purchase entity: purchase - isro for locking / unlocking rigidly to the bed guide ways by mechanical...

92

Upload: others

Post on 28-May-2020

13 views

Category:

Documents


0 download

TRANSCRIPT

Schedule Display

http://lpscb.eprocure.isro.gov.in/viewpages/scheduleviewbuyer.asp?TenderNo=1097[14/12/2018 13:48:52]

L iquid Propuls ion Systems Centre Bengaluru

MAIN VIEW HELP

Helpdesk

Logout

Schedule Display - LPSCB

Tender Ref. No: LPSCB/PUR/2018E0138601 Tender Ref. Date: 10-12-2018

Schedule : Single Submission MultiOpening, Two Part

Seq No Buyer Stage Supplier Stage Start Date & Time Expiry Date & Time1 Tender Release - 10-12-2018 10:00 12-12-2018 10:002 - Tender download 12-12-2018 10:01 16-01-2019 14:003 - Bid Submission 12-12-2018 10:01 16-01-2019 14:004 Bid Sealing - 16-01-2019 14:01 17-01-2019 17:005 - Open Authorisation 17-01-2019 17:01 22-01-2019 14:006 Tender Opening - 22-01-2019 14:01 05-02-2019 14:007 Tender Evaluation - 22-01-2019 14:01 05-02-2019 14:008 Price Bid Opening - 05-02-2019 14:01 29-03-2019 17:009 Price Bid Evaluation - 05-02-2019 14:01 29-03-2019 17:0010 PO Release - 05-02-2019 14:01 29-03-2019 17:00

Tender No: LPSCB/PUR/2018E0138601 1

Tender Details

Tender No: LPSCB/PUR/2018E0138601

Tender Date: 10/12/2018

Purchase Entity: PURCHASE

Page 1 of 18

Annexure-1

SCOPE OF WORK, TECHNICAL SPECIFICATION AND OTHER TERMS & CONDITIONS FOR SUPPLY, INSTALLATION, COMMISSIONING & TRAINING OF HEAVY DUTY CNC LATHE

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

I

SCOPE:

Supply, erection, installation, commissioning & training of Heavy duty CNC lathe with accessories.

MACHINE DESCRIPTION AND APPLICATIONS:

The intended Heavy duty CNC lathe shall have flat bed with hardened & ground guide ways. This machine tool would be utilized for machining of thin walled pressure vessel parts made out aerospace materials like stainless steel, titanium alloys (Ti6Al4V) etc. The offered machine shall be built with positional accuracies confirming to VDI / DGQ 3441 or equivalent standards and geometrical accuracies confirm to DIN 8607 / ISO 1708 or equivalent standards. The machine shall be fitted with state-of-the-art CNC control system & drives. The machine shall have adequate speed-torque characteristics compatible with machining of above materials. The CNC control system shall be of Siemens 840D SL / Fanuc 31i or with higher configuration

II TECHNICAL SPECIFICATIONS:

Sl. No Description Specification

1.0 MACHINE CAPACITY:

1.1 Turning diameter over carriage 1600 mm (nominal)

1.2 Distance between centres 3000 mm (nominal)

1.3 Center height 1000 mm (nominal)

1.4 Swing over bed 2000 mm (nominal)

1.5 Work load admitted between centres 15,000 Kg (minimum)

1.6 Bed type Flat Bed type

1.7 Number of axes 2 axes ( X & Z)

Page 2 of 18

1.8 Cross travel (X- axis traverse) 800 mm (minimum)

1.9 Longitudinal travel (Z-axis traverse) 3000 mm (nominal)

2.0 HEADSTOCK / SPINDLE:

2.1

Headstock shall be made up of alloyed cast iron and shall have AC motor to drive the spindle. All shafts are to be made of alloyed steel duly heat treated. The spindle shall be mounted on precision heavy duty roller bearings. Headstock shall have pressurized lubrication system.

2.2 Spindle nose

(as DIN 55026 or equivalent standard) 15” or better

2.3 Spindle run-out at nose 0.015 mm or better

2.4 Spindle speeds range 3– 400 RPM or better

2.5 Spindle motor power (S1)

(Direct AC motor drive) 90 kW (nominal)

2.6 Spindle motor power (S6) in kW Party shall specify

2.7 Spindle torque (S1) 20,000 Nm or higher

2.8 Spindle torque (S6) in Nm Party shall specify

2.9 Spindle through bore 110 mm or higher

3.0

Bed & GUIDE WAYS:

Bed shall be made up of one integral piece, casted & heat treated and adequately ribbed to provide maximum stiffens and rigidity to ensure dimensional stability and free from distortion over entire life of the machine. The bed shall be extremely rigid to withstand the loads. Hardness of the guideways shall be 450HB or higher.

3.1 Type of guide ways Hardened & ground

3.2 Number of guide ways 4 (minimum)

3.3 Total bed width in mm Party shall specify

Page 3 of 18

4.0

TAIL STOCK:

The tailstock shall be of motorized type and shall be driven by an individual / independent motor. Tailstock shall move freely on bed ways and shall have provision for locking / unlocking rigidly to the bed guide ways by mechanical / hydraulic system. Tailstock shall have motorized / hydraulic quill movement.

4.1 Quill diameter 220 mm or higher

4.2 Quill travel 200 mm or higher

5.0 FEED RATE:

5.1 Longitudinal (Z-axis) 0-6000 mm/min or better

5.2 Cross (X-axis) 0-8000 mm/min or better

6.0 Measuring system: Heidenhain optical linear scales for X and Z axes with 0.001 mm (minimum) resolution.

7.0 MACHINE POSITIONAL ACCURACIES:

AS PER VDI / DGQ 3441 or equivalent standards

7.1 Positional uncertainty (P) for X axis 20 micron or better for full travel

7.2 Positional uncertainty (P) for Z axis 30 micron or better for full travel

7.3 Positional scatter (Ps mean) for X axis 10 micron or better for full travel

7.4 Positional scatter (Ps mean) for Z axis 15 micron or better for full travel

8.0 GEOMETRICAL ACCURACIES As per DIN 8607 / ISO 1708 or equivalent standards

8.1 Spindle run-out at internal taper of the spindle

0.015 mm or better

8.2 Straightness of carriage / slide movement in horizontal plane

0.025 mm / meter or better

8.3 Perpendicularity of movement of cross slide with respect to spindle axis 0.02mm / 300mm or better

Page 4 of 18

9.0 TOOL POST: Square turret type (Vertical axis)

9.1 Number of tool station 4 (for holding 2 nos turning tool holders & 2 nos of boring bar holders)

9.2 Size of turret 400mm X 400mm or higher

9.3 Provision for holding tool section with standard tool holder

40mm x 40mm (nominal)

9.4 Provision for holding boring bar diameter

80 mm (nominal)

10.0

COOLANT SYSTEM

Coolant system shall consist of suitable capacity pump and piping on the machine and with mechanical filtering paper type.

10.1 Coolant tank capacity Party shall provide details

10.2 Coolant flow rate Party shall provide details

10.3 Coolant pressure Party shall provide details

10.4 Coolant filtering equipment (40 micron (nominal)) paper band filtration system and oil skimmer

Required.

10.5 Provision for Internal through coolant & external coolant flow

Required

11.0 CENTRALISED LUBRICATION SYSTEM:

Required

11.1 The Centralized lubrication system shall automatically distribute oil to all points, such as, guide ways, spindle, bearings, etc.

11.2 The lubrication system should incorporate safety systems, circuit control and alarms.

12.0 CNC CONTAOL SYSTEM:

The CNC control system shall be of Siemens 840D SL / Fanuc 31i system or higher configuration.

12.1 Simultaneously control 2 Axes (X & Z)

12.2 Resolution 0.001 mm or better

12.3 Inch / Metric selection Required

Page 5 of 18

12.4 NC memory 2MB minimum

12.5 Hard disk: 16 GB minimum

12.6 Processor 32 bit minimum

12.7 RAM 2 GB minimum

12.8 Display 15” (minimum) Color LCD/ LED display with alphanumeric keyboard in English

12.9 Graphic simulation CNC system shall have graphic simulation (Shop turn / Manual guide i)

13.0 DATA INPUT / OUTPUT (shall have following features) :

13.1 MDI (Manual Data Input) operation

13.2 Ethernet for tele service / remote assistance for diagnosis and rectification of problems remotely

13.3 USB drive

14.0 CONTROL SYSTEM SHALL HAVE FOLLOWING ESSENTIAL FEATURES:

14.1 PROGRAMMING:

14.1.1 ISO Programming in metric / inch

14.1.2 Custom macro variable programming

14.1.3 Absolute/Incremental programming

14.1.4 Sub programming & sub-routine option

14.1.5 Background editing

14.1.6 Constant surface speed programming

14.1.7 Diameter / radius programming

14.1.8 Graphic display

14.2 CYCLES:

14.2.1 Canned cycles

14.2.2 Thread cutting cycle

Page 6 of 18

14.2.3 Linear interpolation

14.2.4 Circular interpolation

14.2.5 Facing cycles

14.2.6 OD / ID Roughing cycles

14.2.7 OD / ID Grooving cycle

14.2.8 Tool offset

14.3 Miscellaneous Functions:

14.3.1 Exact stop

14.3.2 Program Number search

14.3.3 Reference point return

14.3.4 Sequence number search

14.3.5 Single block operation

14.3.6 Tool life management

14.3.7 Tool nose radius compensation

14.3.8 Block delete & insertion

14.3.9 Dry run

14.3.10 Emergency stop

14.3.11 Feed hold

14.3.12 Feed rate override

14.3.13 Incremental jog

14.3.14 Jog feed

14.3.15 Machine lock

14.3.16 Remote control with manual pulse generator (MPG) with selection of 0.001mm, 0.01mm & 0.1mm.

14.3.17 On-screen spindle & axis load meters

14.3.18 Tool geometry & tool wear offsets

14.3.19 Actual cutting speed display

Page 7 of 18

14.3.20 Ethernet card

14.3.21 On-screen “HELP” functions for alarms

14.3.22 Software limit switch provision

14.3.23 Safety zone programming feature (crash proof programming feature)

14.3.24 English language to be used

14.3.25 CNC control system cabinet and electrical cabinet Shall be fully enclosed, rodent proof, dust-proof and fully air conditioned.

15.0 DNC COMMUNICATION:

Provision for data in and out communication through LAN, USB port, Ethernet etc. shall be available.

16.0 CNC control system shall have provision for up-gradation with advanced features in future.

17.0 ELECTRICAL CONNECTIONS & SUPPLY:

17.1 Purchaser will provide electrical power supply with 415V ± 10%, 50Hz ± 5%, 3 phase and neutral 4-wire system. Offered machine shall be compatible with this power supply.

17.2 The electrical insulation shall be fully tropicalized and electric system shall be suitable for operation on the specified supply.

17.3 Electrical control panels shall confirmed to CE or equivalent norms

17.4 Power, control & circuit elements shall be properly labeled as per circuit diagram

17.5 Uninterrupted power supply (UPS) with 20 minutes (minimum) backup shall be available for CNC control system for safe shutdown of control system in the event of power failure.

17.6 Electrical cabinet shall be confirming to IP54 or equivalent standards including air conditioning (AC) unit and internal lighting.

17.7 Party shall provide total capacity of the machine in kVA rating.

18.0 SAFETY ASPECTS:

18.1 Rust free metallic protection guards for telescopic movements shall be provided.

Page 8 of 18

18.2. The machine shall be provided with all safety features to protect the machine and the operator while in operation from possible damages / injury

18.3 All safety features related to machine shall be provided as per CE or equivalent norms.

18.4 Automatic machine shut off with warning feature shall be available in the event of lubrication failure, spindle off, axes over travel etc.

18.5 The machine shall be designed with over temperature protection.

18.6 Automatic machine shut off feature shall be available in case of major spikes in the incoming supply which would affect machine functions.

18.7 Machine shall have auto tool with-drawal feature in case of power failure to avoid digging of the tool on the job.

18.8 The equipment and all its accessories shall be tropicalized.

III ESSENTIAL ACCESSORIES: Party shall provide break up cost for each item in Part-2: Price bid only.

SL.No Description: QTY

(Nos)

1 Manual 4 Jaw independent chuck of Dia 1400mm (nominal) with

forward and reverse hard jaws 01 set

2 Centre for headstock 01

3 Centre for tailstock 01

4 Test mandrel 01

5 First fill of oils ( for lubricating system , for hydraulic system, for

hydrostatic slides, grease etc) 01Lot

6 Chip conveyor (swarf / link type) with Chip bin 01 set

7 Isolation Transformer of suitable capacity 01

8 Servo controlled Voltage stabilizer of suitable capacity 01

9 Kit of foundation & leveling elements 01 set

10 Machine lamp 01

Page 9 of 18

IV OPTIONAL ACCESSORIES: Party shall provide break up cost for each item in Part-2: Price bid only.

SL.No Description: QTY

(Nos)

1 Face plate Dia 1500mm (nominal) 01

2 Boring bar holder / support with internal through coolant provision for accommodating boring bar size dia 80mmX 800mm (nominal)

01 set

3 Shank type 40mm X 40mm (nominal) external turning tool holder suitable to offered tool turret

06 Nos

4 Anti vibration boring bar of size dia 80mm X 800mm 01

5 Machine status lamp 01

6 Renishaw / Blum / equivalent make tool offset probing systems 01 set

7 Tool storage cabinet 01

V KIT OF SPARES:

1.0 Party shall submit offer for one set Kit of spares (mechanical & hydraulic / electrical & electronic) under two headings as given below which are required for trouble free operation of the machine on two shift basis for a period of two years.

1.1 Mechanical & Hydraulic spares:

Couplings, 'O' rings, oil seals, pressure return valves etc.

1.2 Electrical & Electronic spares:

All I/O devices such as sensors (Pressure, temperature etc.), limit switches, proximity switches, relays, solenoid valves, contactors, drives etc.

2.0 Party shall provide detailed list of spares with Qty in Part-1: Technical Bid.

Note: Offer indicating cost in Part-1: Technical Bi d will be disqualified.

Cost break up for each item shall be provided in Part-2: Price Bid only.

3.0 Party shall ensure availability of spares for a period of ten years of operation of the machine from the date of commissioning and acceptance.

Page 10 of 18

VI TECHNICAL DOCUMENTATION:

In case of order, Two sets of following technical documentation in hard copy plus one set soft copy in ENGLISH shall be supplied along with machine.

1 Programming instruction manual

2 Operator’s instruction manual

3 Foundation drawings/ assembly drawings/foot print and installation instructions (with a check list)

4 Actual machine accuracy test results (positional & geometrical accuracies)

5 Preventive maintenance check list, troubleshooting charts and guidelines

VII OTHER TERMS & CONDITIONS:

1.0 HERITAGE OF SUPPLIER:

1.1 The bidder/manufacturer/ supplier should have manufactured, supplied & commissioned at least 03 numbers of Heavy duty cnc lathes of same/ bigger model in Defence / Government establishments / Public sectors in India. Offers not meeting the above criteria will not be considered.

1.2 The Bidder shall provide reference list of organizations (with contact details, year of supply etc.,) to whom the above mentioned class of machines have been supplied which are being used in Defence/ Govt. Establishments/ Public sectors in India. Purchaser reserves the right to visit above referred organization for verification/validation. In case of enquiry by Purchaser about the machine tool supplied with references provided by the bidder is not satisfactory, such offer will be not be considered .

1.3 Foreign manufacturer / supplier shall have authorized & trained service provider in India. The address & details of the Indian authorized service provider shall be provided along with the offer. Offers not meeting the above criteria will not be considered.

2.0 DOCUMENTS TO BE SUBMITTED ALONG WITH OFFER:

2.1 Detailed technical specification of the offered machine, such as description of basic machine, essential & optional accessories, CNC control features, constructional features etc.

2.2 Printed catalogue /technical literature / technical write up/ foot print of the offered machine shall be supplied along with the offer. Sketches are not acceptable.

Page 11 of 18

2.3 List of all the standard, essential & optional accessories and kit of spares offered. (Quantity & cost break-up for each item shall be provided in Part-2: Price Bid only ).

Note: Offers with Cost element in Part-1: Technical Bid will not be considered.

2.4 Country of origin details.

2.5 Standard acceptance test chart (Positioning uncertainty / accuracy test chart as per VDI/DGQ 3441 or equivalent standards and geometric accuracy protocol as per DIN 8607 / ISO1708 or equivalent standards) duly filled with actual values for any previously supplied same/ bigger model machine confirming to the accuracies given in Clause No: 7.0 & 8.0.

2.6 Machine Layout drawing of the offered machine model indicating the shop floor space required.

2.7 Un-priced (without price component) copy of Part-2: Price bid .

3.0 PREDELIVERY INSPECTION & MACHINE ACCEPTANCE CRITERI A AT MANUFACTURE’S SITE:

3.1 Actual machine acceptance accuracy test results (Positioning accuracies as per VDI/DGQ 3441 or equivalent standards and geometric accuracy protocol as per DIN 8607 / ISO1708 or equivalent standards) shall be submitted to LPSC in advance.

3.2 The manufacturer / supplier shall indicate the purchaser well in advance regarding probable date of readiness of the machine for pre-delivery inspection. After readiness of the ordered machine along with accessories for pre-delivery Inspection, Purchaser’s team will visit the manufacturer’s site and carryout following inspections.

3.2.1 Compliance of machine specification as per the ordered technical specification.

3.2.2 All standard, essential & optional accessories and spares as per the ordered specifications

3.2.3 Machine accuracies test results (Positional & Geometric accuracies)

3.2.4 Demonstration of all features of machine, control system, software & accessories.

3.3 All the material and tools required to carry out pre-delivery inspection tests at manufacturer’s site shall be arranged by the manufacturer / supplier.

Page 12 of 18

3.4 Despatch clearance for the machine will be accorded after satisfactory Pre-Delivery Inspection (PDI) of machine by LPSC Engineers at manufacturer's work place.

3.5 Purchaser will bear to & fro air travel, boarding, lodging and other incidental expenses for Purchaser’s representative’s visit to Manufacturer’s site for PDI.

4.0 INSTALLATION AND COMMISSIONING OF MACHINE AT PURCHASER’S SITE; LPSC, TUMAKURU CAMPUS, TUMAKURU-572103. KARNATAKA, INDIA (APPROXIMATLY 60 KMS FROM BENGALURU):

4.1 Installation and commissioning of supplied machine is under manufacturer / Supplier’s scope.

4.2 Opening of boxes, moving the machine / accessories & other related items from its storage location to the installation site, erection / integration of machine, installation & commissioning of the machine at Purchaser’s site is under Supplier’s scope.

4.3 All the equipments such as cranes & forklifts, assembly / integration tools, instruments, test mandrels etc. required for opening of boxes, moving the machine/ accessories & other related items to the installation site, erection / integration, installation & commissioning of the machine is under Supplier’s scope.

4.4 Foundation kit & leveling elements like foundation bolts, nuts, vibro mounts, etc required for machine foundation & leveling shall be supplied by Supplier

4.5 Commissioning shall be carried out by the trained Manufacturer’s / Supplier’s engineers at Purchaser’s site within the stipulated time from the date intimation from LPSC at Purchaser’s installation site.

4.6 Pneumatic supply will be provided by LPSC if necessary, Party to indicate the pressure and flow requirements.

4.7 Earthing requirements, if any, shall be projected to Purchaser well in advance.

4.8 Foundation requirements for the machine including drawings shall be communicated to Purchaser within two months after receipt & acceptance of PO to ready the installation site.

4.9 Overall dimensions of machine, requirement of civil works and material handling system shall be informed in advance.

4.10 Metric system of measurement shall be followed in all specifications , drawings, manuals etc.

Page 13 of 18

4.11 LASER calibration for all the axes shall be carried out by the Supplier during commissioning of the machine at Purchaser’s site. All the applicable geometrical acceptance tests as per the mutually accepted standard plan shall be carried out during installation & commissioning of the machine at Purchaser’s site. Necessary instruments / facilities required for above shall be arranged by Supplier only.

4.12 Data backup for re-installation in case of hard disc failure shall be supplied to LPSC at the end of commissioning.

5.0 MACHINE INSPECTION & ACCEPTANCE TESTS AT PURCHASER’ S SITE; LPSC, TUMAKURU CAMPUS, TUMAKURU-572103. KARNA TAKA, INDIA (APPROXIMATLY 60 KMS FROM BENGALURU):

5.1 The entire machine accuracy tests (positional & geometrical accuracies) as per Clause no: 7.0 & 8.0 carried out during Pre-Delivery Inspection at manufacturer’s site need to be carried out once again at Purchaser’s installation site after commissioning of machine to confirm the machine accuracy test results.

5.2 Manufacturer / Supplier shall demonstrate /prove all the machine geometrical accuracies & positional accuracies for acceptance of the machine at Purchaser’s site.

5.3 All the tools, instruments, test mandrels, man power etc required to carry out machine accuracy tests (positional & geometrical accuracies) at Purchaser’s site during installation & commissioning shall be arranged by Supplier only.

5.4 The final acceptance of the machine shall be after successful installation, commissioning, testing & demonstration and satisfactory acceptance of the machine at Purchaser’s site

6.0 TRAINING AT PURCHASER’S SITE:

Party shall impart training to Purchaser Engineers on operation, programming and machine maintenance aspects (Mechanical, Electrical /Electronics and CNC system) of the machine for a period of two weeks after successful commissioning of the machines at Purchaser’s site.

7.0 WARRANTY:

Entire machine inclusive of all systems, essential and optional accessories ordered shall be warranteed for a period of 12 months from the date of machine acceptance.

During warranty period, manufacturer/ supplier/ authorized service provider shall carryout two preventive maintenance visits at no additional cost. Each visit shall be for a period of two working days (minimum).

Page 14 of 18

8.0 NON COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT:

The Party shall compulsorily undertake non-comprehensive AMC for the machine supplied for a period of THREE YEARS after completion of warranty period. The manufacturer / supplier must have authorized & trained service provider in India for undertaking AMC. This is an important criteria and offer not meeting this requirement will not be considered. The Address and contact details of Indian authorized service provider shall be furnished along with the offer.

The scope of AMC shall be as per Enclosure-1 attached.

9.0 PACKING:

9.1 Packing of machine is under Supplier’s scope.

9.2 Seaworthy packing in case of import source / Road worthy packing in case of indigenous source with proper markings to prevent damage / loss in transit and to withstand all weather / transit hazards shall be provided.

9.3 The machine shall be packed in modules to enable to enter 6mX 6m wide entry door at the installation site (preferred).

10.0 DELIVERY TERMS:

10.1 For Indigenous supplier: Free On Road (FOR), LPSC, Tumakuru Campus, Tumakuru - 572103. Karnataka, India (Approximately 60 km from Bengaluru) for indigenous items

10.2 For Foreign supplier: Ex-Works / FOB / FCA for import items

10.3 In case of order, all items ordered shall be supplied in ONE LOT without any part / short shipment, before the expiry of delivery period.

10.4 Delivery place : LPSC, Tumakuru Campus, Tumakuru - 572103. Karnataka, India (Approximately 60 km from Bengaluru))

10.5 MODE OF DISPATCH:

10.6 By sea for import items

10.7 By Road for indigenous items

10.8 Port of entry : Chennai / Krishnapatanam sea port for imported items

11.0 DELIVERY SCHEDULE:

11.1 Delivery schedule shall be within 15 months (nominal) from the date of receipt and acceptance of Purchase Order. This delivery schedule is inclusive of time required for obtaining export clearance by manufacturer / supplier.

11.2 Installation & commissioning shall be completed within 3 months (nominal) from the date of intimation from LPSC.

Page 15 of 18

12.0 PAYMENT TERMS:

a) For indigenous orders : 100% payment shall be made through RTGS within 30 days of receipt, installation, commissioning, training and acceptance of the items at Purchaser’s site.

b) For Foreign supply: In case of Foreign orders, normal payment term is 100% against SIGHT DRAFT OR 90% by irrevocable letter of credit against shipping documents and balance 10% by wire transfer after receipt & acceptance of the ordered items at Purchaser’s site..

All bank charges within India shall be borne by Department and all bank charges outside India shall be borne by Supplier.

13.0 LIQUIDATED DAMAGES (LD):

a) Delivery schedule mentioned in the order/contract shall be the essence of the order.

b) In case if Supplier fail to deliver the item within the time specified or take any extension thereof, LD @ 0.5% (Zero Point Five Percent) of the order value or part thereof of the undelivered item for each completed calendar week of delay shall be recovered from Supplier’s bill.

c) However, total LD shall not exceed 10% (Ten Percent) of the Order Value.

14.0 INSTRUCTIONS TO TENDERERS:

14.1 The suppliers shall submit their offers in two parts separately as under:

Part-1 : Techno-commercial bid (un-priced)

( Price element should not be marked in the Part-1: Technical Bid. If

available such offer will not be considered for evaluation)

Part-2 : Price bid

14.2 PART-1 : TECHNO-COMMERCIAL BID:

This part should contain:

a) Technical details and specifications together with technical catalogues.

b) All commercial conditions.

c) Deviations, if any, to tender specifications shall be brought out very clearly.

d) Unpriced copy of Part-2: Price bid (details without prices).

Note :

a) Price component shall not be indicated in the Pa rt- 1: Technical bid.

Page 16 of 18

b) Techno-commercial bid shall clearly indicate tec hnical details, payment terms, security deposit, performance bank g uarantee, liquidated damages, delivery terms, validity of off er, delivery period, AMC details etc.

c) Comments like YES, AGREED, WILL BE GIVEN AT THE TIME OF SUPPLY, CONFIRMED, WILL BE COMPLIED etc. are to be avoided where ever numerical values are required to be mentioned .

14.3 Part-2: PRICE BID:

Prices shall be indicated only in Part-2 Price Bid . The price bid shall contain following details:

a) Cost for basic machine confirming to technical specification of tender document.

b) Break-up cost for essential accessories

c) Break-up cost for optional accessories

d) Cost for Kit of spares (With itemwise quantity & cost breakup)

e) Cost for installation, commissioning and training

f) Cost for Non-comprehensive Annual Maintenance Contract (AMC) for a period of 3 years after expiry of warranty period.

15.0 IMPORTANT INSTRUCTIONS:

15.1 Bidder shall furnish details of Supplier’s Banker

15.2 The offer shall be valid for a minimum period of 120 days from the tender due date.

15.3 Income tax will be deducted at source, if applicable.

16.0 PRICE COMPARISION:

Price comparison during evaluation of offers will be based on:

a) Cost of Basic machine, essential accessories, technical documentation & warranty.

b) Installation, commissioning & training charges, packing charges & delivery terms.

c) Charges for Non-comprehensive Annual Maintenance Contract with applicable taxes for a period of 3 years after expiry of warranty

Note: Cost for optional accessories and kit of spar es will not be considered for cost comparison.

17.0 IN CASE OF FOREIGN ORDERS: Party shall specify whether any Export clearance is required. If it is required, party shall provide End User Certificate format in-case of order.

Page 17 of 18

Enclosure-1

A NON-COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (A MC)

1.0 The party shall undertake non-comprehensive AMC for a period of three (3) years after the expiry of warranty period. The offer shall be in Indian rupees since the non-comprehensive AMC shall be carried out only by an Indian authorized & trained service provider. Party shall provide breakup cost for 1st year, 2nd year and 3rd year separately in Part-2: Price bid. The scope shall be four preventive maintenance visits per year and duration shall be of 2 days per visit (minimum). The scope shall also include any number of breakdown visits. In case of any major breakdowns which would need the intervention of original equipment manufacturer (OEM), the offer shall be in terms of foreign currency lump sum charges on per man-day basis.

2.0 TYPE OF CONTRACT:

The proposed Annual Maintenance Contract shall be of Non-Comprehensive type.

3.0 PERIOD OF CONTRACT:

The contract shall be valid for a period of 3 years after expiry of standard warranty period. However it shall be open to purchaser to terminate the contract at any time during its currency by giving ONE MONTH notice in writing.

4.0 PREVENTIVE MAINTENANCE:

a) The authorized & trained Indian service provider shall perform four preventive maintenance visits in one year i.e. two days per visit (2 service engineers shall be assigned, one from mechanical and other from electrical & electronics background) to address mechanical, pneumatic and electrical / electronics. Total number of preventive maintenance visits for 3 years shall be 12.

b) The party shall offer lump sum charges for preventive maintenance of the machine, which shall include charges like, local conveyance, service charges & miscellaneous expenses.

c) In case the service engineer is from outstation, the party shall offer lump sum charges for preventive maintenance of the machine, which shall include boarding / lodging, conveyance charges, service charges & miscellaneous expenses. However, to and fro economy airfare will be paid at actuals on production of documentary proof.

Page 18 of 18

5.0 BREAKDOWN MAINTENANCE:

a) The authorized Indian service provider shall attend to any number of

breakdown calls per year, immediately within 48 hours of intimation

during the contract period.

b) The party shall offer lump sum charges on per man day basis towards

breakdown maintenance of the machine which shall include charges like,

local conveyance, service charges & miscellaneous expenses.

c) In case, the service engineer is from outstation, the party shall offer lump

sum charges on per man day basis towards breakdown maintenance of

the machine which shall include charges like boarding/lodging,

conveyance charges, service charges & miscellaneous expenses.

However, to and fro economy airfare will be paid at actuals on production

of documentary proof.

d) If any major breakdown requires intervention from original equipment

manufacturer based outside India, the party shall offer lump sum charges

on per man day basis in terms of foreign currency which shall include

expenses for boarding/lodging, local conveyance, service charges and

miscellaneous expenses etc., excluding to and fro economy air fare which

will be paid at actuals on production of documentary proof.

6.0 PAYMENT TERMS :

6.1 Preventive Maintenance charges shall be paid quarterly (once in every three

months) on pro-rata basis on completion of each satisfactory service.

6.2 Income Tax, as applicable shall be deducted at source

7.0 In the event of damages to LPSC property or injury to LPSC personnel due to negligence of the Contractor / service provider’s employees, the responsibility shall solely rest with the Contractor / supplier.

8.0 The Department shall not be responsible for any injury to Contractor / supplier’s personnel, or damage to his equipment caused at Purchaser’s site.

Tender No: LPSCB/PUR/2018E0138601 2

Tender Attachments

Scope of Work/Terms and Conditions( to Supplier)

Attachment - I:

Attachment - II:

Technical Write-up/Drawings I (to Supplier)

Attachment - I:

IDT00229500000000000isro08601.pdf

Attachment - II:

Attachment - III:

Attachment - IV:

Attachment - V:

Technical Write-up/Drawings II( to Supplier)

Attachment - I:

Attachment - II:

Tender No: LPSCB/PUR/2018E0138601 3

Attachment - III:

Attachment - IV:

Attachment - V:

Technical Write-up/Drawings III( to Supplier)

Attachment - I:

Attachment - II:

Attachment - III:

Attachment - IV:

Attachment - V:

INSTRUCTION TO TENDERERS (PT)

Instruction to Vendors (PT)

INSTRUCTION TO TENDERERS (PT):

1. Interested tenderers may, at their option, login to https://eprocure.isro.gov.in and submit your offers

.

2. TENDER FEE NOT APPLICABLE

Tender No: LPSCB/PUR/2018E0138601 4

3. EARNEST MONEY DEPOSIT NOT APPLICABLE:

4. Indian agents while quoting on behalf of their principals are requested to attach necessary

authorization letter from their Principals in their bid.

5. The offer should be valid for a minimum period of 120 days from the date of opening.

6. Bids will not be entertained after the due date and time.

7. Request for the extension of the due date will not be considered.

8. Sr.Head, Purchase and Stores, LPSC, Bangalore, reserves the right to accept or reject any bid in part or

full without assigning any reason thereof.

LPSC , BANGALORE

INSTRUCTION TO VENDORS SINGLE or TWO_PART (PT)

Instruction to Vendors (PT)

INSTRUCTION TO TENDERER(PT):

INSTRUCTION TO VENDORS SINGLE OR TWO_PART (PT)GENERAL INSTRUCTION TO TENDERERS

1. This requirement can be quoted only through online e-procurement mode using ISRO portal

https://eprocure.isro.gov.in. The document will be available in Central Public Procurement (CPP) Portal

also. No manual tender will be considered.

2. The vendors have to get themselves registered in above site to download the tender details. To

register in above ISRO portal (https://eprocure.isro.gov.in) the vendors need to have Class - III Digital

Certificate. The Digital Certificate can be obtained from any digital certifying authority. The following e-

tokens with their current drivers are tested and working fine with our system. Aladdin, Vasco, Starkey,

Moser baer, E-pass-2003, Safenet-2032, WD Proxkey Grey / SPC Token and Trustkey.

3. The parties are advised to download the tender and submit the bid on online at least two days prior

to Tender Closing Date to avoid last minute network problem. The due date shall not be extended due

to network or computer related problems.

Tender No: LPSCB/PUR/2018E0138601 5

4. TENDER FEE NOT APPLICABLE.

5. If the tender Enquiry is a two part tender i.e., Technical & Commercial Offer Part - I and Price Part- II

separately, the tenderers should not attach any documents containing Pricing information along with

Technical & Commercial bid (Part- I). Normally we do not open PART-II (Price Part-II), if PART-I (Technical

& Commercial Offer) does not meet with our technical specification requirements.

6. Our tender enquiry contains technical requirements and specification. The detailed Technical

Specification of your offer should be covered in the Technical & Commercial bid (Part- I). The Technical

Documents need to be attached online as a single PDF file without any prior information. The tender

attachment containing Price details in Technical & Commercial bid (Part- I) will be treated as unsolicited

offers and rejected.

7. The quote should indicate quantity wise unit rate separately which have to be filled online in Price

Part-II. The Prices are to be mentioned both in figures as well as in words. The GST, Duties, etc., are to

be calculated and indicated in the column provided in online forms explicitly.

8. Bidders are expected to comply with the technical & commercial and other terms and conditions

given in vendor specified terms of this tender. In case of any deviation, the reasons thereof should be

clearly specified in the vendor specified terms column.

9. The vendors have to compulsorily submit the compliance statement online otherwise their offer will

not be considered for further evaluation. Before entering the compliance statement, vendors are

advised to refer the detailed specification provided in the Technical Writeup/ Drawings • document. The

specification offered by the vendors may also be indicated in the compliance statement wherever

necessary.

10. The Technical Specification / Drawing / Product Catalogues / Works carried by vendor / Make

offered etc,. as a single PDF file without any financial details has to uploaded online mode by the

vendor. This being TWO PART TENDER, the PDF document uploaded should not contain any pricing

details. If the attached PDF contains any pricing detail the offer will be treated as unsolicited and will be

summarily rejected.

Tender No: LPSCB/PUR/2018E0138601 6

11. Original Equipment Manufacturer (OEM) or their representative can submit bid to LPSC(B). Indian

agents while quoting on behalf of their principals are requested to attach necessary authorization letter

from their Principals in their bid.

12. Instructions to Indian Agent:- Bidders are required to provide the following information in respect of

their authorization from their Principal, if any, alongwith technical bid as the same is mandatory as it is

required for consideration of the bid. Name, Address, Telephone no. , Fax no., email of the Indian Agent

including the contact person to be provided.

13. A letter from the OEM in the current date certifying that the said Indian Agent is their authorised

Indian Agent and also indicating the responsibilities/role of the Indian Agent under the proposed

purchase. Remuneration /service charges payable to the Indian Agent under the proposed purchase to

be indicated in Price Part -II separately.

14. In a tender, either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid

but both cannot bid simultaneously for the same Item/Product in this tender.

15. If an agent submits bid on behalf of the Principal/OEM the same agent shall not submit a bid on

behalf of another Principal/OEM in this tender for the same Item/Product.

16. The offer should be valid for a minimum period of 120 days from the due date of opening.

17. Bids will not be entertained after the due date and time.

18. The vendors who have submitted the bids before the closing have to give Open Authorization as per

schedule after the tender closing date. If Open Authorization is not provided within stipulated date &

time, your offer will not be considered.

19. Delivery Terms: In case of Indigenous items : FOR LPSC, BANGALORE In case of Foreign orders:

EX-WORKS / FOB /FCA

Tender No: LPSCB/PUR/2018E0138601 7

20. The vendors may contact 020-25315555 (Monday-to Friday 10.00 Hrs to 17.30 Hrs and on Saturday

10.00 Hrs to 13.00 Hrs), E-mail: [email protected] for any

technical assistance in vendor registration and bid submission.

21. The quoted price is fixed & firm. Once the offer is submitted in on line mode by the vendor and bid

sealing is done by LPSC(B), vendor will not be able to provide revised offer.

22. Request for the extension of the due date will not be considered.

23. The exact date and time of opening of price bid of successful tenderers will be intimated later.

24. Tenders which are not prepared in terms of these instructions are liable to be rejected.

25. Based on the response to the e-Public tender Notice, LPSC(B) reserves the right to change any

milestone date of the tendering activity.

26. LPSC(B) reserves the right to verify all claims made by the bidder.

27. Tender Opening : The Technical and Commercial bid [Part-I] will be opened on the specified day

mentioned in the schedule and in case any further clarification/ discussion are required, such

clarification/discussion shall be called for before opening the Price bid.

28. Tenderers can participate in the said tender opening for which, the representative of the firm shall

be duly authorized by Competent Authority. Against proper e-authorization only such representatives

shall be allowed to attend the tender opening.

29. Sr. Head, Purchase and Stores, LPSC, Bangalore, reserves the right to accept or reject any/or all the

tenders in part or full without assigning any reasons thereof.

Tender No: LPSCB/PUR/2018E0138601 8

30. EARNEST MONEY DEPOSIT NOT APPLICABLE:

31. Fax & Email offers are not accepted.

32. In case of any clarification to be sought to this tender you may please contact Purchase and Stores

Officer (PSO) through Email: [email protected] and Ph No: 080 250 37 170/171/140

33. All the procurement is assumed to be SEA FREIGHT ONLY, in case any change in mode of delivery,

this has to be clearly specified with justification

LPSC , BANGALORE

STANDARD TERMS AND CONDITIONS (PT)

Instruction to Vendors (PT)

STANDARD TERMS AND CONDITIONS (PT):

<font size=3>STANDARD TERMS AND CONDITIONS

1.Instruction to Indigenous Suppliers:

a)Our Normal payment terms are 100% within 30 days after receipt and acceptance of the item at our

site. Please confirm acceptance in your quotation.

b)Please specify GST percentage, if any, in your offer.

Tender No: LPSCB/PUR/2018E0138601 9

(i). Please refer Sl No: 1 of Government Of India, Ministry Of Finance, Notification Number 47/2017

Integrated Tax (rate) dated: 14/11/2017, the applicable percentage of GST is 5% only for the supply of

Goods (Procurement). Necessary Certificate will be issued later. (ii). Please refer sl no: 1 of

Government Of Karnataka, Finance Secretariat, Notification Number 45/2017 FD 48 CSL 2017,

BENGALURU, dated: 14/11/2017, the applicable percentage of GST is 5% only for the supply of Goods

(Procuremtnt). Necessary Certificate will be issued later. (iii). In case of service (i.e. Installation,

commissioning & testing and AMC, etc. ,) GST @18% extra. (iv). GST is not applicable for imported

items.

2.Instruction to foreign Suppliers:-

a)Our normal payment term is SIGHT DRAFT, Please confirm acceptance in your offer, if you insist for

L/C, and all bank charges shall be to your account. Confirm acceptance.

b)Confirm whether any Export clearance is required and for which End User Certificate is to be provided

by us, in case of an Order on you. (Enclose format for EUC, if applicable)

c)Warranty/Guarantee applicable for the item shall be mentioned in your offer

d)Special Certification for packing Material: as per Plant Quarantine (Regulation of lmport into India)

Order 2003, Articles packed with packing material of plant origin viz., hay, straw, wood shavings, wood

chips, saw dust, wood waste, wooden pallets, Dunn age Mats, wooden packages, coir pith, pear or

sphagnum moss etc., will be allowed entry by Customs only with a Phytosanitary Certificate. In case if a

Purchase Order, if you propose to us any of the above material for packing such a certificate issued by

your local Plant Quarantine Authority shall be furnished.

e) The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where

the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same

tender) the same will be not be considered.f) In case two or more tenders are received from an Indian

agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product

will not be considered. (In either case an Indian agent cannot represent more than on principal against

the same tender)

g)If an agent submits Bid on behalf of the Principal/OEM the same agent shall not submit a bid on behalf

of another Principal/OEM in this tender for the same Item/Product. (In either case an Indian agent

cannot represent more than on principal against the same tender)

h)In case the quote is on Indian Rupee (High Sea Sale), the price shall include GST and duties if any,

Department will provide concessional certificates. If the item quote is of USA / France / Germany /

Japan/Italy and etc. make, please quote for all-inclusive price since we prefer to get the item on FOR

destination basis.

Tender No: LPSCB/PUR/2018E0138601 10

3.Purchase / Price preference to MSEs (Not aapplicable to foreign Suppliers/Vendors)

Purchase/Price preference will be applicable to the product reservation admissible to the Micro and

Small Enterprises. Purchase/Price Preference shall be extended to the MSEs under the Public

Procurement Policy for MSEs formulated under the Micro, Small and Medium Enterprises Development

Act, 2006. The participating MSEs in a tender, quoting price within the band of L-1 + 15% may also be

allowed to supply a portion of the requirement by bringing down their price to the L-1 price, in a

situation where L-1 price is from someone other than an MSE. Such MSEs may be allowed to supply upto

20% of the total tendered value. In case of more than one such eligible MSE, the supply will be shared

equally.

4.Warranty:-

Warranty for the offered item shall be from the date of installation/acceptance of the item at our site

for a minimum period of one year or as specified in the tender document.

5.Performance Bank Guarantee

Towards the performance of the systems during the warranty period you shall submit a performance

bank guarantee equivalent to 10% of the order value to cover the warranty period. This PBG shall be

interest free and the same shall be returned to you on successful completion of all contractual

obligations. The said PBG shall have a further claim period of 6 months.

6.Security Deposit

On acceptance of the order, you shall submit an interest free amount equivalent to 10% of the total

contract/order value towards security deposit. This security deposit is collected towards the

performance of the Contract. The said Security Deposit shall be submitted either in the form of Bank

Guarantee/Demand Draft/PDR receipts duly endorsed in the name of the centre. The Security Deposit

will be returned to you on successful completion of the Contractual obligations; failing which it shall be

forfeited/adjusted.

7.Offer Validity

Your offer shall be valid for 120 days from the date due date of tender opening. In case you offer validity

is less than 120 days, the said offer is liable for rejection which may please be noted.

Tender No: LPSCB/PUR/2018E0138601 11

8.Liquidated Damages:

If you fail to deliver the ordered items satisfactorily within the time specified or any extension thereof,

Liquidated Damage @ 0.5%(zero point five percent) of the order value or part thereof the un-delivered

items for each calendar weeks of delay shall be recovered from your bill. However total Liquidated

Damage shall not exceed 10% (ten percent) of the order value.

9.Offers received through fax or email or unsigned will not be considered.

10.JURISDICTION

The court of Bangalore only shall have jurisdiction to deal with and decide any legal matter or dispute

whatsoever arising out of this in case PO/contract.

11. Bank Details

You shall provide your bank details such as IFSC code, IBAN No. , SWIFT etc along with your offer which

shall be not be changed till completion of supply/service.

12. FORCE MAJEURE

Neither LPSC, Bangalore nor Supplier/ Contractor, shall be considered in default of the performance of

their obligations under this Purchase Order if such performance is prevented or delayed for any causes

beyond the reasonable control of the parties to the Order getting affected, such as Acts of God, war,

riots, civil, commotion, illegal strikes, legal lock-outs, epidemics, fire accidents, floods, earthquakes,

proclamation or regulation or ordinance of any Government thereof, provided notice in writing of any

such cause with necessary proof that the obligation under the Purchase Order is hereby affected or

prevented or delayed is given within 14 days from the happening of the event. As soon as the cause of

force majeure has ceased to exist, the party of the actual delay that has occurred due to such force

majeure condition.

13. APPLICABLE LAW

The Contract shall be governed by Indian Law for the time being in force and jurisdiction shall lie in the

Courts of India.

14. Custom Duty Concession Certificate:

Tender No: LPSCB/PUR/2018E0138601 12

LPSC is providing concession certificate towards the of payment of Customs Duty vide As per the

Customs Notification No. 50/2017, Sl. No. 539(b)-CUSTOMS Dated 30.06.2017 & Amendment No:

5/2018, Sl No.539(A) - CUSTOMS Dated: 25/01/2018.

LPSC , BANGALORE

Tender No: LPSCB/PUR/2018E0138601 13

Bid Templates

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 I)SCOPE:

Supply, erection,

installation,

commissioning & training

of Heavy duty CNC lathe

with accessories.

MACHINE DESCRIPTION

AND APPLICATIONS:

The intended Heavy duty

CNC lathe shall have flat

bed with hardened &

ground guide ways. This

machine tool would be

utilized for machining of

thin walled pressure vessel

parts made out aerospace

materials like stainless

steel, titanium alloys

(Ti6Al4V) etc. The offered

machine shall be built with

positional accuracies

confirming to VDI / DGQ

3441 or equivalent

standards and geometrical

accuracies confirm to DIN

8607 / ISO 1708 or

equivalent standards. The

machine shall be fitted

with state-of-the-art CNC

Tender No: LPSCB/PUR/2018E0138601 14

control system & drives.

The machine shall have

adequate speed-torque

characteristics compatible

with machining of above

materials. The CNC control

system shall be of Siemens

840D SL / Fanuc 31i or

with higher configuration.

2 II)TECHNICAL

SPECIFICATIONS:

1.0)Machine Capacity:

1.1)Turning diameter over

carriage : 1600 mm

(nominal)

3 1.2)Distance between

centres : 3000 mm

(nominal)

4 1.3)Center height : 1000

mm (nominal)

5 1.4)Swing over bed : 2000

mm (nominal)

6 1.5)Work load admitted

between centres : 15,000

Kg (minimum)

7 1.6)Bed type : Flat Bed

type

8 1.7)Number of axes : 2

axes ( X & Z)

9 1.8)Cross travel (X- axis

traverse) : 800 mm

Tender No: LPSCB/PUR/2018E0138601 15

(minimum)

10 1.9)Longitudinal travel (Z-

axis traverse) : 3000 mm

(nominal)

2.0)Headstock / Spindle:

2.1)Headstock shall be

made up of alloyed cast

iron and shall have AC

motor to drive the spindle.

All shafts are to be made

of alloyed steel duly heat

treated. The spindle shall

be mounted on precision

heavy duty roller bearings.

Headstock shall have

pressurized lubrication

system.

2.2)Spindle nose (as DIN

55026 or equivalent

standard) : 15” or better

2.3)Spindle run-out at

nose : 0.015 mm or better

2.4)Spindle speeds range:

3– 400 RPM or better

2.5)Spindle motor power

(S1)(Direct AC motor

drive) : 90 kW (nominal)

2.6)Spindle motor power

(S6) in kW : Party shall

specify

2.7)Spindle torque (S1) :

20,000 Nm or higher

Tender No: LPSCB/PUR/2018E0138601 16

2.8)Spindle torque (S6) in

Nm : Party shall specify

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -I

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 2.9)Spindle through bore -

110 mm or higher

2 3.0)Bed & GUIDE WAYS:

Bed shall be made up of

one integral piece, casted

& heat treated and

adequately ribbed to

provide maximum stiffens

and rigidity to ensure

dimensional stability and

free from distortion over

entire life of the machine.

The bed shall be extremely

rigid to withstand the

loads. Hardness of the

guide ways shall be 450HB

or higher.

3 3.1)Type of guide ways :

Hardened & ground

4 3.2)Number of guide ways

: 4 (minimum)

3.3)Total bed width in mm

: Party shall specify

4.0)Tail stock:

Tender No: LPSCB/PUR/2018E0138601 17

The tailstock shall be of

motorized type and shall

be driven by an individual

/ independent motor.

Tailstock shall move freely

on bed ways and shall

have provision for locking

/ unlocking rigidly to the

bed guide ways by

mechanical / hydraulic

system. Tailstock shall

have motorized / hydraulic

quill movement.

4.1)Quill diameter : 220

mm or higher

4.2)Quill travel : 200 mm

or higher

5.0)FEED RATE:

5.1)Longitudinal (Z-axis):

0-6000 mm/min or better

5.2)Cross (X-axis): 0-8000

mm/min or better

6.0)Measuring system:

Heidenhain optical linear

scales for X and Z axis with

0.001 mm (minimum)

resolution.

7.0)MACHINE POSITIONAL

ACCURACIES:

AS PER VDI / DGQ 3441 or

equivalent standards.

Tender No: LPSCB/PUR/2018E0138601 18

7.1)Positional uncertainty

(P) for X axis : 20 micron

or better for full travel

7.2)Positional uncertainty

(P) for Z axis : 30 micron

or better for full travel

7.3)Positional scatter (Ps

mean) for X axis : 10

micron or better for full

travel

7.4)Positional scatter (Ps

mean) for Z axis : 15

micron or better for full

travel

8.0)GEOMETRICAL

ACCURACIES - As per DIN

8607 / ISO 1708 or

equivalent standards

8.1)Spindle run-out at

internal taper of the

spindle: 0.015 mm or

better

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -II

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 8.2)Straightness of

carriage / slide movement

in horizontal plane : 0.025

mm / meter or better

Tender No: LPSCB/PUR/2018E0138601 19

2 8.3)Perpendicularity of

movement of cross slide

with respect to spindle

axis : 0.02mm / 300mm or

better

3 9.0)TOOL POST : Square

turret type (Vertical axis)

4 9.1)Number of tool station

: 4 (for holding 2 nos

turning tool holders & 2

nos of boring bar holders)

9.2)Size of turret : 400mm

X 400mm or higher

9.3)Provision for holding

tool section with standard

tool holder : 40mm x

40mm (nominal)

9.4)Provision for holding

boring bar diameter : 80

mm (nominal)

10.0) COOLANT SYSTEM :

Coolant system shall

consist of suitable capacity

pump and piping on the

machine and with

mechanical filtering paper

type.

10.1)Coolant tank capacity

: Party shall provide details

10.2)Coolant flow rate :

Party shall provide details

10.3)Coolant pressure :

Tender No: LPSCB/PUR/2018E0138601 20

Party shall provide details

10.4)Coolant filtering

equipment (40 micron

(nominal)) paper band

filtration system and oil

skimmer.

10.5)Provision for Internal

through coolant &

external coolant flow :

Required

11.0)CENTRALISED

LUBRICATION

SYSTEM:Required

11.1)The Centralized

lubrication system shall

automatically distribute oil

to all points, such as, guide

ways, spindle, bearings,

etc.

11.2)The lubrication

system should incorporate

safety systems, circuit

control and alarms.

12.0)CNC SYSTEM: The

CNC control system shall

be of Siemens 840D SL /

Fanuc 31i system or higher

configuration.

12.1)Simultaneously

control : 2 Axes (X & Z)

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -III

Tender No: LPSCB/PUR/2018E0138601 21

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 12.2)Resolution: 0.001

mm or better

2 12.3)Inch / Metric

selection : Required

3 12.4)NC memory : 2MB

minimum

4 12.5)Hard disk: 16 GB

minimum

12.6)Processor : 32 bit

minimum

12.7)RAM : 2 GB minimum

12.8)Display : 15”

(minimum) Color LCD/ LED

display with alphanumeric

keyboard in English

12.9)Graphic simulation :

CNC system shall have

graphic simulation (Shop

turn / Manual guide i)

13.0)DATA INPUT /

OUTPUT (shall have

following features):

13.1)MDI (Manual Data

Input) operation

13.2)Ethernet for tele

service / remote

assistance for diagnosis

and rectification of

problems remotely

13.3)USB drive

Tender No: LPSCB/PUR/2018E0138601 22

14.0) CONTROL SYSTEM

SHALL HAVE FOLLOWING

ESSENTIAL FEATURES:

14.1)PROGRAMMING:

14.1.1)ISO Programming in

metric / inch

14.1.2)Custom macro

variable programming

14.1.3)Absolute/Incremen

tal programming

14.1.4)Sub programming

& sub-routine option

14.1.5)Background editing

14.1.6)Constant surface

speed programming

14.1.7)Diameter / radius

programming

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -IV

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 14.1.8)Graphic display

2 14.2)CYCLES:

14.2.1)Canned cycles

3 14.2.2)Thread cutting

Tender No: LPSCB/PUR/2018E0138601 23

cycle

4 14.2.3)Linear interpolation

14.2.4)Circular

interpolation

14.2.5)Facing cycles

14.2.6)OD / ID Roughing

cycles

14.2.7)OD / ID Grooving

cycle

14.2.8)Tool offset

14.3)Miscellaneous

Functions:

14.3.1)Exact stop

14.3.2)Program Number

search

14.3.3)Reference point

return

14.3.4)Sequence number

search

14.3.5)Single block

operation

14.3.6)Tool life

management

14.3.7)Tool nose radius

compensation

14.3.8)Block delete &

insertion

14.3.9)Dry run

Tender No: LPSCB/PUR/2018E0138601 24

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -V

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 14.3.10)Emergency stop

2 14.3.11)Feed hold

3 14.3.12)Feed rate override

4 14.3.13)Incremental jog

14.3.14)Jog feed

14.3.15)Machine lock

14.3.16)Remote control

with manual pulse

generator (MPG) with

selection of 0.001mm,

0.01mm & 0.1mm

14.3.17)On-screen spindle

& axis load meters

14.3.18)Tool geometry &

tool wear offsets

14.3.19)Actual cutting

speed display

14.3.20)Ethernet card

14.3.21)On-screen “HELP”

functions for alarms

14.3.22)Software limit

switch provision

Tender No: LPSCB/PUR/2018E0138601 25

14.3.23)Safety zone

programming feature

(crash proof programming

feature)

14.3.24)English language

to be used

14.3.25)CNC control

system cabinet and

electrical cabinet Shall be

fully enclosed, rodent

proof, dust-proof and fully

air conditioned.

15.0)DNC

COMMUNICATION:

Provision for data in and

out communication

through LAN, USB port,

Ethernet etc. shall be

available.

16.0)CNC control system

shall have provision for

up-gradation with

advanced features in

future.

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -VI

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 17.0)ELECTRICAL

CONNECTIONS & SUPPLY:

17.1)Purchaser will

Tender No: LPSCB/PUR/2018E0138601 26

provide electrical power

supply with 415V ± 10%,

50Hz ± 5%, 3 phase and

neutral, 4-wire system.

Offered machine shall be

compatible with this

power supply.

2 17.2)The electrical

insulation shall be fully

tropicalized and electric

system shall be suitable

for operation on the

specified supply.

3 17.3)Electrical control

panels shall confirmed to

CE or equivalent norms

4 17.4)Power, control &

circuit elements shall be

properly labeled as per

circuit diagram

17.5)Uninterrupted power

supply (UPS) with 20

minutes (minimum)

backup shall be available

for CNC control system for

safe shutdown of control

system in the event of

power failure.

17.6)Electrical cabinet

shall be confirming to IP54

or equivalent standards

including air conditioning

(AC) unit and internal

lighting.

17.7)Party shall provide

total capacity of the

Tender No: LPSCB/PUR/2018E0138601 27

machine in kVA rating.

18.0)SAFETY ASPECTS:

18.1)Rust free metallic

protection guards for

telescopic movements

shall be provided.

18.2.)The machine shall be

provided with all safety

features to protect the

machine and the operator

while in operation from

possible damages / injury

18.3) All safety features

related to machine shall

be provided as per CE or

equivalent norms.

18.4)Automatic machine

shut off with warning

feature shall be available

in the event of lubrication

failure, spindle off, axes

over travel etc.

18.5)The machine shall be

designed with over

temperature protection.

18.6)Automatic machine

shut off feature shall be

available in case of major

spikes in the incoming

supply which would affect

machine functions.

18.7)Machine shall have

auto tool with-drawal

feature in case of power

Tender No: LPSCB/PUR/2018E0138601 28

failure to avoid digging of

the tool on the job.

18.8)The equipment and

all its accessories shall be

tropicalized.

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -VII

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 III)ESSENTIAL

ACCESSORIES:

1)Manual 4 Jaw

independent chuck of Dia

1400mm (nominal) with

forward and reverse hard

jaws : 01 set

2 2)Centre for headstock :

01 No

3 3)Centre for tailstock : 01

No

4 4)Test mandrel - 01 No

5)First fill of oils ( for

lubricating system , for

hydraulic system, for

hydrostatic slides, grease

etc) : 01 Lot

6)Chip conveyor (swarf /

link type) with Chip bin :

Tender No: LPSCB/PUR/2018E0138601 29

01 set

7)Isolation Transformer of

suitable capacity : 01 No

8)Servo controlled Voltage

stabilizer of suitable

capacity : 01 No

9)Kit of foundation &

leveling elements : 01 set

10)Machine lamp : 01 No

IV)OPTIONAL

ACCESSORIES:

1)Face plate Dia 1500mm

(nominal) : 01 No

2)Boring bar holder /

support with internal

through coolant provision

for accommodating boring

bar size dia 80mmX

800mm (nominal) : 01 set

3)Shank type 40mm X

40mm (nominal) external

turning tool holder

suitable to offered tool

turret: 06 Nos

4)Anti vibration boring bar

of size dia 80mm X 800mm

: 01 No

5)Machine status lamp :

01 No

6)Renishaw / Blum /

equivalent make tool

offset probing systems : 01

Tender No: LPSCB/PUR/2018E0138601 30

set

7)Tool storage cabinet : 01

No

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -VIII

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 V)KIT OF SPARES:

1.0)Party shall submit

offer for one set Kit of

spares (mechanical &

hydraulic / electrical &

electronic) under two

headings as given below

which are required for

trouble free operation of

the machine on two shift

basis for a period of two

years.

2 1.1)Mechanical &

Hydraulic spares:

Couplings, 'O' rings, oil

seals, pressure return

valves etc.

3 1.2)Electrical & Electronic

spares: All I/O devices

such as sensors (Pressure,

temperature etc.), limit

switches, proximity

switches, relays, solenoid

Tender No: LPSCB/PUR/2018E0138601 31

valves, contactors, drives

etc.

4 2.0)Party shall provide

detailed list of spares with

Qty in Part-1: Technical

Bid.Note: Offer indicating

cost in Part-1: Technical

Bid will be disqualified.

Cost break up for each

item shall be provided in

Part-2: Price Bid only.

3.0)Party shall ensure

availability of spares for a

period of ten years of

operation of the machine

from the date of

commissioning and

acceptance.

VI)TECHNICAL

DOCUMENTATION:

In case of order, Two sets

of following technical

documentation in hard

copy plus one set soft copy

in ENGLISH shall be

supplied along with

machine.

1)Programming instruction

manual

2)Operator's instruction

manual

3)Foundation

drawings/Assembly

Tender No: LPSCB/PUR/2018E0138601 32

drawings/foot print and

installation instructions

(with a check list)

4)Actual machine accuracy

test results (positional &

geometrical accuracies)

5)Preventive maintenance

check list, troubleshooting

charts and guidelines

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -X

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 VII)OTHER TERMS &

CONDITIONS:

1.0)HERITAGE OF

SUPPLIER:

1.1)The

bidder/manufacturer/

supplier should have

manufactured, supplied &

commissioned at least 03

numbers of Heavy duty

CNC lathes of same/

bigger model in Defence /

Government

establishments / Public

sectors in India. Offers not

meeting the above criteria

will not be considered.

Tender No: LPSCB/PUR/2018E0138601 33

2 1.2)The Bidder shall

provide reference list of

organizations (with

contact details, year of

supply etc.,) to whom the

above mentioned class of

machines have been

supplied which are being

used in Defence/ Govt.

Establishments/ Public

sectors in India. Purchaser

reserves the right to visit

above referred

organizations for

verification/validation. In

case of enquiry by

Purchaser about the

machine tool supplied

with references provided

by the bidder is not

satisfactory, such offer will

be not be considered.

3 1.3)Foreign manufacturer

/ supplier shall have

authorized & trained

service provider in India.

The address & details of

the Indian authorized

service provider shall be

provided along with the

offer. Offers not meeting

the above criteria will not

be considered.

4 2.0)DOCUMENTS TO BE

SUBMITTED ALONG WITH

OFFER:

2.1)Detailed technical

specification of the

offered machine, such as

Tender No: LPSCB/PUR/2018E0138601 34

description of basic

machine, essential &

optional accessories, CNC

control features,

constructional features

etc.

2.2)Printed catalogue

/technical literature /

technical write up/ foot

print of the offered

machine shall be supplied

along with the offer.

Sketches are not

acceptable.

2.3)List of all the standard,

essential & optional

accessories and kit of

spares offered. (Quantity

& cost break-up for each

item shall be provided in

Part-2: Price Bid).

Note: Offers with Cost

element in Part-1:

Technical Bid will not be

considered.

2.4)Country of origin

details.

2.5)Standard acceptance

test chart (Positioning

uncertainty / accuracy test

chart as per VDI/DGQ

3441 or equivalent

standards and geometric

accuracy protocol as per

DIN 8607 / ISO1708 or

Tender No: LPSCB/PUR/2018E0138601 35

equivalent standards) duly

filled with actual values for

any previously supplied

same/ bigger model

machine confirming to the

accuracies given in Clause

No: 7.0 & 8.0.

2.6)Machine Layout

drawing of the offered

machine model indicating

the shop floor space

required.

2.7)Un-priced ( without

price component) copy of

Part-2: Price bid.

3.0)PREDELIVERY

INSPECTION & MACHINE

ACCEPTANCE CRITERIA AT

MANUFACTURE’S SITE:

3.1)Actual machine

acceptance accuracy test

results (Positioning

accuracies as per VDI/DGQ

3441 or equivalent

standards and geometric

accuracy protocol as per

DIN 8607 / ISO1708 or

equivalent standards) shall

be submitted to LPSC in

advance.

3.2)The manufacturer /

supplier shall indicate the

purchaser well in advance

regarding probable date of

readiness of the machine

for pre-delivery

Tender No: LPSCB/PUR/2018E0138601 36

inspection. After readiness

of the ordered machine

along with accessories for

pre-delivery Inspection,

Purchaser’s team will visit

the manufacturer’s site

and carryout following

inspections.

3.2.1)Compliance of

machine specification as

per the ordered technical

specification.

3.2.2)All standard,

essential & optional

accessories and spares as

per the ordered

specifications

3.2.3)Machine accuracies

test results (Positional &

Geometric accuracies)

3.2.4)Demonstration of all

features of machine,

control system, software &

accessories.

3.3)All the material and

tools required to carry out

pre-delivery inspection

tests at manufacturer’s

site shall be arranged by

the manufacturer /

supplier.

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -XI

Tender No: LPSCB/PUR/2018E0138601 37

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 3.4)Despatch clearance for

the machine will be

accorded after satisfactory

Pre-Delivery Inspection

(PDI) of machine by LPSC

Engineers at

manufacturer's work

place.

2 3.5)Purchaser will bear to

& fro air travel, boarding,

lodging and other

incidental expenses for

Purchaser’s

representative’s visit to

Manufacturer’s site for

PDI.

3 4.0)INSTALLATION AND

COMMISSIONING OF

MACHINE AT

PURCHASER’S SITE; LPSC,

TUMAKURU CAMPUS,

TUMAKURU-572103.

KARNATAKA, INDIA

(APPROXIMATLY 60 KMS

FROM BENGALURU):

4 4.1)Installation and

commissioning of supplied

machine is under

manufacturer / Supplier’s

scope.

4.2)Opening of boxes,

moving the machine /

accessories & other

related items from its

storage location to the

installation site, erection /

integration of machine,

Tender No: LPSCB/PUR/2018E0138601 38

installation &

commissioning of the

machine at Purchaser’s

site IS UNDER Supplier’s

scope.

4.3)All the equipments

such as cranes & forklifts,

assembly / integration

tools, instruments, test

mandrels etc. required for

opening of boxes, moving

the machine/ accessories

& other related items to

the installation site,

erection / integration,

installation &

commissioning of the

machine is under

Supplier’s scope.

4.4)Foundation kit &

leveling elements like

foundation bolts, nuts,

vibro mounts, etc required

for machine foundation &

leveling shall be supplied

by Supplier

4.5)Commissioning shall

be carried out by the

trained Manufacturer’s /

Supplier’s engineers at

Purchaser’s site within the

stipulated time from the

date of intimation from

LPSC at Purchaser’s

installation site.

4.6)Pneumatic supply will

be provided by LPSC if

necessary, Party to

indicate the pressure and

Tender No: LPSCB/PUR/2018E0138601 39

flow requirements.

4.7)Earthing requirements,

if any, shall be projected

to Purchaser well in

advance.

4.8)Foundation

requirements for the

machine including

drawings shall be

communicated to

Purchaser within two

months after receipt &

acceptance of PO to ready

the installation site.

4.9)Overall dimensions of

machine, requirement of

civil works and material

handling system shall be

informed in advance.

4.10)Metric system of

measurement shall be

followed in all

specifications , drawings,

manuals etc.

4.11)LASER calibration for

all the axes shall be carried

out by the Supplier during

commissioning of the

machine at Purchaser’s

site. All the applicable

geometrical acceptance

tests as per the mutually

accepted standard plan

shall be carried out during

installation &

commissioning of the

machine at Purchaser’s

site. Necessary

Tender No: LPSCB/PUR/2018E0138601 40

instruments / facilities

required for above shall be

arranged by Supplier only.

4.12)Data backup for re-

installation in case of hard

disc failure shall be

supplied to LPSC at the

end of commissioning.

5.0)MACHINE INSPECTION

& ACCEPTANCE TESTS AT

PURCHASER’S SITE; LPSC,

TUMAKURU CAMPUS,

TUMAKURU-572103.

KARNATAKA, INDIA

(APPROXIMATLY 60 KMS

FROM BENGALURU):

5.1)The entire machine

accuracy tests (positional

& geometrical accuracies)

as per Clause no: 7.0 & 8.0

carried out during pre-

delivery inspection at

manufacturer’s site need

to be carried out once

again at Purchaser’s

installation site after

commissioning of machine

to confirm the machine

accuracy test results.

5.2)Manufacturer /

Supplier shall demonstrate

/prove all the machine

geometrical accuracies &

positional accuracies for

acceptance of the machine

at Purchaser’s site.

Tender No: LPSCB/PUR/2018E0138601 41

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -XII

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 5.3)All the tools,

instruments, test

mandrels, man power etc

required to carryout

machine accuracy tests

(positional & geometrical

accuracies) at Purchaser’s

site during installation &

commissioning shall be

arranged by Supplier only.

2 5.4)The final acceptance of

the machine shall be after

successful installation,

commissioning, testing &

demonstration and

satisfactory acceptance of

the machine at

Purchaser’s site

3 6.0)TRAINING AT

PURCHASER'S SITE:

Party shall impart training

to Purchaser Engineers on

operation, programming

and machine maintenance

aspects (Mechanical,

Electrical /Electronics and

CNC system) of the

machine for a period of

two weeks after successful

commissioning of the

machines at Purchaser’s

Tender No: LPSCB/PUR/2018E0138601 42

site.

4 7.0)WARRANTY:

Entire machine inclusive of

all systems, essential and

optional accessories

ordered shall be

warranteed for a period of

12 months from the date

of machine

acceptance.During

warranty period,

manufacturer/ supplier/

authorized service

provider shall carryout

two preventive

maintenance visits at no

additional cost. Each visit

shall be for a period of two

working days (minimum).

8.0)NON COMPREHENSIVE

ANNUAL MAINTENANCE

CONTRACT:

The Party shall

compulsorily undertake

non-comprehensive AMC

for the supplied machine

for a period of THREE

YEARS after completion of

warranty period. The

manufacturer / supplier

must have authorized &

trained service provider in

India for undertaking

AMC. This is an important

criteria and offer not

Tender No: LPSCB/PUR/2018E0138601 43

meeting this requirement

will not be considered. The

Address and contact

details of Indian

authorized service

provider shall be furnished

along with the offer.

The scope of AMC shall be

as per Enclosure-1

attached.

9.0)PACKING:

9.1)Packing of machine is

under Supplier’s scope.

9.2)Seaworthy packing in

case of import source /

Road worthy packing in

case of indigenous source

with proper markings to

prevent damage / loss in

transit and to withstand all

weather / transit hazards

shall be provided.

9.3)The machine shall be

packed in modules to

enable to enter 6mX 6m

wide entry door at the

installation site

(preferred).

10.0)DELIVERY TERMS:

10.1)For Indigenous

Supplier:

Free On Road (FOR), LPSC,

Tumakuru Campus,

Tender No: LPSCB/PUR/2018E0138601 44

Tumakuru - 572103.

Karnataka, India

(Approximately 60 km

from Bengaluru) for

indigenous items

10.2)For Foreign Supplier:

Ex-Works / FOB / FCA for

import items

10.3)In case of order, all

items ordered shall be

supplied in ONE LOT

without any part / short

shipment, before the

expiry of delivery period.

10.4)Delivery place:

LPSC, Tumakuru Campus,

Tumakuru - 572103.

Karnataka, India

(Approximately 60 km

from Bengaluru))

10.5)MODE OF DISPATCH:

10.6)By sea for import

items

10.7)By Road for

indigenous items

10.8)Port of entry :

Chennai /

Krishnapatanam sea port

Tender No: LPSCB/PUR/2018E0138601 45

for imported items

11.0)DELIVERY SCHEDULE:

11.1)Delivery schedule

shall be within 15 months

(nominal) from the date of

receipt and acceptance of

Purchase Order. This

delivery schedule is

inclusive of time required

for obtaining export

clearance by manufacturer

/ supplier.

11.2)Installation &

commissioning shall be

completed within 3

months (nominal) from

the date of intimation

from LPSCB.

1) TECHNICAL SPECIFICATION AND TERMS & CONDITIONS:

Item Specifications -XIII

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 12.0)PAYMENT TERMS:

a)For indigenous orders:

100% payment shall be

made through RTGS within

30 days of receipt,

installation,

commissioning, training

and acceptance of the

items at Purchaser’s site.

Tender No: LPSCB/PUR/2018E0138601 46

b)For Foreign supply: In

case of Foreign orders,

normal payment term is

100% against SIGHT DRAFT

OR 90% by irrevocable

letter of credit against

shipping documents and

balance 10% by wire

transfer after receipt &

acceptance of the ordered

items at Purchaser’s site.

All bank charges within

India shall be borne by

Department and all bank

charges outside India shall

be borne by Supplier.

2 13.0)LIQUIDATED

DAMAGES (LD):

a)Delivery schedule

mentioned in the

order/contract shall be the

essence of the order.

b)In case if supplier fail to

deliver the item within the

time specified or take any

extension thereof, LD @

0.5% (Zero Point Five

Percent) of the order value

or part thereof of the

undelivered item for each

completed calendar week

of delay shall be recovered

from supplier's bill.

c)However, total LD shall

not exceed 10% (Ten

Percent) of the Order

Tender No: LPSCB/PUR/2018E0138601 47

Value.

14.0)INSTRUCTIONS TO

TENDERERS:

14.1 The suppliers shall

submit their offers in two

parts separately as under:

Part-1 : Techno-

commercial bid (un-

priced) ( Price

element should not be

marked in the Part-1:

Technical Bid. If available

such offer will not be

considered for evaluation).

Part-2 : Price bid

14.2)PART-1 : TECHNO-

COMMERCIAL BID:

This part should contain:

a)Technical details and

specifications together

with technical catalogues.

b)All commercial

conditions.

c)Deviations, if any, to

tender specifications shall

be brought out very

clearly.

d)Unpriced copy of Part-2:

Price bid (details without

prices).

Tender No: LPSCB/PUR/2018E0138601 48

Note :

a)Price component shall

not be indicated in the

Part- 1: Technical bid.

b)Techno-commercial bid

shall clearly indicate

technical details, payment

terms, security deposit,

performance bank

guarantee, liquidated

damages, delivery terms,

validity of offer, delivery

period, AMC details etc.

c)Comments like YES,

AGREED, WILL BE GIVEN

AT THE TIME OF SUPPLY,

CONFIRMED, WILL BE

COMPLIED etc. are to be

avoided. Where ever

numerical values are

required to be mentioned.

14.3)Part-2: PRICE BID:

Prices shall be indicated

only in Part-2 Price Bid .

The price bid shall contain

following details:

a)Cost for basic machine

confirming to technical

specification of tender

document.

b)Break-up cost for

essential accessories.

c)Break-up cost for

optional accessories.

Tender No: LPSCB/PUR/2018E0138601 49

d)Cost for Kit of spares

(With itemwise quantity &

cost breakup).

e)Cost for installation,

commissioning and

training.

f)Cost for Non-

Comprehensive Annual

Maintenance Contract

(AMC) for a period of 3

years after expiry of

warranty period .

15.0)IMPORTANT

INSTRUCTIONS:

15.1)Bidder shall furnish

details of Supplier’s

Banker

15.2)The offer shall be

valid for a minimum

period of 120 days from

the tender due date.

15.3)Income tax will be

deducted at source, if

applicable.

16.0)PRICE COMPARISION:

Price comparison during

evaluation of offers will be

based on:

a)Cost of Basic machine,

essential accessories,

Tender No: LPSCB/PUR/2018E0138601 50

technical documentation

& warranty.

b)Installation,

commissioning & training

charges, packing charges &

delivery terms.

c)Charges for Non-

comprehensive Annual

Maintenance Contract

with applicable taxes for a

period of 3 years after

expiry of warranty

Note: Cost for optional

accessories and kit of

spares will not be

considered for cost

comparison.

17.0)IN CASE OF FOREIGN

ORDERS:

Party shall specify whether

any Export clearance is

required. If it is required,

party shall provide End

User Certificate format in-

case of order.

A. NON-COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT (AMC)

Item Specifications -XIV

Tender No: LPSCB/PUR/2018E0138601 51

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1 Enclosure-1A) NON-

COMPREHENSIVE ANNUAL

MAINTENANCE CONTRACT

(AMC):

1.0)The party shall

undertake non-

comprehensive AMC for a

period of three (3) years

after the expiry of

warranty period. The offer

shall be in Indian rupees

since the non-

comprehensive AMC shall

be carried out only by an

Indian authorized &

trained service provider.

Party shall provide

breakup cost for 1st year,

2nd year and 3rd year

separately in Part-2: Price

bid. The scope shall be

four preventive

maintenance visits per

year and duration shall be

of 2 days per visit

(minimum). The scope

shall also include any

number of breakdown

visits. In case of any major

breakdowns which would

need the intervention of

original equipment

manufacturer (OEM), the

offer shall be in terms of

foreign currency lump sum

charges on per man-day

basis.

Tender No: LPSCB/PUR/2018E0138601 52

2 2.0)TYPE OF CONTRACT:

The proposed Annual

Maintenance Contract

shall be of Non-

Comprehensive type.

3 3.0)PERIOD OF CONTRACT:

The contract shall be valid

for a period of 3 years

after expiry of standard

warranty period. However

it shall be open to

purchaser to terminate

the contract at any time

during its currency by

giving ONE MONTH notice

in writing.

4 4.0)PREVENTIVE

MAINTENANCE:

a)The authorized & trained

Indian service provider

shall perform four

preventive maintenance

visits in one year i.e. two

days per visit (2 service

engineers shall be

assigned, one from

mechanical and other

from electrical &

electronics background) to

address mechanical,

pneumatic and electrical /

electronics. Total number

of preventive maintenance

visits for 3 years shall be

12.

b)The party shall offer

Tender No: LPSCB/PUR/2018E0138601 53

lump sum charges for

preventive maintenance of

the machine, which shall

include charges like, local

conveyance, service

charges & miscellaneous

expenses.

c)In case the service

engineer is from

outstation, the party shall

offer lump sum charges

for preventive

maintenance of the

machine, which shall

include boarding / lodging,

conveyance charges,

service charges &

miscellaneous expenses.

However, to and fro

economy airfare will be

paid at actuals on

production of

documentary proof.

5.0)BREAKDOWN

MAINTENANCE:

a)The authorized Indian

service provider shall

attend to any number of

breakdown calls per year,

immediately within 48

hours of intimation during

the contract period.

b)The party shall offer

lump sum charges on per

man day basis towards

breakdown maintenance

of the machine which shall

Tender No: LPSCB/PUR/2018E0138601 54

include charges like, local

conveyance, service

charges & miscellaneous

expenses.

c)In case, the service

engineer is from

outstation, the party shall

offer lump sum charges on

per man day basis towards

breakdown maintenance

of the machine which shall

include charges like

boarding/lodging,

conveyance charges,

service charges &

miscellaneous expenses.

However, to and fro

economy airfare will be

paid at actuals on

production of

documentary proof.

d)If any major breakdown

requires intervention from

original equipment

manufacturer based

outside India, the party

shall offer lump sum

charges on per man day

basis in terms of foreign

currency which shall

include expenses for

boarding/lodging, local

conveyance, service

charges and miscellaneous

expenses etc., excluding to

and fro economy air fare

which will be paid at

actuals on production of

documentary proof.

Tender No: LPSCB/PUR/2018E0138601 55

6.0)PAYMENT TERMS :

6.1)Preventive

Maintenance charges shall

be paid quarterly (once in

every three months) on

pro-rata basis on

completion of each

satisfactory service.

6.2)Income Tax, as

applicable shall be

deducted at source

7.0) In the event of

damages to LPSC property

or injury to LPSC personnel

due to negligence of the

Contractor / service

provider’s employees, the

responsibility shall solely

rest with the Contractor /

supplier.

8.0)The Department shall

not be responsible for any

injury to Contractor /

supplier’s personnel, or

damage to his equipment

caused at Purchaser’s site.

Item Specifications -XV

Sl. No Specifications Compliance (Yes /No) Offered Specifications Remarks

1

Tender No: LPSCB/PUR/2018E0138601 56

2

3

4

Vendor Specificied Terms

Description Vendor Terms

THIS IS A TWO PART TENDER

Do not mention price element in the Technical Bid. If any Price

element mentioned in the technical bid, your offer will not be

considered.

(1)Packing and Forwarding (P&F):P & F charges, if any, (If mentioned

as EXTRA OR INCLUDED in your quote, please mention the percentage

in Vendor Terms).

(2)GST for Indigenous Supply:Please mention applicable GST

percentage in the offer a)Please refer Sl. No: 1 of Government Of India,

Ministry Of Finance, Notification Number 47/2017 integrated Tax

(rate) dated: 14/11/2017, the applicable percentage of GST is 5% only

for the supply of Goods. Necessary Certificate will be issued

later.b)Please refer Sl. No: 1 of Government Of Karnataka, Finance

Secretariat, Notification Number 45/2017 FD 48 CSL 2017,

BENGALURU, dated: 14/11/2017, the applicable percentage of GST is

5% only for the supply of Goods. Necessary Certificate will be issued

later. c)In case of services (i.e., Installation, commissioning & testing

and AMC, etc.,) GST @18% extra.

(3)Duties & Levies for Foreign supply: a) LPSC is providing concession

certificate towards the of payment of Customs Duty vide as per the

Customs Notification No. 50/2017, Sl. No. 539(b)-CUSTOMS Dated

30.06.2017 & Amendment No: 5/2018, Sl. No. 539(a) CUSTOMS Dated:

25/01/2018. b) GST is not applicable for imported items.

(4) Installation Charges: If any, mentioned as EXTRA OR INCLUDED in

your quote, please mention the percentage in Vendor Terms.

Tender No: LPSCB/PUR/2018E0138601 57

(5) Delivery Terms: In case of Indigenous Supplier : For Indigenous

Supplier:Free On Road (FOR), LPSC, Tumakuru Campus, Tumakuru -

572103 Karnataka, India (Approximately 60 km from Bengaluru) for

indigenous items.

Refer Clause No. VII (10.1,10.3 & 10.7) of Annexure-1

(6) Delivery Terms:In case of Foreign Suppliers: EX-WORKS / FOB /FCA

In case of order, all items ordered shall be supplied in ONE LOT without

any part/ short shipment, before the expiry of delivery period. Port of

Entry : Chennai / Krishnapatanam sea port for imported items.

Refer Clause No.VII (10.2,10.3,10.6 & 10.8) of Annexure-1

(7) Freight charges: If any, mentioned as EXTRA OR INCLUDED in your

quote, please mention the percentage in Vendor Terms.

(8) Delivery Period: Delivery schedule shall be within 15 months

(nominal) from the date of receipt and acceptance of Purchase Order.

This delivery schedule is inclusive of time required for obtaining

export clearance by manufacturer / supplier.

Installation & commissioning shall be completed within 3 months

(nominal) from the date of intimation from LPSC.

Refer Clause No.VII (11.1 & 11.2) of Annexure-1

(9) Payment Terms for Indigenous Orders: 100% payment shall be

made through RTGS within 30 days of receipt,

installation,commissioning, training and acceptance of theitems at

Purchasers site.

Refer Clause No.VII (12.0 (a)) of Annexure-1

(10) Payment Terms for Foreign Orders:In case of Foreign orders,

normal payment term is 100% against SIGHT DRAFT

OR 90% by irrevocable letter of credit against shipping documents and

Tender No: LPSCB/PUR/2018E0138601 58

balance 10% by wire transfer after receipt & acceptance of the ordered

items at Purchasers site.

All bank charges within India shall be borne by Department and all

bank charges outside India shall be borne by Supplier.

Refer Clause No.VII (12.0 (b)) of Annexure-1

(11) Liquidated Damages (LD): a) Delivery schedule mentioned in the

order/contract shall be the essence of the order.

b) In case if supplier fail to deliver the item within the time specified

or take anyextension thereof, LD @ 0.5% (Zero Point Five Percent) of

the order value orpart thereof of the undelivered item for each

completed calendar week of delay shall be recovered from suppliers

bill.

c) However, total LD shall not exceed 10% (Ten Percent of the Order

Value).

NOTE : This is a mandatory clause.

Refer Clause No.VII (13.0) of Annexure-1

(12) Warranty : Entire machine inclusive of all systems, essential and

optional accessories ordered shall be warranteed for a period of 12

months from the date of machine acceptance.

During warranty period, manufacturer/ supplier/ authorized service

provider shall carryout two preventive maintenance visits at no

additional cost. Each visit shall be for a period of two working days

(minimum).

Refer Clause No.VII (7.0) of Annexure-1.

(13) Security Deposit (SD) : You have to furnish a Bank Guarantee for

10% of the order value within 10 days of receipt of order towards the

faithful execution of the order valid till the completion of the scope of

work as per order plus six months. (This will be returned to you

immediately on execution of the order satisfactorily as per order

Tender No: LPSCB/PUR/2018E0138601 59

terms. In case of non-performance / poor performance, the amount

will be forfeited).

(14) Performance Bank Guarantee (PBG) : You have to submit a PBG

from a Nationalised / Scheduled Bank for 10% of the order value

towards the performance of the system at the time of supply valid till

the completion of warranty period plus 60 days as per the format

provided by the Department. OR 10% of the order value shall be with

held till the completion of Warranty Period plus 60 days.

(15) Security Deposit cum Performance Bank Guarantee (SD cum

PBG):In case, if parties are unable to provide two separate BGs, i.e.,

one for SD and one for PBG, they can submit a combined BG for SD

cum PBG within 10 days of receipt of order for 10% of order value valid

till the completion of total contractual obligation (i.e., supply period +

warranty period + 60 days) as per the format provided by the

Department.

(16) Insurance : Being a Government of India Department, Insurance is

not required at our cost. Please ensure the safe delivery of the ordered

item with proper SEA / ROAD worthy packing.

(17) Validity of Offer : The offer shall be valid for a minimum period of

120 days from the tender due date.

(18) In case of foreign orders:(a) Please specify whether any Export

clearance is required. If it is required please provide End User

Certificate format along with offer. (b) Please specify whether any

Agency Commission is involved or not. If YES mention the percentage

of Agency Commission. [Agency Commission shall be claimed by the

Indian Agent through an Invoice. The Agency Commission shall be paid

to the Indian Agent in Indian Rupees worked out on the basis of

Telegraphic Transfer buying rate of exchange prevailing on the date of

placement of the Purchase order/Contract and shall be paid within 30

days from the date of satisfactory acceptance of the item at our site.

Distributers are not eligible for Agency Commission]

(19) Special conditions against Indian Agents submitting quotations in

Foreign Currency:

(a) Foreign Principals proforma invoice indicating the commission

payable to the Indian Agent and nature of after sales service to be

rendered by the Indian Agent.

Tender No: LPSCB/PUR/2018E0138601 60

(b) Copy of Agency agreement with the Foreign Principal and Indian

agent, precise relationship between them and their mutual interest in

the business.

(c) Copy of registration and item empanelment of the Indian agent.

(20) The tenders received from Indian agents on behalf of their foreign

Principals/OEMs (in cases where the Principals/OEMs also submit their

tenders simultaneously for the same item/product in the same tender)

the same will be not be considered.

Supporting Documents from Vendor

Attachment - I:

Attachment - II:

Vendor Specificied Terms I

Description Vendor Terms

(21) In case two or more tenders are received from an Indian agent on

behalf of more than one foreign Principal/OEM, in the same tender for

the same item/product will not be considered.

(22) Purchase/Preference to MSEs: Purchase/Price Preference shall be

extended to the MSEs under the Public Procurement Policy for MSEs

formulated under the Micro, Small & Medium Enterprises

Development Act 2006. Necessary authenticated documentary

evidences shall be submitted along with your offer. NOTE: This is not

applicable for foreign Suppliers.

(23) ARBITRATION: In the event of dispute or difference arising out of

or in connection with this purchase order/contract, which cannot be

resolved through amicable settlement by mutual consultation, the

same shall be settled under the Rules of Arbitration & Conciliation act

Tender No: LPSCB/PUR/2018E0138601 61

1996 under the Indian statue only, whose decision shall be final and

binding on both the parties.

(24) JURISDICTION: The Courts in and around the City of Bangalore

alone shall have jurisdiction to deal with and decide any matter or

dispute whatsoever arising out of this agreement including those

arising under the Arbitration Act.

(25) Details of Principal:Address, contact details like Telephone

Number, Fax, e-mail etc., (if applicable)

(26) Details of Indian Agent:Address, contact details like Telephone

Number, Fax, e-mail etc., (if applicable)

(27) Address, contact details like Telephone Number, Fax, e-mail etc.,

on which order to be placed.

(28) Offers received through fax or email or unsigned will not be

considered.

(29) You shall provide suppliers bank details such as name of the bank,

IFSC code, IBAN Number, SWIFT etc., along with your offer which shall

be not be changed till completion of payment.

Refer Clause No.VII (15.1) as per Annexure-I.

(30) INSTALLATION AND COMMISSIONING OF MACHINE AT

PURCHASERSSITE; LPSC, TUMAKURU CAMPUS, TUMAKURU-572103.

KARNATAKA,INDIA (APPROXIMATELY 60 KMS FROM BENGALURU):

Refer Clause No.VII (4.1 to 4.12) of Annexure-1.

(31) MACHINE INSPECTION & ACCEPTANCE TESTS AT PURCHASERS

SITE;LPSC, TUMAKURU CAMPUS, TUMAKURU-572103. KARNATAKA,

INDIA(APPROXIMATELY 60 KMS FROM BENGALURU):

Refer Clause No.VII (5.1 to 5.4) of Annexure-1.

(32) Training: Party shall impart training to Purchaser Engineers on

operation, programmingand machine maintenance aspects

Tender No: LPSCB/PUR/2018E0138601 62

(Mechanical, Electrical /Electronics and CNCsystem) of the machines

for a period of two weeks after successful commissioning of the

machines at Purchasers site.

Refer Clause No.VII (6.0) of Annexure-1.

(33) Price Comparison: Price comparison during evaluation of offers

will be based on:

a) Cost of Basic machine, essential accessories, technical

documentation & warranty.

b) Installation, commissioning & training charges, packing charges &

delivery terms.

c) Charges for Non-comprehensive Annual Maintenance Contract with

applicable taxes for a period of 3 years after expiry of warranty.

Cost for optional accessories and kit of spares will not be considered

for cost comparison.

Refer Clause No.VII (16.0) of Annexure-1.

(34) In case of Foreign Orders: Party shall specify whether any Export

clearance is required. If it is required, partyshall provide End User

Certificate format in-case of order.

Refer Clause No.VII (17.0) of Annexure-1.

(35) PRE DELIVERY INSPECTION & MACHINE ACCEPTANCE CRITERIA AT

MANUFACTURES SITE :

Refer Clause No.VII (3.1 to 3.5) of Annexure-1.

(36) Packing: Refer Clause No.VII (9.1 to 9.3) of Annexure-1.

(37) Applicable Law:The Contract shall be governed by Indian Law for

the time being in force and jurisdiction shall liein the Courts of India.

Tender No: LPSCB/PUR/2018E0138601 63

(38) Important Instructions:Refer Clause No.VII (15.1 to 15.2) of

Annexure-1.

(39) THIS IS A TWO PART TENDER

Do not mention price element in the Technical Bid. If any Price

element mentioned in the technical bid, your offer will not be

considered.

Refer Clause No.VII (14.1, 14.2 & 14.3) of Annexure-1.

(40) Any Other Terms:

Vendor Specificied Terms for AMC

Description Vendor Terms

(1) The party shall undertake non-comprehensive AMC for a period of

three (3)years after the expiry of warranty period. The offer shall be in

Indian rupees since the non-comprehensive AMC shall be carried out

only by an Indian authorized &trained service provider. Party shall

provide breakup cost for 1st year, 2nd year and 3rd year separately in

Part-2: Price bid. The scope shall be four preventive maintenance visits

per year and duration shall be of 2 days per visit (minimum).The scope

shall also include any number of breakdown visits. In case of any major

breakdowns which would need the intervention of original equipment

manufacturer (OEM), the offer shall be in terms of foreign currency

lump sum charges on per man-day basis.

Refer Clause No. 1.0 of Enclosure-I.

(2) Preventive Maintenance:

a) The authorized & trained Indian service provider shall perform four

preventive maintenance visits in one year i.e. two days per visit (2)

service engineers shall be assigned, one from mechanical and other

from electrical & electronicsbackground) to address mechanical,

pneumatic and electrical / electronics.Total number of preventive

maintenance visits for 3 years shall be 12.

Tender No: LPSCB/PUR/2018E0138601 64

b) The party shall offer lump sum charges for preventive maintenance

of themachine, which shall include charges like, local conveyance,

service charges& miscellaneous expenses.

c) In case the service engineer is from outstation, the party shall offer

lump sumcharges for preventive maintenance of the machine, which

shall include boarding / lodging, conveyance charges, service charges &

miscellaneous expenses. However, to and fro economy airfare will be

paid at actuals on production of documentary proof.

Refer Clause No. 4.0 of Enclosure-I.

(3) Break down maintenance:

a) The authorized Indian service provider shall attend to any number

of breakdown calls per year, immediately within 48 hours of intimation

during the contract period.

b) The party shall offer lump sum charges on per man day basis

towards breakdown maintenance of the machine which shall include

charges like, local conveyance, service charges & miscellaneous

expenses.

c) In case the service engineer is from outstation, the party shall offer

lump sum charges on per man day basis towards breakdown

maintenance of the machine which shall include charges like

boarding/lodging, conveyancecharges, service charges &

miscellaneous expenses. However, to and fro economy airfare will be

paid at actuals on production of documentary proof.

d) If any major breakdown requires intervention from original

equipment manufacturer based outside India, the party shall offer

lump sum charges on per man day basis in terms of foreign currency

which shall include expenses for boarding/lodging, local conveyance,

service charges and miscellaneousexpenses etc. excluding to and fro

economy air fare which will be paid atactuals on production of

documentary proof.

Refer Clause No. 5.0 of Enclosure-I.

Tender No: LPSCB/PUR/2018E0138601 65

(4) For the AMC, lump sum cost may be quoted. However, for

breakdown maintenance call, cost may be quoted on per day basis so

that the breakdown maintenance charges can be paid at actual

depending on the number of days for which work has been carried out.

(5)PAYMENT TERMS : Preventive Maintenance charges shall be paid

quarterly (once in every three months) on pro-rata basis on

completion of each satisfactory service.

Refer Clause No. 6.1 of Enclosure-I.

(6)SECURITY DEPOSIT : The party shall submit the security deposit

equivalent to 10% of the AMC value till the completion of contract in

the form of bank guarantee or either form of negotiable instrument

valid for the total AMC period, issued by a nationalized or scheduled

bank in the form of Rs. 200 non-judicial stamp paper before

commencement of the work in favour of Senior Accounts Officer,

LPSC, Bangalore. This security deposit will be returned (interest free)

after the successful completion of Annual maintenance Contract. The

security deposit shall have a further claim period of 6 months.

(7)Maintenance shall be carried out at our premises only. In case any

item has to be taken to your premises for repairs, necessary Bank

Guarantee for the value of the item shall be furnished, and valid till

returning of the item.

(8) During AMC, in the event of damages to our property or injury to

our personnel due to the negligence of your employees, the

responsibility shall solely rests with you.

(9) ARBITRATION:In the event of dispute or difference arising out of or

in connection with this purchase order/contract, which cannot be

resolved through amicable settlement by mutual consultation, the

same shall be settled under the Rules of Arbitration & Conciliation act

1996 under the Indian statue only, whose decision shall be final and

binding on both the parties.

(10) JURISDICTION:The Courts in and around the City of Bangalore

alone shall have jurisdiction to deal with and decide any matter or

dispute whatsoever arising out of this agreement including those

arising under the Arbitration Act.

Tender No: LPSCB/PUR/2018E0138601 66

(11) Income Tax:As applicable shall be deducted from your Bill, at

source.

NOTE: Applicable for Indian Service Providers.

Refer Clause No. 6.2 of Enclosure-I.

(12) You shall provide suppliers bank details such as name of the bank,

IFSC code, IBAN Number, SWIFT etc., along with your offer which shall

be not be changed till completion of payment.

(13) The Department shall not be responsible for any injury to

suppliers personnel, or damage to his equipment caused at our site.

Refer Clause No. 8.0 of Enclosure-I.

(14) Period of Contract: The contract shall be valid for a period of 3

years after expiry of standard warrantyperiod. However it shall be

open to purchaser to terminate the contract at anytime during its

currency by giving ONE MONTH notice in writing.

Refer Clause No. 3.0 of Enclosure-I.

(15) Type of Contract: The proposed Annual Maintenance Contract

shall be of Non-Comprehensive type.

Refer Clause No. 2.0 of Enclosure-I.

(16) Applicable Law: The Contract shall be governed by Indian Law for

the time being in force and jurisdiction shall lie in the Courts of India.

(17) NOTE: If the service provider is from INDIA, then the quotation

shall be in Indian Rupees only.

(18) Any Other Terms:

Price Bid Form

Tender No: LPSCB/PUR/2018E0138601 67

Item Description Slab Range Qty UOM Currency Unit Price Total Price

CNC MACHINE I)

Supply, erection,

installation,

commissioning

and training of

heavy duty cnc

lathe with

standard

accessories

confirming to

technical

specifications an

scope of work as

given in

Annexure-1.

- 1 Lot - - -

CNC MACHINE

ACCESSORIES

III)ESSENTIAL

ACCESSORIES:

1) Manual 4 Jaw

independent

chuck of Dia

1400mm

(nominal) with

forward and

reverse hard jaws

(Essential

accessory)

- 1 Sets - - -

CNC MACHINE

ACCESSORIES 2)

Centre for head

stock(Essential

accessory)

- 1 Sets - - -

CNC MACHINE

ACCESSORIES 3)

Centre for tail

stock (Essential

- 1 No. - - -

Tender No: LPSCB/PUR/2018E0138601 68

accessory)

CNC MACHINE

ACCESSORIES

4)Test

mandrel(Essential

accessory)

- 1 No. - - -

CNC MACHINE

ACCESSORIES 5)

First fill of oils (

for lubricating

system , for

hydraulic system,

for hydrostatic

slides, grease

etc)(Essential

accessory)

- 1 Lot - - -

CNC MACHINE

ACCESSORIES 6)

Chip conveyor

(swarf / link type)

with Chip

bin(Essential

accessory)

- 1 Sets - - -

CNC MACHINE

ACCESSORIES 7)

Isolation

Transformer of

suitable

capacity(Essential

accessory)

- 1 No. - - -

CNC MACHINE

ACCESSORIES 8)

Servo controlled

Voltage stabilizer

of suitable

capacity

- 1 No. - - -

CNC MACHINE - 1 Lot - - -

Tender No: LPSCB/PUR/2018E0138601 69

ACCESSORIES 9)

Kit of foundation

& leveling

elements

(Essential

accessory)

CNC MACHINE

ACCESSORIES 10)

Machine lamp

(Essential

accessory)

- 1 Lot - - -

CNC MACHINE

ACCESSORIES IV)

OPTIONAL

ACCESSORIES:

1) Face plate Dia

1500mm

(minimum)(Optio

nal accessory)

- 1 No. - - -

CNC MACHINE

ACCESSORIES 2)

Boring bar holder

/ support with

internal through

coolant provision

for

accommodating

boring bar size dia

80mmX 800mm

(nominal)(Optiona

l accessory)

- 1 Sets - - -

CNC MACHINE

ACCESSORIES 3)

Shank type 40mm

X 40mm (nominal)

external turning

tool holder

suitable to offered

- 6 No. - - -

Tender No: LPSCB/PUR/2018E0138601 70

tool

turret.(Optional

accessory)

CNC MACHINE

ACCESSORIES 4)

Anti vibration

boring bar of size

dia 80mm X

800mm.(Optional

accessory)

- 1 No. - - -

CNC MACHINE

ACCESSORIES 5)

Machine status

lamp.(Optional

accessory)

- 1 No. - - -

CNC MACHINE

ACCESSORIES 6)

Renishaw / Blum /

equivalent make

tool offset

probing

systems.(Optional

accessory)

- 1 Sets - - -

CNC MACHINE

ACCESSORIES 7)

Tool storage

cabinet (Optional

accessory)

- 1 No. - - -

CNC MACHINE

SPARES V) KIT OF

SPARES:

Kit of spares

(mechanical &

hydraulic /

electrical &

electronic)require

d for trouble free

- 1 Lot - - -

Tender No: LPSCB/PUR/2018E0138601 71

operation of the

machine on two

shift basis for a

period of two

years.

CNC MACHINE

SPARES VI)

Technical

Documentation

- 2 Sets - - -

CNC MACHINE

Installation,

commissioning

and training

charges

- 1 No. - - -

CNC LATHE Non-

Comprehensive

AMC Charges for

1st year

- 1 No. - - -

CNC LATHE Non-

Comprehensive

AMC Charges for

2nd year

- 1 No. - - -

CNC LATHE Non-

Comprehensive

AMC Charges for

3rd year

- 1 No. - - -

Break-up of other taxes and other costs should be specified in respective narration columns.

Sum of these Break-up values should be specified in respective value columns.

Supporting Documents from Vendor(price bid/breakup)

Attachment - I:

Tender No: LPSCB/PUR/2018E0138601 72

Attachment - II:

Attachment - III:

Attachment - IV:

Please attach break up cost, if any.