fire Detection & Suppression System (AFDSS)Suitable MultiPoint Automatic fire detection & Suppression system (DGMS approved type) of reputed & proven make / model and sufficient capacity will be installed on the machine, with the following minimum features:-a. Automatic detection of fire.b. Initiation of Audiovisual alarmc. Actuation of Extinguisher systemThe system should be capable for detection of fire and to extinguish the machine from all type of fires and ensure the protection from fire hazards in all ambient conditions / season in the mines.

The system shall comply with relevant Indian Standard.

4.17 Fire ExtinguishersTwo numbers of fire extinguishers shall be provided at strategic points on the excavator, suitably mounted in heavy duty brackets for ease of removal. The extinguishers shall be dry power (cartridge type) with a minimum capacity of 5 kg and shall comply with Indian Standard IS:2171.

5. Ancillary Equipment / Additional Safety Features And other requirementsThe following are to be provided on the Excavator:a) Two set of Horns (one each for Front & Rear side)b) Air filter clogging indicatorsc) 12 (Twelve) sets of Additional tooth Points, initially hard faced, with each Excavator.d) Fire proof Exhaust pipe blanket on exhaust side of engine.e) Baffle plate (on Turbo side and hydraulic pump / between hot zone & cold zone)f) All function cut off switch to be provided.Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 17: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

g) Swing Motor Brake to be providedh) Turbo charger guard.i) Fire/Heat Resistant/Retarder Hydraulic hoses to be provided to reduce the chances of fire.j) All Sleeves and conduits where cables / wires are passed, shall be fire / heat resistant.k) Seat belt for operatorl) Vent valve on top of Hydraulic tank should be able to be removed without any tool.m) A baffle plate between cold zone and hot zone to be provided.n) Automatic Fire Detection & suppression system (DGMS approved type) shall be provided.o) Provision / suitable device for limiting of hydraulic cylinder during end stroke.

6. Special GuaranteesThe following guarantee will apply for the different components from accepted date of commissioning.

Complete engine system – 24 months or 7,550 hrs, whichever is earlier.

In case of failure of engine system within 6,500 hrs. the failed components of the engine system shall have to be replaced/repaired depending on the merit of the case free of cost by the supplier. In case of failure of engine system beyond 6,500 hrs the system will have to be replaced on pro-rata payment basis taking the life of engine system as 7550 working hours.

Engine Hour Meter - Will be covered under composite warranty.Electrical items - Will be covered under composite warranty.Undercarriages - 24 Months or 6500 hours, which ever is earlier.Hyd Pumps, Motor & Cylinders - 24 Months or 6500 hours, which ever is earlier.Ring Gear & Swing Pinion - 24 Months or 6500 hours, which ever is earlier.Boom & Arm - 36 Months or 10,000 hours, which ever is earlier.Chasis/ Structure - 36 Months or 10,000 hours, which ever is earlier.

7. Performance guaranteeIn accordance with the provisions of clauses B.7.2.2 and B.7.3.2 of the Technical Specifications, the supplier shall guarantee that the availability of the equipment shall be not less than 85% (eighty five percent) for a period of 12 months from the accepted date of commissioning.

8. Information to Be Provided By the Supplier: AS PER ATTACHED OFFER.

9. GUARANTEE / WARRANTYi) The equipment will be warranted against any manufacturing defects / workmanship for a period of 12 months from date of commissioning or 5,000 hours (whichever is earlier) from the date of commissioning. For specific warranty on assemblies and subassemblies, details given in Technical Specification (“Special Guarantee”) shall be referred to. Any defect observed on this account shall be attended to immediately / within 21 days.

ii) Special Warranty Clause – If the order is decided to be placed on the bidder the bidder should confirm against the clause that “in the event of any breakdown or failure of performance due to defects in materials, design, workmanship, spare parts etc., WCL shall promptly notify the supplier in writing of any claims arising under this warranty. The repairs, replacement or rectification work shall be carried out by the supplier at site at no cost to the purchaser within 21days of settlement of warranty claims.

Supply Order No. 40431099-A DT : 09.10.2014M/s BEML Limited

Page 18: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

“At no cost to the purchaser” means, the supplier will have to bear all the expenses upto the destination site i.e. Ex- works prices, Excise Duty, Sales Tax, Insurance, Inland transportation charges etc. as applicable to ensure free delivery of warranty replacement at WCL sites.

The supplier will be required to stock spares parts to take care of warranty period breakdown. Spares should be available within three weeks from the date of intimation of breakdown.\

iii) The suppliers must ensure that there is no major breakdown due to manufacturing / design defect during the warranty period. In case such breakdown occurs, the purchaser will reserve the right to extend the warranty period suitably.

10. ERECTION & SUPERVISIONThe supplier shall be responsible for the erection and commissioning within 30 days of the receipt of complete equipment at site. However, the purchaser will assist in providing necessary erection tools & tackles etc. and unskilled manpower for this purpose.

11. INSPECTION AND TESTSi. The purchaser or its authorized representative shall have the right to inspect and/or to test the goods to confirm their conformity to the contract. The purchaser shall notify the supplier in writing of the identity of any representative retained for these purposes.

ii. The inspections and tests may be conducted at the premises of the supplier or its subcontractor(s), at point of delivery and/or at the goods final destination when conducted on the premises of the supplier or its subcontractor (a), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to the inspectors at no charge to the purchaser.

iii. Should any inspected or tested Goods fail to conform to the specifications, thepurchaser may reject them and the supplier shall either replace the rejected goods and make all alternatives necessary to meet specification requirements free of cost to the Purchaser.

iv. The materials will be inspected on arrival at site by the consignee, which will be considered as final. This shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representatives prior to the dispatch of the Goods.

v. Nothing in these documents shall in any way release the supplier from any warranty or other obligations under this contract.

Page 19: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

WESTERN COALFIELDS LIMITED.

Tender Ref no: hq-pur-pvb-e035-2013-14

TEMPLATE FOR TECHNICAL SPECIFICATION / TERMS AND CONDITIONSBIDDER SHOULD CONFIRM THE ACCEPTANCE OF TERMS & CONDITIONS AND CONFIRM SUBMISSION OF

RELEVANT DOCUMENTS:

NAME OF THE BIDDER BEML LIMITED

Reference No. & date of offerBEML/MN/WCL/209/BE1000-1

FS/110 DT. 11.07.2014Sl.no Description Bidder to Agree

1.0 ITEM DESCRIPTION

1.1

Bidder shall confirm acceptance of the technical specifications, Scope of supply, submission of the required documents, guarantee / warranty, Composite guarantee, Performance Bank Guarantee and other terms as per the clauses indicated in Annexure B of the NIT.

ACCEPTED ALL TERMS IN TOTAL

2.0 REQUIREMENT / OFFERED QUANTITY

NIT SL NO

ITEM DESCRIPTIONBidder to indicate the make and

model & type of the quoted equipment

1HYDRAULIC EXCAVATOR 5.5 – 6.5 CU. MTR. CAPACITY FACE SHOVEL (DIESEL POWERED)

BEML, BE1000-1

Bidder to indicate the offered quantity

1a Tendered Quantity – 4 Nos. 04 NOS.

2Technical specifications as per Annexure “B” to be accepted by the bidder.

Bidder to confirm & Accept

Acceptance of Clause in Part A & Part B. ACCEPTED

1.0 Scope of Supply - As per clause A-1 to A-5 ACCEPTED

2.0 General Requirements – As per clause B-1 to B-4. ACCEPTED

3.0 After Sales Service & Spare Pars Support (B-5) as per Clause No. B-5.1 to B-5.6

ACCEPTED

4.0 Composite Warranty/Guarantee as per Clause No. B-6 ACCEPTED

5.0 Performance Guarantee ((B-7) as per Clause No. B-7.1 to B-7.3.4

ACCEPTED

6.0 QUALITY ASSURANCE (B-8) as per Clause No. B-8.1 to B-8.3

ACCEPTED

3 Acceptance of Clauses in Part C Bidder to confirm & Accept

1Scope of Equipment Specification & References as per the NIT Clause No. 1 & 2.

ACCEPTED

3 Design Criteria as per the NIT Clause No. 3 ACCEPTED

4 TECHNICAL SPECIFICATIONS ACCEPTED

4.1 BUCKET as per clause No. 4.1 ACCEPTED

4.2FRONT END EQUIPMENT (BOOM & ARM) as per Clause No. 4.2

ACCEPTED

4.3 ENGINE as per clause no. 4.3 ACCEPTED

4.4 HYDRAULIC DRIVE SYSTEM per cause no. 4.4 ACCEPTED

4.5 SWING SYSTEM as per clause no. 4.5 ACCEPTED

4.6 PROPEL & STEERING as per clause no. 4.6 ACCEPTED

Page 20: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

4.7 UNDER CARRIAGE as per clause no. 4.7 ACCEPTED

4.8 MACHINERY HOUSE as per clause no. 4.8 ACCEPTED

4.9 CENTALIZED LUBRICATING SYSTEM as per clause no. 4.9 ACCEPTED

4.10 OPERATOR'S CAB as per clause no. 4.10 ACCEPTED

4.11 LIGHTING as per clause no. 4.11 ACCEPTED

4.12 GUARDS & SHIELDS as per clause no. 4.12 ACCEPTED

4.13 GAUGES & INDICATORS as per clause no. 4.13 ACCEPTED

4.14 WARNING ALARMS as per clause no. 4.14 ACCEPTED

4.15 ELECTRICAL SYSTEM as per clause no.4.15 ACCEPTED

4.16 AUTOMATIC FIRE DETECTION & SUPPRESSION SYSTEM (AFDSS) as per clause no. 4.16

ACCEPTED

4.17 ELECTRICAL EQUIPMENT as per clause no. 4.17 ACCEPTED

4.18 FIRE EXTINGUISHERS as per clause no. 4.18 ACCEPTED

5ANCILLARY EQUIPMENT / ADDITIONAL SAFETY FEATURES AND OTHER REQUIREMENTS as per clause 5 ( a to o )

ACCEPTED

6 SPECIAL GUARANTEE CLAUSE as per Clause No. 6 Accepted

7 PERFORMANCE BANK GUARANTEE as per Clause No. 7 Accepted

8 INFORMATION TO BE PROVIDED BY THE SUPPLIER Bidder to confirm/Indicate detals

8.1 GENERAL ACCEPTED

8.2 TECHNICAL DETAILS as per clause i to xi ACCEPTED

8.3 DIMENSIONS, WEIGHTS AND PERFORMANCE DETAILS ACCEPTED

8.3.1 WORKING RANGES as per clause 1 to 7 ACCEPTED

8.3.2 DIMENSIONS ACCEPTED

8.3.2.1 BASIC MACHINE as per clause a) to h) ACCEPTED

8.3.2.2 FRONT END – FACE SHOVEL as per clause a) to c) ACCEPTED

8.3.3 WEIGHTS as per clause a) to d) ACCEPTED

8.3.4 PERFORMANCE DETAILS as per clause a) to c) ACCEPTED

8.3.5 HYDRAULIC SYSTEM as per clause a) to d) ACCEPTED

8.3.6 UNDER CARRIAGE as per clause a) to h) ACCEPTED

8.3.7 LIGHTING DETAILS ACCEPTED

8.3.8 ENGINE as per clause a) to f) ACCEPTED

9 GUARANTEE / WARRANTY as per clause i) to iii) ACCEPTED

10 ERECTION & SUPERVISION ACCEPTED

11 INSPECTION & TESTS as per clause i) to v) ACCEPTED

INFORMATION TO BE PROVIDED BY THE TENDERERBidder to confirm the submission

of documents

8.1(a)DETAILS OF SIMILAR MODEL SUPPLIED DURING LAST 5 YEARS as per clause no. 8.1(a) (information to be prepared as per the format and uploaded)

UPLOADED

8.1(b)DETAILS OF NEAREST DEPOT/WAREHOUSE AND SERVICE FACILITY as per clause no. 8.1(b) (information to be prepared as per the format and uploaded)

UPLOADED

8.1(c) DETAILS OF STANDARD SPECIAL TOOLS as per clause no. 8.1(c) (information uploaded)

UPLOADED

8.1(d)DETAILS OF ERECTION PROGRAMMES FOR THE EQUIPMENT as per clause no. 8.1(d) (information uploaded)

UPLOADED

8.2(i) Volumatric Rating of Bucket with ISO No. together with verification calculations & drawings as per clause No. 8.2(i)

UPLOADED

8.2(vi)Detailed Technical descriptions and specifications of the Hydraulic Face Shovel (Diesel) Excavator , as per clause no. 8.2(i) (information uploaded)

UPLOADED

8.2(ii) Max. Arm and Bucket Cylinder Digging forces measured UPLOADED

Page 21: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

according to ISO 6015, as per clause 8.2(ii) (information to be uploaded)

8.2(iii)

Schematic Drawing of the machine showing the position of the Centre of Gravity and it’s distance from the Central Axis of Rotation under the following operating conditions:

UPLOADEDa) Bucket at maximum digging force position with crawler tracks perpendicular to the face of the cutb) Bucket at maximum digging force position with crawler tracks parallel to the face of the cut.

8.2(iv)Details of electric drive control systems, including circuit diagrams, motor details and transformer specification (if applicable).

NOT APPLICABLE

8.2 (v) Time for the following operating cycle : DETALED BELOW

8.2(v)a Load the bucket to rated capacity over the maximum working range.

DEPENDS ON OPERATOR'S SKILL AND DENSITY OF MATERIAL.

8.2 (v)b

Swing through an angle of 90° 19±1 SEC

8.2(v)c Dump 2.0±0.3 SEC

8.2(v)d Return to dig. 18±1 SEC

8.2(vi)Detailed Technical descriptions and specifications of the Hydraulic Face Shovel (Diesel) Excavator , as per clause no. 8.2(i) (information uploaded)

UPLOADED

8.2 (vii)

Layout drawings and detailed descriptions of all hydraulic systems and components.

UPLOADED

8.2 (viii)

Comprehensive commercial literature specifications, the content of which must comply with ISO 7135.

UPLOADED

8.2 (ix) Schematic and layout drawings and details of automatic lubrication systems, with details of the Supplier.

UPLOADED

8.2 (x) Details of major bought-out assemblies and sub assemblies including manufacturer, type etc.

UPLOADED

8.2(xi) Operation and maintenance manuals in accordance with ISO 6750 to be supplied with the Equipment.

ACCEPTED

8.3 WORKIG RANGE, DIMENSIONS, WEIGHTS AND PERFORMANCE DETAILS

DETAILED BELOW

Description ParametersBidder to indicate the Details/ parameters of the offered Model Equipment

8.3.1 Working range

1. Maximum digging / cutting height

12170 MM

2. Maximum dumping height 8780 MM

3. Maximum digging depth 3910 MM4. Maximum digging reach at ground level

10950 MM

5. Maximum digging reach 11380 MM

6. Digging force (Bucket) 58500 kgf

7. Digging force (Arm) 56000 kgf

Page 22: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

8.3.2 Dimensions

8.3.2.1 Basic Machine

a) Upper structure overall width 3.59 mb) Upper structure overall width, with catwalks

5.108 m

c) Upper structure rear end swing radius

4.65 m

d) Height to top of FOPS 5.144 me) Clearance under upper structure

1.637 m

f) Undercarriage overall width 4.61 m

g) Crawler overall length 5.03 m

h) Crawler tracks height 1.53 m

8.3.2.2FRONT END – FACE

SHOVEL

a) Bucket width 2.65 mb) Boom length with specified bucket

5.10 m

c) Arm length with specified bucket

3.80 m

8.3.3. WEIGHTS

Shipping weight/details of all separate components

a) Bucket total weight8659 kg (Including front & rear

bucket weights)b) Bucket specific weight (Bucket material)

7900 kg/m³

c) Weight of undercarriage 39,350 kg

d) Total working weight 98000 kg

8.3.4 Performance details

a) Swing speed 4.5 r/min

b) Travel speedhigh 0.94 m/sec low 0.67 m/sec

c) Gradeability 0.78.3.5 Hydraulic System

a) Make, Model, Number, Flow rates and operating pressures of Pumps

DETAILS ATTACHED AT ANNEXURE-1

a) Pumps: 4 nos Rexroth make Max. flow rate(l/min), Operating

pressure(MPa), Model2 x 628 l/min (Main Pump)

31.39 A20VLO190LG1DH2/10L-NTD24N00

1 x 405 l/min (Swing system is of closed loop type) 31.39

A4VG180DWDMT1/32R-NSD02F001D-S

1 x (49+24.5) l/min (Pilot + PTO Lube)

3.4 AZPFF-11-022/011LRR0101MB

b) Make, Model, Number and ratings of motors

DETAILS ATTACHED ATANNEXURE-1

b) The following are the ratings of motors : (REXROTH make)

4 Nos.Travel motors max. pressure 31.39 MPa, A6VE160HZ3/63W-

VAL22XB-S 2 Nos. Swing Motors max.pressure 29.43 MPa, A2FE125/61W- VAL027

c) Make, Number, piston Details Attached At Annexure-1

Page 23: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

diameters, stroke lengths of cylinders

c) The following are the details of cylinders : QTY DIA (mm) x STROKE(mm)Boom 2 225 x 1805Arm 2 180 x 1765Bucket 2 200 x 1530Bottom dump 2 140 x 435

d) Relief valve operating pressure.

DETAILS ATTACHED AT ANNEXURE-1

d) The following are the relief valves operating pressures:

Work attachment circuit : 31.39 MPa (320 kg/cm2)

Travel circuit : 31.39 MPa (320 kg/cm2)

Swing circuit : 29.43 MPa (300 kg/cm2)

Pilot circuit : 3.43 MPa (35 kg/cm2)

8.3.6 Under Carriage

a) Crawler widthCrawler width : 710 mm (Track

shoe)

b) Crawler shoes, total numberCrawler shoes : Double GrouserTotal number : 102 nos.-51 nos.

on each crawler.c) Centre to centre of idler roller and sprocket

Centre to centre of idler roller and sprocket : 5.03 m

d) Ground contact area Ground contact area : 7.81 sq.m

e) Ground bearing pressureGround bearing pressure : 123.56

Kpa

f) Load rollers, diameter and number per crawler

Load rollers, diameter and number : 270 mm

per crawler : 8nos. on each side.

g) Driving sprocket, diameterDriving sprocket diameter : 1.046

m (PCD)h) Idler roller, diameter Idler roller diameter : 0.88 m

8.3.7 Lighting details.Adequate flood light and

illumination will be provided inline with the requirement of NIT.

8.3.8 ENGINE

a) Make and Model BEML BSA6D170-1

b) Number of Cylinders 6 cylindersc) Bore Dia & Stroke Length (in mm)

170 mm x 170 mm

d) Displacement volume. 23.15 lts.e) ISO Net power at _______ RPM (Power rated RPM)

ISO net power : 404 kW @ 1700 rpm

f) Maximum Torque at ___ RPM (Torque & rated RPM )

2550 Nm @ 1300 rpm

9 GUARANTEE / WARRANTY as per clause 9 (i, ii & iii) Accepted

10 ERECTION & SUPERVISION Accepted

11 INSPECTION & TESTS as per clause 11 ( i to v) Accepted

12 DOCUMENTS TO BE UPLOADED WITH THE OFFER :Bidder to confirm and indicate

details

12.1SCANNED COPIES SUPPLY ORDER(S) AS PER CLAUSE NO. 19 OF ANNEXURE “B” OF THE NIT FOR ESTABLISHING THE

PROVENNESS OF THE BIDDERUPLOADED

Page 24: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

12.1aBIDDER HAS TO INDICATE THE DETAILS OF THE SUPPLY

ORDER(S) / CREDENTAIALS UPLOADEDDETAILED BELOW

1 (a) Supplier order no. / contract no. & dateMCL/SBP/MMD/SEC-III/R-Adv/08-09/6.0-7.0 Cu. M. Shovel/05 Dt.

08.05.2009

(b) Order placing / issuing authorityDy. Chief Material Manager, MCL,

Sambalpur

© Details of items cover in above order

BEML BE1000 Hydraulic Excavator fitted with Front Shovel Bucket of

6.1Cu.M. including Filters & O'rings for 3000 hours and 6 sets of hard

faced tooth points.2 (a) Supplier order no. / contract no. & date

(b) Order placing / issuing authority

© Details of items cover in above order

3 (a) Supplier order no. / contract no. & date

(b) Order placing / issuing authority

© Details of items cover in above order

4 (a) Supplier order no. / contract no. & date

(b) Order placing / issuing authority

© Details of items cover in above order

12.2

SCNNED ORIGINAL COPY OF SATISFACTORY PERFORMANCE CERTIFICATE FROM USER AS PER CLAUSE NO. 10 OF ANNEXURE “B” OF THE NIT FOR ESTABLISHING PROVENNESS OF THE BIDDER

UPLOADED

12.2aBIDDER HAS TO INDICATE THE DETAILS OF SATISFACTORY PERFORMANCE REPORTS / CREDENTIALS UPLOADED

BIDDER TO INDICATE DETAILS (Please note that only details of those PERFORMANCE REPORTS,

which covers the items as per the provenness criteria, for same Type

& Model Equipment against the orders which are uploaded with the

offer)1 (a) Name or Organisation / Company MAHANADI COALFIELDS LIMITED

(b) Equipment Model & Sl. No. BE1000-10062

© Date of Commissioning 19.09.2009

(d) Year & hours worked 1 YEAR

(e) Overalll Performance rating AVAILABILITY 86.65%

2 (a) Name or Organisation / Company MAHANADI COALFIELDS LIMITED

(b) Equipment Model & Sl. No. BE1000-10067

© Date of Commissioning 22.11.2009

(d) Year & hours worked 1 YEAR

(e) Overalll Performance rating AVAILABILITY 86.13%

3 (a) Name or Organisation / Company

(b) Equipment Model & Sl. No.

© Date of Commissioning

(d) Year & hours worked

(e) Overalll Performance rating

Page 25: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

13

DOCUMENTS TO BE UPLOADED BY THE BIDDER ALONGWITH THE OFFER

UPLOADED

TECHNICAL BROCHURES / LITERATURE IN RESPECT OF THE OFFERED EQUIPMENT TO BE SUBMITTED ALONG WITH TECHNO-COMEMRCIAL BID

UPLOADED

DETAILS OF BROUGHT OUT ITEMS OF THE OFFERED EQUIPMENT TO BE SUBMITTED AONG WITH TECHNO COMMERCIAL BID

UPLOADED

DETAILS / LIST OF INITIAL SPARES / FILTERS / O rings including standard engine filters required for first 5000 HOURS OF OPERATION, TO BE SUPPLIED ALONG WITH THE MACHINE

UPLOADED

DETAILS / LIST OF STANDARD / SPECIAL TOOLS AND TACKLES TO BE SUPPLIED ALONG WITH THE MACHINE

UPLOADED

Page 26: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North
Page 27: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North
Page 28: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North
Page 29: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North
Page 30: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

Annexure B

1. List of Initial Spares / Filters recommended for initial 5000 hrs of operation to be supplied with each Hydraulic Excavator:

Asstt. Manager (MM) Chief Manager (MM)

Page 31: Supply Order No. 40431099-A DT : 09.10 - Western ...westerncoal.gov.in/sites/default/files/userfiles/40431099...RANGE: WARORA DIVISION: CHANDRAPUR COMMISSIONERATE: NAGPUR Wani North

2. Tool List

Asstt. Manager (MM) Chief Manager (MM)