schedule given hereunder. Rs. 20.00 lakhs Through e-payment as ...

73
Page 1 of 73 Cement Corporation of India Limited (A Govt. of India Enterprise) Core V, SCOPE Complex, 7 Lodhi Road NEW DELHI-110 003 CIN-U74899DL1965GOI004322 E-mail:[email protected]/ [email protected] Website: www.cciltd.in NIT NO. CO/CKT/RCF/01/2019 Dated: 23.10. 2019 NOTICE INVITING E-TENDER (NIT) (Only through e-tender) 1.0 Online electronic bids through Electronic Tendering System (ETS) along with e-reverse auction are invited from manufacturers having adequate experience for Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh).The pre-bid meeting shall be held as per schedule given hereunder. The complete set of tender documents is available on websites www.cciltd.in, www.eprocure.gov.in andwww.cci-etender.comof Antares Systems Ltd. E-Tender No. CO/CKT/RCF/01/2019 Mode of Tender e-tender System (Online Part A Techno Commercial Bid and Part B - Price Bid) through www.cci-etender.comof Antares Systems Ltd. Date of NIT available to parties to download From 23.10.2019 (12:00 hrs.)Till 02.12.2019 (15:00 hrs.) Pre-Bid Meeting Date Pre-Bid Meeting Venue Last date for submission of queries by the vendors/bidders Last date of site visit by the vendors/bidders PreBid Meeting will be held on 15.11.2019 (11.00 hrs.) CCI, Corporate Office, Core 5, SCOPE Complex, 7 Lodhi Road, New Delhi 110003 The vendors/Bidders need to provide the list of clarification required, if any along with para/clause no. of the tender document by 14.11.2019 prior to the pre-bid meeting 14.11.2019 from 9:00 A.M. to 5:00 P.M.. Earnest Money Deposit Rs. 20.00 lakhs Through e-payment as per Clause no.,1.0 of Part-II General terms & conditions(Annexure-IV). SSI units registered with NSIC, MSME and Public Sector Undertakings are exempted from furnishing EMD.

Transcript of schedule given hereunder. Rs. 20.00 lakhs Through e-payment as ...

Page 1 of 73

Cement Corporation of India Limited (A Govt. of India Enterprise) Core V, SCOPE Complex, 7 Lodhi Road NEW DELHI-110 003

CIN-U74899DL1965GOI004322

E-mail:[email protected]/ [email protected] Website: www.cciltd.in

NIT NO. CO/CKT/RCF/01/2019 Dated: 23.10. 2019

NOTICE INVITING E-TENDER (NIT) (Only through e-tender)

1.0 Online electronic bids through Electronic Tendering System (ETS) along with e-reverse auction are invited from manufacturers having adequate experience for Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump) on turnkey

basis at Rajban Cement Factory (Himachal Pradesh).The pre-bid meeting shall be held as per schedule given hereunder. The complete set of tender documents is available on websites www.cciltd.in, www.eprocure.gov.in andwww.cci-etender.comof Antares Systems Ltd.

E-Tender No. CO/CKT/RCF/01/2019

Mode of Tender e-tender System (Online Part A – Techno Commercial Bid and Part B - Price Bid) through www.cci-etender.comof Antares Systems Ltd.

Date of NIT available to parties to download From 23.10.2019 (12:00 hrs.)Till 02.12.2019 (15:00 hrs.)

Pre-Bid Meeting Date Pre-Bid Meeting Venue Last date for submission of queries by the vendors/bidders Last date of site visit by the vendors/bidders

Pre–Bid Meeting will be held on 15.11.2019 (11.00 hrs.) CCI, Corporate Office, Core 5, SCOPE Complex, 7 Lodhi Road, New Delhi – 110003 The vendors/Bidders need to provide the list of clarification required, if any along with para/clause no. of the tender document by 14.11.2019 prior to the pre-bid meeting 14.11.2019 from 9:00 A.M. to 5:00 P.M..

Earnest Money Deposit Rs. 20.00 lakhs

Through e-payment as per Clause no.,1.0 of Part-II General terms & conditions(Annexure-IV). SSI units registered with NSIC, MSME and Public Sector Undertakings are exempted from furnishing EMD.

Page 2 of 73

Date of Starting of e-Tender for submission of on line Techno Commercial Bid and Price Bid at www.cci-etender.com

From 23.10.2019 (12:00 hrs.) Till 02.12.2019 (15:00hrs.)

Date & time of opening of Part-A (i.e. Techno-Commercial Bid) Part-B Price Bid: Date of opening of Part-B i.e. price bid shall be informed separately

02.12.2019 at 15:30 hrs. To be communicated separately.

Validityof bids 120 days from the date of the techno- commercial bid opening.

Parameter of E-Reverse Auction:-

Estimated Cost /.Entry Start Price/Reserve

Price for e- Reverse Auction

L1 price of the financial bids of the Techno-

commercially Qualified Bidders

Minimum Decremental Value Rs. 1,00,000/-

Eligible Bidders to participate in e- Reverse

Auction

Techno- Commercially qualified bidders to

give declaration to participate in Reverse

Auction within an hour of opening of price bids

and All such bidders be issued user id and

password for Reverse Auction

Start Date & Time of e- Reverse Auction ------------------------ at 14.30 hrs

(after 2 working days of opening of price bids)

Initial Duration of e- Reverse Auction 2Hrs (from 14.30 to 16.30Hrs)

Automation Extension of “ Reverse Auction

closing time” if the last bid received within a

pre- defined time duration before the “ Reverse

Auction Closing Time”

Yes

Pre- defined time duration (as mentioned

above)

05 minutes

Time of each Automatic Extension 15 minutes

Display of Lowest Bid(L1) Yes ( to all bidders )(without the bidder identity)

Reverse Auction Procedure:-

1. The reverse auction is to be carried two days after the opening of e- price bids.

2. If L-1 party decides to be out of reverse auction, the party will be allowed to do so. However

if the Reverse Auction yields a lower price, the L-1 party would have no claim /right to be

awarded.

3. Other parties if opt out they will be assumed to be not interested to participate in tender.

No chance shall be accorded later.

4. Bidder has to quote price inclusive of P&F, inspection charges, taxes & freight etc.

5. The L-1 bidder after reverse auction shall be considered as final L-1 & the case for

awarding shall be processed as per policy & NIT.

6. In case bidder , not eligible for participation in reverse auction as per Clause -1B of Part

III( Annexure –V) guidelines , is an MSE but their price quoted is within the band of L-1

+15%, their bid shall be considered for participation in reverse Auction in line with “ Public

Procurement Policy for Micro & Small Enterprises (MSEs) order- 2012”

Page 3 of 73

7. The breakup of final price viz, basic rate, freight charge, inspection charges etc. will be

taken for processing the case after reverse auction has concluded.

8. After conduction of reverse auction, distribution of work amongst bidders shall be done as

per NIT, after evaluating L-1, L-2 etc.

Note-

1. The details of Pre-Bid meeting is mentioned at Clause -1A of Part III( Annexure –V).

Guidelines of Reverse Auction is mentioned at Clause -1B of Part III( Annexure –V). Offer is invited for the following on FIRM & FOR destination basis as per details given below: -

NIT No.

Name of the work

Activity

CO/CKT/RCF/01/2019

Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh)

Design & Engineering Removal of Existing Equipment Civil Works Manufacture & Supply Erection of Supplied machineries & Hooking up with existing system, Commissioning of machineries & PG Test (List of Recommended Spares for two years operation )

1) Only those tenders will be considered who fulfill the terms & conditions mentioned in the tender

documents.

2) Only those tenders shall be considered who deposit the earnest money by due date.

3) The price- bid should be only as per CCI’s price - bid format otherwise the tender is liable for rejection.

Executive Director [PROJECT]

Page 4 of 73

List of Annexure The tender documents comprise of following:-

Annexure: A-I Important Instructions to Bidders

Annexure: A-II Covering letter which must be submitted by tenderer duly filled in.

Annexure: A-III Part-I - Instruction to tenderers

Annexure: A-IV Part-II- General terms & conditions

(Annexure A,B,C,D,D1,D2,D3) Annexure: A-V Part-III- Special terms & conditions

Annexure: A-VI Part-IV- Technical specifications

Annexure: A-VII Price Bid Performa (Price schedule) to be submitted duly filled in on-line as Part-B. Cost break up rates quoted may also be furnished.

Annexure: :I Integrity Pact

Annexure: E Declaration

Page 5 of 73

Annexure: A-I

Important Instructions for E-procurement

This is an e-procurement event of CEMENT CORPORATION OF INDIA. The e-procurement service provider is Antares Systems Ltd., No.24, 1st Floor, Sudha Complex, 3rd Stage, 4th Block, Basaveshwaranagar, Bangalore-560079 You are requested to read the tender terms & conditions (Annexure: A-I, A-II, A-III, A-IV, A-V & A-VI) of this tender before submitting your online tender. Tenderers who do not complywith the conditions with documentary proof (wherever required) will not qualify in the Tender for opening of price bid.

1 Process of E-Tender: Registration: The process involves vendor’s registration with Tenderwizard e-procurement portal. Only after registration, the vendor(s) can submit his/their bids electronically. Electronic Bidding for submission of Techno-Commercial Bid as well as Price Bid over the internet will be done. The Vendor should possess Class III signing type digital certificate. Vendors are to make their own arrangement for bidding from a P.C. connected with Internet. Antares Systems Ltd is not responsible for making such arrangement. (Bids will not be recorded without Digital Signature). SPECIAL NOTE: THE PRICE BID AND THE TECHNO-COMMERCIAL BID HAS TO BE SUBMITTED ON-LINE AT www.cci-etender.com Vendors are required to register themselves online with www.cci-etender.com→ ‘Register Me’ link. Filling up details and creating own user id and password→ Submit. Vendors will receive a system generated mail confirming their registration in their email which has been provided during filling the registration form. In case of any clarification, please contact CCI/Antares Systems Ltd, (before the scheduled time of the e- tender). Contact person (Cement Corporation of India): 1 .Mr. V.K. Pandey ,ED[ Project] 2 .Mr. KishanLal DGM( MECH)

Mob. No. : 7799938001 Mob. No. 9891741390 Email: [email protected] E-mail: [email protected] 3. Mr.J. Behera, DGM(MM) Mob. : 9873277104 [email protected] Contact persons of Units:

4. Mr. Vivek Kumar, GM, Rajban Landline-01704266221 [email protected] Contact person (Antares Systems Ltd):

1. Mr. Pravesh Mani 2. Mr. Smitha Sr.Exe-CRM Sr. Project Coordinator Mobile: 09044314492 Mob: 9686115309 Email:[email protected]: [email protected] B) System Requirement: Windows 8,10 Professional Operating System, Internet Browser-9,10 &11. Signing type Class 3 digital signature Java JRE 6 and above

(A) Part-A Techno-Commercial bid will be opened electronically on specified date and time as given in the NIT. Bidder(s) can witness electronic opening of bid. (B) Part-B Price bid will be opened electronically of only those bidder(s) who’s Part-A Techno- Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder(s) will be intimated date of opening of Part-B Price bid, through valid email confirmed by them. Note:

Page 6 of 73

The tenderers are advised to offer their lowest possible rates taking into account the prevailing market conditions. There would generally be no negotiations hence please submit your most competitive prices while submitting the price bid. However, if the rate is still considered high, action as per prevailing instruction/guideline shall be taken.

3 All entries in the tender should be entered in online Technical & Commercial Formats without any ambiguity.

4 In case of failure to access the payment towards non-refundable fees for any reason, the vender, in term, will not have the access to on line e-tender and no correspondence in this respect will be entertained and CCI will not be responsible for any such lapses on this account. Bidder(s) are advised to make remittance of non-refundable fees through separate DD well in advance and verify completion of transaction in respect of non-refundable fees. Vendors are instructed to use Upload Documents link in My menu to upload documents in document library. Multiple documents can be uploaded. Maximum size of single document for upload is 5 MB. Once documents are uploaded in the library, vendors can attach documents through Attach Document link against the particular tender. For further assistance please follow instructions of vendor guide

5 All notices/corrigendum and correspondence to the bidder(s) shall be sent by email only during the process till finalization of tender by CCI. Hence the bidders are required to ensure that their corporate email I.D. provided is valid and updated at the stage of registration of vendor with Tender wizard (i.e. Service Provider). Bidders are also requested to ensure validity of their DSC (Digital Signature Certificate).

6 The responsibility of downloading the related corrigenda, if any, will be that of the downloading parties.

7 E-tender cannot be accessed after the due date and time mentioned in NIT.

8 Bidding in e-tender: a.) It is mandatory that all the bids are submitted with digital signature certificate otherwise

the same will not be accepted by the system. b.) Buyer reserves the right to cancel or reject or accept or withdraw or extend the tender

in full or part as the case may be without assigning any reason thereof. c.) No deviation of the terms and conditions of the tender document is acceptable.

Submission of bid in the e-tender floor by any bidder confirms his acceptance of terms & conditions for the tender.

d.) Unit of Measure (UOM) is indicated in the e-tender Floor. Rate to be quoted should be in Indian Rupee as per UOM indicated in the e-tender floor/tender document.

9 Any order resulting from this open e-tender shall be governed by the terms and conditions mentioned therein.

10 No deviation to the technical and commercial terms & conditions are allowed.

11 After submitting online bid, the bidder cannot access the tender, once it has been submitted with digital signature

12 CCI has the right to cancel this e-tender or extend the due date of receipt of bid(s) without assigning any reason thereof.

13 The online tender should be submitted strictly as per the terms and conditions and procedures laid down in the website www.cci-etender.com of Antares Systems Ltd.

14 The bidders must upload all the documents required as per terms of NIT. Any other document uploaded which is not required as per the terms of the NIT shall not be considered.

15 The bid will be evaluated based on the filled-in technical & commercial formats.

16 The documents uploaded by bidder(s) will be scrutinized. In case any of the information furnished by the bidder is found to be false during scrutiny, punitive action including suspension and banning of business can also be taken against defaulting bidders.

17 Bidders are requested to read the vendor guide in the page www.cci-etender.comto familiarize themselves with the system before bidding.

For and on behalf of CCI Ltd.

Executive Director [PROJ]

Page 7 of 73

Annexure : A-II

COVERING LETTER WHICH MUST BE SUBMITTED BY THE TENDERER DULY FILLED IN, SIGNED TO BE SUBMITTED ONLINE. Ref……………………. Date: …………..

SPEED POST/COURIER To, The Executive Director (Project)

Cement Corporation of India Ltd., Core-V, SCOPE Complex, 7-Lodhi Road, NEW DELHI-110 003

Sub: Submission of On-Line Tender for Design, engineering, manufacture, supply, civil & structural design,

construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system (fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh)

REF: Your NITNo.CO/CKT/RCF/01/2019 dated: _________

Dear Sir,

With reference to your tender for the above supply, We/I hereby submit our / my tender on-line in two Parts i.e.; Part-A Techno- commercial bid and Part-B Price-bid as per NIT and instructions in the tender documents.

Part-A: Techno-Commercial Bid:

The following documents duly filled in, signed digitally and stamped are up-loaded On-Line through www.cci-etender.comof Antares Systems Ltd.

1. The scanned copy of covering letter (Annexure : A-II)

2. Submission of Earnest money of Rs.20.0 lakhs, through e-tendering portal Gateway.

3. Terms and conditions in Part I (Instructions to Tenderers), II (General Terms & Conditions), III (Special Terms & Conditions) & IV (Technical Specifications) duly signed digitally and stamped on each page in token of acceptance of the same in its entirety.

4. Certificate whether any officer of your Corporation is related to me/us or not (Annexure `B’)

5. List of unexecuted orders in hand as per (Annexure ‘C’)

6. Additional information to be furnished (Annexure D)

7. Details of Plant & Machinery installed (Annexure D1).

8. Details of testing facilities installed (Annexure D2)

9. Details of orders executed, including CCI during last 3 years (Annexure D3)

10. Declaration (Annexure: E), duly filled in and stamped, on Bidder’s letterhead.

11. Scanned Copy of Integrity Pact (Annexure: I)

12. GST Registration No.

13. Scanned copy of the PAN card in the name of company. (in case of proprietary firm it can be in the name of the proprietor).

14. In case of firm registered with MSME, Certificate from MSME (NSIC Certificate) clearly specifying the date of registration along with starting of manufacturing process and whether it is registered under ST/SC. The firms registered with MSME will also have to submit a copy of Udyog Aadhar Memorandum.

Page 8 of 73

15. The turnover for 2015-16, 2016-17 and 2017-18 as per the Audited Balance –sheet and Profit and Loss account.

16. Copy of Partnership Deed/Memorandum of Articles of Association by partnership firms/companies duly attested. In case of partnership deed, the same is registered/not registered.

17. Reference from the Bankers indicating financial status of the company.

18. Performance certificate-photocopies of order executed and also in hand, copy / copies

and performance certificates issued for the jobs executed to consider the eligibility

Part-B: Price bid: submitted on-line as per “PRICE BID” format. We/I hereby declare that We/I have not been debarred from tendering for contracts in any of the departments of Govt./Semi Govt./Public Sector Undertaking and Local Bodies. We/I certify that the information given by us/me in the tender documents is correct and if at any stage the same is found to be incorrect, the contract will be liable to be terminated/rescinded and action may be taken against us/me by the Corporation for damages. We are/I am duly authorized/empowered to sign all the tender documents.

a) Name of the Tenderer……………………. b) Full Postal Address: ……………………… ……………………… c) Telegraphic Address/Telex/Fax……………… d) Phone: Office………………Residence……………. e) E-mail ………………………………………………

Yours faithfully, (SIGNATURE OF THE TENDERER WITH SEAL)

WITNESS (NAME & ADDRESS) 1------------------------------- 2--------------------------------- ------------------------------- ----------------------------------

Page 9 of 73

Annexure: A- III

CEMENT CORPORATION OF INDIA LTD. (A GOVT.OF INDIA ENTERPRISE)

PART-I : INSTRUCTIONS TO TENDERER

1.0 GENERAL:

a) The tender should be addressed to the officer who has invited the tenders. b) Any offer made in response to this tender, when accepted by the Cement Corporation of India

Ltd., will constitute a contract between the parties 2.0 SUBMISSION OF TENDER:

2.1 Two-Part Bid procedure in electronic form shall be adopted for preparation, submission and

evaluation of the bids. The bid submitted should be digitally signed by the bidder. Soft copy of the bids (Techno-Commercial Bid and Price Bid) shall be uploaded through the portal www.cci-etender.comon or before the submission time and date as stipulated in the bidding document.

The bidder shall prepare the bid and submit the bid online on “Electronic Tendering System. 2.2 OTHER CONDITIONS: i) The tenderer has/have to declare that he/they have not been debarred from tendering for contracts

in any of the departments of Govt./Semi Govt./Public Sector Undertaking and Local Bodies ii) The tenderer has to certify that the information given by him/them in the tender documents is correct

and if at any stage the same is found to be incorrect, the contract will be liable to be terminated/rescinded and action may be taken against him/them by the Corporation for damages

iii) In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof. In the event of the absence of any partner, it must be signed on his behalf by a partner holding power of attorney authorizing to do so

iv) In the case of a company, the tender should be signed in the manner as laid down in the said Company’s Article of Association

vi) A true copy of the partnership deed (and Articles and Memorandum of Company) duly attested should be furnished

vii) Tenders received after the specified time & date are liable for rejection viii) Tenders not submitted in the prescribed formats and not completed in all respect are likely to be

rejected ix) The tender documents are non-transferable. Only those firms can participate in whose name the

tender has been sold x) Tenderers shall not be entitled to claim any costs, charges, expenses or incidentals for or in

connection with the preparation and submission of their tenders even though the Corporation may decide to withdraw the “Invitation of Tender” or reject any/all tender(s) without assigning any reasons thereof

xi) Tenderer must submit copy of his Latest Income Tax Return and PAN card

3.0 OPENING OF TENDER:

PART- A Techno-Commercial bid will be opened electronically on specified date and time as given in the NIT. Bidder(s) can witness electronic opening of bid

PART- B Price bid will be opened electronically of only those bidder(s) whose Part-A Techno-

Commercial Bid is found to be Techno-Commercially acceptable by CCI. Such bidder(s) will be intimated date of opening of Part-B Price bid, through valid email confirmed by them

4.0 CLEAR UNDERSTANDING

Page 10 of 73

When a tenderer submits his tender in response to these tender documents, he will be deemed to have understood fully about the requirement, terms and conditions. No extra payment will be made or any other claim whatsoever entertained on the pretext that the tenderer did not have a clear idea of any particular point(s).

5.0 VALIDITY OF OFFER:

Tender shall remain open for acceptance for 120 days or as may be specified from the date of opening of commercial bid. No revision/modification in the tendered rate will be allowed during the period of original validity of tender or the extended period except for any reduction/ revision as may be asked for specifically by CCI during negotiations.

6.0 REFERENCE LIST:

The tenderer(s) should submit along with their tender(s) the list of unexecuted orders in hand, if any, for same/similar jobs and period by which jobs are proposed to be completed (Performa enclosed as Annexure-C)

7.0 AWARD OF CONTRACT: a) The Corporation reserves the right:

i) To accept in its sole and unfettered discretion any tender for whole or part

quantities/ part work or to reject any or all tenders without assigning any reasons thereof and without entitling the tenderer to any claim whatsoever.

ii) To enter into parallel contracts simultaneously or at any time during the period of the contract with one or more tenderer(s) as the Corporation may deem fit.

iii) To place adhoc order simultaneously or at any time during the period of the contract with one or more tenderer(s) for such quantity and for such jobs as the Corporation deem fit.

b) Normally no price negotiation will be conducted. Tenderers are advised to quote highest rates on firm basis in their offers

c) Firms which have failed to fulfill earlier contractual obligations may not be considered.

d) If no separate agreement has been signed by the parties to the contract, the LOI/ Order resulting from this tender including all negotiation and detailed order to be issued subsequently, with its terms and conditions and stipulation as agreed to by the tenderer and to the extent modified during negotiations, constitutes the contract agreement relating to the work between the successful tenderer and the Corporation and the parties shall be bound by the terms and conditions and all provisions of this contract

e) The Corporation does not bind itself to accept the highest or any tender to assign any reason for non-acceptance of the same

f) The Corporation shall mean and include the administrative and executive officers of its Corporation Office at New Delhi as well as of factories/ projects as the case may be who are identified to deal with matter relating to this contract on its behalf.

8.0 In case of the due date of sale/ submission/opening of tender falling on Government

holiday(s), the succeeding working day/date will be treated as due day/date automatically. However, the time will remain unchanged.

9.0 The tenderer should have adequate experience in the related field and should furnish

supporting documents giving details of similar job executed during last three years. 10.0 INTEGRITY PACT & IEM:

Page 11 of 73

10.1 The tenderers should go through the Integrity Pact (Annexure-I) in detail and should submit the same, duly signed by Proprietor/Director/Partner. The conditions of the Integrity Pact, shall be applicable, during the period of the contract or extension thereof. In case the contract is sub-let by the successful Tenderer with the permission of the Corporation, the Principal Contractor/successful Tenderer shall take responsibility for adoption of Integrity Pact by the sub-contractor.

10.2 The person signing Integrity Pact shall not approach the court while representing the matters to IEM & he/she will await their decision in the matter.

10.3 Independent External Monitor (IEM) shall be oversee the compliance under the interity pack. The details of IEM is given in CCI website.

10.4 The stake holders may approach the IEMs regarding any unethical terms / practices of the organization.

10.5 The IEM would examine all complaints received by them.

10.6 The IEM are supposed to resolve issues raised by an Intending bidder

regarding any aspect of the tender which allegedly restricts competition or displays bias towards some bidders.

10.7 Vendors/ Bidders having any grievance/ complaint relating to the tender

at any stage may approach the IEM directly, preferably by email. The IEM will look into their grievances/ complaints promptly, objectively and independently.

11. MSME ACT- As per MSME Act-2012, 25% of the total tendered quantity shall be reserved for

the vendors, registered with MSME, with quoted landed cost within the band L-1 +15%, provided they agree to supply at the landed cost of L-1. Out of the 20% of tendered quantity, 20% shall be reserved to the MSME entrepreneurs‟ with SC/ST category. For award of this quantity, the vendors shall have to submit the valid MSME certificate (with SC/ST category, if any) along with the techno-commercial bid of the tender. This shall be possible only if the L-1 bidder is not MSME. In case of more than one such MSME, the quantity shall be shared proportionately.

12. START UP INDUSTRIES- For industries who have started the business during last 3 financial years, the submission of the credentials like audited balance sheets, performance certificates for materials supplied during last 3 years may not be mandatory for the purpose of meeting the eligibility criteria of the tender. They can submit the documents for the financial years during which their plant was in operation. However the list & documents of plant and machineries etc. are required to be submitted.

--------------------

Page 12 of 73

Annexure: A – IV

CEMENT CORPORATION OF INDIA LTD. (A GOVT. OF INDIA ENTERPRISE)

PART-II: GENERAL TERMS AND CONDITIONS

1.0 EARNEST MONEY DEPOSIT:

1.1 All tenderers including those registered with the Corporation should furnish Earnest Money, as specified through e-payment ( through e- tendering Portal gateway) in favour of Cement Corporation of India Limited payable at New Delhi. Tender received without the Earnest money deposit, as specified in the tender, will be liable for rejection. Any other money held by or pending with the Corporation against any other contract will not be generally adjusted for this tender

1.2 Earnest money will be forfeited if the rates are revised/or modified upward during the validity period

or extended period. Earnest money will also be forfeited if the security deposit is not furnished within 15 days from the date of LOI or work not started after acceptance of the tenderer’s offer by CCI.

1.3 The Earnest money deposit will not bear any interest

1.4 The Earnest money deposit of successful tenderers would be adjusted towards the Security deposit and that of others will be refunded, except in the cases mentioned in 1.2 above and mentioned in Clause 2.3 below.

1.5 Public Sector Undertakings (Central/State) and SSI units registered with NSIC and MSME are exempted from submission of Earnest money deposit. The MSME and SSI units shall furnish a documentary proof to the effect that they are registered with NSIC along with the tender documents.

2.0 SECURITY DEPOSIT: 2.1 The amount of Security deposit as specified in the terms and conditions of the tender/LOI shall

be deposited by the successful tenderers within 7 days of acceptance of offer i.e. issue of Letter of Intent(LOI)/Work Order(W.O).

2.2 Failure to furnish Security Deposit in accordance with the conditions of the tender within 15 days

of the acceptance of offer/issue of LOI/W.O will be considered to be breach of contract, which would give the Corporation the right to terminate the contract and forfeit the EMD amount. For such breach of contract, the Corporation also will be entitled to take any other course of action against the successful tenderer as it may deem fit like stoppage of business dealings/debarring from tendering etc.

2.3 The Security deposit may be made either by bank draft or bank guarantee in favour of Cement

Corporation of India Ltd. from any nationalized bank in the prescribed form valid for 6 months beyond the date of completion of contract with a further claim period of 3 months. The Earnest money deposit in the form of RTGS will be adjusted towards portion of security deposit, in the case of successful bidder.

2.4 If work is not started after acceptance of tenderer’s offer, EMD/SD will be forfeited. 2.5 In the event of any approved upward revision in the value of the contract the successful tenderer

will, on receiving intimation, make further deposit as specified by the Corporation towards the increased value of the contract.

2.6 The security deposit will not bear any interest. The Corporation reserves the right to adjust security

deposit towards any amount due to it from the successful tenderer against this contract or against

Page 13 of 73

any other contract with this Corporation and in such an event the successful tenderer on receipt of notice from the Corporation shall make further deposit to restore the security deposit to the full amount.

2.7 The security deposit shall be liable to be forfeited wholly or partly at the sole discretion of the

Corporation, should the successful tenderer either fail to complete the jobs assigned to him/them as per agreed time schedule or to fulfill his/their contractual obligations or to settle in full his/their dues to the Corporation.

2.8 The Corporation is empowered to deduct from the security deposit or from any other outstanding

amount any sum that may be fixed by the Corporation as being the amount of loss or losses or damages suffered by it due to delay in performance or non-performance of any of the conditions of the tender/contract. The Corporation will, however, not be bound to prove any demonstrable loss or damages suffered.

2.9 The Corporation shall have a lien over all or any money that may become due and payable to the

contractor under this contract or any other contract or transaction of any other nature either all alone or jointly with other and unless the Contractor pays and clears the claim of the Corporation immediately on demand, the Corporation shall be entitled at all times to deduct the said sum due from the contractor from any money/security deposit with which may have become payable to the contractor or may become due at any future date under this contract or any other contract or transaction whatsoever between the contractor and the Corporation without prejudice and in addition to the other rights of the Corporation to recover the amount of any such claim by other remedies legally available.

2.10 Bank Guarantee as required under this contract or agreed to against any advance made by the

Corporation/ contract performance/equipment performance/ guarantee etc. shall be extended by the Contractor whenever so required by the Corporation and without any question for covering the period of completion and finalisation of work, performance etc. Failure to do so shall entitle the Corporation to encash the bank guarantee against it towards any dues, recoveries L.D. etc.

3.0 MEMBER OF THE CORPORATION NOT INDIVIDUALLY LIABLE:

No Director or official or employee of the Corporation shall in any way be personally bound or liable for acts or obligations of the Corporation under the contract or answerable for any default or omission in observance or performance of any of the acts, matters or things which are herein contained.

4.0 CORPORATION NOT BOUND BY PERSONAL REPRESENTATION: The contractor shall not be entitled to any increase in the rates or any other right or claim whatsoever by reason of any representations, explanation or statement or alleged representation, promise or assurance given or alleged to have been given by any employee of the Corporation

5.0 NON-PERFORMANCE OF CONTRACT/CANCELLATION OF CONTRACT/RIGHT OF THE

CORPORATION:

5.1 The Corporation reserves the right to cancel the contract if the contractor fails to carry out the jobs assigned to him as per contract and as per the instructions given by authorized representative of the Corporation. In addition, Corporation may also take any other remedial measures in such an event as described hereunder. 5.2 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the tenderers, their partners agents or servants to any officer servant or representative of the corporation for obtaining or for execution of this or any other contract or for receiving payments under the contract shall in addition to the criminal liability he may incur will subject to tenderer to cancellation and the Corporation shall be entitled to deduct the amount so payable from any money otherwise due to the tenderer under this or any other contract. Any question or dispute as to whether the tenderers have incurred any liability under the clause shall be settled by the Corporation in such manner and on

Page 14 of 73

such evidence of information as it may deem fit and sufficient and the Corporation decision in this regard shall be final and conclusive. 5.3 In case of any compelling circumstances or for any other reasons and in the opinion of the Corporation, the contract needs to be determined and terminated at the stage during the execution, the Corporation shall be entitled to do so, giving one month’s notice in writing. In such an eventuality, no compensation whatsoever for any arrangement is made by the contractor or for any liabilities incurred by him or any consequential loss will be payable by the Corporation except the payment for work actually done at contracted rates, after making good all dues recoveries L.D. if any etc. CCI also reserves its right to suspend the contract for any compelling reasons if in the opinion of the Corporation it is so required. In such an eventuality, the time of completion will be extended to the extent of suspension period but no claim whatsoever for any damages, increase in rates, idle wages machinery etc. will be payable to the contractor. 5.4 The Corporation also reserves the right to make risk purchase from the open market by tender or by any other mode of purchase at the risk and cost of supplier in respect of such quantities that the supplier fails to deliver in accordance with the schedule of delivery agreed to, after giving due notice to the supplier.

6.0 SUB-LETTING OF CONTRACT:

The contractor shall not sublet or assign this contract or any part thereof without obtaining prior written permission of the Corporation. In the event of the contractors subletting or assigning the contract or any part thereof without such permission, the Corporation shall have the right to rescind the contract and contractor shall be liable to the Corporation for any loss or damage which the Corporation may sustain in consequence or arising out of such cancellation. Even, in case subletting is permitted by the Corporation the party to whom subletting is proposed, will be subject to approval of the Corporation. However, the Corporation will not recognize any contractual obligations with the persons or party to whom the contract has been sublet including compensation under workman’s compensation Act and the Contractor will be held responsible for the satisfactory, due and proper fulfillment of the contract.

7.0 CHANGES IN CONSTITUTION:

7.1 Where the contractor is a partnership firm, a new partner shall not be introduced in the firm except with the previous consent in writing of the Corporation which may be granted only upon furnishing of a written undertaking by the partner to perform the contract and accept all liabilities incurred by the firm and under the contract prior to the date of such undertaking.

7.2 On the death or retirement of any partner of the Contractor’s firm before complete execution and performance of the contract, the Corporation may, at its option rescind the contract and in such case the contractor shall have no claim, whatsoever, for compensation of any kind, consequential loss etc. against the Corporation.

7.3 Without prejudice to any of the rights or remedies under this contract, if the contractor is a proprietorship concern and proprietor dies during the subsistence of the contract, the Corporation shall have the option to terminate the contract without paying compensation of any kind consequential loss etc. to any claimant i.e. legal heirs and successors.

8.0 FORCE MAJEURE CONDITIONS: 8.1 If any time during the continuance of the agreement/contract it becomes impossible by reasons

of war, or war like operations, strikes, lock-outs, riots, civil commotion, epidemical sickness, pestilence, earthquake, fire, storm, or floods, the contractor shall during the continuance of such contingencies, not be bound to execute the contract during this period as per agreement/ contract time schedule. The work shall be resumed immediately the contingencies has have

Page 15 of 73

ceased or otherwise determined and contractor’s obligations shall continue to be in force for correspondingly extended period after the resumption of execution. The contractor shall however, inform the corporation by registered post about such acts at the beginning and end of the above causes of delay within ten days of occurrence and cessation of such force majeure conditions.

8.2 In the event of delay lasting over one month, if arising out of cause of force majeure the

Corporation reserves the right to cancel the order/ contract without any compensation whatsoever, and/or any consequential loss etc.

8.3 Only events of Force Majeure which affect the work at the time of its occurrence shall be taken

into cognizance. The Corporation shall not be liable to pay any extra costs or increased rates due to delay under Force Majeure conditions. Only appropriate extension of time will be granted.

9.0 NOTICE:

Any notice hereunder may be served on the contractor by registered post/ mail at his last known address. Proof of issue of any such notice at this address shall be conclusive proof of having received the notice by contractor.

10.0 DISPUTE UNDER THIS CONTRACT AND ARBITRATION: 10.1 In the event of any question/ dispute, breach or difference arising in respect of the meaning and

scope of terms & conditions herein or in connection with any matter under this agreement (except for those matters which are to be decided as per provisions made in these terms & conditions), the same shall be referred to the Chairman-cum-Managing Director of Cement Corporation of India Limited for appointment of a Sole Arbitrator. There will be no objection if the Arbitrator so appointed is or was an employee of the Corporation and whether he had at any time in discharge of his duties as an employee had expressed views on all or any of the matters in dispute or difference or dealt with the matter in substance. The Arbitrator shall give award with reasons in respect of each claim, dispute or difference referred to him in the event the value of the dispute(s) exceeds Rs. 50,000/-. The award of the Arbitrator shall be final and binding on the parties to this contract.

10.2 Subject to aforesaid the Arbitration & Conciliation Act, 1996 and the rules made there under and any statutory modifications thereof for the time being in force shall apply to the arbitration proceedings under this clause.

10.3 The work under the contract shall be continued uninterrupted during the pendency of the

arbitration proceedings and no payment due from one to the other parties therein shall be withheld on account of pendency of such proceedings unless such payment related to the matter under arbitration.

10.4 The venue of the arbitration shall be New Delhi or such other place as the arbitral tribunal

at his discretion may determine.

11.0 JURISDICTION:

It is hereby agreed by the parties here to that only courts at New Delhi/ Delhi shall have jurisdiction to decide or adjudicate upon any dispute which may arise out of or be in connection with this agreement.

12.0 LAWS GOVERNING THE CONTRACT:

This contract shall be governed by the laws of Union of India in force.

13.0 WAIVER NOT TO IMPAIR THE RIGHT OF THE CORPORATION:

Page 16 of 73

Any delay in exercising or omission to exercise any right, power or remedy accruing to the corporation upon any default under this contract shall not impair any such right, power or remedy or shall be construed to be inaction of the Corporation in respect of any such default or any acquiescence by the Corporation effect or impair any right, power or remedy of the Corporation under this contract.

14.0 CONDITION GIVEN BY THE TENDERER: 14.1 With the acceptance of the terms and conditions described in this tender any terms and

conditions given by the tenderer(s) contrary to those conditions shall be treated as withdrawn by the tenderer(s).

15.0 OTHER COMMERCIAL TERMS AND CONDITIONS 15.1PRICES: a) Prices are to be quoted on firm basis and there shall be no variation of the same during the

period of contract unless specifically agreed to & provided in the contract. b) If the work is made within the scheduled time, prices as per the contract will be payable.

However, if the work is delayed, the Corporation will have the option to either charge liquidated damages or rate difference calculated on the basis of prices pertaining to the scheduled date of work and /or prices applicable to the actual date of work i.e., prevailing rate, whichever is higher i.e., ordered value minus liquidated damages or prevailing rate whichever is lower, will be paid. However, extension in the validity of the contract will be required if the work is made after expiry of the contract.

c) If at any time, during the said period, the contractor reduces the sale price of such works to any other person at a price lower than the price chargeable under the contractor, he shall forthwith notify such reduction to the Corporation and the price payable under the contract for the work done after the date of coming into force such reduction shall stand correspondingly reduced.

15.2 GST:

The IGST / CGST / SGST, if applicable, will be paid on the cost of the finished goods being supplied, as per the rate (%) prevailing at the time of scheduled delivery period subject to the supplier claiming the same as a separate item on their bill. The supplier shall furnish the following certificate on the body of the bill towards claiming the aforesaid amount for IGST / CGST / IGST. It is certified that the goods on which GST has been charged, have not been exempted under GST Act or the rules made there under. The amount charged under/ on account of IGST / CGST / SGST on these goods are not more than what is payable under the provisions of the relevant Act or the rules made there under.

15.3 PACKING AND MARKING:

a) All machinery equipments, hardware items and materials prone to deterioration shall be adequately packed to protect them against all damages, pilferage, rust etc. during transit and from atmosphere. Packing shall be adequate and suitable for transport by rail/ road as required. Each package shall contain order no. and date and name of consignee.

b) Each consignment must relate to one purchase order only. Where dispatch of material

against more than one orders in a single consignment/ case is warranted, the material against each order should be packed separately. Order numbers along with tag no. should be visibly marked outside all packages for easy identification.

c) Any loss, damages or pilferage in transit due to faulty/ inadequate packing or on any other

account will be to the account of the supplier.

Page 17 of 73

d) All packing and forwarding charges are to be borne by the supplier.

15.4 DELIVERY AND LIQUIDATED DAMAGES:

a) The successful tenderer, on receipt of Purchase Order, will finalise a detailed manufacturing schedule keeping in view the overall delivery schedule as per the order. He will indicate the completion dates of critical activities and on approval by CCI, the same will form the basis for monitoring the progress when the items are taken up for manufacture. The copies of the schedule shall be forwarded to Inspecting Authority besides Material Management Department.

b) LD for delay in delivery shall be levied @ ½% per fortnight or part thereof on the belated supplies against each indent subject to maximum of 5% of the delayed portion of supplies against that indent. The corporation will, however, not be bound to prove that it has suffered to the extent of LD claimed. The LD for delay in delivery shall be levied on the landed cost at CCI’s units inclusive of basic prices, taxes, duties & freight etc.

c) The time and date of delivery is the essence of the contract and the goods must be dispatched within the time and subject to the conditions specified. For such breach of contract, the Corporation will be entitled to take any other course of action against the supplier as it may deem fit like stoppage of business dealings/ debarring from tendering etc.

15.5 FREIGHT

a) Stores, ordered for, must be dispatched in such a way that the total freight charges

whether based on cubic measurement or weight should be minimum keeping in view that the under load consignment are to be avoided.

b) The supplier shall obtain clear and unconditional Railway Receipt/ Parcel way bills/ lorry receipts from the Carriers.

c) The supplier shall have to make arrangements for the dispatch of all over size dimensional consignments to purchaser’s site and shall be responsible for taking permission, if necessary, from the concerned authorities for the movement of such oversize consignments from the station of dispatch to destination station. All expenses incurred in this connection shall be borne by the supplier.

15.6 INVOICING

a) Two copies (one of which should be in original) of invoice, packing list/ delivery challan along with Railway receipt/ Lorry receipt/ Parcel waybill, Inspection certificate issued by the inspecting authority or similar other documents as above should be sent to the consignee. The documents as above should be sent within 72 hours from the dispatch of the consignments to avoid payment of demurrage/ wharfage. Any demurrage/ wharfage paid by the Corporation due to non/late receipt of documents will be to the account of supplier.

b) An intimation through e-mail giving details of RR/Lorry receipt/ Parcel way bill,

consignment details, such as no. of packages, weights and values shall be sent to the consignee in advance.

c) One copy of invoice pre-receipted along with copies of packing list, delivery challan,

inspection certificate issued by the inspection authority shall be sent to the paying authority. In case the dispatch documents are to be sent through bank, advance copy of the invoice shall be sent to the paying authority within 72 hours of the dispatch of the consignments.

Page 18 of 73

d) One copy of the invoice along with a copy of packing list delivery challan shall be sent to the Officer who has placed the order. If any extra charges including wharfage or demurrage are incurred in taking delivery of the consignment due to supplier’s failure to observe the conditions mentioned above same will be recovered from the supplier.

15.7 INSPECTION:

i) Pre-inspection at supplier’s work will be carried out by CCI Unit/ any other agency at the

sole discretion of CCI.

ii) All inspection calls will be issued from the works and not Sales Office with the stamp of the supplier, giving a clear notice of 21 days from the date of stamp of the Post Office when any items are offered for inspection.

iii) Inspection will cover checking of all items being manufactured by the supplier at his own

works, at the works of his sub-supplier and also of any of his bought out items.

iv) The supplier will provide all facilities including tools, instruments and other apparatus to inspecting officer to facilitate inspection and avoid delay in work on this account.

v) The test would normally be conducted as per BIS standards wherever available and in other cases as per prevalent engineering practices for consignments, checking of material will be done for chemical analysis, physical properties, visual inspection, non-magnetic property, test certificates and other non-destructive tests (if specified in the purchase order).Test verification of chemical composition will be done in a Govt. laboratory/ Govt. approved laboratory/any other reputed laboratory at the discretion of CCI wherever required.

vi) The Inspector will have access to the premises/ workshop of supplier, his sub-supplier at

all reasonable times to undertake inspection, take samples, take any other measurement or readings and to check the progress of any of the items.

vii) Inspection will include checking of raw materials manufacturing procedures, stage inspection (as per stages to be indicated/ required by CCI during execution) and final inspection. All detailed records about the stage inspection will always be kept by the manufacturer and CCI inspector will be at liberty to check those records on demand.

viii) For any sub contracted items, supplier will inspect them himself before offering them to

CCI for inspection. In this regard, the supplier will submit his inspection report along with all documents while giving inspection call for sub-contracted items.

ix) The supplier will immediately on receipt of the order, draw an inspection plan with CCI for identifying the stages at which checking is to be done to meet with CCI’s requirements.

x) Final inspection will be carried out when the material/equipments are ready in all respect

preferably before painting. The extent and type of inspection will depend upon type of equipment/ item and its function in general and will include items like checking of critical dimensions, physical tests, straightness/ flatness and surface finish, checking of hardness of components, carrying out load/ no load trials, dynamic/ static balancing, leakage and hydraulic tests contact impression, forth profile and back lash etc.

xi) The manufacturer will supply to the inspector all test certificates and records of their own

internal inspection at the time of final inspection. These will include manufacturing records, destructive and non destructive tests, impulse test etc.

xii) If the inspector has advised the supplier to do certain rectification before dispatch of

materials, these instructions will be carried out and materials will not be dispatched without these rectifications. Inspection by CCI inspectors will not absolve the supplier from his

Page 19 of 73

responsibility regarding the quality of materials supplied by him or his sub-contractors/ sub-suppliers. CCI will have the right to reject the materials if after their receipt at site, it is found that the rectifications advised by CCI were not carried out or the items do not give the specified performance as per the specifications and the guarantees.

xiii) For long delivery items, the supplier will send a monthly progress report indicating the latest status of each item/assembly to enable CCI to know the progress of work.

xiv) Not withstanding the single/final inspection done at the works of supplier, CCI reserves the right to inspect or test the goods at its destination site and any defects/short-comings noticed will be made good by the supplier/work as per contracted time schedule, at his own expenses.

xv) CCI reserves the right to inspect any bought out item and in this regard the supplier will submit all necessary records, data and documents so as to enable CCI inspector to undertake inspection.

xvi) No material will be dispatched under any circumstances without clearance from CCI respective Unit.

xvii) All costs involved in connection with inspection/testing will be borne by the supplier.

15.8 WARRANTY REGARDING QUALITY OF MATERIAL SUPPLIED

a) Supplier shall guarantee that all the items supplied by them whether manufactured by them or their sub-contractor or purchased from any other source and supplied to the corporation shall be new and free from all defects arising due to defective material or manufacturing defects. Items supplied shall be first class workmanship with effective design.

b) The supplier shall warranty to replace, rectify or repair free of cost at the factory site, the

component or part of item proved to have become unserviceable due to any of the above defects within period of 12 months from the date of use of the material or 18 months from the date of dispatch of item(s) whichever is earlier. In the event of the supplier not complying with the above within a reasonable time, the corporation will have the option to rectify/repair or replace the defective part(s)/component after giving three weeks notice to the supplier and recover the cost from the supplier.

16. CCI reserves right for request for diversion of dispatches of materials to any of its other

units. Differences in taxes, duties & freight charges, if any shall be borne by CCI.

17. In the event of negotiations, only downward revision of rates will be allowed. Any change in techno-commercial terms as agreed earlier, will not be permitted at this stage. Hence any qualifying remarks in the price bid revised/ negotiated offer will not be entertained and shall render the tender liable for rejection and forefeiture of earnest money deposit.

Page 20 of 73

ANNEXURE – ‘B’

CEMENT CORPORATION OF INDIA LTD (A Govt. of India Enterprise)

I declare that the following officer of the Corporation are related to me/ no officer of the

Corporation is related to me: S.No. Name of the Officer Post held Place of posting

Signature of tenderer(Name / full address with seal)

Page 21 of 73

ANNEXURE – ‘C’

CEMENT CORPORATION OF INDIA LTD

NEW DELHI

UNEXECUTED / PRESENT CONTRACTS / JOBS IN HAND

Sl. No

Name of client Nature of work

Approx. value of contract (Rs. in lakhs)

Date of Start Stipulated date of completion

Note: Please attach photo copies of contracts

Signature : …………………………… Name in full : …………………………… Name of the Party : …………………………… Place : ……………… Address : ……………………………

Date : ……………… Seal :………………

Page 22 of 73

CEMENT CORPORATION OF INDIA LIMITED

NEW DELHI

ANNEXURE-`D’ FORMAT FOR ADDL. INFORMATION TO BE FURNISHED BY THE TENDERERS (REFER SPL. INSTRUCTIONS PART III SPL. TERMS & CONDITIONS) 1. Name of the Firm 2. Complete Postal address/Gram/Tlx/Phone etc.

a) Head Office/Corporate Office b) Factory c) Other branches (incl. Delhi office, if any)

3. Whether Public Sector/Private

Sector/Joint Sector etc. 4. Type of Organization: Proprietary/Partnership/ Limited/any other type A. In case of Proprietors/Partnership

i) Name of the Proprietors/Partners ii) Whether business/Partnership is registered iii) Date of commencement of business iv) Status of Income Tax assessment(Please attach copy

of Valid Income Tax clearance certificate) v) Name & address of the Bankers (Please

attach reference letter from your banker) B. In case of Limited Liability Company or

Company Limited by Guarantees

i) Amount of paid-up Capital ii) Name of Directors iii) Date of Registration of Company iv) Copies of last three years audited balance

Sheets of company (including Profit & Loss Statement) to be enclosed.

v) Name & address of the Bankers (please attach reference letter from your banker)

5. Date of commencement of production of item

for which tender is being submitted 6. Annual turnover for last 3 years Amount Rs. In lakhs

of the category/item for which tender is being submitted. 7. List of Plant & Machinery installed

(Details to be furnished as per Annexure-D 1) 8. Details of orders executed/completed including

CCI’s, if any, during last 3 years (details to be Furnished as per Annexure-D3).(Photocopies of

Page 23 of 73

orders/contracts alongwith performance certificates from buyers to be enclosed).

9. Present order in hand (Details to be furnished as

per Annexure `C’) (Photocopies of orders/ contracts to be attached).

10. Details of Foreign collaboration, if any. (Please

attach photocopies of collaboration agreement if it is there). 11. FINANCIAL

a) Investment on fixed assets of building,

Fitting&fixitures.Investment on Plant & Machinery tools and dies etc.

12. Testing Facilities

i) Is your firm authorised to use ISI certification

mark (give authority reference with copies) ii) Are these testing facilities adequate in linewithISI. iii) What are the test facilities (Test Equipments

Annexure – D2) 13. Are you on the approved list with any of the

following Supply of items quoted :

Any Public Sector Undertakings Cement Plants Other reputed agency (Enclose photocopies of Registration Certificates)

14. LIST OF ENCLOSURES ATTACHED BY VENDORS TO BE INDICATED

Enclosed Not Enclosed

a) Latest Income Tax Clearance Certificate/ _______ ___________

Latest Income Tax Return b) Partnership Deed, if applicable _______ ___________ c) Copies of last three years audited

Balance sheets with Profit & Loss A/cs _______ ___________ d) List of Plant & Machinery

(as per Annexure D1) _______ ___________ e) Photocopies of Performance Reports from the customers _______ ___________ f)` Details of present orders in hand (as per Annexure – C) _______ ___________ g) Photocopy of foreign collaboration,

If applicable _______ ___________ h) Reference from the Bankers indicating

Financial status of the company _______ ___________ i) Details of Testing Facilities

(as per Annexure D2) _______ ___________ k) Details of order executed (as per Annexure D3)

Page 24 of 73

It is hereby solemnly declared that the above information and the data furnished in the enclosed Annexure is true to the best of our knowledge.

Signature of Tenderer

Name of the Signatory

Designation

Seal of the Company

Place :

Date :

Page 25 of 73

ANNEXURE - D-1

CEMENT CORPORATION OF INDIA LTD.

(A Govt. of India Enterprise)

DETAILS OF PLANT & MACHINERY INSTALLED Name of Firm :

Sl. Machinery Size/Capacity Qty. Year of General

No. Manufacture Condition

Signature : Name :

Designation :

Page 26 of 73

ANNEXURE – D –2

CEMENT CORPORATION OF INDIA LTD. (A Govt. of India Enterprise)

DETAILS OF TESTING FACILITIES INSTALLED

Name of Firm :

Sl. No. Item Size/Capacity Qty. Year of Manufacture General Condition

Note : Also specify if test facilities like Radiography, Magnetic crack detection ultrasonic, physical test and chemical test facilities are available. Also indicate routine and type-testing facilities.

Date :

Signature : Name : Designation :

Page 27 of 73

ANNEXURE – D-3

DETAILS OF ORDERS EXECUTED INCLUDING CCI DURING THE LAST THREE YEARS

Name of firm :

Type of items (Give details)

Name of the party to whom supplied Value

Date of Order

Delivery date

Date of actual completion

Date : Signature : Name : Designation :

N. B.: Please attach photocopies of such orders/contracts.

Page 28 of 73

ANNEXURE-I

INTEGRITY PACT Between

Cement Corporation of India Limited (CCI) hereinafter referred to as "The Principal", and ------------------------------------------------hereinafter referred to as "The Bidder/Contractor"

Preamble:

The Principal intends to award, under laid down organizational procedures, contract/s for ----------------------The Principal value full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness / transparency in its relations with its Bidder(s) and / or Contractor(s). In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above. Section 1 - Commitments of the Principal

1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:-

a) No employee of the Principal, personally or through family members, will in connection with the tender for, or the execution of a contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

b) The Principal will, during the tender process treat all Bidder(s) with equity and reason, The Principal will in particular, before and during the tender process, provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution.

c) The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary actions.

Section 2 - Commitments of the Bidder(s)/ contractor(s) :

(1) The Bidder(s)/ Contractor(s) commit himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise or give to any of the Principal's employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act; further the Bidder(s)/ Contractor(s) will not use improperly; for purposes of competition or personal gain, or pass on to others, any information or document provided by the Principal as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

Page 29 of 73

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the Agents/representatives in India, if any. Similarly the Bidder(s)/Contractor(s) of Indian Nationality shall furnish the name and address of the foreign principals, if any, Further details as mentioned in the "Guidelines on Indian Agents of Foreign Suppliers' shall be disclosed by the bidder(s) / Contractor(s). Further, as mentioned in the Guidelines all the payments made to the Indian agent/representative have to be in 'Indian Rupees only.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. (2) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts :

(1) If the Bidders(s)/Contractor(s), before award or during execution has committed a transgression through a violation of Section 2, above or in any other form such as to put his reliability or credibility in question, the principal is entitled to disqualify the Bidder(s)/Contractor(s) from the tender process or to terminate the contract, if already signed for such reason.

(2) If the Bidder/Contractor has committed a serious transgression through a violation of sector-2 such as to put his reliability or credibility into question, the principal is entitled also to exclude the Bidder/Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors with the company hierarchy of the Bidder and the amount of the damage. The exclusion will be imposed for a minimum of 6 months and maximum of 3 years.

(3) If the Bidder/Contractor can prove that he has restored/recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion prematurely.

(4) A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible. Section 4 - Compensation for Damages :

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the award according to Section 3, the Principal is entitled to demand and recover the damages equivalent to Earnest Money Deposit/ Bid Security.

(2 If the Principal has terminated the contract according to Section 3, or if the Principal MM entitled to terminate the contract according to Section 3, the Principal shall be entitled to demand and recover from the Contractor liquidated damages of the Contract value or the amount equivalent to Performance Bank Guarantee.

Section 5 - Previous transgression :

Page 30 of 73

(I) The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company in any country conforming to the anti corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process.

Section 6- Equal treatment of all Bidders/Contractors/Sub-contractors :

(1) The Bidder(s)/ Contractor(s) undertake(s) to demand from all subcontractors the commitment consistent with this Integrity Pact, and to submit it to the Principal before contract signing.

(2) The Principal will enter into agreements with identical conditions as this one with all Bidders and Contractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions. Section-7- Criminal charges against violating bidder(s)/Contactor(s)/Subcontractors:

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an employee or a representative or an associate of a Bidder, Contractor or Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the Chief Vigilance Officer.

Section 8 -Independent External Monitor/Monitors :

(1) The Principal appoints competent and credible Independent External Monitor for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chairman, CCI.

(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction to all tender documentation of the Principal including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder(s)/Contractor(s)/Subcontractor(s) with confidentiality.

(4) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Management of the Principal and request the Management to discontinue or take corrective action, or to take other relevant action. The monitor can in this regard submit non- binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. However, the independent External Monitor shall give an opportunity to the Bidder/Contractor to present its case before making its recommendations to the Principal.

(5) The Monitor will submit a written report to the Chairman, CCI within 5 to 10 weeks from the date of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for correcting problematic situations.

(6) Monitor shall be entitled to compensation on the same terms as being extended to / provided to Independent Directors on the CCI Board.

(7) If the Monitor has reported to the Chairman CCI, a substantiated suspicion of an offence under relevant IPC/PC Act, and the Chairman, CCI has not, within the reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance

Page 31 of 73

Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word 'Monitor/ would include both singular and plural.

(9) Independent External Monitor shall be required to maintain confidentially of the information acquired and gathered during their tenure/role as independent Monitor.

Any breach in this regard would be subject to the legal judicial system of India.

(10) Independent External Monitor(s) shall be required to furnish an Undertaking and disclose before taking any assignment that he/she has no interest in the matter or connected with the party (Bidder/Contractor) in any manner.

Section 9 — Pact duration :

This pact begins when both parties have legally signed it. It expires for the Contractor 12 months after the last payment under the contract and for all other bidders 6 months after the contract has been awarded. If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by Chairman of CCI.

Section 10 — Other provisions :

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. New Delhi.

(2) Changes and supplements as well as termination notices need to be made in writing. Side agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

(For and on behalf of the Principal) (For and on behalf of Bidder/Contractor)

(Office Seal) (Office Seal)

Place ___________

Date ___________

Witness 1 : Witness 2 :

(Name & Address)_____________ (Name & Address) _____________

____________ _____________

Annexure: E

Page 32 of 73

DECLARATION LETTER WHICH MUST BE UPLOADED ONLINE BY THE TENDERER DULY FILLED IN, SIGNED AND STAMPED

Ref……………………. Date: …………..

We/I have gone through the Part – I (Instructions to tenderers), Part- II (General Terms & Conditions), Part- III (Special Terms & Conditions) and Part- IV (Technical Specifications) of NIT No. 6(06)/18-MMO, understand them completely and accept in entirety. Our offer is in confirmation to all the terms and conditions of the tender including all corrigendum/ addendum, if any. In the event of award of contract to us, the complete tender documents shall be considered for constitution of contract agreement.

We also confirm that no tampering is done with original tender documents. We understand that any tampering of tender documents will lead to rejection of our bid/ Action for disqualification in participation of Tenders in CCI.

We/I hereby declare that We/I have not been debarred from tendering for contracts in any of the departments of Govt./Semi Govt./Public Sector Undertaking and Local Bodies. We/I certify that the information given by us/me in the tender documents is correct and if at any stage the same is found to be incorrect, the contract will be liable to be terminated/rescinded and action may be taken against us/me by the Corporation for damages. We are/I am duly authorized/empowered to sign all the tender documents.

a) Name of the Tenderer…………………….

b) Full Postal Address: ……………………… ……………………… ……………………….

c)Telegraphic Address/Telex/Fax………………

d)Phone: Office………………Residence…………….

e) E-mail ………………………………………………

Yours faithfully,

(SIGNATURE OF THE TENDERER WITH SEAL)

WITNESS (NAME & ADDRESS)

1------------------------------- 2--------------------------------- ------------------------------- -------------------------------- ------------------------------- ----------------------------------

Annexure- V

Page 33 of 73

CEMENT CORPORATION OF INDIA LTD. (A Govt. of India Enterprise)

PART-III SPECIAL TERMS AND CONDITIONS

Tender for Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh) ______________________________________________________________________ In addition to the General Terms and Conditions of tender under PART – I & II, the following terms and conditions will also apply to the contract. These special terms and conditions, if contradictory to any conditions given in PART – I & II, will prevail upon the conditions given therein. The order will consist of FOUR parts i.e. PART – A, PART – B, PART-C and Part-D. PART – A is for Design, engineering, and Drawing Submission PART–B for Manufacturing and Supply of material at site, PART–C for Erection work i.e. civil, mech., electrical & Instrumentation works and PART-D for Commissioning of complete

system and Hooking up with existing system. The tenderer shall conduct the PG Test.

In addition to the above, the following will also apply.

1A. PRE-BID MEETING :

a) A pre-bid meeting open to all the prospective Bidder(s) will be held at the venue, date & time specified in NIT, wherein they shall be given an opportunity to obtain clarifications, if any, regarding the work and bid conditions.

b) All Prospective vendors shall review the tender documents and attend the pre-bid meeting, along

with their quarries, if any, against the terms and conditions of the tender along with their suggestions. Vendors can also upload/seek clarification through e-mail or letter from tendering authority before the last date fixed for raising queries. The queries raised shall be shared with every bidder attending the meeting and be part of the minutes. No clarification or observation will be entertained after the pre-bid meeting is over.

c) The vendors shall attend the pre-bid meeting at their own cost, the tenderer shall be allowed to

visit the site prior to the pre-bid meeting under the supervision of the site/project in-charge on prior intimation as per date mentioned in NIT.

d) The pre-bid meeting shall be open meeting and one time only, the date of meeting shall be

decided by the corporation. In case of any change in schedule of the meeting, the same shall be posted in website with one week notice. In case the tenderers fail to attend the meeting, their request for rescheduling and reorganizing the meeting shall not be entertained.

e) Raising the observations or suggestions by the tenderers shall not give them the right to modify

the terms and conditions unless it is agreed/approved by the corporation.

f) The pre-meeting shall be attended by the committee of officials of the corporation as decided by the competent authority.

g) No further commercial or other deviations will be entertained in the tender process after pre-bid

meeting.

h) In case there is no modification in terms and conditions, the queries raised by the vendors and clarifications given by CCI committee, shall be uploaded against the above tender on CCI website.The original tender terms shall be applicable.

Page 34 of 73

i) Based on the pre-bid meeting, the terms/specification/design will be freeze accordingly, if required. In case there is modification in the tender which shall be uploaded as a corrigendum in the tender along with the queries of all vendors and replies of CCI.

j) Those parties, who have not attended the pre-bid meeting, can also participate in the tender.

The tender terms will be applicable to all parties in uniform irrespective of attending the pre-bid meeting.

1B. Guidelines for Reverse Auction i. Any Tender can be cancelled /withdrawn at any time before award of contract which

is invariably mentioned in NIT. ii. Number of participants allowed in reverse auction:- a. In case of single eligible (techno commercial qualified party, no reverse auction shall

be conducted & tender shall be finalized subject to reasonability of the rate. b. Reverse Auction shall be conducted for two (2) or more techno commercially qualified

parties. c. For 2-4 techno- commercially qualified parties, reverse auction shall be conducted

with all parties. d. For 5-6 techno- commercially qualified parties one highest bidder (H-1) shall not be

allowed to participate in reverse auction. e. For 7-10 techno- commercially qualified, two highest bidders (H-1 & H-2) shall not be

allowed to participate in reverse Auction. f. For more than 10 techno- commercially qualified parties, only lowest 8(eight) bidders

shall be allowed to participate .However , in case of Tie in the eight(last) position, all such parties shall be allowed to participate in the reverse auction i.e in case there is tie of 2 parties in 8th lowest position (L-8) then both of them shall be allowed to participate in reverse auction.

iii. Lowest bid implies the bid whose landed cost is lowest considering freight , inspection charge & less input credit for GST.( reverse auction shall be conducted on landed cost excluding GST)

iv. The base price , minimum detrimental value , pre- defined time duration for quoting the revised rate(in minutes) shall be available with the service provider portal as per the format to be uploaded with NIT.

v. Closing price (CP) of reverse auction shall be treated as new L-1 and tender shall be processed accordingly. Complaints may be given, if any regarding denial of service or any related issue, in writing through email/ fax to the service provider with copy to [email protected] , within 15 min prior to initial closing time of reverse auction . Bidder shall be assigned user id & password by the service provider, which is presently M/s Antares Systems Pvt Ltd.

1.0 SCOPE OF WORK AND TECHNICAL SPECIFICATIONS

Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh). The above will cover the following major jobs:

- Conversion of existing Open Circuit Cement Mill to Closed Circuit Mill with High

Efficiency Separator for Production of PPC grade cement in addition to OPC Grade.

- Fly ash feeding system. - up-gradation of cement transportation system by mechanical conveying system i.e., belt

conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump)

Page 35 of 73

The detailed scope of work & technical specifications is given in Part-IV of the tender documents.

1.1 Activity wise break up of total scope of works is as under :-

1) Design, Engineering, Civil Work design, Structural Design, Submission of GA drawing

with load data, detail engineering for fabrication and erection for construction, Billing

Schedule. Similarly designing for electrical & Instrumentation – cable layout and cable

schedule along with all instrumentation control drawings necessary for successfully

commissioning and hooking up with the existing plant. Submission of all documents

duly approved by consultant (approved consultant by CCI).

(2) Manufacture& Supply of all material for Civil, Mech. and E&I work such as sand,

shuttering material, tor steel, sheet metal, paints, panels, switchgears, cables, all

equipment related for completion of this project etc. [Cement shall be provided by CCI

free of cost]

Supply of all other equipment viz. bag filters, air slides, packers, Bag Cleaning system,

Bag Printing Machines, Gearbox, fans, motors, electrical & instrumentation panels

along with I/O panels, power & control cables and communication cables for DCS

system and necessary software.

(3) Removal of existing equipment, modification of site as per requirement and erection of equipment, Civil works such as foundation of equipment, columns, beams, roof, flooring and structural works. Erection of all the supplied equipment under supervision of the supplier and Integration with existing system

(4) Commissioning &Hooking up with existing system and conducting performance

guarantee test.

1.2 ELIGIBILITY CRITERIA

THE ELIGIBILITY CRITERIA of the tenderer will be as under:-

1. Average annual financial turnover during last three years ending 31st March of previous financial year should be Rs. 3.0 crore.

2. Experience of having successfully completed similar works during last seven years ending

last day of month previous to the one in which applications are invited should be either of the following:

a) Three similar completed works costing not less than Rs. 4.00 crore or

b) Two similar completed works costing not less than Rs. 5.00 crore . or

c) One similar completed work costing not less than Rs. 8.00 crore

3. The tenderer should have supplied/done close circuiting of 35 TPH ball mill or more capacity with fly ash handling system for producing PPC and conversion of cement transportation system from pneumatic system (Fluxo pump) to mechanical conveying system within or outside India in last 10 years and the same is operational till date for at least last one year.

1.4 Sequence of activities and payments thereof.

Page 36 of 73

a) Successful tenderer has to accept the order and send back a copy of acceptance within a week from the date of LOI/Work Order

b) The successful tenderer has to submit item wise Billing Schedule for the supply of the material in sequence of erection at the site for approval to CCI. The billing schedule may be item wise/ tonnage basis as the case may be. Submission of Billing schedule within 4 weeks. (Ensuring the supply of items as per site work progress and the items require first at site shall be reached at site first) c) Submission of all documents duly approved by consultant (approved by CCI). The successful tenderer has to submit - a) detailed General Arrangement Drawings of the system (Mechanical, Civil, Electrical & Instrumentation Schemes), b) technical Specifications, c) Load data details d) Bar Chart for the complete project etc. to CCI within 6 Weeks from the date of LOI/Work Order). Decision of CCI in respect of all the technical specifications, design, drawings, diagrams, schemes and selection of vendors will be final. Approval from CCI will be accorded within 2 Weeks from date of submission (i.e., 8 Weeks from the date of LOI/Work Order) and after having discussion / clarifications of all points from vendor.

d) Removal of Existing Equipment and Preparation of Site e) Supply of sheet metal and structural steel for site fabrication of duct, chutes, connecting ducts, Supply of bought out items, viz., fan, motor, Bag filters, Electronic Packers, Bin, Bag Cleaner, Bag Printing Machine Electrical / Instrumentation panels as per Billing Schedule. g) Erection of equipment in sequence along with completion of Civil work. h) Charging of control panels and simulation i) Hooking up with existing system.

j) Commissioning &Performance Guarantee test

The Commissioning shall be completed within 8 Months from the date of LOI/Work Order.

2.0 PRICES 2.1 The Bank Guarantees as mentioned under different columns Security Deposit, Advance &

Performance guarantee etc.) are to be submitted as per CCI formats from any Nationalized Bank only for equal amount as per validity indicated in the relevant clause with claim period of further three months. The BG should be en cashable at a branch of the bank in New Delhi.

2.2 Prices are to be quoted on firm and F.O.R. destination basis inclusive of Packing/ Forwarding

charges, insurance, GST, freight etc. showing break up as per Price Bid format only. However, GST, freight (against paid LR/GR/RR) and Entry Tax will be payable as per actual as applicable at the time of dispatch on submission of documentary evidence or as quoted by the tenderer whichever is lower. No escalation during the period of contract / execution of the entire contract/extended period on whatever reasons thereof will be allowed in prices

2.3 The price should be quoted strictly in our prescribed Price Bid Performa only enclosed with the

tender, both in figures and words to avoid ambiguities. In case of any difference in figures & words, the lower amount of the two will be taken into consideration.

2.4 Award of contract will be solely at the discretion of CCI. 3.0 PROJECT SCHEDULE

Page 37 of 73

3.1 The complete job as per the scope of work given at Part-IV starting from Design, Engineering up to successful commissioning & hooking up with the existing system and PG Test is to be completed within Eight (08) months from the date of placement of LOI/Work Order.

The date of award of LOI/Work Order shall be considered as the zero date for all purpose.

4.0 PAYMENT TERMS

4.1.1 PART- A

Design, Engineering, Civil Work design, Structural Design, Submission of GA drawing

with load data, detail engineering for fabrication and erection for construction, Billing

Schedule. Similarly designing for electrical & Instrumentation – cable layout and cable

schedule along with all instrumentation control drawings necessary for successfully

commissioning and hooking up with the existing plant. Submission of all documents

duly approved by consultant (Consultant must be approved by CCI).

4.1.1 5% (Five percent) of the PART-A price excluding taxes (if applicable) will be

released against submission of Drawings

(i) Engineering Drawings - General Arrangement, Civil Foundation &

Structure, Fabrication Drawing, Single Line Diagram, Process Instrument Diagram

(ii) Engineering data & specification

(iii)Bill of Material

(iv) Bar& PERT Chart of Project

(v) Billing Breakup schedule.

4.1.2 65% (Sixty five percent) of PART-A after Approval of all Documents along with 100%

taxes( if applicable) will be released within 30 days on submission of bills .

4.2 PART- B

Manufacture & Supply of all material for Civil, Mech. and E&I work such as sand,

shuttering material, tor steel, sheet metal, paints, panels, switchgears, cables, all

equipment related for completion of this project etc. [Cement shall be provided by CCI

free of cost]

Supply of all other equipment Gearbox, fans, motors, etc electrical & instrumentation

panels along with I/O panels, power & control cables and communication cables for

DCS system and necessary software etc.

4.3.1 70% (Seventy percent) of prices of components/items & complete material etc., along

with 100% taxes & freight, if applicable will be released within 30 days on its receipt at

site, inspection & certification by CCI Officials.

For this purpose, the tenderer should indicate the breakup of prices involved, item

wise as per the price bid format and get the same approved by CCI before

commencement of dispatches. The dispatches should be made in sequence to their

erection i.e., the item to be erected 1st will be supplied first.

The following documents are to be submitted for release of payment.

Page 38 of 73

a) Three copies of invoice along with gate pass, packing list etc.

b) Certificate of inspection conducted by CCI officials at our site.

c) Copy of equipment/machinery list along with value as per billing schedule to be

submitted by the successful tenderer duly approved by CCI.

d) Material receipt at CCI - RCF by tenderers representative its unloading and inspection

report from the respective cement factory indicating value of material with respect to (b)

above.

4.4 PART- C

Removal of existing equipment, modification of site as per requirement and erection of equipment, Civil works such as foundation of equipment, columns, beams, roof, flooring and structural works, Erection of all the supplied / fabricated equipment under supervision of the supplier and Integration with existing system

4.4.1 70%(Seventy percent) of prices of above jobs work after completion along with 100%

taxes & freight, if applicable will be released within 30days against submission of

monthly running bills.

4.5 PART- D

Commissioning of complete system and hooking up with existing system.

4.5.1 70% (Seventy percent) of prices of commissioning along with 100% taxes will be released

after successful completion of commissioning and submission of monthly running bills.

4.6 Balance Payment: 4.6.1 On successful completion of erection, commissioning & satisfactory completion of P.G. Test, 15%

(Fifteen percent) of the total contract prices (excluding taxes, & freight),will be released after deduction of L.D.& other recoveries, if any.

4.7 Balance 15% (Fifteen percent) may be released on submission of B.G., against P.G. Test

/Performance guarantee / Warranty, for a period of 12 months with a claim period of 03months. The B.G., towards P.G / Warranty will be returned within 02 months of successful completion of P.G / Warranty.

4.8 All payment will be released through e-transaction mode within 30 days after receipt ofmaterials

duly certified after inspection by CCI. Payments will only be released after submission Security Deposit towards contract vide clauseNo.6.0 of Part-III Special terms & conditions.

4.9 Mode of payment

4.9.1 All payment is through e-payment.

5.0 PENALTY

Page 39 of 73

5.1 Any delay beyond the scheduled completion period of the project will attract penalty @ 0.5% delay per fortnight of the total contract value subject to the maximum ceiling of 5% of the total contract value.

5.2 The date of successful commissioning and PG Test on the basis of certificate given by CCI will

be treated as the date of completion for the purpose for calculating penalty. However, Performance Guarantee Test shall be carried out as per technical specifications (Part- IV) within a period of 15 days from the date of successful commissioning.

6.0 SECURITY DEPOSIT 6.1 The successful tenderer shall have to furnish Security Deposit equivalent to 10 % (ten percent) of

the total value of the contract by way of RTGS / Bank Guarantee (in CCI format to be provided by CCI) in lieu of Clause 2.0 of PART – II of the tender towards satisfactory performance of the contract within 15 days from the date of award of the work order to our Rajban unit.

6.2 This Security Deposit shall be refunded within 2 months from the date of satisfactory completion of

the PG Test and on basis of certificates given by CCI. 7.0 INVOICING

7.1 Three set of copies of invoices showing basic rates, full tax amount / GST, freight etc. etc.

along with packing list, delivery challan, Railway Receipt / Lorry Receipt/ Parcel way bill or

similar other documents are to be sent to the consignee, to CCI duly certified by CCI

representative in the manner specified under Clause 4.9.1 for obtaining payment. Copy of

these documents should also be sent immediately after dispatch of the consignment to the

destination by fax / mail to avoid demurrage / wharfage.

7.2 Three copies of invoices of which one shall be original duly pre-receipted along with packing list/delivery challan shall be sent to the paying authority directly/ through Bank.

7.3 If any extra charges including wharfage/ demurrage are incurred in taking delivery of the consignment due to supplier’s failure to observe the conditions mentioned above, the same would be recovered from the supplier.

8.0 CONSIGNEE: - 8.1 HOD (MM) – RCF. However, the consignment note (C/N) /LR/RR shall be endorsed by CCI in the

name of tenderer’s representative posted at CCI – RCF to facilitate receipt, transport and safe custody by him at CCI’s site.

8.2 The successful tenderer should ensure that their site in-charge would be available at unit, before the

first lot of material reaches the unit, for ensuring the receipt of the material and its safe unloading as well as custody etc.

8.3 Transit insurance, insurance during storage will be in the scope of successful tenderer.

9.0 PAYING AUTHORITY: - H.O.D. (FINANCE) – Rajban Cement Factory (RCF) 10.0 INSPECTION 10.1 Pre-dispatch inspection shall be done at the tenderer’s works or at the works of tenderer’s vendors.

The tenderer shall give an advance notice of minimum seven days for enabling CCI to depute the

Page 40 of 73

inspector. Material will be dispatched only after pre-dispatch clearance certificate given by CCI’s inspector.

10.2 The equipments shall also be inspected at works of purchaser’s plant site by the Corporation

representative. 10.3 Inspection shall, in no way, absolve the responsibility of the supplier for workmanship, quality and

performance guarantee offered by them. 11.0 PERFORMANCE GUARANTEE TESTS 11.1 The successful tenderer shall be required to give performance guarantee tests as per Tender

clause separately given in Part IV.3 of the tender document within 15 days from the date of successful commissioning.

11.2 Deductions shall be made for the shortfall of performance. as per the details given in the Technical

Part of the tender document under title ‘Performance Guarantee Tests and Liquidated Damages for Non Performance.

12.0 WARRANTY 12.1 The tenderer shall guarantee that all the equipments supplied by them whether manufactured at

their works or fabricated at our site or by their sub-suppliers or purchased from any other source and supplied to the Corporation shall be new and free from all defects and shall be of first class workmanship and quality.

12.2 The tenderer shall warranty to replace, rectify or repair free of cost at our factory site, the

components or the parts of the machinery, including the bought outs which have become unserviceable due to any of the defects within a period of12 (twelve) months from the date of successful commissioning of the plant or 18 (eighteen) months from the date of completion of the delivery whichever is earlier. If the tenderer is not complying with the above within a reasonable time, the Corporation shall have the option to rectify, repair or replace the defective parts /machinery after expiry of two weeks’ notice and at the risk and cost of the tenderer.

13.0 TRANSPORTATION, INSURANCE AND HANDLING AT SITE

The freight and insurance charges will be borne by the successful tenderer. All loading, unloading, transportation and storage at site will be done by the successful tenderer. Suitable covered space shall be provided by CCI for critical and other sensitive components free of charges. Erection cum storage insurance shall also be included in the successful tenderer’s scope.

14.0 TECHNICAL INFORMATION/DATA 14.1 The tenderers are required to furnish the information particulars along with their tender as per

enclosed Data Sheets. 15.0 SUBMISSION OF DRAWINGS/ SCHEMES/ TECHNICAL DOCUMENTS ETC.

Six (6) sets of complete descriptive catalogue, Dimensional General Arrangement Drawings with Electrical /Instrumentation Schemes, detailed parts list of each and every equipment are to be furnished by the successful tenderer to enable us to verify the items at the time of receipt and installation. In addition to these, manufacturing drawings, may also be provided

16.0 RETURNS

Page 41 of 73

Monthly report of the dispatches for each previous month shall be sent by the successful tenderer by 5th of the subsequent month to the CCI, Tandur with following particulars: -

i) Quantity due for supply during the month. ii) Quantity actually dispatched with reasons for variation. iii) LR/RR No. and date. iv) Bill No. and date. v) Quantity awaiting dispatches.

Page 42 of 73

ANEXURE-VI

PART-IV- TECHNICAL SPECIFICATIONS

SPECIAL TERMS AND CONDITIONS Tender Specification for Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system (fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh) 1.0 PRESENT SYSTEM: Brief description of plant: Rajban cement plant(RCF) is a unit of Cement Corporation of India Ltd ,Government of India Enterprises under the ministry of heavy industry. Rajban cement factory went into commercial production in 1980 (DATE OF COMMISISONING 16.7.1979)Plant is situated at a distance of 10KM from Paonta Sahib, Distt. Sirmour (HP) .Plant is well connected by Road with Uttar Pradesh, Haryana, Uttarakhand, Punjab, Chandigarh etc, it is 70KM from Yamuna Nagar(Haryana), 55 KM from Dehradun(Uttrakhand) and the nearest airport is Jolly grant is 85KM, near Dehradun. • Existing process & equipment specification • RCF is a single Kiln plant using dry process technology of 750 TPD, initially it was 600 TPD .RCF have coal fired rotary kiln with planetary cooler, single string, 4 stages pre-heater.

Existing Process & Equipment specifications details:

Cement Mill:- Type:- UnidanTube Mill( open circuit ball mill), Size:- 2.9 mtr dia x 11.2 mtr long, No. of Grinding Compartments:-3, Capacity:- 35 TPH, Make:- L&T (FLS DESIGN) Gear Box : Make NAW, Type & Size BH-165, Helical, Redcution Ratio 750/96.6 Drive Motor: BHEL , Type & Voltage SYN-IND, 11 KV, Frame Size AM63/50, HP 1600, RPM 750 ESP : FLAKT India Make, Type FAB, Clinker Feeding system : The clinker is fed from Clinker Hopper to Cement Mill inlet through weigh feeder, belt conveyors Sayaji Make Hammer Crusher, Chain & link Bucket Elevator and End mass conveyers. Cement Storage Silo Capacity 3000 T (approx), Size 12 M Dia 30 Mtr Height Fluxo Pump:- Type:- E 5, Make :- M/s L&T(FLS DESIGN), , Cement transport pipeline size:- 6” NB Attached Drawings:- GA drawing of cement mill and cement mill silo. All the data/specifications should be checked/viewed by the tenderer. Drawings attached:

a) Cement Mill flow sheet. b) GA drawing of Cement Mill.

2.0 SCOPE OF WORK AND SUPPLY -

1. It is proposed for close circuiting of Cement grinding ball mill by installation of new generation high efficiency Separator with Handling System for Fly ash to produce PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system (fluxo pump) on turnkey basis for the following benefit.

a) To increase the production of cement. b) To reduce specific power consumption. c) To achieve close particle size distribution of cement.

Page 43 of 73

2. To convert the open circuit mill into close circuit mill with suitable modifications in Mill internals i.e., shell liners/ partition diaphragm plates etc. along with incorporation of high efficiency 4th Generation separator, cyclones and re-circulating fans with both the ends connecting duct, dust collectors, rotary air lock, chain bucket elevator, Air slides.

3. Mixing of fly ash at the cement mill out-let air slide before going to bucket elevator with metering arrangement.

4. Fly ash unloading system from Bulkers / Tankers.

5. Fly ash storage system of capacity 500 MT of steel fabrication.

6. Fly ash discharge (Pneumatic valve, Dozing valve and Mechanical valve).

7. At the bottom of the Fly ash storage system, Bin with Air aeration to have continuous feeding of Fly ash to Cement mill discharge through control valve, pneumatic valve, dozing valve Solid flow meter for measurement of quantity of Fly ash going to mix in the ground cement.

8. Fly ash storage system with top dust collector.

3.0 Expectation from party/vendor/supplier: Parties are expected to carry out any extra/In addition to the scope of work which has not been mentioned in the scope of work arises during execution of work and required for the smooth operation as it is turnkey project without any additional charges. Efforts have been made to give clarity to the parties/vendors/suppliers to extent possible. However interested parties/vendors/supplier must depute their representative to visit our site for physical inspection of the site for study of layout and required/necessary data collection, accordingly designing the system before submitting their offer for which all cooperation will be extended by CCI. Other points, data can be discussed during the pre bid meeting.

a) Design, Engineering, Material Flow diagram, Plant layout drawing for the system suggested by the party with the equipment suppliers of our Choice Including civil works on turnkey basis.

b) Party should visit and study RCF’s existing Civil building, structure, foundation and suggest

minimum alterations/addition to accommodate the additional equipments for making the existing Cement mill close circuiting and with handling system for Fly ash for producing PPC Cement and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system (fluxo pump).

c) Party should study/calculate the recirculation load and asses the capability of existing Gear

box/motor to take care of additional recirculation load.

d) Party should construct new civil building adjacent to existing mill to accommodate additional equipments i.e. dynamic separator, cyclones, ducts, bag filters, air slides etc.

e) Process/GA Drawing & layout of proposed system along with process instrument details.

f) Party should study the existing Power supply system and suggest additional electrical

panel, transformers, VFD etc.

g) Cement mill is being operated with the DCS

h) Party should give the list of bought-out item by them and should get their approval before

their ordering.

Page 44 of 73

i) Minimum erection hookup / commissioning time.

j) Performance Guarantee/warranty for achieving scope of work.

Parties are requested to carry out anything extra / In addition to the scope of work which have not been covered and are essential for the proposed system without any extra cost.

Efforts have been made to give clarity to the parties /vendors/ suppliers to extent possible.

However interested parties/ vendors/ supplier must depute there representative to visit our site for

physical inspection for required/ necessary data collection before submitting offer for which all

cooperation will be extended by CCI.

4.0 Tenderer shall ensure that the scope of supply of equipment and services

mentioned below are also considered:

* All civil & structural works, modification in civil work and design for same;

* MCC, PLC & Cables (power, control & instrument) for the equipment offered;

* Erection & Commissioning (both mechanical, electrical and instrumentation) on site;

* Any gangways, access platforms, servicing ladders, hand railing, maintenance platform

for bucket elevator, runway and safety barriers;

* Ducting & piping for bag filter;

* Modification in belt conveyor, if require;

* Disassembly, erection and modification works to set the new groups on the existing

equipment;

* All electrical cables and cable-glands outside the machines;

* All local control devices (local control switches, disconnecting switches, etc.);

* Compressed air piping and all connecting piping outside the machines from single point

of source;

* Complete Compressor for instrument air, if require;

* Control and protection devices for the electric motors;

* Electrical control equipment other than clearly specified;

* All types of chutes, bins, hoppers etc, if require;

* Maintenance tools and equipment;

* Shims, electrodes, bolts and other fastening materials required to support and anchor

the quoted equipment to building/civil/structural works, for site erection purpose.

* Paint for repair painting on site;

* Earthing

Page 45 of 73

Drawings attached:

Flow sheet of Close Circuiting

5.0 Equipment detail required:

1) Air slide/Duct connecting from Belt Bucket Elevator Discharge to Air separator with nut - bolts and rubber sealing.

2) Belt Bucket elevator at the outlet of the Cement Mill – Make: Beumer India/ Aumund

3) 4th Generation / Latest, high efficiency Air separator –Make: LNVT/ KHD/ THYSSEN KRUPP/

FLS/ CHRISTIAN PFEIFFER

4) Electrical Motor of BHEL / SIEMENS/CROMPTON GREAVES/ ABB/ BHARAT BIJLEE

5) Gear box- Make: SIEMENS / ELECON /NAW/GREAVES

6) High efficiency High collection cyclones- 4 Nos.

7) Insulation of the ducts wherever required.

8) Insulation of the bag house.

9) Welding electrodes make of L&T/ ADOR FON should be used.

10) Rotary air lock with geared motor at the bottom of cone of cyclone. Make: PBL/ ELECON

11) Air slide / Connecting Duct to the Mill feed.

12) High efficiency circulating fan – as per the capacity design by the party – Make - RITZ/ FLAKT/ BATLIBOY/ ACCEL/ANDREW YULE.

13) Motor of suitable capacity as per design with VFD of 415 V

14) Discharge of fan to the suitable dust collector. Stack emission of the dust collector should not be

more than 30 mg/nm3 to the atmosphere.

15) De-dusting dust collector at Bucket elevator and separator suitably connected to the final product.

16) Air blower for air slides

17) Unloading system for Fly ash from Tanker to Fly ash storage tank through pneumatic conveying system. Suitable capacity of Compressor from Atlas Capco / CP/ Kirloskar

18) Design, Drawing of Fly-ash collecting system into Metal silo capacity 500 MT site fabrication.

19) Design, drawing, engineering, foundation details and Erection of Fly-ash storage and handling

system.

20) At the bottom of Fly ash storage system, the Bin with Air aeration for continuous flow of fly ash to the discharge end of Cement Mill.

21) Mechanical, Pneumatic and Dozing valve as per the designed capacity. Make: SCHENCK

PROCESS

Page 46 of 73

22) Pit for belt bucket elevator: Width of pit be suitably sized for easy accessibility for operation and maintenance. 14” wide plastered and 18” high parapet wall be constructed all along the pit. For avoiding seepage, water proofing is to be done. The pit to be provided with suitable staircase.

23) Pin bush / love joy couplings not acceptable. Only Tyre couplings / Bibby couplings shall be provided for all drives. Bibby coupling make wellman incandescent, Tyre coupling only FENNER MAKE

24) Only antifriction bearings of SKF / FAG make with OEM’s Sealed Inspection to be used at all places. Bush bearings are not acceptable.

25). All the equipments are to be designed for 10% additional capacity over and above the rated

Capacity designed by the party.

26) The equipments are to be designed for continuous operation i.e. 24 hours, 7 days in week.

27). PLATFORMS:

i) Platforms suitable for the maintenance and operation of all the equipments shall be provided by the tenderer.

ii) All platforms shall have staircases (not monkey ladders) for accessibility and hand railings for safety.

28) SOLID FLOW FEEDER: Make: Schenck Process

29) VALVES: Electrically operated, leak proof. Make: Schenck Process 30) BYPASS CHUTES: Fabricated from MS Plates of thickness not less than 8 mm. 31) DUST COLLECTOR:

Dust collector of pulse jet type/ Reverse jet type along with all accessories/equipments like fan compressor etc. shall be provided for the venting of all the proposed equipments. DLG type dust collector shall not be acceptable. Make: THERMEX/ REECO/ INDIA HIMM ENVIRO Compressor- Kirlosker/IR

32) DIVERTING VALVES :

The diverting valves shall be manually operated, fitted with anti-friction bearings (SKF/FAG) for smooth operation. Bush bearings shall not be acceptable.

33). CHUTES:

All chutes (common chute, gravity chutes and inverted Y-chutes) shall be Fabricated from wear resistant plate. The thickness of plates used for fabrication shall not be less than 8 mm.

6.0 .GENERAL POINTS (Tenderer’s Scope)

The following shall be within the scope of the tenderer :

(i) All the modifications required to be carried out in the existing system, hooking up of the proposed system with the existing mechanical, electrical equipments and control system and removal of the existing equipments which come in the way of the proposed system.

(ii) All civil and structural work, like foundations, structures, platforms etc. and any other civil

modification required in the existing arrangement to install the proposed system etc.

(iii) All interconnecting chutes, ducting, piping etc.

Page 47 of 73

(iv) Even though the scope of equipment supply is elaborated it is the responsibility of the tenderer to ensure that manufacture, supply, erection & commissioning is complete including auxiliaries, ducts, chutes, supports, dampers, expansion joints and any other items required for proper functioning of the proposed Systems on turnkey basis.

(v) Four sets of Operational and Instructions manuals of all equipments, six prints of all drawings prepared for the system, fabrication and erection.

(vi) One set of all reproducible of all the drawings prepared for the proposal to be supplied by the successful tenderer after approval and execution of the job by incorporating the changes made during erection and commissioning.

(vii) Manufacturing drawings (6 sets of prints along with RTF’s and soft copy) of the following spares are to be supplied by the tenderer:-

a) Sizes of the bearings / bearing housings and couplings. b) Dimensional drawings of motors with technical data. c) Dimensional general arrangement drawings with Civil, Mechanical, Electrical and

Instrumentation schemes to be furnished

(viii) Control panel and power distribution board for supply to all drives should be designed and engineered by the tenderer but shall be as per approval of CCI. Suitable local on/off push buttons are to be provided for all the drives. 20% spare modules / feeders are to be provided / incorporated in the MCC with minimum one Extra feeder for every category.

(ix) All power control and instrumentation cables required for the system and earth conductors for grounding with main grid shall be of suitable size. Wherever cable trays are not existing, suitable cable trays shall be provided. Separate earth pits shall be provided for new installations.

(x) Each floor of a shed to be suitably illuminated by providing energy efficient LED lamps of Philips / Osram/ Bajaj / Crompton Make. PVC armoured aluminum conductor cable size 2x2.5 / 4x2.5 sq.mm to be laid for this purpose and to be kept in the scope of supply / erection / commissioning. Besides, suitable miniature circuit breaker panel in dust & vermin proof. Lighting distribution board (LDB) to be provided / installed by the successful tenderer.

8.0 For electrical instrumentation equipment and other related items: special conditions,

over and above those given in the proceeding paras are given below: -

i) All the equipments are to be suitably mounted, assembled, aligned and inter-connected with various sections, checking of each components for satisfactory mechanical and electrical operation and cleaning of contacts, mounting of loose supplied components to their respective positions, setting of relays in accordance with the requirements, Mounting and properly wired of all converters, Isolators, Transmitters and Hooking up with the PLC / DCS as per requirement

ii) Laying of LT control, instrumentation and special cables including supply / fabrication of all cable

accessories such as junction boxes, indoor, outdoor and termination / straight through / tee joining kit for cables, cable gland, cable lugs, cable ferrules, rigid / flexible pipes, cable racks / supports / trays etc. cable laying shall be as per approved schedule and shall be carried out in a neat and systematic manner with codified markings.

iii) Supply and erection of earthing station, mains and connections with all accessories for the proposed system including control arrangement. The work includes earthing of all drives, cables, power equipment and electrical boxes. The instrumentation panels and screened cables should be separately and effectively earthed. All work shall be carried out in accordance with Indian Electricity Rules and the code of practice as per Indian standards IS 3043.

Page 48 of 73

iv) Supply and erection of lighting system inside / outside sheds is under the scope of this order as per statutory requirement.

v) All erection and standard tests as per BIS and electricity regulations shall be carried out, documented and countersigned by the purchaser’s representative, which shall be an integral part of the installation and commissioning work.

vi) The successful tenderer shall provide all the drawings, layouts and relevant data for getting the statutory approval from the central electricity authorities as per rules in vogue

vii) For laying of screened / shielded cables separate cable trays shall be provided. viii) Software engineer / programmer will stay for 01 month after commissioning of the System for any

modification / additional programming needed as per process requirement. 7.1 ELECTRICAL / INSTRUMENTATION

i) Only energy efficient motors of Kirloskar / Crompton / ABB / Bharat Bijlee / Siemens / NGEF / BHEL make with IP55 enclosure and Totally Enclosed Fan Cooled (TEFC) shall be used. Insulation quality shall be class ‘F’ suitable for 3 phase supply voltage of 415 V + 10% and Frequency of 50 + 5% combined variation +/- 10% as per IS 325. Geared Motors should be of Power Build / ELECON make Motors should be of Cast Iron Body only. Aluminum body not acceptable.

ii) The proposed system is to be integrated with the existing electrical / instrumentation schemes and should be operated from the Central Control Room. (Supply and laying of power cable, control supply cables, communication cable, cable glands, lugs, ferrules etc. shall be in the tenderer’s scope).

iii) Ammeters shall be provided at MCC and current transmitter with 4-20 mA output proportional to amp. and should be hooked up with PLC / DCS system as per requirement through I/O rack to Central Control Room for all motors. Digital KW transducers is to be provided having 4-20 mA to hook up with PLC for control room indication. Ammeters should be AE / MECO / L&T / SCINIEDER. CONZERV. Transmitters / transducer should be P&F/ Siemens/ PEPL/ ROSEMOUNT/ EMERSION/ RISHUBH.

iv) The supply of MCC is under the scope of Tenderer. The incoming cable from existing MCC shall be laid to the MCC of the proposed equipments.

v) Tenderer has to depute their representative for study of electrical & instrumentation system of RajbanCement Factory and study the existing MCCs for the availability of spare feeders and if sufficient feeders of suitable ratings are not available in the existing MCC then tenderer has to supply suitable MCC as per specification enclosed. The MCC should be dust and vermin proof having 20% extra feeders with minimum one extra feeder for every category. MCCs feeders should be provided with digital Ammeters. Incomer feeder should be provided with Volt meter & Ammeter of accuracy class 1.0, Energy meters should be of accuracy Class 0.5. For other feeders digital CT operated ammeters are to be provided with local and remote provisions. MCC Incomer should be provided with suitable Air Circuit Breaker with over current, earth fault, short circuit and under voltage protection.

vi) Supply and laying of Power, Control & Communication cables required is in the scope of Tenderer. Power / control cables shall conform to BIS specificationand should have IS mark. Shielded & Screened control cables should be used wherever required. Only following makes of power / control cables shall be acceptable - Universal / Fort Gloster / Cable Corporation of India / Hindustan Cable / Finolex NICCO/ Unistar / INCAB/ FINECAB. All control cables are of XLPE / PVC insulated, PVC sheathed Copper Conductor with Screen and Steel armored.

vii) The necessary instruments required to hook-up with DCS/PLC system (like I/O Rack, Isolators, convertors, operating station) for operation of the system are to be considered during

Page 49 of 73

engineering & hook up with the existing control & instrumentation scheme. The make of the equipments proposed shall be approved by CCI.

viii) The programming of operating station, engineering station and control system related to supply is in the scope of tenderer.

ix) All measuring instruments like temperature, draft, air flow, vibration, level etc. should be 02 wire 4-20 mA with isolation shall be of make- P&F/ Rishabh/ Siemens/ Rosmount/PEPL/ EMERSION.

x) All required convertor / isolator should be wired and mounted in a common panel with 24 V Power supply.

xi) All Fans’ Motors should have VFD Control with 12 pulse and with by-pass contactor system having speed regulation from 40-100%. Make : ABB/Siemens/L&T/ Allen Bradely / Scheinder with vibration monitor having following specifications :

1. The VFD Control Panel shall have 12 Pulse control.

2. The VFD Control Panel shall be with by-pass contactor systems.

3. VFD control shall have speed regulation form 50 – 100%.

4. The supply of motor shall be fed from 3 Phase, 415 V, 50 Hz MCC, as per requirement.

5. The panel shall be free standing, enclosed, self ventilated design preferably without back

access.

6. VFD shall consist of a pulse width modulated (PWM) inverter design and solid state.

7. The VFD design shall incorporate mechanism to lower the harmonic currents.

8. VFD shall have all the standard features like customer interface and shall be complete with metering, protection, and communication port (RS-485) in totality.

9. The drive unit shall be complete with

a) Hardware. b) Control Logic c) Control Mode d) Auto Tuning e) Starting Mode f) Stopping Mode g) Auto-re-start capability h) Load loss detection i) Digital I/O j) Fault configurations k) Protection features l) Metering m) Communication protocol RS-485 MODBUS n) Isolated analog input and output configurable for speed reference input (4-20 mA),

speed output (4-20 mA), Current (4-20 mA), Load KW output (4-20 mA), o) Motor space heater control p) Pilot devices q) Motor run time meter r) Operator interface module

xii) VFD for fan application shall be rated for 150% continuous load.

Page 50 of 73

Xiii Other field instruments like Temperature measuring instruments, level instruments (boot),

zero speed / belt sway switches etc. shall be of make like Temsens / Toshniwal/ PEPL/ NIVO CONTROL /SIEMENS/ JAYASHREE/ BINMASTER/IFM.

xiv. Operation of dust collector system should be with PLC / DCS system not with the local

controller / timer. xv. Local Push button stations OF DUST AND VERMIN PROOF (IP-54) shall be provided for

all the drives are in the scope of the supplier. xvi. INSPECTION / TEST REPORTS: from a Govt. / Govt. approved / Reputed agency is to be

furnished by the tenderer along with delivery of equipments. The tenderer should inform the name of the agency in their techno commercial bid.

xvii. Approval of Electrical / Instrumentation drawings and inspection of installation by CEA is

in the scope of successful tenderer.

7.2 SPECIFICATION FOR 415 VOLTS A.C. DRAW OUT MOTOR CONTROL CENTRES 7.2.0 General Specification of Equipment.

The Motor Control Centers shall be metal clad, totally enclosed, rigid, floor mounting, air insulated, cubicle type with fully draw out starter modules for use on 415 volts 3 phase 50 cycles system with a fault level of 50 kA RMS symmetrical.

7.2.1 The equipment shall be designed for operation in high ambient temperatures and high humidity

tropical atmospheric conditions. The equipment shall be for indoor installations.

7.3.0 Standards 7.3.1All equipment shall be designed to conform to the requirements ofIS / IEC as per equipment 7.4.0 Construction: 7.4.1 Structure of the motor control centers shall be totally enclosed, dead front, free standing assemblies,

made up of requisite vertical sections and of dust and vermin proof construction. 7.4.3 The structure shall contain horizontal bus bars running throughout the length of the MCC and be

readily accessible. Each vertical panel structure shall contain a vertical wire / cable way with provision for suitable cable supports. The cable compartment shall have hinged door.

7.4.4 Each vertical section shall be divided into the following well-defined zones by metallic / insulated

barriers :

i) Main bus bar chamber at top.

ii) Unit chamber.

iii) Cabling chamber at the right hand side of Unit chamber.

iv) Vertical riser chamber behind unit chamber.

v) Horizontal wire way at top, in front of main bus bar chamber. 7.4.5 The Motor control center shall be designed for single front as may be required. The design of the

chassis shall not change for single front design.

Page 51 of 73

7.4.6 The motor control center shall be provided with a degree of protection of not less than IP 51 as per IS.

7.4.7 The Motor control center shall be extensible on both sides by addition of vertical sections. 7.4.8 Provision shall be made for permanently earthing the frames and other metal parts of the MCC

through an aluminum earth bear running throughout the full length of the MCC panel at the bottom. It shall be possible to earth the MCC at two independent points.

7.5.0 Metal Treatment and Finish :

All steel work used in the construction of the switch boards should have undergone a rigorous metal treatment process as follows :

i) Effecting cleaning by hot alkaline degreasing solution followed by cold water rinsing to remove

traces of alkaline solution.

ii) Pickling of dilute sulphuric acid to remove oxide scales and rust formation if any, followed by cold water rinsing to remove traces of acidic solution.

A recognized phosphating process to facilitate durable coating of the paint on the metal surfaces and also to prevent the spread of rusting in the event of the paint film being mechanically damaged. This again, shall be followed by hot water rinsing to remove traces of phosphate solution.

iii) Passivating in de-oxalite solution to retain and augment the effects of phosphating.

iv) Drying with compressed air in a dust free atmosphere.

v) Primer coating with two coats of highly corrosion resistant primer, applied wet on wet and

stove dried under strictly controlled conditions of temperature and time. 7.6.0 Bus bars : 7.6.1 The Bus bars shall be air insulated and made of high conductivity, high strength aluminum

complying with the requirements of grade as per IS. 7.6.2 The bus bars shall be suitably braced with non-hygroscopic SMC supports, to provide a through

fault withstand capacity of 50 kA RMS symmetrical for one second and a peak short circuit withstand of 105 kA minimum. The neutral as well as the earth bar should also be capable of withstanding the above fault level. Ridges shall be provided on the SMC supports to prevent tracking between adjacent bus bars.

7.6.3 Main horizontal bus bars shall have the following ratings and total cross sectional area for operation

at 110 Deg. C maximum at an ambient of 40 Deg. C. Vertical bus bars for outgoing compartments shall have rating of 400, 630 and 800 amps and shall run the full height of the panel to cater to all combinations of modules in a section.

BUS BAR RATING TOTAL CROSS SEC. AREA (PER PHASE) 1000 Amps 975 sq.mm 1400 Amps 1463 sq.mm 1600 Amps 1950 sq.mm 2500 Amps 2925 sq.mm

Page 52 of 73

3000 Amps 3900 sq.mm 7.6.4 The main horizontal bus bars shall be positioned at top portion and suitable colour identification

shall be provided. 7.6.5 Suitable barrier shall be provided in front of vertical bus bar against accidental contact after the

module has been withdrawn. 7.6.6 Pre-drilled holes shall be provided on the vertical risers so that modules can be changed at site. 7.6.7 High tensile bolts and spring washer shall be provided at all bus bar joints. 7.7.0 Unit Module : 7.7.1 Each module shall be suitable for mounting required number of contactors, bi-metal relays, auxiliary

contactors, push button, isolators, fuse switch, control fuses, main fuses, indicating lamps, power and control contacts, terminal blocks, etc. to suit non reversing, reversing and assisted start motor applications.

7.7.2 Each module shall be provided with individual door and the door shall be mounted on the main

structure. The doors shall be provided with concealed hinges. The module door shall have a knob with a white dot to indicate position.

7.7.3 Unit doors shall be interlocked mechanically with isolator / fuse switch to prevent unintentional

opening of the door while unit is in energized condition. Means for defeating this interlock shall also be provided.

7.7.4 Padlocking arrangement shall be provided to permit locking of the isolator / fuse switch in OFF

position. 7.7.5 All modules shall be of the fully draw out types and with three distinct positions i.e. Service, Test

and Isolated. A positive guiding system shall be provided for accurate alignment of power contacts and control contacts.

7.7.6 The main and control circuit contacts shall be of the self aligning type suitable for taking a mismatch.

There shall not be any necessity to disconnect any wires before drawing out the module. The main power contacts shall be capable of with-standing a short circuit current of 50 kA.

7.7.7 In order to prevent mismatch during replacement all control and indicating equipment like push

button, indicating lamps, meters etc. in a module shall be mounted on a hinged panel which shall be integral with the module. It shall be possible to manually reset the thermal overload relay without opening the door of the module.

7.7.8 Main HRC fuses shall be positioned before the isolator to eliminate any possible hazards during a

fault at the isolator terminals. The HRC fuses however, shall not be accessible when they are in live condition.

7.7.9 The module shall be connected to the vertical bus bars by plug-in contacts. The contacts shall be

between copper and copper, both silver plated even in bus bars are of aluminum. 7.7.10 The various module sizes shall be multiple of a basic dimension so that alternation of module layout at site can be done for quick adaption of MCC to changing loads. The bus bar vertical risers shall

be predrilled for this purpose.

Page 53 of 73

7.7.11Each module tray shall be provided with a scraping earth contact and connected to a vertical earth bar. For higher size modules a plug-in type earth contact suitable for withstanding the let through energy of HRC fuses shall be provided as per IS 8623 for protection against shock in case of a fault.

7.8.0 Fuses Switches and Isolators. 7.8.1 The incoming to the MCC shall be a fuse switch unit with HRC fuse links or alternatively the MCC

panel shall be suitable for coupling with one or more incoming Air Circuit breakers. 7.8.2 Rotary isolators up to 40 Amps shall be used for the starter modules. Above this fuse switch units

shall be used. Both isolators and fuses switch units shall comply with the requirements of IS 4064 : 1978 for AC 23 duty (motor duty).

7.8.3 Fuse switch units with HRC Fuse links shall have a withdrawal Fuse carriage for quick replacement of HRC fuses in complete safety.

8 Motor starters

9 Contactors

9.1 Contactors shall be of electromagnetic type rated for uninterrupted duty as defined in IS unless otherwise specified. 9.2The main contacts shall be of silver or silver alloy. 9.3 The insulation class for the coils shall be class E. 9.4Each contactor shall be provided with 2 normally open and 2 normally closed auxiliary contacts. 10 Thermal overload relays :

10.8 Thermal overload relays shall be of three elements positive acting ambient temperature

compensated type with adjustable setting. 10.9 Thermal overload relays shall be of self/hand reset type as specified in the detailed requirements.

11 Indicating Instruments :

11.1 Digital Ammeters and Voltmeters shall be of grade 1.0. 11.2 Ammeter with suppressed scale current rating shall be provided for specific requirement. 12 Internal wiring :

12.1 Internal wiring for control circuit shall be made with 1100 V grade multi strand copper PVC cable. 12.2 Power wiring shall be done either with copper flexible PVC insulated cable of 1100 V grade or

with solid copper conductors. 12.3 The minimum size of control wiring shall be 2.5 Sq.mm copper for CT circuits and 1.5 Sq/mm

copper for other circuits. 12.4 The wiring shall be terminated in the respective terminal with suitable crimp type of sockets. 12.5Horizontal as well as vertical wire ways shall be provided. At the top, horizontal wire way shall connect the inter panel wiring. 13 Terminal blocks :

Page 54 of 73

13.1 Terminal blocks shall be of 1100 V grade with contacts of rating not less than 10 amps. They shall be of the stud type with barriers between adjacent contacts.

13.2 The wire terminations to the blocks shall be of screw type suitable for crimp type socket. 13.3 Suitable provision shall be made to terminate control / power connections in the respective

module. 14.0 Power Cable terminations :

14.1 Gland plates of adequate size shall be provided at the top / bottom of cable chamber to facilitate

cable entry from top / bottom. Compression type gland shall be provided. 14.2 Crimp type sockets made of tinned aluminum shall be provided for terminating cables. 14.3 Suitable shrouds shall be provided to prevent accidental contacts with live out going terminations

of other feeders while carrying out maintenance of one feeder. 14.4 Cable riser shall be adequately supported to withstand the effects of rated short circuit current

without damage and without causing secondary faults. 15.0 Labels :

Labels shall be of anodized aluminum with white engraving on black background. They shall be properly secured with fasteners.

16.0 Tests :

16.1 The design of the motor control center shall have been type tested in accordance with the following sections of IS: 8623.

a) Verification of short time current withstand and peak current withstand of main and vertical.

b) Through fault withstand on power draw out contacts of MCC module with HRC fuses in series.

c) Through fault withstand of control draw out contacts of MCC module with HRC fuses in series.

d) Temperature rise tests on main bus bars, vertical risers, power contacts and control contacts.

16.2 Routine tests shall be conducted on each Motor Control Centre in accordance with IS 8623 and

shall comprise :

i. Inspection of the MCC including inspection of wiring and electrical operational tests where necessary.

ii. Dielectric Tests.

17.0 OTHER TERMS AND CONDITIONS :

17.1 Commencement and completion period of Design & engineering,

Manufacturing, Supply and Commissioning:

Page 55 of 73

17.1.1 The detailed time schedule for Design & engineering, Manufactruring, Supply and

Commissioning to be prepared in consultation with CCI and will be approved by CCI.

Alteration of schedule will be kept to minimum but not changed without written

approval of CCI.

17.1.2 Erection of Civil, Mechanical, E&I will be supervised and certified at every key

millstones during entire construction period and the successful commissioning of

complete project shall be given guarantee by ensuring the supervision of key

activities.

17.2 Site Facilities:

17.2.1 The accommodation to the Staff / Employee of the contractor shall be provided on

chargeable basis, if available.

18.0 TRIAL RUNS AND COMMISSIONING

a) After the completion of erection work of mechanical, electrical and instrumentation

equipment and getting completion certificate from CCI, the tenderer shall offer the

entire system for trial runs and commissioning.

b) The alignment of all the drives and the equipments shall be checked jointly and

defects, if any, shall be rectified.

c) After the erection but before the power supply is switched on, the insulation of all

electrical equipment shall be tested by suitable instrument and any defects

revealed shall be rectified.

d) All the motors shall be run on no load with & without gear boxes at least for eight hours.

e) On supply of power to the system, the following tests shall be carried out :

The correctness of all the -circuits interlocks and sequence of operation including mimic

indications:

i) The satisfactory operation of all the protective devices

ii) Satisfactory operation of all the local push button (LPBs)

iii) Calibration of all the instruments.

iv) After the successful no load trials/tests as indicated above, the defects observed, if any,

shall be rectified before taking load trial.

The following details shall be recorded in regard to the trial and commissioning of

the system.

1 Alignment of all motors, gear boxes and equipment.

2 Value of insulation resistance.

3 Correctness of all circuits, interlocks, sequence of operations, mimic lamp

Page 56 of 73

Indications and calibration data of all instruments.

4 Satisfactory operation of all protective devices.

5 Any other remark, if required.

19.0 TERMS & CONDITIONS FOR ERECTION AND COMMISSIONING

19.0 RESPONSIBILITY OF THE SUCCESSFUL TENDERER:

19.1 A schedule for the erection work will be made out by the contractor keeping in view the supply schedule and the construction schedule for carrying out the job sequentially within the overall time schedule as specified in the order.

19.2 Unloading and handling of all the equipments forming scope of supply, from the railway wagons or road transport (truck/ trailor) to the contractor’s storage shed/yards or to the storage points within the plant areas, as may be indicated by CCI. However, required storage area will be provided by CCI for the critical & other sensitive equipments.

19.3 Safety of contractor’s equipments during transportation and handling and safe custody of all the equipments during the storage.

19.4 Successful tenderer at his expenses shall comply with all labour laws and shall indemnify Cement Corporation of India Ltd. (CCI) against accident/damage caused to their equipment or employees.

19.5 Handling and transportation of all equipments from storage sheds/yards/storage points/CCI’s godown /storage yards to the equipment foundations and placing them over

the foundations.

19.6 The contractor shall be responsible for demurrage and wharfage charged by railways, all damages, shortages and security of materials and equipment under his charge till the same are erected and commissioned on full load, certified in writing as such and taken over by the CCI.

19.7 Safety of personnel will be the responsibility of the tenderer.

19.8 Tenderer should ensure the timely payment to their work force as per minimum wages.

20.0 TOOLS AND TACKLES

Arrangement of all tools and tackles, instruments, cranes, winches, derricks, ropes, sleepers, lifting and transport equipment, jacks, chain blocks, crow bars, welding and gas cutting sets, testing and checking equipments etc. in adequate numbers will be the responsibility of tenderer.

21.0 CHECKING OF EQUIPMENT FOUNDATION

Page 57 of 73

21.1 Checking of levels, foundation center distances cross checking, alignment of Civil foundations and structure for machinery installation purpose.

21.2 The modifications required in the existing civil structures and other structures for erecting the proposed mechanical equipment & system is also in the scope of erection work.

22.0 COMPLETION OF ERECTION WORK

22.1 Rectification/modification as required before erection as well as during erection and after trial run of machineries with and without load, shall be the responsibility of the contractor

22.2 Arrangement of adequate number of safety equipments for erection and storing shall be the responsibility of the contractor.

22.3 Arrangement of all necessary erection materials like machined and un-machined packings by the contractor will be made by the contractor.

22.4 Erection, staging structures and necessary supporting hardwares, consumables as may be required shall be arranged by the contractor.

22.5 Contractor would also provide foundation drawings, structural drawings, erection drawings, permissible erection tolerances and relevant proforma in reproducible sheets for individual equipments erection and checks. All checking of the erected machinery would be done with these basic drawings and tolerances.

22.6 The contractor may carry out fabrication work at site for which facilities like space and power supply (at one point) will be provided free of cost by CCI.

22.7 Side cladding work shall be carried out neatly and as per established practices.

22.8 The contractor at his own cost for all equipments, platform, hand railings, supports and Structures etc will do painting with red-oxide and two coats of enamel paints.

22.9 The existing equipments removed from their foundation including scrap materials are to be shifted to a place indicated by CCI. The entire work premises are to be cleaned after completion of erection work.

---------

Page 58 of 73

ANNEXURE – VI.1

DESIGN DATA FOR PROPOSED SYSTEM-

CCI PROPOSE FOR CLOSE CIRCUITING OF EXISTING BALL MILL WITH FLY ASH HANDLING SYSTEM FOR PRODUCING PPC.

DESIGN BASIS

A CLINKER

Grain size 45 % passing 06 mm sieve & Rest 55% above 06mm including 25% (+) 25mm

Temperature 70 – 110 Deg. C or less (at mill inlet)

Moisture 0 - 4%

Bulk Density 1.50 MT/M3

Grindability 16.1 Kwh/t at shaft of close circuit ball mill at 3200 - 3300 Blaine.

B GYPSUM Mineral Gypsum

Grain size Lumps and powder form

Moisture content 4% to 10 %

Bulk Density 1.40 MT/m3

C FLY ASH

Grain Size 3000 – 3800 cm²/ gr as per the Blaine

Moisture content 2 -20 %

Bulk Density 0.85 MT/m3

D MIXING RATIO Existing (P.P.C) Proposed

Clinker 76% 59 – 69 %

Gypsum 6% 6%

Fly ash 18 % 25 – 35 %

E CAPACITY AND PRODUCT QUALITY

Capacity 35 TPH

Fineness 3200 – 3300 Sq. Cm/ Gm (Blaine)

Product Moisture Almost Nil

Note: The above data is indicative only. The successful tenderer should take into consideration, variations w.r.t. process/source etc.

Page 59 of 73

SL.

NO.

QTY. DESCRIPTION SPECIFICATIONS REMARKS

FLY ASH PNEUMATIC CONVEYING SYSTEM To be filled by

Tenderer

1 1 SCREW COMPRESSOR WITH AIR

DRYER AND

RECIEVER

>80% efficiency

DATA. :

Type

Compressed Air Volume

Compressed Air Pressure

2 1 FLY ASH STORAGE SILO

DATA. :

Material of Construction MS

Plate(>10mm)

Storage Capacity 500 MT

Size

3 1 INSERTIBLE BAGFILTER 99.99% efficiency

DATA :

Capacity

Gas Temperature (Operating)

Design

Dust load at inlet

Dust load at outlet

Filter bag material

4 1 DAMPER

DATA :

Page 60 of 73

ANNEXURE – VI.1

Purpose

Type of damper

5 1 FAN FOR BAG FILTER >80% efficiency

DATA :

Volume rating

Temperature(normal)

Mechanical design temperature

Dust load ( normal )

Static pressure

Drive arrangement

6 1 Set FLY ASH SILO AERATION SYTEM

7 1 Set Aeration air slides mounted on silo floor

with necessary fittings like mounting

angles, connecting and erection bolts, air

supply sockets and throttle valves.

Size

8 1 Set Polyester fabric for above with protection

mesh

Heat resistant up to

Thickness

9 1 Silo discharge aerated box at silo

discharge with steel anchors

10 1 Local control boxes with local switch &

terminal block for solenoid valves and

limit switches for pneumatic cut off gates

and for Motorized flow control gates and

pneumatic butterfly valves for selection.

Location

Page 61 of 73

11 1 Set Piping

1x Air supply line between fan and

aeration pads

1x Air supply line within silo

1 Set of butterfly valves and throttle flaps

1x Control Piping

12 1 FLY ASH SILO EXTRACTION

SYTEMCONSISTING OF:

13 1 SET Silo discharge system for silo

(Consisting of 2 Nos. manual cut off

gates, 2

Nos. Pneumatic cut off gates,

1 Nos. compensators, 1 Nos. discharge

spouts, discharging with multiphase

discharge system

& adjustable interval time

13

a

1 MOTORISED FLOW CONTROL GATE(

DOZING VALVE)

14 1 Set Local control boxes with local

Switch and terminal block for solenoid

valves, limit switches.

15 1 FLY ASH SILO

ACCESSORIESCONSISTING OF:

16 1 continuous level indicator

17 1 Mounting socket for level indicator

18 1 Silo doors and accessories

19 1 Over & Under Pressure Relief Valve

20 1 ROOTS BLOWER FOR FLY ASH SILO

AERATION (1x standby for each)

DATA :

Page 62 of 73

Capacity

Temperature

Static pressure

Drive

21 1 SHUT OFF VALVES

DATA :

Operation

Location

22 1 CONTROL BIN WITH LOAD CELL

DATA :

Storage Capacity of bin

Diameter of bin

Material Handled

23 1 Set LOAD CELLS

DATA :

Capacity

Accuracy

No. of load cells

24 1 MANUAL SHUT OFF GATE

25 1 PNEUMATIC SHUT OFF GATE

26 1 MOTORISED FLOW CONTROL GATE(

DOZING

VALVE)

27 1 SOLID FLOW METER

WITH CHECK WEGHING

DATA :

Page 63 of 73

Capacity

Feed material

Bulk density

Grain size

Moisture content

Material temperature

Control range

Accuracy

28 1 ROOTS BLOWER FOR FLY ASH BIN

AERATION

(1x standby )

DATA :

Capacity

Temperature

Static pressure

Duty

29 2 SHUT OFF VALVES

DATA :

Operation

Location

30 1 P. G. CONVEYOR

DATA:

Material Handled

Capacity

Trough size

Trough length

Through Inclination

31 1 FAN FOR P. G. CONVEYOR

Page 64 of 73

DATA:

Fan Capacity

Static Pressure

Temperature

38 1 VERTICAL BELT BUCKET

ELEVATER

DATA: EXISTING

Material to be handled

Feed size

Moisture content

Temperature

Capacity

C- to-C distance

39 1 GEARBOX

DATA:

Type

Motor Power

Transmission ratio

Speed of motor

40 1 P G CONVEYOR

DATA :

Material handled

Capacity

Trough size

Trough length

Trough inclination

Type of cloth

Thickness

Page 65 of 73

41 1 FAN FOR P G CONVEYOR

DATA :

Capacity

Static pressure

42 1 DYNAMIC SEPARATOR >85 % efficiency 4TH GENERATION

MAKE:

LNVT/KHD/THYSSEN

KURPP/FLS/CHRISTIA

N

PHEIFFER

DATA :

Size of separator

Cage Height

Cage Dia.

Separator Area

Cage speed

Liners

43 1 DRIVE UNIT FOR SEPARATOR

DATA: MAKE:

ELECON/SIEMENS

Type of motor

Type of drive

Motor Power

Gearbox ratio

Motor speed (Variable)

Type of coupling

44 1 LUBRICATION SYSTEM FOR

SEPARATOR GEAR BOX

Page 66 of 73

45 1 DOUBLE FLAP VALVE

DATA :

Location

Type

Feed Material

Capacity

46 1 FRESH AIR DAMPER

DATA :

Location

Type of damper

Operation

47 1 SEPARATOR FAN INLET DAMPER

DATA:

Type

Operation

Location

Purpose

48 1 SEPERATOR RECIRCULATION FAN

DATA:

Purpose

Type

Volume rating

Referred to

Static Pressure

Page 67 of 73

Dust load (Design)

Dust load (Normal)

Type of drive

49 1 SUCTION BAG FILTER

DATA :

Amount of dust laden air

Temperature of air (operating)

Static pressure at inlet

Nature of dust

Material of bag

Type of discharge device

Purpose

50 1 ROTARY AIR LOCK MAKE: AUMA

DATA:

Type

Feed Material

Capacity

Size

51 1 DAMPER

DATA:

Type

Operation

Location

Purpose

Page 68 of 73

52 1 FAN FOR BAG FILTER

DATA :

Volume rating

Temperature(normal)

Static pressure

Drive arrangement

53 1 BAG HOUSE >99.9% efficiency

Emission less than

30 mg/Nm3

DATA :

Amount of dust laden air

Temperature of air (operating)

Static pressure at inlet

Nature of dust

Material of bag

Type of discharge device

54 2 ROTARY AIR LOCK

55 1 P G CONVEYOR

DATA :

Material handled

Capacity

Trough size

Trough length

Trough inclination

Type of cloth

Page 69 of 73

Thickness

56 1 FAN FOR P G CONVEYOR

DATA :

Capacity

Static pressure

57 1 ELECTRIC HOIST

DATA :

Capacity Tonne 10

Lift M 8

Purpose Belt Bucket elevator

maintenance

58 1 ELECTRIC HOIST

DATA :

Capacity Ton 10

Lift M 8

Purpose Separator maintenance

Page 70 of 73

ANNEXURE - VI.3 8.0 PERFORMANCE GUARANTEE TEST

A. Performance Guarantee Test for System as a whole 8.1 The duration of the performance guarantee test for the system as a whole shall be 72

hours. For any interruption in between exceeding 2 hours, the duration of the test shall be extended accordingly. However, if the total stoppage of the complete system/each stream exceeds 20 hours, the test is to be repeated for another 72 hours in the same manner.

8.2 The tenderer shall rectify the defects, if any, observed during the above test, and only after the rectification of such defects test can be further conducted

8.3 During the test, the actual kw and current drawn at the full load capacity of the system by each drive shall be compared with the rated current for 10 per cent margin. The tenderer shall be required to replace the drive in which 10% margin is not available over and above the rated capacity.

8.4 Deduction shall be made for the shortfall in performance. For the shortfall of 5% or more in the output rate in terms of TPH, 5% of the total contract value (Part-A and Part-B, Part-C-, Part-D ) paid to CCI in the form of Bank Guarantee, shall be forfeited and accordingly, CCI shall en cash the Bank Guarantee. If the shortfall is less than 5%, pro rata deduction (i.e. for one per cent short fall, 20% deduction) shall be made.

8.4.1 For OPC Cement Mill output should be in between 35-40 TPH and KW should be 30-31.

8.4.2 For PPC Cement mill output should be in between 35-40 TPH and KW should be 28-30

8.5 The successful tenderer shall provide the instruments, including electrical meters, tools and

tackles, equipments required for the performance guarantee tests. All arrangements for the performance guarantee test shall be carried out by the tenderer.

8.6 The tenderer shall guarantee the successful and satisfactory operation of the equipments and

materials supplied, erected and commissioned under the contract, as per the specifications and documents.

8.7 The tenderer shall further guarantee that the equipments and materials supplied by them and

installed under their supervision shall be free from all defects in design, material and workmanship and shall upon written notice from the Purchaser, rectify such defects as developed under the normal use of the said equipments and material within the period of guarantee / warrantee specified in the relevant clause of terms and conditions of the contract PART – III.

8.8 The modifications / alterations/rectification, if any, shall be carried out immediately on

completion of the performance guarantee test, but in any case within a period of 15 days from the date of performance guarantee test. In case the tenderer fails to carry out the modifications/ alterations/rectification within the above period, CCI reserves the right to carry out the same at the risk and cost of the tenderer.

Page 71 of 73

ANNEXURE- VI.4

LIST OF CONSULTANTS

1. M/s. Holtec Consulting (P) Ltd. A-SushantLok GURGAON ,122001, Haryana Fax : 0124 –2385114 Website:holtecnet.com E-mail :[email protected]

2. M/s Development Consultants Ltd Tel: 033 – 22297601/609 Development House, Fax :033 –22292897 24-B, Park Street KOLKATA – 700016.

3. M/s. ERCOM Consulting Engineers Pvt. Ltd.. FAX : 011-25779152 C-1, C Block Community Centre 011-2574391 NarainaVihar Tel : 011-25799153 New Delhi-110028

E-MAIL :ercom @ vsnl.com

4. National Council for Cement &Building Materials(NCBM) 34, Km. Stone FAX: 0129-5242100 Delhi Mathura Road (NH-2) 0129-5246175 Ballbhgarh –121004 Haryana E- Mail: [email protected]

5. M/s. Cemtech Consultants Pvt.Ltd. J-202, SaketFAX : 011-26862488 New Delhi – 110017Tel : 011- 26761745 26961618

6. M/s. EXCELON Techno Engineers (P) Ltd. FAX : 011-25739719 AmanChambers , 2nd Floor Tel : 011-25731321 47/21-22. Old Rajinder Nagar :-25758624 Main PusaRoad New Delhi-110060

7. Metallurgical & Engineering Consultants(India) Ltd.

Doranola, Ranchi-834002FAX : 0651-2502189 Bihar-2502214 Tel - 0651-2501002 2501216

9. M/s PEG India Private Ltd, M G Road, Sikanderpur, Gurgaon, Tel- 0124-4373700

10. Conmat Technologies Pvt Ltd,

Salt Lake City, Kolkata03365450592 Any other reputed consultant having sufficient experience in the line may be considered by

CCI , for which prior approval shall be obtained by the tenderer.

Page 72 of 73

ANNEXURE- VII

PRICE BID PROFORMA

Tender For Design, engineering, manufacture, supply, civil & structural design, construction, erection & commissioning for close circuiting of existing ball mill by installation of new generation high efficiency Separator with fly ash feeding system for producing PPC and up-gradation of cement transportation system by mechanical conveying system i.e., belt conveyor and Belt Bucket Elevator in place of existing pneumatic system(fluxo pump) on turnkey basis at Rajban Cement Factory (Himachal Pradesh)..

PART Description Basic GST Total

Figures Word PART-A Design,

engineering, and Drawing Submission

PART-B Manufacturing

and Supply of material at site

PART–C Removal of

existing equipments, modification of site and Erection work i.e., civil, mech., electrical & Instrumentation works

PART-D Commissioning

& Hooking up

with the

existing system

Total

L-1 will be decided on the basis of Total Value of i.e summation of Part-A, Part- B , Part-C & Part-D of individual Units.

The prices are to be quoted as per clause. 2 of Part-III, special terms & condition.

Certified that the above rates have been given in accordance with the techno commercial bid of the tender.

( )

Signature

With company’s stamp

Page 73 of 73

Date :- Name and designation