no. mec/c/10ht/11/80/refractory lab june 1jgmsmetr.com/downloads/150617043606.pdftatisilwai, ranchi...

123
Page 1 of 123 JHARKHAND GOVERNMENT MSME TOOL ROOM, TATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME I (BID SPECIFICATION COMMERCIAL) MECON LIMITED RANCHI - 834002 RETENDER No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 2017

Upload: lydien

Post on 21-Jun-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

Page 1 of 123

JHARKHAND GOVERNMENT MSME TOOL ROOM,

TATISILWAI, RANCHI

ESTABLISHMENT OF REFRACTORY LABORATORY

VOLUME – I (BID SPECIFICATION – COMMERCIAL)

MECON LIMITED

RANCHI - 834002

RETENDER

No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 2017

Page 2: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 2 of 123

INDEX TO VOLUMES

VOLUME – I

COMMERCIAL

VOLUME – II

TECHNICAL

Page 3: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 3 of 123

TABLE OF CONTENTS FOR VOLUME –I AND VOLUME-II OF THE BID DOCUMENT

SL.

NO.

DESCRIPTION OF BID DOCUMENT

I. VOLUME – I (BID SPECIFICATION – COMMERCIAL)

1. Section – I INVITATION TO TENDER (ITT)

2. Section – II SPECIAL CONDITIONS OF CONTRACT (SCC)

3. Section – III GENERAL CONDITIONS OF CONTRACT (GCC)

4.

BANK GUARANTEE PROFORMAE for:

Annexure I) EARNEST MONEY DEPOSIT (EMD)

Annexure II) SECURITY DEPOSIT & PERFORMANCE

BANK GUARANTEE

5. Section – IV PRICE SCHEDULE

II. VOLUME – II (BID SPECIFICATION – TECHNICAL)

Page 4: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 4 of 123

SECTION – I

INVITATION TO TENDER

ESTABLISHMENT OF REFRACTORY LABORATORY

SALIENT FEATURES OF THE BID

A. BID ENQUIRY NO. JGMTRTC/251 Dated 06-06-2017

B. ITEM DESCRIPTION / SCOPE OF

WORK The Scope of work shall be as detailed in Technical

Specification No. MEC/11/18/10HT/1/151, Rev.0,

October 2016 required for Jharkhand Government

MSME Tool Room (JGMSMETR), Ranchi. C. DUE DATE & TIME OF

SUBMISSION 30-06-2017 by 13.00 Hrs “Indian Standard Time (IST)”.

D. PLACE OF SUBMISSION

OF BID

Jharkhand Govt. MSME Tool Room, Plot No. 38, Phase-I,

Tatisilwai Industrial Area, Tatisilwai, Ranchi-835103

E. DATE & TIME OF OPENING OF

PART-I: COST OF BID

DOCUMENT & EARNEST

MONEY DEPOSIT (EMD)/BID

SECURITY & PART-II :

TECHNICAL PART &

COMMERCIAL PART

COMPRISING ELIGIBILITY

DOCUMENTS,

30-06-2017 by 15.00 Hrs “Indian Standard Time (IST)”.

F. EARNEST MONEY DEPOSIT

(BID SECURITY) Rs.4,90,000/- (Rupees Four Lakhs Ninety Thousand only)

Also, Refer Sl. No. 7.0 below

G. TIME FOR COMPLETION 06 Months from the Effective date of the Contract.

H. VALIDITY OF TENDER 180 days from the date of opening of PART-I.

I. COST OF BIDDING DOCUMENT

(Non Refundable and Not Exempted )

Rs 1,000/- (Indian Rupees One Thousand only)

J. SALE / DOWNLOADING OF

TENDER DOCUMENTS Start (Web Site): 08.06.2017

Start (By Hand): 08.06.2017

Close (By Hand) : 30.06.2017 13.00 Hrs “ Indian

Standard Time (IST)”

Close (Downloading from Web-Site) : 30.06.2017

12.00 Hrs “ Indian Standard Time (IST)”

Page 5: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 5 of 123

1.0 Jharkhand Government MSME Tool Room(JGMSMETR), RANCHI hereinafter referred to

as "Purchaser", invites sealed bids from eligible Domestic Bidders for supply, installation,

commissioning of refractory laboratory equipment/machine at JGMSMETR, Tatisilwai,

Ranchi site on Turnkey Contract basis as detailed in Technical Specification No.

MEC/11/18/10HT/1/151. Rev.0, June 2016 required for Jharkhand Government MSME

Tool Room (JGMSMETR) Ranchi.

2.0 ELIGIBILITY CRITERIA

Bidder should meet the following eligibility criteria.

2.1 Technical Eligibility

The bidder should have experience of supply, installation, commissioning for any five (05)

Nos. of laboratory equipment from Sl. No(s). 1 to 30 listed in Table –I herein below, in any

industry(ies)/ NABL or CSIR accredited laboratories/ BIS approved laboratories /Indian

Railways/Indian Educational Institutes, during last seven (07) years ending last day of the

month previous to the one in which tender is floated. These equipment must have operated

successfully for a minimum period of 01 (one) year within the period stipulated above.

Documents to be submitted:

The bidder should submit attested/ self certified copy of the following documentary evidence

issued by his client in proof of meeting the prescribed eligibility criteria with specific mention of

information required.

i) Purchase Order /Work Order / Contract.

ii) Commissioning Certificate indicating therein reference No. of Work Order/Contract, etc.

iii) Performance certificate for equipment.

2.2 Financial Eligibility:

Average annual turn-over of the Bidder should be equal to or more than

Rs.2,45,00,000/-(Rupees Two Crore Forty Five Lakh Only) during last three (03)

consecutive financial years, i.e. during financial years 2013-2014,2014-2015 & 2015-2016.

The Bidder shall submit copy of Audited Annual Reports (financial statement) clearly

evidencing the Annual Turn-Over figure for last 3 (three) consecutive financial years in

support of their meeting above stipulated financial criterion.

In case of non availability of Audited Annual Reports (financial statement) for any genuine

reasons, as an alternative, with reasoned proof, the bidder may submit certificate(s) from a

practicing Chartered Accountant, duly notarized, in support of their financial credentials, in

lieu of the Annual Reports

Page 6: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 6 of 123

TABLE-I

S.No. Equipment description

1 Programmable furnace up to 1500oC

2 Furnace (1700oC)

3 RUL furnace (1800oC)

4 PCE furnace

5 Hot modulus of rupture (1500oC)

6 3 point bending attachment for MOR testing

7 Cold crushing machine (100 t)

8 Spalling resistance furnace

9 Single beam visible spectrophotometer

10 Flame photometer

11 pH meter

12 Vicat apparatus with moulds

13 Thermal conductivity apparatus

14 Thermal expansion (1000oC)

15 Abrasion test apparatus

16 CO disintegration test (600oC) apparatus

17 Sample cutting machine with diamond saw 10ʺ dia

18 Sample drilling machine with diamond drill bit for RUL sample (50 mm, 35 mm & 10 mm)

19 Electronic balance (4 kg)

20 Electronic balance (300 g)

21 Hydrostatic balance

22 Dryer 150oC

23 Dryer 200oC

24 Hot plate

25 Plasticity apparatus

26 Grain bulk density apparatus

27 Planatary intensive mixer for castable (5 kg) Machine

28 Vibrating table

29 Standard sieves

30 Picnometer

Page 7: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 7 of 123

3. Consortium of Bidders are allowed for this package.

Bids submitted by a consortium (not more than two parties) shall comply with the

following requirements:

i. The bid shall include all the information on eligibility/ qualification and experience required for a bidder as described in Bidding Documents.

ii. The bid shall be signed so as to be legally binding on all members. iii. The members of the Consortium shall nominate one member as the “Lead Member”,

responsible for overall performance of the Contract. The nomination shall be supported by a Memorandum of Agreement (MOA) and should be signed by all the legally authorized signatories of all members. The leader shall be Member having maximum job or share of work in value terms.

iv. The leader shall be authorised to incur liabilities and receive instructions and payment for and on behalf of any & all members of the consortium.

However, payments shall be released directly to consortium members provided the Leader of the consortium submits a general authorisation document, authorising the Employer to release payment to its consortium members directly.

v. Leader of the consortium shall be overall responsible for the execution of the Contract. The Leader and other Members of the Consortium shall be jointly and severally liable for the execution of the Contract, but will be liable for damages in proportion of the respective Contract Price. Each Member shall have a price for his scope of work.

vi. A copy of the Memorandum of Agreement (MoA) entered into by the consortium

members prior to stipulated due date of submission of bids and valid till Time for Completion plus Defect Liability Period for the Facilities shall be submitted.

The MoA shall clearly outline the proposed roles & responsibilities of each member. Each member of consortium must have the experience for the component of the contract that they are designated to perform. Failure to comply with this requirement may result in rejection of the Consortium’s bid.

vii. Separate bid by a consortium member will not be accepted.

A party can be a member in only one consortium; bids submitted by such consortia which include the same party as member and/or leader will be rejected.

Bidders are not allowed to form new consortium (consortia) with other

Bidders participating in the tender.

The composition or the constitution of the consortium, who have become eligible,

may be permitted to alter only with the prior consent of the Employer in writing.

For the purpose of formation of consortium, a member shall be an independent and single legal entity as per laws of India or as per laws in the country of such member and should have its own independent financial accounting system as per laws of India or as per laws in the country of such member.

4. Interested Bidders may obtain further information from the office of the:-

a/ Contact person: Mr. M.K. Gupta, Principal_, JGMSMETR, Ranchi.

Phone no 0651-2265966, Fax No :0651-2265578

Email:[email protected],[email protected], [email protected]

5. a) A complete set of bidding documents may be purchased by any prospective bidder(s)

from the place listed below on submission of a written application (in duplicate)

Page 8: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 8 of 123

giving complete details of Mailing Address, Telephone & Fax Nos., E-mail Address

& name of Contact Person along with cost of Tender Document. The cost of Tender

Document is Rs.1000/- (Indian Rupees One thousand only), payable by Demand

Draft/ Cash in favor of JHARKHAND GOVERNMENT MINI TOOL ROOM &

TRAINING CENTRE and payable at Ranchi.

Tender Documents will be available on all working days from 8.00 Hrs (IST) to 16.00

Hrs (IST) against Cash payment,

Place from where Bid Documents can be purchased:-

Office of the JHARKHAND GOVERNMENT MSME TOOL ROOM

(JGMSMETR),Ranchi.

a/ Contact person: Mr. M.K. Gupta, Principal_, JGMSMETR, Ranchi.

Phone no 0651-2265966, Fax No :0651-2265578

Email:[email protected],[email protected], [email protected]

b) Entire tender documents along with detailed NIT are available in the Purchaser’s

website i.e. www.jgmsmetr.com The prospective Bidders can download the

documents for the purpose of preparation & submission of their Bids.

It will be presumed that the Bidder has gone through the entire Bid Document

available in the website, which shall be binding on the Bidder.

In case a bidder downloads Bid document from Purchaser’s web site

(www.jgmsmetr.com) bidder shall submit non-refundable fee towards cost of the

Bidding Document as mentioned above along with their bid, as per details given in

Bidding Document. For bidders downloading from purchaser’s website, the

instrument for cost of Bidding document shall be Demand Draft payable at Par from a

Scheduled or Nationalised Bank, drawn in favor of JHARKHAND GOVERNMENT

MINI TOOL ROOM & TRAINING CENTRE and payable at Ranchi.

6. The bid will consist of three parts:

Part-I: Cost of Tender Document & EMD/ Bid Security

Part-II: “Technical Part & Commercial Part” containing documents for

Eligibility Criteria fulfillment and techno commercial bid shall not

contain any price at all. However bidder shall submit un-priced copy of

price bid (Part-III) with marks “XX” wherever prices have been quoted

alongwith Part-II.

Part-III: Price Bid

On the tender opening date Part-I shall be opened. The offer received without EMD/Bid

Security and Cost of Tender document shall be rejected and Part-II of such bidder shall

not be opened.

Bidders are expected to submit all necessary documents in support of fulfillment of Eligibility

Criteria. However, in case any further document is found necessary for proper assessment, the

Bidder shall have to furnish the same, failing which the Bid will be considered as non-

responsive & in-eligible and their offer will not be processed any further.

Page 9: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 9 of 123

7. Bids must be accompanied by a Bid Security (Earnest Money Deposit) for the amount

Rs.4,90,000 (Rupees Four Lakh Ninety Thousand Only) and Cost of Bid Document

amounting to Rs.1000/- (Rupees One thousand only) in the following forms:

(a) a Demand Draft/ Cash towards Cost of Bid Documents.

(b) a Bank Guarantee/crossed Demand draft in the form provided in the bidding

documents towards cost of EMD/Bid Security.

For : Jharkhand Government MSME Tool Room (JGMSMETR)” Ranchi.

The instruments mentioned above, shall be submitted from an Indian Scheduled Commercial

or Nationalised Bank. The DD/BG has to be drawn in favor of “Jharkhand Government Mini

Tool Room & Training Centre” payable at Ranchi.

8. It shall be the responsibility of the prospective bidders to ensure that the Bids have been

submitted in the formats and as per the terms and conditions prescribed in the website and no

change is made therein. The documents placed in website along with this detailed Notice

Inviting Tender (NIT) forms the complete tender document. All the documents along with

detailed NIT as placed in the website is final including clarification, drawings, corrigendum,

addendum, pre-bid meetings, if any. On verification, at any time, whether the Bidder is

successful or not, if any of the documents submitted by the Bidder including the documents

downloaded from Purchaser’s above mentioned website / issued are found tampered/ altered

/ incomplete, they are liable for rejection, cancellation & termination of the Contract,

debarring, etc. as per the rules of the JGMSMETR.

It will be presumed that the Bidder have gone through the entire bidding documents available

in the website which shall be binding on them.

9. JGMSMETR reserves the right to accept or reject any bid or to annul the Bidding process

and reject all bids at any time prior to award of the Contract without assigning any reason

whatsoever and without thereby incurring any liability whatsoever to the affected Bidder(s).

Mere purchase and submission of tender document shall not mean fulfillment of requirements

of eligibility of the Bidder(s).

10. Consignee: Jharkhand Government MSME Tool Room & Training Center (JGMSMETR),

Ranchi.

11. Central Public Sector Enterprises (CPSEs) under Government of India are exempted from

submission of EMD/Bid Security.

12. There shall be no post Tender Price Negotiation except with L-1 (i.e. the lowest evaluated

Tender) if required.

13. JGMSMETR takes no responsibility for delay, loss or non-receipt of documents sent by

post/ courier at any time. No financial obligation shall accrue to JGMSMETR in such an

event.

14. The Total Price shall mean total price including all applicable taxes & duties.

Page 10: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 10 of 123

15. "Purchaser" shall mean and include Jharkhand Government MSME Tool Room

(JGMSMETR), Ranchi and its different functionaries entrusted with the responsibilities in

relation to this contract in respect of the area of responsibilities of such functionaries.

16.0 INTRODUCTION

16.1 The instructions / information contained in the bid documents is for guidance and compliance

of the intending bidder. Bidder is advised to obtain, in writing, clarifications from the

JGMSMETR, if any, prior to submission of their Bid, failing which it will be deemed that the

stipulation made in the bid documents have been read, understood and are acceptable to the

Bidder.

16.2 Bidder shall bear all costs associated with preparation and submission of the bid and

subsequent bidding process till award of the order to successful Bidder and the JGMSMETR

shall, in no case, be responsible or liable for those costs, regardless of the conduct or

outcome of the bidding process.

17.0 QUALIFICATION AND EXPERIENCE

17.1 Offers are requested from Bidders meeting the Eligibility Criteria stipulated in Invitations to

Tender. At anytime now or in future, if any of the information or document submitted by the

bidder is found to be false, the bid shall be liable to be rejected. Also, JGMSMETR may ask

for any further information or documents or may ask for original to any copy of the document

that the bidder might have submitted and the bidder shall comply the same immediately,

failing which the bid may not be evaluated further.

18.0 BID DOCUMENTS

18.1 Bid document comprises of Volume –I (Bid specification – Commercial) which consists of

Invitation To Tender (Section- I),Draft Work Order, Special Conditions of Contract (Section-

II), General Conditions of Contract (Section- III),Bank guarantee proformae for EMD

(Annexure I), Bank guarantee proformae for Security Deposit/Performance (Annexure

II),Price Schedule (Section IV) and Volume-II (Bid Specification –Technical). In addition,

any other document / instruction/ amendments / revisions issued by the JGMSMETR to the

Bidder till due date of submission of the offers, shall also be deemed to be integral part of the

tender. Bidder will have to furnish all the information as required in the bidding documents.

19.0 COST OF TENDER DOCUMENT

Bidder shall submit non-refundable amount of Rs.1,000/- (Rupees One Thousand only) as

mentioned in the “Salient Features of the Bid”, in the form of Cash or Demand Draft from

any Indian Schedule Commercial Bank towards Cost of Tender Documents. The instrument

(DD) must be in favor of “Jharkhand Government Mini Tool Room & Training Centre”

payable at Ranchi. Payment by any other means will not be accepted.

20.0 EARNEST MONEY DEPOSIT (EMD)

20.1 Bidder shall submit Earnest Money as mentioned in Sl. No. 7.0 of the “Invitation To

Tender” (ITT), in the form of Demand Draft or Bank Guarantee (BG) from any Indian

Schedule Commercial Bank. The crossed Demand Draft or Bank Guarantee (BG) has to be

drawn in favor of “Jharkhand Government Mini Tool Room & Training Centre” payable at

Page 11: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 11 of 123

Ranchi. In case of BG, it should be submitted as per format enclosed in Annexure-I.

Submission of EMD by any other means is not acceptable.

20.2 Bank Guarantee against Earnest Money shall remain valid for a period of Two (2) months

beyond the original validity period of the Bid or any subsequent extension thereof as

mentioned at Clause 27.0 of ITT.

20.3 Both the Demand Draft (DD) or Bank Guarantee (BG) for the EMD and the DD for the Cost

of the Tender Document shall together be submitted in a sealed envelope (PART-I) duly

superscripted with the Bid Enquiry reference, Bidder’s own name, full address and titled

‘Earnest Money & Cost of Tender”.

20.4 Small Scale Units, Public Sector Undertakings, Government Undertakings and co-operative

sectors shall be exempted from submitting EMD to the extent of their approved monetary

limit as mentioned in their valid NSIC certificate. However, Bidders seeking exemption from

submission of Earnest Money, shall submit a copy of relevant Govt. notification along with

their own valid Registration Certificate in the envelope titled “Earnest Money” failing which

the Bid will be treated as if “submitted without Earnest Money”, and will be rejected.

However, exemption to such Bidder shall be granted for execution of only such work and

item and value for which they are found to be registered and exempted as per the relevant

certificate / Govt. Notification. SSI units shall submit notarized copies of Govt. Notification

and Registration Certificate.

20.5 For getting exemption from submission of Earnest Money, an SSI unit is required to submit

a notarized copy of valid registration certificate indicating clearly the item for which they are

registered and validity of the same. The SSI units will be exempted from submission of

Earnest Money up to the monetary limit mentioned in their valid Registration Certificate. If

the EMD value is more than the monetary limit, SSI unit shall submit DD/BG for differential

value.

20.6 No request for adjustment of earlier dues in place of Earnest Money shall be entertained.

20.7 The Earnest Money submitted by the Bidder along with the Bid will be returned to the

successful Bidder, after receipt of Security deposit Bank Guarantee as per terms of the LOA

from the successful Bidder. However, the Earnest Money shall be returned to all the

unsuccessful Bidders, within sixty (60) days from the date of placement of LOA, whichever is

earlier on successful bidder.

20.8 In the event the Bid of any party is rejected during the course of Techno-Commercial Scrutiny

and Evaluation, the Earnest Money will be returned to such Bidder within seven days from

the date of rejection of his offer.

20.9 Earnest Money shall be forfeited / en-cashed if :–

a) Any Bidder withdraws his Bid or resales from his offer during the validity period.

b) The successful Bidder fails within specified time to furnish his Acceptance of the

LOA/ Order and fails to submit the Security Deposit Bank Guarantee as per terms of

the LOA as detailed in Clause No. 17.0 of SCC.

Page 12: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 12 of 123

21.0 SITE VISIT

21.1 Any failure on the part of the successful bidder in obtaining necessary and reliable

information as required for proper understanding of Company’s requirement shall not absolve

the bidder from any risk or liability or the entire responsibility for completion of the work in

accordance with the relevant bid document enclosed herewith.

21.2 Bidders are free to visit the site of proposed installation any time prior to bid due date and

obtain for its self on its own responsibility all information that may be necessary for preparing

the bid and entering into a contract for construction of work. However, intimation in this

regard would have to be sent by them to JGMSMETR, in advance. The cost of visiting the

site shall be at the bidder’s own expense.

21.3 The bidder and any of its personnel or agents will be granted permission by the JGMSMETR

to enter upon its premises and lands for the purpose of such visits, but only upon they express

condition that the bidder, its personnel, and agents will release and indemnify the

JGMSMETR and personnel and agents from and against all liability in respect thereof, and

will be responsible for death or personal injury, loss of or damages to property, and any other

loss, damage, cost, and expenses incurred as a result of the inspection. Photography is

prohibited inside JGMSMETR.

21.4 Any instructions, amendments, minutes of meeting, revisions or documents issued by the

company at any time till finalisation of order shall also form an integral and binding part of

the bid document and subsequent order.

22.0 SUBMISSION & OPENING OF BID

22.1 The Bid shall be prepared and submitted by typing or printing in English with indelible black

ink on white paper in consecutively numbered pages, each page signed alongwith duly filled

in format(s) as per bid document. The bidding document shall comprise the documents as

stated in the bid and to specify/confirm the same in the check-list enclosed in the bid

document.

22.2 All original and amendments / revisions to bid documents, including minutes of Pre-Bid

Conference, issued by the Purchaser, if any, shall be signed and submitted along with the Bid.

The Bid submitted by the Bidder shall take into account all such amendments / revisions and

minutes of meeting, if any.

22.3 Bidders are advised to submit their Bids strictly based on the specification, terms and

conditions contained in the bid documents and subsequent revisions / amendments, if any. If

acceptance of the terms and conditions given in the bid documents and subsequent revisions /

amendments, have any price implications, the same shall be considered and included in the

‘Price Bid’.

23.0 MODE OF SUBMISSION

23.1 The Bid shall be submitted in sealed envelope enclosing three (3) separate sealed covers duly

superscripted with the Bid Enquiry reference, Bidder’s full Name & address and marked Part-

I, II & III as follows –

a) Part-I - Earnest Money and Cost of Bid: To submit original only.

Page 13: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 13 of 123

b) Part-II - “Technical Part & Commercial Part” containing documents for

Eligibility Criteria fulfillment and techno commercial bid shall

not contain any price at all.: To submit original plus 2 copies.

c) Part-III - Price: To submit original only.

23.2 Part-I - EARNEST MONEY

This cover should be sealed and superscripted “PART – I: Earnest Money & Cost of Tender

Document”. Only one original with a covering letter shall be submitted. The amount of

Earnest Money for the job shall be as indicated in the “Invitation To Tender”. Earnest Money

as per clause 20.0 above shall be enclosed. The bidders seeking exemption from submission

of EMD should submit the necessary documentary evidence as per clause 20.0 of “Invitation

To Tender” along with their bid failing which their bids will be summarily rejected.

23.3 Part-II - TECHNICAL & COMMERCIAL

This cover should be sealed and superscribed “TECHNICAL AND COMMERCIAL BID”

followed by the title of work and enquiry reference. This Part will comprise (i) Technical Part

of the Bid and (ii) Commercial Part of the Bid, which shall be distinctly annexed. Each set

shall contain the following :

a) Invitation To Tender (Section- I),Special Conditions of Contract (Section- II),

General Conditions of Contract (Section- III),Scope of Work and Technical

Specification (Vol-II), and an un-priced copy of Price Bid.

All the pages of above mentioned Documents duly signed and stamped as a token of

having been read, understood and accepted all the terms and conditions mentioned

therein shall be submitted. Each cell of the Un-priced Price Format shall be filled

with word ‘Quoted’ or “Not Quoted’, as the case may be.

b) Bidders are required to quote strictly as per bidding documents without any

deviations. However if they feel that some minor deviation will improve their bid,

such deviations, if any, from the Commercial terms & conditions or Technical

specifications shall be listed in Attachment – I to their Bid and no where else.

However, attention of the bidders is drawn to the provisions of ITT clause No. 29

regarding the Rejection of bids that are not substantially responsive to the

requirements of the Bidding documents.

c) Documents mentioned under Clause 28.0 herein below.

23.4 Part-III – PRICE

23.5 This cover should be sealed and superscribed “PART-III-PRICE BID” to be filled up exactly

as per Format given in “Section IV” of “Volume I”. This shall be filled up in both figures and

words and signed on each page with stamp by Authorised Representative of the Bidder. Prices

shall be mentioned in Words and Figures both. In case of any contradictions between the

Prices mentioned in Figures and Words, the Prices mentioned in Words shall be considered

final. Also, in case of any arithmetical error in regard to the Total Amount and Individual

Amounts, the Individual Rates shall be taken as final and the Total Amount shall be adjusted

accordingly. Price Offer should not contain any technical or commercial offer. Likewise,

Page 14: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 14 of 123

technical or commercial offer should not contain price of any item. Price mentioned anywhere

other than Price Bid shall not be taken cognizance of.

23.6 The above three sealed envelops shall, in turn, be placed in a bigger envelope duly sealed and

superscripted with the Description of work, Bid Enquiry reference, Due Date and Time of

Opening, full name and postal / telephone / fax / email address of the Bidder at the bottom left

and to be submitted under a covering letter at the address and date / time mentioned in the

“Salient Features of the Bid”.

23.7 Insertions, postscript, addition and alteration shall not be recognized unless confirmed by the

signature of Authorised Representative of Bidder.

23.8 Bids submitted without details / documents as asked for above / elsewhere in the Bid Enquiry,

shall be treated as “incomplete” and may not be considered.

23.9 Telegraphic / FAX / e-mail quotations will not be considered.

23.10 For the purpose of opening, Bids shall be classified into following categories :

i) Regular Bid – Received within the due time and date prescribed in the Bid notice

issued by the JGMSMETR.

ii) Late / delayed Bid – Bids received after the due date and time of receipt prescribed in

the Bid notice issued by the JGMSMETR.

23.11 Regular Bids shall be opened on the appointed date and time of bid opening as mentioned in

ITT in the presence of such duly authorised representatives of the Bidder who may wish to be

present as follows-

a) Part-I containing “Earnest Money and cost of Bid Document” shall be first opened.

Bids received without Cost of Bid, Earnest Money or documents related to

exemptions, as mentioned above, will not be considered and Part-II and III of the Bid

will stand summarily rejected and not opened.

b) Part – II containing the Technical and Commercial bids along with a complete set of

supporting documents. Offer of those bidders who meet the requirement of Clause no.

23.11 (a) above, shall be opened thereafter on the same date in presence of authorized

representatives of those bidders who wish to be present.

c) Part – III “Price Bid” shall not be opened and the same shall be kept by the

JGMSMETR unopened. The same will be opened subsequently as per stipulations of

Clause No. 24.1 herein below.

23.12 Late / delayed Bids will not be opened.

23.13 In the event of a three part Bid received in only one part and not meeting the requirement of

separate sealed covers, the Bids shall not be considered.

23.14 Any modification to the original bid after due date of bid opening shall also be treated as

unsolicited and rejected.

23.15 During opening of the bids received against the Open Bid Enquiries, signatures of the

Authorized Representatives (carrying authorization letter) of the firms present during bid

Page 15: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 15 of 123

opening shall be obtained. The following information depending upon the part of bid opened

shall only be given to the Bidder present during the opening.

i) Names of all the Bidders.

ii) Prices, including discount, if any, and other elements as and when Price Bids are

opened.

23.16 Same person shall not be allowed to represent more than one bidder while witnessing the bid

opening.

23.17 If the outer envelope is not sealed and marked properly, JGMSMETR will assume no

responsibility for the bid misplacement and pre-mature opening.

23.18 Each bidder shall submit only one bid. A bidder who submits more than one bid will be

rejected.

23.19 Bids shall not contain any material deviations like non submission of earnest money deposit or

cost of tender document, submission of bid in any manner other than in three parts, acceptance

of Liquidated Damage clause, etc.

24.0 BID EVALUATION

24.1 Evaluation of bids will be done by taking into consideration of following factors.

a) Overall completeness and compliance with the Technical Specifications and

Drawings, deviations from the Technical Specifications, suitability of the facilities

offered in relation to the environmental and climatic conditions prevailing at the site,

quality, function and operation of any process control concept included in the Bid.

b) Compliance with the time schedule as specified in Bid Enquiry.

c) Any other relevant technical factors, if any, as specified in the Bid Enquiry that the

JGMSMETR deems necessary or prudent to take into consideration.

d) Overall completeness and compliance with the Commercial Terms & Conditions,

without any material deviation.

e) Deviation in Terms of Payment, Guarantee, Taxes & Duties, Completion Schedule,

Liquidated damages, Security deposit & Performance bank guarantee clauses are

NOT desired.

f) Price shall be for total supplies including all the applicable charges for delivery at

site. However, prices for two years’ operational spares shall not be considered for

evaluation and may be ordered at a later date.

g) Price will be evaluated considering all taxes & duties quoted by the bidder

Price bid of those bidders who will be determined as Techno commercially eligible & whose

bids will be in conformity to the bid document shall be opened. Bidder has to quote for all the

items as stipulated in Technical Specification (Vol-II) Cl. No. 3.0 in full quantity of each

equipment. The Total price shall be inclusive of design, manufacture, supply, assembly,

testing at manufacturer’s works, painting, delivery F.O.R. site, storage, erection as per

approved layout drawings including supervision, testing and commissioning of Equipment

including commissioning spares inclusive of all taxes, duties, levies, freight & insurance etc.

Bidders shall indicate taxes & duties separately at the space provided for the same in the price

schedule.

Page 16: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 16 of 123

24.2 In case any new factor emerges during Techno-Commercial clarification meetings with the

Bidder, the same will be intimated to all the eligible Bidders for their confirmation.

24.3 The factors and the methods that have been prescribed in the Bid documents will be used

while working the overall price. If any additional factor emerges during the Techno-

commercial clarification meetings, the same will also be adopted for the evaluation of the

Bids. However, an opportunity will be given to all the Bidders to confirm their acceptance of

such an additional factor to be considered for evaluation of Bids.

24.4 After the evaluation Prices worked out for different bids, Bids will be ranked as L1, L2, L3,

………………….., L1 being the lowest based on consideration of the quoted Price and

acceptance of Techno-Commercial terms and conditions of the Enquiry.

24.5 If offered Price undergoes any revision, the JGMSMETR reserves the right to open the

original Price Bids also so as to judge if cartel has been formed by the Bids after techno-

commercial negotiation.

24.6 In case any specific adverse report is received against any Bidder, as information or upon

enquiry made by the JGMSMETR, in respect of antecedents, capabilities and performance of

the Bidder, after receipt of Bid but before placement of order, quotation / bid submitted by

such Bidder may be rejected.

25.0 FINALISATION OF ORDER

i) While JGMSMETR will endeavor to finalize the tender at the earliest, it reserves the

right to delay finalization of the tender, if necessary, without assigning any reasons

for the same. During finalization of the tender, JGMSMETR is not bound to accept

lowest or any tender or to assign reasons whatsoever for non-acceptance.

JGMSMETR reserves the right to cancel the tender without assigning any reasons for

the same. However, in such an eventuality, JGMSMETR shall return the Earnest

Money deposit and Cost of tender document to all the bidders after cancellation of the

tender.

26.0 PRICE NEGOTIATION

26.1 There shall be no post Tender Price Negotiation except with L-1 (i.e. the lowest evaluated

responsive Bid) if required.

26.2 In case more than one technically and commercially suitable parties have quoted same price

and all are L-1, then the negotiations would be held with all the L-1 parties for reduction in

their prices. Based on the reductions / rebates given during negotiations, the ranking of the

Bidder would be revised. However, no Bidder would be allowed to increase the price upward

under any condition during such negotiations.

26.3 During negotiations, the Bidder(s) will be asked to explain the basis of their Quoted Price and

submit necessary details / break-ups as deemed necessary by the JGMSMETR for evaluation.

27.0 VALIDITY OF BID

The Bid and Price(s) quoted shall remain valid for a period of 180 days from the date of

opening of Techno-Commercial Bid. However, extension of the validity of offer may be

asked by the JGMSMETR, if required. In such case, if the Bidder extends the validity of the

Page 17: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 17 of 123

offer, validity of the EMD bank guarantee shall also be extended (on a non judicial stamp

paper of appropriate value) for a period two months beyond the validity of offer, else

extension of validity of offer shall not be taken into account.

Two years operational spares may be ordered at a later date. As such, validity of such spares

shall be maintained for 24 months after the placement of Order. Bidders shall indicate the

source of such spares alongwith specification/ catalogue.

28.0 DOCUMENTS TO BE SUBMITTED

28.1 The following documents, should necessarily accompany the offer submitted by the Bidders :

a) Duly notarized copy of Power of Attorney in favor of signatory of the bid.

b) Company Registration Certificate / Partnership Deed / Affidavit in case of

Proprietorship Firms

c) CST / VAT Registration Certificate.

d) Copy of the PAN Card.

e) Excise Registration Certificate.

f) Service Tax Registration Certificate.

g) Bank Details (Name of the Bank, Account no., Branch, etc.)

h) Documents supporting exemption from EMD, if claiming exemption.

29.0 REJECTION

The bid shall be rejected on failure of the following conditions:

29.1 If Cost of Bid Documents as stipulated in enquiry as per Clause No. 19 & 23.11 (a) of ITT is

not submitted.

29.2 If submission of Earnest Money or a request for waiver of the same with appropriate

document as per Clause No. 20 of ITT is not submitted.

29.3 Submission of Bids in three parts as per ITT is not followed.

29.4 Acceptance of Imposition of L.D. against delay in completion of the job as per clause no.19

of SCC.

30.0 GENERAL

30.1 The JGMSMETR reserves the right to reject all or any bid without assigning any reason.

( Principal)

Page 18: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 18 of 123

DRAFT WORK ORDER

To M/s ______________________________, ____________________________________, _____________________________________, _______________________________________, ________________________________________.

SUB: Establishment of Refractory Laboratory – Pkg.No.01 Tender Enq No: ____________________________________________________________

LOA No. _______________________________________________________________________

Dear Sir,

Reference to our above tender, your offer, discussions had with at JGMSMETR/MECON, your

clarifications / confirmations and our LOA No. ________________________________ we, the Purchaser

are pleased to place our firm work order on you (the Contractor) for the subject job as per the terms &

conditions given below:

A) This Work Order B) Price Schedule C) Scope of work D) Special Conditions of Contract E) General Conditions of Contract F) Technical Specification G) Performance Bank Guarantee Format

1.0 Scope of Work: The scope of work shall be as. per Technical Specification no.

MEC/11/18/10HT/01/151,Rev-0 read with your offer, discussions and subsequent

clarifications/ confirmations. The price schedule is attached herewith (Annexure- I).

2.0 Contract price : The contract price for the scope of work as mentioned in “1.0” above is

Rs. _________________/- (Rupees __________) inclusive of all taxes and duties excluding

Service Tax and Cess.

3.0 Completion of the Facilities : Time of Completion shall be Six (06) months from the

effective date of the Contract [Effective date of contract shall be date of issue of LOA].

4.0 TERMS OF PAYMENT

The terms of payment are stipulated in SCC clause no.4.0 of this document.

Page 19: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 19 of 123

5.0 Performance Bank Guarantee & Security Deposit Bank Guarantee Shall Be as Stipulated in

SCC Clause No.16.0 & 17.0 respectively herein below.

6.0 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION

6.1 The time stipulated in the contract shall be deemed to be the essence of the contract. In case

the Contractor fails to adhere to the time specified under Completion period mentioned clause

no. 3 hereinabove, then L.D. will be levied by the Purchaser.

Liquidated Damages for delay will be based on the time schedule. The Purchaser shall

recover the amount of Liquidated Damages, but not by way of penalty, by making deductions

from the Contractor’s account or by encashment of Contractor’s Bank Guarantees at the rate

0.5% of the non-utilizable portion of works/supplies (including Supply, erection,

commissioning, and Final Acceptance test) per week of delay or part thereof. The ceiling of

this Liquidated Damages shall be 5% of the non-utilizable portion of works / supplies

(Supply, erection, commissioning, and Final Acceptance test).

6.2 The liquidated damages for delayed completion shall be recovered from the Bidder’s bill or

Bank guarantee.

7.0 ORDER OF PRECEDENCE

The following documents shall be deemed to form an integral part to this bidding document

and shall be read and construed in the order of precedence given below :

1. Invitation To Tender

2. Work order

3. Special Conditions of Contract

4. General Conditions of Contract

5. Technical Specification (Vol-II) and Annexures

6. Any other documents, as applicable.

In the event of any ambiguity or conflict between the bid documents listed above, the order of

precedence shall be in the order which is listed above.

8.0 Others: All other terms & conditions shall be as per our tender, Technical Specification no.

MEC/11/18/10HT/01/151,Rev-0 subsequent discussion /clarification /modification /

confirmations in the form of letter/ e-mail, minutes of meeting including Special Conditions

of Contract and General Conditions of Contract.

Please acknowledge receipt of this work Order and submit Performance Bank Guarantee as

per the above.

( Principal )

Page 20: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 20 of 123

SECTION - II

SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall be read in conjunction with the corresponding

terms and conditions stipulated in the enclosed General Conditions of Contract, wherever applicable.

In case of any contradiction between the terms and conditions stipulated in SCC and those contained

in the enclosed GCC, the terms and conditions contained in SCC shall prevail.

1.0 SCOPE OF WORK & SERVICES

1.1 The scope of work of the bidder covers Design, Engineering, Supply, installation, testing,

calibration and commissioning of Equipment as specified in Technical Specification

inclusive of associated control, electrical, and all accessories on Turnkey Contract basis as

detailed in Technical Specification No. MEC/11/18/10HT/1/151. Rev.0, June 2016 required

for Jharkhand Government MSME Tool Room (JGMSMETR) Ranchi. The equipment

shall meet the specified performance to the satisfaction of the Owner.

1.2 Spares for Two year normal operation and maintenance, if required, as per Technical

Specification, shall be included in the offer, order for which may decided separately by

JGMSMETR. Prices for two years’ operational spares shall not be considered for evaluation

and may be ordered at a later date.

1.3 The scope of work shall also include procurement of all materials including components

required for coordinated planning for manufacture, testing, inspection, packing, and marking,

loading on Trucks / Trailers and transportation to site.

1.4 All necessary insurance policies as required shall be under taken by Bidder.

2.0 COMPLETION OF DELIVERY:

Total equipment/system as detailed in the scope of work shall be supplied at the project site at

RANCHI within the completion schedule mentioned in the “Salient features of the

bid”/Technical Specification (Volume – II) from the date of Letter of award. Effective date

of contract shall be the date of LOA. A Bar Chart indicating various activities, i.e.,

procurement of materials, planning, manufacturer, inspection, supply, testing, etc., shall be

submitted within one month of placement of order. Time of completion of delivery is a most

important aspect of the Order. In case of failure to deliver the supplies in mentioned time,

Liquidated Damage clause shall be applied as per Clause no.19 of SCC.

3.0 TOTAL PRICE

Total Price for the scope of work enumerated above shall be as indicated in the Price

Schedule format enclosed in Commercial Volume. The total price towards scope of work is

based on the following:

3.1 For supply of items in full & good condition at FOR Site / Stores of JGMSMETR, Ranchi.

Total Price also includes all charges towards packing & forwarding, inspection, insurance and

freight including door delivery charges. Total Price is also inclusive of Excise Duty, CST and

Sales Tax on the finished items, Professional tax, Entry tax, etc., as applicable for the

supplies.

Page 21: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 21 of 123

3.2 Total Price shall remain firm and binding and shall not be subject to any variation,

whatsoever, on any account except for statutory variation on taxes & duties during

contractual completion period as stipulated in Clause no 3.3 below and / or addition or

modification of scope of work.

3.3 Various taxes, levies and duties shall be paid against submitted documentary evidence limited

to the maximum ceiling as indicated in the price schedule.

3.4 The Total price includes and covers the cost of all royalty and fees for all articles and

processes, protected by letters, patent or otherwise incorporated in or used in connection with

the work, also all royalties, rents and other payments in connection with obtaining all the

materials for the work and the bidder shall indemnify and keep indemnified the JGMSMETR,

which indemnity, the bidder shall give against all actions, proceedings, claims, damages,

costs and expenses arising from the incorporation in or use of work of any such articles,

processes or supplies.

3.5 All applicable charges for taking statutory clearances, wherever necessary, shall be included

in the Total price.

For the items for which bidder is to manufacture and deliver based upon Consultant’s design,

for any increase or decrease in tonnage / quantity from the ordered tonnage / quantity,

proportionate increase or decrease in Total price shall be done and the Total Price shall be

accordingly adjusted.

3.6 Service Tax & Cess

Service Tax and Cess shall be applicable as per prevalent rules.

Invoices for all Taxable Input Services shall be made to “JGMSMETR, Department of Industries, Jharkhand Government, Ranchi” for availing Service Tax & Cess Credit under relevant Rules and shall be furnished by the Contractor to the Purchaser for availing Service Tax & Cess credit.

The Contractor shall submit all other Documents required by the Purchaser to avail the Service Tax & Cess credit. In case, the Contractor fails to submit the required document

for availing the Service Tax & Cess credit by the Purchaser in respect of Input Services,

the same may be recovered by the Purchaser from the Contractor unless the Contractor furnishes proper justification.

4.0 TERMS OF PAYMENT AND PRICE BASIS

4.1 The JGMSMETR shall make no advance payment to the bidder on any account.

4.2 Payment shall be made on pro rata basis as per approved Billing Schedule.

4.3 Performance bank guarantee of Ten percent (10%) of the Total Price shall be submitted by the

bidder as per Clause No. 18.0 of SCC.

4.4 Price will remain firm during Contract Period for all supply items except as stipulated in

Clause 3.2 hereinabove.

4.5 The terms of payment are as follows-

Page 22: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 22 of 123

Terms of payment:

All the payments shall be released through A/c payee cheque at RANCHI. Pre-

receipted invoice alongwith supporting documents shall be submitted in original plus

three copies.

I) 80% of the Total price shall be released of the submitted bill against the firmed

price and receipt of materials at Project site within 30 days and submission of

the following documents in 3 sets: -

i. Copies of Receipted Lorry Receipt / Consignment Note.

ii. Pre-receipted Invoice.

iii. Copies of Packing List & Delivery Challan including originals.

iv. Copies of Inspection Certificate including originals.

v. Dispatch clearance issued by JGMSMETR.

vi. Original copy i.e. Buyer's copy of Excise Invoice

vii. Documentary evidence regarding handing over of Transporter copy

of Excise Invoice to the Site /Stores.

viii. Material Test Certificate

ix. Certificate from the bidder that the contents in each case are not less

than those entered in the invoice and packing list and the quality of

goods are guaranteed as new and as per the relevant technical

specification

x. Proof of receipt of equipment/materials in full and good condition at

stores/site.

II) 20% of Total price shall be released within 30 days after receiving all

documents, against successful completion of Final Acceptance Test and

against submission of Performance Bank Guarantee of 10% of the Total Price

as per format at Annexure - II, executed through any Nationalized bank in

India.

4.6 payments as per Clause - 4.5 (I) shall be released based upon approved billing and dispatch

schedules. The final payments against 4.5 (II) above shall be released when the bidder has

completed supply, commissioned, completed the Final Acceptance test of the equipments,

submitted all the drawings, documents, manuals as specified in the Technical Specification,

submitted Performance Bank Guarantee of 10% of the Total Price as per format at Annexure -

II, executed through any Nationalized bank in India and also discharged all the requisite

statutory and other formalities.

4.7 Central Sales Tax / VAT on all supplies will be considered as per rules for which

JGMSMETR, as per prevailing rules, will provide necessary declaration forms (such as Form

‘C’, etc.) to the Bidder, if required.

4.8 Payment toward taxes, duties, insurance and freight shall be made on pro-rata basis after

delivery of corresponding supplies, against documentary evidence.

Page 23: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 23 of 123

5.0 VAT

5.1 The successful Bidder shall submit Tax Invoice (Original for Buyer & Duplicate for

Transporter) for supply of all the materials along with 3 (Three) numbers of extra copies to

the JGMSMETR along with the Challan.

5.2 The JGMSMETR will issue necessary waybills, as required, for all consignments involving

inter-state movement required for the project. Advance intimation in this regard is to be given

by the successful bidder to JGMSMETR.

6.0 VARIATION IN TAXES AND DUTIES

6.1 The adjustment in the Total Price towards imposition of new taxes or abrogation of existing

taxes shall be applicable only if the new tax is enacted or existing tax is abrogated within

contractual delivery/execution period. For any variation due to enactment of new tax or

abrogation of existing tax after contractual delivery / execution period, adjustment in the Total

Price shall not apply.

6.2 The Bidder shall bear and pay all liabilities in respect of statutory variations in taxes and

duties and imposition of new taxes and duties that may be imposed after the contractual

delivery / execution dates, as originally stipulated, in case the delivery dates are extended due

to reasons attributable to Bidder.

6.3 The adjustment in the Total Price towards variation in the taxes shall be made by the

JGMSMETR on production of the documentary evidences by the Bidder.

6.4 The Total Price shall be adjusted towards variations in taxes in respect of only finished

equipment supplied by the Bidder to the JGMSMETR. No adjustment in the Total price shall

be made for variations in the taxes on raw-materials, parts, component / intermediate

components, assemblies / sub-assemblies, etc.

6.5 For the purpose of adjustment in the Total Price towards variation in taxes, the Total Price

shall be the price including price adjustment due to variation in price indices, if applicable for

this package.

7.0 BIDDER’S RESPONSIBILITY

The Bidder shall be entirely responsible for the due performance of the contract in all respects

according to the intent and meaning of the specifications drawings and all other documents

referred to in the contract. Any approval, which the JGMSMETR may have given in respect

of the work, material or tests carried out by the JGMSMETR shall be provisional only and

shall not be binding on the JGMSMETR to accept the work and or the materials and it would

be lawful for JGMSMETR to reject the work and/or the materials at a later date, if it is found

that the same do not confirm to the terms and conditions of the contract.

8.0 TRANSIT INSURANCE

Transit Insurance shall be arranged by the bidder for his total supplies.

Page 24: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 24 of 123

In case of any damage / loss / pilferage / non-delivery during transit, the bidder shall lodge

the claim and settle the claim with the insurance agency. The bidder shall also arrange

replacement of the damaged, lost/pilfered items expeditiously pending settlement of

commercial implications with insurance agency, if any, so as not to hamper the erection and

commissioning work.

The resultant loss if any due to failure of bidder / sub- bidder to comply with the above shall

be to the account of bidder.

In case on opening the boxes at site, the material is found to be damaged or short in supply,

Contractor on receiving intimation from JGMSMETR, shall make good the deficiency

immediately, else, JGMSMETR at its discretion may procure the same and the amount shall

be deducted from any balance amount payable to the contractor or encashing Bank Guarantee

available with JGMSMETR.

9.0 DESPATCH INSTRUCTIONS

9.1 The equipment shall be dispatched as per the detailed "Dispatch Instructions" which will be

required to be followed strictly at the time of dispatch. However, equipment shall be

dispatched only after receipt of "Dispatch Clearance" from JGMSMETR after inspection and

acceptance of the equipment is over. No consignment shall be dispatched without receipt of

dispatch clearance from JGMSMETR.

10.0 MAINTENACE & OPERATION MANUALS AND LIST OF SPARE PARTS

Bidder shall supply the required numbers of maintenance and operation manuals as per

technical specification. Further, the bidder shall also submit the list of spare parts with source,

if any.

11.0 DEVIATIONS

JGMSMETR shall normally, not accept any deviation from the specification and other terms

& conditions stipulated in the tender documents.

12.0 NON-NEGOTIABLE TERMS AND CONDITIONS

Following Terms & Conditions, as stipulated in the respective documents, will be treated as

Non-negotiable.

12.1 Submission of Earnest Money or a request for waiver of the same with appropriate document

as per Clause No. 20 of ITT.

12.2 Submission of Bids in three parts as per Instructions to Bidders.

12.3 Acceptance of Imposition of L.D. against delay in completion of the job as per clause no.19

of SCC.

12.4 Acceptance of submission of Security deposit & Performance bank guarantee as per clause 17

& 18 of SCC respectively.

13.0 ONGOING LITIGATION

Page 25: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 25 of 123

The Bidder should clearly specify any ongoing arbitration / litigation cases with JGMSMETR

and the status thereof.

14.0 The Bidder shall bear and pay all liabilities in respect of any Statutory Clearance required for

this package.

15.0 GUARANTEE PERIOD:

The material / work supplied by successful Bidder (including bought out items / equipment)

shall be new and of best quality. The bidder shall guarantee the material/ work supplied by

him (including bought out items / equipment) for the period of twelve (12) months from the

date of successful completion of Final Acceptance Test (FAT).

In the event of any inadequacy, defect, error, fault occurring during the Guarantee period, it

shall be the responsibility of the bidder to rectify the same promptly with no extra cost.

On expiry of twelve (12) months from the date of successful completion of Final Acceptance

Test (FAT), the Performance bank guarantee (without any interest) shall be returned to the

successful bidder on demand, provided the successful bidder has fulfilled his obligation under

the guarantee period.

16.0 SECURITY DEPOSIT BANK GUARANTEE

The Contractor will furnish within two (2) weeks from the receipt of order/ Fax order,

Security Deposit in the form of a Bank Guarantee for a value of 10 % of the Total Price in

favor of JHARKHAND GOVERNMENT MINI TOOL ROOM & TRAINING

CENTRE, Ranchi in the prescribed Performa.

The Security Deposit shall be for the due and faithful performance of the Contract and shall

remain binding notwithstanding such variation, alteration or extension of time as may be

made, given, conceded or agreed to between the Contractor and JGMSMETR in the Contract.

The Security Deposit furnished by the Contractor will be subjected to the terms and

conditions of this order and JGMSMETR will not be liable for payment of any interest or

charges on the Security Deposit or any depreciation thereof.

The Security Deposit Bank Guarantee shall be released on Contractor’s application after

completion of work at site in full and good condition and verification thereafter which will be

done within 30 days from the date of receipt of notice for completion of the work.

17.0 PERFORMANCE BANK GUARANTEE

17.1 The bidder shall furnish a Performance Bank Guarantee as per proforma enclosed in

Annexure-II, from any of the Indian Nationalised or Scheduled Banks in favor of

JHARKHAND GOVERNMENT MINI TOOL ROOM & TRAINING CENTRE,

Ranchi for an amount equivalent to 10% (Ten percent) of the Total price for getting the

balance 20% payment as stipulated in clause No. 4.5 (II) of SCC.

17.2 The Performance Bank Guarantee, submitted in the form of Bank Guarantee, shall be for the

due and faithful performance of the Contract and shall remain binding notwithstanding such

variations, alterations or extensions of time as may be made, given conceded or agreed to

between the bidder and the JGMSMETR.

Page 26: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 26 of 123

17.3 The Bank Guarantee for Performance Bank Guarantee shall remain in force and effective

during the period of the Contract and shall continue to be enforceable till guarantee period as

per clause 16.0 of SCC. The Bank guarantee shall provide for extension of validity on

demand by JGMSMETR. Such extension of validity shall be confirmed by the guarantor bank

without any reference to the Bidder. The Bank guarantee against Performance Bank

Guarantee shall be returned to the Bidder after completion of Guarantee period, against

bidder’s application.

17.4 Should the extent or the object of the contract be altered during the execution of the contract

in such a way as to effect an increase or reduction on the Total Price by more than 10% , the

amount in the Bank guarantee shall be increased or reduced correspondingly.

17.5 The Bank Guarantee and/or any amendment thereto shall be executed on a non- judicial

stamped paper of requisite money value as prescribed by the Statute.

18.0 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION

18.1 The time stipulated in the contract shall be deemed to be the essence of the contract. In case

the Contractor fails to adhere to the time specified under Completion period indicated under

clause no. 8 of GCC, then L.D. will be levied by the Purchaser.

Liquidated Damages for delay will be based on the time schedule. The Purchaser shall

recover the amount of Liquidated Damages, but not by way of penalty, by making deductions

from the Contractor’s account or by encashment of Contractor’s Bank Guarantees at the rate

0.5% of the non-utilizable portion of works/supplies (including supplies, erection,

commissioning and Final Acceptance test) per week of delay or part thereof. The ceiling of

this Liquidated Damages shall be 5 % of the non-utilizable portion of works / supplies

(including supplies, erection, commissioning and Final Acceptance test).

18.2 The liquidated damages for delayed completion shall be recovered from the Bidder’s bill or

Bank guarantee.

19.0 ORDER OF PRECEDENCE

The following documents shall be deemed to form an integral part to this bidding document

and shall be read and construed in the order of precedence given below :

7. Invitation To Tender

8. Special Conditions of Contract

9. General Conditions of Contract

10. Technical Specification (Vol-II) and Annexures

11. Any other documents, as applicable.

In the event of any ambiguity or conflict between the bid documents listed above, the order of

precedence shall be in the order which is listed above.

20.0 INSPECTION

Page 27: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 27 of 123

This clause shall be read in conjunction with respective stipulations given in Technical

Specification and GCC.

Inspection call shall be given to MECON/JGMSMETR. Details shall be indicated in the

Work Order.

All the materials/equipments shall be inspected at the Contractor’s/Sub-vendor’s works or

premises before dispatch. JGMSMETR at its discretion may however, waive inspection of

any part.

After receipt of materials/equipment, the same shall be again inspected so as to ascertain the

condition of the consignment, whether received in full or good condition or not at site.

21.0 "Final Acceptance Test" shall mean such tests as are prescribed in the Technical

Specification to be done by the CONTRACTOR.

22.0 GENERAL

The details of address of persons for correspondence on technical/ commercial matters related

to the order shall be given in the order.

All other terms & conditions shall be as per enclosed General Conditions of Contract.

Page 28: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

Ranchi

ESTABLISHMENT OF REFRACTORY LABORATORY

(Package No.01)

Page 28 of 123

SECTION - III

GCC

GENERAL CONDITIONS OF CONTRACT

FOR

Jharkhand Government MSME Tool Room,

RANCHI

ESTABLISHMENT OF REFRACTORY LAB

Page 29: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL

ROOM, Ranchi

ESTABLISHMENT OF REFRACTORY

LABORATORY (Package No.01)

Page 25 of 123

II) INDEX

SL.

NO. CONTENTS

1.0 SCOPE OF CONTRACT

2.0 CONTRACT DOCUMENT

3.0 DEFINITION OF TERMS

4.0 CONTRACTOR TO INFORM HIMSELF FULLY

5.0 MANNER OF EXECUTION OF CONTRACT

6.0 EFFECT AND JURISDICTION OF CONTRACT

7.0 SUBLETTING

8.0 COMPLETION PERIOD

9.0 TOTAL PRICE

10.0 CURENCY OF PAYMENT

11.0 TAXES & DUTIES

12.0 TERMS OF PAYMENT AND PERFORMANCE BANK GUARANTEE

13.0 INSURANCE

14.0 LIQUIDATED DAMAGES (L.D.)

15.0 CONTRACTOR’S DEFAULT

16.0 RESPONSIBILITY FOR PERFORMANCE OF CONTRACT

17.0 DESIGN DRAWINGS AND DOCUMENTS REVIEW

18.0 ERRORS AND OMISSIONS

19.0 CUSTOMS DUTY AND CLEARANCE (FOR IMPORTED COMPONENT, IF

ANY)

20.0 SUBMISSION OF PROGRESS REPORT

21.0 TYPE, QUALITY OF MATERIAL AND WORKMANSHIP

22.0 SAFETY, RELIABILITY AND QUALITY ASSURANCE

23.0 INSPECTION/SUPERVISION AND TEST

24.0 SHOP ASSEMBLY AND TRIAL RUN

25.0 TITLE AND ASSUMPTION OF RISK

26.0 PACKING AND PROTECTIVE PAINTING

27.0 DESIGN CO-ORDINATION

28.0 DESIGN CO-ORDINATION MEETINGS

29.0 SPARES, TOOLING, JIGS AND FIXTURES

30.0 LIABILITY FOR ACCIDENTS AND DAMAGE

31.0 SETTLEMENT OF DISPUTES

32.0 DESIGN IMPROVEMENTS

33.0 TAKING OVER

34.0 MARKING

35.0 IMPORT OF EQUIPMENT/ COMPONENTS (IMPORTED), IF ANY

Page 30: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL

ROOM, Ranchi

ESTABLISHMENT OF REFRACTORY

LABORATORY (Package No.01)

Page 26 of 123

SL.

NO. CONTENTS

36.0 PERMITS AND LICENSES

37.0 ACCEPTANCE

38.0 OPERATION AND MAINTENANCE MANUAL

39.0 FIRST FILL OF OILS, LUBRICANTS, ETC.

40.0 MANUFACTURING SCHEDULE

41.0 REFERENCE STANDARDS

42.0 PURCHASER’S SUPERVISION

43.0 QUALITY ASSURANCE PROGRAMME

44.0 SYSTEM PERFORMANCE

45.0 COMPLETION CERTIFICATE

46.0 MAINTENANCE GUARANTEE PERIOD

47.0 SECURITY DEPOSIT BANK GUARANTEE

48.0 DEDUCTION OF TOTAL PRICE

49.0 BANK GUARANTEES

50.0 WARRANTY AND GUARANTEE

51.0 LIQUIDATION, DEATH, BANKRUPTCY, ETC

52.0 RIGHTS OF JGMSMETR TO VARY/ CHANGE THE CONTRACT

53.0 SUSPENSION AND TERMINATION

54.0 NEGLIGENCE, DEFAULT AND RISK PURCHASE

55.0 REJECTION OF DEFECTIVE EQUIPMENT/WORK

56.0 REPLACEMENT OF PARTS AND MATERIALS

DEFECTIVE/DAMAGED/LOST DURING TRANSIT

57.0 MARGINAL NOTES

58.0 INDEMNITY

59.0 TERMINATION AND SUSPENSION AND FORECLOSURE

60.0 DELAYS BY PURCHASER OR HIS AUTHORISED AGENTS

61.0 CALIBRATION OF MEASURING INSTRUMENTS

62.0 FORCE MAJEURE

63.0 ARBITRATION

64.0 COMPLIANCE WITH STATUTORY LAWS AND OTHER REGULATIONS

65.0 CORRUPTION, GIFT AND PAYMENT OF COMMISSION

66.0 WAIVER

67.0 ASSIGNMENT

68.0 AMENDMENT

69.0 NOTICES

70.0 APPLICABLE LAW

71.0 RESTRICTION OF VISITORS

72.0 POSSESSION PRIOR TO COMPLETION

Page 31: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL

ROOM, Ranchi

ESTABLISHMENT OF REFRACTORY

LABORATORY (Package No.01)

Page 27 of 123

SL.

NO. CONTENTS

73.0 SITE OCCUPANCY

74.0 GENERAL

75.0 FACILITIES TO BE PROVIDED BY PURCHASER(JGMSMETR)

76.0 COOPERATION WITH OTHER CONTRACTORS

77.0 SECRECY/ CONFIDENTIALITY

78.0 MAXIMISATION OF INDIAN SUPPLIES AND SERVICES

79.0 CORRESPONDENCE

Page 32: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 1 of 123

1.0 SCOPE OF WORK

1.1 The scope of work of the bidder covers Supply, Installation, calibration, testing, painting,

delivery F.O.R. site, storage, erection as per approved layout drawings including supervision,

testing and commissioning of Equipment as specified in Technical Specification inclusive of

associated control, electrical, and all accessories on Turnkey Contract basis as detailed in

Technical Specification No. MEC/11/18/10HT/1/151. Rev.0, required for Jharkhand

Government MSME Tool Room (JGMSMETR) Ranchi.

1.2 All equipment will be dispatched by Road Transport on door delivery and freight and

insurance pre-paid basis. All equipment/components shall be supplied as per the agreed

erection sequence. If the same are not supplied as per the required sequence, the payment of

such items may be withheld.

1.3 Your scope of work also includes the following:

1.3.1 Establishment of site office, stores, receiving, assembly/ fitting, storage, transportation to site,

erection, testing, commissioning & supervision services during erection, commissioning &

PG Tests and handing over of the equipment/system to JGMSMETR. Providing watch &

ward, insurance etc. for safe custody of materials till handing over of the equipment/system to

JGMSMETR.

1.3.2 Supply of required quantity of initial fill of lubricants, hydraulic fluid, other consumables

including replenishment necessary for erection, testing, and commissioning of machine tools

/ equipment etc under the scope of supply.

1.3.3 Supplying commissioning spares as required till expiry of guarantee period. The mandatory

commissioning spares shall be supplied as indicated in the Technical Specification, enclosed

at Volume II. If any more spares other than those indicated are required during

commissioning, the same shall be supplied by you without any cost to the Purchaser.

1.3.4 Minor chipping and dressing of foundation (if required) by chiselling, undertaking all repair,

modification and rectification work of civil works for completeness of erection to the satisfaction

of JGMSMETR.

1.3.5 Providing adequate tools and tackles, instruments, scaffolding, handling & providing

construction equipment required for completion of the work.

1.3.6 Providing all shims, wedges, packing plates, fasteners as may be required for erection.

1.3.7 Providing derrick, chain, hoist, ropes etc and all material handling equipment as may be required

during the erection.

1.3.8 Providing all skilled, semi-skilled, un-skilled labour & supervisory personnel as required for

erection/ testing and commissioning of the system.

2.0 CONTRACT DOCUMENT

2.1 The term ‘Contract Documents’ shall mean and include the following, which shall be deemed

to form an integral part of the ‘Contract’.

Page 33: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 2 of 123

a) Invitation to Tender, Special Conditions of Contract, Contract Agreement, General

Conditions of Contract and all other documents issued by the PURCHASER.

b) Specifications of the equipment to be supplied/work to be executed under the

‘Contract’, furnished in attached Technical Specification.

c) CONTRACTOR’s offer including the letters of clarifications thereto between the

CONTRACTOR and the PURCHASER prior to the award of ‘Contract’.

d) All the materials, literature, data and information of any sort given by the

CONTRACTOR along with his offer, subject to the approval of the PURCHASER.

e) Any agreed variations to the conditions of the documents and specifications and

special terms and conditions of ‘Contract’, if any.

2.2 In respect of ‘Equipments’ to be supplied and/or the ‘work’ to be executed under the

‘Contract’ all minor accessories/works which are necessary for the satisfactory and efficient

operation of the plant, should be supplied/executed free of cost whether they are specifically

mentioned or not in the Tender or Purchase Order.

2.3 The several documents forming the ‘Contract’ are to be taken as mutually explanatory of one

another but in case of ambiguities or discrepancies, the same shall be explained and the

PURCHASER shall issue instructions directing in what manner the ‘Works’ are to be carried

out. Provided always that if in the opinion of the PURCHASER, compliance with any such

instructions shall involve the CONTRACTOR in any expense which, by reason of any such

ambiguity or discrepancy, the CONTRACTOR did not and had reason not to anticipate, the

PURCHASER shall certify and shall pay mutually agreed such additional sum as may be

reasonable to cover such expense.

2.4 The metric system of measurement shall be exclusively used under this ‘Contract’.

3.0 DEFINITION OF TERMS

The following words and expressions as used in this Contract (as hereinafter defined) and in

the Tender shall have the meanings hereof assigned to them except where the context

otherwise requires:

3.1 "Purchaser" shall mean and include Jharkhand Government MSME Tool Room

(JGMSMETR), Ranchi and its different functionaries entrusted with the responsibilities

in relation to this contract in respect of the area of responsibilities of such functionaries.

3.2 "Approval of the Purchaser" shall mean the written approval by the

PURCHASER/CONSULTANT with respect to matters delegated to the CONSULTANT

by a document or drawing or other particulars or matters in relation to the Contract.

3.3 "Consultant" shall mean the Consultant appointed by the PURCHASER for the Project and

refer to MECON Limited and their duly authorized representatives and any other

Consultants as may be duly appointed by the purchaser.

3.4 "Base Date" shall mean the first working day of the calendar month, one month prior to the

original schedule date of bid opening (Part I).

Page 34: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 3 of 123

3.5 "Completion Time" shall mean the period stated in the Contract for the completion of

Works up to and including successful completion of Final Acceptance Test (FAT) and shall

be calculated from the date of Letter of Award.

3.6 "Commissioning" shall mean integrated activity covered under "Preliminary Operation",

"Initial Operation" and "Completion of Trial Operation".

3.7 "Contract" shall mean and include this Contract between the Purchaser and the Contractor

duly signed by the parties thereto, for the execution of the Works together with all documents

annexed/attached therewith.

3.8 "Contractor"/"Successful Bidder.' shall mean the Bidder whose bid has been accepted by

the PURCHASER and on whom the LOA/Contract or Purchase Order is issued by the

Purchaser and shall include his heirs, legal representatives, successors and permitted

assignees.

3.9 "Total Price" shall mean the total consideration to be paid by the PURCHASER to the

CONTRACTOR.

3.10 "Contract Period" shall mean the time period from the date of issue of Letter of Award to

the date of final takeover of the plant / equipment / system covered under the contract

inclusive of any period covered by extension(s) duly issued unless otherwise terminated.

3.11 "Guarantee/Warranty Period" shall mean the period of twelve (12) months from the date

of successful completion of Final Acceptance Test (FAT).

3.12 “Final Takeover” will occur when the following are achieved.

a) All supplies and services including mandatory spares, special tools and tackles have

been completed as per Contract.

b) Final balance documentation, if any, incorporating latest modifications in as

built drawings has been submitted by the CONTRACTOR in requisite copies.

c) The CONTRACTOR has rectified in a definite manner all

objections/observations mentioned in the ‘Commissioning certificate’.

3.13 Sub Vender is a person or a firm who has been retained by the Contractor to meet all

obligations stipulated therein for performing part of contract as required by the

Purchaser, and shall include his heirs, legal representatives, successors and permitted

assignees.

3.14 "Contract Drawings" shall mean the designs, plans, drawings, diagrams, tracings and prints

thereof and details which are required to be supplied by the Contractor as per terms of the

Contract for the execution of the Works and shall include the ones approved by the

Purchaser/Consultant.

3.15 "Delivery/Supply" shall mean delivery of only such equipment, materials and supplies

specified in the Contract and manufactured and/or supplied by the Contractor in accordance

with the sequence of delivery schedule of the Contract and in case of construction and

erection work, delivery shall mean the approval of the PURCHASER to the said construction

and erection work.

3.16 "Dimensions" shall mean the extent of a line, area, and volume. They are to be based on the

metric system i.e.

- For length measurement in km or mm.

1 km = 1000 m

Page 35: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 4 of 123

1 m = 100 cm

1 dcm = 10 cm

1 cm = 10 mm

- For surface measurement, in sq. m.

- For volume measurement in cu. m.

3.17 "Engineer" shall mean the Project Manager or the officer nominated by the PURCHASER.

3.18 "Erection" shall mean the putting up of structures and/or installation of plant and equipment

under the contract by the CONTRACTOR and/or under the supervision of the

CONTRACTOR and will include any service which the Contractor is required to perform at

the site with his own and/or other staff and/or labour for the due fulfillment of the Contract.

3.19 "Initial Operation" shall mean all operations undertaken as part of "Commissioning" after

completion of "Preliminary Operation" upto commencement of "Trial Operation". It shall be

the first integral operation of the complete plant/system/equipment covered under the

"Contract" and shall include no-load/partial load/ full load runs for mechanical/electrical try-

outs and gathering of operational data, calibration, setting and commissioning of control

systems, and shut-down inspection and adjustment after running trial of the

plant/system/equipment covered under the Contract.

3.20 "Letter of Award" shall mean the official notice issued by Purchaser notifying the

Contractor that his proposal has been accepted.

3.21 "Effective date of contract" shall mean date of issue of Letter of Award.

3.22 "Manufacturer" refers to a person or firm who is the producer and bidder of material or

designer and fabricator of equipment to either the Purchaser or the Contractor or both under

the Contract.

3.23 "Mechanical Completion" shall be defined to be a state of readiness for "Preliminary

Operation" after due erection of all the materials and items of equipment covered under the

scope of the Contract.

3.24 "Mobilization" shall mean establishment as per Contract" of sufficiently adequate

infrastructure by the Contractor at site comprising of construction equipment, aids, tools &

tackles including setting up site offices with facilities such as power, water, communication

etc. establishing man power organization comprising of Resident Engineers, Supervisory

personnel and an adequate strength of skilled, semi-skilled and unskilled workers, who, with

the so established infrastructure shall be in a position to commence execution of work at

site(s) , in accordance with the agreed time schedule of completion of Works. "Mobilization"

shall be considered to have been achieved if the Contractor is able to establish infrastructure

as indicated above to begin work at Site in accordance with agreed schedule of work to the

satisfaction of the Purchaser.

3.25 The "Particulars" shall mean the following:

a. Specification

b. Drawing

c. Sealed pattern denoting a pattern sealed and signed by the Inspector.

d. Proprietary make denoting the product of an individual firm.

e. Any other details governing the construction, manufacture, supply and/or erection as per

the Contract.

3.26 "Performance Guarantee Test" shall mean such tests as are prescribed in the Specification

to be done by the CONTRACTOR.

Page 36: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 5 of 123

3.27 "Plant", "Equipment", "Stores", "Item" or "Material" shall mean and include plant,

equipment, material, machinery or any part thereof to be provided for and the erection work to

be done by the Contractor under the Contract.

3.28 "Preliminary Operation" shall mean all activities undertaken, as part of "Commissioning"

after "Mechanical Completion" upto commencement of "Initial Operation" and include

mechanical and electrical checkouts, calibration of instrument and protection devices,

commissioning of sub/supporting system and the plant/system/equipment covered under the

Contract.

3.29 “Provisional Take over” shall mean the take over after successful completion of “Trial

Operation" of the Equipment / Systems as evidenced by the certificate in this regard

signed by the PURCHASER, CONSULTANT and the CONTRACTOR or their

authorized representatives. Provisional Take over may be subject to major/minor

defects listed in the certificate, the right to determine the nature of defects as major or

minor being vested solely with the PURCHASER.

3.30 "Project" shall mean the site, JHARKHAND GOVERNMENT MSME TOOL ROOM

(JGMSMETR) at Ranchi.

3.31 "Sub-Contractor" shall mean the person undertaking a part of the work or any person to

whom a part of the Contract has been sublet with the consent in writing of the Purchaser and

shall include his heirs, legal representatives, successors and permitted assignees.

3.32 "Site" shall mean the place or places envisaged by the Purchaser at which the plant and

equipment supplied under the Contract are to be erected and/or the construction are to be

carried out and/or services are to be performed under the Contract together with such other

places as may be specifically provided by the Purchaser for the purposes of the contract.

3.33 "Specifications" or "Contract Specification" shall mean the Technical Specifications,

General specifications, Schedules, detailed designs, statements of technical data, performance

characteristics value and all such "particulars" mentioned in the Contract.

3.34 "Supervision" shall mean the successive control and directions given by the Contractor in

relation to Contract work during execution of the Contractor's and/or his sub-contractor's

work.

3.35 "Supply and Services" shall mean and include any and all equipment, supplies, materials,

drawings, documents and engineering & technical services both outside India and in India to

be made/performed by the Contractor under this contract.

3.36 "Tender" shall mean Purchaser's specification and commercial terms and conditions issued

for the purpose of preparing offers.

3.37 "Tender Drawing" shall mean such drawings, plans, sketches and details as are issued

together with the Purchaser's Specification for the purpose of preparing bids.

3.38 "Test" shall mean and include any and all tests to be performed under the Contract in order to

determine the standard, quality, performance and efficiency etc.

3.39 "Time” shall be reckoned by months, weeks, days and hours, month being equivalent to the

calendar month according to the Gregorian Calendar. The day or days unless herein otherwise

expressly defined shall mean calendar day or days of 24 hours each.

3.40 "Trial Operation” shall mean the integrated operation of the plant/system /equipment

covered under the Contract for a specified period at specified load for proving trouble free

operation of the plant/system/equipment covered under the Contract.

Page 37: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 6 of 123

3.41 "Inspector"/Inspecting Engineer" shall mean any person or firm nominated by or on behalf

of the Purchaser or his duly authorized representative to inspect equipment, supplies,

materials or work under the Contract.

3.42 "Unit" shall mean such plant and equipment as generally defined in Technical specification.

3.43 ‘Weight' shall mean the calculation of a load. It is to be stated in ton (1 ton = 1000 Kilogram)

and/or kilogram (1 kilogram = 1000 gram).

3.44 "Works" shall mean and include all works specified or set forth and required as per the

specifications, drawings and schedules hereto annexed or referred to or to be implied there

from or incidental there to or to be hereafter specified or required in such explanatory

instructions and drawings as shall from time to time during the progress of the work hereby

contracted for, be supplied by the PURCHASER and to be supplied and executed by the

CONTRACTOR under the Contract.

3.45 Words "Importing” persons shall include firms, Companies, Corporation, associations or

body of individuals whether incorporated or not. Words importing masculine gender or

singular number shall also include the feminine gender and plural number and vice-versa

where the context so requires or permits.

3.46 Terms and expressions not herein defined shall have the same meaning as are assigned

to them in the Indian Sales of Goods Act (1930), failing that in the Indian Contract Act

(1872) and failing that in the General Clauses Act (1897) and such others as mentioned

from time to time.

4.0 CONTRACTOR TO INFORM HIMSELF FULLY

The CONTRACTOR shall be deemed to have carefully examined all Contract Documents

and the site for its condition, infrastructure, working conditions etc. to his entire satisfaction.

If he shall have any doubt as to the meaning of any portion of the Contract Documents, he

shall, before signing the ‘Contract’ set forth the particulars thereof, and submit them to the

PURCHASER in writing, in order that such doubt may be removed. The PURCHASER will

provide such clarifications as may be necessary in writing to the CONTRACTOR. Any

information otherwise obtained from the PURCHASER shall not in any way relieve the

CONTRACTOR of his responsibility to fulfill his obligations under the ‘Contract’.

5.0 MANNER OF EXECUTION OF CONTRACT

5.1 The PURCHASER, after the acceptance of the ‘Letter of Award” by the CONTRACTOR,

will prepare the detailed order/final agreement which will represent the finally agreed terms &

conditions of the contract.

5.2 In case agreement is required to be signed, CONTRACTOR will present himself for signing

of the ‘Contract’ with the proper power of attorney and other requisite materials.

5.3 The agreement will be signed in two originals and the CONTRACTOR shall be provided one

signed original and the other will be retained by the PURCHASER. Similarly two copies shall

be issued in case of purchase order, one copy of which shall be retained by the Contractor and

the other will be returned to the Purchaser after signing each page as a token of acceptance of

all terms and conditions.

Page 38: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 7 of 123

5.4 The CONTRACTOR shall provide free of cost to the PURCHASER all the ENGINEERING

data, drawings and descriptive materials submitted with the tender, in at least three (3) copies

to form a part of the ‘Contract’, immediately after issue of ‘Letter of Intent’.

6.0 EFFECT AND JURISDICTION OF CONTRACT

The ‘Contract’ shall be considered as having come into force from the date of issue by the

PURCHASER of the ‘Letter of Award” to the CONTRACTOR.

The laws applicable to this ‘Contract’ shall be the laws in force in India. In case of any legal

disputes, the same shall be subject to jurisdiction of courts at Ranchi.

7.0 SUB-LETTING

7.1 The Contractor shall not sublet/sub-contract the whole or any part of work or assign the

Contract or any part thereof without the prior written consent of JGMSMETR. Such consent,

if given, shall not establish any contractual relationship between the Sub-Contractor(s) and

JGMSMETR and shall not relieve the Contractor of any liability, responsibility or obligation

under this Contract and the Contractor shall be responsible for the acts, defaults or neglects of

any Sub-Contractor or his representative or workmen as fully as if they were the acts, defaults

and neglects of the Contractor himself. In the event the Contractor contravenes this condition,

JGMSMETR reserves the right to reject the equipment/Work sub-contracted and procure the

same from elsewhere at Contractor's risk and cost. The Contractor shall be solely liable for

any loss or damage which JGMSMETR may sustain in consequence or arising out of such

replacing of the contract work.

8.0 COMPLETION PERIOD

The successful Bidder shall be required to complete the whole work within Six (06) months

from the effective date of the contract [Effective date of contract shall be date of issuance of

LOA].

The completion period shall include design, manufacture, inspection, delivery at sites,

erection, testing, commissioning & Final Acceptance test.

8.1 Completion period is the most important aspect of this Contract. The effective date of

contract shall be the date of issue of LOA. The different activities i.e. design & engg.,

manufacture, supply, erection, testing & commissioning and Final Acceptance Test shall be

completed within the time frame.

8.2 Time for completion of work shall be firm and binding.

9.0 TOTAL PRICE

9.1 Total Price for the total scope of work enumerated above shall be indicated in price bid

format as enclosed at Section – IV of Volume I. The Total price shall be inclusive of design,

manufacture, assembly, testing at manufacturer’s works, painting, delivery F.O.R. site,

storage, erection as per approved layout drawings including supervision, testing and

commissioning of Equipment including commissioning spares, Final Acceptance Test

inclusive of all taxes, duties, levies, freight & insurance etc required for Jharkhand

Government MSME Tool Room (JGMSMETR) Ranchi. Price shall also include all charges

Page 39: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 8 of 123

towards packing & forwarding, insurance cover for transit and till commissioning of

equipment, Sales Tax, VAT, Service tax and Excise Duty etc. as applicable on raw material/

component and freight on door delivery freight prepaid basis. The Total Price also includes

supply of commissioning spares as required till expiry of guarantee period. The breakup /

education cess of price to all component of cost, taxes/ duties etc. shall be furnished.

9.2 Total Price/Unit rate shall remain firm and binding and shall not be subjected to any variation

whatsoever on any account.

9.3 During the course of execution of the contract, JGMSMETR has the right to award

addition or deletion of work or advice removal/ repair/ re-fabricate the work already

executed. Under the above situation, the Contractor shall agree for addition/deletion of

the work, as per the price/unit rate to be agreed upon between JGMSMETR and

Contractor.

10.0 CURENCY OF PAYMENT

10.1 The currency shall be Indian Rupees.

11.0 TAXES & DUTIES

11.1 GENERAL

a) The CONTRACTOR must be registered locally under the JGST Act. Contractor must

furnish to JGMSMETR, its Registration Number / Registration Certificate with

Jharkhand Sales Tax Authority. Any Sales tax liability due to failure on the part of

the Contractor to get itself registered under the Act, will be to the account of the

Contractor.

b) As per statutory requirement, tax on Works Contract shall be recovered at source

from the Contractor by JGMSMETR.

c) In case the delivery is effected from outside the State of Jharkhand, the contractor

shall make necessary arrangements for dispatch of goods on self-consignment basis to

its local office in the State of Jharkhand. For this purpose, the contractor shall follow

appropriate procedure and arrange for necessary documents and statutory forms for

such branch transactions. For smooth transit of consignment through check post, Way

Bill, if any, shall also be procured and handed over to the transporter by the

Contractor.

11.2 Any Income Tax, which JGMSMETR may be required to deduct by law/statute, shall be

deducted at source and shall be paid to the Income Tax authorities on account of the

CONTRACTOR. JGMSMETR shall provide the CONTRACTOR a certificate for such

deduction of tax.

11.3 Excise Invoice shall be drawn in favor of Jharkhand Government MSME Tool Room (A/c

JGMSMETR).

Page 40: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 9 of 123

11.4 The CONTRACTOR shall arrange dispatch of materials on self-consigned basis to their local

office (other than JGMSMETR) in the State of Jharkhand, and also arrange necessary

declaration form required for the branch transfer. For smooth transit of Consignment through

check post, waybill, if any shall be procured and handed over to Transporter by the

CONTRACTOR.

11.5 In case of introduction of new taxes & duties by central or state Govt. or local bodies after the

effective date of this Contract, the same shall be reimbursed to the CONTRACTOR on

production of documentary evidence.

11.6 Sales Tax as applicable on Raw Materials/Bought-out Components/Inputs is included in the

Total price.

11.7 Except as above, JGMSMETR shall not be liable for any taxes, duties, levies and fees and the

same if any, are included in the Total Price.

12.0 TERMS OF PAYMENT AND PERFORMANCE BANK GUARANTEE

12.1 Subject to any deductions which JGMSMETR may be authorized to make under the contract,

the Total Price shall be payable as mentioned in Invitation To Tender (ITT).

12.2 Performance Bank guarantee shall be in JGMSMETR's pro-forma. Payment shall be released

by A/C payee cheque within 30 days of receipt of correct and complete documents at

JGMSMETR, RANCHI.

Payment indicated above shall be released upon furnishing of evidence for fulfillment of

statutory requirement viz. ESI/EPF/EPS/ Minimum Wages Act.

12.3 The bill shall be submitted by the Contractor within one month from the date of completion of

payment milestones:

a) Original plus two copies of pre-receipted invoice.

b) Inspection / waiver certificate issued by purchaser / its authorised representative.

c) Despatch clearance issued by Purchaser

d) Completion Certificate issued by JGMSMETR .

e) No claim Certificate by the Contractor.

f) Copies of deviation statement and order for extension of time, if granted.

g) Performance Guarantee by the Contractor.

h) Return of all drawings/documents issued to the Contractor for the work.

i) Clearance from Statutory Authorities (if any).

13.0 INSURANCE

13.1 MCE Insurance policy shall be arranged by Contractor to cover the risk against transit loss/

damage and also during civil work, construction and erection, commissioning till final

handing over the stores to Purchaser after commissioning and PG test.

13.2 Immediately upon dispatch of the Equipment, the Contractor shall inform following details

over Fax to Purchaser i.e to Principal, Jharkhand Government MSME Tool Room

(JGMSMETR), RANCHI, Attn.: Shri M.K. Gupta, RANCHI with a copy to the

Insurance Company:-

Page 41: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 10 of 123

i) Lorry Receipt Number and name of the transporter.

ii) Truck No./ Trailer No.

iii) Details of the goods dispatched and number of total packages.

iv) Value of goods dispatched to be insured.

The details listed in point (i) to (iv) are also to be sent to Insurance Co. by post indicating

Contractor's policy number. Policy Number and the name of the Insurance Co. will be

intimated by the Contractor to JGMSMETR by submitting a copy of the policy before

dispatch.

The resultant loss if any due to failure of Contractor/sub- Contractor to comply with the

above instructions shall be to the account of Contractor.

In case of any damage/loss/pilferage/non-delivery during transit, erection, commissioning the

Contractor shall lodge the claim and settle the claim on the underwriter at the earliest. The

Contractor shall also arrange replacement of the damaged, lost/pilfered items expeditiously,

so as not to hamper the erection and commissioning work at project site.

13.3 Contractor and his sub-Contractor, as required by law for purpose of this contract, shall arrange,

secure and maintain during execution of the Contract, all other types of insurance as may be

necessary or required by law for purpose of this order and for all such amounts to protect the

interest of JGMSMETR against all risks as detailed herein. Insurance Policy taken shall be kept

valid till completion of work at identified project site.

13.4 Contractor shall ensure that they shall furnish to JGMSMETR with evidence of such insurance, a

copy of the issued policy and any amendments thereto and prompt notification of any

cancellation or termination thereof. Should the Contractor default in paying any premium when

due, JGMSMETR, without prejudice to other remedies set forth in this contract, shall be at

liberty to pay such premium and recover the same from the Contractor.

13.5 Contractor shall arrange Workmen's Compensation Insurance, Comprehensive Automobile

Insurance and Comprehensive General liability Insurance at his cost for his own worker, staff

and equipment. Contractor shall also arrange Third party insurance to cover the risk of damage to

surrounding property and Third person liability.

13.6 The Contractor shall take out insurance policy in the joint name of JGMSMETR /

CONTRACTOR from one or more nationalised insurance company.

14.0 LIQUIDATED DAMAGES (L.D)

Liquidated Damages (L.D) for non-fulfillment of Time Schedule

The time stipulated in the contract shall be deemed to be the essence of the contract. In case

the Contractor fails to adhere to the time specified under Completion period indicated under

clause no. 8 of GCC, then L.D. will be levied by the Purchaser.

Liquidated Damages for delay will be based on the time schedule. The Purchaser shall

recover the amount of Liquidated Damages, but not by way of penalty, by making deductions

from the Contractor’s account or by encashment of Contractor’s Bank Guarantees at the rate

0.5% of the non-utilizable portion of works/supplies (including supplies, erection,

Page 42: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 11 of 123

commissioning and Final Acceptance test) per week of delay or part thereof. The ceiling of

this L.D shall be 5 % of the non-utilizable portion of works / supplies (including supplies,

erection, commissioning and Final Acceptance test).

15.0 CONTRACTOR’S DEFAULT

If the CONTRACTOR shall neglect to execute the ‘Work’ with due diligence and expedition

or shall refuse or neglect to comply with any reasonable orders given to him, in writing, by

the PURCHASER in connection with the ‘Work’ or shall contravene the provisions of the

‘Contract’, the PURCHASER may give notice in writing to the CONTRACTOR to make

good the failure, neglect or contravention complained of. Should the CONTRACTOR fail to

comply with the notice within a reasonable time, maximum thirty (30) days from the date of

such notice, then and in such case, the PURCHASER shall be at liberty to employ other

CONTRACTOR and forthwith execute such part of the ‘Work’ as the CONTRACTOR may

have neglected to do or if the PURCHASER shall think fit it shall be lawful to him, without

prejudice to any other right he may have under the ‘Contract’, to take the ‘Work’ wholly or in

part out of the CONTRACTOR’s hands and get it executed by any other VENDOR to

complete the work or any other part thereof with any other person or persons, complete the

‘Work’ or any part thereof and in that event, the PURCHASER shall be entitled to retain and

apply any balance which may otherwise be due on the ‘Contract’ by him to the

CONTRACTOR, or such part thereof as may be necessary for the payment of the cost of

executing the said part of the ‘Works’ or of completing the ‘Work’, as the case may be,

through alternate arrangements. If the cost of completing the ‘Works’ or executing a part

thereof as aforesaid shall exceed the balance due to the CONTRACTOR, the

CONTRACTOR shall pay such excess. Such payment of excess amount shall be independent

of the liquidated damages for delay, which the CONTRACTOR shall have to pay if the

completion of ‘Works’ is delayed.

The termination of the ‘Contract’ under this clause for part or for total of balance scope, shall

not entitle the CONTRACTOR to reduce the value of the BG towards Performance

Guarantee nor the validity period thereof. The Performance Bank Guarantee shall be valid for

the full value and for the full period as originally stipulated in the ‘Contract’.

16.0 RESPONSIBILITY FOR PERFORMANCE OF CONTRACT

16.1 The Contractor shall be entirely responsible for the due performance of the Contract in all

respects according to the intent and meaning of the drawings, specifications and all other

documents referred to in this Contract. JGMSMETR will have the right to reject the work

done by the Contractor if it is found that the work carried out by the Contractor is not in

conformity with the terms and conditions of the Contract in all respects.

16.2 The Contractor shall co-operate with JGMSMETR's other Contractors, if any, and freely

exchange all technical information with them to obtain the most efficient output. No

remuneration shall be paid by JGMSMETR for such technical cooperation.

17.0 DESIGN DRAWINGS AND DOCUMENTS REVIEW

17.1 All drawings and other documents submitted by CONTRACTOR shall be subjected to

review/approval by JGMSMETR/ its authorized representative.

Page 43: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 12 of 123

17.2 During the course of realization of the Project, necessary documents and drawings shall be

prepared and submitted by CONTRACTOR as per relevant clause of Technical specification.

17.3 The granting of any approval by JGMSMETR shall not absolve the CONTRACTOR of his

responsibilities for the design or the correctness of drawings and for the drawings and

specification. Any such approval by JGMSMETR shall not constitute a waiver by

JGMSMETR of any right under this Work Order.

18.0 ERRORS AND OMISSIONS

The Contractor shall be responsible for any discrepancies, errors and omissions in the drawings, documents or other information submitted by him, irrespective of whether these have been approved, reviewed or otherwise accepted by the PURCHASER or not.

The Contractor shall take all corrective measures arising out of discrepancies, errors and omissions in drawings and other information referred to relevant Clause of GCC within the time schedule and without extra cost to the PURCHASER.

The Contractor shall also be responsible for any delay and/or extra cost if any, in carrying out engineering and site works by other agencies arising out of discrepancies, errors and omissions stated in relevant Clause of GCC as well as of any late revision/s of drawings and information submitted by the Contractor.

19.0 CUSTOMS DUTY AND CLEARANCE (FOR IMPORTED COMPONENT, IF ANY) 19.1 JGMSMETR shall provide the necessary documentation and assistance including end user

certificates enabling the Contractor to import the items. In the event of customs duty or any other duty payable by Contractor or his subcontractor/Vendors on imported items, the same shall not be reimbursed by JGMSMETR. Customs clearance and other formalities for the imported items, at the destined port within the country shall be handled by the Contractor at its cost. Further, transportation from the port to the works of Contractor or site shall be arranged at their own cost by Contractor only.

19.2 All documents for import shall be drawn in name of JGMSMETR, Ranchi.

20.0 SUBMISSION OF PROGRESS REPORT The Contractor shall submit a Progress Report in requisite number of copies indicating status

of procurement of raw materials, progress of manufacture, likely date of inspection and dispatch, erection, testing & commissioning etc. so as to ensure completion within contractual completion period. The format for the progress report shall be mutually agreed. In case progress is not found satisfactory, the Contractor shall take all remedial measures to rectify the slippage so that the contractual completion period is maintained.

21.0 TYPE, QUALITY OF MATERIAL AND WORKMANSHIP 21.1 The Contractor shall be deemed to have carefully examined and to have the knowledge of the

conditions, specifications, schedules, drawings, etc. forming part of the Contract and also to have satisfied himself as to the nature and character of the work to be executed and, wherever necessary, of the site conditions and other relevant matters and details. Any information thus had or otherwise obtained from JGMSMETR shall not in any way relieve the Contractor from his responsibility for executing the work in terms of the Contract.

Page 44: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 13 of 123

21.2 The Contract work shall be of the best quality and workmanship according to the latest

engineering practice at the time of entering into the Contract. All materials shall be new.

21.3 Brand Names/Makes, Codes and Standards referred in Contract documents shall be followed.

Brand Names/Makes, Codes and Standards of other countries can be followed with the prior

written approval of JGMSMETR provided materials, supplies and equipment according to the

standard are equal to or better than the corresponding standards specified in the Contract.

22.0 SAFETY, RELIABILITY AND QUALITY ASSURANCE

22.1 As the system/equipment design, development, manufacture and realization is highly

complex in nature, the criteria to be followed and adopted shall adhere to high degree of

safety, reliability and quality for their systematic and proper functioning when called for.

Reliability and quality assurance plan shall be submitted by the Contractor strictly as per the

details given in the Technical Specifications enclosed at Volume II.

22.2 If at any time, Contractor’s methods, material or equipment appears to be unsafe, inefficient

or in adequate for safety and quality of the work, JGMSMETR may order to ensure the safety

and increase the efficiency. Contractor shall comply with such order.

23.0 INSPECTION/SUPERVISION AND TEST

23.1 JGMSMETR have engaged MECON as the Consultant-cum-Inspection Agency for carrying

out stage/ Final inspection for supply item and its construction, erection and testing work at

site. Contractor shall extend all necessary help/ equipment/ tools/measuring instruments as

required for conducting necessary tests/ inspection at works/ site to MECON/ Engineer-in-

charge/ JGMSMETR.

23.2 JGMSMETR/MECON shall have the right of inspection and supervision of the

manufacturing process adopted by the Contractor for the manufacture of equipment at various

stages through his authorized representatives. In case the manufacturing process adopted is

not found suitable and commensurate with the desired quality of the equipment, the

Contractor will be advised to adopt the correct manufacturing process which will be binding

on the Contractor. JGMSMETR/MECON's decision regarding the quality of work and its

acceptability shall be final and binding on the Contractor.

23.3 At any time during the manufacture, the Contractor, on demand from JGMSMETR / MECON

or their authorized representative shall carry out tests of the equipment in appropriate manner

in their presence free of charge to JGMSMETR/MECON. Should the Contractor himself is

not in a position to carry out the test he shall, get the tests done at his own cost at such testing

station as JGMSMETR/MECON may specify and the cost of the test so conducted shall be to

the Contractor's account. Should a part of the equipment be manufactured not in the

Contractor's own premises but on other premises, the Contractor shall likewise obtain

permission from JGMSMETR/MECON representative to inspect and test the work, as if the

said equipment were being manufactured in the Contractor's premises. The inspection,

examination or testing carried out by JGMSMETR/MECON shall not, however, relieve the

Contractor from any of his obligations under the Contract.

23.4 The Contractor shall give minimum 2 weeks notice in advance to MECON/JGMSMETR

/Engineer-in-charge for inspection and testing of any equipment on its being ready specifying

Page 45: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 14 of 123

the period likely to be required for such inspection and testing. In case, where JGMSMETR /

MECON is requested to carry out inspection and testing but in fact the equipment is not

ready, the cost of such visits by JGMSMETR/MECON including the consequential cost and

expenses shall be debited to the Contractor's account.

23.5 The Contractor shall provide, free of charge to JGMSMETR/MECON such materials, tools,

gauges, electricity, fuel, water, stores, apparatus, instruments and labor as may reasonably be

demanded to carry out efficiently such inspection and tests of the plant and equipment in

accordance with the contract and shall give facilities to JGMSMETR/MECON to accomplish

such inspection and testing.

23.6 If the existence of hidden defects due to faulty materials and workmanship is suspected in the

work, JGMSMETR/MECON shall have the right to order the removal and rebuilding of the

doubtful parts of the work or of carrying out additional tests as required. The cost involved in

such operation shall be borne by the Contractor.

23.7 JGMSMETR/MECON shall be at liberty to reject all or any equipment or part thereof on the

ground of quality of the equipment/work which are not in accordance with the Contract or do

not fulfill the requirement of the Contract after giving reasonable notice in writing to the

Contractor.

23.8 In case the inspection and tests of the equipment have been satisfactorily completed,

JGMSMETR /MECON shall issue a certificate to that effect.

23.9 The satisfactory completion or inspection or tests or the issue of the certificate by

JGMSMETR/ MECON shall not bind JGMSMETR/MECON to accept the equipment, should

it on further test after erection be found not to comply with the requirement of the Contract.

23.10 Wherever the tests can not be conducted at Contractor's premises the same shall be carried

out at Site (subject to approval of JGMSMETR/MECON by the Contractor to the satisfaction

of JGMSMETR/MECON at no extra cost.

23.11 The Contractor shall carry out all agreed test at site after erection and demonstrate the

performance of equipment/system to the satisfaction of JGMSMETR/MECON.

23.12 No equipment shall be dispatched without receipt of dispatch clearance of

JGMSMETR/Engineer-in-charge and receipt of Inspection/Inspection certificate from

JGMSMETR/MECON.

24.0 SHOP ASSEMBLY AND TRIAL RUN

24.1 The Contractor shall trial, assemble the complete equipment in his shop and conduct the trial

run of the equipment with test motors to be arranged by him. The equipment shall be bench

marked before disassembly, wherever necessary, prior to dispatch for the convenience of

assembly at site.

24.2 The Contractor shall undertake at his shop trial run of the assembled equipment and the trial

run shall be carried out as per the relevant standard. Upon receipt of acceptance certificate

from JGMSMETR/MECON the Contractor shall disassemble the equipment and pack the

same properly for dispatch to site.

Page 46: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 15 of 123

24.3 Details of assembly and trial run shall be as per Technical Specification enclosed at Volume

II.

25.0 TITLE AND ASSUMPTION OF RISK

25.1 The title of the work executed under this contract shall pass to JGMSMETR only after

satisfactory testing and commissioning of the total system at site and Final Acceptance by

JGMSMETR as described under the clause no. 23.0 and 37.0 (Inspection/ Supervision/ Test

and Final Acceptance).

25.2 This Clause shall not in any way adversely affect or derogate against the Contractor’s

obligations to provide JGMSMETR the contract work completed in all respects.

25.3 However in order to avail the exemption from payment of Customs duty, special duty,

additional duty and special additional duty the consignee of the imported items shall be

JGMSMETR, Ranchi. In such situations, the contractor shall process and handle the imported

item immediately after their arrival at port of destination and take over soon after they are

cleared from the port. Other formalities such as handling, transportation, obtaining clearances

are the responsibilities of the Contractor. JGMSMETR shall extend necessary assistance in

performing these activities in the form of furnishing all necessary document, certification

wherever required and with visits if called for. JGMSMETR shall hand over all such imported

items immediately after clearance formalities are completed and the Contractor shall take

over as an agent for completing the further work as per the conditions of the Contract and on

furnishing bailment bond. The consignee being JGMSMETR shall not be considered and

treated that title is passed on to JGMSMETR.

26.0 PACKING AND PROTECTIVE PAINTING

26.1 The Contractor shall include and provide for securely protecting and packing the equipment

in accordance with the best practices so as to protect from damage during transit from point of

manufacture till arrival at site under conditions which may involve multiple handling,

transport by ship, rail and road, re-shipment, storage, exposure to heat, moisture, rain, etc.,

and possibility of pilferage. The packing standard will have to be approved by JGMSMETR

and wherever considered necessary, JGMSMETR may check the packing before dispatch and

may ask for modifications to the extent considered necessary to be carried out in the packing

and the Contractor shall carry out the same free of charge.

26.2 The Contractor shall properly clean the surface of the equipment and apply complete system

of painting as per the Contract. All primer and paints and color shall be of best quality and

JGMSMETR shall have the option to approve the same. The Contractor will bring to the

notice of JGMSMETR well in advance cases where for technical reasons, final painting is to

be done during/after erection.

26.3 Heavy equipment / item shall be mounted and bolted with skids which shall be of sufficient

strength to support and prevent distortion. All openings of pipes, valves and equipments must

be protected by wooden covers or plugs and machine-finished threads must be covered by

caps to protect against damage in transit.

26.4 All equipment and parts susceptible to corrosion by exposure to moisture and all electrical

equipment shall be thoroughly protected against damage during transit and storage. Machine

finished surfaces shall be coated with approved anti-rust compound and all equipment and

Page 47: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 16 of 123

parts susceptible to corrosion by exposure to moisture shall be given one coat of special rust

protective paint suitable for 12 (twelve) months storage in tropical conditions in open space,

before dispatch of equipment/component. In addition to normal packing, all electrical

equipment shall be wrapped in polythene and polypropylene plastic sheet and openings in

electrical equipment shall be sealed with waterproof tape. Dehumidifying agents shall be

included within such wrappers. A protective greaseproof paper shall be inserted between the

brush and armature of motors and generators. All paintings of equipment is to be done as per

the `Painting scheme and procedure given in Technical Specification (Attachment I) to this

contract.

26.5 The Contractor shall deliver the following supplies, as applicable, in individual separate

packages having marking corresponding to the equipment:

i) Foundation bolts, embedments, etc.

ii) Commissioning spares

iii) Special tools for repairs and maintenance

iv) Specialized erection tools, tackles, instruments and appliances

v) Consumables

vi) Spare parts and accessories etc

26.6 Fragile item shall be wrapped in crepe cellulose wadding or equally efficient cushioning

material and completed in excelsior and packed in substantial wooden covers with special

precaution against risk of breakage.

26.7 The shipment dimension of each package shall not exceed maximum dimensions of packing

which can be accepted for transport.

26.8 Each equipment or parts of equipment shall be packed with reference to assembly drawings

and corresponding part numbers.

26.9 The Contractor shall be independently responsible for any loss, damage or depreciation to the

equipment/supplies due to faulty precaution or insecure packing or for any other case

whatsoever.

27.0 DESIGN CO-ORDINATION

The CONTRACTOR shall be responsible for the selection and design of appropriate

equipment to provide the best co-ordinated performance of the entire equipment system. The

basic design requirements are detailed out in the ‘Specification’. The design of various

components, sub-assemblies and assemblies shall be so done, so that it facilitates easy field

assembly and maintenance. All the rotating components shall be so selected that the natural

frequency of the complete unit is not critical at or close to the operating range of the unit.

28.0 DESIGN CO-ORDINATION MEETINGS

The CONTRACTOR will be called upon to attend design co-ordination meetings with the

PURCHASER/other CONTRACTORS of the PURCHASER during the period of ‘Contract’.

The CONTRACTOR shall attend such meetings as and when required and fully co-operate

with such persons and agencies involved during those discussions.

29.0 SPARES, TOOLING, JIGS AND FIXTURES:

Page 48: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 17 of 123

Any special tools and tackles required for the erection, assembly, dis-assembly and

maintenance of the equipment etc., shall be arranged by the CONTRACTOR to ensure quick

and proper execution of work. Such items, if being property of the CONTRACTOR, shall be

separately packed and brought on to site with due intimation to the PURCHASER, and with

proper documentation for records.

The equipment being new, above items shall be needed in bulk at a later stage. However two

separate lists of spares, tooling, jigs and fixtures should be sent alongwith quotation.

i) Items which you recommend is very necessary are to be available alongwith the

equipment.

ii) Item which may be required at a later stage. (The price validity of these items

should be for a minimum period of two years from the date of commissioning of

the equipment).

30.0 LIABILITY FOR ACCIDENTS AND DAMAGE

The CONTRACTOR shall be entirely responsible for all loss, damage or depreciation to the

plant until the plant has been delivered erected and successfully commissioned at the Project

site. However, Purchaser shall take necessary insurance policy towards transit insurance and

insurance should cover the risk till the equipment is successfully commissioned at the site.

VENDOR/CONTRACTOR shall arrange immediate replacement of the

damaged/depreciated/lost item or equipment at site. The replacement cost shall be paid to

VENDOR/CONTRACTOR limited to the amount of claim accepted by Insurance Company.

The CONTRACTOR shall not be responsible, unless otherwise agreed, for loss, damage or

depreciation to goods other than that due to faulty protection and insecure packing beyond the

Project site, nor shall he be under any obligation to give further notice, statutory or other, that

he accepts no responsibility.

In the event of any claim being made or action brought against the PURCHASER involving

the CONTRACTOR and arising out of the matters referred to and in respect of which the

CONTRACTOR is liable under this clause, the CONTRACTOR shall be immediately

notified thereof; and he shall, with the assistance if he so requires of the PURCHASER, but at

the sole expense of the CONTRACTOR conduct all negotiations for the settlement of the

same or of any litigation that may arise there from. In such case, the PURCHASER shall, at

the expense of the CONTRACTOR, afford all available assistance for any such purpose.

31.0 SETTLEMENT OF DISPUTES

Any disputes or differences including those considered as such by only one of the parties

arising out of or in connection with the ‘Contract’ shall be to the extent possible settled

amicably between the parties.

If amicable settlement cannot be reached, then all disputed issues shall be settled by

arbitration as provided in this contract.

32.0 DESIGN IMPROVEMENTS

Page 49: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 18 of 123

The PURCHASER or the CONTRACTOR may propose changes in the ‘Specification’ of the

equipment or quality thereof, any modification in its arrangements or configuration, and if the

parties agree upon any such changes in the ‘Specification’ shall be modified accordingly.

If any such agreed upon change is such that it affects the price and schedule of completion,

the parties shall agree in writing as to the extent of any change in the price and/or schedule of

completion before the CONTRACTOR proceeds with the change. Following such agreement

the provision thereof shall be deemed to have been amended accordingly.

33.0 TAKING OVER

Upon successful completion of all supplies and services including mandatory spares, special

tools and tackles as well as after submission of all balance documentation incorporating latest

modifications in as built drawings by the CONTRACTOR in requisite copies as per Contract.

The CONTRACTOR has also to certify in a definite manner that all objections/observations

mentioned in the ‘Commissioning certificate’ has been taken care of.

34.0 MARKING

34.1 All packages shall be clearly and properly marked in ENGLISH language with indelible paint

by stenciling. All previous irrelevant marking shall be carefully obliterated. The Contractor

shall ensure that the following are clearly stenciled with good quality non-fading paint on the

packages in characters of 150 mm height or so (depending upon size of the packages).

i) Name and Address of the Consignee

ii) Name of the Contractor / Sub-Contractor (as the case may be )

iii) Contract / P.O. No.

iv) Description

v) Quantity

vi) Challan No.

vii) Package No. 1/10, 2/10, 3/10 ..................... 10/10 (when there are 10 packages for one

consignment.)

viii) Gross and Net Weights

ix) Outer Dimension

x) Place of Despatch

xi) Destination

xii) Transit Insurance Policy No.

xiii) Inspection Certificate No. and Date

34.2 Wherever necessary the packages shall be marked with special marking ‘TOP’, ‘BOTTOM’,

‘DO NOT OVERTURN’, ‘FRAGILE’, ‘HANDLE WITH CARE’, ‘KEEP DRY’, etc., as well as special symbol indicating the top. The position of centre of gravity shall be marked with vertical red line.

34.3 The Contractor shall indicate in the respective packing list identification of packages for the

following categories: i) To be stored in covered area ii) To be stored in outer yard with covered tarpaulin

Page 50: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 19 of 123

iii) To be stored in outer yard without cover iv) To be stored in air-conditioned stores v) Any special precaution to be taken during storage 34.4 For identification of packages at site color band of specified color of at least 150 mm width

shall be painted throughout the breadth of the package on all 4 sides, at a depth of 300 mm below the top of the package.

34.5 In addition to the above the packages containing commissioning spares, tools & tackles,

operating supplies and spares for operation and maintenance shall be painted in black non-fading paint with the following letter in capital `C’, `T’, `O’ or `S’ respectively in characters of 150 mm high or so at the right hand top corner.

34.6 In case of bundles or metal base, the markings, as herein designated, are to be placed on metal

tags which shall be securely attached to the bundle or base as conspicuously as possible.

35.0 IMPORT OF EQUIPMENT/ COMPONENTS (IMPORTED), IF ANY The Contractor shall arrange import of the imported equipment/ components (if required) as

specified in the Technical Specification. The Contractor shall place order on overseas bidder/ manufacturer, arrange custom clearance of imported equipment/ materials, transportation from port of destination to his works/ Project site, arranging PTA etc. for the foreign supervisory personnel etc.

The Total Price is inclusive of all such expenses for import of the imported equipment/component.

36.0 PERMITS AND LICENSES 36.1 The Contractor shall at its own expense obtain all permits and licenses from Indian and

foreign Governments required for the performance of work under this Contract and the Contractor shall be required to bear any fees paid to the Government or local licensing authority for obtaining permits and licenses and JGMSMETR shall not reimburse the Contractor for any such fees paid. The Contractor shall perform the work in accordance with the conditions of all applicable permits and licenses.

36.2 The Contractor shall provide JGMSMETR with evidence of licenses granted and any

restrictions contained therein.

37.0 ACCEPTANCE 37.1 INSPECTION AND FINAL ACCEPTANCE 37.1.1 Preliminary inspections shall be made by JGMSMETR/MECON either at the Contractor’s or

at Subcontractor’s plant or work site as per case may be. Such inspections shall be in accordance with the Quality Assurance Plan” as per TS. If JGMSMETR representative observes that any non-conformance with the contract requirements is not being corrected in accordance with the Quality Assurance Plan, JGMSMETR may so notify the Contractor in writing and the Contractor shall take appropriate corrective action.

37.1.2 Upon arrival of an item at the place of destination and reasonable notification to JGMSMETR

by the Contractor that the item is ready for final inspection and test, JGMSMETR shall, with the assistance of the Contractor, promptly conduct a final inspection and test of the applicable

Page 51: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 20 of 123

items involved and either accept the same in writing or notify the Contractor in writing of those particulars in respect of which the equipment is unacceptable. Upon demonstration to JGMSMETR the corrective actions, the item involved shall be accepted by JGMSMETR in writing.

37.1.3 The Contractor shall perform tests in accordance with relevant chapter of Technical

Specification and delivered test data in accordance with Technical Specification and the Quality Assurance Plan. JGMSMETR shall have right to witness tests in accordance with Technical Specification, Quality Assurance Plan. Contractor shall intimate JGMSMETR in advance the place and time of tests, enabling JGMSMETR to depute its personnel for witnessing the tests.

37.1.4 Final acceptance of the total system shall be deemed to have taken place when the technical

parameters with defined end conditions, test specifications, performance achievement as per function requirements are complied with as per Technical Specification. The conductance of mock-up by JGMSMETR and the Contractor together shall not be referred to as pre-requisite for final acceptance and taking over by JGMSMETR.

38.0 OPERATION & MAINTENANCE MANUAL: The requirements of such manuals shall be as per Technical Specification. 5 sets of Operation & Maintenance Manual shall have to be supplied along with the

equipment. Final payment will be released only after receipt of required documentation.

39.0 FIRST FILL OF OILS, LUBRICANTS, ETC.

Initial Fill, oil, Lubricants, Consumables

i) The Contractor shall within the Total price of the equipment as per relevant Clause of GCC supply all consumables including oils, lubricants, lining materials, usual stores and small materials and other consumables required for flushing initial fill/lining up-to Provisional Takeover of Units as per Technical specification

ii) Quantities to be supplied shall include adequate extra to cover wastage/breakage during transportation, storage, handling, construction, erection and commissioning. Should it be found that the quantities supplied are not adequate till Performance Guarantee test of complete system as per relevant Clause of GCC the Contractor shall supply further quantities within the time schedule and without any extra cost to the PURCHASER.

iii) The Contractor shall also furnish consumption rates of consumables along with estimated annual requirement and ordering specification to enable the PURCHASER to procure these in time. The Contractor shall furnish such information not later than twelve months from the date of Letter of Award.

iv) The contractor shall also furnish oils, lubricants, and other consumables along with necessary specifications, drawings, literature etc.

40.0 MANUFACTURING SCHEDULE The CONTRACTOR shall submit to the PURCHASER his manufacture and delivery

schedules for all equipment within fifteen (15) days from the date of acceptance of the ‘FAX ORDER/ LETTER OF INTENT’. Such schedule shall be in line with the detailed network for

Page 52: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 21 of 123

all phases of the work of the CONTRACTOR. Such schedule shall be reviewed, updated and submitted to the PURCHASER once every month, thereafter by the CONTRACTOR.

41.0 REFERENCE STANDARDS The codes, and/or standards referred to in the ‘Specification’ shall govern, in all the cases

wherever such references are made. In case of a conflict between such codes and/or standards and the specifications, the latter shall govern. Such codes and/or standards referred to shall mean the latest revisions amendments/changes adopted and published by the relevant agencies. In case of any further conflict in the matter, the same shall be referred to the PURCHASER whose decision shall be final and binding.

Other internationally acceptable standards which ensured equal or higher performance than

those specified shall also be accepted. 42.0 PURCHASER’S SUPERVISION The work shall be performed under the direction and supervision of the PURCHASER. The

scope of the duties of the PURCHASER pursuant to the ‘Contract’, will include but not limited to the following:

a) Interpretation of all the terms and conditions of these documents and specifications. b) Review and interpretation of all the CONTRACTOR’s drawings, engineering data,

working scheme, etc. c) Witness or authorise his representative witness tests and trials either at his works or at

‘Site’, or at any place where work is performed under the ‘Contract’. d) Inspect, accept or reject any equipment, material and work under the ‘Contract’. e) Issue certificate of acceptance and/or progressive payment and final payment

certificates. f) Review and suggest modification and improvements in completion schedules from

time to time, and g) Supervise the quality assurance programme implementation at all stages of the

‘Works’.

43.0 QUALITY ASSURANCE PROGRAMME The requirements shall be as per Technical Specification. 44.0 SYSTEM PERFORMANCE 44. 1 The Contractor shall provide guaranteed performance of the systems under this Contract as

per the specifications. The contractor shall successfully demonstrate the performance during the commissioning/ acceptance trials as per the specification and within the stipulated period. If the Contractor is unable to demonstrate, the Contractor shall correct them at no extra cost and repeat the performance tests within a reasonable period of time as agreed to by JGMSMETR.

JGMSMETR reserves the option to reject/ retain the equipment/ system. In case the option to reject is exercised by JGMSMETR, the Contractor shall replace the rejected equipment/ system by new ones at no extra cost within a period of time as indicated by JGMSMETR.

Page 53: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 22 of 123

44.2 Any extra time under clause no. 22.2 will not qualify for extension of the guaranteed time for completion.

44.3 In the event of rejection, the faulty equipment shall be retained until a new replacement

arrives at site for erection. It should be noted that as the faulty equipment has not been accepted and not taken over by JGMSMETR, the responsibility for it lies entirely with the Contractor. During this period, the Contractor shall not limit the use of faulty equipment except for reasons of safety during operation both for personnel and equipment.

45.0 COMPLETION CERTIFICATE 45.1 Within 10 days (Ten) of the completion of the work, the Contractor shall give notice of such

completion to JGMSMETR and JGMSMETR shall inspect the work and after satisfying himself with tests that may be prescribed in the contract, if there is no defect, imperfection or shortfall in the work, shall issue a completion certificate to the Contractor.

45.2 No completion certificate shall be issued nor shall the work be considered to be complete

until the Contractor shall have removed from the site all scaffolding, surplus materials, rubbish, etc. and all temporary works and cleaned off the dirt from wood work, doors, windows, walls, floors, or other parts of the work.

46.0 MAINTENANCE GUARANTEE PERIOD

46.1 The Contractor guarantees that for a period of 12 (twelve) months commencing from the date

of test and evaluation of all system is completed, inspected, accepted and taken over by

JGMSMETR, the Contract work shall not show any sign of defects, cracks, settlements,

disfigurations, shrinkage, leakage, dampness or any other faults.

46.2 The Contractor shall maintain and satisfactorily execute at his own cost all such works of

repair, amendment, reconstruction, rectification, replacement, all regular schedule mechanical

and electrical maintenance work for example but not limited to greasing, lubricating,

inspection etc. and any other work to make good the faulty work as stated under ‘Completion

certificate’ for a period of 12 months from the date of taking over by JGMSMETR.

46.3 If CONTRACTOR fails to commence rectification of such defects within 14 days from the

date of notice by JGMSMETR or does not complete the said rectification with diligence and

within mutually agreed time period, JGMSMETR shall be entitled to carryout such work by

his own workmen or by other Contractors. JGMSMETR shall be entitled to correct or replace

such defective equipment or services by his own workmen or by other Contractor.

JGMSMETR shall be entitled to recover the cost and consequential loss/damage thereof or

may deduct the same from any money due or that become due to the Contractor.

47.0 SECURITY DEPOSIT BANK GUARANTEE

The Contractor will furnish within two (2) weeks from the receipt of Order/ Fax order,

Security Deposit in the form of a Bank Guarantee for a value of 10 % of the Total Price in

favor of JHARKHAND GOVERNMENT MINI TOOL ROOM & TRAINING CENTRE

, Ranchi in the prescribed Performa.

Page 54: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 23 of 123

The Security Deposit shall be for the due and faithful performance of the Contract and shall

remain binding notwithstanding such variation, alteration or extension of time as may be

made, given, conceded or agreed to between the Contractor and JGMSMETR in the Contract.

The Security Deposit furnished by the Contractor will be subjected to the terms and

conditions of this order and JGMSMETR will not be liable for payment of any interest or

charges on the Security Deposit or any depreciation thereof.

The Security Deposit Bank Guarantee shall be released on Contractor’s application after

completion of work at site in full and good condition and verification thereafter which will be

done within 30 days from the date of receipt of notice for completion of the work.

48.0 DEDUCTION OF TOTAL PRICE

All costs, charges or expenses which the Contractor is liable to pay may be deducted by

JGMSMETR from any money due or becoming due to the Contractor or may be recovered, at

JGMSMETR's sole discretion by action of law or otherwise from the Contractor.

49.0 BANK GUARANTEES

All the Bank Guarantees shall be irrevocable and in favor of the PURCHASER and shall be

from any Nationalized bank in India or a Scheduled Bank approved by RBI to issue such

Bank Guarantee on a non-judicial stamp paper of value not less than Rs. 80/-(Rupees

eighty).The Stamp paper shall be purchased in the name of Bank and to be submitted as per

the respective format prescribed.

The PURCHASER shall have the right to encash the Bank Guarantees if sufficiently

convinced of negligence, lack of dedication to work, for non-compliance of any or all the

terms and conditions of the contract and also the terms of the joint deed of undertaking which

the CONTRACTOR may enter into along with other parties with PURCHASER. All the

Bank Guarantees shall be payable on first demand, without demur, irrespective of any dispute

between the Bank and the Bidder/Contractor to the PURCHASER without any condition or

dispute whatsoever.

The Bidder/Contractor shall arrange to keep alive the bank guarantee referred to herein for the

requisite duration by making timely request to the Bank concerned. All the

extension/amendments for Bank Guarantees also shall be on non-judicial stamp paper of

value not less than Rs. 80/- obtained in the name of Bank or in the name of the

PURCHASER.

No interest or any bank charges shall be payable by the PURCHASER on the Bank

Guarantees. All charges connected with the Bank Guarantees shall be to the account of the

CONTRACTOR.

Performance Guarantee

The CONTRACTOR shall submit an irrevocable Contract Performance Bank Guarantee for

getting the balance 20% payment.

Page 55: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 24 of 123

The CONTRACTOR shall furnish to the PURCHASER, Bank Guarantee in the prescribed

proforma towards Contract Performance for a value of Ten (10) per cent of the Total price in

favor of the JHARKHAND GOVERNMENT MINI TOOL ROOM & TRAINING

CENTRE , Ranchi. The Bank Guarantee shall be for the time bound, due and faithful

performance of the contract and shall remain binding notwithstanding such variations,

alterations or extensions of time as may be made, given, conceded or agreed to between the

Contractor and the PURCHASER under these General Terms & Conditions or otherwise. The

Bank Guarantee shall be as per relevant Clause of GCC. The Bank Guarantee towards

Contract Performance shall be subject to approval of the PURCHASER thereafter. The

CONTRACTOR shall ensure that the Contract Performance Bank Guarantee remain valid till

the expiry of the guarantee period of the Contract plus two months grace period.

The Contract Performance Bank Guarantee furnished by the CONTRACTOR will be subject

to the terms and conditions of the Contract. The PURCHASER will not be liable for payment

of any interest on the Contract Performance Guarantee or depreciation.

The Contract Performance Bank Guarantee shall be released on application by the

CONTRACTOR within sixty (60) days after the expiry of the warranty/guarantee period and

after the CONTRACTOR has discharged all his obligations under the Contract and produced

a "No Demand certificate" from the PURCHASER. The PURCHASER shall not

unreasonably withhold the issue of "No Demand certificate" after receipt of request for the

same.

PURCHASER reserves the right to encash any Bank Guarantee if sufficiently convinced of

negligence and/or lack of dedication to work on the part of the Contractor and shall be entitled to

cancel the whole or a part of the contract if remedial & timely measures have not been taken by

the CONTRACTOR, as also in order to recover from the CONTRACTOR any dues as

mentioned elsewhere in the contract and for reasons mentioned in the Bank Guarantee proforma.

Should the CONTRACTOR’s banker fail to extend any of the Bank Guarantees as requested by

PURCHASER, the PURCHASER shall be entitled to recover or withhold equivalent amount of

the value of such Bank Guarantee from any payments falling due to the CONTRACTOR.

All payments shall be released through account payee cheque drawn on a scheduled bank.

50.0 WARRANTY AND GUARANTEE

50.1 The Contract warrants that the work furnished hereunder shall be suitable for purposes

described in this Contract and shall be free from any defects in material or workmanship and

shall be in accordance with applicable specifications, design requirements and drawings.

50.2 Notice of any defect shall be given to the Contractor within one (1) year from the date of final

acceptance by JGMSMETR of the defective item or service, except that (a) notice of a defect

in a corrected or replaced item shall be given within one (1) year after the date of final

acceptance by JGMSMETR of the corrected or replaced item, and (b) notice of a defect that

is latent or that was caused or concealed by fraud or such gross mistakes amounting to fraud

may be given at any time.

50.3 JGMSMETR may, at any time during the period of this warranty and irrespective of prior

inspections and acceptances, reject any equipment or services not conforming to the above

Page 56: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 25 of 123

warranty and required that the Contractor at his expense correct or replace at JGMSMETR

option such equipment or service with conforming equipment or services. If the Contractor

fails to correct or replace such defective equipment or services promptly after notification and

authorization from JGMSMETR, JGMSMETR may by separate Contract or otherwise,

correct or replace such defective equipment or services and the Contractor shall be liable for

and pay to JGMSMETR the costs of such correction or replacement.

50.4 In addition to the foregoing, the Contractor agrees that the items delivered under the contract

shall be covered by such other warranties as the Contractor or his Subcontractors customarily

offer in connection with the sale of similar items including sales to the Contractor or the

pertinent Subcontractors.

50.5 If requested by JGMSMETR, the Contractor shall assign to JGMSMETR all rights he obtains

under this Contract, to the extent that such rights are assignable. Any such assignment shall

not relieve the Contractor of any of its responsibilities under this clause. The contractor shall

notify JGMSMETR of each warranty and upon receipt of such warranty shall deliver to

JGMSMETR any documents issued by the warrantor evidencing the warranty.

50.6 The above warranty does not apply for rubber items, gaskets and ‘O’ Rings.

50.7 If the Contractor does not commence the rectification either by repair or replacement of such

defects within 30 (Thirty) days from the date of notice by JGMSMETR or does not complete

the said rectification with reasonable diligence and within a reasonable time, JGMSMETR

may, at their option rectify the defects at the Contractor's risk and cost. JGMSMETR shall, in

such a case, deduct the cost incurred by JGMSMETR from payments due to the Contractor

for remedy of such defects without prejudice to other rights of JGMSMETR under this

contract.

51.0 LIQUIDATION, DEATH, BANKRUPTCY, ETC.

51.1 If the Contractor shall die, dissolve or become bankrupt or insolvent or causes or suffers any

receiver to be appointed of his business or any assets thereof compound with his creditors, or

being a corporation commence to be wound up, not being a member's voluntary winding up

for the purpose of amalgamation or reconstruction, or carry on its business under a Receiver

for the benefits of its creditors or any of them, JGMSMETR shall be at liberty:

i) to terminate the Contract forthwith upon coming to know of the happening of any

such event as aforesaid by notice in writing to the Contractor or to the Receiver or

Liquidator or to any person in whom the Contract may become vested,

or

ii) to give such Receiver, Liquidator or other person the option of carrying out the

Contract subject to his providing a guarantee up to an amount to be agreed for the

due and faithful performance of the Contract.

52.0 RIGHTS OF (JGMSMETR) TO VARY/ CHANGE THE CONTRACT

52.1 JGMSMETR may, from time to time during the period of performance of this Contract,

reserves to right to make changes within the general scope of this Contract in drawings,

Page 57: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 26 of 123

designs, specifications, method of shipment, or require additional work, or direct the

omission of work.

52.2 If any such change causes an increase or decrease in the cost of, or the time required for the

performance of this Contract, or otherwise affects any other provision of this Contract, the

commercial implication shall be mutually discussed and agreed upon with JGMSMETR.

52.3 Notwithstanding anything contained in this article the Contractor shall not suspend or cease

the performance of this Contract for reasons of any change or any dispute or any arbitration

proceeding.

53.0 SUSPENSION AND TERMINATION

53.1 JGMSMETR may at any time temporarily stop the work under the Contract or any part

thereof by notice in writing to the Contractor. JGMSMETR will not be liable to the

Contractor for any damage or loss or idle wages caused by such period of suspension of

work.

53.2 JGMSMETR will be at liberty to terminate the Contract without prejudicing its rights and

affecting the obligations of the Contractor by giving 15 days notice in writing in the

following events :

a) If the Contractor fails to show progress of work or the work is found unsatisfactory.

b) If the Contractor fails to comply with the provision/ provisions of the Contract.

c) If the Contractor is involved in any action involving moral turpitude.

54.0 NEGLIGENCE, DEFAULT AND RISK PURCHASE

54.1 If the Contractor fails to execute the work with due diligence or expedition or shall refuse or

neglect to comply with any order given to him in writing by JGMSMETR in Contract,

JGMSMETR may give notice in writing to the Contractor calling upon him to make good the

failure, neglect or contravention within such time as may be deemed reasonable and in

default of the compliance with the said notice, JGMSMETR without prejudice to its rights

under the Contract, may rescind or cancel the Contract holding the Contractor liable for the

damages that JGMSMETR may sustain in this regard.

54.2 Should the Contractor fail to comply with such notice within a reasonable period from the

date of serving thereof, JGMSMETR shall have the option and shall be at liberty to take the

work wholly or in part out of the Contractor's scope and may complete the work envisaged in

the Contract themselves or may re-contract to any other person or persons to execute the

same or any part thereof and provide other materials, tools, tackle or labor for the purpose of

completing the work or any part thereof at the Contractor's risk and cost. This shall be

without prejudice to JGMSMETR's rights under other clauses of this Contract.

54.3 JGMSMETR shall have the right to recover all expenses, costs and charges incurred in

completion of the work by deducting any money due or which may become due to the

Contractor or by revoking the Bank Guarantees.

54.4 If the cost of executing the work as aforesaid exceeds the balance due to the Contractor and

the Contractor fails to make good the deficit, any property of the Contractor as may not have

been used up in the completion of the works, may be sold by JGMSMETR and the proceeds

Page 58: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 27 of 123

applied towards the payment of such differences the cost of and incidental to such sale. Any

outstanding balance existing after crediting the proceeds of such sale shall be paid by

JGMSMETR to the Contractor but when all expenses, costs and charges incurred in the

completion of the work are paid by the Contractor.

54.5 If the Contractor performs any work in a manner contrary to the Contract, without the

approval of JGMSMETR, the Contractor shall bear all the costs arising there from and shall

be responsible for all losses to JGMSMETR arising there from.

55.0 REJECTION OF DEFECTIVE EQUIPMENT/WORK

55.1 If the completed equipment /services or any portion thereof, after it is accepted or taken over

be found defective or fails to fulfill the requirements of the Contract, JGMSMETR shall give

the Contractor notice setting forth particulars of such defects or failure, and the Contractor

shall forthwith make the defective equipment good or order the same to make it complied

with the requirement of the Contract. Should the Contractor fail to do so within reasonable

time, JGMSMETR shall reject and replace the same at the risk and cost of the Contractor, the

whole or any portion of the equipment, as the case may be, which is defective or fails to

fulfill the requirements of the Contract. Such replacement shall be carried out by

JGMSMETR within a reasonable time and at reasonable price, and where reasonably possible

to the same specifications. The Contractor's liability under this clause shall be satisfied by

payment to JGMSMETR amount spent by JGMSMETR on replacement of the equipment

including charges for erection and/or supervision of erection.

55.2 In the event of such rejection JGMSMETR shall be entitled to use the equipment in a

reasonable and proper manner for a time reasonably sufficient to enable him to obtain other

replacement equipment.

56.0 REPLACEMENT OF PARTS AND MATERIALS DEFECTIVE/DAMAGED/LOST

DURING TRANSIT

If during the progress of the ‘Works’ the PURCHASER shall decide and inform in writing to

the CONTRACTOR, that the CONTRACTOR has executed/manufactured any

work/plant/equipment or material or part thereof unsound or imperfect or is inferior than the

quality specified, the CONTRACTOR on receiving details of such defects or deficiencies

shall at his own expense, within seven (7) days of his receiving the notice, or otherwise,

within such time as may be reasonably necessary for making it good proceed to alter,

reconstruct or remove such work and furnish fresh material/work upto the standards of the

specifications. In case the CONTRACTOR fails to do so, the PURCHASER may on giving

the CONTRACTOR seven (7) days notice in writing of his intentions to do so, proceed to

remove the portion of the ‘Works’ so complained of and at the cost of the CONTRACTOR

perform all such work or furnish all such equipment provided that nothing in this clause shall

be deemed to deprive the PURCHASER of or affect any rights under the ‘Contract’ which

the PURCHASER may otherwise have in respect of such defects and deficiencies.

The CONTRACTOR’s full and extreme liability under this clause shall be satisfied by the

payments to the PURCHASER of the extra cost, of such replacements procured as provided

for in the ‘Contract’, such extra cost being the ascertained difference between the price paid

by the PURCHASER for such replacements and ‘Total Price’ portion for such defective

plants and repayments of any sum paid by the PURCHASER to the CONTRACTOR in

respect of such defective work. Should the PURCHASER not so replace the defective

Page 59: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 28 of 123

plant/work, the CONTRACTOR’s extreme liability under this clause shall be limited to

repayment of all sums paid by the PURCHASER under the ‘Contract’ for such defective

work.

If the material/equipment or any portion thereof is damaged or lost during transit, the

PURCHASER shall give notice to the CONTRACTOR setting forth particulars of such

material/equipment damaged or lost. The replacement of such material/equipment shall be

effected by the CONTRACTOR within a reasonable time to avoid un-necessary delay in the

commissioning of the equipment. The price for replacement item shall be paid to the

CONTRACTOR by the PURCHASER on the basis of actual cost without profit certified by

the auditors of the CONTRACTOR and payment for the replacement part and materials shall

be limited to the amount settled by the insurance company.

57.0 MARGINAL NOTES

The Marginal Notes to any clause of the ‘Contract’ shall not affect or control the construction

of such clause.

58.0 INDEMNITY

58.1 The Contractor shall at all times indemnify and keep indemnified JGMSMETR against all

claims or proceeding which may be made against JGMSMETR in respect of any infringement of

any rights protected by patent or design or any alleged patent or design right which is the direct

result of an order passed by JGMSMETR in this behalf, registration of design or trade mark. In

this connection, JGMSMETR shall pass on all claims made against him to the Contractor for

settlement.

58.2 The Contractors assume responsibility for and, shall indemnify and save harmless JGMSMETR

or their Employees from all liability, claims, cost, expenses, taxes and assessments including

penalties, punitive, damages, attorney's fees and court costs which are or may be required with

respect to any breach of the Contractors obligations under the order or for which the Contractor

has assumed responsibilities under the order including those imposed under any order, local or

national law of laws, or in respect to all salaries, wages or other compensation to all persons

employed by the Contractor or his Sub-Contractors or covered by the order. The Contractor shall

execute, deliver and shall cause his Sub-Contractor and bidders to execute and deliver, such other

further instruments and to comply with all the requirements of such laws and regulation as may

be necessary there under to conform and effectuate the order and to protect JGMSMETR or their

employees during the tenure of the order.

59.0 TERMINATION AND SUSPENSION AND FORECLOSURE

The PURCHASER may at any time on breach of this Contract by the Contractor give him a

written notice of such breach. If the Contractor does not take appropriate measure to the

satisfaction of the PURCHASER within a period of 30 days after issuance of such notice to

remedy that breach, then the PURCHASER may terminate this Contract at any time

thereafter stating therein the date of termination. The Contractor shall then be liable to the

PURCHASER in accordance with the relevant Clause of GCC.

The PURCHASER reserves the right to terminate this Contract at any time by giving a notice

of not less than 30 (thirty) days without assigning any reason. The Contractor shall stop the

performance of the Contract from the Date of termination and hand over all the drawings,

Page 60: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 29 of 123

documents, plant, equipment, supplies, material etc. including all the rights of work to the

PURCHASER. The PURCHASER shall pay to the Contractor the cost incurred as decided by

the PURCHASER till the date of termination as compensation. No consequential damages

shall be payable by the PURCHASER to the Contractor in the event of termination.

The PURCHASER may suspend the work in whole or in part at any time by giving

Contractor notice in writing to such effect stating the nature, the date and the anticipated

duration of such suspension.

On receiving the notice of suspension as per relevant Clause of GCC, the Contractor shall

stop all such work which the PURCHASER has directed to be suspended with immediate

effect. The Contractor shall continue to perform other work in terms of the Contract, which

the PURCHASER has not suspended.

The PURCHASER may at anytime cancel the suspension notice for all or any part of

suspended work by giving written notice to the Contractor specifying the part of work to be

resumed and the effective date of suspension withdrawal. The Contractor shall resume the

suspended work as expeditiously as possible after receipt of such withdrawal of suspension

notice.

In the event of suspension of work the PURCHASER will not be liable to the Contractor for

any damage or loss or idle labour caused by such period of suspension of work. The

PURCHASER shall not be liable to Contractor for any payment towards watch & ward and

any other expenditure.

The contract shall be terminated if due to any unforeseen circumstances which may lead to

the foreclosure of the project for reasons such as resource crunch, non-availability of funds,

and for other administrative reasons PURCHASER shall however, give 60 days prior written'

notice to the contractor of the effective date of termination.

Contractor will be compensated only for the quantum of work/services he has rendered till

effective date of foreclosure. Any other claims like compensation for loss in profit,

compensation for loss of reputation etc. or any other consequential damages if any claimed by

the Contractor will not be given by the PURCHASER.

Termination of Services of Contractor's Personnel

In the event any of the Contractor or his sub- contractors, personnel, agents, sub-agents,

assistants, or other employees shall be guilty of any misconduct or be incompetent or

insufficiently qualified or negligent in the performance of their duties or it is undesirable for

any administrative reasons for such person to be employed, the Contractor, if so directed,

shall immediately remove such person or persons from deployment thereon. Any person or

persons so removed shall not again be employed in connection with this Contract without the

written permission of the PURCHASER. Any person so removed shall immediately be

replaced by a qualified and competent substitute at the Contractor's cost and expenses. Should

the Contractor be requested to repatriate any person he shall do so and shall bear all costs and

charges in connection therewith.

60.0 DELAYS BY PURCHASER OR HIS AUTHORISED AGENTS

If in the opinion of the PURCHASER, the work be delayed (a) by force majeure, or (b) in

consequence of the CONTRACTOR not having received in due time necessary

instructions from the PURCHASER for which he shall have specifically applied in writing,

or for any other lawful reasons, the PURCHASER shall allow suitable extension to

completion period.

Page 61: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 30 of 123

61.0 CALIBRATION OF MEASURING INSTRUMENTS

All instruments required for measurement/inspection of items covered under this order are to

be properly calibrated through a Government recognized or equivalent test house and all

relevant certificates pertaining to calibration are to be submitted to JGMSMETR to enable us

depute our inspection engineers.

62.0 FORCE MAJEURE

62.1 Should at any time during the continuance of the contract, the performance in whole or in

part of any obligations by either party under this contract be held up by reasons of any war,

hostility, acts of foreign enemy, civil commotion, sabotage, fires, floods, earthquakes,

explosions, epidemics, cyclones, quarantine restrictions, Governmental regulations, law &

order and other proclamation etc. (hereinafter referred to as "Events") then, provided notice

of the happening of any such eventuality is given by either party to the other within 10 days

from the date of occurrence thereof neither party shall, by reasons of such eventuality, be

entitled to terminate this contract, nor shall either party have any claim for damages against

the other in respect of such non-performance or delay in performance, and the work under

this contract shall be resumed as soon as practicable after such eventuality has come to an end

or ceased to exist. The decision of JGMSMETR whether the performance has been resumed

or not shall be final and conclusive.

62.2 Should one or both the parties be prevented from fulfilling their contractual obligations by a

state of force majeure, lasting continuously for a period of at least 2 months, the two parties

should consult each other regarding the further implementation of the contract with the

provision that if no mutually satisfactory arrangement is arrived at within a period of 1 month

from the expiry of 2 months referred to above, the contract shall be deemed to have expired at

the end of the aforesaid 2 months. Such expiry of the contract will not relieve the parties

from the obligations to reach agreement regarding winding up and financial settlement of the

contract.

62.3 The above mentioned force majeure events shall not include constraints which could

prudently be foreseen like shortage of power, non-availability of raw materials, difficulties in

making transport arrangement, break down of machines, strikes, lock outs etc.

62.4 The above-mentioned force majeure conditions/clause shall also apply in the works of sub-

Contractors/bidders of the Contractor.

63.0 ARBITRATION

63.1 All disputes or differences, whatsoever, arising between the parties out of or in relation to the

construction, meaning and operation or effect of this contract or breach thereof shall be

settled amicably. If, however, the parties are not able to resolve them amicably, the same

shall be settled by arbitration in accordance with the Rules of Arbitration of the Indian

Council of Arbitration and the Conciliation & Arbitration Act 1996 and the award in

pursuance thereof shall be binding on the parties.

63.2 The venue of arbitration proceeding shall be at Ranchi.

Page 62: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 31 of 123

63.3 Work under this Contract shall be continued by the Contractor during the arbitration

proceedings, unless otherwise directed in writing by JGMSMETR or unless matter is such

that the work can not possibly be continued until the decision of the arbitrator is obtained.

64.0 COMPLIANCE WITH STATUTORY LAWS AND OTHER REGULATIONS

64.1 The Contractor shall throughout the performance of this order comply with all the laws, rules,

regulations and statutory requirements/obligations of Government of India/ State/ Local

Government and other statutory bodies applicable at Site for this contract work and

JGMSMETR shall not be liable for any action of the statutes applicable due to non-fulfillment

of statutory obligations by the Contractor.

64.2 The Contractor shall give all notices and pay all fees required to be given or paid under any

Central or State statute, ordinance or other law or any regulation or by-law of any local or

other duly constituted authority in relation to the execution of the work.

64.3 The Contractor shall confirm in all respects with the provisions of any statute, ordinance or

laws as aforesaid and the rules, regulations or by-laws of any local or other duly constituted

authority which may be applicable to the works or to any temporary works and with such

rules and regulations of public bodies as aforesaid and shall keep JGMSMETR indemnified

against all penalties and liabilities of every kind for breach of any such statute, ordinance,

law, rule, regulation or by-law.

64.4 The Contractor shall get himself registered with the concerned authorities as provided under

various applicable Acts and shall be directly responsible to such authorities for compliance

with the provisions thereof.

64.5 By way of illustration of various Acts as stated in the contract, the following acts or any

amendment thereof shall be complied with by the Contractor.

i) Employee Provident fund Act, 1952.

ii) Contract Labor Act (Regulation and abolition Act, 1970)

iii) Minimum wages Act, 1948.

iv) Payment of wages Act, 1936.

v) Workmen compensation Act, 1923.

vi) Factories Act, 1948.

vii) Apprenticeship Act, 1961.

viii) Family Pension Act, 1952.

64.6 The Contractors establishment shall be subjected to inspection, investigation etc. by

JGMSMETR for ensuring proper and faithful compliance of the provisions of this order by

the Contractor with regard to labor laws and matters stated in this clause.

64.7 The Contractor shall provide at his cost to all staff and workmen directly or indirectly

employed in the works all amenities for securing proper working and living conditions at the

Site and at the labor camp. The Contractor shall also provide medical facilities at the site as

per rules in force in relation to strength of their staff and workmen deployed at site.

65.0 CORRUPTION, GIFT AND PAYMENT OF COMMISSION

Page 63: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 32 of 123

Any bribe, remuneration, commission, gift or advantage given, promised or offered by or on behalf of the Contractor, his agents or representative or anyone of his or their behalf to any employee, representative or agent of JGMSMETR or any person on his behalf in relation to the execution of this or any other Contract with JGMSMETR shall in addition to the criminal liability under the laws in force, be liable to cause cancellation of this Contract and also to payment of any loss resulting from such cancellation to JGMSMETR.

66.0 WAIVER Failure of JGMSMETR or the Contractor to insist upon performance of any terms and

conditions of this Contract will not be deemed a waiver of any rights or remedies that JGMSMETR or the Contractor may have and will not be deemed a waiver of the subsequent default under the terms and conditions of the Contract. No right or remedy of JGMSMETR or the Contractor will be exclusive of any other right or remedy and JGMSMETR and the Contractor will have all rights and remedies given under the Contract and now or hereafter existing in-law or by statute.

67.0 ASSIGNMENT

The Contractor shall not assign his rights and obligations under the terms of this Contract to

any party other than its legal successor without the written consent of the PURCHASER. Should loan/financial agreement(s) require the Contractor to assign, by way of charge, any

money due or to become due to it, to a bank/credit agency for the benefit of receiving payment by the Contractor under this Contract from such bank/credit agency, or if any partial assignment is necessary to be made to any insurer in terms of Insurance Policy approved by the PURCHASER, the PURCHASER shall not refuse consent in such cases.

68.0 AMENDMENT

Any amendment to the terms of this contract (including schedules & Annexures) shall be

made in writing by both parties hereto and shall specifically state that it is an amendment to

this contract.

Contractor shall not suspend performance of this Contract during review and negotiation of

any amendment to the Contract except as may be directed by purchaser.

No amendment to the contract shall have any effect until the PURCHASER and

CONTRACTOR have agreed to the amendment in writing.

69.0 NOTICES

All notices under this Contract shall be given in writing and shall be deemed sufficiently

given when delivered either in person or by, fax (followed by a Post confirmatory copy), or

by registered mail addressed to the other party at its address set forth in the contract

agreement with a copy to the nominated representative at site.

If any such notice is delivered by hand, it shall be duly acknowledged and if given by

telegram, telex, fax it shall be confirmed by Registered Letter within seven days of the date of

such notice. Either party shall by notice in writing inform the other party of any change of its

address as stated under Clause of GCC for receiving such notices.

Page 64: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 33 of 123

Date of notices under Clause of GCC above shall be the date of receipt of such notice by the

receiving party.

70.0 APPLICABLE LAW

This Contract shall be construed, governed by and operated as a Contract as defined in the

Indian Contract Act 1872.

71.0 RESTRICTION OF VISITORS

The Contractor shall not allow any visitors on the works except with the prior written approval of

JGMSMETR.

72.0 POSSESSION PRIOR TO COMPLETION

The PURCHASER shall have the right to take possession or use any completed or partially

completed work. Such possession or use shall not be deemed to be an acceptance of any work

done not in accordance with the Contract. However, any damage to such work solely due to such

provision or use shall be to the PURCHASER's account.

73.0 SITE OCCUPANCY

The Contractor, its employees, Subcontractors and invitees shall be admitted to the installation

sites for the purpose of performing the work required by this Contract, but none of them shall

have any tenancy.

74.0 GENERAL

No director or official or employee of JGMSMETR shall in anyway be personally bound or

liable for acts or obligations of JGMSMETR under the contract or answerable for any default or

omission in the observance or performance of any of the acts, matters or things or conditions

which are herein contained.

75.0 FACILITIES TO BE PROVIDED BY PURCHASER (JGMSMETR)

75.1 Provide open space for construction of labor camp, office, storage areas for completing his

obligations which will be cleared/ cleaned in all respects and handed over to JGMSMETR

before closing of contract. No other facilities viz. Guest House/ Telex/ Telephone/ Transport

shall be provided to the Contractor by JGMSMETR.

75.2 Provide electric power at one point near the work area on chargeable basis at the rates

charged by JSEB/JGMSMETR from time to time on monthly consumption basis. Contractor

shall make his own arrangement for onward distribution of electricity from this simple point

to his various place of work and maintenance of the same. However, uninterrupted power

supply/ proper power cannot be guaranteed. In such an event Contractor must ensure

deployment of necessary back up power supply by deploying DG Set to prevent any

interruption of work at no addl. Cost and the completion schedule shall not get affected due

to same.

75.3 The Contractor shall make his own arrangement for construction/ drinking water as may be

required at project site.

Page 65: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 34 of 123

76.0 COOPERATION WITH OTHER CONTRACTORS

The CONTRACTOR shall agree to co-operate with the PURCHASER’s other

CONTRACTORS and freely exchange with them such technical information as is necessary

to obtain the most efficient and economical design and to avoid unnecessary duplication of

efforts. The PURCHASER shall be provided with three (3) copies of all correspondence

addressed by the CONTRACTOR to other SUB-CONTRACTORS in respect of such

exchange of technical information.

In case of any differences or conflicts with other CONTRACTORS in regard to their

respective obligations which cannot be settled by mutual agreement, the matters shall be

referred to PURCHASER whose decision will be final and binding on all parties concerned.

77.0 SECRECY/ CONFIDENTIALITY

77.1 The technical information, drawings, specifications and other related documents forming part

of tender or contract are the property of JGMSMETR and shall not be used for any other

purposes, except for execution of the contract. All rights, including rights in the event of grant

of patent and registration of designs are reserved. The technical information drawings,

specification, records and other documents shall not be copied transcribed, traced or

reproduced in any other form or otherwise in whole and/or duplicated, modified, divulged

and/or disclosed to a third party nor misused in any other form whatsoever without

JGMSMETR consent in writing except to the extent required for the execution of this

Contract. These technical information, drawings, specifications and other related documents

shall be returned to JGMSMETR with all approved copies and duplicates, if any, immediately

after they have been used for the agreed purpose. Required numbering and codification

method need to be implemented by the CONTRACTOR to trace such documentation.

77.2 Except with the written consent of JGMSMETR, the CONTRACTOR shall not make use of

any document other than for the purposes of this Contract.

78.0 MAXIMISATION OF INDIAN SUPPLIES AND SERVICES

The Contractor shall make all efforts to maximize the supplies and services from Indian

sources.

79.0 CORRESPONDENCE

79.1 All correspondences with regard to this tender inquiry shall be made in duplicate to the

following addresses:-

Principal, Jharkhand Government MSME Tool Room, Plot no.-38, Phase-I, Tatisilwai

Industrial area, Tatisilwaui, Ranchi-835103

Attn. Shri M.K. Gupta ,

Kindly acknowledge receipt of this Purchase Order and return the enclosed ‘Order

Acknowledgement Copy’ within 15 days duly signed on each page as a token of the

Contractor’s acceptance of this Purchase Order with the terms and conditions stipulated

therein.

Page 66: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 35 of 123

Yours faithfully,

for JHARKHAND GOVERNMENT MSME TOOL ROOM

(JGMSMETR)

(M.K. Gupta)

Principal

SECTION - III

BANK GUARANTEE PROFORMAE

Page 67: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 36 of 123

ANNEXURE – I

BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT

(On non-judicial stamp paper of appropriate value. Stamp paper to be purchased in the name of the

issuing bank.)

No. ………………… Date : ………………

Principal,

Jharkhand Government Mini Tool Room & Training Centre (JGMTRTC),

Ranchi,

WHEREAS ………………………. (Contractor’s Name) hereinafter referred to as “Contractor”), a

Company registered under the Companies Act, 1956 and having its registered office at ………. is

required to deposit to Jharkhand Government Mini Tool Room & Training Centre, Ranchi the

Purchaser, by way of Earnest Money, Rs. …….. (Rupees ……………………only.) in connection

with its Tender for the work with reference to Tender Enquiry No. ……….. dated ………. as per

specification and terms and conditions enclosed therein.

AND,

WHEREAS the Bidder as per Clause No. …….. of Invitation To Tender (ITT) has agreed to establish

a Bank Guarantee in JGMTRTC’s favor through us (Bank) valid upto …….. (date) instead of deposit

of Earnest Money in cash AND,

WHEREAS JGMTRTC have agreed to accept a Bank Guarantee from the bidder in lieu of Earnest

Money Deposit in cash;

1. We, ………… (Bank) hereby agree and undertake to pay JGMTRTC on demand the said

amount of Rs. …………… (Rupees ……………………. Only) without any protest or demur

in the event the Contractor/ Bidder after submission of his Tender, resiles from or withdraws

his offer or modifies the terms and conditions thereof in manner not acceptable to

JGMTRTC or expresses his unwillingness to accept the order placed and/ or Letter of Intent

issued by JGMTRTC on the Contractor/ Bidder for the work under Tender Enquiry No.

……….. dated ………….. .

2. JGMTRTC’s decision as to whether the Contractor/ Bidder has resiled from or has

withdrawn his offer or has modified the terms and conditions thereof in manner not

acceptable to JGMTRTC or has expressed his unwillingness to accept the order placed and/

or Letter of Intent issued by JGMTRTC on the Contactor/ Bidder for the work under Enquiry

No. ………… dated …………., shall be final and binding on us and we shall not be entitled

to question the same.

3. Notwithstanding anything contained in the foregoing, our liability under this Guarantee shall

be restricted to Rs. ………….. (Rupees ………….. only).

4. This Guarantee shall remain valid and in full force and effect upto …… (date) and shall

expire thereafter unless an intimation is given to the Bank by JGMTRTC earlier in writing

discharging us from our obligation under this Guarantee.

Page 68: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 37 of 123

5. We shall not revoke this Guarantee during its currency except by JGMTRTC’s consent in

writing.

6. This Guarantee shall not be affected by any change in the constitution of the Contractor/

Bidder or JGMTRTC or ourselves but shall ensure to JGMTRTC’s benefit and be

enforceable against our legal successors or assignees by JGMTRTC or JGMTRTC’s legal

successors.

7. Notwithstanding any thing contained hereinabove unless a demand or claim under this

Guarantee is made on us in writing within six months from the date of expiry of this

Guarantee we shall be discharged from all liabilities under this Guarantee thereafter.

8. We have power to issue this Guarantee under our Memorandum and Articles of Association

and the undersigned, who is executing this Guarantee has the necessary power to do so under

a duly executed Power of Attorney granted to him by the Bank.

SIGNED AND DELIVERED

for and on behalf of above named Bank

For and on behalf of

(Banker’s Name)

Address ……………………..

……………………..

Page 69: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 38 of 123

ANNEXURE – II

BANK GUARANTEE FOR SECURITY DEPOSIT/PERFORMANCE

(On non-judicial stamp paper of appropriate value)

No._________________ Dated._______________

Principal,

Jharkhand Government Mini Tool Room & Training Centre (JGMTRTC),

Ranchi,

Dear sir,

1. In consideration of your agreeing to accept Bank Guarantee towards Security

Deposit/Performance of Rs. ................... furnishable to you by M/s.

.......................................... ....... (hereinafter called the “Contractor”) in terms of contract No.

........... dated ...........with Jharkhand Government Mini Tool Room & Training Centre,

Ranchi (hereinafter called the “Purchaser”),the contractor requested us to provide the

guarantee to fulfill contractual obligation, we .................................................. ....... (Bank

name ) at the request of the Contractor, are holding in trust in favor of you the amount of Rs.

..............................................................without protest or demur or reference to the contractor

if the Contractor failed to perform all or any of their obligation under the said contract. The

decision of the Purchaser / JGMTRTC duly communicated in writing to the Bank that the

Contractor have failed to perform all or any of the obligation under the said contract shall not

be questioned and shall be final and conclusive (irrespective of stand that can be taken by or

on behalf of Contractor). The said amount of Rs................. shall be paid forthwith on demand,

without any conditions or proof whatsoever.

2. It is fully understood that this guarantee is effective for a period of ................ months from the

date of issue and shall continue to be enforceable till six months thereafter and that we

.............................................. (Bank) undertake not to revoke this guarantee during its

currency without the consent in writing of the JGMTRTC.

3. This guarantee shall continue and hold good until it is released by you on the application by

the Contractor after expiry of the relative guarantee period of the said contract and produce a

certificate of due completion of the work under the said contract provided always that this

guarantee shall in no event remain in force after the day of ............ without prejudice to your

claim or claims arisen and demanded from or otherwise notified to us in writing before the

expiry of six months for the said date which will be enforceable against us notwithstanding

that the same is or are enforceable after the said date.

4. We ...................................................... (Bank) further undertake to extend the validity of the

guarantee beyond the period prescribed in Clause (3) or as extended from time to time, for

such further period as may be required in writing before the expiry of this guarantee and upon

such extension (s), all terms and conditions of this guarantee shall remain in full force till the

expiry of this extended period.

Subject to the maximum limit of our liability as aforesaid the guarantee will cover all your

claims or claims against the Contractor from time to time arising out of or in relation to said

Page 70: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 39 of 123

contract & in respect of which your claims in writing is lodged on us before expiry of 6

months from the date of expiry of this guarantee.

Notwithstanding any thing contained hereinabove our liability under this guarantee is

restricted to Rs. ............................. and this guarantee shall remain in force until

.............................. unless a written claim is lodged on us for payment under this guarantee

within six months of the guarantee i.e. on or before ........... all your rights under this guarantee

shall be forfeited and we shall be deemed to have been released and discharged from all

liability thereunder, irrespective of whether or not the original guarantee is returned to us.

5. We .............................................. ( Bank ) further agree that the Purchaser shall have the

fullest liberty without effecting in any manner our obligation hereunder to vary our any of the

terms and conditions of the said contract from time to time or to postpone for any time or

from time to time any of your rights or powers exercisable by the Purchaser against the said

contractor and/or forbear to enforce any of the terms and conditions relating to the said

contract and we shall not be released from our liabilities under this guarantee by reason of

any such variation or extension being granted to said contractor or for any forbearance and/or

commission on the part of the Purchaser or any indulgence by the Purchaser to the said

Contractors or by any other matter whatsoever which under the law relating to the sureties

would, but for this provision have the effect of so releasing us from our liability under this

guarantee.

6. We ........................................... (Bank) further agree that the guarantee herein contained shall

not be affected by the liquidation or winding up, dissolution or change in the constitution of

the said Contractor.

7. Your right to recover the sum of Rs. ................................... from us in any manner will not be

affected or suspended by reason of the fact that any dispute or disputes have been raised by

the Contractor and/or that any dispute or disputes are pending before any, Officer, Tribunal or

Court.

8. We have power to issue this guarantee in your favor and the undersigned has full power to

execute this guarantee under the Power of Attorney granted to him by the Bank.

For & on behalf of

(Banker’s Name)

Branch Manager

(Banker’s Seal)

Address.....................

.....................

Page 71: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 40 of 123

SECTION IV

PRICE FORMAT

(To be Enclosed Separately)

Page 72: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 41 of 123

JHARKHAND TOOL ROOM & TRAINING CENTER

PACKAGE - ESTABLISHMENT OF REFRACTORY LABORATORY

PRICE SCHEDULE FOR SUPPLY OF INDIGENOUS PLANT AND EQUIPMENT

INCLUDING TECHNOLOGICAL STRUCTURE

Sl.No. DESCRIPTION Quantity

(in Nos.)

Amount in Rupees

Rate Amount

a b c d e

(cxd)

Equipment

1 Programmable furnace up to 1500oC 1

2 Furnace (1700oC) 1

3 RUL furnace (1800oC) 1

4 PCE furnace 1

5 Hot modulus of rupture (1500oC) 1

6 3 point bending attachment for MOR testing 1

7 Cold crushing machine (100 t) 1

8 Spalling resistance furnace 1

9 Single beam visible spectrometer 1

10 Flame photometer 1

11 pH meter 1

12 Vicat apparatus with moulds 1

13 Thermal conductivity apparatus 1

14 Thermal expansion (1000oC) 1

15 Abrasion test apparatus 1

16 CO disintegration test -600oC apparatus 1

17 Sample cutting machine with diamond saw 10ʺ

dia 1

18 Sample drilling machine with diamond drill bit

for RUL sample (50 mm, 35 mm & 10 mm) 1

19 Electronic balance (4 kg) 1

20 Electronic balance (300 g) 1

21 Hydrostatic balance 1

22 Dryer 150oC 1

23 Dryer 200oC 1

24 Hot plate 1

25 Plasticity apparatus 1

26 Grain bulk density apparatus 1

27 Planatary intensive mixer for castable (5 kg)

machine 1

28 Vibrating table 1

29 Standard sieves 20

30 Picnometer 1

31 Chemical glassware & reagents 1 set

Page 73: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 42 of 123

JHARKHAND TOOL ROOM & TRAINING CENTER

PACKAGE - ESTABLISHMENT OF REFRACTORY LABORATORY

PRICE SCHEDULE FOR SUPPLY OF INDIGENOUS PLANT AND EQUIPMENT

INCLUDING TECHNOLOGICAL STRUCTURE

Sl.No. DESCRIPTION Quantity

(in Nos.)

Amount in Rupees

Rate Amount

a b c d e

(cxd)

32 Platinum crucible (50 cc) 1

33 Nickel crucible (50 cc) 5

34 Silica crucible (50 cc) 10

35 VM crucible(Silica) with lid (50 cc) 4

36 Porcelain crucible 12

37 Gas burner with regulator 4

38 Sand bath 1

39 Tong 2

40 Spatula 5

41 Refrigerator 165 Ltr 1

42 Commissioning Spares

43 Special Tools & tackles

44 Oil, Grease, Lubricants & Chemicals

45 Others (as per scope of supply)

46

Storage, Handling, Erection, Civil works

(wherever applicable), Commissioning, and

PG tests of Plant and Equipment & Painting

47 Freight Charges

48 Insurance Charges

Total price of Equipment (I) Rs.

49 Break-Up of Duties & Taxes

(i) -Excise Duty (ED)

(ii) -Central Sales Tax (CST)

(iii) -Jharkhand VAT

(iv) -Entry Tax if any

(v) -Freight

(vi) -Insurance

(vii) -Service Tax

(viii) -Any other Tax (Please specify)

Total (Duties & Taxes) II (Rs.)

Total price for the Package (I+II) Rs.

Amount in word Rs.

Page 74: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 43 of 123

Jharkhand Government MSME Tool Room AT RANCHI, JHARKHAND

VOLUME –II (BID SPECIFICATION – TECHNICAL)

Technical Specification

For

Establishment of Refractory Laboratory

TS No. MEC/11/18/10HT/1/151, R0

MECON LIMITED RANCHI – 834002

Page 75: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 44 of 123

CONTENTS

SL.

NO. DESCRIPTION Page no.

1.0 Scope of work 1-3

2.0 Special instructions to the bidder 3-9

3.0 Technical specification 9-47

LIST OF EQUIPMENT COVERED UNDER 3.0

Para

No. Equipment description

Quantity

/ No.

3.3.1 Programmable furnace up to 1500oC 1

3.3.2 Furnace (1700oC) 1

3.3.3 RUL furnace (1800oC) 1

3.3.4 PCE furnace 1

3.3.5 Hot modulus of rupture (1500oC) 1

3.3.6 3 point bending attachment for MOR testing 1

3.3.7 Cold crushing machine (100 t) 1

3.3.8 Spalling resistance furnace 1

3.3.9 Single beam visible spectrophotometer 1

3.3.10 Flame photometer 1

3.3.11 pH meter 1

3.3.12 Vicat apparatus with moulds 1

3.3.13 Thermal conductivity apparatus 1

3.3.14 Thermal expansion (1000oC) 1

3.3.15 Abrasion test apparatus 1

3.3.16 CO disintegration test (600oC) apparatus 1

3.3.17 Sample cutting machine with diamond saw 10ʺ dia 1

3.3.18 Sample drilling machine with diamond drill bit for RUL

sample (50 mm, 35 mm & 10 mm) 1

3.3.19 Electronic balance (4 kg) 1

3.3.20 Electronic balance (300 g) 1

Page 76: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 45 of 123

3.3.21 Hydrostatic balance 1

3.3.22 Dryer 150oC 1

3.3.23 Dryer 200oC 1

3.3.24 Hot plate 1

3.3.25 Plasticity apparatus 1

3.3.26 Grain bulk density apparatus 1

3.3.27 Planatary intensive mixer for castable (5 kg) machine 1

3.3.28 Vibrating table 1

3.3.29 Standard sieves 20

3.3.30 Picnometer 10

3.3.31 Laboratory glassware and reagents 1 set

3.3.32 Platinum crucible (50 cc) 1

3.3.33 Nickel crucible (50 cc) 5

3.3.34 Silica crucible (50 cc) 10

3.3.35 VM crucible(Silica) with lid (50 cc) 4

3.3.36 Porcelain crucible 12

3.3.37 Gas burner with regulator 4

3.3.38 Sand bath 1

3.3.39 Tong 2

3.3.40 Spatula 5

3.3.41 Refrigerator 165 Ltr 1

4.0 Delivery and completion schedule -

5.0 Data to be furnished along with the tender -

6.0 Data to be furnished by the successful bidder after placement

of order -

Page 77: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

GOVERNMENT TOOL ROOM &

TRAINING CENTRE,DUMKA

Page 46 of 123

1.0 SCOPE OF WORK

1.1 The scope of work of the bidder covers supply, installation, testing, calibration

& commissioning, etc. of the equipment/machine at JGMSMETR, Tatisilwai,

Ranchi site. Unloading, transportation and storage, moving consignment to

erection spot, unpacking consignment, preparing civil foundation & electrical /

utilities connection prior to start up of erection, constructing foundation,

undertaking erection, testing and commissioning of machine tools/ equipment

etc. as specified in the TS, inclusive of associated electrical, hydraulic /

pneumatic/ lubrication/ coolant equipment, foundation bolt / leveling wedge /

anchoring system / grouting chemical, all concomitant & essential accessories

required for operation of machine / equipment and delivery on FOR basis at

JGMSMETR, Tatisilwai shall be in the scope of work for the bidder. The

plant and equipment shall meet the performance to the satisfaction of

JGMSMETR, Tatisilwai.

1.2 The bidder shall include in its scope all essential accessories and auxiliaries,

interconnecting piping, electrical / instrumentation control panel, all internal

and interconnecting cables and wires, safety devices and materials which are

not specifically mentioned here but are, otherwise, required to complete the

functioning of the equipment offered in every respect for its satisfactory

performance and safe operation.

1.3 Arranging material handling equipment, crane, hydra, etc. for unloading,

shifting of heavy consignment, unpacking, positioning and erection of

machines shall be in the scope of the successful bidder. For critical and heavy

machines, the successful bidder shall hire accredited transportation and

erection agencies with expert man power.

1.4 The foundation base and pockets for foundation bolts shall be cast by the

successful bidder as per the foundation drawing provided by the

machine/equipment manufacturer, if any. Fixing, aligning and grouting of

foundation bolt / anchor / leveling wedge shall be done under the supervision

Page 78: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

of Original Equipment Manufacturer (OEM)/Original Machine Manufacturer

(OMM).

1.5 The required foundation material (viz. foundation bolt / leveling wedge /

anchor system, anti-vibration mounting pads, grouting chemical, etc.) shall

also be included as essential part of supply.

1.6 Machine/equipment shall be installed in already operational building having

firmly cast RCC flooring, where several other and higher capacity machines

are working. Civil works for foundation construction, chipping, chiseling,

alignment and grouting of foundation bolts, etc. for the erection / installation

of Plant and Equipment is included in the scope of the successful bidder.

All the engineering drawing / data and details e.g. foundation dimensions,

foundation load data, foundation profile and levels of concreting, drawing/

catalogue of machine anchorage system, working instruction for mounting /

grouting bolt / anchor / wedge etc. for planning civil foundation construction

work by OEM/OMM shall be furnished by the successful bidder within two

months from the date of LOA for reference of tool room officials.

1.7 The first fill of hydraulic oil, grease, coolant, lubricant, etc. required for start

up and commissioning the machine/equipment shall form essential part of

supply. Similarly, for demonstrating refractory brick (sample) shall be

provided with the machine.

1.8 Electrical cable from the workshop PDB (Power distribution board) to various

machine/equipment input junction box /MCCB shall be arranged by the

purchaser. The junction box /MCCB shall generally be located within a

distance of 10 meters from the machine/equipment. Approx. 15 metres cable

required for connecting the machine/equipment to nearest junction box

/MCCB shall form essential part of supply. Internal power distribution for

various drives / accessories, etc. of the machine/equipment shall be through

control panel which shall be built-in part of the machine/equipment.

Page 79: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

1.9 The specification of cable required for connecting junction box /MCCB to the

workshop PDB shall be provided by the successful bidder.

1.10 The successful bidder shall prepare electrical earthing and connect the same

before commissioning of machine/equipment.

1.11 Compressed air tapping point from the piping network of the workshop shall

generally be located within a distance of 10 metres from the

machine/equipment. The branch piping will have a valve for connecting the

hose to machine tool. Approx. 20 metres hose pipe along with fittings and any

specific filter / instrumentation / valve (if required) for connecting the

machine/equipment to nearest tapping point shall form essential part of

supply.

1.12 The civil construction of foundation, erection, commissioning and

performance test of machine/equipment shall be undertaken by OEM/OMM.

1.13 The successful bidder will have to undertake comprehensive insurance policy

and maintain it’s validity till commissioning and handing over the

machine/equipment to the purchaser.

2.0 SPECIAL INSTRUCTIONS TO THE BIDDER (as applicable)

2.1 This specification shall be read in conjunction with the following documents:

i) Invitation to tender

ii) General condition of contract

2.2 Applicable codes and standards

All materials used and equipment supplied shall be new and the best of their

respective kinds and shall comply with the latest versions of the relevant

National / International Standards.

Page 80: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

2.3 The bidder shall clearly specify the assumptions and parameters offered vis-a-

vis tender specification. Deviations, if any, from this technical specification,

shall be clearly listed out by the bidder as described below.

Contractual clauses stated in the Tender Specification

Clause

and page

No.

Para of contractual

clause

Compliance

‘YES’ or

‘NO’

In case of non-

compliance, deviation

to be indicated with

reasons

Technical clauses stated in the tender specification for refractory

laboratory equipment / facilities

Sl.

No.

Clause

and

page

No.

Description of

the

parts/items of

the equipment

/ machine

Para of

Tendered

specification

Bidders

counter

specification

Better /

compliance / if

non-

compliance,

deviation to be

indicated with

reason

Corresponding

part number/data

sheet/page No. in

brochure in

support of

specification

01.

02.

2.4 Delivery schedule (Refer clause 4.0)

The bidder shall indicate the best delivery schedule.

i. Delivery F.O.B / F.O.R basis

ii. Erection/Installation at site

Page 81: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

iii. Commissioning at site including performance guarantees

2.5 Inspection and Performance test

The bidder shall offer the machine/equipment for inspection & testing to the

consultant/ purchaser or any other purchaser approved Inspection agency.

2.5.1 Testing and inspection at manufacturer’s works

a) Machine/equipment shall be inspected and tested according to the relevant

standards/codes of practice & Quality Assurance Plan (QAP) approved by the

consultant/purchaser to ensure that the equipment/machine conforms to

specification requirement. In absence of standards, procedure for

inspection/testing shall be mutually agreed between the Purchaser/Consultant

and the successful bidder. All electrical equipment shall also be tested as per

relevant standard / IS codes or equivalent and the approved QAP.

b) Machine/equipment and its accessories shall be shop tested for geometrical

accuracy / positioning accuracy / repeatability and component prove out tests

(if applicable), dimensional and other requirement and relevant test certificates

shall be made available to the consultant/purchaser. Testing and inspection of

machine/equipment shall be carried out (as applicable) in accordance with

applicable standard / IS 2063- 1988 (reaffirmed 1998) / ISO 230: 1986 and

approved test charts as per relevant standard for the machine/equipment. The

particulars of proposed tests and their procedures shall be provided by the

successful bidder to the consultant/purchaser for approval before conducting

the tests. Clearance for dispatch shall be based on satisfactory & acceptable

outcome of the tests at the manufacturer’s works. The manufacturer shall also

give details of the measuring tools and instruments (in valid calibration status)

available for testing.

Page 82: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

2.5.2 Final Acceptance Test (FAT) at site

After installation, testing of machine/equipment shall be carried out by

OEM/OMM at site in accordance with Quality Assurance Plan approved by

the consultant/purchaser, applicable National /International standards for safe

and reliable operation. Manufacturer shall provide all special test tools/

equipment, consumable, test parts, test program and validation data to the

Purchaser/Consultant.

2.5.3 Inspection by the Purchaser/Consultant shall not absolve the successful bidder

from responsibility to fulfill the requirement and performance detailed in this

specification.

2.5.4 The Purchaser/Consultant shall have the right to reject the equipment /

materials, if the same are found not conforming to the specification. The

defective parts/spares during installation at site shall be replaced by the

successful bidder without any cost implication.

2.5.5 Accessibility and safety

2.5.6 Equipment/machine offered shall allow adequate and easy access to its parts to

facilitate connecting up and maintenance.

2.5.7 Design and selection of equipment shall be made with the following, in

view:

i) Safety of personnel (All moving parts shall be well guarded and

protected)

ii) Uninterrupted operation

iii) Long life of equipment/machine

iv) Ease of maintenance at optimised cost.

Page 83: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

2.5.8 Painting

All equipment shall be suitably cleaned, painted and protected against

corrosion and damage. The colour of the equipment will be as per IS: 5-1994

(or as confirmed by Purchaser/Consultant) at the time of placement of order.

Necessary guidelines for types of paint, coats and surface finish are given

below:

a) Surface preparation : Blast cleaning to near white metal

b) Painting scheme :

i) Requisite grade of primer and intermediate paint at shop.

ii) Final finish paint at purchasers site after commissioning (if required)

2.6 Spares and tools

The bidder shall provide along with the tender a detailed list of essential

spares required for two years of smooth and satisfactory operation of the

equipment/machine. A list of special tools and tackles, if any, required for

operation / maintenance of the equipment/machine shall also be provided.

Item-wise prices for spares and special tools and tackles shall be provided

separately in the price bid.

2.7 Name plate

A non-corrodable nameplate giving major characteristics of the equipment

shall be provided.

2.8 Systems of units and language

Page 84: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Calibration of all instruments, dimensions in drawings, technical data, weights

and quantities shall be in metric units. All drawings, nameplates of equipment

and operation and maintenance manuals shall be in English language.

2.9 Performance and guarantee

Equipment/machine shall be guaranteed for workmanship / materials and

satisfactory performance in accordance with the relevant clauses and technical

specification of the machine/equipment as furnished in the tender for a period

of twelve months from the date of commissioning and Final Acceptance Test

(FAT) by the Purchaser. The guarantee for performance shall cover individual

machine/ equipment including electrics/ instrumentations/ controls/

hydraulics/ pneumatics, etc. for rated inputs/output.

2.10 The manufacturer shall in turn hold suppliers/sub-suppliers (suppliers/sub-

suppliers mean the authorized representatives of OEM/OMM) responsible for

the performance of outsourced components and systems (e.g control systems,

motor, bearing, etc.)

2.11 After sales service

The supplier shall provide after sales service in the form of periodic checking

of the equipment for proper upkeep for a period of one year after the date of

commissioning and thereafter as and when approached.

2.12 Ability of the bidder

The bidder shall have technical know-how to execute the work. Necessary

particulars and statements indicating list of major orders executed in the past

for supply of similar equipment shall be provided along with the bid.

2.13 Training

The manufacturer shall have good infrastructure and agree for offering

training in the areas of operation and maintenance of the machine/equipment.

Page 85: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

The training shall be imparted either in manufacturer’s works or purchaser’s

premises.

The number of personnel to be trained, place of training (India or abroad) and

duration of training will be mutually agreed upon during placement of order

on the successful bidder. Detailed manual for operation and maintenance shall

be made available.

2.14 The bid shall be complete in all respects inclusive of complete data as

demanded under clause 5.0 of this specification. Incomplete bid will be liable

to be rejected.

2.15 The Purchaser/Consultant reserves the right to accept or reject any bid without

assigning any reasons.

3.0 TECHNICAL SPECIFICATION

3.1 Machine/Equipment (General) as applicable

3.1.1 This document covers different types of machine/equipment as per technical

data /features / specifications given against each equipment/machine under

clause 3.3 below.

3.1.2 The design and construction of the machine/equipment and its accessories

shall incorporate the latest features to ensure high precision, productivity,

reliability and flexibility. Material shall be new and the workmanship shall be

of very high standard with regard to accuracy, rigidity, power, safety, material,

electrical, control, ergonomics, aesthetics, etc.

3.1.3 The structure of the machine/equipment and its accessories shall be such as to

maintain it’s rigidity and accuracy for adequately long period even under

severe duty conditions. The design / fabrication/machining/ assembly shall

eliminate or resist distortion under entire range of operating loads as well as to

exclude possibilities of vibrations especially at high load and speed conditions.

All fabricated items shall be stress relieved after welding.

Page 86: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

3.1.4 The constructional features of equipment/machine shall facilitate easy chip /

swarf removal, unimpeded coolant flow and easy hand loading. All control

shall be easily accessible and moving or otherwise hazardous parts suitably

guarded. Components / parts of equipment shall be designed to reduce

inventory holding.

3.1.5 All equipment shall have self contained lubricating system complete with

necessary pumps. filters and pipings suitably arranged. The types and quantity

of lubricants required initially as well as for regular operation shall be

indicated.

3.1.6 Wherever required the machine/equipment shall have self coolant system with

necessary pumps, strainers and pipings, etc. The types of coolant

recommended and quantity required for operation shall be indicated. The

coolant pump shall be so designed that the electric motor does not get over-

loaded or overheated when all the coolant outlets are closed with the pumps in

operation.

3.1.7 All levers, controls, push buttons etc, shall be conveniently grouped and

located within easy reach of operator.

3.1.8 A complete set of service tools spanner, wrench, levers, cranks, etc. shall be

supplied with each equipment without any extra cost for easy operation and

maintenance. Minimum two copies of instruction manuals, showing operation

and maintenance procedures, major drive and greasing diagrams, electric

circuits, lubrication and hydraulic circuits, etc. shall be provided with each

equipment.

3.1.9 All equipment/machine shall be so packed as to avoid any damage to finished

surfaces. Finished surface shall be coated with corrosion preventive compound

and covered by oil paper.

3.1.10 The components of all equipment/machine shall be designed assembled and

tested in accordance with Bureau of Indian Standards (BIS), wherever

Page 87: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

available. In case where suitable Indian Standards are not available/ not

specifically indicated, the equipment shall conform to other applicable

international standards such as JIS, ASTM, ASME, ISO and DIN.

3.1.11 Standard and optional accessories

a) A list of standard accessories offered along with each equipment shall be

provided along with the bid.

b) In respect of optional accessories, item-wise technical details and prices

shall be provided to enable Purchaser/Consultant to choose from.

c) If any of the optional accessories is factory assembled and cannot be

retrofitted, the same shall be highlighted.

d) If any accessory is essentially required to run the quoted configuration of

machine/equipment, the same shall be indicated and included in quotation

as part of supply.

e) Foundation pads, bolts, anchoring system, leveling wedge, special grouting

chemical, etc. shall be essential part of supply.

f) First fill of oil, grease and lubricants and other items such as oil, shots, etc.

shall be part of supply.

3.1.12 The machine shall be dynamically balanced for safe operation.

3.2 Electrical (General) as applicable

3.2.1 Scope of work

The scope of work involves supply, testing, commissioning of all electrical

equipment forming as part of machine /equipment specified in 3.0 above.

3.2.2 Design criteria: All electrical equipment and cable shall be designed/ used

and tropicalised for following Indian conditions.

a) Site condition

Page 88: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

i) Installation : Indoor

ii) Altitude : Less than 1000m MSL

iii) Ambient temperature : 47˚C Not occurring

simultaneously iv) Relative humidity : 100%

b) Systems data

i) Supply voltage : 415V + 10% / - 15%

ii) Rated frequency : 50 Hz +3%- 6%

iii) Combined voltage and

frequency variation

: + 10%

iv) Phase and wires : 3 phase 4 wire

v) System grounding : Solidly grounded

The equipment shall be designed for connection of power cables of adequate

size.

Each unit and component shall be clearly labeled in accordance with the

relevant wiring diagrams and control scheme.

Special attention shall be given to provide danger boards, guards, rubber mats

in front of open type of panel boards and switch boards and all other relevant

safety devices.

Wherever multiple interlocks are used, a selector switch and lamp shall be

provided for checking the state of each interlock circuit. Provision shall be

made for out of sequence operation for testing.

3.2.3 a) Motor

i) The motor shall be squirrel cage induction motor, totally enclosed, fan

cooled (TEFC) type and with IP: 54 degree of protection as per IS: 4691-

1985 or as applicable international standard.

ii) The motor shall conform to IS: 325-1996 or as applicable international

standard and shall comply with IEC frame size.

Page 89: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

iii) Motor shall have class “F” insulation with maximum temperature rise

permissible as per standard, above an ambient of 50oC, by resistance

measurement method.

iv) Makes of motors: Siemens / Kirloskar / Crompton Greaves (for indigenous

supply).

b) Motor starters

i) Motor starter shall be DOL, sheet steel enclosed with IP:54 enclosure of a

reputed make like Siemens / L&T / Yule and chosen correctly taking into

account motor rating, duty and cable termination size and conform to

IS:8544 (Part-I) 1977 or applicable international standard.

ii) Starter shall consist of :

- Air break contactor

- Thermal overload relay with single phase prevention feature

- Push buttons – start/stop/O/L Reset indicative lamps ON/OFF/Trip on O/L

- Incoming and outgoing terminals.

3.2.4 Cables

a) All power cables shall be 650V / 1100V grade PVC armoured cables as

per IS:1554 : 1988 or applicable international standard.

b) All control cables shall be 650V/1100V grade PVC armoured 1.5 sq.mm

cables.

3.2.5 Each machine/equipment shall be connected to a single source of power.

Distribution of power to the different drives of a machine/equipment shall be

through electrical control panel of machine/equipment which shall be the

integral part of the machine/equipment.

3.2.6 Protective measures

Page 90: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Short circuit protection: Every machine/equipment shall be provided with

short circuit protective device at the point of entry of the main supply cables to

the equipment/machine.

Over load and single phase preventer: Each motor shall be independently

protected against overload. A three phase motor shall also be protected against

single phasing. Overload relay with limit in single phase protection may be

used.

No voltage protection: No voltage protection shall be provided and arranged

so that the machine/equipment will not start up again of itself when, following

an interruption the supply is restored.

3.2.7 Control circuit

The control circuit shall be fail safe. Every endeavour shall be made to arrange

the control circuits so as to ensure in all circumstances the safety of personnel,

even in the event of faulty operation, and to protect effectively the machine

and work piece, irrespective of a failure of the apparatus or a faulty maneuver

of the operation.

Machine/equipment shall be provided with devices enabling:

a) to stop the machine/equipment as fast as possible in case of emergency

and

b) to disconnect the whole equipment/machine from the supply voltages.

3.2.8 Protection shall be provided to prevent contact being made accidentally with

live parts at a voltage of more than 50V.

3.2.9 Earthing

All metal parts of the machine/equipment and accessories in which electrical

equipment is contained whether an integral part of the machine/equipment

Page 91: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

itself or whether moving or independently mounted, shall be connected

together electrically so that entire machine/equipment is effectively earthed.

A three phase machine will be provided with 2 earth terminals. Cross-sectional

area of the earthing terminal shall be 16 sq. mm or 50 percent of that of the

main supply conductor whichever is higher.

3.2.10 All electrical equipment shall be legibly and indelibly marked in such a way as

to be readily visible when the equipment/machine is installed.

There shall be at least one name plate with following details:

a) Name of the manufacturer of the electrical equipment, or trade mark.

b) Nominal voltage with indication of DC or AC and the frequency.

3.2.11 Manual

The equipment/machine manual (operation & maintenance) shall contain the

following data:

a) Installation drawing

b) Circuit or schematic diagram

c) Sequence of operation

d) Wiring diagram

e) List of units in the equipment/machine

f) Maintenance instructions, if any.

3.2.12 The following tests shall be conducted on machine/equipment:

a) Insulation resistance test

b) Voltage test

c) Resistance to earth test

d) No load operating test

3.2.13 Additional details to be provided along with the bid

Page 92: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

a) Supply voltage and frequency with upper and lower limits and number

of phases required by the equipment/machine.

b) Type, number, kW rating of drives

c) Power and control circuit diagrams.

3.3 Technical data of specific machine/equipment

Note: The bidder may note that the basic capacity related parameters are the

minimum requirement. Other parameters which can be manufacturers’ design

and configuration specific, shall be quoted as manufacturers standard and

commercially proven parameter for judging the overall technical suitability of

the machine/equipment.

3.3.1 Programmable furnace (1500oC) Qty. – 1 No.

It shall be electrically heated, floor mounted type and shall be used for testing

of refractory bricks. It shall use molybdenum disilicide / equivalent material as

heating element and shall be provided with appropriate ceramic insulation on

all sides. It shall be provided with superior quality heat resistant paint on the

outside surface. The furnace temperature shall be controlled automatically by

a digital temperature indicator – cum – controller. The furnace shall be

provided with suitable thermocouple for temperature measurement. The

furnace shall be provided with a suitable hinged door for opening and closing

of the furnace.

Broad parameters of the equipment

Temperature : 1500oC (max.)

Size of the furnace chamber : 200 mm x 200 mm x 300 mm (depth).

Accuracy of temperature control : (±)1% FSD

3.3.2 Furnace (1700oC) Qty. – 1 No.

Page 93: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

It shall be electrically heated, floor mounted type and shall be used for testing

of refractory bricks. It shall use Molybdenum disilicide / equivalent material

as heating element and shall be provided with appropriate ceramic insulation

on all sides. It shall be provided with superior quality heat resistant paint on

the outside surface. The furnace temperature shall be controlled automatically

by a automatic digital PID temperature. The furnace shall be provided with

suitable thermocouple for temperature measurement (temperature range 700 to

18000 C). The furnace shall be provided with a suitable hinged door for

opening and closing of the furnace.

Broad parameters of the equipment

Temperature : 16500 C (continues)

: 1700oC (max.)

Size of the furnace chamber : 250 mm x 250 mm x 300 mm (depth).

Accuracy of temperature control : (±) 1% FSD

3.3.3 RUL furnace Qty. – 1 No.

It shall be used for determining the RUL values of different refractories. It

shall be in the line with the stipulations of IS: 1528: (Part – II) (latest

edition).

The furnace shall be carbon resistance Tubular furnace made up of three

truncated segments of same cylinder where the lower and upper segments are

similar. The maxm working temperature of the furnace shall be 1800oC (the

rate of rise of temperature shall be as per IS: 1528, Part II). The furnace shall

be corrosion resistance steel of 5 mm thickness. High temperature resistant

special ceramic fiber insulation shall be used.

Page 94: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

The control panel consists of air breaker with phase indicating lamps,

ammeters, voltmeter and temp. indicator up to 1800oC. The furnace tube shall

be burnt quality MgO having MgO content of 86%. The length of the heating

zone shall be confined to 100 to 120 mm.

The furnace shall be provided with optical pyrometer for measurement of

temperature. The loading arrangement of the furnace shall allow to apply on

the test piece, a constant vertical load of 2 kgf / cm2. The equipment shall be

provided with facility for recording the changes in the height of the test

specimen. RUL measurement shall be done with the help of a dial gauge.

The scope of supply shall include one automatically adjustable by hand wheel

of 3 phase to 1 phase transformer (oil cooled), a radial.

3.3.4 PCE furnace Qty. – 1 No.

It shall be used for determination of softening point of refractory materials. It

shall be in line with the stipulations of IS: 1528: (Part – I) (latest edition). It

shall be an electrically heated carbon resistance tubular furnace. Maxm

temperature 1800oC. It shall have height of uniform temperature zone – 80 to

100 mm with a temperature uniformity ± 10oC.

The furnace tube shall be made of fired MgO tube.

Tube dimension

Internal diameter - 70 mm

Thickness - 30 mm

Height - 180 mm

The furnace outer shell shall be of 5-6 mm thick MS plate. Sample holder

shall be rotating type and can be loaded from bottom at a speed of 3-5 RPM.

The PCE furnace shall be provided with necessary facility for fast and

accurate temperature measurement.

Page 95: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

The scope of supply shall include standard pyrometric cones (ASTM or

equivalent), main transformer – oil/air cooled continuously variable 3 phase

to single phase dimerstat type, MS electrode (top & bottom), top cover, carbon

granules, MgO tube, plaque, brass metal moulds having dimensions shown in

the standard.

3.3.5 Hot modulus rupture Qty. – 1 No.

The equipment shall be electrically heated furnace, having cavity design of

furnace in such a way that accommodate hearth tray & bottom bearing edge

for placement of test samples. The rupture tester shall be as per ASTM C583,

ISO 5013. The equipment shall be floor mounted type. The furnace shall have

two doors, one at the front and the other at the back side. Front door shall be

used for placement of samples and the back door shall be used for taking out

the tested sample as well as for viewing. All the heat affected parts shall be

covered by heat resistance Stainless Steel with proper insulation on the back

side. The loading rod shall be made from Silicon carbide.

The equipment shall be provided with

Control unit - to control temperature, loading speed, rupture load and

final load.

Heating element - 10 Nos. Silicon carbide

Thermocouple – 2 Nos. Pt-Pt/Rh thermocouple

Safety Alarm, Safety fuses, etc.

Broad parameters of the equipment

Page 96: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Test sample size : 25 x 25 x 150 mm

Max Load : 300 kg/cm2 (cold / hot condition)

Operating temperature : 1450oC

Max temperature : 1500oC

Load measuring accuracy : ± 1%

Loading speed : 0.20 to 3.0 kg/sec

Heating rate : 10oC min.

Temp. control accuracy : ± 1oC

3.3.6 3 point bending attachment for MOR testing Qty. – 1 No.

It shall be used for flexural and fracture toughness bond test including

determination of flexural modulus, flexural strength and flexural yield

strength.

It shall consist of

1 No. upper anvil – 25 mm (dia.)

2 Nos. lower anvil – 10 mm (dia.)

Deflectometer plunger with a clip-on extensometer

Major Parameter

Capacity - 100 kN

Temperature range - -100oC to +350oC

The scope of supply shall include three point flexure fixture, Fully adjustable

span distance to suit a wide range of specimen sizes, Roller free to rotate,

Interchangeable roller, diameters for different specimen types, Includes a

deflectometer plunger assembly, rugged design for minimum maintenance.

3.3.7 Cold crushing machine (100 t) Qty. – 1 No.

Page 97: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

It shall be used for determination of cold crushing strength of refractory bricks

in line with the stipulations of IS 1528 (Part IV) (latest edition). It shall be a

hydraulically operated machine. It shall have 100 t capacity and shall be

provided with three Nos. of gauge for 10 kN, 5 kN and 2 kN.

The scope of supply shall include a plane bearing surface with an area, equal

to or greater than the cross section of the test specimen spherical bearing block

and mould for preparation of test specimens having size 75 mm cube (1 set),

(in line with the stipulations of the above IS), AFS rammer (1 No.) for

preparation of blocks from refractory mortars.

3.3.8 Spalling resistance furnace Qty. – 1 No.

The furnace shall be used for checking the spalling resistance of refractory

under high temperature. The thermal spalling test on refractories shall be as

per IS 1528 (Part 3).

Major parameters of the equipment

Max. temp. : 1400oC (maxm)

Operating temp. : 1350oC

Furnace size : 210 x 150 x 250 mm

The construction of the furnace shall be welded angle-iron floor model, with

hammer-tone painted sheet-metal panelling, the top section comprising the

heating cavity assembly and the base frame housing the transformer-

complex/thyristor system with electrical gearing needing minimum floor area.

It shall be provided with parallel moving insert type swing aside door mounted

on one side of furnace frame, for use of the equipment for tests as per small

prism method.

Page 98: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

For tests as per water quench method, the insert door shall be swung away and

a heat-resisting steel bracket to support the brick samples with a refractory

partition dividing the door opening and forming 2 rectangular slots, are to be

mounted on the face of the furnace frame, slots shall be closed by dummy

insulation bricks.

It shall be provided with a specially designed water-tank with inlet & outlet

pipes, for dipping the heated ends of the test specimens to a depth of 50mm in

running water.

Refractory : Internal hot face lining shall be made of special hard-faced

refractory slabs backed by low heat capacity refractory and other insulations

of different grades.

Heating elements : Silicon Carbide Heating Elements in closely matched set

shall be horizontally positioned directly radiating across the top and

underneath the floor of the Heating Cavity to ensure more efficient heat

transfer.

Electricals :

Thyristorised solid-state circuitry rendering wide-range step less variation of

voltage/current for the load and its regulation with adjustable `limit’ and ‘soft-

start’ features, in conjunction with a micro-processor based pid temperature

programmer/ controller, pilot light/s, analog ammeter/s \ voltmeter/s, control

switches, etc. Shall be housed in the control panel in the base frame.

Thermocouple : Platinum-Rhodium Thermocouple (Type R) in a High

Alumina Sheath shall be appropriately placed, through the roof of the Heating

Cavity, with required length of Compensating Cable

The scope of supply shall include 1 No. Special Pliers for Element Clips, 1

No. Tubular Spanner.

Page 99: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

3.3.9 Single beam UV-visible spectrometer Qty. – 1 No.

It shall be used for determination of absorbance, % transmission and

concentration of liquid.

Broad parameters of the equipment

Wavelength : 195 to 1000 nm

Spectral bandwidth : 2 nm

Accuracy : ± 0.5 nm

Repeatability : ± 0.3 nm

Resolution : 0.1nm

Photometric range : 0.1 nm% t: 0 to 100%, abs: 0 to 1.999 conc.: 0

to 1999, K-factor: 0 to 1999

Accuracy : +0.005 abs at 1.0 abs + 0.010 abs at 1.0abs

Stray light : less than 0.1% abs at 320 nm

Readability : + 1 count

Data Readout : LCD display

Serial interface : RS232C Interface

Light source : Tungsten Halogen Lamp

Detector : Wide range silicon photodiode

Optics : Complete mirror optics with resolution 1200

grooves/mm grating

Sample holder : 4 position adjustable sample holder

3.3.10 Flame photometer Qty. – 1 No.

The equipment shall be used for simultaneous chemical analysis and display

of analytical results for elements like Na, K, Ca, Li, etc. in water and other

liquid samples. It shall be microprocessor controlled and shall be equipped

with high signal to noise ratio data acquisition system.

Page 100: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

The software shall be provided with a unique menu system which shall allow

easy readability and quick access to the required functions. It shall support

batch processing of samples and data storage of all four elements for viewing

and printing and shall have a batch processing capacity of up to 60 samples.

The software shall be programmed for quick method definition. It shall offer

separate selectable curve fit methods for each element and shall support two

point approximation, multi point piecewise linear approximation and

polynomial approximation (up to 8 points between zero and full scale) The

instrument shall be provided with selectable units; viz ppm, mEq or % of full

scale.

Major parameters of the equipment

(For simultaneous analysis of four elements, i.e. Na, K, Li, Ca)

Elements Detection Limits Full Scale

Sodium (Na) 0.1 ppm 10 ppm

Potassium (K) 0.1 ppm 100 ppm

Lithium (Li) 0.1 ppm 100 pp,

Calcium (Ca) 0.5 ppm 50 ppm

Reproducibility : 1% CV

Linearity : 2 %

Typical suction rate : 4 ml/min

Suction termination : Automatic

Flame ignition : Automatic

Flame failure check : Auto fuel cut –out and alarm

Fuel Gas Options : LPG, Natural Gas, Propane or Butane

Display : Large, backlit, graphic LED

Display units : ppm, mEq% of FS or raw counts

Method Storage : 125 methods

Keyboard : Membrane type

Page 101: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Optimisation modes : Flame and Nebulizer

PC Communication : RS 232C

The computer, printer shall have the latest configuration and lifetime licensed

software of latest version along with installed anti-virus, compatible with the

equipment during supply. But the minimum configurations/parameters shall be

as follows :

Computer : PC with Intel i5 or i7 processor

Monitor : 19 inch LED colour monitor

Keyboard : Alphanumeric key board with additional

functions

Mouse shall also be provided

Printer : Laserjet

The instrument shall be pre-calibrated at the factory and shall be supplied with

standard solutions required for commissioning at site. The supply shall be

complete in all respect, including Microsoft Windows 8.1 or higher

compatible necessary software components based data acquisition. The

licensed copy of the software and operating system shall be supplied along

with one number each of standard quartz cell, standard glass cell, etc. for the

required application.

3.3.11 pH meter Qty. – 1 No.

The equipment shall be used for accurate measurements of pH and mV values

and shall be digital type. It shall measure millivolts with automatic polarity

indications for potentiometric titration, besides regular pH measurements. It

shall be electrically operated and of direct reading type.

Major parameters of the equipment

pH range : 0 - 14 (0 - 1999 mV)

Page 102: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Accuracy : 0.01 pH ± 1 digit, 1 mV ± 1 digit

Resolution : 0.01 pH, 1mV

Temperature compensation

Manual : 0 – 75oC

Readout : 3 ½ digit LCD digital display

The equipment shall be supplied with one glass electrode and platinum

electrode or one combined electrode, electrode holder rod clamp, two buffers,

two polythene bottles, etc.

3.3.12 Vicat apparatus with moulds Qty. – 1 No.

It shall be used for determination of setting time and consistency of refractory

material. It shall consist of a metallic frame, graduated scale with index,

sliding probe of 300 g, consistency plunger dia. 10 mm, glass base plate. The

needle and conical mould shall be supplied according to the standard.

The scope of supply shall include additional weight 700 g to the sliding probe,

glass thermometer -10oC to 50oC, conical penetration needle dia. 8 mm by 50

mm long, probe 100 g for test, glass base plate dia. 120 mm, tang to fix the

needle to the probe, consistency plunger dia. 10 x 50 mm.

3.3.13 Thermal conductivity apparatus Qty. – 1 No.

It shall be used for determining the thermal conductivity of the refractory

sample. It shall consist of heating chamber, hot cross wire assembly, control

panel and stand.

Heating chamber

Size : 750 x 750 x 750 mm

Shell Construction : Double wall high quality fabrication of M.S. body

Insulation : High alumina brick

Page 103: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Heating system

Heating element : Silicon carbide

Type of element : Solid type

Maxm Tempm : 1400oC

Control system

Tempm control : PID programmer

Temperature sensor : Pt+Rh13% / Pt- R type thermocouple

Accuracy : ± 1oC

Indications : Digital ammeter and voltmeter, main indicator,

output indicator

The scope of supply shall include software to computer interface for entire

operation, latest PC with necessary software, printer.

3.3.14 Thermal expansion Qty. – 1 No.

It shall be used for determination of linear thermal expansion confirming IS:

1528 (Part 19) – vertical type and also of reversible thermal expansion as per

IS: 4812, both by dial gauge method in refractory samples during slow and

uniform rise of temperature up to a maximum temperature of 1100oC and after

cooling.

It shall have a vertical axis tubular furnace with closed bottom having coiled

wire heating elements embedded into a refractory Tube, housed in a MS sheet-

metal hammer-tone painted casing with refractory and fibrous insulations,

with a Digital Micro-processor based Time-proportioning PID 2-Segment

Temperature Programmer/Controller with user-selectable values for deriving

required heat-up rate in conjunction with a Solidstate Manual Voltage

Regulator & Switching Device, Pilot Light and analog Voltmeter all mounted

on the Control Panel attached to the Furnace casing.

Page 104: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Broad parameters of the equipment

Furnace size : 50 mm x 300 mm

Heating Element : Kanthal A1

Temperature Limit : 1100oC

Heat up rate : 5-6oC/minute max

3.3.15 Abrasion test apparatus at room temperature Qty. – 1 No.

The test method is used to measure the relative abrasion resistance of various

refractory samples under standard conditions at room temperature. The test

shall be as per the stipulation of ASTM: C704-01.

The test apparatus shall have following features

Abrasion tester – for measuring the abrasion resistance of refractory

specimens.

Blast gun – The blast gun shall have glass tube adjustment rod, metal

stabilizing sleeve, glass tube with grommet.

Nozzel - A piece of glass tubing shall be used to replace the steel nozzle

supplied with the sand-blast gun to permit control of nozzle size through

nozzle replacement after each determination. Flint-glass tubing, 115 mm (4

½ʺ) long, 7 mm (1/4ʺ) in outside diameter, with a nominal 1.1 mm (l/16ʺ) wall,

shall be used. This piece of glass tubing shall be held in place by a 70 mm (2

3/4ʺ) long piece of stainless steel tubing. The I.D. (inside diameter) of this

tubing, which shall be flared at one end to sit snugly inside a 9.53 mm (3/8ʺ)

tubing nut, shall be 7.15 mm (9/32ʺ).The OD (outside diameter) shall be 9.53

mm (3/8ʺ). This sleeve shall be glued in place along with a rubber grommet of

proper size, inside the 9.53 mm (3/8ʺ) tubing nut, and shall be used primarily

to hold the glass tubing perpendicular to the test sample, assuring a proper

vacuum within the gun. The end of the glass tube, through which the abrading

Page 105: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

media enters the nozzle in the venturi chamber, shall be placed at a distance of

2 mm (0.08ʺ) from the air-generator nozzle. This is done by placing the glass

tubing on a brass rod, 4.5 mm (0.175ʺ) in diameter with a shoulder 7.9 mm

(5/16ʺ) in diameter, 117 mm (4.68ʺ) from the tip. This shall allow the operator

to push the glass tubing up through the rubber grommet until the rod touches

the nozzle, assuring a 2 mm (0.08ʺ) gap between the nozzle and the glass

tubing.

Venturi - The air-generator nozzle should have an inlet inside diameter of

from 2.84 to 2.92 mm (0.112 to 0.115ʺ) and an outlet inside diameter of from

2.36 to 2.44 mm (0.093 to 0.096ʺ). The surface of the air-generator nozzle

within the venturi chamber of the gun is protected from the abrading media

with a 9.4 mm (3/8ʺ) long piece of vinyl tubing 4.7 mm (3/16ʺ) inside

diameter with a 1.5 mm (1/16ʺ) wall thickness. The inside diameter of the

venturi chamber should not exceed 10 mm (3/8ʺ) and should be checked

periodically for wear.

Air Supply-The air line pressure shall be maintained at the desired pressure at

the gun through the use of a standard suppressed range air gage indicating 6.9

kPa (± 1 psi) mounted as close to the gun as possible. Only clean dry air shall

be used.

Abrading Media-No. 36 grit silicon carbide

Feeding mechanism- The feed funnel shall contain a suitable orifice to obtain

a flow time of 450 ± 15 s while delivering 1000 g of abrading media into the

gun supply funnel. Metal, glass, or plastic orifices shall be used to regulate the

flow. There must be an air gap between the orifice and the gun supply funnel

to allow secondary air to enter with the abrading media.

Test chamber, consisting of a tightly sealed closure with a door to permit

ready access for mounting and removing the test specimens. A 13-mm (1/2-

in.) hole shall be cut in the top of the test chamber to permit the vertical

Page 106: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

mounting of the blast gun such that the downward stream of abrading media

will travel 203 nun (8 in.) from the glass nozzle tip to the test specimen.

Dust collector-A standard dust-collecting cloth bag of adequate capacity shall

be used on the 52 mm (2 1/16ʺ) exhaust port of the chamber. This port shall be

equipped with a butterfly valve to regulate the pressure in the chamber during

the test. Alternate dust handling systems are acceptable as long as the chamber

pressure is maintained at the desired level.

Manometer-During the test the chamber pressure shall be measured with a

water manometer having a scale such that 311 Pa (1¼ʺ) of water may be

readily measured. A 6 nun ( ¼ʺ) inside diameter pet cock shall be mounted in

the top of the chamber to permit manometer connection.

Balance, capable of weighing the sample to an accuracy of ± 0.1 g, used for

weighing the abrading media and test specimens. Typically a 2000 g to 3000 g

capacity balance is required.

3.3.16 CO disintegration test apparatus Qty. – 1 No.

The test method is used to determine the relative resistance of various

refractories to disintegration caused by exposure to a CO atmosphere. The test

shall be as per the stipulation of ASTM: C288-87 (Reapproved 2002).

The test apparatus shall have gas tight heated chamber of 460 mm x 914 mm

size made of stainless steel. The chamber shall be heated by resistance wire,

the difference in temperature between any two points within the chamber shall

not be greater than 11oC. The chamber shall be provided with a thermocouple

well and shall have a gas inlet and outlet with a provision for gas sampling at

the outlet.

The temperature of the test chamber shall be controlled and recorded by

temperature control instrument.

Page 107: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

The unit shall be equipped with a bubbling bottle or a sensitive gage to control

the pressure of the exhaust gas. A positive pressure shall be maintained

throughout the test.

3.3.17 Sample cutting machine with diamond saw 10ʺdia Qty. – 1 No.

The equipment shall be used for cutting of samples from burnt magnesite and

Mag Carb refractory bricks. It shall have diamond saw for cutting of refractory

bricks, manually operated work table for sample cutting, coolant system,

motor of required capacity, etc.

Major parameters of the equipment

Height of the Table : 890mm

Frame size : 1150L x 550W x 800H (mm)

Motor : 5 H.P.

Diamond wheel : 350 (mm)

Type of clamping : Manual

Depth of cut 1st pass : 100mm

Depth of cut 2nd pass : 200mm

3.3.18 Sample drilling machine with diamond drill bit for RUL sample

(50 mm, 35 mm & 10 mm)

Qty. – 1 No.

The drilling machine shall be supplied with chuck jaws, water protective case

and water flushed collect. The drilling machine shall be supplied with

diamond hollow drills. The water box is connected to the spindle of the

drilling machine.

Page 108: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Major parameters of the equipment

Speed (variable) : 240 – 2200 rpm

Table : Ø 500 mm

Drilling depth (spindle stroke) : 175 mm

Column diameter : 130 mm

3.3.19 Electronic balance – 4 kg Qty. – 1 No.

The equipment shall be electrically operated, capable of instant weighing in

seconds, microprocessor based, bright large LCD readout and self diagnostic

features.

Major parameters of the equipment

Capacity : 4 kg

Readability : 0.1 g

Reproducibility : 0.05 g

3.3.20 Electronic balance – 300 gm Qty. – 1 No.

The equipment shall be electrically operated, capable of instant weighing in

seconds, microprocessor based, bright large LED/VFD readout and self

diagnostic features.

Major parameters of the equipment

Capacity : 300 g

Readability : 0.01 g

Reproducibility : 0.01 g

3.3.21 Hydrostatic balance Qty. – 1 No.

Page 109: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

The equipment shall be microprocessor based with built in internal weight.

The reading of the balance shall be read from high resolution colour TFT

touch screen. The feet of the balance shall have adjustable leveling.

Major parameters of the equipment

Capacity : 500 g

Readability : 0.01 g

Repeatability : 1 mg

3.3.22 Dryer – 150oC Qty. – 1 No.

It shall be electrically heated, table mounted type and shall be designed with

gravity convection to produce uniform temperature throughout the chamber. It

shall have suitable thermostat to control the temperature from ambient to

150oC.

The oven shall be of double-walled construction with heavy gauge stainless

steel interior and painted mild steel sheet outer cover. All sides shall be

insulated with 75 mm (minimum) thick fire and moisture proof glass wool.

The oven shall have a hinged single door. It shall be backed by stainless steel

and insulated properly by glass wool, with corners protected for temperature

leakage. The oven shall be provided with 3-heat control switches, high grade

nichrome heater, two indicating neon lamps (one for main connection and the

other for load), thermometer fitted from top, etc. The furnace temperature shall

be controlled automatically by a digital temperature indicator-cum-on-off

controller by using a Pt-100 sensor.

The inside chamber shall be provided with three stainless steel trays.

Major parameters of the equipment

Page 110: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Range of temperature : Ambient to 150oC

Accuracy of temperature : (±) 1oC

Inside chamber size : 450 mm x 450 mm x 600 mm

3.3.23 Dryer – 200oC Qty. – 1 No.

It shall be electrically heated, table mounted type and shall be designed with

gravity convection to produce uniform temperature throughout the chamber. It

shall have suitable thermostat to control the temperature from ambient to

200oC.

The oven shall be of double-walled construction with heavy gauge stainless

steel interior and painted mild steel sheet outer cover. All sides shall be

insulated with 75 mm (approx.) thick fire and moisture proof glass wool. The

oven shall have a hinged single door. It shall be backed by stainless steel and

insulated properly by glass wool, with corners protected for temperature

leakage. The oven shall be provided with 3-heat control switches, high grade

nichrome heater, two indicating neon lamps (one for main connection and the

other for load), thermometer fitted from top, etc. The furnace temperature shall

be controlled automatically by a digital temperature indicator - cum- on – off

controller.

The inside chamber shall be provided with three stainless steel trays.

Major parameters of the equipment

Range of temperature : Ambient to 200oC.

Accuracy of temperature : (±) 1oC.

Inside chamber size : 450x450x600 mm

3.3.24 Hot plate Qty. – 1 No.

Page 111: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

It shall be electrically operated and complete with automatic energy regulator,

three-heat control switch, indicating lamp, etc. The top of the equipment shall

be made of machined cast iron.

Major parameters of the equipment

Size of the top : 450 mm x 300 mm

Operating temperature : 200oC (max.)

Accuracy of temperature control : (±) 2.5oC

3.3.25 Plasticity apparatus Qty. – 1 No.

3.3.26 Grain bulk density apparatus Qty. – 1 No.

3.3.27 Planetary intensive mixer for castable (5 kg) machine Qty. – 1 No.

The mixer shall be used to mix semisolid (paste) material in hot condition

(temperature -200oC). It shall be planetary type with twin blade. The Planetary

Mixer shall consist of a spur gear driven, planetary motion generator. The twin

blade moving in Planetary motion are located at a height, an insulated double

jacketed, heated vessel with the material to be mixed is kept on a platform and

is moved up with the help of manually Operated lift, the vessel moves up and

locates itself with the Planetary System. The vessel shall lock manually with

the help of quick Clamping system provided. After locating and clamping the

vessel, planetary motion shall start with the help of a push button, which gives

power to a motor through a variable frequency drive. Output r. p. m. of

planetary blades can be set between 10 to 35 rpm

Major parameters of the equipment

Mixing speed : 10-35 RPM (variable)

Page 112: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Motor : 1 H.P. (with variable frequency)

Vessel : Double jacket inside dimension dia 250 150 mm depth

Insulation : 50 mm ceramic fiber O.D. of jacket = 500 mm approx

Thermocouple : J-Type (0-400oC)

Temperature Controller /

Indicator :

i. Digital (0-600oC range) – for heating element

temperature control.

ii. Digital (0-600oC range) – for product temperature

indication and control.

Vessel Temperature : 30o to 250o C ± 3oC

No. of vessels : 1 No. with built in electrical heating jacketed insulated

Outside wall

temperature of Jacket : 40oC above ambient

3.3.28 Vibrating table Qty. – 1 No.

Vibrating table shall be designed to settle and compact dry bulk materials in

various types of containers. The vibrating table shall follow the working

principle as described – an unbalance motor make the table top to oscillate and

an oscillation insulating elastic suspension connects the table top and table

bottom part. By adjusting the unbalances on the unbalance motor during

standstill the oscillation amplitude shall be change.

Major parameters of the equipment

Size of the table : 3ft x 2ft

Material of construction : Mild steel

Amplitude : 0.8 ± 0.05 mm

Revolution : 3000-3600 RPM

3.3.29 Standard sieves Qty. – 20 No.

Page 113: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Standard Sieves shall be as per IS 260 without any joints machine finished

screen. Test sieves shall have Brass Frame – 8”(20 cm) dia x 2” Height.

Size of the screen: 6, 5, 4, 3, 1, 0.5, 0.2, 0.09, 0.063, 0.045 mm

Pan and Receiver for the screen shall be provided.

Sieves No. 1”, ¾”, and ½” shall be made frame G.I.

Frame size 18” dia x 21/2” height Per Ported G.I. Plates 6,5,4,3,1,0.5,0.2,0.09,

0.063, 0.045 mm6,5,4,3,1,0.5,0.2,0.09, 0.063, 0.045 mm6,5,4,3,1,0.5,0.2,0.09,

0.063, 0.045 mm

Size - 1”, ¾” and ½”

Lid and Receiver for frame shall be provided

3.3.30 Pycnometer Qty. – 1 No.

The equipment shall be used for testing specific gravity of the refractory

material.

Major parameters of the equipment

Sample volume : 0.5 – 130 cm3

Resolution : 0.0001 g/ cm3

Accuracy and reproducilbility :

For large sample cell (130 cm3)

Volume accuracy - ± 0.04%

Repeatability - ± 0.02%

For small sample cell (20 cm3)

Volume accuracy - ± 0.07%

Repeatability - ± 0.35%

For micro sample cell (4.5 cm3)

Volume accuracy - ± 0.5%

Repeatability - ± 0.25%

Page 114: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Analysis time : 1 minute

3.3.31 Laboratory glassware & reagents Qty. – 1 set

Laboratory glassware

Sl.

No. Description

Qty. in

No(s).

1. Aspirator bottle, made of polythene with plastic screw in cap.,

handle and stop-cock, capacity 500 ml

2

2. Bottle, dropping, glass, T.K. pattern with ground in slotted

stopper, capacity 50 ml

2

3. Bottle, alkathene squeeze bottle with jet

capacity 500 ml.

2

4. Burette, made of corning glass, straight moulded with stop-

cock with capillary outlet,

graduation in delivery 50 ml

3

5. Beaker, made of borosil glass with spout, capacity

50 ml 2

100 ml 2

250 ml 6

400 ml 3

600 ml 2

6. Beaker, squat type, soda glass with spout, capacity

250 ml 2

500 ml 2

7. Brush, round form, made of camel hair in quill holder. 2

8. Burette clamp, metallic base with supporting rod and spring

type holders for two burettes

2

9. Cover glass, circular, swallow type with ground edges,

capacity

100 ml 2

Page 115: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Sl.

No. Description

Qty. in

No(s).

150 ml 2

10. Cylinder, borosil glass with spout, graduated in 0.1 ml,

capacity

25 ml 2

50ml 2

100 ml 2

250 ml 1

11. Disc, filtering, porcelain, perforated, dia. 15 mm 2

12. Flask, volumetric, borosil glass with ground glass stopper,

accuracy as per class B, IS 915 (latest edition), capacity

100 ml 2

250 ml 2

500 ml 2

13. Flask, Erlenmeyer, conical, borosil glass with interchangeable

stopper, capacity

250 ml 2

500 ml 2

14. Funnel, filtering, borosil glass with long stem, capacity

75 ml 2

500 ml 2

15. Funnel, filtering, borosil glass with short stem, diameter

150 mm 2

200 mm 2

16. Funnel, separating, borosil glass, graduated, Globe shape,

diameter

125 mm 2

250 mm 2

17. Pipette, Borosil glass, volumetric with one bulb, accuracy as

per class B, IS 4162 (latest edition), capacity

Page 116: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Sl.

No. Description

Qty. in

No(s).

10 ml 2

25 ml 2

18. Funnel, holder, wooden for two funnels, opening, dia 50 mm 2

19. Pipette stand, wooden, to hold twelve pipettes, six on either

side horizontally

2

20. Scoop, made of aluminium, length 60 mm 2

21. Spatula, polished and flexible with thin rounded ends, length

100 mm, width 15 mm

2

22. Tongs, stainless steel with scissor hinge, three prong grip,

length 200 mm

2

23. Tray, rigid PVC with end handle, size 450 x 300 x 15 mm 2

24. Rubber tubing, wall thickness about 1-2 mm, external

dia 5 and 8 mm (approx)

2 coils

25. Bung, rubber, assorted, size between 5-20 mm dia. 15

26. Cork boring machine for boring holes in bark and compressed

rubber corks

2

27. Glass tubing, borosil glass length about 1500 mm, external

dia 5 mm

2

28. Glass marking pencil, china graph in boxes of six

- red colour 2 boxes

- blue colour 2 boxes

- yellow colour 2 boxes

29. Tongs, blackened steel with flattened and curved tip ,

length 400 mm

2

30. Bunsen burner, with brass tube and cast iron base, tube

diameter 12 mm

2

31. Tripod stand, cast iron, triangular top with mild steel legs,

sides 100 mm, height 250 mm

2

32. Test tube holder, brass with wooden handle straight type 4

Page 117: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Sl.

No. Description

Qty. in

No(s).

33. Wire gauge, made of galvanised iron, square mesh, asbestos

centred net size 150x150 mm

2

34. Test tube stand, wooden, polished with six holes an six holes

and six pegs for holding

2

35. Asbestos sheet, size 150 x 150 mm 4

36. Test tube, borosil glass, thick walled, capacity

50 ml 10

100 ml 10

37. Porcelain crucible with lid for temperature up to 1200oC,

capacity 50 ml

2

38. Desicator Scheibler glass, with knob cover and porcelain

plate, internal diameter 250 mm

2

39. Platinum crucible, capacity 50 ml 1

40. Vacuum pump with gauge (cap. 01 mm Hg) 1

41. Litmus paper

- Blue 10

booklets

- Red 10

booklets

42. pH paper, BDH universal 2 coils

Laboratory reagents

Sl.

No. Description

Qty. in

No(s).

01. Hydrochloric acid LR

Sp. Gr. 1.16, in 2.5 litre pack

5 packs

02. Nitric acid LR

Sp. Gr. 1.42, in 2.5 litre pack

5 packs

03. Ammonia solution 25% pure LR, Sp. Gr. 0.9, in 2.5 litre pack 3 packs

04. Silver nitrate pure AR, in 500 gm pack 2 packs

05. Ammonium. PersulphateAR, in 500 gm pack 3 packs

Page 118: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Sl.

No. Description

Qty. in

No(s).

06. Potassium nitrate purified LR , in 500 gm pack 5 packs

07. Potasium permaganate purified LR, in 500 gm pack 1 pack

08. Sodium hydroxide pellets purified LR, in 500 gm pack 1 pack

09. Cadmium chloride LR, in 100 gm pack 3 packs

10. Hydrofluoric acid 48% GR , in 500 ml pack 1 pack

11. Sodium chloride cryst. Pure AR, in 500 gm pack 1 pack

12. Oxalic acid purified CR, in 500 gm pack 1 pack

13. Ammonium nitrate purified LR, in 500 gm pack 3 packs

14. Phenolphthalein powder LR, in 50 gm pack 1 pack

15. Sodium arsenite GR, in 500 gm pack 1 pack

16. Sulphuric acid LR, in Sp.Gr. 1.84, in 2.5 litre 2 packs

17. Hydrogen peroxide 30% W/V AR, in 500 ml pack 2 packs

18. Potassium Iodate pure AR, in 100 gm pack 1 pack

19. Sodium thiosulphate AR, in 500 gm pack 1 pack

20. Barium hydroxide pure LR, in 500 gm pack 2 packs

21. Potassium Iodide GR , in 100 gm pack 1 packs

22. Potassium hydroxide, pure pellets, in 500 gm pack 2 packs

23. Methyl red indicator in 25 gm pack 2 packs

24. Stannus chloride (pure ) 500g

25. MethanolAR in 500 ml pack 1 pack

26. Ethyle alcohol AR, in 500 ml pack 2 packs

27. Anhydrous calcium chloride in 500 gm pack 1 pack

28. Picric acid LR, in 500 gm pack 1 pack

29. Hydrochloric acid, Sp. G. 1.8, in 2.5 litre pack 1 pack

30. Silica gel G, in 500 gm pack 2 packs

31. Potassium chloride purified LR, in 500 gm pack 2 packs

32. Ferric chloride solution, 40% W/V, 1000 ml pack 2 packs

33. Hydrochloric acid, r. d.. 1.18, in 2.5 litre pack 1 pack

34. Phosphoric acid r. d. 1.75 2 packs

Page 119: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

Sl.

No. Description

Qty. in

No(s).

35. Sodium diphenylamine sulphonate, 25 gm pack 8 packs

36. Potassium Dichromate 500 g

37. Bromine 500 ml

38. Methanol 4000 ml

39. Mercuric chloride 500 gm

40. Phosphoric acid ( r.d. 1.71) 500 ml

3.3.32 Platinum Crucible (50 cc) Qty - 1

3.3.33 Nickel Crucible (50 cc) Qty - 5

3.3.34 Silica Crucible (50 cc) Qty - 10

3.3.35 VM Crucible(Silica) with lid (50 cc) Qty - 4

3.3.36 Porcelein Crucible Qty - 12

3.3.37 Gas Burner with regulator Qty - 4

3.3.38 Sand Bath Qty - 1

3.3.39 Tong Qty - 2

3.3.40 Spatula Qty - 5

3.3.41 Refrigerator 165 Ltr Qty - 1

4.0 Delivery and completion schedule

All machine/equipment being installed for various facilities / units under this

contract shall be delivered to site, erected and commissioned within 06 (six)

months from the date of order.

5.0 Data to be furnished along with the tender

5.1 The following important technical details of the equipment offered shall be

furnished along with the tender:

Page 120: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

5.2 Sets of original Catalogues and technical literature giving general description,

specifications, general arrangement requirements of power and other services

viz. air, water important features of main equipment and accessories.

5.3 Questionnaire given below shall be filled up to ensure completeness of data

and submitted alongwith the tender:

5.3.1 General

i) Bidder’s registered name and address :

ii) Name and address of Bidder’s representative to

whom all references can be made for expeditious

coordination

:

iii) Total estimated shipping weight / volume of each

of the items offered

:

iv) Manufacturer’s company profile and reference list

of similar equipment supplied in the last three

years indicating the following

a) Description :

b) Model number :

c) Year of supply :

d) User’s address

5.3.2 Technological

i) Make :

ii) Model :

iii) Overall dimensions of the machine – L x W x H,

mm

:

iv) Weight of single largest piece to be handled during

erection / maintenance, kg

:

v) Max. weight of job, kg :

vi) Weight of machine with standard accessories, kg :

vii) Type of foundation (isolated floor mounting, etc) :

viii) Accuracy standard followed (please enclose copy :

Page 121: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

of test chart of machine or similar machine already

delivered)

ix) After sales service arrangement :

x) List of standard accessories :

xi) List of optional accessories :

xii) Safety features available :

xiv) Instruction manuals :

xv) Reference list

:

5.3.3 Electrical: Total Installed Power

i) Motor :

a) Make :

b) Type :

c) Rating :

d) Voltage :

e) Current :

f) Rpm :

g) Degree of protection :

h) Class of insulation :

i) Temperature rise over 50oC ambient :

j) Starting current :

k) Starting torque / pullout torque :

ii) Starter

a) Make :

b) Type :

c) Enclosure :

d) Degree of protection :

e) Make and rating of contactor :

f) Make and range of O/L relays :

Page 122: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

h) Provision of ON / OFF / O/L reset buttons :

i) Provision of tripped on O/L Lamp :

iii) Cables

a) Make :

b) Type :

c) Size :

d) Schematic electrical diagram :

5.4 List of recommended spares for two years operation :

5.5 Schedule for delivery at site, erection & commissioning :

5.6 List of special tools and tackles

5.7 Size of Door (width and height) required for entry of machine consignment

into the shop.

5.8 Guaranteed technical parameters

5.9 Un priced break up of deliverables (standard/ optional accessories & spares)

6.0 Data to be furnished by the successful bidder after placement of order

6.1 The following documents / drawings shall be furnished by the successful

bidder within four weeks from the placement of order

6.2 Drawings:

a) General arrangement drawing of the equipment indicating overall dimensions,

technical parameters, etc.

b) Foundation drawing with load data for the equipment. These drawings shall

indicate the location and details of foundation bolt, anchor system, leveling

wedge, inserts, cable trenches / conduits, etc., to be built in the civil work.

c) Scheme of drawing for connection to electrical / instrumentation panel.

d) Scheme of drawing for connection of compressed air and other utilities.

e) Size of door (width and height) required for entry of machine consignment

into the shop.

f) Electrical Earthing requirement

Page 123: No. MEC/C/10HT/11/80/REFRACTORY LAB JUNE 1jgmsmetr.com/downloads/150617043606.pdfTATISILWAI, RANCHI ESTABLISHMENT OF REFRACTORY LABORATORY VOLUME – I (BID SPECIFICATION – COMMERCIAL)

JHARKHAND GOVERNMENT MSME TOOL ROOM,

AT RANCHI, JHARKHAND

TECHNICAL SPECIFICATION FOR ESTABLISHMENT OF

REFRACTORY LABORATORY

Page 123 of 123

6.3 Quality Assurance plan, geometrical accuracy chart, positioning / repeatability

test and other performance test etc. for equipment under scope of supply.

6.4 Requirement of services and utilities like power, air, water, crane facility etc

for commissioning and operation of machine.

6.5 The following documents shall be furnished in three copies during

inspection/despatch of the equipment:

a) Inspection / Test certificates

b) Operation, maintenance and service manual

c) Complete spare parts lists with ordering information

d) Inspection / acceptance test for major outsourced component