0% found this document useful (0 votes)
344 views56 pages

RDM Spec

The document outlines technical specifications for radial drilling machines. Section IV describes the main features and requirements of the tender. It includes instructions for filling technical bids, descriptions of the machines and their capabilities, quantities, scope of supply, evaluation criteria and delivery schedules. Section V provides the technical specifications, covering design features, electrical specifications, characteristics, technical literature, spares, testing and more. Section VI includes various annexures related to the technical specifications.

Uploaded by

anon_103239931
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
344 views56 pages

RDM Spec

The document outlines technical specifications for radial drilling machines. Section IV describes the main features and requirements of the tender. It includes instructions for filling technical bids, descriptions of the machines and their capabilities, quantities, scope of supply, evaluation criteria and delivery schedules. Section V provides the technical specifications, covering design features, electrical specifications, characteristics, technical literature, spares, testing and more. Section VI includes various annexures related to the technical specifications.

Uploaded by

anon_103239931
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 56

Table of contents Sections IV, V, VI (Bid documents Part II)

Section IV : Main Features and Description of Tender Requirements Page No.


Important Features of the tender
1 Instructions to Tenderers for filling Technical Bid --
2 Description --
3 Quantity and consignee --
4 Scope of supply --
5 Evaluation criteria --
6 Other items to be quoted --
7 Delivery Schedule Chart --
Section V -- Technical Specification
Abbreviations --
Clause 1. Basic Design features --
Clause 2. General Electrical Specification --
Clause 3. General Characteristics --
Clause 4. Technical Literature --
Clause 5. Spares --
Clause 6. Consumables --
Clause 7. Special Features --
Clause 8. Deviations --
Clause 9. Inspection & Testing at Manufacturer’s Works --
Clause 10. Training --
Clause 11. Foundation & Related drawings --
Clause 12. Installation, Commissioning & Proving Test --
Clause 13. Service facility in India & Technical Support --
Clause 14. Bought Out Items --
Clause 15. Colour --
Clause 16. Warranty Obligation --
Clause 17. Annual Maintenance Contract --
Section-VI Annexures to Technical Specification
Annexure-A Format to be filled up by Bidder for submitting the Technical Bid --
Annexure-B Format for Indemnity Bond to be filled up by Bidder and submitted with the Bid --
Annexure-C Format for Joint Receipt Inspection Note --
Annexure-D Format for Joint Commissioning Note --
Annexure-E Performance Appraisal Form (Appraisal on Completion of Warranty Period) --
Annexure-F List of Components to be loaded on the machine --
Annexure-G Format for Consignee’s Certificate for Quarterly Work Done Under AMC --
Annexure-H Format for Technical Suitability Assessment of New Firms --
Annexure-I Format for Quality Assurance Plan --

Page 1 of 56
IMPORTANT FEATURES OF THE TENDER

1 INSTRUCTIONS TO TENDERERS FOR FILLING TECHNICAL BID

1.1 Unless otherwise stated, latest alterations/ revisions of specifications/ standards/


drawings shall be applicable. In respect of safety standards and environmental
standards relevant to the machine, the machine manufacturers shall ensure
compliance with International (CE/ISO/DIN/JIS)/National standards (IS) (wherever
applicable).

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.

1.7 The Purchaser may accept internationally accepted alternative specifications


which ensure equal or higher quality than the specifications mentioned in the Technical
Specification. However, the decision of the Purchaser in this regard shall be final. A
copy of the alternative specifications offered should be sent alongwith the offer. The
Tenderer should also furnish “Statement of Deviations” from tender specifications (as
per Annexure A, Section-VI) alongwith the offer.

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.

For LLH Consignee -

Machine will be used for axle end drilling and tapping operation as per drawing mentioned in
Annexure F of section VI.

2.2. Leading parameters


Consignees (Schedule 1A)/ LGD/SCR,
SCHEDULE – IA
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.

2.2.1 MAJOR PARAMETERS


1 Drilling capacity in steel of 60 kg/mm2 tensile strength - 50 mm

2.2.2 OTHER PARAMETERS


1 (a) Minimum Drilling radius - 550 mm or less
(b) Maximum Drilling radius - 2350 mm or more
2 Drill head traverse (Horizontal) - 1800 mm (minimum)
3 Vertical arm traverse - 750 mm
minimum)
4 Width of arm guide ways - 250 mm (minimum)
5 Spindle/Quill traverse (Vertical) - 325 mm (minimum)
6 Spindle motor power - 4.5 KW (minimum)
7 Column sleeve diameter - 400 mm (minimum)
8 Spindle taper - MT 5
9 Spindle speed & range - 12 steps in speed range
of around 40 to 1800 rpm.
10 Number of feeds & range - 6 steps in feed range
of around 0.125 to 1.25 mm/rev.

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

13 Distance between base plate & spindle face- - 380 mm(mininmum)

-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.

2.2.3 MAJOR PARAMETERS


1 Drilling capacity in steel of 60 kg/mm2 tensile strength - 60 mm
2 Drilling capacity in cast iron of 180 BHN - 75 mm
2.2.4 OTHER PARAMETERS
1 (a) Minimum Drilling radius - 510 mm or less
(b) Maximum Drilling radius - 1820 mm or more
2 Drill head traverse (Horizontal) - 1310 mm (minimum)
3 Vertical arm traverse - 700 mm (minimum)
4 Width of arm guide ways - 250 mm (minimum)
5 Spindle/Quill traverse (Vertical) - 350 mm (minimum)
6 Spindle motor power - 5 KW (minimum)
7 Column sleeve diameter - 350 mm (minimum)
8 Spindle taper - MT 5
9 Spindle speed & range - 19 steps in speed range
of around 28 to 1800 rpm.
10 Number of feeds & range - 8 steps in feed range
of around 0.13 to 1.4 mm/rev.
11 Tapping capacity in steel (in metric) - M 48 to M56
12 Min/Max distance from base plate to spindle nose - 340 mm (min)
-1440 mm (max)

13 Swing of arm -360 degree

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.

2.2.5 MAJOR PARAMETERS


1 Drilling capacity in steel of 50 kg/mm2 tensile strength - 60 mm
2 Drilling capacity in cast iron of 180 BHN - 60mm
2.2.6 OTHER PARAMETERS
1 (a) Minimum Drilling radius - 550 mm or less
(b) Maximum Drilling radius - 2350 mm or more
2 Drill head traverse (Horizontal) - 1800 mm (minimum)
3 Vertical arm traverse - 850 mm (minimum)
4 Width of arm guide ways - 250 mm (minimum)
5 Spindle/Quill traverse (Vertical) - 350 mm (minimum)
6 Spindle motor power - 4.5 KW (minimum)
7 Column sleeve diameter - 350 mm (minimum)
8 Spindle taper - MT 5
9 Spindle speed & range - 12 steps in speed range
of around 40 to 1800 rpm.
10 Number of feeds & range - 6 steps in feed range
of around 0.125 to 1.25 mm/rev.
11 Tapping capacity in steel (in metric) - M 48 to M56

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

2.3 Performance Standards:


The machine should have accuracy as per Indian Standard Specifications IS: 2199 (latest) or
equivalent International Standards which shall be mentioned in the offer.

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.

2.5 Prove out at firm’s premises:


The firm is required to demonstrate at the time of inspection, in addition to their normal
checks, carried out during assembly and testing as a part of quality control measures, full
load cutting test with drilling capacity for respective machine(s), as specified in leading
parameters. At least 4 nos. of drills shall be made up to 200 mm depth for respective
machine(s). The material for cutting and cutting tools shall be arranged by the bidder / firm.
2.6 Prove out at consignee’s works: A)(For all consignee expect LLH/ER): The machine
performance shall be demonstrated by the supplier or his agent for proving out successful

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.

The test piece/material, required will be arranged by the consignee.

3 QUANTITY & CONSIGNEE

Sl. Consignee Key No. Quantity Specification No.


no.
Required
(nos.)
1. LLH/E .Rly. 215393 1

2. KPA/ER 215146 1

3 MFT/SCR 215432 1 COFMOW/IR/RDM-


50x2350/60x1820/60x2350/80x25
4 MFT/SCR 215433 1
00/2016
5 MFT/SCR 215434 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.

4.2 CONCOMITANT ACCESSORIES:


Any other accessory/ equipment, which the manufacturer considers essential to make
the machine fully operational, when installed and commissioned connected to power
source and give the specified output/productivity

4.2.1 Common to all consignees:

4.2.1.1 Box table 1000 x 750 x 500 mm (minimum) 1 no.

Page 7 of 56
4.2.1.2 Complete set of Service and operators tools 1 set.
(Make, description & Qty. to be furnished)

4.2.1.3 Grease gun for different sizes of nipples 1 no.


(if nipples for grease provided in the machine)
4.2.1.4 Oil Gun 1 no.

4.2.1.5 Coolant system complete with pump & motor 1 no.

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

Note:- Bidder to specify quantity, brand and make.


These should preferably be from indigenous
sources of IOC, HPCL, BPCL, Castrol

4.2.1.8 Foundation bolts and leveling wedges 1 set

4.2.1.9 Any other accessory/ equipment, which the


manufacturer considers essential to make the machine
fully operational, when installed and commissioned
connected to power source and give the specified
output/productivity.

4.2.2 Consignee specific accessories:

4.2.2.1 For LGD consignee (Schedule 1A,).

4.2.2.1.1 Morse taper reduction sleeves as per Spindle taper 1 set


with adaptor and Sleeves for
MT5x4=2nos, MT4x3=2nos. MT3x2=5 nos.
MT2x1=5nos.
4.2.2.1.2 Tapping attachment for tapping 1 set .

M6 to M56 (With collets)


(Size and quantity included in the set to be
furnished in the offer).

4.2.2.1.3 Drills(HSS) for drilling from 5 mm to 60 mm dia in 2 sets


steps of 5 mm ie
(5,10,15,20,25,30,35,40,45,50,mm).
(Make and size to be furnished in the offer)

4.2.2.2 For Mettuguda /SCR consignee (Schedule IB).

4.2.2.2.1 Morse taper reduction sleeves as per Spindle taper 1 set


with adaptor and Sleeves for
MT5x4=2nos, MT4x3=2nos. MT3x2=5 nos.

Page 8 of 56
MT2x1=5nos.

4.2.2.2.2 Tapping attachment for tapping 1 set .

M6 to M56 (With collets)


(Size and quantity included in the set to be
furnished in the offer).

4.2.2.2.3 Drills(HSS) for drilling from 5 mm to 60 mm dia in 2 sets


steps of 5 mm ie
(5,10,15,20,25,30,35,40,45,50,55,60 mm).
(Make and size to be furnished in the offer)
4.2.2.2.4 Universal table 750x500x500mm 1 no

4.2.2.3 For LLH/ER consignee (Schedule IC).

4.2.2.3.1 Morse taper reduction sleeves as per Spindle taper 1 set


with adaptor and Sleeves for
MT5x4=2nos, MT4x3=2nos. MT3x2=5 nos.
MT2x1=5nos.
4.2.2.3.2 Tapping attachment for tapping 1 set .

M6 to M56 (With collets)


(Size and quantity included in the set to be
furnished in the offer).

4.2.2.3.3 Drills(HSS) for drilling from 5 mm to 60 mm dia in 2 sets


steps of 5 mm ie
(5,10,15,20,25,30,35,40,45,50,55,60 mm).
(Make and size to be furnished in the offer)
4.2.2.3.4 Fixture for holding the axle to perform the operation 1 set
as per drawings mentioned in Annexure F
4.2.2.3.5 Fixture for holding the axle with wheel to perform the 1 set
operation as per drawings mentioned in Annexure F
4.2.2.3.6 Drilling Jig used for end drilling and tapping of axle 2 set
as per drawings mentioned in Annexure F

4.2.2.4 For KOTA/WCR & IZN/NER consignees (Schedule IC).

4.2.2.4.1 Morse taper reduction sleeves as per Spindle taper 1 set


with adaptor and Sleeves for
MT5x4=2nos, MT4x3=2nos. MT3x2=5 nos.
MT2x1=5nos.
4.2.2.4.2 Tapping attachment for tapping 1 set .

M6 to M56 (With collets)


(Size and quantity included in the set to be
furnished in the offer).

4.2.2.4.3 Drills(HSS) for drilling from 5 mm to 60 mm dia in 2 sets


steps of 5 mm ie
(5,10,15,20,25,30,35,40,45,50,55,60 mm).
(Make and size to be furnished in the offer)

Page 9 of 56
4.2.2.5 For KPA/ER consignee (Schedule IC).

4.2.2.5.1 Morse taper reduction sleeves as per Spindle taper 1 set


with adaptor and Sleeves for
MT5x4=2nos, MT4x3=2nos. MT3x2=5 nos.
MT2x1=5nos.
4.2.2.5.2 Tapping attachment for tapping 1 set .

M6 to M56 (With collets)


(Size and quantity included in the set to be
furnished in the offer).

4.2.2.5.3 Drills(HSS) for drilling from 5 mm to 60 mm dia in 2 sets


steps of 5 mm ie
(5,10,15,20,25,30,35,40,45,50,55,60 mm).
(Make and size to be furnished in the offer)
4.2.2.5.3 Drill Re-sharpening Portable equipment with a 1 set
grinding range, suitable for capacity as specified in
leading parameters in schedule-IC, capable of
resharpening carbide drill, HSS. etc. The grinding
range can be covered in one or more than one
portable equipments.

4.2.2.6 For ICF/Chennai consignee (Schedule 1D).

4.2.2.6.1 Morse taper reduction sleeves as per Spindle taper 1 set


with adaptor and Sleeves for
MT6X5=2 nos.,MT5x4=2nos, MT4x3=2nos.
MT3x2=5 nos. MT2x1=5nos.
4.2.2.6.2 Tapping attachment for tapping 1 set.

M6 to M60 (With collets)


(Size and quantity included in the set to be
furnished in the offer).

4.2.2.6.3 Drills(HSS) for drilling from 5 mm to 80 mm dia in 2 sets


steps of 5 mm ie
(5,10,15,20,25,30,35,40,45,50,55 ,60,65,70,75 and
80 mm).
(Make and size to be furnished in the offer)

4.3 OPTIONAL ACCESSORIES:

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.

4.3.3 Jib Crane Cap. 3T - 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

(i) The cost of the basic machine.


(ii) Cost of the concomitant accessories according to tender specifications.
(iii) Cost of any other accessory which in the opinion of supplier is essentially
required for making the machine fully functional.
(iv) Cost of Turnkey Charges viz. foundation, installation & commissioning etc.
(v) Spares for two years normal operation and maintenance as per clause 5 of
section- V
(vi) Duties and taxes as quoted by the bidder, insurance and freight,

6. OTHER ITEMS TO BE QUOTED:

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.

7. DELIVERY SCHEDULE CHART:


Name of machine - RADIAL DRILLING MACHINE(S)
Specification No.- COFMOW/IR/RDM-50x2350/60x1820/60x2350/80x2500/2016

S. Activity Activity Outer Limit of Time


No Code Schedule expected by
. COFMOW
1. Issue of LOA D1 -
2. Submission of PBG D2 D1+30 days
By Successful Bidder
3. Issue of AT / Contract D3 D2+30 days
By COFMOW (after verification of PBG)
4. Opening of LC by COFMOW (for D4 D3+30 days
foreign suppliers)

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

11 Power connection for the machine and D11 D10 + 7 days


other on site requirements to be
provided by railways
12 Railway to give call to supplier for the D12 D10 + 7 days
commissioning of machine
13 Installation, commissioning and proving D13 D11 + 180 or
out of machine by supplier
D12 + 180 (whichever is
later)
** days
14. Issue of PTC by consignee D14 D13 + 30 days
15 Warranty by supplier D15 D13 + 2 years
16 AMC D16 D15 + 5 years

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

A-1,A-2, A-3, A-4 Standard paper sizes


AC Alternating Current
AMC Annual Maintenance Contract
AT Acceptance of Tender
BG Bank Guarantee
CME Chief Mechanical Engineer
CME/PCM Chief Mechanical Engineer/Post Contract Management
CNC Computer Numeric Control
COFMOW Central Organisation for Modernisation of Workshops
COS Controller of Stores
Db Decibel
DC Direct Current
FA&CAO Financial Advisor & Chief Accounts Officer
GA (Drawing) General Arrangement (Drawing)
HRC Hardness Rockwell ‘C’ Scale (value)
Hz Hertz
IEC-Pub International Electro technical Commission – Publication
JCN Joint Commissioning Note
JRI Joint Receipt Inspection
kW Kilo Watt
LC Letter of Credit
LD Liquidated Damages
LOA Letter of Acceptance
NC Numeric Control
NIT Notice Inviting Tenders
PBG Performance Bank Guarantee
PDF Portable Document Format
PLC Programmable Logic Controller
PTC Proving Test Certificate
PU Production Unit (Any of the six Railway Production Units e.g. RCF,
ICF etc.)
RDSO Research Design & Standards Organisation
SS Stainless Steel/Solid State
WBG Warranty Bank Guarantee

Page 13 of 56
Specification No. COFMOW/IR/RDM-50x2350/60x1820/60x2350/80x2500/2016

1. Basic Design Feature:


1.1 Safety Features:

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 Specific Characteristics


1.2.1 Rigidity and Control :

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.

1.2.3 Radial Arm


1.2.3.1 The radial arm should be heavily ribbed high grade Grey cast iron casting conforming to IS- 210
Gr FG-260 and should provide adequate support to the drill head during machining operations
and should be free from all vibrations.
1.2.3.2 The top arm guide ways for the drill head movement should be provided with hardened and
ground wear strips. The hardness should not be less than 45 HRC. Actual hardness and
surface finish should be indicated in the offer.
1.2.3.3 The arm guide surfaces should be provided with suitable lubrication system. Wipers
should be provided to prevent ingress of swarf and scoring of arm and column surfaces.
1.2.3.4 Shape of guide ways giving full details of surface finish and hardness should also be
indicated in the offer.
1.2.3.5 When unclamped, the arm should have smooth and light rotation around the column.
1.2.3.6 The elevating mechanism of radial arm should be powered independently.
1.2.3.7 The turning of radial arm relative to the column should be prevented with a suitable
locking system. Actual locking system provided should be explained in the offer.
1.2.3.8 Limit switches should be provided to stop the radial arm movement at extreme position.
1.2.3.9 Elevating motor of arm should be electrically interlocked with arm clamping. A safety nut
on elevating screw shall also be provided to support the arm in case of main nut worn out
to avoid accident.
1.2.4 Drill Head
1.2.4.1 The drill head should be balanced on rollers for smooth running on guide ways along the
arm. "Rollers" provided should be with roller bearings.
1.2.4.2 It shall be of a box construction and totally enclosed. All parts inside the drill head should be
easily accessible when the covers are removed for inspection and maintenance.
1.2.4.3 The drill head mounted on the arm should ensure equitable distribution of weight of the head to
the front and rear of the arm for proper balancing.
1.2.4.4 The arm should have dovetail construction for mounting of drill head in order to ensure rigid
clamping.
1.2.4.5 The bearing surfaces of drill head should accurately match with bearing surfaces of arm. The
entire bearing area of the head should be used as clamping area for clamping of head to
arm.
1.2.4.6 The drive should be all geared. All shafts and gears should be of suitable case
carburising alloy steel properly case hardened and ground. Surface hardness of the gears
should not be less than Rockwell C-55 and not more than Rockwell C-63. Teeth of all gears,
which are not in constant mesh, should be rounded. Composition of the material used,
hardness and surface finish of shafts and gears should be indicated in the offer.

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.

TYPE OF MOTOR TYPE OF STARTER


2.3.1 Any type of AC motor starting current of which Direct on line.
does not exceed 75 amps.

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.

2.13 POWER SUPPLY


2.13.1 The machine shall be suitable for operation on 415 volts 3 phase 50 cycles AC 3
wire or 4 wire system with neutral solidity earthed. The supply voltage may very
up to +10% -20%. The frequency may vary up to + 3%. However, full rated power
of the motor shall be available at the lower voltage. Firm should confirm
satisfactory performance of the machine at incoming power supply in the range
415V+10%-20% and 50HZ+3% frequency or should provide voltage stabilizer as
specified against clause 2.13.2 below of required capacity.
2.13.2 The voltage stabilizer, if required, shall conform to :
i) Input Voltage - 320 to 460 volts 3 phase 4 wire supply.
ii) Out put Voltage - 415 volts
iii) Regulation - + 1% from No load to Full load.
iv) Rate of correction - 20 volts per second per phase.
v) Wave from distortion - NIL
vi) Efficiency - Not less than 97%.
vii) Winding and class of - Copper wire wound with “B” class of insulation or
insulation better.
2.13.3 In case of machines equipped with NC, SS, CNC, Thyristor controlled devices
and other sophisticated electronic gadgets including microprocessors etc. which
are susceptible to power line spikes and surges, a suitable voltage stabilizer and
ultra isolation transformer of adequate capacity to cover for the entire electrical
load of the machine shall be offered as a concomitant accessory conforming to
Specification for voltage stabilizer as mentioned in clause 2.13.2 above and
isolation transformer to the parameters mentioned below.
i) Transformer - 1:1
ratio
ii) Winding - Copper wire wound with “F” class insulation or better.
iii) Protection - To arrest spikes and surges to the order of 3 KV for 200-
400 micro seconds duration.
iv) Common mode - 120 dB
rejection ratio
v) Isolation - Capacitance 005 Pf: resistance greater than 1000 Mega
Ohms.
2.13.4 Voltage stabilizer shall be equipped with a protective relay to trip the AC power
supply to the machine instantaneously with audio and visual indication to the
operator. Settings of the protective relay for low and high voltage shall be 320
volts and 460 volts respectively.
2.14 ATMOSPHERIC CONDITIONS
2.14.1 The ambient temperature at the site at which the machine will be installed may
vary from -4ºC to +50ºC over the year. The relative humidity may be as high as
98%. The atmosphere is expected to be dusty. The machines offered shall be
suitably tropicalised to work under these atmospheric conditions without any
adverse effect on their performance.
2.15 The temperature rise shall not reach such a value that there is a risk of injury to

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

3.1 RIGIDITY AND STABILITY


3.1.1 The machine shall be robust, rigid and of sturdy construction. It shall be designed to
meet heavy duty demands of various operations on the machine under normal
Workshop environment for such machines. It shall be free for vibrations even when
working at full capacity.
3.1.2 All machine castings shall be made of close grained high grade cast iron like
Mechanite or equivalent materials meeting IS-210 Standards to ensure durability
and rigidity. The casting shall be thermal stress relieved to ensure stability and
continued accuracy.
3.1.3 All machine fabrications of critical load bearing assemblies like beds, columns etc.
shall be adequately strengthened and stress relieved.
3.1.4 Change in ambient temperature shall not affect the performance of the machine.
3.1.5 There shall be no change in the performance of the machine either on switching on
the machine or after continuous running.
3.1.6 There shall be no resonant vibrations throughout the working range of the machine
at all load levels.
3.2 SAFETY CONTROLS
3.2.1 The machine shall incorporate safety devices to provide protection to the operator
and machine against all possible operational and machinery failures.
3.2.2 Suitable interlock shall be provided to prevent machine operations in the event of:
3.2.2.1 Faulty sequence of operation.
3.2.2.2 Fluctuation in supply voltage.
3.2.2.3 Resumption of power supply after power failure.
3.2.2.4 Non-positioning of safety guards.
3.2.2.5 Failure of hydraulic system (where applicable)
3.2.2.6 Failure of lubricating system (In case of automatic including drop in pressure
lubrication)
3.2.3 A fault or damage in the control circuit or interruption re-establishment after an
interruption of fluctuation in whatever manner in the power supply to the machinery
must not lead to dangerous situations in particular.
3.2.3.1 The machinery must not start unexpectedly.
3.2.3.2 The machinery must not be prevented from stopping if command has already been
given.
3.2.3.3 No moving part of the machinery or piece held by the machinery shall fall or be
ejected.
3.2.3.4 The protection devices must remain effective.

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.

3.9 PNEUMATIC SYSTEM (WHERE APPLICABLE)


3.9.1 The compressed air supply will be provided by the customer at the machine within
pressure range of 4.5-7.5 kg/cm2 and a moisture content or 1000 ppm. The
pneumatic system of the machine should be designed accordingly. An alarm shall
be provided for low air pressure.
3.9.2 Suitable filter/moisture trap shall be provided by the contractor in the system of
pneumatic air intake. The filter shall be reusable type and indigenously available. If
reusable filter cannot be offered, the filter cartridge shall be easily 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.
3.9.3 Air pressure regulator, if necessary, shall be provided by the tenderer.
3.9.4 The make of pneumatic control equipment shall be of reputed make. The makes
shall be indicated.
3.10. HYDRAULIC SYSTEM (WHERE APPLICABLE)
3.10.1 Hydraulic circuit must be equipped with the following safety and inspection
equipments:
(a) Pressure gauges at all places, where pressure has to be set up or inspected.
(b) Safety valves for hydraulic circuit if relief valve does not fulfill this function.
(c) Equipment for checking of temperature in the circuit or in the pump wherever
necessary.
(d) Arrangement to show if the filters (including those in the pump set) are choked and
need cleaning. The filters 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.
(e) Alarm for low oil level.
3.10.2 The sump aggregate shall have the following:
(a) Oil level sight gauges or any other equipment showing the minimum and maximum
oil levels in sump.
(b) A drain plug at the lowest portion of the tank.
(c) It shall be possible to drain the oil from the tank without disconnecting any pipes or
other fittings.
3.10.3 The temperature of oil in hydraulic circuits shall not exceed 60 degrees C in any
case. Suitable arrangement shall be incorporated to ensure that the oil is not
overheated under local weather conditions at continuous normal working of the
machine.

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.

4.0 TECHNICAL LITERATURE:


4.1 One copy of the printed illustrative catalogue showing features of the machine and its
elements must be enclosed with each copy of the bid.
4.2 The technical literature shall be provided for the complete machine, including imported and
indigenously purchased components / sub- assemblies. The successful tenderer will have to furnish 4
(four) copies each of the following manuals directly to the consignee along with the machine. Out of
these 04 sets, the bidder shall be required to submit one set of all documents in best available
condition one month prior to the training for the machine. One set of technical literature should
cover the following details:
i. Operational & Maintenance manual of the machine.
ii. Operational & Maintenance manual of the servo controlled voltage stabilizer.
iii. Operational & Maintenance manual of the ultra isolation transformer.
iv. Instruction & Maintenance manual for Hydraulic Oil Cooling Unit.
v. User manual for Tool changer system (if provided).
vi. Technical & Maintenance manual for Hydraulic System
vii. Technical & Maintenance manual for Lubrication System.
viii. Operator Guide for CNC Control System (if provided).
ix. Programming Guide for CNC Control System (if provided).
x. Diagnostic & Trouble shooting Guide for CNC Control System (if provided).
xi. Start-up Guide for CNC Control System (if provided).
xii. Machine Software Listing (if provided).
xiii. Soft and hard copies of PLC Program in ladder form with cross reference listing and PLC project
file.
xiv. Drawings of tooling & fixtures, hard copies in A-2 size as well as soft copy in PDF format.
xv. Wiring diagram, in which length of wires must be mentioned, hard copies in A-3 size as well as
soft copy in PDF format.
xvi. Mechanical drawings (spindle assembly, table assembly, column assembly), hard copies in A-1
size as well as soft copy in PDF format.
xvii. Spare part manual including part lists no., hard copies in A-4 size as well as in PDF format.
xviii. Lay out drawings in A-1 size, which clearly shows the position of all type of electrical
components in machine.
Note: All manual and literature should be in English/Hindi.

5.0 Spares (in case AMC is not part of evaluation of offer)

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.

5.1.2 Spares shall be supplied along with the machine, if ordered.


6.0 CONSUMABLES:
6.1 The list of consumable spares shall be furnished and quoted along with their unit rate.
6.2 Consumables shall be supplied along with the machine or as per agreed time table, if ordered.

7.0 SPECIAL FEATURES:


7.1 Special features incorporated in the machine, if any, shall be indicated separately in the bid
clearly indicating the advantages.

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.

9.0 INSPECTION AND TESTING AT MANUFACTURER’S WORKS:


9.1 The machine shall be inspected and tested during different stages of its manufacture
starting from raw material till the completion of machine, by the purchaser or his authorized
representative at the supplier’s or his sub-supplier’s works. The Quality Assurance Programme as
per Annexure-I shall be submitted along with the bid. The bidder must submit the exhaustive QAP
incorporating the tests as given in Annexure-I along with other tests /stage inspection as followed
by them.

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.

11.3 DISPATCH OF THE MACHINE FROM MANUFACTURER WORKS:


11.3.1 The supplier should normally dispatch the machine only after the foundation is ready for
installation and commissioning of the machine on arrival.
11.3.2 In case of delay on part of consignee in providing the clear site for construction of
foundation or any other facility as specified in the contract to the supplier, the supplier will report the
matter to COFMOW and consignee. In case of delay in readiness of site on part of consignee,
COFMOW shall take up the matter with concerned Railway/ PU, and advise supplier accordingly.
11.3.3 In case proving of component at manufacturer works, the supplier should request for the
same as soon as possible after receiving contract keeping allowance of transit time etc. and
approximately 60 days for consignee to handover the parts after receipt of the request accompanied
by appropriate and valid bid guarantee. In the event of consignee certifying the non-availability of
prove out components, such components will be deemed to be proved out at manufacturer works.
However the firm will prove out these components at consignee subject to the availability.
12. INSTALLATION, COMMISSIONING AND PROVING TESTS: (ON TURNKEY BASIS)
12.1 Joint Check – The contractor or his agent would be required to carry out a joint check at
consignee’s end, along with the consignee, before unpacking is done, to avoid subsequent
complaints regarding short shipment/transit damages. It is necessary that this joint receipt
Page 27 of 56
inspection be done immediately on receipt of the machine by consignee & bidder’s representative to
avoid commissioning delays due to shortages/transit damages. After receipt of the machine as
above a Joint Receipt Inspection note (JRI) as per Annexure-C of Section-VI shall be prepared by
the consignee and the firms representative indicating the tentative time schedule for various
activities of installation and commissioning. For Indian manufacturers, JRI note shall accompany
the bill for 80% payment.
12.2 RESPONSIBILITIES OF CONSIGNEE AND BIDDER
12.2.1 The consignee shall be responsible for-
i. Provision of a clear covered (except where shed is in the scope of contract) site for
construction of foundation as per the schedule to ensure its readiness before arrival of
machine at site.
ii. Electricity, water and compressed air for installation and commissioning of machine shall be
provided free of cost.
iii. Whevever a road mobile crane has to be arranged by the supplier for material handling, a
clear approach for it up to the site has to be provided.
iv. Clear covered space for storage of material/equipment required for working/ construction of
foundation and installation of the machine etc.
v. The consignee shall arrange the raw material for prove out at their end within 15 days of the
dry run of the machine (installation, power connection, auxiliary connection like air, water
connection) failing which such components will be deemed to have been proved out. The
components supplied by the consignee in time will be required to be proved out as per time
schedule chart.
12.2.2 The bidder shall be responsible for-
i. Design of foundation as well as flooring (if required) of sufficient thickness, suiting local soil
conditions at the site.
ii. Advise consignee in time regarding schedule for requirement of clear site for construction of
foundation and other infrastructure, resources & facilities required.
iii. Construction of foundation as well as flooring (if required) of sufficient thickness suiting local
soil conditions, for machine shall be completed by the bidder at the site provided by the
consignee before receipt of the machine at their premises.
iv. Provision of all tools and equipment, technical and unskilled manpower, material handling
accessories/ equipment and material for installation and commissioning.
v Unloading of the machine on receipt (both imported and indigenous machine) and its
movement to the site of installation including provision of road mobile crane..
vi. The bidder should ensure the proper earthing for the machine and its
peripherals/accessories.
12.3 Consignee will provide only 415 V+10%-20%, 3 phase 50 Hz+3% AC supply at a single
point (mains). All types of cables, connections, circuit breakers etc. required for connecting power
supply point to different parts of the machine/control cabinets, shall be the responsibility of the
bidder. Requirement of grounding/earthing with required material shall also be incorporated by the
bidder during construction of foundation.
Electrical work like laying of power/electrical cables & earthing wires from mains to machine
control panel (upto 20 meters) as well as within the machine, with supply of all materials shall also
be carried out by the supplier.
12.4 The supplier shall demonstrate machine performance and prove out the claimed
capability for successful commissioning at the consignee’s works as per clause 2.4 of
Section-IV. The M&P shall be deemed to be “commissioned” at consignee premises on the
date when it is tested and meets with the specified capabilities/functions according to the
technical specifications. In addition to above, in case of tooled-up M&P , the M&P shall be
deemed to be “Commissioned” at consignee premises on the date when “prove out”
components specified as per the relevant clause of technical specification have been
Page 28 of 56
successfully proved out meeting the productivity requirements of Technical specification. The
consignee shall arrange the raw material for prove out at their end within 15 days of dry run
of the machine (installation, power connection, auxiliary connections like air, water etc.)
failing which such components will be deemed proved out. The components supplied by
consignee in time will be required to be proved out within 30 days thereafter. Any delay in
providing the “raw material or any other input” for proving out shall not be logged on
supplier’s account.
A Joint Commissioning Note (JCN) to this effect shall be made as per the format at
Annexure-D of Section-VI. After issue of JCN the performance shall be watched for a period
of one month, after which the PTC shall be issued. The issue of PTC can not be delayed by
more than 60 days from the issue of JCN. If some minor breakdowns are noticed after the
issue of JCN, these shall be attended as per warranty obligations and suitable extension of
the warranty period, under intimation to COFMOW. If no intimation is given to COFMOW and
the PTC is not issued till the expiry of 60 days from the issue of JCN, then the issue will be
discussed in a meeting between CME/PCM and the consignee. Based on this, decision to
issue PTC will be taken by CME/PCM, the concerned technical officer and CME.
12.5 If an assembly/sub-assembly requires to be taken back to the manufacturer’s premises for
repair/replacement either before commissioning or during warranty, the manufacturer or his agent
would be required to submit BG of suitable amount. In case the entire machine has to be taken
back, a Bank Guarantee for the cost of the machine would have to be submitted. The bank
guarantee should be of adequate value so as to cover the cost of the assembly/sub-assembly/paid
up cost of the machine.
13. SERVICE FACILITY IN INDIA AND TECHNICAL SUPPORT
13.1 The tenderer will clearly spell out in the offer the facilities available with him or his agent for
providing adequate after-sales service in India during warranty period in the appropriate section of
Annexure ‘A’ of Bid Document Part-II. The complete details such as organization for after sales
service, availability of technically competent engineers and warehousing facilities for spares should
be clearly indicated. Bidders not offering complete servicing/repair facilities in India to ensure quick
response to maintenance/ servicing calls are not likely to be considered.
13.2 After the warranty period and AMC period, if any, the manufacturer or his agent shall agree
to provide service supports for trouble shooting and obtaining spare parts. The manufacturer shall
be obliged to provide spare parts required by the Purchasers for a period of 15 years from the date
of delivery of the machine at the ultimate destination to safeguard against obsolescence.
13.3 Tenderer who are OEM, shall undertake to supply spare parts for a period of expected life of
machine. Other tenderers shall submit undertaking from OEM for supply of spare parts for a period
of expected life of the machine.

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.

14. BOUGHT OUT ITEMS


14.1 The bidder shall furnish along with the offer a list of all critical items/ sub-assemblies which
are bought out by the bidder and proposed to be used, along with the manufacturer’s name, brand
model etc. The successful bidder may be required to produce invoices to ensure genuineness of
such products / verification by the Inspecting agency.
14.2 The bidder should clearly indicate that in case of components/sub assemblies taken from
reputed companies such as Vickers, Rexroth, RITTAL, THK, and Shenburger etc., the parent
company has already entered into contract with their Indian units/affiliates for undertakings
repairs/after sales service during warranty and post warranty.

S.No. Sub-assembly Make


1. CNC & Drive Controller SIEMENS/FANUC/Heidenhain/Mitsubishi/HMT

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

31. Drills and Taps Addison/Zenith(IT)/Universal

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.

16.0 WARRANTY OBLIGATION –The following conditions regarding Maintenance and


reliability shall also apply:-

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.

S.No. TYPE OF PERIODICITY ITEMS TO ITEMS OF EXPECTED


PREVENTIVE BE REPLACEMENT PLANT
SCHEDULE CHECKED DOWN TIME

17.3.4 Preventive maintenance shall preferably be conducted on weekends through mutual


agreement with the consignee. Each preventive maintenance schedule normally shall not exceed
one day. The total shutdown time for preventive maintenance should be kept as low as possible but
not more than 60 hours/month (averaged over the quarter) including time for cleaning, weekly,
fortnightly, monthly, quarterly schedules etc. The preventive maintenance regime offered must be
aimed at achieving minimum 90% uptime of the plant excluding the plant down time for preventive
maintenance schedules.
17.3.5 The tenderer shall ensure that in case a failure is reported by a consignee, qualified service
engineers visit the site within 3 days from the date of complaint on calendar days’ basis. This period
of 3 days(excluding date of complaint) after the failure report shall be treated as grace
period, which will not count towards plant down time for upto one failure per quarter and a
maximum of 4 failures per annum. Incase, the number of failures exceed one during any quarter or
four during any year of AMC, grace period of only 2 days will be permissible for such additional
failures. Complaints shall be lodged by consignee by fax, e-mail or per bearer at address given by
the tenderer. The responsibility to keep the failure reporting address details current will rest with the
tenderer.
17.3.6 Incase preventive maintenance is carried out alongwith breakdown maintenance schedule;
preventive maintenance time will be deducted from breakdown time of the plant.
17.3.7 Penalty Clause: Penalty shall be levied on the tenderer for maintaining plant up time below
the limit of 90% calculated on working days basis, after discounting for grace period and preventive
maintenance period. Penalty shall be calculated as %age of quarterly payment and will be deducted
from the respective quarterly payments. Penalty calculation will be done over quarterly payment
period.

S.No. Availability Applicable Penalty


Slab
1. 90% to 80% 0.5% for every 1% (or part there of) reduction in availability of plant
below 90%.
2. Below 80% 1% for every 1% (or part there of) reduction in availability of plant

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

FORMAT FOR SUBMISSION OF TECHNICAL BID

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. :

S.No. Clause/Item Brief description of Justification for


Deviation deviation

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.

2. We further certify that we are meeting the reference clause as;

(A) We are the regular manufacturer of this type of machine.

(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:

s.no. Comp PO Purch Email Qty. Dt. Dt. of Driling Material


-lete no. & aser’s address, suppli of commissi capacity used for
descri dt.(Alo name phone no. ed supp oning in mm drilling & its
ption ng & & fax no. of ly UTS
with postal contact
copy addres person with
of PO) s designation

(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

Sr No. Description of the Quantity Rate Indigenous Shelf Life


optional (In Nos.) (in Months)
accessory

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)

Non perishable spares


Sr No. Description of the spares Part number Quantity Rate
(In Nos.)

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.

S.N. Information required As per Clause Value


No. /Write up/
Brochure
1. Leading Parameters 2.1 of Sect. IV values
For Schedule-1A ,Schedule 1B, IC &ID
a) Major Parameters
b) Other Parameters

2. Technical Details/Particulars of Motors, Control Gears,


Voltage Stabilizer & Isolation Transformer
2.1 A.C. Motors and Control Gears

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

4. First fill of lubricants, grease and hydraulic oil, if any 4.2.1.8


Note: Bidder to specify quantity, brand and make. Sec. IV
These should preferably be from indigenous sources
of IOC, HPCL, BPCL, Castrol

5. Chemical composition of the material and ageing 1.2.1.2


process used should be indicated in the offer. Sec. V
6. NOTE : Full details of safety features provided on 1.2.1.4
the machine should be explained in the offer. Sec. V
7. Actual hardness and surface finish should be indicated 1.2.3.2
in the offer. Sec. V
8. Shape of guideways giving full details of surface finish 1.2.3.4
and hardness should also be indicated in the offer. Sec. V
9. Actual locking system provided should be explained in 1.2.3.7
the offer. Sec. V
10. Composition of the material used, hardness and 1.2.4.6
surface finish of shafts and gears should be indicated Sec. V
in the offer.
11. Make, size and type of main spindle bearings should be 1.2.4.7
indicated in the offer. Sec. V
In addition, precision, class and the maximum radial
run out of the bearings used should also be stated.

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

23.1.2 Feed in mm/rev


23.1.3 Surface finish of drilled hole in Ra microns

23.1.4 Taper in spindle

23.1.5 Clamping surface of base plate


23.1.6 Accuracy (for reaming operation)
(a) Taper -
(b) Ovality -
23.2 Working space (L x B x H) required in mm x mm x

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

FORMAT FOR INDEMNITY BOND

This deed of Indemnity executed by M/s. -------------------- hereinafter referred to as


Indemnifier’ which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, representative and assignees in favour of Central Organisation
for Modernisation of Workshops, Railway offices Complex, Tilak Bridge, New Delhi – 110 002,
India, hereinafter referred to as the ‘Indemnified’ which expression shall unless repugnant to the
context or meaning thereof, include its successors and assignees witnesses as to.

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.

And whereas, clause of the above mentioned


tender document described that the machine shall be designed for a life of 15 years with regular
maintenance and all the structural members of the machine should be guaranteed for 5 years
against cracks, breakages etc. during the course of normal operations from the date of
commissioning whichever is earlier of the stores supplied by the Indemnifier to the indemnified.

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.

Bidder’s authorized signatory


With seal

Station:

Date:

Witness:1.-----------------------
(Signature with Name, Designation & Address)

2. -------------------------
(Signature with Name, Designation & Address)

Page 41 of 56
ANNEXURE-C

JOINT RECEIPT INSPECTION NOTE

Date……………..
Sub: Receipt of consignment for machine…………………….

Ref: COFMOW Contract No………………….

1 Name of consignee/Railway

2 Machine name

3 Quantity

4 Name of supplier

5 Consignment of the machine received


on

It is certified that the consignment of the machine has been received complete and in good
condition as per specification shown in the contract.

Tentative plan for installation and commissioning of the machine is as under:

1. Date of clear site provided

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

Representative of firm Representative of consignee


Designation Designation
(Minimum Gazetted level)

Page 42 of 56
ANNEXURE –D

JOINT COMMISSIONING NOTE

Date:………………

Sub: Commissioning of (name of machine)………………….

Ref: COFMOW AT No………………………….

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.

7. Machine has finally been commissioned on……………….. . The machine


has been handed over for regular use and kept under one month
observation to watch its performance.

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.

Representative of firm Representative of consignee


Designation Designation
(Minimum Gazetted level)

Page 43 of 56
ANNEXURE –E

PERFORMANCE APPRAISAL FORM

APPRAISAL ON COMPLETION OF WARRANTY PERIOD


Dated:…………
To, M/s. ………

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.

Quarter Period Breakdown hours


From -------To--------
1
To
8

Signature-------------------
Name------------------------

Designation:DY.CME/Sr.DME/Dy.CEE/Sr.DEE
Office Stamp

 COS/COFMOW/Railway Offices Complex, Tilak Bridge, New Delhi-110 002


 CME(PCM)/COFMOW/Railway Offices Complex, Tilak Bridge, New Delhi-110 002
 FA&CAO/COFMOW

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

SN Components Drawing No Operation to be


carried out
1 16.25 Tonnes Axle- WATC3-0-20303 Axle end drilling and
rough turned for tapping operation
direct mounted roller
bearing
2 Wheel and Axle WATC3-0-2-301
Complete for direct
mounted roller
bearing arrangement
3 Rough Turned Axles WD-92039-S-1
4 Axle WD-92039-S-02
5 Semi-Finished Axle LW02104
for FIAT I.R. bogie
6 Axle (finished LW02100
machined) for FIAT
I.R. bogie

Page 45 of 56
ANNEXURE-G

Consignee’s Certificate for Quarterly Work Done Under AMC


iv) Name of Plant:
v) Consignee
vi) COFMOW AT No.
vii) Name of Contractor
viii) Quarterly charges for AMC(Standard): Rs.______________
As per COFMOW AT no.______________dt.___________
ix) Quarter for which bills are preferred:___________________
From:____________________To._______________________
x) No. of Breakdowns during the quarter:
xi) Calculation of Penalty and Net AMC charges payable to Contractor for the quarter:
a. Total Plant Down Time (in days):
b. Standard down days for preventive maintenance (in days/quarter):
c. Total grace period for break down:
d. Net down time for the plant [= (i)-{(ii)+(iii)}] :
e. 100% Availability for the quarter (in days) :
f. Actual availability [= (v)-(iv)] :
Actual availability in %age [= {(vi) / (v)}x 100]:
g. Calculation of penalty:
i. %age availability below 90% to 80%:
ii. %age availability below 80%:
iii. Penalty[={(vii a)x(5)x0.005 +(vii b)x(5)x0.01}]:
h. Net amount payable as AMC charges to [=(5)-(vii c)]
It is certified that all spares borrowed by the contractor for the previous quarter have been
returned in good condition.

Signature of authorized representative of consignee

Page 46 of 56
ANNEXURE-H

CENTRAL ORGANISATION FOR MODERNISATION OF WORKSHOPS


(C O F M O W)

REPORT ON FRESH TECHNICAL SUITABILITY ASSESSMENT

on of

M/S .

CONTENTS: PAGE NO.

Para - 1 : GENERAL INFORMATION (MISCELLANEOUS)

Para - 2 : GENERAL INFORMATION (TECHNICAL)

Para - 3 : DESIGN CAPABILITY

Para - 4 : MANUFACTURING PROCESS

Para - 5 : QUALITY ASSURANCE

Para - 6 : AFTER-SALES SERVICE

Para - 7 : PAST PEPRFORMANCE

Para - 8 : COMMERCIAL INFORMATION

Para - 9 : CONCLUSIONS AND RECOMMENDATION

LIST OF ANNEXURES :

A : LIST OF MANAGERIAL & SUPERVISORY STAFF

B : PLAN OF MAIN WORKS AT .......NOT ENCLOSED.

C : LIST OF MACHINERY & PLANT

D : LIST OF RAW MATERIALS IN STOCK

E : LIST OF IMPORTANT CUSTOMERS & ORDERS

F : DELIVERY AND COMMISSIONING PERFORMANCE

G : SSI(and similar)REGISTRATION CERTIFICATES

H : COPY OF LATEST ELECTRICITY BILL

I : INCOME TAX CLEARANCE CERTIFICATE

J : Q.A.P. OF THE FIRM.

Page 47 of 56
CENTRAL ORGANISATION FOR MODERNISATION OF WORKSHOPS
(C O F M O W)

REPORT ON TECHNICAL SUITABILITY ASSESSMENT

ON of

M/S

1.0 GENERAL INFORMATION--MISCELLANEOUS

1.1 Name of the firm :

1.1.1 Reason for Inspection

The firm was inspected to assess technical capability to meet COFMOW


specifications, on the basis of prima-facie suitable offer in T. No.

1.1.2 Background in Brief

1.1.3 Location

1.2 Postal Address.

i. Head Office :
ii. Works/Factory :
iii.Agents (if any) :

1.3. Telephone No.(with STD code).

i. Head Office :
ii. Works/Factory :
iii. Residence of important :
officials.
iv. Agents :

1.4. Telegraphic address & Telex/Fax. :

i. Head Office :
ii. Works/Factory :
iii. Agents :

1.5 Description of Factory/Works.

i. Total land area :


(in Sq.metres)
ii. Total covered area :
(in sq.metres)

iii. Different sub-units :


(with details of covered/
uncovered area, etc.)
iv. Special features, if any :
Page 48 of 56
1.6. No. of personnel employed (category-wise).

i. Managerial :
ii. Supervisory :
(Attach stt. of
managerial & sup.
staff at Ann. A)
iii. Skilled artisans :
iv. Unskilled :

1.7 Hours of working :

1.8 Is this inspection for fresh technical


suitability assessment? If it is a re-inspection
details of earlier technical suitability
assessment(s) to be furnished or attached.

2.0 GENERAL INFORMATION--TECHNICAL

2.1 Description of different departments in the


Factory/Works and function of each department.

2.1.1 The break-up of different work areas given below


refers to the main works at . In addition,

Administrative Block :
Fabrication and assembly. :
Machine Shop :
Store :
Laboratory :

2.1.2 A plan of the works at ______,as described above,


is attached at Annexure-B.

2.2 Detailed description of Machinery and Plant in


each department (make and year of
procurement/commissioning to be provided.
For special type of equipment copy of
pamphlets/write ups to be furnished so as to
supplement the description).

2.2.1 The list of machinery & plant available is


attached at Annexure-C.

2.2.2 It will be seen that ..............

2.3 Plans for future expansion, if any.

2.3.1

2.4 Details of raw-materials held in stock (state


whether imported/indigenous).

2.4.1 List of raw-materials held in stock is at Annexure-D.

2.5 Production Capacity.


Page 49 of 56
i. Per month :
ii. Per year :

2.6 Type of Stores/Items, which the firm is capable


of manufacturing.

2.7 Details of Stores/Items/Parts/components for which fresh


technical suitability assessment is sought(please
indicate complete description and drawing nos.)

2.8 In case, the application is also for inclusion of


additional items at the time of technical suitability
assessment, give a list of each along with complete
description.

3.0 DESIGN CAPABILITY

3.1 Availability of Qualified Personnel.

3.1.1

3.2 Assessment of Expertise and Facilities.

3.2.1

4.0 MANUFACTURING PROCESS

4.1 Level of in-house Facilities

4.1.1

4.2 Important Items of Work by Outside Vendors

4.2.1

4.3 Brief details of manufacturing process relevant to the


items for which technical suitability assessment is
sought.

4.3.1

4.3.2

5.0 QUALITY ASSURANCE:

5.1 Does the factory have an established Quality Assurance


Programme. If yes, please enclose a copy of the write-
up? If not, what plans are there if any for setting it
up?

5.1.1

5.2 Details of Quality Assurance Organisation. Names of key


personnel, their qualifications, designations and position
in overall management structure (explain with
organisation chart, if necessary).
Page 50 of 56
5.2.1 The QC organisation is headed by Shri ........, who
is designated as ............., with responsibility
for ...............

5.3 Quality Control Testing Facilities and Laboratory


equipment available.

5.3.1 In-house facilities available for inspection


and QC include the following:
i .........
ii .........
iii .........

5.4 Availability of gauges(please give details)

5.4.1 The following important items of gauging and other


related equipment are available:

5.5 Calibration of Laboratory/test equipment/gauges,


indicated in para 5.3 and 5.4 above:

i. How is the calibration done?


ii. Frequency of calibration.
iii. System to ensure that calibration of above equipments
does not fall overdue.
iv. Action taken if such calibration has fallen overdue.

5.5.1

5.6 Source of procurement of raw-materials, important bought-


outs, and steps taken to ensure their quality.

5.6.1

5.7 Details of inspection/checks done on material during


various stages of the above manufacturing process.

5.7.1

5.8 Have acceptable values for the parameters inspected


during above stage checks been laid down? If yes, the
action taken if value of the parameter inspected does
not meet the desired laid-down value.

5.8.1

5.9 System for documentation of the results of the above


stage checks.

5.9.1

6.0 AFTER-SALES SERVICE

6.1 Facilities Available at Works and Branch Offices.

6.1.1
Page 51 of 56
6.2 Assessment of Quality of Service Including Response
times.

6.2.1

7.0 PAST PERFORMANCE

7.1 List of important customers of the firm (as relevant to


the works for which requisition is sought)

7.1.1 This is attached at Annexure-E. It is seen that .....

7.2 Details of important orders executed in the past, and


reference to the supplies made.

Also included in Annexure-E. .............

7.3 Important orders in hand

There are presently .......... on order,....... These


are as follows:

S. No. Consignee Capacity

7.4 Whether another unit/factory of the firm is already


approved by COFMOW for supply of stores/components.

7.5 Performance of machines manufactured and supplied in the


past to different consignees.

7.5.1 Selection of Consignees

1.1.1 Machines at M/s .......

7.5.3 Conclusions on performance of M/s ........ m/cs.

7.6 Commissioning Performance

8.0 COMMERCIALINFORMATION

8.1 Full details of the location


of the factory/Manufacturing works.

i. Address :
ii. Tele. Nos. :
iii.Telex/Fax :

8.2 Copies of following documents


obtained and attached as Annexures.

i. Proof of Ownership. : Annexure-G.


ii. Factory License. : Annexure-G.
iii. Latest electricity bill. : Annexure-H.

8.3 Whether the firm is registered under Indian


Factories Act.
Page 52 of 56
8.4 Whether the firm comes under the scope of
Industries(Development & Regulations) Act, 1951.

8.5 Income Tax Clearance Certificate


Copy attached at Annexure-I.

9.0 CONCLUSIONS AND RECOMMENDATIONS.

9.1 Observations and Conclusions

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------------------

S.No. Name Designation Qualification Working


since

ANNEXURE -B
LIST OF MACHINERY AND PLANT

S.No. Description of Manufacturer Qty. Year of


Items. procurement

ANNEXURE - C
LIST OF QC EQUIPMENT AND MEASURING EQUIPMENT

Sl. Description Range Least count Qty. Year of


No. where applicable procurement

ANNEXURE - D
LIST OF IMPORATANT ORDERS EXECUTED W.E.F.......(DATE)

Sl. Purchaser Order Description/ Delivery Date Date REMARKS


No. value dt. recd. Comm.

ANNEXURE - E
LIST OF PENDING ORDERS AS ON------------ (DATE)

S.No. Purchaser Order No. and date Value

Page 54 of 56
ANNEXURE-I
QUALITY ASSURANCE PLAN

MACHINE DESCRIPTION

Category S. Compone Sampl Type Of Quali TYPE REMAR


No nt/ e Size Check ty OF KS
. Process recor CHEC
d K
Bought Out Steels 1 Chemical & TC & CHP
Raw Sample Mech. INV.
Material / Size
Bought Out Bearings 100% Visual Inv CHP
Componen
ts
Electric 100% Review of TC TC & V
Motors INV
Hydraulic 100% Review of TC TC & V
Pumps & INV
Elements
Rubber 100% Visual TC & V
Seals, O INV
Rings &
Seals
Controllers 100% Review of TC TC & V
INV
Ball Screw 100% Visual IIR V
Bought out Weld joints
sub
assemblies Load 100 % RT IR CHP
Bearings

Others 5% DPT IIR V


Hardness 100% Hardness IIR V
and
In process
Inspection
stage
Heat 100% Review of IIR V
Treatment Inv.
Castings 100% Visual IIR V
Spindles 100% IIR V
surface Rando Surface IIR V
finish of m
component
s
Noise level 100 % Sound IIR CHP
Temperatur 100 % Measuremen IIR V
e rise t
Structures 100% Relevant IR CHP
Geometry ISO/DIN/IS/JI
alignment, S standard
Guideways
INV - Invoice

Page 55 of 56
TC – Test Certificate
V – Verification
CHP – Customer Hold Point
IIR – Internal Inspection Report
IR – Inspection Report

Page 56 of 56

You might also like