You are on page 1of 49

Page 1 of 49

BHARAT HEAVY ELECTRICALS LIMITED: BHOPAL


WORKS ENGG. & CENTRAL SERVICES
Cranes & Lifting tackles section

TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03

Sealed tenders invited from the experienced Contractors for Annual Service
Contract for a period of two years for the work of Preventive Maintenance and
Breakdown Maintenance of EOT /Jib Cranes inside BHEL Bhopal Plant. Tender
documents can be obtained from the office of DGM. (CMX) WE&CS, Maintenance block,
Blk2-1/2, BHEL, Bhopal, Ph. 0755-2502325 / 2347 or can be downloaded from website
www.bhelbpl.co.in .
Place of Tender submission: Tender room Works tender Box, Administrative Building,
Ground Floor, BHEL, Bhopal 462 022.
Sl.
No.
Name of Work Earnest
Money in Rs.
Completion
Period
Tender Cost in
Rs.
1. Annual Service Contract for
the period of two years for
Preventive Maintenance and
Breakdown Maintenance of
EOT/Jib Cranes Tender Enquiry No.
WE&CS/CMX/CRN/13-14/EN/03
2,00,000/- Contract is
for a period
of 2 years
500/-

1.1 Due date of Submission of Tender : Dt. 16-08-2013 at 11.00 A.M.
1.2 Tender opening : Dt. 16-08-2013 (Friday) at 2.00 P.M.
2.0 The above work would be split among 2 nos successful contractors in ratio of 60: 40.
2.1 Declaration about fulfillment of Statutory conditions, terms & condition of NIT, ESI Code
No., Experience for similar nature of work, PAN copy, etc.
2.2 Tender Cost ( Rs 500/-) and Earnest Money to be deposited either in DD or BHEL cash
office.
Note: Detail Enquiry-terms & Conditions can be seen / downloaded from our web site
www.bhelbhopal.com or www.bhelbpl.co.in. All future corrigenda/addenda/ amendments/
time extensions if any shall be hosted only at our website.



For & on behalf of BHEL Bhopal
Ph : 2502325 / 2347
Fax No: 0755-2500409
Email: hbharani@bhelbpl.co.in or
arun.kumar@bhelbpl.co.in

(All pages should be signed and stamped by the bidder at bottom Left of every page before dropping in tender box.)
Page 2 of 49


ANNEXURE-A1
Page 1 of 2
WEX&S / Cranes & Lifting tackles section

TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
[ QUALIFICATION CRITERIA ]



i. Experience in EOT crane maintenance & should have successfully completed
Annual Maintenance works of Minimum 50 Nos EOT / Gantry Cranes in 1 (
One ) location i.e in any single plant,/ manufacturing unit. Among this 50 Nos.
cranes being maintained, at least 5 Nos should be of 50 Ton or above capacity
EOT cranes. At least two no. of performance certificate of satisfactory AMC
work completion is required to be furnished in the last 7 years ( i.e 1 year
Contract period ending before 30
th
June, 13 & should not be prior to 01 Jan
,2006).

ii. Average annual financial turnover during the last 3 years ending 31 st March of
the previous financial year should be at least 30 lacs.


Note:
1) Experience in area other than AMC of EOT / Gantry Cranes will not be
considered.
2) All the above requirement i.e at i, & ii ; Bidder has to submit sufficient
documentary evidences.
3) Further offloading / sub contracting of work is not permitted .
4) Poor Feedback performance about the Bidder ( if given by any of the
concerned Engineer- In charge of Crane section of any of BHEL-Unit ) their
offer not be considered.
5) Bidders Experience of In- house maintenance of EOT / gantry Cranes of
their own plant shall not be considered.
6) BHEL reserves the right to verify information submitted by vendor.
In case BHEL found that the information furnished by the bidder
either by visiting vendors works/customers place and found the
information furnished is false / incorrect, the offer shall be rejected
& security deposit amount shall be forfeited.



Signature of Tenderer












Page 3 of 49

ANNEXURE-A1
Page 2 of 2
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
( Vendor to fill essentially following details , additional sheets in the format may be used )
I. Name of Firm____________________________________________________

II. Address of the Firm_______________________________________________

III. Name of the Contact Person ( s ) ________________________________________
Contact No. (Tel Nos)________________________________________________
(cell Nos ) __________________________________________________
(Email ) ____________________________________________________
IV. Year of Establishment of firm: _______________________________________
V. Copy of certificate of registration of firm ________________________________
VI. Nature of firm : Prop/Partnership/private Ltd /Public Ltd
(along with partnership deed / Article of Association.)
a) Name of All Directors / Key Technical Persons
b) S/o / W/o D/o
c) Experience
VII. Copy of Provident fund Registration Number.
VIII. Copy of E.S.I (Employee State Insurance) Registration Number.
IX. Copy of pan Number.
X. Copy of profit &Loss account, balance sheet (3 consecutive previous year)
XI. Copy of Service tax Registration Number.
XII. Copy of Work- Order / Purchase Order of major customer along with their contact
Person:- His name, Designation, Contact Telephone No., E-Mail No. etc
XIII. AMC work of EOT / Gantry Crane executed by the bidder for the past 7 years.
S No Name of
Organization
Work
Executed
Value of
Work
No. Of
EOT /
Gantry
Crane
maintained.
Period of
the work
Nos. of
persons
deployed

XIV. Details of Work done in EOT / Gantry Cranes of Capacity 50 Ton above
S No Name of
Organization
Work
Executed
Value of
Work
Period of
the work
Remarks

Vendor has to comply all the qualifying requirement as above (i & ii), failing which their offer
will not be considered.
Declaration by the firms:
All information provided above is true & in case it is found by BHEL even latter after award of
the work, their enlistment /tender / award of work shall be cancelled without assigning reason
thereof .
Sign & seal of the Contractor Issued By
List Of Attached Annexure ( By The Contractor ) :


Page 4 of 49

Annexure B1
Page 1 of 7
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03

SCOPE OF WORK ( AMC work of EOT/Jib/Goliath/Semi-Goliath, etc, & Preventive
maintenance work for 2-year basis, 2 Shift basis )

The work mainly comprises of Preventive Maintenance( PM ) and Breakdown ( BD )
maintenance and general up keep of EOT Cranes/Jib Cranes. All type of crane related
maintenance work other than Radio remote control & VFD/ PLC/ Load cell related work
are required to be carried out by the contractor for 2 year, 2 shift basis. Normal working
in factory is done in 2 shift basis. Shift timings are from 7.00 am to 4.00pm for I
st
shift
timings & II
nd
shift are from 4.00pm to 0100am. Preventive maintenance ( PM ) are to
be done twice in a year ; PM are normally carried out including Sunday- working from
8.00 am to 5.00pm . However, during holiday , critical breakdown restoration of Crane
are also required to be done on need basis.

A. EOT CRANES : There are 253 Nos EOT Cranes ( includes Gantry Cranes (Goliath
Crane ) , Semi-goliath, HOT crane ) ranging from 1 Ton to 250/50/10 Ton. Apart from
above, 7 Nos state of art crane portion of ASRS ( Automatic storage retrieval
system wherein approx. 2 Ton stacker Crane are also required to be maintained.
B JIB CRANES : Around 473 Nos Jibs cranes are required to be maintained . these
Jib Crane possesses hoist of SWIFT, MUNK, TAK, J.K., Indef, TITAN etc varying from
350 Kgs to 5 Ton.

1.1. EOT CRANE

Here, the work includes attending breakdowns promptly as when reported daily ,
regular monthly check-ups, Preventive and breakdown maintenance of the EOT Cranes,
its DSL,DSL indication , DSL cable connection to DSL main switch and Main switches
distribution boards etc. All electrical / Mechanical / Hydraulic & Structural (Minor)
breakdown maintenance is to be done by the contractor including its supervision/
Execution part in both shifts including work in our weekly off. (However, during
production peek; work in the third shift ( 0100 am to 07.00 am ) or even on holiday may
also be done in some areas as instructed by the Incharge- crane section).

1.1.1. Each of the major production location is required to be supervised by
competent supervisor for carrying out day -to- day maintenance work and
preventive maintenance work efficiently.

1.1.2. Preventive Maintenance work of EOT Cranes (Twice a year for each crane)
should confirm to our check list provided with the PM docket.

1.1.3. Total Nos of EOT Cranes is around 253, any additional crane(s) (if it adds.
during the period should be covered automatically under the purview of this
contract. Around 12 Nos EOT Cranes are likely to be inducted) Although
guarantee is provided by the crane OEM but for smooth operation & day to
day maintenance is to be carried out by the Contractor engage n the block /
extended block area; where crane is operating . List of EOT Cranes are
attached. However capacity wise EOT/ Gantry/ Semi Goliath crane are
reproduced for ready reference at is as under :

Page 5 of 49



Annexure B1
Page 2 of 7

Sr. no. Eot crane/ Goliath / Semi Goliath/ HOT crane Quantity
( Nos )
1 EOT Cranes capacity >=50T and above 26
2 EOT Cranes capacity >=25T but below 50T 43
3 EOT Cranes capacity >=10T < 25T 76
4 EOT Cranes capacity of = > 5 Ton <10 Ton 48
5 EOT Cranes capacity < 5Ton 60
253

Detailed list can be seen at Annexure- B1.1 .

1.1.4. As our company being accorded with ISO-9001, ISO-14000 , OHSAS
18001, You are requested to carry out qualitative work and environment
friendly activities and necessary documentation /paper work for the
purpose shall also be maintained.

1.2 JIB CRANE

i. Daily Breakdown work and Preventive Maintenance (Twice in a year) shall be
done as per the instruction issued by the department. In a year, one time major
Preventive maintenance work shall be carried out after lowering of Hoist. For this
necessary documentation shall be done/ maintained. The breakdown
maintenance will be carried out immediately on receipt of complaint by the
contractors personnel / engineer who shall be posted for full time in 1
st
& 2
nd

shifts. The place for stationing the contractors personnel inside the works shall
be provided by BHEL.
ii. Total Number of jib cranes is in the tune of 473 Nos. Any other Jib crane (s)
added hereafter has to be covered under the purview of this contract. As Jib
Cranes are relocated to other locations as per the requirement of Production &
also Hoist are replaced by new generation hoist or due to urgency of work hoist
may be relocated).


1.3. Breakdown Maintenance work for EOT / Jib Cranes shall be broadly categorized as
under :

MECHANICAL:

1. General checking of the Crane.
2. Topping oil in the gear boxes.
3. Checking lubrication of crane.
4. Lubrication of wire ropes.
5. Replacement of LT/CT wheels including bearings, wheel shafts, couplings, pedestals, gears, etc.
6. Drive mechanisms - LT, CT and hoist motions, replacement of gear boxes, bearings, oil seals, gaskets,
gears, input/output shafts, couplings, coupling bolts, drive shafts, pulleys, etc.
7. Wire Ropes - Replacement of worn out/broken/crushed/damaged wire ropes, arranging for wire rope
clamps.
8. Hook block of hoists - Replacement of damaged / worn out hooks.
Replacement of damaged / defective pulleys and any other damaged components of the hook blocks.
9. Checking and replacement of crane CT end stoppers on LT and CT motion.
10. Restoration of trolleys / EOT crane at the time of derailment.
Page 6 of 49




Annexure B1
Page 3 of 7


11. Checking and repairing bogie system on end carriages and repairing damages to structures.
12. Checking and replacement of brake units / brake liners, replacement of springs, adjustment of studs
etc.

ELECTRICAL:
13. Attending breakdown of electrical nature.
14. Replacement / minor repair of motors.
15. Replacement of fuses / fuse holders in electrical panels.
16. Replacement of contactors or contact points, if necessary.
17. Replacement of cables.
18. Repair / replacement of incoming mains switches on panel.
19. Replacement / checking of brake units.
20. Maintenance of junction boxes of CT, LT, MH, AH, Pendent, etc.
21. Repair / Replacement of cable trolleys.
22. Repairs / Replacement of floor operation push button pendent including push buttons
23. Repair / Replacement of master control switches.
24. Topping / Replacement of oils in brake units.
25. Tightening loose connection on terminal boards.
26. Checking / Repair / Replacement of CT, LT rotary and counter weight limit switches.
27. Repairs / Replacement of Gong bell/ Hooter/ Crane Lights.

DOWN SHOP LEADS MAINTENANCE:
28. Cleaning of DSL lines.
29. Tightening of Porcelain insulators and replacement.
30. Replacing / checking of current collectors.
31. Alignment of DSL lines.
32. Checking of power supply connections and DSL lines (Power feeding).
33. Repair / Replacement of power cables for DSL lines.
34. Replacement of Indicating lights

CLEANING OF CRANES:
34. All cranes platform / cabin to be cleaned 2 ( during PM ) times in a year at regular intervals to remove
any kind of waste materials / dust / oils / grease, unused cables, etc.

B. PREVENTIVE MAINTENANCE:
1. Preventive maintenance of all EOT cranes / Jib Cranes are done twice in a year. A check list / PM
tickets are provided as per Crane section form & contractor is required to submit back after proper
filling & signing of the same.

1.4 The maintenance and repairs for EOT/ JIB cranes will be done on works
contract basis while the spares and components , including consumables as
required shall be provided by BHEL. The defective parts replaced, shall also
be repaired by the contractor to the extent possible free of cost. The
components needed for such repairs shall be provided by BHEL.

1.5 The contractors engineer must be equipped with sufficient test equipment,
Pulley Blocks, Hook-Chook ( Pulling machine ) , Requisite tools & tackles
for AMC work ( set of Spanner, Allen key, Screw driver, Pliers etc ) ,
Mutimeters, Tongue- tester, etc. needed for normal mechanical / electrical
repairs of cranes.
Page 7 of 49


Annexure B1
Page 4 of 7

1.6 Contractors Engineer/Supervisor must be minimum ITI (Electrical /
Mechanical/ Electronics field with minimum 5 years experience) & should
have sufficient exposure on repairing EOT/ JIB Cranes with Structural /
electrical , Mechanical & Hydraulic operated system. Although specialized
electronic maintenance is taken care by BHEL separately.


2. PERIOD OF CONTRACT

The period of contract will be for two years from the start date of WORK order. i.e. from
01-10-2013 to 30-09-2015 on 2- shift basis work. . In case of demand from the
concerned production block emerges, then III shift basis working may be required to
cater the needs of the production peak period as instructed bi In charge Crane section.


3. Other applicable terms & Conditions.

3.1 Contractor shall arrange his own tools and tackles for removal, dismantling,
assembling and reinstallation of hoist /motors/Gear boxes etc. However, all spares
including consumables like gear oil, Thruster oil, Dash-pot oil, electrodes , grease,
cotton waste contactors, relays, etc, facilities like gas cutting, welding, machining
facility , repair , rewinding of motors, coils, etc shall be provided by BHEL at free -
of cost at ground level. But vigilant action for better parts / methods is to be
adopted voluntarily by the contractor to minimize the break- down time.

3.2 The cranes shall be maintained at an average uptime not less than 98.7% of the
total available time.
3.3 Fitter/ Rigger / Electricians /Welder shall be deployed by the contractor to carryout
the work smoothly & safely.

3.4 To carry out work smoothly , tentative skill & manpower requirement is constituted
as the major Location Centre to coordinate and supervise the work in each shift
to achieve 98.7% availability of EOT cranes is as under. However this may be
increased /decreased if breakdown hours / work content increases / decreases
based on the acceptable breakdown hours .













Page 8 of 49

Annexure B1
Page 5 of 7



Locatio
n
center
Block
I
ST
SHIFT II
ND
SHIFT
WORKERS
SUPERVIS
OR WORKERS
SUPERVISO
R
Locatio
n No 1
I,IA, IB, Golden Jubilee
block, GPX, IV, HVOF
BLOCK, Hydro lab, XI(
Tool & Gauge), IX, &
Others. 17 1 4 0
Locatio
n No 2
II , IIA, V, VI, X, GALVI
NISING BLOCK,
PATTERN SHOP &
OTHERS. 12 1 6 1
Locatio
n No 3
III, UHV , New
Transformer Block,
Storage bay, &
maintenance Block. 11 1 4 0
Locatio
n No 4
VII, VIII, CIT, CRX,CDC 4 1 2 0

44 4 16 1


Above manpower can be deployed on need basis to smoothen overall activity to cover
services in I, & II shift including Sunday / Holiday working.

No further offloading of the work either by outsourcing labour / sub contracting of
work is allowed. Power of attorney/subletting will not be accepted for execution of
work.
3.5 Contractor shall maintain all records like work requisition forms, spares list, all other
records pertaining to his work.

3.6 A Daily breakdown report and monthly breakdown report, Preventive Maintenance
Completion report and report of major work is to be submitted to the In-charge
Crane section after their endorsement from concerned Block Maintenance
Incharge.

3.7 Contractor shall maintain a bank account in any of the nationalized banks with
Internet Banking facilities at Bhopal . This should be suitable for e-payment by
BHEL.
3.8 Contractors bill shall be processed until the monthly wages of workers, their PF,
ESI as applicable are paid.









Page 9 of 49

Annexure B1
Page 6 of 7

3.9 No excuses for hindrance viz. jungle, extreme weather condition, non-availability
of labor etc. will be entertained for not completing the work.

4.0 MISCELLANEOUS CRANE MAINTENANCE ACTIVITIES:

4.1 Collection of spares /material from various stores and blocks to work place/site
shall be carried out by contractor.
4.2 Cleaning, stacking, sorting handling and upkeep of crane maintenance stores,
work center stores shall be carried out by contractor.
4.3 Salvaging/repair work of crane spares & other crane items shall be carried out by
contractor.
4.4 In case of urgent breakdown, the contractor shall have to retain their staff as per
the requirement, BHEL will not pay any compensation on this account.

4.4 It will be responsibility of the contractor to give requirement of spare parts from
time to time well in advance.

5.0 RECORDS OF MAINTENANCE:
Contractor shall maintain following records:-
5.1 Down time history records EOT crane wise in a register for each Crane.
5.2 Record of daily complaints received in writing/ telephonically/ online/ face-to-face,
preventive & break down maintenance, replacement/ modification maintenance,
indicating work carried out, spares replaced, pending work, etc. on PC if provided
by BHEL also.
5.3 Record of Crane preventive maintenance work shall be done as per the check list
given, and filled up by the person doing the work himself.
5.4 Daily breakdown reports
5.5 Staff attendance and payment records.
5.6 The contractor shall issue repair/maintenance reports for the work and maintain
any records as required by BHEL, for better maintenance of Cranes.


6.0: Scope Of Supply & Responsibility of BHEL

6.1 All types of spares of mechanical, Electrical , Electronics, structural, Consumables,
Welding / Cutting machines with consumables electrodes, gas facility shall be
rendered by BHEL free of cost.
6.2 All types of specialized tools, tackles, Load blocks shall be provided by BHEL.
6.3 Engineer of Crane section would monitor, control & facilitate contractor for
smooth functioning of overall activities of breakdown & preventive maintenance
activity .

Page 10 of 49



Annexure B1
Page 7 of 7


6.4 Material handling equipment like BOT/ Mobile Crane, Truck to the extent of their
availability shall be provided to your crew for material movement.
6.5 Radio remote Controls , VFD, PLC , Load cell maintenance are not covered under
the purview of this contract.
6.6 Proper place of sitting & working place equipped with internal Auto telephone
facility shall be provided by BHEL at location centers.
6.7 All other work not specified above but essentially required for maintenance of EOT
/ JIB Cranes shall be covered in the Contract.

REF: 1. LIST OF EOT CRANES (ANNEXURE-B1.1)
2.LIST OF JIB CRANES (ANNEXURE-B1.2)

Page 11 of 49

Annexure C
Page 1 of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
SUBMISSION OF OFFER :
1.0 Check List of Vital documents submitted in Bid- 1( Techno-Commercial Bid )
The following are to be filled up by the Bidder: and same is submitted in Techno-commercial bid (part I)
Name of the Contractor :
Full Address :
Contact person :
Phone / Fax :
Email id :
Mobile No :



SL
No.
Description Contractors Acceptance/
Remarks
1 PF CODE NO
2 ESI CODE NO
3 LABOUR LICENCE NO. under section12 (1) of R&A 1970 & Validity ( either
valid or under renewal should indicate)

4 PAN No.
5 Service tax Regn. no.
8 Validity : 90 days from price bid opening date.
9 EMD : of Rs 2,00,,000.00 Cash receipt /DD/ bankers cheque ( If offer value
exceeds Rs 100 lacs)

10 Security Deposit clause : acceptance (See terms and conditions for details) as per
Annexure IV,SNO 2

11 Taxes and duties : mention whether included and firm during contract period OR
extra as applicable in Schedule for Rates Annexure E

12 PAYMENT TERMS: as per clause No.3 as per Annexure C.
13
Details pertaining to Qualifying Criteria along with supporting documents.( Ref
Qualifying Criteria Annexur-A)

14
Submission of Price- bid Performa ( Unfilled or without indication of rates for all
Blocks ) .

15 Submission of Sealed envelope super scribing that PRICE- BID wrt Enq No
WE&CS/CMX/CRN/13-14/EN/03. This envelope should contain only filled
Price- bid as per Annexure- 5 attached ( rates for all Blocks have been indicated ).

16
Return of BHEL documents with signature & seal.

Page 12 of 49

Annexure C
Page 2 of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
2.0 SUBMISSION OF COST: (For AMC work of EOT/Jib/Goliath/Semi-Goliath,
etc, -2 year , 2- shift basis )

The rates on monthly & for year shall be required to submitted in the format given as
per Annexure- E . The un-filled format should be submitted with techno-commercial bid.





















Service tax ( @ ________) if any
Note: 1. The above rates shall be applicable for I & II shift working in all
the blocks. However for III shift operations, the rates would be 25 % of
the above rates for concerned block as & when need is aroused by
Production. However III shift is accrued out normally in Block III from
August onwards to 31
st
march of every Financial year ; from 3
rd
Jan, to
5the April operated on need basis at Block I, II, VI ; from 05
th
Feb to 5
th

April for support services.,
2. However for III shift operations, the rates would be 25 % of the above
rates for concerned block.
3. The rates offered shall be valid for two year basis . In no case deviation
except other than change in service tax or Govt taxes, levies shall be
entertained.

2.2) Process of arriving L1 bid value & work distribution :-
The bidder is required to offer their lowest bid value at Sr.no. 12 only ( Column
No i , Sr.No12 ) as shown below. The bidder who has offered lowest cost shall
be awarded 60% of the total work i.e. shown under Group A ( Column No ii ) ,
whereas L2 bidder ( II
nd
lowest bidder) shall be awarded 40%of total work i.e.



SN BLOCK NO Rate (% of Total)
1 II , II A 21%
2
III, UHV , New Transformer
Block, Storage bay &
maintenance Block.
17%
3 VI 8%
4 VIII 4%
5 VII, CDC 2%
6 V 5%
7 X 3%
8 XI & OTHERS 2%
9
I,IA, IB, Golden Jubilee block,
GPX , Hydro lab
24%
10 IV 5%
11 IX 9%
12
Bidder to quote ( Total cost )
considering 100% work only 100%
Page 13 of 49

Annexure C
Page 3of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
SUBMISSION OF OFFER :

shown under Group B ( Column No ii) at L1 cost; provided L2 bidder accepts L1
bid value.






















Each bidder has to fill their final cost ( excluding service tax) in their sealed bid (
Price Bid ) . Accordingly work is distributed in block wise as indicated in each Block No.(
column No iii). Percentage of Total is arrived ( Column No iv ) based on last Workorder
value & our experience. To ease out total work distribution in ratio of 60: 40 Lowest bid (
L1, Lowest cost to BHEL Bhopal ) value obtained through Reverse auction shall be our
final value of work ; which would be counter offered to L2 bidder or L3 bidder ( If L2 does
not accept) . In case L2/L3 bidder do not accept the lowest bid value then entire work
would be awarded to single lowest bidder .

Note: a) In the interest of the contractor , it is requested that they should visit our factory
before quoting so that work contents & conditions of Cranes can be assessed by
them.

3.0 TERMS OF PAYMENT
Payment shall be made against submission of running bills on monthly basis on
production of satisfactory performance report from the respective division/ block and for
payment towards maintenance contract .





i ii Iii Iv V
SN Group BLOCK NO % of Total Cumm %
1




A


II , II A 21%
2
III, UHV , New
Transformer
Block, Storage
bay &
maintenance
Block.
17% 60%
3 VI 8%
4 VIII 4%
5 VII, CDC 2%
6 V 5%
7 X 3%
8


B

XI & OTHERS 2%
9
I,IA, IB, Golden
Jubilee block,
GPX , Hydro lab
24% 40%
10 IV 5%
11 IX 9%
12 TOTAL Cumm Cost 100%
Page 14 of 49


Annexure C
Page 4 of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
PENALTY:
However Penalty would be imposed if it is noticed that intentional delay is caused by
the contractor because of short of manpower / carelessness / lack of supervision /
willingness in attending breakdown or performing Preventive maintenance activity.

3.1 Non completion of preventive maintenance as per schedule will attract non-
refundable penalties as given below.
Sr.
no.
Particulars Rate/Crane
1 PM of EOT Cranes=>50T and above 2250.00
2 PM of EOT Cranes = >25T but below 50T 1500.00
3 PM of EOT / Gantry Cranes= > 5T but
below 25T
2250.00
4 PM of EOT Cranes below 5T 1000.00
6 PM of Jib /Monorail Cranes 500.00

3.2 However the contractor has to complete the left out Preventive Maintenance in the
next week / month.
3.3 PENALTY: Individual crane shall be maintained at uptime of at least 98%
(averaged in one calendar month) penalty shall be applicable / levied for example if
2 cranes out of 152 Nos. of EOT cranes in Group A , where 60% work is awarded
to a contractor have uptime less than 98.7% during the month, the penalty shall be
2/152 of the monthly contracted value. Penalty shall be computed only in cases of
deficiency of service or where the downtime is attributed to failure of the contractor.
The maximum cumulative penalty shall be limited to 10% of the total contract value
for the said month.
3.4 A minimum of 60 workmen every day shall be engaged on all working days to
carry out the work satisfactorily. In case of urgent breakdown, the contractor shall
have to detain his staff as per requirement, BHEL will not pay any compensation on
this account.









Page 15 of 49

Annexure C
Page 5 of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03

4.0 WORKMANSHIP AND UPKEEP

Utmost care should be taken by you to repair the crane in a proper way and with
quality workmanship so as to satisfy the safety requirements as per MP Factory act
1962 ( latest ).

5.0 CANCELLATION OF CONTRACT IN FULL OR PART .

If the contractor:
a) At any time makes defaults in proceeding with the works with due diligence and
continue to do so after a notice in writing of 7 days from GM (WEX&S), BHEL, BHOPAL
or
b) Commits default in complying with any of the terms and conditions of the contract
and does not remedy it within 7 days after a notice in writing is given to him in that on
behalf by GM (WEX&S), BHEL, BHOPAL or
c) Shall offer or give or agree to give to any person in M/s BHEL , BHOPAL service or
to any person on his behalf any gift or consideration or for bearing to or having done
or for borne to do any act in relation to the obtaining or execution of this or any other
contract for M/s BHEL , BHOPAL the GM (WE&CS) may without prejudice to any other
right to remedy can cancel the contract .

6.0 GENERAL TERMS AND CONDITIONS

6.1 AMC (Annual Maint. Contract) Service contract will include complete repair of
mechanical, electrical, hydraulic, structural, and pneumatic etc incorporated in the crane.

6.2 No foreign/ used unused / scrapped / broken part should be left at crane/gantry/
bridge to avoid falling of the same and causing accidents.

6.3 All used /worn out / scrapped / replaced spares /parts shall remain be the property
of BHEL, BHOPAL.

6.4 BHEL, Bhopal will not be liable for any compensation whatsoever in case of
accident / injury to the personnel employed by you. However minor First aid facilities will
be rendered free of cost.
6.5 The contractor shall take full care in handling the equipment or if anything
found damaged or lost then the cost of the same shall be recovered.

6.6 Proper safety arrangements and precautions shall be observed in carrying out the
work. Contractor shall follow all the prevailing safety rules in the BHEL.

6.7 Workers shall be issued proper uniform, Shoes, safety helmet etc by the
contractor. The Contractor & his workers will observe all the laws/enactments, rules
and regulations of BHEL and also of central and state government for the time being
enforce and will be enforced from time to time.


Page 16 of 49

Annexure C
Page 6 of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
6.8 The contractor is required to abide by the laws under P.F,( provident Fund ) ESI
( Employee , Labour Licence etc . The Contractor shall fully comply provisions of
various applicable labour laws provisions of the following enactments and other
enactments as applicable for such contracts The compliance shall be done wrt :-
Contract Labour (R&A) Act 1970 and rules 1971.
Payment of Wages Act.
Minimum Wages act 1948, M.P. Rules 1958
Employees State Insurance Act 1948, Rules and regulations 1950
Employees Provident Fund Act 1952 and Pension Scheme 1995
Workmens Compensation Act 1923
M.P. Industrial Relations Act 1960.
Factory Act 1948
Maternity Benefit Act 1961
Equal Emolument Act 1976
M.P. Shram Kalyan Nidhi Adhiniyam 1982
Payment of Bonus Act 1963
Inter State Migrant Act.
PS: At present the prevailing rates per day till 31-10-2011 as per Minimum wages act for
different categories are as under:-

Category of Worker Statutory Minimum
Wages ( Per Day )
In Rs
Additional Wages
( per day ) In Rs
Total Wages to b e
paid In Rs
( per
day)
(Per
Month)
Skilled worker 213 96.15 309.15 8050
Semi-Skilled worker 208 88.46 296.46 7700
Un Skilled worker 203 76.92 279.92 7270

(These rates normally get revised by the Govt twice in a year during the month of Oct &
April of each year rates are normally revised by GOVT. )
Contribution under various statutes is as under:-

Employer Contribution Employee Contribution
PF Contributions 13.61% 12%

ESI Contribution: 4.75% 1.75%
MP Shram Kalyan Mandal Rs18 for each Worker (half yearly) Rs 6 for each Worker
(half yearly)

Other contribution as applicable towards Bonus, Uniform, Shoes, safety helmets, Safety
Belts, & obligations for fulfillment of statutory requirement like submission of Service tax
etc should be considered while quoting.
I) Record and Registered by contractor.
II Annual Return of PF.
III Form 3A.

Page 17 of 49

Annexure C
Page 7 of 8
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
IV Token Permission.
V Photo Pass.
VI Employment Pass.
VII Form D (Annual Return as per Payment of Bonus Act 1965).
VIII Annual / Half Yearly Return of ESI.

6.10 BHEL reserve rights to accept the tender in part or full without assigning the
reason thereof.

6.9 The contractor shall keep all his men orderly and disciplined.

6.11 BHEL reserves the right to revoke the contract at anytime and at any stage if it is
found that the complaints are not promptly attended or there is deliberate negligence
from your part or our equipment are pilferage by you or any other reason

6.12 You and your workers will observe all the laws/enactments, rules and
regulations of BHEL and also of central and state government for the time being
enforce and will be enforced from time to time.

6.13 You will be liable for compensation to BHEL in the event of abandoning the
work before expiry of the contract period to maximum of 10% of the contract value.
The work or part of the work so abandoned will be done by BHEL or through
subcontracting at your risk and cost.

6.14 You shall have to comply with the priority fixed by the Block Maintenance
Incharge for taking urgent repair work.

7. RULES & REGULATIONS OF CENTRAL/ STATE GOVERNMENT:-

The CONTRACTOR will observe and perform all the laws/ enactments , rules and
regulations of central or state Government which are in force from time to time .At
present the following rules have to be complied with :-

7.1 Issue of labour license from Competent Authority ( Responsible Official of Labour
commissioner and comply with contract labour Abolition & regulations Act. You
have to abide by the payment of Statutory minimum wages to your employees
engaged in our work also as per BHEL Bhopal guidelines issued from time to
time.


These rates are normally revised twice in a year and the subsequent changes
would be communicated to you as and when enforced . In addition to other statutory
norm like contribution towards PF, ESI, MP Shram kalyan Mandal from employer
end shall be made

7.2. Issue of PF code by regional Provident Fund commissioner (RPFC) and ESI
coverage for your employees.

Page 18 of 49


Annexure C
Page 8 of 8

8 SUMBISSION OF TENDER: TENDER SHALL BE SUBMITTED IN TWO-PART-
BID SYSTEM i.e.
i) One Main sealed envelop super scribing with Tender Enq No, Subject, Due date
of opening of tender, Addressed to Works Tender Room, Works- Tender Box Admn.
Building, Ground Floor, BHEL, Bhopal-462 022. This main envelop should contain the
followings:

ii) BID-1 ( Techno - Commercial Bid ) : This Sealed Envelope would contain:
a) Original duly signed & Sealed Tender Enq. papers
b) Point wise reply about specific conformance / deviations ( if required).
c) Price-profarma ( Blank ) containing all commercial terms like Payment
terms, etc
d) Demand Drafts of nationalized bank for EMD & Tender .
e) Any other techno- Commercial aspect.

iii) BID-II ( Price-Bid ) : This Sealed Envelope would contain:
a) Only Price- Profarma exactly same with filled Price-values as per
Annexure-E.
9.0 BHEL will reserve the right to award the work of maintenance (Block-wise ) as
said above in part or full depending upon response & splitting work among
maximum 2 parties on L1 rate basis ( lowest bid ).

10.0 Contractor will be required to execute an agreement in case of award of work
on non Judicial stamp paper of appropriate value embodying all the conditions
agreed to before taking over the job.

11. Contractor is requested to return back all the tender enquiry papers duly signed &
sealed. In case of any deviation / clarification same shall be brought distinctly.
12. Contractor to commence work( if awarded ) within 3 days from the date of LOI/
WO.

Issued by
For & On Behalf of BHEL, Bhopal


DGM ( CMX )
WEX&S Deptt.
BHEL, Bhopal
hbharani@bhelbpl.co.in
arun.kumar@bhelbpl.co.in
T. Ph: 0755-2502325, 2502347
Page 19 of 49


ANNEXURE D
PAGE 1 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

GENERAL TERMS AND CONDITIONS FOR INVITING TENDERS AND AWARDING CONTRACT

A DEFINITIONS :

1) Company shall mean Bharat Heavy Electrical Limited Bhopal, a company incorporated
under the companies Act 1956, and having its registered office at BHEL House, Siri Fort,
New Delhi 110045 here in after referred to as BHEL and includes a duly authorized
representative of the company or any other person empowered in this behalf by the
company to discharge all or any of its functions.

2) Accepting Authority shall mean the Head of the WE&CS Mechanical Section or any
other person authorized by him.

3) Contractor shall mean the notice inviting Tender and acceptance thereof & formal
agreement if any, executed between Bharat Heavy Electricals Ltd. Bhopal & contractor
together with documents referred to therein including these conditions, & any special
conditions, specifications, designs, drawings etc. These documents taken shall be deemed
to form one contract and shall be complementary to one another.

4) Contractor shall mean the individual or firm or company whether incorporated or not,
undertaking the work & shall include legal representatives of such individual or persons
composing such firm or incorporated company or successors of such person, as the case
may be and permitted of such individual or firm or company.

5) Contract sum shall mean the lump sum for which the tender is accepted in the case of
lump sum contract and in the case of item rate the total cost of the works arrived after
extension of quantities shown in schedule of quantities by the item rates quoted by the
tenderer for various item.

6) Day shall mean a day of 24 hours from midnight to mid night, irrespective of the
number of hours worked in that day.

7) A week shall mean seven days without regard to the number of hours worked in any day
in the week.

8) Work shall mean work to be executed in accordance with contract or part(s) thereof as
the case may be and shall include all extra, additional, altered or substituted Work or
temporary & urgent work as required for performance of contract.

9) Engineer-in-Charge shall mean the Engineering officer appointed by the Accepting
Authority, who shall direct, supervise & be in-charge of work for purpose of contract.


SCOPE OF PERFORMANCE

B CONTRACT DOCUMENTS :

The contractor shall be furnished free of charge, two Certified true copies of the contract
documents. He shall keep one copy of this document on the site



Page 20 of 49


PAGE 2 OF 14

Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes


in good order, and the same shall as all, reasonable times, be available or inspection and
use by the Engineer-in-charge, his representatives or by other Inspecting Officers.
1) None of the documents shall be used by contractor for any purpose other than that of this
contract.

2) The contractor shall take necessary steps to ensure that all persons employed on any
work in connection with this contract have noticed that Indian Official Secrets Act, 1923,
applies to them and shall continue so to apply even after the execution of such work
under the contract.

C WORK TO BE CARRIED OUT :

The work to be carried out under the contract shall except as otherwise provided in these
conditions, include all Labour, replacement of parts which may be required for full and
entire execution and completion of the work.

1) The contractor shall have his own arrangements for all the tools & tackles, measuring
instruments (such as Vernier Callipers, micrometers, measuring tapes, etc.), consumables
etc. required for the execution of work to the entire satisfaction of the Engineer-in-charge.


D INSPECTION OF WORK BEFORE SUBMISSION OF TENDER :

The contractor shall examine the quantum of work and shall satisfy himself before
submitting his tender. He shall himself asses the requirement of materials, contingencies
and other circumstance which may affect or influence his tender, no extra charges on any
misunderstanding or otherwise shall be allowed.


E SUFFICIENCY OF THE TENDERERS :

The contractor shall be deemed to have satisfied himself before tendering as to correctness
and sufficiency of his tender, the work and prices. This shall except as otherwise provided
all obligation under the contracts all matters and things necessary for the proper
completion and maintenance of the works.


F DISCREPANCIES AND ADJUSTMENT OF ERRORS :

The several documents forming the contract are to be taken as mutually explanatory of
one another. If there are varying or conflicting provisions made in any document forming
part of contract, the accepting authority shall be the deciding authority with regard to the
intention of the document. Any error in description, quantity or rate or any omission these
form shall not initiate the contract or release the contractor from execution of whole or
any part of work comprised. These and according to drawings & specification or from any
of his obligation under the contract.







Page 21 of 49


PAGE 3 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

G EARNEST MONEY DEPOSIT & SECURITY DEPOSIT :

1) Earnest Money is to be paid by each Tenderer alongwith the tender documents in a
separate sealed envelope. The rate of earnest Money deposit shall be as under.
- Works costing up to Rs. 2 lakhs : Nil
- Works costing more than Rs. 2 lakhs and up to Rs. 5 lakhs : Rs. 10,000/-
- Works costing more than Rs. 5 lakhs and up to Rs. 10 lakhs : Rs. 20,000/-
- Works costing more than Rs.10 lakhs and up to Rs. 20 lakhs : Rs. 40,000/-
- Works costing more than Rs.20 lakhs and up to Rs. 30 lakhs : Rs. 60,000/-
- Works costing more than Rs.30 lakhs and up to Rs. 50 lakhs : Rs.1,00,000/-
- Works costing more than Rs.50 lakhs and up to Rs.100 lakhs : Rs.1,50,000/-
- Works costing more than - Rs.100 Lacs Rs.2,00,000/-

1.1) EMD can be deposited in cash (as permissible under I T Act) or Demand Draft only.

1.2) EMD by the Tenderer will be forfeited as per tender documents. If :

i) After opening the tender, the tenderer revokes his tender within the validity
period or increases his earlier quoted rates.

ii) The tenderer does not commence the work within the period as per LOI /
Contract. In case the LOI / Contract is silent in this regard, then within 15
days after award of contract.

1.3) EMD shall not carry any interest.


2) SECURITY DEPOSIT (S D) :

2.1) The S D shall be collected from the successful contractor at the rate specified below:
Up to Rs.10 Lacs - 10%
Above Rs.10 Lacs up to Rs.50 Lacs - 1 Lac + 7.5% of amount exceeding Rs.10 Lacs
Above Rs.50 Lacs - 4 Lac + 5.0% of amount exceeding Rs.50 Lacs

2.2) The Security Deposit will be collected before start of the work by the contractor.

2.3) Security Deposit may be furnished in any one of the following forms:
a) Cash (as permissible under the Income Tax act.)

b) Demand Draft in favour of BHEL.

c) Local Cheques of schedule Banks, subject to realization.

d) Securities available from Post Offices such as National Saving Certificates, Kisan Vikas
Patras etc. (Certificates should be held in name









Page 22 of 49

PAGE 4 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

e) of Contractor furnishing Security & duly pledged in favour of BHEL & discharged on
back).

e) Bank Guarantee from Schedule Banks/Public Financial Institution as defined in the
Companies Act subject to a maximum of 50% of local Security Deposit value. The
balance 50% has to be remitted either by cash or in the other form of Security. The
Bank Guarantee format should have the approval of BHEL.

f) Fixed deposit Receipt issued by Schedule Banks/Public Financial Institution as
defined in the Companies Act. The FDR should be in the name of Contractor, A/C
BHEL, duly discharged on back.

g) Security Deposit can also be recovered @ 10% from the running bills. However in such
cases at least 50% of the S D should be collected before start of work and the balance
50% may be recovered from the running bills.
h) EMD of the successful tenderer shall be converted & adjusted against the S D.
i) The Security Deposit shall not carry any interest.
j) Note: Acceptance of S D against Sl. No.(iv) & (vi) above will be subject to hypothecation
or endorsement on the documents in favour of BHEL. However BHEL will not be liable
or responsible in any manner for collection of interest or renewal of documents or in
any other matter connected therewith.

2.4) The Security Deposit deducted vide clause 2.0 above will be refunded to the tenderer after
a period of six months from the completion of the work. In the meantime any discrepancy
is found in the work the SD can be detained for further period or may be forfeited. This
Security Deposit shall be liable to be returned to the contractor after termination of the
contract or at the end of it, subject to deduction on account of company dues, non-deposit
of statutory dues etc. no interest shall by payable on S D


H TIME AND EXTENSION FOR DELAY :

The time allowed for execution, which shall be mutually agreed between BHEL and
contractor, and mentioned in Work Order, along with these conditions shall be of the
essence of the contract. The execution of work shall commence immediately and not later
than 15th day after the date on which the Engineer-in-charge issues written order to
commence work or from date of handing over the plant whichever is later unless specified
otherwise elsewhere. If contractor commits default in commencing the execution of work
as aforesaid, Company/Corporation shall without prejudice to any other right or remedy
be at liberty to cancel the order and forfeit the earnest money/ security Deposit.

1) As soon as possible after the contract is awarded, the Engineer-in-charge and the
contractor shall agree upon a time and progress chart. The chart shall be prepared in
direct relation to the time stated in the contract document for completion of work.

It shall indicate forecast of dates of commencement & completion of various activities to be
done for completion of work as per contract. This may be amended as necessary by
agreement between Engineer-in-charge &






Page 23 of 49

PAGE 5 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

contractor within limitations of time imposed in contract document & further to ensure
good progress during execution of work.

2) If the work is delayed by :
a) Force majoure, or
b) Serious loss or damage by fire, or
c) Delay on the part of other contractor or company/ corporation in executing work not
forming part of contractor.
d) Non-availability / release of the machines which is in the responsibility of company /
corporation or,
e) Any other case, which is in the absolute discretion of the accepting authority and is
beyond contractors control.

Then upon the happening of any such delay, contractor shall immediately give notice
thereof in writing to the Engineer-in-charge but shall never lose constantly his best
endeavors to prevent or make good the delay and shall do all that may be reasonably
required to the satisfaction of the Engineer-in-charge to proceed with the work.
3) Request for extension of time to be eligible for consideration shall be made by the
contractor in writing within seven days of the happening of the event causing delay. The
contractor may also, if practicable, indicate in such a request the period for which the
extension is required.

4) The accepting authority may give a fair and reasonable extension of time for completion
work. Such extension shall be communicated to contractor by Engineer-in-Charge in
writing within the month of the date of the receipt of such request.
I INSPECTION AND APPROVAL :

1) All work embracing more than one process shall be subject to Examination and approval
at each stage there of and the contractor shall give due notice to the Engineer-in-charge or
his authorized representative when each stage is ready.

2) No work shall be covered up or put out of view without the approval of Engineer-in-charge
or his representative and the contractor shall afford full opportunity for examination of
any work, which is about to be covered up or put out of view. In the event of the failure of
the contractor to do as aforesaid, if required by Engineer-in-charge he shall uncover such
work at contractors own expenses.

3) Company officer concerned with the contract shall have powers at any time to inspect and
examine any part of the work and the contractor shall give such facilities as may be
required for such inspection and examination.
J COMPENSATION OF DELAY :

1) If the contractor fails to maintain the required progress in terms of Work Order or to
complete the work & clear the site on or before the contract or extended date period of
completion, he shall without prejudice to any other right or remedy of company/
corporation on account of such breach, pay as agreed compensation amount calculated as
stipulated below:

a) 0.5% (Half) percent per week of contract value.



Page 24 of 49


PAGE 6 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

2) Provided always that the total amount of compensation for delay to be paid under this
condition shall not exceed 10% of the total contract value.

K CONTRACTOR'S LABOUR / WORKER WHILE WORKING INSIDE :

1) The contractor shall ensure sufficient staff of the quality to ensure work-man-ship of the
degree specified in the contract and to the satisfaction of the Engineer-in-charge.
Contractor shall not employ indirectly or through sub-contractor any staff what-so-ever.
Written consent of the contractor in this behalf has to be incorporated in to the offer, or
otherwise the Contract is liable to be rejected.

2) Contractor shall furnish to Engineer-in-charge a complete list of persons engaged on the
work giving the following details.
a) Name (b) Age (c) Trade
Change-over, if any, shall be furnished by the contractor to the Engineer-in-charge.

3) Contractor shall comply with Contractors Obligations & Statutory Compliances for work
contract as per Annexure-IV & it shall be the part of agreement of this contract.
L NUISANCE :

Contractor shall not any time do, cause or permit any nuisance on the work site or do
anything shall cause unnecessary disturbance or inconvenience to other workers.


M GENERAL TERMS :

1) BHEL shall have the privity of the contract with the contractor only and will give
instructions to the contractor or his authorized representative. BHEL will have nothing to
do or be concerned with the employment of employees working for the contractor. The
relationship between BHEL and the contractor will be that of independent entities and
nothing herein contained will amount to joint venture, partnership or an employer-
employee relationship.

2) The contractor shall maintain regular contact with the designated employee(s) of BHEL
and will interact on matters relating to the work awarded under this contract.

N TERMS OF PAYMENT :

Full payment will be made on submission of bills duly certified by the block maintenance shall be
made on monthly basis.

O DEFECTS LIABILITY PERIOD GUARANTEE :

Not applicable .

P RIGHTS & OBLIGATION OF BHEL :







Page 25 of 49


PAGE 7 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

1) In case the contractor does not carry out the Contractual/Statutory obligations or the
services rendered by him are found to be unsatisfactory, BHEL shall bring the same to his
notice and he will be obliged to discharge. The obligations and rectify the
deficiency/anomaly within three days time failing which, BHEL reserves the right to
terminate the contract without assigning any reason whatsoever. In such an event, no
damages will be payable for short closure of the contract.

2) If the Contractor commits default in complying with any of the terms conditions of the
contract and does not remedy it or take effective steps to remedy in within three days after
a notice in writing is given by Engineer-in-charge failing which BHEL reserves the right to
terminate the contract without giving any reasons thereof.
3) Cancellation of contract may be either for whole or part of contract at BHELs option. In
event of termination of contract in whole or part BHEL may procure upon such terms and
in such manner as deemed appropriate, supplies or services similar to those so
terminated and contractor shall be liable to BHEL for any excess costs for such similar
supplies or services provided that the contractor shall continue the performance of this
contract to extent not terminated under provision of this clause.
4) The decision of BHEL regarding interpretation of any terms and conditions set forth in the
Agreement shall be final and binding on the contractor.
The award of the arbitrator shall be final and binding on both the Parties. The venue of
the Arbitration shall be ---- in India.

5) The Award to be given by the Arbitration shall be a speaking award. All questions,
disputes, differences arising under, out of or in connection with this contract shall be to
the exclusive jurisdiction of --- Courts.


Q ARBITRATION AND LAW :

Except where otherwise provided for contract, all questions and disputes relating to
meaning of specifications, designs, drawings, & instruction herein before mentioned and
as to quality of workmanship of materials used on work or as to any other, question,
claim, right, matter or thing whatsoever in any way arising out of or relating to contract,
design, drawing, specifications, estimates, instructions, orders, or these conditions or
otherwise concerning the works, or the execution or failure to execute same whether
arising during the progress of work or after completion or abandonment thereof shall be
referred to sole arbitration of Gen. Mgr. (WE&CS), BHEL, Bhopal and if Gen. Mgr., is
unable or unwilling to act to the sole arbitration, of some other person appointed by Gen.
Mgr. willing to act as such arbitrator. There will be no objection if arbitrator appointed is
an employee of BHEL & that had to deal with matters to which the contract relates & that
in course of his duties, as such he had expressed views on all or any of the matters in
dispute or difference.

Arbitrator to whom matter is originally referred being transferred or vacating his office or
being unable to act for any reason, such Gen. Mgr. as aforesaid at time
Page 26 of 49


PAGE 8 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes

of such transfer, vacation of office or inability to act, shall appoint another person to act
as arbitrator in accordance with terms of contract. Such person shall be entitled to
proceed with reference from the stage at which his predecessor left it. It is also a terms of
this contract that no person other than person appointed by such Gen. Mgr, as aforesaid
should act as arbitrator & if for any reason that is not possible, matter is not to be
referred to arbitration at all. In all case where amount of claim in dispute is

Rs.50,000/-(Rs.Fifty Thousand) & above, arbitrator shall give reason for award.

Subject as aforesaid provision of Arbitration Act, 1940, or any statuary
modification/reconditioning or reactant thereof and the rules made there-under and for
the time being in force shall apply to arbitration proceeding under this clause.

It is a term of the contract that party involving arbitration shall specify dispute or disputes
to be referred to arbitration under this clause together with amount or amount claimed in
respect of each dispute. Arbitrator(s) may from time to time will consent of the parties
enlarge time for making and publishing award.

The work under Contract shall if reasonably possible continue during arbitration
proceedings and no payment due or payable to contractor shall be withheld on account of
such proceedings. Arbitrator shall be deemed to have entered in reference on the date of
first hearing. Arbitrator shall give a separate award in respect of such dispute or difference
referred to him. Venue of arbitration shall be such place as may be fixed by arbitrator in
his sole discretion. Award of arbitration shall be final, conclusive and binding all parties to
this contract.
R COMMERCIAL TAX :

M. P. Government Commercial Tax @ 2% or as applicable from time to time, will be
deducted at source for all supplies if supply is more than One Lac or as applicable.
S INCOME TAX :

Income Tax deduction at source will be @ 2.0% or as applicable from time to time.
T SERVICE TAX :

Central Government Service Tax or as applicable. Which will be deposited by the you must
be clearly indicated in the Schedule For Rates.
U JURISDICTION :

The jurisdiction in all cases shall be at Bhopal.

Page 27 of 49

PAGE 9 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive
Maintenance and Breakdown Maintenance of EOT/Jib Cranes.

STATUTORY SAFETY CLAUSES APPLICABLE TO CONTRACTORS FOR CARRYING
OUT WORK INSIDE BHEL BHOPAL ON WORKS CONTRACT
1) Contractor should engage only those workers who are qualified and experienced for
the work to be done and for which contract has been awarded.
2) Work should be all the time during the execution period to be supervised either by
the contractor himself or by qualified authorized supervisor of the contractor.
3) It is the responsibility of the contractor to ensure safe working of his workers while
carrying out the work and should follow all Statutory Safety Precautions and rules.
Contractor should provide and ensure use of Safety Belts, Face Shield, Nose &
Mouse Masks, Goggles, Glasses, Ear Plug, Welding Shields, Hand Gloves, Safety
Shoes etc by his workers for safe working.
4) Contractor should engage Skilled Riggers and Slingers for handling and Shifting of
Plants & Equipment and other heavy jobs. Proper size of Slings and D Shackles
should be used in consultation with BHEL Supervisor/ Engineer. In no case under
capacity or rejected or damaged Slings/ D Shackles should be used.
5) Special precautions should be taken while working at height or handling of heavy
jobs. Contractor should ensure that none of his worker works at a height without
using Safety Belts. Contractor himself should supervise the work while working at
height or handling of Heavy Plants & Equipment; and should intimate in writing to
concerned BHEL Supervisor/ Engineer before commencement of work.
6) Contractor should ensure that none of the employees work without putting on
Safety Shoes. No worker should be allowed to come inside the factory putting on
Slippers or Chapples.
7) Contractor should inform in writing concerned BHEL Supervisor/ Engineer and
BHEL Fire Officer before commencement of any type of Welding work at a height or
at Hazardous area where danger of catching Fire exists.
8) Contractor himself or any of his worker should in no case operate BHELs EOT/
Mobile Cranes, Jumbo / Fork Lift Trucks/ Tractors and any of the Machine Tools &
Equipments.
9) In case of any Accident causing injury of casualty to any of Contractors worker or
Contractor himself while carrying out the work, the complete responsibility lies with
the Contractor. Contractor should ensure to provide immediate Medical help to his
injured worker/ workers and should provide Compensation as per M. P. Govt.
Workmens Compensation Act 1923, in case of injury or casualty causing out of
accident while on work to his workers.









Page 28 of 49



PAGE 10 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive
Maintenance and Breakdown Maintenance of EOT/Jib Cranes

Contractors Obligations & Statutory Compliances to be ensured by
Contractors in Work Contract
1. CONTRACTUAL:
a) Contractor shall decide the number of employees to be deployed for execution of the
work awarded to him and he or his authorized representative will be solely entitled to dictate
such workers about the manner of carrying out the work as per the prescribed specifications
and quality plan.
b) Contractor shall supervise the work allotted to him and to be carried out by his employees.
c) Contractor to ensure that the employees deployed in the premises of BHEL are physically and
mentally fit and do not have any criminal record. Such employees should possess requisite
skill, proficiency, qualification, experience etc.
d) Contractor to maintain appropriate records of his employees deployed to carry out the job(s).
e) Contractor should issue appropriate appointment letters to his employees.
f) Contractor to provide employment card/ identity card with photograph duly verified and
attested by the Contractor to his employees. Contractor to indicate the name of the
proprietary/ partnership Firm/ Company, place of work, contract number and duration of
validity of card.
g) Contractor will be responsible for the good conduct of his employees. In case of any
misconduct/ misbehavior by any employee, the contractor will replace such employee(s)
immediately.
h) Contractor will ensure that the job is executed through his employees on his rolls and under
no circumstances the contractor will deploy any casual employee to carry out the job nor shall
sub-contract the job without prior written permission.
i) Contractor will keep watch on his employees and he will be liable for any pilferage / loss to
BHEL due to acts of omission and commission by his employees. Similarly, liability for any
compensation to outsiders on account of any act of omission and commission by the
employees deployed by the contractor shall lie exclusively with him.
j) Contractor to provide safety appliances and safety shoes to his employees. The contractor
shall be responsible for enforcing all safety regulations as applicable.
k) The contractor has to provide a distinct uniform different from BHEL employees. The Uniform
should have logo of the Contractors firm/ company. The Uniform shall be kept in neat, tidy
and wearable condition. Wherever necessary, the Cap shall be integral part of the Uniform.
l) Contractor to ensure that all precautions are taken for safety of his employees and
equipments.
m) In the event of termination of contract for any reason whatsoever, the contractor shall
withdraw all his employees from the establishment of BHEL. In case contractor decides to
terminate services of his employees, he should settle all terminal dues including retrenchment
compensation.
n). Contractor shall provide to his employees all tools, tackles, and equipments and maintain the
same to carry out the job under the contract at his cost and if necessary contractor may take
insurance policy of his men, material, equipments, tools and tackles.

Page 29 of 49


PAGE 11 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive
Maintenance and Breakdown Maintenance of EOT/Jib Cranes

o) Contractor shall provide safety appliances and maintain the same at his own cost, which may
be required under the statute of otherwise.
p) Contractor shall provide material at his cost as mentioned in the contract to his employees for
carrying out the job.
2. Towards Statutory Liability:

STATUTORY COMPLIANCES TO BE ENSURED BY WORK ORDER ISSUING
AUTHORITY UNDER WORKS CONTRACT

BHEL shall have the privity of the contract with the contractor only and will give
instructions to the contractor or his authorized representative. BHEL will have nothing to
do or be concerned with the employment of employees working for the contractor. The
relationship between BHEL and the Contractor will be that of independent entities and
nothing herein contained will amount to joint venture, partnership or an employer-
employee relationship.
The contractor shall maintain regular contact with the designated employee(s) of BHEL
and will interact on matters relating to the work awarded under this contract.
Contractor will ensure that the job is executed through his employees on his rolls and
under no circumstances the contractor will deploy any casual employee to carry out the
job nor shall sub-contract the job without prior written permission.
Contractor shall observe Provisions of the Factories Act in respect of working hours,
holidays, rest intervals, leave and overtime to his employee. No work shall be done on
second/third shift, overtime, Sundays or on other declared holidays without written
permission.
Contractor shall obtain Police Verification of all his workers.
Contractor shall submit following Certificate for each contract separately.
It is certified that PF challans of the amount -------------------- pertains to my workers
whose names are appearing in the wage sheet of the month ------------------- and
these workers are engaged in --------------------------- (type of work) against work Work
order no. ------------------------ in --------------- (name of department).

Signature of Contractor
2.1 PAYMENT OF WAGES
Contractor shall be responsible for making payment of wages through Bank/Cheque
before expiry of 7 days from the last day of wage period and to ensure disbursement of
wages in the presence of the authorised representative of contract operating division &
representative of HR who shall record under his signature at the end of entries in the
Register of wages in the following form

Certified that the amount shown in column no. . has been paid to the

Page 30 of 49


PAGE 12 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes


workers concerned in my presence on date .. at time...
In case contractor fails to make payment of wages to his employees or remittance of
contribution to the concerned authorities , the security deposit /other dues under the
contract can be utilized by BHEL to discharge the liability of the contractor.
2.2 SAFETY AND DISCIPLINARY ACTION
Contractor shall ensure that his employee do not indulge in any unsafe or hazardous
practices. They use safety equipment such as safety belts, safety shoes, goggles, helmet
and masks where use of such equipment is required in day-to-day operations. All such
safety gadgets will be provided by the contractor failing which the contract operating
division will provide safety equipment to such employee of the contractor at the cost of the
contractor to be recovered from his bills. Contractor shall fully indemnify BHEL against
any claim for damages for injury to person or property resulting from such accidents.
Contractor to ensure that employee deployed in the premises is physically and mentally fit
and do not have any criminal record.
Contractor will be responsible for good conduct of his employees . In case of misconduct,
contractor shall take prompt disciplinary action as per "Model Standing Orders" on the
advise of Contracting officer.
The contractor has to provide a distinct uniform different from BHEL employees. The
Uniform should have logo of the Contractors firm / company. The uniform shall be kept in
neat, tidy and wearable condition. Wherever necessary, the Cap shall be integral part of
the uniform
Contract awarded is liable for termination for any contravention of statutory provisions or
any other reasons without assigning any explanation or notice to the contractor.
Contractor shall fully comply provisions of various applicable labour laws
2.3 RECORDS & INFORMATION TO BE FURNISHED BY CONTRACTOR
Contractor shall maintain neatly, completely and legibly registers, records, reports and
returns for inspection by various authorities at short notice.
Contractor shall submit the details of work awarded to him by other departments
indicating work order No., nature of work and maximum number of workers employed etc.
Contractor shall provide information as required in respect of all his employees employed
by him to enable the contract operating division to monitor compliance of P.F./ESI and
also to enable him to furnish information to Ministry and Labour deptt. as may be required.
Contractor shall provide full particulars of each employee employed by him before start of
the work and from time to time. He will also endorse a copy of





Page 31 of 49


PAGE 13 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive Maintenance
and Breakdown Maintenance of EOT/Jib Cranes
returns furnished by him to the Labour Department under the Contract Labour
(Regulation and Abolition) Act 1970.
2.4 COMPLIANCE OF STATUTORY PROVISIONS
Contractor shall fully comply provisions of various applicable labour laws provisions of
the following enactments and other enactments as applicable for such contracts.
Contract Labour (R&A) Act 1970 and rules 1971.
Payment of Wages Act.
Minimum Wages act 1948, M.P. Rules 1958
Employees State Insurance Act 1948, Rules and regulations 1950
Employees Provident Fund Act 1952 and Pension Scheme 1995
Workmens Compensation Act 1923
M.P. Industrial Relations Act 1960.
Factory Act 1948
Maternity Benefit Act 1961
Equal Emolument Act 1976
M.P. Shram Kalyan Nidhi Adhiniyam 1982
Payment of Bonus Act 1963
- Shop & establishment Act 1958
Inter State Migrant Act.
2.5 STATUTORY REGISTRATIONS AND CLEARANCES

Contractor shall commence the work only after obtaining :

1. Labour Licence
2. Provident fund codeno.
3. ESI code no
4. Registration no.
5. Notice of commencement in Form 6-A & Maintain Register
of workers in form 13

2.6 CONTRACTOR SHALL ENSURE FOLLOWING WHILE EXECUTING CONTRACT

1. Employment card as per rule no 76 of contract
labour(Regulation & Abolition)
MP rules,1973
2. Appointment letter to his employees.
3. Annual leave with wages including EL,CL, National Holiday &
Festival holiday.
4. Leave record register.
5. Shall engage only adult workers who have attained the age of
18.
6. Work to be done on second/third shift, overtime, Sundays or on
other declared holidays with written permission.
7. Obtain insurance cover for his employees/equipments, tools etc
Page 32 of 49

& third party insurance coverage at his own cost.

PAGE 14 OF 14
Enquiry No : WE&CS/CMX/CRN/13-14/EN/03
Subject : Annual Service Contract for the period of two years for Preventive
Maintenance and Breakdown Maintenance of EOT/Jib Cranes

8. Remit Provident fund contributions in prescribed 3A & 6A forms
9. ESI contributions in Form 6
10. Submit challans of PF & ESI contributions every month.
11. Provide Personal protective equipments for his employees
12. Distribute wage slip each month to his employees
13. Ensure payment as per Minimum Wages Act, 1948 &
additional wages as declared by BHEL, Bhopal from time to
time, in the presence of concerned dept representative/ through
bank account
14. Submit employee and employer contribution as per Shram
Kalyan Nidhi Adhiniyam 1982.

2.7 ON COMPLETION OF WORK

Submit PF & inspection report

2.8 Contractor shall furnish proper returns to the concerned statutory authorities and provide a
copy of the same to BHEL.
2.9 Contractor shall be solely responsible for non-payment/ delayed payment of Wages / DA,
contributions under EPF & M.P. Act, ESI Act etc.
2.10 In case the contractor fails to make payment of wages to his employees or remittance of
contribution to the concerned authorities, the security deposit/ other dues/ running bills under
the contract can be utilized by BHEL to discharge the liability of the contractor.
2.11 Contractor shall indemnify BHEL against all claims and losses under various Labor Laws,
statutes or any civil or criminal law in connection with employees deployed by him.
2.12 The liability for any compensation on account of injury sustained by an employee of the
contractor will be exclusively that of the contractor.
2.13 Contractor to obtain insurance cover for his employees/ equipment/ tools and tackles etc. and
take third party risk insurance coverage at his own cost. BHEL shall not be responsible for any
loss, damage, and pilferage of his property and/ or his employees.
2.14 In case of the contractor employs Women as employee he will discharge his obligation under law
in respect of such women workers such prohibition of engaging them during night hours,
prohibition of employing them for more than 9 hours per day, provision of crche facility, grant
of maternity leave as per rules etc.
2.15 Over & above said statutory compliances as per Govt. laws / enactment have to strictly followed
along with BHELs Contract Labor guidelines/ policies issued from time to time have to be
strictly ensured and any complaint received in this regard would be severely dealt with
including termination of contract as well as deli sting of the contractor for future.
Signature of the Contractor

Date:
For & on behalf of BHEL Bhopal
Page 33 of 49


Annexure-E
Page 1 of 1
WEX&S / Cranes & Lifting tackles section
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
PRICE-FORMAT

1.1 ) ( For Electro-Mechanical & Structural Maintenance Work ) The rates to be
quoted on monthly basis & for year shall be required to submitted in the format given
below: Contractor is required to give their commitment that their offered rates are firm &
shall be valid for 2 years period from the date of award of the workorder. Contractor to
quote lumpsum rate only at Sno 12 ( excluding service Tax ) of the table shown below;
Subsequently BHEL would be re-distribute their quoted price from Sno 1 to 11 as per
%age indicate in the table . It will be the binding of the contractor to execute work as per
L1 rate & their % age as indicated across SNo 1 to 11.




Per monthly Charges in Rs ( In words ) ___________________________________

( i.e Total Cost For Two Years Rs ___________________ /- )

( In words Rs _________________________________________________ )
Note: 1.The above rates shall be applicable for two shift working in all the blocks.
2. However for 3rd shift operations, the rates would be 25 % of the
above rates for concerned block as per SNo indicated above. .
3. The rates offered shall be valid for two year basis . In no case deviation
except other than change in service tax or Govt taxes, levies shall be
entertained.
Sign & Seal of the contractor
SN BLOCK NO
Rate (% of Total) per
month (In Rs for 2-
Shift basis )
Rate (% of Total) per
month (In Rs for 2-
Shift basis )
1 II , II A 21%

2
III, UHV , New Transformer Block,
Storage bay & maintenance
Block.
17%

3 VI 8%

4 VIII 4%

5 VII, CDC 2%

6 V 5%

7 X 3%

8 XI & OTHERS 2%

9
I,IA, IB, Golden Jubilee block,
GPX , Hydro lab
24%

10 IV 5%

11 IX 9%

12
Bidder to quote ( Total cost )
considering 100% work only (100% )

XXXXXXX
Page 34 of 49

Page 1 of 5
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03 Annexure: B1.1
LIST OF EOT CRANES
EOT NO CAPACITY BLOCK BAY MAKE
1 5 4 7 Jessop
2 5 4 1 Jessop
3 5 4 2 Jessop
4 10 5 1 Jessop
5 5 4 2 Jessop
6 10 4 3 Jessop
7 10 3 2 Jessop
8 5 4 3 Jessop
9 5 4 4 Jessop
10 5 4 4 Jessop
11 5 4 8 Jessop
12 5 4 5 Jessop
13 10 4 5 Jessop
14 25/5 3 5 Jessop
15 10 4 6 Jessop
16 5 PRM 2 Jessop
17 10 4 6 Jessop
18 10 4 7 Jessop
19 5 4 1 Jessop
20 5 4 8 Jessop
21 5 5 2 Jessop
22 5 3 2 Jessop
23 5 3 3 Jessop
24 10 3 4 Jessop
25 10 1B 3 Jessop
26 10 3 6 Jessop
27 80/10 2 6 Jessop
28 10 3 7 Jessop
29 80/10 2 6 Jessop
30 10 5 3 Jessop
31 5 5 4 Jessop
32 25/5 2.5 Jessop
33 5 7 4 Jessop
34 10 3 9 Jessop
35 10 3 9 Jessop
36 15 GPX ACM Jessop
37 1 G WMI
38 50/10 3 6 TITOVI
39 50/10 3 7 TITOVI
40 120/30 3 8 TITOVI
41 120/30 3 8 TITOVI
42 50/10 2 7 TITOVI
43 50/10 1 4 TITOVI
44 50/10 1 4 TITOVI
45 50/10 1 7 TITOVI
46 50/10 1 5 TITOVI
47 50/10 1 7 TITOVI
48 50/10 1 6 TITOVI
49 50/10 1 8 TITOVI
50 10 5 4 GRW





Page 35 of 49

Page 2of 5
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03 Annexure: B1.1
LIST OF EOT CRANES
EOT NO CAPACITY BLOCK BAY MAKE
51 10 2 1 GRW
52 10 1B 2 GRW
53 5 2 1 GRW
54 10 6 3 GRW
55 5 CIM 1 GRW
56 10 1B 1 GRW
57 5 2 2 GRW
58 5 2 3 GRW
59 5 2 4 GRW
60 10 2 4 GRW
61 5 2 2 GRW
62 5 2 5 GRW
63 10 2 5 GRW
64 10 2 7 GRW
65 5 2 8 GRW
66 10 1A 13 GRW
67 10 2 8 GRW
68 10 1 1 GRW
69 10 1 2 GRW
70 1/2 GPX BHEL
71 10 1 8 GRW
72 10 3 9 GRW
73 10 1A 13 GRW
74 10 5 2 GRW
75 10 1A 13 GRW
76 10 2 6 GRW
77 1 3 6 WMI
78 1 T&G 3 WMI
79 1 T&G WMI
80 25/5 2 4 Jessop
81 150/50 2 6 Jessop
82 25/5 6 1 Jessop
83 25/5 1 2 Jessop
84 25/5 1 2 Jessop
85 80/20 1 3 Jessop
86 80/20 1 3 Jessop
87 80/20 1 3 Jessop
88 80/20 1 4 Jessop
89 80/20 6 5 Jessop
90 80/20 1 5 Jessop
91 25/5 1 5 Jessop
92 80/20 1 6 Jessop
93 80/20 6 4 Jessop
94 25/5 1 6 Jessop
95 25/5 1 7 Jessop
96 25/5 2 9 Jessop
97 25/5 1A 12 Jessop
98 25/5 1A 12 Jessop
99 25/5 1A 13 Jessop
100 5 2 1 GRW





Page 36 of 49



Page 3 of 5
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03 Annexure: B1.1
LIST OF EOT CRANES
101 5 PRM GRW
102 5 3 1 GRW
103 5 6 2 GRW
104 5 3 5 GRW
105 5 6 2 GRW
106 5 3 9 GRW
107 25/5 3 8 J
108 5 5 3 GRW
109 16 3 9 GRW
110 3 1 5 GRW
111 3 1 5 BABCOCK
112 10 2 6 GRW
113 10 2 9 GRW
114 80/20 2 9 Jessop
115 25/5 6 3 Jessop
116 25/5 2 8 Jessop
117 25/5 3 8 Jessop
118 80/20 6 5 Jessop
119 80/20 6 5 Jessop
120 80/20 6 4 Jessop
121 5 7 1 Jessop
122 5 7 2 Jessop
123 5 7 3 Jessop
124 5 1B 1 Jessop
125 1 GPX NSF
126 1 5 NSF
127 1 TSD NSE
128 100/20 2 7 BRAITH WAI
129 100/20 3 9 BRAITH WAI
130 2 3 5 BHEL
131 2 2 4 NSE
132 2 T&G 3 BHEL
133 80/20 6 4 Jessop
134 2 5 VOLTAS
135 1 1B 3 BHEL
136 10 1 8 Jessop
137 25/5 1A 14 Jessop
138 10 1B 1 Jessop
139 2 GPX BHEL
140 1 3 BHEL
141 2 GPX TAUEL
142 10 2 1 Jessop
143 10 3 5 Jessop
144 10 PRM 4 Jessop
145 1 T&G BHEL
146 10 2 GOLIATH &
147 50/20 1 4 CHITRAM
148 50/20 1 8 CHITRAM
149 10 UHV BRAITH WAI
150 5 PRM 3 W.H. BRADY





Page 37 of 49





Page 4 of 5
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03 Annexure: B1.1
LIST OF EOT CRANES
151 80/20 3 7 CHITRAM
152 80/20 3 7 CHITRAM
153 25/5 3 6 CHITRAM
154 2 2 2 ARMSEL
155 10 5 1 Jessop
156 25/5 PRM 2 WMI
157 2 1B 3 ARMSEL
158 4 1A 12 MECHANICAL
159 20/5 T&G KU
160 10 PRM 2 KU
161 10/2 2 3 KU
162 10 2 3 KU
163 10 2 5 KU
164 2 3 OPP MORRIS
165 10 CIM 3 KU
166 10 CIM 5 KU
167 10 CIM 4 KU
168 2 CIM 5 KU
169 1 IMM B.S B.MORRIS
170 10 1 1 KU
171 2 CIM 4 KU
172 2 CIM 3 KU
173 2 CIM 2 KU
174 2 CIM 1 KU
175 10/2 3 1 KU
176 10 9 2 WMI
177 10 9 3 WMI
178 10 9 C.W WMI
179 10 9 3 WMI
180 10 9 2 WMI
181 10 9 C.W WMI
182 10 9 O.B WMI
183 2 3 9 W.H. BRADY
184 2 9 8 W.H.BRADY
185 2 3 2 EMERALD
186 1 T&G MEASURING
187 5 9 EMERALD
188 2 9 2 EMERALD
189 3 9 3 SWIFT
190 3 9 C.W SWIFT
191 3 9 3 TECHNOCRAF
192 5 3 2 HOIST-O-ME
193 1 T&G J.B EMERALD
194 1 PP BHEL
195 10/2 HLX GARLICK
196 2 T&G HOIST-O-ME
197 3 2 4 GREAVES CO
198 2 1 7 BOTTALIBOI
199 2 HLX HOIST-O-ME
200 1 T&G GREAVES CO
201 5 2 10 BHEL
Page 38 of 49



Page 5 of 5
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03 Annexure: B1.1
LIST OF EOT CRANES
202 1/2 GPX BHEL
203 10 1 GOLIATH,BI
204 2 2 10 BHEL
205 3 9 1 GREAVES CO
206 10 9 4 GREAVES CO
207 10 9 1 GREAVES CO
208 3 1A 13 MECHANICAL
209 3 9 GREAVES CO
210 10 9 1 GREAQVES C
211 5 9 SEMI GOLIA
212 5 9 SEMI GOLIA
213 10 CET KU ACME
214 10 CET KU ACME
215 1 T&G GREAVEAS
216 1 1 7 SWIFT
217 5 9 CB KCI
218 5 GPX DG CRANEX
219 20 9 1 GREAVES
220 2 9 1 SAFEX
221 10 9 4 ELLITE STE
222 5 3 3 KCI
223 2 3 7 BHEL
224 2 3 7 BHEL
225 1 5 DIE CAST BHEL
226 25/5 2 8 shree
227 25/5 2 6 shree
228 250/80t golden jublee 1 14 mukand
229 80/20 t golden jublee 1 14 anupam
230 50/10 t NEW TRM 1 unique
231 50/10 t NEW TRM 1 unique
232 250/50/10 NEW TRM 1 mukand
233 250/50/10 NEW TRM 1 mukand
234 25/5 2 4 smaco
235 2 t T&G incl room BHEL
236 30./10 NEW TRM TEST BAY SHREE
237 30./10 NEW TRM COIL SHREE
238 30./10 NEW TRM SHREE
239 10./ 5 2A HALF BAY SMACO
240 10./ 5 EM STORE SMACO
241 10./ 5 EM STORE SMACO
242 10./ 5 2A HALF BAY SMACO
243 25./ 5 FPM (IA) SMACO
244 30./10 2A FULL BAY RockWell
245 30/5 TON MG ROOM SMACO
246 10/5 TON 3 1 SMACO
247 2.5 TON 9 PM PROJECTS
248 2 TON TGM Gear Shop shree
249 2 TON TGM NDT AREA shree
250 2 TON TGM OPEN YARD shree
251 5T Hydro Lab Ext Indo Asiatic
252 10T Hydro Lab Ext Under Comm.
253 5T TGM Under Comm.
Page 39 of 49



Page 1 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES

S.NO. JIB NO. BLOCK BAY COLUMN
HOIST
MAKE CAPACITY
1 A8 1 1 A13 MUNK 2 TON
2 D2SP 1 1 A15 TITAN 2 TON
3 A5 1 1 A17 MUNK 2 TON
4 A6 1 1 A21 TAK 2 TON
5 A2 1 1 A23 MUNK 2 TON
6 A4 1 1 A27 MUNK 2 TON
7 A63 1 1 A29 TAK 2 TON
8 D17 1 1 A31 TITAN 2 TON
9 A58 1 1 B11 MISSING
10 A9 1 1 B17 MUNK 2 TON
11 A10 1 1 B19 MUNK 2 TON
12 A11 1 1 B21 MUNK 2 TON
13 A64 1 1 B23 TAK 2 TON
14 A13 1 1 B25 TAK 2 TON
15 D15 1 1 B7 MUNK 2 TON
16 A16 1 2 B11 MUNK 2 TON
17 A18 1 2 B13 MUNK 2 TON
18 A17 1 2 B15 MUNK 2 TON
19 D32 1 2 B17 TITAN 2 TON
20 C34 1 2 B19 TITAN 2 TON
21 A57 1 2 B21 TAK 2 TON
22 D50 1 2 B23 TITAN 2 TON
23 A19 1 2 B25 MUNK 2 TON
24 M12 1 2 B31 INDEF 2 TON
25 NO NUMBER 1 2 B5 TAK 2 TON
26 NO NUMBER 1 2 B7 TAK 2 TON
27 A3 1 2 C25 MUNK 2 TON
28 A61 1 3 D11 TAK 2 TON
29 A64 1 3 D17 TAK 2 TON
30 A63 1 3 D3 TAK 2 TON
31 D13 1 3 D5 MISSING
32 A56 1 3 D7 MUNK 2 TON
33 A62 1 4 D17 TAK 2 TON
34 D2 1 4 D5 2 TON
35 D56 1 4 D7 MORRIS 2 TON
36 A65 1 4 E11 TAK 2 TON
37 D46 1 4 E5 TITAN 2 TON
38 D16 1 4 E7 TITAN 2 TON
39 A21 1 5 E13 MUNK 2 TON
40 A85 1 5 E23 MISSING
41 D49 1 5 E27 2 TON
42 A20 1 5 E7 MUNK 2 TON
43 A23 1 5 F11 MUNK 2 TON

Page 40 of 49

TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
Page 2 of 12
LIST OF JIB CRANES
44 B100 1 5 F13 TAK 2 TON
45 A25 1 5 F15 TAK 2 TON
46 A26 1 5 F17 MUNK 2 TON
47 A27 1 5 F19 MUNK 2 TON
48 B79 1 5 F23 MUNK 2 TON
49 A28 1 5 F25 TAK 2 TON
50 A22 1 5 F7 TAK 2 TON
51 A33 1 5 F9 MUNK 2 TON
52 A40 1 6 F15 MUNK 2 TON
53 A32 1 6 F25 MUNK 2 TON
54 A86 1 6 F5 MUNK 2 TON
55 A30 1 6 F7 MISSING
56 A14 1 6 F9 MUNK 2 TON
57 A36 1 6 G11 MUNK 2 TON
58 A37 1 6 G13 MUNK 2 TON
59 A38 1 6 G15 MUNK 2 TON
60 A39 1 6 G17 MUNK 2 TON
61 A41 1 6 G21 MUNK 2 TON
62 A42 1 6 G23 TAK 2 TON
63 A43 1 6 G25 MUNK 2 TON
64 A44 1 6 G27 MISSING
65 A45 1 6 G31 MISSING
66 A31 1 6 G5 MISSING
67 A35 1 6 G7 MUNK 2 TON
68 A50 1 6 G9 MUNK 2 TON
69 A82 1 7 G11 TAK 2 TON
70 A47 1 7 G21 2 TON
71 A79 1 7 H11 TAK 2 TON
72 A46 1 7 H13 MUNK 2 TON
73 A79 1 7 H15 MUNK 2 TON
74 A78 1 7 H21 MUNK 2 TON
75 A51 1 7 H27 MISSING
76 A51 1 7 H27 MUNK 2 TON
77 A52 1 7 H29 MISSING
78 A24 1 7 H3 MUNK 2 TON
79 A29 1 7 H7 MUNK 2TON
80 A48 1 7 H9 2 TON
81 E19 1 8 H-17 MUNK 2 TON
82 NO NUMBER 1 8 H-21 TAK 2.5TON
83 A80 1 8 H-25 TAK 2 TON
84 A81 1 8 H-29 INDEF 2 TON
85 B48 1 8 H3 MUNK 2 TON
86 A49 1 8 H5 MUNK 2 TON
87 E20 1 8 I-15 MUNK 2.5 TON
88 A84 1 8 I5 TAK 2 TON

Page 41 of 49



Page3 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
89 A83 1 8 I-7 MUNK 2 TON
90 B3 2 1 A-11 MUNK 2 TON
91 B4 2 1 A-15 MISSING
92 D59 2 1 A-17 TITAN 2 TON
93 B109 2 1 A-21 SWIFT 2 TON
94 D58 2 1 A-23 MUNK 2 TON
95 B15 2 1 A-25 MUNK 2 TON
96 B5 2 1 A-27 MUNK 2 TON
97 B6 2 1 A-29 MUNK 2 TON
98 B7 2 1 A-31 TITAN 2 TON
99 B29 2 1 B-11 TITAN 1 TON
100 B114 2 1 B-15 ARMSEL 2 TON
101 B10 2 1 B-17 MUNK 2 TON
102 B12 2 1 B-23 MUNK 2 TON
103 B13 2 1 B-25 2 TON
104 B14 2 1 B-27 SWIFT 2TON
105 B11 2 1 B-29 MUNK 2 TON
106 B8 2 1 B-3 MUNK 2 TON
107 19-D-3046 2 1 B-31 MUNK 2 TON
108 B32 2 1 B-7 INDEF 2TON
109 B9
9
cross
bay
2 TON
110 B113 2 1 UNIVER ARMSEL 2 TON
111 B50 2 2 B-23 MISSING
112 B45 2 2 B-25 MUNK 2 TON
113 B19 2 2 B-7 MUNK 2TON
114 B27 2 2 C-17 2 TON
115 D51 2 2 C-19 TITAN 1 TON
116 B58 2 2 C-21 MUNK 2 TON
117 B44 2 2 C-25 MUNK 2 TON
118 B18 2 2 C-9 SWIFT 2TON
119 B2 2 3 C-13 INDEF 2TON
120 C45 2 3 C-13 MORRIS 1.75 TON
121 B41 2 3 C-21 SWIFT 2 TON
122 B34 2 3 C-23 MUNK 2TON
123 D24 2 3 C-25 TITAN 1 TON
124 D3048 2 3 C27 MUNK 2 TON
125 D45 2 3 C-29 2TON
126 B35 2 3 C-31 MUNK 2TON
127 B115 2 3 C-9 SWIFT 2 TON
128 B1 2 3 D-11 MUNK 2 TON
129 B25 2 3 D-21 MUNK 2TON
130 B23 2 3 D-23 SWIFT 1.75 TON
131 B43 2 3 D-25 INDEF 2TON
132 B66 2 3 D-25 TAK 2TON

Page 42 of 49



Page 4 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
133 B20 2 3 D-29 2TON
134 C2 2 3 D-31 TITAN 1 TON
135 C30 2 3 D-9 MUNK 2TON
136 B73 2 4 D17 MUNK 2 TON
137 B53 2 4 D19 MUNK 2 TON
138 B57 2 4 D23 MISSING
139 B51 2 4 D-27 MUNK 2 TON
140 B39 2 4 D-29 MUNK 2 TON
141 B46 2 4 D31 2 TON
142 B55 2 4 E-25 MUNK 2TON
143 B49 2 4 E-27 MUNK 2TON
144 B56 2 4 E29 2TON
145 B47 2 4 E-31 MUNK 2 TON
146 B70 2 4 E-5 MISSING
147 B69 2 5 E-17 MUNK 2TON
148 B60
2A
Full
Bay
G-2 MUNK 2TON
149 B61
2A
Full
Bay
F-3 MUNK 2TON
150 B62
2A
Full
Bay
F-6 MUNK 2TON
151 B72 2 5 E-27 MUNK 2TON
152 B108
2A
Full
Bay
F-16 TAK 2TON
153 B68 2 5 F-15 MUNK 2TON
154 B107
2A
Full
Bay
G-4 MUNK 2 TON
155 B71
2A
Full
Bay
G-10 MUNK 2TON
156 B83 2 6 F-11 MUNK 2TON
157 B77 2 6 F-17 MUNK 2TON
158 B74 2 6 F-3 MUNK 2TON
159 B75 2 6 F-7 MUNK 2TON
160 B78 2 6 F-9 MUNK 2TON
161 B82 2 6 G11 TAK 2TON
162 B94 2 6 G-15 MUNK 2TON
163 B86 2 6 G-19 MUNK 2TON
164 B84 2 6 G-23 MUNK 2TON
165 B85 2 6 G-25 MUNK 2TON
166 B81 2 6 G-9 MUNK 2TON
167 B88 2 7 G-11 MUNK 2TON
168 B89 2 7 G-15 MISSING
169 B90 2 7 G-17 MUNK 2TON
170 B19 2 7 G-21 MUNK 2 TON
171 B92 2 7 G-23 TAK 2TON
172 B87 2 7 G7 2TON

Page 43 of 49



Page 5 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
173 B97 2 7 H-17 SWIFT 2TON
174 B95 2 8 H-11 MUNK 2TON
175 B103 2 8 H-13 MUNK 2TON
176 B96 2 8 H-15 MUNK 2TON
177 B102 2 8 H-17 MUNK 2TON
178 B99 2 8 H25 TAK 2TON
179 B98 2 8 H-27 MUNK 2TON
180 B93 2 8 I-17 TAK 2TON
181 B104 2 8 I21 TAK 2TON
182 B105 2 8 I-25 TAK 2TON
183 B106 2 8 I27 TAK 2TON
184 B101 2 8 I-31 TAK 2TON
185 D47 2 9 I-17 TITAN 2TON
186 B111 2 9 I-19 INDEF 2TON
187 B110 2 9 I-23 ELECTRALIFT 2TON
188 E43 2 9 I-29 TAK 1 TON
189 B80 2 9 J13 MUNK 2TON
190 E52 2 9 J-17 TAK 2TON
191 B118 2 10 2TON
192
M9 2.5 MB A-10
MISSING

193
M3 2.5 MB A13 ELECTRALIFT 2TON
194
M4 2.5 MB A15 TAK 1TON
195
B117 2.5 MB A17 INDEF 2TON
196
M11 2.5 MB A20 NO HOIST 3TON
197
M8 2.5 MB A3 TITAN 2TON
198
M6 2.5 MB B10
MISSING

199
M1 2.5 MB B-16 INDEF 2TON
200
M2 2.5 MB B17 TITAN 2TON
201
M7 2.5 MB B3 MUNK 1 TON
202 C11 3 1 A-16 TITAN 1TON
203 C41 3 1 A-18 SWIFT 1TON
204 C4 3 1 A-28 1TON
205 C37 3 1 A-30 SWIFT 1TON
206 C46 3 1 A-4 SWIFT 1TON
207 C24B 3 1 B-8 TITAN O.5 TON
208 C17 3 2 B-14 TITAN 1TON
209 C34 3 2 B-21 TITAN 1TON
210 C50 3 2 B-8 SWIFT 1TON
211 C10 3 2 C-14 INDEF 0.5 tON
212 C5 3 2 C-17 TITAN 1TON
213 C16 3 2 C-22 TITAN O.5 TON
214 C31A 3 3 D-11 TITAN O.5 TON
215 C40
NEW TRM
AIR
LOCK
TITAN O.5 TON




Page 44 of 49

Page 7 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
216 C54
NEW TRM
AIR
LOCK
TITAN O.5 TON
217 C2 3 4 E-14 INDEF 1TON
218 C29 3 4 E-20 MORRIS 2TON
219 C25B 3 4 E-25 INDEF O.5 TON
220 C25A 3 4 E-27 TITAN O.5 TON
221 C8 3 4 E-30 TITAN 1TON
222 C44 3 5 D-25 TITAN 2TON
223 C24B 3 5 E23 TITAN O.5 TON
224 D60 3 5 E-3 MORRIS 2TON
225 C33 3 6 F-5 TITAN 1TON
226 JESSOP(MANUAL) 3 6 G-3 JESSOP 10CWT
227 C35 3 6 G-5 TITAN 1TON
228 C36 3 6 G-8 MORRIS 1TON
229 C60 3 7 H-10 TITAN 1TON
230 C-47 3 7 H-31 2TON
231 C-32 3 7 H-6 INDEF 1TON
232 C-49 3 8 H-11 1TON
233 C50 3 8 H-21 MORRIS 2TON
234 C53 3 8 H-23 TITAN 2TON
235 C55 3 8 H-27 TITAN 1TON
236 C59 3 8 I-23 TITAN 1TON
237 RADIAL 3 9 EAST SIDE
238 C60 3 9 I-18 TITAN 1TON
239 C62 3 9 I-21 MORRIS 1TON
240 C42 3 9 I-26 2TON
241 C57 3 9 I-30 MORRIS 2TON
242 C-48 3 9 J-18 2TON
243 C58 3 9 J-21 TITAN 1TON
244 C52 3 9 J-24 TITAN 2TON
245
C43 4 1 A-17 TITAN 1/2TON
246
D1 4 1 A-32 TITAN 1TON
247
D42 4 1 A-8 TITAN 2TON
248
D41 4 1 B-18 TITAN 1TON
249
D8 4 1 B-23 TITAN 2TON
250
D9 4 1 B-25 TITAN 2TON
251
D3 4 1 B-6 TITAN 2TON
252
D19 4 1 B-8
MISSING

253
D36 7 2 C-13 TITAN 1TON
254
D12 4 2 B-25 TITAN 2TON
255
D10 4 2 B-29 TITAN 2TON
256
C12 4 3 C-26 TITAN 1TON
257
D35 4 3 D-15 TITAN 1/2TON
258
D7 4 3 D-18 TITAN 2TON
259
C-40 4 3 D-28 TITAN 2TON

Page 45 of 49



Page 8 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
260
D14 4 3 D-32 TITAN 2TON
261
D5 4 4 D-17 TITAN 2TON
262
C39 4 4 D-32 MORRIS 1TON
263
D11 4 5 E-17 TITAN 2TON
264
D40 4 5 E-29 TITAN 1TON
265
D22 4 5 F-23 TITAN 2TON
266
D23 4 6 F-12 TITAN 2TON
267
D26 4 6 F-16 TITAN 2TON
268
D27 4 6 F-23 TITAN 2TON
269
D28 4 6 F-25 TITAN 2TON
270
D29 4 6 F-28 TITAN 1TON
271
D30 4 6 F-31 TITAN 1TON
272
D(SP)1 4 6 G-15 TITAN 1/2TON
273
D37 4 6 G-23 TITAN 1TON
274
D38 4 6 G-25 TITAN 1TON
275
D39 4 6 G-27 TITAN 1TON
276
D52 4 7 H-8 TITAN 2TON
277
E36 4 8 H-18 TAK 2TON
278
F-11 5 1 A2 2TON
279
F24 5 1 A3
MISSING

280
B-2 5 1 B15 2TON
281
F-9 5 1 B2 2TON
282
B-30 5 1 B7 2TON
283
F-7 5 1 B9 2TON
284
M7 5 2 B11
MISSING

285
F14 5 2 B7
MISSING

286
B42 5 2 C17
MISSING

287
F3 5 2 C2 2TON
288
F15 5 2 C9 2TON
289
F20 5 3 C17 2TON
290
F13 5 3 C9 2TON
291
F21 5 3 D19 2TON
292
F18 5 3 D-3
MISSING

293
F10 5 3 D-5 2TON
294
F12 5 3 D9 2TON
295
F4 5 4 D-11 1TON
296
F8 5 4 D-3 2TON
297
F6 5 4 D-5 2TON
298
F5 5 4 D-9 2TON
299
F16 5 4 E-10 1TON
300
F2 5 4 E-17 2TON
301
F1 5 4 E-6 2TON
302
E-34 6 1 A-5 2 TON
303
19/D/0087 6 2 B-15 2 TON

Page 46 of 49



Page 9 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
304
19/D/0088 6 2 B-19 1 TON
305
19/D/0071 6 2 B-21 2 TON
306
19/D/2088 6 2 B-9 0.5 TON
307
19/D/0072 6 2 C-21 2 TON
308
19/D/2092 6 1 B-7 1 TON
309
19/D/2079 6 3 C-21 2 TON
310
19/D/2074 6 3 C-23 2 TON
311
19/D/2076 6 3 C-25 2 TON
312
19/D/0074 6 3 D-31

2 TON
313
19/D/2073 6 3 C-29 2 TON
314
19/D/0048 6 3 C-31 2 TON
315
19/D/2083 6 3 C-7 2 TON
316
19/D/0093 6 3 D-15 2 TON
317
19/D/2080 6 3 D-17 2 TON
318
19/D/2091 6 3 D-19 1 TON
319
19/D/9090 6 3 D-21 1 TON
320
19/D/0077 6 3 D-23 2 TON
321
19/D/0075 6 3 D-25 2 TON
322
19/D/0089 6 3 D-27 1 TON
323
19/D/0094 6 3 D-3 1 TON
324
19/D/2082 6 3 D-7 2 TON
325
19/D/2087 6 3 D-9 2 TON
326
19/D/2073 6 4 D-11 2 TON
327
19/D/2056 6 4 d-17 2 TON
328
19/D/2060 6 4 D-19 2 TON
329
19/D/2061 6 4 D-21 2 TON
330
19/D/2062 6 4 D-23 2 TON
331
19/D/2063 6 4 D-25 2 TON
332
19/D/2064 6 4 D-27 2 TON
333
19/D/2032 6 4 D-29 2 TON
334
19/D/2086 6 4 D-7 2 TON
335
19/D/2055 6 4 E-15 2 TON
336
19/D/2057 6 4 E-17 2 TON
337
19/D/2058 6 4 E-19 2 TON
338
19/D/2059 6 4 E-21 2 TON
339
19/D/2078 6 4 E-25 2 TON
340
19/D/2035 6 4 E-27 2 TON
341
19/D/2031 6 4 E-29 2 TON
342
19/D/2084 6 4 E-3 2 TON
343
19/D/2085 6 4 E-5 2 TON
344
19/D/2053 6 4 E-7 2 TON
345
19/D/2054 6 4
MISSING

346
19/D/2440 6 5 E-21
MISSING

347
19/D/2098 6 5 E-23 2 TON

Page 47 of 49



Page 10 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
348
19/D/2078 6 5 E-25 2 TON
349
19/D/2034 6 5 E-27
MISSING

350
19/D/2035 6 5 E-27 2 TON
351
19/D/2097 6 5 F-11 2 TON
352
19/D/2096 6 5 F-15 2 TON
353
19/D/2095 6 5 F-21 2 TON
354
19/D/2077 6 5 F-25 2 TON
355
19/D/2036 6 5 F-27
MISSING

356
19/D/2033 6 5 F-31
MISSING

357
19/D/2697 9 2 B-11 HOMECH 2TON
358
19/D/2689 9 2 B-15 INDEF 2TON
359
19/D/2698 9 2 B-21 TAK 2TON
360
F19 9 2 B-23 HOMECH 2TON
361
19/D/2699 9 2 B-25 MUNK 2TON
362
B26 9 2 C17 TAK 2TON
363
19/D/2696 9 2 C-21 TAK 2TON
364
B33 9 2 C-27 TAK 2TON
365
3 TON
9 2
WELD, DEBURING
AREA UNLEE 3 TON
366
B17 9 3 C-11 ESSAR 2TON
367
19/D/2694 9 3 C13 SWIFT 2TON
368
19/D/2692 9 3 C15 TAK 2TON
369
19/D/2690 9 3 C-5 TAK 2TON
370
B24 9 3 C-9 MUNK 2TON
371
19/D/3576 9 3 D5 SWIFT 2TON
372
19/D/4010 9 3 D-7 POWERLIFT 2 TON
373
19/D/2695 9 3 D9
MISSING

374
19/D/4006 9 4 D-13
MISSING

375
19/D/4007 9 4 D-15 POWERLIFT 2 TON
376
19/D/2693 9 4 D19 MUNK 2TON
377
19/D/4008 9 4 D-21 POWERLIFT 2 TON
378
19/D2691 9 4 D-23 ELECTRALIT 2TON
379
19/D/4005 9 4 D-25 POWERLIFT 2 TON
380
NO NUMBER 9 4 E-1 TITAN
381
19/D/4009 9 4 E-3 POWERLIFT 2 TON
382
B31 9 CB B-33 MUNK 2TON
383
19//2701 9 CB C31 MUNK 2TON
384
D57 10 4 D-12 TITAN 1 TON
385
D55 10 4 D-16 TITAN 1 TON
386
C13 10 4 D-7 TITAN 1 TON
387
19/D/2414 10 4 E-12 SWIFT 1 TON
388
D54 10 4 E-16 TITAN 1 TON
389
M4 1A 12 1A21 INDEF 5TON
390
M3 1A 12 1A21 TAK 2.25 TON
391
1A53 1A 12 M11 SWIFT 1.5 TON

Page 48 of 49



Page 11 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
392
B38 1A 12 M15 MUNK 2 TON
393
B22 1A 12 M17 MUNK 2 TON
394
D53 1B 2 B-31 TITAN 1 TON
395
A14 1A 12 M3 MUNK 2 TON
396
A76 1A 12 M5
MISSING

397
A12 1A 12 M7 MUNK 2 TON
398
B28 1A 12 N25 MUNK 2 TON
399
B37 1A 12 N29 MUNK 2 TON
400
D31 1A 12 N31 TITAN 1 TON
401
IA55 1A 13 M-7 TAK 0.5TON
402
A75 1A 13 N11
MISSING

403
A74 1A 13 N27 TAK 2 TON
404
B36 1A 13 O23 2 TON
405
B63 1A 13 O29 SWIFT 2 TON
406
C22 1B 1 A-11 TITAN 2 TON
407
A77 1B 1 A-17 TAK 2 TON
408
A60 1B 1 A-19 TAK 2 TON
409
D 1B 1 A-21 1TON
410
A67 1B 1 A-5 TAK 2 TON
411
C29 1B 1 B-11 TAK 2 TON
412
A-70 1B 1 B-21
MISSING

413
C23 1B 1 B-9 TITAN 2 TON
414
D33 1B 2 B-17 TITAN 2 TON
415
D20 1B 2 B-19 MUNK 2 TON
416
C21 1B 2 B-21 TITAN 1 TON
417
A72 1B 2 C-17 TAK 2 TON
418
A73 1B 2 C-19 TAK 2 TON
419
A68 1B 2 C-5 TAK 2 TON
420
A66 1B 3 C-9 TAK 2 TON
421
D11 1B 3 D11 TITAN 2 TON
422
C19 1B 3 D-3 TITAN 2 TON
423
D5 1B 3 D5 TITAN 2 TON
424
D7 1B 3 D7 TITAN 2 TON
425
D9 1B 3 D9 TITAN 2 TON
426 B-54 2A FULL G-13 2 TON
427 B-67 2A FULL G-15 MUNK 2 TON
428 B-65 2A HALF E-13 SWIFT 2 TON
429 B-116 2A HALF E-19 MUNK 1 TON
430 B-40 2A HALF E-21 MUNK 2 TON
431 B-59 2A HALF F-13 INDEF 2 TON
432 B-64 2A HALF F-19 MUNK 2 TON
433 B-52 2A HALF F-21 ELECTRALIFT 2 TON
434
CIM1 CIM 1 B-26 HOMECH 0.5 TON
435
C7 CIM 1 B-28 MORRIS 1 TON

Page 49 of 49



Page 12 of 12
TENDER NOTICE No. : WE&CS/CMX/CRN/13-14/EN/03
Annexure: B1.2
LIST OF JIB CRANES
436
CIM8 CIM 1 B-30 ARMSEL 2 TON
437
3 JIB TOGETHER CIM 2 C13/14 MORRIS .5TON
438
CIM2
CIM 2
B-14
HOIST-0-
MAKE .5TON
439
C15 CIM 2 C-31 TITAN 1TON
440
CIM2 CIM 2 B-14 HOMECH .5TON
441
CIM6 CIM 4 E-9 HOMECH 1TON
442
19/D/2405 CIM 2 DIP SE INDEF .5TON
443
19/D/2405 CIM 2 DIP SE INDEF .5TON
444
CIM7
CIM 3
C-13
ROAP
MASTER .5TON
445
CIM4 CIM 3 C-25 HOMECH .5TON
446
B-16 CIM 3 D-26 1TON
447
C18 CIM 3 D-31 TITAN .5TON
448
C64 CIM 4 D-13 SWIFT 1TON
449
CIM5 CIM 4 D-23 HOMECH .5TON
450
- CIM 4 E-13 TITAN 0.5 TON
451
C6 CIM 4 E-27 ARMSEL 1TON
452
C3 CIM 5 E-25 TITAN 1TON
453
C14 CIM 5 E-31 TITAN 1TON
454
C-3
PACKING
SHED

INDEF 1 TON
455
C1 T&G 2 B-10 TITAN 1TON
456
T5
T&G 3
B4
ELECTRO
LIFT 1TON
457
- T&G 3 C-2 ELECTRALIT 200 KG
458
D43 T&G 4 D-2 TITAN 1TON
459
C9 T&G 4 D-4 TITAN 1TON
460
19/D/268 T&G 4 D-7 MUNK 1TON
461
14/D/2104 T&G 5 E-10 TITAN 1TON
462
M1 T&G 5 E-11 TITAN .5TON
463
D-53 T&G 5 E-2 TITAN 0.5 TON
464
D18 T&G 5 F-15 TITAN 1TON
465
T4 T&G 6 E-10 JK 1TON
466
D6 T&G 6 E-12 TAK 1TON
467
T3 T&G 6 E-7 HOMESH 1TON
468
19/D/2992 T&G 6 F-7 TITAN .5TON
469
CSP1 T&G 6 F-7 1TON
470
19/D/2683 T&G 7 G-9 MUNK 1TON
471
19/D/2994 T&G FITTING SHOP GREAVES 500 KG
472
19/D/2993 T&G FITTING SHOP GREAVES 500 KG
473
- T&G GEAR ASSY. ELECTRALIT 350 KG

You might also like