eastern coalfields ltd (a subsidiary of coal india ltd )

Post on 09-Jun-2022

5 Views

Category:

Documents

0 Downloads

Preview:

Click to see full reader

TRANSCRIPT

EASTERN COALFIELDS LTD (A subsidiary of Coal India Ltd) Office of the General Manager (MM)

Sanctoria, P.O. Dishergarh-713333, Dist. Burdwan (WB) Phone - 0341 2523606: Fax 0341 2520459 / 2522061

WBST REG NO: AS /225(B), CST REG NO: 97/B (AS)/CENTRAL Purchase Order # 05823236(11) Date: 21.02.2014 To:- Komatsu Ltd. Airmail No.3-6, Akasaka, 2 – Chome, Minato-ku, Tokyo 107-8414, Japan Dear Sir, SUB: Supply of Komatsu make Front End Loader, 10 Cum Bucket Capacity, Model WA800-3EO REF: i) Our Global Tender No. ECL/PUR/21121177/E/10-12 Cu Mtr Wheel Loader /145 opened on 18.04.2013 (Off Line) & 19.04.2013 (On Line) ii) Your Off Line & On Line offer against our above tender and subsequent correspondence, last being vide your letter Ref: ECL/WA800-3EO/Validity Xtn/04 dated 27.01.2014. Please arrange to supply the following material as per terms and conditions mentioned below & Annexure enclosed.

Sl. No Description

Qty (No

)

FOB Japanese Port Unit Rate (JPY)

Extended FOB Value (JPY)

1 Supply of Komatsu make Wheel Loader WA800-3EO powered by Komatsu SAA12V140E-3 diesel engine developing 853HP gross power at 2000 rpm having high lift boom & 10 Cum Bucket, fitted with Air Conditioned Steel Cabin, General tool Kit (enclosed at Annexure A2) & Spares 2 (Two) no Tyres. (Detailed Technical Specifications enclosed at Annexure A & A1)

2 10,78,07,400.00 21,56,14,800.00

(Total – Yen Twenty One Crore Fifty Six Lakh Fourteen Thousand Eight Hundred only) Note: Purchase Order [vide No: 05823237(11) dated 21.02.2014] for supply of Consumables & Spares for 3 years, Local Sourced Items required for commissioning of the equipment and Erection, Commissioning & Product Support Charge for the above Ordered equipment is being placed separately on M/s Larsen & Toubro Limited, Kolkata, your authorized distributor. Terms and conditions: 01. Rates: The above rates shall remain firm until delivery and are on FOB Japanese Port basis. Marine

Freight, Transit Insurance, Landing charges, Customs Duty and Inland Transportation upto Destination shall be payable at actuals by the Port Consignee.

02. Price Certificate: You shall certify on the body of your invoices that 100% of the FOB Japanese Port prices charged by you constitutes the lowest rates at which you are supplying identical stores to your overseas customers world-wide including Coal India Limited and its subsidiaries and other Coal and Govt. Companies in India including DGS&D. This certificate will form part of Letter of Credit.

03. Price Fall clause: a) The prices charged for the stores to be supplied under the supply/purchase order by you shall in no

event exceed the lowest price at which you sell the stores or offer to sell the stores of identical description to any customer during the tenure of the supply order.

b) If any time during the said period, you reduce the sale price, sell or offer to sell such stores to any other customers at a price lower than the ordered price, you shall forthwith notify such reduction of sale or offer to sell to enable us to amend the rates of the order.

Purchase Order # 05823236(11) Date: 21.02.2014

Page 2 of 31

04. Agency Commission Certificate: You will furnish a clear certificate that ‘no commission, rebate, discount, margin, or Engineering & technical services charges etc. is payable to either M/s Larsen & Toubro Ltd., Kolkata or to any party/firm/agency/ person in India or abroad against this order.

05. Transit Insurance & Freight charges: Sea freight and Inland freight (in India) shall be borne by ECL. Insurance from the port of despatch till the ultimate consignee will be arranged by the Port Consignee on our account. For arranging Marine Insurance the following details should be cabled/faxed to the Port Consignee (cable: Coking Coal, Kolkata) and fax no. 00 91 33- 22483373 or 2220-5316. a) Port of Shipment, Shipment particulars in details. b) Our P.O. No./Date and LC No./Date. c) No. and Date of Bill of Lading d) No. of packages and description etc. e) Weight of packages. f) FOB value of the consignment, indicating the covering Purchase Order No and date. g) Freight amount to be paid. h) Insurance amount to be paid, if applicable. h) Ultimate consignee’s name. i) Clearing agency at Indian Port, if applicable. Post copies of the cable /fax advice should also be air-mailed to the Ultimate Consignee and this office positively. One set of the above documents should be sent to the Ultimate consignee also.

06. Terms of payment: (i) 100% of the FOB Port of delivery value (JPY 10,78,07,400.00 per equipment including 02 no of tyres)

payment will be made through irrevocable Letter of Credit out of which: (a) 80% value of the FOB Port of delivery value i.e. JPY 8,62,45,920.00 per equipment including 02 no of

tyres shall be made against submission of stipulated dispatch documents like Clear on Board Bill of Lading / AWB, Signed Invoice, Packing List, Original Freight Bill / Certificate, Shipping Specifications, Manufacturer’s Guarantee / Warranty Certificate, Manufacturing Test Certificate, Country of Origin Certificate, Price Certificate, Agency Commission Certificate, Beneficiary Certificate and other stipulated documents as required, etc. and receipt and acceptance of the PBG / Security Cum Performance Bank Guarantee by the Paying Authority for the equipment supplied.

(b) 20% value (JPY 2,15,61,480.00 per equipment including 02 no of tyres) of the FOB Port of delivery shall be made by Bank against receipt of documents in original like successful completion of erection, commissioning and final acceptance of each of the equipment (along with accessories) at site upon presentation of certificate from the Project Officer to the effect that the equipment has been erected and commissioned to their entire satisfaction.

No payment will be made if there is incomplete supply. Payment out of the LC shall be made against presentation of the following documents:- A) Full set of clear Bill of Lading- original and 4(four) copies. B) Signed invoice - original and 3(three) copies including quantity ordered, quantity dispatched, item-wise

value. C) Packing list - 4(four) copies indicating item-wise lit of contents of each package size in cm, package

weight in Kgs. D) Shipping Specification- 3 (three) copies. E) Certificate of Country of Origin – Original copy and also self-attested photocopy. F) Price Certificate as specified in this order (clause: 2) G) No Agency commission certificate as specified in this order (clause: 4) H) Shipping Co.’s / their agents certificate to the effect that the goods have been shipped through

Conference line vessel which are on the Lloyds approved list and which are sea-worthy or Shipping Cos. / their agents certificate that the vessels are classified by an approved classification society as per Institute Classifications clause and is classified as Lloyd’s 100A1 or its equivalent classification, the vessel is sea-worthy and approved by GIC.

I) Certificate from forwarding agents that the shipping arrangements been made in accordance with the instructions from the Ministry of Shipping, Road Transport and Highways, Department of Shipping (Chartering Wing), Govt. of India, New Delhi.

J) Manufacturer’s Test cum Inspection Certificate - 2 copies. K) A certificate from ECL Hqrs. that Security Deposit as per Clause 17 of the Purchase Order has been

submitted and accepted. L) A certificate from ECL Hqrs. that Performance Bank Guarantees as per Clause 18 of the Purchase

Order has been submitted and accepted.

Purchase Order # 05823236(11) Date: 21.02.2014

Page 3 of 31

M) A certificate from ECL Hqrs. that Security Deposit Cum Performance Bank Guarantees (in case you are submitting composite Guarantee i.e. Security deposit cum Performance Bank Guarantee in lieu of Security and performance separately) as per Clause 19 of the Purchase Order has been submitted and accepted. In that case you will not be required to submit certificate mentioned at K) & L) above.

N) Original freight bill/certificate. O) Manufacturing Guarantee/warranty Certificate as per the Clause 20 of the Purchase Order. P) Certificate as per Trial Clause of the order (Clause no. 24) Q) Beneficiary Certificate. R) Any other relevant documents relevant for LC payment in terms of this order. One copy of each of the shipping documents should be sent by airmail to the port consignee, the Paying Authority and to this office. NB: (i) Bank charges in India for opening of Letter of Credit will be borne by us while bank charges

overseas shall be borne by you. If confirmed LC is required, then the bank charges for the same shall be borne totally by you. Subsequent extensions or confirmation of LC if required attributable to the fault of the supplier will also have to be borne by you. For any extension of validity of Letter of Credit due to wrong documentation and / or non-adherence to the terms and conditions laid down in the purchase order, the necessary Bank Charges will have to be borne by you. For delay in submission for retirement of consignment, if ECL requires to pay Port rent / demurrage etc. due to late receipt of documents, then the same will have to be reimbursed by you.

(ii) Documents discrepant to those stipulated in the order / LC terms and conditions shall not be accepted without clear and prior confirmation from the Order Placing Authority. The bank shall be advised accordingly.

Note: LC to be opened on: Komatsu Ltd, No. 3-6, Akasaka, 2-Chome, Minato-Ku, Tokyo 107-8414, Japan. Komatsu Bank Details: The Bank of Tokyo, 7-1, Marunouchi 2 – Chome, Chiyoda-Ku, Tokyo, Japan.

Swift Code: BOTKJPJT, Account No: 0154392 07. Port consignee: General Manager (C&F), Clearing and Forwarding Cell, Coal India Limited 6, Lyons

Range, Kolkata -700001, (West Bengal), India. 08. Ultimate consignee: Depot Officer, Rajmahal Area, ECL, PO: Lalmatia Colliery - 814165, Distt: Godda

(Jharkand), India. 09. Paying Authority: General Manager (F) I/C, Eastern Coalfields Limited, Sanctoria, P.O.: Dishergarh -

713333, Distt: Burdwan (West Bengal), India. 10. Liquidated Damages clause: The time and date of delivery of stores stipulated in the Purchase

Order shall be deemed to be the essence of the contract and delivery must be completed by the date specified. No materials should be supplied beyond the specified delivery period unless specific approval has been obtained from the Purchaser. In the event of failure to deliver or dispatch the stores within the stipulated date /period in accordance with the samples and / or specification mentioned in the Purchase Order, and in the event of breach of any terms and conditions mentioned in the Purchase Order, ECL reserves the right to any or all of the following :- a) To recover from the successful tenderer as agreed, Liquidated Damages @ ½% (half percent)

of the price of any stores, which the successful tenderer has not been able to supply for each week or part of the week during which the delivery of such stores may be in arrears limited to 10% (ten percent). Where felt necessary, the limit of 10% (ten percent) can be increased to 15% (fifteen percent).

b) To purchase elsewhere, after due notice to the successful tenderer on their account and at the risk of the defaulting supplier, the stores not supplied or other materials of a similar description without canceling the supply order in respect of the consignment not yet due for supply.

OR c) To extend the delivery period with or without penalty, as may be considered fit and proper.

The penalty imposed shall not be more than the agreed liquidated damages referred to as clause (a) above

OR d) cancel the supply order or a portion thereof if ECL decides purchase of stores at the risk and

cost of the defaulting supplier and also e) to forfeit the security deposit received in full or in part.

OR

Purchase Order # 05823236(11) Date: 21.02.2014

Page 4 of 31

f) Wherever under this contract any sum of money is recoverable from any payable by the supplier, ECL shall be entitled to recover such sum by appropriating, in part or in whole by deducting any sum or which at any time thereafter may become due to the successful tenderer in this or any other contract. Should this sum be not sufficient to cover full amount recoverable, the successful tenderer shall have to pay to ECL on its demand the remaining balance. The successful tenderer shall however not be entitled to any gain on any such purchase.

11. Mode of Despatch and Shipping Instruction: A) All the items should be suitably packed to prevent loss/damage during handling transit or

storage and should be despatched by sea to Kolkata/Haldia port on freight-to-pay basis. B) Partial Shipment shall not be allowed. C) Trans-shipment shall not be permitted. D) Use of shipping or consolidation agents involving payment by ECL to such agents shall not be

permitted. E) Shipping arrangements will be made in Master Bill of Lading of the Shipping Company. F) Shipping arrangement shall be done by the Ministry of Shipping, Road Transport and

Highways, Department of Shipping (Chartering Wing), Govt. of India, New Delhi (Cable: Transport, New Delhi, Telex: VAHAN – IN 31-61157, 31-61158, 31-61159) or through their forwarding agents/nominees. Advance notice of at least 3-4 weeks about the readiness of each consignment should be cabled/given to the ministry and forwarding agent by yourselves to enable appropriate transport arrangement to be made in time.

G) Each case should bear the following shipping marks stenciled on the opposite sides and the top-the roof in addition to the gross and net weight and cubic measurement.

General Manager (C&F) !_________________________ ! General Manager (C&F) C&F Cell, CIL ! Eastern Coalfields Ltd ! C&F Cell, CIL 6, Lyons Range ! Order no: ! 6, Lyons Range Kolkata -700001 ! Date: ! Kolkata-700001 West Bengal (India) ! ! West Bengal (India) Fax: 91 33-22312983 !__________________________! Fax: 91 33-22312983 A copy of the packing list should be inserted in each package.

12. Delivery: FOB Port of Shipment Japan Basis. To be completed within 10 (Ten) months from the date

of opening of LC. 13. Import License: The import is covered under free imports clause of the Export Import Policy 2002-

2007/applicable as on date of shipment of the Govt. of India. 14. Inspection: Initial inspection of the materials may be carried out by you and is waived off from our

end by ECL’s representatives. Final inspection shall be arranged at site by the authorized representative of the General Manager (Excavation), Rajmahal Area after receipt of materials.

15. Guarantee / Warrantee: The equipment shall have no defects arising out of design, material or workmanship & the complete equipment shall be warranted for 12 months from the accepted date of commissioning. The Warranty shall cover for total equipment so that ultimate responsibility lies only with the equipment supplier, although, components may be supplied by different suppliers to you.

16. Performance Guarantee: In accordance with the provisions of clause B.6.2.6 of the Technical Specifications, the tentative scheduled working hours of the equipment per year is 4000 (four thousand) hours. [You should note that the expected scheduled working hour indicated are only approx. hour and there may be variation in the range +/- 500 hours] In accordance with the provisions of clauses B.7.2.2 and B.7.3.2 of the Technical Specifications, the Supplier shall guarantee that the availability of the equipment shall not be less than 85% (eighty five per cent) for the first 12 months from the accepted date of commissioning. For the balance 24 months (i.e from 13th month to 36th month from the accepted date of commissioning) the availability of the equipment shall not be less than 80% ( eighty per cent) Special Guarantee: The following guarantee will apply for the different components from accepted date of commissioning: i) Body chassis & differential - 10,000 hours or 1000 calendar days (whichever is earlier) ii) Complete engine system - 24 months or 6000 hours (whichever is earlier)

In case of failure of engine system within 6000 hrs. , the failed components of the engine system will have to be replaced / repaired depending on the merit of the case, free of cost by

Purchase Order # 05823236(11) Date: 21.02.2014

Page 5 of 31

the supplier. In case of failure of engine system beyond 6000 hrs. the system will have to be replaced on prorata payment basis taking the life of the engine system as 7550 W/hrs.

iii) Electrical Items - 6 months or 1000 hrs. (whichever is earlier) iv) Engine Hour Meter - 12 months or 3000 hrs. (whichever is earlier) v) Transmission Assy. - 24 months or 6000 hrs. (Whichever is earlier) In case of any guarantee failure intimated reasonably in time to the bidder, the replacement or repair job (as per guarantee settlement) must be completed within 21 days, at site, by you at no cost to the purchaser. “At no cost to the purchaser” means that you will have to bear all the expenses upto the destination site i.e. FOB prices, insurance, freight, Customs duty, port handling and clearance charges and inland transportation charges etc. as applicable to ensure free delivery of warranty replacement at Rajmahal Project site. You will be required to stock spares parts to take care of warranty period breakdown. Spares should be available within three weeks from the date on intimation of breakdown. All warranty repairs will have to be attended to by the supplier at site and all services and spares will have to be provided at site free of cost including all freight, duties including Customs Duty, Taxes etc. You must ensure that there is no major breakdown due to manufacturing/design defect during the warranty period. In case such breakdown occurs, the purchaser will reserve the right to extend the warranty period suitably as per the availability clause mentioned in the Technical Specification of our NIT.

17. Security Deposit: An amount of Rs. 96,50,158.06 (Rupees ninety six lac fifty thousand one hundred fifty eight and paise six only) for each Equipment shall be payable as Security Deposit by you in the form of Bank Guarantee in our Standard Format (enclosed as Annexure B1) on any Scheduled/Nationalised Bank in India. The Total Security Deposit shall be refunded to you within 30 days of satisfactory execution of the contract i.e. to the extent of successful commissioning. For unsatisfactory performance and / or contractual failure, the Security Deposit shall be forfeited. The Security Deposit shall have to be submitted within two weeks time of receipt of order. The BG should be in the name of the Bank and should be furnished on a non-judicial stamp paper of Rs 100/- or more and should be valid for at least 6 months but sufficient to cover the satisfactory execution of Contract.

18. Performance Guarantee: You shall have to furnish Performance Bank Guarantees on any Nationalized / Scheduled Bank in India valid for 42 (forty two) months from the date of commissioning for 10% landed value of the equipment as a coverage towards the Supplier’s performance against the Contract, in our standard format (enclosed as Annexure B2). The PBG shall be released after expiry of validity period if no claim is pending with approval of Competent Authority. The total value of the PBG would be Rs. 96,50,158.06 (Rupees ninety six lac fifty thousand one hundred fifty eight and paise six only) for each Equipment. No payment shall be made without submission & acceptance of PBG. The PBG should be in the name of the Bank and should be furnished on a non-judicial stamp paper of Rs. 100/- or more. The PBG should be submitted within three weeks of receipt of order.

19. Since you have to submit Security as well as Performance Bank Guarantee, you have option to submit a Security cum Performance Bank Guarantee (in lieu of Security & Performance Bank Guarantee separately). In that case, amount of Security cum PBG shall be Rs. 96,50,158.06 (Rupees ninety six lac fifty thousand one hundred fifty eight and paise six only) for each Equipment. (As per format enclosed at Annexure B3). The same should be submitted within two weeks time of receipt of order. No payment shall be made without submission & acceptance of Security Cum PBG (in case you are submitting Security Cum PBG in lieu of Security & Performance Bank Guarantee separately).

20. Manufacturer’s Guarantee and Test Certificate: Manufacturer's Test and Guarantee certificate should be provided along with the supply and will be submitted as part of LC documents.

21. Customs clearance: Will be undertaken by the Port Consignee. 22. Please quote Purchase Order No. & date in all correspondence. 23. Country of origin: Japan. 24. Trial Clause: The machine shall be put on trial for the period of Guarantee/Warranty for a period of

12 months from the accepted date of commission to justify its adaptability in Indian Condition. This ‘Trial’ will mean trial for performance only, and liability of the supplier shall be limited by the Guarantee/warranty & Performance Bank Guarantee Clause. You shall submit a certificate to this effect and this certificate shall form part of the LC.

Purchase Order # 05823236(11) Date: 21.02.2014

Page 6 of 31

25. Effect and Duration of Guarantee: This Guarantee shall become effective on the day on which the Equipment is commissioned at the Site. The issue of the Purchaser’s Acceptance Certificate shall evidence commissioning. This guarantee shall remain effective for thirty six (36) months from the date of commissioning irrespective of the hours operated by the Equipment during the period of the guarantee. In the event that Equipment fails to achieve the Availability herein provided, measured over each twelve (12) month period, you shall be liable to pay to the Purchaser, as Penalty, a sum equal to, as indicated hereunder for each equipment: - a) 1% of the delivered price of the equipment for every percentage reduction from the

Guaranteed Availability for the first 5% b) 10% of the delivered price of the equipment for reduction beyond 5% from the Guaranteed

Availability. 26. Deemed Breakdown: When you are unable to supply the replacement of a failed part under

warranty within 21 days of giving intimation by the consignee and if the machine is commissioned by using the spare from the stock of the project the period (after 21 days) till the supplier replaces the part under warranty shall be treated as “Deemed Breakdown” (the credit for keeping machine available shall not be given to you).

27. Special Condition: For close monitoring of the performance of the equipment under warranty, the Project Authorities must furnish the following information as per enclosed Performa (Annexure C) on monthly basis to ECL Hqrs. On completion of the Performance Guarantee Period, a consolidated statement in the said proforma must be sent to GM (Excv), ECL Hqrs. for judgment regarding performance of the equipment. The Project authorities must not give performance certificate directly to the equipment supplier.

28. Packaging for Transit: 1.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or

deterioration during transit to their final destination, as indicated in the contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of heavy handling facilities at all points in transit.

1.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, and in any subsequent instructions ordered by the Purchaser.

29. Training: The Supplier in consultation with the HOD (Excavation) of ECL-HQ as well as the respective project shall make available, manufacturer’s works or elsewhere outside India or site, experience personnel to conduct training of ECL’s operators, technical and supervisory personnel for suitable period from the date of issue of certificate of acceptance of the equipment. Training should be conducted free of cost. The supplier shall contact HOD (Excavation), ECL-HQ before and after conducting the training.

The training shall cover the following: (a) The machine system and safety (b) Equipment operation and maintenance (c) Trouble shooting, localization of fault and their remedies covering: (i) Electrical and electronics (ii) Mechanical (iii) Hydraulic System (iv) Air System (v) Lubrication System Comprehensive training manuals with clear illustration shall be provided to each participant. Training course shall be conducted in both English and Hindi languages as required.

30. Follow up Visits: You shall provide follow-up visits at site of a Regional Manager / Senior Technical Person competent to take decision on the spot to settle any dispute/problems associated with the machine and to render his expert advise to the Project personnel in operation and maintenance.

31. After Sales Service: You will depute your Service Engineers for periodical inspection/checking and performance monitoring of the equipment during its warranty period and to advise the projects on action to be taken for obtaining maximum availability of the equipment.

32. Manuals: a) One suitably illustrated copy of Operating, Repair and Maintenance Instructions for each

equipment, written in the English language, substantially bound in book form;

Purchase Order # 05823236(11) Date: 21.02.2014

Page 7 of 31

b) One suitably illustrated copy of detailed Spares Parts Manuals for each equipment covering all plant, Equipment and accessories substantially bound in book form;

c) You shall also be required to submit an assembly-wise Spare Parts Manuals e to the office of GM(Excavation), ECL Hqrs. for the equipments.

33. Quality Control Measure: You shall furnish details of Quality Control measure being adopted by you including any International/Indian standard being followed. The details should include the equipment and personnel employed for this purpose.

34. Tools: Tools as mentioned in the Annexure A2 should be provided with the equipment. 35. Erection, Commissioning, Product support & Periodical Maintenance during and after Warranty and all

other After Sales activities including Part Support shall be under-taken by M/s Larsen & Toubro Limited, India, your authorized distributor in India as per your offer.

36. Jurisdiction: The courts of the place from where the acceptance of tender has been issued, shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract. All disputes are subject to Asansol Jurisdiction for the subject Purchase Order.

37. Any terms and conditions of supply, not specified in the Purchase Order will be governed by our NIT/Tender documents and also by the General Terms and Conditions of Supply of Stores of ECL: already attached with the NIT/tender documents.

38. Order acknowledgment: Please let us have your formal acknowledgment and acceptance of this order by way of signing (with your seal) and returning the extra copy attached herewith. Your formal acceptance of this order is essential for opening of LC.

FOR AND ON BEHALF OF ECL

Sr. Manager (Pur) Chief Manager (Pur) Cc: D(T)-P&P/D(F)/D(T)-Op, ECL Cc: GM(MM): CCL/MCL/NCL/WCL/SECL/BCCL Cc: GM(MM)Pur/GM (MM)S/Gr.GM(X)/GM(F)I/C-the Paying Authority / CVO / CM(Fin)/Bills / IC Progress

Cell,ECL HQ - This is issued against indent no. EXCV/HEMM/11-12/10 dated 26.04.2011 received under cover of N/s No. ECL/CGM(Excv)/151A dated 05.04.2011 of EXCV, ECL/HQ. Our IC # is 21121177 dated 07.12.2011. BC has been accorded vide nos. CB/EM/HEMM/14-15/01 dated 10.02.2014 for Rs. 20,36,71,431.48. FC # is D(F)/10 Cum Loader/13-14/92 dated 14.02.2014 for Rs. 20,36,71,431.48.

Cc: GM (C&F), Coal India Limited, Clearing & Forwarding cell, 6, Lyons Range, Kolkata – 700001 – the Port Consignee.

Cc: GM I/c/AFM/AE(X)/CM(MM), Rajmahal Area, ECL Cc: Area Stores Officer, Rajmahal Area – the Ultimate Consignee. Cc: Ministry of Shipping, Road Transport & Highways, Department of Shipping (Chartering Wing), Govt. of

India, Pariwahan Bhawan, 1 Sansad Marg, New Delhi – 110001 (Regd. Post with AD) - with 2 copies of the order.

Cc: The Director (Enforcement), Enforcement Directorate, Govt. of India, 6th Floor, Lok Nayak Building, Khan Market, New Delhi – Regd. Post with AD.

Cc: GM (UMD), CMPDIL, Ranchi. Cc: GM (EED), CIL, 10, N. S. Road, Kolkata-700001. Cc: Company Secretary, ECL-Hq – This issues with the approval of the Board of Directors in the 267th

Meeting held on 29.01.2014 which has been communicated by your Office vide Letter No. ECL: CS (267-C)/01 dated 17.02.2014.

Cc: M/s Larsen & Toubro Limited, L&T Mining Machinery, 3B, Shakespeare Sarani, Kolkata – 700 071 Cc: Independent External Monitors:

Sl No Name Address 1 Shri Debabrata Bandopadhyay, Retd IAS,

Former Secretary, Land & Land Reforms, Govt of WB

G.D.- 89, Sector III Salt Lake Kolkata – 700106

2 Shri Sujit Shankar Chattopadhyay, IAS (Retd), CK-205, Sector- I Salt Lake, Kolkata 700091

Sr. Manager (Pur) Chief Manager (Pur)

Purchase Order # 05823236(11) Date: 21.02.2014

Page 8 of 31

ANNEXURE – A TECHNICAL SPECIFICATION

SUPPLY OF 10 CU.M. WHEEL LOADER

DESCRIPTION

YOUR RESPONSE AS PER YOUR OFFER & YOUR

SUBSEQUENT CONFIRMATION

QUANTITY REQUIRED = 02(TWO) No. Quantity Offered : 02(Two) nos.

DIESEL ENGINE POWERED WHEEL LOADER WITH MINIMUM 10.00 Cum BUCKET CAPACITY,

Technical Specifications Preface - Instructions to Bidders IInnttrroodduuccttiioonn

These Technical Specifications identify the technical requirements of the Goods and Services which are the subject of this Tender.

Accepted

The Technical Specifications are presented in four parts as follows:

Accepted

A Scope Of Supply B General Requirements 1) Geography and Climatic Conditions Accepted 2) Goods (Equipment and Machinery) Accepted 3) Standards Accepted 4) Supplier’s Responsibility Accepted 5) Spare Parts Provisions Accepted 6) Composite Warranty / Guarantee Accepted 7) Performance Guarantee Accepted 8) Quality Assurance Accepted C Equipment Specifications Conformity with Specifications Accepted

The Equipment to be provided shall conform with the requirements defined in these parts. Where stated requirements conflict, the order in which the specifications shall prevail is as follows:

Accepted

Part A followed by Accepted Part B followed by Accepted Part C Accepted Site Visits Accepted

The Bidder prior to making any Bid calculation and as part of the preparation of it's Bid, shall be deemed to have visited and inspected the Site(s), made all enquiries and collected all information documentary or otherwise, including climatic conditions, as considered necessary by the Bidder for the proper and accurate preparation of it's bid.

Accepted

Technical Response

Bidders shall provide a Clause by Clause commentary demonstrating compliance with the Purchaser's Technical Specifications, identifying any deviations thereto, together with full supporting technical literature and data sheets. The Equipment offered by Bidders will be evaluated technically based on the information presented in the bid without reference to extrinsic evidence.

Accepted

Additionally Bidders shall provide the information specifically requested in the Attachment to the Technical Specifications.

Accepted

Failure to provide any information requested in any part of this specification may deem the bid non-responsive.

Accepted

A. Scope of Supply

Purchase Order # 05823236(11) Date: 21.02.2014

Page 9 of 31

A.1 Equipment Package

The Supplier is required to bid as per the equipment package detailed in the Tender Document

Komatsu make Wheel Loader WA800-3EO powered by

Komatsu SAA12V140E-3 diesel engine developing 853HP gross power at 2000 rpm having high

lift boom & 10 Cum Bucket, fitted with Air Conditioned

Steel Cabin, General tool Kit & Spares 2 (Two) no Tyres.

A.2 Supplementary Items

I. The Equipment shall be provided with a comprehensive tool kit, which shall include any special tools required for erection, commissioning and for the maintenance and repair of all the Equipment.

General Tool Kit as per Annexure A2

II. First fill of all oils, grease and lubricants needed for test and commissioning of each equipment.

We confirm as per NIT

A.3 Information and Drawings

At least one month before the scheduled installation date, the Supplier shall provide:

We confirm as per NIT

(a) Suitably illustrated copies of Operating, Repair and Maintenance Manuals for each type/model of equipment and accessories, written in the English language, substantially bound in book form; One(1) copy along with soft copy to each project site; and One (1) copy along with soft copy to the General Manager(Excv.), ECL Hqrs. India;

We confirm as per NIT

(b) Suitably illustrated copies of detailed Spares Parts Manuals for each type/model of equipment and accessories, written in the English language, substantially bound in book form; One(1) copy along with soft copy to each project site; and One (1) copy along with soft copy to the General Manager(Excv.), Susidiary Hqrs. India;

We confirm as per NIT

A.4 Erection/Assembly, Commissioning and Performance Testing

The Supplier shall provide the Services of Specialist Technicians to supervise the installation/ erection/ assembly, commissioning and any performance testing of the plant, Equipment and accessories supplied.

We confirm as per NIT

The Technicians shall remain at site following commissioning until all necessary personnel are fully conversant with the maintenance and operation of the Equipment.

We confirm as per NIT

A.5 Training

The Supplier in consultation with the HOD (Excavation) of ECL-HQ as well as the respective project shall make available, manufacturer’s works or elsewhere outside India or site, experience personnel to conduct training of ECL’s operators, technical and supervisory personnel for suitable period from the date of issue of certificate of acceptance of the equipment. Training should be conducted free of cost. The supplier shall contact HOD (Excavation), ECL-HQ before and after conducting the training.

We confirm as per NIT

The training shall cover the following: We confirm as per NIT (a) The machine system and safety We confirm as per NIT (b) Equipment operation and maintenance We confirm as per NIT

(c) Trouble shooting, localization of fault and their remedies covering:

We confirm as per NIT

(i) Electrical and electronics We confirm as per NIT

Purchase Order # 05823236(11) Date: 21.02.2014

Page 10 of 31

(ii) Mechanical We confirm as per NIT (iii) Hydraulic System We confirm as per NIT (iv) Air System We confirm as per NIT (v) Lubrication System We confirm as per NIT

Comprehensive training manuals with clear illustration shall be provided to each participant. Training course shall be conducted in both English and Hindi languages as required.

We confirm as per NIT

B. General Requirements B.1 Geography and Climatic Conditions Elevation

The natural surface varies from 100 to 1000m above mean sea level.

Accepted

Climate

The climate is sub-tropical to tropical, dusty, with a hot and humid atmosphere. Monsoon rains occur in the period from June to October.

Accepted

Ambient Conditions Relative Humidity - Maximum 98%

Accepted

Temperature - Minimum O0c Accepted Temperature - Maximum 5O0C Accepted

Rainfall: The mean annual rainfall is 1,000 mm, 90 to 95% of which may fall in rainy season from June to October.

Accepted

Wind April to September - South to South Westerly

Accepted

October to March - North Westerly Accepted Speed - 8 km per hr average Accepted 100 km per hr maximum Accepted Under foot - Slushy and highly abrasive. Accepted

B.2 Goods (Equipment and Machinery)

Detailed specifications of the Equipment to be supplied are given in Part C of this section.

Accepted

In general, all items shall be:

New, unused and of the current design (incorporating latest proven features) and not likely to be discontinued or become obsolete in near future

Accepted

Designed and constructed to handle without overload and for the working hours stated, the maximum volumes/rates specified;

Accepted

Designed to facilitate ready access, cleaning, inspection, maintenance and repair of component parts;

Accepted

Designed to facilitate rapid changeover of consumable items. Accepted

The component parts of all items shall, wherever possible, be selected from the standard ranges of reputable manufacturers.

Accepted

The Equipment and accessories shall be physically robust and where necessary capable of dismantling for transportation and ready re-assembly using simple tools. All Equipment items provided shall be designed to be compatible within the proposed overall Scope of Supply.

Accepted

Electrical Equipment shall provide all protection devices, controls and interfaces for the Equipment to operate safely and efficiently.

Accepted

All workmanship and materials shall be of first class quality in every respect.

Accepted

All parts and surfaces, which are exposed to corrosive environments, shall be suitably protected to prevent any effects of corrosion or erosion.

Accepted

B.3 Services The supplier shall be responsible for the erection and We confirm as per NIT

Purchase Order # 05823236(11) Date: 21.02.2014

Page 11 of 31

commissioning of the equipment at site.

The supplier shall depute qualified and competent Engineer(s) and specialist technicians to supervise the entire assembly, erection and commissioning of equipment free of cost.

We confirm as per NIT

B.4 Standards

The design, supply, erection, testing and commissioning of all Equipment under this Contract shall in all respects comply with the requirements of this Specification and with the appropriate current Indian standards and codes, or relevant Standards issued by the International Standards Organisation (ISO).

We confirm as per NIT

The Equipment shall be to the approval of the Statutory Government Authorities including Director General of Mines Safety (DGMS) having jurisdiction over the Equipment and its use.

We confirm that our offered equipment complies to the ISO

standards as mentioned in PartC.2.

As such DGMS does not approve any Wheel Loader,

however Auto Fire Suppression System to be supplied along with the equipment will be

DGMS approved. Audio Visual Alarm will also be supplied as

per DGMS specification.

The system of units for all measurements shall be the Système International d’Unités (S.I.).

We confirm as per NIT

B.5 Suppliers Responsibility

The Purchaser requires that the Supplier shall accept responsibility for the provision of complete operable and compatible Equipment and systems within the Scope of Supply. This document identifies only the major items required for the installation and the Supplier shall ensure that the total supply includes all necessary Equipment for it to function effectively and safely. Any additional items the Supplier considers necessary to ensure compliance with such a requirement shall be identified and included.

We confirm as per NIT

If the Supplier observes that this Specification document contains any anomalies, ambiguities, flaws, errors or omissions, the Supplier shall immediately bring these to the attention of the Purchaser.

Accepted

The Supplier shall be responsible for the testing and commissioning of the Equipment and ensure that it meets the requirements as specified. The commissioning and setting to work of the whole Equipment Supply package shall be carried out under the supervision of the Supplier in conjunction with the Purchaser’s nominated personnel

We confirm as per NIT

B.6 Spare Parts Provisions

Purchase Order [vide No: 05823237(11) dated 21.02.2014] for supply of Consumables & Spares for 3 years for the Ordered equipment is being placed separately on M/s Larsen & Toubro Limited, Kolkata, your authorized distributor.

B.6.1 Availability of Spare Parts.

All items and Equipment proposed shall be of current design and manufacture. The Supplier shall warrant that sufficient spares and servicing facilities will be available to maintain the Equipment in use throughout its life.

We confirm as per NIT

Purchase Order # 05823236(11) Date: 21.02.2014

Page 12 of 31

B.6.2 Provision of Spare Parts

B.6.2.1

Within the Contract Price, the Purchaser shall agree to purchase operational, maintenance and standby/contingency spare parts, consumable items, wear materials, maintenance tools and special tools (hereinafter collectively referred to as “Spare Parts” unless the context requires otherwise) in accordance with the Supplier's recommendations for thirty six (36) months from the date of issue of the Acceptance Certificate. Similarly within the Contract Price, the Purchaser shall also agree to purchase consumable items (hereinafter referred to as “Consumables”) in accordance with the Supplier's recommendations for thirty six (36) months from the date of issue of the Acceptance Certificate. In addition the Supplier shall provide Spare Parts and Consumables for Commissioning.

We confirm as per NIT

Consumables shall not include oils, lubricants, and fluids for the purposes of this Guarantee but the Supplier shall provide all necessary oils, lubricants fluids for the purposes of commissioning Equipment and undertaking Tests on Completion in accordance with the Contract.

We confirm as per NIT

Each machine shall be delivered with Consumables adequate, initially, for twelve (12) months operation from the date of purchaser's acceptance certificate. Thereafter Spare Parts and Consumables shall be delivered periodically, and not less than twice annually, throughout the next twenty four (24) month period (after warranty period) in order to comply with the provisions herein contained.The supplier shall submit three (3) seperate schedules showing spare parts and consumables proposed to be supplied by them in each twelve (12) month period from the date of purchaser's acceptance certificate.

We confirm as per NIT

As the first year is under warranty only consumables are allowed to be given in the 1st year list

We confirm as per NIT

B.6.2.2

In the event that the Spare Parts and Consumables, as recommended by the Supplier, in any way fall short of actual requirements during the period for which they are said to be adequate, the Supplier shall provide such additional Spare Parts and Consumables as are necessary at the final destination. Such additional Spare Parts and Consumables shall be provided by the Supplier to the Purchaser free of all cost and shall be transported to Site by air freight internationally and by air, rail or fast road transport within India.

We confirm as per NIT

B.6.2.3 In the event that the Spare Parts and Consumables, as recommended by the Supplier, are in excess of actual requirements. The Purchaser may at its option:

Accepted

a)retain such excess Spare Parts and Consumables as, in it's discretion, it may elect to do so;

Accepted

b)require the Supplier to repossess or repatriate or otherwise dispose of such excess Spare Parts in exchange for payment to the Purchaser of the Contract Price of the Spare Parts and Consumables concerned

Accepted

The Purchaser shall notify the Supplier, in writing of it's requirements under this Clause within thirty (30) days of completion of the period referred to in Clause B.6.2.1 hereof

Accepted

B.6.2.4

In the event that operation of the Plant is inhibited or frustrated as a direct result of lack of Spare Parts and Consumables, pursuant to Clause B.6.2.2 hereof, then the period referred to in Clause B.6.2.1 hereof shall be extended by a period of not less than the period during which

Accepted

Purchase Order # 05823236(11) Date: 21.02.2014

Page 13 of 31

operation as aforesaid was inhibited or frustrated.

B.6.2.5

The Supplier shall not be liable for the supply of additional Spare Parts or Consumables, nor to extend the period referred to in Clause B.6.2.1 hereof, if and to the extent that, additional Spare Parts and Consumables are required by reason of unforeseen accidents, negligence or misuse on the part of the Purchaser

Accepted

B.6.2.6

The assessment of the bidder of the spare parts requirements shall be based upon the expected but not limited to the number of working hours per year as defined in the individual Equipment Specifications included as the Attachment to the Technical Specifications.

Accepted

B.6.3 Emergency Spare Parts

B.6.3.1

Emergency Spare Parts required by the Purchaser to repair breakdowns shall be dispatched to the Site by the Supplier by the fastest, practicable, means as directed from time to time by the Purchaser.

We confirm as per NIT

B.6.3.2

For the purposes of Clause B.6.2.6, “Emergency Spare Parts” shall mean those spare parts or components required by the Purchaser to repair any item of Plant supplied pursuant to the Contract in the event of a breakdown not attributable to a failure covered by guarantee or a failure of the Supplier to provide adequate Spare Parts, or Consumables

Accepted

B.6.3.3

Payment in respect of the supply and delivery of such Emergency Spare Parts shall be made promptly, retrospectively, by the Purchaser, in a manner consistent with the Terms of Payment described in the Contract.

Accepted

B.6.4 Lifetime Spare Parts

The Supplier undertakes and guarantees to produce and maintain stocks, to be available for purchase by the Purchaser under separate agreement, of all Spare Parts and Consumables as may be required for maintenance and repair of the Plant throughout its working life. In the event that the Supplier wishes to terminate production of such Spare Parts, the Supplier shall:

We confirm as per NIT

(a) Give not less than six months notice in writing of it's intention to terminate production in order to permit the Purchaser reasonable time in which to procure needed requirements; and

We confirm as per NIT

(b) Immediately following termination, provide to the Purchaser at no cost, manufacturing drawings material specifications and all necessary permissions to facilitate manufacture of the Spare Parts elsewhere.

We confirm as per NIT

In any event, the Supplier shall not seek to terminate manufacture of spare parts for a period of not less than ten (10) years from Taking-Over.

We confirm as per NIT

B.6.5 Oils, Lubricants and Fluids

Not less than one (1) month before the scheduled date for Acceptance, the Supplier shall provide to the Purchaser a detailed schedule of all necessary oils, lubricants, fluids and the like for the operation and maintenance of Equipment. The schedule shall indicate estimated annual consumption and specify the appropriate international standard number or the name and reference number of an equivalent available in India considered to be acceptable by the Supplier.

We confirm as per NIT

B.6.6 General

Nothing in this Clause B.6 shall relieve the Supplier of any Guarantee, Availability, Performance or other obligations or

Accepted

Purchase Order # 05823236(11) Date: 21.02.2014

Page 14 of 31

liabilities under the Contract. Note: Purchase Order [vide No: 05823237(11) dated 21.02.2014] for supply of Consumables & Spares for 3 years, Local Sourced Items required for commissioning of the equipment and Erection, Commissioning & Product Support Charge for the above Ordered equipment is being placed separately on M/s Larsen & Toubro Limited, Kolkata, your authorized distributor. As such, provision of

B.7 Performance Guarantee B.7.1 Introduction

B.7.1.1

The Supplier shall guarantee that the Equipment supplied pursuant to this Contract shall be available for use by the Purchaser and shall meet the performance criteria specifications at the level and in accordance with the terms and conditions of the Availability Guarantee herein contained.

We confirm as per NIT

B.7.1.2

Where Equipment supplied under the Contract fails to meet the criteria of the Availability Guarantee, the Supplier shall, at it's own cost, provide suitably qualified and experienced personnel at Site to demonstrate to the Purchaser's satisfaction that the required level of availability can be achieved and maintained.

We confirm as per NIT

B.7.1.3

The Supplier shall provide the Services of such personnel at Site within seven (7) days of notification by the Purchaser that the availability criteria has not been met in any one (1) month.

We confirm as per NIT

B.7.2 Guarantee

B.7.2.1

The Supplier shall guarantee that the Equipment supplied pursuant to the Contract shall be available to the Purchaser at the level hereinafter defined to perform to criteria of not less than that defined in the Technical Specifications incorporated in the Contract.

We confirm as per NIT

B.7.2.2

The Supplier shall guarantee that the Equipment shall be available to perform its duty to minimum criteria and to the minimum availability percentage level as defined in the individual Equipment Specifications included as the Attachment to the Technical Specifications. The method of assessment applied shall be as follows:

We confirm as per NIT

Method of Assessment:

The following calculation shall determine the availability of the Equipment:

Accepted

% Availability = [(Scheduled Available Time - Downtime)/Scheduled Available Time] X 100

Accepted

Scheduled Available Time shall equate to 24 Hours for every mine working day in a year

Accepted

Downtime shall mean all hours of work lost due to mechanical, electrical or other failure, including:

Accepted

a) Routine servicing and maintenance in accordance with the manufacturer's published recommendations, including:

Accepted

Changing oils, oil filters and air filters; lubrication; Accepted Changing identified consumable or wear parts. Accepted

b) Planned preventative maintenance programmes;

Accepted

It shall not however include: Accepted

I. Damage due to abusive use or incorrect operation methods by the Purchaser;

Accepted

II. Accidents; Accepted

III. Strikes or stoppage of work by the Purchaser's personnel;

Accepted

IV. Natural disaster; Accepted V. Lack of Spare Parts not attributable to a Accepted

Purchase Order # 05823236(11) Date: 21.02.2014

Page 15 of 31

failure of the Supplier, it's Agents or Representatives.

Downtime shall also specifically include all hours lost due to failures determined to be guarantee failures.

Accepted

The Supplier shall state the number of hours per day required to carry out (a) and (b) above. The time stated shall, with the agreement of the Purchaser, form the basis of the assessment of the availability.

Accepted. The daily maintenance hours required to carry out routine servicing and preventative maintenance of the offered model will be 1

hour/ day.

The Purchaser will assist the Supplier, without relieving the Supplier of any other obligations under the Contract, to achieve the guaranteed availability by:

Accepted

1. Providing normal and proper maintenance, including preventative maintenance in accordance with the Supplier’s standard/published recommendations, and making all necessary repairs using only genuine manufacturer's spares.

Accepted

2. Providing co-operation to all Supplier’s authorized representatives, complying with all reasonable procedural suggestions to improve efficiency of machine operation or reduce downtime.

Accepted

3. Where appropriate, providing and maintaining such conditions as:

Accepted

· Proper electrical Supply Accepted · Terrain Area Accepted · Bench preparation Accepted · Reasonable floor conditions Accepted

4. Providing all Supplier’s authorized representatives access at all reasonable times to the machine service and repair facilities.

Accepted

Maintaining a logbook for each shift wherein the working hours, breakdown times, maintenance hours, idle time, etc. shall be recorded. This record will be available for examination and signature by the Supplier’s representative.

Accepted

B.7.3 Effect and Duration of Guarantee

B.7.3.1

This Guarantee shall become effective on the day on which the Equipment is commissioned at the Site. The issue of the Purchaser’s Acceptance Certificate shall evidence commissioning.

We confirm as per NIT

B.7.3.2

This guarantee shall remain effective for thirty six (36) months from the date of commissioning irrespective of the hours operated by the Equipment during the period of the guarantee.

We confirm as per NIT

B.7.3.3

In the event that Equipment fails to achieve the Availability herein provided, measured over each twelve (12) month period, the Supplier shall be liable to pay to the Purchaser, as Penalty, a sum equal to, as indicated hereunder for each equipment: -

We confirm as per NIT

a) 1% of the delivered price of the equipment for every percentage reduction from the Guaranteed Availability for the first 5%

We confirm as per NIT

b) 10% of the delivered price of the equipment for reduction beyond 5% from the Guaranteed Availability.

We confirm as per NIT

B.7.3.4

When the supplier is unable to supply the replacement of a failed part under warranty within 21 days of giving intimation by the consignee and if the machine is commissioned by using the spare from the stock of the project the period (after 21 days) till the supplier replaces the part under warranty shall be treated as “Deemed

We confirm as per NIT

Purchase Order # 05823236(11) Date: 21.02.2014

Page 16 of 31

Breakdown” (the credit for keeping machine available shall not be given to the supplier).

B.7.3.5

SPECIAL CONDITION The machines under supply against this tender should have the same major assemblies / sub-assemblies which were fitted on the machines supplied against ECL/CIL’s last supply order. In case any change is contemplated prior clearance of ECL will be necessary.

We confirm as per NIT

B.8 Deemed Breakdown

When the supplier is unable to supply the replacement of a failed part during the guarntee period, and if the machine is commissioned by using the spares from the stock of the project, the period (after 21 days) till the supplier replaces the part shall be treated as ‘deemed breakdown’ (the credit for keeping machine available shall not be given to the supplier.) The supplier shall not in any way be allowed to take out spare parts from other equipment, which are under breakdown and covered under guarantee. Even if the equipment is commissioned by taking out spare parts from any other breakdown equipment in the interest of ECL, it shall be treated as ‘deemed breakdown’ till the supplier replaces the spare parts

We confirm as per NIT

B.9 Composite-warranty/guarantee

The supplier shall warrant that the equipment supplied under this contract is:

We confirm as per NIT

a) In accordance with the contract specifications. We confirm as per NIT

b) The equipment shall have no defects arising out of design, material or workmanship & the complete equipment shall be warranted for 12 months from the accepted date of commissioning. Any defect arising observed on this account will have to be attended immediately.

We confirm as per NIT

c) The supplier must ensure that there is no major breakdown due to manufacturing / design defects during the warranty period. In case such breakdown occurs the purchaser reserves the right to extend the warranty period suitably.

We confirm as per NIT

The warranty shall cover for total equipment so that comprehensive responsibility lies only with the equipment supplier although components may be supplied by different suppliers to the bidder.

We confirm as per NIT

B.10 Quality Assurance

B.10.1

The Supplier should furnish in detail its quality assurance plan for various stages of manufacture. The Quality Assurance plan shall comply with an internationally recognized quality assurance standard such as ISO 9000. Xerox copy of such valid certificate is to be submitted along with offer in techno-commercial bid.

We confirm as per NIT

B.10.2

The Supplier shall provide facilities to Purchaser or their authorized representatives for progress inspection during manufacture at his works and furnish all test data available in this regard for quality control, both for bought out items and his own manufactured items.

We accept. At your cost and limited to the tender

specification.

B.10.3

The Purchaser or his agent, when so required by him, shall also be provided with samples of “bought-out” materials for the purposes of undertaking independent tests, which shall be at the expense of the Purchaser.

We accept. At your cost and limited to the tender

specification.

B.11 After Sales Service / Product Support

The Supplier must have adequate facility for product support for such machines in India with nearest

We confirm as per NIT

Purchase Order # 05823236(11) Date: 21.02.2014

Page 17 of 31

Depot/Warehouse, service facility and personnel. Details of such facilities are to be mentioned as at clause 8 of Equipment specification.

C. Equipment Specifications

The equipment shall comply with the following specifications, included as an attachment to this Section.

We confirm as per NIT

C.1 Scope Of Specification

This specification is intended to cover the technical requirements for the design, manufacture, testing, delivery, on-site erection and commissioning for a diesel engine powered, pneumatic tyred front end loader having bucket capacity not less than 10m3.

We confirm as per NIT

Bidders may also quote on diesel electric drive model, if available, describing electrical system in full.

Not Applicable

C.2 The International Standards shall form part of, the Specification:

C.3 Design Criteria

The wheel loader shall be capable of continuous operation for protracted periods on a system of 3 shifts each of 8 hours duration per day throughout the year in hard, highly abrasive, blasted sandstone/rock.

We confirm as per NIT

The front end loader will load coal from stockpile and/or from the pit face. Additionally it will load rock aggregates from stockpile and/or pit clean ups after blasting. Densities of materials (solid bank dry) are 1.70 Tonnes/m3 for coal and 2.1 Tonnes/m3 for rock. The swell factor applying to waste rock and coal is approximately 0.75 and 0.74 respectively.

Accepted

The front end loader shall be suitable for 2:1 heaped loading of rear Dumpers with capacity of 100T.

We confirm as per NIT

The front end loader shall have the following working ranges:

We confirm as per NIT

a) Reach at full lift and 450 discharge with teeth not less than 2.3 m

We confirm as per NIT

b) Digging depth not less than 50 mm We confirm as per NIT c) Hinge pin height not less than 6.9 m We confirm as per NIT d) Overall height not less than 5.2 m We confirm as per NIT

e) Dump clearance at full lift and 450 discharge with teeth not less than 4.50 m.

We confirm as per NIT

C.4 TECHNICAL REQUIREMENTS C.4.1 Bucket

The front end loader shall be supplied with a hard faced, heavy-duty rock bucket of not less than 10.00m3 Bucket capacity. The bucket shall be with V-lip, bucket lip to accept minimum of six weld-on adapters. All adapters and teeth to be furnished by supplier.

We confirm as per NIT. KOMATSU WA800-3EO wheel loader with high lift will be supplied with a hard faced, heavy-duty EXCAVATING

BUCKET, 10 m3 V- EDGE as per SAE standard. The bucket is spade nose with bucket tip having 10 weld-on adapters. All adapters and teeth will be furnished with the machine.

Bucket corner teeth should be provided for increased penetrating force and minimize bucket wear.

We confirm as per NIT.

The tooth points supplied with the bucket shall also be abrasion resistant and should have proper, durable, easily removable and shock absorbing type attachment with the bucket.

We confirm as per NIT.

C.4.2 Front End Equipment

Purchase Order # 05823236(11) Date: 21.02.2014

Page 18 of 31

The loader linkage should be a rugged durable construction of high tensile strength steel and free from any stress concentrations. The design must provide maximum rigidity, fast cycle times and superior breakout force. The design must take care of all forces i.e. bending, torsion, compression, etc. encountered during operation of the equipment. The linkage design should enable shock dumping to remove sticky materials. The loader linkage pins must be suitably lubricated and sealed with dust seals and cord rings in order to achieve maximum maintenance interval. The bucket attachment connecting pins shall also be sealed and lubricated.

We confirm as per NIT.

C.4.3 Engine

The front end loader shall be powered by one or two direct injection 4-stroke turbo-charged diesel engine(s) delivering sufficient horsepower, net power measured between 1700 and 2100 r/min according to ISO 9249 and any other ISO specifications as may be applicable.

We confirm as per NIT. Our offered KOMATSU WA800-3EO wheel loader with high lift

is fitted with diesel driven, turbocharged, 4-cycle water-

cooled engine model KOMATSU SAA12V140E-3 generating

flywheel hp of 603 KW @ 2000 rpm as per SAE J1349/ISO9249.

The engine(s) shall be provided with 24V electric starting, dry type 2-stage air cleaner with suitable dust evacuator and dust level indicator and 2-stage fuel filter with water separator.

We confirm as per NIT.

The engine(s) shall have a water jacket cooling system, thermostatically controlled, using an engine driven water pump, with the cooling water re-circulated through a heavy duty radiator. The system shall be capable of providing sufficient cooling to allow the front end loader to continuously operate at the full rated output at the maximum ambient temperature.

We confirm as per NIT. The engine has a water jacket

cooling system, thermostatically controlled,

using an engine driven water pump, with the cooling water

being re-circulated through the radiator. The system following the scheduled maintenance is capable to provide sufficient cooling to allow the front-end loader to continuously operate at the full rated output at the

maximum ambient temperature as per the tender

Specifications

The moving parts of the engine(s) shall be lubricated by an engine driven oil pump, with full flow oil filtration and cooling.

We confirm as per NIT.

The engine(s) shall be equipped with an over-speed governor/electronically controlled fuel injection system.

We confirm as per NIT.

The engine shall be provided with a heavy-duty pan guard. We confirm as per NIT.

Radiator shall be of the removable core type design.

We confirm as per NIT. Radiator core can be removed separately (tubes cannot be

removed), C.4.4 Operating Weight

Operating weight of the machine should not be less than 80, 000 Kg for the definite loader linkage and bucket combination offered in the bid.

We confirm as per NIT. The operating weight of

KOMATSU WA800-3EO wheel loader with high-lift is 103,420 Kg with the 10m3 spade nose

bucket and steel cab with

Purchase Order # 05823236(11) Date: 21.02.2014

Page 19 of 31

ROPS canopy C.4.5 HHyyddrraauulliicc SSyysstteemm

All machine loading movements shall be hydraulically operated. The front end loader hydraulic system should be of proven design for efficient operation. The hydraulic pumps, motors and cylinders should be field proven large heavy duty type and have suitable in-built protection from surge, cavitations, loss of oil due to hose leakage or burst, etc. As far as practicable reputable single make pumps, motors, cylinders and valves, etc. shall be used in the machine. Adequate filtration of hydraulic oil with provision of warning alarm in case of blockage of filter shall be provided. The hydraulic tank should be preferably pressurised. An adequate and effective hydraulic oil cooling system shall also be provided. All hoses shall be grouped as far as possible and suitably clipped to reduce damage from scuffing. Fire resistant hoses are to be provided in hot zone areas. All hoses and piping shall be protected from damage.

We confirm as per NIT. KOMATSU WA800-3EO wheel

loader with high-lift is KOMATSU’s standard product, which has been supplied all

over the world and the same, is being quoted here for ECL.

The machine loading movements are hydraulically operated and are of proven

design for efficient operation. The hydraulic pumps, motors and cylinders are field proven type and have suitable built in

protection from surge, cavitations, loss of oil due to

hose leakage or bursts etc. All the major hydraulic

components like pumps, motors, cylinders and valves

etc are manufactured in-house by KOMATSU. Adequate

filtration of hydraulic oil is provided.

The hydraulic tank is pressurized and effective

hydraulic oil cooling system is provided. The hoses are

grouped as far as possible to reduce damage from scuffing.

C.4.6 Machinery House

The front end loader shall be provided with a dust proof machinery house made of steel sheet supported by a steel structure and shall cover the engine & drive system. It shall be designed to give ready and safe access to personnel & equipment for maintenance.

We confirm as per NIT. The engine and drive system are housed in a dust proof

steel structure and are designed to give ready access to personnel and equipment

for maintenance.

Non-slip type walkways and catwalks with handrails shall be provided in and around the machinery house, the operator’s cab and service platforms and shall comply with International Standards.

We confirm as per NIT. Non-Slip type walkways and catwalks with handrails have been provided in and around

the machinery house, the operator’s cab and service platforms complying with international standards

C.4.7 Lubrication System

A centralized automatic lubrication system of positive pressure type should be provided with warning alarms for identification of failed points.

We confirm as per NIT. The locally procured Lincoln

make centralized auto-greasing system shall be provided along

with the machine. C.4.8 Operator's Cab

A fully insulated, sound suppressed, Air Conditioned ROPS and FOPS operator’s cab with front guard, tinted safety glass, wind shield wiper and washer should be mounted on rubber shock absorbers and elevated to facilitate a clear and unrestricted view of the operating area. The operator's seat

We confirm as per NIT. A fully insulated, sound

suppressed, air-conditioned ROPS/ FOPS operator cab,

tinted safety glass, wind shield

Purchase Order # 05823236(11) Date: 21.02.2014

Page 20 of 31

shall be a fully adjustable bucket type with foam rubber cushion and best quality upholstery complete with seat belt. A cooling fan shall also be provided.

wiper and washer mounted on the rubber shock absorbers and is elevated to facilitate a clear and unrestricted view of

the operating area. The operator seat has been provided with a reclining design with headrest to

support the operator comfortably during long

operation. The seat belt will be provided.

A cooling fan will be provided from local source.

All operating controls, gauges (with colour indication for safe and unsafe working), monitoring and working signals should be conveniently located in consoles within easy reach of the operator and shall comply with International Standards.

We confirm as per NIT. The operating controls and

gauges, monitoring and working signals are

conveniently located in consoles within easy reach of

the operator and comply to the international standards.

Gauge panel shall be hinged or attached to dashboard by quick release fasteners to permit easy servicing accessibility.

We confirm as per NIT. All gauges are electronic. The

main monitor and the maintenance monitor are

arranged on the instrument panel for a quick, clear reading of the machine functioning all the times. The main monitor also has diagnostic functions.

Deck of cab is to be clear of operating levers for passageway to door openings. Optimum noise and dust suppression should be provided. Electric horn shall be located on outside front wall of the cab. The sound performance of the cab should meet ISO requirements.

We confirm as per NIT. The cab has been designed ergonomically for the best comfort of the operator. Optimum noise and dust

suppression has been provided. Electric horn is provided.

The sound performance of the cab meets ISO Requirements.

C.4.9 Gauges and Indicators The following shall be provided : a) Water temperature gauge We confirm as per NIT. b) Torque Converter Oil Temperature Gauge We confirm as per NIT. c) Torque Converter Oil Pressure Gauge We confirm as per NIT. d) Engine oil pressure gauge We confirm as per NIT.

e) Engine oil temperature gauge

Not Provided. Engine is cooled by the cooling system, so they are influenced by each other.

Hence any excessive oil temperature will reflect in the cooling system and result in

rise in the coolant temperature. We have gauge

to measure the coolant temperature.

f) Air pressure gauge (if air is used for any controls)

Not Applicable

g) Hydraulic Pressure Gauge We confirm as per NIT.

Purchase Order # 05823236(11) Date: 21.02.2014

Page 21 of 31

h) Fuel capacity gauge. We confirm as per NIT. i) Engine tachometer We confirm as per NIT. j) Engine hour-meter We confirm as per NIT.

In case any of these gauge(s) is/are not provided, then it may be adequately explained that how job of the same shall be accomplished in the offered product.

Accepted

C.4.10 Warning Alarms/Lights The following audio/visual warning alarms shall be provided: a) Low Coolant level We confirm as per NIT. b) Low Engine oil pressure We confirm as per NIT. c) High Coolant Temperature We confirm as per NIT.

d) Cooling Blower failure light

Not Applicable. Provision of Warning Lights for Cooling Blower failure is required where the Blower is driven

electrically/ hydraulically. Since in our offered equipment

Radiator cooling fan is directly driven by Engine it is not

required.

e) Brake Indicator light,

We confirm as per NIT. Brake Oil pressure caution lamp &

Parking brake pilot lamp provided.

f) Air Cleaner Service Warning Light We confirm as per NIT.

g) Warning light test switch We confirm as per NIT.

Automatic warning light test switch provided.

h) Fluid power main low oil level and high temperature alarm

Fluid Power low level and oil temperature gauge provided.

i) Motor/Generator temperature protection if applicable

Not Applicable

j) Torque Converter high temperature We confirm as per NIT.

k) Torque Converter high pressure

Not Available. System is protected by transmission circuit relief valve, hence pressure warning is not

required. l) Back up alarm We confirm as per NIT.

m) Reversing Alarm. It must be audio & visual both. Audio-visual alarm while reversing the equipments should have a flasher/blinker at the rear end of the vehicle.

We confirm as per NIT.

In case any of these alarms/lights is/are not provided, then it may be adequately explained that how job of the same shall be accomplished in the offered product.

Accepted

C.4.11 Electrical Equipment The front end loader shall be provided with the following:

a) 24V DC electrical system with suitably rated alternator of reputable make.

24V DC electrical system with 75 Amp rated alternator of

reputable make will be provided.

b) Electric start We confirm as per NIT. c) Reputable make high capacity batteries We confirm as per NIT.

d) Battery isolation switch Battery relay switch will be provided

All Electrical wires & sleeves are to be of fire resistant quality. The wires are to be passed through flexible metallic conduit to avoid damage of insulation of the wire due to friction that may cause short circuit. All electrical circuits

We confirm as per NIT.

Purchase Order # 05823236(11) Date: 21.02.2014

Page 22 of 31

shall be protected by adequately rated fuses/circuit breakers, which shall be easily accessible for maintenance. At least two spare fuses of each size shall be provided in each fuse box, in case fuse are provided.

The ignition switch must be ‘ON’ to operate any electrical equipment.

24V to 12V converter for radio communication to be provided.

24V to 12V converter for radio communication to be provided

locally. C.4.12 LIGHTING

Adequate flood lighting and illumination at strategic points both outside and inside of the machine shall be provided for visual observation and night shift operation.

We confirm as per NIT.

C.4.13 Guards and Shields

Adequate guards and shields, which comply with International Standards shall be provided throughout the Front End Loader.

We confirm as per NIT.

C.4.14 Fire Extinguishers

An adequate number (not less than 04 nos.) of fire extinguishers shall be provided at strategic points on the loader, suitably mounted in heavy-duty brackets for ease of removal. The extinguishers shall be dry powder (cartridge type) with a minimum capacity of 5 kg and shall comply with Indian Standard IS: 2171.

We confirm as per NIT. Fire extinguishers will be

provided locally.

C.4.15 Fire Suppression System

DGMS approved fire detection and suppression system shall be provided.

We confirm as per NIT. Fire Suppression System will

be provided locally. C.4.16 Transmission

C.4.16.1 TThhee ppoowweerr ttrraaiinn sshhaallll iinncclluuddee aa ttoorrqquuee ccoonnvveerrtteerr,, ppoowweerr--sshhiifftt ttrraannssmmiissssiioonn aanndd ppllaanneettaarryy rreedduuccttiioonn iinn wwhheeeellss oorr ffoouurr wwhheeeell eelleeccttrr iicc ddrriivvee..

The power train includes torque converter and has a

power shift transmission with planetary gear reduction, with

a four wheel drive.

C.4.16.2 TTrraannssmmiissssiioonn sshhaallll pprroovviiddee 33 oorr 44 ssppeeeeddss iinn rreevveerrssee aass wweellll aass ffoorrwwaarrdd ddiirreeccttiioonn ooff ttrraavveell..

Wheel loader has 3 forward and 3 reverse speeds for

operation.

C.4.16.3 SSuuiittaabbllee pprrootteeccttiioonn ooff tthhee ttrraannssmmiissssiioonn ppaann ffrroomm eexxtteerrnnaall ddaammaaggee sshhoouulldd bbee pprroovviiddeedd.. TThhee ppaann gguuaarrdd sshhoouulldd bbee ddeessiiggnneedd ttoo mmiinniimmiizzee aaccccuummuullaattiioonn ooff ddiirrtt aanndd ddeebbrriiss..

Pan guard shall be provided on the transmission and will enable to minimize the

accumulation of dirt and debris.

C.4.16.4 TToorrqquuee CCoonnvveerrtteerr ooiill ffii lltteerr sshhaallll bbee pprroovviiddeedd We confirm as per NIT.

C.4.16.5 Adequate means should be provided to prevent damage to other components in the event of failure of the universal joints

Adequate means have been provided to prevent damage to other components in the event of failure of the universal joints

C.4.17 Axles & Final Drives

Four Wheel Drive system, Full Floating front axle shall be fixed to the front frame. Rear Axle shall oscillate ± 100 minimum. Differentials shall be conventional type.

The wheel loader has a four wheel drive system with fixed full floating front axle and with

the rear axle oscillation of ±11*. Differential is of straight

bevel gear type. C.4.18 Brakes

C.4.18.1 TThhee sseerrvviiccee bbrraakkeess sshhaallll bbee HHyyddrraauulliicc ooiill aaccttuuaatteedd wweett mmuullttiippllee ddiisscc ttyyppee aanndd sshhoouulldd ooppeerraattee aauuttoommaattiiccaallllyy iinn tthhee eevveenntt ooff llooww ooiill pprreessssuurree..

The service brake is hydraulically actuated wet

multiple disc type and operate automatically in the event of

Purchase Order # 05823236(11) Date: 21.02.2014

Page 23 of 31

low oil pressure.

They should preferably be fully enclosed to prevent entry of dust and water, and designed for low maintenance.

We confirm as per NIT.

C.4.18.2 TThhee PPaarrkkiinngg BBrraakkeess sshhaallll bbee SSpprr iinngg aapppplliieedd,, hhyyddrraauulliiccaallllyy rreelleeaasseedd,, ddrryy ddiisscc ttyyppee..

The parking brake is spring applied and hydraulically

released dry disc type on the front axle input shaft.

C.4.19 Steering System

Full hydraulic load sensing steering system meeting ISO 5010 specified standards. Center point frame articulation shall be there.

Articulated type, fully hydraulic power steering system has

been provided that complies to ISO 5010.

Center point frame articulation provided.

Emergency Steering shall be provided which shall be automatically activated in the event of failure of the normal steering power source. In case of provision of emergency steering motor, it should of sufficient capacity in order to ensure its operation for a prolonged time.

The equipment is equipped with Emergency Steering

Pump. The pump provides oil supply to operate steering

system in case of urgency for limited duration.

C.4.20 Tyres

Adequate size Tubeless, rock duty, cut-resistant tyres shall be provided.

We confirm as per NIT.

C.4.21 Fuel Tank

The fuel tank shall be of sufficient capacity to allow 16 hours operation without re-fuelling and be provided with a level indicator and a lockable hinged filler cap. Construction of the tank should be such that it provides for easy accumulation and drainage of water with minimum loss of fuel. The fuel tank should have provision of fast fill of fuel.

The fuel tank has a capacity of 1555 Liters and is provided with a level indicator and a

lockable-hinged filler cap. The fuel tank has sufficient capacity to meet the requirement under

medium duty operation. The tank construction provide for an easy accumulation and

drainage of water with minimum loss of fuel.

Fast fill of fuel provision is provided on the machine.

C.5 Ancillary Equipment And Other Requirements

The following are to be provided on the front end loader:

a) Horn We confirm as per NIT.

b) Hydraulic oil and air filter clogging indicators

We confirm presence of Hydraulic Filter Warning Lamp. Further to that our equipment is also equipped with Hydraulic

Filter Bypass valve. Air Filter Clog Indicator is also

provided.

c) Fire proof exhaust pipe blanket on exhaust side of engine

We confirm as per NIT. We confirm all the hoses used near

hot zone are generally fire resistant and “housed / routed separately” and are away from

the hot parts of the engine.

d) Baffle plate (Turbo side & Hyd. Pump side) We confirm as per NIT. It will be provided locally.

e) 2 no. tyre ( to be used exclusively in case of failure on user account during 1st three years)

We confirm as per NIT.

C.6 PPeerrffoorrmmaannccee GGuuaarraanntteeee

Purchase Order # 05823236(11) Date: 21.02.2014

Page 24 of 31

In accordance with the provisions of clause B.6.2.6 of the Technical Specifications, the tentative scheduled working hours of the equipment per year is 4000 (four thousand) hours.

Accepted

[ The bidder should note that the expected scheduled working hour indicated are only approx. hour and there may be variation in the range +/- 500 hours]

Accepted

In accordance with the provisions of clauses B.7.2.2 and B.7.3.2 of the Technical Specifications, the Supplier shall guarantee that the availability of the equipment shall not be less than 85% (eighty five per cent) for the first 12 months from the accepted date of commissioning . For the balance 24 months ( i.e from 13th month to 36th month from the accepted date of commissioning) the availability of the equipment shall not be less than 80% ( eighty per cent)

We confirm as per NIT.

C.7

Special Guarantees The following guarantee will apply for the different components from accepted date of commissioning: i) Body chassis & differential - 10,000 hours or 1000 calendar days (whichever is earlier) ii) Complete engine system - 24 months or 6000 hours (whichever is earlier) In case of failure of engine system within 6000 hrs. , the failed components of the engine system will have to be replaced / repaired depending on the merit of the case, free of cost by the supplier. In case of failure of engine system beyond 6000 hrs. the system will have to be replaced on prorata payment basis taking the life of the engine system as 7550 W/hrs. iii) Electrical Items - 6 months or 1000 hrs. (whichever is earlier) iv) Engine Hour Meter - 12 months or 3000 hrs. (whichever is earlier) v) Transmission Assy. - 24 months or 6000 hrs. (Whichever is earlier) In case of any guarantee failure intimated reasonably in time to the bidder, the replacement or repair job (as per guarantee settlement) must be completed within 21 days, at site, by the bidder at no cost to the purchaser.

We confirm as per NIT.

C.8 Information To Be Provided By The Supplier C.8.1 Dimensions, Weights and Performance Details

C.8.1.1 Working Ranges a) Operating Payload 18,900 kg b) Dump Clearance 450 discharge 5,210 mm c) Reach @ full lift 450 discharge 2,315 mm d) Overall Height with bucket at full raise 9,625 mm e) Ground Clearance 550 mm f) Static tipping loads (i) Straight 58,710 kg (ii) Full Turn 51640 kg (40 degree full turn)

g) Reach with boom – horizontal and bucket level

5,010 mm

h) Loader Clearance circle with bucket in carry position

22,200 mm

C.8.2 Dimensions C.8.2.1 Basic machine

Purchase Order # 05823236(11) Date: 21.02.2014

Page 25 of 31

a) Overall length bucket down 14,695 mm b) Overall length carry position 22,200 mm c) Wheelbase 5,450 mm d) Width outside tyres 4585 mm

C.8.2.2 Bucket a) Bucket Type Excavating Bucket

b) Bucket Capacity Struck Refer Annexure A1 (Figure of Bucket with extended back

sheet) c) Bucket Width 4,810 mm

C.8.2.3 WWeeiigghhttss a) Shipping weight of all separate components As per Annexure A1 b) Bucket total weight 10,750 kg c) Total working weight 103,420 Kg

C.8.2.4 Performance details Cycle Time in seconds for a) Raise 11.2 seconds b) Lower 4.8 seconds c) Dump 2.0 seconds d) Total 18.0 seconds

C.8.2.5 Engine a) Manufacturer and model KOMATSU SAA12V140E-3 b) Number of Cylinders 12 c) Bore 140 mm d) Stroke 165 mm e) Displacement 30.48 liters f) ISO net power at …….. r/min 808 HP at 2000 rpm g) Maximum torque 3727NM at 1400 rpm

C.8.2.6 Hydraulic System

a) Make, Model, Number, flow rates and operating pressures of pumps

Make: Komatsu Steering system:

Hydraulic pump Piston pump Discharge flow at rated rpm ...

307 ltr. (81.1 U.S. gal)/min. Relief valve setting 31.4 MPa

(320 kgf/cm2/4,550 PSI) Steering cylinder:

Type Double-acting, piston type

No. of cylinders - bore x stroke 2 - 160 mm x 503 mm (6.3” x

19.8”) Control valve Rotary valve +

demand valve Loader control:

Hydraulic pump Piston pump Discharge flow at rated rpm: Loader pump 405 ltr (107.0

U.S. gal)/min. Switch pump 405 ltr (107.0

U.S. gal)/min. Relief valve setting 31.4 MPa

(320 kgf/cm2/4,550 PSI) Control valve 2-spool type

Control positions: Boom spool Raise, hold, lower

and float Bucket spool Tilt-back, hold

and dump

Purchase Order # 05823236(11) Date: 21.02.2014

Page 26 of 31

Valve operating method Pressure Proportional Control

(PPC) PPC pump Gear pump

Discharge flow at rated rpm. 68.0 ltr (18.0 U.S. gal)/min.

Relief valve setting 3.7 MPa (38 kgf/cm2/540 PSI)

Hydraulic cylinders: Type Double-acting, piston

type No. of cylinders - bore x stroke: Boom cylinders( 2 ) - 260 mm

x 1368 mm (10.2” x 53.6”) Bucket cylinder (1) - 300 mm x

906 mm (11.8” x 35.7”)

b) Make, Model, Number and ratings of motors (if applicable)

Make: Komatsu

c) Make, Model, Number, piston diameters and stroke lengths of cylinders

Steering cylinder: Type Double-acting, piston

type No. of cylinders - bore x stroke 2 - 160 mm x 503 mm (6.3” x

19.8”) Control valve Rotary valve +

demand valve Hydraulic cylinders:

Type Double-acting, piston type

No. of cylinders - bore x stroke: Boom cylinders( 2 ) - 260 mm

x 1368 mm (10.2” x 53.6”) Bucket cylinder (1) - 300 mm x

906 mm (11.8” x 35.7”)

d) Relief valve operating pressures Relief valve setting 31.4 MPa (320 kgf/cm2/4,550 PSI)

C.8.2.7 Steering System

a) Type & Make Articulated type, full hydraulic

power steering, Make - Komatsu

b) Articulation Angle 40 degree each direction c) Total Steering Angle 40degree each direction d) Turning Radius 9200 mm e) Emergency Steering method (if provided) Parking brake method

C.8.2.8 Transmission a) Make and Model KOMATSU

b) Type Full power shift, planetary gear type

c) Number of gear speeds, forward and reverse 3 forward, 3 reverse

d) Travel speeds, forward and reverse 1st 2nd 3rd Forward 7.0 12.3 28.0 Reverse 7.1 12.4 28.3

C.8.2.9 Differential a) Type & Make KOMATSU b) Ratio 3.9

C.8.2.10 Final Drive a) Type & Make KOMATSU b) Ratio 6.5

C.8.2.11 Brakes

Purchase Order # 05823236(11) Date: 21.02.2014

Page 27 of 31

C.8.2.11.1 Service brakes: Make & Model C.8.2.11.1.1 Front

a) Type a) Type Wet Disc

b) Actuating system b) Actuating System Hydraulically

C.8.2.11.1.2 Rear a) Type a) Type Wet Disc

b) Actuating system b) Actuating System Hydraulically

C.8.2.11.2 Secondary brakes Not Applicable a) Type b) Actuating system

C.8.2.11.3 Parking brake a) Type a) Type Dry Disc type

b) Actuating system

b) Actuating System hydraulically released, spring applied on front axle input

shaft C.8.2.11.4 Retarder Not Applicable

a) Type b) Actuating system

C.8.2.12 Tyres a) Make BridgeStone/any Reputed Make b) Size and type 45/65-45 Radial c) Tread L5 d) Ply rating Not Applicable e) Rim size 36.0 inch x 45 inch

C.8.2.13 Electrical Systems

a) Starter make and model Make- NIKKO Denki; Model - 24V, 7.5 KW.

b) Starter control make and model Make- NIKKO Denki; Model - 24V,7.5 KW

c) Alternator make and model Make - Sawafuji/Nikko; Model - 24 V, 75 A

d) Batteries, numbers and rating Battery: Make - Nihon Denchi/ GS Yuasa; Model -201006-G,

24V C.8.2.14 Lighting details

FFoolllloowwiinngg aarree ttoo bbee pprroovviiddeedd ::

((ii)) FFoouurr sseeaalleedd bbeeaamm hheeaaddlliigghhttss ((ttwwoo oovveerr aanndd ttwwoo uunnddeerr bbuucckkeett ttoo pprroovviiddee ooppeerraattoorr wwiitthh cclleeaarr vviieeww wwhheenn ttrraavveellll iinngg wwiitthh bbuucckkeett rraaiisseedd))..

Accepted

ii) Two combination tail and stop lights Accepted iii) Dash Board Lights Accepted iv) Two Back Up Lights Accepted v) Cab Light Accepted vi) Fog Light Accepted

· Head Lights and dash lights shall preferably be operated from separate switches although a two position switch is acceptable

Accepted

· Dash Lights shall be rheostat controlled Accepted

· The Back Up lights shall operate through a switch on reverse gear

Accepted

· A dimmer switch shall be provided for the head lights Accepted

· All lamps shall be fitted with SAE mountings thoroughly sealed against moisture and dirt and have best quality mirror finish reflectors

Accepted

Purchase Order # 05823236(11) Date: 21.02.2014

Page 28 of 31

Sr. Manager (Pur) Chief Manager (Pur)

Purchase Order # 05823236(11) Date: 21.02.2014

Page 29 of 31

ANNEXURE B1 Guarantee Bond for Security

In consideration of M/s Eastern Coalfields Ltd. (A subsidiary of Coal India Ltd.), Sanctoria, P.O. Dishergarh, Dist. Burdwan (hereinafter called “The Company”) having agreed to exempt M/s _______________________________ (Name and address of Contractor(s) (hereinafter called “the said contractor(s)”) from the demand, under the terms and conditions of an Agreement / Order no. __________________________________ dated _______________ made between the company and the said contractor(s) for ______________________________ (insert the job description of the agreement/order) (hereinafter called “the said Agreement”) of security deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs ________________ (Rupees ___________________________________ only) we ___________________________ (indicate the name of the Bank with Address) (hereinafter referred to as “the Bank”) at the request of the contractor(s) do hereby undertake to pay the Company an amount not exceeding Rs ____________ against any loss or damage caused to or would be caused to or suffered by the Company by reason of any breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We ______________________ (indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Company by reason of breach by the said contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of the said contractor(s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs __________________. 3. We undertake to pay to the Company any money so demanded notwithstanding any dispute or disputes raised by the said contractor(s) in any suit or proceeding pending before any court of Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the said contractor(s) shall have no claim against us for making such payment. 4. We, ______________________ (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the company under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the company certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________________ we shall be discharged from all liability under this guarantee thereafter. 5. We _________________________ (indicate the name of Bank) further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time, or to postpone for any time or from time to time any of the powers exerciseable by the Company against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for forbearance, act or omission on the part of the Company or any indulgence by the Company to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. The Bank further agrees that in case this guarantee is required for a longer period and it is not extended by the Bank beyond the period specified above, the bank shall pay to the Company the said sum of Rs _________________ or such lesser sum as may then be due to the Company and the Company may demand. 6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the said contractor(s). 7. The Bank has under its constitution power to give this guarantee and Mr. ________________ (Designation) who has signed it on behalf of the Bank has authority to do so. 8. We ______________________ (indicate the name of Bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. Dated the _____________________ Day of _________________

_____________________________ Signature of the Authorised Person For and on behalf of the Bank

Purchase Order # 05823236(11) Date: 21.02.2014

Page 30 of 31

Annexure – B2 LETTER OF PERFORMANCE GUARANTEE

Messers --------------------------- a company having its registered office at -------------------------------------------(hereinafter called the said seller) has entered into an agreement no.-------------dated------------- (hereinafter called the said contract) with Eastern Coalfields Limited, having its registered office at Sanctoria, Post – Disergarh, Dist – Burdwan (West Bengal)(Pin-713333) (hereinafter called the purchaser) to supply equipment on the terms and conditions contained in the said contract. (1) It has been agreed that hundred percent (100%) payment of the value of the equipment will be made to

the said seller in terms of the said contract on the said seller furnishing to the purchaser a Bank Guarantee for the sum of Rs.-----------(Rupees------------------------------)equivalent to -------% (------percent) of the value of the equipment supplied by the said seller, as security for the due and faithful performance of the terms of the said contract and against any loss or damage caused to or would be caused to or suffered by the purchaser by reason of any breach by the said seller of any of the terms or conditions contained in the said contract.

The ------------------Bank having its office at --------------------------------has at the request of the said seller agreed to give the guarantee hereinafter contained.

(2) We ----------------- Bank do hereby undertake to pay the amounts due and payable under this guarantee

without any demur, merely on a demand from the purchaser stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the purchaser by reason of any breach by the said seller of any of the terms or conditions contained in the said contract or by reason of the said seller’s failure to perform the said contract. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. We shall not withhold the payment on the ground that the said seller has disputed its liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is pending between the purchaser and the said seller regarding the claim. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.-----------.

(3) We ------------------------- Bank, further agree that the guarantee herein contained shall come into force from the date hereof and shall remain in full force and effect during the period that would be taken for the performance of the said contract and that it shall continue to be enforceable till at the dues of the purchaser under or by virtue of the said contract have been fully paid and its claims satisfied or the purchaser certifies that the terms and conditions of the said contract have been fully and properly carried out by the said seller and accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ------------ (date)--------------(month) from the date of the Bank Guarantee, we shall be discharged from all liabilities under this guarantee thereafter.

(4) We ----------------(Bank), further agreed with the purchaser that the purchaser shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the said seller from time to time or to postpone for any time or from time to time any of the powers exercisable by the purchaser against the said seller and to forbear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason for any such variation or extension being granted to the said seller or for any forbearance act or omission on the part of the purchaser, or any indulgence by the purchaser, to the said seller or by any such matter, or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us. The Bank further agrees that in case this guarantee is required for a longer period and it not extended by the Bank beyond the period specified above, the Bank shall pay to the purchaser the said sum of Rs ------------or such lesser sum as may then be due to the purchaser and as the purchaser may demand.

(5) We -------------- Bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent of the purchaser, in writing.

(6) The Bank has under its constitution power to give this guarantee and Mr. ……………, ………………. (Designation), who has signed it on behalf of the Bank, has authority to do so.

(7) This Bank guarantee will not be discharged due to change in the constitution of the Bank or the said seller.

Dated ……………… day of …………..20 For …………………………. Bank

(Signature of the authorized person for and on behalf of the Bank)

Purchase Order # 05823236(11) Date: 21.02.2014

Page 31 of 31

Annexure – B3 Guarantee Bond for Security cum Performance

In consideration of M/s Eastern Coalfields Ltd. (A subsidiary of Coal India Ltd.), Sanctoria, P.O. Dishergarh, Dist. Burdwan (hereinafter called “The Company”) having agreed to exempt M/s _______________________________ (Name and address of Contractor(s) (hereinafter called “the said contractor(s)”) from the demand, under the terms and conditions of an Agreement / Order no. __________________________________ dated _______________ made between the company and the said contractor(s) for ______________________________ (insert the job description of the agreement/order) (hereinafter called “the said Agreement”) of security deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs ________________ (Rupees ___________________________________ only) we ___________________________ (indicate the name of the Bank with Address) (hereinafter referred to as “the Bank”) at the request of the contractor(s) do hereby undertake to pay the Company an amount not exceeding Rs ____________ against any loss or damage caused to or would be caused to or suffered by the Company by reason of any breach by the said contractor(s) of any of the terms or conditions contained in the said Agreement. 2. We ______________________ (indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under th is guarantee without any demur, merely on a demand from the Company stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Company by reason of breach by the said contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of the said contractor(s) failure to perform the said Agreement and/or failure/malfunctioning of the materials/machines supplied within the warranty period or such other or further extended period required for enforcing the warranty. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs __________________. 3. We undertake to pay to the Company any money so demanded notwithstanding any dispute or disputes raised by the said contractor(s) in any suit or proceeding pending before any court of Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the said contractor(s) shall have no claim against us for making such payment. 4. We, ______________________ (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and/or performance of the materials/machines supplied till expiry of the warranty period and that it shall continue to be enforceable till all the dues of the company under or by virtue of the said Agreement/warranty have been fully paid and its claims satisfied or discharged or till the company certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ____________________ we shall be discharged from all liability under this guarantee thereafter. 5. We _________________________ (indicate the name of Bank) further agree with the Company that the Company shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor(s) from time to time, or to postpone for any time or from time to time any of the powers exerciseable by the Company against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for forbearance, act or omission on the part of the Company or any indulgence by the Company to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. The Bank further agrees that in case this guarantee is required for a longer period and it is not extended by the Bank beyond the period specified above, the bank shall pay to the Company the said sum of Rs _________________ or such lesser sum as may then be due to the Company and the Company may demand. 6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the said contractor(s). 7. The Bank has under its constitution power to give this guarantee and Mr. ________________ (Designation) who has signed it on behalf of the Bank has authority to do so. 8. We ______________________ (indicate the name of Bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Company in writing. Dated the _____________________ Day of _________________

_____________________________ Signature of the Authorised Person

For and on behalf of the Bank

top related