Milling Tools given in Annexure-I

TENDER NOTICE
Advt. Ref. Number: 2014-2015/3
Date: 10-12-2014
Quotations in sealed cover are invited for the following service/items in TWO PART SYSTEM. Written request may be
made for obtaining tender documents indicating tender number and item to the undersigned on or before the date specified
along with required tender fee shown against the items. Tender fee will be accepted only in the form of crossed demand
draft /Banker’s Cheque drawn in favour of “Accounts Officer, LABORATORY FOR ELECTRO-OPTICS SYSTEMS”,
Bangalore – 560 058.
SL.
NO
.
1
2
FILE NUMBER
LEAO 2014000234
LEAO 2014000283
DESCRIPTION OF ITEM
05-AXIS
CNC
EQUIPMENT
MILLING
DESIGN & DEVELOPMENT OF
WHIFFLETREE MOUNTS FOR
LIGHT
WEIGHT
MIRROR
TESTING
SUPPLY & INSTALLATION OF
HIGH
PURITY
GAS
DISTRIBUTION SYSTEM
DUE DATE
TIM
E
OPENING
DATE
TIM
E
TENDE
R FEE
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
3
LEAO 2014000379
4
LESD 2014000380
IR INTEFERENCE FILTER
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
5
LESD 2014000381
RATE CONTRACT FOR SPACE
QUALIFIED BLACK PAINTING
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
6
LESD 2014000382
POLARIZATION
MAINTAINING
SPLICER
FUSION
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
7
LEDR 2014000383
IMPLEMENTATION OF MS
PROJECT SERVER 2013
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
8
LEGN 2014000341
SUPPLY. INSTL OF TESTING
OF 500 KVA DG SET
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
9
LEAO 2014000415
FABRICATION & SUPPLY
OF OPTICAL MASK BLOCKS
28/01/2015
1600
HRS
29/01/2015
1100
HRS
Rs.230/-
TENDER DOCUMENTS ISSUED UPTO 14:00 HRS IST ON 27/01/2015
NOTE: Tender documents are available on ISRO website www.isro.org. Interested tenderers may at their
option download the tender documents from the website and submit their offers along with the prescribed
tender cost in the form of Bank Draft as per details in the Tender Notification. Separate requests and
Demand Draft shall be sent for each tender document.
Sd/PURCHASE & STORES OFFICER
for & on behalf of President of India
The Purchaser
1
Request for Proposal (RFP)
For Supply, Installation & Commissioning
of
5 Axis CNC Milling Equipment
July 2014
Laboratory for Electro-optics Systems (LEOS)
Indian Space Research Organisation (ISRO)
1st Cross, 1st Stage, Peenya Industrial Area
BANGALORE-560058
INDIA
2
INDEX:
Sl.No
1.0
2.0
2.1
3.0
3.1
3.2
3.3
3.4
3.5
3.6
3.7
3.8
3.9
3.10
3.11
3.12
3.13
3.14
3.15
3.16
3.17
04
05
06
07
08
09
10
11
12
13
14
15
16
Description
Introduction
Application
Application requirements in detail
Detailed Specifications of Equipment
Linear Axes
Rotary Axes
Spindle
On line tool measurement system
Measuring probe to take quick work offsets
Mist extractor and oil mist separator
Central Lubrication System
Coolant Reprocessing System
Coolant system for spindle motor and lead
screws of axes
Hand Held Unit
Protection gear for operator and equipment
Spindle Monitoring
3D data model of equipment configuration
Automatic Tool Changer (as an option)
CNC Control system
Power distribution system
Ultrasonic Milling Attachment (as an
option)
Spares & Accessories
Tools, Jigs & Fixtures
UPS for the equipment (as an option)
Installation, Demonstration & Training
Deliverables
Utilities
Guarantee / Warranty
Quotation Format
Total Quality Control & Management
Delivery Period
Expertise & Heritage
General Terms & Conditions
Format of compliance / Non compliance
matrix
Page No
04
04
04
06
07
08
10
11
11
12
12
12
13
13
13
14
14
14
14
16
17
18
18
19
19
20
20
21
21
22
22
22
22
23
3
Index for Figures / Drawings / Sketches:
Fig.1: Pocket Milling with different type of cross sections (open back)
Fig.T1: Types of Milling Tools used for pocket milling operation
Fig.2: Process of Trepanning
Fig.T2: Trepanning Tool
Fig.3: Process of Slicing
Fig.T3: Slicing Wheel
Fig.4: Process of Chamber milling / making pockets with undercuts
Fig.T4: Chamber milling Tool
Fig.5: Process of Curve generation & Tool for curve generation (Spherical
profiles)
Fig.6: Process of Edging
Fig.7: Process of Profiling on the bottom of pockets
Fig.T7: Ball Nose Diamond Tool for profiling on bottom of pockets
Fig.8: Maximum Job size and traverse requirements on Equipment
Fig.9: Additional Circular Base plate on NC rotary table
Fig.10: NAS Test Piece (Aluminium)
Fig.11: Acceptance Trial Job (ZERODUR)
Fig.12: Milling Tool Type 1
Fig.13: Milling Tool Type 2
Fig.14: Face Milling Tool
Fig 15: Cup wheel for curve generation
4
1. INTRODUCTION:
Laboratory for Electro-Optics Systems (LEOS) is a research and development organization
working in the area of Applied Optics programmes carrying out design and development of
telescope optics systems for astronomical, weather observation and forecasting applications.
LEOS invites proposals for supply, installation and commissioning of 5 Axis CNC
Milling Equipment together with the required accessories and spares as per the
specifications, on-site demonstration of equipment performance and training on the
equipment at LEOS.
2. APPLICATION:
The equipment will be used for carrying out various mechanical operations such as
pocket milling, trepanning, slicing, chamber milling (making undercuts), generating
spherical curvatures (profiles), edging, and generating profiles on the bottom of pockets
etc., on glass-ceramics such as ZERODUR & Optical glasses using
diamond impregnated tools. The equipment will also be used for milling
of metals such as Aluminium, Titanium, Invar etc., using carbide tools . The
components produced in the equipment are used in Indian communication & weather
observation satellites.
2.1. APPLICATION REQUIREMENTS IN DETAIL:
For all the following given operations, range of Job sizes is:
Diameter: Minimum 100mm to Maximum 1500mm
Thickness: Maximum Height of Job above the machine table will be ~500mm
Sl.No Process
01
Milling
Application
Face milling, Contour milling to
generate pockets with various
geometries such as circular,
triangular, square, pentagonal,
hexagonal and any other odd
shape.
Tool size / Job Size requirements
For the given operations following
range of milling tools are used
Diameter: Minimum
Maximum 100mm
Length:
Minimum
Maximum 300mm
5mm
to
20mm
to
Equipment should be able to
produce pockets with web
thickness (thickness of ribs
between pockets) as small as
2mm over a depth of 200mm
02
Please refer to Fig.1 for a typical
pocket milling application
Trepanning Cutting of smaller size circular
blanks from larger size blanks,
using trepanning tools
(Please refer to Fig.T1 for type of
milling tools used)
For the given operation following
range of trepanning tools are used
Diameter: Minimum 50mm to
Maximum 210mm
5
Length:
Minimum
Maximum 300mm
03
04
05
06
Slicing
Chamber
milling
(making
pockets
with
undercuts)
Spherical
curve
generation
Edging
50mm
to
Please refer to Fig.2 for a
typical trepanning application
Slicing of blanks using slicing
wheels (cut off wheels)
(Please refer to Fig.T2 for type of
trepanning tools used)
For the given operation following
range of slicing wheels are used
Slicing wheels of size from dia
250mmX1mm thick upto
dia
400mmX2mm thick
Please refer to Fig.3 for a typical
slicing operation
Milling of pockets with under
cuts. Pocket contours are as
mentioned in Sl.No.1.
(Please refer to Fig.T3 for type of
slicing wheels used)
For the given operation following
range of diamond wheels along with
shanks are used
Equipment should be able to
produce pockets with web
thickness as small as 2mm over
a depth of 200mm, and flange
thickness as small as 2mm with
an undercut as large as 15mm
Diamond wheels of size from
Dia25mmX5mm
thick
to
Dia75mmX5mm thick.
Size of shanks used are from
Dia6mm*100mm
long
upto
Dia20mm*300mm long
Please refer to Fig.4 for a typical (Please refer to Fig.T4 for a typical
chamber milling process
tool with its shank for chamber
machining)
Generation of axi-symmetric For the given operation diamond
spherical curvatures (concave / impregnated Cup-wheels
(radius
convex) on Jobs
nose wheels) of following sizes are
used:
Equipment should be able to From Dia 50mm to Dia 200mm
generate the profile with an (with nose radius ~2.5 to 5.0mm)
accuracy of 50m with respect
to nominal profile
Please refer to Fig.5 for a typical
curve generation operation
Reducing the outer diameter of
circular Jobs / increasing the
inner diameter of Jobs This will
be achieved either by contour
milling (circular interpolation)
“or” by keeping the tool
stationary and rotating the Job
about the axis of rotary table
Equipment should be capable
Please refer to Fig.T5 for a typical
Cup wheel (radius nose wheel)
For the given operation following
range of milling tools are used
Diameter: From 5mm to 100mm
Length: From 20mm to 300mm
6
of producing Jobs with a
roundness of <20m for a
maximum
diameter
of
1500mm while edging
07
Please refer to Fig.6 for a typical
edging process
Profiling
This is a process of generating
on
the spherical curvature (convex /
bottom of concave) on the bottom of
pockets
pockets to achieve uniform
thickness of front surface in Jobs
(Please refer to Fig.T1 for type of
milling tools used)
Diamond Impregnated Ball nose
cutters of following range of sizes
are used for this application:
From Dia10mmX50mm long to
Dia20mmX200mm long
Please refer to Fig.7 for a typical Please refer to Fig.T7 for a typical
profiling process on bottom of ball nose tool for making profiles on
pockets
bottom of pockets
2.2 In each of the above operations, the equipment should produce components with high
degree of surface finish with an average surface roughness less than or equal to 3m (300
grade emery finish)
Note: For each and every process mentioned above, the vendor should clearly give the
details regarding the range of diamond impregnated tools (minimum and maximum size) that
is possible for usage in the offered equipment.
3.0 DETAILED SPECIFICATIONS OF THE EQUIPMENT:
The Five Axis CNC Milling Equipment to be supplied should consist of:
1. 3 Linear axes (X, Y, Z)
2. 2 Rotary Axes :
a) NC rotary table (C axis) rotating about vertical axis &
b) Swiveling Milling head (B axis)
3. Spindle for tool rotation. All the five axes (X,Y,Z,C,B) and spindle rotation should be
simultaneously programmable
4. On-line tool measurement system
5. Measuring probe for taking quick work-offsets
6. Mist extractor and Oil mist separator
7. Central lubrication system for all the axes
8. Coolant circulation and reprocessing system for Job and tool cooling
9. Coolant system for cooling of spindle motor and axis lead screws
10. Hand Held Unit
11. Protection for operator and equipment
12. Spindle Monitoring feature
13. 3D data model of equipment configuration
14. Automatic Tool Changer (to be quoted as an option)
15. CNC control system
16. Power distribution system
7
17. Ultrasonic Milling Attachment (to be quoted as an option)
In addition to above, vendors can also quote for any other optional features that will improve
performance of the equipment “or” improve the milling process for above materials.
3.1: Linear Axes:
3.1.1: Traverse: following are the traverse requirement for axes (Please refer to the Fig.8)
In X axis (Longitudinal)
≥1550mm
In Y axis (Transverse)
≥1250mm
In Z axis (Vertical)
≥1000mm
Minimum incremental travel required in each ≤0.001mm
axis
Feed drive
It is desirable to have digitally controlled AC
motor, directly linked with liquid cooled
recirculating ball screw
Feed power of axes
Drives and Motors should have sufficient
power to carryout the milling operations
listed in section 2.1 at maximum feed rate
with about 2000 kg load on table and with
about 1.0mm depth of cut.
Feed rate
Should be variable from 0.1mm/min
-30000mm/min
Rapid traverse
Should be ≥ 30m/min
Guide ways
Desirable to have Roller guide ways
Position feed back
Should be by direct linear path measuring
systems
Temperature compensation
Position feed back should have temperature
compensation
Resolution of path measuring system
Should be ≤ 0.001mm
Positioning accuracy required in X axis
≤ 0.01mm for maximum traverse
Positioning accuracy required in Y axis
≤ 0.01mm for maximum traverse
Positioning accuracy required in Z axis
≤ 0.01mm for maximum traverse
Positioning repeatability required in each axis ≤ 0.01mm
Backlash error in each axis
≤ 0.005mm
Perpendicularity between X & Y axes
≤ 0.02mm over 500mm traverse
Perpendicularity between X & Z axes
≤ 0.02mm over 500mm traverse
Perpendicularity between Y & Z axes
≤ 0.02mm over 500mm traverse
*The nomenclature of axes (viz., X, Y & Z) can vary and depend upon the configuration
of equipment offered.
Vendor has to provide following technical details for all the linear axes, their drives and
motors
 Type of drive
 Cooling mechanism for the lead screws
8







Maximum feed speed in mm/min
Rapid feed speed in mm/min
Maximum Feed power
Type of guide ways
Type of position feed back mechanism & its resolution
Positioning accuracy
Equipment layout diagram indicating all the axes and the clearance that is available at
extreme positions of the tool with maximum size of work piece on the table.
3.2.A: NC Rotary Table (C axis)
Size of the NC rotary table
Rotation speed
Feed rate
Minimum incremental rotation
Input resolution & Display resolution
Positioning accuracy
Backlash error
Maximum load capacity
Drive capacity
T slots
Centre bore
Flatness & wobble of the clamping surface
The size of NC rotary table should be such
that it can hold Jobs upto Diameter 1500mm
with radial clamping & with a maximum Job
height of 500mm over the NC rotary table
The NC rotary table should have rotational
speed that can be varied from 0.1 to 10 RPM
Should be variable from 36 to 3600 deg/min
≤ 0.001 deg
≤ 0.001 deg
≤ 10 arc sec
≤ 10 arc sec
Should be able to carry a maximum load of
2000 kg
Drive and Motor should have sufficient
power to rotate the table at minimum to
maximum feed rate with about 2000 kg load
on it and carryout the operations listed in
section 2.1
Should have sufficient number of T slots on
the surface for clamping of the Jobs. The
distance between T slots should be between
100 to 200mm. There should be a slot at the
centre for the purpose of alignment.
Should have a centre bore typically of Dia
50H7, concentric to the axis of rotary table
for checking the alignment
The flatness of the clamping surface should
be better than 0.02mm when measured over
entire area.
The wobble (tilting) of clamping surface
when measured on a diameter of 1000mm for
one full rotation should be less than 0.02mm
** Nomenclature for NC rotary table can vary and depend upon the configuration of
equipment offered.
9
Vendor has to provide following technical details for the NC rotary table quoted










Diagram of the NC rotary table showing the clamping surface
Number of T slots available for clamping the Job and their size
Distance between the T slots
Details of a centre bore for alignment
Maximum torque / Holding momentum of the NC rotary table
Maximum & minimum feed rate in RPM
Input and display resolution
Positioning accuracy in arc sec
Material of construction of the NC rotary table
Dimensions of the biggest work piece that can be accommodated on the rotary table in
terms of Job diameter and its height from the surface of rotary table
 Maximum load carrying capacity of the NC rotary table
3.2.B: Swivelling of Milling Head (B Axis)
Type of milling head
Swivel Angle
Input resolution & Display resolution
Minimum incremental rotation
Feed rate
Positioning accuracy
Drive
Spindle motor
The milling head should be a continuously
positioning universal milling head
The milling head should have a swivel range
of at least 0 to 180 deg (that is, tool axis
vertical position to tool axis horizontal
position) with an increment of 0.001 deg.
Also it should have swivel in opposite
direction by at-least 10 deg.
≤ 0.001 deg
≤ 0.001 deg
Minimum ≤ 0.1 RPM
Maximum ≥ 20RPM
≤10 arc sec
It is desirable to have a digitally controlled
AC motor with appropriate cooling
mechanism to drive the milling head.
The spindle motor should be integrated with
the milling head
** Nomenclature for swiveling milling head can vary and depend upon the
configuration of equipment offered.
Vendor has to provide following technical details for the B axis (swivel of milling head)
quoted:





Type of the drive
Type of cooling mechanism for the main motor
Type of mechanism for indexing
Swivel momentum
Holding momentum
1




Range of swivel angle
Maximum Feed rate in RPM
Positioning Accuracy in arc sec
Repeatability at spindle nose and indexing accuracy
3.3 Spindle
Type of spindle
Spindle taper
Speed range (RPM)
Radial out of spindle
Axial run out of spindle
Tool clamping
Tool clamping force
Spindle torque
Drive capacity
Inner coolant system
Spindle motor cooling
It is preferable to have integrated spindle
(with built in spindle motor)
Desirable to have HSK 63A
Minimum ≤ 10 RPM
Maximum ≥ 8000 RPM
≤0.005mm when measured near the spindle
nose using test mandrel
≤0.01mm when measured at a distance of
300mm from the spindle nose using test
mandrel
≤0.005mm
Should be of hydro mechanical type
Tool clamping force generated should be ≥
the clamping force required to hold the tool
while carrying out the operations listed out in
section 2.1 while using maximum size of
tools at maximum tool RPM, feed rate and
depth of cut of ~ 1mm
Spindle torque should be ≥ the torque exerted
by the tool while carrying out the operations
listed out in section 2.1 while using maximum
size of tools at maximum tool RPM, feed rate
and depth of cut of ~ 1mm
Drive capacity should be ≥ the power
required for carrying out the operations listed
out in section 2.1 while using maximum size
of tools at maximum tool RPM, feed rate and
depth of cut of ~ 1mm
Spindle should have an Internal Coolant
System for passage of coolant through the
tool while milling.
It is desirable to have liquid cooling
arrangement for spindle motor
Vendor has to provide the following technical details of spindle offered





Type of construction
Spindle taper
Diameter of spindle
Make of the spindle
Drive capacity
1










RPM Vs Torque chart at 40% and 100% duty cycle
RPM range (Minimum to Maximum)
Acceleration time & Deceleration time
Tool clamping and unclamping mechanisms
Spindle accuracies (radial and axial run out)
Details of the spindle bearing viz., size & type of bearings and their arrangement
Tool clamping force
Cooling mechanism for the spindle motor
Details of Internal coolant system
Maximum weight of the tool and maximum size of the tool (along with tool holder)
that can be held in spindle at maximum RPM
 Balancing quality of tools that are required for stability of spindle at maximum RPM
Vendor has to provide the details of equipment configuration indicating the relative
positions of linear axes with nomenclature and traverse range, relative position of
rotary axes with nomenclature and range of rotation.
3.4 On-line Tool measurement system
An on line tool measurement system should be provided in the equipment to measure tool
length, diameter and to detect the tool breakages. Measurement cycles should be in-built in
the equipment to measure the tool parameters viz., diameter and length & update them in the
equipment automatically.
The tool measurement system should be able to measure the sizes from dia 5mmX40mm long
upto Dia 100mmX300mm long
Vendor should provide all the technical details of such a measurement system offered with
the equipment
3.5 Measuring probe to take quick work offsets
Vendor should offer a measuring probe which can be mounted in the spindle of equipment.
This probe is required to probe the Job for initial job setting and taking work offsets. Work
offsets should get updated automatically in the equipment. The probe should work along with
an optical machine interface (OMI) which works as a receiver. The OMI should be mounted
on milling head / any other stationary part near the milling head. The probe and OMI should
not have any physical connection. It is preferable to have Rensihaw make measuring probe
along with OMI for this purpose.
In-built measurement cycles should be provided in the control system to measure different
features of Job such as
Inner and outer diameters of circular Jobs
Angle between different faces of Jobs
Height of the Job etc., & to update them in the work offsets automatically.
Vendor should provide all the technical details of such a measuring probe offered.
1
3.6 Mist Extractor and Oil Mist Separator
The equipment should be provided with a mist extractor to extract the coolant mist from the
working area. Provision should be there to operate this mist extractor in manual mode as well
as in auto mode.
The coolant mist so extracted should be passed through an oil mist separator to separate out
the moisture from the mist & to let only the air out. The moisture which is separated should
get collected so that it can be drained off periodically.
Vendor should provide all the technical details of mist extractor and oil mist separator
offered.
3.7: Central lubrication system:
The equipment should have a centralized lubrication system for automatic lubrication of
guide ways and lead screws of all axes at regular intervals. Provision for monitoring the
lubricant level should be there.
Vendor should provide the technical details of the lubrication system being offered and the
details of the lubricant to be used.
3.8 Coolant circulation system for Tool & Job Cooling:
-
Equipment should have provision for coolant flow through the spindle center as well
as a multi jet unit surrounding the milling head. It should be possible to switch from
coolant to air in the multi jet unit. The flow and pressure parameters for coolant flow
through the spindle and for external coolant (multi jet unit) should be displayed in
equipment
-
Most of the time, ZERODUR and optical glass will be milled on this equipment using
diamond tools. Material is removed in the form of fine powder and gets carried away
with the coolant. Hence, there should be a system, to filter the coolant at different
levels (coarse and fine) and to separate out the powder from coolant before it enters
the coolant tank.
-
It is desirable to have following type of coolant circulation system in the equipment:
The coolant being returned from the equipment consists of fine glass powder
suspended in it. This should be collected in an intermediate settling tank from where it
should be pumped to the main coolant tank as and when the level in the intermediate
tank reaches a set value. This coolant should pass through a centrifuge which should
have a conical shaped rotor rotating at high RPM. Coolant while passing over the
rotor undergoes directional change and due to centrifugal forces, the glass powder
remains in the centrifuge and coolant alone goes out. This coolant should be further
filtered using a cartridge type filter to less than 20 micron level and it should be
pumped back to equipment. The temperature of coolant in the main tank should
always be maintained, using a chiller unit mounted on the coolant tank.
1
-
Vendor should note that inspite of filtration at different levels; coolant still consists of
fine glass powder which can erode the equipment parts especially near the spindle
through coolant passages. Hence, the through coolant system in the spindle should be
designed accordingly to avoid erosion of spindle parts. The spindle should have a very
good sealing mechanism to avoid entering of coolant into the spindle bearing area.
-
The coolant being pumped from coolant tank to equipment should be filtered to less
than 20 microns filtration level. There should be a separate pump and motor for
external coolant (coolant jets around the milling head) and for coolant through the tool
(through the spindle center)
-
The flow rate and pressure of the through coolant as well as external coolant should
be monitored & displayed on operator panel.
-
Condition of the filters at various stages should be monitored and there should be an
alarm when the soiling of filter exceeds allowable value.
-
The coolant tank should have a capacity of at least 500 Lts
-
The material of tank and its paint should be compatible for water soluble cutting
fluids.
Vendor should provide all the technical details of the coolant recirculation and conditioning
system offered.
3.9 Cooling system for cooling spindle motor and axis lead screws:
- The equipment should be equipped with a chiller unit to cool the spindle motor and axes
lead screws to avoid excessive heating.
-The temperature of spindle motor and axes motors should be monitored and displayed on the
operator panel.
Vendor should specify the technical details of cooling system offered.
3.10 Hand Held Unit:
A mini hand held unit to move the linear axes and rotary axes in Jog mode should be supplied
by the vendor. It should be possible to move each axis in steps of 0.001, 0.01, 0.1, 1.0mm
(selectively) and also into continuous mode. There should be an emergency push button
provided on the hand held unit.
3.11 Protection for operating personnel and equipment components:
The working area of the equipment (NC rotary table, X,Y,Z axes, Spindle and milling head)
should be fully enclosed in a cabin including the roof portion. Such a cabin should have
sliding doors and large safety glass windows for observing the working area.
1
It should be possible to load the Jobs of size upto Dia 1500mm X 500mm thick using the
crane directly onto the Rotary table.
Safety interlocks should be provided to restrict the working of equipment in auto mode &
coolant circulation while the cabin doors are open.
The guide-ways of the axes should be covered suitably to avoid the coolant from entering into
the guide-ways.
3.12: Spindle Monitoring:
There should be a provision for monitoring the condition of the spindle by sensing the
vibration at spindle and in the case of vibration exceeding the set limits, equipment should be
stopped.
There should be a provision to monitor the condition of spindle bearing.
There should be a provision to monitor the torque on the spindle and in case of the torque
exceeding the set limits, milling process should be stopped.
3.13: 3D data model of equipment configuration
Vendor should supply the 3D data model of the equipment configuration. The data model
should mainly include equipment bed, milling head, working table, linear and rotary axes and
cabin. This data model should be supplied in a format that is compatible with CAM softwares
such as DELCAM. It will be integrated with CAM software and will be used for off-line
simulation of 5 axis milling programs in CAM software, before actual execution in the
equipment.
3.14 Automatic Tool Changer (as an optional item)
Vendor can quote for automatic tool changer as an option.
There should be at-least 30 slots in the in the tool magazine.
It is preferred to have a vertical chain magazine.
Program controlled tool change in the spindle should be possible
Vendor should provide all the details pertaining to Automatic Tool Changer offered including
the maximum no of tools that can be stored, maximum size of tools that can be loaded in the
magazine etc.,
3.15 CNC control system:
The 5 Axis CNC milling equipment should consist of a PLC based CNC system, preferably
latest SIEMENS CNC control system through which all the operations of the equipment ,
its power management & distribution, monitoring of different process parameters & their
control, monitoring of equipment safety & their control is carried out.
1
Hardware of CNC path control system
Operator panel
Multi programming
Number of controlled axes
Data Memory
Programming
Programming Tools
Simulation
Editing of programs
Over rides
Operating modes
Should be a micro processor based CNC path
control system with integrated PLC and
digital drive technology
Should be a flat operating panel with display
size of ≥ 19”. Screen texts should be in
English. Screen saver feature should be
available.
It should be possible to carryout
programming, editing and simulation during
the operation of equipment.
All the 5 axes (X, Y, Z, B,& C) and spindle
should be simultaneously programmable
Should have a hard disk of memory at least
40GB to store the machine data
Programming with DIN and ISO formats
should be possible.
Should be compatible for programming with
mathematical operators and functions
Should be compatible for programming in
Cartesian and Polar coordinates
Program input and optimization through keys,
simultaneous with milling should be
available.
Clear arrangement of keys on operator panel
with provision for panel lockout should be
there.
Basic cycles for drilling, milling, basic
geometries should be built in
Graphic simulation of milling process should
be there with determination of program
execution time. 3D representation of milling
process should be there, with facility to zoom
in and out and view the sections
Editing of program by copying, insert,
exchanging and deletion of program blocks,
program jumps should be possible
The following over rides should be available
- Feed rate over ride 0 – 120%
- Rapid traverse over ride 0 – 120%
- Spindle speed override 0 – 120%
The following operating modes should be
available
- Jog mode
- MDI mode
- Auto mode
- Single block mode
- Teach in mode (interactive program
1
Safety Interlocks
Display of Error messages
Program Transfer to equipment
Storage of part programs and tool data
Look ahead function
Tool data monitoring
generation together with machine)
Suitable interlocks should be provided for
avoiding over-travel of any axis
Suitable safety interlocks should be provided
to safe guard the equipment and for safety of
operating personal as per international safety
standards and protocols
Safety alarms should be provided for
emergency situations
Error messages due to faults should be
displayed and logged
The following modes of transferring program
to equipment should be available
- Ethernet interface
- USB interface
- RS232
Should be able to store at least 500 part
programs and data of 500 tools in the memory
The control should check the directional
changes in advance during execution of
program and adjust feed speed to adapt to the
dynamics of equipment
Tool length, radius and wear compensation
features should be available
3.16: Power distribution system:
3.16.1 The equipment must be compatible for the following power supply
400V, 3 Phase, Neutral, Earthing, 50 Hz
230V, 1 Phase, Neutral, Earthing, 50 Hz
Maximum Variation in the supply voltage ~ ±10%
Maximum Variation in the supply frequency ~ ± 2 Hz
3.16.2. The power distribution bus should have all the necessary hardware such as fuses,
relays and circuit breakers to safeguard the various sub-systems and the equipment as a
whole, against any power fluctuations, power hazards and any such situations which may
arise during the use of the equipment as per the applicable standards and norms
3.16.3 Compressed Air purity should be specified by Vendor. Coarse filtration will be done
by LEOS. However, the equipment should have mechanism for fine filtration of compressed
air.
3.16.4. There should be a stop push button to stop CNC equipment in case of emergency
3.16.5. There should be a dedicated AC unit for electrical control cabinet
1
3.16.6. Vendor should provide technical data on the safety features available in the equipment
that is offered.
3.17: ULTRASONIC Milling Attachment (as an OPTIONAL ITEM)
Vendor should quote as an option, Ultrasonic milling attachment for the milling equipment
being offered: The ultrasonic milling attachment offered, should conform to following
specifications:
3.17.1 Principle of operation: The milling tool should be oscillated at a frequency of 16 to
30 KHz with amplitude of 20-50 microns on the cutting edge and simultaneously it should be
rotated with speeds upto 8000RPM. The simultaneous rotation at high RPM and oscillation of
tool at ultrasonic frequency should result in milling of hard and brittle materials.
3.17.2 Application: Using the ultrasonic milling feature the equipment should be able to
carryout all the milling processes mentioned in section 2.1 on hard and brittle materials like
sintered silicon carbide, Zerodur and optical glass. Also, using this feature, equipment should
be able to produce thin sections (typically ribs of size 2mm thickX100mm width X 200mm
deep) in Zerodur and optical glass without inducing significant stress.
3.17.3 Hardware & Software for ultrasonic milling attachment:
Equipment should have necessary ultrasonic generator to generate ultrasonic signal from
frequency of 16 to 30 KHz and to transmit the signal from generator to the rotating tool on
milling head.
Equipment should have necessary software to fine tune and optimize the ultrasonic frequency
for every particular tool. Software should have necessary feature to start and stop ultrasonic
milling by simple commands in the program.
Software should have provision to monitor and control the actual ultrasonic power being
utilized by the tool during milling process.
The equipment should also be operable in conventional mode without ultrasonic milling,
without calling for any changes in the milling head.
The tool holders and tools that are offered for ultrasonic milling should work in conventional
milling mode also.
3.17.4 Performance of Ultrasonic Milling Attachment:
Vendor should clearly mention the advantages of ultrasonic milling of ZERODUR over
conventional milling.
Vendor should also mention the difference between milling parameters viz., infeed and feed
rate while milling Zerodur with and without ultrasonic milling feature, especially when
milling deep pockets, for Eg. Circular pocket of Dia80X200mm deep.
Vendor should clearly mention how the ultrasonic milling feature offered with the machine
helps in
- improvement in material removal rates,
- improvement in surface finish,
- increase in tool life,
- reduction in cutting forces
Sufficient data should be provided in support of the above.
1
Comparison data for any typical ZERODUR job for milling with and without ultrasonic
feature also should be provided.
Vendor also should mention approximate reduction in milling time that can be achieved by
using the ultrasonic milling feature when compared to conventional milling process
especially while milling deep pockets of ~200mm depth.
If ordered, the performance of the equipment with ultrasonic milling feature should be
demonstrated by milling a trial Job on Sintered silicon carbide and Zerodur as per the given
drawing by using ultrasonic milling feature.
Vendor should provide sufficient technical data and information regarding the ultrasonic
milling attachment offered.
4.0 : SPARES & ACCESSORIES:
Along with the equipment, vendor should provide spares that are essential for 1000 days of
trouble free operation of equipment (@ 8 hours per day). Typically these spares should
include (but not limited to)
 Items which are required for regular preventive maintenance like pneumatic,
hydraulic and coolant filters, LM guide way wipers, filter mats for the AC units etc.,
 Consumables like central lubrication grease/oil, hydraulic oil, chiller solutions,
lubricating sprays for spindles and ATC chains
 Electrical spares like contactors, fuses, relays, MCBs, switches etc.,
 Spares that are specific to the equipment offered and which can cause complete break
down of equipment in case of non availability
 In addition to the above, one standard maintenance kit for the equipment offered
should be provided along with the equipment
 Vendor has to provide information on Spares / Service support facilities
available in India for the equipment offered. Information on the strength of
sales / service team and their locations in India should be provided
In addition to above, vendor may also suggest spares that have to be maintained by LEOS for
trouble free operating of equipment.
Vendor should provide a list of all such spares along with the offer
5.0 : TOOLS, JIGS & FIXTURES:
Vendor has to provide the following along with the equipment:
1. Vendor has to quote for the following tools, jigs and fixtures in the slabs of 5, 10 & 15
Nos for each item
- Diamond Milling Tools, Cup wheels & Facing Tools for milling of zerodur. Size of
Milling Tools ranging from Dia8mm*40mm Long upto Dia28mm*220mm Long, Facing
Tools from Dia50mm upto Dia100mm, Cup wheels from Dia75mm upto Dia150mm
1
-
HSK 63A tool holders with ER25 taper along with the locking nut, spanner and with
a provision for inner coolant passage
ER25 collets of bore diameter from 8mm upto 16mm
HSK63A tool holder with 20H7 shaft with a provision for inner coolant passage
HSK63A tool holder of Hydrogrip type with a provision for inner coolant passage
Sleeves for the Hydrogrip tool holders for holding the tools from Dia 8mm upto
16mm
A list of the diamond tools, tool holders, collets and sleeves are given in the Annexure-I.
Vendor should submit quote for the diamond tools, tool holders, collets and sleeves that
are given in the Annexure-I. Quantity of the items will be finalized at the time of
ordering of the equipment. LEOS can either order all the items mentioned in the
annexure or only part of them. Diamond Tools & Tools holders quoted should be
compatible for ultrasonic milling also.
2. Slip gauges (from 25mm upto 100mm thickness) to set the tool heights
3. Fixture for fixing the tools in the tool holder, off-line
4. Vendor has to quote, as an optional item, a circular base plate of Dia 1600mm as
per the Fig.9. This base plate, if ordered, should be fixed on the NC rotary table and
supplied along with the equipment. The details of base plate are given in Annexure-II
5. Vendor has to explicitly specify the list of any other tools, jigs and fixtures that are
required for day to day operation of the equipment
6. UPS FOR THE EQUIPMENT (as an OPTIONAL ITEM):
Vendor should quote as an option, an Online Uninterruptible power supply system (UPS)
which meets the power requirement of the equipment with a back up time of 30min. The
UPS, if ordered should be supplied along with the equipment. Installation of UPS and its
commissioning and performance demonstration is the scope of vendor.
7. INSTALLATION, DEMONSTRATION & TRAINING:
7.1. Vendor has to demonstrate the performance of equipment and its accessories at vendor’s
site as per mutually agreed test / evaluation protocol
7.2. Vendor has to install and commission the equipment and its accessories at LEOS and
demonstrate it’s performance as per mutually agreed test / evaluation protocol
7.3. The following protocol shall be adopted to test & evaluate the equipment, and for its
acceptance at vendors site as well as at LEOS.
1. Demonstration of equipment accuracies by milling a Aluminium NAS test piece as
per the Fig.10, with work piece located at center of table and at extreme position of
the table
2. Demonstration of zerodur milling using diamond impregnated tools by milling a
Zerodur blank as per the drawing (Fig.11) enclosed. Demonstration should be carried
out by Ultrasonic Milling, if the ultrasonic milling attachment is ordered with the
equipment.
2
7.4. All the tools, jigs & fixtures that are required to carry out above trials and demonstrations
should be arranged by the vendor. Aluminium Raw material for making NAS test piece also
should be arranged by the vendor. ZERODUR material for acceptance trials as per Fig.11 will
be provided by LEOS. After the completion of trials, all the tools, jigs and fixtures used shall
be handed over to LEOS.
7.5. Vendor has to offer training to LEOS personnel at both at Vendor’s site as well as at
LEOS on operation and maintenance of the equipment and its accessories.
8. DELIVERABLES:
Vendor should consider the following as the deliverables:
1. Five Axis CNC Milling Equipment together with all the accessories
2. Tools, Jigs and fixtures, power cables & any other items that are required for
installation, commissioning and conducting acceptance trials of the equipment on
NAS Test Piece as well as on ZERODUR part, as mentioned in section 7.0
3. Tools, Tool Holders, Collets, Sleeves and other accessories as mentioned in section
5.0
4. Spares and accessories for 1000 days of operation of equipment (@ 8 hours per day),
as mentioned in section 4.0
5. All the technical documents (in English) for Installation, Operation, Maintenance and
Servicing of equipment and a soft copy of the same in the form of DVD
6. Electrical, Pneumatic & Hydraulic circuit diagrams and mechanical drawings of
critical sub assemblies (in English) and a soft copy of the same in the form of DVD
7. Manual for electrical, mechanical, hydraulic & pneumatic spare parts and a soft
copy of the same in the form of DVD
8. Certificate of compliance conforming to the specifications of the equipment
9. Accuracies test chart for the delivered equipment passed by QA of the vendor
10. Reports of Factory acceptance test (FAT) and site acceptance test (SAT)
11. Manuals of the all the OEM equipment used in milling equipment (in English)
12. Soft copy of PLC program / Machine data
13. On-line UPS system (Optional), if ordered, which meets power requirements of
equipment with 30min backup time & its manuals in English
14. A circular base plate of Dia1600mm (Optional), if ordered, fitted to the NC rotary
table
15. Ultrasonic Milling Attachment (Optional), if ordered.
16. Automatic Tool Changer (Optional), if ordered.
9. UTILITIES:
- The vendor has to provide information on on-site infrastructure viz., Electricity connection,
compressed air, water supply, floor space required, special foundation required, if any, that is
to be made available for installation & commissioning of equipment.
2
- Vendor should also provide information on the weight of equipment, height of the building
required for installing it, clearance space required all around the equipment and any special
preparation of the site required in their technical offer.
10. GUARANTEE / WARRANTY:
1. Vendor is required to provide warranty on the CNC milling equipment and all its
accessories for a minimum period of one year from the date of acceptance.
2. Vendor also has to quote separately for extended warranty of 2 years from the date of
expiry of normal warranty/guarantee
3. Vendor has to explicitly provide the terms and conditions of the warranty / guarantee
offered. The nature of maintenance / service work that will be provided during
warranty period should be clearly mentioned.
4. Vendor has to provide information on nature of preventive maintenance that has to be
carried out periodically for smooth operation of equipment.
11. FORMAT OF QUOTATION:
Vendor has to submit the offer in two parts, namely “TECHNICAL BID” &
“COMMERCIAL BID” in two separate sealed covers. On the covers it should be mentioned
as “TECHNICAL BID” or “COMMERCIAL BID”. Both the sealed covers should be
enclosed in another sealed cover and should be submitted to purchase department of LEOS.
1. Technical bid should consist of the following:
Detailed technical specifications of the equipment offered, including all its accessories,
compliance / non-compliance matrix with respect the specifications in the tender along with
the justification for compliance / non-compliance, Technical data sheets & theoretical
calculations made in support of the offer made by vendor.
Vendor is required to prepare & provide a technical compliance / non-compliance matrix
against each specification in the tender, supported by technical data sheets and justifications
with high lights ( a sample compliance/non compliance matrix is enclosed)
2. Commercial bid should consist of the following:
- Prices of the 5 Axis CNC Milling Equipment and its accessories
- Quotation for the Optional Items
- Quotation for the tools, tool holders and their accessories
- Quotation for the spares and accessories those are required for trouble free running of
equipment for at least 1000 hours of operation (@ 8 hours operation per day)
- Quotation for conducting factory acceptance test (FAT) & Training of LEOS personnel
at vendor’s site
- Quotation for Installation & Commissioning of Equipment along with its accessories
and optional items at LEOS.
- Quotation for extended warranty of 2 years.
2
- Quotation for Annual Maintenance Service Contract of the equipment after the expiry of
warranty period. Terms of such a maintenance contract shall be provided clearly.
- All the commercial terms and conditions, warranty / guarantee clauses, validity of the
offer etc.,
12. TOTAL QUALITY CONTROL & MANAGEMENT:
1. Vendor has to provide the management structure for execution of the present contract,
identifying the focal point
2. Vendor is required to provide the Quality Policy of the organization and the plan for
Total Quality Management (TQM)
13. DELIVERY PERIOD:
1. The desirable delivery period shall be 10 months from the date of release of Purchase
order
14. EXPERTISE & HERITAGE:
1. Vendor has to provide information on the company’s expertise in building 5 Axis
CNC Milling Equipment, particularly for the model offered.
2. Vendor has to provide information on the company’s heritage in supplying similar
equipment for milling ZERODUR & Optical Glass along with user’s feedback.
3. Vendor has to provide the bench mark of performance of the equipment in relation to
other suppliers with respect to the equipment offered
4. Vendor has to provide information on company’s profile covering various aspects
viz., technical, commercial and the uniqueness of the organization in the specific
sphere of building and supplying CNC Milling Equipment
5. Vendor has to provide information of the status of their organization in India in terms
of manufacturing locations, sales, service and spares support details etc.,
6. Vendor has to provide the references of earlier supplies made globally for zerodur
milling and particularly for the model of equipment offered.
15. GENERAL TERMS & CONDITIONS:
- It is mandatory for the vendor to provide the ‘Technical Compliance Matrix’ with
proper technical justification with documentary evidences and technical data sheets.
Simple duplication of the technical specifications (without support documents and
technical explanation) will lead to the rejection of the offer.
- All bids must be enclosed with firm commitments and approvals from regulatory authorities
(respective countries) to supply the equipments if the order is placed.
2
Format of “Compliance / Non Compliance Matrix” to be submitted by the
Vendors
Sl.No Section in RFP
LEOS
Offer
Complied
specification
given by with
data sheets
Vendor
LEOS
/
Spec/
catalogues
Not
/
complied
calculations
with
LEOS
spec
1
2.1
2.1.1
2.1.2
2.1.3……….upto
2
2.1.7
3.1.1
3.1.2
3.1.3…..
and
so
so
an
forth
upto section 14
Remarks
Supporting
LIST OF DIAMOND TOOLS TO BE QUOTED ALONG WITH THE MILLING EQUIPMENT
A
MILLING TOOL TYPE 1
Wall
thickness
Diameter
Milling
Grain
Milling of cutting
near
Depth
Size
Sl.
Tool
cutting
Edge
No Type
edge
Do(mm) MD (mm) WT(mm)
Type of Tool
Provision for
Holder with
Type of Concent
Applicatio
internal
which tool
Bonding ration
n
coolant
should be
passage
compatible
for
HSK63A with machining
ER25 taper ZERODUR
1
MT1
8
40
1.5
D151
Metallic
C75
Yes
2
MT1
8
80
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
3
MT1
10
50
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
4
MT1
10
100
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
5
MT1
12
60
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
6
MT1
12
110
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
7
MT1
14
60
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
8
MT1
14
110
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
9
MT1
14
160
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
10
MT1
16
60
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
11
MT1
16
110
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
12
MT1
16
180
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
13
MT1
18
60
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
14
MT1
18
110
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
15
MT1
18
180
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
16
MT1
20
60
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
17
MT1
20
110
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
18
MT1
20
180
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
19
MT1
24
60
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
20
MT1
24
110
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
21
MT1
24
180
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
22
MT1
28
60
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
23
MT1
28
110
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
24
MT1
28
180
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
B
MILLING TOOL TYPE2
Wall
thickness
Diameter
Total
Grain
Milling of cutting Length of
near
Size
Sl.
Tool
cutting
Edge
Tool
No Type
edge
WT(mm)
Do(mm)
L(mm)
Type of Tool
Provision for
Holder with
tolerance
Type of Concent
Applicatio
internal
which tool
on dia of
Bonding ration
n
coolant
should be
tool shank
passage
compatible
for
HSK63A with machining
ER25 taper ZERODUR
1
MT2
8
100
1.5
D151
Metallic
C75
Yes
h6
2
MT2
8
125
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
3
MT2
10
100
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
4
MT2
10
125
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
5
MT2
12
100
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
6
MT2
12
140
1.5
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
7
MT2
14
100
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
8
MT2
14
150
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
9
MT2
14
200
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
10
MT2
16
100
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
11
MT2
16
150
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
12
MT2
16
220
1.8
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
13
MT2
18
100
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
14
MT2
18
150
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
15
MT2
18
220
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
16
MT2
20
100
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
17
MT2
20
150
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
18
MT2
20
220
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
19
MT2
24
100
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
20
MT2
24
150
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
21
MT2
24
220
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
22
MT2
28
100
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
23
MT2
28
150
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
24
MT2
28
220
2.0
-DO-
-DO-
-DO-
-DO-
-DO-
-DO-
h6
C
Tool
Sl.No type
FACING TOOL
Type of Tool
Wall
Provision for
Diameter
Total
Holder with
thickness
Type of
Applicatio
internal
of cutting Length of
Concentrationwhich tool
near Grain SizeBonding
n
coolant
Edge
Tool
should be
cutting
passage
compatible
edge
1
2
3
FT
FT
FT
D
L(mm)
WT(mm)
50
100
150
75
75
75
2
2
2
D151
-DO-DO-
Metallic
-DO-DO-
C75
-DO-DO-
HSK63A
with20h7
shaft
-DO-DO-
for
machining
ZERODUR
-DO-DO-
Yes
-DO-DO-
CUP WHEEL
Tool
Sl.No Type
1
2
3
Do(mm)
CW
CW
CW
Type of Tool
Provision for
Diameter
Total
Holder with
Type of
Applicatio
internal
of cutting Length of Radius ofGrain Size
Concentrationwhich tool
Bonding
n
coolant
Edge
Tool
should be
cutting
passage
compatible
edge
WT(mm)
Do(mm)
L(mm)
HSK63A
for
with20h7 machining
shaft
ZERODUR
80
75
2.5
D151 Metallic
C75
Yes
130
75
2.5
-DO-DO-DO-DO-DO-DO160
75
2.5
-DO-DO-DO-DO-DO-DO-
LIST OF TOOL HOLDERS TO BE QUOTED ALONG WITH THE MILLING EQUIPMENT
Sl.No
Tool Holder Type
1
HSK63A Tool Holder with ER25 TAPER
2
HSK63A Tool Holder with 20h7 SHAFT
3
ER25 collets - 7-8mm, 9-10mm, 11-12mm, 13-14mm, 15-16mm
4
Hydrogrip tool holder with HSK63A taper
5
Sleeves for Hydrogrip tool holder - 8mm, 10mm, 12mm, 14mm, 16mm
Fig.1: Pocket Milling
Diamond
Wheel
Tool
Shank
Pocket Milling
Tools
Face milling
Tool
Fig T1: Types of Milling Tools used for pocket milling and face milling application
FIG 2: Trepanning
Trepanning Tool
FIG T2: Trepanning Tool
Smaller dia blank
cut from larger
size Job
Job
Job Mounting
pads
Machine Table
Fig T3: Slicing Wheel
Fig 3:Slicing
Job
Machine Table
Slicing
wheel
Fig.T4 Chamber Milling Tool
Fig.4 Chamber Milling
Fig 6: Edging
Fig T1: Types of Milling Tools used for edging
Fig 7: PROFILING ON BOTTOM OF
POCKETS
T7: Ball Nose
Diamond Tool to
generate profile on
the bottom of
pockets
Fig.8: Maximum Job size
and traverse requirements
M12 *60mm Helicoils
Pitch=30mm
From PCD 120mm TO 1500mm
Material: AL6061
Surface Treatment: To be anodized
Planarity < 50 microns when
measured over entire surface
Fig.11: Acceptance Trial Job
Milling Tools given in Annexure-I
Fig.12:Milling Tool Type1
Diamond (abrasive) portion
ER25Taper
Milling Tools given in Annexure-I
Fig.13: Milling Tool Type2
Fig.14: Face milling Tool
Milling Tools given in Annexure-I
Milling Tools given in Annexure-I
Fig.15: Cup wheel
NOTE:
1.
Tender documents are available on ISRO Website www.isro.org Interested tenderers
may, at their option download the tender documents from the website and submit their
offers along with the prescribed tender cost in the form of Bank Draft as per details in the
Tender Notification.
2.
Tender documents also can be obtained against the above Tender Notice, from Purchase
Officer, Laboratory for electro-optics systems, 1 st stage, 1st cross, Peenya Industrial
Estate, Bangalore – 560 058, India on payment of non-refundable tender fee as indicated
above, on all working days between 9.00 Hrs to 16.00Hrs.
3.
Tender fee shall be payable only in the form bank draft drawn in favour of Accounts
Officer, LEOS, payable at Bangalore. No other mode of payment for tender fee is
acceptable.
4.
DD should not be dated prior to the date of advertisement / from the date of website.
Separate requests and demand drafts shall be sent for each tender document.
5.
Vendors/firms name and tender No. shall be indicated on the reverse side of the Demand
Draft.
6.
While requesting for tender documents, please do not Superscribe tender number and
due date on the envelope.
7.
Detailed specifications, terms and conditions are furnished in the tender documents.
8.
LEOS will not be responsible for non-receipt of tender documents/offers due to postal
delay/loss in transit.
9.
Quotations received without payment of tender fee will be treated as unsolicited.
10. Indian agents while quoting on behalf of their principals are requested to provide
necessary authorization letter from their principals.
11. The offer should be valid for the period of ninety days from the date of opening.
12. Quotations received after the due date and time will not be considered.
13. While submitting your offer please Superscribe tender No. and due date on the envelope.
14. If tender opening date happens to be a public holiday tender will be opened on the next
working day.
15. No request for the extension of the due date will be considered.
16. Purchase Officer, LEOS reserves the right to accept or reject any tenders in part or full
without assigning any reasons thereof.
sd/S. SUBRAMANYA
PURCHASE & STORES OFFICER
for & on behalf of President of India
The Purchaser
REQUEST FOR PROPOSAL NO. LEAO 2014 000 234 01 DUE ON 28h January ,2014
SPECIAL INSTRUCTIONS FOR TWO (2) PART TENDER
We invite your offer duly signed, consisting in Two (2) Part envelopes marked as follows:
a)
PART – I
TECHNICAL & COMMERCIAL TERMS (in duplicate)
b)
PART - II
PRICES (in duplicate)
1.0
PART-I TECHNICAL & COMMERCIAL
1.1
1.2
1.3
1.4
Our Tender Enquiry contains technical requirements and specification of
“ 5 Axis CNC Milling Machine” The detailed technical specification of offer
should be covered in this part. The Part-I should not contain prices. Please enclose
Compliance Statement for all the specifications (point by point) is to be prepared and
duly signed.
Our standard terms and conditions listed at Enclosure-I. You shall confirm compliance
to all points of Enclosure-I. In addition, you shall also confirm compliance to the points
listed in Annexure-I. The Terms and conditions shall form part of the contract. The
compliance statement for commercial terms and conditions duly signed shall be sent
with Part-I of the envelope in duplicate.
Also enclose a copy of the details indicated in price quote (WITHOUT PRICE OR
BY MASKING THE PRICE) mainly to know the items/description for which you
have indicated prices in the price bid.
THIS PART SHOULD NOT CONTAIN ANY PRICE DETAILS. THIS PART SHOULD BE
KEPT IN SEPARATE COVER SUPERSCRIBED AS UNDER:-
Quotation against Tender No. LEAO 2014 000 234 01
Due on 28th January ,2014at 16:00 Hours (IST)
FOR THE
“ 5 Axis CNC Milling Machine”
PART I - TECHNICAL & COMMERCIAL
2.0
PART II – PRICE BID
2.1
The prices for the items shall be indicated item wise in this part. All the items
mentioned in the Technical Part shall be mentioned here and prices indicated against
each. The break-up for each item of supply or service shall be indicated. Wherever
options are quoted, the same shall also be indicated with quantity and unit rate
separately. The prices are to be mentioned both in figures and words.
The prices shall be valid for a minimum period of 180 days.
This part shall also be kept in a separate sealed cover superscribing as follows:
Quotation against Tender No. LEAO 2014 000 234 01
Due on 28th January ,2014 at 16:00 Hours (IST)
FOR THE
2.2
2.3
“ 5 Axis CNC Milling Machine”
3.0
PART II – PRICE BID
THE TWO SEALED COVERS PROPOSED AS ABOVE SHOULD BE KEPT IN
ANOTHER ENVELOPE, SEALED AND SUPERSCRIBED AS UNDER:Quotation against Tender No. LEAO 2014 000 234 01
Due on 28th January ,2014 at 16:00 Hours (IST)
FOR THE
“ 5 Axis CNC Milling Machine”
Containing TWO SEPARATE COVERS PART I & PART II.
ADDRESSED TO:
PURCHASE & STORES OFFICER
LABORATORY FOR ELECTRO OPTICS SYSTEMS
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
1ST STAGE, 1ST CROSS, PEENYA INDUSTRIAL ESTATE
BANGALORE – 560 058, INDIA
PHONE
+91-80-2839 8836
FAX +91-80-2839 1964
Email: [email protected]
3.1
The cover should indicate “ From” address
GENERAL
1.
Normally we do not open PART-II, if PART-I does not meet with our technical
specification / requirements. Your offer prepared as above should reach us on or before
the due date and time i.e. 28th January 2014 AT 16:00 HOURS (IST). The offers
received after the due date and time will be treated as invalid.
2.
We would request you to send us an advance intimation on the dispatch particulars of
your bid, by fax or by email as soon as possible.
3.
In case you do not wish to participate in the bid, we would appreciate your returning the
tender enquiry to us with a regret letter.
IMPORTANT : “QUOTATIONS RECEIVED BY EMAIL / FAX WILL BE TREATED AS
INVALID”
- X-
ANNEXURE – I
Tender No: LEAO 2014 000 234 01 Due on
28th January ,2014 at 16.00 Hrs. [IST]
LABORATORY FOR ELECTRO OPTICS SYSTEMS
BANGALORE
The following specific articles shall form part of LEOS Contract in addition to the Standard Terms and
Conditions:
Sl.No
1
2
3
4
5
6
7
8
9
10
11
Article
Delivery Terms
Prices shall be quoted on C & F Bangalore
basis or Ex-works or FOB, FCA etc.,
Department will choose any one of them.
Currency in which prices are quoted
Delivery Period
Firm delivery period shall be quoted
Payment Terms
a) Sight Draft through State Bank of
India, I phase, Peenya Industrial
Estate, Bangalore: 560058. INDIA for
foreign vendor.
b) 100% Payment within 30 days after
receipt & acceptance of Stores for
Indian Suppliers.
Bank Charges
Vendor shall bear all bank charges outside
India
Warranty
Vendor shall give minimum Twenty Four (24)
months warranty from the date of
commissioning and acceptance OR as per
enclosure
Performance Guarantee
Vendor shall provide Performance Bank
Guarantee for 10% of the Contract Price for
satisfactory performance of the items supplied
during Warranty period.
Indian Agent
Name & Address of Indian Agent.
LEOS will not pay any Agency Commission
Liquidated Damages for late supply.
Vendor is liable to pay liquidated damages at
0.5% per week for delay in supply, subject to
a maximum of 10% of the Contract Price.
Transit Insurance
Vendor shall insure the item from Warehouse
(Seller) to Warehouse (Purchaser) at his cost.
Law Applicable:
Indian Law
Bidders Confirmation
Sl.No
ARTICLE
12
Bidders Confirmation
INSTALLATION:a) Please specify who will undertake
installation of the system at LEOS,
Bangalore, India.
b) The price quoted are inclusive of
Installation charges.
13
14
INCOME TAX:
Acceptance for recovery of Income tax, if
applicable, as per Indian Income Tax rules, on
services viz.: installation etc.
AMC
[i] Vendor shall undertake the Annual
Maintenance of the system after
Completion of Warranty. The AMC
charges shall be as follows:
(a) Comprehensive.
(including spares)
(b) Non-Comprehensive.
(without spares)
(c) Per call basis.
[ii] The AMC charges shall be valid for a
Period of 3 years after Warranty.
15
16
17
Place:
Date:
SUPPLY OF SPARES/SERVICES.
Vendor shall provide uninterrupted supply of
spares/services for a minimum period of 10
years after Warranty.
VALIDITY
The quote / prices shall be valid for a period of
180 days from the date of Tender opening.
Price Bid Masking :
Whether copy of Price Bid after Masking the
prices has been enclosed in the Technical Bid
Authorized Signatory
Company Seal
INSTRUCTIONS TO TENDERERS AND GENERAL TERMS AND CONDITIONS OF
PURCHASE
1.
Instructions to Tenderers:
1.
The Tenderers should submit quotations in duplicate in a sealed envelope, superscribing the Tender No. & due date of
opening and complete in all respects with
technical specifications including pamphlets & catalogues.
2. A Proforma Invoice may also be given which should contain the following information
(a) The FOB value, the C&F value for import by Sea-freight/Air freight upto and for air parcel post upto Bangalore-58 should be separately
indicated.
(b) Agency Commission: LEOS will not pay any Agency Commission.
(c) The Contractor shall Invoice only for the nett amount payable to him after deducting the amount of Agency Commission included in the
Invoice which would be paid to the Indian Agents directly by the Purchaser. However, the Contractor’s Invoice should separately reflect the
amount of commission payable to his Indian Agent.
(d) The earliest delivery period and country of origin of the Stores.
(e) Banker’s name and address of the contractor.
(f)
The approximate nett and gross weight and dimensions of the packages/cases.
(g)
Recommended spares for satisfactory operation for a minimum period of one year.
(h)
Details of any technical service, if required for erection, assembly, commissioning and demonstration.
3.
The FOB & C&F prices quoted should be inclusive of all taxes, levies, duties arising in the tenderer’s
country.
4.
The offer should be valid for a minimum period of 120 days from the due date of opening of the tender.
5.
Samples, if called for, should be sent Free of all charges.
6.
Late tenders will not be considered. Quotations by cable must be followed by detailed offers, to reach
within 15 days.
7.
Offers made by Indian Agents on behalf of their principals, should be supported by the Proforma
Invoice of their principals.
8.
The details of Import License will be furnished in the Purchase Order.
9.
The authority of person signing the tender, if called for, shall be produced.
10. Instruction/Operation manual containing all assembly details including wiring diagrams should be sent
wherever necessary in duplicate. All
documents/correspondence should be in English language only.
11. The purchaser reserves the right to accept or reject the lowest or any other offer in whole or in part
without assigning any reason.
12. It is expressly agreed that the acceptance of the stores contracted for is subject to final approval in
writing by the Purchaser.
13. (a) Part shipment is not allowed unless specifically agreed to by us.
(b) As far as possible stores should be dispatched by Indian Flagged vessels/Air India or through any Agency nominated by us.
14. Inspection/Test Certificate should be provided for the goods after testing it thoroughly at the Contractor’s works if any inspection by
Lloyds
or any other testing agency is considered necessary, it shall be arranged by contractors.
15. Where erection or assembly or commissioning is a part of the contract it should be done immediately on notification. The contractor
shall
be responsible for any loss/damages sustained due to delay in fulfilling this responsibility.
16. For items having shelf life, those with maximum shelf life should be supplied, if order is placed.
1.
Terms & Conditions:
1. Definitions:
(a)
(b)
(c)
(d)
The term ‘Purchaser’ shall mean the President of India or his successors or assigns.
The term ‘Contractor’ shall mean, the person, firm or company with whom or with which the Order for the supply of stores is
placed and shall be deemed to include the Contractor’s Successors, representatives, heirs, executors and administrators unless
excluded by the contract.
The term ‘Purchase Order’ shall mean, the communication signed on behalf of the Purchaser by an officer duly authorized
intimating the acceptance on behalf of the Purchaser on the terms & conditions mentioned or referred to in the said communication
accepting the Tender or offer of the Contractor for supply of Stores or plant machinery or part thereof.
The term ‘Stores’ shall mean, what the Contractor agrees to supply under the contract as specified in the Purchase Order.
2. Prices:
Tenders offering firm prices will be preferred. Where a price variation Clause is insisted upon by a tenderer, quotations with a reasonable
ceiling should be submitted. Such offers should invariably be supported by the base price taken into account at the time of tendering & also the
formula for any such variations.
3. Terms of Payment:
3.1
3.2
Being a Department of Government of India, the normal terms of payment are by Sight Draft. However, other terms of payment like
establishment of Letter of Credit may be considered by the Purchaser on such terms and conditions as may be agreed upon.
The Sight Draft/Letter of Credit will be operative on presentation of the under mentioned documents :(a)
(b)
(c)
(d)
(e)
(f)
(g)
Original Bill of Lading/Airway Bill.
Commercially certified Invoices describing the stores delivered, quantity, unit rate and their total value in triplicate.
The Invoice should indicate the discounts, if any, and Agency Commission separately.
Packing List showing individual dimensions and weight of packages.
Country of Origin Certificate in duplicate.
Test Certificate
Declaration by the Seller that the contents in each case are not less than those entered in the Invoice & the quality of
the Stores are guaranteed as per the specifications asked for by the Purchaser.
Warranty & Guarantee Certificates vide Clause 20.
4. Import License:
Reference to Import License No. and date and contract number and date shall be prominently indicated in all the documents vide para 3.2.
5. Demurrage:
Supplier shall bear demurrage charges if any incurred by the Purchaser due to delayed presentation of shipping documents as prescribed in Para
3.2. to the Bankers within reasonable time (say within 10-12 days) from the date of bill of lading for sea consignments and within ¾ days from
the date of Air Way Bill for Air consignments.
6. Address of the Indian Agents:
--------------------------------------------------------------------------------------------------------------------------------------------------------7. Guaranteed Time of Delivery:
The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the essence of the Contract, Delivery must be
completed within the dates specified therein.
8. Inspection and Acceptance test:
8.1 The Purchaser’s representatives shall also be entitled at all reasonable times during manufacture to inspect, examine & test on the
Contractor’s premises the material & workmanship of all Stores to be supplied under this Contract & if part of the said Stores is being
manufactured on other premises, the Contractor shall obtain for the Purchaser’s representative permission to Inspect examine & test as if the
equipment were being manufactured on the Contractor’s premises. Such Inspection, examination & testing shall not release the contractor from
the obligations under this contract.
8.2 For tests on the premises of the Contractor or any of his sub contractors, the Contractor shall provide free of cost assistance labour,
materials, electricity, fuel and instruments as may be required or as may be reasonably needed by the Purchaser’s representative to
carry out the tests efficiently.
8.3 When the Stores have passed the specified test, the Purchaser’s representative shall furnish a certificate to this effect in writing to
the Contractor. The Contractor shall provide copies of the tests Certificates to the Purchaser as may be required.
9. Mode of dispatch:
Generally, Stores should be dispatched by Indian Flagged Vessel/Air India or through any other Agency nominated by the Purchaser. A copy
of the Invoice and packing list should invariably be kept inside each of the package.
10. Port of Entry:
Chennai/Bangalore
11. Port of Consignee:
Stores Officer, LEOS/ISRO, Bangalore .
12. Ultimate Consignee:
Stores Officer, LEOS/ISRO Bangalore (INDIA).
13. Shipping Marks:
The marks on the shipping documents such as Invoice, bill of lading and on the packages should be as follows :-
------------------------------------------------------------------------------------------------------------------------------------------------------------------------------PURCHASE ORDER NO……………………
…………………
GOVERNMENT OF INDIA
Department of Space
Laboratory for Electro-Optics Systems
1st Stage, 1st Cross, Peenya Industrial Estate
Bangalore-560 058
Date
Destination……………………………
………………..
Port of Entry
-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------14. Insurance of the Stores:
The Purchaser shall be responsible for insuring the Stores wherever considered necessary. The Contractor, shall however be responsible for
notifying as per proforma enclosed to the Purchaser or the insurers nominated by the Purchaser. The complete details of the proposed
shipments including the value of each shipment and other relevant data, immediately after shipment to enable the Purchaser or the insurers to
arrange for the insurance of the insurance policy, if required. The necessity or otherwise of insurance will be as indicated in the Purchase Order.
15. Contractor’s default liability:
15.1
The purchaser may upon written notice of default to the Contractor terminate the Contract in whole or in part in circumstances
detailed hereunder.
(a)
If in the judgement of the Purchaser the Contractor fails to made delivery of Stores within the time specified in the Contract
Agreement or within the period for which extension has been granted by the Purchaser to the Contractor.
If in the judgement of the Purchaser the Contractor fails to comply with any of the other provisions of this contract
(b)
15.2
15.3
15.4
In the event of Purchaser terminates the contract in whole or in part as provided in Clause 15.1 the purchaser reserves the right
to Purchase upon such terms and in such a manner as he may deem appropriate Stores similar to that terminated and the
Contractor shall be liable to the Purchaser for any additional cost for such similar stores and/or liquidated damages for delay as
defined in Clause 19 until such reasonable times as may be required for the final supply of Stores.
If this contract is terminated as provided in Clause 15.1 the Purchaser in addition to any other rights provided in this Article,
may require the Contractor to transfer title & deliver to the Purchaser under any of the following cases in the manner & as
directed by the Purchaser.
(a) Any completed Stores
(b) Such partially completed Stores, drawing, information & Contract rights (hereinafter called manufacturing material) as
the Contractor has specifically produced or acquired for the performance of the contract as terminated, The Purchaser
shall pay to the Contractor the Contract price for completed Stores delivered to & accepted by the Purchaser & for
manufacturing materials delivered and accepted.
In the event the Purchaser does not terminate the Contract as provided in Clause 15.1 the Contractor shall continue the
performance of the Contract, in which case he shall be liable to the Purchaser for liquidated damages for delay as set out in
Clause 19 until the Stores are accepted.
16. Replacement:
If the Stores or any portion thereof is damaged or lost during transit, the Purchaser shall give notice to the Contractor setting forth particulars of
such stores damaged or lost during transit. The replacement of such Stores shall be effected by the Contractor within a reasonable time to avoid
unnecessary delay in the intended usage of the Stores. The price of replacement items shall be paid by the Purchaser on the basis of original
price quoted in the tender or as reasonably worked out from the tender. The cost of damages will however be claimed by the Purchaser from
the insurance company. The import License/Customs Clearance Permit for the replacement will be provided by the Purchaser.
17. Rejection:
In the event that any of the Stores supplied by the Contractor is found defective in material or workmanship otherwise not in conformity with
the requirements of the Contract specifications, the Purchaser shall either reject the Stores or request the Contractor, in writing to rectify the
same. The Contractor on receipt of such notification shall either rectify or replace the defective Stores free of cost to the Purchaser. If the
Contractor fails to do so, the Purchaser may at his option either :(a) replace or rectify such defective Stores & recover the extra cost so involved from the Contractor or
(b) terminate the Contract for default as provided under Clause 15 above.
(c) Acquire the defective Stores at a reduced price considered equitable under the circumstances.
The provision of this article shall not prejudice the Purchaser’s rights under Clause 19.
18. Extension of Time:
If the completion of supply of stores is delayed due to reason of Force Majeure such as acts of God, acts of public enemy, acts of Government,
fires, floods, epidemics, quarantine, restrictions, strikes and freight embargoes, the Contractor shall give notice within 15 days to the Purchaser
in writing of his claim for an extension of time. The Purchaser no receipt of such notice after verification, if necessary may agree to extend the
Contract delivery date as may be reasonable but without prejudice to other terms and conditions of the contract.
19. Delay in Completion/ liquidated Damages:
If the Contractor fails to deliver the Stores within the time specified in the Contract or any extension thereof, of Purchaser shall recover from
the Contractor as liquidated damages a sum of one half of one percent (0. 5 percent) of the Contract price for each calender week of delay. The
total liquidated damages shall not exceed ten percent (10 percent) of the contract price. Stores will be deemed to have been delivered only
when all its component parts are also delivered if certain components are not delivered in time, the Stores will be considered as delayed until
such time as the missing parts are delivered.
20. Guarantee & Replacement:
(a)
The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid down, for material,
workmanship and performance.
(b)
For a period of twelve months after the acceptance of the stores, if any defects are discovered therein or any defects therein are
found to have developed under proper use arising from faulty materials, design or workmanship contractor shall remedy such
defects at his own cost provided he is called upon to do so within a period of 14 months from the date of acceptance thereof by the
Purchaser who shall state in writing in what respect the stores or any part thereof are faulty.
If in the opinion of the Purchaser, it becomes necessary to replace or renew any defective stores such replacement or renewal shall
be made by the Contractor free of all costs to the Purchaser provided the notice informing the contractor of the defect is given by
the purchaser in this regard within the said period of 14 months from the date of acceptance thereof.
Should the Contractor fail to rectify the defects, the Purchaser shall have the right to reject or repair or replace at the cost of the
Contractor the whole or any portion of the defective stores.
The decision of the Purchaser, not withstanding any prior approval or acceptance or inspection thereof on behalf of the Purchaser,
as to whether or not the Stores supplied by the contractor are defective or any defect have developed within the said period of 12
months or as to whether the nature of the defects requires renewal or replacement shall be final, conclusive and binding on the
contractor.
To fulfill guarantee conditions outlined in Clause 20 (a) above, the Contractor shall, at the option of the purchaser, furnish a Bank
guarantee (as prescribed by the Purchaser-Bank Guarantee enclosed) from a Bank approved by the Purchaser for an amount
equivalent to 10% of the value of contract along with first shipment documents. On the performance & completion of the Contract
in all respects, the Bank Guarantee will be returned to the Contractor without any interest.
All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival of Stores at Purchaser’s site.
Even while the 12 month guarantee applies to all Stores in case where a greater period is called forth by our specifications then such
a specification shall apply; in such cases the period of 14 months referred to in Clause 20(b) and (c) shall be the ‘asked for’
guarantee period plus two months.
(c)
(d)
(e)
(f)
(g)
(h)
21. Requirement of additional numbers of the Stores/Spare
parts ordered:
The Contractor shall also undertake the supply of additional number (Nos) of items covered by the Order as considered necessary by the
Purchaser at a later date. The actual price to be paid shall be mutually agreed to after negotiations.
22. Packing:
(a)
The Contractor wherever applicable shall pack & crate all Stores for sea/air shipment as applicable in a manner suitable for export
to a tropical humid climate in accordance with internationally accepted export practices and in such a member so as to protect it
from damage & deterioration in transit by road, rail or sea for space qualified stores. The contractor shall be held responsible for all
damages due to improper packing.
(b) The Contractor shall ensure that each box/unit of shipment is legible and properly marked for correct identification. The failure to
comply with this requirement shall make the contractor liable for additional expenses involved
(c) The Contractor shall notify the Purchaser of the date of shipment from the port of embarkation as well as the expected date of
arrival of such shipment at the designated port of arrival.
(d) The Contractor shall give complete shipment information concerning the weight, size, content of each packages etc.
(e) Transshipment of equipment shall not be permitted except with written permission of the Purchaser.
(f) Apart from the dispatch documents negotiated through Bank, the following documents shall also be airmailed to the Purchaser
within 7 days from the date of shipment by sea & within 3 days in case of air consignments.
(a) Commercial Bill of Lading/Air Way Bill/Post Parcel Receipt (two non-negotiable copies.)
(b) Invoice (3 copies)
(c) Packing List (3 copies)
(d) Test Certificate (3 copies)
(e) Certificate of Origin.
Contractor shall also ensure that one copy of the packing list is enclosed in each case.
23. Arbitration:
If at any time any question, disputes or differences whatsoever shall arise between the Purchaser and the Contractor upon or in connection with
this contract, either party may forthwith give to the other notices in writing of the existence of such question, dispute or difference & the same
shall be referred to the adjudication of two arbitrators, one to be nominated by Purchaser, other by a Contractor and in the event of any
difference of opinion, the arbitrators will refer the matter to the umpire. The arbitration shall be conducted in accordance with the rules &
procedure for arbitration of the International Chamber of Commerce at Paris. The expenses of the arbitrators and umpire shall be paid as may
be determined by them, However, the venue of such arbitration should be in India.
24. Language and measures:
All documents pertaining to the contract including specifications schedule notices, correspondence, operating & maintenance instructions
drawings or any other writings shall be written in English language. The metric system of measurement shall be used exclusively in this
contract.
25. Indemnity:
The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this contract are free and clean of Infringement
of any Patent copy right or trademark and shall at all times indemnify the Purchaser against all claims which may be made in respect of the
Stores for infringement of any right protected by Patent Registration of design or Trade Mark and shall take all risk of accidents or damage
which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all the means used by
him for the fulfillment of the contract.
26. Counter Terms & Conditions of Suppliers:
26.1
Where counter terms and conditions/printed or cyclostyled conditions have been offered by the supplier, the same shall no be
deemed to have been accepted by the Purchaser, unless specific written acceptance thereof is obtained.
26.2
Tender documents can be obtained from ISRO website also. In case a tenderer is using the documents and forms from
the website, the cost of tender documents can be sent to the addressee (in the form of Bank draft) along with quotations”.
27. Security interest:
On each item to be delivered under this contract, including an item of work in progress in respect of which payment have been made in
accordance with the terms of the contract. Purchaser shall have a security interest in such item which shall be deemed to be released only at the
time when the applicable deliverable item is finally accepted and delivered to the Purchaser in accordance with the terms of the contract. Such
security interest of the Purchaser shall constitute a prior charges as against any other charge of interest created in respect of such items by any
other entity.
28. Bank Charges:
While the Purchaser shall bear the bank charges payable to his Bankers (State Bank of India, Peenya Branch, Industrial Estate Peenya,
Bangalore – 560 058) the Contractor shall bear the Bank charges payable to his Bankers including the charges towards advising amendment
commissions.
29. Training:
The Contractor shall, if required by the Purchaser, provide facilities for the practical training of Purchaser’s engineering or technical personnel
from India and for their active association on the manufacturing processes throughout the manufacturing period of the contract/stores number
of such personnel to be mutually agreed upon.
30. Applicable Law:
The Contract shall be interpreted, construed and governed by the laws of India.
LABORATORY FOR ELECTRO-OPTICS SYSTEMS
PURCHASE SECTION
TENDER ENQUIRY NO: LEAO 2014000234 01
DATE:
IMPORTANT NOTE
1. THE LAST DATE FOR SUBMISSION OF YOUR OFFER IS WITHIN 16.00 Hrs.
OF 28-01-2015.
2. TENDER OPENING DATE : 29-01-2015 AT 11.00 Hrs.
3. IN CASE YOU ARE UNABLE TO QUOTE, PLEASE SEND REGRET LETTER
TO [email protected].
4. INDIAN AGENTS SHALL NOT REPRESENT MORE THAN ONE PRINCIPAL
WHILE SUBMITTING THEIR OFFER. WHEREVER WE RECEIVE OFFERS
OF ONE INDIAN AGENT REPRESENTING TWO DIFFERENT PRINCIPALS,
BOTH THE OFFERS ARE LIABLE TO BE REJECTED.
5. PLEASE FURNISH YOUR PAN/TIN/TAN /SERVICE TAX REGISTRATION
NO. ETC WHILE QUOTING.
6. EXCISE DUTY : WE ARE EXEMPTED FROM PAYMENT OF EXCISE DUTY
VIDE GOVERNMENT NOTIFICATION NO. 10/97 DT. 01.03.1997 FOR WHICH
NECESSARY EXEMPTION CERTIFICATE WILL BE FURNISHED FOR THE
SUCCESSFUL TENDERERS
7. WE ARE EXEMPTED FROM THE PAYMENT OF CUSTOMS DUTY VIDE
CUSTOMS NOTIFICATION NO. 12/2012 CUSTOMS SL. NO. 449.
8. YOUR QUOTE SHOULD BE VALID FOR 180 DAYS.
9. PURCHASE PREFERENCE/PRICE PREFERENCE WILL BE GIVEN TO
PSU/SSI UNITS AS PER THE EXISTING RULES OF THE GOVERNMENT.
10. THE EVALUATION OF THE TENDER WILL NOT BE BASED ON
CONDITIONAL DISCOUNT. IF ANY CONDITIONAL DISCOUNTS ARE
COATED BY THE PARTY, THE QUOTE WILL NOT BE CONSIDERED.
(S.SUBRAMANYA)
PURCHASE & STORES OFFICER.