Você está na página 1de 15

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE Co. of KPCL & BHEL) YERMARUS THERMAL POWER STATION, KARNATAKA.

GENERAL MECHANICAL WORKS FOR YTPS 2X800 MW ABSTRACT TENDER NOTIFICATION No. TD -Y/GMW/ Date: 19-09-2011

Raichur Power Corporation Limited invites bids through GOK e-procurement platform www.eproc.karnataka.gov.in from the qualified bidders for the following brief scope of work.

Supply, Erection, testing, commissioning and conducting Performance guarantee tests of Raw water pumps, Ash water recovery Pumps, work shop equipment and miscellaneous equipment like material handling equipment etc. System Design, Design & Detail Engineering, Manufacture, fabrication, assembly, Testing at manufacturers works, Supply F.O.R Yermarus site, Erection, Testing, commissioning, Painting, conducting Performance guarantee tests and handing over of GRP piping system along with thrust blocks, fittings, valves, specialties and maintenance of GRP pipes with required materials and man power for a period of 4 years after completion of guarantee period. System Design, Design & Detail Engineering, Manufacture, fabrication, assembly, Testing at manufacturers works, Supply F.O.R Yermarus site, Erection, Testing, commissioning, Painting, conducting Performance guarantee tests and handing over of Ash water recovery piping system of ERW MS pipes along with fittings, valves and specialties. Engineering, Supply & Erection of Ash slurry pipe lines & Bottom ash over flow discharge line of MS ERW pipes from YTPS terminal point upto Ash pond with necessary fittings, valves and specialties, supports, pedestals, thrust blocks etc. Supply and performance test of fire tenders, fork lift, water tankers with integral high pressure Pumps and empty H2 and Co2 cylinders etc. All associated civil and electrical works to complete the system as mentioned in the bid document.

Those who have not registered in e-procurement portal www.eproc.karnataka.gov.in may do so in order to participate in the bid.

SHEET 1 OF 15

The brief bid notification containing the pre-qualifying criteria for the bidders, EMD, calendar of bid activities and other details can be accessed from e procurement portal.

Further details can be had from: Chief Engineer (Thermal Designs), Raichur Power Corporation Ltd., #22/23, Sudarshan Complex, II Floor, Sheshadri Road, BANGALORE - 560 009. Tel: 080-22206223, Fax:080-22386517 E-mail: semkarnatakapower@gmail.com / cetdbtps3@gmail.com Web site: www.karnatakapower.com

SHEET 2 OF 15

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE Co. of KPCL & BHEL) YERMARUS THERMAL POWER STATION, KARNATAKA. GENERAL MECHANICAL WORKS FOR YTPS 2X800 MW BRIEF BID NOTIFICATION No: TD -Y/GMW/ Date: 19-09-2011

Raichur Power Corporation Limited invites bids through GOK e-procurement platform www.eproc.karnataka.gov.in from the qualified bidders for the following brief scope of work.
a.

Supply, Erection, testing, commissioning and conducting Performance guarantee tests of Raw water pumps, Ash water recovery Pumps, work shop equipment and miscellaneous equipment like material handling equipment etc. System Design, Design & Detail Engineering, Manufacture, fabrication, assembly, Testing at manufacturers works, supply F.O.R Yermarus site, Erection, Testing, commissioning, Painting, conducting Performance guarantee tests and handing over of GRP piping system along with fittings, valves, specialties and maintenance of GRP pipes with required materials and man power for a period of 4 years after completion of guarantee period. System Design & Detail Engineering, Manufacture, fabrication, assembly, Testing at manufacturers works, Supply F.O.R Yermarus site, Erection, Testing, commissioning, Painting, conducting Performance guarantee tests and handing over of Ash water recovery piping system of MS ERW pipes along with fittings, valves and specialties. Engineering, supply & Erection of Ash slurry pipe lines & Bottom ash over flow discharge line of MS ERW pipes from YTPS terminal point upto Ash pond with necessary fittings, valves and specialties, supports, pedestals, pipe racks, thrust blocks etc. Supply and performance test of fire tenders, forklifts, water tankers with integral high pressure pumps and empty H2 , CO2 cylinders etc.

b.

c.

d.

e.

f. All associated civil and electrical works to complete the system as mentioned in the bid document.

SHEET 3 OF 15

1.0

BRIEF SCOPE OF WORK The scope of this enquiry covers the following:
a.

Supply, Erection, testing, commissioning and conducting Performance guarantee tests of Raw water pumps, Ash water recovery Pumps, work shop equipment and miscellaneous equipment like material handling equipment etc.

System Design, Design and Detailed Engineering, Manufacture, fabrication, assembly, Quality surveillance, Testing at manufacturers works, Packaging, forwarding, Supply F.O.R Yermarus site, Unloading, Storage, Intrasite transportation, conducting soil test, survey of pipe corridor, Erection, painting, Testing, commissioning and conducting Performance guarantee tests, handing over of piping for Raw water system & Ash water recovery system. The scope also covers maintenance of GRP pipes with required material & man power for a period of 4 years after completion of guarantee period.
b. c.

Engineering, supply & erection of Ash slurry pipe lines & Bottom ash over flow discharge line of MS ERW pipes from YTPS terminal point upto Ash pond with necessary fittings, valves and specialties, supports, pedestals, thrust blocks etc.,

Supply and performance test of fire tenders, water tankers with integral high pressure pumps, forklifts etc.
d. e. f.

Brief details of equipment is given in Table-A.

Comprehensive Insurance towards transit risk upto YTPS site, Storage, Intrasite transportation, Erection, Testing and commissioning for the above shall be arranged by the bidder.

SHEET 4 OF 15

TABLE-A Scope of Work of General Mechanical Works Sl. Particulars No. I Mechanical works Supply & Erection of: 3 Nos 3300 m3/hr Raw water pumps 3 Nos 1000 m3/hr Ash water recovery pumps 2 Nos 1100 NB GRP (Glass Fiber Reinforced Polyester confirming to AWWA C950 (Standard for Fiberglass Pressure Pipe), ASTM D3517 manufactured by Automated manufacturing process without manual intervention /Continuous Filament Winding process using advancing mandrel method with raw materials, resin procured from reputed and branded manufacturing sources as recommended by ISO- 10639. Pipe lines for Raw Water Approx. 14 km, which is inclusive of MS ERW pipes (Approx. 2 km) envisaged for discharge headers and above ground pipes. Engineering, erection and maintenance of GRP pipes with fittings for a period of 4 years after completion of guarantee period shall be carried out by manufacturer of GRP pipes. 1 No MS ERW 700NB Ash water Recovery line Approx. 14 km. 6 Nos MS ERW 350 NB Ash slurry lines Approx. 13 km each. 1 No. 400 NB MS ERW Bottom ash over flow discharge line from YTPS terminal point upto Ash pond (Approx. 11.5 km.). 2 Valves, Fittings and accessories, supports, pedestals, pipe rack and thrust blocks for the above pumps and piping system. 3 1 no. EOT Crane each for Raw water pump house and Ash water recovery pump house. 4 Work shop equipment as per annexure enclosed. 1 no 25/10T EOT crane each for workshop and Motor assembly section extended in work shop building. II 1 Electrical works 6.6 KV /3.3KV / 415V Transformers, HT & LT Switch gears, 6.6 kV Extension panel at existing RTPS unit 8 MCC. 11Kv/6.6Kv HT, LT power, control and, Instrumentation cables, 220 V DC system for switch gear, Battery and battery chargers, Connected cable, Cable racks, earthing and miscellaneous electrical equipment, supply to work shop switch gear shall be extended from 3.3 KV plant water system MV switch gear, supply and erection of necessary cables, panels etc. to be considered in this scope. Illumination for raw water pump house ,AWRPH, common switch gear , work shop building with required panels , cables, DP etc., road lighting near jack well pump house, approach bridge and switch gears. Civil Works The contractor has to carry out the detailed topographical survey along the pipeline corridor including necessary Jungle clearance, to verify the various existing features like road crossing, nala/stream/river crossing, culverts/bridges, along the pipeline corridor. Geo-technical Investigation along the pipeline corridor to obtain type of strata, Soil test. Civil & structural items, excavation , soil bed, Foundation, Pedestals, Supports, bridge, Pipe rack along Pipe corridor,

III 1

SHEET 5 OF 15

IV

Service road along Pipe corridor (Approx. 11 km.) , Valve chambers, thrust blocks etc. the scope includes construction of jack well pump houses for RW system and AWR system, common switch gear room, transformer foundations, oil sump, fire barriers, approach roads, providing foundation for RCC poles extending power supply, work shop building, providing dyke in the river, conducting sump model studies etc., Control & Instrumentation Common control room for Raw Water Pump House & Ash Water recovery system. a. Redundant wireless communication with all required software/hardware. b. Status signal. c. PLC control panel. Miscellaneous equipment to be supplied Fire tenders (2 Nos Water, 1 No. Foam), 2 Nos Water tankers with Integral high pressure Pumps and Empty Gas Cylinders {(H2 cylinder 300 nos of 30 kg capacity) & (CO2 cylinder 85 nos of 30 kg capacity)} etc

V 1

Scope of work given is only indicative. Detailed scope has been described in the bid document which is binding on all the bidders. 1.01 Instructions regarding (e- procurement)
i.

The bid is to be submitted in the GOK e-procurement platform www.eproc.karnataka.gov.insystem only. Bidders, who have not registered in e-procurement portal, may do so by registering through web site www.eproc.karnataka.gov.in The bidders can access bid documents on the web site, fill them and submit the completed bid documents in to electronic tender on the website itself within the stipulated date. The blank bid documents can be accessed through eprocurement portal web site www.eproc.karnataka.gov.in Bidders shall attach scanned copies of all the certificates pertaining to the qualification requirement as mentioned under Minimum Qualification. Requirements clause. Whenever required, bidders shall furnish the original certificates to the RPCL authorities, failing which, the bidder will be disqualified Conditional bids, incomplete bids, bids without EMD, bids not properly uploaded and bids submitted late shall be rejected. Bidders shall refrain from altering/modifying/revising the price bids after the date and time fixed for submission of bids in the calendar of events even though if it is accepted by the portal. Date and time stamp of the portal shall be final in deciding the time and date of submission of bid. Decision of the Corporation in this regard is final and acceptable to all the bidders.

ii.

iii.

iv.

v.

vi.

SHEET 6 OF 15

2.0

MINIMUM QUALIFYING REQUIREMENTS: The intending bidder shall satisfy the following minimum qualifying requirements and produce documentary evidence as indicated below, the fulfillment of which is a pre-requisite for opening of price-bid.
a.

The bidder and or his joint venture partner /collaborator / parent company / associate company should have / got

I. i). Designed, engineered, fabricated, manufactured/procured, supplied, erected, tested and commissioned Min. 2 nos of vertical turbine pumps of capacity not less than 2000M3/hr. at a total head of 90 M or above with associated Electrical and C & I equipment and bidder shall furnish a confirmation letter from the firm which has manufactured motor of rating not less than 1000KW which has been in satisfactory operation for not less than 2 years during last 5 years.
AND

ii). Designed, engineered, fabricated, manufactured/procured, supplied, erected, tested and commissioned in a single contract a minimum of 5 km of MS pipeline of diameter not less than 400NB or CW piping complete system of at least one thermal power Station of capacity not less than 210 MW during last five years, and the same shall have satisfactorily and demonstrably performed continuously for a minimum period of one year as on date of opening of bid. II. The bidder or in case the bidder is associating other agencies or out sourcing to other agencies the works pertaining to system engineering, electrical, Civil, supply & erection of GRP pipes, then such agencies shall have the following minimum qualifying requirements. i). The agency providing system engineering services should have designed cross country piping for pipes of dia not less than 400NB for a minimum length of 5km including related civil works such as Jack well pump house, Pipe racks, anchoring of pipes, thrust blocks, bridges, etc,. Further, the agency should also have provided services related to erection & commissioning of VT pumps of capacity not less than 2000 m3/hr including connected electrical works. ii). The agency carrying out civil works shall be class- I contractor & should have carried out Jack well Pump house and approach bridges, Cross drainage / Bridge works and roads. iii). The agency supplying & erecting GRP pipes shall be a reputed manufacturer of GRP pipes using automated manufacturing process / Continuous Filament Winding process using advancing mandrel method, without manual intervention and should have engineered, supplied & erected GRP pipes of dia not less than 1000 mm & length not less than 5km in a single contract.
b.

As proof of the above, the bidder shall furnish the relevant satisfactory performance certificates signed by competent authority of respective Thermal Power Station / other major industries / water supply board certifying the performance of the equipment/ system supplied and installed by the bidder/

SHEET 7 OF 15

works carried out by the bidder under serial no. a I (i), (ii), a II (i), (ii) & (iii). The bidder has to obtain vendor approval from RPCL before subletting other works like System Engineering, Electrical, C&I, etc.
c.

Financial Turnover: The intending bidder should have achieved a average annual turnover of not less than ` 85 Crores (Rupees eighty five crores) minimum during the preceding 3 financial years. In case of consortium bid, each agency/ firm should have achieved a average annual financial turnover of not less than ` 45 crores (Rupees Forty five Crores) during the preceding 3 (three) financial years. Bidder shall furnish a copy of audited profit and loss account /annual report duly certified by a Chartered Accountant to establish annual average turnover requirement stipulated above. Documentary evidence in respect of above PQR shall be furnished by the bidder.

d.

e.

3.0

In case of joint venture partner/collaborator/parent Company support, the bidder shall also produce a legally enforceable undertaking for joint and several liabilities as per the RPCL format (copy enclosed for reference). Any agency whose performance in the ongoing projects of KPCL/BHEL is observed to be not satisfactory such agency shall be liable for rejection. The intending bidder shall furnish a copy of Standard Quality Assurance Plan adopted. The intending bidder shall quote in Indian Rupees only. The intending bidders shall furnish a) The list of equipment owned and proposed to be deployed for the work. b) Provident fund account number allotted by the regional provident fund authorities. c) The copies of registration certificate of the firm and the license issued by concerned department. Bids received from Bidders whose EMD has been Forfeited or contracts have been terminated or foreclosed on account of their Default in KPCL/BHEL or elsewhere during the past 3 (Three) years will not be considered. The bidder shall give declaration that EMD has not been forfeited and none of his contracts have been terminated / foreclosed on account of their default in KPCL/BHEL or elsewhere during the past 3 (Three) years. Bids duly filled in shall be submitted through e-procurement portal only. The bids shall be submitted in two covers: Cover -I shall contain EMD, Technical and Commercial bid documents to establish qualifying requirements and will be opened first, document furnished will be scrutinized to determine the bidders meeting qualifying criteria.

4.0

5.0 6.0 7.0

8.0

9.0

SHEET 8 OF 15

Cover-II shall contain only Price Bid. The date of opening of the cover-II would be intimated in advance to those bidders who are qualified. The EMD furnished by the bidders will be forfeited in case the bidder withdraws the offer during the validity or violates any clause stipulated in the bid. The EMD will be returned to the unsuccessful bidders after the contract is awarded and entering into an agreement with the successful bidder. 10.0 The intending Bidders shall upload all the documents along with the application. 11.0 Tenders (Cover - 1 & Cover - 2) must be electronically submitted (online through internet) within the date and time published in e-procurement portal. Cover -1 of Tender will be opened at prescribed time and date in the e-procurement portal and Opening of Price Bids (Cover -2) will be intimated later.

12.0 The following are the Calendar of bid events for two cover tender system. 24 calendar months for Raw water system & 28 months Period of Completion for completion of all other 1 works (including monsoon) from the date of issue of LOA Date of Publishing of ABN and BBN in 2 i)www.karnatakapower.com 19.09.2011 ii)www.eproc.karnataka.gov.in 3 Last date for receipt of queries if any through eprocurement cell Date of pre-bid meeting, if required for technical clarification at KPCL, CE (TD) office, Bangalore. Replies to queries Last date and time for submission of technical bid cover-I along with EMD and Price bid cover-II through e-procurement cell. 04.10.2011

4 5

14.10.2011 15.10.2011

08.11.2011 17:00 hrs

7 Ope Opening of Technical bids (cover-I) 8

11.11.2011 15:00 hrs

Will be intimated later Opening of Price bids (cover II) 13.0 BID VALIDITY: The validity of the bid shall be 180 days from the date of opening of the Technical bid (Cover-I) or extended period.

SHEET 9 OF 15

14.0 EARNEST MONEY DEPOSIT:


i.

EMD: ` 288 Lakhs The e-payment shall be made for ` 1.0 lakh (direct debit, credit card & National Electronic Fund Transfer (NEFT) or Over The Counter (OTC) only through AXIS Bank and remaining ` 287 Lakhs (Two hundred & eighty seven lakhs) either in the form of crossed demand draft in favor of RAICHUR POWER CORPORATION LIMITED, payable at Bangalore or Bank Guarantee from a Scheduled Bank on ` 200/- stamp paper as per the RPCL Proforma. The Bank Guarantee submitted towards EMD shall be valid for a period of 210 days from the date of opening of the technical bid (CoverI). In case, the validity of the Bid is required to be extended, the validity of the BG furnished towards EMD shall be extended up to 30 days beyond such extended bid validity period. The Bank guarantee shall be furnished in the prescribed format. Only on receipt of full EMD of ` 288 Lakhs along with technical bid, Price bid will be opened and considered for evaluation.

ii.

Part and incomplete bids / bids not accompanied with EMD / belated bids will not be accepted. 15.0 The successful bidder has to furnish a Bank Guarantee from a Scheduled Bank towards Contract Performance, equivalent to 10% (TEN) of the contract value with an appropriate validity period (including guarantee / warranty period of one year in addition to the completion period of the work envisaged), at the time of entering in to contract agreement. The BG shall be furnished in the prescribed format only. The prospective bidder should not coerce other bidders to derail the healthy and competitive bidding process. Such acts entail disqualification from participating in the tender process. The prospective bidder shall not resort to anti-competitive practices like price rigging, cartelization, ring formation or adopt unfair practices both civil and criminal aimed at preventing other bidders from quoting for the bid, any act that inhibits competition or any act that will be detrimental to the interest of the Karnataka Power Corporation Limited. If the bidder is found to have resorted to such practices as specified above, he and others who act in concert with him shall be debarred from quoting for this bid and for future bids for a period of three years. a) Completion period is 24 months from the date of issue of LOA for Raw water system. b) Completion period is 28 months from the date of issue of LOA for other works. 18.0 19.0 Corporation reserves the right to award whole or part of the work should the situation so warrant. Bids with stipulations for settlement of dispute by reference to arbitration shall be rejected. The bids containing conditions whatsoever will be liable for rejection.

16.0

17.0

SHEET 10 OF 15

20.0

RPCL reserves the right to verify the information / document furnished by the bidder, should the circumstances so warrant in the overall interest of the corporation. In case the information or the documents furnished are found to be incorrect or invalid, then the EMD furnished by such bidders will be forfeited. Corporation reserves the right to accept or reject any/ or all bids. However reasons for rejection will be recorded as per KTPP act. Part and incomplete bids/Telegraphic bids/ bids not accompanied by EMD/belated bids will not be accepted. Corrigendum/modification/corrections, if any, will be intimated accordingly.

21.0 22.0 23.0

24.0 Corrigendum / Modification/Corrections, if any will be published in the website only. For any clarification on e-procurement, request for eprocurement training Bidders can contact HELP DESK at 080-25501216 / 25501227 25.0 Any other information required may be obtained from the office of the undersigned during office hours.

Chief Engineer (Thermal Designs), RAICHUR POWER CORPORATION LTD., 22/23, 2ndFLOOR, SUDARSHAN COMPLEX, SHESHADRI ROAD, BANGALORE 560009 KARNATAKA INDIA. Tel:080-22206223; Fax:080-22386517 Website:http://www.Karnatakapower.com

PROFORMA DEED OF UNDERTAKING TO BE EXEUTED BY THE JOINT VENTURE PARTNER/COLLABORATOR/PARENT COMPANY ALONG WITH THE BIDDER.

SHEET 11 OF 15

(On `.200/- stamp paper purchased in Karnataka)

This deed of agreement executed this _________ day of _________Two Thousand eleven by M/s._________________________________, having its registered office at __________________________________ (hereinafter called the joint venture Partner/collaborator/parent Company), which expression include its successor, administrator, executors, and permitted assigns and M/s.______________________________ having its registered office at __________________________________ (herein after called the contractor), which expression shall include its successor, administrator, executors, and permitted assigns in favour of RAICHUR POWER CORPORATION LTD, (herein after called the Owner). Whereas the owner invited Bids as per their tender No ___________________ for design, manufacture, quality surveillance, testing (at manufactures works), supply, erection, testing and commissioning including comprehensive insurance of ______________________________ for 2x800MW at Yeramarus thermal power station. And whereas M/s._____________________________ (hereinafter called the Bidder) intends submitting their proposal to the owner for the above said tender. Now this agreement amongst the Bidder and Partner/collaborator/parent Company Witnessed as under: the Joint venture

1. In consideration of the award of contract by the owner to the bidder, we the Joint venture Partner/collaborator/parent Company do hereby declare and undertake that we shall be jointly and severally responsible and bound unto the RAICHUR POWER CORPORATION LTD., for the successful performance of the contract to the satisfaction of the owner. 2. In case of any breach of the contract committed by the bidder, we the Joint venture Partner/collaborator/parent Company do hereby undertake, declare and confirm that we shall be fully responsible for successful performance of the contract and undertake to carry out all the obligations and responsibilities under the contract in order to discharge the Bidders obligations stipulated in the contract. 3. We the Joint venture Partner/collaborator/parent Company and the Bidder commit to provide after sales service /future supplies of spares and all other warranty obligations. 4. We the Joint venture Partner/collaborator/parent Company and the Bidder confirm that the agreement shall be valid for five years after the completion of the guarantee period of the equipment and will be fully responsible for the quality of the equipment manufactured at the Bidders works or the Bidders sub vendors works and if necessary, their repairs or replacement for successful performance of the characteristics in terms of the contract. 5. We the Joint venture Partner/collaborator/parent Company and the Bidder agree that this undertaking shall be irrevocable and shall form an integral part of the contract

SHEET 12 OF 15

and further agree that this undertaking shall continue to be enforceable till the end of validity period of the contract and the Owner discharges it. 6. This Deed of Undertaking shall be construed and interpreted in accordance with the laws of India and the Law Courts of Bangalore, Karnataka State, India shall have exclusive jurisdiction in all matters arising under this Deed of Undertaking. IN WITNESS WHEREOF, the Joint venture Partner/collaborator/parent Company and the Bidder through their authorized representative have executed these present and affixed Common Seals of their respective companies, on this day, month, year first mentioned above.

BIDDER

JOINT VENTURE PARTNER/ COLLABORATOR/PARENTCOMPANY WITNESS 1. 2.

WITNESS 1. 2.

Annexure
LIST OF WORKSHOP EQUIPMENT

SHEET 13 OF 15

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 41. 42. 43. 44. 45. 46. 47. 48. 49. 50. 51. 52. 53.

Two (2) nos. Heavy Duty Lathe. Three (3) nos Precision Duty Lathe (one each of NH22, 26, 32). One (1) no Vertical Turret Lathe. Two (2) nos Universal Milling Machine. One (1) no Radial Drilling Machine. One (1) no Universal Tool and Cutter Grinder One (1) no Surface Grinding Machine One (1) no Cylindrical Grinder. Two (2) nos Double Wheel Pedestal Grinder One (1) no Portable Plasma cutting machine. One (1) no Hydraulic Plate Shearing , Punching & Notching Machine. One (1) no Hydraulic Plate Bending Machine. One (1) no Bending Machine. Two (2) no Power Hacksaw Machine One (1) no Shaping Machine One (1) no Boring Machine Two (2) nos Argon Arc Welding Machine. Four (4) nos Rectifier Welding Sets. One (1) no OXY- Acetylene Gas Welding Machine One (1) no Welding Fume Extraction Equipment One (1) Electric Annealing Oven. Two (2) nos Fork Lifts Two (2) nos Flexible shaft Grinders Two (2) nos Universal Grinding Machine One (1) no Box Type Construction Hydraulic Press One (1) no Hydraulic Pipe, Tube Bending Machine One (1) no Electric (AC) Arc Welding Machine One (1) no Slotter One (1) no Balancing Machine Four (4) nos AC Welding Transformers Two (2) nos Welding Generators Two (2) nos Electric Drying Oven. One (1) no Plate Guillotine and Hole Puncher. One (1) no Marking-off Table. One (1) no Brazing Hearth. One (1) no Pneumatic Hammer. Six (6) nos Working Benches. Six (6) nos Fitter Vices. Two (2) nos Portable Air Compressor. Fitters tool Please Refer Annexure I (a). Store room tool Please Refer Annexure I (b). Machine shop Hand tool and Its Accessories Please Refer Annexure I (c). Accessories for Lathe Please Refer Annexure II (a). Accessories for Milling Machine Please Refer Annexure II (b). Accessories for Grinding Machine Please Refer Annexure II (c). Accessories for Drilling Machine Please Refer Annexure II (d). Accessories for Power Hacksaw Please Refer Annexure II (e). Accessories for Pedestal grinder And Dust Collector Please Refer Annexure II (f). Accessories for Portable Plasma Machine with Handheld Torch Please Refer Annexure II (g). Accessories for Portable Oxyacetylene Welding Please Refer Annexure II (h). Accessories for AC/DC Tig Stick Welding Please Refer Annexure II (i). Accessories for Portable Electric Welding Please Refer Annexure II (j). Measuring Tool in Workshop Please Refer Annexure III.

SHEET 14 OF 15

Note: All the annexures referred to in the above table pertains to the Annexures of the Specification Part-B

SHEET 15 OF 15

Você também pode gostar