Purchase Entity: PURCHASE - ISRO for locking / unlocking rigidly to the bed guide ways by mechanical...
Transcript of Purchase Entity: PURCHASE - ISRO for locking / unlocking rigidly to the bed guide ways by mechanical...
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: