Global Tender for LF-VD Plant Revamp
Global Tender for LF-VD Plant Revamp
MINISTRY OF DEFENCE
INDIAN ORDNANCE FACTORIES METAL & STEEL FACTORY P.O. - NAWABGANJ, ISHAPORE PIN : 743144, 24 PARGANAS(N) WEST BENGAL, INDIA. CABLE : METAL ISHAPORE TELEPHONE : (033) 25938402- 07 FAX : (033) 25938333 / 25938413 E-MAIL : msf.ofb@nic.in From : THE GENERAL MANAGER
METAL & STEEL FACTORY, ISHAPORE.
To : Sub : Invitation to Tender Enquiry No. - T/103/MSF/11/SMR/LF-VD-20/REV/112/PROJ. Dt. 21.10.2011. Dear Sir, Sealed tenders are invited through GLOBAL TENDER ENQUIRY by the General Manager, Metal & Steel Factory, Ishapore for and on behalf of the President of India, for the procurement of under-mentioned equipment. Tenders shall be submitted for the Technical Bid and Price Bid (both in triplicate) under separate sealed cover, placed in one sealed main cover: Brief Title Tender will be accepted till 02: 00 PM on 16.12.2011 Tender will be opened at 03:00 PM on 16.12.2011 Tender will remain valid for acceptance 180 day from the date of opening of tender i.e. upto 13.06.2012
REVAMPING / RECONDITIONING OF EXISTING ONE (1) NO. 20 TON LF-VD PLANT ALONGWITH ACCESSORIES, ANCILLARIES AND SPARES AS PER MSF SCOPE OF WORK ON TURNKEY BASIS.
The following documents are enclosed for submission of tenders : i) ii) iii) iv) v) vi) vii) Instructions to Tenderers (Annexure A) Technical Specification with all technical data including drawings etc. as necessary (Annexure B) General Condition of Contracts (Annexure C) Financial Bank Guarantee (Annexure - D) Compliance Statement (Annexure E) Check List - Compliance Report (Annexure F) Manufacturers Recommended List of Spares (MRLS) (Annexure G)
Contd..P/2 :: 2 :: viii) ix) x) xi) Proforma for Bank Guarantee in lieu of EMD (Annexure H) Format of Price Bid (Annexure I) Detail Statement of Past Supply of similar equipment (Annexure J) The tenderer must submit all credentials of his firm alongwith his offer. (a) Tenderers are requested to read the enclosed Instructions to Tenderers (Annexure-A), Technical Specification (Annexure B) and General Condition of Contract (Annexure- C) carefully before submitting offer. Tender Documents are not transferable. Purchaser reserves the rights to cancel the NIT without assigning any reasons. Tender documents are also available at our website www.tenders.gov.in and can be directly downloaded. If any tenderer submit his offer after downloading the tender documents from our website, he must fulfill the criteria of Pre-qualification as per Enclosure : 1. A Pre-Bid meeting is scheduled to be held on 28.11.2011 at 10:00 AM at MSF, Ishapore with the tenderers for a detail discussion on the SCOPE OF WORK of the subject Revamping Work. Any amendment, shall be made available on our website www.tenders.gov.in at least 10 days before the date of opening as CORRIGENDUM & no further Press Notification will be made in this regard. All the perspective tenderers are advice to see the specified website regularly for the subject NIT till the tender opening date (Technical Bids) for Corrigendum issued, if any. All the perspective tenderers are also advice to visit the site at MSF (positively within 15.11.2011) to get themselves acquainted with the site conditions prevailing and may get themselves fully informed about the exact requirement before submitting their offer. Any request to visit at site in MSF will not be entertained after 15.11.2011.
NOTE :
(e)
(f)
(g)
(P. K. KARMAKAR) Additional General Manager For General Manager Metal & Steel Factory, Ishapore For & on behalf of The President of India
B)
C)
D)
E) F)
G)
H)
Annexure : A
INSTRUCTIONS TO TENDERERS
SL. NO. 1.0 1.1 BRIEF DESCRIPTION REMARKS OF FIRM
SUBMISSION OF TENDER :Tenders in double cover must be submitted in triplicate in Two parts (Technical Bid and Price Bid) in separate sealed covers (inner covers), super-scribing the Technical Bid or Price Bid, tender number and date of opening of tender on the covers. The outer cover should bear the address of the office issuing tender, tender number and date of tender opening. The tender shall be neatly arranged, plain and intelligible, typewritten with consecutively numbered page in solid binding. They should not contain any terms and conditions, printed or otherwise, which are not applicable to the tender. Only one tender should be included in one cover. When more than one tenders are included in one cover, all tenders so enclosed in one cover will be liable to be ignored. They shall contain a special declaration that the tenderer agrees to hold the tender open for period indicated in this invitation to tender. This period of validity of tender shall be 180 days from the date of opening of the tender and the tender & the prices quoted shall be deemed to remain valid for that period. The tenderers may get themselves acquainted with the site conditions prevailing at the site in MSF and may get themselves fully informed about the exact requirement before offering quotation. So that the equipments supplied and installed should be exactly matched with the requirement of MSF, Ishapore. Anything not mentioned specifically in this specification and if required for successful commissioning of the equipment will have to be done by the Supplier without any cost implication & time delay. Tenders in sealed cover should be sent by registered post and if delivered by hand, should be put in the Tender Box of MSF, Ishapore. Tender documents are strictly non-transferable. i.e. offer can be submitted only by the tenderers to whom tender documents have been issued. Offers submitted by others may be ignored. The tender forms should be signed by a competent authority holding power of attorney to handle such job on behalf of tendering firm and this fact must be stated explicitly. The tenders shall be submitted in English / Hindi Language. Insertions, postscripts, additions and alterations shall not be recognized, unless authenticated by the tenders signature. Contd..P/2
1.2
1.3
1.4
1.5
1.6 1.7
:: 2 :: SL. NO. 1.8 BRIEF DESCRIPTION Tender is liable to be ignored if complete information is not given therein or if the particulars and date (if any) asked for in the schedule to the tender, are not fully filled in. Special attention must be paid to the delivery dates and also to the General Conditions of the Contract on Form No. - DGS&D-68 (Revised) and DGS&D-71 with latest amendments and those contained in this booklet as the contract shall be governed by them. REMARKS OF FIRM
2.0
LATE/DELAYED TENDER :Tenders or modifications to tenders received after opening of tender are to be called as Late Tender. Tenders or modification to it received after time fixed for receipt of tenders, through before time fixed for opening is to be called Delayed Tenders. Price-bids received after opening of techno-commercial offer though before the time fixed for opening of price-bid will also be regarded as Late Offer. Such delayed/late offers will not be opened.
3.0
SIGNING OF TENDER :Individual signing the tender or other documents connected with a contract must specify whether he signs as: Sole Proprietor of the firm or constituted attorney of such Sole Proprietor. A partner of the firm, if it be a partnership, in which case he must have authority to quote & to refer to arbitration dispute concerning the business of the partnership either by virtue of the Partnership Agreement or a Power of Attorney. Constituted Attorney of the firm if it is a Company. N. B. - (1) In case of (ii) above, a copy of the Partnership Agreement or General Power of Attorney, in either case, attested by a Notary Public should be furnished or affidavit on stamped paper of all the partners admitting execution of the Partnership Agreement or the General Power of Attorney should be furnished. In case of the partnership firms, where no authority to refer disputes concerning the business of the partnership has been conferred on any partner, the tender and all other related documents must be signed by every partner of the firm.
3.1 3.2
3.3
(2)
Contd..P/3
:: 3 :: SL. NO. (3) BRIEF DESCRIPTION A person signing the tender form or any documents forming part of the contract on behalf of another shall be deemed to warrantee that he has authority to bind such other persons and if, on enquiry, it appears that the persons so signing had no authority to do so, the purchase may, without prejudice to other civil and criminal remedies, cancel the contract and hold the signatory liable for all cost and damages. Each page of the tender, schedule to tender and Annexure, if any, should be signed by the tenderer, otherwise offer will be rejected without Tech. evaluation. REMARKS OF FIRM
(4)
4.0 4.1
OPENING OF TENDER :The tender will be received and opened at the Tender Room of Metal & Steel Factory, Ishapore, till the date & time mentioned in Invitation of Tenders. Only Technical Bid will be opened on due date of tender opening. The price bids of only technically acceptable bidders will be opened at later date which will be intimated to the bidders concerned. Tenderer is at liberty to be present or authorize a representative to be present at the time of opening of the tender.
4.2
5.0
NO CLAIM FOR COMPENSATION FOR SUBMISSION OF TENDER :The Tenderer, whose tender is not accepted, shall not be entitled to claim any cost, charges, expenses of and incidental to or incurred by him through or in connection with his submission of tenders, even though the purchaser may elect to withdraw the invitation to this tender.
6.0
RIGHT OF ACCEPTANCE OF OFFER :The Purchaser reserves his right to accept partly or reject any offer without assigning any reason thereof. The purchaser does not pledge itself to accept the lowest or any tender and reserves to itself the right of acceptance the whole or any part of the tender or portion of the quantity offered and the tenderer shall supply the same at the rate quoted. Tenderer is at liberty to tender for the whole or any portion or to state in the tender that the rate quoted shall apply only if the entire quantity is taken from him.
Contd..P/4
EARNEST MONEY DEPOSIT :Technical Bid must accompany Earnest Money Deposit (EMD) Rs. 2,00,000.00 or USD 5,000.00 or EURO 3500.00 in the form of Demand Draft, Fixed Deposit Receipts, Bankers Cheque, Bank Guarantee in specific format (as per Annexure-H) valid for 45 days beyond the period of validity of offer (i.e. upto 28.07.2012) in favour of The General Manager, Metal & Steel Factory, Ishapore. Technical Bids received without EMD will be summarily rejected without technical evaluation. The Tenderers registered with DGS&D, NSIC, KVIC or purchasing department may be exempted from submission of EMD based on their request. The tenderer should enclose an authenticated copy of their valid Registration Certificate with DGS&D, NSIC, KVIC or purchasing department for grant of exemption.
7.2
8.0 8.1
TECHNICAL BID :The tenderer shall carefully check the specifications and drawings and shall satisfy himself of the suitability of the equipment being offered and shall take full responsibility for the efficient operations and guarantee of specified output of the Plant and equipment offered. The offer should be complete in all respects along with supporting documents and technical literature like Catalogue, Test Charts, list of Customers of similar equipment, Performance Feedback Reports from Users etc. The offer should confirm to Technical Specification and General Conditions of Contract. However, deviations, if any, should be clearly brought out by the tenderers. The tenderer should invariably attach with their offer a clause-wise compliance statement against (I) Instruction to Tenderers (II) Technical Specification (III) General Conditions of Contract in a specified format as per Annexure E stating where they meet requirement in toto and where and how they deviate giving full details and remarks if any. The tenderer is at liberty to offer alternative quotations for any modifications he considers advisable giving full reasons in support thereof. However, it will not be binding on Purchaser to accept it in part or full. The tenderer should certify in the Technical Bid that the Price Bid contains item-wise price as specified in Technical Specification. Contd..P/5
8.2
8.3
8.4
8.5
In order that no clarification is needed after opening of Price Bid of technically acceptable offers, it is essential that the unpriced copy of the price bid (REPEAT UN-PRICED) alongwith other terms & conditions should be enclosed with the Technical Bid. The Checklist (Compliance Certificate) as per Annexure F to be filled by the tenderer and to be submitted along with technical bid. The tenderer shall inspect the site if considered necessary and shall satisfy himself of site conditions and shall collect himself any other information which he may require before submitting the tender. Claims and objections due to ignorance of site conditions will not be considered after submission of the tender. The quotation for Revamping / Upgradation of existing One (1) No. 20 Ton LF-VD Plant without accessories, ancillaries & spares as per requirement, shall be ignored.
8.7 8.8
8.9
8.10 Rates for Spares should be quoted separately item-wise and not to be included in the price of the equipment. The price quoted for spares by the firms will not be taken into account for deciding the ranking position of the firm.
9.0 9.1
GUARANTEE TO PROVIDE SPARES :Acceptance of tender for the supply of equipment on the invitation will be subject to tenderers certifying that they have adequate servicing and spare parts facilities in respect of the equipment tendered for by them or that they shall arrange to provide such facilities simultaneously with the supply of the equipment. Tenderers shall also undertake that supplies of necessary maintenance equipment and spare parts will be made available for life of the equipment on a continuous basis. The successful tenderer shall warranty that before going out of production of the spare parts he will give adequate advance notice to the purchaser so that the later may order his requirements of spares in one lot, if he so desires. The successful tenderer shall further guarantee that if he goes out of production of spare parts, then he will made available blueprints, drawings of the spare parts and specifications of materials at no cost to the purchaser as and when required in connection with equipment to enable the purchaser as and when required in connection with equipment to enable the purchaser to fabricate or procure spare parts from other sources. Contd..P/6
9.2
9.3
9.4
:: 6 :: SL. NO. 9.5 BRIEF DESCRIPTION In case spares are also ordered with the equipment, tenderer will undertake to offer spares for delivery along with the main equipment only and not before. REMARKS OF FIRM
10.0 THE PRICE BID & UN-PRICED BID ALONGWITH TECH. BID :10.1 In the price bid (as per the format given in Annexure I), the tenderer shall include all elements of cost of Equipment for Revamping of LF-VD Plant strictly as per the scope of supply & services specified in technical specification. The price shall be item wise in accordance with and as stated in the specification. As the work is of Turnkey nature, the vendor will be responsible for complete execution of the plant and necessary Civil Works as specified in the scope of work. 10.2 For Revamping / Upgradation of existing One (1) No. LF-VD Plant alongwith its accessories & spares of Indigenous Sources, prices shall be quoted in Rupees value for delivery F.O.R. MSF, Ishapore site basis. However, all Taxes & Duties and Freight Charges will be actually paid against documentary proof. 10.3 For Revamping / Upgradation of existing One (1) No. LF-VD Plant alongwith its accessories & spares of Import origin from outside India, prices shall be quoted for delivery F.O.B. basis indicating the Port of Shipment as well as delivery on C.I.F. basis indicating Port of Entry i.e. Mumbai Port (India) alongwith the charges for transportation & Insurance separately, directly by the Original Equipment Manufacturer (OEM) or the Foreign Supplier if authorized by the concerned Foreign Government. However, order if any, will be F.O.B. basis only and all taxes & duties, fees or charges including bank charges outside India for supply of equipment, Services and Spares including transportation, seaworthy packing, preservation till F.O.B., is the responsibility of vendor. 10.4 All the Statutory Taxes & Duties such as Excise Duty, Sales Tax, VAT, Service Tax, Works Contract Tax etc., if applicable, should be indicated clearly & separately both in Un-Priced Bid (to be enclosed with Technical Bid) and Price Bid. The basic value on which taxes & duties will be loaded, to be clearly mentioned by the Tenderer in his offer. For comparison purpose, the rate of Taxes & Duties as on the date of opening of Price Bids will be considered. 10.5 Revision in Price Bid or Technical Bid having impact on prices will not be considered after opening of Technical Bids.
Contd..P/7
10.6 Quoted Price should be in words and figure. Any discrepancy between words and figures, the price in words shall prevail. 11.0 TECHNICAL CAPACITY :11.1 The Tenderer should submit a detailed statement of similar equipment manufactured / supplied / revamping by him during the last 5 years atleast (As per Annexure J) and name and full address of the customers with Order no & date alongwith value of the supply thereof. 11.2 The General Manager/MSF reserves the right to verify Capacity (Technical & Financial) or Performance of any Tenderer during technical evaluation of his offer on the above information.
12.0 FINANCIAL CAPACITY :The tenderer shall produce satisfactory proof that he is financially in a position to fulfill the contractual obligations offered to be undertaken by him. The tenderer shall also submit the following positively with their technical bid : 12.1 Average Annual Financial Turnover during the last 3 years ending 31st March of the previous Financial Year, should be at least 30% of the Estimated Cost. 12.2 Copies of the Order & Successful Completion Certificate of similar equipment during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following : (i) Atleast 1 no. similar equipment supplied / revamped at an amount not less than Rs. 700.00 Lakh or USD 1.6 Million or EURO 1.2 Million. OR (ii) Atleast 2 nos. similar equipments supplied at an amount not less than Rs. 550.00 Lakh each or USD 1.3 Million each or EURO 1.0 Million each. OR (iii) Atleast 3 nos. similar equipments supplied at an amount not less than Rs. 450.00 Lakh each or USD 1.0 Million each or EURO 0.8 Million each. 12.3 Copies of Partnership Deeds or Consortium Agreement, if any. 12.4 Copy of Certificate of Incorporation and Articles of Association. 12.5 Copies of Ownership documents in respect of Manufacturing Plant. Contd..P/8
12.6 General Power of Attorney in favour of any signatory, other than the Owner/Head of the firm. 12.7 Affidavit that the firm has never been banned.
13.0 LEGAL CAPACITY :The tenderer shall satisfy the purchaser that he is competent and authorize to submit tender and/or to enter into a legally binding contract with the purchaser. To this effect, any person giving a tender shall render documentary evidence that his signature on the tender, submitted by him is legally binding upon himself, his firm or company as the case may be.
14.0 QUERIES/CLARIFICATIONS :Queries/clarifications of all nature, if any that may arise should be referred by the Tenderer by Letter/Fax/E-mail direct to the signatory and address mentioned below :
15.0 EVALUATION OF TECHNICAL BIDS :Tender Evaluation will involve recording and analyzing the merits of each tender. The process will start with preparation of Comparative Statement incorporating the commercial terms offered in the NIT & TE and that sought by the vendor(s), analysis of the discordance and the impact of the same. A similar statement would be prepared in regard to deviations noticed in the Delivery Schedules, Performance Warranty, Guarantee Provisions, Acceptance Criteria, Engineering Support Package (ESP) etc. Comprehensive analysis of the technocommercial offer will form the basis for subsequent decision.
Contd..P/9
16.0 EVALUATION OF PRICE BIDS OF TECHNICALLY ACCEPTABLE BIDDER :16.1 For ranking of offers, price of complete Scope of Work as detailed in technical specifications excluding the price of spares will be considered. 16.2 In case of all offers from indigenous sources are under consideration; ranking will be assessed on F.O.R. MSF, Ishapore site basis. 16.3 In case where all offers from foreign suppliers are under consideration, ranking will be assessed on C.I.F. basis at Port of Entry (Mumbai Port) on SBITT Exchange rate prevailing on date of Price Bid opening. 16.4 In case where mixed offer i.e. some from foreign bidders and some from indigenous bidders are under consideration, the ranking will be assessed on C.I.F. basis for Foreign Offers and Ex-work basis for Indigenous Offers after off-loading Excise Duty on fully formed equipment and ignoring Sales Tax & other Local Levies etc. Again to convert foreign currency into INR, the SBITT Selling Rate for foreign currency prevailing on the date of price bids opening will be considered. However, order if any, will be on F.O.B. basis for Foreign Bidder and F.O.R. basis for Indigenous Bidder including Freight Charges, but excluding Taxes & Duties, which will be paid as extra on actual at the time of delivery or execution of work. 16.5 There will be no negotiation, if price quoted is considered reasonable else negotiation will be held only with the lowest bidder i.e. L1.
17.0 PRICE PREFERENCE POLICY The provision relating to price preference policy as per Govt. of India, Min. of Small Scale Industries, letter no. vide F. No. 22(1)/2003/EP&M, Dt. 29.07.2003 and as amended up to date will be applicable t0 SSI units registered with NSIC. However, such a preference will be considered strictly on merit in such a manner as to discourage inflation and prevent profiteering and creation of sense of self complacency in economy.
Annexure : B
TECHNICAL SPECIFICATION
OF
1.2
1.3
1.4
:: 2 :: SL. NO. 1.5 BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT The specification is meant for Revamping / Upgradation of 20 MT LFVD Plant along with accessories and spares from the Indigenous as well as foreign sources. In case of inclusion of any imported item by the Indigenous Tenderer, importation and supply in Rupee value shall be the sole responsibility of the successful Tenderer. All Mechanical & Hydraulic items, Electrical & Electronic Instruments, Control Equipments/parts of or any other special items should be of reputed make as per National or International Standard. The purchaser reserves the right to select the manufacturer of some items, whenever considered necessary in terms of previously known performances or market reputation. As such, the tenderers are required to specifically mention the make, model etc. of such items offered by them in their offer. Detailed List of Model / Make of items to be submitted by the perspective tenderers during Pre-bid Meeting for finalisation of the same. The quality of materials used for the plant and workmanship shall be suitable for the purpose intended and in accordance with highest standards, the latest practices for the equipments and facilities covered in the specification. The equipments & components offered by the tenderer shall confirm to BIS or equivalent International Specifications so as to suit the Indian standards with various working environments. All the equipments shall be designed for operation in the climatic conditions with 50 C ambient temperature and 100% humidity. OFFER OF THE FIRM
1.6
1.7
1.8
2.0 2.1
CAPABILITY The tenderer shall confirm to guarantee the following regarding quality of steel to be treated in the LF-VD unit. Final Sulphur content after VD should be 0.005% or below, while the Sulpher content in LF bath sample is 0.020%. Final Hydrogen content after degassing is1.5 ppm.or below. Quality of all refractory materials used in the process to minimize inclusions for which the tenderer shall specify the inclusions count as per ASTM-E/45-63.
2.2 The LF-VD unit shall treat all grade of steel required to be used to be processed for ESR ingots. The unit shall also be used to treat other grades of steel as per requirements. The tenderer shall also indicate the optimum number of heats that can be treated in the unit per day and shall indicate the efficiency factor for the unit. A few grades, which will be treated through the systems, are as follows :
Contd..P/3
:: 3 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Chemical Composition
C% A) B) C) D) E) F) G) H) I) 0.25 0.40 0.33 0.40 0.25 0.45 0.25 0.45 0.36 0.44 0.95 1.10 0.95 1.10 0.95 1.10 0.46 0.51 Mn% 0.20 0.70 0.25 0.50 0.20 0.70 0.40 0.80 0.70 1.00 0.25 0.45 0.25 0.45 0.60 0.80 0.70 0.90 Si% 0.10 0.35 0.17 0.37 0.10 0.35 0.10 0.35 0.10 0.35 0.15 0.30 0.15 0.30 0.15 0.30 0.20 0.35 P&S% 0.015 max 0.022 max 0.015 max 0.04 max 0.025 max 0.025 max 0.025 max 0.025 max P% 0.06 0.08 Ni% 2.70 3.30 3.00 3.50 2.70 3.30 2.00 3.40 Cr% 0.50 1.00 1.20 1.50 0.70 1.20 0.50 1.00 0.90 1.20 0.90 1.20 1.80 1.00 1.50 1.70 Mo% 0.40 0.70 0.35 0.45 0.40 0.70 0.35 0.80 0.25 0.35 V% 0.25 Max 0.10 0.18 0.25 max 0.25 max -
S% 0.18 0.22
3.0 3.1
TECHNICAL DATA Existing Facilities The steel melting shop at MSF comprises two bays namely furnace bay and casting bay. The shop consists of an electric arc furnace of capacity 15T with matching facilities for handling and charging scrap, casting, stripping, ladle preparation, ingot disposal, etc. The steel melting shop is well connected by road/rail. The casting bay is provided with one 50/15Ton & two 15 Ton capacity EOT cranes. One each of 15/5-Ton Cap. EOT cranes are in position in the furnace bay.
3.2
Power Distribution The ladle furnace transformer will receive 3-phase AC power 6 KV supply at 15T substation.
3.3
Water System The purchaser will provide input water supply at ambient temperature and approx pressure of 4.0 Kg/cm2 at a suitable point near the LFVD plant.
Contd..P/4
:: 4 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT The tenderer shall specify the tolerance limits for the quality of cooling water and shall also indicate the quality of hot return water from the vacuum pump condensers. The tenderer shall replace the existing water pipelines, fittings, isolation valves, flow / pressure / temperature measuring instruments complete/partly with Interlocks and Alarm etc. 3.4 Steam The existing Oil-fired boiler is being operated at 10 Kg/Cm2 pressure with maximum admissible output of 10,000Kg/Hr at 90% efficiency. This boiler is not giving required pressure due to leakages in pipeline and other associated problems. Hence the scope of supply includes one new boiler unit with latest technology to replace the existing boiler. Brief specification enclosed in Enclosure -2. 3.5 Compressed Air The existing compressed air unit is giving industrial quality compressed air at a pressure of 4.5Kg/Cm2. Necessary redesigning / modification / replacement of existing fittings, pipelines, valves, gauges, air drying & filtration unit shall be carried out by the firm as per the plant requirement. 3.6 Argon 99.9% pure Argon will be made available by MSF. Necessary redesigning / modification / replacement of existing fittings, pipelines, high-pressure hoses, manifolds, measuring instruments, controls, the firm shall carry out etc for/from the argon station. OFFER OF THE FIRM
4.0 4.1
FUNCTIONAL SPECIFICATION HEATING SYSTEM A heating system is provided to heat the steel under atmospheric pressure. Heating is achieved by means of 3-graphite electrodes. The system mainly consists of the following :
4.1.1 Electrode Masts and Arms Three electrode masts and arms are provided. Arrangements for individual alignment of mast and mechanical locking at the top most position is provided for maintenance purpose. The system is completed with column, supports, electrode guide frames etc.
Contd..P/5
:: 5 :: SL. NO. 4.1.2 BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Electrode Regulation System Electromechanical system is provided for controlling the motion of electrodes complete with limit switches, motors, brakes, and accessories etc. 4.1.2.1 Present Status (a) The guide rollers of the Electrode mast are shifted from the original position. As a result heavy vibration of electrodes is taking place during movement. The clamping assembly of the electrode holder is not functioning properly. As a result electrode is slipping very frequently during LF operation. Electrode movement is controlled by thyrister system, which should be PLC controlled. The lubrication system in the mast is manual. OFFER OF THE FIRM
(b)
(c) (d)
4.1.2.2 Proposed Modification Electrode Arms (a) Technical Data : (i) No of Electrode arms (ii) Electrode diameter (iii) Pitch circle diameter (iv) System : 03 : 254 mm (10 inch) : 254* 1.8 = 458 mm = 460 mm : Current Conductive Electrode Arm (CCA)
The Current Conducting Arms shall consist of the following main components : (b) (i) One Electrode Arm Body The electrode arm body should be designed and calculated as a rectangular welded box profile section fabricated from explosion formed copper clad steel plate. All surfaces of the electrode arm bodies should be covered with high quality grade SE-Cu oxygen free high conductivity copper. Current conducting arms should be covered on all four surfaces with copper, not only on main conducting areas. Contd..P/6
:: 6 :: SL. NO. (ii) BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT The arm body is fully water-cooled. The bottom front sections of the arms should be coated with ceramic material to protect them from the high temperature and corrosive atmosphere associated with electric arc furnace operations. The electrode contact shoe is bolted to front end terminal of the arm. The rear end of the electrode arm has a terminal for high current cables. The electrode arm assembly should complete with an electrode water spray-cooling ring for enhanced electrode life. Arrangements should be made to detect the decrease the flow rate of water and rise of temperature within seconds and can be used to show alarms or to trigger the circuit breaker. Contact Shoe The contact shoe should be made of grade SE-Cu oxygen free high conductivity forged copper. The cooling water inlet and outlet ports should be tightly sealed with O- rings against the electrode arm body. (d) Electrode Holder The electrode holder should be welded and contains two insulated pressure pads, which are manufactured from non-magnetic stainless steel and are embedded in front section of the clamping frame. These pressure pads are bolted in place and are easily removable for maintenance purpose. Guide pads and tie rod supports for clamping device are arranged at the rear of the clamping frame. Cooling water is supplied from the electrode arm via two stainless steel metalized hose connections. (e) Compressed Air Blow Ring The air blow ring should be provided to supply a timed blast of highpressure compressed air to the electrode, electrode holder and contact shoe areas during the electrode slipping process. It serves to help remove accumulated dirt in the electrode clamping area during slipping. (f) Electrode Clamping Device The electrode clamping mechanism should consist of the hydraulic clamping cylinder, a set of plate springs and tie rod mechanism. The required clamping pressure is provided by the plate springs. The plate springs forced the electrode against the contact pad by means of the shaft attached to the clamping jaw. Hydraulic pressure is only used to open the clamping device. Necessary hydraulic pressure : 180 bar Hydraulic fluid : HFC or similar Contd..P/7 OFFER OF THE FIRM
(iii)
(c)
:: 7 :: SL. NO. (g) (i) BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Electrode Regulation Panel The electrode regulation system shall be Hydraulic .The regulation control is done by means of intelligent proportional valves which are hooked-up with the computerized regulation controller located inside LRF control room. This regulation controller shall take feedback of secondary current from the specially designed Current Transformers, which shall be placed at the secondary LV bus tubes of the LRF. The voltage feedback shall be taken from the LV side of the LRF transformers. These two signals shall be intelligently processed in Expert Regulation Control System. The operator shall have the flexibility of selecting the different voltages and currents required for melting from this expert control system. Electrode Regulator Panel controls the movements of electrodes, this panel comprises Impedance control modules for 3 electrodes Amplifier card for giving signal to proportional valve spool movement. Contactors / PLC controlling the sequence of the operation Logic circuit to measure the voltage & current to be fed to the control valves A suitable relay and control panel with state of art relays shall be provided for the protection of LRF systems. This panel shall generally consist of over-current relay, short-circuit relay, earth fault relay for HV as well as for LV side of the transformer. The control system further consists a Motor control Center which shall be provided with Type-II co-ordination and shall have 3phase 4 wire configuration of required voltage level. (h) Automation & Operator Interface for LRF The Automation of LRF shall have an advanced PLC system, which shall generally have following features: (i) The PLC system shall be so designed that it is completely reliable and availability of the system shall be better than 99%. The Microprocessor based PLC system shall be most versatile, expandable, rugged and suitable for continuous duty & normal industrial environment. The hardware shall be designed using advance technology, which shall bring a high level of capability, reliability and quality in the system. The PLC system shall comprise of CPU, I/O unit, Power supply modules, Memories for CPU, operators console with peripherals, interfacing equipment, marshalling / field termination racks, desk, panels etc. as per the requirement & system .The input/output channels shall be provided with isolation. The PLC shall have at-least 20% spare I/O capacity and at-least 30% spare slots. Contd..P/8 OFFER OF THE FIRM
(ii)
(iii)
:: 8 :: SL. NO. (ii) BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT The system related data transfer and application related data transfer between processor shall be through high-speed peer-topeer communication link with proven protocol and shall be easy to program with few software logic instruction. The CPU should have following scan times / execution times (i) Bit operation 0.2 microseconds max (ii) Word operation 0.2 microseconds max (iii) Fix point operation 0.2 micro seconds (iv) Floating-point addition 0.6 micro seconds The system shall have extensive set of self-diagnostics hardware and software features with alarm facility for easy and fast maintenance. Diagnostics shall be required at local as well as in console level for identification of fault location. Required software package for HMI program shall be loaded in respective operators station & engineering station. It shall have the facility to perform multitasking, data acquisition, supervisory control, monitoring & control function development and routine software. It shall also have feature for graphic/mimic generation, alarming, trending, data logging, production backup history, creation of shift report after every shift, on-line printing event . (i) Gas Tripping Equipment Argon purging of the steel in ladles shall be required for homogenization of temperature and composition of the steel. This system shall consist of : Argon valve stand with Pressure regulator Flow control valve Flow control and indication through HMI in LF control room. Pressure control & flow control valve with PLC interface shall be done 4.1.3 LR Roof Ladle Furnace roof cover consists of a water-cooled suspended ring with refractory coating with high allumina castable. It has three holes for the electrodes and 4th hole for Ferro- alloys addition facility during LF operation with Fume and dust exhaust system. 4.1.3.1 Present Status Due to improper movement of roof has been fixed at a certain height leading to formation of gap between ladle and roof. As a result temperature loss is more high power consumption and recovery of ferroalloys is less .The 4th hole (roof door) is isolated. Ferro-alloys feeding system is not working. Contd..P/9 OFFER OF THE FIRM
(iii)
:: 9 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT OFFER OF THE FIRM
4.1.3.2 Proposed Modification Water-cooled roof with lifting arrangement to be replaced by improved design. Redesigning/modification of existing Ferro Alloy Feeding System with hopper, vibrofeeder, load cell , charging and discharging trolley and skip charging to put in operation with PLC automation.. Modification/reconditioning of FE & DE system to be done by the firm. 4th hole(roof door) to be revived with latest design for collecting samples and temperature measurement as when required during LF operation. (A) Lubrication System One centralized automatic lubrication system for all moving parts of Ladle Furnace. The lubrication should be forced type and PLC controlled. In case one guiding point cannot be served an alarm will occur in control room. Whenever manual lubrication is retained as inescapable a lubrication chart fixed on the machine body should clearly indicate the same. These charts should also furnish the following information about lubrication. Points of Application Service Intervals Type of lubricants Quantity per filling Viscosity Important precautions, if any. 4.1.4 Vacuum Degassing System The existing vacuum degassing system and associated facilities are as follows. 4.1.4.1 Vacuum Chamber Car. The car is of fabricated steel construction with forged steel axles and wheels and is electrically driven and is equipped with drive motor, gear box, flexible coupling trailing cable with cable reeling drum/drag chain, brakes, controls limit switches etc. The car movement is controlled from the control room to ensure the accurate positioning at the treatment stations. The car is selfpropelled type.
Contd..P/10
:: 10 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT OFFER OF THE FIRM
4.1.4.2 Vacuum Chamber The vacuum chamber is of cylindrical type fabricated from tested quality steel plates and is mounted on self-propelled chamber car. The bottom of the chamber is reinforced and is provided with a runner to let out the liquid steel in case of ladle break-through. The chamber is equipped with a welded on pipe together with necessary couplings and high-pressure hoses to connect the ladle to inert gas injection device. 4.1.4.3 Vacuum Chamber Cover The vacuum chamber cover is provided for sealing the vacuum vessel at the vacuum degassing station. The chamber is provided with a flange port for connection to the suction pipe of the steam ejector vacuum pump. The cover lifting mechanism is controlled from the control room. 4.1.4.4 Heat Radiation Shield Two-heat radiation shield (one standby) is provided to protect the cover from direct heat radiation. It is provided with supporting lugs for handling by overhead crane and supports to suspend the shield from the heating cover. 4.1.4.5 Atmospheric Flooding Device One atmospheric flooding device is provided to admit atmospheric air in to the plant if required. The device consists of bulbs, sealing, flanges, ducts etc. 4.1.4.6 Flux / Ferro-alloy Addition System The system connects to both heating and degassing stations. The feeding of Ferro-alloys and fluxes is controlled automatically by a computerized system. The materials will be fed in to the weigh hopper after weighing sequentially with pre programmed pause time. Manual mode of weighing individual ingredients is provided. (A) (i) Present Status of VD Plant The vacuum cover is not sitting properly on the vacuum chamber at the northern side. As a result heavy flow of air inside the chamber is observed during initial period of VD operation. VD Pressure of 1 mbar is not achieved even after 15 minutes of VD operation due to problems in water wring pumps and steam ejectors and leakages in duct line. Contd..P/11
(ii)
:: 11 :: SL. NO. (iii) (iv) (v) (B) (a) BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT No reliable vacuum measuring instruments are available to see the vacuum pressure during VD operation. Feeding system of Flux/ Ferro-alloys is not functioning. Addition is now being done manually. Only one argon line is provided inside the VD tank. One additional argon line to be provided to save the heat if the main line is failed. Proposed Modification of VD Plant The Vacuum Vessel The vacuum vessel shall be of welded construction with dished bottom. Supports are provided inside the vessel on which bridles of the ladle are placed. Vessel wall and bottom are refractory lined. A stainless steel hose with automatic purging gas coupling system is to be provided for argon feed to the ladle. Vessel bottom to be cleaned to ensure that in case of ladle puncture during LF/VD operation the molten metal can be collected in to the pit to save the tank and other equipments. Technical Specification
Vessel out side diameter Overall height Main wall thickness Operation pressure for upper water channel Test pressure Operation data during vacuum treatment # Max. temperature # In side vacuum pressure Test pressure with vacuum system during commissioning on site Total weight of vessel ( including refractory) No change required No change required No change required 4-7 bar 10 bar (24 hours) 250 o C 0.5 mbar in 7 minutes 0.5 mbar Not measured
(b)
VD Vessel Cover The vacuum tank cover is a dished head of welded construction The flanges and sockets are water cooled for the following items : Vacuum Ferro-Alloying Hopper Digital Camera System Sight Glass Device One sight glass device with manually operated protection flap and one digital camera system shall be provided for continuous observation of the bath. Contd..P/12
:: 12 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20 MT LF-VD PLANT One sight glass device with manually operated protection flap and one digital camera system shall be provided for continuous observation of the bath.
Vessel outside diameter Overall height Cover thickness Operational pressure for water channel Test pressure # Max. Temperature #Vacuum Pressure Test pressure with vacuum system during commissioning on site Heat shield Slight glass device No change required No change required No change required 6 bar 10 bar (24 hours) 250 o C 0.5 mbar 0.5 mbar 1 1
(c)
Vacuum Alloy Hopper The existing hopper may be suitably modified /replaced to permit addition of alloys under vacuum during VD operation. The lock assembly comprises the upper receiving compartment as well as the actual vacuum compartment. The closing elements are pneumatically operated bell closures. The material is fed in to the vacuum vessel via a connected pipe.
(d)
Vacuum Pump System Existing Vacuum Pump System to be discarded. There will be 6 ejectors and 3 condensers in our vacuum pump system for VD operation.
Suction capacities Steam pressure at ejector nozzles Steam Consumption for VD Steam Temperature Max. water inlet temperature Condenser cooling water flow At 120 Torr At 0.5 torr Min. 14 bar 6000 kg/hr 220 oC 28 oC 250 m3/hr
(e)
Ejector The ejectors consist of the main body and the Laval nozzle inside. Ejectors shall be equipped with inspection and cleaning openings in suitable location for easy maintenance. The ejector casing will be made out of 8 mm thick plates of IS:2002 (Boiler Quality). All ejectors and condensers will be provided with necessary seals. Contd..P/13
:: 13 :: SL. NO. (f) BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Ejector These supports are arranged for right and fix positioning of the ejectors at the steel structure. (g) Noise Insulation for Ejector For noise insulation to a range of 85db (A) at a distance of 1 m free field the ejector stages will be insulated by single layered matting. The last stage Ejector will be connected to a silencer for noise level of 85 dBA or below. (h) Condensers The non- condensable gases will be cooled down in order to minimize the included steam particles. The condensers will be equipped with all required man-holes and openings for maintenance and inspection. It is made of IS: 2002 (Boiler Quality) with 8mm(min). thick plate in round design with dished head and conical outlet. A water- spray system will be installed at the upper end of the condenser. (i) Steam Boiler Technical Data Boiler Type Design capacity Pressure Steam Temperature Description The steam boiler with all the auxiliary equipments shall be installed by the side of the vacuum pump station. The requirement of steam for the steam ejectors of the vacuum pump will be met from a package type boiler. Boiler shall be located in shed outside the melting shop building. It will comprise : Internal water walled furnace with shell, reversing chamber, smoke tube assembly, mountings and instruments with manholes and mud-holes conforming to statutory regulations - 1 No. (ii) Smoke boxes - 1 set (iii) Combustion Air Pre-heater - 1 set (iv) Steam Super heater - 1 set (v) Accessories comprising: a) Centrifugal feed pump with motors b) Feed water line c) Fuel Oil Pump with motors d) Centrifugal Combustion air Blowers e) Oil Burners Contd..P/14 (i) : Oil-fired Package Boiler : approx. 10 T/h : 17.5 Kg/cm2 ( g) : 220 0C OFFER OF THE FIRM
:: 14 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT f) Fuel Oil Filters & Fuel & Air separators g) Oil Pre-heaters h) Necessary valves & Instruments i) Fuel piping between oil filters, fuel pump & burner. Auxiliary facilities comprising: a) Self supporting chimney. b) Ducting between boiler & chimney c) Fuel Oil Day Tank d) Feed water tank e) Water softening & chemical dosing units f) Necessary pipe lines for fuel & water inside boiler house g) Steam piping for supply of steam to VD plant. OFFER OF THE FIRM
(vi)
(j)
Double Track Wire Feeding Machine The existing wire feeding machine may be suitably modified / replaced to facilitate smooth injection of cored wires in to the liquid steel. Technical Description The wire feed machine is equipped with 3 sets of pinch rolls, which transport the wire horizontally through the wire feeder. Only the lower rolls of the pinch roll unit are connected to the motor drive. The upper rolls are designed as un-driven back-up rolls. They are mounted on balancers to provide a uniform distribution of the contact forces to the rolls. The distance between drive rolls and the back-up rolls as well as the contact forces are adjusted by means of pneumatic cylinder in order to facilitate the adjustment of different wire diameters. All the rolls of pinch roll unit are grooved and toothed on their periphery to enable an even and safe transport of wires through the feeder. The motor drive of the wire feeder is an DC motor. The motor is installed below the pinch roll unit of the wire feeder; a bevel-gear drive jet makes the transmission of the motor power to the drive rolls of the pinch roll unit. One wire is conveyed at the left side and one on the right side. The wires will be conveyed in to the heat through the tilted tubes. Technical Data No. of tracks Wire diameter of cored wire Wire diameter of Al wire Feed rate No of drive rolls per track Motor capacity 02 9-16 mm 9-13 mm 18-300 m/min 03 18.5 KW Contd..P/15
:: 15 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Speed control by frequency converter Version with tilting tubes Coil housing (k) Yes Yes For two coils OFFER OF THE FIRM
Automatic Temperature & Sampling Manipulator (optional) The firm should supply the above system of latest technology. Technical Description The lance manipulator is placed on a platform one level above the operating platform and is designed for exact temperature and oxygen measurement as well as for safe and reproducible way of taking samples in the ladle furnace including hydrogen content in liquid steel ( Before VD and after VD). The support structure made of rigid welded steel profiles with bottom plate and pneumatic tilting cylinder is provided for the support of the measuring and sampling lance arm. The lance carriage is moved from the parking position to the measuring position by a drive chain with the help of electrical motor. The pneumatic cylinder tilts the lance arm from the parking position in to the measuring position and after successful measurement or for manual change of temperature/oxygen as well as sampling probe holders back in to the parking position respectively. The metal pool detection system is adjusted at the first temperature measurement by a metal pool detection module of temperature and oxygen measurement device. The control system is implemented in LF control room. All other operation and control devices are mounted in the operating panel located beside the manipulator. Technical Data Speed of carriage Tilting angle Measuring Liquid level detector Temperature range Accuracy Sampling Stroke Plant Dimensions Space requirements Total Weight 0-567 mm/sec(60 Hz) As required Yes 400-1760 oC -1 oC/+5 oC Yes As required As required As required
Contd..P/16
:: 16 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Space requirements Total Weight (l) Low Voltage and Automation System The firm should supply the latest automation system presently used in the steel industry with the following features : Electrical equipment shall consist of two main parts: (i) Low voltage power part (MCC) (ii) Automation System (PLC) and Process Control (i) Motor Control Centre - MCC Technical Description MCCs consist of metal enclosed vertical sections with incoming feeders and fix installed motor starter units and feeder supplying various consumers. Each motor can be operated with pushbuttons without the PLC is running. MCCs are totally enclosed, floor mounted, dust proof, multi-tie, compartmental, cubicle type construction. The measuring and signaling instruments are mounted either in the compartment doors or in a signaling board arranged in upper part of cubicles. The MCCs are located in a separate low voltage room that is airconditioned and dust proof. (ii) Automation System (PLC) & Process Control (Level-1) Technical Data Supply voltage I/O voltage : : 230 V 50 Hz 24 V DC As required As required OFFER OF THE FIRM
Description This is a computer controlled optimizing supervision and monitoring system realised by a PC-System in combination with a programmable logic controller (PLC) with colour graphic screens. The included PLC executes the entire analog/digital signal processing. The PLC is used for implementing complex interlocking and controlling functions. In this case electrical hardware, relay controls or hardwired electronic controls may also be used. The PLC will have 20% spare I/Os. For maintenance and repair work, local pushbutton stations are provided for each motor drive. In this mode of operation, only the emergency-stop interlocks are effective. Contd..P/17
:: 17 :: SL. NO. (m) BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT Functions and Tasks a) Operating :The vacuum plant is operating by means of colour graphic display unit and a function key-board. Complex inputs such as presenting of additives or vacuum pump operation are effected via operating keyboards in the interactive mode. To ensure operator convenience and operational reliability, individual functions such as vacuum cover lifting and transfer, closing and opening cycles for vacuum alloying hoppers, start and stop of steam ejectors and pumps, etc., have to be controlled by means of the computer system. b) Monitoring & Logging :Acknowledgements of operations are indicated on the colour graphic display unit. The plant status is presented by dynamic graphic plant flow sheets. The following plant sheets are provided : - Vacuum Pump System - Vacuum Hopper System - Argon System - Vacuum Vesse System - Alloy Addition System The functional status of the various units is presented by different colours. Vital operating conditions and fault signals are logged. On event of an alarm the operator will be led to the screen that presents the according unit. c) Sequence Control :The operator issues the control commands via function keys or alphanumeric keyboard. Acknowledgement is performed on the colorgraphic display unit by indication of a symbol in the dynamic flow sheet. The following plant units are controlled by the control and monitoring system: - Vacuum Pump System - Cooling Water System - Argon Purging System - Vacuum Hopper System - Vacuum Vessel System - Top Oxygen Blowing - Alloying System Complex functions are interlocked and integrated so that after preselection of a certain code the function will operate automatically. This is especially done for the vacuum pump where various operating pattern can be pre-selected. Contd..P/18 OFFER OF THE FIRM
:: 18 :: SL. NO. BRIEF DESCRIPTION OF REVAMPING/UPGRADATION OF 20MT LF-VD PLANT d) Measuring and Control :The electrically measured flow rates, pressures, temperatures, etc., are logged and pre-processed. The pre-processing comprises the limit-value checking and conversion to physical quantities. Both are provided on the colour-graphic. e) Control Cabinets :Control and visualization is done with two redundant industrial PCs. It is possible to connect the PCs also to a higher level computer system. f) Control Desk in Control Cabinet :All necessary elements for manual start, operation and shut down of the equipment and Elements for the emergency operation etc. are arranged in control desk. It contains the joystick for various movements, emergency shut off switch and various indicator lamps. Two PCs are also located on to the control desk for plant operation. All cable trays should be above the ground level to facilitate easy maintenance. (n) Process Automation & Visualisation Technical data PC operating System - Windows XP Visualization and Automation Software - Automation X or the newest generation. Redundancy The control program is simultaneously running on two PCs. A special program takes care that all data of both the PCs are continuously updated , so that in case of failure of one PC the other one will take over the program execution without any interruption. One programmed laptop shall be provided for maintenance people. Operation Operation will be carried out from two client PCs. All screens are accessible at both stations. Hence one station can display the operation of controllers while the other will display the trend of current, voltage melt rate etc. OFFER OF THE FIRM
Contd..P/19
:: 19 ::
NOTE :
(i) One(1) no. Laptop (preloaded with all the necessary Software and Machine Parameters) alongwith all the interfacing cables for communication with PLC System of Plant, should be provided. Make : LENOVO / HP / DELL / SONY (ii) Anything, not specifically mentioned in the Tender Specification, but required for successful revamping / reconditioning of existing LF-VD Plant, must be mentioned by the tenderer in his offer with proper justification. (iii) A Pre-Bid meeting is scheduled to be held on 28.11.2011 at 10:00 AM at MSF, Ishapore with the tenderers for a detail discussion on the SCOPE OF WORK of the subject Revamping Work.
2.0
DESIGN & SAFETY The heart of a shell type boiler is the furnace. A higher furnace volume will result in lower volumetric heat release rate that ensures combustion, smooth operation and long life. In any shell type boiler, the size and the number of tubes play a major role in optimizing the efficiency and the installation cost. Due to this, heat transfer surface per sec. does not signify anything since the way the tubes are arranged and distributed plays a major role. While sizing the tubes, the major factor to be taken into account is the resistance to the gas flow through the tubes. Hence tubes should be designed to achieve maximum back-pressure of gas flow.
2.1
Fusible Plugs Fusible plug is the mechanical safety device similar to the safety valve on the domestic pressure cooker, which melts under less or no water conditions. These plugs are made of alloys of the metals, which withstand the pressure, but melts at a higher temperature than that of steam temperature at operating pressures. They are provided one each on the furnace & tube plate. In the event of no water conditions in the boiler & burner while in operation, these plugs melts & allows steam to enter in the furnace, thereby stopping the burner. This feature makes the boiler absolutely safe; even all the electrical safeties are failed. Contd..P/2
:: 2 ::
SL. NO. 2.2 BRIEF DESCRIPTION OF BOILER OFFER OF THE FIRM
Corrugated Furnace The heart of the shell boiler is the furnace, where the fuel is burnt. The furnace, a cylindrical shell under external pressure is also subjected to stress due to thermal expansion. Furnace shall be of concentric type.
2.3
Feed Water Pumps Boilers are provided with feed water pumps which are fit and forget type with the following features :
Stainless steel impellers, casing and shaft. Mechanical seals to reduce leakage rate. Operating efficiency of the order of 65% reducing the consumed power. Suitable for operating temperature upto 105C. Compact vertical construction for optimizing floor. Burner Dual Bloc Burners fired on LDO.
2.5
Forced Draught Combustion Air Fan The forced draught fans are centrifugal fans, used to supply combustion air to the boiler. FD Fan is designed and selected to supply the desired air quantity with the desired pressure to overcome the pressure drops across the boiler unit and the optional Heat recovery units.
2.6
Heat Recovery Unit Air Pre-heater which is provided between boiler & chimney, can utilize the heat of the flue gases in pre-heating of combustion air. It is provided to extract heat from outgoing flue gases. This is a gas-to-gas heat exchanger and uses heat from outgoing flue gases to heat air for combustion. Incorporation of air pre-heater increases the boiler efficiency.
Contd..P/3
:: 3 ::
SL. NO. 3.0 3.1 (a) (b) (c) (d) (e) (f) (g) (h) (i) BRIEF DESCRIPTION OF BOILER OFFER OF THE FIRM
CONFIGURATION Boiler Assembly One Full fusion welded shell made of boiler quality SA 515 / 516 material specification plate. One Wet back fully corrugated furnace made of boiler quality SA 515 / 516 material specification plate. One Wetback Internal reversible chamber made of boiler quality SA 515 / 516 material specification plate. Two hinged front doors made of IS 2062 material specification lined internally with ceramic wool and clad with Stainless Steel. One Smoke chamber with soot cleaning door made of IS 2062 material specification Two Manhole for entry and inspection/cleaning inside boiler. One Head hole for inspection. One Access opening with hinge door at the back of the IRC to inspect the internal side of the furnace. Two Fusible plugs are provided as a ultimate mechanical safety to prevent the boiler from over heating incase of the very extra low water level in boiler. One Set of nozzles for various boiler mountings. Two Pair of legs / saddles to mount boiler on foundation. One Set of supports for ladder and catwalk. One Integral super-heater between second & third pass. Heavy Oil Fired Pressure Jet Burner One Industrial pressure jet spill return dual block type step-less modulation burner with high voltage electric spark ignition for burner light up. Flame sensor is provided in the burner to detect the flame in auto mode operation. The burner comprised of the following items :
(a)
:: 4 ::
SL. NO. (b) (c) (d) (e) (f) 3.3 BRIEF DESCRIPTION OF BOILER One Combustion air control system with air dampers & oil control valve connected with mechanical linkages & servomotor. One Photo sensor (Infra red type). Pressure gauges at the inlet & bypass of burner. One High-tension ignition transformer. One Ignition electrodes & pilot gun. Forced Draught Combustion Air Fan FD Fan will be located near Air Pre-heater. The FD fan has the following components : (a) (b) (c) (d) (e) 3.4 (a) (b) (c) (d) (e) (f) (g) One Centrifugal fan having backward curved impeller and volute casing. One energy efficiency motor for fan. One Base frame for fan and motor. Two bred screen to prevent entry of particles to prevent mechanical damage. Two sets of EPDM ducts to connect fan to air ducts w/o transferring vibrations. Oil Pumping Unit Two Fuel oil gear pump with motor in 1 Working + 1 Standby configuration. Two Isolating ball valve at the suction of fuel pumps. Two Isolating ball valve at the outlet fuel pumps. Two Non-return valve at fuel pump bypass line. One Temperature element RTD for sensing fuel oil temperature. One Pressure Gauge on Fuel inlet to Burner. One Pressure Gauge on Fuel return from burner. OFFER OF THE FIRM
Contd..P/5
:: 5 ::
Heat Recovery Unit Air Pre-heater with Corrosion Management System One External Parallel cum counter flow heat exchanger consisting a bank of carbon steel tubes carrying air and enclosed with a shell having flue gases coming from boiler, mounted on a Structure with inlet, outlet & bypass combustion air & flue gas ducts. One Manual soot blower in the APH to remove the soot in working condition. One Soot blower inlet globe valve. One Temperature gauge mounted on the outlet duct of combustion air to sense combustion air temperature outlet of the APH. One Temperature element RTD at the flue gas outlet of the APH. Three Limit switches for the flue gas inlet , outlet & bypass dampers of the APH . One Inspection opening door for the APH. Corrosion Management System comprises of followings Items :
One damper assembly in combustion air bypass duct to control air flow. One Servomotor with cam assembly linked with dampers for fine control of air. One Flue gas temperature sensor at the APH outlet to sense the gas temperature & accordingly gives the signal to PID controller for cold air bypass. Cold air bypass controls the Air pre-heater metal temperature above the sulphur due point in part load condition. Boiler Mountings One Main steam stop valve at the outlet of the boiler. Two Single port spring-loaded single port safety valve on boiler. One Air vent valve on the boiler. Two Pair of Blow down valve in series. One 250 mm dial type main steam pressure gauge on the boiler. Contd..P/6
:: 6 :: SL. NO. (f) (g) (h) (i) (j) (l) (k) 3.7 BRIEF DESCRIPTION OF BOILER Four Isolating valves, two for level controller, one for pressure gauge and one for inspectors pressure gauge. Three-drain valve one for the float operated level controller, one for level transmitter & one for pressure transmitter. One Temperature element (RTD) for measuring flue gas temperature. One Pressure trawl to sense the boiler pressure & to control the burner. One Reflex gauge glass along with inbuilt isolation and drain valves. One Float operated magnetic water level controller. One Set of ladder and catwalk for access to valves and instruments & boiler inspection and maintenance. Control Panel The operation and control of the boiler shall be through PLC. Provision should also be provided to run it manually. Following controls are provided in Control Panel (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) (m) Boiler Steam pressure control Boiler water level control Single element drum water level control Burner sequence control Burner modulation control Burner management system Flue gas temperature Indication at boiler outlet Controlled shutdown of boiler with help of pressure switch Flame failure alarm and burner interlock ON/OFF for all the feeders Alarms and interlocks for safety. Feed water tank water level control. Fuel oil tank oil level control. Contd..P/7 OFFER OF THE FIRM
GUARANTEE PARAMETERS
Sl. No A B C D E Description Maximum Steam Output Safety Valve lift off pressure Operating pressure Superheated steam temperature at operating pressure Efficiency Unit Kg / hr Kg / cm2 Kg / cm2 C % Parameter Value 10,000 17.5 16 220 88
BRIEF DESCRIPTION
REMARKS OF FIRM
RELATED DOCUMENTS :In The event of an order being placed on you in pursuance of this invitation to tenders, the same will be governed by the condition of contract contained in forms DGS&D 68 (Revised) [excluding clause 24 and 14 (10)] and DGS&D 71 (which are saleable publications and can be obtained from Govt. book depots). Specific conditions stipulated in the tender documents shall prevail upon the conditions of contract contained in form DGS&D 68 (Revised) and DGS&D 71 in case of variance, if any. The Purchaser and inspecting authority in this case is OFB or his representative instead of DGS&D. Any other conditions indicated in the specifications attached to tender documents will also form part of the condition. Risk Purchase and General Damage will be applicable as per DGS&D 68 (Revised) and as amended up-to-date.
1.2
2.0 2.1
PENALTY CLAUSE OF UNDUE INFLUENCE :The seller undertakes that he has not given, offered or promised to give directly or indirectly any gift, consideration, reward, commission, fees, brokerage or inducement to any person in servicing of buyer or otherwise in procuring the contract or forbearing to do or for having done of forborne to do any act in relation to the obtaining or execution of the Contract or any other Contract with the Government for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with the Government. Any breach of the aforesaid undertaking by the seller or any one employed by him or acting on his behalf (whether with or without knowledge of the seller) or the commission of any offence by the seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the prevention of Corruption Act, 1947 or any other act enacted for the prevention of corruption shall entitle the buyer to cancel the contract and all or any other contracts with the seller and recover from the seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking has been committed shall be final and binding on the seller.
Contd..P/2
:: 2 :: SL. NO. 2.2 BRIEF DESCRIPTION Giving or offering of any gift, bribe or inducement or any attempt to such act on behalf of the seller towards any officer or employee of the Buyer or to any other person in a position to influence the decision of the Buyer, directly or indirectly or any attempt to influence in any officer/employee of the Buyer for showing any favour in relation to this or any other contract, shall render the seller to such liability/penalty as the buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, for future of the Bank Guarantee and refund of the amounts paid by the Buyer. REMARKS OF FIRM
3.0
AGENTS/AGENCY COMMISSION :The seller confirms and declares to the buyer that the seller is the original manufacturer of the stores referred to in this contract and has not engaged any individual or firm, whether Indian or Foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the seller, nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The seller agrees that if it is established at any time to the satisfaction of the buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the buyer that the seller has engaged any such individual/firm and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after signing of this contract, the seller will be liable to refund that amount to the buyer. The seller will also be debarred from entering into any supply contract with Government of India for a minimum period of five years. The buyer will also have a right to consider cancellation of the contract either wholly or in part, without any entitlement or compensation to the seller who shall in such event be liable to refund all payments made by the buyer in terms of the contract along with interest at the rate of 2% per annum above the rate. The buyer will also have the right to recover any such amount from any contracts concluded earlier with the Govt. of India.
4.0
ACCESS TO THE BOOKS OF ACCOUNTS :In case it is found to the satisfaction of the Buyer that the seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents/agency commission and penalty for use of undue influence, the seller, on a specific request of the buyer shall provide necessary information/inspection of the relevant financial document/information. Contd..P/3
:: 3 :: SL. NO. 5.0 5.1 (a) ARBITRATION :Other than PUBLIC ENTERPRISES / GOVT. DEPARTMENTS All the disputes and differences arising out of or in any way touching or concerning this agreement (except those for which specific provision has been made therein) shall be referred to Sole Arbitrator to be appointed by Director General Ordnance Factories, Government of India. The Arbitrator so appointed shall be a government servant who had not dealt with the matters to which this agreement relates and in course of his duties had not expressed views on all or any of the matter in disputes or differences for the time being or a Govt. Servant appointed by him, the appointee shall not be Govt. Servant, who had dealt with the matters to which this agreement relates and that in the course of his duties as Govt. Servant, he had not expressed views on all or any of the matter in dispute or difference. The Award of the Sole Arbitrator shall be final and binding on the parties. The Arbitration shall be as per Arbitration Act 1996 or any statutory amendment thereof. The venue of Arbitration shall be MSF, Ishapore, North 24 Parganas. For PUBLIC ENTERPRISES / GOVT. DEPARTMENTS In the event of any dispute or difference relating to the interpretation and application of the provisions of the contract, such dispute or difference shall be referred by either party for arbitration to the Sole Arbitrator in the department of Public Enterprises to be nominated by the Secretary of the Govt. of India in-charge of the department of Public Enterprises. The Arbitration and conciliation Act 1996 shall not be applicable to Arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided however, any party aggrieved by such award may make a further reference for setting aside for revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Govt. of India. Upon such reference the dispute shall be decided by the Law Secretary or the Special Secretary/Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the parties finally and conclusively. The parties to the dispute will share equally the cost of Arbitration as intimated by the Arbitrator [referenceMin. of HI & PE OM No. 1(24)/2005-DPE(PMA), Dt. 22.01.2004]. BRIEF DESCRIPTION REMARKS OF FIRM
Contd..P/4
:: 4 :: SL. NO. 5.3 BRIEF DESCRIPTION For FOREIGN SUPPLIER REMARKS OF FIRM
5.3.1 All disputes of differences arising out of or in connection with the Present Contract, including the cases connected with the validity of the present Contract or any part thereof, shall be settled by bilateral discussions. 5.3.2 Any dispute, disagreement or any question arising out of or relating to the Contract or relating to the construction of performances (except as to any matters the decision or determination whereof is provided for by these conditions) which cannot be settled amicably shall within 60 days or such longer period as may be mutually agreed upon from the date on which either party informs the other in writing by a notice that such dispute, disagreement or question still exists will be referred to the Arbitration Tribunal consisting of Three (3) Arbitrators. 5.3.3 Within Sixty (60) days of the receipt of the notice, one Arbitrator shall be nominated in writing by the Seller and one Arbitrator shall be nominated in writing by the Buyer. 5.3.4 The third Arbitrator, who shall not be citizen or domicile of the country of either of the parties or of any other country unacceptable to any of the parties, shall be nominated by the mutual consent of the parties within Ninety (90) days of the receipt of the notice mentioned above failing which the third Arbitrator may be nominated by the President of the International Chamber of Commerce at the request of either party but the said nomination would be after consultation with both the parties and shall preclude any citizen or domicile of any country as mentioned above from being so nominated. The Arbitrator nominated under this clause, shall not be regarded nor would act as umpire. 5.3.5 The Arbitration Tribunal shall have its seat in New Delhi or such other place in India as may be mutually agreed to between the parties. 5.3.6 The Arbitration proceeding shall be conducted in India in English language under the Indian Arbitration and Conciliation Act, 1996 and the award of such Arbitration Tribunal shall be enforceable in India Courts only. 5.3.7 The decision of the majority of the Arbitrators shall be final and binding on the parties to this contract. 5.3.8 Each party shall bear its own cost of preparing and presenting its case. The cost of Arbitration including the fees and expenses of the Third Arbitrator shall be shared equally by the seller and the Buyer.
Contd..P/5
:: 5 :: SL. NO. 5.3.9 BRIEF DESCRIPTION In the event of vacancy caused in the office of any of the Arbitrators, the party, which nominated such arbitrator, shall be entitled to nominate another in his place and the Arbitration proceeding shall continue from the stage they were left by the retiring Arbitrator. In the event of one of the parties failing nominate its Arbitrator within Sixty (60) days as above or if any of the parties does not nominate another Arbitrator within Sixty (60) days of the place of Arbitrator failing vacant, then the other party shall be entitled after due notice of at least Thirty (30) days to request the President of the International Chamber of Commerce to nominate another Arbitrator as above If the office of the Third Arbitrator falls vacant, his substitute shall be nominated according to the provisions herein above stipulated. The parties shall continue to perform their respective obligations under this contract during the pendency of the Arbitration Proceeding except in so far as such obligations are the subject matter of the said Arbitration Proceedings. REMARKS OF FIRM
5.3.10
5.3.11 5.3.12
6.0 6.1
LIQUIDATED DAMAGE
:-
If the contractor fails to deliver the stores or any installment thereof within the period fixed for such delivery or at any time repudiates the contract before the expiry of such period, the General Manager may without prejudice to the right of the Purchaser (the Factory) recover damages for breach of contract. In case, the Contractor fails to deliver the items or to execute erection & commissioning and render any other service as per the stipulated scope work of this supply order within the specified Completion Period mentioned in the Supply Order or within any subsequent extension without imposing liquidated damage, if issued thereof, the Contractor shall be liable to pay as Liquidated Damage and not by way of penalty, a sum of equivalent to 0.5% per week or part thereof, subject to maximum ceiling of 5% (Five Percent) of the total value of the delayed supply/service to compensate for the delay in the commercial use of the equipments.
6.2
Contd..P/6
PERFORMANCE SECURITY DEPOSIT :A Successful Tenderer irrespective of their registration status with DGS&D or KVIC or Purchasing Department will submit Performance Security Deposit in the form of Demand Draft or Fixed Deposit Receipts or Bank Guarantee in prescribed format (AS PER annexure D) from any 1st Class Bank of 5% of the value of Contract in the name of The Controller of Finance & Accounts (BGF), Accounts Office, Metal & Steel Factory, Ishapore. The Security Deposit will be submitted within 30 days from the date of Supply Order for due performance of the Contract. The same will be remain valid upto 3 months from the date of receipt of Last Consignment. Failure to submit Performance Security may entail cancellation of Contract and EMD will be forfeited for unregistered firms, whereas in case of others the concerned Registering Agency will be informed for appropriate action. The Performance Security Deposit will be forfeited and credited to the Government of India in the event of breach of Contract. SSI Units registered under NSIC will be exempted from submission of PS/SD upto the monitory limit for which the unit is registered as per Development Commissioner, SSI, Ministry of Small Scale Industries, Govt. of India letter vide F. No. 22(1)/2003/EP&M, Dt. 29.07.2003.
7.2
8.0 8.1
APPROVAL OF DRAWING :General Arrangement & other relevant drawings to be submitted to MSF by the Supplier within Two (2) months from the date of Supply Order for necessary approval. Approval with or without comments shall be accorded by MSF within One (1) month from the date of receipt of the same at MSF, Ishapore. Additional/Alteration/deletion on any point, whatsoever, shall be mutually settled between the Purchaser and Supplier prior to final approval of drawing.
8.2
9.0 9.1
INSPECTION & TESTING :The Supplier shall carry out all necessary tests for material and quality of manufacture, to be required for revamping/reconditioning of existing LF-VD Plant. All such relevant test certificates and Bill of Material (BOM) shall be submitted by the Supplier alongwith the consignment for scrutiny and reference for undertaking the Joint Inspection by the representatives of Purchaser after receipt of material at MSF, Ishapore.
Contd..P/7
:: 7 :: SL. NO. 9.2 BRIEF DESCRIPTION Based on the Test Certificates & Guarantee Certificates, all the items to be despatch to MSF, Ishapore. On receipt of the items at MSF, Ishapore in good condition and based on the request of the Supplier, a Joint Inspection of all the supplied items shall be carried out by the representatives of Purchaser (MSF) and Supplier to check visually and ensure the correctness of the stores received as per BOM. Packages/loose items, found in damaged condition or despatch in incorrect condition during the aforesaid joint Inspection at MSF, Ishapore shall be replaced/made good by the Supplier without any financial repercussion, whatsoever may be, to the purchasers account. The cost of lifting the items, to be replaced/made good, shall be borne by the Supplier. On successful completion of revamping/reconditioning of LF-VD Plant, final Inspection of all the supplied items shall be carried out jointly by the Supplier and Purchaser for checking correctness and completion of the supply in accordance with the Supply Order stipulations. During final Inspection, the revamped/reconditioned LF-VD Plant will normally put under tests for Two (2) successive weeks (8 hrs. per shift). During that period, the equipment will be put under trial run with No Load and On Load condition. For Performance Guarantee Test, continuously Twenty (20) nos. of Complete LF-VD Cycle with load has to be carried out by the Supplier. During that period, the following parameters have to be proved by the Supplier : (a) Overall inspection of the revamped Plant (b) c) (d) (e) (f) (g) (h) (i) 9.4 Temperature rise during LF operation is minimum 5C/min. Within 5 minutes of VD operation, 1mbar vacuum level to be achieved and the same to be sustained for more than 15 min. Final Sulphur content should be 0.005% or below while the Sulphur content in LF bath sample is 0.020%. Hydrogen content of the steel after VD operation should be 1.5 ppm or below. Oxygen content of the steel should be 30 ppm or below. Nitrogen content of the steel should be 1200 ppm or below The whole operation from LF to VD should be completed within 90 min. Performance of the Plant after revamping / reconditioning. REMARKS OF FIRM
9.3
Final Acceptance Certificate will be issued by the Purchaser as soon as the equipment pass the acceptance tests on satisfaction of all contractual conditions.
Contd..P/8
:: 8 :: SL. NO. 9.5 BRIEF DESCRIPTION The Purchaser (MSF) reserves the right to accept or reject any of the supplied items or the total supply, if found not conforming to the Contract/Order specification during testing and inspection at every stage and at final inspection for taking over, whatsoever may be. REMARKS OF FIRM
10.0 DELIVERY :10.1 Delivery of equipments required for revamping/reconditioning of LFVD Plant shall be F.O.R. MSF, Ishapore basis (for Indigenous Supply) or F.O.B. nearest Seaport/Airport basis (for Foreign Supply). 10.2 As the time is the essence of the Contract, the tenderer shall quote his best and earliest delivery, so that all equipments, to be required for revamping/reconditioning, are available at site at the earliest. The Delivery Period should be guaranteed. The Tenderer shall furnish a Bar Chart in this regard showing detailed activities starting from receipt of order to Delivery of the equipments. Earlier Delivery of equipments will be preferred.
11.0 PACKING & FORWARDING :11.1 All the items shall be packed rigidly with seaworthy packing to avoid any damage/loss during transit. The packages shall be provided with suitable dust and whether proof protection. 11.2 Relevant marking shall be depicted on each packages with inscriptions like fragile, precision instruments, electronics etc. External identification details shall be provided on all the packages. 11.3 Items like fabrication structures, parts, large steel components etc. may be dispatched in loose condition subject to provision of proper rigid guards on important dimensions, if considered necessary. 11.4 One copy of Packing List shall be kept inside the packages. The packages shall be suitably marked with the name of the Consignee, Supply Order No. & Date, Name & Address of the Supplier, Description of the store despatched, Packing No., Gross & Net Weight in Kg., Outer Dimension of Case, Place of Loading, Place of Unloading and Storage Instruction. 11.5 All the packed and loose items shall be forwarded to the Consignee alongwith proper supporting documents (not from any Sub-supplier). 11.6 Utmost care shall be taken to avoid any damage during the transit.
Contd..P/9
12.0 DESPATCH & TRANSIT INSURANCE :12.1 From Supplier/Sub-Suppliers premises to F.O.R. MSF, Ishapore site by Road/Rail (for Indigenous Supply) or by Ship/Road (for Foreign Supply). 12.2 The Indigenous Supplier will arrange Transit Insurance for safe movement of the stores from their works to MSF, Ishapore site at his own cost & risk. The Indigenous Supplier shall undertake that any part of the equipments or part thereof damaged during the transportation shall be replaced or repaired by them free of cost. 12.3 The Foreign Supplier will arrange Transit Insurance F.O.B. nearest seaport basis. Transit Insurance during Sea Freight and subsequent Inland Freight, will be arranged by the Purchaser (MSF).
13.0 LOADING & UNLOADING :13.1 For Indigenous Supply, the entire loading & unloading of equipments at any stage should be the responsibility of the Supplier. For foreign supply, loading at firms premises and unloading of the same at foreign seaport will be responsibility of the Supplier. Unloading from ship & loading on vehicle at Indian Port and unloading at MSF will be the responsibility of the Purchaser. 13.2 For Loading & Unloading of equipments at their part, necessary loading & unloading equipments alongwith Manpower shall be arranged by the Supplier at his own cost & risk. 13.3 Purchaser (MSF) may provide assistance of Mobile/EOT Crane, Forklifter etc. based on the availability of the same at the site.
14.0 CIVIL FOUNDATION WORKS :14.1 Necessary modification of the foundation of the LF-VD Plant, if required, alongwith making of new foundation of accessories & ancillaries, to be supplied, shall be carried out by the Supplier at MSF, Ishapore as a part of Turnkey Job. The tenderer shall inspect the site for necessary Civil Foundation Works (especially for foundation of new Boiler) and shall satisfy himself of site conditions and collect himself any other information which he may require before submitting the tender. 14.2 The site will be handed over to the Supplier well in advance for the purpose of carry out necessary civil works before receipt of equipment based on the request of the firm in writing, so that on receipt the same can be installed without time delay. Contd..P/10
14.3 All trenches, pits, pockets etc. should be properly covered with Chequered Plates of suitable thickness by the Supplier. 14.4 All necessary Tools & Tackles and manpower, required for execution of civil foundation works, should be arranged by the Supplier at his own cost and risk. 15.0 REVAMPING & COMMISSIONING :15.1 Revamping / reconditioning of existing LF-VD Plant shall be carried out by the Supplier with all the equipments supplied by him. The revamped LF-VD Plant will be commissioned within the Two (2) months from the date of receipt of the same at MSF, Ishapore, based on handing over the site for revamping. The site will be handed over to the Supplier well in advance for initiating necessary activities before receipt of equipment. However the shutdown of existing LF-VD Plant will be given only for 30 days from the date of handing over based on the receipt of detailed Plan of Action, to be carried out during shutdown period, from the Supplier. 15.2 Necessary Tools & Tackles and Manpower required for successful revamping & commissioning of the plant, should be arranged by the Supplier at his own cost and risk. First filling of all consumables like hydraulic Oil, Grease, Gearbox Oil etc. and Commissioning Spares to be provided by the Supplier at his own cost for successful commissioning of the plant. 15.3 The items supplied shall be stored in the covered or uncovered stores (to be provided by the Purchaser) nearer to the site of erection at MSF under the custody of the Supplier. For the purpose of execution of erection, the Supplier shall have to draw the items from the Purchasers stores and shall bring the same to the erection site by his device & risk. 15.4 After completion of successful revamping/reconditioning by the Supplier, the LF-VD Plant shall be put under trial run without and with load for commissioning. The equipment will be put to on-load trial run and observed in respect of the Performance Guarantee Parameters (Clause No. - 16.0). 15.5 In case of satisfactory performance in accordance with tender specification & this order and as confirmed by the Supplier through his quotation & subsequent clarifications / confirmations etc., the revamped LF-VD Plant shall be taken over by MSF for regular production. Contd..P/11
PERFORMANCE GUARANTEE TEST :The Supplier shall provide guarantee of all the materials supplied by him. The guarantee shall generally cover performance of all individual items and systems of all Mechanical / Hydraulic / Electrical / Electronic in respect of rating and out put as claimed by the Supplier. During Inspection for Final Acceptance, the revamped/reconditioned LF-VD will normally put under tests for Two (2) successive weeks (8 hrs. per shift). During that period, the equipment will be put under trial run with No Load and On Load condition. For Performance Guarantee Test, continuously Twenty (20) nos. of Complete LF-VD Cycle with load has to be carried out by the Supplier. During that period, the following parameters have to be proved by the Supplier : (a) Overall inspection of the revamped Plant (b) Temperature rise during LF operation is minimum 5C/min. (c) Within 5 minutes of VD operation, 1mbar vacuum level to be achieved and the same to be sustained for more than 15 min. (d) Final Sulphur content should be 0.005% or below while the Sulphur content in LF bath sample is 0.020%. (e) Hydrogen content of the steel after VD operation should be 1.5 ppm or below. (f) Oxygen content of the steel should be 30 ppm or below. (g) Nitrogen content of the steel should be 1200 ppm or below (h) The whole operation from LF to VD should be completed within 90 min. (i) Performance of the Plant after revamping / reconditioning. Based on the satisfactory performance of the revamped/reconditioned LF-VD Plant during Performance Guarantee Tests, Final Acceptance Certificate will be issued accordingly.
16.2
16.3
17.0 GUARANTEE AND WARRANTY OF SUPPLIES :17.1 Guarantee : 17.1.1 17.1.2 The supplier shall guarantee among other things the following : Satisfaction of Technical & other parameters mentioned in the Specification and Contract. Quality and Strength of material used in the manufacture of the equipment considering the applicable codes of practice and regulation. Adequate factors of safety for all parts of the equipments to withstand the mechanical and / or electrical stress developed therein under specific operating conditions. Performance data furnished / specified for the equipment should be actually obtainable when the equipment is installed and tested at site. Contd..P/12
17.1.3
17.1.4
17.2.1 The Supplier shall warrant that all items to be supplied in conformity to this Supply Order and will be of current manufacture/fabrication with latest available technology, free from any defects/faculty design materials or workmanship. 17.2.2 The warranty for the scope of Supply/Scope of work shall remain in force for a period of Twelve (12) months from the date of successful commissioning and taking over or Eighteen (18) months from the date of receipt of last consignment, whichever is earlier. 17.2.3 During the warranty period, the said goods / stores / articles be discovered not conforming to the description and quality aforesaid or not satisfactory performing or have deteriorated, the decision of the Purchaser in that regard shall be final and binding on the Supplier. The Purchaser shall be entitled to call upon the Contractor / Seller to rectify the goods / stores / articles or such portion(s) thereof as is found to be defective within the reasonable period or such specific period as may be allowed by the Purchaser in his discretion on an application made thereon by the Contractor / Seller and in such an event the above mentioned Warranty Period shall be applied to the goods / stores / articles rectified from the date of rectification thereof otherwise the Contractor / Seller shall pay to the Purchaser such compensation, as may arise from breach of the Warranty therein contained. 17.2.4 During the warranty period, the Supplier at his own cost and to the purchasers satisfaction shall make good/replace the parts/portion found defective/damaged. Such parts / items shall be lifted from the purchasers premises by the supplier at his own cost and replace the same free of any charge.
18.0 18.1
AFTER SALES SERVICE :The Supplier shall provide After Sales Services for atleast Ten (10) years after expiry of Warranty Period in respect of servicing, supply of spares, accessories, sub-assemblies and consumables at reasonable price and delivery schedule pertaining to the equipments supplied by him. The Supplier should render free Technical advice on any matter regarding the equipments supplied by him. The Supplier should make available the services of suitable specialists/experts on reasonable terms and time. Contd..P/13
18.2 18.3
:: 13 :: SL. NO. 19.0 TRAINING :19.1 The purchaser intends to have a nucleus of personnel well trained by the supplier so that these personnel will be able to efficiently commission the plant along with the commissioning engineers of the supplier. The nucleus group of personnel in turn will train and guide the rest of the purchaser's personnel for early attainment of full production of the plant. This training shall also include purchaser's personnel during integration of Level-1 Process Automation System Hardware as well as during Software development. 19.2 The supplier shall suggest the no. of purchaser's managerial, operation and maintenance personnel to be trained, the duration of the training and the system of training program comprising both theoretical and practical course. The training shall cover operation and mechanical/ electrical/electronic maintenance in a similar manner. BRIEF DESCRIPTION REMARKS OF FIRM
20.0 PURCHASERS RESPONSIBILITY :20.1 The Purchaser shall provide supply of Electric Power, Compressed Air & Water, if required, at one desired place within the battery limit of revamping site. All other inter-connecting lines or items shall be within the scope of supply of the Supplier. The Purchaser will assist the Supplier by providing EOT Crane/Mobile Crane as per availability for loading and unloading of items. 20.2 The purchaser will provide, free of charge, One Site Office for Suppliers Personnel and for keeping their tools & tackles required for revamping of the plant. 20.3 The purchaser will provide necessary accommodation, subject to availability of the same, to the suppliers personnel during revamping of the plant on chargeable basis at the rate prevailing at the time of execution of work. 20.4 The purchaser will provide local transport free of charges to the workmen of foreign firm from MSF Guest House to erection site as & when required basis during revamping of the plant.
21.0 VALIDITY :The offer of the firm should be valid atleast 180 days from the date of opening of Technical bids.
Contd..P/14
:: 14 :: SL. NO. 22.0 PRICE :22.1 Prices quoted shall be fixed and firm. No variation, whatsoever, shall be admissible except in the case of Taxes & Duties. 22.2 All the Statutory Taxes & Duties such as Excise Duty, Sales Tax, VAT, Service Tax, Works Contract Tax etc., if applicable, should be indicated clearly & separately both in Un-Priced Bid (to be enclosed with Technical Bid) and Price Bid. The basic value, on which taxes & duties will be loaded, should be clearly mentioned by the Tenderer in his offer. For making Ranking Statement for Foreign Supplier, furnishing of C.I.F. Cost in the Price Bid of offer is mandatory, 22.3 In case of inclusion of any imported item by the Indigenous Tenderer, importation and supply in Rupee value shall be the sole responsibility of the successful Tenderer. BRIEF DESCRIPTION REMARKS OF FIRM
23.0 PAYMENT TERMS :23.1 For Indigenous Supply & Services (i) 90% value of material plus 100% Taxes & Duties and Freight/Transportation Charges if any, will be paid only after receipt of equipments, to be required for revamping/reconditioning of LF-VD Plant, at site in Good condition and acceptance in Joint Inspection against submission of Performance Bank Guarantee amounting to 10% of Contract Value and valid till Warranty Period. Freight charges will be payable on actuals against documentary evidence, but not exceeding the amount as quoted by firm and accepted by Purchaser. Balance 10% value of material and 100% Erection & Commissioning Charges including charges of Civil Foundation Works after successful commissioning and Final Acceptance of revamped LF-VD Plant.
(ii)
23.2 For Foreign Supply & Services Payment will be made through a irrevocable Letter of Credit only for 100% value of the order established on scheduled bank in India. In case of payment through confirmed L.C., the charges of the confirmation will be borne by the Supplier. Purchaser will establish L.C. only Three (3) months prior to the actual date of delivery / shipment. If any extension of L.C. is required due to the fault of the supplier, the supplier should be bound to pay all sorts of charges for such extension. L.C. will only be opened after getting requisite Export License issued by the competent authority of the Suppliers country. Contd..P/15
:: 15 :: SL. NO. (i) BRIEF DESCRIPTION 90% value of material plus 100% Taxes & Duties and Freight/Transportation Charges if any, will be paid only after receipt of equipments, to be required for revamping/reconditioning of LF-VD Plant, at site in Good condition and acceptance in Joint Inspection against submission of Performance Bank Guarantee amounting to 10% of Contract Value (F.O.B. value) and valid till Warranty Period. Proof of dispatch documents like Bill of lading, Packing list, Proforma Invoice etc. have to be submitted by the Supplier to claim the payment. Balance 10% value of material and 100% Erection & Commissioning Charges including charges of Civil Foundation Works will be paid after successful commissioning and Final Acceptance of revamped LF-VD Plant. REMARKS OF FIRM
(ii)
Annexure D
Bank Guarantee No .:.. Bank Guarantee Amount : Bank Guarantee cover From :..to Last date of lodgment of claim :. To The General Manager Metal & Steel Factory, Ishapore 743 144. North 24 Parganas, West Bengal.
1. In consideration of the President of India (herein after called the Government) having agreed to exempt __________________ [herein after called the said contractor(s)] from the demand, under the terms and conditions of an Tender dated_________ made between _______________ and ________________ for _______________ (herein after called the said agreement) of Security Deposit for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs._________ (Rupees________ only). We referred to (indicate the name of the bank as the bank) at the request of ________________ [contractor(s)] do hereby undertake to pay to the Government an amount not exceeding Rs. _____________ (Rupees __________ only) against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms or conditions in the said Agreement. 2. We____________ (indicate the name of the name of the bank) do hereby undertake to pay the amounts due and payable under his guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of any breach by the said Contractor(s) of any of the terms or conditions in the said Agreement or by reason of the Contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. _________ (Rupees ________ only). 3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s)/supplier(s) in any suit or preceding pending before any Court or Tribunal relating thereto our liability under this present being absolute and unequivocal.
Contd..P/2
:: 2 :: 4. We_____________ (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claim satisfied or discharged or till _____________ officer/Department/Ministry of ________________certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly, discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________we shall be discharged from liability under this guarantee thereafter. 5. We ______________ (indicate the name of the Bank) further agree with Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s) supplier(s). 7. We, ____________ (indicate the name of the Bank) lastly undertake not to revoke this guarantee during its currency except with previous consent of the Government in writing. 8. Dated the _______ day of _________ for _________ (indicate the name of the Bank).
Annexure E
COMPLIANCE STATEMENT
I. Instruction to Tenderers Para of instruction to tenderers Details Compliance Yes or No. In case of non-compliance deviation to be indicated
II. Technical Specification Sl. No. Brief Description of Items Offer of the Firm (Compliance Yes or No.) Remarks / Deviations (in case of noncompliance deviation to be indicated)
III. General Condition of Contract Sl. No. Details Offer of the Firm (Compliance Yes or No.) Remarks / Deviations (in case of noncompliance deviation to be indicated)
Annexure - F
Submission of Earnest Money Deposit Confirmation for submission of Performance Security Deposit. Validity 180 days from the date of opening of tender documents. Delivery Period. Warranty Period. Submission of un-priced copy of Price Bid along with Technical Bid. Para-wise Compliance Statement. Confirmation regarding scope of supply and prices available against each item in price bid as per scope of supply mentioned in the technical specification. Payment Terms. Submission of Catalogues / Drawing of the proposed machines. Submission of Customers List / Reference list to whom the similar / proposed machines supplied by the tenderer. Submission of Test Chart of the proposed machines. Confirmation to Risk Purchase and L.D. Clause. Point-wise confirmation of General Condition of Contract
Annexure G
Manufacturers Part No :
Source of Supply :
Nomenclature :
Unit Cost :
Total Cost
NOTES : 1. 2. Maintenance Spares/Stores like lubricants, Sealing Compound, and gases should be given separately giving source of supply. In Remarks column Following information (if applicable) be given : (a) If an item has a shelf/operational life it may be indicated; (b) Matching set of components be indicated. (c) Items, which cannot be manufactured in India due to sophisticated design/technology may be indicated. (d) If a component/assembly is common to other similar equipment offered by the OEM earlier these should be indicated. Modules/assemblies should be listed and their components should included under them so as to relate each item of spare to their module / assembly.
3.
Remarks
Annexure H PROFORMA FOR BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT (To be submitted on non-judicial stamp paper of appropriate value purchased in the name of the issuing Bank) This deed of Guarantee made this . day of INR .(INR only) and one of its local office at . (herein after refer to as The Surety) and Ordnance Factory .. on behalf of President of India (herein after refer to as The Government). WHEREAS (Tenderers name, herein after refer to as Tenderer) as company registered under and having its registered office at each bound to deposit with the government by way of EARNEST MONEY INR (INR .. only) in connection with its tender for supply, installation, commissioning & testing of . And the specification and Terms & Conditions enclosed herein. WHEREAS the tenderer as per instruction to tenderers and special conditions has agreed to furnish a Bank Guarantee valid upto . instead of deposit of Earnest Money in cash. NOW THIS WITNESSTH : 1. that the Surety in consideration of above tender made by the tenderer to the Government hereby undertakes to guarantee payment on demand without dumer to the Government the said amount INR . (INR . Only) within one week from the date of receipt of Demand from the Government on presentation of this deed of Guarantee. This guarantee shall not be effected by any infirmity or irregularity on the part of the tenderer or by the dissolution or any change in the constitution off the Government, tenderer of the surety. The government shall be eligible to make any claim under this guarantee if Tenderer after submitting his tender, rescinds from his offer or modifies the terms & conditions thereof in a manner not acceptable to the Government or expresses his unwillingness to accept the order after the Government has decided to place order with the tenderer. The surety shall not and cannot revoke this guarantee during its currency except with previous consent of the Government in writing. Notwithstanding anything contained in foregoing, the Suretys liability under the guarantee restricted to INR (INR only). The guarantee shall remain in force and effective up to and shall expire and become ineffective on intimation thereof being given to the Surety by the Government in which event this guarantee shall stand discharged.
2.
3.
4. 5. 6.
Contd..P/2
:: 2 :: 7. The Surety will make the payment pursuant to the demand notice issued by the Government notwithstanding any dispute that may exist or arise between the tenderer and the Government. Any forbearance, act or omission on the part of Tenderer in enforcing any of the conditions of the said Tender or showing of any indulgence by the Government to the tenderer shall not discharge the surety in any way and the obligation of the Surety under this guarantee shall be discharged only on the intimation thereof being to the Surety by the Government. Notwithstanding anything contained hereinabove, unless a demand or claim under this guarantee is made on the Surety in writing on or before ., the Surety shall be discharged from all liabilities under Guarantee thereafter. The Surety has the power to issue this guarantee under its Memorandum and Articles of Association and the person who is hereby executing this deed has the necessary power to do so under the Power of Attorney granted to him by the Surety.
8.
9.
10.
Annexure I
Description
Supply Cost of Equipments required for revamping/reconditioning of existing LF-VD Plant alongwith Accessories & Ancillaries [As per MSF Technical Specification at Annexure B] Packing & Forwarding Charges Ex-works Price (For Indigenous Firm) or F. O. B. Price (For Foreign Firm) (Sl. No. 1 + 2) Ocean Freight & Insurance (To be indicated mandatory by the Foreign Firm only for C.I.F. cost of the Equipments ) Inland Freight & Insurance (For Indigenous Firm only) (For Foreign Supply, Inland Freight & Transit Insurance to be arranged by the Purchaser) Charges of Civil Foundation Works Dismantling, Erection & Commissioning Charges Charges of Training Excise Duty (As applicable for Indigenous Firm) Central Sales Tax or VAT (As applicable for Indigenous Firm) Service Tax (As applicable for Indigenous Firm) Any other charges, if applicable F. O. R. MSF, Ishapore Price (Sl. No. 1 to 11) OPTIONAL ITEMS
Unit Price
Total Price
-----
Cost to be indicated
3 4
5 6 7 8 9 10 11 B
-----
2 3 4 5 6
Supply Cost of 2 years Recommended Spares (List to be provided by the firm indicating itemwise quantity & cost) Packing & Forwarding Charges for Spares Ocean Freight & Insurance (To be indicated by the Foreign Firm only for C.I.F. cost of the Equipments) Inland Freight & Insurance (For Indigenous Firm only) Excise Duty (As applicable for Indigenous Firm) Central Sales Tax or VAT (As applicable for Indigenous Firm) (i) (ii) (iii)
N. B. >>
(iv)
Cost column should not be left blank for any item. If cost is included in other area, same should be mentioned. Rate of taxes & duties should be clearly indicated. Basic amount on which taxes & duties are loaded, should be indicated. The C.I.F. cost of the Equipments has to be mentioned by the Foreign Supplier.
Annexure J
Sl. No.
Description of Equipment
S. O. No.
S. O. Date
S. O. Value
Customers Name with Detail Address & Contact No. (Fax & Phone) and E-mail
Date of Commissioning
Status As On Date
N. B. >>
This is Mandatory. Incomplete or Wrong Information of this Annexure, may disqualify the offer.