Download as pdf or txt
Download as pdf or txt
You are on page 1of 78

THE ODISHA SMALL INDUSTRIES CORPORATION LTD.

(A Government of Odisha Undertaking)


MADHUPATNA, OSIC TOWER, CUTTACK-10, ODISHA. Ph. 2341204, 2342580, Fax-2341875
An ISO 9001: 2000 PSU of Govt. of Odisha
e-mail : osicltd@gmail.com, osicmd@gmail.com * website: www.osicltd.in

INTERNATIONL / NATIONAL COMPETATIVE BIDDING

Ref-OSIC/Comml-NB-RE/ 2410 Dt: 29 -4-2023

The MD, OSIC Ltd., Cuttack invites sealed bids from experienced OEM ( Indian / Foreign Origin) or their authorised

channel partner for supply , installation , commissioning of equipment including extension of onsite service during

the guarantee period. The detail schedules, terms & conditions of the Tender Documents can be downloaded from

the website: www.osicltd.in.

Tender for 1) “supply and installation, Commissioning of equipment including extension of onsite service

during the guarantee period for CFC Engineering Cluster, at Choudwar, Cuttack, Odisha.”

Date of available of the Bid Document in OSIC Website : 29.04.2023 by 5.00 PM

Date/Time of Pre- Bid discussion. : 8. 5.23 at 11.00 AM,


Last date/Time of Submission of Bid : 22. 5.23 by 03.00 PM,
Date of opening of Tech. Bid Document& presentation : 23. 5.23 at 11.00 AM,
Opening of Price Bid : 25-5-23 at 12.30 PM

The authority reserves the right to accept or reject any one or all bids without assigning any reason thereof at

any point of time. Any changes, addition or alternation or modification of this bid shall be published only in the

website of OSIC. The bid can be dropped in the tender box of OSIC / send by post. Contact officer: A K Padhi,

Joint Manager( Tech) , +91 9437091675 , 7008239476.

Place and address of receipt, opening of Bid & : The Managing Director,
for Communication Odisha Small Industries
Corporation Ltd., ( a Govt. Of Odisha Undertaking),
OSIC Tower, Madhupatna, Industrial Estate,
Cuttack-751010, Odisha , India
Tel : 0671-2341204
By orders of MD

General Manager(o)
Tender Call notice No : 2410 Dt. 29-4-23

TENDER CALL NOTICE

The MD, OSIC Ltd., Cuttack invites sealed bids from experienced OEM ( Indian /

Foreign Origin) or their authorised channel partner for supply and installation,

commissioning, of equipment including operational training , extension of on- site –service

during the guarantee period. The detail schedules, terms & conditions of the Tender

Documents can be downloaded from the website: www.osicltd.in. The bidder can bid for

all or any number of works described herein.

Bid are invited for the following works.

Tender Area / Work Site Nature of Bid


Sl. No.
For Supply and Installation , Commissioning & Handing over of
1 Two part bid
equipment including operational training, extension of on- site
service and operational training during one year guarantee
period for CFC Engineering Cluster, at Choudwar, Cuttack,
Odisha”.

Sl. No. 01. For Supply and Installation, commissioning, operational training & Handing

over of equipment including extension of on- site service during one year guarantee period

for CFC Engineering Cluster, at Choudwar, Cuttack, Odisha”.

i) The bidders are required to visit the site and see the construction shed area

from the enclosed flow plan drawing for the Engineering Cluster . The bidders

are required to quote their price including applicable GST.

The bid price shall include all cost such as Service Charge for OSIC is 5%

plus applicable GST and any other taxes / charges payable, including design,

supply, installation, handing over and operational training and guarantee of

work for a period of 1 yr. from the date of commissioning.

Refer Price Bid format –and GTC.


The Tender Details for CFC Engineering Cluster, at Choudwar, Cuttack, Odisha

Tender No: OSIC/ Comml.-NB-RE/ 2410 Dt. 29-4-23

Date of Available of the Bid Document in OSIC Website : Dt. 29. 4. 23 by 5.00 PM
Date/Time of Pre- Bid discussion on VC. : 8 5.23 by 11.00 AM,
Last date/Time of Submission of Bid : 22. 5.23 by 03.00 PM,
Date of opening of Tech. Bid Document : 23. 5.23 at 11.00 AM
& presentation.
Date of opening of price Bid Document : 25. 5.23 at 12.30 PM
: For price bid opening eligible bidders shall be intimated over phone / mail.

Tender Cost/ Processing incl GST : Rs. 5000.00 plus GST 18%.

Bid security EMD ( non interest bearing ). : 1% of quoted value


(In shape of by DD/ RTGS/ TDR /BG etc )
The Tender cost is non-refundable and non-exempted category. The tender cost shall be
deposited either in shape of DD or can be RTGS in favour of OSIC Ltd., Cuttack or bidder
can deposit cash in the cash counter of OSIC, Cuttack as per norms & prior to the bid
submission time and to submit the details in the Technical Bid.
Validity of bid : 90 Calendar days from the last date of
submission of tender.

The detailed tender call notice can be downloaded from the OSIC website www.osicltd.in.
The sealed tender bid is to be dropped either in the tender box kept in the office of the
M.D, OSIC Ltd, Madhupatna, Cuttack or by speed / registered post only, within the
schedule date and time. For postal delay or misplaced, OSIC will not be responsible. The
Authority reserves the right to accept or reject any or all bid (s) without assigning any
reason thereof or the tendering process may be cancelled in total.
Any corrigendum/changes/modifications will appear only in the website of OSIC Ltd., i.e:
Website : www.osicltd.in

General Manager(o)
Copy to : Jt. Manager ( Admin) OSIC , to publish the TCN in any two Odiya Daily and two
English daily ( All India Edition) as per Govt. Circular. One copy may be pasted in Office
Notice Board and uploading the detailed tender document in OSIC, website for wide
publication.
Copy to : Jt Manager ( Admin)/Joint Manager (Tech), Coml-NB-RE,/Joint Manager (Fin) or
Asst. Manager(Fin) / Asst. Manager (Coml- NB- RE) / Asst. Manager (Constn)/Site
Supervisor (Ele) NB-RE to attend the tender opening as committee member.
General Terms and Condition of Tender- 2410 / dt.29-4-23

GENERAL TERMS

&

CONDITIONS

GTC
1.0 The MD, OSIC Ltd., Cuttack, invites sealed bids from experienced OEM or their

authorized channel partner ( Indian / Foreign Origin) for supply and installation of

equipment including extension of on- site –service and operational training during the

guarantee period.

The bidder must fulfill the qualification requirements as specified in clause 3.0 of GTC

below.

2.0 Basic scope of work:


As per TCN / as per requirement of the OSIC/ Cluster.

Tentative scope for the Tender

The bidders are required to go through the following tentative scope of


work which are as follows:

Plant and Machinery details

SL Name of Machines Qty in Nos.

1 TIG Welding Machine 2

2 MIG Welding Machine 5

3 Submerged Arc Welding Machine 1

4 Radial Dril 1

5 Laser Cutting 1

6 CNC Plasma Cutting Machine 1

7 CNC Pipe Cutting Machine 1

8 Tool & Cutter with grinder with drill point


grinding attachment
9 Turret & Beam type milling machine 1
conventional type with attachment

10 CNC Lathe 300 1

11 CNC Lathe 250 1

12 CNC Wire Cut 1

13 CNC Surface Grinder 1

14 CNC Cylindrical Grinder 1

15 CNC EDM 1

16 CNC Tube bending 1

17 Plate Rolling Machine 1

18 Hot Dip Galvanising Machine 1

19 Powder Coating Machine 1

20 CNC Air Pressure Brake 1

21 UV Painter Machine 1

22 Turret Punching press Machine 1

23 CNC Horizantal Machining Centre 1

24 Laser Marking machine 1

25 Double Column Brand Saw Machine 1

26 Iron worker Machine for shear , notch, & 1


punch holes etc.

All above works are to be completed by end of Dec 2023 in all respect.
For imported CNC machines the bidder may supply and install machines earlier
also.

The line diagram of Cluster centre under construction are enclosed.

The Bidder is required to submit the entire bid document, bid form and other
enclosure sealed and signed on each page as a token of acceptance.

Bidders are required to visit the cluster Site, managed by the SPV –
ACURATE, Oasme Council for Engineering & Technology, Satya Bhaban, Indl
Estate , Madhupatna, Cuttack – 753010 ,Odisha.

Site Location of CFC: plot 9, Indrani Patna, Indl Area, Choudwar,


Cuttack,Odisha ,
Contact Phone – 9437167981,9040221422,9937250792

The location can be reached by air via Kolkata or Bhubaneswar Airport.

From Kolkata Air Port - by rail / road 400 km to Cuttack and 10 km from there
by road to the plant site.

From Bhubaneswar Air Port - by rail / road 30 km to Cuttack and 10 km from


there by road to the plant site.

The Contact officer of OSIC is A K Padhi, Joint Manager(Tech) mobile +91


9437091675 or 700 82 39 476 / GM (o) Sri Lenka Prsad – 94379 59 700.

The work will be supervised by OSIC as Implementing Agency and by the SPV.

The bid cost quoted shall be inclusive of all, commissioning, imparting training
to the technical operator of SPV, Supply of detailed booklet in English and
handing over of the equipment in running condition etc,. to the Cluster and
OSIC.

Refer Price bid

The bidder is required to complete the foundation design prior to supply and installation of

equipment.
The bidders are required to submit a draft sketch of foundation drawing, Photo of

equipment, Catalogue, list of principal agency where such equipment are supplied,

installed and the performance certificate from user.

The water, electrical power connection shall be given as required by concerned SPV.

All eligible bidders are requested to attend the hybrid pre-bid meeting on the schedule

date & time. Hence such bidders may also send their request with details in advance where

the link can be shared for their participation in the pre-bid meeting as per scheduled time

& date. Bidders may raise their queries and share through to OSIC email

(osicltd@gmail.com) two-days advance from the date of pre-bid meeting to OSIC.

Necessary VC link will be up loaded in the web site of OSIC one day prior to Pre-bid on VC.

All bidders are to check the website of OSIC , www.osicltd.in

3.0 Bidders are to be considered as eligible required to meet the

following qualifications as mentioned at A to F:


A. The bidder must be an experienced OEM or their authorized channel partner ( Indian

or Foreign Origin). Except OEM, other bidders are to produce recently issued

authorization certificate.

B. The bidder shall submit a declaration in writing for supply and installation of
equipment including extension of on- site -service during the guarantee period.

C. Bidder shall submit Self-Attested copy PAN & GSTIN certificate.

D. The bidder is required to submit their work experience in similar/equivalent

nature of work as stated in the bid.

E. The ATO (Annual Turn Over) of the bidder in one year during last 3 financial

years shall be as follows.

For Tender Sl. No- 1 = Rs.20.00 Cr. – For Imported CNC


machineries.

Rs. 0.50 Cr. for other ancillary items.

F. The bidder to submit last minimum 1 year Income Tax returns and Balance Sheet

with UDIN.

G. The bidders may submit the following documents if available.

Self-Attested copy Labour License. (if any).

Self-Attested copy EPF & ESI. (if any).

H. The Price part shall be kept in separate sealed Cover marking as “Price Bid”.

I. The bidders who have earlier failed to execute or have any type of dispute with

OSIC or keeping the work of OSIC pending for more than 6 months, are not

eligible to participate in this tender and if such bids are submitted the same

shall be rejected without any reference and tender cost/ EMD will not be

refunded.

J. The OSIC Ltd., Cuttack, reserves the right to waive minor deviation, if they do

not materially affect the capacity of the bidder to perform the contract.

4.0 SOURCE OF FUNDS:


The Government of India, MoMSME and Government of Odisha, MSME Department,

hereinafter referred to as the “Principal” .

MSME, Government of India, Nirman Bhawan, 7th Floor, Mathura Road, New Delhi –

11 01 08 is the Principal & sanctioning authority who will place ( share of GOI ) fund

with OSIC.

MSME Department , GOO, Lokseva Bhawan , Bhubaneswar Odisha is the State

Govt. Principal & sanctioning authority who will place fund ( share of GOO) of

Government of Odisha with OSIC.

OSIC is the IA (Implementing Agency) of the Cluster.


M/s Engineering Cluster,Choudwar, Indrani patna ,Indl Area ,Cuttack Odisah, a

SPV constituted for setting up, operating, and maintaining the CFC.

5.0 DISCLAIMER:

This Document includes statements, which reflect various assumptions, which may or may

not be correct. Each Bidder should conduct its own survey and estimation and analysis

and should check the accuracy, reliability, and completeness of the information in this

Document and obtain independent advice from appropriate sources on their own

interest.

This document and the information contained herein are Strictly Confidential and are

for use of only the person (s) to whom it is issued /downloaded from the website. It

may not be copied or distributed by the recipient to any third party(s) (other than in

confidence to the recipient’s professional advisors).

6.0 COST OF BIDDING:

The Bidder shall bear all costs associated with the preparation and submission of its

bid without any financial liability / obligation on OSIC Ltd., Cuttack.

The Bidder is expected to examine the Bidding Documents, visited the site, including

all Instructions, Forms, Terms and Specifications. Failure to furnish any /all

information required in the Bidding documents or submission of a Bid which are not

substantially responsive to the Bidding Documents in every respect will / may result

in the rejection of the Bid.

For supply and installation, commissioning of different machines / equipment for

Engineering Cluster, OSIC will keeps 5% SD as Performance Security Deposit in shape

of BG / DD/TDR/FD/KVP from the lowest bidder after selection and within 7 days of

issue of LOI. If the lowest bidder did not comply and furnish 5% SD amount (in
INR/ Foreign Currency), within 7 days of issue of LOI, the EMD will be forfeited

and the agency will be black listed. OSIC may negotiate with the rest of the

bidders in order, at the risk and cost of 1st lowest bidder.

During payment OSIC service charge 5%, IT, GST, labour cess ( wherever applicable)

shall be deducted as per requirement of Finance Division of OSIC. The performance

Security Deposit will be refunded after 6 month of guarantee period is over with

proper documentation i.e, getting a certification from the SPV.

7.0 AMENDMENT OF BIDDING DOCUMENTS:

At any time prior to the deadline for submission of Bids, the OSIC have the right

to change the condition, for any reason, whether at its own initiative or in response

to a clarification requested by a prospective Bidder, modify the Bidding Documents

by way of issuing a corrigendum/addendum in the OSIC website only.

The corrigendum/ Addendum ,addition or modification, if any, shall be part of the

Bidding Documents, and it will be notified in the OSIC website only. Interested

bidders should visit the website www.osicltd.in for details.

8.0 LANGUAGE OF BID:

The Bid, prepared by the Bidder, and all correspondence and documents relating to

the Bid exchanged by the Bidder and the OSIC, shall be written in the English

Language. Any printed literature furnished by the Bidder in another Language are

acceptable, provided that the literature is accompanied by an English translation, in

which case, for purpose of interpretation of the Bid, the English translation shall

govern.
9.0 MODE OF SUBMISSION OF BID:

Sealed Tender Bid shall be dropped in the tender box kept in the office of MD,

OSIC, within the scheduled time only.

The bid can also be sent through Speed / Regd. Post only. The delay in any

manner shall not be a cause of excuse and request for time extension will not

be entertained for whatsoever reason, it may be including any POSTAL delay.

The price bid only will be kept in one sealed cover-1, Superscribing Price Bid,

tender number & date, from address of bidder and To address of authority.

The tender cost and EMD only will be kept in another sealed cover-2,

Superscribing Tender cost and EMD , tender number & date, from address of

bidder and To address of authority.

The Technical bid only will be kept in another sealed cover-3, Superscribing

Technical Bid , tender number & date, from address of bidder and To address

of authority. In this cover the bidder to enclose the literature, experience, and

other technical documents. The enclosed document shall be tagged and bidder

shall avoid placing any lose paper / document.

All those 3 envelopes must be put together in one sealed cover, Superscribing

Tender Bid contain Technical /EMD/ Tender fee and Price Bid, tender

number, date, address of bidder and address of authority.

Sample address format: Cover 1, cover 2 , cover 3 and main cover ( put tick in

appropriate content.

Tender no- OSIC/Coml.-NB-RE/ 2410 Dt.29-4-23


Tender Bid contains “Technical Bid /EMD/ Tender fee and Price Bid”.

Due date : 22-5-23

To,

Managing Director

The OSIC Ltd. ( A Govt of Odisha UT),

Madhupatna Indl. Estate, OSIC Tower,

Cuttack, Odisha- 75 30 10, India.

From :

Address of the Bidder

10.0 MODIFICATION AND WITHDRAWAL OF BIDS:

Any corrigendum/ changes/ modifications by OSIC will appear in OSIC Ltd. website

www.osicltd.in only.

The bidder can also modify or withdraw the bid before one day of the date of

opening of tender (technical bid).

11.0 BID PRICE:

Bidders must quote their price of this specification strictly with work value and

taxes & duties in a proper format without any over writing. The Total Bid Price shall

also cover all the Contractor’s obligations mentioned in or reasonably to be incurred


for preparation of the Bidding Documents and in respect of Supply, Erection, Testing,

Transportation to site / storing, handing over all in accordance with the requirement

of Tender Documents/ work. The Bidder shall complete the appropriate Price

Schedules enclosed in.xls format stating the Taxable value for each item including

Packing & forwarding, freight & insurance, loading & unloading charges as applicable

and thereby arriving at the total amount before GST and or Import Duty ( as

applicable) and including 5% service charge of OSIC. The bidder should also consider

the input tax credit available to them while quoting the price. GST and other duties

should be added at last to arrive the total value of the work as indicated in the price

bid. ( Foreign supplier to consider the actual rate of import duty, and other taxes

custom duty , port handling packing ,OSIC service charge 5% etc, so as to reach to

all inclusive price)

Bidders are required to quote the unit rate against each name of work placed in price bid

using separate sheet(s) (wherever required).

OSIC will deduct appropriate advance tax as per rule on the bill value.

In case the any increase or decrease in the Scope as compared to those

mentioned in the TCN, the Contract Price shall be subject to increase/decrease

proportionately on pro-rata basis. Thus, the payment received from the principal

shall be final and binding for the bidder.

Prices quoted by the Bidder shall be “Firm” and not subject to any price adjustment

during the performance of the Contract. A Bid submitted with variable Price or

an adjustable price clause shall be treated as non-responsive and rejected out

rightly.
The bid price must be in English and preferably in excel format to avoid mistake in

calculation. The price must be in clear format having unit basic cost, value, total and

GST and other tax and duties are extra to be mentioned. The price is firm and

inclusive of all.

However, the prospective bidder must enclose the details of payment like RTGS /

DD towards Tender cost (non-refundable), EMD in favour of OSIC and payable at,

Cuttack or RTGS the amount to OSIC Ltd., Cuttack account no. 00 470 200 000

291, Bank of Baroda, Buxi-Bazar, Cuttack Main, IFSC Code: BARB0CUTTAC (0

represents numerical zero). Odisha, India.

The EMD / SD may be in shape of DD/ Bankers cheque / BG/ TDR in favour of MD,

OSIC.

The bidder can also deposit the tender cost amount in OSIC, Cuttack Cash Counter

and obtain money receipt prior to the date of submission of bid. The receipt must be

enclosed in Bid.

The Authority reserves the right to cancel the work order on violation of any terms

and condition so prescribed, without any reason thereof.

The Authority reserves the right to increase or decrease the scope of work as

required and the contract price shall automatically increase or decrease and shall

divide the work among prospective/ eligible bidders on lowest price.

12.0 VALIDITY:

The offer shall be valid for a period not less than 90 days from the date of bid opening

(Technical bid).
13.0 ALTERNATIVE BIDS:

Bidders shall submit Bids, which comply with the Tender Documents. Alternative

bids shall not be considered for evaluation and lead to disqualification.

14.0 PAYING OFFICER:

The MD, OSIC, Cuttack.

Billing:

Against a completed work executed by an executant and upon submission of proper

Tax Invoice, OSIC will release payment to the executant only to the extent of bill

accepted and passed by OSIC. The tax and other liability of the contract shall be

to the account of the executant. Thus, GST and applicable taxes will be kept with-

hold, if not paid by executant. The same will be released after GST and applicable

taxes is paid and against GSTR 3B.

Payment:

I. After successful supply of equipment at the work site (including third party

inspection) – 80% payment will be released on prorate basis with GST/

import duty as applicable.

II. After successful installation, commissioning, operational training and trial

run as per capacity mentioned in the bid document, 10% payment will be

released and

III. Upon handing over of the equipment in running condition the balance 10%

payment will be released.

Important Note: The supplier must show the plant in running at its desired

capacity as mentioned in the bid to get release of payment as mentioned at


Sl.no II & III above.

For payment FLC can be opened at the cost of supplier.

15.0 Provision:

The required manpower and materials for execution of the above work shall be

supplied by the executing agency.

The OSIC will supervise the entire work. After finalization of bidding process or

during the technical evaluation, OSIC may visit the place/ factory where the such

extrusion machines are installed by the bidder

15.1 Dispute / Arbitration:

For, any dispute the decision of MD, OSIC, Cuttack is final and binding for the

bidder (s).

For any type objections to such Jurisdiction and venue are hereby agreed as

court of Cuttack shall only be the Hon’ble High Court of Odisha ,Cuttack, India.

In addition to this before approaching to the court of law, the matter shall be place to

an arbitrator situated in the state of Odisha only.

16.0 LOCATION AND SCOPE OF WORK:


The works are shall be in the entire nominated area. The tentative quantity against

each item of the work shall be as derived by Principal / OSIC and to be included in

the scope of work

17.0 ROW ISSUES:


All Right of Way issues related to the completion of work shall be settled by SPV &

executant.
18.0 MATERIALS / INSPECTION:

All materials required for the execution of work shall be supplied by the Executing

Agency as per Specification or as applicable for the work.

The materials used in the work should be good of quality.

Inspection of materials/ equipment shall be made by OSIC/SPV / Third Party.

Wherever applicable:

Inspection report of Steel, Cement used in the work may be obtained from the

manufacturer. Inspection report of Cable, Conductor, Transformer, may be obtained

from manufacturer who are approved supplier of DISCOM / OPTCL, Odisha / NTPC /

NHPC / PGCIL/ OSIC . The sub-station including HT/ LT line shall be inspected be the

concerned Discom before charging the line . The Engineering Cluster Cluster will help

the concerned Agency/ Contractor in this matter including resolving ROW issues.

19.0 QUANTITY VARIATION:

As per the requirement of the project.

20.QUALITY OF WORKMANSHIP:

The work should be carried out as per standard specification and other relevant

guidelines. If any work is found un-satisfactory by “SPV / OSIC”, the Agency/

contractor shall have to rectify the same without any extra financial cost to OSIC.

21.0 TOOLS, TRACKS & CONSUMABLES:

All required Tools, Tackles and consumables required for execution of work shall
have to be arranged by the contractor without any extra financial cost to OSIC. If

the contractor fails to mobilize sufficient no. of Tools and Tackles on time, to

complete the work on time, then SPV/OSIC reserves the Right to engage the same

in the interest of work at the Risk and cost of the contractor (Bidder).

22.0 Transportation:

Transportation of required materials during the execution of work shall be

arranged by the contractor at his own cost and this rate is included in the total

order price associated above.

23.0 SITE FACILITIES:

The contractor shall arrange its site office and also store conveniently at the work

location, to store the materials for the execution of the works. Beside the above

electricity, water etc. for his employees shall have to be arranged by the contractor

without any extra financial cost to Principal.

24.0 WATCH & WARD:


The contractor shall be responsible for arranging suitable watch and ward of the

equipment /material issued to him as well as of installations from the time of issue

to the final takeover of the installations for operation Principal. Any loss, damage,

theft to the materials/equipment/installations shall be compensated by the

contractor.

25.0 Accident:
The contractor shall be responsible for any accident during execution of the work

for this work order for which he has to arrange work men’s compensation insurance.

The policy shall also cover the Contractor against the claims for injury, disability,

diseases or death of his or his sub- contractor’s employees covered under the
workmen’s compensation act, 1948.

26.0 Insurance:
The contractor shall arrange adequate Transit-cum-storage-cum-erection insurance policy

and shall submit the copy of the same to the OSIC / Principal. However, for any losses

during the work and up to the guarantee period shall be borne by the contractor

(bidder).

27.0 Guarantee:

PSD @ 5% amount shall be kept by OSIC for 1 year as guarantee for

equipment & machinery. The PSD BG will valid up to 2 month from the date of expiry

of guarantee period.

The PSD BG for the electrical work work will be 5% and shall be kept for 18

month.

NOTE: MSE Bidders will get benefits as per government norms.

^^^^^^^^^^^
Price format for supply and installation, commissioning of CFC equipment and

machinery.

SL Name of equipment Unit qty Rate Value

Name of item

Sub Total

Transport cost including

packing , loading ,

unloading etc, up to

site.

Erection cost

Service charges (5%) to

OSIC

Subtotal

Applicable tax and

Import duty and other

duty if any

Total cost to OSIC.

NOTE: MSE Bidders will get benefits as per government norms.

End..
SECTION - II

FORMS AND ANNEXURES


Sl. No.

1
Item Description

Date:
Place:
Quantity
3

Note:
Ex-factory/ Ex-ware house/ Ex-

(a)
showroom/ off- the shelf

Excise Duty, if any

(b)
Packing & forwarding

(c)
Inland Transport, loading, unloading,
insurance and incidental, costs incidental

(d)
to delivery

Unit price in words (Rupees ………………….


Incidental services including design,
fabrication, erection, commissioning
(e)
4

and charging of sub-station

Customs duty, if applicable


(f)

) Only

ET and other taxes if any


(g)

payable
AND COMMISSIONING ALL INCLUSIVE
ANNEXURE-I
PRICE SCHEDULE

Unit price at consignee point


excluding GST
PRICE FOR DESIGN, SUPPLY, FABRICATION, ERECTION, INSTALLATION

F=a+b+c+d+e+f+g

(a) In case of discrepancy between unit price and total price, the unit price shall prevail.

GST per unit


5

Signature of Bidder......................……

Name ………………………………………………

Unit price at consignee point


6

including GST
6=4F+5

Total Unit price including GST per


schedule for delivery at final
7

7=6x3

destination
Annexure-II

MANUFACTURES’ AUTHORISATION FORM

No.___________/ Date ______________/

To
The Director/Prop/ MD…,
Company Name and address and mail,

Dear Sir,
Bid No.------------/ dated__________

We _______________OEM Principal__________________________________
who are established and reputable manufacturers of ___________________
____________________having factories at __________________ ______
_________________________________________ (Address of Factory) do thereby
authorize M/s._____________________________________ (Name and address of
Agency/Firm) to submit the bid and sign the contract with you against the above bid.

* No company or firm or individual other than


M/s.___________________________ are authorized to bid and conclude the contract
in regard to this business against this specific IFB.

We hereby extend our full guaranty and warranty as per general conditions of
contract for the goods and services offered by the above firm against this bid.

Yours faithfully,

(Signature for and on behalf of Manufacturers)


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

 This para should be deleted for simple items where manufacturers sell the product through
different stockiest.
 The Supplier/Managing Director of the Company (if the supplier is a Company) or the
Power of Attorney Holder having specific power to sign the contract can only sign the
contract/execute the agreement.

2
ANNEXURE-III
CALCULATION OF EMD
( This is to be submitted in price part)
Item Item Approx. Quoted Price Total
No. Quoted Qty. Amount
(in Rs.)
(approx.)

Grand Total : Rs.

Signature of Bidders

3
ANNEXURE-IV

PERFORMANCE STATEMENT
(In proof of eligibility of bidders for the period of last THREE years)

Documentary evidence viz. copy of award letter, certificate of performance in support of


satisfactory execution of works

Order
Remarks
placed by Contact person
indicating
the Order Date of of the
reasons
organi- No & Item completion organization
for late
sation date of delivery and contact
delivery,
with number
if any
address

Signature of bidders

4
ANNEXURE-V
DECLARATION

I/ We M/s. _______________________________ represented by its


Proprietor/Managing Partner/ Managing Director having its Registered
Office at _________________________________________________
and its Factory premises at
_____________________________________________ do declare that
I/ We have carefully read all the conditions of bid in Ref. No. __________
for design, fabrication, supply, erection, installation and commissioning of
plant & machinery in respect of Common Facility Centre in ----------------
---------Cluster along with other items from the date of publication and will
abide by all the terms & conditions of the Bid.

Place: Signature of the Bidder:

Date:

Official Seal

N.B: The affidavit shall be made on non-judicial stamp paper of Rs.20.00

5
ANNEXURE-VI
BID FORM
DATE:
To
..............................................................................
..............................................................................
(Complete address of the purchaser).
Ref: - Your Bid Enquiry document No. _________dated ___________ we, the undersigned have
examined the above mentioned Tender Enquiry document, including amendment/corrigendum
No. __________, dated _________________ (if any), the receipt of which is hereby confirmed.
If our bid is accepted, we undertake to design, supply, fabrication, erection, installation and
commissioning of plant & machinery for Common Facility Centre in -----------------Cluster and
perform the services as mentioned above, in accordance with the delivery schedule specified in
the Requirements. We further confirm that, until a formal contract is executed, this bid read with
your written acceptance thereof within the validity period shall constitute a binding contract
between us. We further understand that you are not bound to accept the lowest or any bid you
may receive against your above-referred bid enquiry.
I/ We furnish the particulars in this regard in enclosure to this declaration.
I/ We do hereby declare that I/ We have not been de-recognized/ black listed/ convicted
by any State Government/ Union Territories/ Government of India for supply of substandard
quality items/ part supply/ non-supply.
I/ We agree that the Bid Inviting Authority can forfeit the Earnest Money Deposit and or
Security Deposit and blacklist me/ us for a period of 2 (two) years if, any information furnished
by us proved to be false at the time of inspection/ verification and not complying with the Bid
terms & conditions.
I/ We do hereby declare that I/We will design, supply, fabrication, erection, installation,
construction and commissioning of Common Facility Centre in ---------------- Cluster and other

items as per the terms, conditions & specifications of the bid document.
I/ We do hereby declare that am/ are not supplying/ quoting the same item at the lower
rate quoted in the bid to any Government organization or any other institute.
We confirm that we fully agree to the terms and conditions specified in above mentioned
Tender Enquiry document, including amendment/ corrigendum if any.

(Signature with date)


(Name and designation)
Duly authorized to sign bid for and on behalf of
………………………………………………………………..
………………………………………………………………..
N.B:- The Bid Form shall be made on non-judicial stamp paper of Rs.20.00

6
ANNEXURE-VII
Details of the bidders

Bid Reference No.

Date of opening

Name and address of the Bidder:

01 Name of the bidder

a) Full postal address

b) Full address of the premises

c) Telegraphic address

d) Telephone number

e) Fax number

f) E mail:

g) PAN No

h) GST No

05 Total annual turn-over (value in Rupees)

06 Quality control arrangement details

07 Test certificate held

a) Type test

b) BIS/ISO certification

c) Any other

08 Details of staff

a) Technical

b) Skilled

c) Unskilled

09 Branch Office/ Contact Person/ Liaisoning Office in Odisha.


a) Address
b) Telephone No.
c) e-mail,
d) Fax of the

Signature and seal of the Bidder

7
ANNEXURE-VIII
CHECK LIST
Sl Ref. or
DESCRIPTION Cover
No Page No.
1 Cost of Tender Paper in the form of DD/ cash A Yes/ No
shall be kept in an envelope
2 EMD in the form of DD / BG shall be kept in an A Yes/ No
envelope
3 Duly attested photocopy of manufacturing A Yes/ No
License/ Dealership/ Distributorship /
Authorization Certificates for the product duly
approved by the Licensing authority for each
and every product quoted
4 Authorization letter nominating a responsible A Yes/ No
person/ liaisioning agent of the bidder to
transact the business with the Bid Inviting
Authority
5 Performance Certificate ( Annexure-IV) A Yes/ No
6 Manufacturers authorization (Annexure-II) A Yes/ No
8 Bid form (Annexure -VI) A Yes/ No
9 Details of the Bidders A Yes/ No
(Annexure –VII)
10 BIS certificate if any or equivalent. (wherever A Yes/ No
applicable)
11 The Bid document signed by the bidder in all A Yes/ No
pages with office seal.
12 GST (Annexure-V) A Yes/ No

13 Price Schedule-Annexure-I separate cover B Yes/ No


marked price bid
14 Schedule of supply of items A Yes/ No
15 Calculation of EMD Annexure-III ( in price bid B Yes/ No
cover)

Signature and seal of the Bidder

8
PROFORMA FOR BANK GUARANTEE TOWARDS PERFORMANCE GUARANTEE
(on non-judicial paper of appropriate value)

Dated:
To
The Managing Director,
OSIC Ltd, Madhupatna Indl. Estate ,
Cuttack , Odisha - 753010

Dear Manager/Sir,

This has reference to the Purchase order/Supply Order No…………… dated…………… placed by
(MD, OSIC ltd, Cuttack ) on M/s………………………………………………………………… ………
…. for the Supply, Installation, Commissioning and On-site maintenance support at CFC of M/s.
Rice Millers Cluster at Balasore, Odisha as per the bid no- dt. .

The conditions of this order provide that the vendor shall,


(1) Arrange to deliver the items listed in the said order to the consignee, as per details given in said
order, and
(2) Arrange to install and commission the items listed in said order at client’s site, to the entire
satisfaction of MD, OSIC ltd, Cuttack and
(3) Arrange for the comprehensive warranty service support towards the items supplied by vendor
on site in India as per the warranty clause in said purchase order.

M/s……………………………………………………has accepted the said purchase order/supply


order with the terms and conditions stipulated therein and have agreed to issue the performance
bank guarantee on their part, towards promises and assurance of their contractual obligations vide
the purchase order/Supply Order No………………………..on M/s…………………….…… holds an
account with us and has approached us and at their request and in consideration of the promises,
we hereby furnish such guarantees as mentioned hereinafter. MD, OSIC ltd, Cuttack, shall be at
liberty without reference to the Bank and without affecting the full liability of the Bank hereunder to
take any other undertaking of security in respect of the suppliers obligations and / or liabilities under
or in connection with the said contract or to vary the terms vis-a-vis the supplier or the said contract
9
or to grant time and or indulgence to the supplier or to reduce or to increase or otherwise vary the
prices or the total contract value or to forebear from enforcement of all or any of the obligations of
the supplier under the said contract and/or the remedies of MD, OSIC ltd, Cuttack under any
security (i.e) now, or hereafter held by MD, OSIC ltd, Cuttack and no such dealing(s) with the
supplier or release or forbearance, any court order , whatsoever shall have the effect of releasing
the bank from its full liability of MD, OSIC ltd, Cuttack hereunder or of prejudicing right of MD, OSIC
ltd, Cuttack against the bank.

This undertaking guarantee shall be a continuing undertaking guarantee and shall remain valid and
irrevocable for all claims of MD, OSIC ltd, Cuttack and liabilities of the supplier arising up to and
until …………………….

This undertaking guarantee shall be in addition to any other undertaking or guarantee or security
whatsoever the that MD, OSIC ltd, Cuttack may now or at any time have in relation to its claims or
the supplier’s obligations/liabilities under and/ or in connection with the said contract and MD, OSIC
ltd, Cuttack shall have the full authority to take recourse to or enforce this undertaking guarantee in
preference to the other undertaking or security (ies) at its sole discretion and no failure on the part
of MD, OSIC ltd, Cuttack in enforcing or requiring enforcement of any other undertaking or security
shall have the effect of releasing the bank from its full liability hereunder.

We…………………………..hereby agree and irrevocably undertake and promise that if in your (MD,
OSIC ltd, Cuttack’s) opinion any default is made by M/s
.…………………………………..……………………………………….……….in performing any of the
terms and/or conditions of the agreement or if in your opinion they commit any breach of the
contract or there is any demand by you against M/s……………………………………………………,
then on notice to us by you, we shall on demand and without demur and without reference to
M/s……………………….., pay you, in any manner in which you may direct, the amount of
INR………/- ( INR……………………………………………………………………………………Only ) or
such portion thereof as may be demanded by you not exceeding the said sum and as you may
from time to time require. Our liability to pay is not dependent or conditional on your proceeding
against M/s……………………………..and we shall be liable & obligated to pay the aforesaid
amount as and when demanded by you merely on an intimation being given by you and even
before any legal proceedings, if any, are taken against M/s…………………………………………...

The Bank hereby waives all rights at any time inconsistent with the terms of this undertaking
guarantee and the obligations of the bank in terms hereof shall not be anywise affected or
suspended by reason of any dispute or disputes having been raised by the supplier (whether or not
pending before any arbitrator, Tribunal or Court) or any denial of liability by the supplier or any
order or any order or communication whatsoever by the supplier stopping or preventing or
10
purporting to stop or prevent payment by the Bank to MD, OSIC ltd, Cuttack hereunder.

The amount stated in any notice of demand addressed by MD, OSIC ltd, Cuttack to the Bank as
claimed by MD, OSIC ltd, Cuttack from the supplier or as suffered or incurred by MD, OSIC ltd,
Cuttack on the account of any losses or damages or costs, charges and/or expenses shall as
between the Bank and MD, OSIC ltd, Cuttack be conclusive of the amount so claimed or liable to
be paid to MD, OSIC ltd, Cuttack or suffered or incurred by MD, OSIC ltd, Cuttack, as the case may
be and payable by the Bank to MD, OSIC ltd, Cuttack in terms hereof.

You (MD, OSIC ltd, Cuttack’s) shall full liberty without reference to us and without affecting this
guarantee, postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contact with the said M/s ………….and to enforce or to forbear from
endorsing any power or rights or by reason of time being given to the said M/s…………. which
under law relating to the sureties would but for the provisions have the effect of releasing us.

You (MD, OSIC ltd, Cuttack ) will have full liberty without reference to us and without affecting this
guarantee, postpone for any time or from time to time the exercise of any of the powers and rights
conferred on you under the contract with the said M/s………………………………………………..and
to enforce or to forbear from endorsing any power or rights or by reason of time being given to the
said M/s.…………………………………………………which under law relating to the sureties would
but for the provisions have the effect of releasing us. Your right to recover the said sum of
INR……………………………..(INR……………………. …………….only) from us in manner
aforesaid will not be affected/or suspended by reason of the fact that any dispute/ disputes have
been raised by M/s………………………………………… and/ or that any dispute or disputes are
pending before any officer, tribunal or court or Arbitrator. The guarantee herein contained shall not
be determined or affected by the liquidation or winding up, dissolution or change of constitution or
insolvency of the said M/s…………………………….. but shall in all respects and for all purposes be
binding and operative until payment of all dues to MD, OSIC ltd, Cuttack in respect of such liability
or liabilities. Our liability under this guarantee is restricted to INR…………………....Only).

Our guarantee shall remain in force until unless a suit action to enforce a claim under guarantee is
filed against us within three months from (which is date of expiry of guarantee) all your rights under
the said guarantee shall be forfeited and we shall be relieved and discharged from all liabilities
there under.

We have power to issue this guarantee in your favour under Memorandum and Articles of
Association of our Bank and the undersigned has full power to do under the power of Attorney
dated.

11
Notwithstanding anything contained herein:

A. Our liability under this guarantee shall not exceed INR……………………………(in words)

B. This bank guarantee shall be valid up to ……………….. & unless a suit for action to enforce a
claim under guarantee is filed against us within three months from the date of expiry of guarantee.
All your rights under the said guarantee shall be forfeited and we shall be relieved and discharged
from all liabilities there after i.e. after three months from the date of expiry of this Bank guarantee.

C. We are liable to pay the guaranteed amount or any parts thereof under this bank guarantee only
and only if you serve upon us a written claim or demand on or before………………………………..

The Bank guarantee will expire on ……………………………………………granted by Bank.

Yours faithfully,

SEAL OF THE BANK


NAME & SIGNATURE OF THE OFFICER OF THE BANK

Bank Guarantee for EMD

Whereas ……………………………………………………(hereinafter called the “tenderer”)


has submitted their offer dated………… for the supply of
………………………………………………… (hereinafter called the “tender”) against the
purchaser’s tender enquiry No. …………… KNOW ALL MEN by these presents that WE
……………………………………. of ……………………………… having our registered office
at …………………………… are bound unto …………………. (hereinafter called the
“Purchaser) in the sum of ………………………………… for which payment will and truly to
be made to the said Purchaser, the Bank binds itself, its successors and assigns by these
presents. Sealed with the Common Seal of the said Bank this…………… day of
…………….20…… THE CONDITIONS OF THIS OBLIGATION ARE: (1) If the tenderer
withdraws or amends, impairs or derogates from the tender in any respect within the period
of validity of this tender. (2) If the tenderer having been notified of the acceptance of his
tender by the Purchaser during the period of its validity:- a) If the tenderer fails to furnish the

12
Performance Security for the due performance of the contract. b) Fails or refuses to
accept/execute the contract.

WE undertake to pay the Purchaser up to the above amount upon receipt of its first written
demand, without the Purchaser having to substantiate its demand, provided that in its
demand the Purchaser will note that the amount claimed by it is due to it owing to the
occurrence of one or both the two conditions, specifying the occurred condition or
conditions.

This guarantee will remain in force up to and including 90 days after the period of tender
validity and any demand in respect thereof should reach the Bank not later than the above
date. Our _____________________________________ branch at ____________* (Name
& Address of the ____________* branch) is liable to pay the guaranteed amount depending
on the filing of claim and any part thereof under this Bank Guarantee only and only if you
serve upon us at our ____________* branch a written claim or demand and received by us
at our ____________* branch on or before Dt.__________ otherwise bank shall be
discharged of all liabilities under this guarantee thereafter. …………………………….

(Signature of the authorized officer of the Bank)


…………………………………………………………. Name and designation of the officer
…………………………………………………………. Seal, name & address of the Bank and
address of the Branch

* Preferably at the headquarters of the authority competent to sanction the expenditure for
purchase of goods or at the concerned district headquarters or the State headquarters.
*The BG should be countersigned by the local branch of Bank at Cuttack , Odisha
only for accepting & settlement of the claim of OSIC.

End….

13
14
TECHNICAL SPECIFICATION
Quoted
Sl. No. Technical Specification Quantity
Price
1 WELDING EQUIPMENT 5 Nos.
(A) MIG WELDING
MIG 400
HEAVY DUTY INVERTER BASED GMAW WELDING OUTFIT
PROTECTION

The equipment is provided with following protections.


a) Under Voltage and Over Voltage: If supply voltage goes lower or higher than set limit,
error message is displayed on Display.
b) Over Temperature: If the temperature of the main power elements is more than
safety limits, error message is displayed.
c) Single Phasing Protection: If any one of the three phases (R, Y & B) is absent, welding
will stop. Welding current would not be available in this condition.

SALIENT FEATURES
• Digital Panel for adjusting the • Crater voltage and Crater
welding. current adjustment
• 25% more Energy efficient than Through digital panel.
conventional
Machines. • Unique feature of Pinch-off
pulse to avoid globule
• Maximum Power factor is 0.95. Formation.
• Excellent dynamic response • Automatic "Weld Stop" facility.
enables superior arc
Characteristics. • Normal/ Creep feeding
selection available on front
• 2T, 4T operating modes. Panel.

• Dynamic Inductance adjustment


for better arc control.

TECHNICAL SPECIFICATIONS
Technical Specifications Value Unit
Supply Voltage, Phase, Frequency 415, +15%, -10%; 3; 50 / 60 Volts, Ac;
No.; Hz
Input KVA 12.0 @ 100% Duty Cycle, KVA
0.24 @ No Load
Power Factor 0.93 Max. λ
Cont.
MIG 400

The world class Inverter based MIG


Welder

SPECIFICATIONS
Technical Specifications Value Unit
Efficiency 87 @ 100% Duty Cycle %
Open Circuit Voltage 65 ±5% Volts, DC
Welding Voltage and Crater 16 -39 Volts, DC
Voltage Range
Welding Current Rating 400 @60% Duty Cycle,
310 @100% Duty Cycle Amps, DC
Welding Current and Crater 50 - 400 Amps, DC
Current Range
Front Panel Controls 2 Track, 4 Track, Gas Check, Ocv
Check Facility, Potentiometers
For Setting Crater Voltage And
Current (wire Feed Speed)
Front Panel Controls Potentiometers For Setting Main
Voltage And Current (wire Feed
Speed)
Cooling Forced Air Type
Insulation H Class
Compatibility To International IEC EN 50974-1 General
Standards Compatibility
Dimensions (l X W X H) 700 X 450 X 600 Mm
Weight (approx.) 44 Kg
Wire Feeder Feedlite 40 Nemr -c (4 Roll) Model
Weight (without Spool) 16 Kg (approx) Kg
Dimensions (l X W X H) 563 X 230 X 410 Mm
Suitable For Wire Spool Capacity 15 KG Kg
Wire Feeder Fitted with Rollers 1.2 / 1.6 For Solid Wire 2 No Mm
Wire Feeder Motor Voltage 42V DC Volts DC
Wire Drive Motor. Permanent Magnet Dc Type Type
Wire Roll Drive Four No
Wire Feed Speed 1.5 TO 18 Meters /
Minute
Suitable For Wire Sizes 0.8,1.0,1.2 Mm
Torch (3 Meter) Hipro 403 (e) model
MAKE: GREAT, LINCON, HINDUSTAN, ABB OR SIMILAR
Quoted
Sl. No. Technical Specification Quantity
Price
1 (B) TIG Welding
2 Nos.
CHAMPTIG 400 P
The Indigenous World Class Inverter Based DC TIG and DC Pulsed TIG Welder
Complies to the latest
International Standards
IEC EN 60974-1, 60974-10

Three phase inverters based, High efficiency and High Power Factor Pulse TIG/
MMA DC Welder
Useful for wide variety of material types and thickness
Full featured TIG controls possible
HF ignition
Intelligent protection: over/under voltage, over current / temperature
• Water cooled Torch with water cooling unit option.

CHAMPTIG 400 P
The Indigenous World Class Inverter Based DC TIG and DC Pulsed TIG Welder
SALIENT FEATURES
Latest PWM Inverter Technology
High Efficiency (> 85%)
• Smooth and stable arc with spatter less welding
CONTROL PANEL FUNCTIONS

Main current in MMA mode

Current Upslope

Start Current Crater Current


Pre-flow Post-flow
Pulse Current/
Main Current I Current Down slope
N Mma Mode (ip/ I1)
Pulse Frequency (f)
Cycle Current (I2)
Base Current (Ib) Duty Ratio / Spot Time
In Spot Mode (tp)
CHAMPTIG 400 P
The Indigenous World Class Inverter Based DC TIG and DC Pulsed TIG Welder
Technical Specifications Unit CHAMPTI 400P
Input
Input Supply:
Voltage Volt 415, +15%, -10%
Phase No 3
Frequency Hz 50/60
Efficiency @ 100% % 85
duty cycle
Power Factor @ 100% 0.94 Max
duty cycle
MMA TIG Mode
Mode
Input KVA
@ 100% duty cycle KVA 13 10
@ No Load KVA 0.13 0.13
Output
Open Circuit Voltage Volt 70
MMA TIG Mode
Mode
Welding Current Range Amps 50-400 10-400
Welding Current
@ 100% duty cycle Amps 310
60% duty cycle (10 Mins cycle) Amps 400
Pulse TIG Parameters
Duty Ratio % 10-90
Pulse Frequency Hz 0.5-10
Base Current Amps 10 - 90% of Ipulse current
Pulse Current ( Ipulse) Amps 10-400
General
Start current Amps 10-400
Current unpslope time Sec 0-10
Current down slope control Sec 0-10
Pre-Flow Sec 0-5
Post-Flow Sec 0.1-20
Crater current Amps 10-400
7-Segment LED Display for
Current / Voltage Display
Current & Other parameters
Ingress Protection Class IP23
Cooling Type Forced Air
Insulation H
Welding Output Terminals Class Cam Lock connections
Dimensions
Length mm 660
Width mm 315
Height mm 485
Weight (approx.) Kg 46

CHAMPTIG 400 P
The Indigenous World Class Inverter Based DC TIG and DC Pulsed TIG Welder

Water Cooling Unit


Input Supply Voltage (AC) Volts 230
Phase - 1
Frequency Hz 50-60
Water Reservoir Capacity Liters 8
Flow rate Ltr/min 10
Dimensions
Length mm 560
Width mm 325
Height mm 285
Weight (approx.) Kg 18
Trolley
Dimensions
Length mm 1005
Width mm 500
Height mm 109
Weight (approx.) Kg 35
MAKE: GREAT, LINCON, HINDUSTAN, ABB OR SIMILAR

Quote
Sl. No. Technical Specification Quantity
Price
1 (C) Submerged Arc Welding Machine 1 NO.
SAW Power Wave AC/DC 1000SD - TECHNICAL SPECIFICATION
1. Power Source: PW AC/DC 1000 SD. Requirement Power Wave
ACDC 1000SD
1.1 Technology Digital Micro-Processor YES
based Inverter Power
Electronics
1.2 Current Range 100-1000A YES
1.3 Main Voltage 380/400/460/500/ 575 V YES
3 Phase
1.4 Mains Frequency 50 / 60 Hz YES
1.5 Welding Current @100% Duty 1000A/44V/100% YES
Cycle for GMAW
1.6 Idle Power < 225 WATTS YES
1.7 Input Current @ 400V 79A YES
1.8 Process capability DC+ Submerged Arc YES
DC- Submerged Arc
Balanced AC Submerged
Arc
Variable AC Submerged
Arc
1.9 Type of cooling Forced Air Cooled YES
1.10 Peak Open Circuit Voltage 100V YES
1.11 Power Factor @ Rated output 0.95 YES
1.12 Efficiency @ Rated output 86% YES
1.13 Protection Class IP23 YES
1.14 Insulation Class F YES
1.15 WFS & Voltage control Stepless Continuous YES
control
1.16 Warranty 5 Years YES
1.17 Fan as needed (FAN) Required YES
1.18 Operating temperature -10°C to 40°C YES
1.19 The machine should have the YES
following features
a) Protection to over Required YES
temperature, over current,
under voltage and power phase
absence
b) AC & DC welding capability Required YES
c) Tray Potted PCB's for reliable Required YES
performance
d)Multi Arc Processes like Required YES
Tandem, Twin, Triple arc
capability with additional
accessories if required
e)Variable AC Balance control Required YES
f)Offset control Required YES
g)Frequency control Required YES
h) Severe Duty construction Required YES
i) Software based with free up Required YES
gradation if required
1.20 Online production data Required YES, With
monitoring- PC and Mobile Checkpoint
accessible. Should give the
following details:
a) WFS
b)Voltage
c)Arc time
d)Amps
e)True energy
f)Machine utilization
g)Operator/ Shift/ Machine wise
details
h)Last 30 days production data
monitoring
i)Criteria selection for data
monitoring
j) machine status: Idle/ Running/
Disconnected
k) Documentation of data in
Excel format
l) Wire consumption details
m) Weld Traceability
n) Auto Fault Diagnosis
1.21 Remote monitoring and Required Yes, with Check
evaluation of welding Point
equipment performance using
your smart phone, tablet, laptop
and desktop with all web
browsers
1.22 Can View live status of each Required Yes, with Check
welder and weld details Point
including: WeldScore™,
voltage/current, True Energy™,
arc time, deposition and more
using your smart phone, tablet,
laptop and desktop with all web
browsers
1.23 Traceability - The ability to Required Yes, with Check
monitor production data 24/7 Point
provides operator accountability
regarding part quality issues and
arc on time discrepancies for
each operator
1.24 Alerts -Receive email Required Yes, with Check
notifications based on Point
equipment conditions and wire
consumption to minimize
downtime.
1.25 All welding datas must be able Required Yes, with Check
to stored in Cloud/Document Point
library for minimum of 30 days
with high data protection

1.26 Must be able to export data Required Yes, with Check


reports in various formats for Point
Offline analysis
1.27 Welding Quality control Should be able to compare Yes, With
assistance features the production welds with Weldscore
the customer quality
reference welds and rate
the weld
1.28 Automatic adjustment to input Required YES
power from 200-600V, 50 or 60
Hz, three phase. Welding output
remains constant through the
entire input voltage range
2. Feed Head: MAXsa 22 Head
2.1 Feed Mechanism a high torque motor and Yes
gearbox assembly with a
heavy-duty feed plate
housing knurled
drive rolls for positive,
accurate wire feeding of
heavy welding wire
2.2 Wire feed range 0.4 - 5.0 m/min Yes
0.4 - 7.6 m/min
1.3 - 12.7 m/min
with different Gear Ratios

2.3 Wire filler diameter 1.6 - 5.6 mm Yes


2.4 Flux Hopper Required Yes
2.5 Output Capacity Current @ Duty 1000A @ 100% Yes
Cycle
2.6 Multi-Axis Rotation Rotational feed head Yes
adjustment in two planes
to
allow flexible, accurate
setup for fixturing or arc
locating. Additional
positioning flexibility can
be achieved with optional
horizontal and vertical
lift adjusters
2.7 Closed Loop Speed Control Required to Facilitate full Yes
control over starting,
running and stopping wire
feed speed
2.8 Digital Communication Required Yes
3. Controller: Maxsa 10 A
Controller
3.1 Digital Control Required Yes
3.2 User Memories 8 Required Yes
3.3 Wire feed forward & Reverse Required Yes
3.4 AMPS/WFS & Voltage Digital Required Yes
Display
3.5 Travel Switch Required Yes
3.6 Flux Hopper Switch Required Yes
3.7 . Mode Select Panel (MSP) Required Yes
Display
3.8 Weld Mode Selection Required Yes
3.9 Arc Start/End Options Required Yes
3.10 Arc Established Indicator Required Yes
3.11 Stop/Start Buttons Required Yes
3.12 Limit Control – Apply operator Required Yes
procedure limits or lockout on
any or all parameters.
3.13 User-Friendly Controls – Clear Required Yes
digital display and controls make
it easy to set weld modes, AC
operation, strike/start/end
options, travel stop/start, timers
and other parameters
3.14 Pendant Box – Mount the Required Yes
controller in the standard
protective box or remove the
pendant for hand-held
operation. Extend hand-held
operation from 4 feet (1.2 m) up
to 100 feet (30.5 m) with an
ArcLink® extension cable.
3.15 Easy PLC interfacing to control Required Yes
fixture travel, timers and other
system commands
3.16 Long Stick out Kit to achieve Optional Yes
higher deposition
MAKE: LINCON, HINDUSTAN, ABB OR SIMILAR
Quoted
Sl. No. Technical Specification Quantity
Price
2 RADIAL DRILL MACHINE 1 NO.
Technical Specification
Max. drilling diameter mm 80
worktable
Dimensions of Box Table mm 1000X800X560
T slot of box table no 7/22/150
Dimensions of Base mm 3530X1400X300
Working Surface of Base Plate mm 1220X2455
T slot of base 4/28/276
Max. load of worktable kg
machining range:
spindle axis to column mm 500-2500
spindle nose to table surface mm 550-2000
spindle head travel(horizontal) mm 2000
spindle:
Spindle taper MT6
quill travel mm 450
Max. drilling diameter Mm 80
spindle Speed Range /steps mm 16-1250/16
Max. spindle torque rpm 1568
spindle feed/steps Nm 0.04-3.2/16
motor
spindle motor power kw 7.5
elevating motor for Arm kw 3
coolant pump KW 0.125
others
Hydraulic
clamping type
Pressure
overall dimension (L*W*H) mm 3730X1400X4005
package dimension (L*W*H) mm 3800X1670X1700
N/W / KG 11000kg
MAKE: BHABYA, ENERGY, BATLIBOI OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
3 LASER CUTTING 1 No.
3(a). CNC Fiber Laser Cutting Machine
Description Tender requirement
Features
Type CNC Fiber Laser Cutting Machine
Application Machine is indented for cutting of MS, SS,
Al etc.
Laser Source
Output power 2000W
Wave length 1064 ± 10 nm
Beam quality ≤ 4.5 mm- m Rad
Yttrium doped Fiber laser source, make
Laser source & Resonator of Laser Source shall be specified
Cooling system Please specify
Working environment temperature- -5°C
to 50°C.
Operating environment Relative humidity-70% non-condensing.
Power-220V±5%, 380V±5%, 3Phase,
50HZ
Axis Travel
X - axis Traverse 1500 mm (minimum)
Y- axis Traverse 3000 mm (minimum)
Z - axis Traverse 100 mm (minimum)
X – axis rapid traverse 80 m/min or better
Y – axis rapid traverse 80 m/min or better
Z – axis rapid traverse 30 m/min or better
Accuracies
X axis ± 0.05 mm/m or better
Y axis ± 0.05 mm/m or better
Z axis ± 0.02 mm/m or better
Cutting Table
Table size Suitable to handle plates up to 1500mm X
3000mm size
Double table with auto pallet changer
Table type system
Pallet Exchange Time <20 Sec
Fume Extraction System Blower to be arranged by buyer
Cutting Capacities
Maximum Cutting size 1500mm X 3000mm
Mild steel Max. 16mm, Quality cut 12mm
Stainless Steel Max. 8mm, Quality Cut 6mm
Aluminum Max. 6mm, Quality Cut 4mm
CNC System
Controller Please specify the make and model No.
Simultaneous Controllable axes X &Y
Other Features
Electrical input Power in kW Please Specify
Mechanical Drive Z axis AC servo with ball screw
Auto focus Required
Chiller Unit Required
Assist gas & pressure for Aluminum Please Specify
Gas Cylinders with manifold & necessary
Gas Cylinders regulators will be provided by the
customer, vendor shall provide the
details.
UPS UPS with min. 40KVA capacity or more
shall be supplied
Safety Features
Safety interlocks Required
The laser system must have a master switch, Required
which is operated by a key or by a coded
access.
Emergency stop button shall be provided to Required
stop the machine in-case of emergency.
Technical Documentation: Following
information in full shall be submitted along
with the offer:
Printed catalogue of the offered machine.
Details of customers to which similar machines
have been supplied
Delivery Within 04 Months from the date of
receipt of PO
Following technical documentation in ‘English’
shall be supplied along with the machine
Instruction/ Operational manual
Spare parts manual
Maintenance manual for mechanical,
electrical/electronic systems.
Electrical wiring diagrams.
Preventive maintenance check list, trouble-
shooting charts and guidelines
Warranty
Warranty for one year from the date of
installation and Commissioning
Erection, Installation and Commissioning
The machine shall be erected, installed and
commissioned at site. Party shall arrange all
the necessary logistics for unloading the
machine and placing the same.
All necessary tools, instruments and
equipments for erection, installation and
commissioning of the machine shall be brought
by supplier.
Supplier shall demonstrate the cutting
capacity as per tender requirement
Supplier shall train 2 of engineers on
operation, programming and machine
maintenance after commissioning of machine
at installation site free of cost.
Installation and commissioning and training at
site shall be completed within 45 days from the
date of communication from the customer on
receipt of machine at site.
Accessories under buyers’ scope
Covered Shed to install the machine
Earthing- Vendor shall specify the requirement
Gas supply with manifolds, regulators etc.-
Vendor shall specify the gas requirement
SS pipe line for oxygen & or nitrogen gas from
liquid gas tank to machine.
Air Compressor- Vendor shall specify the
requirement
Isolation transformer- Vendor shall specify the
requirement
Ducting- As per the site requirement
DM water for chiller
3(b.) CNC Pipe Cutting Machine
Specification Description
Effective Cutting Diameter 2” to 12” (Approx 50mm to 300mm)
Effective Cutting Length 6000mm
Pipe Wall Thickness Up to 10mm
Transmission System X: Rack & Pinion
Y: Rack & Pinion
Z: Ball Screw
Drive System X: Digital servo drives and servo motors
Y: Digital servo drives and servo motors
Z: Plasma- DC Motor
Gearbox Precision Planetary Gearbox of Shimpo
/Neugart make
Cutting Stations 1 No. Plasma Cutting Station
Shape accuracy As per ISO 9013
Plasma Cutting Station:
Make Hypertherm/ Kjellberg/ Pro-Arc/Taiwan
Plasma Corporation
Stroke To be specified
Height control Arc Voltage Based Automatic Torch
Height Controller
Anti-collision System Magnetic breakaway type anti-collision
system
CNC Controller:
Make Pro-Arc/ Hypertherm/ Eckelmann
Digital Display Min. 15” Screen or more
Head Stock Machine shall have a headstock with
self-centring chuck for clamping the
pipes/tubes
Pipe Support Pipe/tube being cut shall be supported at
intervals by means of idlers
Opening & closing of idlers Suitable arrangement shall be provided
for opening and closing of idlers in order
to accommodate pipes/tubes of varying
sizes
Nesting Software Sigma nest / Rotary Tube Pro/ OEM
software
Consumables for commissioning 05 Nozzles & Electrodes for Plasma
Cutting
Working Temperature 0-45°C
Relative Humidity 95% non-condensation
Power 415V, 3Phase, 50 HZ
Training Operation and maintenance training
shall be provided after commissioning of
the machine.
Warranty One year from the date of
commissioning
Transportation Transportation will be under suppliers’
scope
Delivery Machine shall be supplied within 05
Months from the date of receipt of PO
Installation & Commissioning Machine shall be commissioned within
60 days from the site clearance by buyer
after receipt of the machine
Under buyers’ Scope 1. Covered shed for the machine.
2. Civil works –Level ground for
mounting of machine rails.
3. Installation of I beam & Base Plates
for mounting of machine rails, anchor
bolts and chemicals is in client’s scope.
4. Power - 415V 50Hz 3 power for
plasma, 230V 50Hz 1 power for CNC.
5. Separate Earthing for CNC &
Plasma.
6. Online UPS (5 KVA with 15-20 min
backup) for CNC controller.
7. Air compressor with Air dryer, pre-
filter and Air fine filter with gauge,
vendor shall specify the capacity.
8. Voltage stabilizer with Ultra
Isolation Transformer, vendor shall
specify the capacity
9. Gases and regulators for plasma/
oxy-fuel cutting: Oxygen, Nitrogen and
LPG/ Acetylene.
10. Welder, welding machine and
helpers for mounting the adjusting plate
at the time of installation.
11. Laptop/Desktop with internet
connection for nesting software.
12. Solid Works software for
development of tubes/pipes.
MAKE: PROARC, SOUTHERN INDIA LASER, ILI OR SIMILAR

Sl. No. Technical Specification Quantity Quoted


Price
4 Tool and Cutter Grinder with Drill Point Grinding Attachment 1 NO.
DRILL BIT GRINDER MACHINE
TECHNICAL SPECIFICATION
Grinding Range ф2͘1 - ф26(32)
Point Range 90°~140°
Power AC220V
Motor 250W
Speed 4800rpm
Grinding Wheel CBN (FOR HSS DRILL)
Dimension 40x26x30cm
Standard Eqp. 24 pcs Collets
UNIVERSAL DRILL GRINDER MACHINE
TECHNICAL SPECIFICATION
Grinding Range ø3 - ø60
Point Range 30°~180°
Power 220V 50 HZ
Grinding Wheel ø200mm
Power / Speed 550W 2800r/min
Dimension 58 x 41 x 45cm
Weight 145kg
MAKE: ENERGY, BHABYA, HMT OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
5 Turret and beam type Milling Machine Conventional 1 NO.

VERTICAL MACHINING CENTRE “CHAKRA+”,


with following standard features: -

Traverses:
X axis stroke 1050mm
Y axis stroke 610mm
Z axis stroke 610mm

Table
Table Working Area 600 x 1250mm
5 Nos. `T' Slots of Size 18mm at 100mm CD
Maximum Load on Table 1200 Kgs.

Spindle
A.C. Spindle Drive 11/15 Kw
Variable Spindle Speed 60-6000 rpm
Spindle nose taper BT 40
Instant tool clamping by disc springs and
decamping by hydro-pneumatic cylinder

Feed Drives
AC Servo drives
Hardened & Ground Ball Lead Screws in all
three axes
Hardened and ground linear motion guideways
in all three axes.
Feed rate 1-10000mm/min.
Rapid feed rate X, Y and Y axes 32,000 mm/min.
Positioning measuring system using absolute
encoder

Accuracy as per ISO 230-2


Positioning- 0.016 mm
Repeatability- 0.012 mm

Automatic Tool changer (Pragati Make)


No. of tools 24
Type of tool selection Random
Tool change time (tool to tool) 2.5 Secs.
Max. tool dia 75 mm
with adjacent pocket empty 140 mm
Max. tool length 250 mm
Max. tool weight 8 Kg.

Coolant tank and chip tray


Automatic lubrication system
Total machine guards
Machine lamp
Instruction manuals
Standard Electricals
Installation accessories

FANUC 0i MF CNC SYSTEM.


Important Standard features of FANUC 0i MF :
4 axes control
10.4" colour LCD
512KB Part Programme memory length
Custom Macro A & B
Inch/metric conversion
Background editing
Run hour & Parts count display
Mirror Image
Backlash Compensation
Dry run
Linear & Circular interpolation
Canned cycles for drilling
Automatic corner override
Scaling
RJ45 port
Rigid tapping
Manual pulse generator
Graphics
Pitch error compensation
MAKE: HMT, ENERGY, SIGMA OR SIMILAR
Quoted
Sl. No. Technical Specification Quantity
Price
6 A. CNC LATHE 300 1 No.
SPECIFICATION OF CNC HEAVY DUTY HORIZONTAL TURNING CENTRE(Slant Bed)
DESCRIPTION TENDER SPECIFICATION
Capacity:
Maximum swing over bed Not less than 550 mm
Maximum swing over carriage Not less than 330 mm
Maximum turning diameter Not less than 350 mm
Maximum turning length between Centers Not less than 800 mm
Spindle:
Chuck Diameter Not less than 300 mm
Spindle nose A2-8 or better
Spindle Power 11/15 Kw P-22 High Torque Motor
Maximum Spindle Speed Minimum 2200 rpm
Spindle front bearing diameter Not less than 120 mm
Maximum bar capacity Not less than 75 mm
No. of Bearings (Front + Rear) 3 + 2 Combination
Turret:
Turret Type Should be Hydraulic
No. of Tool Not less than 8 Nos.
Turning Tool Shank Size Minimum 25 x 25 mm
Boring bar size Not less than 40 mm
Traverse:
X axis strock Not less than 200 mm
Z axis strock Not less than 800 mm
Rapid traverse for X axis 20 m/min
Rapid traverse for Z axis 20 m/min
Maximum cutting feed rate 10000 mm/min
Tailstock:
Quill strock Not less than 100 mm
Quill diameter 80 mm or better
Quill taper MT-4
Base traverse Not less than 600 mm
Guide Ways:
Guideways for X & Z axis Should be LM guide ways
Guideways Type Roller
Guideways Width Not less than 35 mm
Ball Screw:
Ball Screw for X & Z axis Should be Hardened & Ground
Ball Screw -Dia.-X axis Not less than 30 mm
Ball Screw -Dia.-X axis Not less than 40 mm
Accuracy as per ISO 230-2 or Equivalent
Positioning accuracy 0.010 mm or better
Repeatability 0.007 mm or better
CNC System: Fanuc 0i TF+
Monitor 10.4" Colour Monitor
Standard features:
Stress relieved Casting base & Carriage
Machine should be slant bed type
Spindle encoder for thread cutting operation
Coolant Tank with Chip Tray
Hydraulically operated 3 Jaw self-centering hollow chuck with Solid rotary cylinder with
one set of Hard & soft Jaws
Tailstock with hydraulic operated quill
Foot Switch for chuck and tailstock
Hydraulic Power pack
LM Guideways and ball - screws for all axes
Centralised oil lubrication for guide ways and
ball screw
Metallic covers and telescopic covers for guide
way protection
Machine lamp and 3 tier lamp
Full Machine Guard
Standard Machines Accessories along with machine:
Operation & Maintenance Manuals
Maintenance Tool Kit
Mounting Pads with leveling screws
A.C.Unit for Electrical Cabinet
Voltage Stabilizer of suitable capacity
Axial Tool Holder (Face Grooving static Holder) - 1 No
Ф 40 Boring Tool Holder - 4 No's ( Standard - 3 No's & Thro coolant Holder - 1 No)
Reduction sleeves Ф 40/32,Ф 40/25 Ф, 40/20, Ф 40/16, Ф 40/12 - Each 1 No
Taper shank Drill sleeves 40/MT2 & 40/MT3 - Each 1 No

B. CNC LATHE 250 1 No.


SPECIFICATION OF CNC HEAVY DUTY HORIZONTAL TURNING CENTRE(Slant Bed)
Sl. No.
TENDER SPECIFICATION
DESCRIPTION
Capacity:
Maximum swing over bed Not less than 550 mm
Maximum swing over carriage Not less than 330 mm
Maximum turning diameter Not less than 350 mm
Maximum turning length between Centers Not less than 800 mm

Spindle:
Chuck Diameter Not less than 250 mm
Spindle nose A2-8 or better
Spindle Power 11/15 Kw P-22 High Torque Motor
Maximum Spindle Speed Minimum 3000 rpm
Spindle front bearing diameter Not less than 120 mm
Maximum bar capacity Not less than 75 mm
No. of Bearings (Front + Rear) 3 + 2 Combination
Turret:
Turret Type Should be Hydraulic
No. of Tool Not less than 8 Nos.
Turning Tool Shank Size Minimum 25 x 25 mm
Boring bar size Not less than 40 mm
Traverse:
X axis strock Not less than 200 mm
Z axis strock Not less than 800 mm
Rapid traverse for X axis 20 m/min
Rapid traverse for Z axis 20 m/min
Maximum cutting feed rate 10000 mm/min
Tailstock:
Quill strock Not less than 100 mm
Quill diameter 80 mm or better
Quill taper MT-4
Base traverse Not less than 600 mm
Guide Ways:
Guideways Type Roller
Guideways Width Not less than 35 mm
Ball Screw:
Ball Screw for X & Z axis Should be Hardened & Ground
Ball Screw -Dia.-X axis Not less than 30 mm
Ball Screw -Dia.-X axis Not less than 40 mm
Accuracy as per ISO 230-2 or Equivalent
Positioning accuracy0.010 mm or better
Repeatability 0.007 mm or better
CNC System: Fanuc 0i TF+
Monitor 10.4" Colour Monitor
Standard features:
Stress relieved Casting base & Carriage
Machine should be slant bed type
Spindle encoder for thread cutting operation
Coolant Tank with Chip Tray
Hydraulically operated 3 Jaw self-centering
hollow chuck with hollow rotary cylinder with
one set of Hard & soft Jaws
Tailstock with hydraulic operated quill
Foot Switch for chuck and tailstock
Hydraulic Power pack
LM Guideways and ball - screws for all axes
Centralised oil lubrication for guide ways and
ball screw
Metallic covers and telescopic covers for guide
way protection
Machine lamp and 3 tier lamp
Full Machine Guard
Standard Machines Accessories along with machine:
Operation & Maintenance Manuals
Maintenance Tool Kit
Mounting Pads with leveling screws
A.C. Unit for Electrical Cabinet
Voltage Stabilizer of suitable capacity
Axial Tool Holder (Face Grooving static Holder)
- 1 No
Ф 40 Boring Tool Holder - 4 No's ( Standard - 3 No's & Thro coolant Holder - 1 No)
Reduction sleeves Ф 40/32,Ф 40/25 Ф, 40/20, Ф 40/16, Ф 40/12 - Each 1 No
Taper shank Drill sleeves 40/MT2 & 40/MT3 - Each 1 No
MAKE: BFW, JYOTI OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
7 CNC Wire Cut 1 NO.

WORK TABLE AND GENERAL SPECIFICATION:


Work table 875 mm x 595 mm
Work Tank Internal Dimension 1005 mm x 960 mm
Work piece weight 1000 kg
X Travel 600 mm
Y Travel 400 mm
Z Travel 360 mm
U Travel 120 mm
V Travel 120 mm
Job Admit 350 mm (F) / 250 mm (S)
Machining Type Submerged
Wire Diameter 0.25 mm
Wire Spool Size DIN 125, DIN 160, P3R, P5R
Taper angle +/- 35 degree on 50 mm height job.
Jog speed X & Y Axis 1000 mm / min.
Jog speed U/V Axis 500 mm / min.
Jog speed Z Axis 600 mm / min.
Type of Wire Threading SEMI AUTO WIRE THREADING.
Cutting speed on Mild Steel Material 220 mm square/ min.
Best Surface finish 0.4 micron Ra

OTHER FEATURES OF THE MACHINE:

SERVO SYSTEM 5 AXES CLOSED LOOP AC SERVO.


DIRECT COUPLING FOR AC SERVO
MOTOR.
SIMULTANEOUS X/Y/U/V, Z AXIS
INDEPENDENT
LEAST INPUT INCREMENT 0.001 MM
LEAST COMMAND INCREMENT 0.0005
MM

JAPANESE BALL SCREW & HIGH


AXES DRIVE PRECISION LM GUIDE WAYS

PULSE POWER SUPPLY PULSE ON TIME 32 STEPS


PULSE OFF TIME 64 STEPS
Equi - Energy S Pulse Technology
Anti Electrolysis Machining
WIRE FEED RATE 0 TO 15 M/MIN
WIRE TENSION RATE 0.3 TO 2.5 kgf

MAIN POWER SUPPLY 12 KVA

CNC SYSTEM ANY OEM MAKE


MULTI AXIS MOTON CONTROLLER BASED
ON POWER PMAC TECHNOLOGY
HIGH SPEED INDUSTRIAL GRADE PC
WITH SOLID STATE DRIVE.
30,000 NO. OF LINES PROGRAM
UPLOADED CAPACITY.
EMBEDED PC WITH WINDOWS 10 OS.
HAND HELD MACHINE CONTROL UNIT
HIGH RESOLUTION COLOUR LCD FOR
DISPLAY
KEYBOARD & MOUSE.
USB & ETHERNET SYSTEM.
1 GB PROGRAM MEMORY

CONTROLLER FUNCTION PROGRAMMABLE Z AXIS


16 STEPS PROGRAMMABLE FLUSHING
PRE JOG FACILITY
PRE SPARK FACILITY
AUTO POWER RECOVERY
CORNER CONTROL STRATEGY
6 WORK CO-ORDINATE SYSTEM
MID START FACILITY
COMPLEX PROGRAM MACHINING.
ANTI - COLLISION
CONSUMABLE MONITORING
P.C.D. MACHINING
ALIGN WORK PIECE

DIELECTRICE UNIT CHILLER CAPACITY 3000 Kcal


MINERAL BED FILTRATION SYSTEM WITH
ADDITIONAL PAPER FILTER
STAINLESS STEEL TANK
CHILLER UNIT FOR DIELECTRIC COOLING.

ACCESSORIES ROUND JOB HOLDER


ADJUSTABLE BRIDGE
3 PH. 415 VOLT 15 KVA SERVO VOLTAGE
STABILIZER WITH +/- 1% TOLERANCE

WARRANTY 12 MONTHS

INPUT POWER SUPPLY 3 PH. 415 VOLT AC SUPPLY


MAKE: BFW, JYOTI OR SIMILAR
Quantity Quoted
Sl. No. Technical Specification
Price
8 HYDRAULIC SURFACE GRINDER 1 No.
HSG20060
Specification Unit

Worktable specification mm 2000*600


Max. longitudinal travel mm 2100
Processing
Capacity Max. cross travel mm 650
Max. distance between
mm 600
worktable surface to spindle
center
Worktable T-slot mm*N 16*3
Worktable travel speed m/min 5-25
Worktable Cross feed by Per division mm 0.02
hand wheel Per revolution mm 5
Cross automatic feed mm
0.5-12
Cross rapid 1250
mm
travel
Grinding Wheel size mm 400*40*127
Wheel Spindle rotation speed R.p.m 1450
Max. movement mm 650
Vertical feed Per division mm 0.005
Feed
by hand
Structure Per revolution mm 0.25
wheel
Vertical rapid travel speed m/min 230
Spindle motor KW 7.5
Motor Vertical drive motor W 180
Oil pump motor KW 5.5
Coolant pump motor W 90
Cross drive motor W 80
Machine height mm 2400
Floor space mm 2500*6400
Size Net weight kgs 7500
Gross weight kgs 8700
MAKE: BHABYA, HMT OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
9 Cylindrical Grinder 1 NO.
HYDRAULIC CYLINDRICAL GRINDING MACHINE
Having Centre Height 150mm & Admit Between Centre 1000mm with
Standard Accessories & Electricals
TECHNICAL SPECIFICATIONS:
Model CGH-1000
Center Height 150mm
Distance between Centers 1000mm
Table Swivel Degree +6 Deg. / - 4 Deg.
Table Speed Infinitely Variable 0.1 - 2.5m/min.
Hydraulic Power Pack Motor 1HP -1440rpm
Grinding Wheel (d x w x b) 350 x 40 x 127mm
Grinding Wheel Speed 1700rpm
In feed of Hand Wheel 0.01mm/Div.
Grinding Head Motor 3HP-1440rpm
Rapid Approach 40mm
Range of Work Head Speed 65-140-205-300rpm
Work Head Spindle Taper MT-4
Work Head Motor Power 0.5HP-960rpm
Tail Stock Spindle Taper MT- 4
Tail Stock Quill Stroke 40mm
Coolant Tank 50 Liter
Coolant Pump Motor 0.15HP
Approx. Machine Weight 3000Kg.
MAKE: BHABYA, HMT OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
10 CNC EDM MACHINE 1 NO.
WORK TABLE AND GENERAL SPECIFICATION:

Work table 600 mm x 350 mm


Work Tank Internal Dimension 900 mm x 520 mm X 385 mm
Work piece weight 500 kg
X Travel 400 mm
Y Travel 300 mm
Z Travel 300 mm
Distance Between Platen to Table 310 - 610 mm
Electrode Weight 100 Kgs
Fluid Tank Capacity 300 LTR.
Machining Current 60 Amps.
Main Power Supply 7 KVA
Marching Rate 400 mm3/min
Electrode Wear Ratio 0.12%
Best Surface finish 0.2 Micron Ra
Min. D.R.O. resolution 0.001 mm

ACCESSORIES
3 PH. 415 VOLT 15 KVA SERVO VOLTAGE
VOLTAGE STABILIZER
STABILIZER WITH +/- 1% TOLERANCE
EDM OIL 420 LTR

WARRANTY 12 MONTHS

INPUT POWER SUPPLY 3 PH. 415 VOLT AC SUPPLY


MAKE: ELECTRONICA, BFW OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
11 Tube Bending CNC 1 NO.
Type CNC Boost Bender
Bending of tub4e components in
manual/automatic mode in multi-
Scope / application planes
180 deg return U bends single plane
Serpentine bends in single plane
For ferrous tubes of UTS 45 Kg/mm2,
minimum elongation of 35%
Max. tube capacity (D x t) In normal mode: 114 mm x 6 mm
In boost mode: 63.5 x 8.0 mm for
1.2D CLR
In normal mode: 24 mm
Min. tube capacity (D)
In boost mode: 32 mm
In normal mode: 500 mm
Max. bend radius (CLR)
In boost mode: 125 mm
Normal mode: 1.5 D
Boost Mode: 1.2D, OD/t<9, tube OD
Min. bend radius (in 63.3 mm
terms of D) Boost mode: ID, OD/t<9, tube OD
50.8, 44.5, 38.1 mm
Refer tube acceptance criteria chart
gven below
5 - 180 deg bends, using necessary
Bend angle range applicable ordered tools
Desirable distance
2 D minimum
between bends
Length over mandrel 4m
Carriage travel 2m
Direction of bending Clockwise
Tube manipulating By tube transfer carriage with
device programmable poush and turn
Bend, Boost & turn: Servo hydraulics
Axes drives
Push: Electric AC servo
Repeat
Axes (Programmable) Max. Speed: Accuracy
12 deg/s (normal mode
Bend (DOB) ± 0.2 deg
4 - 6 deg/s (boost mode)
Boost Synchronized with bend axis ± 0.2 deg
Push (DBB) 400 mm/s ± 0.2 deg
Turn (POB) 120 deb/s ± 0.2 deg
Hydraulic with clamp & boost
arrangement for getting resyktabt
axial compression on tube with
Booster Unit
independent, closed-loop
hydraulic power source for bend and
boost CNC axes.
CNC programmable for speed and
Bend and boost axis position.
Synchronized speeds for Programmable over different
bend and boost segments of bend angle to
achieve desired bending results.
For extraction of 180 deg bends on
Split tool actuator CLR ≥ 63.5 mm in boost mode

Hydraulics
Manifold using seamless pipes with full penetrated
and tested
Hydraulic system
weld joints, and hoses, as needed. Suitably colour
coded for
Pressure/tank/pilot lines. Clamped to avoid to
avoid vibration.
Oil reservoir External
25 HP (Power Pack) + 6 HP (Servo
Electric motor Motor)
By shell and tube type water cooled
heat exchanger
Oil Cooling
With temperature
Indicator/interlock.
Centralized automatic (motorized)
Machine lubrication Oil

Electricals and
electronics
CNC
Controls With HMI (12.1" color LCD Touch
Screen Monitor and Keyboard)
15 bends per program, 1000
Memory capacity programs
Power Supply 3 phase AC, 415 V ± 3%, 4 wire

General :
Fixed parts and covers : RAL 5019
Capry Blue for body
Moving parts : RAL 1003 - Golden
Paint (polyurethane) Yellow for moving
Electric panel (Power coated) : Pure
white, RAL 9016

One set in hard copy and one set in


Documents soft copy (in CD)
GA & FFP drawing will be submitted
after placement of order
Acceptance Criteria for (Refer Tube Acceptance Criteria
bent tubes Chart below)
Within 10%, measured at apex of the
Ovality % bend
Within 100/{(4R/D) + 2} ≤ 16.67% for CLR = 1D to
Thinning % be measured
at apex on cross section lof bend
zone
With digital vernier calipers or ball-
Checking method point micrometer after Cutting
cross section at bend zone.
Raw material Tube Acceptance Criteria

Tube OD, mm Tube Thickness, mm D/t CLR


Ø 38.1 4.4 +0.55/- 0.17 ≤9 ID
Ø 44.5 5.25 = 0.62/- 0.2 ≤9 ID
Ø 50.8 5.89 +0.57/- 0.24 ≤9 ID
Ø 60.3 7.2 +0.77/- 0.20 ≤9 1.2D
Ø 63.5 7.2 +0.77/- 0.20 ≤9 1.2D

Allowable tube circumferential thickness tolerance is Tube


thickness + 0.2 mm
MAKE: ELECTROPNEMATICS, HYDROPNEUMATICS OR SIMILAR
Quoted
Sl. No. Technical Specification Quantity
Price
12 PLATE ROLLING MACHINE 1 No.
Three Roll Pinch cum Pyramid type Linear Guide Fully Hydraulic Plate Bending
Machine complete with cone bending facility.
Specifications and Performance Parameters
A Machine Model
B Top Roll Diameter 470 mm
(Approx.)
C Bottom Roll 425 mm
Diameter (Approx.)
D Maximum Width of 3000 mm
Plate
E Connected Load H.P. 44

Yield Point of Plate material


Rolling Capacity Table in
3000 mm Width 26 kg/mm2 36 kg/mm2 56 kg/mm2
Shell ID
Thickness Thickness Thickness
Rolling Capacity and
F 50 mm 42 mm 34 mm 2600 mm
Minimum Shell ID
G Rolling Capacity and
45 mm 38 mm 31 mm 2125 mm
Minimum Shell ID
Rolling Capacity and
H 38 mm 32 mm 26 mm 1063 mm
Minimum Shell ID
I Rolling Capacity and 14 mm
Minimum Shell ID 20 mm 17 mm (See Note 5 540 mm
below)

Yield Point of Plate material


Edge Bending (Pre-
pinching) Capacity 26 kg/mm2 36 kg/mm2 56 kg/mm2
Please refer to
Thickness Thickness Thickness
Edge Bending (Pre-
28 mm pinching) Chart for
Edge Bending (Pre- 41 35
J (See Note 5
pinching) Capacity mm mm flat ends.
below)
It is technically not possible to achieve zero flat-end (pre-pinching) on any plate bending
machine of the world. We will pay double the amount of machine price to anyone who
can achieve zero flat-end.
MAKE: HIMALAYA , VAHANAVATI OR SIMILAR

Sl. No. Technical Specification Quoted


Quantity
Price
13 HOT DIP GALVINIZING 1 No.
DEGREASING TANK Solid PP plate
Length 9000 with Lined
Width 1000 outer Steel frame
Height 1200
PICKLING TANK .
Length 9000 Solid PP plate
Width Height 1000 with Lined
1200 outer Steel frame
FLUX TANK
Length Width 9000 Solid PP plate
1000 with Lined
Height
1200 outer Steel frame
RINSING TANK
Length 9000 Solid PP plate
Width 1000 with Lined
Height 1200 outer Steel frame

COMBUSTION EQUIPMENT ***** WESMAN/ECLIPSE/HAWK


ZINC MELTING FURNACE *****
FLUX DRYING OVEN *****
FURNACE AUTOMATION OF LPG TYPE
WITH GERMAN BURNER & ALLIED *****
EQUIPMENT
ZINC PUMP *****
DROSS GRAB
ZINC KETTLE
MAIN FURNACE CHIMNEY STEEL
ACID FUME EXTRACTION VARIOUS
NH4CL (WHITE ) FUME EXTRACTION
EFFLUENT TREATMENT PLANT (ETP) VARIOUS
QUENCH TANK
DI-CHROMATE TANK
VIBRATING TABLE

LENGTH WIDTH DEPTH THICK ZINC WT. IN


KETTLE
9.00 MTRS 1.00 MTR 1.00 MTR 0.05 MTR 18.06 TONS
MAKE: GALCON, NAVIN CORRETCH, CORRTECH INDIA OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
14 POWDER COATING MACHINE
Overall Dimension (L X H X W) 4000L x 3500H x 2400W Appx 1 No.

Work Dimension (L X H X W) 3000l X 2000h X 1500W Max

Operator Cut Out Dimension 1200L x 1200H - 4 Back to Back


Illumination 2 x 60W (Non flame proof type)

Exhaust Volume 9500 CFM

Motor Rating 2 x 5 HP 2800 RPM / 3 Phases

Pressure 180 - 200 mm WC

Cyclone Type - After Bag Filter Hi-Speed Cyclone Recovery x 2 Set


MAKE: GALLENT, PROARC OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
15 CNC HYDRAULIC PRESS BRAKE 1 NO.
CAPACITY KN 1500
MAX. WORKING LENGTH MM 3100
FRAME DISTANCE MM 2550
THROT GAP MM 400
DAY LIGHT MM 475
STROKE MM 250
NO. OF CYLINDERS NOS. 2
LOWERING SPEED MM/SEC. 100
PRESSING SPEED MM/SEC. 7.5
RETURN SPEED MM/SEC. 70
POWER KW 11
The bending accuracies will be as per DIN 55222 standards
MAKE: HINDUSTAN HYDRAULICS, ENERGY MISSION OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
16 UV Printer 1 No.
Me 40t Me 40tr
-Workable dimensions [mm] 3465 x 710
-Workable height [mm] 875
-Thickness of rolled edges [mm] 0.4 + 3
-Thickness of edges in strips [mm] Fino a 5
-Min + max panel height [mm] 8 + 50
-Min. panel length/width with rolled edges [mm] 190/110
-Min panel length cut only on the front [mm] 120
-Feed speed [m/min] 9
-Feed motor power S1 [Kw] 0.55
-Pneumatic operating pressure [bar] 6.5
-Exhaust outlet diameter (dine pot)) [mm] 30
-No.2 exhaust diameter (trimming unit) [mm] 60
-No.2 exhaust diameter (pre trimming unit) [mm] 80
-Operating temperature [°c] 20 + 190
MAKE:

Quoted
Sl. No. Technical Specification Quantity
Price
17 Turret Punching Press
1. Effective Cutting Size X=3000 mm
1 No.
Y=12000 mm
2. Transmission System X: Rack & Pinion
Y: Rack & Pinion
Z: Ball Screw

3. Drive System X: Digital servo drives and servo motors


Y: Digital servo drives and servo motors
Z: Plasma- DC Motor/AC Servo Motor
4. Gearbox Precision Planetary Gearbox of Shimpo/Neugart
make
5. Cutting Stations 1 No. Plasma Cutting Station
1 No. Oxyfuel Cutting Station
6. Positioning accuracy ± 0.5 mm/m
7. Rapid Speed 0-10000 mm/min
8. Cutting Speed 0-4000 mm/min
9. Repeatability ± 0.3 mm/m
10. Shape accuracy As per ISO 9013
11. Oxyfuel Cutting:
a) Stroke Min. 200mm
b) Ignition Automatic ignition System
c) Make of Oxy-fuel torch Pro-Arc/Harris/GCE /Victor make
d) Cutting thickness range Pierce: 50mm, Edge Cut. 120mm
12. Integration of Plasma Source:
a) Plasma Source Existing Plasma Source- Maxpro 200 shall be
integrated in the offered machine. Torch station
shall be provided by the supplier
b) Stroke Min. 200 mm
c) Height control Arc Voltage Based Automatic Torch Height
Controller
d) Anti-collision System Magnetic breakaway type anti-collision system
13. Wiring Complete wiring to integrate the Plasma Source
shall be provided
14. CNC Controller:
a) Make Pro-Arc/ Hypertherm/ Eckelmann
b) Digital Display Min. 15” Screen or more
15. Marking Facility Powder marking shall be provided
16. Cutting Table Water Table will be provided by the customer,
vendor shall provide the necessary drawing for
fabrication of the table
17. Nesting Software Sigmanest/ Pronest LT
18. Consumables for 05 Nos. Nozzle tips for Oxyfuel Cutting
commissioning
05 Nozzles & Electrodes for Plasma Cutting
19. Working Temperature 0-45°C
20. Relative Humidity 95% non-condensation

21. Power Voltage for CNC 415V, 3Phase, 50 HZ


Machine
22. Training Operation and maintenance training for up to 05
days.
23. Warranty One year from the date of commissioning
24. Transportation & Transportation & insurance will be under suppliers
insurance scope
25. Accessories under buyers’ Scope:
a. Covered shed for the machine.
b. Civil works –Level ground for mounting of machine rails.
c. Installation of I beam & Base Plates for mounting of machine rails, anchor bolts
and chemicals is in clients scope.
d. Power - 415V 50Hz 3 power for plasma, 230V 50Hz 1 power for CNC.
e. Separate Earthing for CNC & Plasma.
f. Cutting table. Drawing will shall be provided by the supplier
g. Online UPS - Vendor shall provide the details
h. Air compressor, Air Dryer, Pre-filter & fine filter - Vendor shall provide the details
i. Voltage stabilizer with Ultra Isolation Transformer - Vendor shall provide the
details
j. Gas Manifold, Gas cylinders and regulators for plasma/ oxy-fuel cutting: Oxygen,
Nitrogen and LPG/ Acetylene- Vendor shall provide the details
k. Welder, welding machine and helpers for mounting the adjusting plate at the
time of installation.
l. Laptop/Desktop with internet connection for nesting software- Vendor shall
provide the details
MAKE: PROARC, SOUTHERN INDIA LASER, ILI OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
18 CNC Horizontal Machining Center 1 NO.
Supplier’s Remarks
Supply Scope : Testing, Pre Dispatch Inspection, Packing, Supply, Safe Delivery,
Installation & Commissioning, Warranty and Training of CNC Boring & Milling
Machine along with Accessories and Spares. Qty : 1 No.
1 Main Features :
All parts viz. Bed, Column, Head stock, Cross slide are made of high grade cast
iron, well-seasoned and stress relieved for maximum rigidity and vibration
damping inhibiting thermal deformation and twisting. Finite element analyse
passed.

Bed:- The bed of the machine should be made of high quality grey cast iron, so as
to guarantee max thermal stability and max damping keeping the component
always within guide ways
Column:- The Column in thermo symetric section should be made of grey cast
iron, so as to guarantee max thermal stability and max damping and is heavily
ribbed directly behind the Guide ways.
Head Stock:- Headstock is of box type construction made of high quality grey cast
iron, so as to guarantee max thermal stability and max damping and placed at
central position of the Column and sliding vertically over roller guide ways.
Spindle:- Super finished boring spindle and its sleeve of different structure and
hardness are made of nitrided steel for high surface hardness retaining accuracies
over a long period of life.
Feed system:- The feed system shall be driven by high precision ball screws of
higher grade of accuracy having sufficient load capacity. The ball screws shall be
provided with double nut arrangement for backlash free movement and high
positional accuracy.
2 Technical Specification :
i) Headstock and Spindle :
a. Diameter of the Spindle Quill 120mm Minimum
b. Taper BT 50 / ISO 50 Big Plus
c. Max Tool Dia on Spindle 300 mm or more
d. Main spindle motor power (AC digital 60 Kw or more
continuous rating S1):
e. Spindle Torque ( S1 ) 1100 Nm Minimum
f. No of speeds Steeples infinite variable
(Direct Drive )
g. Range of Speed ( S1 ) 5– 4500 rpm
h. Effective Cross section of sliding Ram 430mm x 430mm or more
ii) Travarses :
a. Longitudinal traverse of Column ( X ) 5m Minimum + travel length
for Spindle head attachment
changing.
b. Vertical Traverse of Headstock ( Y ) 3m Minimum
c. Axial Traverse of Ram ( Z ) 1.2m Minimum
d. Axial Traverse of Boring Spindle ( W ) 0.6m Minimum
iii) Feeds :
a. X - Axis Normal & Rapid Feed Rate : 0 – 35000 mm/min or more
b. Y - Axis Normal & Rapid Feed Rate : 0 – 30000 mm/min or more
c. Z - Axis Normal & Rapid Feed Rate : 0 – 35000 mm/min or more
d. W - Axis Normal & Rapid Feed Rate : 0 – 30000 mm/min or more

iv) Guide ways & Axis Drive Systems:


a. X-axis (column movement along the bed) should be equipped with roller
guideways and actuated by rack and two independent pinions driven by twin
motors.
b. Y- Axis ( headstock vertical movement ) should be equipped with roller
guideways with two ball screws ( gantry axes ) with preloaded nut and
independent servomotors.
c. Z – Axis ( Ram Traverse ) must be supported on all sides by preloaded
hydrostatic pads and should be operated by a ball screw with a preloaded ball nut
and AC Brushless motor and controlled by absolute optical linear scale of
Heidenhain make
d. W- Axis ( Axial Movement of Boring Bar ) should be operated by one ball
screw with preloaded nut and with hydrostatic support.
v) Controller :
The CNC control system with a resolution of SIEMENS / FANUC
0.001mm should have all latest basic
configurations, functions as per the
manufacturers documentation / Technical data /
Specification for the 4 axes simultaneous axes
control. Number of controllable axis is as per the
configuration of the machine.
vi) Accuracy:
Geometrical Accuracy : As per DIN 8620 Standard or
equivalent
applicable ISO standard
Geometrical Test : As per supplier's test chart
(Supplier should enclose
standard test chart with
numerical values and test
procedure)
Positioning Accuracy ( As per VDI/DGQ 3441,
1000mm)
Positioning Accuracy ( Pa ) - X, Y, Z axis : 0.015 mm or better
Repeatability ( Ps ) - X, Y, Z axis : 0.010 mm or better
Positioning Accuracy ( Pa ) – W axis : 0.020 mm or better
Repeatability ( Ps ) - W axis : 0.015 mm or better
Spindle Radial Run Out at Nose : 0.010mm or better
3 Standard Accessories :
i) Automatic Tool Changer :
a. Type : Chain type.
b. No. of Tools in the Tool Changer 60 or more
c. Maximum diameter of tool in ATC (When Ø 315 mm
Adjacent Pockets are Empty) :

d. Maximum diameter of tool in ATC (When Ø 125 mm


Adjacent Pockets are Full) :
e. Maximum length of tool in ATC : 600 mm
f. Weight of tool (gripper capacity) : 25 Kgs or more.
g. Tool Changer Operator Panel : Entering tool Data, Calling
Up specific tool to unloading
position, Calling up a
specified position of the
magazine, Calling up the
unloading sequence of all
tools and displaying the HMI
interface of the CNC.
ii) Chip Conveyor with Bucket
a. Type : Hinge type.
b. Belt Length : Must be appropriate for the
longitudinal travel /
machining area.
c. Belt Width : 220mm or more
iii) External – Internal Tool cooling System
a. External : output / pressure : 50 lpm / 7.5 bar or more
b. Internal : output / pressure : 20 lpm / 30 bar or more
iv) Remote Control System ISDN / Internet connection
at Buyer’s scope.
v) Coolant System
Coolant system with all accessories should be provided with controllable pressure
and flow through program and push button as well. Machine should be provided
with recalculating type flood coolant spindle and coolant through system by
single variable speed motor with pump.
Coolant filtration system should be wedge type / wire mesh type primary
filtration and secondary fine filtration system with stand alone coolant reservoir /
tank (steel material) with with clogging electric indicator. There must be proper
system for giving alarm when one filter is clogged so that operator can change the
coolant flow path.
Coolant collection and recirculation system should be leak-proof & perfect to
avoid any spillage on shop floor, trenches of cables & foundation pit of the
machine.
The coolant tank should be fitted with skimmer for regular cleaning of coolant
from contamination with tramp oil and Auto shut off system should be provided
to avoid overflowing of coolant during the process of topping up. Coolant level
low & high alarm should be provided.
Tank capacity should be suitable for the machine
requirement but should not be less than 1000 litres.

vi) Automatic Universal Milling Head with Orthogonal Axes


a. Power rating (Continuous Duty) : 30Kw or more
a. Torque : ( Continuous Duty ) : 1000 Nm or more
b. Working Speeds 3000 rpm
c. Tool Tapers : ISO 50
d. Tool Coolant : Internal / External
e. Input to Output Speed ratio: 1:01
f. Automatic Indexing ( A axis) : - 100° / + 100° In steps of 1°
g. Automatic Indexing ( C axis) : - 180° / + 180° In steps of 1°

vii) Automatic Attachment Changer


a. Minimum three (3) numbers of rack positions in vertical direction one over
other, each one position for storing attachment is to be supplied with the
machine.
b. All the spindle head attachments should be stored independently in the rack
with proper seating & locating arrangements, stacked one over other, so that the
column shall travel to the location of storage rack to pick up, clamp & change
automatically these stored attachments as and when required.

viii) Roto-traversing Table :


a. The Saddle and base for traversing axis must be made from high quality grey
cast iron which is thermally stress relieved to provide maximum thermal stability
and maximum damping.
b. The Table rotation must be supported by hydrostatic bearing with Bronze
pads controlled by absolute angular transducer.
c. Table Translation ( V Axis ) must be supported by hydrostatic guides of Bronze
pads and controlled by optical absolute linear scale.
d. Table Size : 2m x 2m
e. T -slot Dimension : 28mm H12 (28 H7)
f. T-slot pitch : 250mm
g. Table Centered Load 50000 kg.
h. Table rotation 2 rpm or better
i. Table Travel - V Axis : 1.5m
j. Rapid Feed of Table Travel : 20m / min. or better
k. Table hydraulic clamping : 4 x 90°

ix) Part Probe with radio signal transmission : RENISHAW RMP 60

4 Special Features of the Machine :

i) The machine should have one upright column together with machine base,
headstock & ram with inbuilt spindle (quill), movable on the machine bedways to
perform the intended machining operations.
ii) The machine design & construction of all major machine elements of Machine
base, machine bed, column, ram head (i.e, ram housing / headsotck) and ram
should have thermo-symmetric assembly and should be of high grade, fully aged,
stabilised & stress relieved cast iron with optimized ribs for achieving stability
towards high static and dynamic stiffness, optimum damping characteristics and
for absorbing high cutting forces.
iii) X-axis (column movement along the bed) should be
equipped with roller guide ways and actuated by rack
and two independent pinions driven by twin motors.
iv) Y- Axis (headstock vertical movement) should be equipped with roller guideways
with two ball screws ( gantry axes ) with preloaded nut and independent
servomotors.
v) The Column structure must be thermo-symmetric with Head stock positioned in
the central position.
vi) Z – Axis (Ram Traverse ) must be supported on all sides by preloaded hydrostatic
pads and should be operated by a ball screw with a preloaded ball nut and AC
Brushless motor and controlled by absolute optical linear scale of Heidenhain
make.
vii) W- Axis (Axial Movement of Boring Bar) should be operated by one ball screw
with preloaded nut and supported by hydrostatic sleeve.
viii) The front face of the Ram should be designed to receive different attachments (as
on option) and should be equipped with automatic clamping devices and fast
electrical/hydraulic connections for automatic clamping of attachment
ix) In the pickup station, spindle head attachment positions should be provided with
protective covers to safe guard the locating and mating surfaces from dust /
damage.
x) Compensation of structural yielding of the machine should be based on the
extension of the RAM and the weight of the attachments heads.
The system should act mechanically on the concerned parts with servo-hydraulic
systems, without changing the dimensions detected by the CNC.
In particular, the system must compensate:
- RAM flexure
- Yielding of the headstock with respect to the Ram movement.
xi) The Boring spindle must be made of alloy Nitrided steel case – hardened and
ground and must be equipped with easily replaceable Spindle Nose Insert.
xii) Operator platform made up of steel structurals should be mounted on the
Ground equipped with operating panel and auxiliary machine control panel, Lamp
and electric and pneumatic power supply.
xiii) Machine lights for sufficient illumination of complete working area should be
provided for clear visibility. All lights should be LED.
xiv) All the pipes, cables etc., on the machine should be well supported and protected.
These should not create any hindrance to machine operator movement for
effective use of machine.
xv) All the Motors, Gearboxes are to be thermally insulated & Isolated from the
connecting mechanisms. All the rotating parts used on machine should be
statically & dynamically balanced to avoid undue vibrations.

xvi) All guide ways (except Z & W axis) are to be protected by metallic telescopic
covers at both ends to the entire travel length. Joints of telescopic covers should
be so sealed to avoid mixing of coolant & hydrostatic oil is to be provided.
xvii) An emergency braking system has to be provided to stop the motion immediately
when the moment electrical supply stopped for Y axes.
xviii) All Servo Motors (spindle, feed motors and other variable speed motors) should
be of AC motors and make SIEMENS/FANUC only. Degree of protection should be
IP64 or superior and the same should be in accordance with IEC Standard. Spindle
load meter should be displayed on the controller screen. However a separate
spindle load meter is also required.
xix) The machine should be equipped with fixed guards with wire fence around the
machine perimeter of a height of 1.4 m from ground level with manual door for
providing access to work area controlled by safety interlock switch.
xx) Technical details of all mechanical, electrical items including the catalogues of the
Machine and its accessories should be provided at the time supply of the
machine.
xxi) Hand held auxiliary unit of Siemens make, for the convenience of setting, all axis
movement, rotation of spindle, tool clamping etc., should be supplied. It should
also be provided with electronic hand wheel, axis selection, Jog buttons and
emergency stop button.
xxii) All Kinematic mechanisms viz. guide ways, gear units, bearing etc., should be
provided with automatic central lubrication system. Full details of lubrication
system and its specifications (India / ISO equivalent) of lubricants quality and
quantity requirements should be furnished in the offer. Suitable alarm and
interlock should be provided to automatically shutdown the machine in case of
lubrication system abnormality / failure.
xxiii) Hydrostatic system should be provided for Ram travel ( Z – axis ). Sketch and
hydrostatic functioning details of controlling method for maintaining constant
hydrostatic oil film thickness under machine load should be furnished along with
the offer. Hydrostatic oil Filtration system should be of recalculating type system
with twin cartridge type micro filtering system with wire mesh prefilter.
xxiv) 3 sets of Hard Copy and 1 set of Soft copy in pdf
format in English language should be submitted along with the machine supply on
Operating Manuals, Programming Manuals, complete Machine Maintenance
Manual and Manuals of Accessories of Bought-out Items with parts location
diagram and list of mechanical / electrical spares.
5 Pre-Dispatch Inspection (PDI):
The Inspection Note (PDI Clearance) will be issued only after the machine cleared
in inspection.
6 Test and Activities to be carried Out at CLUSTER
i) Geometrical accuracies as per test chart and the positional accuracies should be
checked as per standards. Supplier will provide the standard test protocols. All
facilities for such inspection, viz. laser interferometer etc., and Demonstration of
all features of the machine, control system & accessories including Machine
spindle power capacity as ordered.

ii) Contouring Machining test as per relevant standard of test procedure of Supplier.
Supplier to arrange test pieces and tooling for it’s machining. Supplier has to
indicate the standard adopted specifically and duly enclosing test piece drawing
along with the offer.
7. Training :
i) Training of machine Programmers for 15 days and Maintenance Team for 15 days
to qualified executives as deputed by OASME in operation of complete machine &
accessories etc. at Sellers premises.
ii) Demonstration by actual use of all supplied attachments and accessories to their
full capacity and accuracy
8. Warranty :
36 months from the date of commissioning of the machine at purchaser's works
or not more than 18 months from the date of Bill of Lading. None of the sub
components of the equipment shall be excluded from warranty. After expiry of
warranty period, Supplier should quote for next 5-year service charges on yearly
basis. If the warranty service entails taking the equipment to other place, the cost
for logistics of that shall be borne by the supplier. The turnaround time for
warranty service shall be less than two days for minor repairs & general service,
less than ten days for major part replacements.
9. Commercial Terms & Conditions:
vii) Technical evaluation: Technical Evaluation Committee ( TEC ) / evaluation based
on of documents provided in
MAKE: PAMA- ITALY, JURASTIC -SWITZERLAND, ZAYER -SPAIN OR SIMILAR
Quoted
Sl. No. Technical Specification Quantity
Price
19 LASER MARKING 1 No.
Model SNMT-30W SNMT-50W
Power 30W 50W
Wavelength 1064nm 1064nm
Beam Quality M2<1.3 M2<1.3
Output Power 10%-100%(continuously to be 10%-100%(continuously to be
adjusted) adjusted)
20KHz-100KHz(continuously to
Output Frequency 20KHz-100KHz(continuously to
be adjusted)
be adjusted)
Power Stability(8h) <±1%rms <±1%rms
Focus Spot Diameter <0.01mm <0.01mm
Engraving Range ≤100*100mm(200*200,OPT) ≤100*100mm(200*200,30
0*300 OPT)
Engraving Depth 1.2mm(Depand On Materials) 1.2mm(Depand On
Materials)
Engraving Speed 800 standard characters/second 800 standard characters/second
Minimum Line Width 0.012mm 0.012mm
Minimum Character 0.1mm 0.1mm

Repeated Accuracy ±0.003mm ±0.003mm


System Operation Windows XP/2000/98 Windows XP/2000/98
Cooling Mode Air Cooling Air Cooling
Environment 10ºC~35ºC 10ºC~35ºC
Temperature
Environment Humidity 20%-80% 20%-80%
Power Requirement 220V/Singlephase/50Hz/<400W 220V/Single
phase/50Hz/<400W
Life of Laser Module 100000Hrs 100000Hrs
Host Size 800mmx650mmx1435mm 800mmx650mmx1435mm
MAKE: SN MACHINERY & TOOLS OR SIMILAR

Quoted
Sl. No. Technical Specification Quantity
Price
20 DOUBLE COLUMN BAND SAW MACHINE 1 No.
Make, Semi-Automatic, Double Column Band Saw
Machine on Pre-hardened LM guides with standard equipment and
standard accessories:
MODEL: ITM-550 LMGS

Technical Specifications:
Cutting Capacity
Round 550 mm Dia
Square 550 x 550 mm Dia
Rectangle 550 x 550 mm Dia
Saw Band Dimensions 8030 x 54 x 1.6 mm
Main Motor Power 12.5 HP
Hydraulic Motor 2.0 HP
Coolant Motor 0.25 HP
Cleaning Brush Motor 0.16 HP
Power
Blade Speed 20-80 Miter/Minutes
Machine Electrical
Equipment
Supply Voltage ~ 3 x 415V, 50 Hz

Length 4200mm
Width 1750mm
Height 2500mm
Net weight 5300 Kgs
MAKE: INDO TECH, BHABYA OR SIMILAR

Sl. No. Proposed Machineries with Detail Technical Specification Quoted


Quantity
Price
21 IRON WORKER 1 No.
Punching Capacity (Dia x Thickness) mm 26x22
mm 50x12
Throat Depth ( S Type) mm 310
Flat Shear (Width X thickness) mm 460x15
mm 300x20
Angle Shear mm 150x150x12
Angle Shear at 45*Miter cutting mm 75x75x09
Channel Shear* (Optional) mm 150x75
Bar Shear-Round/Square (with middle mm 45/45x45
information)
Rect. Notching mm 50.8x90x12
Electric Power HP 10.0
Overall Packing dimensions mm 2070x940x1960
Overall Gross Weight kg 2250
MAKE: SUNRISE, SANMAC OR SIMILAR

You might also like