page 1 of 85 - central road research institute document for package... · e-tender ref. no....
TRANSCRIPT
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 7 of 85
Annexure-1
lh,lvkbZvkj & dsUnzh; lM+d vuqla/kku laLFkku
¼oSKkfud ,ao vkS?kksfxd vuqla/kku ifj"kn½
CSIR -CENTRAL ROAD RESEARCH INSTITUTE (COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH) eFkqjk ekxZ] ih0vks0 lhvkjvkjvkbZ] ubZ fnYyh
Mathura Road, P.O. CRRI, New Delhi – 110 025 (INDIA) Tel. 91-011-26310530, 26832173,
Fax No: 26310530, 26845943, 26830480
Website http:// www.crridom.gov.in Email: [email protected]
NOTICE INVITING E-TENDER
Director, CSIR-Central Road Research Institute, New Delhi invites E-Tenders (Two Bid System) from the reputed Vendors having specialization and experience of Fabrication, Installation and Commissioning of Large Scale Testing Facilities for the following packages of “Fabrication, Installation and Commissioning of Test Facility for Bridge Expansion Joints”:
Sl. No.
E-Tender No. and Date / EMD in INR
Brief detail of Items
1. 11(731)261/17-18/Pur
Rs.2.50 Lakhs
Package-1: Mechanical systems of “Fabrication, Installation and Commissioning of Test Facility for Bridge Expansion Joints”
2. 11(732)262/17-18/Pur
Rs.4.50 Lakhs
Package-2: Hydraulic and Electrical systems of “Fabrication, Installation and Commissioning of Test Facility for Bridge Expansion Joints”
E-Bids (Two Bid System) are invited through the electronic E-Tendering process and the Bidding Documents can be downloaded from the E-Tender portal of Government of India, https://e-tenders.gov.in. A copy of the Bidding Documents is also available on CSIR-CRRI website, www.crridom.gov.in . Please note that the submission of e-Bids will be only through the E-Tender portal https://e-tenders.gov.in.
नियतं्रक (भडंार एवं क्रय)/Controller of Stores & Purchase
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 8 of 85
Annexure-2 TECHNICAL REQUIREMENTS AND OTHER DETAILS
FOR PACKAGE-1: MECHANICAL SYSTEMS FOR FABRICATION, INSTALLATION AND COMMISSIONING OF TEST FACILITY
FOR BRIDGE EXPANSION JOINTS AT CSIR-CENTRAL ROAD RESEARCH INSTITUTE, NEW DELHI
1.0 GENERAL
CSIR-Central Road Research Institute (CRRI), New Delhi is creating a Test Facility at its premises for Testing and Evaluation of Bridge Expansion Joints for which the following tests are to be conducted in accordance with IRC:SP:69-2011.
Opening Movement Vibration (OMV) Test and Seal Push-out (SPO) Test
Cyclic Motion Test, Debris Expelling Test and Pull-out Test
Fatigue Test
These tests shall be carried out at ambient temperature. For conducting these tests, following three Test Rigs are to be fabricated:
Test Rig-1: For conducting Opening Movement Vibration (OMV) Test and Seal Push-out (SPO) Test
Test Rig-2: For conducting Cyclic Motion Test, Debris Expelling Test and Pull-out Test
Test Rig-3: For conducting Fatigue Test
The work for creation of the Test Facility is divided into (i) Mechanical Package (ii) Hydraulic and Electrical Package and (iii) Electronics, Instrumentation and Control Package.
This document is for mechanical systems of all the Three Test Rigs.
System Integration of this package with other two packages requires complete compatibility and conformity with specifications given in this document. A note on integration of (i) Mechanical Package with (ii) Hydraulic and Electrical Package is given in Appendix ME-I.
2.0 LOCATION OF INSTALLATION OF TEST FACILITY
This Test Facility is to be installed at the Structural Test Laboratory (STL) of Bridge Engineering and Structures Division (BES), CSIR-Central Road Research Institute, New Delhi as per the Layout Plan shown in Fig.1.
3.0 SALIENT FEATURES OF TEST FACILITY
The salient features of the three Test Rigs are given in Appendix ME-II.
4.0 SCOPE OF WORK
4.1 For All Test Rigs
1. All components shall be manufactured according to the dimensions, tolerances and surface finish as specified in the drawings provided, including the material specifications, heat treatment and the protective treatment. The Bidder shall certify the material used and the heat treatment and the protective treatment performed for each manufactured component, specifying the dates of manufacture and inspection. Certificate
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 9 of 85
Fig.1: Layout Plan of Test Facility in Structural Testing Laboratory of CRRI
STRUCTURAL TESTING
LABORATORY (BES)
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 10 of 85
from a NABL Accredited Test House shall be submitted by the Vendor confirming the quality of material used for major and critical parts. All records of the Inspection and Testing results shall be maintained for future reference.
2. All major Bought-Out Components shall be procured from reputed manufacturers. Make of Bearings and other standard parts shall be according to the drawing specification wherever mentioned. The list of major Bought Out Items (which are to be procured by the Vendor) shall be vetted by CRRI before their procurement.
3. All fasteners of Grade 10.9 and 12.9 shall be of Unbrako/TVS/LP make. All nuts shall be Grade 10 or superior.
4. Indian Standards or other relevant International Standards shall be followed for procurement and Inspection purposes of these standard items in consultation with CRRI.
5. The required number of Foundation Bolts, manufactured according to the drawing, shall be supplied to CRRI along with the Test Rigs.
6. A Hydraulic Manifold, (not shown in the drawing), shall be supplied, mounted at a convenient location on the base frame of the respective Test Rig as approved by CRRI. All piping, including hoses and tubing originating from the hydraulic cylinder ports, shall terminate at the tapped ports provided on the rear face of the manifold. The corresponding tapping on the front face of the manifold shall be plugged for use in due course. The Piping on Equipment (POE) shall be pressure tested. Minimess Couplers G1/4" shall be located on the top face of the manifold over each connection.
7. Suitable Grease Nipples and other lubricating devices shall be provided wherever required, though not shown in the drawings. First fill of the oil shall be supplied by the Vendor.
8. Lifting Lugs or handling attachments should be added, wherever required.
9. Painting Instructions and Shade specifications shall be given in due course.
10. Solid Model of all components shall be drafted by means of a suitable 3D drafting software within six weeks of placement of the order. The finished weight of each component shall thus be determined. The Assembly of the Test Rig shall be prepared using 3D Drafting Software and the full finished weight shall be furnished for approval (three sets of drawings) by CRRI before the fabrication.
11. Should any minor deviation or changes in the design shown in CRRI drawings are needed for the sake of faultless working of the Test Rig, the same shall be executed by the Vendor as advised by the Consultant of CRRI, without any additional cost.
12. In case dimensional variations occur in the free-issued hydraulic cylinders, suitable adjustments shall be made in mating parts to accommodate them.
13. All special tools needed for assembly and dis-assembly shall be supplied along with the Test Rig.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 11 of 85
14. A List of Commissioning Spares and their quantity shall be submitted along with the Technical Offer by the Vendor and the same shall be supplied by the Vendor without additional cost.
15. List and rates of running spare for three-year period shall be quoted by the Vendor.
16. The Vendor shall provide technical service during final commissioning at CRRI, as required, for a period not exceeding fifteen days, after receiving the letter from CRRI.
17. All Items shall be provided with the Vendor’s Test Certificates and Warranty Certificates against defects due to faulty material, heat treatment or workmanship in any component, subassembly or assembly, or in any machine setting, which shall require free replacement by the Vendor of the faulty component, to restore the healthy working of the Unit, for a period of two years from the date of final commissioning and acceptance.
18. All Test Rigs shall be operated by 415V 50Hz 3 Phase 4 Wire standard Power supply.
19. All the items marked “Free-Issue” in the respective drawings shall be provided by CRRI at its campus to the Vendor for the assembly of the Test Rig. The Vendor should arrange and bear the freight charges from CRRI to their Premises. The items shall be dispatched back to CRRI along with the main units. CRRI will issue the “Free-Issue” items only after the submission of Indemnity Bond by Vendor covering the procurement value of the items during its stay with Vendor’s Premises and after arranging the insurance by CRRI.
20. The Vendor shall make necessary arrangement for inspection of manufactured and assembled Test Rigs by CRRI before dispatch at the Vendor premises.
21. The Vendor shall coordinate with Vendors of (i) Hydraulic and Electrical package and (ii) Electronics, Instrumentation and Controls, for integration and timely completion of the work, commissioning and demo-run of the three Test Rigs.
4.2 Test Rig-1: Opening Movement Vibration (OMV) and Seal Push-out (SPO) Test Rig
1. The Vendor shall Manufacture and Supply and do Erection and Commissioning at CRRI, of one unit of OMV and Seal Push-out Test Rig according to Drawing No. 1V70160 and the Bill of Materials given in the drawing, including all the detailed Subassembly and Part drawings provided, complete with all necessary standard parts and fasteners.
2. The items marked “Free Issue” shall be provided by CRRI to the Vendor for assembly into the Test Rig. These are: Hydraulic Cylinder; Rod Eye; Load cell; Linear Bearing Blocks.
3. The Load Cell, a free-issue item, shall be mounted as shown in the drawing. The readings from the Load Cell shall be recorded, with reference to the hydraulic pressure applied.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 12 of 85
4. The Seal Push-out Cylinder Assembly, which shall be issued free by CRRI, shall be mounted on a suitably designed bracket over the Clamp Assembly, or as advised. Design support shall be provided in due course.
Inspection, Demonstration and Testing before Dispatch
5. The Test Rig shall be initially assembled at the Vendor’s Premises for inspection before dispatch to CRRI. The motion of the Specimen Box, Fixed, Item [13], effected by the Manual Screw Jack, Item [16], shall be demonstrated during the inspection at the Vendor’s Premises.
6. The motion of the Specimen Box, Free, Item [9], effected by the Hydraulic Cylinder, Item [1], and the Rod Eye, Item [4], shall similarly be demonstrated by providing hydraulic oil supply to the cylinder, by means of a Directional Valve.
7. The Test Specimen Boxes shall be filled with suitable materials so that they weigh equal to the weight of expansion joints to act as dummy test specimens. Both the motions of the Specimen boxes, free and fixed, shall be smooth and free from vibrations, emphasizing the soundness of the Synchronizing Assemblies and the Racks. The accuracy of the mounting of the Linear Bearings shall thus also be verified.
4.3 Test Rig-2: Cyclic, Debris Expulsion Test and Pull-out Test Rig
1. The Vendor shall Manufacture and Supply, and do Erection and Commissioning at CRRI, Mathura Road, New Delhi, of one unit of Cyclic, Debris Expulsion and Seal Pull-out Test Rig according to Drawing No. 1V70200 and the Bill of Materials given in the Drawing, including all the detail Subassembly and Part drawings provided, complete with all necessary standard parts and fasteners.
2. The items marked Free Issue shall be provided by CRRI at its campus to the Vendor for assembly into the Test Rig. These include: Hydraulic Cylinder; Rod Eye; Load cell; Linear Bearing Blocks and Hydraulic Motor.
3. The Load Cell, a free-issue item, shall be mounted as shown in the drawing. The readings from the Load Cell shall be recorded, with reference to the hydraulic pressure applied.
Inspection, Demonstration and Testing before Dispatch
4. The Test Rig shall be initially assembled at the Vendor’s Premises for inspection before dispatch to CRRI. The motion of the Specimen Box, Fixed, effected by the Hydraulic Screw Jack, shall be demonstrated during the inspection at the Vendor’s Premises.
5. The motion of the Specimen Box, Free, effected by the Hydraulic Cylinder, and the Rod Eye shall similarly be demonstrated by providing hydraulic oil supply to the cylinder, by means of a Directional Valve.
6. The Test Specimen Boxes shall be filled with suitable materials so that they weigh more than the weight of expansion joints to act as dummy test specimens. Both the motions of the Specimen boxes, free and fixed, shall be smooth and free from vibrations, emphasizing the soundness of the Synchronizing Assemblies and the Racks. The accuracy of the mounting of the Linear Bearings shall thus also be verified.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 13 of 85
4.4 Test Rig-3: Fatigue Test Rig
1. The Vendor shall Manufacture and Supply and do Erection and Commissioning at CRRI, Mathura Road, New Delhi, of one unit of Fatigue Test Rig according to Drawing No. 1V70240 and the Bill of Materials contained therein, including all the detail Subassembly and Part drawings provided, complete with all necessary standard parts and fasteners.
2. The items marked Free Issue shall be provided by CRRI free of cost to the Vendor for assembly into the Test Rig. These are: Hydraulic Cylinder; Rod Eye; Hydraulic Cylinder; Rod Eye; and Load cells.
3. Load Cells (not shown in the drawings) to be free-issued by CRRI shall be mounted suitably with the two types of hydraulic cylinders. The readings from the Load Cells shall be recorded, with reference to the hydraulic pressure applied.
Inspection, Demonstration and Testing before Dispatch
4. The Test Rig shall be assembled at the Vendor's Premises for inspection before dispatch to CRRI. The motion of the Specimen Box, effected by the Vertical and Horizontal Hydraulic Cylinders, Items [6] and [14], shall be demonstrated during the inspection at the Vendor’s Premises.
5. The Test Specimen Boxes, floating, Item [12] and fixed, Item [22], shall be filled with suitable materials so that they weigh more than the weight of expansion joint to act as dummy test specimens. Both motions of the Specimen boxes, floating and fixed, shall be smooth and free from interruptions, emphasizing the soundness of the mounting of specimen as well as the Test Rig in general.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 14 of 85
Test Rig-1: OMV and Seal Push-out Test Rig (Sheet 1 of 4)
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 15 of 85
Test Rig-1: OMV and Seal Push-out Test Rig (Sheet 2 of 4)
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 16 of 85
Test Rig-1: OMV and Seal Push-out Test Rig (Sheet 3 of 4)
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 17 of 85
Test Rig-1: OMV and Seal Push-out Test Rig (Sheet 4 of 4)
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 18 of 85
Test Rig-2: Cyclic, Debris Expulsion and Pull-out Test Rig
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 19 of 85
Test Rig-3: Fatigue Test Rig (Sheet 1 of 3)
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 20 of 85
Test Rig-3: Fatigue Test Rig (Sheet 2 of 3)
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 21 of 85
Test Rig-3: Fatigue Test Rig (Sheet 3 of 3)
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 22 of 85
5. FREE ISSUE ITEMS BY CRRI TO THE VENDOR
The following items shall be purchased by CRRI and shall be “Free issue” to the Vendor of Package-1: Mechanical Systems:
Sl. No.
Items Quantity Remarks
Test Rig-1: OMV and seal Push out Test Drawing No. IV70160
1 Hydraulic Cylinder-1 (Double Acting) mounted with displacement transducer
One
2 Hydraulic Cylinder-2 (Double Acting) mounted with displacement transducer
One
3 Road eye CGAS90 One
4 Load Cell for Dynamic Cylinder One
5 Linear bearing blocks and Rail, Fixed Side
Two
6 Linear bearing blocks and Rail, Free Side Two
7 Load Cell for Static Cylinder One
Test Rig-2: Cyclic, Debris Expulsion and Pull out Test as per Drawing No. IV70200
1 Hydraulic Cylinder(Double Acting) mounted with displacement transducer
Two
2 Rod Eye CGAS 40 Two
3 Load Cell (50kN) Two
4 Linear Bearing Blocks and rail, Free Side Four
5 Hydraulic motor- DANFOSS make 250ml one
Test Rig-3: Fatigue Test Rig as per Drawing No. IV70240
1 Hydraulic Cylinder (Large, Double Acting) Dia 125x100mm
Two
2 Rod Eye CGAS70 Two
3 Hydraulic Cylinder (Small, Double Acting) Dia 100x100mm
Two
4 Rod EyeCGAS40 Two
5 Load Cell(250kN) Two
6 Load Cell(50kN) Two
Note: The Vendor should arrange and bear the freight charges from CRRI campus to their Premises. The items shall be dispatched back to CRRI, suitably mounted/assembled as indicated in the respective drawing, into the respective
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 23 of 85
test rig. CRRI will issue the “Free-Issue” items only after the submission of Indemnity Bond by the Vendor covering the procurement value of the Items during its stay with the Vendor’s Premises.
6. ITEMS TO BE PROCURED BY THE VENDOR
The Vendor shall procure items of specifications/ make, included in the Bill of Materials given in the General Arrangement Drawings (GAD) mentioned below or other drawings indicated in these drawings, except the items marked “Free Issue”, after the approval by CRRI.
Test Rig-1: Mechanical System of OMV and Seal Push out Test Drawing No. IV70160
Test Rig-2: Mechanical System of Cyclic, Debris Expulsion and Pull out Test as per Drawing No. IV70200
Test Rig-3: Mechanical System of Fatigue Test Rig Drawing No. IV 70240
Any additional item found necessary for completing the unit shall be procured after getting CRRI’s approval.
7. AVAILABILITY OF SPARE PARTS
Availability of spare parts of the equipment/instrument must be guaranteed for a period of at least seven years from the date of commissioning and acceptance.
8. INSPECTION AFTER RECEIPT OF TEST RIGS AT CRRI
a) The Vendor should arrange for physical Inspection of the items directly or through their authorized representative within seven days of arrival of the consignment failing which they will be responsible for the losses. After the shipment is effected, the Vendor/its representative/Indian agents must remain in touch with CRRI to ascertain the date of arrival of consignment.
b) The inspection of the system will be done by our Technical expert /Scientist in the presence of firm’s representative.
c) In case of receipt of the material in short supply or damaged condition, the Vendor will have to arrange the supplies/ replacement of goods free of cost pending the settlement of the insurance case wherever applicable on FOB at CRRI or CIF basis till satisfactory installation of the system.
9. TIME SCHEDULE
a) The work of fabrication of the three Test Rigs at Vendors premise shall be completed within 120 days from the date of award of the work.
b) The work of Installation of the three Test Rigs at CRRI shall be completed within 180 days from the date of award of the work.
c) The work of Commissioning and Demo-run of the three Test Rigs at CRRI shall be completed within 210 days from the date of award of the work.
10. WARRANTY PERIOD AND ITS COMMENCEMENT
The warranty period of all the test rigs shall be two years and it shall commence from the date of its satisfactory installation /commissioning /demonstration at the project site in CRRI. The warranty period and validity of
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 24 of 85
Performance Guarantee shall be extended for the period of delay in satisfactory installation and delay in warranty services.
11. ANNUAL MAINTENANCE CHARGES
The Vendor must mention in the quotation, the rate/amount of annual maintenance charges for five years with and without spares, if we opt for maintenance contract after expiry of the warranty period. It should be clearly mentioned in the quotation whether the after sales services after the completion of warranty period shall be provided directly by the Vendor or their authorized agent/representative. However, in both the cases the original Vendor shall be responsible for poor performance/services. This is mandatory to mention.
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 25 of 85
Annexure-3
GENERAL TERMS AND CONDITIONS
1. EARNEST MONEY DEPOSIT (EMD)/Bid Security: a) EMD/Bid Security in the form of Bank Guarantee (As per format enclosed as
Annexure-6) or Term Deposit Receipt/FDR of a scheduled bank pledged in the name of Director, CRRI, New Delhi valid for 180 days from the date of opening of the E-Tender for the required amount as mentioned in the E-Tender notice separate for each item must be submitted along with the quotation (with the techno-commercial quotation in case of two-bid system and photocopy of the same enclosed with the Price Bid. Alternatively, EMD can also be submitted by a demand Draft drawn or Online Funds Transfer in favour of CRRI Account as per details given below, in such case Vendor has to attach Copies of Funds Transfer Receipt along with Technical and Financial Bids for authentication.
1. Account No. : 00000030268867237 2. Bank’s Name : State Bank of India 3. Branch : CRRI, New Delhi 4. NEFT RTGS IFSC Code : SBIN0010442 5. MICR Code : 110002445 6. City : New Delhi 7. Bank Address : Mathura Road, New Delhi – 25
b) The bid security /EMD may be forfeited if a Vendor withdraws or amends or
impairs or derogates its bid during the period of bid validity. c) In case of a successful Vendor, if the Vendor fails to furnish order acceptance
within 21 days and or fails to furnish performance security in the prescribed format, their bid security/EMD will be forfeited.
2. AUTHORIZATION OF INDIAN AGENTS AND INDIAN REPRESENTATIVE
a) In case of foreign Vendor, the principal must provide a certified copy of the agency agreement between Principal and the agent.
b) Foreign Vendors to disclose the name and address of Indian Agent and representative in India and Indian Vendors to disclose their foreign principal as associates.
c) The details of all supplies involving the foreign exchange shall be furnished to the Enforcement Directorate, New Delhi as per rule. It may be noted that only the quoting parties and their principals shall be responsible for violation of Foreign Exchange Management Act (FEMA) for not declaring the actual bilateral mutual interests, if any.
d) Indian agency commission shall be paid only to the Indian Agents in Indian Rupee out of the quoted FOB/Ex-works prices, after receipt of goods in good working condition and satisfactory installation/ demonstration/ commissioning of the items at the exchange rate prevailing on the date of negotiation of LC documents.
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 26 of 85
3. PRICES a) Bid prices should be filled in the appropriate format enclosed herewith. b) Vendors should quote prices for each and every item separately along
with the consolidated prices applicable for both indigenous and imported items. CRRI reserves the right to select any of the item or in full.
c) For goods manufactured in India i) The price of goods quoted F.O.R including taxes already paid. ii) GST, will be paid as per the Notification No. 45 & 47 Dated 14.11.2017
payable on the goods as per rules if the contract is awarded. iii) The charges for inland transportation, insurance and other local service
required for delivering the goods at the desired destination as specified in the price schedule form.
iv) The installation, commissioning and training charges including any incidental services, if any.
d) For goods manufactured abroad (i) The price of the goods, quoted on FCA (Named place of delivery
abroad) or FOB (Named port of Shipment), as specified in the schedule form.
(ii) The charges for insurance and transportation of the goods to the port/place of destination.
(iii) The agency commission charges, if any. (iv) The installation, commissioning and training charges including any
incidental services, if any. e) The Vague terms like “packing, forwarding, transportation………….. etc. extra”
without mentioning the specific amount/percentage of these charges will not be accepted. Such offers shall be treated as incomplete and rejected.
f) CRRI is exempted from payment of Customs Duty under notification DSIR letter No.TU/V/RG-CDE(129) 2016 Dated: 30.08.2016. Hence Customs Duty, if any, should be shown separately. No other charges than those mentioned clearly in the quotation will be paid.
g) GST, as per the Notification No. 45 & 47 Dated 14.11.2017, if applicable. However, Customs Duty Exemption Certificate, will be issued.
4. REASONABILITY OF PRICES
a) Please quote best minimum prices applicable for a premiere Research Institution, leaving no scope for any further negotiations on prices.
b) The Vendor should give a certificate to the effect that the quoted prices are the minimum and they have not quoted the same item on lesser rates than those being offered to CRRI to any other customer nor they will do so till the validity of offer or execution of the purchase order, whichever is later.
c) The Vendor must give details of identical or similar equipment, if any, supplied to any CSIR lab during last three years along with the final price paid and Performance certificate from them.
5. VALIDITY OF OFFER
The prices must be valid at least for a period of 180 days from the date of opening of the E-Tender. No changes in prices will be acceptable in any condition after opening of E-Tender till the validity of the offer or execution of the order whichever is later. In exceptional circumstances, the Purchaser may solicit the Vendor’s consent to extension of the period of validity through email, fax or letter. The bid security shall also be suitable extended.
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 27 of 85
6. GUARANTEE / WARANTEE The Test Rigs must be guaranteed / warranted for a period of Two years, if
not specifically mentioned otherwise in the specifications sheet, from the date of its satisfactory installation/commissioning against all manufacturing defects. If the equipment is found defective during this period the whole equipment or part thereof will have to be replaced / repaired by the Vendor free of cost at CRRI or at site of the Vendor for which all the logistics costs associated with such movements must be borne by the Vendor. The buyer shall be at liberty to deduct such costs from payment due to Vendor at a later stage. However, if the items are guaranteed for a period of more than one year, it may be specifically mentioned in the quotation. The Vendor must also provide warranties for all quoted items including third party items and peripherals etc. and assume responsibility for getting them executed/implemented as a part of overall warranty obligation of the bid document. Not complying with this requirement shall be deemed as non-performance of the contract during the warranty period.
7. AFTER SALES SERVICES DURING WARRANTY PERIOD
It should be clearly mentioned in the quotation whether the after sales services during the warranty period shall be provided directly by the Vendor or their authorized agent/representative. However, in both the cases the original Vendor shall be responsible for poor performance/services.
8. PENALTY CLAUSE FOR LATE DELIVERY AND LATE INSTALLATION
a) Subject to operation of Force Majeure, time for delivery and acceptance is the essence of this contract. The Vendor shall arrange to ship the ordered materials within the delivery period mentioned in the order unless extended with/without penalty.
b) In case of delay in supply and/or late installation of the equipment/instrument on part of the Vendor, a penalty @ 0.5% per week of Order/contract value will be charged for delayed period subject to a maximum of 10% of order/contract value and the same rate of penalty will be imposed for the delay in installation also.
c) If the delay in the shipment of the ordered materials attributable to the Vendor exceeds agreed time period from the date of original agreed upon date of shipment and extended with/without penalty, CRRI shall have the right to cancel the contract/purchase order and recover the liquidated damages from other dues of the Vendor or by legal means. It will also affect the other/future business dealings with such Vendors.
9. COMPLIANCE
The Service provider should submit point by point compliance statement duly signed by the authorized signatory. Any deviation or disagreement should be clearly indicted in the relevant forms.
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 28 of 85
10. DUE AND OPENING DATES
Original EMD to be sent to Director [Attention: Controller of Stores & Purchase], CSIR-Central Road Research Institute, Mathura Road, New Delhi-110025, before the date and time mentioned in CRITICAL DATE SHEET. The original EMD is to be sent in a sealed envelope duly superscripted with the E-Tender Reference Number. E-Bids of those Bidders whose original EMD are not received within the deadline mentioned in the CRITICAL DATE SHEET will be summarily rejected. Any postal delay in this respect will not be entertained.
11. EVALUATION OF BIDS
Before submission of bid, the Vendor is expected to examine all the instructions, forms, terms and specifications in the bidding document and should ensure that the following conditions are fulfilled: a) The price schedule should be enclosed and must be signed. b) The bid validity should not be shorter than required. c) The manufacturer’s authorization should be enclosed in case the Vendor is
authorized dealer/distributor. d) The Vendors should agree to provide the Performance Security. e) The quoted goods should be as per required specifications. f) In case the bid is substantially responsive, the purchaser may request that
Vendor to submit the necessary information, documentations, within a reasonable period of time, to rectify, non-material, non-conformities or omission in the bid related to documentation requirements. Failure of the Vendors to comply with the request may result in the rejection of its bids. But in case of the material deviation/reservation or omission which limits or is inconsistent with the bidding documents and the Purchaser’s Rights or Vendors obligation under the contract or which if rectified, would unfairly affect the other Vendors, the bid will be rejected.
g) The Purchaser shall correct arithmetical errors on the following basis: (i) If there is a discrepancy between the unit price and the line item total that
is obtained by multiplying the unit price by the quantity, the unit price shall prevail and the line item total shall be corrected, unless in the opinion of the Purchaser there is an obvious misplacement of the decimal point in the unit price, in which case the line item total as quoted shall govern and the unit price shall be corrected.
(ii) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and
(iii) If there is a discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to (i) and (ii) above.
h) Selling exchange rate/equivalent to Indian currency will be as on the date of bid opening in the case of single bidding and the rate on the date of opening of the priced bids in the case of two-part bidding.
i) The comparison between the indigenous and the foreign offers shall be made on FOR destination basis and CIF/CIP basis respectively. However the CIF/CIP prices quoted by any foreign Vendors shall be loaded further as under:
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 29 of 85
(a) Towards customs duty and other statutory levies-as per applicable rates.
(b) Towards custom clearance, inland transportation etc. – 2% of the CIF/CIP value.
j) Where the price quoted on FOB/FCA and CIF/CIP basis are the same, the Contract would be made on CIF/CIP basis only.
k) The Purchaser reserves the right at the time of Contract award to increase or decrease the quantity of goods and services originally specified in the E-Tender Document without any change in unit price or other terms and conditions. Further, at the discretion of the purchaser, the quantities in the contract may be enhanced by 30% within the delivery period.
12. PERFORMANCE SECURITY
All the successful Vendors will have to submit the Performance Bank Guarantee or establish a Standby Letter of Credit (SLOC) or a Bankers cheque / or FDR, Demand Draft pledged in favour of DIRECTOR, CRRI for required value of 10% (Ten Percent) within 21 days after the award of Purchase Order which should be valid up to 60 days beyond Warranty Period. The Performance Security will be forfeited in the event of breach of contract by the Vendor. The PBG Format is at Annexure-7 except where supplies for release of amount equivalent to PBG.
13. RELEASE OF PAYMENT TO VENDORS
A. FOR INDIGENEOUS SUPPLIES Payment on Bill Basis after supply: For local supplies the payment will be
made only after satisfactory installation, commissioning and performance of the equipment at CRRI and after certification by our technical expert/scientist. However, Vendor will be required either to submit performance bank guarantee (PBG) for 10% amount of the total value of equipment, after installation of the material, valid up to 60 days after the expiry of warranty period or the equivalent amount shall be released after expiry of the satisfactory warranty period.
B. FOR IMPORTS
The payment against imports shall be made through irrevocable L/C. L/C will be opened for 100% FOB value. 90% of L/C amount shall be released on presentation of complete and clear shipping documents and remaining 10% shall be released after installation/demonstration/commissioning, subject to submission of 10% PBG to cover the warranty period. The PBG should remain valid up to 60 days after the expiry of warranty period. In case of non-submission of PBG after installations/demonstration/commissioning, remaining payment i.e. 10% will be released only after the completion of warranty period.
14. PACKING
Each package shall be marked on three sides with proper pain/indelible ink, the following: (i) Item Nomenclature (ii) Order/Contract No. (iii) Country of Origin of Goods (iv) Vendor’s Name
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 30 of 85
(v) Consignee details (vi) Packing list reference number
15. NON-SUBMISSION OF E-TENDER
In case you are unable to submit your quotation against our E-Tender enquiry, we would appreciate and expect a note of regret from your side giving in brief, reasons for not quoting.
16. DELETION OF NAME
Names of Vendors, backing-out/defaulting after opening of E-Tenders will be recommended for deletion from the list of Vendors in addition to forfeiture of EMD submitted by them, if any.
17. ACCEPTANCE OR REJECTION OF OFFER
The Director, CRRI reserves the right to accept or reject any quotation /E-Tender in part or full without assigning any reason thereof. The successful Vendor should submit Order acceptance within 15 days from the date of issue.
18. PAGE NUMBERING AND SIGNATURES
Your offer should be a page numbered and signed by an authorized signatory giving his/her name and designation below the signatures.
19. TERMINATION FOR DEFAULT
The Purchaser may without prejudice to any other remedy for breach of contract, by written notice of default sent to the Vendor, terminate the Contract in whole or part. (i) If the Vendor fails to deliver any or all the Goods within the period (s)
specified in the order or within any extension thereof granted by the Purchaser OR
(ii) If the Vendor fails to perform any other obligation(s) under the Contract. (iii) If the Vendor, in the judgment of the Purchaser has engaged in corrupt or
fraudulent practice in competing for or in executing the Contract. (a) “Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public in the procurement process or in contract execution.
(b) “Fraudulent practice” means a misrepresentation of acts in order to influence a procurement process or the execution of a contract to the detriment of the Borrower, and include collusive practice among Vendors (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Borrower of the benefits of free and open competition.
(iv) In the event the Purchaser terminates the Contract in whole or in part, the Purchaser may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered, and the Vendor shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Vendor shall continue the performance of the Contract to the extent not terminated.
20. FORCE MAJEURE
a) The Vendor shall not be liable for forfeiture of its performance bank guarantee, liquidated damages or termination for default, if and to the extent that, it’s delay
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 31 of 85
in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purposes of this Clause, “Force Majeure” means an event beyond the control of the Vendor and not involving the Vendor’s fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.
b) If a Force Majeure situation arises, the Vendor shall promptly notify the
Purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Vendor shall continue to perform its obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.
21. DISPUTE SETTLEMENT
The Purchaser and the Vendor shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. If, after twenty-one (21) days, the parties have failed to resolve their dispute or difference by such mutual consultation, then either the Purchaser or the Vendor may give notice to the other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given. Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract. The dispute settlement mechanism/arbitration proceedings shall be concluded as under: (a) In case of Dispute or difference arising between the Purchaser and a
domestic Vendor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Indian Arbitration and Conciliation Act, 1996, the rules there under and any statutory modifications or re-enactments thereof shall apply to the arbitration proceedings. The dispute shall be referred to the Director General, Council of Scientific & Industrial Research for arbitration or for appointment of the sole arbitrator or group of persons to act as Arbitrator. The award of the arbitrator so appointed shall be final, conclusive and binding on all parties to this order.
(b) In the case of a dispute between the Purchaser and a Foreign suppler, the dispute shall be settled by arbitration in accordance with provision of sub-clause (a) above. But if this is not acceptable to the Vendor then the dispute shall be settled in accordance with provisions of UNCITRAL (United Nations Commission on International Trade Law) Arbitration Rules. The venue of the arbitration shall be the place from where the purchase order or contract is awarded.
(c) Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the contract unless they otherwise agree; and the purchaser shall pay the Vendor any monies due the Vendor.
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 32 of 85
22. JURISDICTION The Territorial jurisdiction in any matter arising out of the E-Tender will be in
the courts at New Delhi, India.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 33 of 85
Annexure-4
INSTRUCTIONS TO THE BIDDERS
1. GENERAL
a) Prospective Vendors having specialization and experience of Fabrication, Installation and Commissioning of Large Scale Testing Facilities can take part in this E-Tender.
b) The offers/quotation must be strictly as per requirements, mentioned in this E-Tender Document, and E-Tender Terms and Conditions.
c) In case a Vendor is not doing business within India, it shall furnish the certificate to the effect that the Vendor is or will be represented by an agent in India equipped and able to carry out the supply, maintenance, repair obligations etc. during the warranty and post-warranty period or ensure a mechanism at place for carrying out the supply, maintenance, repair obligations etc. during the warranty and post-warranty period.
d) The Vendor shall bear all costs associated with the preparation and submission of its bid irrespective of the conduct or outcome of the bidding process. The purchaser will in no case be responsible or liable for these costs regardless of outcome of the bidding process.
e) The Vendor should not indulge in any corrupt, fraudulent, collusive, coercive practices during the entire process of procurement and execution of contract/order.
f) Before the deadline for submission of the bid, CRRI reserves the right to modify the bidding document and to extend or not to extend the date of submission. Such amendment/modification will be notified to Vendors receiving the bidding document in writing or by cable/fax/ email and will also be hosted on CRRI website.
g) Conditional E-Tenders will be summarily rejected.
h) A Vendor may withdraw, substitute, or modify its bid after it has been submitted by sending a written notice signed by the authorized signatory before the date of submission of the bid. Any re-submission or modification in the bid should be submitted before the date and time of submission of bid as originally conveyed in the invitation of bid.
i) No bid may be withdrawn, substituted or modified in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the Vendor on the Bid Form or any extension thereof.
j) In case of (h) above, first envelope marked “WITHDRAWAL” shall not be opened, but returned to the Vendor subject to submission of valid authorization to request the withdrawal. In case of substituted and modified bid, only the substituted bids and modified bids will be opened subject to production of authorization from the Vendors.
k) Bid shall be typed or written in indelible ink and shall be signed by the Vendor or a person / persons duly authorised by the Vendor to
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 34 of 85
sign the Contract. All pages of the bid shall be signed. Any interlineations, erasures or overwriting shall be valid only, if the persons or persons signing the bid initial them.
l) Vendor must also inform at the bidding stage itself, if any special certificate or signing the special conditions/declarations etc. is required w.r.t. the end user of the item or for its spares in compliance to the Vendor country regulations or Vendor’s own requirements to execute the purchase order. Format must be enclosed with the technical bid. Purchaser may at the discretion disqualify the Vendor if purchaser is not willing to sign such certificate /conditions etc. notwithstanding the bid meeting all other criteria.
m) Prices shall be quoted in Rupees (INR).
n) Price quoted by the Vendor shall remain fixed during the entire period of contract and shall not be subject to variation on any account.
2. QUALIFICATION CRITERION
a) Qualification criterion for short-listing of the Vendors is given in Appendix ME-III.
b) The Vendor shall submit a list of assignments undertaken during the last Ten years as per Form M2. Separate sheets of this Form M2 shall be used for each assignment. Details given in any of these sheets may be verified by CRRI by contacting the corresponding Client of the Vendor.
c) The Vendor shall present this assignment data in tabular form separately as per Form M3.
d) The Vendor shall submit a list of present assignments as per Form M4.
e) Details given in any of these sheets may be verified by CRRI by contacting the corresponding Client.
f) The details provided by the Vendor in Form M1 to Form M4 will be analyzed by CRRI to check the fulfillment of the Qualification criterion.
g) Fabrication drawings of the Test Facility for Bridge Expansion Joints will be issued to those Vendors who fulfills the Qualification criterion and submit the following:
i. Dully signed Non-Disclosure Agreement as per Form M5 on non-judicial stamp paper of Rs.100/- (Rupees One Hundred only).
ii. Non-transferable & non-refundable fee of Rs.10,000/- (Rupees Ten Thousand only) through Demand draft / Online transfer
h) Decision of CRRI shall be final and binding.
3. PRE-BID CONFERENCE (PBC)
a) Pre-Bid Conference (PBC) shall be organised at CRRI for clarifying the doubts, if any, of the prospective Vendors.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 35 of 85
b) Vendors shall send their doubts in writing about this E-Tender Document by the date mentioned in CRITICAL DATE SHEET.
c) Vendors applying for this Package should provide the details about the firm as per Form M1 to Form M4 by the date mentioned in CRITICAL DATE SHEET.
d) Vendors should take part in PBC on the date mentioned in CRITICAL DATE SHEET through their authorised Technical and Competent officials. Non-authorised officials of the designated Vendor will not be allowed to take part in PBC.
e) During PBC, a detailed presentation of the desired Test Facility and Scope of Work shall be made by CRRI followed by doubts clarification and discussions on technology, design, features, utility technical parameters and other related Techno-commercial issues.
f) Clarifications on the doubts of the Vendors will be uploaded on CRRI website in addition to the discussions held during PBC. These clarifications will be integral part of the E-Tender Document.
4. SUBMISSION OF BIDS
4.1 Qualified Vendors shall submit bids in three separate packets as under.
4.2 First Packet to check responsiveness of the Bidder should contain the following:
a) Earnest Money Deposit (EMD) as per Annexure- 6.
b) In case of exemption from submission of EMD, proof of registration with NSIC.
c) Copies of dully-filled Forms M1 to M4, submitted for issue of fabrication drawings
d) Copy of Non-disclosure agreement as per Form M5, submitted for issue of fabrication drawings
e) Check List as per M6
4.3 Technical bid consisting of the following in one packet;
a) All technical details including technical literature/ leaflets and complete specifications of quoted model(s) along with commercial terms and conditions
b) Details of Exceptions and Deviations as per Form M7
c) Time period for Fabrication, Installation and Commissioning as per Form M8 along with Bar Chart
d) List of Commissioning Spares for each Test Rig as per Form M9 to Form M11
e) List of Running Spares for each Test Rig as per Form M12 to Form M14
f) List of Maintenance Tools and Tackles for each Test Rig as per Form M15 to Form M17
g) Checklist as per Form M18
h) Current Solvency Certificate
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 36 of 85
i) Structure and Organization chart
j) List of Machinery and Equipment to be used for the work
k) Confirmation of validity of Financial bid for 180 days from the due date of submission of Bids on letterhead of the Vendor.
Technical Bid received without any one of the above will not be considered and summarily rejected.
4.3 Financial bid consisting of the following in another packet;
a) Price for each Test Rig as per Form M19
b) Schedule of Running spares for three-years period for each Test Rig as per Form M20 to Form M22
c) Schedule of Maintenance Tools and Tackles for each Test Rig as per Form M23 to Form M25
d) Schedule of Annual Maintenance Contract for five years after expiry of warranty period of two years for each Test rig as per Form M26
e) Certificate of price reasonability as per clause 4(b) of Annexure-3.
Financial Bid received without any one of the above will not be considered and summarily rejected.
5. SEQUENCE OF OPENING OF BIDS AND THEIR EVALUATION
5.1 Sequence of opening of above three separate packets shall be as follows:
a) Documents to check the responsiveness along with EMD
b) Technical bid shall be opened only of those prospective Vendors who are found to meet Responsiveness Criteria
Technical bid shall be evaluated for acceptability by the Technical Committee. The Vendors may be called for discussion. If necessary, The Committee may modify the technical specification to suit CRRI requirement. In such a case, the opportunity shall be given to the participating Vendors for submitting the revised bid as per modified technical specifications, if any.
c) Financial Bid shall be opened of those prospective bidders who are technically qualified.
Vendor with the technically acceptable offer with the lowest Financial Bid shall be awarded the contract.
5.2 Decision of CRRI shall be final and binding.
6. OTHER RELEVANT INFORMATION
6.1 CRRI will monitor the timely progress and exercise control during the fabrication of the systems and subsystems, performance testing under simulated conditions at the work places of the Vendor and finally their integration, installation and acceptance testing at CRRI. The Vendor will send the progress made in these aspects from time to time.
6.2 The Vendor of all the three packages (i.e. Mechanical package; Hydraulic and Electrical package; and Electronics, Instrumentation and Control Package) shall have individual responsibility for the work assigned to them as well as
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 37 of 85
collective responsibility for the proper functioning of each of the Test Rigs of the Expansion Joint Test Facility after integration of all the systems and sub-systems.
6.3 In case, modifications are needed on existing components of the mechanical units / sub-assemblies for the purpose of machine assembly as well as for additional fasteners beyond the Bills of materials, the cost involved shall be borne by the Vendor. In case, the mechanical units / sub-assemblies require design modifications in order to achieve sound working of the Test Rigs, the additional expenditure shall be borne by CRRI. The need for such modifications may come to light during trial runs at the Vendor’s premise or in CRRI during commissioning.
6.4 Commissioning of the three Test Rigs shall be done by the Vendors under the supervision of CRRI.
6.5 In case of malfunctioning or failure of the systems and subsystems during the warranty period, CRRI will carry out investigation to decide the responsibility of individual Vendors. Decision of CRRI shall be final and binding to all the Vendors.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 38 of 85
Annexure-5
BRIEF PROFILE OF PACKAGE-3: ELECTRONICS, INSTRUMENTATION AND CONTROL SYSTEMS
The Electronics, Instrumentation and Control package shall include the
PC-based Data Acquisition System (DAS) as well as the Display Modules to cover the three Test Rigs. In addition, all the necessary interlocks and control loops shall be executed through state of the art electronics.
The Data Acquisition System shall display, as well as record, on real
time the following parameters: i. Amplitude and Frequency of the piston of hydraulic cylinders ii. Load sensed in force transducers iii. Position of piston rods sensed by the position transducers built within
the cylinders iv. Supply and provision of additional position sensors to display position
of adjustable fixed side of modular expansion joints v. Supply and provision of additional strain sensors in the fatigue Test Rig vi. Angle sensors in the OMV Test Rig to sense tilt angle setting.
The Electronic Control System shall execute closed loop control of
servo-proportional valves, leading to adjustable frequency and adjustable amplitude of oscillation of piston, including the Fatigue Test Rig.
The control parameters arising out of the above controls shall be
displayed. Virtual Instrumentation (VI) shall be preferred to enable the users to set and read the parameters. The above systems shall include Data Storage Systems and printing facility to issue test certificates.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 39 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Annexure–6
BID SECURITY FORM
Whereas ……………………………… ………………………………… . . . (Hereinafter called “the E-Tenderer”) has submitted their offer dated …………….. .for the supply of …………………………………………… (Hereinafter called “the E-Tender”) against the purchaser’s E-Tender enquiry No……………………………………………………………… KNOW ALL MEN by these presents that WE …………………………………………… . . .. . . . . . .. (Name of bank) of ……………………….. ……………........................................... (Name of country), having our registered office at ………………………………………………………………….. . . . . . . . . . . . . . . . . . . . (Address of bank) (Hereinafter called the “Bank”), are bound unto … …… ……………………………………………… … (Name of purchaser) (Hereinafter called “the purchaser”) in the sum of ……….. …………….. .. for which payment will and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank this ……. day of..…….. 20……. THE CONDITIONS OF THESE OBLIGATIONS ARE: 1. If the E-Tenderer withdraws or amends, impairs or derogates from the E-Tender in
any respect within the period of validity of this E-Tender. 2. If the E-Tenderer having been notified of the acceptance of his E-Tender by the
Purchaser during the period of its validity. 3. If the E-Tenderer fails to furnish the Performance Security for the due
Performance of the contract. 4. Fails or refuses to accept/execute the contract. WE undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchase will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. The guarantee shall remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.
(Signature of the authorized officer of the Bank)
Name and Designation of the Officer Seal, Name and Address of the Bank and address of the branch
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 40 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Annexure-7
PERFORMANCE SECURITY FORM
MODEL BANK GUARANTEE FOR PERFORMANCE SECURITY
To, …………….. WHEREAS ……………….. (Name and address of the Vendor) (hereinafter call “the Vendor”) has undertaken, in pursuance of contract no……… dated………….. to supply (description of goods and services) (herein after call “ the contract”). AND WHEREAS it has been stipulated by you in the said contract that the Vendor shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligation in accordance with the contract. ANDWHEREAS we have agreed to give the Vendor such a bank guarantee. NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the Vendor, up to a total of ………………………………………………. (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the Vendor to be in default under the contract and without cavil or argument, any sum or sums with the limits of (Amount of guarantee) as a aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt form the Vendor before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the Vendor shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification, This guarantee shall be valid until the ………day of ………….20…………………. (Signature of the authorized officer of the Bank) ………………………………………………….. Name and designation of the officer ………………………………………………….. Seal, Name and Address of the Bank and address of the Branch.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 41 of 85
Appendix ME-I
A Note on the Integration of the (i) Mechanical Systems with the (ii) Hydraulic and Electrical System Package and (iii) Electronics, Instrumentation and Control Systems for Creation of the Bridge Expansion Joint Test Facility at CRRI
1. PREAMBLE
This document describes the process for the integration of (i) Mechanical Package with (ii) Hydraulic and Electrical Package and (iii) Electronics and Instrumentation Package so that the functioning of various Systems takes place seamlessly.
There are two steps towards total System Integration i.e. i) First Level Assembly and Testing at Vendor’s Premises and ii) Total Integration and Testing at CRRI.
2. DEFINITIONS
a) Package: It consists of smaller components according to Bills of Material for equipment that are bought out/ shop fabricated and mounted / assembled.
b) Test Facility: Complete system comprising of three Test Rigs for carrying out intended Tests as specified.
c) Test Rig: A device used to assess the performance of an assembled bridge expansion joints
d) Manifold: A pipe or chamber branching into several openings.
e) Free Specimen Box: A device to anchor one side of test specimen of expansion joint, which is moved by means of hydraulic cylinder according to the requirement of the test code.
f) Fixed Specimen Box: A device, adjustable prior to the commencement of testing of the specimen of expansion joint.
3. RESPONSIBILITY FOR SYSTEM INTEGRATION
a) The First Level Assembly and Testing shall be carried out at the respective Vendor’s premises and the necessary testing shall be done as stated in this document in the presence of CRRI and/or Consultant duly appointed by CRRI.
b) The Second Level System integration shall be carried out at CRRI jointly by Vendors of Mechanical Package (ii) Hydraulic and Electrical Package and (iii) Electronics and Instrumentation and Control Package under the supervision of Consultant duly appointed by CRRI and CRRI team in accordance with provisions of the E-Tender Document.
4. FIRST LEVEL ASSEMBLY AND TESTING AT VENDOR’S PREMISE OF MECHANICAL PACKAGE
For the mechanical units of three Test Rigs, the following measures shall be followed by the Vendor of Mechanical Package:
a) The Test Rigs shall be initially assembled as per the respective drawings at the Vendor’s Premises for inspection before dispatch to CRRI.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 42 of 85
b) The adjusting motions of the Fixed Specimen Boxes shall be demonstrated during the inspection at the Vendor’s Premises.
c) The motion of the Free Specimen Boxes shall similarly be demonstrated by providing hydraulic oil supply to the cylinders, by means of a Directional Valve.
d) The Specimen Boxes shall be filled with suitable material, weighing equal the weight of expansion joint, to act as dummy specimen. Both the above mentioned motions shall be smooth and free from vibrations, which ensure the soundness of the Synchronizing Assemblies. The accuracy of the mounting of the Linear Bearings shall thus also be verified.
e) A Hydraulic Manifold (not shown in the drawing), shall be supplied mounted at a convenient location of the Unit All pipings, including hoses and tubings from the hydraulic cylinder ports, shall terminate at the tapped ports provided on the rear face of the manifold. The corresponding tapping on the front face of the manifold shall be plugged for use in due course. This Piping on Equipment (POE) shall be pressure tested. Minimess Couplers G1/4" shall be located on the top face of the manifold over each connection.
f) The Vendor shall demonstrate (i) Static Pressure Test at 31.5 MPa (ii) Slow movement test with a 30 LPM pump at 25 MPa during the inspection by CRRI. These tests shall the performed at the Vendor’s own premises.
g) The hydraulic pumps required for the above two tests shall be arranged by the mentioned Vendor. Theses pumps shall not from a part of the supply. The dispatch advice shall be given by CRRI on the successful completion of the tests. All the expenses towards this testing shall be borne by the Vendor.
h) The Mechanical Package Vendor shall provide technical service during final commissioning at CRRI as required for a period of 15 days.
5. TOTAL SYSTEM INTEGRATION AT CRRI
a) The Vendors of respective Packages shall unload the consignment at CRRI and locate them at the designated spots in the Structural Testing Laboratory.
b) The Units shall be transferred and placed on their foundations by the respective Vendors using their own manpower and handling equipment.
c) The Units shall be assembled fully according to the drawings.
d) The interconnection between the Power Packs, Valve Stands and the Mechanical Units shall be executed by the Vendor responsible for Mechanical Package.
e) The Electrical connection between the Distribution Board of CRRI and the Hydraulic Units and the Valve Stands shall be made by the Vendor responsible for Hydraulic and Electrical Package.
f) The Package-3 will be duly integrated by the Vendor concerned.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 43 of 85
Appendix ME-II
SALIENT FEATURES OF THREE TEST RIGS
1.0 TEST RIG-1: OPENING MOVEMENT VIBRATION (OMV) AND SEAL PUSH-OUT (SPO) TEST
1.1 Mechanical Test Bed of Test Rig-1
Specification
Over-all Size (mm): 4700 long x 4360 wide x 1760 height
Size of Foundation (mm): 4900 long x 3600 wide x 200 deep
Size of bed (mm): 3700 long x 1460 wide
Length of Test Sample (mm): 3500 mm
Spreader Beam Size: 2 box sections of 250 mm deep
Linear Bearings: Two sets (attached on each end)
No. of Stands: Two
Size of Stands: Box section of 200 deep x 150 wide
Synchronizer: With a Shaft along the length of the test bed, supported on bearings, and carrying a Pinion at each end, which engages with a Rack bolted on to the fixed side frame.
1.2 Mechanical Test Fixture for Seal Push-out
Specifications
Self-reaction Load Frame: Designed to withstand seal push-out load
Spreader Bar: Round, with 25 mm dia x 535 mm long
Actuator Mounting: With appropriate bracket
Hydraulic Supply: From Main Power Pack
Clamps: On two Beams connected to the Self-reaction Frame
Dynamic hydraulic actuators, static hydraulic actuator, pneumatic vibrator and hydraulic power pack will be required for the Test Rig-1. CRRI will free-issue hydraulic actuators, static hydraulic actuator and pneumatic vibrator to the Vendor.
1.3 Hydraulic Actuator, Dynamic
Duty: Movement of Expansion Joint Test Sample
Specifications
Type of Construction: Mill Duty
Pressure Rating: 25 MPa
Load Capacity, Dynamic, max: 215 kN
Stroke, max: 250 mm
Amplitude, max: 125 mm
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 44 of 85
Frequency, max: 0.1 Hz (6 cycles/min)
Period of Oscillation, min: 10 second
Working Pressure: 24.5 MPa
Bore Diameter of Actuator: 180 mm
Rod Diameter: 125 mm
Rod cross-section Area: 12272 mm2
Bore Area: 25447 mm2
Annular Area: 13175 mm2
Pressure in Actuator, max: 17.5 MPa
Pressure Drop in Proportional Valve, max: 7 MPa
Load Cell Capacity: >/= 250 kN
Displacement Transducer Stroke: 160 mm
Operational Features of Dynamic Actuator
1. 4/3 DC Valve, Solenoid Operated, with Modular Pressure Reducing Valve with 15 MPa setting, provided for Inching (Positioning) operation before oscillation
2. Hydraulic Pilot operated double check valves effectively close the inching circuit during oscillations
3. Flow Capacity of 26 lit/min selected to achieve Time Period of 10 second minimum.
4. Hydraulic Accumulator with Safety Block added to ensure smooth operation, free from flow ripples
5. Regenerative Circuit selected to equalize oil flow and piston velocity in forward and reverse directions
6. Oscillation executed by Moog Servo-proportional Electro-hydraulic DC Valve, working in Closed-loop Mode with displacement transducer feed back
7. Dynamic Cylinder fitted with 160 mm Analog Type Displacement Transducer and Load Cell for dynamic thrust measurement
8. Both frequency and amplitude are adjustable up to the maximum values by means of Electronic Control circuit
1.4 Hydraulic Actuator, Static
Duty: Seal Push-out of Expansion Joint Test Sample
Specifications
Type of Construction: Mill Duty
Pressure Rating: 25 MPa
Load Capacity, Static, max: 45 kN
Stroke, max: 200 mm
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 45 of 85
Working Pressure: 15 MPa
Bore Diameter of Actuator: 63 mm
Rod Diameter: 45 mm
Bore Area: 3117 mm2
Load Cell Capacity: ≥ 60 kN, both in tension and compression
Displacement Transducer Stroke: 160 mm
Operational Features of Static Cylinder
1. 4/3 DC Valve, Solenoid Operated, with Modular Pressure Reducing Valve with 15 MPa pressure setting, provided for Inching operation to conduct Seal Push-out Test
2. Static Cylinder fitted with 160 mm Analog Type Displacement Transducer and Load Cell of 60 kN capacity
3. Push-out pressure and thrust shall be recorded in the data logging system
1.5 Pneumatic Vibrator
Duty: High frequency Vibration of Test Sample of Expansion Joint
Specifications
Type of Construction: With rotary air motor
Frequency, max: 210 Hz
Speed, max: 12600 rev/min
Model: VIBCO model no. SVRLS 8000 or equivalent
Air Pressure, max: 862.5 kPa (125 psi or 8.625 Bar)
Air Consumption: 2.2 m3/min
Force Amplitude: 75 kN
Capacity of Compressor: 5.24 m3/min @ 10 Bar (recommended)
1.6 Instrumentation
Electronic Display and Data Logging System shall be provided for digital recording for Load, Displacement, Frequency, Number of Cycles, Pressure and other parameters as transmitted through the appropriate transducers.
1.7 Hydraulic Power Pack
Specification
Pump Flow: 52 lit/min with one stand-by pump
Motor: 30 kW with one stand-by motor
Nominal Pressure: 25 MPa
Oil Reservoir: 315 lit nominal
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 46 of 85
2.0 TEST RIG2: CYCLIC MOTION, DEBRIS EXPULSION and PULL-OUT TEST RIG
2.1 Hydraulic Actuator, Dynamic
Duty: Oscillation of Expansion Joint Sample
Quantity: Two
Specification
Type of Construction: Mill Duty
Pressure Rating: 25 MPa
Load Capacity, Dynamic, max: 43 kN
Stroke, max: 500 mm
Amplitude, max: 250 mm
Frequency, max: 0.05 Hz (3 cycles/min)
Period of Oscillation, min: 20 s
Working Pressure: 24.5 MPa
Bore Diameter of Actuator: 80 mm
Rod Diameter: 56 mm
Rod cross-section Area: 2463 mm2
Bore Area: 5026.5 mm2
Annular Area: 2563.5 mm2
Pressure in Actuator, max: 17.5 MPa
Pressure Drop in Proportional Valve Max : 7 MPa
Load Cell Capacity: 60 kN, both in Tension and Compression
Displacement Transducer Stroke: 500 mm
Centre Distance between Actuators: 1000 mm
Mounting: Trunnion-mounted
Operational Features of Dynamic Actuator
1. 4/3 DC Valve, Solenoid Operated, with Modular Pressure Reducing Valve with 15 MPa setting, provided for Inching (Positioning) operation before oscillation
2. Hydraulic Pilot operated double check valves effectively close the inching circuit during oscillations
3. Flow Capacity of 26 lit/min selected to achieve Time Period of 10 s minimum.
4. Hydraulic Accumulator with Safety Block added to ensure smooth operation, free from flow ripples
5. Regenerative Circuit selected to equalize oil flow in forward and reverse directions
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 47 of 85
6. Oscillation executed by Moog Servo-proportional Electro hydraulic DC Valve, working in Closed-loop Mode with transducer feed back
7. Dynamic Cylinder fitted with 400 mm Analog Type Displacement Transducer and Load Cell
8. Both frequency and amplitude are adjustable up to the maximum values by means of Electronic Control circuit
2.2 Hydraulic Motor
Duty: Adjustment of position on the fixed side of Expansion Joint Test Sample
Specifications
Make: Sauer Danfoss or Equivalent
Type of Construction: Large Orbital
Pressure Rating: 25 MPa Continuous
Torque Capacity: 720 Nm Continuous
Size: 250 ml
Flow Capacity, max: 75 lit/min
Speed Rating, max: 300 rev/min
Working Pressure: 15 MPa
Working Flow: 25 lit/min
Working Speed: 100 rev/min
Working Torque: 432 Nm
Displacement Transducer Stroke: 400 mm
Operational Features of Hydraulic Motor
1. 4/3 DC Valve, Solenoid Operated, with Modular Pressure Reducing Valve with 15 MPa pressure setting, provided for Inching operation to position the fixed side of the Test Sample of Expansion Joint
2. Should withstand higher pressure setting up to 250 Bar
3. Position to be displayed by the data logging system
2.3 Mechanical Test Bed for Cyclic Motion, Debris Expulsion and Pull-out Test
Specification
Over-all Size mm: 4200 long x 2600 wide x 1530 height
Size of Foundation mm: 2100long x 3000 wide x 200 depth
Size of bed mm: 1800 long x 1460 wide
Length of Test Sample: 1600 mm
Spreader Beam Size: 2 box sections of 150mm wide x200 mm depth
Linear Bearings: Two sets attached, one at each end
No. of Stands: Two
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 48 of 85
Size of Stands: Box section of 200 deep x 150 wide
Synchronizer: With a Shaft along the length of the test bed, supported on bearings, and carrying a Pinion at each end, which engages with a Rack bolted on to the side frame. This is designed for both fixed side and cycling side. Adequate length is provided to meet the stroke capability.
Rotation and Cross-movement during Cyclic Motion:
- Longitudinal displacement, max: +/- 125 mm, by Dynamic Actuator
- Transverse offset, max: +/- 16 mm, by manual pre-adjustment
- Vertical offset, max: +/- 25mm, by manual pre-adjustment
- Angular misalignment
- Around vertical axis, max: +/- 50, by manual pre-adjustment
- Angular misalignment
- Around transverse horizontal axis, max:+/- 50, by manual pre-adjustment
2.4 Instrumentation
Electronic Display and Data Logging System shall be provided for Load, digital recording of Displacement, Frequency, Number of Cycles, Pressure, Temperature and other parameters as transmitted through the appropriate transducers.
2.5 Hydraulic Power Pack for OMV and Cyclic Test Rigs
Specifications
Pump Flow: 52 lit/min with one stand-by pump
Motor: 30 kW with one stand-by motor
Nominal Pressure: 25 MPa
Oil Reservoir: 315 lit nominal
3.0 TEST RIG 3: FATIGUE TEST RIG
3.1 Hydraulic Actuator, Dynamic, Vertical
Duty: Vertical Loading of Expansion Joint Sample
Quantity: Two
Specifications
Type of Construction: Mill Duty
Mounting: Trunnion Mounted
Pressure Rating: 35 MPa
Load Capacity, Dynamic, max: 210 kN
Stroke, max: 100 mm
Working Amplitude, max: 50 mm
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 49 of 85
Frequency, max: 5.5 Hz (330 cycles/min)
Period of Oscillation, min: 181.82 ms
Working Pressure: 27.85 MPa
Bore Diameter of Actuator: 125 mm
Rod Diameter: 90 mm
Rod cross-section Area: 6359 mm2
Bore Area: 12266 mm2
Annular Area: 5907 mm2
Pressure in Actuator, max: 17.5 MPa
Pressure Drop in Prop. Valve, max: 7 MPa
Load Cell Capacity: 250 kN, both in tension and compression
Displacement Transducer Stroke: 100 mm
Operational Features of Vertical Dynamic Actuator
1. 4/3 DC Valve, Solenoid Operated, with Modular Pressure Reducing Valve with 15 MPa setting, provided for Inching (Positioning) operation before oscillation
2. Hydraulic Pilot operated double check valves effectively close the inching circuit during oscillations
3. Flow Capacity of 84 lit/min selected to achieve amplitude of 5 mm maximum and Time Period of 181.82 ms minimum.
4. Hydraulic Accumulator with Safety Block added to ensure smooth operation, free from flow ripples
5. Single-acting operation of Actuator Circuit selected to allow free return
6. Oscillation executed by Moog Servo-proportional Electro-hydraulic DC Valve, working in Closed-loop Mode with transducer feed back
7. Dynamic Cylinder fitted with 100 mm Analog Type Displacement Transducer and Load Cell
8. Both frequency and amplitude are adjustable up to the maximum values by means of Electronic Control circuit
9. Synchronizing with Horizontal Dynamic Actuator to achieve simulation of realistic loading
10. The Test Sample MBEJ shall be mounted upside down, so that the vertical dynamic actuator may be mounted from the bottom
3.2 Hydraulic Actuator, Dynamic, Horizontal
Quantity: Two
Duty: Horizontal loading of Expansion Joint Sample
Specification
Type of Construction: Mill Duty
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 50 of 85
Pressure Rating: 35 MPa
Load Capacity, Dynamic, max: 55 kN
Stroke, max: 100 mm
Amplitude, max: 50 mm
Frequency, max: 11 Hz (660 cycles/min)
Period of Oscillation, min: 90.91 ms
Working Pressure, max: 22.3 MPa
Bore Diameter of Actuator: 100 mm
Rod Diameter: 70 mm
Bore Area: 7850 mm2
Rod Area: 9847 mm2
Annular Area: 4003 mm2
Load Cell Capacity: 60 kN, both in tension and compression
Maximum Pressure: 14.3 MPa
Displacement Transducer Stroke: 100 mm
Operational Features of Horizontal Dynamic Actuator
1. 4/3 DC Valve, Solenoid Operated, with Modular Pressure Reducing Valve with 15 MPa setting, provided for Inching (Positioning) operation before oscillation
2. Hydraulic Pilot operated double check valves effectively close the inching circuit during oscillations
3. Flow Capacity of 42 lit/min selected to achieve amplitude of 5 mm maximum and Time Period of 90.91 ms minimum.
4. Hydraulic Accumulator with Safety Block added to ensure smooth operation free from flow ripples
5. Single-acting operation of Actuator Circuit selected to allow free return
6. Oscillation executed by Moog Servo-proportional Electro-hydraulic DC Valve, working in Closed-loop Mode with transducer feed back
7. Dynamic Cylinder fitted with 100 mm Analog Type Displacement Transducer and Load Cell
8. Both frequency and amplitude are adjustable up to the maximum values by means of Electronic Control circuit
3.3 Mechanical Test Bed for Fatigue Test
Specification
Over-all Size, mm: 3200 long x 1950 wide x 1600 height
Size of Foundation, mm: 3000 long x 2900 wide x 200 deep
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 51 of 85
Number of Pockets of Foundation: Two
Pocket size of each Foundation, mm: 1200 wide x 2000 long x 200 deep
Size of bed, mm: 1410 wide x 3200 long
Length of Test Sample, mm: 3070
No. of Stands: Two
Size of Stands, mm: Box section of 100 deep x 100 wide
Note: The line of fatigue loading has been designed with two vertical dynamic actuators, supplemented by two separate horizontal dynamic actuators. This arrangement enables loading of independent magnitude in vertical and horizontal directions, which may be the more realistic simulation of fatigue loading.
3.4 Instrumentation
Electronic Display and Data Logging System shall be provided by the Vendor of Package-3 for digital recording of Load, Displacement, Frequency, Number of Cycles, Pressure and other parameters as transmitted through the appropriate transducers.
3.5 Hydraulic Power Pack
Specifications
Pump Flow: 3x42 lit/min = 126 lit/min with one stand-by pump
Motor: 3x 22 kW = 66 kW with one stand-by motor
Nominal Pressure: 25 MPa
Oil Reservoir: 740 litre nominal
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 52 of 85
Appendix ME-III
QUALIFICATION CRITERIA
1. General
a) The Vendor will assume total responsibility for the fault-free operation of equipment, application software, if any, and maintenance during the warranty period and provide necessary maintenance services for five years after end of warranty period, if required.
b) Vendors who meet the Qualification criteria are subject to be disqualified, if they have made untrue or false representation in the forms, statements and attachments submitted in proof of the qualification requirements or have a record of poor performance, not properly completing the contract, inordinate delays in completion or financial failure, etc.
c) Any additional bid participation criteria/eligibility conditions etc. mentioned in the E-Tender Document will also form part of the qualification requirements along with those mentioned here.
d) Vendors who are qualifying / meeting Technical and Financial criteria (given below) are eligible to participate in the E-Tender for the Mechanical Package of Three Test Rigs namely (i) Opening Movement Vibration Test and Seal Push out Test (ii) Cyclic Motion, Debris Expelling and Pull Out Test and (ii) Fatigue Test of Assembled bridge expansion joints.
e) Vendors who do not meet the Technical and Financial criteria will not be allowed to participate in this E-Tender. Their request for qualification will be rejected without seeking any further clarifications.
f) The Vendors shall furnish all the information mentioned in the criteria with documentary proof to establish their credentials.
g) Non-submission of any document as desired shall lead to disqualification from further participation in the E-Tender process.
h) Vendor's competency for this work, their technical achievements and financial status will be evaluated as per information given by the Vendor. Feedbacks from Vendor's current clients will be verified, if required.
i) Visit to Works site of the Vendor by CRRI team will be made, if required, for accessing the capability of the Vendor.
2. Technical Qualification Criteria:
a) The Vendor shall be an organization with 10 years’ experience in having executed contracts for Procurement, fabrication supply, Installation, Integration testing and commissioning of mechanical systems as on date of 31.01.2018.
b) The Vendor shall have successfully completed Installation, Testing and Commissioning of at least two numbers of mechanical systems of similar nature. The Vendors have to submit relevant certificates from the end users.
c) The Vendor shall have facilities for fabrication, erection, testing, operation and demonstration at his premises.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 53 of 85
3. Financial Qualification Criteria:
a) The Vendor should have annual turnover of not less than Rupees Five Crores in each year, during last three financial years ending with 31.03.2017.
b) IT/ TDS certificate shall be submitted with Loss and Profit for last three years i.e. 2014-15, 2015-16 and 2016-17. The Vendor shall also submit audited statement of financial status for last three year i.e. 2014-15, 2015-16 and 2016-17.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 54 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M1: VENDOR’S PROFILE
1 Name of the Company
2 Address of the Company
3 Type of the Company (Proprietary / Private Ltd./ Public Ltd./Joint Venture/Consortium)
4 Registration Number (enclose copy of registration)
5 Year of the Inception of the Company
6 Registered address of the Company
7 PAN Number (enclose copy)
8 GST Number (enclose copy)
9 Quality certification of the Company
10 Name and Address of the Chief Executive of the Company
11 Details of the Officer of the Company who will coordinate with us:
Name and Designation of the Officer
Telephone Number
Fax Number
E-Mail Address
12 Location of the branches of Company (if any)
13 Annual turnover of the Company for the last three years
2014-15 Rs. ................... Crore 2015-16 Rs. ................... Crore 2016-17 Rs. ................... Crore
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 55 of 85
14 Income Tax Returns for the last three years (enclose copies)
2014-15 Yes / No 2015-16 Yes / No 2016-17 Yes / No
15 Duly audited Profit and Loss account details for the last three years (enclose copies)
2014-15 Yes / No 2015-16 Yes / No 2016-17 Yes / No
16 Shop floor area covered
17
Number of permanent employees:
Engineers
Supervisors
Technicians
Quality Control Engineers
Administrative Staff
18
Handling facility available:
Overhead/Gantry Crane with details (Capacity, span lift, etc.).
Mobile Cranes
19 Metrological facility available
Details of Welding / Fabrication Workshop available (MIG machine, TIG machine, Gas cutting machines, Plasma cutting machines, Welding fixtures, etc.)Type / Capacity / Number of machines shall be provided
21 Details of Welding inspection equipment and Welding inspector available (LPT, UT, MPT, X-ray, etc.)
22 Details of Inspection facilities /Instruments available (Brief description and specifications shall be provided)
23
Details of Software and related staff available:
Design Software
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 56 of 85
Drafting and Modelling Software
FEM Software
Other Software
Design Engineers (with qualification and experience)
24 Existing agreement with NABL Accredited Test House for testing of materials
25 Details of Works of similar nature, executed during last ten years with their order value as per enclosed format M2 (Attach separate sheet for each work along with copy of Work Order)
26 Summary of Works of similar nature, executed during last ten years as per enclosed Format M3
27 Details of present Works of similar nature as per enclosed Format M4 (Attach copies of Work Orders)
28 Customer feedback on the executed Works (Enclose copies of customer letters)
COMPANY SEAL SIGNATURE:
NAME:
DESIGNATION:
DATE:
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 57 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M2: WORKS OF SIMILAR NATURE EXECUTED BY THE VENDOR
Title of the Work:
Country where Work executed and location of the place:
Name of the Client:.................................................................................................. Address of the Client: .............................................................................................. ............................................................................................. ............................................................................................. ............................................................................................. ............................................................................................. Mobile: ................................................................................................................... Phone: .................................................................................................................. Fax: .................................................................................................................. Email: .................................................................................................................
Starting Date : (Month / Year)
Date of Completion: (Month / Year)
Value of Work (in Rs.):
Name of JV/Association Firm(s), if any and your role :
Nature and brief description of Work executed
COMPANY SEAL
SIGNATURE:
NAME:
DESIGNATION:
DATE:
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 58 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M3: SUMMARY OF WORKS OF SIMILAR NATURE, EXECUTED BY THE VENDOR DURING LAST TEN YEARS
Sl. No.
Name and Address of the Client including Mobile number, Telephone numbers, Fax numbers, Emails, and Name and Designation of Contact person
Details of Work order
Particulars of equipment / system covered
Nature of Work (Use Legend as given below)
Contract Price, INR
Starting Date
Date of completion
Remarks
1
2
3
.
.
.
. .
.
.
.
.
.
LEGEND: I-Installation, S-Supply, SUP-supervision of installation, TC-Testing and commissioning
COMPANY SEAL
SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 59 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M4: SUMMARY OF WORKS OF SIMILAR NATURE, PRESENTLY BEING EXECUTED BY THE VENDOR
Sl. No.
Name and Address of the Client including Mobile number, Telephone numbers, Fax numbers, Emails, and Name and Designation of Contact person
Details of Work order
Particulars of equipment / system covered
Nature of Work (Use Legend as given below)
Contract Price, INR
Starting Date
Schedule date of completion
Remarks
1
2
3
.
.
.
.
.
.
.
.
.
.
LEGEND: I-Installation, S-Supply, SUP-supervision of installation, TC-Testing and commissioning
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 60 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI Mechanical Package
FORM M5: NON DISCLOSURE AGREEMENT
(To be printed on non-judicial stamp paper of Rs.100/-)
THIS AGREEMENT is made and entered into on ______ day of _________ Month
___________, Two Thousand Eighteen Year, between Council of Scientific and
Industrial Research (CSIR), a Society registered under the Societies Registration Act
(XXI of 1860), having its registered office at Anusandhan Bhavan, 2 Rafi Marg, New
Delhi 110001 acting through “CSIR-Central Road Research Institute, New Delhi”, a
constituent laboratory of CSIR, located at Delhi-Mathura Road, New Delhi-110025,
INDIA” (hereinafter “CRRI” which expression shall where the context so admits
include its successors and permitted assigns) of the one part,
And
-------------------, a Company registered under the Companies Act, 1956 and having its
registered office at ----------------------- (hereinafter called the “-----” which expression
shall where the context so admits include its successors and permitted assigns) of
the other part.
WHEREAS CRRI, a premier National Laboratory established in 1952 is engaged in
carrying out research and development projects on design, construction and
maintenance of roads and runways, traffic and transportation planning of mega and
medium cities, management of roads in different terrains, improvement of marginal
materials, utilization of industrial waste in road construction, landslide control, ground
improvements environmental pollution, road traffic safety and analysis and design,
wind, fatigue, corrosion studies, performance monitoring/evaluation, service life
assessment and rehabilitation of highway and railway bridges and related
engineering areas. CRRI provides technical and consultancy services to various user
organizations in India and abroad.
WHEREAS ------ has approached CRRI with a desire to provide services for
“Manufacture, Supply, Erection and Commissioning of Test Rigs for creation of Test
Facility for Bridge Expansion Joints at CRRI”.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 61 of 85
In order to evaluate a potential business relationship, either party may disclose to the
other party certain technical or business information, which is not in public domain
and is proprietary in nature to CRRI (one who discloses the information). This
information is secret and confidential, and will be disclosed to the Receiving Party
(one who receives the information) on the following terms and conditions:
1. “Confidential Information” shall mean all information, data, drawings,
specifications and processes owned by or in possession of CRRI and
designated as “Confidential” in writing by CRRI at the time of disclosure.
If “Confidential Information” is disclosed orally, then it would be deemed
confidential if confirmed in writing by CRRI as “Confidential” within one week of
the date of such disclosure through the issue of Recorded Minutes of the
Meeting dully approved by Competent Authority.
CRRI will issue Fabrication drawings of the Test Facility for Bridge Expansion
Joints. These drawings shall be treated as “Confidential Information”.
2. Proper and appropriate steps shall be taken and maintained by the Receiving
Party to protect the Confidential Information received. The Receiving Party shall
limit disclosure and access of the Confidential Information received from the
Disclosing Party to such of its employees who are directly involved with this
project and even then only to such extent as is necessary and essential to
complete the work involved herewith and such employees shall preserve the
confidential nature of this information. The Receiving Party shall also not
disclose any of the Confidential Information to any unauthorized third party.
3. The Receiving Party will only use the Confidential Information in connection
with evaluating a potential relationship with the Disclosing Party. Nothing herein
will be deemed to constitute by implication or otherwise, the license or grant of
any intellectual property rights, title, or interest in (a) the Disclosing Party’s
Confidential Information and/or (b) any information, technology and/or products
materially derived or developed there from.
4. The obligation of confidentiality and non-use shall not apply to the information
that is (a) in the possession of the Receiving Party prior to receipt thereof from
the Disclosing Party as shown by the Receiving Party's prior written records; (b)
is already available or becomes available to the public through no fault of the
Receiving Party; (c) is received by the Receiving Party from a third party having
a right to disclose it; (d) is developed by the Receiving Party independent of
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 62 of 85
any disclosure hereunder; (e) required by a judicial or administrative agency of
competent jurisdiction to be disclosed, after maximum practicable notice by the
Receiving Party to the Disclosing Party; provided, however, that in such an
event the Receiving Party will reasonably cooperate with the Disclosing Party’s
request to obtain appropriate protection orders and to take similar protective
measures to preserve the confidentiality of the Disclosing Party’s Confidential
Information.
5. The Intellectual Property Rights regarding design of each of the Test Rigs of
Expansion Joint Test Facility solely belong to CRRI.
6. After the use of “Confidential information” by the Receiving Party, solely for the
purposes specified by CRRI, the same shall be returned to CRRI, or destroyed,
as instructed by CRRI.
7. Either party shall not assign this Agreement to a third party without the prior
written consent of the other party. This Agreement shall be binding upon the
parties and their permitted successors and assignees.
8. Failure by either party to enforce any of the provisions of this Agreement shall
not constitute a waiver of such provisions or in any way effect the validity of the
Agreement.
9. No amendment, modification or waiver of the terms or conditions of this
Agreement shall be binding unless placed in writing and duly executed by the
parties to this Agreement.
10. If “Confidential information” is found to be passed by the Receiving Party
to any Unauthorised Party, then a penalty of up to Rs.50,00,000/- (Rupees
Fifty Lakhs Only) has to be paid to CRRI by the Receiving Party.
11. This Agreement shall be in-force for a period of five years, unless extended
further in writing by the parties; however the obligations of confidentiality shall
survive the period of this Agreement.
12. Disputes between the parties arising from this Agreement shall be settled
amicably through negotiations in good faith. Should the parties fail thereby to
resolve a dispute, a party may request that the matter be settled in an
arbitration proceeding in accordance with the rules and under the provisions of
the Arbitration and Conciliation Act, 1996 or any other enactment or statutory
modification thereof made by the Government, said proceeding to be
conducted in the English language.
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 63 of 85
In witness whereof the parties hereto have signed this agreement on the day, month
and year mentioned hereinbefore.
For and on behalf of CRRI For and on behalf of ………… Signature: Signature: Name: Name: Title: Title: Seal: Seal:
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 64 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M6: CHECKLIST OF DOCUMENTS TO BE SUBMITTED
FOR ISSUE OF FABRICATION DRAWINGS
Sl. No.
Description Response by Vendor (Please
tick any one)
1 All Technical and Financial qualification criteria, mentioned in Appendix ME-III have been met and all related documents enclosed
Yes/No
2 All the particulars as indicated in the Form M1 to Form M4 filled up and enclosed
Yes/No
3. Dully signed Non-Disclosure Agreement as per Form M5 on non-judicial stamp paper of Rs.100/- (Rupees One Hundred only).
Yes/No
4. Paid Non-transferable & non-refundable fee of Rs.10,000/- (Rupees Ten Thousand only) through Demand draft / Online transfer
Yes/No
COMPANY SEAL
SIGNATURE:
NAME:
DESIGNATION:
COMPANY
DATE:
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 65 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M7: EXCEPTIONS AND DEVIATIONS
With reference to the E-Tender Document, the Vendor may suggest Exceptions of and Deviations from the provisions of the E-Tender Document, if considered unavoidable.
SL.NO. Provision of the E-Tender Document
Existing Provision
Suggested Exception
Suggested Deviation
Page No.
Para No.
1
2
3
.
.
.
.
.
.
.
NOTE:
Any deviations taken by the Vendor to the stipulations of the E-Tender Document shall be brought out strictly as per this format and enclosed along with the bid.
Any deviations not brought out in this Proforma and written elsewhere in the E-Tender Document shall not be recognized and the same is treated as null and void.
Any willful attempt by the Vendor to camouflage the deviations by giving them in the covering letter or in any other document that are enclosed, may render the bid itself non-responsive.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 66 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M8: TIME PERIOD FOR MANUFACTURE, SUPPLY, ERECTION AND COMMISSIONING OF TEST RIGS
The Vendor shall indicate below the time period for Manufacture, Supply, Assembly, Erection and Commissioning of Test Rigs from the date of issue of Purchase Order.
Test Rig Time period from the date of issue of Purchase Order (Weeks)
Time period required to
make the Test Rig ready for inspection,
demonstration and testing by CRRI (Weeks)
Time period for
dismantling, packing and
ready for dispatch from
Works (Weeks)
Time period for
shipment to CRRI (Days)
Time period for Erection and
Commissioning at CRRI (Days)
Total Time
period from the date of issue of
Purchase Order
(Weeks) S
oli
d m
od
ellin
g
Pro
cu
rem
en
t o
f
ma
teri
als
a
nd
bo
ug
ht
ou
t
item
s
Ma
nu
fac
turi
ng
an
d
ins
pec
tio
n
by t
he
Ve
nd
or
Ass
em
bly
o
f
Tes
t R
ig a
nd
its
ins
pec
tio
n
by
the
Ve
nd
or
Test Rig-1
Test Rig-2
Test Rig-3
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 67 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M9: LIST OF COMMISSIONING SPARES FOR TEST RIG-1
The Vendor shall indicate below the list of Commissioning Spares.
Sl. No.
Name of the Spare
part
Identification as per shop drawings, provided by CRRI
Quantity or Number
Remarks
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 68 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M10: LIST OF COMMISSIONING SPARES FOR TEST RIG-2
The Vendor shall indicate below the list of Commissioning Spares.
Sl. No.
Name of the Spare
part
Identification as per shop drawings, provided by CRRI
Quantity or Number
Remarks
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 69 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M11: LIST OF COMMISSIONING SPARES FOR TEST RIG-3
The Vendor shall indicate below the list of Commissioning Spares.
Sl. No.
Name of the Spare
part
Identification as per shop drawings, provided by CRRI
Quantity or Number
Remarks
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 70 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M12: LIST OF RUNNING SPARES FOR THREE-YEAR PERIOD FOR TEST RIG-1
The Vendor shall indicate below the list of three-year running spares.
Sl. No.
Name of the Spare part Identification as per shop drawings, provided by CRRI
Recommended Quantity or
Number
Delivery period from date of issue of Purchase Order
(Weeks)
Remarks
1
2
3
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 71 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M13: LIST OF RUNNING SPARES FOR THREE-YEAR PERIOD FOR TEST RIG-2
The Vendor shall indicate below the list of twhree-year running spares.
Sl. No.
Name of the Spare part Identification as per shop drawings, provided by CRRI
Recommended Quantity or
Number
Delivery period from date of issue of Purchase Order
(Weeks)
Remarks
1
2
3
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 72 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M14: LIST OF RUNNING SPARES FOR THREE-YEAR PERIOD FOR TEST RIG-3
The Vendor shall indicate below the list of three-year running spares.
Sl. No.
Name of the Spare part Identification as per shop drawings, provided by CRRI
Recommended Quantity or
Number
Delivery period from date of issue of Purchase Order
(Weeks)
Remarks
1
2
3
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 73 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M15: LIST OF MAINTENANCE TOOLS AND TACKLES FOR TEST RIG-1
The Vendor shall indicate below the list of Special Maintenance Tools and Tackles for Test Rig-1 offered by him:
Sl. No. Description Quantity or Number of Sets
Remark
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 74 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M16: LIST OF MAINTENANCE TOOLS AND TACKLES FOR TEST RIG-2
The Vendor shall indicate below the list of Special Maintenance Tools and Tackles for Test Rig-2 offered by him:
Sl. No. Description Quantity or Number of Sets
Remark
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 75 of 85
Creation of Test Facility for Bridge Expansion Joint at CSIR-CRRI
Mechanical Package
FORM M17: LIST OF MAINTENANCE TOOLS AND TACKLES FOR TEST RIG-3
The Vendor shall indicate below the list of Special Maintenance Tools and Tackles for Test Rig-3 offered by him:
Sl. No. Description Quantity or Number of Sets
Remark
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 76 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M18: CHECKLIST FOR TECHNICAL BID SUBMISSION
Sl. No.
Description Response by Vendor (Please
tick any one)
1 All the particulars as indicated in the Form M7 to Form M17 filled up and all related documents attached with Technical bid.
Yes/No
2 Proof of online payment/ Demand draft towards the E-Tender fee and Earnest Money Deposit enclosed with Technical bid.
Yes/No
3 The detailed scope of work and technical specifications understood and prices quoted accordingly.
Yes/No
4 Confirmation that the quoted prices are firm and fixed. Yes/No
5 Validity of offer of 180 days from due date of Bid submission accepted
Yes/No
6 List of Customs Duty exemption Certificate (CDEC) for various items submitted
Yes/No
7 List of GST exemption Certificate (GSTEC) for various items submitted
Yes/No
8 Prices quoted inclusive of all taxes including GST
Yes/No
9 Delivery schedule with bar-chart and milestones submitted
Yes/No
10 Payment Terms accepted
Yes/No
11 General terms and conditions of Contract included in E-Tender Document accepted
Yes/No
12 If General terms and conditions of Contract included in E-Tender Document not acceptable, the deviations brought out in the Form M7
Yes/No
13 Technical specifications included in E-Tender Document accepted
Yes/No
14 If Technical specifications included in E-Tender Document not acceptable, the deviations brought out in the Form M7
Yes/No
15 Warranty period for the fully Commissioned and accepted system accepted
Yes/No
16 Acceptance of 10 % of the Order Value as Performance Security for the performance of the contract along with acceptance of order letter, valid till acceptance of the Test Rigs.
Yes/No
17 Acceptance of 10 % of the Order Value as Bank guarantee, remain valid till completion of the warranty
Yes/No
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 77 of 85
period plus 90 days of claim period.
18 Liquidated Damages acceptable
Yes/No
19 Last three years audited financial results enclosed
Yes/No
20 Registration certificate of the company enclosed
Yes/No
21 All pages of E-Tender Document signed by the authorised officials
Yes/No
COMPANY SEAL
SIGNATURE:
NAME:
DESIGNATION:
COMPANY
DATE:
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 78 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M19: PRICE DETAILS
Name of the Bidder: ……………………………………………………………………………………………………………………………………
The Vendor shall quote prices for each Test Rig separately excluding the taxes and other charges which shall be indicated separately.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION COMPANY
DATE
1 2 3 4 5 6 7 8 9 10 11
Sl. No
Item Description Qty. Ex-Works.
Total price FOR, Ex-Works.
GST & other
taxes as applicable
Packing & forwarding
up to CSIR, New Delhi
Charges of Insurance
up to CRRI New
Delhi
Total FOR CRRI, New
Delhi
Installation & Commissioning
and Training charges, if any
Total Bid price in Rupees & Words.
1. Test Rig -1
2. Test Rig -2
3. Test Rig -3
Grand Total Bid Price Rs.
(Grand Total Bid Price in Words)
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 79 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M20: SCHEDULE OF RUNNING SPARES FOR THREE-YEAR PERIOD FOR TEST RIG-1
The Vendor shall indicate below the schedule of three -year running spares.
Sl. No.
Name of the Spare
part
Identification as per shop drawings, provided by CRRI
Recommended Quantity
Unit Price, INR
Total Price, INR
Delivery period from date of
issue of Purchase
Order (Weeks)
Remarks
1
2
3
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 80 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M21: SCHEDULE OF RUNNING SPARES FOR THREE-YEAR PERIOD FOR TEST RIG-2
The Vendor shall indicate below the schedule of three -year running spares.
Sl. No.
Name of the Spare
part
Identification as per shop drawings, provided by CRRI
Recommended Quantity
Unit Price, INR
Total Price, INR
Delivery period from date of
issue of Purchase
Order (Weeks)
Remarks
1
2
3
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 81 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M22: SCHEDULE OF RUNNING SPARES FOR THREE-YEAR PERIOD FOR TEST RIG-3
The Vendor shall indicate below the schedule of running spares for three-year period.
Sl. No.
Name of the Spare
part
Identification as per shop drawings, provided by CRRI
Recommended Quantity
Unit Price, INR
Total Price, INR
Delivery period from date of
issue of Purchase
Order (Weeks)
Remarks
1
2
3
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 82 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M23: SCHEDULE OF MAINTENANCE TOOLS AND TACKLES FOR TEST RIG-1
The Vendor shall indicate below the schedule of Special Maintenance Tools and Tackles for Test Rig-1 offered by him:
Sl. No. Description Quantity or Number of Sets
Unit Price, INR
Total Price, INR
Remark
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur, CRRI, New Delhi
Page 83 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M24: SCHEDULE OF MAINTENANCE TOOLS AND TACKLES FOR TEST RIG-2
The Vendor shall indicate below the schedule of Special Maintenance Tools and Tackles for Test Rig-2 offered by him:
Sl. No. Description Quantity or Number of Sets
Unit Price, INR
Total Price, INR
Remark
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 84 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M25: SCHEDULE OF MAINTENANCE TOOLS AND TACKLES FOR TEST RIG-3
The Vendor shall indicate below the schedule of Special Maintenance Tools and Tackles for Test Rig-3 offered by him:
Sl. No. Description Quantity or Number of Sets
Unit Price, INR
Total Price, INR
Remark
1
2
3
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
COMPANY SEAL SIGNATURE
NAME
DESIGNATION
COMPANY
DATE
E-Tender Ref. No. 11(731)261/17-18/Pur CRRI, New Delhi
Page 85 of 85
Creation of Test Facility for Bridge Expansion Joint at CRRI
Mechanical Package
FORM M26: PRICE SCHEDULE FOR ANNUAL MAINTENANCE CONTRACT (AMC) AFTER EXPIRY OF WARRANTY PERIOD OF 2 YEARS
The Vendor shall quote prices for each Test Rig separately excluding the GST etc. which shall be indicated separately.
1 2 3 4 6 Total Rs. Sl. No
Item Description Annual Maintenance Contract (AMC)
Qty. Unit Price
GST etc.
Total Bid price for AMC, in Figure & Words
1. 1st
Year AMC
2. 2nd
Year AMC
3. 3rd
Year AMC
3. 4th
Year AMC
4. 5th
Year AMC
Details of Preventive Visits during AMC
Details of Emergency Visits during AMC
Scope of Work
Response Time of complaints
Any other relevant Information
COMPANY SEAL SIGNATURE :
NAME :
DESIGNATION:
COMPANY:
DATE: