CSIR - NATIONAL METALLURGICAL LABORATORY

JAMSHEDPUR 831 007

TENDER DOCUMENT

OF

THERMAL MECHANICAL SIMULATOR SYSTEM

File No. NML-FG/MEF-VCS-VRK/42-2011 dated 28/09/2011

ANNEXURE - I

File No. NML-FG/MEF-VCS-VRK/42-2011

Brief description / heading: - “Thermal Mechanical Simulator System”.

Technical Specifications

1. GENERAL

The system should essentially possess a high degree of reliability and incorporate the requisite hardware and software for simulating real-world production processes from casting to down-stream processing. The equipment shall be capable of conducting the following studies:

  • Uniaxial hot compression studies
  • Phase Transformation studies (CCT and TTT development) in inert atmosphere as well as high vacuum.
  • Thermal Cycling/Heat Treatment
  • Forging and other hot deformation simulation
  • Continuous casting simulation
  • Strip annealing simulation
  • Hot tensile (including strain measurement in elastic range)
  • Weld HAZ studies

2. SYSTEM CONFIGURATION

  • Windows based digital control and data acquisition system for performing the tests mentioned in Section 1 along with manual override capability.
  • Mechanical and Temperature control systems to perform tests as per section 1 and programmable with parameters as in section 4 and 5.
  • Windows based workstation and control computer systems with latest configuration available at the time of supply.
  • Hydraulic Power unit with suitable capacity to perform the test mentioned in section 1 (the mechanical and thermal requirements are mentioned in subsequent sections 4 & 5).
  • Necessary testing and analysis software packages for above test requirements as mentioned in section 1.
  • All necessary accessories and peripherals required for carrying out the above tests including water chiller, Vacuum system for high vacuum up to 10-4 torr Hg minimum, air compressor, rapid water quenching, uninterrupted back-up power supply unit for system safety, as per section 1.
  • Suitable LVDT/strain gauge based extensometer for measuring elongation of specimen during hot tensile/compression tests in elastic as well as plastic range.

3. OPERTAING ENVIRONMENT

Power supply: 415 ± 10%; 50 ± 2 Hz; 3-phase

Ambient temperature: 25 ± 2 oC

Humidity: 80% max.

4. MECHANICAL SYSTEM SPECIFICATION

  • Closed-loop hydraulic servo control
  • Maximum force/load in compression: 20 Tons
  • Maximum force/load in Tension: 10 Tons
  • Maximum stroke rate: up to 2000 mm/sec in compression/tension
  • Minimum stroke rate: 0.001 mm/sec or lower
  • Stroke distance: 100 mm or better
  • Force measurement accuracy : ± 1.0% of full scale
  • Stroke measurement accuracy : ± 0.5% of full scale

5. THEMAL SYSTEM SPECIFICATION

  • Heating rate : Up to 8,000 ºC/sec
  • Temperature range : Up to 1650 ºC or higher
  • Heating rate control : Programmable
  • Temperature accuracy : ± 1°C or better
  • Temperature resolution : 1°C or better
  • Temperature measuring device: Thermocouple and pyrometer appropriate for all the applications mentioned in section 1.
  • Accelerated cooling : Up to 8,000 ºC/sec or higher

6. ACCESSORIES AND CONSUMABLES

  • All necessary accessories and consumables required for two years continuous operation of the system should be supplied.
  • Necessary tools and tackles required for installation and commissioning and running of the system should be supplied.
  • Calibration certificates for all the measuring instruments including extensometer, thermocouples and load cell.

7. OPTIONAL ITEMS

(a)Multi-pass hot rolling simulation system

The system should be capable of easy integration with the main equipment to be supplied. The system should be capable of performing with the thermal and mechanical parameters of the main equipment along with a multi-hit capacity of a minimum of 10 hits. The system should be capable of simulating high speed deformation with independent control of strain and strain rate. The system should desirably come with programmable software for performing scheduled rolling experiments. The quotation should include brochure of the system offered

(b)Hot torsion system

The system should be capable of easy integration with the main equipment to be supplied. The system should be capable of performing with the thermal and mechanical parameters of the main equipment along with capability to apply a torque up to 80 Nm or more. The system should also have the capability to have controlled tension/compression during torsion. The system should desirably be compatible with the quenching facilities to be provided along with main equipment.The quotation should include brochure of the system offered

The quotation for the optional items 7 (a) and 7 (b) should be provided separately and should valid during the warranty period i.e. for three years.

8. TRAINING

  • Training shall be imparted by the manufacturer at their works to 3 persons on “Operation, Application and Maintenance” for a period of 4 weeks. The manufacturer shall indicate the training cost separately and also furnish the detailed training schedule and course content.
  • The cost of to- and fro- air fare, boarding and lodging expenses and inland transport for undertaking such training shall, however, be borne by the purchaser.

9.On-site training of CSIR-NML personnel for 10 working days.

10.WARRANTY:Thirty six months of comprehensive warranty including all the spare parts (mechanical, electrical, electronic, vacuum, etc.), calibration necessary for the smooth functioning of the system and software package support.The warranty is from the date of acceptance after commissioning of the equipment.

The quotation should be provided with year-wise break up.

Separate quotation may be provided for annual maintenance after the expiry of the warranty period.

Warranty for OPTIONAL ITEMS in section 7 should be provided separately.

11. DOCUMENTATION

  • Three sets of manuals for operation, maintenance and application softwares need be supplied for the main equipment as well as for other allied and peripheral back-up units.
  • The maintenance manuals must consist of assembly drawings and detailed circuit diagrams.

12.A compliance statement should be provided with the offer.

13.The offer should also include the list of organisations (complete address with contact no.), especially in India, where similar system has been supplied by the vendor.

14.The quotation should include brochure of the system offered.

15. INSTALLATION, COMMISSIONING AND DEMONSTRATION

  • The equipment must be installed, commissioned and demonstrated at our premises by the service engineers of the manufacturer/ Indian agent or any other person authorized by the manufacturer. The demonstration must cover all applications outlined against section 1.
  • Terms of acceptance of the equipment will be as per the performance guarantee parameters listed in section 16.

16. PERFORMANCE GUARANTEE PARAMETERS

All peripheral/ support facilities provided along with the main system must perform as per the test requirements. These facilities must also be provided with the guarantee/ performance certificates as per their specifications.

Parameter / Range
Peak temperature / 1650oC min
Heating Rate / Up to 8000oC/sec
Resolution (Temperature) / 1oC
Cooling Rate / Upto 300oC/sec during normal cooling and up to 8000oC/sec during accelerated cooling
Accuracy of temperature control / 1oC
Force measurement accuracy / 1.0% of full scale
Force measurement resolution / 1 kg
Stroke measurement resolution / 0.002 mm or better
Stroke measurement accuracy / 0.05% of full scale min.

ANNEXURE - II

File No.NML-FG/MEF/VCS-VRK/42-2011 dated 28/09/2011

Description of the item: “Thermal Mechanical Simulator System”.

TERMS & CONDITIONS

1. Issue of Tender Documents : 30/09/2011 to 02/11/2011upto (05.00 PM IST)

2.(a) Last Date for submission of quotations (Two Bid) : 03/11/2011 till (11.00 AM IST)

(b) Date of opening of Technical Bid : 03/11/2011 from 12.00 PM onwards in old

Conference room, NML, Jamshedpur.

(c) Venue of tender opening (Technical bid only): Old conference Room, NML, Jamshedpur – 831007 (Please note that “LATE” & DELAYED” tenders will not be considered for opening in any case. Please ensure that tenders must reach the office on or before Due Date for submission of tenders) as mentioned at 2 (a) above.

The sealed cover containing Technical + Price bid shall be submitted to Director, National Metallurgical Laboratory, Jamshedpur- 831007 on or before 03/11/2011till (11.00 AM IST). Both the technical and price bids (in separate sealed covers indicating the Enquiry No. & Due Date on the covers) should be contained within another envelop duly sealed which should also have Enquiry No. & Due Date super-scribed.

3.E. M. D. (Earnest Money Deposit)

Manufacturers/Agents must submit a Bid Security (EMD) as per format enclosed of `8,00,000/- (Rupees Eight Lakhs Only) along with their Bids in the form of Demand Draft / Bankers Cheque/Bank Guarantee of any scheduled Indian Bank drawn in favour of Director, National Metallurgical Laboratory, Jamshedpur. Bids without EMD will not be valid or considered. EMD of unsuccessful bidders will be returned within one month of the award of the contract. However, firms registered permanently with DGS&D and NSIC, Govt. Public undertakings, Central Autonomous Bodies, who are exempted from payment of EMD, will be allowed exemption subject to production of documentary evidence to this effect. Such registration includes the item they are offering which are manufactured by them and not for selling products manufactured by other companies. EMD must be submitted in the sealed cover containing Technical Bid (Part – I). Foreign vendors/Indian Agents may submit Demand Draft drawn in favour of Director, NML; payable at Jamshedpur in foreign currency of equivalent amount USD 16,301 or Euro 12,004.

4. The bid security shall be in Indian Rupees for offers received for supply within India and denominated in the currency of the bid or in any freely convertible foreign exchange in the case of offers received for supplies from foreign countries in equivalent Indian Rupees. The bid security shall be in one of the following forms at the bidders’ option:

a) A bank guarantee issued by a Nationalized/ Scheduled bank/ Foreign Bank operating in India in the form provided in the bidding documents and valid for 45 days beyond the validity of the bid. In case a bidder desires to submit a BG issued from a foreign bank, then the same should be confirmed by a Nationalised / Scheduled Indian bank, or.

b)Fixed Deposit receipt pledged in favour of the Laboratory. / Institute.

c)A Banker’s Cheque or demand draft in favour of the NML, Jamshedpur issued by any Nationalised /Scheduled Indian Bank.

5.Bids shall remain valid for minimum 180 days after the date of bid opening prescribed by NML. A bid valid for a shorter period shall be rejected by the NML as non- responsive.

6.The Bid Security may be forfeited if the bidder withdraws or modifies or amends its tender or impairs or derogates from its bid during the bid validity period or fails to sign the contract or fails to furnish order acceptance or performance Security in time.

7. In case of bidder intimates at the time of tender opening in writing that the bid security is kept inside the financial bid, in case of 2-bid system, then in such cases, the technical bid of the vendors may be accepted provisionally till opening of the financial bids with which the vendor has attached the bid security.

8Firms submitting bids in a single envelope against the requirement of two-bid systems will be considered for further evaluation at the risk & responsibility of the bidder. However, the opened price bid should be sealed immediately by the TOC, without disclosing the price.

9. Bidders are not permitted to withdraw/alter or modify their bids after expiry of the deadline for receipt of bids. No request from bidder for extension of date of receipt of tender and opening shall normally be entertained.

10. Cost break up indicating the applicable prices for each component of the equipment like price of the goods, costs for installation and commissioning, training should be mentioned in the commercial bid.

11Negotiations:

Negotiations if at all required shall be held with the lowest (L-1) evaluated responsive bidder with the cogent reasons to be recorded.

12. The bidders should submit their tender document as under:

A) For goods manufactured in India.

a) The price of the goods quoted ex-works including all taxes already paid.

b) VAT and other taxes like excise duty etc., which will be payable on the goods if the contract is awarded.

c) Charges for inland transportation, insurance and other local services required for delivering the goods at the desired destination.

d) The installation, commissioning and training charges including incidental services, if any.

B) For goods manufactured abroad.

a) The price of the goods, quoted on FCA (named place of delivery abroad)

or FOB(named port of shipment), as specified in the bidding document.

b) The charges for insurance and transportation of the goods to the port/place

of destination.

c) The installation, commissioning & Training charges including incidental

services, if any.

Thus the FOB/FCA price quoted should have all the charges built into it till the consignment is booked at the departing port. In case of import NML will arrange insurance from supplier’s warehouse to NML stores at Jamshedpur.

Note :The offers of the firms who quote on Ex-works basis and do not mention the handling, documentation, packing, forwarding, transportation & insurance charges etc. separately will not be considered a responsive bid and the acceptance of such bid will vest entirely with the Director, NML, Jamshedpur.

13.The Purchaser will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt fraudulent, collusive or coercive practices in competing for the Contract in question.

14. Tenders received either by post or courier or by hand (excepting for tenders received against Single Tender Enquiry) shall be dropped in the tender box, duly locked and sealed and would be opened in presence of the Tender Opening Committee.

15. If a tender, received in a cover without any superscription about its contents, is opened by any official receiving it, he shall himself mark on the cover the tender number and the date of its receipt and the date of its opening and shall sign it and cause it to be delivered to the Purchase Officer before the opening date. In such cases the Purchaser Officer informs the Tender Opening Committee verbally or in writing regarding the bid received.

16. A formal contract should be executed, with all necessary clauses which can be altered suitably wherever felt necessary by the Laboratory/Institute to make it a self contained contract. A simple one page contract can also be entered into by attaching copies of the General Conditions of Contract (GCC) & Special Conditions of Contract (SCC) and details of scope and specifications.

17. In all cases where a contract is to be signed on a stamp paper, a letter of intent (LOI) may be issued to the firm in advance of the contract. The LOI should specifically mention, inter-alia, the deadline for signing of the contract which should not normally be more than two weeks from the date of issuance of LOI.

18.Any correction in the price quoted in the tender in words and/or figures shall be encircled in red ink by the representative of finance and signed. The members of the tender opening committee shall endorse this.

19.The comparison between the indigenous and the foreign offers shall be made on FOR destination basis and CIF/CIP basis respectively. However, the CIF/CIP prices quoted by any foreign bidder shall be loaded further as under:

a)Towards customs duty and other statutory levies –as per applicable rates.

b)Towards custom clearance, inland transportation etc. - 2% of the CIF/CIP value.

Note: Where there is no mention of packing, forwarding, freight, insurance charges taxes etc. such offers shall be rejected as incomplete.

20. Performance Security:

The successful vendor shall furnish an unconditional Performance Bank Guarantee favouring Director, National Metallurgical Laboratory, Jamshedpur 831 007, Jharkhand, India valid till 60 days after the warranty period from a scheduled Indian Bank for 10% of F.O.B. value or 10% of order value within 21 days of placement of Purchase Order where full payment is to be made on L/c or on delivery.

Alternatively, if PBG is not submitted within 21 days of placement of Purchase Order the supplier can submit the order acknowledgement and L/c would be opened for 100% but payment would be remitted only 90% and the remaining 10% payment would be remitted only on submission of PBG by the supplier and after satisfactory installation & commissioning.

21.The terms FOB, FCA, CIF, CIP etc shall be governed by the rules prescribed in the current edition of the Incoterms published by the International Commerce, Paris.

22.The price quoted shall remain fixed during the contract period and shall not vary on any account. All lots and items must be listed and priced separately in the Commercial Bid. If a Price Schedule shows items listed but not priced, their prices shall be assumed to be included in the prices of other items. Lots or items not listed in the Price Schedule shall be assumed to be not included in the bid.

23.Amendment of Bidding Documents

a)At any time prior to the deadline for submitting of bids, NML may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment.

b)All prospective bidders who have received the bidding documents will be notified of the amendment in writing or by cable or by fax, or by e-mail and will be binding of them. The same would also be hosted on the website of the NML and all prospective bidders are expected to surf NML’s website before submitting their bids to take cognizance of the amendments.

24. Language of the Bids :

The Language of the documentation & details in the Bids must be in ENGLISH.

25.The bidder shall provide an item-by-item commentary vis-à-vis NML’s technical (Specifications demonstrating substantial responsiveness of the goods and services to these specifications or a statement of deviation and exceptions to the provision of the technical specifications.

26. All bids will be submitted in TWO-BID Format in separate sealed covers (Enquiry Number & Due Date must be compulsorily mentioned in both envelopes and on the main envelope).

(i)PART I : TECHNO-COMMERCIAL BID - giving Detailed Specifications, International Standards (BIS / INTERNATIONAL), Catalogues, List of users & Technical Details, Technical Compliance Sheet, etc. along with Operating Parameters, Pre-Installation Requirements, payment terms, warranty.