Professional Documents
Culture Documents
12m3shovel Hydraulic
12m3shovel Hydraulic
19
CILI C2D I 1O-12CuM Hydraulic Shovels /R-35-69 9
Contract
Between
&.
&
For
Supply,Installation and Commissioning of 03 nos' of
11.8 CuM Diesel Hydraulic Backhoe Shovel, Model
"PC2000-8"
Along with
CONTRACT ACREEMENT........
I -6
....7 -l'l
Annexure - l: General Conditions ofcontract
..18-27
Annexure - II : Special Conditions ofContract
Annexure - IV : lntegdty Pact & Security Deposit Bank Guarantee " 56-7 5
76-82
Annexure - V : Notification ofAward.......
83-99
Annexure - vI : Price Schedule.
Annexure - Vll : Techno-Commercial Bid submitted by the Bidder" " "" 100-174
175-180
Annexure - VIII : SamPle Formats
Shovels/R-35-69-791123/l5l Dated2l'11'19
ClLlC2DllO-lzCuMHydraulic
\\
I
l;'i'ii it;flt
(": )d
o,qF, s$| -
q;qfr.r
i.\. i}..i :' Rs,-=.x 0
; il
(t
ONH
fti );:t
'S;'-l=0 HI,ND RE
t
RUPEE
n, y:i s-€i" q{d
((t ,liH,:b'p^,,-.--;rg3{TtET
' ''t a)a)1 ar( ) 1
*- OO1 O O I
,-t (r(
(_!<
()()1 (ri)
O()-J
!NDI
rrdlC)C)
r oo11 a)o 1
o-1 c)o
--
-1
10 OTO(J
oo-l o
001 00
1
rOO 1-1 c)
1,.4oO
"1 OO 10o gllN urAriN gN iJUDI
ii : ,\.i-\; .;i; ,li
:.'.; .' .
- .--",.T.{/ '-' - -",'.' - i,ii,,ir}'_ :.i.l., ,
t THIS AGREEMENT made on the 2lst day of November, 2019 beh'veen Coal India Limited,
Coat Bhavan, Premises No. 04, Plot No. AF-III, Action Area lA, New Town, Rajarhat,
I Kolkata - 700 156, India (hereinafter referred to as the "Purchaser" which expression shall
unless repugnant to the context or meaning th€reof, includes its successors) of the one part and
I IWs Komatsu Ltd., No. 3-6, Akasaka, 2- Chome, Minato-ku, Tokya 107-8414, Japan
(hereinafter referred to as the "Manufacturer") represented by M/s. Larsen & Toubro Limite4
Mining Machinery, 3B, Shakespeare Sarani, PO Box 619, Kolkata - 700071 (Indian Agent)
I (hereinafter referred to as the "supplier") which expression shall unless repugnant to the
context or meaning thereoi includes its successors and permitted Assigns ofthe other part.
I
WHEREAS the Purchaser invited bids vide Tender No. CIL/C2DII0- I2CuM Hydraulic
I Shovels /R-35-69 -791323. Ddted 17.08.201E for Procurement of l0 Nos of 10-12 CuM
Hydraulic Shovel, of bucket capacity above l0 CuM - up to I 2 CuM along with Consumables
Spares and Consumables for l2 months of warranty period from the date of commissioning of
the Equipment and there after Spares and Consumables for a period of 36 months and has
I accepted a bid by the supplier for the supply 03 nos. of ll.8 CuM Diesel Hydraulic Backhoe
Shovel, Model 'PC2000-8" for Jhingurda}, NCL (01 No.) and Rajmahal, ECL (02 Nos)
projects of Coal India Limited vide e-Bid ID no. 334406 for the supply of aforesaid items on
t
CIP basis as given below read along with details given in price schedule (herein after "The
Contract Price") :
I
The total contract price on CIP basis is Rs. 53,39,76,770.81 (Rupees Fifty Three Crores Thirty
I Nine lakhs Seventy Six Thousand Seven Hundred Seventy and Eighty One Paisa Only) on CIP
up to final place of destination basis, calculated as per the considered exchange rate of JPY I =
Rs 0.6357 and applicable statutory taxes, duties and other levies.
I
ClLlCzDl lO-lzCuM Hydraulic Shovels /R-35-69-7 9/323 / I 5 I Page I I
I
? \ o\
t
,?/' \tY
,h,,,,
\1 E
dl
L
r
a.
',.\ li
)
*
;
05851{
tiAi.
AOI
,
I In this Agreement, words and expressions, shall have the same meaning as are
respectively assigned to them in the conditions ofcontract referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement viz.
4 The Purchaser hereby covenants to pay the Supplier in consideration of the provision of
the Goods and Services and the remedying of defects therein, the Contract Price or such
other sum as may become payable under the provisions ofthe Contract at tle times and
in the manner prescribed by the Contract.
5 Brief particulars of the Goods ard Services which shall be supplied / provided by the
Supplier are as under :-
,z\ ),' \n
7 /
\\*/
\
7ili,1ts
*
a
10 GST on marine freight 5% JPY
225,s00.00
J\-z
913231 151,
'h,,,,\y1s\
Page | 3
CIF Price at Port of Entry in India
4 JPY 173,809,480.00
Assessable Value 173,809,480.00
5 JPY
Basic Customs Duty (BCD) on Assessable CIF Value l.4o/o JPY
6 2433332.72
Social Welfare Surcharge (SWS) on BCD t0% JPY
7 243333.27
IGST 18% JPY
8 3't ,767,s06.28
Total Customs Duty
9 JPY 34,444,172.2',7
CST on marine freight 5Yo JPY
l0 225,500.00
CST on Ildian Agency Commission tSvo
ll JPY
9r3,801.39
Total CIF Value incl. GST on Marine Freight + Ind. Rs 111 ,214,940 .33
t2 Agency Commission
(Exchange Rate JPY 1 = Rs 0.6357)
Total Customs Duty (Exchange Rate JPY I = Rs Rs
l3 0.6357 2t ,896 ,160 .31
Port charges,clearing forwarding charges and other Rs
14 incidental charges 700000.00
CST on Port charges,clearing forwarding charges and r8% Rs
l5 other incidental charges. 126,000.00
Inland Transportation & Insurance for delivery upto Rs
l6 Final Place of Destination 1,080,000.00
GST on Inland Transpo(ation & tnsurance for delivery t8% Rs.
t7 qplo Final Place of Destination 194,400.00
Errection & Commissioning Charges Rs.
l8 699640.00
GST on Errection & Commissioning 't8% Rs
l9 125,935.20
Total Price ofall Items sourced in INR required for Rs
fitting in the equipment during commissioning ofthe
20 equipment . 2230000.00
Total GST applicable ofall Items sourced in INR Rs
required for fitting in the equipment during
21 commissioning of the equipment 407400.00
Rs
22 CIP Price per Equipment with GST 138 ,67 4 ,47 s .84
2 GST for 2nd year spares and consumables per fleet Rs 4,548,231.00
/
I\ .\, o
t-
\/K-- {ryt \,,,
a
ol/" n \ilY\ *
I 3rd tr spares and consumables per fleet Rs 9238304.00
1,662,895.00
2 CST for 3rd year spares and consumables per fleet Rs
Total 3rd year Spares and consumbles (JPY X ExRt +
3 NR) + GST Rs 10,901,r99.00
The Total contract value is Rs. 533976770.81 including GST and without applying NPV.
6. It is the responsibility of the supplier to deliver the goods at the named place of
destination at its own risks and costs. The supplier must contract at its own cost and risk
for carriage ofgoods and insurance to the named place ofdestination. The purchaser has
no obligation to the supplier on these accounts. However, purchaser will provide the
supplier upon request, with necessary information for obtaining insurance. The supplier
shall bear all cost associated with the delivery of the goods to the final place of the
destination. The purchaser will pay only Customs Duties applicable to imported goods.
All activities to clear goods tfuough Customs and transport to Final Place ofDestination
will be undertaken by the supplier at its cost.
7. In case where there is any Depot Agreement (DA) in present or future, the applicable
prices under this contract for items covered in DA for a particular item shall be the
contracted rates for the item in the contract or valid DA rates whichever is lower.
8 Statutory Variation: If there is any statutory change in GST and other statutory levies
within iontractual delivery period, the same shall be admissible and will be paid at
actual based on documentary evidence. However, no upward revision in GST beyond
original delivery period shall be admissible unless the delay is due to any lapse on the
part of the purchaser.
9 Indian Agency Commission @3Vo of the FOB value of the Equipment is included in the
FOB pricE indicated. The Indian Agency commission shall be paid in INR to M/s Larsen &
Toubro Limited, the Indian Agent ofthe manufacturer.
The contract is concluded with the Supplier for supply, installation and commissioning
of 03 nos. of I1.8 CuM Diesel Hydraulic Backhoe Shovel, Model "PC2000-8" along
nd/ e /) with Consumable spares & consumables for 12 months of warranty period from the date
of commissioning of the Equipment and there after Spares and Consumables for a period
o
c l- of 36 months. The Equipment will be supplied by IWs Komatsu Ltd., Japan for which
o a Letter of Credit shall be established in the name of M./s Komatsu Ltd., Japan for net CIF
amount excluding Indian Agency Commission. The Consumables and spares shall be
* supplied by M/s. Larsen & Toubro Limited, on behalf of IWs Komatsu Ltd., Japan. The
payment towards the supply of spares and consumables shall be made to M/s Larsen and
Toubro Ltd. in INR.
u
\./
ll
ClLlC2Dl 10-12CuM Hydraulic Shovels /R-35-69-7 9/323 I I 5 |
7 /
!6v ,4 ltJ
N
Page | 5
s
IN WITNESS whereofthe Parties hereto have caused this Agreement to be executed the
day and year first above written.
Signed,SealedandDeliveredbythesigned,-sealedandDeliveredbythe
Salid (name of representative) Said (name of representative)
,,,..
For the Pu rchaser For the Supnlier
!z
., s- aitr ., ..r',,r:l o.
,,i'itr,,rl:\ Q) \\, \\e
:-....,|1.
l,:').) $ Or
'i /r ',1i .l/ r \\Jll
Name :Shri SandeeP Kinkar
Designation : DePutY Manager,
Name of Company : M/s Komatsu India Pvt. Ltd'
For & On behalf of M./s Komatsu Ltd' Japan.
Witn Witnesses
\/l i
T, U-t
ank rg Name : Shri V. Jaiganesh
Name :
Designati ger (MM) Designation : Deputy Gcn€ral Manager (MEB)
Name ofComPanY : Coal Indi a Limited Nami ofCompany : M,/s Larsen and Toubro Ltd'
Page 16
ClLl C2D/ lO- l2CuM Hydraulic Shovels /R-35-69 -7 9 1323 I 15 1
\,
.\*,
vt' D- $- \
General Conditions of Contract (GCC)
\"
| Page | 7
Clll
v'
CzDI 1O-12CuM Hydraulic Shovels iR-35-69 -7 9 1323 I 1 5
,7 / I}
\l\^-----
\
General Conditions of Contract (GCC)
1 Definitions
In this Contract, the following terms shall be interpreted as indicated:
a) "The Contract" means the agreement entered into between the Purchaser and
the Supplier, as recorded in the Contract Form signed by the Parties, including
al1 attachments and appendices thereto and all documents incorporated by
reference therein;
b) "The Contract Price" means the price payable to the Supplier under the
Contract for the full and proper performance of its contractual obligations;
c) "The Goods" means all of the equipment, machinery, and/or other materials
which the Supplier is required to supply to the Purchaser under the Contrao;
d) "The Services" means those Services ancillary to the supply of the
Goods, such as transportation and insurance, and any other incidental Services,
such as installation, commissioning, provision of technical assistance, training
and other such obligations of the Supplier covered under the Contract;
e) "GCC" means the General Conditions of Contract contained in this section;
f) "SCC" means the Special Conditions ofcontract;
g) "The Purchaser" means the organisation purchasing goods and sewices, i.e.,
Coal lndia Limited;
h) "The Purchaser's country" is India;
i) "The Supplier" means the individual or firm supplying the Goods and Services
under this Contract;
j) "C[" means Coal India Limited or the Subsidiary Company of CIL where
equipment is deployed;
k) "Year" means the Calendar Year
, Application
These General Conditions shall apply to the extent that they are not superseded by
provisions in other parts ofthe Contract.
3 Standards
The Goods supplied under this Contract shall conform to the standards mentioned in
the Technical Specifications. Such standards shall be the latest issued by the
concemed institution.
4 Use of Contract Documents and Information
4.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample or information fumished by or on behalf of the Purchaser in connection
therewith, to any person other than a person employed by the Supplier in the
performance of the Contract. Disclosure to any such employed person shall be made
in confidence and shall extend only so far as may be necessary for purposes of such
performance.
4.2 The Supplier shall not, without the Purchaser's prior written consent, make use ofany
document or information enumerated in GCC Clause 4.1 except for purposes oi
performing the Conkact.
V-
CIL/C2Dl10-12CuM Hydraulic Shovels /R-35-69-79/323/151 Page | 8
\{ N
u_ \
General Conditions of Contract (GCC)
4.3 Any document, other than the Contract itself, enumerated in GCC Clause 4.1 shall
remain the property of the Purchaser and shall be rehmed (in all copies) to the
Purchaser on completion of the Supplier's performance under the Conh-act if so
required by the Purchaser.
5 Patent Rights
The Supplier shall indemnifu the Purchaser against all third-party claims of
infringemelt of patent, trademark or industrial design rights arising from use of the
Goods or any part thereof in the Purchaser's country.
6 Security Deposit
The successful tenderers will have to submit security deposit as detailed in SCC,
clause-1.
8.1 The Purchaser or its representative shall have the right to inspect and./or to test the
Goods to confirm their confonnity to the Contract Speciheations at no extra cost to
the Purchaser. SCC and the Technical Specifications shall specify what inspections
and tests the Purchaser requires and where they are to be conducted. The Purchaser
shall notify the Supplier in writing, in a timely mamer, of the identity of any
representatives retained for these purposes. Sufficient time, at least 30 days in
advance should be given for inspection.
8.2 The inspections and tests may be conducted on the premises of the Supplier, at point
of delivery and/or at the Goods' final destination. If conducted on the premises of the
Supplier, all reasonable facilities and assistance, including access to drawings and
production data, shall be fumished to the inspectors at no charge to the Purchaser.
However, any drawing and proprietary information provided for this purpose shall
remain in control of the supplier.
8.3 Should any inspected or tested Goods fail to conform to the Specifrcations, the
Purchaser may reject the Goods, and the Supplier shall either replace the rej ected
Goods or make alterations necessary to meet specification requirements free ofcost to
the Purchaser.
8.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the
Goods' arrival in the Purchaser's country 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 representative prior to the Goods' shipment from the country of
origin.
8.5 Nothing in GCC Clause 8 shall in any way relieve the Supplier of any warranty or
other obligations under this Contract.
tL \
v
Cl[--l C2D I LO-l2CuM Hydraulic Shovels /R-3 5-69 -7 9 1323 I 1 5l Page | 9
V\ L^.-....-- \
General Conditions of Contract (GCC)
9. Packing
9.1 The Supplier shall provide such packing of the Goods as is required to prevent their
damage or deterioration during transit to thet final destination, as indicated in the
Contract. The packing shall be sufficient to withstand, without limitation, rough
handling during transit and exposure to extreme temperatures, salt and precipitation
during transit and open storage. Packing case size and weights shall take into
consideration, where appropriate, the remoteness of the Goods' final destination and
the absence ofheavy handling facilities at all points in transit.
9.2 The packing, marking and documentation within and outside the packages shall
comply strictly with such special requirements as shall be expressly provided for in
the Contract, including additional requirements, if any, specified in SCC, and in any
subsequent instructions ordered by the Purchaser.
9.3 Packing instructions: The Supplier will be required to make separate packages for
each consignee. Each package will be marked on three sides with proper paint with
the following:
i. Project;
ii. Contract No;
iii. Country oforigin ofGoods;
iv. Supplier's name;
v. Packing list ref. Number;
vi. The gross weight, net weight and cubic measurement;
vii. Consignee Name and Address;
NB: One copy ofthe packing list shall be inserted inside the package.
10.2 For purposes of the Contract, "EXW,', "FOB", "FCA", "CFR", "CIF", "CIP" and
other trade terms used to describe the obligations of the Parties shall have the
meanings assigned to them by the prevailing edition of Incoterms on the date of
tender opening, published by the Intemational Chamber of Commerce, Paris.
11. Insurance
11.1 The Goods supplied under the Contract shall be fully insured by the supplier in a
freely convertible currency against loss or damage incidental to manufacture or
acquisition, transportation, storage and delivery up to Final destination site. The
insurance cover should be available for a period ofnot less than three (3) months after
the complete supply is delivered at final destination to cover the period of erection
and commissioning.
11.2 Where the delivery of the Goods is required by the Purchaser on CIp Basis, the
supplier shall deliver the goods at the named place of destination at its own risks and
costs. CIL has no obligation to the supplier for arranging insurance. However, CIL
will provide the supplier upon request, with necessary information for obtaining
rnsurance.
-<^1
?.. CIL/C2Dl l0-1zCuM Hydraulic Shovels /R-35-69 -79t323I 1 5 | o/
/I\
Page I I
\}/ s
General Conditions of Contract (GCC)
11.3 Where the delivery of the Goods is required by the Purchaser on FOR destination
Basis, the supplier shall deliver the goods at the FOR destination site at its own risks
and costs. CIL has no obligation to the supplier for arranging insurance. However,
CIL will provide the supplier upon request, with necessary information for obtaining
insurance".
11.4 Insurance should be 110% of the total landed value inclusive of taxes for equipment
or spares & consumables, as the case may be.
12. Transportation
12.1 (a) Where the Supplier is required under the Contract to deliver the Goods on CIP
(Final Place of Destination) basis, transport ofthe goods to the port of destination
or such other named place of Destination in the Purchaser's country, as shall be
specified in the contract, shall be ananged and paid for by the Supplier, and the
cost thereof shall be included in the Contract Price. ln quoting the price on CIP
basis, there shall be no restriction on the choice of the carrier or Insurance
Agency. In case of inland transportation of goods, the same is to be done through
registered common carriers only.
(b) Marine Freight and Insurance Charges shall be paid at actuals subject to the
ceiling of quoted amount. krland Freight and Insurance charges shall be paid at
achrals but not beyond the composite ratel price quoted under this head.
12.2 ln case of FOR Destination contracts, transport of goods to the Destination site shall
be an-anged and paid for by the supplier and the cost thereof shall be included in the
contract price. Inland Freight and lnsurance charges shall be paid at actuals but not
beyond the composite ratel prices quoted under this head. Transportation of goods is
to be done through registered common carriers only.
13. IncidentalServices
The Supplier may be required to provide any or all of the following Services,
including additional Services, ifany, specified in SCC:
a) Performance or supervision of on-site assembly and/or start-up of the supplied
Goods;
b) Fumishing of tools required for assembly and/or maintenance of the supplied
Goods;
c) Fumishing ofa detailed operations and maintenance manual for each appropriate
unit of the supplied Goods;
d) Performance or supervision or maintenance and/or repair of the supplied Goods,
for a period of time agreed by the Parties, provided that this service shall not
relieve the Supplier of any warranty obligations under this Contract.
I
>- \ Qr_,,
Cn-l C2D I 10-12CuM Hydraulic Shovels /R-35-69 -7 9 I 323 / I 5 | Page I ll
-?* V1*
General Conditions of Contract (GCC)
a) Such spare parts as the Purchaser may elect to purchase from the Supplier,
provided that this election shall not relieve the Supplier of any wananty
obligations under the Contract; and
b) In the event of termination ofproduction ofthe spare parts;
i. advance notification to the Puchaser of the pending termination, in
suffrcient time to permit the Purchaser to procure needed requirements
and
ii. following such termination, fumishing at no cost to the Purchaser, the
manufacturing drawings, material specifications and all necessary
permissions to facilitate manufachrre ofthe Spare Parts elsewhere
c) Supplier shall carry sufficient inventories to assure ex-stock supply of
consumable and fast moving spares. The provision of Spare Parts by the
Supplier to the Purchaser shall be govemed by Part C.6 of Section VI
(Technical Specifi cations).
15. Warranty
15. I The Supplier warrants that the Goods supplied under the Contract are new, unused, of
the most recent or current models and that they incorpomte all recent improvements
in design and materials unless provided otherwise in the Contract. The Supplier
further warrants that all Goods supplied under this Contract shall have no defect
arising from design, materials or workmanship or from any act or omission of the
Supplier that may develop under normal use of the supplied Goods in the conditions
prevailing in the purchaser's counky.
15.2 The warranty for equipment shall rernain valid for 12 months form the date of
Commissioning of the equipment, unless specified otherwise in the SCC. The
warranty for spares and consumables shall be l2 months from the date oftheir fitment
unless specified otherwise in the SCC. However, in case of those spares and
consumables whose life is less than 12 months the \ arranty will be limited to their
respective life. The Special guarantee for different components supplied as spares will
be applicable as defined in Equipment Specification Part - D of the NIT.
15.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising
under this warranty.
15.4 Upon receipt of such notice, the Supplier shall, within the period specified in SCC
and with all reasonable speed, repair or replace the defective Goods or parts thereof,
without costs to the Purchaser at the final destination.
15.5 If the Supplier, having been notified, fails to remedy the defect(s) within the period
specified in SCC, within a reasonable period, the Purchaser may proceed to take such
remedial action as may be necessary, at the Supplier's risk and expense and without
prejudice to any other rights, which the Purchaser may have against the Supplier
under the Contract.
1?/ s
I
l)* N
Q,,
/
General Conditions of Contract (GCC)
16. Payment
16.1 The method and conditions ofpayment to be made to the Supplier under this Contract
shall be specified in the SCC.
16.2 The Supplier's reques(s) for payment shall be made to the Purchaser in writing,
accompinied by an invoice describing, as appropriate, the Goods delivered and
Services performed, and by documents, submitted pursuant to GCC Clause 10, and
upon fulfilment of other obligations stipulated in the Contract.
16.3 Payments shall be made by the Purchaser within 2l days after submission of an
invoice or claim along with the requisite documents, by the supplier.
16.4 The currency or currencies in which payment is made to the Supplier under this
Contract shall be as specified in the SCC subject to the following general principle:
payment will be made in the currency or currencies in which the payment has been
requested in the Supplier's Bid and accepted by the Purchaser.
17. Prices
Prices charged by the Supplier for Goods delivered and Services performed under the
Contract shall not vary from the prices quoted by the Supplier in its bid.
18. Changes in Order
The Purchaser may at any time, by a written order given to the Supplier, make
changes within the general scope of the Contract in any one or more ofthe following:
a) drawings, designs or specifications, where Goods to be furnished under the
Contract are to be specifically manufactured for the Purchaser;
b) the method of shipment or packing;
c) the place of delivery; and/or
d) the place of Services to be provided by the Supplier.
19. Contract Amendments
Subject to GCC Ctause 18, no variation in or modification ofthe terms of the Contract
shali be made except by written amendment sigred by the Parties.
20 Assignment
The Supplier shall not assign, in whole or in part, its obligations to perform under this
ContraCt, except with the Purchaser's prior written consent.
21. Subcontrrcts
The Supplier shall notifo the Purchaser in writing ofall subcontracts awarded by them
to discharge the works under this contract. Such notification, in the original bid or
later, shali not relieve the Supplier of any liability or obligation under the contract
and the supplier will be solely responsible for all obligations under the contract'
22.2 Ifatany time during performance of the contract, the Supplier or its Subcontractor(s)
should encounter conditions impeding timely delivery of the Goods and performance
of Services, the Supplier shall promptly notiry the Purchaser in writing of the fact of
ClJ,lC2Dl lO-lzCuM Hydraulic Shovels /R-3 5-69 -7 9 1323 I 15 1 Page | 13
\,
V \'t---.- ! \\,,
\
General Conditions of Contract (GCC)
the delay, its likely duration and is cause(s). As soon as practicable after receipt of
the Supplier's notice the Purchaser shall evaluate the situation and may at its
discretion extend the Supplier's time for performance, with or without liquidated
damages, in which case the extension shall be ratified by the Parties by amendment of
the Contract.
22.3 Except as provided under GCC Clause 25, a delay by the Supplier in the performance
of its delivery obligations shall render the Supplier liable to the imposition of
liquidated damages pursuant to GCC Clause 23, unless an extension of time is agreed
upon pursuant to GCC Clause 22.2 without the application ofliquidated damages.
23. Liquidated Damages
23.1. In the event of failure to deliver/dispatch the equipment/stores with.in the stipulated
date/period to effect supply in accordance with the terms and conditions and the
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 Ltd., shall have the
right:
(a) To recover from the supplier as agreed liquidated damages, a sum not less than
0.5% (Half Percent) of the price of any equipment/ stores which the supplier
has not been able to supply as aforesaid for each week or part of a week during
which the delivery of such stores may be in arrears limited to 10% (Ten
Percent), or
O) To pwchase elsewhere after due notice to the supplier on the account and at
the risk of the defaulting supplier, the equipment/stores not supplied or others
of similar description without cancelling the supply order in respect of the
consignment not yet due for supply, or
(c) To cancel the supply order or a portion thereof, and if so desired to purchase
the equipment/ stores at the risk and cost of the defaulting supplier and also,
(d) To extend the period of delivery with or without penalty as may be considered
fit and proper. The penalty, if imposed, shall not be more than the agreed
liquidated damages referred to in clause - (a) above.
(e) To forfeit the security deposit fully or in part.
(0 Whenever under this contract any sum of money is recoverable from and
payable by the supplier, Coal India Ltd., 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 supplier in this or any other contracq
should this sum be not sufficient to recover the full amount recoverable, the
successful tenderer shall pay Coal India Ltd, the balance amount on demand.
The supplier shall not be entitled to any gain on any such purchase.
23.2. For the purpose of the calculation of the liquidated damages amount, the basic FOR
Destination price shall be considered. For direct imports, the CIp price at Final place
of destination will be considered. Taxes and duties shall not be talien into account for
calculation of LD. However, when prices indicated in the order are inclusive of taxes
and duties, such prices will be taken for calculation ofLD.
tL \"
s
General Conditions of Contract (GCC)
24.2 ln the event the Purchaser terminates the Contract in whole or in part, pursuant to
GCC Clause 24.1, the Purchaser may procure, upon such terms and in such manner as
it deems appropriate, Goods or Services similar to those undelivered, and the Supplier
shall be liable to the Purchaser for any excess costs for such similar Goods or
Services. Howeveq the Supplier shall continue performance of the Contract to the
extent not terminated.
,< Force Majeure
25.1 Notwithstanding the provisions of GCC Clauses 22, 23 and 24, the Supplier shall not
be liable for forfeiture of its Security Deposit, liquidated damages or termination for
default, if and to the extent that its delay in performance or other failure to perform its
obligations under the Contract is the result ofan event ofForce Majeure.
25.2 For purpose ofthis Clause, "Force Majeure" means an event beyond the control ofthe
Supplier and not involving the Supplier's fault or negligence. Such events may
include, but are not restricted to, acts of the Purchaser in its sovereign capaciry, wars
or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
25.3 If a Force Majeure situation arises, the Supplier shall promptly notifu the Purchaser in
writing of such condition and the cause thereof. Unless otherwise directed by the
Purchaser in writing, the Supplier shall continue to perform its obligations under the
Contract as far as is reasonably practical, and shall seek all reasonable altemative
means for performance not prevented by the Force Majeure event.
v
accrued or will accrue thereafter to the Purchaser.
\h,,--- L /L
General Conditions of Contract (GCC)
27 .2 The Goods that are complete and ready for shipment within thirty (30) days after the
Supplier's receipt of notice of termination shall be accepted by the Purchaser at the
Contract terms and prices. For the remaining Goods, the Purchaser may elect:
a) to have any portion completed and delivered at the Contract terms and prices;
and/or
b) to cancel the remainder and pay to the Supplier an agreed amount for partially
completed Goods and Services and for materials and parts previously
procured by the Supplier.
28. Governing Language
The Contract shall be written in the English language. Subject to GCC Clause-29, the
version of the Contract written in the specifred language shall govern its
interpretation. Al1 correspondence and other documents pertaining to the Contmct
which are exchanged by the Parties shall be written in the same language.
29. Applicable Law
The Contract shall be interpreted in accordance with the laws of the Republic of
India, unless otherwise specified in SCC.
30. Notices
30.1 Any notice given by one Party to the other pursuant to this Contract shall be sent to
the other Party in writing. For the purpose of all notices, the following shall be the
address of the Purchaser and the lier
Purchaser Supplier
General Manager (MM)-HOD, IWs. Larsen &Toubro Limited
Coal India Limited, Coal Bhawan, MM Mining Machinery,
Department, 1st Floor, 38, Shakespeare Sarani,
Premises No. 04, Action Area 1A, PO Box 619,
New Town, Rajarhat, Kolkata -700156, Kolkata 700071
lndia India
Fax: +91 033 -22820647
Fax: +91 33 2324 4ll5
Phone: +91 033 -42005933
Phone: +91 33 2324 4127
Email address:
Email address: gmmm.cil@coalindia.in
raj at.chakraborty@larsentoubro.com
30.2 A notice shall be effective when delivered or on the notice's effective date, whichever
is later.
31. Taxes and Duties
31 .1 A foreign Supplier shall be entirely responsible for all taxes, duties, license fees and
other such levies imposed outside the Purchaser's country. The foreign supplier shall
also be responsible for all taxes & duties in Purchaser's country legally applicable
during execution of the contract other than those which are to be paid by purchaser.
\V--
l\JA,
I
i\ s J
7
General Conditions of Contract (GCC)
31.2 A Domestic Supplier shall be entirely responsible for all taxes, duties, license fees
etc., incurred until the execution ofthe contract, other than those which are to be paid
by purchaser.
32. Limitation of Liabilities
32.1 Notwithstanding anything herein to the contrary, no party shall be liable for any
indirect, special, punitive, consequential or exemplary damages, whether foreseeable
or not, arising out of or in relation to this contract, loss of goodwill or profits, lost
business however characterised, anyl or from any other remote cause whatsoever.
32.2 The supplier shall not be liable to the purchaser for any losses, claims, damages, costs
or expenses whatsoever arising out ofor in connection with this contract in excess of
the contract value of the equipment supplied hereunder which caused such losses,
claims, damages, costs or expenses.
32.3 However, the limitation ofliability of the supplier indicated in clause 32.2 above shall
not apply to Liquidated damages, sub clause 23.1 (c), GCC, Sec-III.
33. Provisions of CIL's Purchase Manual
The provisions of CIL Purchase Manual and its subsequent amendments (Available
on CIL website, www.coalindia.in) shall also be applicable, if not specified otherwise
in this Bid document.
34.2 In case of contract with a Public Sector Enterprise or Golt. Deptt., the following
Arbitration Clause shall be incorporated in the contract:-
"In the event of any dispute or difference relating to the interpretation and application
ofthe provisions ofthe contracts, such dispute or difference shall be refened by either
party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to
be nominated by Secretary to the Govt. of India in-charge of the Deptt. 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
make further reference for setting aside or revision of the award to the Law Secretary,
Departrnent of Legal Affairs, Ministry of Law & Justice, Govt. of lndia. 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 will
share equally the cost of arbitration as intimated by the Arbitrator".
L \/
Cn lCzDI 10-12CuM Hydraulic Shovels,rR-35-69-791323 I 151 Page I 17
'f V\"'---V \
Special Conditions of Contract (SCC)
.r'
--'t4r-/ \-,. /)"- N-
// / '-" I
\
Special Conditions of Contract (SCC)
The following Special Conditions of Contract shall supplement the General Conditions of Contract.
Whenever there is a conflict, the provisions contained herein shall prevail over those in the General
Conditions of Contract. The corresponding Clause number ofthe General Conditions is indicated in
parenthes es.
1.1 The supplier has deposited security money as provided rn the Notifrcation of Award of
contract issued vide no. CIITC2D/11-12CuM/20191323/686 dated 12.09.19 in two separate
bank guarantees in terms of the NIT provisions for 10% (ten percent) value ofthe total landed
value ofthe contract including all taxes, duties and other cost and charges as detailed below :-
A. Security Deposit in Japan ese Yan for Eauioment: Bar,k Guarantee No. 0006BG00030020
dated 08.11.2019 issued by ICICI Bank, Kolkata for JPY 65638911.00 (JPY Six Crores Fifty
Six Lakhs Thirty Eight Thousand Nine Hundred and Eleven only) valid upto 30.06.2021.
B. Security Deposit in Indian Rupees fqylo4$1mable Spares and Consumables for 12 months
of wananN period from the date of commissionins of lhe eouinment and thereafter Soares &
Consumables for a penpd of S6 llottrlt
Bank Guarantee No. 0544BGR0136420 dated
25.09.19 issued by ICICI Bank, MIDC Branch, Mumbai for Rs. 11671022.00 (Rupees One
Crore Sixteen lakh Seventy One Thousand Twenty Two only) valid upto 30.06.2021
2.2 The Performance Guarantee shall be in the form of a Bank Guarantee issued by a RBI
scheduled bank in India in the format attached as Annexure- VIII.
2.3 The Performance Bank Guarantee (PBG) shall be in the same flrrency (ies) in which
contract has been signed. In case of multi-currency contract, separate PBG in respective
/Z* R--- /\ \\
V
Y
Special Conditions of Contract (SCC)
2.4 The Performance Bank Guarantee (s) may be submitted equipment wise to the concemed
subsidiary where the equipment will be supplied. For this purpose, the value of each
equipment will be worked out by dividing the total value of contract for a particular project,
by the number of equipment ordered for that particular project.
2.5 The PBG (s) shall remain valid till 3 months after the completion of 48 months period from
the date of commissioning of all the equipment covered in the contract.
2.6 The PBG shall be submifted, sufficiently in advance (say 3-4 weeks) to enable its verification
before submission ofthe invoice for 80% payment ofthe particular equipment(s).
2.7 The PBG issued by Issuing bank on behalf of the supplier in favour of "concemed subsidiary
where the equipment will be supplied" shall be in paper form (Stamp Paper) as well as issued
under "Structured Financial Messaging System". The details of beneficiary Bank for issue of
BG through SFMS Platform will be provided by the concemed subsidiary.
Original copy of the PBG issued by the Issuing Bank shall be sent by the issuing bank to
concerned subsidiary.
2.8 The release of the Performance Bank Guarantee(s) after above indicated period, shall be
subject to satisfactory performance ofthe equipment during 48 months period from the date
of commissioning of the equipment and fulfrllment of contractual obligations failing which,
action for further extension or encashment of PBG, as deemed suitable shall be taken.
Release of PBG for each equipment may be done separately on satisfactory performance of
the respective equipmurt as above.
Should any inspected or tested Goods fail to conform to the Specifications, including
acceptance tests and periodic tests to verify guaranteed performance, the Purchaser may
reject the Goods, and the Supplier shall either replace the rejected Goods or make alterations
necessary to meet Specification requirements free ofcost to the Purchaser within sixty (60)
days of such rejection. Replaced or altered goods shall be subjected to repeated inspection or
tests to demonstrate conformity with the Specifications. ln the event that replacement or
alteration is not done within sixty day period as aforesaid, or, replaced or altered goods fail
to demonstrate conformity with the Specifications in repeated inspections or tests as
aforesaid, the Purchaser reserves the right to terminate the Contract in part or in whole and
the Supplier shall repay forthwith to the Purchaser all monies paid in respect ofGoods, and
Services associated therewith, for which the termination is applicable and, subsequently
remove the same from the Purchaser's Site at the Supplier's cost.
/).
/ $-
Special Conditions of Contract (SCC)
tests as set out in this Clause at any reasonable time. The Purchaser reserves the right, at the
Purchaser's cost, to dspute its own inspector(s) and,/or to engage any other third party
inspecting agency, other than the one recommended by the Supplier, to conduct inspections
and tests pursuant to the Contract.
The above documents shall be sent by supplier well in advance, so that the same are
received by the Purchaser at least one (1) week before arrival ofthe Goods at the port
or place of arrival and, if not received, the Supplier will be responsible for any
consequent expenses.
The above documents shall be received by the Purchaser at least one (1) week before
arrival of the Goods and, if not received, the Supplier will be responsible for any
consequent expenses.
5 Incidental Services (GCC Clause 13)
5.1 The following Services, pursuant to Clause-13 of the GCC, shall be provided by the
Supplier:
The supplier shall be responsible for the erection and commissioning within 30 da1,s
from the receipt of equipment at site.
The purchaser will provide necessary cranes, electricity and fuel required for testing
only. All other erection tools & tackles including manpower will be arranged by the
supplier. Any substantial delay in providing cranes from purchaser side will be
recorded jointly for calculation purpose oferection & commissioning time.
If the supplier fails to commission the equipment within the specified period as
mentioned above, Liquidated damages will be recovered @ 0.5%o of the landed price
of the equipment along with accessories per week or part thereof for the delayed
period subject to a maximum of 5%o of the landed price of equipment along with
accessories.
(b) Tools
Fumishing oftools required for assembly and maintenance ofthe supplied Goods as
detailed in the Schedule of Requirements and the Technical Specifications. A
complete list as per clause -A.2 of Technical Specifications furnished by the supplier.
(c) Manuals
Fumishing of detailed operating, repair, maintenance and spare parts manuals as
detailed in the Technical Specifications.
(d) Training
Training of the Purchaser's persorurel as detailed in the Schedule of Requirements
and the Technical Specifrcations. The cost of such Services shall be included in the
Contract Price. The details of training charges are indicated in Price Schedule which
shall be used for deduction purposes only, in case ofany default in training as per the
given schedule.
The Supplier shall be responsible for arranging and the cost of all necessary tickets,
visas, permits, foreign exchange and any other matter or facility for visits of the
Supplier's personnel for the purposes of Erection, Testing and Commissioning the
Equipment and/or Training ofthe Purchaser's personnel - the Purchaser shall have no
responsibility in this regard except in respect of issuance of letters supporting visa
applications as may reasonably be requested by the Supplier. The Supplier shall be
responsible for paying taxes, if any, including personal income tax and surcharge on
income tax, for which it or its persormel may become liable.
Upon receipt of such notice, the Supplier shall, within sixty (60) days, replace or repair the
defective Goods or pads thereof, Iiee of cost at the ultimate destination. The Supplier shall
,rzr Y /)-
N V .{t
,\r
l
Special Conditions of Contract (SCC)
take over the replaced parts/Goods at the time of their replacement. No claim whatsoever
shall lie on the Purchaser for the replaced parts/Goods thereafter.
6.2 Substitute Clause 15.5 of the GCC by the following:
If the Supplier, having been notified, fails to remedy the defect(s) within sixty (60) days, the
Purchaser may proceed to take such remedial action as may be necessary, at the Supplier's
risk and expense and without prejudice to any other rights which the Purchaser may have
against the Supplier under the Contract.
7.2.t For Payment of consumable spares and consumables for first 12 months of warranty
period from the date of commissioning ofthe equipment in Indian Rupees:
l) SOyo value ofthe consumable spares and consumables for first 12 months of wananty
period from the date of commissioning of the equipment and 100% taxes and duties
and other charges excluding erection & commissioning charges shall be made within
21 days after receipt and acceptance of materials at site at the consignee's end and
submission of Performance Bank Guarantee valid till 3 months after the completion
of48 months period from the date of commissioning ofall the equipment covered in
the contract.
i0 Balarce 2O%o payment shall be made after successful completion of erection, testing,
commissioning and final acceptance of the equrpment (along with the accessories)
upon presentation of successful commissioning certificate, signed by the concerned
officials of the Project and counter-sigrred by the Area General Manager and HOD of
Excavation Deptt. of the subsidiary companyr where the equipment has been
deployed and confrrmation of receipt of DRR in respect of spares and consumables
for first 12 months of warranty period from the date of commissioning of the
equipment by the paying authonty.
iii) Freight and transit insurance charges shall be paid at achral subject to ceiling of the
quoted rates/ prices.
7.2.2 For Payment of spares and consumables for 36 months after the warranty period of 12
months from the date of commissioning of the equipment in Indian Rupees:
100% value of the spares and consumables and 100%o taxes and duties and other charges
shall be made within 21 days after receipt and acceptance of materials at consignee's end.
7.2.3 Subnission of Documents for Payment in Indian Rupees for spares and consumables
For pa1'rnent for Spares and consumables in Indian Rupees, the supplier will submit the
following documents along with bills to the paying authority:
a Four copies of the Supplier's invoice, Pre-Receipted and Stamped showing Contract
Number, Goods description, quantity, unit price, total amount and GST No. of Ultimate
Consignee.
CIU C2Dl l0 -l2CuM Hydraulic Shovels /R-35-69 -7 9 I 323 I 151 Page 123
\
Y /I
U\^'"'''
Special Conditions of Contract (SCC)
ii) 80% payment of the net CIF value will be made against submission of shipping
documents and copy ofPerformance Bank Guarantee and original copies of acceptance
of this PBG and receipted challan / consignment note of all the consignments, tkough
unconfirmed, irrevocable letter of credit.
ii| Balance 20o/o of the net CIF value will also be paid through same unconfirmed
irrevocable, letter of credit against submission of successful commissioning certificate,
sigrred by the concerned officials ofthe Project and counter-signed by the Area General
Manager and HOD of Excavation Deptt. of the subsidiary company, where the
equipment has been deployed and confirmation of receipt of DRR in respect of spares
and consumables for first 12 months of warranty period from the date of
commissioning of the equipment by the paying authority.
iro) The Marine freight and Marine Insurance charges shall be paid at actual subject to
ceiling ofthe quoted amount
All bank charges incidental to opening of letter of credit in purchaser's country shall be
bome by purchaser and all charges in the seller's country shall be bome by the beneficiary.
The letter of credit shall not be confirmed. [n case the supplier insists for confirmation ofthe
letter ofcredit, the cost of confirmation shall be bome by the supplier.
L/C shall be opened by the paying authority ofthe concerned subsidiary, only after receipt of
Security Deposit by CIL.
The INR component of CIP value shall be paid after successful completion of erection,
testing, commissioning and final acceptance of the equipment (along with the accessories)
upon presentati.on of successful commissioning certificate, signed by the concerned officials
of the Project and counter-signed by the Area General Manager and HOD of Excavation
Deptt. of the subsidiary company, where the equipment has been deployed. The Inland
freight and Insurance charges shall be paid at actual subject to ceiling of the quoted amount.
l s\-
C\
J
s=
Special Conditions of Contract (SCC)
b) Two (2) copies of the clean on-board bill of lading and four (4) copies of non-
negotiable bill of lading. Importer Exporter Code (IEC) of concemed subsidiary Co.
should be mentioned in Bill of Lading.
c) Four (4) copies ofpacking list identifying contents of each package.
d) Manufacturer's Warranty /Guarantee Certifi cate.
Manufacturer's Test & Inspection Certifrcate.
") Lowest Price Certificate as per SCC clause - 8.2.
0
c) Certificate of Country of Origin issued by the Chamber of Commerce of
Manufacturer's Country.
h) Copy of Performance Bank Guarantee as per Clause 2, SCC by CIL HQ.
i) Confirmation of acceptance of PBG(s) by the concemed subsidiary Company.
i) A certificate that no commission is payable by the principal supplier (lWs Komatsu
Ltd., No. 3-6, Akasaka, 2- Chome, Minato-ku, Tokya 107-8414, Japan) to any
agent, broker or any other intermediary against this contract other than 3.00% of
FOB value of the contract to M/s. Larsen & Toubro Limited (Indian Agent).
k) Goods Consignment Note supported by Challans of all the consignments, duly
receipted by consignee, with the certificate fiom supplier that all the consignrnents
for comrnissioning of complete equipment have been delivered (required only for
equipment).
I) Copy of Certificate of Insurance.
m) Documentary evidence for Marine freight and Insurance
n) Any other document(s) required as per contract
The payment of lndian Agency Commission, if any, involved, may be considered in case of
necessity, subject to compliance of the Govemment of India guidelines issued from time to
time. The name of the Indian Agent with their full address and the quantum of Agency
commission if any, payable shall have to be mentioned in the offer by the foreign
manufacturer.
The following documents shall be submitted by the bidder in case of contract with foreign
principals involving Indian agents:
i) Foreign principal's pro-fomra invoice or any other authentic document indicating the
commission payable to the lndian agent, nature ofafter sales service to be rendered by
the Indian Agent and the precise relationship between the Principal and the Agent and
their muhral interest
ii) Copy of the agency agreement if any with the foreign principal stating the preci.se
relationship between them and their mutual interest in the business.
However, if all the details given in Para - (i) are complied with, the requirement of
submission of document mentioned at Para - (ii) may be waived.
Agency commission, if
any, shall be paid in equivalent Indian Rupees, after installation and
commissioning of the equipment and for consumable spares and consumables for first 12
months of warranty period from the date of commissioning of the equipment, within twenty-
one days of submission of bills along with following documents:
-1:,/ V\,_- V L \
Special Conditions of Contract (SCC)
Paying Authority shall obtain confirmation of receipt and acceptance of the consumable
spares and consumables for first 12 months of warranty period from the date of
commissioning of the equipment from the consigrree before release of lndian Agency
Commission.
Agency Commission, if any, for spares and consumables for 2nd, 3'd & 4th years of operation
from the date of commissioning ofthe equipment shall be paid in equivalent Indian Rupees
on receipt and acceptance of the same at consignee's end. Payilg Authority shall obtain
confirmation of receipt and acceptance of the same from the consignee before release of
Indian Agency Commission. The payment shall be made within twenty-one days of
submission of bills along with following documents:
(A) Copy of foreign principal's invoice.
(B) Copy of bill of lading.
(C) Certificate from State Bank of India regarding Bill Selling exchange rate ruling on
the date of bill of lading (in case of bank holiday on Date of bill of lading, Bill
selling exchange rate on next working day shall be considered).
7.5 In order to enable the purchaser to avail Input Tax Credit as per applicable Indian laws, the
supplier shall fumish all the necessary documents to the consignee I payng authority as
required, failing which the equivalent deduction will be made from the supplier's bills. In
case of supplier, if at the time of supply, it is found that Input Tax Credit as per Invoice
(Credit available ro CIL I Subsidiary on this account) is less than the "Input Tax Credit
Amount" declared in the Price Bid, the differential amount between the two shall be
deducted from the Supplier's bil.ls while making payrnent to them. If the evaluation of the
supplier has been made considering the concessional rate of customs duty applicable for
import from certain countries under trade agreements / teaties with Golt- of India, all the
required documentation for avai.ling concessional customs duty and subsequent customs
clearance etc. will be provided by the supplier failing which the equivalent deduction will be
made from their bills.
No Objection Certificate (NOC) and order u/s 195(2) of the lncome Tax Act should be
obtained from the concemed Assessing Officer of IT dept. before opening of LCs by
concemed Subsidiary Company. Copy of the NOC should be submitted to the Banker while
IT \-
-/.2/ Y' J
F\
\
Special Conditions of Contract (SCC)
8.1 Prices stated in the contract shall remain firm and fixed throughout the period of the
Contract.
8.2 Lowest Price Certificate
The supplier should submit a certificate along with the lnvoice confirming the prices charged
in their Invoices are the lowest and not higher than as applicable to other Golt. Deptts./
Undertakings including other Subsidiaries of CIL/ Private Organisations for equipment of
same specifications.
II
Y/
crLlczDlt0- 12CuM Hydraulic Shovels /R-35- 69-7913231151
N
Schedule of Requirements & Delivery schedule
Schedule of Requirements
sL. Brief Description of Goods & Quintity "'Expected Deliiery Schedule at Sitd
No Services
CILI C2D I l0-12CuM Hydraulic Shovels /R-3 5-69 -7 9 1323 I 15 1 N Paee 128
Note:
Price for the equipment along with accessories and Spares & Consumables for the
projects shown under NCD heading should be quoted with Normal Custom Duty (NCD).
D Terms
A) In case of Order for the Equipment: On CIP (Final Place of Destination) basis.
B) In case of Order for Spares and Consumable spares and consumables: On FOR
Destination basis.
Delivery Schedule: Delivery schedule as indicated above, shall reckon from the date of Signing
ofConhact.
v
-7 9 1323 I 1 5 1
,t/?--l N
' // t)_
\
s
Schedule of Requirements & Delivery schedule
Part II
sl. Brief Description of Services Period/Quantum
No.
1 Training of Purchaser's Personnel at Ddd I ed a under Scfrcdul e of Requi rernents of
Project Site / Manufacrurer's Training Services foint - lll and under P t A point A5 of
Facility available in India Techni cal $€d f i cdi ons
2 Assembly and erection of equipment The srpplia *dl be responsible for the eredion d
at Site in accordance with the commisioning within 30 days from the recd pt of
Technical Specification and equiprn€nt at site.
Conditions of Contract.
Schedule of Requirements of Services
The Supplier's scope ofthe Contract will include the following
I. Type test on each equipment included in the technical specification and offered in
the bid.
II. Providing Services of Supplier's qualified engineer(s)/personnel for:
A. unloading, transportation to site, storage at site and/or
B. transportation from storage to erection site, installation, testing and
commissioning.
lI. TrainingofPurchaser'sPersonnel:
The Purchaser's estimates of the minimum training requirements within warranty
period, (in terms of Purchaser's personnel, periods and locations) are given in the
following table. These estimates relate to the total number of equipment against each
project as specifred in Part I
JHINGURDA, NCL
Type of At Manufacturer's training At Project Site
Personnel .facilities available in India
No Pertod Total No Peiod Totul
Mech Engineer 01 01 weeks 01 weel<s 02 02 Week 04 Week
Elec Engineer weeks weeks Week Week
Mech Supet'visor 02 01 weeks 02 weeks 02 02 Week 04 Week
Elec Supervisor weeks weeks Week I|'eek
Mech Fitter weelts weeks 04 02 Week 08 Week
Auto Electrician weeks weeks 02 02 Week 04 Week
Operator weeks weeks 06 02 lYeek 12 Week
Total 03 03 weel<s 16 32 weeks
tL $
Page | 30
Cn / CzDI 10-l2CuM Hydraulic Shovels /R-35-69-7 9 1323 / 15 1
-zz,h VV--. v
Schedule of Requirements & Delivery schedule
RAJMAHAL, ECL
TTpe of At Manufacturer's training At Project Site
Personnel .facilities available in India
No Period Total No Period Total
Mech Engineer 02 01 weeks 02 weel<s 02 02 Week 04 Week
Elec Engineer weeks weeks Week Week
Mech Supemisor 03 01 weeks 03 weeks 03 02 Week 06 Week
Elec Supemisor weeks weel<s Week Week
Mech Fitter weel<s weel<s 06 02 Week 12 Week
Auto Electrician weeks weeks 02 02 Week 04 Week
Operator weel<s weel<s 08 02 Week 16 Week
Total 05 05 weel<s 21 42 weeks
De/initions:
Note: - The training shall be completed in batches within warranty period from the date of
commissioning offirst equipment in the respective project.
\-,.
IL
u,,.
Cll,l C2D I lO-12CuM Hydraulic Shovels ./R-35-69 -7 9 1323 I 151 Page 131
'-17"/ \
Technical Specifi cations
Technical S ecifications
./rff
CU-\C2D I
ilt
Technical Specifications
Introduction
The Technical Specifications ofthe Contract are presented in four parts as follows
A. Scope of Supply
C General Requirements
1) Geography and Climatic Conditions
2) Goods (Equipment and Machinery)
3) Services
4) Standards
5) Supplier'sResponsibility
6) Spare Parts Provisions
7) AvailabilityProvisions
8) Deemed Breakdown
9) Composite Warranty / Guarantee
10) Quality Assurance
D. EquipmentSpecifications
/I
Cll-lC2D I 10-l2CuM Hydraulic Shovels /R-35-69 -7 9 t323I 1 5t l Page | 33
--'42*
.\
OV s s
Technical Specilications
Part A
Scope of Supply
11.8 CuM Diesel Hydraulic Backhoe Shovel
The package also includes Consumable Spares and Consumables for 12 months of warranty
period from the date of commissioning of the equipment and thereafter Spares & Consumables
for a period of 36 months as per clause C.6.2 "Provision of Spare Parts".
The package also includes Consumable Spares and Consumables for 12 months of warranty
period from the date of commissioning of the equipment and thereafter Spares & Consumables
for a period of 36 months.
The Scope and Phasing of supply for the I 1 .8 CuM Diesel Hydraulic Backhoe Shovel is given in
Sec. V (schedule of requirement)
A.2 Supplementary Items
The equipment shall be provided with a comprehensive toolkit which shall include any special
tools required for erection and commissioning of equipment. First filI of all oils, greases and
lubricants needed for test, erection and commissioning of equipment.
A.3 Information and Drawings
At least one month before the scheduled installation date, the Supplier shall provide not less than:
(a) Suitably illustrated copies of Operating, Repair and Maintenance Manuals for each
tlpeimodel of equipment and accessories, written in English language, substantially bound in
book form; Three (3) copies to each project site; and
One (l) copy each along with soft copy to the General Manager (Excv.)/HOD, Subsidiary
Hqrs., General Manager (EED), Coal lndia; General Manager (MM)AIOD, subsidiary Hqrs
and General Manager (MM)/HOD, Coal India.
(b) Suitably illustrated copies of detailed Spares Parts Manuals for each type/model of
equipment and accessories, written in English language, substantially bound in book form;
Three (3) copies to each project site; and
One (1) copy each along with soft copy to the General Manager (Excv.),rHOD, Subsidiary
Hqrs., General Manager (EED), Coal lndia; General Manager (MM)/HOD, subsidiary Hqrs
and General Manager (MM)/HOD, Coal India.
ln addition to the Equipment drawings, where appropriate the Supplier shall supply detailed
drawings (in the same number of copies) illustrating erection/assembly site(s), foundation and
accommodation requirements for such items as drive motors, switch installations etc.
qq- S,
CT-IC D/l0-12CuM H ydraulic Shovels lR-35-69-7 9 1323 / 1 51
u- Page | 34
\,,
7* V)
Technical Specifi cations
A.5 Trainirg:
The supplier in consultation with the project in-charge / HOD [Excavation] of the respective site
shall make available experienced personnel to conduct training of engineers, supervisors,
technicians and operation personnel for specified period as mentioned in tabie given in
'Schedule of Requirement of Services' from the date of issue of acceptance certificate of the
equipment. The training shall cover the following:
a) Training on simulator module by the bidder at their works/suitable location in
India/suitable end user's location is mandatory.
b) Equipment system, safety and risk assessment.
c) Equipment operation and maintenance.
d) Trouble shooting, localization offault and their remedies covering:
1. Electrical and electronics
2. Mechanical
3. Hydraulic system
4. Lubrication system
5. Pneumatic system etc.
Comprehensive training manuals with clear illustration shall be provided to each participant in
English language. The training courses shall be conducted in both English and Hindi language.
Details of purchaser's estimates of the minimum training programme required for total number
of equipment is described in Sec-V.
Note: - The training shall be completed in batches within warranty period from the date of
commissioning of first equipment.
(\7 I ).4.
Part B
The equipment shall be suitable for use at the specific site proj ects under the conditions
detailed below.
Geological Conditions
Water Supply
Linked to the IWSS (integrated water supply scheme) of NCL
The RAJMAHAL Opencast Project is owned by the Eastem Coalfrelds Limited, a wholly
owned subsidiary of Coal lndia Limited (the "Purchaser"). The mine is located in the Godda
District of Jharkhand approximately 30 I(m from Pirpaithi railway station.
Geological Conditions:
Rajmahal OCP lies within Laknatia Exploration Block which covers an area of 15 sq. km. and
has been explored by CMPDIL.
Altogether 8 persistent coal horizons of Barakar formation have been identified in the block.
The seams from bottom upwards are seam I, II (Top), III, IV D(, X and VI. More than 90% of
the reserve in the block occurs in the seam II(Bot), II(Top) and III with their various
combinations.
AII the seams are in cropping in the area under a thick alluvium cover of 15m. to 35m rn
thickness and deeps gently (usually 2 degree to 3 degree) towards east. However, higher dips up
to 10 degree is also noticed in the vicinity of structural disturbances particularly in the area lying
south of fault F8.
As the major seams are highly interbanded, the approved PR envisages selective mining, so that
the quality of mixed coal becomes Grade F.
Hydro Geology
Five aquifer horizons have been identifred in the block. The projected make of ground water
discharge during the 6th year *as originally estimated by CMPDIL as 8.4 MGD. However, this
was later revised to 3.92 MGD based on further studies by CMPDIL.
\
CIL/C2DI10-12CuM H y&aulic Shovels,lR-3 5-69-7
V)*v
9 1323 I | 5l
I Page | 36
Technical Specifications
Power Supply:
The Project will receive power at 132 KY at the 2201132KY Sub-station ofNTPC constructed
in the Rajmahal project area, The 132KV supply from NTPC was to be stepped down to 33KV.
Water Supply:
Industrial water is supplied by different bore holes operating in and around mine
1
Y
IL
v J
CII-I C2D I 10-12CuM Hydraulic Shovels /R-35-69 -7 9 I 323 I 1 5 1
N \1 Page 137
s
Technical Specifi cations
Part C
General Requirements
11.8 CuM Diesel Hydraulic Backhoe Shovel
Ambient Conditions: -
Relative Humidity Maximum 98%
Temperature Minimum 0o C
Maximum 50o C
Rainfall: - The mean annual rainfall is 1,000mm, 90 to 95 % of which may fall in rainy season
from June to October.
designed and constructed to handle without overload and for the working hours stated,
the maximum volumes/rates specifi ed;
The component parts of all items shall, wherever possible, be selected from the standard
ranges of reputable manufacturers.
The Equipment and accessories shall be physically robust and where necessary capable of
dismantling for transportation and ready reassembly using simple tools. All Equipment items
provided shall be designed to be compatible within the proposed overall Scope of Supply.
All workmanship and materials shall be offirst class quality in every respect.
A11 parts and surfaces, which are exposed to corrosive envtonment, shall be suitably protected
to prevent any effects of corrosion or erosion.
C.3 Services
The supplier shall be responsible for the erection and commissioning ofthe equipment at site.
The supplier shall depute qualified and competent Engineer(s) and specialist technicians to
supervise the entire assembly, erection and commissioning ofeq fiee ofcost. t\.
.azf
CIL/C2D/10-12CuM H ydraulic Shovels /R-35-69 23tr51 /T v, age | 38
V
Technical Specifi cations
C.4 Standards
The design, supply, erection, testing and commissioning of all Equipment under this Contract
shall in all respects comply with the requirement of this specification and with the appropriate
current lndian standards and codes, or relevant Standards issued by the International Standards
Organisation or any other equivaient international standards, which corresponds to specific
ISO/Indian standards indicated in the technical specification. Such equivalent intemational
standards are to be supported by documentary evidence certifuing that offered standards are
identical to the corresponding ISoilndian standards.
The equipment shall comply with requirements of the statutory governrnent 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 @
C.5 SuppliersResponsibility
The Purchaser requires that the Supplier shall accept responsibility for the provision of complete
operable and compatible Equipment and systems within the Scope of Supply. This document
identifies only the major items required for the installation and the Supplier shall ensure that the
total supply includes all necessary Equipment for it to function effectively, safely and efficiently.
Any additional items the Supplier considers necessary to ensure compliance with such a
requirernent shall be identified and included.
If the Supplier observes that this Specifrcation document contains any anomalies, ambiguities,
flaws, errors or omissions, the Supplier shall immediately bring these to the attention of the
Purchaser but not later than 15 days prior to the due date of opening.
The Supplier shall be responsible for the testing and commissioning of the Equipment and ensure
that it meets the requirements as specified. The commissioning and setting to work of the whole
Equipment Supply package shall be carried out under the supervision of the Supplier in
conjunction with the Purchaser's nominated personnel
The supplier shall submit 4 (four) separate schedules showing spare parts and
consumables proposed to be supplied by them in each 12 (twelve) months period from
the date of commissioning of equipment project-wise in order to comply with the
provisions herein contained.
C.6.2.2 In the event that the spare parts and consumables, as recommended by the Supplier, in
any way fall short of actual requirements during the period for which they are said to be
adequate, the supplier shall provide such additional spare parts and consumables as are
necessary at the frnal destination. Such additional spare parts and consumables shall be
provided by the Supplier to the Purchaser free of all cost and shall be transported to Site
by air freight intemationally and by air, rail or fast road transport within India.
C.6.2.3 In the event that the spare parts, Insurance items and consumables, as recommended by
the Supplier, are in excess of actual requirements. The Purchaser may at its option.
a) Retain such excess spare parts and consumables as, in its discretion it may elect
to do so
b) Require the Supplier to rq)ossess or repatriate or otherwise dispose of such
excess spare parts and consumables in exchange for payment to the Purchaser of
the Contract Price of the spare parts and Consumables concemed.
The Purchaser shall notifu the Supplier, in writing of its requirements under this Clause
within thirty (30) days of completion ofthe period referred to in Clause C.6.2.1 hereof.
C.6.2.4. ln the event that operation of the Plant is inhibited or frustrated as a direct result of lack
of spare parts and consumables, pursuant to Clause C.6.2.2 hereof, then the period
referred to in Clause C.6.2.1 hereof shall be extended by a period of not less than the
period during which operation as aforesaid was inhibited or frustrated.
C.6.2.5. The supplier shall not be liable for the supply of additional spare parts and consumables,
nor to extend the period refened to in Clause C.6.2.1 hereof, if and to the extent that,
additional Spare Parts and Consumables are required by reason of unforeseen accidents,
negligence or misuse on the part of the Purchaser.
C.6.2.6 The assessment of the Supplier of the spare parts requirements shall be based upon the
expected working hours per year as defined in the individual Equipment Specifications
included in the Technical Specifications.
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 its intention to terminate
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 ofthe Spare Parts elsewhere.
(c) any change in part number or superseded part number should be informed to
the HOD of Excavation deparhnent / MM department of subsidiary hqrs. and
the project site wherever the equipment is operating.
In any event, the Supplier shall not seek to terminate manufacture of spare parts
for a period ofnot less than fifteen (15) years from taking over.
The Supplier shall provide to the Purchaser a detailed schedule of all necessary oils,
lubricants, fluids for the operation and maintenance of Equipment. The schedule shall
indicate estimated annual consumption and specify the appropriate latest intemational
standard number or the name and reference number of an equivalent available in India
considered to be acceptable by the Supplier.
C.6.5 General
C.6.5.1 Nothing in this Clause C.6 shall relieve the Supplier of any Guarantee, Availability,
Performance or other obligations or liabilities under this Contract.
C7 AvailabilityProvisions
s1. Equipment Minimum Arurual Guaranteed
No Availability for the
Percentage
entire contract period (1+3) years
1 11.8 CuM Diesel Hydraulic Backhoe 85
Shovel.
C.7.1 Introduction
C.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 leve1 and in accordance with the terms and conditions of the
Availability Guarantee herein contained.
C7.1,2 Where Equipment supplied under the Contract fails to meet the criteria of the
Availability Guarantee, the Supplier shall, at its own cost, provide suitably qualifred and
experienced personnel at Site to demonstrate to the Purchaser's satisfaction that the
required level of availability can be achieved and maintained.
C.7.1.3 The Supplier shall provide the Services of such personnel at Site within seven (7) days
ofnotification by the Purchaser that the availability criteria have not been met in any one
(1) month.
C.7.2 Guarantee
C.1,Z.lThe Supplier shall guarantee that the Equipment supplied pusuant to the Contract shall
be available to the Purchaser at the level hereinafter defined to perform to criteria ofnot
less than that defined in the Technical Specifications incorygrated in the Contract.,
V \ \*
Technical Specifi cations
C.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 specifrcations included in 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:
Available Time - Downtime
* Or"r"OUr,n_Scheduled
" ,rO,
Scheduled Available Time
Downtime:-
Downtime shall mean all hours of work lost due to mechanical, elechical or other
failure, including:
a) routine servicing and maintenance in accordance with the manufacturer's published
recommendations, including :
changing oils, oil filters and air filters; lubrication; changing identifred consumable
or wefi parts like bucket assy. etc.
b) plannedpreventativemaintenance
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 ofwork by the Purchaser's personnel;
IV. natural disaster;
V. lack of Spare Parts not attributable to a failure of the Supplier, it's Agents or
Representatives.
Downtime shall also specifically include all hours lost due to failures determined
to be guarantee failures.
The Supplier shall provide a schedule of maintenance required to carry out (a) and (b)
above for the first four years of operation and shall state the number of hours required to
carry out each maintenance task. The time stated shall, with the agreement of the
Purchaser, form the basis ofthe assessment of the availability.
This schedule of tasks and time will be reviewed periodically by the Purchaser and the
Supplier, jointly, to monitor the practicality of the schedule.
The Purchaser will assist the Supplier, without relieving the Supplier of any other
obligations under the Contract, to achieve the guaranteed availability by:
l. Providing normal and proper maintenance, including preventative maintenance in
accordance with the Supplier's standard/published recommendations, and making all
necessary repairs using only spare parts provided by the Supplier in accordance with
the requirements specified in part C6.
2. Providing co-operation to all Suppliers' authorised representatives, complying with
all reasonable procedural suggestions to improve efhciency of machine operation or
reduce downtime.
3. Where appropriate, providing and maintaining such conditions as:
. Proper Electrical Supply
. Terrain Area
o Bench Preparation
. Reasonable Floor Conditions
4. Providing all Suppliers' authorised representatives access at all reasonable times to the
machine sewice and repair facilities
Y
Cll-/C2D/ 10-12CuM Hydraulic Shovels /R-35-69 -7 9 /323 I 151
-,-,=7/ Ylrq=-.
/I
v Page | 42
Technical Specifications
Maintaining a logbook for each shift wherein the working hours, breakdown hours,
maintenance hours, idle hours, etc. shall be recorded. This record will be available for
examination and signature by the Supplier's representative.
c.9 Composite-warranty/guarantee
The supplier 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 desigrr, material or
worknanship & the complete equipment shall be warranted for 12 months from
the date of commissioning. Any defect arising observed on this account will have
to be attended immediately.
c) The supplier must ensure that there is no major breakdown due to manufacturing /
design defects during the warranty period. In case such breakdown occurs, the
purchaser reserves the right to extend the warranty period suitably.
The warranty shall cover for total equipment so that comprehensive responsibility lies
only with the equipment supplier although components may be supplied by different
suppliers to the bidder
\
\L,,
9'
IL
C AqD / I - I ZCuM Hydrau
0
( r.</r,./L-
I i c Shovels ,/R-3 5-69 -7913231151 Page | 43
,-
/'z $-
Technical Specifi cations
c.10.1 The Supplier should fumish in detail its quality assurance plan for various stages of
manufacture. The Quality Assurance plan shall comply with an intemationally
recognised quality assurance standard such as ISO 9000 or its equivalent.
c.10.2 The Supplier shall provide facilities to Purchaser or their authorised representatives for
progress inspection during manufacture at his works and fimish all test data available
in this regard for quality control, both for bought-out items and his own manufactured
items.
c.10.3 The Purchaser or his agent, when so required by hirn, shall also be provided with
samples of "bought-out" materials for the purposes of undertaking independent tests,
which independent tests shall be at the expense ofthe Purchaser.
s
CIL/C2D/10.12CuM Hydrau lic Shovels /R-35 -69-7913231151
-.'.-"4 V\^rt---'
u \y Pagel4,r'.
Technical Specifications
PECIFICA
Equipment Specifi cation
11.8 CuM Diesel Hydraulic Backhoe Shovel
1 Scope of Specification
This 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 with bucket capacity 1 1.8 CuM Hydraulic Backhoe Shovel.
2. References
The following Intemational Standards are referred to in, and form part of, the Specihcation.
ISO 2867 Earth-moving machinery - Access systems
ISO 3457 Earth-moving machinery - Guards and shields - Definitions and
specifications
ISO 6014 Earth-moving machinery - Determination of ground speed
ISO 6015 Earth-moving machinery - Hydraulic excavators - Methods of measuring tool
forces
ISO 6405-1 Earth-moving machinery - Symbols for operator controls and other displays -
Part l: Common s)rynbols
ISO 6405-2 Earth-moving machinery - Symbols for operator controls and other
displays - Part 2: Specifrc symbols for machines, equipment and
accessories
ISO 6682 Earth-moving machinery - Zones of comfort and reach for controls
ISO 6750 Earth-moving machinery - Operation and maintenance - Format and content of
manuals
ISO 7135 Earth-moving machinery - Hydraulic excavators - Terminology
and commercial specifications
ISO7451 Earth-moving machinery-Volumetric ratings for hydraulic excavator
buckets and Backhoe loader buckets.
ISO 8643 Earth-moving machinery - Hydraulic excavator and back-hoe loader boom
lowering control device - Requirements and tests
ISO 9249 Earth-moving machinery -Engine test code-Net power.
ISO 10265 Earth-moving machinery - Crawler machines - Performance requirements and
test procedures for braking systems
ISO 10968 Earth-moving machinery - Operator' controls
3.Design Criteria
The 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, highly abrasive, blasted
sandstone/rock having average density after blasting of 1,800 kglm3.
The excavator shall be suitable for 2:1 heaped loading ofRear Dumpers of 100 T capacities.
|
-)r. :\
v
s=a
I
\r. \
Technical Specifi cations
The bucket digging force measured in accordance with ISO 6015(in Kg/m of Bucket width))-
26619 Kg/m enclosed in -
Annexure VII, Page 124 &166.
4.1 Bucket:
The excavator shall be supplied with a hard faced, healy-duty rock Back-Hoe Shovel bucket
capacity 1 1.8 CuM according to ISO 7451. As per Annexure - VII Page no. 122
The specific weight of the steel used in construction of bucket shall be not less than 7800
kglm3. 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.
4.3. lingine:
The excavator shall be powered by Komatsu SAA12V140E-3, engine of 713KW 956 HP, 4
cycle, water cooled, Turbocharged, after cooled, 12 cylinder, all speed electronic govemor,
direct inj ection 4-stroke Diesel engine delivering sufficient continuous output mting
compatible with the excavator requirement. As per Amexure VII Page no. 127
The engine shall be provided with 24V electric starting motor, dry tlpe 2-stage at-cleaner
with dust evacuator and dust level rndicator and 2-stage fuel filter with water sq)arator.
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 firll rated output at the maximum ambient temperature. The radiator
cap shall be fastened with body with the help of suitable capacity chain/locking arrangement.
Construction of the tank should be such that it provides for easy accumulation and drainage of
water with minimum loss of fuel.
The moving parts of the engine(s) shall be lubricated by an engire driven oil pump, with full
flow oil filtration and cooling.
The engine shall be equipped with an over-speed govemor (if applicable)
Engine model - SAAI2V140E-3 of the offered equipment complies to EPA Tier -II emission
level, fuel efficient having firlly integrated electronically controlled monitoring system & real-
time self-diagnostic features with built in protections. The Engine electronic control module
should be fi ly integated with all systems of power train for all operating conditions and be
capable to monitor operator's and sensors inputs for optimum engine performance & reduced
emissions level, as per Annexure- VII, page no. 168
\"
Cn lC2DI10-12CuM Hydraulic Shovels ,/R-3 5-69 -791323I15l Page | 46
-?/' .|1l I
Technical Specifi cations
A suitable electronic tool (laptop)loaded with compatible software and all related accessones
shall be provided project wise along with special tools for retrieval and analysis of the recorded
critical parameters of self-diagnostic features, real time monitoring and equipment health-
monitoring systems fitted with the equipment. The supplier shall also be required to provide
readable reports downloaded from each Equipment.
Compatible Software loaded in electronic tool (Laptop) should be warranted for entire
contract period or more.
Adequate filtration of hydraulic oil 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 ISO 8643 shall be provided.
4.7 Undercarriage:
The 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 of welded construction and stress
relieved as required.
The sprocket should be a single piece / segnented type. Lifetime lubricated, idler and rollers,
and a reliable hack tensioning arrangement should be provided.
Crawler shoes shall be heavy duty and designed for ease ofreplacement whenever necessary.
4.8Machinery House:
The excavator shall be provided with a machinery house made of steel sheeting supported by a
steel structure and shall cover the engine & 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.
4.9Lubrication System:
A proven automatic centralized lubrication system of SKl-Lincoln make, of positive pressure
type, positive displacement lubrication measurement for multiple lubrication points, through
injectors, shall be provided.
The lubrication system shall be fully monitored to ensure adequate lubricant flow is maintained
to all points. The monitoring system shall, wherever possible, be interlocked with the relevant
control circuits to prevent damage due to lack of lubrication at any point. Alarms and
v I J.b \
{V
\y s Y
Technical Specifi cations
indications for failure of lubrication system sha1l be provided and shall be repeated on the
instrumenV test panel.
Lubricant containers of adequate size shall be located in a separate room / enclosure inside the
machinery house / convenient location and be large enough to cater lubrication needs for
continuous operation between refills. Sufficient numbers of suitable capacity lubricating pumps
shall be provided. The containers shall be fitted with suitable arr-angement for cleaning and
refilling or replacement with fresh new barrels.
A11 lubrication lines and injectors shall be protected from damage. Location ofall injectors shall
be such that these can be conveniently inspected and repaired. The lubrication lines to the boom
point should be properly guided. Flexible lines shall only be used where there is relative
movement between parts and for final connection to movable components. Steel piping shall be
used for long runs and shall terminate in steel junction blocks to prevent disturbance to steel
piping when flexible hoses are replaced.
Provision to be made for interface for OITDS or similar monitoring system with suitable
licensed on line real time monitoring interface facility compatible for transfer of following
equipment performance data to third party equipment management system (OITDS).
1. Hour Meter Reading
2. CoolantTemperature,
3. Fuel consumption rate,
4. Hydraulic oil temperature
5. Additional features as per requirement of user.
i) There has to be one integrated single online port for capturing all the vital data.
ii) The real time interface telemetry port will be provided in the equipment
iii) All the data shall be available in the individual form through a single port and its
communication protocol must be as per global standards.
iv) There shall be no additional requirement ofany data convertor for data capturing like
Analog to Digital and vice-versa etc.
v) There shall be integrated onboard data management system.
vi) Permission to third party for interfacing, data collection tbrough online port.
vii) Signing ofNon-disclosure agreement to protect intellectual property right on either side
viii) To provide full technical support to third party vendor for interpretation and defining
parameters for individual alarm to monitor vehicle vital data.
rx) The HEMM equipment supplier shall provide access to data as required by end user
without any financial implication to third party OITDS integrator.
N
CtLl CZD I l}-l2cuM Hydraulic Shovels /R-35-69 -7 9 1323 / 1 5l Page | 48
V1
I L
Technical Specifications
This interface facility shall be made available till the working life of equipment. However, the
supplier shall provide this interface facility during the contract period as a part of contract cost.
After expiry of contract period, the same shall be provided on chargeable basis.
To ensure the satisfactory operation of above system, a tripartite agreement shall be signed by the
respective subsidiary, OEM / OES/ authorized dealer of equipment and the service provider of
OITDS,
All operathg controls, gauges (with colour indication for safe and unsafe working, wherever
applicable), monitoring and working signals shall be conveniently located within easy reach of
the operator and comply with ISO 4557, ISO 6405-1 and ISO 6405-2 and ISO 10968
All electrical circuitsshall be protected by adequately rated fuses/I\4CBs, which shall be easily
accessible for maintenance.
4.14 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.
-?/
CIL/C2D I 10 -12CuM Hydraulic Shovels /R-3 5-69 -7 9 1323 I I 5l
v/ /I\ \
v F+
\
=l
Page | 49
Technical Specifi cations
The AFDSS shall have heat sensors, which shall be installed at critical locations to detect
temperature rise and absolute temperature. Smoke sensors with integrated alarm facility in the
control unit to be provided for electrical panels, if any. The sensor shall send the sigaal to the
control unit inte$ated with a LED and,/or alarm indicator to show the status of the detector. The
system shall operate only in active fire zone and suitably designed to extinguish the fire as per
class of lue (B, C or D) of that location. The system shall also have provision of actuating
manually. The system shall provide facility for self-checking I tesrl-l;;gl inspection without
operating. The data regarding health & event shall be logged in the CPU of the AIDSS /
equipment monitoring system with date & time, which can be downloaded to PC/ Laptop in latter
stage with memory capacity to store data ofat least 15 days on FIFO basis.
The system should be capable for efficient operation in the extreme mining conditions with
dust, dirt, water & vibrations.
AII material used in the firefighting/ fue suppression systems shall be non-toxic and in no
maffier harmful to human beings during handling and use.
The high pressure storage vessels and hoses, ifused with fue- fighting and fire suppression
systems, shall confonn to the requirements stipulated in the relevant Indian standards.
Bidder shall submit a Certificate as an undertaking that, a valid Test Certificate (valid as on the
date of commissioning of the equipment at site) shall be submitted at the time of supply of
equipment along with other documents, for AFDSS including materials and chemicals used in
fire suppression system from any Government or Government approved Laboratory in
compliance with relevant Indian Standards as per DGMS (Approval) Circular No. 02 dated 08th
July 2013. Periodical refrlling is to be done by the supplier.
The extinguishers shall be both dry chemical powder (DCP type) and CO2 type with a
minimum capacity of 5 kg and shall comply with Indian Standard IS: 15683 with latest
amendment.
Bidder shall submit a Certificate as an undertaking that, a valid Test Certificate (valid as on the
date of commissioning of the equipment at site) shall be submitted at the time of supply of
equipment along with other documents, for Fire Extinguishers, including Materials and
Chemicals used in fire suppression system from any Govemment or Govemment approved
Laboratory in compliance with relevant Indian Standards as per DGMS Circular No. DGMS
(Approval) Circular No. 02 dated 08th July 2013. Periodical refilling is to be done by the
supplier.
L
CIL/CZD I l}-l2cuM Hydraulic Shovels /R-35-69 -7 9 /323 / 1 51 Page | 50
_,.?r/ \\,1-.-' V
Technical Specifications
e) The machine should be equipped with the state of art equipment health monitoring
system with data logging units for capture of key engine performance parameters &
hyd. System for better reliability. Password, if any required to access such data is
required to be handed over to the user. The Laptop if required has to be provided & it
should be loaded with necessary software/program required to access, study &
analysis of such data.
f) Multi meter for measuring elecfical & electronic circuit values provided in the equipment
6. Special Guarantees
The following guarantee will apply for the different components from the accepted date
of commis sioning
a. Body, Chassis - 10,000 hours or 1000 calendar days (whichever is earlier)
b. Complete engine system - 24 months or 6000 hours (whichever is earlier)
In case of failure of engine system within 6000 hrs., the failed components of the
engine system will have to be replaced / repaired depending on the merit of the
case, free ofcost by the supplier.
<L-
CILI CZD / 10-12CuM Hydraulic Shovels /R-35-69 -7 9 I 323 I I 5 "' \ $ge,sl
\\J
3
1
./
,/
(t ,../
-2/ /). \
'\s
Technical Specifications
In case ofany guarantee failure, the bidder shall replace or repair (as per guarantee settlement)
withil 2l days at no cost to the purchaser.
7. Performance Guarantee
ln accordance with the provisions of clause C 6.2.6 of the technical specifications the expected
working hours per annum are 5000 (five thousand) hours. The expected working hours per
annum as indicated are only approximate hours and may vary +/- 500 hours.
In accordance with the provisions of clauses C 7 .2.2 artd, C 7 .3.2 of the technical specihcations
the supplier shall guarantee that the availability of each equipment shall be not less than 85%
(eighty five percent) annually for a period of 48 months from the accepted date of
commissioning.
Manufactuer shall give expected life of major assemblies also in the Format given in Table
below,
Table
a) Detail list of special tools, which shall be provided with the equipment for maintenance, erection &
commissioning ofthe equipment as per enclosed annexure -VII, Page 120. The frrm have given an
undertaking that the listed tools shall be sufficient for the purpose. If any additional tool is required,
that shall be provided as per requirement.
b) Details of erection programmes for each equipment enclosed in Amexure - VII, Page l2l -
a) Volumetric rating of the bucket according to ISO 7451 together with verification
calculations and drawings (refer clause 4. 1). - I 1 .8 CuM as per enclosed annexure
page ro. 122.
b) Maximum bucket and arm cylhder digging forces measured according to IS0
6015., as per annexure- VII ,page no. 124.
i. Schematic Drawing of the machine showing the position of the Center of
Ctr-l C2D I | 0 - 1 zCuM Hydra ulic Shovels /R-3 5-69-791323/151 \, Page | 52
v
c*,,
Vy'
Technical Specifications
Gravity and it's distance from the Central Axis of Rotation under the
following operating conditions (as per annexure- VII, page no. 125):
Bucket at maximum digging force position with crawler tracks
perpendicular to the face ofthe cut.
ii. Bucket at maximum digging force position with crawler tracks parallel to
the face of the cut.
c) Engine performance curves ofnet power, net torque and specific fuel consumption
measured according to ISO 9249 along with test bed data as per annexure - VII,
page no. 126.
d) Calculation for determining the time for operating cycle, as per arurexure- VII, page
no. 165.
i. Load the bucket to rated capacity over the maximum working range,
swing through an angle of90 degree, dump and retum to dig.
9.3 Dimensions, Weights and Performance Details (as per annexure- VII, page no. 166)
9.3.1 Working Ranges:
a) Maximum digging height (m) 13.41
b) Maximum digging reach (m) - 15.78
c) Maximum digging depth (m) - 9.235
d) Minimum dumping height (m) - 8.65
e) Reach at maximum digging force (m) 10.01
9.3.2 Dimensions
9.3.2.1 Basic machine
a) Upper structure overalt width (m) 6.24
b) Upper structure overall width, with catwalks (m) - 7.49
c) Upper structure rear end swing radius (m) - 5.98
d) Height to top of FOPS (m) - 7.03
CILI CzD I 10-l2CrM Hydraulic Shovels /R-35-69 -79 1323 I 1 5 1 Page
-i=/ V
I
t\
3
Technical Specifications
9.3.5 Engine:
a) Manufacturer and model - Komatsu, SAA12V140E-3
b) Number of cylinders - 12
c) Bore (mm) - 140
d) Stroke (mm) - 165
e) Displacement (titre) - 30.5
0 ISO net power at. ........r|mn -'11,3 @ 1800rpm
c) Maximum torque at ........r/min (Nm) - 43 87Nm @ 1 350rpm (net)
9.3.8 Electrical System as per Annexure - VII Page no 160 & t66
a) Starter make and model
b) Starter control make and model
c) Altemator make and model
d) Batteries, numbers and rating
ClLl CZDI 1 0- lzcuM Hydraulic Shovels /R-35-69 -7 9 /323 I 1 5'l Page | 54
,-12*,
VY
),
v N
Technical Specifications
e) Lighting details
Equipment Acceptance
The Equipment ordered will be finally accepted subject to the Supplier demonshating to the
Purchaser or its authorised representative (may be third party) that the equipment, or assembly
or sub-assembly (selected at random by the Purchaser) when tested, meets the performance Data
provided by the Supplier in accordance with the requirements of clause 9. In case if testing
facility for a particular parameter is not available at site, the Equipment ordered will fina y be
accepted subject to submission of Manufachrrer's certified test copy for that parameter of
performance data provided by the supplier in accordance with the requirements of clause 9. A
detrimental deviation of tp to 2/,%o will be accepted.
4. Engine Net Power & RPM To be tested at Works as per ISO 9249
@quipment manufacturer's Test
data,/report should be submifted.
Annexure - IV
I P
&
Securi D osit Bank Guarantee
/t \ a-
vr V Page 156
INTEGRITY PACT Annexure-IV
INTEGRITY PACT
General
This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on 21st day of
November 2019 between, on one hand, Coal Iadia Limited/Subsidiary Cos. acting through Shri
Tushar Kant Mishra, General Manager (MM), (hereinafter called the 'BUYER', which expression
shall mean and include, unless the context otherwise requires, his successors in office and assigns)
ofthe First Part and N{/s. Larsen & Toubro Limited represented by Shri Rajat Chakraborty, Assistant
General Manager (MEB) (hereinafter called the "BIDDER/Seller" which expression shall mean and
include, unless the context otherwise requires, his successors and permifted assigns) ofthe Second
Part.
WHEREAS the BUYER proposes to procure 03 nos. of 11.8 CuM Diesel Hydraulic Backhoe
Shovel, Model "PC2000-8" along with Consumable Spares and Consumables for 12 months of
warranty period from the date of commissioning of the Equipment and there after Spares and
Consumables for a period of 36 months for Jhingurdah, NCL (01 No.) and Rajmahal, ECL (02 Nos)
and the BIDDERlSeller has offered the stores and
NOW, THEREFORE,
To avoid all forms of comrption by following a system that is fair, transparent and free from any
influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be
entered into with a view to :-
Enabling the BUYER to obtain the desired said stores/equipment at a competitive price m
conformity with the defined specifications by avoiding the high cost and the distortionary impact of
comrption on public procurement, and
Enabling BIDDERs to abstain from bribing or indulging in any comrpt practice in order to secure
the contract by providing assurance to them that their competitors will also abstain from bribing and
other corrupt practices and the BIXER will commit to prevent comrption, in any form, by its
officials by following transparent procedures.
The parties hereto hereby agree to enter into this lntegrity Pact and agree as follows
1.1 The BUYER undertakes that no offrcial of the BUYER" connected directly or indirectly with the
contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe,
consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from
the BIDDER, either for themselves or for any person, organization or third party related to the
contract in exchange for an advantage in the bidding process, bid evaluation, contracting or
implementation process related to the contract.
1.2 The BUYER will, during the pre-contract stage, treat all BIDDERs alike and will provide to all
BIDDERs the same information and will no provide any suc.h information to any parti DER
which could afford an advantage to that particular BlDDE$in,comparison to oth
ctL/czD 10-
?a
Hyd*utic shovels /R-35-6e-7e /323/ 7st /}p.,l.
*
57
s
\
/
INTEGRITY PACT Annexure-IV
1.3 All the officials of the BTIYER will report to the appropriate Govemment office any attempted or
completed breaches of the above commihnents as well as any substantial suspicion ofsuch a breach.
2. h case any such preceding misconduct on the part ofsuch official(s) is reported by the BIDDER to
the BUYER with full and verifiable facts and the same is prima facie found to be correct by the
BtryER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal
proceedings may be initiated by the BUYER and such a person shall be debarred from further
dealings related to the contract process. In such a case while an enquiry is being conducted by the
BIIYER the proceedings under the contract would not be stalled.
Commitments of BIDDERs
3. The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means
and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in
order to secure the contract or in furtherance to secure it and in particular commit itself to the
following:-
3.1The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage
or inducernent to any official of the BUYER, connected directly or indirectiy with the bidding
process, or to any person, organization or third party related to the contract in exchange for any
advantage in the bidding, evaluation, contracting and implementation ofthe contract.
3.2 The BIDDER ftuther undertakes that it has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise
in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or
execution of the contract or any other contract with the Govemment for showing or forbearing to
show favour or disfavour to any person in relation to the contract or any other contract with the
Government.
3.3 BIDDERs shall disclose the name and address of agents and representatives and Indian BIDDERs
shall disclose their foreign principals or associates.
3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers or any other
intermediary, in connection with this bid / contract.
3.5* The BIDDER further confirms and declares to the BIIYER that the BIDDER is the original
manufacturer/integrator/authorized govemment sponsored export entity of the defence stores and
has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate
or in any way to recommend to the BUYER or any of its functionaries, whether officially or
unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised
or intended to be paid to any such individual, firm or company in respect of any such intercession,
laci litation or recommendation.
3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations or before srganng
the contract, shall disclose any payments he has made, is committed to or intends to make to officials
of the BIfYER or their family members, brokers or any other intermediaries in connection with the
contmct and the details of sewices agreed upon for such payments.
3.7 The BIDDER will not collude with other parties interested in the contract to impat the transparency,
faimess and progress of the bidding process, bid evaluation, contracting and implementation of the
contract.
3.8 The B IDDERwillto t acc advantage in exchange for any corrupt prac tice,
illegal activitie5.. .'
CIL/C2Dl10-12CuM HV&auli sti -3 5 791323/Lst I
\r\.
+..- Page I
Vl \
INTEGRITY PACT Annexure-IV
3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by the BIIYER as part ofthe business relationship, regarding plans,
technical proposals and business details, including information contained in any electronic data
carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is
dirulged.
3.10The BIDDER commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
3.11 TheBIDDER shall not instigate or cause to hstigate any third person to commit any of the actions
mentioned above.
3.l2lf the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER,
either directly or indirectly, is a relative of any of the officers of the BIJYER, or altematively, if any
relative of an officer of the BUYER has financial interesVstake in the BIDDER"s firm, the same
shall be disclosed by the BIDDER at the time offfiling of tender. The term ,,relative" for this purpose
would be as defined in Section 6 ofthe Companies Act 1956.
3.13 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or
transactions, directly or indirectly, with any employee of the BUYER.
3.14 The Bidder shall not approach Courts for legal remedy while their representations are under
consideration of IEMs and they shall wait for the decision of IEM in the matter before seeking legal
remedy.
4 Previous Transsression
4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately
before signing ofthis Integrity Pact, with any other company in any country in respect ofany comrpt
practices envisaged hereunder or with any Public Sector Enterprise in lndia or any Government
Department in India that couldjustify BIDDER"s exclusion from the tender process.
4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such reason.
6.1 Any breach ofthe aforesaid provisions by the BIDDER or any one employed by it or acting on its
behalf (whether with or without the knowledge of the BIDDER) shall entitle the BI-IYER to take all
or any one ofthe following actions, wherever required:
i) To immediately call off the pre contract negotiations without assigning any reason or
grving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s)
would continue.
ii) The Eamest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance
Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the
nd € A
UYER and the BTIYER shall not be required to assign any reason therefore
o
E
o
- ) To immediately cancel the contract, if already signed, without giving any compensation to
BIDDER.
*
iv) To recover all sums already paid by the BLIYE& and'in case ofan tndian BIDpERwith
W-, \N
INTEGRITY PACT Annexure-IV
interest thereon at 2o/o l:tgher than the prevailing Prime Lending Rate of State Bank of India, while
in case of a BIDDER from a county other than India with interest thereon at 2%o higher thar, the
LIBOR. If any outstanding payment is due to the BIDDER from the BI-IYER in connection with any
other contract for any other stores, such outstanding payrnent could also be utilized to recover the
aforesaid sum and interest.
v) To encash the advance bank guarantee and performance bond/warranty bond, if fumished
by the BIDDER, in order to recover the pa)rynents, already made by the BUYER, along rtrith interest.
vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay
compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and
the BLYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.
vii) To debar the BIDDER from participating in future bidding processes of the Coal krdia Ltd.
for a minimum period of five years, which may be further extended at the discretion of the BIJYER.
Viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or agent
or broker with a view to securing the contract.
ix) ln cases where irrevocable Letters of Credit have been received in respect ofany contract
signed by the BTIYER with the BIDDER, the same shall not be opened.
x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same
without assigning any reason for imposing sanction for violation of this Pact.
6.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this
Pact also on the Commission by the BIDDER or any one unployed by it or acting on its behalf
(whether with or without the knowledge of the BIDDER), of an offence as defined in Chapter D( of
the lndian Penal code, 1860 or Prevention of Comrption Act, 1988 or any other statute enacted for
prevention of comrption.
6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been
committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER
can approach the Independent Monitor(s) appointed for the purposes ofthis Pact.
7 Fall Clause
7.1 The BIDDER undertakes that it has not supplied /is not supplying similar product/systems or
subsystems at a price lower than that offered in the present bid in respect of any other
Ministry/Department of the Government of India or PSU and if it is found at any stage that similar
producVsystems or sub systems was supplied by the BIDDER to any other Ministry/Department of
the Government of India or a PSU at a lower price, then that very price, with due allowance for
elapsed time, will be applicable to the present case and the difference in the cost would be refrrnded
by the BIDDER to the BIIYER, if the contract has already been concluded.
8 Independent Monitors
8.1 The BTIYER has appointed Independent Monitors (hereinafter referred to as Monitors) for this Pact
in consultation with the Central Vigilance Commission (Names and Addresses of the Monitors as
given in the Tender document).
8.2 The task of the Monitors shall be to review independently and objectively, whether
extent the parties comply with the obl this Pact. L
c( \. r
j/'
T ,a
ctL/czol 0-12CuM H ydraulic
Y
Shovels /R-35-59 age I
*
VI
l
INTEGRITY PACT Annexu re-IV
8.3 The Monitors shall not be subject to instructions by the representatives of the parties and perform
their functions neutrally and independently.
8.4 Both the parties accept that the Monitors have the right to access all the documents relating to the
proj ectlprocurement, including minutes of meetings.
8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform
the Authority designated by the BIIYER.
8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project
documentation of the BIIYER including that provided by the BIDDER. The BIDDER will also grant
the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional
access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be
under contractual obligation to treat the information and documents of the
BIDDER /Subcontractor(s) with confrdentially.
8.7 The BUYER will provide to the Monitor sufficient information about all meetings among the panies
related to the Project provided such meetings could have an impact on the contractual relations
between the parties. The parties will offer to the Monitor the option to participate in such meetings.
8.8 The Monitor will submit a written report to the designated Authority of BUYER within 8 to 10
weeks from the date of reference or intimation to him by the BUYER/BIDDER and, should the
occasion arise, submit proposals for correcting problematic situations.
In case of any allegation of violation of any provisions of this Pact or pa),rnent of commission, the
BITYER or its agencies shall be entitled to examine all the documents including the Books of
Accounts of the BIDDER and ttre BIDDER shall provide necessary information and documents in
English and shall extend all possible help for the purpose ofsuch examination.
This Pact is subject to Indian Law. The place ofperformance andjurisdiction is the seat ofthe
BIIYER.
12. Validitv
12.1The validity of this Integrity Pact shall be from date of signing the IP and extend till the complete
execution of the contract to the satisfaction ofboth the BUYER and the BIDDER/Seller. Issues like
warranty/guarantee etc. shall be outside the purview of the IEMs. In case, BIDDER is unsuccessful,
this Integrity Pact shall expire after six months from the date ofthe signing ofthe contract.
12.2 Shou ld one or several provisions ofthis Pact tum out to be invalid, the remainder of this Pact shall
rerdain valid. In this case, the parties will strive to come to an agreement to their original intentions.
(tl \) ndi a ,o
1
CILlC2Dl10-12CuM Hydraulic Sh
E
L
r
323/LsL
>- Page 161
\
---4,?.* * N
INTEGRITY PACT Annexure-IV
13. The parties hereby sign this Integrity Pact at Kolkata on 2lst day ofNovember 2019
Signed, Sealed and Delivered by the Signed, Sealed and Delivered by the
Said (name of representative) Said (name of representative)
Witn Witnesses:
(ll
;.\\"
Name : Shri K. arrvarmall Name : Shri Jayanta Kumar Pal
Designation : Chief Ma nager (MIvt) \, Designation : Sr. Dy. GM & Zonal Head East
Name ofCompany : Coal India L Name of Company : lWs Lanen and Toubro Ltd.
\/1
Name Ga rc Name : Shri V. Jaiga -rhlq
Design : Deputy Ma nager (MM) Designation : Deputy Ceneral Manager (MEB)
Name of Company : Coal India Limited Name ofCompany : M/s Larsen and Toubro Ltd.
f),rr.,
i.a r laraAGoOClC02C
Bank
na:e: aa- 1i -?oi 9
lie .c:ai.a !h.t the ctticr.ls Hho have:!!iec rhe above trani Guara.let are
a!.hori?ed ',o s:gr sL.il 'lc.,iie.'s .. renala .f i{:cl lraak r,idrred. !o, nr:'
ve!iay !en,:r..ies: :l :he Bait a:a16ite. at5.:l1! Lr::ril:]l 6a ICaCT Bait l,:
!.rL..tsn r i te!e5 i,
lx',!ie lreir c: inv.:,r.i.., tre rEqlrs: toi c Flcas. ersr.e co:Pl:altce Erta
a5+ r.rr.s i..l .oadilicn:.f :le brni ilur:ar:ee in.i.de! tc ais!:e':i..ly
palzcei., t.u.tc r.:gu-sr.:.1 ic eisir.e !PeciaL.ate Lia.i alra a1:h:c5pec- !o
:,54 a.i:.rr nq ::6!r lett..-
. !iin( {.ju!rci(ae !l:ini€t
. EsPr.y/a13 j r lllPirY date
, Ciair. amoun:
': r:.vi-i :rr, cl.::
. lFs';:ored Bu.,! .rrr'f ')' . jli.sr-:
. nny de::ara:ron/,r4rl;iiee1i., lhrl Il.y t..e!tl:ed as Prrt of th.
;n! o. ie! re{trisi.e .cc**sr: xc!!drnl rlle .ri!i al Bnni< a-:.n. !e
Yr!ts l!irh:uily,
at, Iiiial Bar.i L
1^4
ctLlc2D/Lo-T2cuMnvarWouarl^-rr-!!-rUru,rl I Page | 63
{V
\\+
\'
Securitv Deposit Bank Guarantee Annexure-fV
j
3
I
$
Ihis Stamp Paper Forms An lntegral Part I Parcel of. BG No:0O068G00030020 dated:OB- 1 1-2019
for .fY 65,638,911.00/' (JPY Sixty Five Million Six Hundred Thirty Eighr Thousand Nine Huodred
Eleven Onlyl
t
t
i
\
CIL/C2Dl10-12cuM Hydraulic Shovels /R-35-69-791323 I Lsl
.//
./rx-_/r'/-
u1
L Page 154
Securitv Deposit Bank Guarantee Annexure-IV
r".
-si
nt
-y "
t.'
.5'
1{r
-- *,Qi'-"
I
Qz
CIL/C2Dl10-12CuM Hydrau tiZshou" ls / R-35-69 -7 9 / 323/
--:-- Lsr d" ge 165
""?/ \i
t\ s
Securitv Deposit Bank Guarantee Annexure-IV
S..i!.lr I314 ?3
&AIi.K &UARAtr,TEE re UHaER @6mqnmo S$rrrcre,r*
lCffi{ Bank Linrited 55tA cE DATEr i{OVEMBEE 0A, 2019
? TO
3 COAt INDiq LIMITEO
rt CQAL BHAVAN, PREMISES NO.O4
5 PI,OT No-AF]II, AcT.IoN AREA 1A
6 NEW TOWN. RAJ ARHAT, KQLI(ATA - 700156
{WB)
7 FROM : tCft BANK LfD. ?2. Sn R.N. MUI(HEfl EE ROAE. KOLKATA WEST
SENGAL 7Om!
:*{ tlan*i:$isri .:]xy- in i!! 1}*n ifiie{est, verify lhe ge&0ifi€*ess o, the lHrlk guarante€ by eeeking eontimatisn
*: li:i rs$iJense trnl i:i b|anah e, letc{ Bafik othel than the issuing brMch-
;-!'i. ,:.:.:. ::ili i.:;]i :ij.. :a:;l ;tlt :ir*si l{li3i Cl1d(ii Ci"'i,e. ird tu.i.e Eon*, frdorlrrn, fir' ct(i.- 3gt e07. Guiartt
' t: .:t._: .,-'.|J.:t -i.:::9:):;,i:1':
\,
CtL/ CZD I l}-lz3uM Hydraulic Shovels /R-35-69-7 9 I 323/ LsL Page 166
-?/ t/)
II
Securitv Deoosit Bank Guarantee Annexure-lV
.,,.) 6JL4a{+ I
*&ll!{ {iii&,t&i,}Tf f EcNr,rs€R{@300E0
i{-ie I S*tk Litnite{, ISSUANCE DATE NO\C'd BER OS, 2OI9
$&crcraan*
a WE IC]CI BAN( LT}" A SCHEDI]LE AANK IN INDIIA iNCORPoPaTEo UNDER lHE PRoVISIoN5 or
3l THE COMPANIEs ACT,I956 ANO I'AVING IT5 REGISTERED OFFICE AT ]CICI BANK TOWER,
3t NEAR T]+AI(U CIRCLE.OLD PADFA ROAD.VADODARA.3gO OO7. INDE ANO I{AVING A BBANCH
orFEE AT tclct BANK Lm, 22. srn A.N. MUTHER' EE ROAD, (OLXATA WEST BENGAL 7O&O1
x (HEREINAFTER CALLED THE BANK1 DO HER€BY UNCONEXNONALLY AGREE WITH THE
37 COMPANY THAT IF THE CONTRACTOR SHALL IN ANY IVAY FAIL TO OBSERVE OR PERFORM
38 TflE TEBM5 A.t-,tO COIIDffiONS OF Tt{E tAlD AGREEM ENT REGARDING REPAYMENI oF THE
39 SA|D sUM OF jpy 65,ffA911 tJAPANESE yEN slxTy F|VE MTLUON slx HUNORED ll{tRTy
40 EIGfIT THOUsAI.ID NINE HUNDRED ELEVEN ONLY) OR AiIY OF THEM FOB D€LAY IN
DEUVERIES OR SHALI CO}.IMIT ANY BREACH OI ils OBLIGATIOITS THERE U BANK
d2 SHALL ON DEMAND AND WTHOTJT ANl OBI ECTioN OR DEMUR PAY TO Y THE
43 sArE SUM O,F J Py 65,63&91r OR SUCH PORTION AS SttaLL THEN IIT
4 REQUIRING THE EOMPANY TO }TA],'E RECOURsE TO ANY THAT MAY BE
45 AVAILABLE TO TT TO COMPEL THE BANK TO PAY THE ON THE COMPANY
TO COMPEL SUCH PAYM ENT BY THE
54 WE, THE 8AI!K TU$}IER AGREE THAT THE 6UA1{ANTEE sI'IALL COM E I'{TO FORCE FROM THE
55 DAT€ HEREOF AND SHALL RET.IAIN IN FULL TORCE ANO ETTTCT TIII THE PERIOD THAT WtL
.s BE TAKEN FOR THE PERFORF'ANCE Of THE SAID AGREEMENT WHICH IS UKELY ]D 8E.I UNE
57 30, ?021. IF THE P€RIOO OF AGREEMENT 15 EXTEND€O EITHER PURSUANT TO THE
58 PROMSIONS I
THE SA|D AGREEMEI'IT OR BY MUIUAL AGREEMENT BETWEEN lHE
5S CONTRACIOfl ANO THE COMPANY, THE BANK SHALL EEI{E\# THE PERIOD OT THE
60 GUAMNTEE. FAIUNG WHICH ff SHALL PAY TO THE COMPANY TH€ .sAID sUM OF J PY
61 55.638,911 OR SUCH L€S5ER AMOUNT OUT OF THE sAtD sUM OF J py €5,638.9[ A5 MAYEE
Iir a!*riltarry a!',ily, ln i* *'yn inieresi v**f} the gBnulne*Bts sl Nhe bank guaraol€e by seeking cqofim€tio*
cf .l$ isai}ai:r& lr,$fi 3 brareh al l{llcl Eank oth€r ihan the isstii$E brancft"
,!i;,.:. )rir..:::r :r,:a: ;i,l!:l-1.. if:tl fit]Jri ls** ii*ti ll;il: i1!.1F. *ic !n!u, Eael:. tedo*il.s, P:lj ttiin lg6 !0j, Gli:in ti
a' ., , : l :ai: i:.:::a::.. ::1.: l,t,:araj:1!*i:-it:ia;:
u" I}
9...,
-'+/
CIL/C2 D/10-12Cu Page | 67
;=.:!s
J
\ \
Security Deposit Bank Guarantee Annexure-IY
8314e5
!3Aiii{ 6u&i1AN{T€E BGr{U}iB€e&6G(@
!lifl1 Ball& L:$ited 6SUAT{CE DAIE I{OVEUEER O& 2O.9 #?rcaeiearL
fta ilerelir!:rrt rr;i, in *$ own irti:reBl, v€rity the genuineoess &[ thc lafik guarint€€ by ssekin$ oBnlirrfistlsn
* l!$ i!'ij&r{.e ir*,n
"
br,inch $f ,ClCt Bank olh€r thrn th€ i$6ui${ braneh'
ii tj i i.:ir.ru. ,i::'.li i.r,,.!. :i-ii , ltl;: i3*Jii :.'aer- !'Je!. Chei| {)rt:., Old i'}3C.n il6er1. lliloiJer;" Pin r]]Jde }30 0{1. fitlaral
:.r :r.i: . it: ;:1r:,1
.l: i ;'iii- .jlli :,jra:1!';,:1?g.!Ptc'li 10:2
,'7/ /)
Lsl
,T
v N
Page 158
Securitv Deposit Bank Guarantee Annexure.IV
s,f,}r.83I425 I
&ar*i{ sl;}&l{Ar'}xri: mffimtom
lC(C{ t}a*k Limiled
86 MJltBEk
ESUANCE qAIE: NOvElt{ BER 08, 2019
Slclcrsanx
92. TH6 EAiJK HAs UNDER CONSTTTUTION POWER TO G1VE THIS GUARANTEE ANO.,,.,.
93 'TS OF THE PEF.SON) WHo HAS SIGNED ON BEHAT-F Or rHE
0,IAME
:..::....,.rt...,...,.-.........
BANK HAS AUTHOR]TY TO DO 50.
r
95 DATED THE OSTH DAY OF NOVEMEER ?019
S PI-ACE -. KOIXATA
97 SIGITIAIURE OF THE Aul}ioRIzED pERSoN
S FOR EICI BANK UMTED
9q AUTHORISED sICNATO ES
SlGl,lATURE COOEi
^\.,','
,,,-'. \ ,t-
PagE{d4
li* in.:q:irii.' ;1:1i. !n :rs n-i1n intereBt. vsriqr ih€ glenuifleBess at t& baflh guaraRtee b!/ s9€king eontilmati&n
r! ii!:**ni{s t* n hiafieh{,'i l*lci Eank othsf lhan 1i}€ issuiflg br3flch.
i:..t:]. :,rI::r!. ri,:lr-i 1! -:i.. l;ii.i *r:i :n?.,$, :!'ei: inrllill;.iir. OiLj ?irCi-i Ansd. fadodera, Flr iildtr' :99 i07, Gt;i{at
.:r. .. r. .;1 :ar!:,:ir:f l it'l,i : ni llia.t i r$iai{:s:lll l
l\
t^
CIL/C2Dl10-12CuM Hydraulic S tua 3s-69-79/323/lsl Page 69
ss
J
\)\
\
Securitv Deposit Bank Guarantee Annexure.IV
Orcrct Bank
Lei: !i4435R0 i 154 ?0
Da.e:26-49_20i9
C3A;, IN)IA:II.::TEE
cclll, aMtaN, P;r!!,1ts!s NC 04,P'OT NO.A!-:I
AC',t ! Oli a,qtra-1A, )ilill ?cdli, RI\JARI.IA:
CALC!?TA . '' ClI:6
r{Est ii!N6A:
:Si!IA
leE!:::/XiJa:,
tte.r..". tird ihe er.racheC Bank Gl*:aniee:sslei by us levcrir? ycurs.ri! x
:9tr, ! !2 3Ecc
:ii\i - .r 11 :l 3
lr'1 t, t i.i s iil ?.;i
tle.rn:!!n anei ahe cl:ic:als harc lave siqiad tie abcg. Bi:1k 3llaranree are
ir!..ri2e.i :o rrgi su.h d3c1ce.rs dn behal: of ICTCI Bank llnited Yo: tray
e,!:iIy ge.,.:ir...ess of:he Bank 3uatarlee lrco aay-rJrar.I c,f lclcll llaii :.
;o: . c{: j.;ri.c:e3:.
k'-r.E evena c{ t.ed.aL:ci, ue rcqLeei yor.:.. please ensr!:e co::tp-:ia ce kili
:hE 1!:rs alC.cidi:io.5 o: t:1e bark ?ua!d.l:ee:1 o:Ce! to eisure '.:.ic!f
t+'!-e.r - Yor are r€q'.iesc€:l $pe.i3} caae iiEer alta qien re4ir€'t_ L:
.ie lri:o,ninq rr t!)e : vocer!.,r c:airr .ie!:ier-
' Baltl( tua:ariee X$be.
. ilxpirY/clnan gxpj rY ftte
. Ci ." r :n anc.r.t
. aeiigna:ed 3a.k b!3r.h Ic. sub6issio) 3I r3v€.all.tn cla!$
. }-iy CeclaraliorL,r'eeritrficaticn trn: t:y be ::.qrlied as 9ar! o-a rha
gra.a.r <d Eeit
. n:, o!$e: rcqrisilE d.rcl.Rent incl.di:g Ehe a:rq:nel liaai Gd"tr'r"
.eali-i,,,
::",ffi:"; ;r -
.?\.L
..{: .
t.i' '--+
lclcl 3.nk linat d REgd, Olllce l lclcl B.trl Tow.r, Ne3r Chaui CilEls.
IllnDC Br.rlcll, trt Floon C|8g OE tur. ao.d" \6dEdr6 lmo 007.
Ndr flord tH( PLta, Td. No.:022Js857172 lndi'
Nsdr Slesr:, lUlOC. W.b.rL *ts.bicibant3om Co.p. Off6e : lcld Bar* To$'€rs, B$dr6-(urla
Aidh..i l€), lrumt,.l . aoo og3. dn i$51906J19S#tC02101, Co.npt6t, Murbd 400051, i.dia.
\
(\L,,
CtL/ C2O / tO-r2CuM Hydraulic Shovels /R-35-69'79 /323 I LSt D// Page 170
-r7l t/' tI
Securitv I)eposit Bank Guarantee Annexure.IV
0 1i...
a
Lil 0 'JIA o
i:
crcr-r oo 1'toot II
,arj
oo.a oo ..1
Bankkuaraotee No 05t{qBGROBGqao
Dut"luft.rr" ..
2-51o9aolg f
erpilT ortu l
3oloCle.rLl
CIaim Expiry Date
9al03laD4.
I ttttq |,ft,rt I,o''2' / -
Amount
I
icl Eank LIMITED
DY ITAN^C 381)
sisnl ture Code : ar.lr!.7.! Signature Code
I ,ii,'
I i
V,,/ t\
ClL/C2Dl10-12CuM Hydraulic SHiwels R-35-69-791323/LsL age 171
\
$V J
si
\
s nexure.ry
'-\
t't
i "tt\
I
.
'a
CtL/ C2D/
/./7.t
lO-l2CuM Hydraulic Shovels /R'35-69-79 /323 / L57
\/l r!
v N,
Pege | 72
Securitv Deoosit Bank Gu arantee Annexure-IV
1L
\,2
.?r
CIL/ C2D/ 1,O- L2CuM Hyd raulic{6ovels /R-3s-69-79/323/1.sL
a\
{V
PaE lt73
Security Deposit Bank Guarantel Annexure.fV
'd6l$.i|i6dl 644ffi0L3612o
tsqErce c,€tei25-G2Q-.1g
\,
/ l.:O-L2CuM Hydraulic Shovels /R-35-69 -79 /323 / 1.5L Page | 74
.?/
CIL| C2D
V4',^---- /L
\
Securitv Deposit Bank Guarantee Annexure.fV
siNd. g02gg1''" . -
..
'
BAI{KGUAR4$TEE
ICICI Bank
(lico{Fo.at?d &
Ufiit d'
lrdia_)
, ,, ,. Oteter Bank:
' ' gd'liiirrtcri os+B3Rorgeco
lssrarce Date2$giDlg
i *le €ompany under tlrs qiuarantee shall cease and Sle Bdnk Srall be
A m-aFL7)7t all nohts of
t1 l;?XJiJiii,'iit"ilii',rrirri#ntv he'ander iicept as pror'ided in the precedins crause'
lire giot r,asunti# i$ onstt,}tion'p,ioer'o-glu" E'it di'ariine 'and''. "'" ; -;';";'ic':-" .'
79 i,* tiqn d iton lrehall of tlE Bank hBs authontylq d{ so' -. r'.
"to
8A For lclcl BANK UMITED
e1 Authorised.siqlatories
.€2 signahrre, ! r*.{. , -"!i9!ry9
83 Name: i,l-r
ature Code
i,i:ttx
84 Sigtatr or, D-liEl)
r,if
.].:..11+ I -
i-rP-.
t\
zz,/
\t"z
../
CtL/CzO/LO-72CIM Hydraulic Shovels /R-35-69-79 /323 / L57
\.
\ul
Ys
Page 175
Notification of Award Annexure - v
Annexure -V
Notification of Award
,t?/ V1 rI
----7 \
v
\
Page 176
Notification of Award Annexure - v
llcar Sh s
Suh: Procurcmcnr of [0.12 CUM llldnrulic Sho!ol, ofhu.kot t{pncir} aboYe l0 Cnll- up to l2
CulV flloflg r*ith Coltsumlrblcs Spares itld Consumrbles for 12 monrhs of $arrirlli], 0eriod
lrom ttre d lc ofco missioning oftllc Bquipmenl *rrl rlcrc after Sp:rrcs and a-onsumablcs lor
pcriod of 36 roonths-l )
^
Rcl': ll tlur l-cnJcr No. Cll;Clilll0- l:C$u t{-vdEUlic She!clr i'R-]5-69.79ri?3 Oaic{i
ll08 ID, :.018_Cll,IlQ-l I l$50--l irl el,''ocuremcnl porlrl)
2018 ('IeDi:ler
l) Your olrcr sub[rittcr] in our c-prorurement poftal hn , coJliltdiatrndrrs.i)ic-irr
llg il]sl ahoye rcrder olrned on 14. I l.l li ilrd ldbsc{luenr coreqlordenccs.
With refercnr:€ to the abole iu accordance rvith ITB Clause-31.l of rhc Tender Dscunrent.
Notification ofAward is hereb! iss.led 1o ],ou eonfirming our acceplanc4 of ,,-our ofl]r for :upply
of Qj nos, oI ll.8 OrM tlies(rl Hydrrulic lJackhoc Shovel. Modsi "1lc2000-t" along witlr
Conrurnrhlc Slxret and Clnsumablcr for 12 Eorthi of walfant: period fronr e dntr of
conruisrioning of (hc lrquipmcDr and thcre {11c. Spancr llnd C'o0$umablcs for $ perifiJ of 16
nronlhs {ir.lhineurdah, }iCL (01 \"o,) md Rajmahol. ECL (01 \os} rDspcct;vel} 4t lhc pri.es and
tefl rs indicaled hereunddri
-.2 t
t 011"
tL/czDl 2
(u,-
M Hydraulic Shbvels /R-3s-69-79/323/1.5L
L Page I 71
N
\
E{
Notification of Award Annexure - V
i t1
lofi chrrSei,cle.ring fdrrl'rnjifig cllarge! {.d orher i .
I Rs. ?1i0,000.00
ircirientalc .1. t
i
ll i
CS I on lnlar)d Tl:lnsporution & I rurnn& for dclivary
r89i Rr. i09.600.00
!inJl I'l!,ce of Drslination
Ls I Frrc!'rion & aommission Rr. t.l li.l16.00
Rs. :00 i6{.4It
Tolal Pdctnfll l lellB Jouri:i:d i, INR
20
equiporeor duriarg _c9m.!!-i$j.,o{r-rtC,,tr
Rs. l:lo.or)0,00
!E i{cipt!9!1
Totd CST appiicable ofall Items $uru'{:d in 1\R rcqrrcd
2l ldr fil1ingr in rhr cquipmenr during .or, nrissioDin! oI rb€ IT\ ,101.J00.(trl
:? q!f-PI!*_pqlqquipltf, -:viih
(jsr Rs I I 1 ,{1t! I2
I\l I'e.5
CST lor :sr ya,ar spares s6d conrumabks
lna
Rr
- .1 0
1.160.721.fi1
Tot l Isr )ear Spar.,s and ooflsulrltl$s (JItY X EsRale I
1)rR x !9 ofq!, I qll INds 7,609, I7 l.0l)
jrd )r
spal!"s ard consuhabl!3 per. flrer Rr r9 826.J25.00
GST tor -lrd 6eel RS t-168.tl-5.u)
I 1od,ird )sar SFr.s rnd consu$bler (Jl,Y X I:-)iRr ' R! | |,5r5J00.00
I\R i CS'I -l ;
/?'fE
1" :
\,
(V,,
o?,/
CtLlC2D/7o-LzCuM Hvdraulic Shovels /R-35-69-791323/ l5l Page | 78
-/ V)",--- II
Notification of Award Annexure - V
Ra mihat ECL 2N
I I P9s-"ir
: rOB fricc (p.r cquipmsDl) iDcl ol^
I ii4l!:'r 169?22,i80.00
2
i M{rinc frcighl Cherges uplo Porl olEnr in ln,li,
]M Ji r0000 oir
Mflrin.lnr rance ChqBes
JPY 00.00
CIF Pric. al Pod lndia
,urY ir?-:.809.4s0.00
r7:.80r_180.00
JPY
Basic Crr;tonrs Dury (BCD) on A:lcslable CIr Value JPY
6
Ss(i6l W$i1:.r( Sur.hrrgc (SNS) on BCU I0!,0 ,PY
i 24i'l:i,21
cs T !8v6 i]PY ;t s06.28
8
t0
i (iSl oi mariric ireighl J% JPY
225.500 00 |
I lsl Rs
GST for lsr year sparcs and (omrmrbles per
Rs 1-1tt0,7:t00
l'atal I* j-ear Spares and cons rbles (JPY X E\Rrte
i INR . (]sI Rs 1aa0-:
-'€rW,
/V.
czD/71-L2 CuM Hydraulic Shovels /R-3s-69-791323/7st
tL_
Page 179
v
Notification of Award Annexule - V
2nrl JY tu 2526?95t 00
l. 'Iolal contflrl \"lue Rs- 53]9767?0.81 including GST a d $ithoul applting \Pv
3. other'l'erms and Lirlditiorlr
The terms and corrditians of the proposcd coDtract shall be as pcr thc Nll, t'hc maj$r ltflrs
and condilions are rietailed brlo$:
l. A single crDtrael shall lx conciuded for supply r-rf 0l nos. oI ll.ll (luftl Diesel
Hydmulic haclhoe shov€I. Model 'PCl000-8" as offet.d along wilh Consumahle
Spares and ConJumrbles lbr 12 monlhs oJ lrarranly pcriod fralm dlc tji{e of
son!rissio ing ol the L.quiprrrent md rhuc aher Spare$ snd Consunlrhles firr a periud
of 16 nrolrlhs for Jhingurdah. \CL (01 No.) and R3_irnallal. L-Ct- i02 Nes)
respccrir€ly. '[ h e conracl add lnregriry pa.l $c lo he si$rcd hy reprcscnridve of M;s
Koma{s Lld., Japan and \t/s I arsen &'l'ouhto l,imiti:d, Kolkata,
4. Payiflg A0tiority: P!)ing aulhoriry lirr ps)lncnt i[ Forcign currenc! thKrogh oF:nin-s
el LC and for INR Puymerl sh.ll bc: Cexerel Mr0age(l'in). rclpccdrt Subsidirrics
c{rtnpan}.
5- Pqlherrl of Custom Du{y: C&}' Deptt " CIL \'ill pal Cust.rms Duly directly 10
Commissioner, Cu*toms by Electronic llund Tranifer.
,+li
-az,p,*
,t (L.$ /z//
Cll/ CZD/ 7o-llCuu Hydraulic Shovels /R-35-69 -79/323/ t57 Page 180
-9* Vlt-"-"
\
Notification of Award Annexure - V
6- Pcrlormanse &rnk Ouafiiotce (SCC ?): Separ e PBC for lbreign component afld lbr
I\R cornponcnt for I lllo contracl talue ao bc submilted. I:lolye$cr. {he biddcr mey
subrrrit if sg desiird. rquipIneht-uir PBG 15 per NIT. PBC rh!,ll be submiued to thc
concerned Jubiidiary corupanl,
7. Ikliver_a Schedule: At least 01 (one) rtnchinc $,ilhin l0 monlhs lrom lhe dxle ol
l'conlract. I'hsreaflEr at lcasl 0 I (oncl in each slhsequeit .1.! dals.
$isn iog o
tl. Alloqilion: Jh;{grrd&h- }icl, (01 No.) rnd Rri rhal, tct. (01\01)
9. t'o( of$hipment: Air] Jrpinqre sei Pon
l:. All olhu tcnns and eorditions includiog tcchnical spccil'ications shall bc as p.r NI1'
13. Security Dcposii {SCC'I): Sepqrdte Securit! Deposit lor lbmign conpo enl and []r
INR conlponefil for loo,/d oftoUl ca)llract valoe 1o h. subrnitted, You are requestsd l1r
furnish the Se.urit) Deposil irs pl:r claus$ -i4 of IIu. Strtiori"ll &nd (llause I of
SCC, Seclion lV olthe lcnder Docrmcftt. \tilhin 30 dals olNot;ficalio. ofAr\rrd:
Secrrir)' Deposit f.]r JttY 65618911.00 fJPY Si\ Crores fifi) Six L{khs'l}in!, Eighl
thousdhd \ioe tlundred and Uelcn o0l!) if the form
Bonh Dcft{ncoI a
Draftlllan\er's Cheque or in lhc lbrm nfa llank {iuarcntcc rs pcr tbrInit coclosad as
Annexure-]2. Sample Fonn! Seclion'Vll o1'the NlT. from a RBI schedrrled bank in
purchaseas eountr,v (on a non-judicial stamp p.rper) m*),be slhmill,id. The Se(rn i!
DcJx)sil ll nk (i$smnlee $orld be lxlid tlp to J nronths atler the supply and
cournrissiuring olall t}c equipmct|t coven:d in thE.ontracr-
Security l)epqsit lor Rr I167l(|22.00 (RuBjei Onr Cmni Sirrcen lakh tuvcnq,One
'Ilu{lslr'rd Iws tv l:*o onl]] in rhe form oln lltl*l Dem&nd D.afrlBankl:I's Cheqsr or
in thc form ofn Ornk Cuxrantcc ns pcr formal c,lclosed rs Aruexurc-I2, Snnrple
Forms Scctior-Yll of lhe \lT' from a RRI scheduled b^uk ir purchascr's eou|lq- (gn
a ncn-F,drcial stamp paprr) mal be submi(ed. The S.crrily Deposi! Dnnk Cuarantee
should l,e rslid lrp to '-'i mofths alt.r thr suppl) and conmissioning oI all {he
cquip sflLcor(rcd in the co,rlracl.
'llls llar\l fi(ratunle€ sh ll bs i5_sued undcr ;ssred Lrnder "Stnrchrred firrin(irl Vc\sagi.rg
SJ stem" *nd a* fcr procedurE laid doun in clqu.c 1.8 of SCC ofl.il t, SDL]G Lo he issueri
iir li\our oI"Coal Indi.1l,ld.,'' and submi{te{i .l Coal lrdra Liolrt({, Kolkata.
.{t
' /' dti{"
v I
L
ctL/ 10-12CuM Hydra ulic Shove ls / R-3s-69-7 9 / 323I LsL Page 181
s
Notification of Award Annexure - V
Yolrs l'rilhliitlr
l-'or & on LJeh6lfofCo.l ludia Li'Dilci
f
k ary K.N- nldrm
I). Manager O,lM) Ch ie I MaJrager
Copl to:
.l\t/sKonralsut..td,,\io.3-6,Akasaka.?-Chornc,Minara-ku.Tolv:rl0?,t411.
Japao
6i':,.,
I
L- vN
-?r
CIVC2D/10-12CuM Hydraulic Shovels /R-35-69-79 /323 / LsL Page 182
V \^r'-''
Price Schedule Annexure-V
Annexure - Vl
Price Schedule
,,/ V u
ctL/czD/LO- Hydraulic Shovels /R-35 -69-7 9 1323 I l5l
\L
Price Schedule Annexure - Vl
rtd
\ sl No
I 1
J HIN GUR0A FR0JEcT, l{cL U.d.r
RTJIIAfiAL PROIECT, ECL Und€r iCD E t'gory
cD c.Ggory t{oLATsu Pc?l|ttrx
ltoltaTsu,Pc20t[ I
r692124!r0Ul
ta222,tft.oor
3.mx
3.m,r
45llt000nu0
{5!00001t00
/700(l.um
?000.00Ix
::
tBcts{0o.f,to
, I r7rflt4!0DE
!i$qqlqq
lllqtPrclc
tt01 ,r.i.2r31s2,72
1,{0i i,i,2tnor;nB
lt:tlqiQl
,, r,m.m*
, r ztI3.lm '10.&!t rr;lllEltf.u[0
',.
,4fr47m |l.m!t :ilrua6lori:z00
P
I
'..1,ll tr22t06 ,i. rztfo0m . q{q! '!!1!01:3sr0 mm0.0000 10flt* l]20mi000 10n01t l11l'lt6.m0 t0.001 22tm0o.ttr00 filtm.0m0
.,nt3il .i8iD0t Jr!001:i94 rm00,0000 10,txt!t r00 u|!0m n09t 6S640im l0J01t 2210000.m00 a0Itm.0m0
For Consumabl. spa.er and Consum.bl.s for tust 12 months of w.tranty pe.lod lrom th. date ol commlstlonlnt of th. Equlpment quoted ln INR ltct-na|mahal Prol€ct)
GST
(uoM)
(in Rs.) {ih Rs.)
I 7 3 5 10 11 12 = 4x 10 13=6x10 15 = 9x 10r 11
\
I 500-2111340 1,597 ta% 4,957 1,356 7,591 60,Lzt 744,249 553,003
2 13,216 2;42 15,613 2,352 73,236 27 2 297,792 52,4t5 637,213 532,334
3 21T-60-31410 ta% 2,175 2.175 12,036 11 2 L12,946 23,930 373,151 265,492
113,60-23160 2,107 2,)22 22 2 9,136
s
5 2 75,9O1
600,319,3550 5,235 951 5,236 951 5,245 2 s2,3s0 724,126
500 319-3550 5,235 La% 951 6,236 951 5,235 52,350 9,513 724,126
3 239 239 1,5O5 5 2 4,o25
9 421-60-35110 1,605 la% 239 1,394 239 1,5O5 2 16,050 2_aa9
10 209-60-11512 5,241 29,150 15 2 431,250 18,1O5 1,031.910
11 563 563 3,t26 15 2
72 20Y,62 51591 1,112 t112 z 11,315 131,230
13 1,742 206 2 2,056 26,95L 22,440
v 74
15
16
t7
204-919-7620
5219-31-6760
20,415
9,nt
7A% 3,6J4
619
a2a
24,173
4,L28
5,635
L1,,542
3,614
629
323
20,415
5
5
2
L
2
2
2
2
22,990
9,731
35,731
4,133
1,751
442,26
54,256
22,14t
45,930
t9,212
I rIEI
s I
I 1
2
3 Swin. Mrchlh.ryoll 1209 L)
Fln.rd.iE cae oil(209 L)
E31041103
N30441179
63,330
51,615
51,635
7A%
ta%
53,009 57,635
57,535
57,635
7
2
1
2
2
2
2
340,230
t75,21O
17s,270
136,019
212,031
775,270
8q540
o?
CIL/ C2D / 7O-72CIM Hydraulic Shovels /R-35-69-79 I 323 / L51 Page 184
Price schedule Annexure - Vl
l!!t!pa!!r alrd Co nsumablesfor 2nd Y€ar of operitlon torfullfleet ofthe equlpment quoted in rNR (fct - RATMAHAT Project)
GST
TOTAIGST
(uoMl
(in Rs.)
\
02753-00616 17,110 13% 2,479 L3,299 2,429 71,,210 2 22,54 4,O57 76,597 22,540
\ a2162-OO3a5
02762 003A3
2,343
3,335
tE%
tw,
422
600
7,165
3,935
422
600
2,343
3,335
2
2
4,646
6,670
843
7,201
5,529
7,47L
4,586
6,670
02762-00416 1,541 1A% 7,X57 8,898 1,,357 7,541 2 15,082 7,715 l7,797 15,0S2
o776240426 1,245 7A% 1,3O4 8,549 1,304 7,245 2 14490 2,60A 17,094 74,490
02762 00514 a,3o1 7A% 1,49s 9,802 1,495 4,307 2 t6,674 19,605 76,61,4
02762-00522 7A% 984 6,444 984 5,464 2 LA,92A 7,967 12,895 10,923
02762-00551 4,225 7A% 7,441, 9,706 1,481 4,225 2 16,1t50 2,961 t9,47t 16,450
02762-00611 5,1,47 78% 934 6,t21 934 5,187 2 14,374 7,O67 L7,241 1q374
02752-0061a E180 7A% 1,112 7,292 r,t\7 5,140 2 12,350 2,225 14,585 12,360
02762-00524 E914 18% 1,245 8,159 t,245 6,9t4 2 €,32a 2,449 76,X77 $,a2a
12 4,354 78% 5,138 744 4,354 2 4,704 1,s67 70,275 8,704
02763-00510 6,54a 78% t,t79 t,1,19 6,54A 26,192 4,7t5 26,t92
02763-005A5 s,907 1A% 1,063 6,974 1,063 5,907 23,624 4,254 77,BAl 21,624
(.__-.- o2763-00677 6,453 78% 1,1,62 7,615 1,,1,67 5,453 25,472 30,458 25,41,7
l. 02763-00513 5,405 78% 8,030 1,,215 5,A09 2 13,610 7,45O 16,060 13,610
02763 00615 7.315 78% 1,324 8,703 t,32A 7,375 2 14,750 2,655 17,4O5 14,750
7,771 tB% 2,623 2,223 2 300 5,246
02764-00303 2,706 la% 447 3,193 447 2,706 2 s,471 6386 5,412
o2764-OA3A4 3,028 LA% 545 3.571 3,O28 2 E0s5 1,090 1,t46 6,055
o2764-OO40a 3,331 ta% 600 600 3,331 2 E652 1,199 1,467 E652
42764-c{]4ts 78% 589 3,861 5A9 1,772 2 6,544 7,174 7,722 6,544
{ 02764-0044s
47764-00671
2,945
10,193
7A%
78%
530
1,83s 17,024
530
1,335
2,945
10,193
2
2
5,490
20,346
1,060
3,669
6,950
24,055
5,a9O
20,335
02a96-11012 104 78% 19 727 19 108 2 2!6 39 255 216
o"rina 02896-21009 s14 78% 101 677 103 514 2,296 411 2,109 2,296
<( Gring
orihg
O{ing
02896-21015
02896-61008
02896-61009
55
509
336
7A%
7A%
7a%
10
97
60
55
601
396
10
92
60
55
509
336
a
12
220
4,072
10,752
733
1,935
40
43Os
160
L7,647
220
4,O72
70,752
O{i.g 02496 61012 395 78% 7t 466 77 395 t2 8s3 5,593
02a96-61015 349 78% 63 412 63 349 10 3,490 574 4118 3,490
02a96-61018 119 78% 2l 140 27 119 30 3,570 @1 4,274 3,570
o4720-21,757 5,059 78% 911 5,970 911 5,059 20,236 3,647 11,474 20,236
ojint 07000-13034 358 78% 156 I,O24 156 868 3,472 3,472
/ o rint 07000-15260
07000,32060
L3A3 7A%
7A%
249
1,2t
t,632
195
249
7)7
1,383
116
5,532
7a,134
995
14,073
6,524
92,757
s,532
1a,laa
07000,83022 862 7A% 155 1,,0t7 155 462 62t 4,069
1,196 7A% 275 1,41,7 215 1,195 12 74.352 2,543 16,935 1,4,352
Grihg 07000-s3032 ha 7A% 942 144 798 33 30,324 5,45r 15,742 34,324
Gring 07000-83033 666 7A% 1,20 735 720 666 32 21,3\7 3,836 75,t4 2\,3t2
7A% t26 826 726 700 5a,am 10,544 69,384 5l,aoo
o729a-020A8 29,036 5,226 34,262 s,226 29,036 2 54,O72 10,453 64,525 5A,A72
07631-20246 5,454 ta% 942 6,436 942 s,454 2 10,908 1,963 12,a7l 10,903
07631-A0213 17,309 ta% 3,206 21,01s 3,206 17,409 2 35,618 6,411 47,029 35,613
07631-A0214 17,159 7A% 3,125 20,484 3,t25 17,359 2 34,774 6,749 40,961 34,718
709 17-71261, 4,222 ta% 1,440 9,7O2 1,480 4,222 32 263,104 41,359 310,463 763,1O4
209-72-77311 tt,1@ LA% 2,1,04 L1,477 2,704 77,709 3 93,672 16,861 110,533 91,672
€ 20Y-62-51691 6,492 Le% 1,,241, 8,133 7,247 6,392 20 137,840 24,877 162,651 L37,UO
20Y-810-1260 LA% 21,,746 734,622 7\,76 t17,476 2 234,957 42,297 217,243 234,952
21N,70-12160 ta,4t2 la% 3,314 21,726 3,314 ta,4t2 I 147,296 26,513 173,809 147,296
27I-O4-327A0 9,499 la% L,7tO Ll,209 7,71A 9,499 2 18,998 3,42O 22,474 13,994
21T 04-!2S30 51,903 tah 9,343 61,746 9,343 51,903 2 103,306 la,585 1,22,491 103,405
Gring 21T-09-31160 4,306 r3a6 715 5,O31 775 4,306 10 43,050 1,757 50,811 43,050
21,859 ta% 3,935 25,794 3,935 21,459 43,7fi 7,469 51,587 43,714
H
21T-34-31340 2
21T-33-31440 1o,992 !a% !,979 72,917 t,979 10,992 7 2t,944 3,957 25,941 21,944
21T-60-31410 t2,690 !a% 2,244 2,284 12,690 22 279,140 50,252 329,432 279,744
21T-60-31420 29,018 7A% 5,223 34,247 5,223 29,014 2 58,036 1o,446 68,482 58,036
21T,50 31450 73,477 7A% 2,41,5 15,332 2,4t5 13,4t7 65 aBs,S22 159,394 !,444,916 3a5,522
717"57 33111, 14,005 78% 2,577 16,525 2,521 14,005 55,020 10,034 66,104 56,O2O
c1 Sushing 271-10-73770 47,607 reA 1,489 49,096 1,449 47,607 t66,474 29,957 196,385 t66,42A
421-60-35170 1,6a5 t4a 303 1,988 303 1,64s 30 50,590 9,099 59,649 50,550
600,145 6100 2L,451 !a% 3,852 25,319 !462 2t,457 20 77,245 506,335
600,2111340 7,970 !a% 1,43s 9,40s 1,,435 1,91A 701,360 726,24s 427 605 701,360
600-319-3550 5,550 !a% 999 6,549 999 5,550 40 722,OOO 39,960 26t,960 222,OOO
500-319-4540 13,497 18% 2,501 16,394 2,501 !3,497 61L454 110,064 72t,532 611,464
600-813-9911 7A% 32,23X 211,304 37,713 779,O7t 2 354,742 427,604 354,142
600-825-9331 4O1,891, 7A% 13,420 €1,311 13,420 407,891 2 a!5,782 M6,A4l 967,673 ats,7a2
6779-71-6331 10,990 78% \974 12,954 7,97A 10,990 2 2L,9@ 3,956 25,936 21,980
62t9-77-6424 1,164 LA% 1,398 9,!62 1,398 31,056 5,590 36,4!46 31,056
6219-71-6830 8,O97 ta% t,457 9,554 7,457 8,097 32,343 5,830 33,21a 32,344
62t9-77-8261 7,to3 ra% !,279 4,342 1,279 1,1,O3 2 74,706 7,551 t6,763 14205
6219-81-6750 10,135 La% \424 11,959 \424 10,135 2 24,270 23,919 24,270
706-76-77390 1,199 7A% 276 1,415 276 1,199 20 23,9m 4316 24,296 23,940
707-99-76260 799,4t2 ta% 35,966 215,774 35,966 199,412 799,244 143,865 943,1,L3 199,248
707-99 45100 255 LA% 45,956 301,330 45,956 255,354 1,021,456 1a3,462 1,205,318 1,021,456
707-99 96020 LA% 97,343 638,137 97,143 7,761,L16 149,311 2,557,544 2,763,1,76
24,517 LA% 5,137 33,674 5,137 74,531 t,169,776 246,560 1,616,335 1.169,716
Htxs1455C 69,010 !a% 72,427 41,432 77,477 69,010 4a 3,3t2,450 596.246 3,904,726 3,312,444
L Engi.e oil{209 L} E31041103 66,549 \B% 1,L,979 1B,S2A 11,979 66,549 t2 794,538 L43,746 947,334 79a,5aa
2 t3o44lt71 51,446 LA% 9,339 61,225 9,339 51,435 l2 677,632 \12,o74 677,637
3 60,517 ta% 10,393 71,470 10,893 @,s1,7 5 353,102 65,35a 424,460 363,102
PTO cas. Oil(209 L) 60,577 !a% 10,493 7l,4lo 10,393 5O,517 1 1,2L,O34 17,1A6 L42,420 1,2t,O34
5 N50441179 60,517 1A% 10,493 7t,4to 10,193 50,517 4 242,064 41,572 245,640 242,064
6 R30741148 51,545 7A% 9,71A 60,423 9,718 51,545 2,061,800 377,1,24 2,432,924 2,061,800
18% 14,441 94,930 74,44L 2 160,494 2A,962 149,460 160,493
Iot l 25,267,952 4,544,21L 29,815,183
$
\
lL,-..-
\'
<
??
$
CIL/C2Dl10-12CuM Hydraulic Shovels /R-35-59 -79 /323 / rst Page 187
Price Schedule Annexure - Vl
ForSparcs and Consumabl€s fo.3d Year of op€ation forfullfl€et of the €quipmenr quoted in tNR (ECL. RATMAHA| Pmject)
GST
TotalGsT
Iteh oesdipno n with Pa.tNo. ifanv
N (uoM)
{in Rs.)
\ I 600-211-1340 3,369 7B% 1,506 9,875 1,505 3,369 3a 736,472 132,565 869,037 736,472
2 600-319-4540 74,597 78% 2,627 77.779 1,677 t4,597 642,444 115,569 157,6t7 642,O44
3 21T-m-31410 71,375 7A% 2,399 ls,724 2,399 13,325 22 293,150 52,767 345,917 293,150
113,60,23160 2,543 1B% 454 3,001 453 2,543 111,392 20,741 132,033 111,492
5 21T 60 31450 14,088 18% 2,536 16,624 2,s36 14,088 66 929,404 t6l,36a 7,097,t73 929,80a
6 600-319-3550 5,821 1A% 6,476 5,877 20 116,S4O 2O,977 t37,St7 116,540
7 600-319-3550 5,A21 1B% 1,049 6,476 1,049 s,a21 20 776,54O 20,977 131,57? 716,54O
3 42r-@-15710 7,769 !a% 31a 2,OA1 318 1,769 10 t7,690 3,184 20,A14 77,690
9 42t-6G35714 7,769 !a% 31a 2,O47 318 7,769 20 35,330 6,358 35,380
10 209-64-77532 32,134 7A% 5,785 31,923 5,73s 37,734 30 964,740 173,545 1,137,685 964,740
11 07000-85180 La% 620 4,066 620 30 103,380 18,608 121,988 103,380
t') 20Y 62-51691 7,247 la% 1,303 8,540 1"303 1,731 70 26,053 170,791
13 706-76-77390 l,zs9 la% 727 t,446 727 7,2s9 7A 25,180 4,532 79,1t2 25,180
500,1a5-5100 22,529 LA% 4,O55.22 76.544.22 4,O55.22 22,529.00 2a 450,5a0 81,104 531,5a4 450,530
r 15
15
t7
13
19
208-979-7620
17M-911-3530
041,20 7t757
6219-A1,-6760
6219-81-6750
3,855
5,069
la%
lav.
ta%
ta%
lB%
694
9t2 5,931
694
912
3,455
5,069
10
1o
2
38,550
50,690
6,939
9,724
45,4a9
59,AL4
38,550
50,690
7A HLAl2oXS145CC 18%
77 Hra443XS145CB la% 3
22 21T-934-3340 LB% 3
21T-93+3440 LB%
74 2ll-93+3490 7A%
25 BLxS145SC tB% 4A
26 ra% 48
1, Ehlihc oil(209 L) E31041103 69.A76 78% 12,s7a 82,4s4 t2,574 69,876 t2 a3a,5u 150,932 a33,512
c) 2 PlOG5e Oil(209 L N30441179 63,543 7A% 11,43a 14,9A1 11,43a 53,543 2 727,446 22,475 149,961 t27,@6
.5 3 N30441179 63,s43 7A% 1,1,,434 14,9A7 11,433 53,543 254,772 45,757 299,923 254,t72
N30441179 63,54! 1A% 11,438 74,947 11,433 61,543 754,172 45,751 299,923 254,t77
5 9,406 64,746 9,306 54430 !2 553,750 - 653,760
6 u,47t 7A% 15,205 99,616 15,205 u,47t 2 !64.942 30,410 799,357 t68,942
CIL/ C2D / 1O-1.2C}M Hydraulic Shovels /R-35-69 -7 9 / 323 / LsL Page 188
ule
ForSpares and Consumables for4thYerr ofoperetion lorlullfl.€t ofthe €quipmentquotgd in INR (EcL - RAIMAHAL P.oject)
lJnitValuesin Rs
GST
(uoM)
1 z 3 5 3=6 10
II Description
1 500 211 1340 a,1a1 1A% 1,5a2 10,369 7,587 a,)87 88 77X,256 139,1a6 91,2,442 773,256
2 500-319-4540 75,117 1A% LTSA 14,040 7,158 15,477 674,164 121,350 795,51a 674,168
! 21T-60'31410 13,991 1B% LsTA 15,509 2,s14 13,991 22 xol,aa2 s5,4O4 353,205 3o7,AO2
113-60-231m 2,611 78% 4At 3,152 481 2,671 177,524 21,!54 133,678 717,574
5 21T-60-31450 14,792 lB% 2,663 17,455 2,663 14,797 66 976,272 11s,729 1,1s2,0O1 976,272
= 600-319-3550 6,119 lB% 1,101 7,220 1,101 6,119 20 t77,3AO 22,024 M4,4oA 722,3AO
600-319-3550 6,119 la% 1,101 7,220 1,101 6,1,1,9 70 122,330 22,024 u4,4oa 722,1AO
3 421,60,35170 r,85a LA% 334 2,t92 134 1,854 10 18,580 1,344 71,974 13,580
421 60 35170 1,a5a 1,A% 334 7,t92 334 1,454 20 37,160 5,649 37,160
10 209-60-77512 33.745 la% 6,074 39,819 6,014 33.745 30 1,012,350 t42,223 t,194,571 1,012,350
Gring 07000-85130 3,619 1,A% 551 651 3,519 30 108,570 19,543 123,113 108,570
L2 2oY-62-51691 7,599 la% 1,358 4,967 1,368 7,S99 70 151,980 27,356 179,X!6 1S1,9a0
13 oiihd 706-16-77X90 1,x22 la% 23ft 1,560 238 7,322 70 4,759 31,199 26,44O
500-135-6100 23,656 la% 4,254 27,914 4,254 23,656 70 411,tzo 85,162 558,282 471,770
P 1s
13
20a-9791620
r7M-911-3530
04720 21,751
6219,81-6750
5,32X
5,577
77,171
LA%
LA%
7A%
ta%
729
958
1,004
2,034
6,247
6,581
13,361
729
958
1,004
2,O34
5,123
s,s71
Ll,323
10
10
2
53,230
22,104
22,646
7,2A6
9,581
4,475
62,811
26,323
26,172
53,230
72,3O4
22,646
19 6219-81-67s0 t1,771 B% 2,O77 13,134 2,Oll 11,173 2 22,346 4,O22 25,354 22,346
20 HLxS1455C 76,O44 ta% 13,695 49,779 13,695 76,OU 4A 3,652,O!2 557,366 4,309,398 3,652,032
2l HLXs145PC
IIIIIIII-
3!,462
rIta% 5,563 37,125 5,563 31,462 7,51,O,776 277,442 1,732,004 7,5L4,176
UJ
(
Clll CzD I LO-lzCuM Hydraulic Shovels /R-35-69 -79 I 323 / l5l Page 189
o
or
8 E. E. 8 8 8 8
R
; :!i;,; i E I
Ee";.EiHiEE-ci;
l=:iEE;tajg-
a,
iP"!r:EsE ! i
(, E 6 EE ! I E.
c :.:9=;
elErS-::
l *t:ie;I
P!:6!:;
t : gE E! *
I 3 I
b E5 T ; E E P,E.: F
I E.
gEi;=s+iiE;:
ss!
e
' E '
I I E I 8 t
g
E
e
,iElE+igE*€
;;:.
14i
6e
5
E
I
E
I!r;- 3
t
8 8 8 8 3 8
!I:--ai 3
g
q 8 3 8 3
3 3
E
i
T" l 3 8
c\l
8 s 3 3.
e J 01
F\
s s * * H 6 o)
(o
e
8. 3.
8 8 d
: 3 I
-c
;4 ; t<
!
: E
l
i+ I
E>
o
't o
g (J
6
!; {
!(, 36 5! o
E 5 E E
EE 2
I 3-
iu
-1r/ I JP- \.
J
Y \
.\FS
Price Schedule Annexure - Vl
Price Schedule
Name of Supplier : M/s L&T Limited
Annexure- 10
Details of Training chartes
Period Total Man Rate Per Man Period Total Man Rate Per Man
No No.
(week) weeks Per week (Rs) (week) weeks Per Week (Rsl
i
1 Mechanical Engineer 2 L 2 0 2 2 4 0 0
2 Electrical Engineer 0 0 0 0 0 0 0 0
3 Mechanical Supervisor 3 L 3 0 3 2 6 0 0
4 Electrical Supervisor n 0 n 0 0 n 0 0 0
5 Mechanical Fitter 0 0 0 0 6 2 72 o 0
P 6 Electrician
7 Operator
0
0
5 I
0
0
0
0
5 I
0
0
2
8
27
2
2
4
16
42
0
0
0
0
0
\
\ l't
\ -
\
2o
\s€ ")
\
ao, consun.ble spa.es .nd coniun.bl.r lor Ilr3t 12 monthi ol wa .nty p.rlod lrom th. d.r. ol Eomditslonlng of rh. Equlpment quor.d ln INR (NCI-IHINGURDA Prolcctl
GST
(uoM)
1 2 3 5 a=6 10 11
II
II
1 1,356 1\166 I 394,125
2 t],236 7A% 2,342 15,613 4342 22 1 291,792 52,415 343,607 297,!92
l 21T 50 31410 2,r15 2,715 12,036 11 732,946 21,930
K 11
L2
13
421-60 35770
07000-85130
20Y-62-51591
29,150
3,\26
t,142
7A%
7A%
ta%
7A%
7A%
289
5,241
561
\LA2
1,394
1,343
\ra2
206
3,t76
7,L42
1o
15
15
10
1o
I
L
I
1
I
16,050
45,390
t\,420
2,489
11,315
zos6
515,955
55,310
77,455
41J,25O
11,420
v
600-135-6100 20,435 7A% 3,67A 20,435 204,350 36,733 24t,L13
15 20s 979 7620 13% 629 629 5 1
16 17M-911 3530 7A% 323 4sgg 5 1 22,99O 21,!2A
o472A-2L1Sl 4,313 461 5,635 67 4,3$ 2 ,
13 7A% 1,761 LL,542 I 1 7,761 11,542 9,74t
19 6219 315750 9,652 LA% L,131 9,652 L I 9,652 11,339 9,652
20 uLxs1455C 65,124 7A% 11,330 1 1,517,376 243.924 t,s17,316
2t 27.t78 7E% 32,O70 4,492 27,D4 1 852,212 652,212
I E31041103
IEII- LA% 63,330 1 330,230 53,450
2 57,635 fi% €4,009 57,615 1 , 57,635 64,009 51,615
3 swi.EM.chinervoill209L) 57,635 13% 63,009 57,635 2 1 L75,210 136,019 775,210
Finaldiw..seoil(2091) 57,635 t39,4 64,009 57,615 2 1 LLs,210 136,019 115,210
5 Hldr.ulic system oil (209 L) 1a% 4,395 53,310 3,395 6 1 349,353 296,490
6 LE% 1,3,191 1 1 76,613
LA% 3,336 s7,926 3,336 20 1 t,$4,524
644&450 Lt60,r2t 7,@9,1 1
?
ll.-
CIL/ C2DI LO-L2C}M Hydraulic Shovels /R-35-69 -79 /323 / 1.57 Page I92
Price Schedule Annexure - Vl
ror sp.r.s.nd co.ro4.bles for 2.4Y..r ot op.r.tlon lor lull fl..t ol th. .qulFment quoted ltr rNR lNcL-jHINGURDA Proj.ct)
GST
rtN z 5
\
1 02753-00616 t7,210 7E% 2,029 13,299 2,O29 1 !t,210 ?.029 13,2ee
\ 13% 422 2,765 422 2,341 7 2,343 422 2,165 2,143
,,335 13% €o0 3,935 133s 7 3,335 3,935 3,335
02762-00416 1,54L 1A% 1,357 3,393 t,351 7 1,357 3,393
02762-00426 1,3M 3,549 1,304 1,21s 7 3,549
1,495 4,307 1 4,3o7 1,495 9,302
o2762-04572 5,464 7A% 904 1
02762-00551 4,225 7E% 1,431 1,431 4,225 1 a,225 1,431 4,225
a2162406LL 5,1,41 7A% 6,72L 5,757 7 5,137 6,t2t 5,137
--3
-r 02752-0061t 6,130 t,t72 L292 1,772 6,130 1 6,1a0 1,712 7,792 6,140
o2762-00624 6,9t4 7A% !,245 3,159 t,245 1 6,9L4 !,245 3,159
tc94 5,133 7A4 1 5,133 4,154
02763-00510 6,543 l,tx 7,tl9 1,727 1,L79 5,543 2 2,351 15,453 13,096
5,9O1 l,t ( 1,063 5,907 2 1!,a1,4 2,t21 13,941 1,7,61,4
\ 15 02763-00511
02763-00513
6,453
6,305
tB% 7,\67
7,22s
1,675
3,030
1,L62
7,225
6,453
5,305
2
1
72,946
E30s
2,323
!,225
L5,229
3,030
t2,906
6,305
02763-00516 7,115 la% 7,324 4,7o3 7,32e 7,375 I 1,375 7,328 7,115
13 2,221 13X 2,623 2,223 1, 2,223 2,621 2,221
2,706 13% 3,193 1 3,193 2.746
20 3,023 ta% 545 1,573 545 3,023 1, 3,023 545 3,573 3,023
\-,/ 2t 3,331 la% 3,931 1,31L 7 3,331 3,931 3,331
c 22 3,212 539 3,351 539 3,272 1 3,212 5S9 3,361 1,212
530 2945 1 530 3,475
10,193 1,335 72,O28 1,335 10,193 1 10,193 1,335 72,024 10,193
02396-11012 103 ta% 19 19 103 1 19 727
103 103 2 1,141 201 1,355 \744
02396-21015 55 65 10 55 2 110 20 1:to 110
509 1,a% 92 509 2,036 156 2,402 2,016
336 16 5,375
02s96-61012 395 ta% 17 395 2,37O 2,191 2,31O
31 02396,61015 ta% 53 4L2 5 2,O59
12 02396-61013 119 13% 2t 140 27 t19 15 \1As 327 2,1,06 7,145
33 0A720-2t751 5,059 ta% 911 5,974 911 5,059 2 10,113 \427 17,939 10,113
07000 13034 363 ta% 155 7,024 156 2 t,736 3t7 2,O4A 7,136
07000-15250 1,333 la% 1,632 1,333 2 2,766 493 3,264 2,166
ta% 72t 795 127 53 46,t29
s
07000-83022 35? 7A% 155 !,o71 155 462 2 L,724 310 2,O34
0700o-81025 1,196 la% 2t5 7,47t 1,196 6 t,292 3,46€ 't,t76
07000-g:to32 7A% 942 195 19 75,L62 2,129 71,49t 75,762
665 7A% 120 720 656 16 1,913 72,514
07000-83043 7A% 726 426 726 42 5,292 34,692
07000-45140 !242 591 591 3,242 15 t,361 53,091 49,230
?
o7000-E3032 2,532 336 2,746 2 4,292 5,065 4,292
07002.12034 239 43 242 239 2 t6 564
Ctll C2O I tO-t2CuM Hydraulic Shovels /R-3s-69-79 1323/ 757 Page 193
Price Schedule Annexure - Vl
506 la% 91 591 91 3,547 633
303 la% 145 953 303 3,232 532 3,314
la% l2a 431 1 l7a
07005-01212 292 ta% :,45 3 2,316 420 7,156 2,336
07005-01412 154 13 5,400 972
51,613 1 51,613
ta% 7,O76 7,051 1,076 5,975 1 5,975 1,057 5,915
4726t 21413 1,765 la% 1,290 3,455 7,LES 7,155 1,290 !,45S 1,765
\I\
\\
47261214t5 3,503
29,036 7A%
1,531
s,226
932
10,039
34,262
5,416
2L,Ot5
1,531
5,228
932
3,205 fi,4o9 1
3,503
29,036
5,454
17,309
1,531
5,726
932
3,205 21,475
2S,036
s,454
17,309
t1,359 3,725 3,125 17,359 7 17,359 3,725
\ 113 60 23150 2,422 !a% 435 2,353 2,422 22 51,244 9,591 53,244
17M,911,3530 4,424 ta% 369 5 2r,4S5
ta% 7,724 t1,321 7,124 1 7,124 t7,371
204-979-7620 1,672 661 3,612 5 3,105 27,665 13,360
7A% 5,509 36,Lt1 5,509 30,504 15 541,)62 459,120
s,527 36,235 5,527 2 11,055
7A% 13,i04 3,!rs 22,749 13,304
209-12-7t257 55,601 13% 10,133 66,149 10,133 40,753 261,t51
209-72-1t267 4,222 7E% 1,430 1,430 4,222 131,552 73,619 155,231 131,552
709-72-71317 13% 2,103 13,317 2,103 7L,109 46,335 3,430 5s,266
20Y-52-51591 6.392 78% t,247 3,131 L,247 E3s2 63,920 41,326
20Y-310-1260 739,4 73A,622 2t,145 1 2t,746 t34,6?2
21N-70-12160 u,41,2 fi% 21,726 3,114 74,4t2 13,251 36,905
21T-04-12230 1P \7,209 1 11,209
21T-04-32530 7E% 6!,246 51,903 1 51,903 9,343 6t,246 51,903
5 25,405 21,530
21T-34-31330 21,359 r,935 25,194 1,935 21,159 21,359 3,935 27,459
21T-33 31440 10,992 lclo t2,977 1,919 10992 70,992 7,919 t2,9Jt
\= 21T-60-31410
21T-60-31420
12,690
29,013
13%
13%
2,2U
14,24L
2,244
5,223
12,690
29,013
17
1,
139,590
29,013
25,t26
5,223 u,247 29,O\a
21T 60'31450 ta% 2,475 15,332 2,4L5 t3,471 33 s22,45e
2LT-52-4371! 2 33,052
L2,204 2,191 2,t91 t2.204 1 72,204 2,L97 t2,204
ta% 354 5,599 354 I 354 5,599
a2 21T-63-67930 4,317 1,503 9,335 1,503 1 4.317 1,503 9,335
21T-63-67990 5,652 7,Ot7 5,669 L,AL1 5,552 L 5,652 1,017 s,657
2tJ-70-37290 35,171 7A% 5,131 41,502 6,331 35,717 25,323
271-70-12747 31,922 !3% 6,325 6,426 31,922 151,633 21,304 i4,992 151,633
zLJ-10-122L! 1,195 1,196 25,516 11,360 26,516
25,436 25,416 141.309 2 252,618 333,439 2A2,6LA
1A% 34,51J 252,634 14,511 2 505,269
154,514 13% 27,473 t42,321 21,413 613,055 111,250 729,305 51a,056
27f 1013760 55,903 7A% 65,91L 55,903 2 111,315 20,121 131,943 111,316
c..7
( 421-60-35170 303 1,933 303 1,6as
2
15
93,193
29,e25
33,214
25,275
500-135 6100 27,451 7394 3,562 25,3t9 3,e62 21,451 1o 21,4,570 33,623 251,791
500-211-1340 1S% t,415 9,405 t,435 3SO,610 83,122 413,302 350,540
LA%
L*t
999
2,501
12,733
15,393
21,!,304
2,s01
32,233
5,550 70
72
1
111,000
345,734
19,930
55,032
32,231 211,304
:t0s,734
CtL/ C2D / lO-L2CuM Hydraulic Shovels /R-35-69 -7 9 /323 I 1.5L Page 194
Price schedule Annexure - Vl
6219-71-6320 7S% 1,393 2 15,523 2,195 $,121 15,523
6219-71-5330 LB% 1,4s7 9,554 1,457 2 2,9t5 19,109
6219-713261 7,103 ta% !,219 3,332 t,279 7,103 1 1,743 4,142 7,103
103 5219-11-5750 10,135 LA% 7,424 11,959 L,424 10,135 1 10,135 7,424 11,959 10,135
72,719 1,349 L2,LL9 74,27O
6227-AL6A7A 33 tao,4 15 93 15 33 2 166 30 196 166
106.76-17190 1,199 ta% 216 1,415 7t6 1"199 10 2,t54 11,990
S.ri.e Kh, Hldr.ulic Cylind.r 199,312 35,965 235,175 35,966 t99,472 2 399,624 71,932 471,555 399,624
S..l Kit, Hyd.aulic Cylind.r 255,364 45,966 301,330 2 sfi,124 91,931 602,559
s..l Kit, Hyd.aulic Cylind.r 634,137 2 1,031,533 194,646 1,or1,sa3
-.., HLXS1455C
28,537 fi%
7A%
5,737
t2,427 87,432
s,L37
L2,422
24,511 534,333
7,656,240
123,240
293,123
3m,164
1,954,363
634,433
Y
N30441179 60,577 1A.A 10,393 10,393 @,577 1 60,517 10,393 60,517
5 sslhrMrchln.rvoll 1209 Ll N30441179 64,577 7A% 10,393 10,393 @,577 2 12t,014 21,,1A6 742,420 121,034
51,545 !a% 9,27IJ @,321 9,274 51,545 20 1,o30,9oo 135,562
r
1
72,63],976 2,214,116 14,908,092
ClLl C2D/ 1O-1.2CIJM Hydraulic Shovels /R-35-69-79 I 323 hsl Page 195
Price Schedule Annexure - Vl
Forsprres and Consumables for 3rd Yearofoperation forfullfleet of the eqolpment quoied in INR (NCLJHINGURDA Project)
GST
$
\
1
7
Oescription
600-211-1340
600-319-4540
8,359
t4,592
fi%
B%
1,505
2,6)7
9,375
t7,2\9
1,506
2,677
3,369
74,597 27
368,236
377,O24
66,242
57,744
434,514
374,304
358,236
327,424
3 21T-60,31410 t3,325 13% 2,399 Is,174 2,399 1,1,175 11 146,575 26,344 112,959 t46,57s
113,60-231@ 2,543 B% 454 3,0o1 453 2,543 22 55,946 70,A7a 56,016 s5,946
s 21T 50 31450 14038 1A% 2,536 t6,624 ),536 14,034 33 33,683 544,547
6 600-319-3550 5,427 7A% 1,049 6,876 5,811 10 54,270 10,489 64,759 54,210
600-319-3550 ta% 1,049 5,875 5,42f 10 54,270 10,489 64,759 s4,270
3 421-60-35170 L,769 B% 3la 7,OA1 313 1,,169 5 3,84s t,592 10,437 8,445
9 421-60-3s170 !,169 B% 314 7,OAl 313 L,169 10 17,690 3,t44 10,A14 77,6q
10 709-60-77532 32,138 78% 5,745 37,923 5,735 32,\34 15 442,O10 46,773 554,443 4A2,010
11 07000-8s130 1A% 620 620 15 s1,690 9,304 g).994 51,690
t2 2oY-62-51591 7,2X7 78% 1,303 3,540 1,303 7,237 10 72,170 L3,O27 45,397 12,370
13 O{ing 70616-71390 1,2s9 78% 227 L4A6 227 t,2s9 10 12,590 2,266 14,356 12,590
14 500-135-6100 22,529 78% 4,055.22 26,544.22 4,O55.22 22,529 00 10 725,79O 40,552 265,842 225,29O
3,a55 19,275 27,145 L9,215
v
15 2oa-979-7624 3,455 7A% 5
15 17M-911-3530 5,069 78% 9t7 5,931 912 5,069 5 25,345 4,562 29,947 25,345
1,7 041-20-2!157 5,3t2 78% 956 6,264 955 5,312 2 LO,624 7,972 12,536 ro,624
18 6779'A1,-6764 70,744 la% 7,947 !2,725 to,7a4 7 LA,lU 7,947 \2,125 1o,784
6219-81-6750 70,64! |a% 1,915 12,556 1,915 \o,641 I 10,641 1,915 12,556 70,641
20 HLAr20XS145CC 466,188 ra% 43,914 550,102 33,914 466,1a4 2 932,176 L67,B2B 1,100,204 932,376
2t HLA443XS145CB 250,994 ra% 45,t19 296,113 45,179 75O,994 1,003,976 1a0,716 L,7A4,691 1,003,976
22 21T-934-3340 7OO,51,7 ta% 1a,O93 118,610 1a,093 100,517 4,02,06A 12,312
21T-934-3480 94,676 1E% 77,O47 111,713 17,o42 2 189,352 34,033 271,415 189,352
tl,o42 34083 LA9,352
€ 24
25
21T-934-3490
HLXs145SC 72,467
ta%
ta%
11,042
13,043
111,718
85,504 13,043 72,461
2
74
139,352
7,119,064 313,032
223,435
2,O52,096 1,119,064
26 HLXS145PC 29,964 la% 5,394 35,354 5,394 29,964 74 719,136 129,444 343,540 779,tX6
1 Encine oil{209 L) E31041103 69,476 B% 77,51A a2,454 t2,574 69,476 6 4t9,255 75,466 494,722 4t9,256
2 N30441179 5!,543 7a% 11,438 74,94! 11,438 63,543 1 63,543 71,,434 74,981 63,543
3 N30441179 63,543 ta% 1,1,.434 74,947 11,438 63,543 2 727,046 22,475 149,961 727,046
63,543 !a% 11,434 11,434 63,543 2 727,446 27,875 149,961 727,0fl6
l/1) 5 t3044t177 54,4A4 7A% 9,806 64,246 9,406 54,430 5 326,340 58,838 345,718 325,a80
6 84,477 7A% 15,205 99,676 15,205 u,477 I 15,205 99,676
1 Grease{180Kg} R30741143 54,722 7A% 9,742 63,464 9,742 s4,t22 20 1,082,440 194,339 1.271,219 7,042,440
Total 1,768,775 11,595,1q)
v!*-
9,426,525
CIL| C2D / lO-L2CuM Hydraulic Shovels /R-35-69-79 I 323 / 75t Page 196
Price Schedule Annexure - Vl
For Sp..ei and Conrumablei for 4th Y..r of oD.r lon for full fl.et of th. .qulpm.nr quot.d ln I NR (NCL-rHr GURDAProl.ct)
GST
\\' (uoM)
..\
1
\\
600-211-1340 ta% 1,5t2 10,369 1,542 4,7e1 59,593 456,227 33E623
t5,322 ta% 2,75A 13,030 2,158 75,377 22 64,615 397,759
21T 60-31410 13,991 ta% 2,513 16,509 2,51e 13,991 11 153,901 153,901
113-50-23160 2,67L te% 3,152 447 2,67t 22 54,162 L4,511 69,339 54,762
\\-)
--
5 21T-60-31450
6,119
le%
1,a%
2,663 1,1,455
1,22A
2,653
1,101
33
11,014
576,000 443,135
61,190
(' 500-319-3550 6,119 le,4 7,22O 1,101 6,119 10 61,190
I 427'60-35770 1,354 lea 334 2,t92 1,353 5 9,29O L,611 10,962 9,290
\ 427-60 35710 1,354 tga 3:14 2,t92 3t4 1,35r 10 13,530 13,530
209-54 77532 33,145 33,145 91,172
\ 11 0700G85180 3,619
7A%
\tr 04120-21,151
521931 6750
s,s17
11,323
7A%
78% 2,034
6,281
6,5a1
13,361
953 5,323
5,577
L\,323
2
1
11,1,54
t7,321
2,ma 13,t62 ll,Ls4
11,323
6219-S1-6750 1A% 2,47t 13,134 2,011 11,173 1 77,1,73 2,O7t 13,144 t1,713
HLXS1455C 13,695 13,695 I,A26,OL6 523,641 1,326,016
w
3t462 78* 37,125 5,563 31,462 755,O3a 135,915 75S,O3A
II
\ 1 E!1041103 13,17O 7A% 13,2O1 a6,517 73,207 73,370 6 519,460
2 La% 12,010 12,010 66,720 1 66,124 12,010 66,71O
3 6,724 TBrr 12,010 74,730 12,010 2 133,'!lO 157,459
6,724 7A% 72,OlO 74,730 12,010 3 20o,760 36,029
5 57,744 7A% 61,sot s1,204 5 343,224 6L,n0 343,224
34,695 7A% 15,965 15,95S 3t,695 1 33,595 15,965 34,695
56,324 tB% 1o,229 10,229 5q323 20 1,136,560 204,541 1,341,141 1,136,560
7,531,619 1,359,691 4,887,310
v?
CtL/ C2D / 7O-l2CuM Hydraulic Shovels /R-35-69 -79 I 323 / 757 Page 197
Price Schedule Annexure - Vl
.^\
ltehDEgiplion wjm Mrke, Model& %a No, {l'
applcrblel
fortdarequrPflntorrh?
Droi.dwhhord.dudins nod
N.-,,-
s ?j
n^4---
Price Schedule
Name of Supplier : M/s L&T Limited
Annexure- 10
Details of Training ChaGes
-<
\_-:) No
Period
(week)
Total Man
Weeks
Rate Per Man
Per Week (Rsl
No
Period
(Week)
Total Man
Weeks
Rate Per Man
Per Week (Rs)
\
//
"€
Annexure - VII
Techno-Commercial Bid submitted bv the Bidder
l\
tJ- \
Ctl/ C2O/ lO-72CuM Hydraulic Shovels /R-35-69 -7 9 / 323/ 1.51- Y SJ
\
AnnexurE - !'U
't
1,, , ;.i. il-lll. \.ri,ln A(', r\ \i\i Ir$
\ . \al,,nL,rnndrrllorili\,sn,'htrill'I lqrmni.ld'l.rnrliri)rrem,Iil(ti,\t|lil.l
1! . 1;:&n) er!.virc dl'r liJii L.r'I. x! Ji$!ft ,rl ourtk:-*mBr! th.osBlr Ehffoxie ,vxl r64!i.t
!:a'i\,I l S'l][n;'LC.l}f dlra ils aor t ct,;uring tlt FaJnorl iB Ei€n hcb'\i
I
MB. dd.s $id ?.lqill@ rclcr Bet
I slddsnlii*dd tjEid 6! !n RtEd. l
,r i' t nifird rhal rt ,!t !,. r;orcd b.neficirr! h.ldr r Bq* {40J0rt02.:i5 wirh $u'
h'afflr s (he Bnnk
|'rniflnrs n$rlmd lllnxc lrc c$trcq
I\
..- \
c \c- ,/
ctL/czo/70-L2 Hydraulic Shovels /R-35-69 -7 9 /323 / l5l Ypaeeltoo
V,
Annexur€ - \4I
BANKSI'ATEMDNI
Dcar $irs,
l1re ]teltbt $rti& that t]e occ.uDt*hich ir Arsted ]elov ir )reld in ou r ban].
(hnlnqv JPY
SWU.I'ccde B(y].R.IP.II
Sinnltoly
MU FO EBo& r.E ,
lut&oEized si$taturc
Chief Maaog€r Takqrukiliato
t)
ctLlc2D L2CuM Hydraulic Shovels /R-35-69-79/323/l5l
V PaBe | 101
\
Annexurr -VlI
AnnaxlrrE.l6
Format tEl. B6nk D€talls for ElGctronlc PalE.nt
To,
m/r Conl lndia Ltd,.
tst Flcor, Prlmisoa No.04,
Plot no, AF.llI Actlon Ar.a lA"
l,leu, Towrl, Kolk.tr - 700 'l 56,
DearSir,
Sub: Aulhodraflon of.ll our paytnenls throuoh Elactronlc Fund Transfer systam ,/ R1GS /
NEFT / LC,
we hereby aulhorire Co, lnd;€ Lld. lo disbuGe a,t our p€frents ttuough Etectroiic Fund
Transfer S)6t8m/RTGS,INEFT/LC. The details ,or facililaling lh6 paynonl arc given b.lonr
Ko&6tsu Lld.
Naflie oftho Benaf'ciey, Eddr€ss No. 36Akasska, 2 - Choms, Minato-Ku,
1
with Telephone No. Toklo 107{414, Japan
Tdr +41.3-5561 47411
gsnk oame, address r*ilh MUFG BANK TTD
7-1, Morunou.ha z-Chori?e.Chiyoda-Ku. Tok! o Japa.
Tehphone No.
fel: 03.5240-1111
3 arafich oarns & code Hd Ofilce
Sank aecouot nufibor lilrlh sMB Dt
4 A,/c llo.r 0l5d392
accouEl
IFSC Code NoJSrift Code ol u€ :
Swilt Cod€ BOTKJPJT
Bank
6 PAN No. of $e Beneflci Not Apt licable
E.irai No. Efld Mohilo No. 6l rh6 yoshiaki kobayashio)qlobal-kometsu
7 : Benefciary fot infim hn ol lolelse +81i0-3584-2366
ol
lA.V€ herEby deelarc lhat particulars giv&n abovs a.e collecl and |xmpl6le aod i{ the lranseotbn
i6 ddayed or dedil is not eftectE[j dLre lo incorrod intormauon, ljilre will nol llold Coal India Lid
responsible-
..'1 . ,.." ,
:- l.!f:.,'t-
A!,lhorized Sig.latory
Name: Mr, Yoshiki A!,/a
oa(e: 104 Scp 2018
Olficial Sl6mp
Bank CErliticalion 1
ll is ced6ed tha( abov? meotioned baneficiar/ holds a B€nk Account No.o!54392 rivi$.}
bla,lch and lhe Bank p6rticulaB menfionEd ab5$& are corrEcl
Authodzed Signatory
N5m6:
oale: 10"sep m18
offi.ial StamF
(
s.
ctL/c2D/7 12CuM ydraulic Shovels /R -35-69 -7 9 /323 I 75L V.r",ro,
,19
Atrrcrure - VII
\ lJ -
I{,
Coal lndra Limitfd,
Coal Bhawa[, Prenrises tlo",+,
Action Area IA, New Town, Ra,arhat,
Kolkata-700 156, lndia.
DearSirs,
"Subr l,ettcr 0l []i{i as per NIT Clause No. ITB.l4.2 i & Section vll/Ann(\uIu 1.
Ref'J_our T.nder No. Cll ,,/C2D/10-r2cum l.lydraulic Shovels/tt-35-69-?9 / JZ ) tktted 17 1A /201A.
2, \t'e con0r'm to ac{epf all terms and conditions contai e(l i Lhe tcndcr document
on.ondjt:oniilly.
3, Wc igree !o abide by this bid for a petiod 01 180 days frcrn the darc ofbid opening and it shall
renrai hicdinB upon us aDd may be accepted at a!1y tlnlL: llefore the expiration of that period.
{. We (ooFirm that until a [otmai c1nltract js prcparcd and executed, t]ris bid together with your
wdtten llcceptance therc4fand your No0fic;trion ofAward, shall con:ititute a hindlng Co0ract
5 We u[dcrsla{.Ith*t }ou i]re not hou,td to nrtcpt the k)west or ary bid you m y receLvc.
6- We aonflrm thaL the contents of the offer are givqn after lully uoderstanding and all
infornr3tion furnished by us Jae aorrert and trae and complete iD every respecl.
7,lve conlirm rhat all informaLionf documenrs,/ credcntials suhtnined alooB wtth thetendcrare
genuine, nuthrRtic, truc atd valrd,
B. Wc confirm that il any intormihon of docu ent subnitted isfound to be false incouect /
ful ged/utmpered i11 any way, the said otfur shall be.onsidered absolutely n!ll & yoid and 3c ol1
asdecfiedfirmaybetakenlgainstusineludioHterminaticlloftherontraa-tfodeitLlrcofallijr.les
inc,udin8 f$l0 / Secrrity Deposit ind Bannan8 irtolli lirm itlong rrirh all perrners ()1 rhe firm as
p€r ilrovl$ions of&rder do(urnenr/furch;se I,lanual OfCIL/PfoviSiOn5 oftilw in force.
,, t)._ N
:--t4,./f
ctL/c2$11s-12su M Hydraulic Shovels /R-35-69-79/323/1.sL -J Page | 103
Annexure - \'IJ
Duly,luthodsed ro sign bid ior and on behalF of Larsen & Toubro Limrted
/
C2Dl10-12CuM Hydraulic Shovels /R-35-69-791323/
D
l5l
\
v / Paee I lO4
t
\N lrC2OO0-3 : Lub. R.@mlnmdrtlon
\
\ T 1220
2. ro:to l7 l7
5a,ne Mr.nim.r lthrD ( ln Ltr ) ,r0
riNl&iw as{&16l( rfl nr) 10lt
f
5 1l0l 50i0 ll01
:llii!!{r.naritedoootltillis19!up,t!!rlotsrlu{roia!€/.ohponenrLilur..ecileht.tl
P
Y
,?
Lllrt__
CtL/ C2O/ lO-l2CuM Hydraulic Shovels /R-35-69-7 9 /323 / LSL Page | 105
Asr..r.li,useclo.r KeeeATlU
*omatsu Urnlted
?-3{AkErak!,
Minrto-ku,
r0kro, 107{414, lnpan
Trl ; .81.l-5t61n761 & !2
rur : +81-3-5561 4767
Detaikd w6rt insrruflion a&!ts ior lanyln! olt fiEld fi1d Final te:tifl&, Suitahlr
check lirtiirc er.allable & maintaioed. Field 1e5t co{preh€niiv€lyrtrvErr rh!
followinearcas:
FIEI.O]IsTlflG Gr.aiin8 of vnaiour loidr, OiI l.v.l!, st€ering mcchanilm, Brak. effediveoe5t
StBbilhalion of ltdraolh Or] temperature, SB€ed test, Eleclrkil fr]oction! Orih in
Hydr.ulk Cylinders, et .
lnadditl e6d
Paintint proced ures era cerded ootas per aompiny standa.ds, A norl ingtruction
,for
enruring fiocesr convol&also for inspEctior olfinrlpaintpd produ(t axistr aM
PA]NTJiiG rultablB rerord! arc maioJained,
The pareme(err iospscted include p.int viscosity, dry filrn thickne5s, painting defed!
The tbove proced uaE Blso maet9 l5O 9001 req irrel1rEnt,
Your5 Slncerat,
For Komitsu Lld .
i iiar!: x,:::rr:!r
d sig8rtory
,KII
D-- \
V
cl
''
10-12CuM Hydraulic Shovels /R-35-69-7 I / 323 I
V1*-
tsl Page | 106
As pcr.liuse9.:.i
sEt{0l6la{{ l0 Stlucturr, furlttlon .rd mainlenancestanda.d
Greasing systBm
^oo ^@@
;:_:
::: rrrr {(l;r,!jrxLri<-
::! :::
(} @ oqooq 9^0^
9o o9 :*:-
?::i
oSoY
::.::
\\// ;;i:
& s- \\11
'-
t' 5
tr o
34 PC&088
t) \
LV,.,
ctLl D/10-12CuM Hydrau li c S'hovels /R-3s-69-79/323/tsL
\-
v PaBe | 107
As per daure9.2.i
-->rr'!i!r!,{!
I.riI rl r.rrlYi.r 1..r.
o @
*'-"*'- '_l
-'l
t- --
PCzOW.a 35
,). N.
r
ct 2D / fO-]2CuM Hydraulic Shovels /R-35-69-7 9 I 323 I
lill',---
L5t
V Page | 108
As pe.d{ure !.:.i
7
I
6
o
l7
3
Arrn A b.s6 +&rcLitln
Am C bos$ + Bedd lnp pai
g "-"1::''i"'-t--_
Bud(el climd€r i.lbm pir
T
6
I BooEtcy'iids h.rd d.
am crriider bolkr cn
11 Boln c)llhdgr tottor.n pfr
36 m?000,9
t)
q\. J
\
7
ctLlc2 10-12CuM Hydraulic Shovels /R-35-69-79/323 I 151
s V Page I 109
A! Fer chu* 9.2.i
'10 Slructu.G, ftrrlctlon rrd mrd'lt tr.rcE slradrrd SEI'101610-04
Ou in.
AL{o gr6as6 fundlon
It the 0r€oso orod€ selector e{{i(ch is in th6
auto grealG p$iton, th6 controllEr opsrateg
$16 6r6a5r E np st coosk( ume DreNals and
lh€ icon of ttt€ gress€ pU$F operatno al th6
6e{ ff3s6!r6 h diEplayEd fi ttle lndnot
ftl€nu€| gle,s. tunction
lI thE greasB mode selador swttct is in Ue
msnuot g.esse positior, the.onllolldr oper-
a(€i ll€ er€Be pump @n$ruou6ly-
Grcase ievd vramir10 t
rclion
lf the gr€ase l6v6l l6a,ss, lh. loy{,level switdr
68nal is nfut€d to tie cornrdbr:nd $€ming
is displayed on th€ monilor and lhe grees€
PG20tXt"8 3?
/t s^ \9,
4/
CtL/Z2o/L0-L2CIM Hydraulic Shovels /R-35-69-79/3231L5L Page I 110
V)n \
As $r.hure 9,1.i
Components
Olirlns
2. tump . h rho a)lo groasa aFle.F. irtis hydraul;c pLfip
3. FdlovvEr plalE supplie6 ths gr8asa rrom grease d'anlbar (Bi.
. This putirp iE do']bl+lcl|ol tyFe, rh9t is, lt dis-
5, Cover aharqss Er$6a in boih upword and dor'ilr1!{6rd
6, Greese la'lk
. Th5 pump is operaled ai:.ltarnedcalry by fte oll
orssur€ srilch 6nd Donrolle{.
/.. Oiiinlet port i WhBn tfie glease b sirprlhd. it prEBe-,rE gor{€
B. GI6as€ ciambsr (71 rdk rles 4 9 - l9 6 Mps {50 - 2ar0 r.9'cd1.
C. GrEa€e ked pdt lhe operEtlln 6 ,taaltrd,
(if equFp€d: wnh refif tunclionl t lf lil8 p{€sslr€ 0auge indicstes betow 4.9 MP6
D Gteasa drBin pon t5O kq/c'ff]). srease 13nk is smete.
(lf equbpedi ,lrilh renll tundior) I lf the grea5e lant s r€nl valve rs brokeo, ttle
T. Pump Crdn port calrt1nn bmp llghts up and rhe conrcnls 6t the
trouble are d,splryed rm *'e r€c-,ne mo.(o'.
PC2000"8
.-/ ,^
lv.z
I\ \
'/ 'z
ctL/c2 I lO-l2CuM Hydraulic Shovels,/R-35-69-7 9/ 323I tst Page | 111
\
As per clause ,.2. i
10 Structura tuncllon End rnalnten}nco slandard sEN0l618-04
"n tt PTI
C E E oE
llanu.l gr..sc lnt tastor
. lf th€ gr6as6mode sel€do{ s,trtlch is sel in
'VANUAL', 'MANUAL' r4diralor {2) is dis.
plEyed on lhe normEl sareen c,f the mon or,
PF*
Ps+
PT
PF
in E €Dto E ei]
9in0zrrt
PC2r,00.8 39
ctL/
/
/10-12CuM Hy draulic Shovels /R-35-69-7 9 I 323 I 757
IL \
v
Page | 112
fr
,Lr per claq+c 9 !.i
sEN0r6J&04 ,0 Strudut3, fumilon and maidstanco BtErdard
I I
rg5
40 PC2000'&
)
qe 1
a-- \
CILlC2Dl10-12CuM Hydraul i(shou"ls lR-3s-69-79/323h5L Page | 113
As par chura 9.1.i
T1
o C C U )
o n LJ (J )
1, Adirstmenl EcrElv
2. lnjecb boq
3. lnj€clor piston
5. Sl&re vd;ve
S. l anilo{d
DdivE y: 0.1 3 - 1 .31 cdrev
&-
PC2000,a 41
/L \
ctLlc2 10-12CuM Hydraulic Shovels /R-35-69'79/323 /LsL PaBe 1114
il\^4
As f{r ciatl$. 9 2i
Dprralloo
. Stag€ 1 Sioge 2
lhe grea6e piesruired by 6e pump p*ihes Tno g.easa tlDwing lhrough prssage (P)
ljp slid€ lalve (5J lnd canoe€l€ qraoifald (6) Fushes down i.Fction piilon (31 and dis.
and pes56e€ (Pl .lEages ttE grelse in disc.nlrge qhEober iB)
!o ojl tlole (h).
rT
,a)
a, IE I itE
*
I
<-'t ,u,.
&
r.r:r', \. ....'
..,,,,:,,r,.
42 FC.2000-8
l)*
\\c--.
?//' \L
CIL/C2Dl10-12CuM Hydraulic Shovels /R-35-69-7 9 /38 I r't Page | 1L5
..\'
\
A$ Ier.lsrr$( 9.2.r
Stage 3 Ste$o 4
lnie.ror p,d61(3) Io$"rs lo slidc vElv€ (5) and It sLide valv6 {5) ii pushed dofi, paEsa$o {Pl
thon pL6he€ il down to dF.oinecl rllanibld {5) iE cocn€cted to discharge chamber {D} by
and Fassrge (P)- vdive pod {ql an.l lhe grease ln rneasurihg
ctEmbsr (M) ls s€nt lo dischE!€ dlamber {D)
for lhe nexl supply, The opEration clid€ is oom'
plEtrd Bt tt!i3 tonrl
--]
I
0
@ t ffi to=
PC20@-B ,lil
/I Y
ctL/ 10-12CuM Hydraulic Shovels /R-35-69-79 /323 I l5l Page I u5
t/l
.Ls per.lBuse 9.2j
I
I . .l:,
(i
*t
\- /\ (a
'{-
o ()
k_-.-
.-.o
@ o
ca? E)(n':(1uF!!n.ro{
^+fiffS6{$ e4$il
cll'Rgnlel11L.-.....,_,..,.
rior:u:
otP cYri0rft6B Ass"r ?o t{c *l+*" R""9'i !i9r-g.d*n
(..) ll *r... E: 3crgr^llc ol^En4{ 9f ,lwo
r' li-- rBer*orEcllox $rllEu to{ rc ialo
SOUTHERN ELICTEOI'{ICS
Depending upon the arca and the rirk involved lhe resDedive spnsors are ue€d h the equlpment
coverin8 the crillcll ar€es which ere prone fo. fir€ aclid€nts
Ertlnguilhlhr Systsn
Thr.G lyps! of tuppretrioh agcnts .re used for sup'pc$ing lhe fi.e.
h case smo&r / h.at / fkr is deted€d in fleauical Panek the Ga5 Suppression agent wrll gBt released
automati@lly andsuppre$ thc flrc.
h care fire ir detected in areas wherelher€ is llolagE ofoil/ grease etc.. then Foam S$ppression agent
will Bel a.tivated and 5uppress the fire.
l{ fir€ ir dete.ted ih olhPr irear, then Dry Ch?ii4ri powd$ supprEslion agent will Bet 6ctieatd
automatiaalh and dh(harEe throu€h hose netwo* and through the predetin€d norzles positioned ih
the ris* area5.
Ov€r-Rlde Switches
fven tho!8h th€ synem cBn drt ct fire,utomrnc \.nd discharge 5u ppreision agent Ov?nide u^it
provision is glveo to actlvnte th€ systerl rnenuallylo enablintdlcrta€€ ofSlpprellion ABenl.
I/
As per elause 9.2.j
Control urit
Micro-processo, bas€d Conttol Unit it localed ihsldelh€ cebin ind contrcls lhe operaton ofthe syet€m
The Control Unil fionllors the st6tus of seosors and lf th€ 5€tlsors detect rmoke, flr€, over_heet then it
$,ill activate an alalm and aho idivates the suppreltion svst€m, EnBine shut'otf prov6lon can be Siven
ar an oFtional falility. lhe eontml Unit has provi.ion for !,elf{hecting and will also have indi.atoEfor
the op€Gtorto a5cenain the f$nct'ionin8 of the gyrtam,
fhe CoitrolUnit will h.v€ provirio{r lo slore the cventr {or a Period ol30 days andthe ttored dat3 c.n
be downloaded into other media fo. the further an.lysis,
The Control Unit come! with built-in Test FacilitY to (herk the sY5lefl s€rviaeaUlitY lofldition oI the
!enlors and JUppreisiotr unlts-
<ry-,-
t )h-
(te, e..-
\\
Y
ctL/ 10-12CuM Hy draulic Shove ls /R-35-69-79/ 323 / Lst Page | 119
fu per d.use 9,1-b
Model : P(2{r0+l
2 07951-t1400 NOZZLE t
3 G795?€0@2 GREASEPUMPA5S'Y I
4 00019-28036 \4rRE!tCIl I
5 rl903l-00190 DnNen I
5 08035-00150 PLIERs 1
7 09039{Ors0 IJAMMEE 7
1t c9!07{0532 WRENCH,6 I
t+ 0900?-00835 wSENCH.S 1
15 09m7{oa25 WBEt'lCll, rl t
flote
1. &rt Fuhberj arE tubjGGt to chanse
2 We aho undenlLe th.t thE lisled tooli sh.ll b! suffirlent ior reiitenance, eredion &
rDF1fti$ionif,g 6f th. ellJipmc|Ir ahd if ary ird itional tool is requned, thrt sh. I be
Provided as par require6e.t.
4-
i.i...:.. ?l'1.'/
/L
ctLlc2 0-12CuM Hydraulic Shovels 3s-69-79/3 lLsL
\,
Y
Page I 120
As Fef clause 9,i,c
Customer :CIL
PCr&x)-8 COMMISStONtt'tG SCH€DUIE
No. af Dilt
Uncorerirg of S€ llrb;rscrnblic, and parts at arallion 5iie 2
l,rrtillalion o{ powEr.oit.iner I
I
l.rQllntian ol exterial cove6 and!tep5 1
lnelallaEoi o{ borm.rind{r 1
30
t)
\u-. \
ct D/10-12CuM Hydraul ifShove ls I R-3s-69 -7 9 / 323 / tst
V PaBe | 121
Annerure - VII
Cilpiroily Str0ck
?36.1 $.ti F.r (om{su tinil.d,
i
,lii,
\- s
Capacily-Calculation SAE {1:1}
2.538
2.426 Arnhorlsod Algn lory
t{€ rs6ted v: r'/ 6 + {$: 14} ' NNo-sl 25
CaFaeity SAE 'li1 heopEd 11.8
\6\
"{.J
/l,z_
CtL/ CzDI lO-l?CuM Hydraulic Shovels /R-35-69 -79/323 I l5l Page | 123
Atrrcxulr - VII
KSMe,rk$
Noftats! Llmit d
Ilem 1-As pcr clau$€ 9.?.b 2-3-6Akasrka,
M;natD-l(s,
Tokyo,107'841d Janin
t€lr413 35t1-r81&82
frx i ]S1'1"55614767
NelvIowl iajarhrt,
Kolkata"mol56,
lndia
Dea/ sir,
Marimsm hut*.t €od affi cyiind€r diBEnE forcer rneat!rcd accordin8 lo ISO 6{45 i! aimentio,red betop,
Ba(|fio. *E!rel:
ThaflklflE you and asiqring Vou oI our }en seavkrt and atfenllon atalltines,
/
I
L s
ctLlc2 /10-12CuM Hydraulic Shovels /R-35-69-79/323/757 Page | 124
tl1,-,.-
Annexure - VII
!i&!hlG @tit. ol6mv{y 6! ol'xlnrrnl dhqhg tori6 pd&tdafl v{Yn tsck porp6rdialf$& parel}at lg b66 of cld
It€ml-AsI'cr.lausc9.2_C
cr.ri 5!0!
t"1t
tqa!0
5
'J* J
4
1/
[, /)_
--q/ \Y-,/
CtL/ CZD/ L0 -12CuM Hyd ra u lic Shovels /R-3s-69-79/323/tst
\Y
\
Page | 125
Annexurc - VII
6tus Vrb. ndtrnon ----,, filrvrD.r 6.{i.n N.r . t50 9Ua9l5AE I lt49
-
i- li
u s4 t.r6F .li, l[ i{4r9r r{d eria 6 G6)
-..4
;/
tlI
ll
s lrd tuE !ry- n{ F6j??{}!,e1$ rq'! crsn r@ 6rdl
?1,l*FI7 .r'tr $, Fr$( ioq ll.rl
!
3
I
Y ! i.Ll k4& rdr@ais. rsr4w*r@$nt€rq4
x !a .r}fi atarE B t&.
' '.2 b-
'?\:;,,;:''
*
ctL/czD 1O-12CuM Hydraulic Shovels /R-35-69-79/323/LSl
I)
Y
v \
Page | 126
Vl^,*-
As per clause 9.2,1)
I- Ercios:
!CS000-8-* €quipped {vith rhe ners I{omatsu SAAI2VU0E enei^a that features clerm,
firel eftil]irnt and poi{erfu1 perhmraorc Povcr lorseB 1n ht draulic F}ttcln. coolidg fan 5n&
PTo are reduced Tote] Powet tr{anagerhcnt u*ing Or-de:16Ed Powta Contrtl Slittedl
suaaecde .in dra6ti6lly feducing the fuel colr6,Jntplron ser hour. The roaeh$e has
.Dhnneeal functioD.c thir! mnt tbute td encrgy saviflc ope rti6t! mdudiog adjustablc'tr
mode' $nd E o-g?ueu'. PC?000_8 jF fl new laenaratioh dcan nra{ e.: nor}rirrl mn.hine
2, IlYdraulir SyBteEt
,/ 2 t
_,4
v,\t4-.- N J
ctL/c2
\y,
0- 12CuM Hvdrau licthovels /R-35-69-79 /3n/rir PaEe | 127
\-
\
Annexure - !'[
optrmum mcde that dr:lir'o* rhe bear comtiDario, of productjon and fuol {]{l:icienqy
contrderme worlrrrr Lrmditroor.
l&arlr.-U4-.lS!de.1 tuming tle hos!-t lift mode ari'.r+r .n actisatEf rhe all'olt !6,er
delivery lyil.Jn to increala th€ liftiry ror'.r of Nhe booe, tbir trrodo $ belrefrcrrl s,hen
h:rodling fl)ck and duiing la-fi"). IiftioE atpLcatiouE.
3- SYirrg ryrteD
c.qFacity tripla-mler b€"rinc i! lls€d {r-'r t&e s$ing drciq The s$dnp circle endures
l.arfc
heary-dlty exceqlirg qnd loHding work, and e)ihihits excellent dursbili ly,
I\
/ N $o,,
/'
ctLlc2 10-12CuM Hydraulic Shovels /R-35-69-TC/323/ Lsl Page I 128
V
Annexure - VII
Trackadiustet..,., ..-.Grea$e
No. ci{ shoes - -. - -. 49 E3ch side
No. o{earder rollers . 3 each side
No. oflrack tollers. . , I eaeh slde
5- Operaro!'s Cet:
Nely Ox4!!t!or Cab Spe(!!lJ! I)eqiqned {or l\Iirri4q: Nes operotor cab yrr:tides a
camfo ablc workirg envhonmenl. Sturqv cab oi eolnl cirn|{t}uciion. wilh ttrp guBrd
.dnf6nus k OIG level 2-
w
tL
l\
t-
ctL/
Sr
10-12CuM Hydrauli c SKovels /R-35-69 -79/323/l5l Page I 129
\\
Anexurc - VII
fipaciou6 alld Comfortalllc Nare Cab l&rue krga rdb drnicrcd t!' er,elus.lvc ule ir
Eining slorelE plovides.enough q)scs t! relax durinB oi€rr&m- Th€ crrb q,irh ilrpio\cd
an d ghtneEs is prc€suriz.d to plcvent dqrt {rom e nlering. Colllbin€lt Nirh a Ierga aapaeiB
l*.in air .oBditionc! that caola ard heata the catr effertiroly. uDplc and r:rm{rr{aSlc
op.rating.nvii.h .ntilt realirsd.
ejq!&&Eh!: 3h-E!S!!St!!j$! 'IlB Bcar qith air sxspelrsioo Elninizes and Eoftrns
vibrrtjnnb tteo$nilteil to th6 oper.ator. DeDendmg on (he qperEtor,s Beigh! $nil physique.
the cu€hion eatr be iaiusred and lhe $eat con slido forojaft End vertiralL\'.
IL
\ qo,
-/
ctL/c2 I LO-r2CuM Hydrau lic Shovels /R-35-69-7 9 1323 I 75L Page
7 | 130
V)"L'--'
Annerure - VII
?, Oper.tinB Seisbc
BACKHOE
Opelatjoq !a/e&hl, includiflg 670! inm 287' bo'oril. 3900 mm 12'10-
ff n, SAE heaped {2"0 nrt l5-7 yt' genernl pu$rsse backho€ buttet.
ope(ata{. tlbri(8]! co<rlan! fuS fuel lank, nnd &e slandad e+lPmeflt.
LOADING SHOVEL
Operiting weitht, includiog 5960 mrll 1t6' boom, 4t50 hl'n '1,1'7'
arm, I t,0 mt 'l{.4 }d' f|eaped t}uclet, operaloL luhncnnts, ccEL'rnL
tull lucl tank and stEndard equipmenl
PC?000,4
ShoGr 0Eentirq Wei$tt Clound Prts$re
oo{ilr !r rlr 1950m*q 106 *Pa
8I0 rBm 1.90 kglcrn'
420.900 tb
27.0 psi
L Diloensions:
ai ile+brrc:
tsi
ir
:i
si
X! -- -ir .
_.1:
..:.t.
V,,
I t _\v
c
rn;::::'..:-r'r j
d ,4)-r'iqa.z-''r
,J ,,'
IL v V
ctvc2D 0- 12CuM Hyd raulic Shovels /R-35-69-79 / 323/ lSL Page | 132
\il^-- Y
Atrnexure - \'II
ctL/c
rp_
12CuM Hydraul icu{ovels lR-35-69-791323hsl
L N
.\ s\ l Page | 133
Anlexurc - vII
i
!-l 5
I
t5
4
zl \-
I
i
\
t "!.> 1
15
tg
u
{0
..,?.
3{
8l
z
+
PC2000$ 5
r)
LlC?D -12CuM Hyd raulic Shovels /R-35-69-7 9 1323 I LsL
\
Page
Y | 134
( Y
Annexure - V]]
3. Boorn cylind€r
4. Lioi oilifl.r
5- Lt coril'ol valve {tspooJ)
6. LZ rdHrol valYe {s€pod)
7, RJ cont ol vrlve {Sspool)
L R2 c'Nrot vBlve (tspeol)
9 No.1p rp tltPv375 + 375)
10. No. 2 Fdip (HPV375 + 3751
11, F n pump (HPV95 + 95 + SAL (1) o20)
12, Swins lnolor
13. Cerrler swivelioifll
6 PC2000"8
/\ .')\
I6tt
ll
'_r''''
i 7l
\
!r
I
l' )
i
q
ll
I
fi xI
al
t0
pc200ll8 7
iL
cll/c2
/
,,2,, CUM Hydraulic Shovels /R-35-69-79/323/157
N
Page
V | 135
\
Amexun - lII
Hydraulic lank
ff'
it
i,i
t'
ii 'n''n
ii
t'.
4 I
L*.,
B PC2000-8
o
t:L-- N
\P,,
ctL/c2 M Hydraulic Shovels /R-35-69-79/3231r57 Page | 137
\
Annexure - vII
l
U'I ll l-v
ET
iaaffrisltlllltd?i e.
cita r l$t81. $ n€ roJrseir 5
riE ra6 ,8 i{09 s€t&-
ul t1l
)
PC:o00{ I
/L N.
Wz
ctL/c 10:.12CuM Hyd raulic Shovels /R-35-69-79 I 323 I LSt P
"r4r$
VJ
Annexurc - Vll
Oil cooler
!2)
qr
56
2
,,Jei6-.?
t0 pc2000-8
L s-
J
ctu /lO-L2CuM Hydraulic Shovels /R-35-69-79/323/ l5l
\'y Page | 139
A rcru€ - Vll
2 Oilcoolct
4. Drain 6nd
t. Hydraulic motd for fan &tu {dlc651ff $d6}
6. FaR guard
7. Fan (oll @ol6t dds)
Sp.cificatl,ohg
l. F n
(oil coo{.r lldcl
Ot,lsrde d€metefl'l ,rt50 mln
iio. ofvanglr 6
Rotatil€ +e€d: V6tiabl6
{Shndard. spec.: Max- 760 rpm)
(+55'C sp€c: l a& f,1o0 rpn)
2, O[ cooLr
Co.e type: PF +6, 3.0P
Fin pitsh: 3.0 ltrn
PC?000-8 11
11,.----
Annexure - vII
Hydraulic cylindcr
Elackhoe specrfication
Boom cyllnder
_l
EuctEtcrlnd6r
L l?:l0. 2tt
*. !t
.30 PC2000"8
Item 1
.<\
-/' ,/
----'2,--4-
ctucdD/rc-12 CUM
^\9-
tr-,
l).
Hydrau lic Shovels /R-35-69.791323/L51
V N
Page I 141
AtrtreIuIt -vII
Und: mm
Shaft
-d 050 +0.25? 00t9-
0.379
's-08
160
-0.043 ,S2r8 0-089 -
-{.105 *q.0,t6 0.33.{
2 144
-d_0{3 €025
(
0.043 - lo
-o 1t6 0.131
-{,o43 +Or.l5
14C 1_O
,{.106 *!.145
r9.€25
1E!
-{.043 0 0,{3 - 1.0
-{_10s o 0.131
3 144
-a.043 r!O25 0.0!3 - 1.0
-{.108 0 0.131
1m -€136 .0.457
*t}.aio
0..106 - 1.0
-{.o9t 0,547
rc2000.s 31
Item 1
/)"
ctL/
/
10-12CuM Hydraulic Shovels /R-35-69-79/3231151
\
Page
Y | 142
Vl,,L'--
Annexure - \11
u91l
T I
a$
{5lbil
gucfld cylin&r
lP!{a
t ,1
I \ m
't
32 PC?0068
Item 2
Wz
tL \)V I
V
N
ctL/ D/10-12CuM Hydra ultfshov els /R-35- 69-79/323h51 \s
.\ Page I 143
Annexure - \rII
Llnit mm
c'.ltrE
5tafl tlole
180
150
ins
180
100
150
120
2 120.6
10c
Boom 180
120
3 1{r6
r09
10c.5
FC?Oos.a 33
Item 2
lJ^
gwing motor
lyp€: |('dF230aB-5
(
p
@
(,
34 PC2000.8
(\z--
9,'
tL \ J
ct D/10-12CuM Hydraulic Shovels /R-35-69-79/323/ Lsl \* Page | 145
Annerure - VII
0 t! It r!
II
,a t-12a5rh
t3 t2 t?
<-
&-
'i
36 PC?000.8
A
ctLl /10-12CuM Hydraulic Shovels /R-3s-69-79/323/rSL
\
v
Page | 146
V\
Amexure: vII
5. Disc
6- FlalB
7, Br6Le 9is1on
8 Holi6ir$
g. Plstoa
lG. Cylinds Uock
12. C€r,lsr shaff
13. C€nlerspang
16
6_S6 N 5.59N
56.5 450
"5.6 {0.71 kll (0.sI hgl
r 7.,15 N 5.91N
2{.5 11.6 145
iO76 k91 p.6r kgl
N1
1':- 1". -i.:,1
..-.r... "'
PCZ000a
7 v
CIV C2D / LO-LZC}M Hydraulic Shovels /R-35-69-7 9 /323 I 157
tL_ $,
Page | 147
Arnexure - \'II
As perclsuse 9.2.g
stN0l6rs-01 10 Slructur, funcl$oa aad malntensnce stdr<lard
<Fz
t: D.-o,
) 1
^rc
v_i
;
I
;
T-*
T
!15467?{
P:Firrrtunpump
T - From cooler lo l5rk
TC ; To E.*
Typ.: LMF110
Caflaqu 110.7 cmlrev
Rrt6d sp6ed: 1.050 lpm
Rabd Iow .al€l I 16,2 Umin
ChE k valve cla*mq p.666!rer 78.5 lPa {O.8 kgl€rfl1
Sably val,ocrddfiq p.Bssue- 245 MPa e50 re/tu')
42 PC2000-t
u_
S,
ctL/c 10-12CuM Hydraulic Shovels /R-35-69-79/323/L5 Page | 148
Annexure - VII
x EE t!
l:}
rll-t!?. tt!
l l r r t l, l! r0
:37
I t I
1. Orlput shaft
2 Caso 9. Ceat8r spring
3, Thrust ptrte 10. Suelion eete
4. Sho€
5, Pigton 12. ReYemitl€ vslve sFaoJ
6. Cliinder blbck 13. Sslaty valY8
;;;;
r46N
53S
11a.g lsl {t1.s k!l
15 i5r4i3n rrtuo tlrins 13-7N 11,0N
1Sil' 1.9
{r.,i *e} 1r.1? kg)
G)' - I .. i
- ?-/
PC2000"s 43
!: I *
'li:,
u
YI\ -,..1
\
J
c,l-l D/10-12CuM Hydraulic Shovels /R-35-69-79 / 323 / $r N Page | 149
Annexure - VII
l
I
3
I
-.,!
J:
,/
& PC?000.s
t\
-,. /
-'+zf
CIL/C2Dl10-12CuM Hydraulic Shovels /R-35-69-79 /323 I 151 Page | 150
V
Annexrre - VII
{t 0-,' al.d
P DIR
I
[x
!l I
B
Z+
SG
c
2F PO2R
2t6-!0tnk 54 !-)l, allr 6t, !-7&.ri] 6r-r.,{n
{r5-3r.5r.d l0-!rrd l6-6r.d l!-?. 6rr.l
P8R PE c PAf R
PAG RI F
z
ps
\u,/ u ^t
\\\. v
ctL/ D 10-12CuM Hydrau lic Shovels /R-35-69-7 9/ 323 / l5l
\s Page | 151
ArrcrurD - vII
Olrxiro
. th pJlnp uni iq colnposad ol 2 v8risble.
capacily swa$h plaba-typ€ pislon pumps, PC
vElvB6. EPC valvos and a dncb SEar putnp
v
PSG : Gear purp $rclion porr
2- RGar punp
3- GBs plrrp
5, EPC vari
PC:000$ 49
IL
\
ctL/ /10-12CuM Hydraulic Shovels /R-35-69-791323 lLSl Page | 152
\I
Annexure - \rll
Travel motor
Typc: K F3rto-s
PB
H
*z
({i 5+!t.nl
clg
2{ t- PAI PtsI
PC2000.8
V t\
J
\
ctLl /lO-72CuM Hydraulic Shovel s /R-3s-69-791323/lsl Page | 153
Annexuft - VII
I I I
6!-* tt
t! ]l t, t5 t
{l
oo
t3 t, ,I I
a-6
v
-:)
,l,:
4 FC?000-E
v
t
\.
CIL/C2Dl10-12CuM Hydraulic Shovels /R-35-69-79/323/ 1.5L Page | 1.54
Annexure - VII
t8
G,S6 N 6.57 N
665r256 {O67 kq}
{0.71k{}
520 N
17 61x 44-5 6r,5
{5r kd
z-')
.. ^-
:::..r-.
-:i.,:,,..,... .]..r "1
Pe200[-8
<l
\*
/\
\
ctL/ /LO-72CuM Hydraulic S ovels /R-35-69-79/323l151 Page | 155
ADnerurc - VII
Hydraulic pump
Type: HPV37++375
T I IP I s
I
lc l-?t alln
P2 PR5
*z
T
t 'l
$-l!2. Bt! *6-
I1o-
6 xz FJ EI sl r
D
5t-r4{, c c c 2C c 1
al
TIO T! 5 3 5
.i -- :jr-^i.
14
.: €n
lt PCeq004
.,tL
.1_./
.Vl*---
\,
v
Page | 155
Annexure - VII
Oullint
. 'nl6 pijmp unlt is cb{ilroBeC oi 2 ysnable"
capacily sy/ash p1616-lypo plrton punps, VC
valve6, EpC !!l,r€a ard s6lt prsEsurs rcducing
3. VC valw
4, EPClslYe
5. Sell plelsum reducing lalvs
dh,.-
t;....:jJ$-l
Pe200o-8
Vz
/) s-
ctL/ D/10-12CuM Hydrauli c Sfiove ls / R-3s-69-7 323 / Lst PaBe l1s7
9I
S
Annexurc - VII
ll
ft it t!t-I?
{!!-rg
I I t t lt I t5 l0 I
(r5.
ll
i. + ia-
o
I
0-0
t
.?l f
16
v e
FC2rl00.a
L IL-
\"
1- F.o'lt shaft
2. eradl.
5. Sho€
6. Plston
7. CylifldBr block
L Servo pirior,
PC?o00"a
\$L
rr
/L
\\92'
ctL/ /10-12CuM Hydrau licXhove ls / R-35-69-7 9/ 323 / 7st PaBe I 1.59
-=/
\
Atrrcrur! - VII
Alprrrrausee.z.r( l{&ffiA*S&
Iohata! umtted
1-l-6 Ak3sikr,
ToI|!. 107&14,lBpan
Tel I,a1-l-556t-??Al&82
Fax lr8l-3-5J61 4ri?
W! Coollh{,a Lin{ted,
Coil Bhawen
Dcar Slt-
We hereby detlare rhrt the (oma(slr HydrauHf E\cavetor Model tclmo-8 has ttle follo\*iq major bolght out
st
Descrtptiort Addrc* of MrnufiEhi.el i
Thankie8 you nnd asruring you ofoor besr ler\,i.es a.!j altendon at alltimEs.
1--
X,^
cry
t/ .-
tL
ctvc2 10-12CuM Hydraulic Shovels /R-35-69- 3lLst
\
v
Page | 150
\
Anncxur€ - VII
rd P.rl@ 0.L4c
1!.!:1a9!$r
I I9o*p,lp' I?,i.tl$
|J5ra6(r!€rL. r,r!!{{61
lr{8.t!r@.sgs{g&h
*.-
k- t\\
ctL/ -12CuM Hydraulic Sh o/els /R- 3s-69-79132 3llsL
\
v Page | 161
Annerure - VII
Adnexure 2i hem 1
Type
de$ pteton t !e : (HFV 375 + 375)
F6n puotpr vsaa$a dis*aemeflt trr{ear
pisirn type t (HP1i95 . 35)
-g FTO lub'icrtian pJmpr ge3r tyFe .1
50
!oE Deli,/ery (sBL (rte1)
Mrto E$rg P1i 6:9.6?9, P2r 5lB - 518
- Fin putFEi 160. 160
FTO tubricatiorl F,!.xp. 35
vu- T-
v
ctL/c2 10-12CuM Hydraulic Shovels /R-35-59-79/323/75L Pa e{l rcz
Amcrure - \'/II
Dear Sir.
We hereby submit our clsrificarions for dte shonfall / clarilicedoffi re,{luired und{:r rhe subjcd clau-se
Thankiug 1,ou and assuring you oiour best sen,i(es and adeotion Et all times,
Yours Fajthlully
For lnrsen & Tout r0 Limited
i \i{
\.1
.]
{Raiat ChakraboIIy]
Assistant Gcneral Manager
Minjng llquipment Business ' Kolkata
cra"- L
cl D o-72CuM Hydrau lic Sho/els /R-35-69.79/323/Lsr age | 163
Annenrc - vll
Dsar Sir.
We hereb,y submit ou! clarificarions firr the shonihll / clanfications required under the suhjccl clsusc
fhanling you and sssuring you ofour hesl scniccs aud anention at all times
Yours Faithtully
For Larsen & Toubro Limited
r{
'.\.
IRajat Chakrabo.ty]
Assistant General Manrger
Mining Equipment Business - Kolkata
-/
x-L \,
\[,l-.--
Annexurr - \1[
To
Coal India Limited,
Coal BhawaD, Premises No. 4,
Action Area IA, New Tor,vrL Rajarhat,
Kolkata-700 156, India.
I)c-ar Sir
Sub: Clrrificetion under S€c- VI. 'Icch Specr. lr. Chuse 9.2.€
Rcf: I . I ender Ref. No: CIl./(l2l)/10- l2('uM Hydraulic Shovels ,'R-3 5{9-79132j Daled
t 7.08.20t 8
2. Shodfall / Clarification notice daled 09.01.1(ll9
Wc hcrcby providc lhc oprcratirrg c)'cle tine for oll'€red Komatsu Hydmolic E\cavator.
Vodcl: PC2000-8 zs follnrs
Di ,o 20
Forward Swih l0 t2
Dum 8 10
Reverse Sgi t0 12
To3il {E -r4
Thrnliirlg ),ou aod assuring 1or.r oIour best str!ices and attention at all times
Yours Faithfully
For l-arsen & Toubro Limited
-' r1-\'l
,\\,
|\...\
(Rajat ChakrabortyJ
Assistant Ceneral Manager
MininE EquipmeDt Busine$s - Kolkara
hkn!'d*,dl}*14
rE*
n.dr.lrn,qeb.'e;er
arat&@dqrkxsrE
!iiie$t**., _
.'.:
I
>- \,
v
/t
V
ctLlc2D -12CuM Hydraulic Shovels /R-35-69-79 /323 I L57 Page | 166
{l-^-'---
Amexure - \'/II
lffl:
\J/ .:.,i:.:- ,',,;.: .;
Ref. ; MEB/Clt/Query tlPC2000116 Dare : 1Bd' lanuary, 2019
To
Coal lndia Limited
Coal Bhawan, Premises No.4.
Action Area IA, New Town, Raiarhat,
Kolkita-700 1.56, India.
Dear $ir,
We hercby submil out cl*ifications for rhe shonfhll I .larificatioos required under dre subject clause-
Mu ltii'Dctet MLCO
l'hanking you and assuring you olout best sen iccr and attention fl :rll times
Yours lraithfully
For Larsen & Toubru Limitcd
(Rajrr Chakrabony)
Assislant Ceneral ManaEcr
Mining Equiplnert Business - Kolkata
V tLN
n -1,-r/
qr/o6no-r2cuM Hydrautic shovets /R.35-G9-79l3 23/LsL Page I 167
Annerure - vII
&e&e&xkw
5sb' f,.la.ili6alion undsr sl&!l$6 5t;-yt,1g{fi gpi*c,!., pi}ri t. ,:lau** -.4,3 fur iiem 1,? & ;
Rsl: Y,5ur tandsr.rf lr$.. ClLr{;Olll}-11{riM l.l}drauiic t}l11ilyslE iR-3$69"7q]3e3 dat*td
1t.08-?0!s
Y&!r Clnriic,$ifl*Shardar: ilolire deicrl 4r-82j10 $ 1
;;r i:t:il:;,:r:{j:r ii;; {il}i;r]t:r li:j:ald Li.r!r,riu, i&aei }i;:l;t'i {,1!{,!::a li;ii..r r,,.i
.r.-.;:,",i ilr; *rI {i:?!i.: !}-n e:..,l,::Li :.€;.:i ir*ti, ii.a*:r:} !} gPn r;.!: i, .:r,'-!-:...
:t r:,i ;:bil'.rj :ir'p'"',J!. r! irtr:- .i .1*;.:t ...,,ii..:. i..., ,{A$:ri, E;i'jrl.! ;:-t}.j: iirr
:1ita:iji rrr:r r4l],! itl.Jl:{i !.:: : il:iliri.:l liir]lra! ,iir alij:ll.:ii }l *;: i::}r.i
iI V
ClLl C2D/ Lo-72CuM Hydraulic Shovels /R'35-69-79 I 323 I L57 S Pase 1168
V\'t"
Am€xure - VII
CI*n{i6tien rll1ie. Ssr. vl. I€rh 5w.!. 0. alnuse S - lleft l,} & 3
Moefr p(?i{:i}.s
as. ait*
:{iiAJ:-!a:3}
i}}: -.tl€r.{
v
CtLl C2D/ 7O-l2CuM Hydraulic Shovels /R-35-69-79 / 323I Lsr Page I 169
\y
\,
--4^r+
,/,t q.e,,. b.. I )-
7
Atrnerure - Vtr
E}e.r liir,
SIg
&..
'I 19
L \v Page | 170
CtLl C2D / LO-IZCuM Hydraulic Shovels /R-35-69 -79 1323I 757
\\M'
Anneiule - Vtr
.A.rperclausee,2.l KOMelbU
Ref, CIUPC?0o{V1&.1Slleofi{r(o4
Dale 21' 36p 2018
Wi hBreby dE lE e lh€t lil. vJIl Frodde dE r€$med nEtu6b h 6ccadtrlc6 xtlh ISO 8750 rs
kldl,3led ln clau$ A3 of ccc,ltofr \4 .{ tl1e NlT' dudu ooflrmedonlng o{ ttl8 Eqoh{flenr
rhanking Brd as$Jril}? )'ou of o1r b8st lonioer 3l|6 dtrntufl 31 d ttnE
'o!
Yourc Siftc8l€ry,
WJ"",/"
autlr+izsd Sisr#ory
Eiae!:r:,*IXj
",\
J "r,
:::-i ii.---,'r I -'
121
CtL/ C2D t:O-LzCuM Hydraul ic Shovels / R-35 -69 -7 s I 323/ 7s1 \- Page l1 1
'-a-r
v
,l
")*
/ l\
-------
Antr.rure - \'II
01 sp.cific.flon sExo16l2.0l
Anrlcrore l:llem ,
Unil
rc200GE
3
Gre{se i.'ri€d6 €?
Hyd.aulE lan!! tsldn od fter, ofl ht BIs.nlor 1.EE{
M€o v8l'e. \,tlYs btacl€i 1,?32
2e0
Ddivery lir'€, i.lin€ 6{13r '12b
1?7
Rdrn lin6 (exd. reldm 11',l
PPC d€io [n€ u
195
'11
D,
a
2g
19,415
€
3,{
-ivrsr@ ?10
2!0
Porlp. drum cln kad<ef <il p:pirg, g,ease lEet tu€
300
*.1
PCr000,s
w 11
\
v
PaEe | 172
,.7r
-r'
ul,r
Annexure -Vtr
Unt:
P62@C-E
?0001 5nd
-l.ackIl!Fra
r3r$-nU! 68,C51
3.633
Travel piprrg
ldler ludian oi1 pressu,e pa.l 332
6.51{
l&r 2,462
ldLrd.ttion cyllrd€r p6n 146
5586
7&
T.6ik Slardrld lriple sho€ {61 0 d!,r.| 1r.0?0
Wtd{ lripls *15. ll ,010 n1rn} 21,040
O6n16l llam6, siEa66 bus 13.S1
1{.3:1
Cc!{.r cover ({ equlp$€d} 646
515
4,79C
13
6,699
Hose bet&een b&.n 6od 6n 97
Bl,*t( 1,712
Unk 2,038
BUSI(g{ Euclel body liirl. iDoth, skoud)
a508
.V,'
'12 PC20t0-8
\z l)"
Antrexure - Vtr
sEN0t612{3 fi sp{arcaihn
A lhlr vrilght tat .k a B'.dd. for u!. wl't6n tra,l'porlng or handing EmpdEsts.
Backhoo rprcification
58
490
. seo.d punrp {R} 190
220
57
. PI'np drah llri6, ,1i.lt* &a&r 6xsr 83
. PPC dslivnry !n6, det fi,ter
. An €8'dltoner conFmsssr. at Eo.tditii.sr pipins.
5
PPC rebln !n6, srGry 1ck acc{rmdalo. a2
17
FFC ba,?€l contrd liie
PPC vo* €+.&:r€r{ 6d'rrd htE, booat 'i4
5.6 s€al 11
1
10 PC2000-r
\\JV'
Annexure-VIII
Annexure-VIII
..................onthetermsandconditionscontainedinthesaidagreement.
delay in deliveries or shall commit any breach of its obligations thereunder, the Bank shall on
demand and without any objection or demur pay to the Company the said sum of
Rs. . . . . .. . .. . .. .... ..or such portion as shall then remain unpaid with interest without requiring
the company to have recourse to any legal remedy that may be available to it to compel the
Bank to pay the same, or calling on the company to compel such payrnent by the contractor.
Any such demand shall be conclusive as regards the liability ofthe Contractor to the Company
and as regards the amount payable by the Bank under this guarantee. The Bank shall not be
entitled to withhold payment on the ground that the contractor has disputed its liability to pay
or has disputed the quantum of the amount or that any arbitration proceeding or legal
proceeding is pending between the Company and the contractor regarding the claim.
We, the Bank- further agree that the guarantee shall come into force from the date hereof and
shall remain in full force and effect till the period that will be taken for the performance of the
saidagreementwhichislikelytobethe........dayof............butiftheperiodofagreement
is extended either pursuant to the provisions in the said agreement or by mutual agreement
between the contractor and the Company the Bank shall renew the period of the guarantee
failingwhichitshallpaytotheCompanythesaidsumofRs............,orsuchlesseramount
out of the said sum of Rs.................as maybe due to the Company and as the Company
may demand. This guarantee shall remain in force until the dues of the Company in respect of
the said sum of Rs...................... and interest are full y satisfied and the company certifies
\e,,'
l5l
^V
\\ PaBe 1176
CIL/C2Dl10-12CuM Hydraulic Shovels /R-35'69-7913231
-"-?4 t>--
V\,J-'-
Annexure-\TII
that the agreement regarding re-payment ofthe said sum ofRs.. has been fully
carried out by the contractor and discharges the guarantee.
The Bank further agrees with the Company that the Company shall have the fullest liberty
without the consent ofthe Bank and without affecting in any way the obligations hereunder
to vary any of the terrns and conditions of the said agreement or to extend the time for
performance of the said agreement from time to time or to postpone for any time or from time
to time any of the powers exercisable by the Company against the contractor and to forbear to
enforce any of the terms and conditions relating to the said agreement and the Bank shall not
be relieved from its liability by reason of such failure or extension being granted to the
contractor or through any forbearance, act or omission on the part of the Company or any
indulgence by the Company to the contractor or any other matter or thing whatsoever which
under the law relating to sureties would but for this provisions have the effect of relieving or
discharging the Guarantor.
The Bank further agrees that in case this guarantee is required for a longer period and it is not
extended by the Bank beyond the period specified above the Bank shall pay to the Company
the said sum of Rs..... or such lesser sum as may then be due to the
Company out of the said advance ofRs. .and as the Company may require
Notwithstanding an).thing herein contained the liability of the Bank under this guarantee is
restrictedtoRs.....................only.Theguaranteeshallremaininforcetillthe...
day of....................and unless the guarantee is renewed or a claim is preferred against the
Bank within 3 months from the said date all rights of the company under this guarantee shall
cease and the Bank shall be released and discharged from all liability hereunder except as
provided in the preceding clause.
TheBankhasunderitsconstitutionpowertogivethisguaranteeand.................(Nameof
the person) who has signed it on behalfofthe Bank has authority to do so.
ctL/ czD/ rO-L2CuM Hydrau lic S hove ls / R-35 -69-7 s I 323I L5t N Page | 177
"?r -/' ,
'b tL
Annexure-YIII
No. : Date
M/s
7 This is to certiry that the equipment/ plant as detailed below has been received in Bood condition
along with all the standard and special accessories and a set of spares in accordance with the
Contract / specifications. The same has been installed and commissioned as detailed below:.
Cl
(h) Name ofthe Project/ Consignee
V l t)--
Annexure-VIII
2 Details of Accessories / Spares & Consumables for warranty period not yet supplied and
recoveries to be made on that account:
3. The proving test has been done to our entire satisfaction and operators have been trained to
operate the plant.
4. The supplier has fulfilled his contractual obligations for successful commissioning satisfactorily:
Or
The supplier has failed to fulfil his contractual obligations with regard to the following
(a)
(b)
(c)
(d)
5 The amount of recovery on account of non-supply of accessories and spares is Siven under
paragraph number 2.
6 The amount of recovery on account of failure of the supplier to meet his contractual obligations
is as indicated in endorsement of the letter.
signature (s)
Name(s)
-?r
N, ,"t/
V 1
CtL/ CzD / 7O-12C1M Hydraulic Shovels /R-35-69-7 9 /323 / LsL 179
tL- \o
Annexure-VIII
(a) He has adhered to the time schedule specified in the contract in dispatching the documents
/ drawings pursuant to Technical Specifications.
(b) He has supervised the commissioning of the plant in time, i.e. within the period specified in
the Contract from the date of intimation by the Purchaser in respect of the installation of the
pla nt.
The commissioning certificate shall be signed by the concerned officials of the Proiect and counter-
signed by the Area General Manager and HOD of Excavation Deptt. of subsidiary company.
ln the event of documents/ drawin8s having not been supplied or installation and commissioning of
the plant having been delayed on account of the supplier, the extent of delay should always be
mentioned-
l
\
CtV czo /LO-l2CuM Hydraulic Shovels / R-35-69'7 91323lLst Page 1180
V\