RDM Spec
RDM Spec
Page 1 of 56
IMPORTANT FEATURES OF THE TENDER
1.2 Tenderers should offer and quote for all the specified concomitant accessories, as
these are considered essential for commissioning and utilization of the machine. Even if
bidder does not recommend the purchase of any of these accessories, the price must
be quoted for comparison purposes and their recommendation/suggestion to be
indicated in the offer. Tenderers should also quote for optional accessories, spares and
consumable spares as asked in the specifications.
1.3 In case, any item is required in sets, please specify nos./pieces per set. This is
essential for proper technical evaluation of the offer. Offers received without this may
be considered as incomplete and liable to be rejected.
1.4 The bidder should quote only for the specified make of sub-assemblies and equipment
wherever specified. Makes of sub-systems other than the specified ones will normally
not be acceptable. In case, some other make is quoted, specific reasons for the same
including its features/advantages over specified makes must be brought out in the offer.
1.5 In case there is a contradiction in any information provided (some parametric values
given in the specification and those given in the brochure or some other document
enclosed by the tenderer), unless specifically mentioned in the deviation cum
confirmation statement under Annexure A of Section VI, the values as given in the
specification shall be taken as confirmed by the tenderer and offer evaluated
accordingly.
1.6 Bidder or his authorized agent, in their own interest, should visit the consignees listed
in clause 3 Section-IV with prior appointment with Controlling Officer of the consignee
and acquaint themselves with existing process of manufacturing/remanufacturing, site
conditions, availability of material Handling facilities etc.
2 DESCRIPTION:
RADIAL DRILLING MACHINE(S) as per Specification No. COFMOW/IR/RDM-
50x2350/60x1820/60x2350/80x2500/2016 for drilling accurate holes and carrying out
tapping, boring and reaming operations on ferrous and non-ferrous material.
2.1 The machine(s) shall have following capability:
For all consignee-
Page 2 of 56
(i) Radial drilling machine(s) are required as per Schedule- 1A,IB,IC & ID . The machine(s) shall
be capable of drilling accurate holes and carrying out tapping, boring and reaming
operations on ferrous and non-ferrous material.
(ii) The machine shall also be capable of performing the various drilling operations on different
steel components of Locos/coaches/wagons, as per parameters given in Schedule- 1A,IB.IC
and Schedule1D.
(iii) The machine(s) shall be required to work in tropical conditions under ambient conditions of
temperature ranging from 5-500 C, relative humidity of up to 100% and comparatively dusty
shop atmosphere. All equipments should be designed to function efficiently under these
conditions.
(iv) The machine(s) should have accuracy as per Indian Standard Specifications IS: 2199
(latest) or equivalent International Standards which shall be mentioned in the offer.
(v) Machine(s) should be capable of working in low and high speeds.
Machine will be used for axle end drilling and tapping operation as per drawing mentioned in
Annexure F of section VI.
Note: No deviation is permitted in major parameters. The bidder should indicate the
actual parameters offered.
Page 3 of 56
11 Tapping capacity in steel of 60 kg/mm2 (in metric) - M 48 to M56
12 Angle of arm rotation -360 Degree
-1645mm (Maximum)
SCHEDULE – IB
Specification No. COFMOW/IR/RDM-50x2350/60x1820/60x2350/80x2500/2016
Consignee – Mettuguda /SCR
Note: No deviation is permitted in major parameters. The bidder should
indicate the actual parameters offered.
Page 4 of 56
SCHEDULE – IC
Specification No. COFMOW/IR/RDM-50x2350/60x1820/60x2350/80x2500/2016
Consignee-KPA/ER , KOTA/WCR, IZN/NR & LLH/ER
Note: No deviation is permitted in major parameters. The bidder should
indicate the actual parameters offered.
Page 5 of 56
For ICF/Chenni consignee (Schedule 1D).
Specification No. COFMOW/IR/RDM-50x2350/60x1820/60x2350/80x2500/2016
Note: No deviation is permitted in major parameters. The bidder should indicate the actual
parameters offered.
2.2.7 MAJOR PARAMETERS
1 Drilling capacity in steel of 50 kg/mm2 tensile strength - 80 mm
2.2.8 Other parameters
1 Drilling Radius
i) Minimum Drilling radius - 550 mm
ii) Maximum Drilling radius - 2500 mm
2 Drill head traverse (Horizontal) - 1950 mm (minimum)
3 Vertical arm traverse - 1000 mm (minimum)
4 Width of arm guide ways - 450 mm (minimum)
5 Spindle/Quill traverse (Vertical) - 450 mm (minimum)
6 Spindle motor power - 8 KW (minimum)
7 Column sleeve diameter - 400 mm (minimum)
8 Spindle taper - MT 6
9 Spindle nose diameter - 100 mm (minimum)
10 Spindle speed & range - 14 steps in speed
Range of around
14 to
1200 rpm)
11 Number of feeds & range - 10 steps in feed range
of around 0.035 to 2.2 mm/rev.
12 Tapping capacity in steel (in metric) - M 60X4
2.4 Productivity: (For LLH/ER Consignee): The bidder will provide floor to floor cycle time for axle
end drilling and tapping operations mentioned in Annexure F of section VI . The bidder will
provide productivity the timings of loading and unloading, clamping & de clamping and end
drilling and tapping, etc of axles mentioned in the Annexure F of section VI in one shift of 8
hours.
Page 6 of 56
commissioning at the consignee’s works for a period of two shifts of eight-hour each. The
test piece/material, required will be arranged by the consignee.
B) LLH Consignee- The machine performance shall be demonstrated by the supplier or his
agent for proving out successful commissioning at the consignee’s works on two nos.
components each mentioned in Annexure F of section VI as per the productivity as claimed
in clause 2.4 above for the axle end drilling and tapping operation.
2. KPA/ER 215146 1
6 LGD/SCR 215248 1
7 KTT/WCR 215512 1
8 IZN/NER 215492 1
9 ICF/CHENNAI 215455 1
4 SCOPE OF SUPPLY.
4.1 The scope of supply shall include design, supply, manufacturing, installation, testing,
commissioning and proving of machine(s) on turnkey basis. It includes all the concomitant
accessories/ equipments as detailed in the specification and other concomitant accessories/
equipment, which the manufacturer considers essential to make the machine(s) fully
operational, when installed and commissioned. It shall also include installation and
commissioning of related equipment, training of personnel in operation and maintenance of
machine and supply of technical documentation.
Page 7 of 56
4.2.1.2 Complete set of Service and operators tools 1 set.
(Make, description & Qty. to be furnished)
4.2.1.6 Low voltage machine work lamp fixed to spindle head 1 no.
4.2.1.7 First fill of lubricants, grease and hydraulic oil, if any first fill
Page 8 of 56
MT2x1=5nos.
Page 9 of 56
4.2.2.5 For KPA/ER consignee (Schedule IC).
4.3.1 Drill Re-sharpening Portable equipment with a grinding range,suitable for capacity
as specified in leading parameters, capable of resharpening carbide drill, HSS.
etc. The grinding range can be covered in one or more than one portable
equipments. The equipment should also include standard accessories like Plastic
and metal Collets (suitable for capacity as specified in leading parameters),
Grinding Wheels, Collet holder and requisite no. of Allen keys & spanners.
–One set.
Page 10 of 56
4.3.2 Tilting table 725 x 500 x 600 mm (minimum) - one no.
4.3.4 Any other accessory which can improve accuracy and reliability of the machine
may be quoted separately as optional accessories clearly bringing out its
advantages. Its price shall not be included in the basic price of the machine for
purpose of commercial evaluation.
5 EVALUATION CRITERIA
The following items will need to be quoted additionally though will not be part of
commercial evaluation:
(i) Optional Accessories with break up of individual items as specified in clause 4.3 of
section IV
(ii) Cost of comprehensive AMC for five years after the warranty as per clause 17
(iii) Consumables as per clause 6 of section V with break up of individual items as
applicable
(iv) Cost of Preventive Maintenance during 1st & 2nd year of Warranty Period.
Page 11 of 56
5 Submission of GA drawings and D5 D3 + 45 days
requisition for the trial component (s) (if
applicable) to consignee by Successful
Bidder/Supplier along with information
on power and other utilities required for
machine.
6. Approval of GA drawings by consignee D6 D5+ 45 days
(to be governed by clause 11.2 of
section-V) and confirmation of
availability of components to be proved
out at manufacturer premises and
value of BG required for providing prove
out components.
7. Confirmation of availability of clear site D7 By D6 (i.e. at the time of
by consignee approval of GA drg.)
8 Completion of foundation D8 D7+150 days
or
latest by D 10
9 Submission of BG and collection of D9 D6 + 60 days
components from consignee by the
supplier for prove out of machine at
manufacturer’s works.
10 Supply/ Delivery of machine D10 For First machine:
D6 + 240 days
(for indigenous suppliers)
Thereafter subsequent
machines:
@ 01 machines per month
Not withstanding the delivery period indicated elsewhere in the tender document, the delivery
indicated in this schedule shall be taken as overriding and final.
Page 12 of 56
Section-V
TECHNICAL SPECIFICATION
ABBREVIATIONS
Page 13 of 56
Specification No. COFMOW/IR/RDM-50x2350/60x1820/60x2350/80x2500/2016
1.1.1 The machine should incorporate all safety devices, so as to provide complete
protection to the operator and machine from all possible operational failures.
Suitable interlocking arrangements against faulty sequence of operation, sudden
power failure/fluctuation in supply voltage, failure of hydraulic system, if any, should
be provided. Besides, the machine must have but need not be limited to the
following safety features:
1.1.1.1 Safety device to limit the upper and lower travel of the arm.
1.1.1.2 Safety stops to prevent over travel of drilling head on arm.
1.1.1.3 Safety device to prevent damage if arm strikes an obstruction while moving
down.
1.1.1.4 Safety device for feed mechanism against over load.
1.1.1.5 Safety device to automatically trip spindle power feed at its limits of travel.
1.1.1.6 Interlocking device to keep power traverse of arm inoperative as long as it is in
the clamped position.
1.1.1.7 Safety against powered rotation of spindle in neutral position.
1.1.1.8 Safety nut in the arm elevating mechanism shall be provided.
NOTE : Full details of safety features provided on the machine should be
explained in the offer.
1.2.1.1 The machine should be rigid, robust and of sturdy construction. It should be designed to
meet heavy-duty demands of machining Railway components under severe workshop conditions
and should be free from vibrations.
1.2.1.2 All castings should be of high grade close grained cast iron like Meehanite grade GG 25/30
conforming to BS-1452-1990 Grade 250 or IS-210 Grade FG-260 or Grade 25/30 conforming to
DIN 1561 or IS 14329/2000or equivalent ISO/ international specifications. These should be
suitably heat treated to ensure dimensional stability and continued accuracy over the machine
life. Chemical composition of the material and heat treatment used should be indicated in the
offer.
1.2.1.3 All-important controls should be at one place, located at a convenient position for easy
reach of the operator.
1.2.2 Base
1.2.2.1 The base should be made from a single piece high grade Grey cast iron casting conforming to
IS-210 Grade FG-260 and shall be of a robust design to ensure vibration free operation. It should be
suitably ribbed to ensure rigidity.
Page 14 of 56
1.2.2.2 Requisite number of T-slots preferably machined conforming to IS:2013 (latest) should be
provided for proper clamping of work.
1.2.2.3 The base should contain a reservoir for the coolant alongwith an independent pump unit.
Page 15 of 56
1.2.4.7 The main spindle should be of alloy steel, hardened & ground and should be mounted on
high precision bearings. The main spindle should be free from vibrations at all speeds and
loads. The surface hardness of the spindle should be 55- 60 HRC. Material specifications,
hardness and surface finish of the spindle should be indicated in the offer.
1.2.4.8 Hand wheel should be provided for traversing the drill head along the arm. The movement of
the drill head on the arm should be smooth and easy.
1.2.4.9 Arrangement for automatic smooth braking of the spindle should be provided. Braking
should be effective within 4 to 5 seconds. Tool replacement as well as speed and feed
changes should be possible in neutral position without switching off main drive motor.
1.2.4.10 The drill head should-also be provided with built in work lamp system.
1.2.4.11 Spindle drive should be by means of electric motor. The power for spindle speed should
be through double clutch, which should be controlled by the starting lever. Double
clutch should produce right hand & left hand rotation of the spindle.
1.2.4.12 A safety clutch should be provided to protect against higher load. Torque setting
arrangement of safety clutch should be indicated in the offer along with the speed range.
1.2.4.13 A quill/sleeve should be provided to house drilling spindle and spindle bearing. Outside
diameter of quill/sleeve should be hardened and super finished. Surface finish of the
quill/sleeve shall be in the range of 0.1 to 0.2 microns Ra. Quill/sleeve should be accurately
suited with the honed bore in the drill head to have minimum clearance for maximum
rigidity. Surface hardness of sleeve shall be indicated in the offer.
1.2.3.14 Mechanism of hand and power traversing of main spindle should be indicated in the
offer. A suitable spindle balancing arrangement should be provided on the machine.
1.2.4.15 Speed calculator should serve for quick and proper determination of spindle speeds
and feeds. Speed calculator should indicate:
1.2.4.15.1 Material specification of job to be drilled
1.2.4.15.2 Feed rate per spindle revolution when drilling
1.2.4.15.3 Cutting speeds to be used with various drills, reamers and taps in m/min.
1.2.4.15.4 A suitable chart should be available on the machine for selection of speed and
feed by using the speed calculator.
1.2.5 Column
1.2.5.1 The radial drill should have double column construction, one inside the other. The
inner column should be heavily ribbed all the way to the bottom to provide adequate
resistance to drilling strain. A drawing showing assembly of outer and inner columns
should be enclosed with the offer.
1.2.5.2 The outer column i.e. the sleeve should be precision ground and should revolve
smoothly on antifriction bearings. Alternatively, the outer column shall be provided with
rectangular guide ways on which the arm moves and revolves smoothly on anti friction bearings.
1.2.6 Feed
1.2.6.1 The main spindle should have arrangements for both automatic and hand feeds.
1.2.6.2 The radial drill should be capable of feed ranges varying from heavy drilling feeds to
Page 16 of 56
fine boring feeds. A feed and speed reckoner should be provided at convenient location
on the machine with clear indication of the feed/speed selected through suitable rotating
dials.
1.2.6.3 Automatic power feed should be declutched for hand feed as and when required.
1.2.6.4 All feed gears should be of suitable case carburizing alloy steel suitably case hardened
and ground. The surface hardness of the gears should not be less than Rockwell RC-55
and not more than Rockwell RC-63. Composition of the material, hardness & surface
finish of the gears should be indicated in the offer.
1.2.6.5 Arrangements for automatic predetermined disengagement of feed should be
provided with a least count of 0.1 mm.
1 2.6.6 Feed movement mechanisms for the spindle should be explained in the offer. An
overload clutch should also be provided in the mechanism.
1.2.7 Control Head
1.2.7.1 Trip dogs should be provided on control head for adjusting drilling depth.
1.2.7.2 Control head mechanism provided on the machine should be clearly specified in the offer.
1.2.7.3 Suitable interlocking mechanism should be provided on the machine for both speed and
feed mechanism. Details may please be furnished in the offer.
1.2.8 Tapping
1.2.8.1 The machine should have arrangement to obviate accidental engagement of power feed
during tapping operation. A suitable arrangement should be provided for automatic reversal
of tap after operation.
1.2.9 Clamping
1.2.9.1 The radial drill should be provided with power / electro-mechanical / hydraulically clamping
arrangements. It should provide clamping of drill head to arm, arm to sleeve and sleeve to column
with light push button control. The drill head should not shift more than 0.1 mm during clamping in any
direction. The drill head should not move during drilling operation even by manual push and clamping
should be positive. Details of the clamping arrangement provided should be explained in the offer.
1.2.10 Measuring Arrangements:
1.2.10.1 All dials/scales indicating different movements should be graduated in metric units with
a least count of 0.1 mm. Graduation of dials/scales should be sharp, sufficiently deep and
clearly marked. Marking divisions and numbering should be understandable and clear from a
distance of 500 mm.
1..2.11 Noise Level
1 2.11.1 Noise level of machine should not exceed 85 dB when measured at a distance of
seven metre from the periphery of the machine in free field condition. The measurements
shall be carried out as per NMTBA standards /ISO 3740 –1980/ DIN 45635/ IS:10988/1984
or latest. The noise level of the machine in dB in idle condition as well as cutting/ working
condition should be clearly indicated in the offer alongwith relevant standards.
1.2.12 Thermal Stability
1.2.12.1 The spindle bearings should attain thermal stability in about hundred minutes of
switching on the machine. The maximum temperature of these bearings should not
exceed 400 C above ambient temperature.
Page 17 of 56
1.2.13 Lubrication
1.2.13.1 The machine should have suitable lubrication system. Main drive, sleeve & elevating
screw/nut and arm traverse gears must be provided with auto lubrication system. Suitable
arrangements for indicating failure of lubricating system should be incorporated. Sufficient number
of visual indicators should be provided to enable the operator to check the lubrication of vital
areas.The lubrication system provided should be explained with sckematic diagram.
1.2.14 Coolant System
1.2.14.1 A separate self-contained coolant pump conforming to IS:2161 (latest) complete with
piping, coolant, reservoir, filter and switch alongwith necessary switchgear for the motor should
be provided with the machine.
2. GENERAL ELECTRIC SPECIFICATION
2.1 The provision of this General Specification shall apply, where ever relevant.
2.2 All equipments and material shall comply with appropriate Indian Standards
(latest), International Standards or National Standards of the country of origin
provided the latter are equivalent to or better than the former. The tenderer shall
indicate the Standards applicable. The following standards are applicable in
particular.
(Corresponding International Standards like ASA, NEMA, BSS, DIN etc. may also
be quoted).
IS : 325-1979 (latest) - Three phase induction motors (corresponding to IEC
pub-34-1) (Latest).
IS : 1248 (Latest) - Direct acting indicating analogue electrical measuring
instruments and their accessories
(corresponding to IEC Pub-51) (Latest).
IS : 1231-1974 (Latest) - Dimensions of three phase induction motors
(corresponding to IEC Pub-72-1) (Latest).
IS : 1271-1985 (Latest) - Classification of insulation material for electrical
machinery & apparatus in relation to their thermal
stability in service (corresponding to IEC-Pub-85)
(Latest).
IS : 6875 (Latest) - Push Buttons and related control switches
corresponding to IEC Pub/73) (Latest).
IS : 375-1963 (Latest) - Marking and arrangement of switch gear, bus bars,
main connection & auxiliary wiring.
IS : 996-1979 (Latest) - Single phase small AC and universal electrical motors.
IS : 1356 (Latest) - Electrical equipment of machine tools.
IS : 2516 (Latest) - Circuit breakers (corresponding to IEC Pub-56)
(Latest)
2.3 Unless specified in the main specification, the AC motors and starters shall be of
the following type. Tenderer is, however, free to give alternative proposal along
with justification, if in his view alternative proposal in warranted by site conditions.
Type of motor type of starter.
Page 18 of 56
2.3.2 AC squirrel cage, introduction motors, starting Star delta or Auto transformer
current of which is above 75 amps. if started type.
direct on line
2.3.3 AC slipring type motor Resistance type air/fan Cooled
2.3.4 AC synchronous or synchronous induction Suitable makers standard.
motor.
2.3.5 DC motor Resistance type/Thyristor type.
2.4 The control gear for AC/DC motors shall incorporate the following protection
devices as concomitant accessories.
2.4.1 No Voltage Protection - No voltage protection shall be provided so that machine
will not start up again by itself when, following an interruption the supply is
restored.
2.4.2 Short Circuit Protection - To protect against short circuits due to insulation
failure of faulty connections HRC fuses shall be provided for each motor. The
rating of the fuse shall be such as to take care of the over current due to motor
starting.
2.4.3 Over Load Protection - To prevent motors from overloading, overload protection
shall be provided separately for each motor. Three phase motors shall be
protected by overload tripping devices on each phase.
2.4.4 Single Phasing Protection - A separate current sensitive delayed action single
phasing preventor shall be provided for each motor separately. Overload
protection shall not be treated as single phasing preventor.
2.5 Control equipment shall be mounted in separate drip proof enclosures. Control
enclosures and compartments are to be so designed as to give adequate
protection against ingress of dust, oil, coolant or chips. All control devices like
contractors etc. shall be front mounted on a rigidly fabricated metal panel for ease
of operation. All other electrics shall be installed that they are readily accessible
when the doors and covers are opened. Hinged covers shall be interlocked with
the machine tool control to prevent operation of the machine when cover is open.
2.6 The motor shall be totally enclosed with or without fan cooled frame. Screen
protected drip proof type motor may be provided if it is mounted inside protective
enclosures.
2.7 The electrical equipments shall comply with the requirement of Indian Electricity
Act and Rules (latest).
2.8 All instruments shall be of the Industrial Grade “A” (IS-1248) switch board type the
range of the instrument shall be such that the maximum load expected in the
circuit shall produce a deflection of 60% to 80% of the full scale.
2.9 The supplier shall furnish 3 sets of complete electrical and electronic wiring
diagrams in full details to enable the maintenance staff to locate faults in the
circuits, 3 sets of part catalogues, maintenance manuals operating instructions
with details of coils and windings, used in the equipment to facilitate repairs and
maintenance should also be supplied.
2.10 For main motor class minimum “B” Class insulation shall be provided. If any other
class of insulation is proposed, detailed justification for providing different class of
insulation shall be given.
2.11 Motors shall be designed to withstand frequent starts, stops and reversals as
demanded in the operation of the machine.
2.12 Two earthing terminals shall be provided on all electric motors including the
Page 19 of 56
control gear.
Page 20 of 56
any insulating material or adjacent parts.
2.16 The drive shall be capable of operating at any one of the speed required
independent of the load in accordance with the requirements of the machine.
2.17 Information/data shall be furnished as per the format of submission of technical
bid Annexure–A.
3. GENERAL CHARACTERISTIC
Page 21 of 56
3.2.4 The machine shall be fitted with an emergency stop device to enable actual or
impending danger to be averted. This device must be:-
3.2.4.1 Conveniently located.
3.2.4.2 Clearly identifiable.
3.2.4.3 Stop the machine as quickly as possible without causing additional hazards.
3.2.4.4 The emergency stop must remain engaged. It should be possible to disengage it
only by appropriate operation. Disengaging the control must not restart the
machinery but only permit restarting.
3.2.5 Safety features shall also include.
3.2.5.1 Safety device against overload for all mechanical and electric items to the extent
possible.
3.2.5.2 Safety stops against over-running of slides.
3.2.6 Guard and protection devices shall protect exposed persons against risks related to
moving transmission parts (such as pulleys, belts, gears, rack and pinion, shafts
etc.) and moving parts directly involved in the process to the extent possible. This
shall meet the following requirements:-
3.2.6.1 Be of robust construction
3.2.6.2 Not give rise to any additional risk
3.2.6.3 Not be easy to by pass or render non-operational
3.2.6.4 Be located at an adequate distance from danger zone
3.2.6.5 Cause minimum obstruction to the view of the production process.
3.2.6.6 Rigidly connected and not prone to rattling
3.2.6.7 Enable essential work to be carried out without the guard or protection device
having to be dismantled
3.2.7 A load meter shall be provided to indicate the load on the machine. The meter shall
have a suitable mark to indicate the maximum load the machine can take. Full
details of the above and other safety features indicating how each one functions
must be explained in the offer.
3.3 OPERATIONAL CONTROLS
3.3.1 The operation of the machine shall be by push buttons or levers. The basic rules for
the direction of operation of controls and the corresponding direction of movements
of the machine tools shall be as per IS:2987-1985.
3.3.2 The control devices shall be
3.3.2.1 Clearly visible and identifiable.
3.3.2.2 Ergonomically positioned for safe operation without hesitating or loss of time, and
without ambiguity.
3.3.3 CNC Controls (where applicable) - The general requirements of CNC controls are
given at Schedule-IV.
3.4 LIGHTING
3.4.1 Integral lighting suitable for the operations concerned where its lack is likely to
cause a risk despite ambient lighting of normal intensity shall be provided.
3.4.2 The manufacturer must ensure that there is no area of shadow likely to cause
nuisance, that there is no irritating dazzle and that there are no dangerous
stroboscopic effects due to lighting provided by the manufacturer.
3.4.3 Integral parts requiring frequent inspection and adjustment and maintenance areas
Page 22 of 56
must be provided with appropriate lighting.
3.4.4 The machine lighting should be of low voltage so as to prevent any hazard to the
operator.
3.5 MACHINE MAINTAINABILITY
3.5.1 The machine shall be so designed as to require minimum possible maintenance
and to give trouble free service.
3.5.2 All assemblies/parts of the machine shall be easily accessible for maintenance.
3.5.3 The machine shall not require major dis-assembly for checking and replacement of
a particular part, especially for parts requiring periodical check up and replacement.
3.5.4 The manufacturer must provide means of access e.g. stairs, ladders, cat walks etc.
to allow access safety to all areas used for production, adjustments and
maintenance operations.
3.6 WEAR COMPENSATION ADJUSTMENT
3.6.1 The original built in accuracy of the machine shall be capable of being maintained
conveniently and economically by suitable adjustments for taking up wear on slides,
bearings and load screws. The system of adjustments incorporated shall be
explained in the offer.
3.7 COOLANT SYSTEM (WHERE APPLICABLE)
3.7.1 Suitable coolant system with pump, motor, tank, filter etc. shall be provided. The
coolant pump shall be as per IS:2161-1962. The filter shall be of reusable type and
indigenously available. If reusable filter cannot be offered the filter cartridge shall be
readily available in India. Source of supply shall be indicated. Adequate no. of filters
for 2 years working on double shift basis shall be offered as spare. Details of the
coolant system shall be indicated in the offer.
3.7.2 The supply of coolant shall be in ample volume. Provision to re-circulate the coolant
shall be available. A chip and coolant tray shall be provided. The volume of coolant
flow shall be indicated. It shall be adjustable.
3.7.3 An enclosure shall be provided to prevent the coolant from splashing outside the
machining zone. Details of enclosure shall be provided. Specific requirements of
coolant system for grinding machines etc. shall be clearly indicated.
3.8 LUBRICATION SYSTEM (WHERE APPLICABLE)
3.8.1 The machine shall be provided with an automatic lubricating system for ensuring
delivery of adequate quantity of lubricant to areas requiring continuous lubrication.
Suitable arrangements must be provided for indication of failure of the lubricating
system.
3.8.2 The system shall be provided with interlock to prevent machine operating/starting in
the event of the failure lubrication system.
3.8.3 Reusable filters capable of filtering chips, dust particles etc. shall be provided.
Indicators for showing clogged condition of filters shall be available. The filters shall
be indigenously available. If reusable filter cannot be offered the filter cartridge shall
be readily available in India. Source of supply shall be indicated. Adequate no. of
filters for 2 years working on double shift basis shall be offered as spare.
3.8.4 Lubrication and filter cleaning chart shall be displayed on a metal plate at a
conspicuous location on the machine indicating :-
(a) Specific location of points on the machine to be oiled lubricated/greased.
(b) Periodicity of lubrication of these points.
(c) Filter to be cleaned.
(d) Periodicity of cleaning filters.
Page 23 of 56
(e) Periodicity of replenishing lubricating oil for the centralized system.
(f) Any other similar relevant information.
3.8.5 Points where manual lubrication is needed shall be separately indicated. Frequency
of lubrication shall be also clearly mentioned.
3.8.6 Lubricating oils used in the machine shall be available in India. Successful tenderer
will be required to indicate brand names of approved oils manufactured by various
Indian Oil Companies.
3.8.7 First fill of lubricating oils used in the machine shall be provided with the machine.
Details of lubricating system provided shall be indicated.
Page 24 of 56
3.10.4 Facilities for bleeding of air in case of air lock shall be provided.
3.10.5 The hydraulic reservoir, pump and allied equipment shall be suitably segregated
from the machine in order to remove major source of heat.
3.10.6 Hydraulic oils used on the machine shall be available in India. Successful tenderer
will be required to indicate brand names of approved oils supplied by various Indian
Oil Companies.
3.10.7 First fill of hydraulic oils used on the machine shall be provided with the machine.
Two lists of recommended perishable and non-perishable spares required for normal
maintenance to cover complete range of mechanical, hydraulic and electrical equipments
including controls on double shift working basis for two years should be furnished and
quoted separately. The quantities should relate to, in case of non-perishable spares, to two
years normal maintenance. And in case of perishable spares to the duration of its shelf life
or two years whichever is less. Shelf life should be indicated with the quotation for spares.
It may be noted that it is the responsibility of the bidder to ensure that exhaustive list of
Page 25 of 56
spares is quoted which will form part of evaluation. In case any spare other than those
quoted or quantity of any spare more than that quoted in their bid is consumed, double the
cost of same will be deducted from their pending bills. The WBG will be released only after
clearance of the cost implication as above.
8.0 DEVIATIONS:
8.1 The tenderer shall certify that the offered machine fully meets the specification. Various
design features incorporated in the machine to fulfill different technical performance requirements
shall be fully explained in the offer. However, minor deviations from these specifications which do not
affect or in any way interfere with the stipulated performance standards or would result in improved
safety/ reliability or would reduce recurring maintenance/operating cost of the machine, can be
considered for acceptance. The tenderer in such eventuality shall clearly indicate the details of these
deviations and their implications as per the following format:
8.2 All Deviations shall be clearly indicated in the deviation statement as per the format of
submission of technical bid Annexure–A.
9.2 A load and functional test shall be done as specified in Cl. No. 2.5 of Section IV.
9.3 Manufacturers must have suitable facilities at their works for carrying out various performance
tests on the sub-assembly/assembly/machine. The tenderer shall clearly confirm that all facilities
exist and shall be made available to the inspecting authority.
9.4 A Sample Inspection Chart for inspecting the equipment shall be supplied along with the bid.
The inspection chart should indicate all the tests that are carried out during the machine
manufacture and also the tests to be offered to inspecting agency. The standard to which this
inspection chart conforms should be clearly indicated. Against each test, acceptable limit/ range of
values shall be indicated.
10. TRAINING:
10.1 Free training by the firm shall be imparted in operation and maintenance of the machine. The
training to be imparted shall cover operation, troubleshooting and repair of all mechanical, hydraulic,
electrical & electronics equipments (CNC Control & AC Drives) and CNC/PLC part programming.
This training shall be provided to 4 person per consignee nominated by the consignee, for a period of
2 weeks free of cost at the manufacturer’s premises. Two weeks training will also be provided to one
person free of cost from COFMOW in design and construction of the machine. All charges pertaining
to travel, boarding and lodging shall be borne by Indian Railways.
10.2 Subsequently, technical experts from the manufacturer will fully and adequately provide
training to operators and maintenance staff nominated by the consignee at the time of commissioning
Page 26 of 56
of the machine.
10.3 The supplier will be responsible for co-coordinating with the consignee the travel plans of
trainees to ensure that the training is imparted on the machine at its assembly and testing stage.
The bidder shall also submit training schedule along with the offer.
Note: All training should be imparted in English/Hindi only.
11. FOUNDATION & RELATED DRAWINGS
11.1 SUBMISSION OF GA, FOUNDATION & RELATED DRAWINGS FOR APPROVAL:
11.1.1 For each machine, the supplier shall first submit 01 copy of foundation drawings with
details of construction of foundations, complete layout of machine elements like bed, hydraulic
tank, coolant tank, electrical panel, Servo Controlled Voltage Stabilizer etc. and other related
diagrams (Mechanical, Hydraulic, Electrical & Electronics) along with machine weight, overall
dimensions, electrical load with length of 3 phase, 415 V AC electric power cable for approval
as per time schedule specified in Section-IV to each consignee for approval and to enable the
consignee for making necessary arrangements for Installation & Commissioning of Machine on
receipt. After getting approval from consignee, the supplier shall supply directly to each
consignee 6 copies of approved GA foundation drawings and related diagrams for each machine
as per time schedule specified in Section-IV from the date of approval of GA drawing for
information only. This information should be furnished on the pattern indicated in detail in the
following IS Specifications (Latest) or relevant international standards
i) IS: 2974 (Pt.I Para 4.1) for reciprocating type machine.
ii) IS: 2974 (Pt.III Para 3.1) for rotary type machine (medium & high frequency.
iii) IS:2974 (Pt.IV para 4.1) for rotary type machines of low frequency.
iv) IS: 2974 (Pt.V para 3.1) for impact type machines other than hammers
11.2 APPROVAL OF GA, FOUNDATION & RELATED DRAWINGS:
11.2.1 The consignee shall either approve the GA drawings or if necessary return them to the
supplier/contractor for correction within 02 weeks of its receipt from the supplier/contractor,
under clear signatures with date. The complete process for the approval & supply of correct
GA drawings shall be as per time schedule specified in section-IV from the date of first
submission as specified in the time schedule of the contract. In case of delay on part of
consignee in approval of drawings, the supplier/contractor will report the matter to
COFMOW for immediate intervention and redressal.
13.5 During warranty period, the supplier or his authorized agent shall attend for break down as
soon as possible, but in no case later than 72 hours of receipt of intimation of the breakdown.
Page 29 of 56
NUM
2. Hydraulic system Rexroth/Vickers/Yuken/Atos/Parker
3. Feed back devices Heidenhain, Fagor, Siemens, Fanuc
4. Ball screws THK/INA/Tsubaki/Rexroth/Steinmeyerstar/
Gamfior / Schenburger/Shuton.
5. Air conditioner for Control RITTAL/Warner Finley/Kelvin
cabinet
6. Spindle Bearings FAG/SKF/Timken/NTN/KOYO
7. Lubrication System Cenlub/Dropco/Vogel/ Rexroth
8. Electrical Control Cabinet RITTAL/ Siemens or of other reputed make with
IP55 Protection level
9. Servo Controlled Voltage Neel/Unity /Servomax/Consul/ Aplab/
Stabilizer Neelkanth
10. Ultra Isolation Transformer Neel/Unity /Servomax/Consul/Aplab/
Neelkanth
11. Electromagnetic clutch Vortex /Ghatge Patil
12. A.C. Motors NGEF/BBL/ABB/KEC/Crompton/ Siemens/ Allen
Bradley
13. Brake motors Siemens/KEC/Crompton/NGEF/BBL
14. Proximity Switch Elap/Schneider/Omron/Scanner
15. Contactors Siemens/BCH/ABB/Schneider/L&T
16. Limit switches BCH/Siemens/L&T/Teknic/Euchener/Honeywell,
USA
17. Push button Teknic/Siemens/ Schneider/BCH
18. ‘O’ Rings & rubber seals Merlin/Parker/Busak/Hunger/Merkel/Soloseal/
Walkersolo/Halite
19. Pneumatic Control Equipment Festo/Shavo Norgen/Shradder Scovil/Electro
Pneumatics/Parker/SMC Pneumatics
20. Control gears L&T/Siemens/BCH/ABB/Schneider
21. Cable/wire Siemens/Indramat/ Hubershnuer/
Finolex/Havells
22. Gear reducer Elecon/Greaves/Shanthi/ZF/New Allenbury/
Bongfilivali
23. AC Drive Fanuc/Siemens/ABB/Allen Bradley /Schneider
24. AC servo motor Fanuc/Siemens/ABB/Allen Bradley /Schneider
25. PLC Siemens/Fanuc/MItsubhishi/Messung/Hitachi/AB
B/Allenbradley/Schneider
26. Air circuit breaker Siemens/L&T
27. Connectors Harting/Kontact/L&T/Omron
28. Hydraulic seamless tubes Parker/Maharashtra seamless/Indian seamless
29. MCCB Schneider/ABB/Siemens/L&T
30. Cutting tools SANDVIK/KENNAMETAL – WIDIA/ISCAR/
TAEGU-TEC
Note: 1. In case any other reputed make is offered, satisfactory justification for the same will have
to be given in the offer.
Page 30 of 56
2.The bidder should explicitly mention “Not applicable”, against the items, indicated above,
which ever is not applicable in the offered machine.
15. COLOUR: The machine and its accessories shall be painted in Apple Green Colour No.281
to IS:5-1978,(if any specific colour code standardized by BIS is available, the same be given). The
machine can also be painted in equivalent RAL/DIN/other International Standards. If there is a
standard color scheme of the manufacturer, the same can also be considered and may be
specified.
16.1 The machine shall be designed for a life of 15 years with regular maintenance and all the
structural members of the machine and the foundation shall be guaranteed for 15 years
against cracks breakages and etc. during the course of normal operations. Tenderer
would submit suitable undertaking.
16.2 Foreign suppliers who do not have registered office / maintenance facilities in India
may authorize an Indian agent, who shall be responsible for maintenance and break
down support. In such case, Indian agent should have experience of maintaining at least
5 machines during past 5 years preceding the tender opening date. The tenderer should
submit documentary evidence towards the experience of the Indian agent, along with the
offer.
16.3 The machine shall at all times give contractual out-put and accuracy. Any deficiency or
break down for a total of 02 hr. or more for a day would be treated as failure for the day,
for the purpose of extending warranty period in terms of clause 3405 of Bid Documents
Part-I.
16.4 The tenderer shall ensure that in case a failure is reported by a consignee qualified service
engineers shall visit the site within two days from the date of complaint on calendar day’s
basis. The period of three days (excluding date of complaint) after the failure reported shall
be treated as grace period, which will not count towards breakdown time for up to one
failure per month and a maximum of 3 failures per quarter. In case the number of failure
exceeds one failure per month or three during any quarter of warranty, grace period of only
1 day will be permissible for such additional failure. Complaints shall be lodged by
consignee by fax phone, e-mail or per bearer at address given by the tenderer.
17 ANNUAL MAINTENANCE CONTRACT (Optional)
17.1 Tenderers are required to quote for a comprehensive Annual Maintenance Contract for the
machine supplied against this specification for a period of five years on yearly basis giving the rates
for each year i.e. first year, second year, so on, which will be inclusive of all spares, material and
labour costs. The duties and taxes as applicable should be indicated separately. All consumables
spares and materials shall form a part of the scope of comprehensive AMC except as follows:
a. Diesel/ fuel, lubricating oils or coolant
b. Major machine elements/ structural members which are under guarantee for a period specified
in clause 16.1 as stipulated in ‘Warranty Obligations’ requirement.
17.2 AMC shall be operated, managed and paid by the consignees indicated under clause 3.5.3
of Section IV. The consignee shall indicate the bill payment authority & custodian of the AMC BG.
17.3 AMC is not part of scope of supply being an optional requirement and not included in
commercial evaluation criteria vide clause 5 of section-IV. Therefore the option to
award AMC shall remain with the consignee after completion of warranty period. In
case consignee wants to exercise the option of entering into AMC after warranty,
then the bidder will be bound to enter into AMC ….:
(i) at the offered rates
Page 31 of 56
or
(ii) at the negotiated rates lower than offered rates
or
(iii) shall participate with valid offer if the fresh tender for AMC is floated by the
consignee.
Failing which COFMOW shall encash the Warranty Bank Guarantee of the bidder.
The detailed terms and conditions of AMC shall be as given in following clauses.
17.3.1 The duration of AMC shall be 5 years from the date of expiry of warranty. Rates for AMC
shall be quoted by the tenderer on yearly basis, which will remain applicable during the duration of
AMC and not subject to any variation except any statutory changes in taxes and duties as
compared to quoted rates.
17.3.2 The tenderer must provide AMC services at the consignee location without any
precondition. The AMC should include complete responsibility for the bought out sub assemblies
and components like CNC system, diesel engine, AC unit etc.
17.3.3. The details of preventive maintenance services including cleaning of machine to be
provided under AMC shall be provided by the tenderer in the following format.
Page 32 of 56
below 80%.
17.3.8. A Bank Guarantee equal to 1/4 of annual value (highest of the annual values if the rates
offered for various years are different) of AMC subject to a minimum value of 1.25% of the quoted
cost of machine including concomitant accessory (in case the annual AMC rate quoted is less than
5% of the cost of machine), will be submitted by the tenderer to the consignee 90 days before the
expiry of warranty. The AMC will have the validity of 5 years 6 months. The bidder can submit
multiple BG for lesser duration to cover the period of 5 year 6 months ensuring the uninterrupted
validity of the AMC BG for 5 year 6 months. The confirmation for the submission of this BG will be
submitted to COFMOW for the release of WBG. The AMC BG will be returned on completion of
AMC period. Incase, the tenderer fails to provide AMC services successfully; the AMC BG will be
forfeited. This will be in addition to penalty as per clause 17.3.7 above. This provision would not be
applicable where the advance payment is made.
17.3.9 Plant up time of less than 60% for two consecutive quarters will constitute complete failure of
tenderer to provide the AMC services successfully and will result in forfeiture of AMC BG,
besides other action like noting adverse performance of the bidder and/or agent for future
tenders and their offer in the subsequent tenders will not be considered for placement of any
order. This will be in addition to penalty clause 17.3.7 above for the period of actual
performance.
17.3.10 It is the sole responsibility of bidder to stock all spares and material as required for
smoother execution of AMC in order to achieve response time in compliance to machine availability
as per stipulated requirements.
17.3.10.1 In all cases of plant failure except as mentioned in clause 17.3.10.2, any other spare part
or material necessary to restore the plant to proper working order will be arranged by the tenderer
as a part of AMC.
17.3.10.2. In case of damage to the machine on account of any external factor, viz., floods,
earthquake, fire, arson or sabotage, entire cost of spare parts and material necessary for repair of
the plant shall be borne by the railways. However, the tenderer shall provide services of their
engineers free of cost as a part of AMC to restore the plant to working order.
17.3.10.3. In case of damage to the plant as mentioned in para 17.3.10.2, any spare parts and
material necessary to restore the plant to proper working order shall be arranged by the tenderer
and charged on actual basis duly certified by authorized railway official in the next quarterly bills.
The rates charged for such spare parts shall be based upon the spare part rate list provided by
tenderer in compliance of clause 5.2 or any other valid document. The tenderer shall furnish
documents to support the rates charged for spares used for repair under para 17.3.11(a).
17.3.11. Normally quarterly payment (@ 1/4th of the annual quoted rates) under AMC will be made
to the tenderer within 30 days from the end of that quarter subject to submission of the following
documents by the tenderer to the paying authority assigned by the consignee:
a. Consignee’s certificate for work done as per Annexure-G of Section-VI with calculation of down
time and penalty applicable.
b. A certificate by consignee that no spare part is due with the tenderer as per clause 17.3.10
above.
c. Bills submitted by the tenderer & accepted by consignee.
d. Attested photocopy of the AMC BG.
17.3.12 The AMC contract can be terminated in following ways:
1. Consignee may terminate the AMC in the event of failure of tenderer to provide AMC
services of the AMC agreement in addition to encashing of AMC BG as per clause 17.3.8.
17.3.13 Other general conditions shall be governed by Bid Document Part-I (Section-I, II and III)
as applicable to respective COFMOW A/T.
Page 33 of 56
SECTION VI
ANNEXURE-A
1. We, M/s.------------ offer our --------- machine, model no. ------- as per the description given in
Schedule of Requirements. We further state that, except for the following, for which clause wise
brief description and justification for deviation has been indicated, our machine fully complies
with all the clauses as given in technical specification Section-V and we also confirm all the
schedules given in the Delivery Schedule at para 7 of Section-IV. :
Note1: In case there is a contradiction in any information provided (some parametric values given in
the specification and those given in the brochure or some other document enclosed by the
tenderer), unless specifically mentioned in the deviation cum confirmation statement under
Annexure A of Section VI, the values as given in the specification shall be taken as confirmed
by the tenderer and offer evaluated accordingly.
Note2: In case tenderer offers internationally accepted alternative specifications as per clause 3.1.8,
complete details of alternative specification, apart from filling above deviation statement, may be
enclosed.
(B) We have made the following past supplies of similar machines as per clause 1.2 of Special
conditions of tender during last 05 years:
(C) We are submitting following performance certificate from past users as per clause 1.4 of
Special conditions of tender:
S.N. User Date Date of PO no. Driling capacity Material used Performance
Name Supplied issue of & dt. in mm for drilling &
certificate its UTS
Page 34 of 56
3. We are having following facilities available with us or our agent for providing adequate after-
sales service in India during warranty period. Complete details of after sales service, availability
of technically competent engineers and warehousing facilities for spares is indicated below:
i) After sales service centers:
ii) Availability of technically competent engineers;
iii) Warehousing facilities for spares:
4. We have quoted for the following optional accessories as indicated under clause 4.3 of section
IV
5. We have quoted for following recommended perishable and non-perishable spares required for
normal maintenance to cover complete range of mechanical, hydraulic and electrical
equipments including controls on double shift working basis:
Perishable Spares
Sr No. Description of the Part number Quantity Rate Shelf Life
spares (In Nos.) (in Months)
6. *We hereby confirm that we are the OEM and undertake to supply spare parts for a period of
expected life of machine.
OR
*We hereby confirm that we are not the OEM, but are submitting undertaking from OEM for
supply of spare parts for a period of expected life of the machine to provide maintenance spares
(as and when ordered) after the expiry of the Warranty for 13 years (life of machine - 15 yrs)
including the maintenance spares required for the bought out sub-assemblies and parts.
(*Strike out which ever is not applicable)
7. We have quoted consumables required as per clause 6.1 of Section V of Bid document Pt-II, in
the format give below
Sr No. Description of the consumable Qty Unit Rate
spares
8 It is certified that we are having suitable facilities at our works for carrying out various
performance tests on the sub-assembly/assembly/machine and these shall be made available to
the inspecting authority.
9. BOUGHT OUT ITEMS: We hereby furnish a list of all critical items/ sub-assemblies which are
bought out by us and proposed to be used, along with the manufacturer’s name, brand model
etc.
Page 35 of 56
Sr No. Description Item no.1 Item no. 2 Item no. 3
1. Brief description of item
2. Model no.
3. Make
4. Quantity/machine
5. Manufacturer’s name and
complete address
6. Whether imported or indigenous
7. Country of origin
10. We have quoted for Preventive Maintenance during comprehensive Annual Maintenance
Contract as per cl. 17 of Section V. Details of preventive maintenance services including
cleaning of machine to be provided under PMC during AMC is given in the following format.
S.No. TYPE OF PERIODICITY ITEMS TO ITEMS OF EXPECTED
PREVENTIVE BE REPLACEM PLANT
SCHEDULE CHECKED ENT DOWN
TIME
11. We further submit the following information about the offered machine as per the technical
specification section V and Important Features of the tender section IV. We understand that any
omission of any of the below mentioned information will render our offer incomplete to that
extent.
AC MOTOR
Manufacturer’s Name
Type of enclosure
Type of duty (Ref. IS: 325) (Latest)
Rating-Continuous/intermittent
Output (KW/BHP)
AC voltage across phases, number of
phases & frequency.
Speed in RPM
Class of insulation
Normal full load current
Starting current
Maximum current at the time of change
over from lower speed to higher speed
Type of motor-Squirrel cage/slipring
(wound rotor)
Page 36 of 56
Temperature rise of windings and other
parts allowed above an ambient
temperature of 50 degree C.
Frame size of motor
End use of motor
CONOTROL GEARS
Manufacturer’s Name
Type of control gear (Direct on line/Star
Delta/Auto-transformer etc.)
Rating of starting gear in KW & amps.
Short circuit protection (y/n)
No volt trip (y/n)
Overload trip (y/n)
Delayed action current sensitive single
phasing preventor (y/n)
Standard specifications to which the motor
control gear and its ancillary offered
conform to
2.2 D.C. Motors and Control Gears
DC MOTOR
Manufacturer’s Name
Type of enclosure
Type of duty (Ref. IS: 4722) (Latest)
Rating-Continuous/intermittent
Output (KW/BHP)
DC voltage across phases, number of
phases & frequency
Method of excitation whether shunt, series,
compound or separately excited, if
separately excited state excitation voltage.
Speed in RPM
Class of insulation
Normal full load current in amps.
Starting current
Temperature rise of windings and other
parts allowed above an ambient temperature
of 50 degree C.
Frame size of motor
End use of motor
CONTROL GEARS
Manufacturer’s Name
Type of control gear (Direct on
line/Resistance type/Thyristor type)
Rating of starting gear in KW & amps.
Short circuit protection (Y/N)
No volt trip (y/n)
Overload trip (y/n)
Standard specifications to which the motor
control gear and its ancillary offered conform
to
Standard specification to which control gear
conforms to
Page 37 of 56
2.3 Voltage Stabiliser & Ultra Isolation Transformer
VOLTAGE STABILISER
Manufacturer’s Name
Type of voltage stabilizer :
a) DC servo motor type
b) AC servo motor type
c) Solid state
Rated capacity in KVA
Nos. of phases & frequency
Type of input supply unbalanced
Input voltage
Output voltage
Rate of correction
Class of insulation & winding (only
copper wound is acceptable)
Type of control circuitry
Class of duty
Type of cooling
Indicating instruments and their ranges
Safety features
ULTRA ISOLATION TRANSFORMER
Manufacturer’s Name
Rated capacity
Ratio of input/output voltage
Class of insulation
Arrangement for suppression of power
line surges, spikes, transients and
noises
Type for cooling.
3. Complete set of Service and operators tools 4.2.1.3
(Make, description & Qty. to be furnished) Sec. IV
Page 38 of 56
All other bearings used in the drive system should be
high precision bearings, details of which should be
indicated in the offer.
Material specifications, hardness and surface finish of
the spindle should be indicated in the offer.
12. Torque setting arrangement of safety clutch should be 1.2.4.12
indicated in the offer along with the speed range. Sec. V
Torque on the spindle at lower speeds should also be
indicated in the offer.
13. Surface hardness of sleeve shall be indicated in the 1.2.4.13
offer. Sec. V
14. Mechanism of hand and power traversing of main 1.2.3.14
spindle should be indicated in the offer Sec. V
15. A drawing showing assembly of outer and inner 1.2.5.1
columns should be enclosed with the offer. Sec. V
16. Composition of the material, hardness & surface 1.2.6.4
finish of the gears should be indicated in the offer. Sec. V
17. Feeding movement mechanisms for the spindle 1.2.6.6
should be explained in the offer. Sec. V
18. Control head mechanism provided on the machine 1.2.7.2
should be clearly specified in the offer. Sec. V
19. Details of interlocking mechanism may please be furnished in 1.2.7.3
the offer. Sec. V
20. Details of the clamping arrangement provided should be 1.2.9.1
explained in the offer. Sec. V
21. The noise level of the machine in dB in idle condition 1.2.11.1
as well as cutting/ working condition should be clearly Sec. V.
indicated in the offer alongwith relevant standards.
22. Sample Inspection chart 9.3
Sec. V
23. Misc.
Note: Separate information for each machine, if
applicable, must be submitted for against this
clause.
23.1 Cutting parameters, at full load, for drilling capacity,
as specified in leading parameters.
23.1.1 Speed in rpm
Page 39 of 56
mm
23.3 Weight of the machine with all standard equipments
in Kgs.
23.4 Overall size of machine (L x B x H) in mm x mm x
mm
23.5 Arm elevating motor power in kW
23.6 Coolant pump motor power in kW
23.7 Main motor power in kW
23.8 Model no. of offered machine
23.9 Total connecting electrical load
Signature of the
authorized representative of the bidder
with company stamp
Page 40 of 56
ANNEXURE-B
Whereas the Indemnifier herein had participated in a global tender for the supply of -------
------------------ (machine name) which is opened on -------------- (date) on terms and conditions set
out interalia in the Tender Document.
The indemnifier hereby irrevocably agrees to indemnify the indemnified that in the event
of the said machine not achieving the life guarantee, the indemnifier shall as may be deemed
necessary repair the defective machine at site, free of cost, within a reasonable time specified
by the indemnified or reimburse the pro-rata cost of the machine to the extent a life not achieved
as per the guarantee, or supply a spare stores for the defective portion only free of cost at site.
Station:
Date:
Witness:1.-----------------------
(Signature with Name, Designation & Address)
2. -------------------------
(Signature with Name, Designation & Address)
Page 41 of 56
ANNEXURE-C
Date……………..
Sub: Receipt of consignment for machine…………………….
1 Name of consignee/Railway
2 Machine name
3 Quantity
4 Name of supplier
It is certified that the consignment of the machine has been received complete and in good
condition as per specification shown in the contract.
2. Contract Turnkey/Non-turnkey
3. Status of readiness of foundation:
3(a) Already constructed on
3(b) Under construction & likely date of its
completion
3(c) Construction yet to be started from
……. and & likely date of its
completion
4. Status of availability of electrical Available/Not-available
power, water and compressed air etc.
5. Number of components to be proved
out on the machine
6. Likely date for start of erection
7. Likely date for switch-on the machine
8. Likely date of completion of
commissioning of the machine
Page 42 of 56
ANNEXURE –D
Date:………………
1. Name of consignee/Railway
2. Machine name
3. Quantity
4. Name of supplier
5. Machine received on
6. All the parameters of the machine are found okay. The proving test on
the machine was conducted from ………… to ………….. and machine is
working satisfactorily.
8. Following minor deficiencies (if any) found during joint observation trials
are to be attended/rectified by the firm during one month observation and
before issuing the PTC for the machine:
a.
b.
c.
Page 43 of 56
ANNEXURE –E
1. COFMOW AT No.
2. Consignee/Railway
3. Name of supplier
4. Machine Name
5. Machine received on
6. Machine commissioned on
7. PTC issued on
8. Warranty period expired on
9. Performance during warranty period:
9(a) Total number of breakdowns
9(b) Total downtime in number of
days
10(a) Any warranty complaint pending Yes/No
on date
10(b) If yes, then the date and nature
of defect(s)
11. In case, Reliability clause No.16 of the machine during warranty period is also given
in Bid Document Pt.II, then following details of breakdown hours for preceding eight
quarters may also be furnished.
Signature-------------------
Name------------------------
Designation:DY.CME/Sr.DME/Dy.CEE/Sr.DEE
Office Stamp
Note:
i.)This appraisal may please be sent immediately on completion of warranty
period. If any extension of warranty period required, may please also be
mentioned with details.
ii) Sr.Scale Officer having independent charge is also authorised to sign.
Page 44 of 56
ANNEXURE-F
Consignee-LLH
Page 45 of 56
ANNEXURE-G
Page 46 of 56
ANNEXURE-H
on of
M/S .
LIST OF ANNEXURES :
Page 47 of 56
CENTRAL ORGANISATION FOR MODERNISATION OF WORKSHOPS
(C O F M O W)
ON of
M/S
1.1.3 Location
i. Head Office :
ii. Works/Factory :
iii.Agents (if any) :
i. Head Office :
ii. Works/Factory :
iii. Residence of important :
officials.
iv. Agents :
i. Head Office :
ii. Works/Factory :
iii. Agents :
i. Managerial :
ii. Supervisory :
(Attach stt. of
managerial & sup.
staff at Ann. A)
iii. Skilled artisans :
iv. Unskilled :
Administrative Block :
Fabrication and assembly. :
Machine Shop :
Store :
Laboratory :
2.3.1
3.1.1
3.2.1
4.1.1
4.2.1
4.3.1
4.3.2
5.1.1
5.5.1
5.6.1
5.7.1
5.8.1
5.9.1
6.1.1
Page 51 of 56
6.2 Assessment of Quality of Service Including Response
times.
6.2.1
8.0 COMMERCIALINFORMATION
i. Address :
ii. Tele. Nos. :
iii.Telex/Fax :
9.1.1
9.2 Recommendations
9.2.1
(SIGNATURE)
NAME/DESIGNATION
Place:
Date:
Page 53 of 56
ANNEXURE - A
DETAILED PARTICULARS OF MANAGERIAL STAFF
AS ON------------------
ANNEXURE -B
LIST OF MACHINERY AND PLANT
ANNEXURE - C
LIST OF QC EQUIPMENT AND MEASURING EQUIPMENT
ANNEXURE - D
LIST OF IMPORATANT ORDERS EXECUTED W.E.F.......(DATE)
ANNEXURE - E
LIST OF PENDING ORDERS AS ON------------ (DATE)
Page 54 of 56
ANNEXURE-I
QUALITY ASSURANCE PLAN
MACHINE DESCRIPTION
Page 55 of 56
TC – Test Certificate
V – Verification
CHP – Customer Hold Point
IIR – Internal Inspection Report
IR – Inspection Report
Page 56 of 56