page 1 of 61 - vizag steel · 2012. 6. 19. · page 5 of 61 3.1 each tender shall be considered...

61
Page 1 of 61 ! "! #"$" %& ! "! #"’$ ( ! "! #"’ ) *+, -.*/0123 4+5*.1600,78) ) -+69:) ) 3 4+5*.1600,78) 0*,0; 60/;0-1 *-0 +/4+60; <8-1=>>,9 8< % % % ? @ # Last date & time for receipt of Tenders : 16.05.2012 by 10.30 HRS(IST) The bidder should refer to RINL’s website regularly for any corrigendum . Tender document is available on our Website: www.vizagsteel.com for free down-load. ED (MM)

Upload: others

Post on 29-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 1 of 61

���������������� �� ���

������ ������������������

����������� ����

� � ��������������������� � � �� �

���������������������������� ���

�������� !��"!��#��"$"�� � � %�&�� � !��"!��#��"'�$�(�

� ����������� � � � � � ���������������� !��"!��#��"'���

������������������������������������������������������

�����������������������������������������������) *+,����-.*/0123 4+5*.1600,�78) �

���������������������������������������������������������������������������������������������������������) -+69:) ) 3 4+5*.1600,�78) �

���� ���� ������������ �

������� ������ ����� ���������������������������������������������������

�0*,0;�60/;0-1�*-0�+/4+60;�<8-�1=>>,9�8<������������� %������������ %�� ������� � �� �� %��� ���� ���

������?���@ �#��

Last date & time for receipt of Tenders : 16.05.2012 by 10.30 HRS(IST)

The bidder should refer to RINL’s website regularly for any corrigendum .

Tender document is available on our Website: www.vizagsteel.com for free down-load.

ED (MM)

Page 2: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 2 of 61

RASHTRIYA ISPAT NIGAM LIMITED VISAKHAPATNAM STEEL PLANT (A Government of India Enterprise)

INDEX

Invitation for Tender No. Pur.1.20.0122/ 12002 dtd.02.02.2012

----------------------------------------------------------------------------------------------------------------- Part No. Description No. of pages Page Nos ----------------------------------------------------------------------------------------------------------------- Notice of invitation to Tender 4 3 - 6 Annexure -I Technical Specification 27 7-33

Annexure - II Instructions to Tenderers 11 34 - 44 Annexure - III Proforma of Price Bid 3 45-47 Annexure - IV Check List 2 48-49 Annexure - V Letter of Authority from established Manufacturer 1 50 Annexure – VI General Conditions of Acceptance to Tender 5 51 - 55 Annexure - VII Integrity pact & guidelines for Indian Agents of foreign suppliers/contract agencies 6 56-61

(Total: 61 pages) ------------------------------------------------------------------------------------------------------------

Page 3: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 3 of 61

RASHTRIYA ISPAT NIGAM LIMITED

VISAKHAPATNAM STEEL PLANT VISAKHAPATNAM - 530 031, INDIA

Tel: +91 891 2518325 / Fax: +91 891 2518753/ 891 2518534 891 2518756

OPEN TENDER NOTICE FOR SUPPLY OF ���������� ��������������� ����� ������

��!������ �"�����#���$��%��� �� ����

INVITATION TO TENDER (ITT) NO. Pur.1.20.0122/12002 dtd.02.02.2012

1.0 NOTICE INVITING TENDERS FOR SUPPLY OF UPGRADATION OF DC DRIVES OF

ELECTRIC LOCO OF COKE OVEN BATTERY 1 & 2 – One lot. Rashtriya Ispat Nigam Limited (RINL), Visakhapatnam Steel Plant (VSP), hereinafter referred to as PURCHASER, hereby invites tenders from Indigenous suppliers only for supply of UPGRADATION OF DC DRIVES OF ELECTRIC LOCO OF COKE OVEN BATTERY 1 & 2 – One lot conforming to Technical specifications at Annexure -I of tender documents.

1.1 QUANTITY: The PURCHASER intends to purchase complete UPGRADATION OF DC DRIVES OF ELECTRIC LOCO OF COKE OVEN BATTERY 1 & 2 – One Lot. Conforming to Technical specifications at Annexure-I of tender documents.

1.2 DELIVERY: The tentative schedule at which the supplier should effect delivery is

three months from the date of Acceptance to Tender. Commissioning should be completed within 03 months from the date of acceptance of material at VSP Stores.

1.3 VSP Reserves the right to reject offers not meeting VSP’s Schedule /to consider

offer with best delivery schedule(s). 1.4 Tenderers should submit their tenders in two parts:

Part-A: Techno-Commercial Bid and Part-B: Price Bid in separate sealed envelopes indicating clearly on the cover whether it contains Part A: Techno- Commercial Bid or Part B : Price Bid.

1.5 A Proforma as given in Bill of quantity of Annexure-1 of the Tender Documents is prescribed for Part- B : Price Bid. All the tenderers are advised to submit their Part-B: Price Bid only in the prescribed proforma. Any other terms

Page 4: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 4 of 61

and conditions other than the price mentioned in the price bid shall not be taken into consideration.

2.0 RINL shall have the option of resorting to reverse e-auction. All technically and

commercially acceptable bidders would be required to participate in the reverse e-auction. Details in regard to reverse e-auction are mentioned below. In case of reverse e-auction the bidders would be required to quote prices only on the basis of landed net of CENVAT at the specified VSP stores.

2.1 RINL will inform the technically and commercially acceptable (TA & CA) tenderers

of the date and time of reverse e-auction and they shall participate in the process. All the tenderers would have to generate user ID & Password by following the following steps

• Go to www.vizagsteel.com

• Click on auctions link.

• Click on MM Reverse e-auctions

• Click on “new user!!! Click to register” for generating user ID and fixing corresponding password.

2.2 Definition of key terms for reverse auction and RINL’s reverse e-auction user manual is uploaded on our web site www.vizagsteel.com under auctions menu and MM reverse auctions sub menu. Technically Acceptable (TA) & Commercially Acceptable (CA) tenderers would be authorized to quote their LNCP ( Landed net of cenvat prices) prices on only e-reverse auction engine on a fixed time and date.

In case of reverse e-auction the bidders would be required to quote prices only on the basis of landed net of cenvat. Modalities of evaluation of landed net of cenvat price is given at para 4.5 of Annexure-II.

2.3 After completion of the reverse e-auction the sealed price bids of all the TA & CA

tenderers, irrespective of either they have participated in the reverse e-auction or not, shall be opened within a short duration. Based on the prices so received through reverse e-auction and the sealed price bids received in the physical mode of tender, a composite comparative statement shall be made for considering the lower of prices (i.e. sealed price bid prices and the lowest reverse e-auction price) of all the parties. Placement of orders shall be considered on the L1 price (LNCP) so arrived.

3.0 EARNEST MONEY DEPOSIT ( EMD ):

Page 5: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a

Banker’s Cheque/Demand Draft for an amount of Rs. 75000/-(Rupees seventy five thousand only) drawn on any Scheduled Bank and payable to Rashtriya Ispat Nigam Ltd. at Visakhapatnam ( subject to realization ) is enclosed along with the respective techno commercial offer as EMD . Tenders received without the EMD of requisite value will summarily be rejected . Bid money, paid in Banker’s Cheque or Demand Draft shall not accrue interest.

3.2 The Following categories are exempted for submission of EMD (i) Central/State/Govt. Public Sector undertakings of India. (ii) SSI Units/ Micro and Small Scale enterprises (MSEs) registered with

NSIC/District Industries Centre of the state government concerned for the item(s)/item category of tendered item(s) for which the tenderer is registered with the respective authority.

(iii) Units registered with RINL for the tendered item(s).

3.3 SSIs/MSEs and units registered with RINL need to submit notarized copies of the relevant valid registrations certificates for claiming exemption of EMD along with Techno Commercial bid.

4.0 Tenders will be accepted up to 1030 Hrs. (IST) on 16.05.2012. Techno-Commercial part of the Tender (Part-A) will be opened immediately thereafter in the presence of the Tenderers or Authorised Representatives of the Tenderers, who may choose to be present on the same day. The date and time of price bid opening shall be intimated separately to technically and commercially acceptable tenderers. Price Bids (Part-B) of those Tenderers who have been Techno-Commercially accepted shall be opened in the presence of the Tenderers or Authorised Representatives of the Tenderers who may choose to be present on the date of price bid opening. 4.1Tenders submitted against above ITT shall not be returned in case the tender

opening date is extended/postponed. Tenderers desirous to modify their offer/terms may submit their revised/supplementary offer(s) within the extended TOD, by clearly stating the extent of updation done to their original offer. The employer reserves the right to open the original offer along with revised offer(s)

5.0 All the tenders shall be evaluated on the basis of landed Net of CENVAT/ VAT. 6.0 Not withstanding anything specified in this Tender Document, RINL, in its

sole discretion, unconditionally and without having to assign any reason, reserves to itself the rights:

a) To accept or reject the lowest tender or any other tender or all the tenders; b) To reject the offers not conforming to the tender terms and conditions ;

Page 6: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 6 of 61

c) To give Purchase preference to Public Sector Undertakings wherever applicable as per Government policy/ Guidelines.;

d) To extend purchase preference to Local SSIs (Micro and Small Enterprises) as per prevailing guidelines of RINL. subject to submission of documents as stipulated at 8.5 of Annx-II.

“RINL reserves the right to extend the Purchase Preference to local SSIs (MSEs), if local SSI prices are within 15% range of the lowest price obtained in the reverse e-auction and/or sealed price bid, local SSIs shall be considered for placement of order subject to matching Technically Acceptable L1 price”.

7.0 At any time prior to the deadline for submission of the bids , the Purchase

wing of MM Deptt may , for any reason ,modify the tender terms and conditions by way of an amendment . Such amendment(s ) will be notified on RINL’s website at regular intervals .

7.1 The bidder should refer to RINL’s website regularly for any corrigendum .

EXECUTIVE DIRECTOR (MM)

Page 7: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 7 of 61

Annexure-I

SPECIFICATION FOR

UPGRADATION OF DC DRIVE OF ELECTRIC LOCO 1, 2& 3

CONTENTS

S.No DESCRIPTION PAGE NO

INFORMATION TO TENDERER :

1.0 GENERAL 9

2.0 STANDARDS 10

3.0 SPECIAL SITE CONDITIONS 10

4.0 SOURCE OF SUPPLY 10

5.0 SAFETY 10

6.0 QUALITY & WORKMANSHIP 11

7.0 UTILITY 11

8.0 DESIGN BASIS 11-14

SPECIFICATION :

9.0 SCOPE OF WORK 14

10.0 EQUIPMENT DETAILS 15 - 25

11.0 EARTHING 25

12.0 PAINTING 25

13.0 SPARES 25

14.0 TOOLS & TACKLES 26

15.0 INFORMATION TO BE FURNISHED WITH TENDER 26-27

16.0 EXCEPTIONS TO SPECIFICATION 27

17.0 DRAWINGS & DOCUMENTS 28

18.0 INSPECTION 28

19.0 COMPLETION TIME 28-29

20.0 SUPERVISION OF INSTALLATION 29

21.0 START UP, COMMISSIONING & ACCEPTANCE 29

22.0 TRAINING 29-30

23.0 GUARANTEE 30

Page 8: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 8 of 61

24.0 PRICE 30

25.0 MAKES OF EQUIPMENT 30

26.0 PUSHING CYCLE OPERATIONS OF ELECTRIC LOCOS 30

27.0 PRICE BREAKUP SHEET 31-32

SPECIFICATION FORUPGRADATION OF CONTROLS OF COKE OVEN MACHINES

Page 9: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 9 of 61

OF COKE OVEN BATTERY # 1&2

1.0 GENERAL

1.1 Visakhapatnam Steel Plant, Visakhapatnam is an integrated steel plant with a capacity of 3.0 million ton of liquid steel per annum, located in the state of Andhra Pradesh.

1.2 Visakhapatnam Steel Plant is having four Coke oven Batteries each consisting

of 67 ovens of 7 meter height. The prepared coal will be charged into the ovens in a sequential manner by a Coal Charging car. The charged coal is gradually heated in absence of air to attain a temperature of 1000 to 1050 degree centigrade which generally takes about 16 hours for the coke to be ready. The volatile matter escaping during carbonization is collected in a gas collecting main through pipe. The same is cooled in the gas collecting mains by Ammonia liquor Spray and sent to Coal Chemicals Plant through Exhauster. The ready coke is pushed out of the oven by a pusher car through a guide into hot coke car bucket, which will be operated by Electric loco.

1.3 This Specification covers design, engineering, manufacturing, inspection, supply, storage, site handling, supervision of installation, testing and commissioning of DC series motors and their conventional controls for Electrical LOCO-1, 2 &3.

1.4 The tenderer shall visit the site and study the existing arrangement and operation of Coke oven machines, equipment arrangement and existing working condition prevailing at site thoroughly to understand the scope of work involved under this tender specification before submitting the tender.

1.5 This specification forms a part of tender documents and shall be read in conjunction with General Conditions of Contract for supply, erection, testing and commissioning and performance guarantees.

1.6 The tenderer shall study the specification and satisfy him self thoroughly regarding the workability of each specified system and shall take full responsibility of the guaranteed operation of the systems as regards performance, smooth, reliable and safe working conditions.

1.7 All equipment shall be supplied complete in all respects and any item not covered in this specification but essential for upgradation of controls of Coke Oven Machines shall be included by the tenderer in his offer. The reasons for such inclusions shall be clearly stated.

2.0 STANDARDS

Page 10: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 10 of 61

2.1 The equipment and accessories covered under this specification shall be designed, manufactured and tested in accordance with latest relevant Indian Standards and codes of practices published by the Indian Standards Institution wherever applicable in order that specific aspects under Indian conditions are taken care of.

2.2 Where Indian Standards are not available the equipment and accessories shall conforms to latest standards and code of practices published by any other recognized National Standards institution or latest publications of International Electro technical Commission (IEC).

2.3 All electrical equipment shall also confirm to the latest Indian Electricity rules as regards safety, earthing and other essential provisions specified therein for supervision of installation and operation of electrical equipment.

2.4 All equipment and installation shall comply with the statutory equipments of the Govt. of India and the Govt. of Andhra Pradesh, where the equipment will be installed. Nothing shall be construed to relieve the supplier of his responsibility.

2.5 All equipment and installation shall also comply with the regulations published by the Insurance Association of India in so far as they are applicable.

3.0 SPECIAL SITE CONDITIONS

3.1 The operating temperature of Electric loco is 500c,. The equipment and accessories shall work at the specified temperature. Maximum monthly mean relative humidity is 88 percent which shall also be taken into consideration while selecting the equipment.

3.2 In the design of the equipment, due consideration shall be given to the dust, laden atmosphere, normally experienced in steel plants and proximity of site to sea.

4.0 SOURCE OF SUPPLY

4.1 This specification is being issued for procurement from indigenous sources. No foreign exchange or import license for importing equipment, components, raw materials or spares will be arranged for or provided by the purchaser.

4.2 The purchaser reserves the right of selecting the manufacturers of electrical equipment and any other specialized items in the interest of standardization and the successful tenderer shall agree to supply equipment of particular make, if so required.

5.0 SAFETY

5.1 All equipment shall be complete with approved safety devices. The design shall include all reasonable precautions and provisions for the safety of operating and maintenance personnel.

5.2 Special care to be taken to make enclosed equipment proof against entry of

Page 11: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 11 of 61

rats, lizards and other creeping reptiles which create electrical short circuits inside live equipment.

6.0 QUALITY AND WORKMANSHIP

Workmanship and finish shall be in accordance with the best and latest engineering practices. All materials shall be of the best quality and shall conform to the highest standards laid down for them.

7.0 UTILITIES

The following utilities will be provided by the purchaser at the site limit mutually agreed upon.

7.1 ELECTRICAL POWER The Power supply will be made available at 415 Volts +/-6%, Three Phase, 3-

wire, 50 Hz +/-3%. If any equipment offered by the tenderer is required to operate at a voltage

other than above, the conversion equipment as required shall also be included in the scope of supply of tenderer. If any conversion transformers are required, the same shall be dry type only. Gas cylinders, welding electrodes required for erection of equipment will be provided by VSP as per actual requirement. Accessories required for doing gas cutting & welding shall be arranged by the party.

The existing GI conduits/pipes are to be used to the extent possible. Additional quantity of GI Pipe/ conduits if required for laying of cables the same shall be provided by the tenderer.

8.0 DESIGN BASIS

8.1 The following oven machines have been provided to serve the existing Battery No.1&2

a) Pusher Car # 1,2 & 3 - 3 Nos

b) Coal charging car # 1,2,3 & 4 - 4 Nos

c) Door Extractor # 1,2,& 3 - 3 Nos

d) Electric Loco # 1,2 & 3 - 3 Nos

8.2 PUSHER CAR

8.2.1 Coke pusher is meant for pushing the coke out of the oven. Its operation is correlated with operation of other machines i.e., Coal charging car, door extracting machine and electric loco. The existing communication system between the machines i.e., pusher car, charging car, door extractor and electric loco is through HF interlocking and voice communication.

The operations performed by a pusher car are as follows:

a) Travel mechanism

Page 12: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 12 of 61

b) Door servicing including slewing c) Interlocking the machine during the pushing activity d) Pushing of the Hot coke with the help of RAM e) Removal of roof carbon in the gas collecting space in the oven chamber by

air blowing f) Leveling the coal charge by Leveler bar mechanism g) Cleaning the oven door h) Cleaning the chamber frame i) Collection and removal of leveler coal j) Removal of door cleaning residue into a collecting device

k) Withdrawal of pusher Ram by pneumatic system and leveller bar by pneumatic system & winch in case of emergency.

l) Alignment of machine to Oven axis through manually

8.3 COAL CHARGING CAR

8.3.1 Coal charging car is designed to charge coke ovens with blend coal and performs the following production operations:

a) Travel mechanism

b) Opening and closing of Coal bunker gates at Coal tower

c) Removal and replacement of charging lids

d) Lowering and raising of telescopes

e) Alignment of machine to Oven axis through manually

The coal charging machine operates in coordination with the coke pusher and door extracting machine. The existing communication system between the machines i.e., pusher car, charging car, door extractor and electric loco is through HF interlocking and voice communication.

8.4 DOOR EXTRACTOR

8.4.1 The door Extractor machine performs the following process operations

a) Travel mechanism

b) To lift & extract the spring latch type door of the oven to be pushed and put the door back in position after completion of pushing.

c) Guide the hot coke from the oven to the hot coke car during pushing operation.

d) Cleaning of oven door frames

e) Cleaning the door

f) Alignment of machine to Oven axis through manually

The existing communication system between the machines i.e., pusher car, charging car, door extractor and electric loco is through HF interlocking and voice communication.

Page 13: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 13 of 61

"��� � ������ ����

The Electric Loco is designed to run on a level track of 1676 mm gauge along the coke side of the battery. The electric loco will be capable of hauling a loaded hot coke car with bucket at a speed of 25 kmph and a creeping speed of 1.25 kmph.

The electric loco is suitable for connecting to the coke car on either side through standard railway automatic couplers, flexible hose and electrical connections. The Hot coke pushed from oven is received in coke car, which has detachable bucket. The coke car with hot coke is brought to coke dry cooling chamber by Loco.

Each loco is having 2 nos. of 257 KW, 650A, 435V/ 650V DC, 580/2290 RPM DC SERIES motors for travel drive. Both these motors are sharing the load independently mechanically.

The loco is provided with two converter sets for armature control (one for each motor) with common field converter.

The armature circuit of each motor consists of the following.

1. AC MCCB 2. Three phase bridge thyristor converter 3. A common change over no load coil contactor (Pneumatic contactor).

4. Overload relay. 5. MCCB in DC side. 6. Input and output Chokes for the thyristor converter.

The field windings are connected in series with a common field supply. The field circuit consists of the following.

a) One AC MCCB b) Two thyristors with split choke c) A transformer 10 KVA, 400/24V with centre tapped secondary d) A diode rectifier

The primary voltage of the transformer is controlled to set the desired field current.

This is being achieved with Phase control (two anti parallel thyristors in one of the two phases).

Armature regulation

Page 14: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 14 of 61

One (1) Debikey make Electronic controller has been provided for armature of both the motors. The controller consists of:

� One ramp function generator � One speed controller with voltage feed back selection in one of the

converters � Two nos. of current controllers with CT feedbacks � Two nos. of firing cards � Two nos. of protection cards � One power supply and reed relay card.

Field regulation

One (1) Debikey make common field controller for setting the desired field current of both the motors.

� One voltage regulator � One firing card � One protection card � One power supply card.

Protections provided

� Field failure monitoring � Armature & Field over current � Armature instantaneous over current � Single phase preventer � Semi conductor fuses for thyristors

The existing communication system between the machines i.e., pusher car, charging car, door extractor and electric loco is through HF interlocking and voice communication.

9.0 SCOPE OF THE WORK

9.1 The scope of present tender covers up gradation of three nos electric LOCO’s. The scope of work covered in this specification shall include design, engineering, manufacture, inspection, supply, storage, site handling, supervision of installation, testing and commissioning of the following equipment mentioned at 9.1 to 9.8:

9.1 Up-gradation of 2 Nos DC drives and separate excitation panel of each electric LOCO for Electric Locos-1,2,&3. Each loco is having 2 nos. of 257 KW, 650A, 435V/ 650V DC, 580/2290 RPM DC SERIES motors for travel drive. Field is separately existed with 415 V / 24 V, 400 A both fields in series.

9.2 PLC systems with required inputs and outputs with a provision of Ethernet connectivity to Radio modems, interposing contactors, special screened RF cables, erection accessories etc along with PC based portable programmable unit of latest

Page 15: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 15 of 61

configuration with serial port licensed PLC programming software and required software for data communication with Battery-1&2 control room PLC / HMI & machine PLCs systems for each LOCO.

9.3 Industrial grade PC based HMIs with minimum 40 GB HDD and with touch sensitive 15” LCD screen, with required licensed application run time and development software to be installed on control desks in operator’s cabin in all 3 machines (i.e. LOCO-1, 2 &3).

9.4 Additional PC based HMI stations with latest configuration including 19” TFT monitor, A4 size multi purpose Black / white Laser printer with required licensed application and development software at Electrical shift in-charge room, Electrical General shift in-charge room. HMI software license shall be of minimum 500 tags and with hardware dongle key.

9.5 Industrial type UPS of required capacity (above or equal to 2 KVA), to take care of control supply for PLC & drive shall be provided in each LOCO.

9.6 Development of PLC, HMI software for machine control for total Pushing cycle.

9.7 Air conditioning of MCC rooms with suitable industrial type Air conditioners to take care of heat generated by the drives and to maintain MCC ambient temperature at 30O C in all LOCOS. It should have interlock with temperature, i.e. if temperature>30oC alarm should come.

9.8 One DC drive module shall be supplied as spare.

9.9 Training of VSP’s personnel.

9.10 Commissioning support shall be provided by OEM only.

The successful tenderer shall carry out the job in co-ordination / consultation with various sections of CO&CCP, since it is to be executed on the operating Machines.

10. EQUIPMENT DETAILS

10.1 DC Drive

10.1.1 The Each LOCO is having 2 Nos. DC series motors with ratings of 650Amps, 435V / 650V DC, 580 / 2290 RPM and 600 V, 600 Amps field, for travel drive. The present DC series motors are used as separately excited DC motor with half controlled field bridge output of 24 Volts and 400 Amps.

10.1.2 Both these motors are sharing these load independently mechanically and individual drive provided for each motor which is capable of driving both the motors of LOCO.

10.1.3 Motors are directly mounted on wheel axle.

10.1.4 Drive shall be four quadrant drive.

Page 16: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 16 of 61

10.1.5 The DC drive shall be of the latest state of art with high reliability, robust construction suitable for operating motors for the specified mechanisms. The drive shall be suitable for operating in the harsh steel works environment. The panels shall be designed for operation in highly conductive coke dust laden atmosphere with heavy vibrations. The drive shall have modern fault f inding features and tools.

10.1.6 DC drive shall be provided with suitable rated reactors.

10.1.7 Minimum rating of DC drive and reactor shall be 100% of the full load RMS current of the motor. This shall be considered as the continuous current for the DC drives. Overload capacity shall be 150 % for one minute on the 100 % continuous current indicated above.

10.1.8 DC drive shall be Micro processor based, having communication facility with PLCs for data transfer and speed reference set point. Separate points for communication and programming should be available. In case of communication failure between PLC and drive, it should be possible to run the drive by wiring hard wired communication from PLC to drive.

10.1.9 DC drive system shall be independent of trolley line design system being provided by the purchaser and will not effect the guaranteed performance of the DC drive system.

10.1.10 DC drive panel shall be mounted on anti vibration pads.

10.1.11 Type of feedback and control shall be closed loop with EMF feedback.

10.1.12 Drive to PLC communication shall be hardwired and through communication by Mod bus & Profibus communication & Ethernet.

10.1.13 Enclosure class of DC drive panel shall be IP42.

10.1.14 DC drive shall be provided with controls for accurate and smooth step less speed control.

10.1.15 The main power components of the DC Drive equipment shall have the following equipment:

On incoming AC side: MCCB

Matching input reactor

AC line surge suppression net work

Fuses 600A in converter unit

On Load side:

Filter net work MCCB for each motor

Page 17: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 17 of 61

Output reactor (based on the length of the cable between drive to motor.)

10.1.16 DC drives shall be provided with digital type energy meter.

10.1.17 DC drives shall be UL/CSA listed. CE/UL marking should be present on the drive being supplied. 10.1.18 DC drives shall have Digital control technology.

10.1.19 The drives shall be designed with automatic regenerative braking system, where motion could be accelerated / decelerated smoothly and rapidly in either direction. The control shall provide sufficient torque to overcome the static friction and start the motors on load / no load without jerk.

10.1.20 The drives shall work at the 50 Deg C ambient temperature without fail in case of A/C failure.

10.1.21 The DC drive shall have the following features:

• The drive shall be digitally controlled • The drive shall have a continuous rating of 100 %

and short time rating of 150 % for 1 minute in every 5 minutes. • The system shall conform to the IEC standards, IEEE etc. • The accuracy of the drive shall be + 0.2 % • Speed control range shall be 0-100% • The drive shall be suitable for a min. of 150 starts and stops per

hour. • Adjustable stall prevention, acceleration/deceleration • Input and output filters shall be provided • EMI and RFI filters shall be provided. • Self check feature for checking the healthiness • All the I/O cards shall be isolated from the field signals by opto coupling • Audible noise level of the complete drive system including the input and

output filters within the limits

10.1.22 Failure of fans in heat exchanger should in no way hamper reliability of the system.

10.1.23 the drive shall have suitable rating input MCCB with short circuit withstand capacity of 43 KA for 1 second (minimum). The MCCB shall have magnetic and thermal release.

10.1.24 The system shall be suitable to communication facility with PLCs for data transfer and speed reference set point by hard wiring.

10.1.25 For all the inputs and outputs, individual channels shall be provided with fused terminals with LED indication for short circuit protection.

Page 18: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 18 of 61

10.1.26 The DC drive shall have protection and monitoring of the following faults but not be limited to the same:

1> Overload protection 2> AC instantaneous Short circuit protection 3> Over voltage protection both mains borne and generated within the

unit 4> Surge suppressor for devices 5> dv / dt protection for devices 6> Loss of phase at input 7> Loss of phase at output 8> Fan failure 9> Earth fault 10> Control and regulated power supply failure 11> under voltage protection with time duration 12> Over voltage at DC side 13> High DC link discharge current 14> Heat sink over temperature 15> Output short circuit protection 16> any other drive protection as required for this application

10.1.27 the protection devices provided shall be clearly stated in the offer. The protections provided for the drive shall conform to relevant IEEE and IEC standards.

10.1.28 The DC drives shall have built in LCD alpha numeric display with key pad with keyboard for monitoring the drive functions, display of drive faults, local operation of the drive, forward/ reverse mode selection, display of input & output voltage/current/ frequency, speed, DC voltage, DC current etc. The LCD monitor shall have facility to do parameterization and tuning and saving of perameter.

10.1.29 Each drive shall have provision to parameterize and tune from the LCD display with key pad on the panel and also by connecting a PC based programming unit.

10.1.30 Indication lamps shall be provided for ON & trip indications.

10.1.31 The DC drives shall be connected by a open bus protocol to the HMI for display of speed, output & input current, voltage, frequency etc., trends for the same.

10.1.32 Licensed version of System softwares and Application softwares and trend monitoring software (with CD's) shall be provided.

10.1.33 Contactors 400 Amps and above rated shall be vacuum contactors and shall be provided with RC type surge suppressors and ZNO type surge diverters.

10.1.34 One 415/230V AC control transformer with sufficient capacity to be provided for illumination, cooling fans and utility sockets for all panels. Two 5A utility sockets with switch to be provided in each panel.

Page 19: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 19 of 61

10.1.35 Control cards / PCB’s inside the drive to be coated with suitable spray to protect them fromhighly conductive coke dust and humidity.

10.1.36 Drive internal hardware layout drawing and test ponts drawing in soft and hard copy shall be supplied to enable trouble shooting.

10.2 DC DRIVE PANELS

10.2.1 The cubicles for the DC drives shall be floor mounted, industrial, totally enclosed type , factory assembled and conforming to IS: 4237 and IS:8623.

10.2.2 The panel shall be fabricated type cubicle made out of 2mm thickness (minimum) CRCA sheet for all members and 1.6 mm thickness (minimum) for all doors, covers and partitions. The panels shall be made completely dust and vermin proof by having silicon rubber gaskets at all joints and openings including the panel doors. The panel shall have a minimum IP 42 degree of protection.

10.2.3 The depth of the panels shall not exceed 500 mm. The height of the panel in LOCO shall not exceed 1800 mm(including base channel and vibration pads) and Width of all the panels shall not exceed 1000 mm. Party may visit the site and understand the site limitations.

10.2.4 The Panels shall be provided with 100x50x50 MS channel at the bottom for mounting. The hinges and locks of door shall be sturdy and rugged.

10.2.5 The offered panels shall have front access only. The various components shall be logically arranged in the cubicles with necessary clearances as per IS and for safety. The panels shall be designed with adequate space for easy maintenance. The tentative size of the proposed drive panels to be indicated by parties for purchasers examination.

10.2.6 The proposed DC drive panels shall be installed in MCC rooms of Electric LOCO. The power supply to the drive panels shall be tapped from the bus bars in the MCC s of Electric LOCO.

10.2.7 Inverter manufacturers requirement on earthing , screening filters and cable layout shall be followed to meet emission requirement of EN 50081 and immunity level of EN 50082 part 2 for industrial environment.

10.2.8 Power and control circuits shall be segregated to avoid any interference. Adequate isolation shall be provided between the power and control circuitry for safety of maintenance personnel and equipment. All devices shall have identification labels fixed in a readily visible position but not on the device itself.

10.2.9 All power wiring in the panel shall be done with copper conductor cables. All external power and control circuit connections shall be brought to readily accessible terminal studs / blocks at the bottom of the cubicle tilted at an angle for ease of connection, if necessary. Ample space shall be provided at the bottom for connecting the power and control cables. Special consideration shall be given for cables of higher sizes to take care of the bending radius. All control circuit terminals shall be provided with interlocked type numbered ferrules having engraved numbers on it. All internal wiring shall be provided with proper numbered ferrules at both ends of the circuit and

Page 20: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 20 of 61

shall be routed in plastic covered troughs.

10.2.10 Each cubicle shall be provided with 5A, 240 V AC power supply socket outlet for connecting instruments, hand lamps etc. during maintenance and testing. Cubicles shall also be provided with internal illumination. The power supply to the socket outlets and internal illumination shall be provided from a spare feeder in existing PDB.

10.2.11 Sheet Steel barriers should be placed in between the cubicles to prevent spread of f ire / flashover inside the panels. The barrier should be of detachable type.

10.2.12 The terminals shall be so located that chances of flashover between live terminals are minimized due to falling and accumulation of conducting dust on the terminal blocks. There shall be provision of at least four spare terminals in the terminal blocks. Power and control terminals shall be segregated. Identification ferrules shall be provided for easy identification during maintenance. Terminal blocks for power and control should be mounted at the bottom of the panel. Cubicle to cubicle control wiring should be through terminal blocks mounted at the intersection of the cubicle.

10.2.13 All metallic non current carrying parts of the cubicles shall be effectively earthed to conform to latest Indian electricity rules. Each cubicle shall have continuous earth busbar of adequate size. The body of each plug-in type module shall be connected through separate terminal of plug to the common earth bus. Suitable earthing terminals shall be provided at both ends of the cubicle.

10.2.14 All the doors shall be earthed with suitable size flexible copper cable. All bolted joints shall be provided with toothed/spring washers to ensure good earth continuity. All fastening bolts, nuts, washers shall be cadmium coated. Earth bolts shall be provided on the boards.

10.2.15 Adequate number of lifting hooks shall be provided at the top of the panel structure for handling the panel. The panels arranged side by side shall be of uniform height and depth.

10.2.16 Removable gland plates shall be provided in the bottom of the panel for bringing external cabling with knockout type holes.

10.2.17 Inscription / labeling of components inside the panel shall be as per the respective schematic inscriptions.

10.2.18 Caution and Danger boards shall be provided as per IE rules.

10.2.19 All panels shall be mounted on anti vibration pads.

10.2.20 GA drawing should be taken from site incharge before supply.

10.2.21 Suitable anti vibrating pads should be provided for panel mounting.

10.3 PLC SYSTEM

Page 21: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 21 of 61

LOCO shall be provided with PLC and industrial PC based HMI. The system shall be complete with CPU, IO rack, Memory, key board and monitor.

The proposed PLC systems shall be the latest state of the art architecture.

All the PLCs shall have open system features and networking facility should be available. The tenderer shall submit the catalogues and technical literature along with the offer.

The features to be considered for PLC are given below. Over and above the following features any special feature required to meet the design requirement to be provided.

10.3.1 CPU data memory and program memory of PLC should not cross more than 50% of its full rated capacity.

10.3.2 CPU I/O handling capacity shall be 40% more than the required I/O’s for intended job.

10.3.3 All The PLC hardware like CPU, I/O modules, PS modules, communication modules for the project shall have same model numbers and identical technical features for standardization purpose and ease of inventory planning.

10.3.4 All the logic software shall be as per IEC 61131-3. System logic software shall have a provision to force any individual contact with a periodical reminding feature on HMI to enable to take necessary corrective action.

10.3.5 On line modification of software shall be possible.

10.3.6 The I/O cards shall have clearly visible LED on the card to indicate its status of individual channels. Indication of all the I/O channels status at a time.

10.3.7 For all inputs and outputs individual channel shall be provided with fused terminals with LED indication for short circuit protection.

10.3.8 Each PLC I/O panel shall have one power supply unit for power supply to I/O cards and one power supply unit for I/O interrogation. These units shall be of SMPS type and shall be listed to UL/CSA. The selected rating of Power supply unit shall have minimum 25% spare capacity.

10.3.9 System shall have provision to alert the operator on real time at HMI regarding the failure of the system up to the card level.

10.3.10 System shall have provision in the programming station to indicate faults up to card level.

10.3.11 All the I/O cards shall be isolated from the field signals by opto coupling.

10.3.12 All the digital input / output cards shall be either 16 channel or 32 channel and no combination is allowed. Soft / hard copy of panel drawing and schematic wiring shall be given.

10.3.13 System offered shall have the feature of On-line replacement of I/O cards without switching off power supply.

10.3.14 The system shall have self diagnostic facility to indicate faults in hardware as well as software.

Page 22: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 22 of 61

10.3.15 All the CPU racks shall be provided with additional two spare slots for future expansion for lower level systems like drives , devices and higher level systems.

10.3.16 Each row of I/O panel shall have 1 spare slot for future expansion. The I/O panel shall be sized accordingly.

10.3.17 Proposed PLC hardware shall be listed to UL/CSA/EN.

10.3.18 Output cards (DO) shall be suitable for burden of at least 0.5A per channel.

10.3.19 The plastic material used for cable ducts and lids for routing panel internal wiring shall confirm to flammability certifications, confirming to UL 94 V0 .

10.3.20 Licensed versions of System software and Application software of PLC and HMI shall be provided as required.

10.3.21 I/O modules shall be separate for inputs and outputs. Combination modules for Inputs and Outputs not allowed.

10.3.22 DI cards shall be suitable for switching ON of all inputs simultaneously without any de-rating of the specified ambient.

10.3.23 Flash EEPROM for software storage to be provided.

10.3.24 HMI to be connected to the PLC by Ethernet TCP / IP and profibus & modbus serial port protocol of speed 10 MBPS or higher.

10.3.25 The system shall be suitable for individual machine interlocking and positioning functions of individual machines, cross battery interlocking by radio communication with PLC based COB-1&2 Automation system situated at Coal tower No.1.

10.3.26 The proposed PLC system of oven machines shall be suitable for communication with respective RTU stations of RF interlocking, Oven identification and auto positioning system.

10.3.27 64 nos. of DI/Dos are required for each LOCO. Over and above 20% reserve inputs and outputs, are to be considered by the tenderer.

10.3.28 Type of feedback and control shall be closed loop with EMF feedback For this add Analog I/Os

10.3.29 Analog input and outputs are not mentioned in PLC for hard wired communication. High speed counter module for pulse encoders, should be provided.

10.3.32 Control cards / PCB’s inside the drive to be coated with suitable spray to protect them from dust and humidity.

10.4 PLC, I/O PANELS

10.4.1 The General construction features of panel shall be in line with DC drive panels specification as mentioned in clause no 10.2 above and as the following.

10.4.2 PLC and I/O panels shall be pre-wired with adequate space for easy accessibility and adequate power supply units. Panels shall be floor mounted with cable entry provision from bottom.

Page 23: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 23 of 61

10.4.3 Panel illumination to be provided with door interlock limit switch for all PLC, I/O panels.

10.4.4 Sizes of terminal blocks shall be suitable for 1.5 sq mm cables. 20 % spare TB’s are to be provided and wired in the PLC panels. The TBs shall be of flexible type and colored for different type of voltages.

10.4.5 Color of the panels shall be light grey as per shade 631 of IS5.

10.4.6 Mounting of terminal blocks on the side of the panels is not allowed.

10.4.7 All the panels shall have isolation transformers of adequate capacity.

10.4.8 Door opening shall be restricted to 120 deg by providing sliding stoppers

10.4.9 Thickness of the sheet steel shall be 1.6 mm.

10.4.10 Front door PLC portion should be of transparent type.

10.4.11 Anti vibration pads to be given in the panel base.

10.5 HMI STATION

10.5.1 HMI station to be installed in machine operator cabin shall be of industrial grade with hard disc. The same shall have touch sensitive screen, 15”size color graphic screen with industrial grade key board. This shall be suitable for operation of all mechanisms of concerned oven machine. USB port and CD drive should not be accessible from front side. The HMI should have a protection cover of metallic type and it should match exactly to HMI.HMI should switch on automatically whenever power switches on.

10.6 SOFTWARE

Licensed version software (unlimited version) shall be supplied on HMI (Human Machine Interface) with development and run time for day to day operation of the oven machines. Number of tags shall be same as that of inputs and outputs or 500 tags which ever is higher.

10.7 CONTROL DESK

One no. control desk is proposed for installing one number of HMI in each oven machine. GA of control desk will be finalized during engineering. The control desk shall be metallic with stain less steel sheet of thicken 1.6 mm.

The control desk shall consist of the following:

a) Machine power “ON” push button and indication lights. b) Selector switches for Auto, Semi auto and manual modes and indication.

c) Inductive type master controller for long travel and R.F/H.F on and off push button.

d) HMI system as above. e) Digital Voltmeter, Ammeter for incoming line. f) Switches and indicator lights for auxiliaries control.

Page 24: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 24 of 61

10.8 Control Modes

All the drives will be controlled from HMI installed at control desk located in the operator’s cabin. Following types of sequence control will be provided.

The pushing cycle operations are enclosed at Annexure-I.

Different process sequence will be automatic. Progress of a sequence will depend on limit switches or sensors corresponding to different positions.

A sequence will mean all operations being performed on a mechanism

Each sequence will be controlled from the control desk by touch screen/keyboard.

A sequence will start only when all the preconditions and permanent requirements including healthiness of drives and circuit are met.

It will be possible to switchover to interlocked manual mode during the operation of the sequence.

Necessary position & interlocking signals will be received from RTU station being provided by oven identification and auto positioning supplier.

a) Auto mode operation

In auto mode operation the machine will be automatically operated based on the pushing / charging schedule generated by Schedule Generating Station. All the operation on a particular machine will be fully automatic.

a) Semi-automatic operation In semi auto mode operation, the machine will be automatically operated based on the pushing / charging schedule. However the Operator has to enter the oven number through HMI. All the operation on a particular machine will be fully automatic.

c) MANUAL MODE

Each sub-sequence of the main sequence will be controlled from control desk by key board/ control switches, joy stick.

The progress of sub-sequence will depend on the limit switch position or sensors.

The progress of each sub-sequence will be displayed on the control desk HMI.

Page 25: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 25 of 61

It will be possible to switchover to Auto / Semi-automatic mode only after the completion of a sequence.

Annunciation and indications

� An alarm will be available in case of any fault. An acknowledge system and the fault display will also be provided.

� The HMI system will indicate the movement of jack corresponding to a sequence. The monitor of HMI system will depict the required dynamic graphics.

11.0 EARTHING

All the electrical equipment like drive panels, transformer, motors etc shall be connected to the car structure by means of earthing links.

12.0 PAINTING

All items of equipment and materials shall be thoroughly cleaned and painted to give a scratch resistant superior surface finish that will afford excellent surface protection. The finish painting of all indoor electrical & instrumentation equipment / control panels shall be light grey as per shade No: 631 of IS:5

13.0 SPARES

13.1 The tenderer shall submit with his tender quotation for various spares in accordance with the relevant clauses of the Invitation to Tender and General Conditions of Contract for supply. The offer of spares shall include the following:

13.2 COMMISIONING SPARES The tenderer shall include in his offer sufficient quantity of commissioning spares required for commissioning of all equipment . A separate item wise list of critical commissioning spares and soft copy indicating quantity of each item offered shall be furnished along with the tender. All commissioning spares are to be included in the main offer and must be supplied to site along with the main equipment. The successful tenderer shall be responsible for having all required items at site in sufficient quantities which will be finalized with him.

13.3 SPARES SUPPORT

The tenderer shall be able to supply the spares for ten (10) years from the date of commissioning. The tenderer shall submit the same in the form of a letter from the original manufacturer along with offer. Tenderer shall also alert purchaser before two years of withdrawing support for inventory planning by

Page 26: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 26 of 61

purchaser.The tenderer should submit the critical spares list with quantity & price for smooth operation of the equipment for atleast two years.This price shall not be included in the price schedule.This list will enable us for future procurement of the spares.

14.0 SPECIAL TOOLS AND TACKLES, GAUGES &INSTRUMENTS The tenderer shall include in his tender quotation for special tools and tackles and accessories for normal operation and maintenance of the equipment as per relevant clauses of the Invitation to Tender, and General Conditions Of supply. The quotation shall include item wise list of all special tools and tackles and accessories indicating their unit rates and quantities. The list of items to be supplied will be finalized with tenderer.

15.0 INFORMATION TO BE FURNISHED WITH THE TENDER

15.1 The tenderer shall furnish in his offer all information called for in different parts / sections of the tender documents without which the offer is liable to be rejected.

15.2 The tenderer shall submit the information as called for in the enclosed questionnaire fully filled in.

15.3 The tenderer shall furnish descriptive literature for the equipment he proposes along with the tender. The tenderer shall give full description of the equipment offered specifying the features to enable the Purchaser to have a complete conception of the equipment.

15.4 Tenderer shall furnish confirmations to each and every clause of the tender specification. The Clause wise confirmations shall be submitted along with the technical offer.

15.5 The tenderer shall submit the following information as part of the technical offer :

Name of authorized (contact) person

Address

Contact phone no.(direct), mobile no., Fax no.,

active email id

15.6 The technical offers will be evaluated by the technical departments of VSP and the comments/clarifications on the technical offer will be sent by fax & e-mail to the fax no. / email id as indicated by the tenderer in the offer as per cl.15.5 of tender specification. The clarifications / confirmations shall be furnished by the tenderer within 3 days from the date of the fax / email and in any case it should not exceed 6 days, failing which the offer will be evaluated based on the information available as on the 6th day from the date of the fax / email.

15.7 The requirements indicated at 15.4, 15.5 and 15.6 shall be strictly adhered

to by the tenderer.

Page 27: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 27 of 61

15.8 If it comes to the notice of VSP at any stage right from request for enlistment / tender document that any of the certificates / documents submitted by applicants for enlistment or by bidders are found to be false / fake / doctored, the party will be debarred from participation in all VSP tenders for a period of 5 years including termination of contract, if awarded. EMD/security deposit etc. if any, will be forfeited. The successful tenderer in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation any where in VSP will also be terminated with attendant fall outs like forfeiture of EMD/security deposit, if any, and recovery of risk and cost charges etc. Decision of VSP management will be final and binding.

16.0 EXCEPTIONS TO SPECIFICATION

Each exception to the specification or other parts shall be listed separately item wise by the tenderer. If exceptions are not clearly listed as such, they will not be considered by the purchaser later.

17.0 DRAWINGS & DOCUMENTS

17.1 The successful tenderer shall submit the following drawings in five sets for approval/ comments / information within two weeks from the effective date of contract

GA drawings of DC drive panels with foundation details Panel internal general arrangement drawings Block diagrams, single line diagrams Schematic diagrams Bill of materials

GA drawing with mounting details of the resistance panel for dynamic breaking with foundation details and calculation sheets Data sheets of individual equipment Cable schedule, cable termination diagrams

List and details of hardware with specifications List of I/Os, Block diagram and BOQ of PLC Hard copy of software

Field devices – GA drawing and technical data sheet Power and regulation scheme for UPS Battery and UPS calculations

17.2 After approval of the above documentation, the party has to submit ten copies of all the approved drawings / documentation as mentioned at clause no 17.1 & Operation & maintenance manuals for distribution purpose to various departments

Page 28: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 28 of 61

17.3 On completion of the work, the party shall submit the five (5) copies of “As Built” drawings and one soft copy on CD’s, after incorporating all revisions / modifications carried out during the course of execution of the work.

18.0 INSPECTION

The tenderer shall offer the entire equipment for inspection at User’s stores department. However the inspection procedure will be finalized with successful tenderer during engineering.

19.0 COMPLETION TIME

19.1 Total completion period for supply, supervision of installation , testing and commissioning of the total equipment covered under this specification shall be six (6) months from the date of PO.

19.2 The supply of all equipment covered under this specification shall be completed in three (3) months from the date of PO.

19.3 supervision of installation, testing & commissioning of the total equipment covered under this specification shall be complete within three (3) months after completion of supply.

19.4 If the successful tenderer due to any reason fails to complete as per schedules indicated above, the agency is bound to complete the work as and when VSP is in a position to arrange shut downs.

19.5 The offer shall be accompanied by a bar chart showing separately, the individual time period required for design of individual equipment and accessories, submission of drawings, supply and supervision of installation as well as complete commissioning of the same. A net work diagram incorporating important activities shall be submitted with the offer.

20.0 SUPERVISION OF INSTALLATION

20.1 The tenderer shall provide expert engineers for erection and testing of the equipment, instrument and all other related equipment required for the complete erection and testing of all the above equipment. The successful tenderer shall co-operate for successful execution of the job since same is to be executed in a running plant.

20.2 The work at site shall include but not be limited to the following:

i. The DC drive panels shall be installed in MCC rooms of LOCO machines as directed by Site Engineer. Any modifications required other than civil and structural during the installation of the panels and motors shall be included in scope of work.

iii. The existing power & control cables shall be retained. Only the inter connecting cables from LOCO’s panels to the new panels shall be

Page 29: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 29 of 61

included in the scope of work Any cabling accessories like cable gland (roxtec multi dia cable gland )as required shall be included in the scope.

21.0 START-UP, COMMISIONING AND ACCEPTANCE

The successful tenderer shall provide necessary equipment, special tools, tackles, testing equipment, adequate experts(engineers) for the following:

i) Testing of individual equipment for each of the specified systems for trial runs and start-up.

ii) Successful Tenderer to demonstrate continuous operation of all the motors and drives for one week without any single problem .commissioning certificate shall be issued after fulfilling the above in line with the GCC for supply.

iii) Since the work is to be carried out in a working plant, all shut downs will be arranged based on the convenience of the Plant. Hence the successful tenderer shall mobilise the resources based on the availability of shut downs, to complete the job with best possible minimum time to avoid loss of production.

22.0 TRAINING

Training of four engineers and eight employees of CO&CCP (E) for a duration of one week at the VSP’s place by manufacturers trainers shall be arranged by the successful tenderer for design, operation and maintenance of similar system in two batches.

In addition to above, on-site training of VSP personnel for acquaintance of digital drive control systems and PLC systems in respect of operation, maintenance and trouble free shooting shall be given successful tenderer in four batches of 10 persons.

23.0 GUARANTEE

All equipment shall be guaranteed for workmanship, materials and satisfactory performance in accordance with the relevant clauses of GCS. The guarantee for smooth trouble free and satisfactory operation shall cover individual items as well as the system as a whole.

24.0 PRICE

24.1 The prices for the supply of equipment shall be quoted against each item as given in the Price Schedule enclosed in the Appendix-I. Pl refer to para 3.0 of Annexure-II .

The charges for complete supervision of installation, testing and commissioning inclusive of erection, handling, site tests and performance tests shall be quoted as per the schedule.

Page 30: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 30 of 61

25.0 PREFERRED MAKES OF EQUIPMENT The tenderer shal l consider the fol lowing makes for different equipments preferably:

a) DC drive - Siemens / ABB / L&T(Yasakawa) / Control technique / Allen Bradley / Amtech

b ) PLC - SIEMENS/ ABB / Allen Bradley/ GE FANUC/ SCHNEIDER

c) UPS - DB Power Electronics/ Hirel / Emerson / Siemens / Pnumaric

d) Panel - Rittal

Equipment for which makes are not indicated, successful tenderer shall supply equipment with VSP’s prior approval. All the equipment supplied shall conform to CE/UL, IS/IEEE/IEC standards.

Page 31: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 31 of 61

Appendix-I

��"�& �'�� ����� �"�(����� ��������� ��������� ���� ���)�*��$�+���"������$������

Sl.No�

Cl.nos as per

specification at Annex-

I

Supply� Unit�Quantities

for total project

Tenderer s’confirmatio

n

Loco-1,2,3 � � /+6�>-+70�� �86*,�>-+70�

1 9.1 Two DC drives including one no

separate excitation panel for each Loco. 1Set 3

2 9.2 PLC systems with required hardware, software along with PC based portable

programming unit of latest configuration. 1Set 3

3 9.3

Industrial grade HMIs with hard disc along with 15” LCD touch sensitive

screen, control desk along with Licensed application run time & development

software.

1Set 3

4 9.4

PC based HMIs along with 19” TFT monitor, A4 size multi purpose Black /

white Laser printer along with associated licensed application & development

software with dongle key.

1Set 3

5

9.5

industrial type of minimum 2 KVA UPS with Battery backup for 15 minutes with

resistive load (unity power factor). 1Set 3

6 9.6 Development of PLC, HMI software for machine control for total Pushing cycle

for three LOCOs. 1Set 3

7 9.7

Air conditioning of MCC rooms with suitable industrial type Air conditioners to take care of heat generated by the drives and to maintain MCC ambient temperature at 30O C in all LOCOS.

1Set 3

8 9.8 One DC drive module, spare

1Set 1

Page 32: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 32 of 61

9 13.2 Commissioning spares

1set As applicable.

List with qty to be attached

10 13.3 *Two years spares support 1set* 1

11 14.0 Special tools and tackles

1set As applicable

12 17.0 Drawings,documents,manuals in hard

copies and CD 1set 10

Sl.No�

Specification on cl.no

SERVICE�

Unit� Quantities for total project

Tenderer confirmati

on

1 9.1 to 9.7

Supervision of installation, testing and commissioning of items ( as

mentioned at cl. No. 9.1-9.7 of annexure-I ) of loco 1,2&3 in existing

place and panels

1Set 3

2 9.8

Supervision of installation, testing and commissioning of spare drive (as mentioned at cl. No. 9.8 of annexure-I

of loco 1,2&3 in existing place and panels

1Set

1

3 9.9 Training of vsp persons mentioned as

per clause no 22.0

--- As per clause no

22.0

Price Basis : FOR – VSP Stores. 1. Packing and forwarding extra @-- / Inclusive

2. Excise Duty (@ ___%) Extra ----- / Inclusive----

3. Education Cess(@__%) ,

4. Secondary & Higher , Ed. Cess @ --------%

5. Sales Tax (@ ___%) Extra ----- / Inclusive

6. Sales Tax whether CST / VAT

Page 33: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 33 of 61 7. Freight : Extra __Rs. ___________/ Inclusive

8. Insurance : Extra ---Rs.-----/Inclusive

9. Service Tax @--% Extra -----/ inclusive-----

10. Cenvat against ED Applicable----/Not applicable ----

11. Cenvat against Service Tax Applicable----/Not applicable-----

CST Registration /TINNumber :

State Sales Tax Number :

*NOTE : Spares required for the above in terms of point no. 13.3 of specifications ( Annexure- I ) indicating the unit rate shall be submitted in a separate sheet along with price bid . The rates of these spares will not be included for evaluation of tender .

Page 34: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 34 of 61 ANNEXURE -II TO TENDER NO. Pur.1.20.0122/12002 dtd. 02.02.2012

INSTRUCTIONS TO TENDERERS 1.0 ESTABLISHMENT OF CREDENTIALS OF UN-LISTED VENDORS: If a tenderer

who responds to this tender is not presently enlisted with RINL / VSP, he is requested to furnish copies of the following documents separately in a sealed envelope super scribing “CREDENTIALS” and the ITT REFERENCE OR ADVERTISED TENDER REFERENCE as the case maybe along with the tender:

a) Statutory Industry Registration Certificate. b) Excise, sales Tax certificates and copy of PAN Card. c) Financial worth and audited financial statements for the last 3 years. d) Other credentials like ISO certificate etc. e) List of Purchase orders / contracts executed for PSUs for same or similar

items along with copies of such Purchase Orders. Kindly note that the above information is required to assess the credibility of the vendor not presently enlisted with RINL / VSP. The tender of un-listed vendor shall be rejected in case of non-submission or incomplete submission of the above documents or RINL/VSP finds that the credibility of the un-listed Vendors is not satisfactory on the basis of the documents furnished. The Vendor shall produce originals of the above documents for verification, if RINL / VSP so desires. RINL / VSP’s decision in this regard is final.

2.0 GENERAL INFORMATION / DATA / DOCUMENTS TO BE FURNISHED BY

TENDERERS: 2.1 Tenderers who may be suppliers of tendered item offering on behalf of a Principal

Manufacturer, shall furnish in original the Letter of Authority of the concerned manufacture, as per the proforma at Annexure - V of the Tender document, specifically authorising the said supplier to make an offer in response to this Invitation to Tender. This Letter of Authority should be submitted along with Part - A: Techno-commercial bid

2.2 The tenderers are requested to submit the Quality Assurance Plan for

supply of the tendered item – One lot.

2.3 The tenderers are requested to fill up the check list as at Annexure - IV of the Tender document.

2.4 In case where RINL/VSP decides to procure the material from one or more

sources (only one offer shall be submitted by companies using same equiptment/Fascilities/Adress) and if it comes to notice of RINL/VSP at any stage during the finalization of the tender or after placement of order/execution of the contract that offers have been made by the companies using same equipment/facilities/address then such offers/orders shall be rejected/cancelled

Page 35: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 35 of 61

forthwith and the party(s) shall be blacklisted from all further dealings with RINL/VSP for a period of 2 years. Bid money/EMD/Security deposit etc if any shall be forfeited. Decision of RINL/VSP in this regard shall be final and binding

3.0 SUBMISSION OF OFFERS: 3.1.1 QUOTING OF PRICE(S): The price per number should be on FOR VSP Stores basis

inclusive of packing & forwarding charges, Freight & insurance. However, the rate of packing & forwarding charges, Freight & insurance considered are to be indicated separately. The prices shall remain firm during the period of the contract. However, any change in statutory taxes and duties shall be reimbursed at actual during the original contractual delivery period. Any change in taxes and duties beyond the original contractual delivery period is to be borne by the Supplier. . It may be noted that unit price is to be quoted both in figure and words in the format enclosed at Annexure-III. In case of any discrepancy between the two, the price indicated in words shall only be considered.

3.1.2 VALUE ADDED TAX (VAT): VAT in the State of Andhra Pradesh (A.P) is introduced

with effect from 01.04.2005. This replaces APGST Act from that date. Tenderers from the State of Andhra Pradesh should be registered under VAT and shall confirm submission of VAT invoice to enable RINL/VSP to avail the input credit. Also, the tenderers from A.P shall indicate the TIN (Tax Indentification Number) under VAT. Evaluation of such offers will be done considering this credit that would be available to RINL/VSP.

3.2 However, in case tenderers quote any other term than mentioned in this tender, the same shall be loaded as per VSP norms while evaluating their offer.

3.3 Any revised bids received after tender ( techno commercial bid in two bid case)

opening shall be rejected unless it has been furnished in response to a specific request from VSP.

3.4 Tenderers Central & State sales Tax ,VAT Registration no etc are to be

necessarily indicated in the offer. 3.5 Wherever the tenderers quote excise duty and sales tax as nil or at concessional

rates(being SSI Unit or due to some other privilege available on the date of offer ) but reserves the right to charge at actual on the date of dispatch suitable loading would be done with maximum ED& ST Rates as applicable .

4.0 TERMS OF PAYMENT: 4.1 90% of payment towards supply along with 100% taxes and duties shall released

against submission of bills along with accepted GARNs (Goods Acceptance / Rejection Note) issued by PURCHASER on 30th day( 15 th day for local micro and small enterprises subject to submission of documents as stipulated vide clause No.8.5 below) from the date of acceptance of material at VSP and balance 10% of payment towards supply along with 100% commissioning charges + 100% training charges and 100% service tax if any shall be released against satisfactory commissioning and training completion certificate issued by User Deptt.

Page 36: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 36 of 61 4.2 Payment shall be made by NEFT/RTGS mode or such other mode of electronic

fund transfer offered by banks . In case you have not already furnished the required details, you may download the pro-forma for NEFT/RTGS in which the details are to be furnished from the VSP’s website and submit along with your offer for updating our database In case of L/c Payment suitable loading, as explained at para 4.4 below, will be made while evaluating the offer.

4.3 The price bid should only contain the price quoted and other commercial terms

should be given in the techno-commercial bid and not in any other accompanying documents or statement. No extra weight age shall be given for any extra credit offered beyond ITT payment terms of 30 days interest free credit from the date of acceptance of material for ranking / evaluation purpose.

4.4 In case an offer with deviations to payment terms is considered, it shall be loaded

suitably for the purpose of comparison with other offers. The general principal is to load for the additional financial implication to which RINL / VSP may possibly be exposed on account of such deviation. The decision of RINL / VSP in this regard shall be final. Since the deviations that might be stipulated by the tenderer cannot be foreseen, the illustration given below is not exhaustive. RINL / VSP reserves the right to load the offers at its sole discretion for other deviations also, which in the opinion of RINL / VSP, have financial implications to RINL / VSP.

4.4.1 Illustration- I - (Deviation in payment terms):

Description As per Tender terms As per deviation

Payment terms

100% value against submission of bills within 30 days of acceptance of material at VSP.

100% against L/C with 30 days. Interest free period from the date of receipt and acceptance at VSP (All bank charges to Seller’s a/c)

Landed cost per unit FOR VSP Stores basis / CIF basis

Landed cost: Rs.10,000/-

4.4.2 Illustration- II: (Deviation in payment terms):

Description As per Tender terms As per deviation

Page 37: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 37 of 61

Payment terms

100% value against submission of bills within 30 days of acceptance of material at VSP.

100% against L/C at sight.

(All bank charges to VSP’s a/c)

Landed cost per unit on FOR VSP Stores basis / CIF basis

Landed cost: Rs.10,000/-

Loading per unit due to deviation in payment terms

(i) L/C Margin Money @ 5% of 10% of landed / CIF value

per quarter

(ii) 20% interest for 30 days on landed / CIF value

(iii) L/c charges on landed / CIF value

0.05*0.10*10,000/4 = Rs.12.50/-

0.20*30*10,000/365 = Rs.164.38

0.0375%*10,000 = Rs.3.75

4.5 Illustration for calculation of landed Net of VAT/CENVAT Rs/unit Rs/unit

1 Basic Price 1000.00 1000.00

2 Excise Duty @ 10 % 100 100

3 Education Cess @ 2% onED 2 2

4 Secondary and Higher Education 1 1

Cess @ 1% on E.D

5 Freight 100.00 100.00

6 Sales Tax/VAT 22.06 60.15

CST @ 2% VAT@ 5%

7 Loading towards payment terms 0.00 0.00

8 Landed cost 1225.06 1263.15

Page 38: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 38 of 61

9 Loading towards L/C margin money 0.00 0.00

(@ 5% of 10% of landed value/qtr)

10 Landed Cost with L/C margin money 1225.06 1263.15

11 Loading towards Entry Tax (##) 0.00 0.00

12 Landed cost with ET 1225.06 1263.15

13 Less: Cenvat 103 103

VAT Credit(@1.89% setoff) 0.00 22.74

Set off on ET 0.00 0.00

14 Landed net of Cenvat/VAT/ET 1122.06 1137.41

5.0 CURRENCY AND UNIT OF WEIGHT: The price should be quoted in Indian

Rupees only . 6.0 LANGUAGE OF BID: The offer and complete correspondence must be effected

only in English language. The Bid prepared by the tenderer and all correspondence and documents relating to the bid exchanged by the tenderer and the Purchaser, shall be written only in the English language, provided that any printed literature furnished by the tenderer may be written in another language so long as it is accompanied by an English translation of its pertinent passages in which case, for purposes of interpretation of the bid, the English translation shall govern.

7.0 VALIDITY OF THE OFFER:

7.1 Each tenderer shall keep his offer firm and valid for acceptance by RINL for a period of 120 (One twenty) days from the date of openings of tenders.

8.0 BID MONEY/EARNEST MONEY DEPOSIT: 8.1 Each tender shall be considered only if Bid money in Indian Rupees by means of

either a Banker’s Cheque/Demand Draft drawn on any Scheduled Bank and payable to Rashtriya Ispat Nigam Ltd. at Visakhapatnam( subject to realization) for an amount Rs. 75000/- ( Rupees Seventy five thousand only ) is to be submitted along with Part-A: Techno-commercial Bid.

Page 39: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 39 of 61 8.2 In case bid money is not received through Bnker’s Cheque/DD mentioned above

along with techno-commercial bid i.e Part-A, the offer will be summarily be rejected .

8.3 The Bid Money must be submitted along with or prior to opening of Techno-

Commercial Bid (Part-A). Tenders received without the EMD / Bid Money of requisite value will not be considered by RINL.

8.4 The following categories are exempted from submission of EMD/Bid Money

(i) Central/State/Govt. Public Sector undertakings of India. (ii) SSI Units/ Micro and Small Scale enterprises (MSEs) registered with

NSIC/District Industries Centre of the state government concerned for the item(s)/item category of tendered item(s) for which the tenderer is registered with the respective authority.

(iii) Units registered with RINL for the tendered item(s).

SSIs/MSEs and units registered with RINL needs to submit notarized copies of the relevant valid registrations certificates for claiming exemption of EMD along with Techno Commercial bid.

8.5 Condition for availing benefit under purchase preference to local SSIs(MSEs)

clause no.6(d) of tender notice & payment terms as per clause no. 4.0 above by local micro & small entrepreneurs (local SSIs): The local SSI unit shall submit notary attested copy of a valid SSI/MSE registration certificate/Entrepreneurs memorandum acknowledgement part-II issued by any of the following for the items/ item category for which they are registered for availing the relevant benefits.

(a) District Industries Centre of Visakhapatnam. (b) District Industries Centre of Srikakulam/Vizianagaram/East Godavari

District i.e units located within 100 Km of road distance of Visakhapatnam Steel Plant and falling under the jurisdiction of respective District Industries Centres.

(c) NSIC registered units falling within the above jurisdictions i.e in (a) or (b)

above. 8.6 The EMD / Bid money shall be forfeited:

if a Tenderer withdraws or modifies his Bid during the period of Bid validity specified by the Tenderer .

Page 40: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 40 of 61 9.0 STATEMENT OF DEVIATIONS: 9.1 If any tenderer is unable to accept any particular term(s) as incorporated in the

Tender document, or proposes any deviation there from, the Tenderer shall enclose along with his offer, a statement of deviations clearly spelling out the deletions / deviations proposed, which may, however, have an impact on the evaluation of his offer or rejection by RINL. Each tenderer shall give an undertaking along with his offer confirming his acceptance to all the terms and conditions of the Tender document / GCC, except for the deletions / deviations specifically proposed by them in their offer. (Refer Annexure-VI for General Conditions of Acceptance to Tender).

9.2 Offers with any deviations to the following terms and conditions contained in the tender document are not acceptable to VSP and such offers are liable for rejection:

a) Liquidated damages b) Risk Purchase c) Guarantee d) Payment mode should be direct through NEFT/RTGS mode .

10.0 OTHER GENERAL POINTS RELATING TO THE PREPARATION /

SUBMISSION / DESPATCH OF THE OFFER: 10.1 The detailed offer together with its enclosures should be submitted as Part-A -

Techno-Commercial Bid in a sealed envelope. Part-A should contain all details on technical specifications, other information/ data/ documents/ confirmations/ deviations, if any. Confirmation with regard to information/ data/ documents to be furnished by tenderers as per Para 1.0 and 2.0 above are also to be enclosed in Part-A.

Part-B: Price Bid should be submitted separately in the prescribed proforma at Annexure-III to the Tender Documents.

11.1 Each page of the offer should be numbered consecutively, referring to the total number of pages comprising the entire offer, at the top right-hand corner of each page.

11.2 Each page of the offer should be signed by the authorised officer(s) of the

Tenderer.

The Part-A & Part-B of the offer together with its enclosures in separate sealed envelopes, should be placed in an envelope which should bear, in Block capital letters, superscrbed "Tender for supply of….

Tender No. Pur.1.20.122/12002 dtd 02.02.2012 " and should also bear superscription:

Page 41: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 41 of 61 Part-A: Techno-Commercial Bid & Part-B: Price Bid.

The two envelopes should then be sealed separately. The name and address of the tenderer should be mentioned on this envelope.

11.3.1 The envelopes referred to in para 11.2 above should be placed in another envelope which should be addressed to the Executive Director (MM), Administration Building, IIIrd floor Block-A, Purchase Departmnt, Visakhapatnam Steel Plant, Visakhapatnam 530 031, Andhra Pradesh, India and should bear in Block Capital

Letters the superscription "OFFER IN RESPONSE TO TENDER NO. Pur.2.20.0122/12002 dtd 02.02.2012 DUE ON 16.05.2012". This envelope should also be sealed. The name and address of the Tenderer should be mentioned on this envelope as well.

11.3.2 Tenders will be accepted upto 1030 Hrs (IST), on 16.05.2012. The Techno-

Commercial bid of the tenders shall be opened immediately thereafter in the presence of the tenderers or authorised representative of the tenderers, who may choose to be present , on the same day .

11.4 Evaluation and rejection of offers: 11.4.1 RINL Evaluates technical and commercial acceptable offers on Landed net of

cenvat price (LNCP ) basis. 11.4.2 After the reverse e-auction is conducted, the sealed price bids of all TA& CA

tenderers irrespective of whether they have participated in the reverse e-auction or not, shall be opened within a short duration. Based on the prices so received through reverse e-auction and the sealed price bids received in the physical mode of tender, a composite comparative statement shall be made for considering the lower of prices (i.e. sealed price bid prices and the lowest reverse e-auction price) of all the parties. Placement of orders shall be considered on the L1 price ( LNCP) so arrived.

11.4.3 Offers which deviate from the vital conditions (as illustrated below) of the tender

shall be rejected.

a. Variable price being quoted against requirement of Firm prices. b. Submission of incomplete offers, non appending signature on the offer

and the prescribed formats. c. Receipt of Offers after due date & time and or by e-mail/ fax d. Submission of EMD along with the Techno commercial bid. e. Submission of Integrity Pact as per Annexure-VII .

11.5 In case any tenderer is silent on any clauses mentioned in this tender

document, VSP shall construe that the tenderer had accepted the clauses as per this Invitation to Tender.

Page 42: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 42 of 61 11.6 The price quotations should be given in only in the price format and not in

any other accompanying documents or statement. No revision in the terms and conditions quoted in the offer will be entertained after the last date and time fixed for receipt of tenders.

12.0 COMPLETENESS OF THE TENDER: 12.1 Each Tenderer should ensure that the aforesaid conditions for submission of

offers are duly complied with. Failure to furnish correct and detailed information as called for, will render the concerned tender liable to rejection.

13.0 PUNITIVE ACTIONS TO BE TAKEN AGAINST AGENCIES WHO SUBMIT

FALSE/FORGED DOCUMENTS TO VSP. 13.1 If it comes to the notice of VSP at any stage from request for enlistment/ tender

document that any of the certificates / documents submitted by applicants for enlistment or by bidders are found to be false/ fake/ doctored, the party will be debarred from participation in all VSP tenders for a period of 5 years including termination of contract, if awarded. EMD/ Security Deposit etc. if any, will be forfeited. The contracting Agency in such cases shall make good to VSP any loss or damage resulting from such termination. Contracts in operation anywhere in VSP will also be terminated with attendant fall outs like forfeiture of EMD/ Security Deposit, if any, and recovery of risk and cost charges etc. Decision of VSP Management will be final and binding.

13.2 If any tenderer backs out after opening of the techno commercial bids but, prior

to reverse e-auction and opening of the sealed price bids they shall be kept under hold without issue of tender enquiries for the next one tender or three months whichever is later.

13.3 If the L1 tenderer backs out after opening of the tenders in case of single bid

cases (or) after the reverse e-auction/ opening of the sealed price bids in case of two bid cases within the validity period they shall be kept under hold without issue of tender enquiries for the next three tenders or six months whichever is later including barring participation in open tenders.

13.4 If the tenderers back out after award of contract, they shall be kept under hold

without issue of tender enquiries for the next three tenders or six months whichever is later, apart from proceeding with alternative procurement action (re-tendering) at the risk and cost after defaulting suppliers.

14.0 Right to reject tenders: 14.1 RINL/VSP does not pledge itself to accept the lowest or any other tender and

reserves to itself the right of accepting the whole or any part of the tender or

Page 43: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 43 of 61

portion of the quantity tendered and tenderes shall supply the same at the rate quoted.

15.0 Authorisation: 15.1 Representative of the tenderers are required to produce letter of authorization, if

they are to be permitted to attend tender/price bid opening. 16.0 Detailed terms and conditions of Invitation to supply Tender: The detailed terms and conditions available in our website for invitation to supply tender shall also form part of this tender document .The same can be downloaded by following the path www.vizagsteel.com. click on “Tenders”, click on “Materials Management Department”, Click on detailed terms and conditions to invitation to tenders . 17.0 Integrity Pact: The Tenderer is required to unconditionally accept the “Integrity Pact” enclosed at Annexure – VII to the tender document and shall submit the same duly signed along with his offer. Offer of the tenderer received without Integrity Pact duly signed, shall not be considered. The details of the Nodal Officer and External Independent Monitor (EIM) are as given here under : Address & Contact Details of Nodal Officer for Integrity Pact Programme in RINL Name ��Shri G V N Reddy Address for communication ��������������� �������� � �� ������������ ���

������� � ��!����"��

#� $% & �� � �'�����(� ����

#� $% & �� � )*�++�,�Contact Numbers � -������.��+��/�0��

�122����!'�3���+.�,)�*,./.��

�122������4���+.�,)�*,.0*��

+.�,)�*,.0*/�

�122������4�)�5����� ��������*�6���0���

�)� ����"�����78 9 "������� � �

Page 44: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 44 of 61 Address and Contact details IEMs 1.Name : Shri P.C. Parakh, IAS (Retd.) Address for communication : 4A-1, Jaagruthi Residency, East Maredpally, Secunderabad, Andhra Pradesh- 500026 Contact numbers : 040-27732151 (Residence) 9390030272 (Mobile) E-mail : [email protected]

2.Name : ����������� ���Address for communication : �������������������������������� �!��"#��

�$#���%�$��

��&����'$�(�))*�*)+�

Contact numbers : ,)-))-.+/0*�*1�2���$���"�3��,+)*)�)/40�2��5$��3�

E-mail : 6�'��7.489�'���"��$���6���9%�'��.48:��$��"��

Page 45: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 45 of 61

ANNEXURE-III TO TENDER NO. Pur.1.20.0122/12002 dtd.02.02.2012

PROFORMA FOR PART B: PRICE BID

1.* Name of the Tenderer :

2.* Address :

3. Basic Price : Rs.______________ ( Unit price in words as well as in figures )

PRICE SCHEDULE FOR UPGRADATION OF CONTROLS OFLOCO-1, 2 & 3 OF BATTERY-1 & 2

Sl.No

Specn. on cl.no

As per Annex-I

Supply Unit Quantities for total project

Tenderers’ confirmation

Loco-1,2,3 Unit Price Total Price

1 9.1 Two DC drives including one no

separate excitation panel for each Loco.

1Set 3

2 9.2

PLC systems with required hardware, software along with PC based

portable programming unit of latest configuration.

1Set 3

3 9.3

Industrial grade HMIs with hard disc along with 15” LCD touch sensitive

screen, control desk along with Licensed application run time &

development software.

1Set 3

4 9.4

PC based HMIs along with 19” TFT monitor, A4 size multi purpose Black /

white Laser printer along with associated licensed application & development software with dongle

key.

1Set 3

5

9.5

industrial type of minimum 2 KVA UPS with Battery backup for 15 minutes with resistive load (unity

power factor).

1Set 3

Page 46: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 46 of 61

6 9.6 Development of PLC, HMI software

for machine control for total Pushing cycle for three LOCOs.

1Set 3

7 9.7

Air conditioning of MCC rooms with suitable industrial type Air

conditioners to take care of heat generated by the drives and to

maintain MCC ambient temperature at 30O C in all LOCOS.

1Set 3

8 9.8 One DC drive module, spare 1Set 1

9 13.2 Commissioning spares 1set As applicable

list with qty to be attached

10 13.3 *Two years spares support 1set 1

11 14.0 Special tools and tackles 1set As applicable

12 17.0 Drawings,documents,manuals in hard

copies and CD 1set 10

Total

Sl.No� Specification cl.no as per Annex -I

SERVICE� Unit� Quantities for total project

Unit price in Rs.

Total price in Rs.

1 9.1 to 9.7

Supervision of installation, testing and commissioning of above mentioned items (as mentioned at cl 9.1 to 9.7 of Annexure-I ) of loco 1,2&3 in existing place and panels

Set 3

2 9.8 Supervision of installation, testing

and commissioning of spare drive as mentioned at cl 9.8 of Annexure-I

1Set 1

3 9.9 Training of vsp persons mentioned as

per clause no 22.0

Lumpsum As per clause no 22.0

Page 47: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 47 of 61

(Also to be indicated in “Part-A : TECHNO COMMERCIAL BID” by blocking the price part) Note :

(i) Pl Specify APVAT and TIN No. if supplies are from Andhra Pradesh (ii) * Spares required for the above in terms of point 13.3 of specifications

(Annexure- I) indicating the unit and rate shall be submitted in a separate sheet along with price bid). The rates for spares will not be included for evaluation of tender).

SIGNATURE OF THE PARTY

P.S. The tenderer shall enclose the blank format of price bid except indicating the percentage of taxes and duties levied and shall give specific confirmation that except the data asked for in the price bid, no other information or condition is given in the price bid. Price bid should contain no caveat conditions. In case any other data or information not relevant is noted in the price bid, the same shall not be taken in to consideration.

Page 48: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 48 of 61

(ANNEXURE-IV TO TENDER NO PUR.1.20._0122/12002 dtd. 02.02 .2012 ) SEE PARA 2.1 OF INSTRUCTIONS TO TENDERERS

CHECK LIST TO BE FILLED UP AND SENT ALONG WITH TECHNO -COMMERCIAL

BID – PART-A OF YOUR OFFER

SL. NO.

TENDER TERMS AS REQUIRED BY VSP TO BE CONFIRMED BY PARTY ACCEPTED / NOT ACCEPTED

DEVIA TIONS, IF ANY

1 Name and address of the Tenderer

2 Technical specification To be confirmed as per Annexure-I of tender document

3 Delivery schedule To be confirmed as per Para 1.2 of ITT

4 Payment terms To be confirmed as per Cl. 4.0 of Annexure-II of ITT

5 Bid Bond / Earnest Money Deposit

To be confirmed as per Cl.8.0 of Annexure-II of ITT

6 Price Basis To be confirmed as per Cl.3.1.1 of Annexure-II of ITT

7 Price firmness To be confirmed as per Cl.2 of Annexure-VI of ITT

8 Insurance To party's a/c (for indigenous supply)

9 Validity of offer To be confirmed as per Cl.7 of Annexure -II of ITT

10 Inspection To be confirmed as per Cl. 1 of Annexure -VI of ITT

11 Test certificate To be confirmed as per Cl.5 of Annexure -VI of ITT

12 Liquidated damages To be confirmed as per Cl.6 of Annexure -VI of ITT

13 Default To be confirmed as per Cl.7 of Annexure -VI of ITT

14 Risk Purchase To be confirmed as per Cl.8 of Annexure -VI of

Page 49: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 49 of 61

ITT

15 Arbitration & Jurisdiction To be confirmed as per Cl.15 of Annexure -VI of ITT

16 Force Majeure To be confirmed as per Cl.14 of Annexure -VI of ITT

17 Evaluation of offers To be confirmed as per Cl.11.4 of Annexure -II of ITT

18 Other terms and condition of ITT / GCC

To confirm acceptance.

19 Guidelines for Indian Agents of Foreign “Suppliers/ Contract Agents”

Annexure – VII

_____________________________________ Signature and Name of the Tenderer

Page 50: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 50 of 61

(ANNEXURE-V TO TENDER NO PUR.1.20.0122/12002 dtd.02.02.2012)

LETTER OF AUTHORITY FROM ESTABLISHED MANUFACTURER OF UPGRADATION OF DC DRIVE OF ELECTRIC LOCO 1,2 & 3

(See 2.1.2 of Annexure -II of the Tender Documents) To Date : THE EXECUTIVE DIRECTOR(MM), BLOCK 'A' PURCHASE DEPARTMENT, ADMINISTRATIVE BUILDING, IIIrd floor RASHTRIYA ISPAT NIGAM LTD., VISAKHAPATNAM STEEL PLANT, VISAKHAPATNAM 530 031 (A.P). Dear Sir, Sub:Our Tender Notice No. PUR. 1.20.0122/12002 Dtd. 02.02.2012. --- We, ................................ a principal manufacturer of upgradation of DC Drives of Electric Loco ................do hereby authorize M/s.........................(Name and address of Seller) to make an offer in response to this invitation to tender. We, ................................ a principal manufacturer of Complete upgradation of DC Drives of Electric Loco do hereby convey our consent to supply upgradation of DC Drives of Electric Loco to the tendered specification through M/s.........................(Name and address of Supplier) as per the terms and conditions of the tender. No Company/Firm or individual other than M/s..............is authorised to represent us in regard to this business against this specific tender. In the event, the offer made by M/s....................being considered by RINL for acceptance both M/s ..................and ourselves shall be jointly and severally responsible for the due and timely performance of the Acceptance to Tender. We hereby extend our full guarantee and warranty for the goods offered for supply against this Invitation to Tender by the above firm.

Yours faithfully (NAME)

for & on behalf of M/s.......................

(Signature and Name of Complete Evaporator Assembly Manufacturer with seal) Note: This letter of authority should be on the Letter-Head of the upgradation of DC Drives of Electric Loco and should be signed by a person competent and having the power of attorney to bind the upgradation of DC Drives of Electric Loco Manufacturer. This letter of authority should be submitted in original along with Part- A: Techno-commercial bid.

Page 51: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 51 of 61

(ANNEXURE-VI TO TENDER NO. Pur.1.20.0122/…dtd. .02.02.2012)

GENERAL CONDITIONS OF ACCEPTANCE TO TENDER 1.0 INSPECTION: Inspection shall be carried out at VSP Stores .

2.0 PRICE FIRMNESS Price shall remain firm till completion of supplies.

3.0 TERMS OF PAYMENT: 3.1 90% of the value of each consignment shall be made against submission of bills

along with accepted GARNs (Goods Acceptance / Rejection Note) issued by PURCHASER on 30th day (15th day for local Micro and small Enterprises subject to submission of documents as stipulated vide clause 8.5 of Annex-II) from the date of acceptance of material at VSP and balance 10% of order value shall be released against satisfactory commissioning & training completion certified by CO&CCP Deptt of VSP .

3.2 Payment shall be make direct by NEFT/RTGS mode or such other mode of

electronic fund transfer offered by banks. In case you have not already furnished the required details, you may download the pro-forma in which the details are to be furnished from the VSP’s website and submit along with your offer for updating our database

4.0 The Seller shall despatch materials on door delivery basis ensuring that the ED Gate

Pass ‘duplicate copy’ for the transporter (for availing CENVAT) and “Tax Invoice” (for availing VAT) is handed over by the transporter to VSP. In case of non-submission of this document, the amount equivalent to the loss of CENVAT / VAT shall be recovered from the amount due.

5.0 TEST CERTIFICATE: 5.1 The Seller should submit Manufacturer's Test certificate along with

consignment, clearly indicating the relevant Parameters and batch no. and other identification marks, if any and give guarantee for replacement in case of any deviations / manufacturing defects. Test certificate shall be submitted from Govt./Govt. approved laboratories or own lab in case of ISO certified manufacturer.

5.2 Replacement of defective materials shall be made free of cost (including

duties in India to Seller's account) at Purchaser's site by the Supplier and the collection of the defective material to the Supplier's works shall be the Supplier's responsibility and shall be made at his expenses.

Page 52: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 52 of 61 6.0 LIQUIDATED DAMAGES: 6.1 Delivery is the essence of the Contract and hence should any consignment be

delayed, liquidated damages @ 0.5% of the price of the delayed consignment, for each week or part thereof shall be levied and recovered subject to a maximum of 10% of the total order value. The liquidated damages for delayed supplies (if any) as mentioned above shall be recovered from the bills of the Seller.

7.0 DEFAULT: 7.1 Should the SELLER fail to provide the MATERIAL for delivery by the time

or times agreed upon or should the SELLER in any manner or otherwise fail to perform the Acceptance to Tender or should a receiver be appointed on its assets or make or enter into any arrangements or composition with Creditors or suspend payments (or being a company should enter into liquidation either compulsory or voluntary), the PURCHASER shall have power to declare the Acceptance to Tender as at an end at the risk and cost of the SELLER in every way. In such a case, the SELLER shall be liable for any expenses, damages or losses which the PURCHASER may incur, sustain or be put to by reason of or in connection with SELLER's default. This Clause is however subject to Force Majeure vide 17.0 herein below.

8.0 RISK PURCHASE: 8.1 The PURCHASER reserves the right to take Risk Purchase action at the cost and

risk of the SELLER, in case he fails to deliver the materials in the specified schedule and the differential cost shall be recovered. The cancellation of the Acceptance to Tender as stated in para 10 herein above may be either for whole or part of the Acceptance to Tender at PURCHASER's option. In the event of the PURCHASER terminating the Acceptance to Tender in whole or in part, he may procure, on such terms and in such manner as he deems appropriate, supplies similar to those so terminated and the SELLER shall be liable to the PURCHASER for any excess costs for such similar supplies. However, in case of part termination of Acceptance to Tender by the PURCHASER, the SELLER shall continue the performance of the Acceptance to Tender to the extent it is not terminated under the provisions of this Clause.

8.2 The purchase reserves the right to suspend the business with such contractors who default in adhering to the contractual delivery schedule , quality of stores etc as per the contract giving show cause notice to the contractor and considering his reply if any .

9.0 RECOVERY OF SUMS DUE: 9.1 Whenever under this Acceptance to Tender any sum of money is recoverable

from and payable by the SELLER, the PURCHASER shall be entitled to deduct such sum from any amount then found payable to the SELLER by the

Page 53: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 53 of 61

PURCHASER or which at any time thereafter may be found to be payable to the SELLER by the PURCHASER under this or any other Acceptance to Tender with the PURCHASER. Should this sum be not sufficient to cover the full amount recoverable, the SELLER shall pay to the PURCHASER on demand the remaining balance amount. This action shall be without prejudice to the right of the PURCHASER to take legal action against the SELLER for the breach of the Acceptance to Tender.

10.0 RESPONSIBILITY: 10.1 The PURCHASER on the one hand and the SELLER on the other hand shall

be responsible for the performance of all their respective obligations under this Acceptance to Tender.

11.0 TRANSFER AND SUB-LETTING: 11.1 The SELLER shall not sublet, transfer, assign or otherwise part with the

Acceptance to Tender or any part thereof, either directly or indirectly, without the prior written permission of the PURCHASER.

12.0 COMPLETENESS OF THE AGREEMENT AND MODIFICATION: 12.1 This Acceptance to Tender cancels all previous negotiations between the parties

hereto. There are no understandings or agreement between the PURCHASER and the SELLER which are not fully expressed herein and no statement or agreement, oral or written, made prior to or at the signing hereof shall affect or modify the terms hereof or otherwise be binding on the parties hereto. No change in respect of the terms covered by this Acceptance to Tender shall be valid unless the same is agreed to in writing by the parties hereto specifically stating the same as an amendment to this Acceptance to Tender.

13.0 WAIVER: 13.1 Failure to enforce any condition herein contained shall not operate as a

waiver of the condition itself or any subsequent breach thereof. 14.0 FORCE MAJEURE: 14.1 If either the SELLER or the PURCHASER be prevented from discharging his

or their obligation under this Acceptance to Tender by reason of arrests or restraints by Government of people, war blockade, revolution, insurrection, mobilization, strikes, civil commotion, Acts of God, Plague or other epidemics, destruction of the MATERIAL by fire or flood or other natural calamity interfering with the production, loading or discharge, the time for delivery shall be extended by the time or times not exceeding one year, during which production, loading or discharge is prevented by any such causes as herein above mentioned. The party invoking protection under this clause shall

Page 54: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 54 of 61

within 15(fifteen) days of the occurrence of Force Majeure causes put the other party on notice supported by Certificate from the Chamber of Commerce or concerned Governmental authority and shall likewise intimate the cessation of such causes. The delivery shall be resumed by the Party/Parties within 15 (fifteen) days from the cessation of the Force Majeure causes.

14.2 Should there be any interruption in the delivery of the MATERIAL due to Force

Majeure circumstances detailed in para 17.1 herein above, it is hereby mutually agreed between the PURCHASER and the SELLER that the period of offtake of the MATERIAL by the PURCHASER/period of delivery of the MATERIAL by the SELLER shall automatically stand extended by a period not exceeding one year, equal to the actual duration of the causes interrupting the offtake by the PURCHASER and/or delivery of the MATERIAL by the SELLER plus a period of six weeks to enable the affected party to make suitable arrangements for normalization of shipments.

15.0 ARBITRATION AND JURISDICTION: 15.1 All disputes arising out of or in connection with the Acceptance to Tender

shall be finally settled by Arbitration in accordance with the rules of Arbitration of the Indian Council of Arbitration and the Award made in pursuance thereof shall be binding on the parties. The Arbitration bench shall give a reasoned award. Cost of arbitration to be borne by the losing party. The venue of arbitration shall be Visakhapatnam, India and language of arbitration shall be in English.

15.2 In case of any legal proceedings are instituted against Rashtriya Ispat Nigam

Limited, Visakhapatnam Steel Plant, they shall be instituted in the appropriate Civil courts of Visakhapatnam and the Courts at Visakhapatnam only shall have Jurisdiction.

16.0 LEGAL INTERPRETATIONS: 16.1 The Acceptance to Tender and the arbitration shall be governed by and

construed according to the laws of India for the time being in force. 17.0 LIABILITY OF GOVT. OF INDIA: 17.1 It is expressly understood and agreed by and between the SELLER and the

PURCHASER that the PURCHASER is entering into this Acceptance to Tender solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood and agreed that the Govt. of India is not a party to this Acceptance to Tender and has no liabilities, obligations or rights hereunder. It is expressly understood and agreed that the PURCHASER is an independent legal entity with power and authority to enter into contracts solely in its own behalf under the applicable laws of India and general principles of Contract Law. The SELLER expressly agrees, acknowledges and understands that the PURCHASER is not an agent, representative or

Page 55: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 55 of 61

delegate of the Govt. of India. It is further understood and agreed that the Govt. of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of this Acceptance to Tender. Accordingly, the SELLER hereby, expressly waives, releases and foregoes any and all actions or claims, including cross claims, impleader claims or counter claims against the Govt. of India arising out of this Acceptance to Tender and covenants not to sue the Govt. Of India as to any manner, claim, cause of action or thing whatsoever arising of or under this Acceptance to Tender.

18.0 All other terms and conditions shall be as per VSP's G.C.C for supply of Material available in www.vizagsteel.com.

Page 56: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 56 of 61

ANNEXURE-VII INTEGRITY PACT Rashtriya Ispat Nigam Limited (RINL) hereinafter referred to as “The Principal”, And …………………………………………………………………………………. hereinafter referred to as “The Bidder/Contractor” Preamble The Principal intends to award, under laid down organizational procedures, a contract for nature of contract, in brief >. The Principal values full compliance with all relevant laws of the land, rules, regulations, economic use of resources, and offairness/transparency in its relations with its Bidder(s) and /or Contractor(s).The Principal will nominate Independent External Monitor(IEM) by name, from the panel of IEMs, at the tender stage, for monitoring the tender process and the execution of thecontract in order to ensure compliance with the Integrity Pact by all the parties concerned. Section 1 – Commitments of the Principal: (1) The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles:- (a) No employee of the Principal, personally or through family members, will inconnection with the tender or the execution of a contract, demand/take a promise/accept for self or for third person, any material or non material benefit which the person is not legally entitled to. (b) The Principal will, during the tender process treat all Bidders with equity and reason. The Principal will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder(s) could obtain an advantage in relation to the tender process or the contract execution. (c) The Principal will exclude from the process all known prejudiced persons. (2) If the Principal obtains information on the conduct of any of its employees which is a criminal offence under the PC Act/ applicable law, or if there be a substantive suspicion in this regard, the Principal will inform the Chief Vigilance Officer of RINL and in addition can initiate disciplinary action. Section 2 – Commitments of the Bidder(s)/contractor(s): (1) The Bidder/ Contractor commits to take all measures necessary to prevent corruption and commits to observe the following principles during his participation in the tender process/during the contract execution(in case of Bidder to whom the contract has been awarded). (a) The Bidder/Contractor will not, directly or through any other person or firm,offer, promise or give to any of the Principal’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain, in exchange, any advantage of any kind whatsoever during the tender process or during the execution of the contract or to vitiate the Principal’s tender process or contract execution. (b) The Bidder/ Contractor will not enter with other Bidders into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to introduce cartelization in the bidding process or to vitiate the Principal’s tender process or execution of the contract. (c) The Bidder/Contractor will not commit any offence under the PC Act/Applicable law, like paying any bribes or giving illegal benefit to anyone including employees of RINL, to gain undue advantage in dealing with RINL or for any other reason etc. Further, the Bidder/Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or

Page 57: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 57 of 61 document provided by the Principal as part of the business relationship regarding plans, technical proposals and business details including information contained or transmitted electronically. (d) The Bidder/Contractor of foreign origin shall disclose the name and address of their Agent(s)/representative(s) in India, if any. Similarly the Bidder/Contractor of Indian Nationality shall furnish the name and address of the foreign supplier/contract Agency, if any. Further details, as mentioned in the Guidelines on Indian Agents of Foreign “Suppliers/contract agencies”, shall be disclosed by the Bidder/Contractor, wherever applicable. Further, as mentioned in the Guidelines, all the payments made to the Indian agent(s)/representative(s) have to be in Indian Rupees only. Copy of the Guidelines on Indian Agents of Foreign “Suppliers/contract agencies” is enclosed. (e) The Bidder/ Contractor will, when presenting his bid, disclose any and all payments he has made or committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract. (2) The Bidder/Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences. Section 3 – Disqualification from tender process and exclusion from future contracts: (1) A transgression is considered to have occurred, if the Principal after due consideration of the available evidence, concludes that a reasonable doubt is possible. (2) If the Bidder/Contractor, before award of contract or after award of contract has committed a transgression through a violation of Section 2 above or in any other form such as to put his reliability or credibility in question, the Principal is entitled to disqualify the Bidder from the tender process or to terminate the contract, if already awarded, for that reason, without prejudice to other remedies available to the Principal under the relevant GCC of the tender/contract. (3) If the Bidder/Contractor has committed a transgression through a violation of any of the terms under Section 2 above or in any other form such as to put his reliability or credibility into question, the Principal is entitled also to exclude the Bidder / Contractor from future tenders/Contract award processes. The imposition and duration of the exclusion will be determined by the Principal keeping in view the severity of the transgression. The severity will be determined by the circumstances of the case, in particular the number of transgressions, the position of the transgressors within the company hierarchy of the Bidder /Contractor and the amount of the damage. (4) If it is observed after payment of final bill but before the expiry of validity of Integrity pact that the Contractor has committed a transgression through a violation of any of the terms under Section 2 above during the execution of contract, the Principal is entitled to exclude the Contractor from future tenders/Contract award processes. (5) The exclusion will be imposed for a Period not less than six (6) months and, up to a maximum period of three (3) years. (6) If the Bidder / Contractor can prove that he has restored/ recouped the damage to the Principal caused by him and has installed a suitable corruption prevention system, the Principal may revoke the exclusion before the expiry of the period of such exclusion. Section 4 – Compensation for Damages: (1) If the Principal has disqualified the bidder from the tender process prior to the award in accordance with Section 3 above, the Earnest Money Deposit (EMD)/Bid security furnished, if any, along with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited. This is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal, as brought out at Section 3 above. (2) If the Principal has terminated the Contract in accordance with Section 3 above, or if the Principal is entitled to terminate the Contract in accordance with Section 3 above, the Security Deposit/performance bank guarantee furnished by the Contractor, if any, as per the terms of the ITT/Contract shall be forfeited without prejudicing the rights and remedies available to the Principal under the relevant General conditions of contract. This is apart from the exclusion of the Bidder from future tenders as may be imposed by the Principal, as brought out at Section 3 above. Section 5 – Previous transgressions:

Page 58: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 58 of 61 (1) The Bidder declares that, to the best of his knowledge, no previous transgression occurred in the last five (05) years with any Company or Organization or Institution in any country or with any Government in any country conforming to the anticorruption approach that could justify his exclusion from the tender process. (2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender process. The contract, if already awarded, can be terminated for such reason. Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors: (1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors, he desires to appoint, a commitment in conformity with this Integrity Pact, and to submit it to the Principal at the time of seeking permission for such subcontracting. (2) The Principal will enter into agreements with identical conditions as this one with all Bidders/ Contractors. (3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions. ı Section 7 – Criminal charges against violating Bidder(s) /Contractor(s)/ subcontractor(s): If the Principal obtains knowledge of conduct of a Bidder, Contractor, Sub-contractor or of any employee or a representative or an associate of a Bidder/Contractor/ Subcontractor which constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to the CVO of RINL. Section 8 – Independent External Monitor(s)(IEM(s)): (1) The Principal appoints competent and credible Independent External Monitor with the approval of Central Vigilance Commission. The IEM reviews independently, the cases referred to him or written complaints with all details received directly by him to assess whether and to what extent the parties concerned complied with the obligations under this Integrity Pact, (2) In case of complaint/representations on compliance of the provisions of the Integrity Pact by any person/agency, the complaint/representation can be lodged by the aggrieved party with the Nodal Officer for IP of RINL or directly with the IEM. The Nodal Officer shall refer the complaint /representation so received by him to the IEM for his examination. Similarly, RINL in case of any doubt regarding compliance by any or all the bidders can lodge its complaint / make a reference to IEM through Nodal Officer. For ensuring the desired transparency and objectivity in dealing with the complaints arising out of the tendering process, the matter should be examined by the full panel of IEMs who would look into the records, conduct an investigation and submit their joint recommendations to the Management. (3) The IEM is not subject to instructions by both the parties and performs his functions neutrally/independently. The IEM will submit report to the CMD, RINL. (4) The Bidder(s)/Contractors(s) accepts that the IEM has the right to access without restriction, to all tender/contract documentation of the Principal including that provided by the Bidder/Contractor. The Bidder/Contractor will also grant the IEM, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his tender/contract documentation. The same is applicable to unrestricted and unconditional access to tenders / contract documentation of Subcontractors also. The IEM is under contractual obligation to treat the information and documents of the Bidder(s)/ Contractor(s)/Subcontractor(s) with confidentiality. (5) IEM will have the right to attend any meeting between RINL and Counterparties in respect of the cases falling under the purview of IP. (6) As soon as the IEM notices, or believes to notice, a violation of this Pact, he will inform the Principal and request the Principal to discontinue or take corrective action or to take other relevant action. The IEM can, in this regard, submit non binding recommendations. Beyond this, the IEM has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action. (7) The IEM will submit a written report to the CMD-RINL within four (04) to six (06) weeks from the date of reference or intimation to him by the Principal/ receipt of the complaint and, should the

Page 59: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 59 of 61 occasion arise, submit proposals for corrective actions for the violations or the breaches of the provisions of the agreement noticed by the IEM. ı (8) IEM may also submit a report directly to the CVO of RINL and the Central Vigilance Commission, in case of suspicion of serious irregularities attracting provisions of the PC Act/ applicable Law. (9) Expenses of IEM shall be borne by RINL/VSP as per terms of appointment of IEMs. (10) The word ‘Monitor’ means Independent External Monitor and would include both singular and plural. Section 9 – Duration of the Integrity Pact: (1) This Pact comes into force upon signing by both the Principal and the Bidder/Contractor. It expires for the Contractor twelve (12) months after the last payment under the contract, and for all unsuccessful Bidders, six (06) months after the contract has been awarded and accordingly for the Principal after the expiry of respective periods stated above. (2) If any claim is made/ lodged during the valid period of the IP, the same shall be binding and continue to be valid even after the lapse of this Pact as specified above, unless it is discharged/determined by CMD of RINL. Section 10 – Other provisions: (1) This Pact is subject to Indian Law. Place of performance and jurisdiction is the Registered Office of the Principal, i.e. Visakhapatnam, State of Andhra Pradesh, India. (2) Changes and supplements as well as termination notices need to be made in writing. Side agreements to this pact have not been made. (3) If the Contractor is a partnership firm/ Consortium, this Pact must be signed by all partners/ Consortium members, or their Authorized Representative(s) by duly furnishing Authorization to sign Integrity Pact. (4) Should one or several provisions of this Pact turnout to be invalid, the remaining part of the Pact remain valid. In this case, the parties will strive to come to an agreement with regard to their original intentions. (5) Wherever he or his is indicated in the above sections, the same may be read as he/she or his/her, as the case may be. Similarly, wherever Counterparty or Bidder or Contractor is mentioned, the same would include both singular and plural. _______________________ _____________________ (For & On behalf of the Principal) (For & On behalf of Bidder/ Contractor) (Office Seal) (Office Seal) Place --------------- Date --------------- Witness 1: (Name & Address) _____________________________ Witness 2: (Name & Address) ı GUIDELINES FOR INDIAN AGENTS OF FOREIGN “SUPPLIERS/CONTRACT AGENCIES”

1.0 There shall be compulsory registration of Indian Agents of foreign suppliers/contract Agencies with RINL in respect of all Global (Open) Tenders and Limited Tenders. An agent who is not registered with RINL shall apply for registration in the prescribed Application Form.

1.1 Registered agent needs to submit before the placement of order by RINL, an Original certificate issued by his foreign supplier/ contract Agency (or an authenticated Photostat copy of the above certificate duly attested by a Notary Public) confirming the agency

Page 60: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 60 of 61

agreement and giving the status being enjoyed by the agent along with the details of the commission/ remuneration/ salary/ retainer being paid by them to the agent(s).

1.2 Wherever the Indian representative has communicated on behalf of their foreign

supplier/contract Agency and/or the foreign supplier/contract Agency have stated that they are not paying any commission to their Indian agent(s) but paying salary or retainer, a written declaration to this effect given by the foreign supplier/contract Agency should be submitted before finalizing the contract.

2.0 DISCLOSURE OF PARTICULARS OF AGENT(S)/REPRESENTATIVE(S) IN INDIA, IF

ANY: 2.1 Bidders of Foreign nationality shall furnish the following details in their quotation/bid:

2.1.1 The name and address of their agent(s)/representative(s) in India, if any, and the extent of authorization and authority given to them to commit them. In case the agent(s)/representative(s) is a foreign Company, it shall be confirmed whether it is a really substantial Company and details of the company shall be furnished.

2.1.2 The amount of commission/remuneration included in the quoted price(s) for such agent(s)/representative(s) in India.

2.1.3 Confirmation of the Bidder that the commission/remuneration if any, payable to his agent(s)/representative(s) in India, may be paid by RINL in Indian Rupees only.

3.0 DISCLOSURE BY INDIAN AGENT(S) OF PARTICULARS OF THEIR FOREIGN SUPPLIER/CONTRACT AGENCY AND FURNISHING OF REQUISITE INFORMATION:

Bidders of Indian Nationality shall furnish the following details/certificates in/alongwith their offers:

3.1.1 The name and address of foreign supplier/contract agency indicating their nationality as well as their status, i.e., manufacturer or agent of manufacturer holding the Letter of Authority.

3.1.2 Specific Authorization letter by the foreign supplier/contract agency authorizing the agent to make an offer in India in response to tender either directly or through their agent(s)/representative(s).

3.1. 3 The amount of commission/remuneration included for bidder in the price (s) quoted.

3.1.4 Confirmation of the foreign supplier/contract Agency of the Bidder, that the commission/remuneration, if any, reserved for the Bidder in the quoted price (s), may be paid by RINL in India in equivalent Indian Rupees.

Page 61: Page 1 of 61 - VIZAG STEEL · 2012. 6. 19. · Page 5 of 61 3.1 Each tender shall be considered only if EMD in Indian Rupees by means of either a Banker’s Cheque/Demand Draft for

Page 61 of 61

4.0 In either case, in the event of materialization of contract, the terms of payment will provide for payment of the commission/remuneration payable, if any, to the agent(s)/representative(s) in India in Indian Rupees, as per terms of the contract.

4.1 Failure to furnish correct information in detail, as called for in para 2.0 and/or 3.0 above will render the bid concerned liable for rejection or in the event of materialization of contract; the same is liable for termination by RINL. Besides this, other actions like banning business dealings with RINL, payment of a named sum etc., may also follow.

�� ���� � ��������� �%������������"���A#��""'"�