Вы находитесь на странице: 1из 35

F.No.

5-1(B)/2017-18/PUR/DF/PF/1308
ANDAMAN AND NICOBAR ADMINISTRATION
DIRECTORATE OF FISHERIES
*********
Port Blair, dated 17th August, 2017.

OPEN TENDER NOTICE NO.5-1(B)/52

On behalf of President of India, the Director of Fisheries, Andaman and Nicobar


Islands, Port Blair invites sealed tenders from bonafide
suppliers/dealers/distributors/Unemployed Coop. Societies for the supply of General
Stores & Spare Parts for Ice Plant & Cold Storage of Fisheries Department, Andaman
and Nicobar Islands, Port Blair during the 2017-18.

The Tender Document can be purchased from the Senior Accounts Officer (Fy),
Directorate of Fisheries, Andaman and Nicobar Administration, Port Blair – 744101 on
payment of the cost of the tender document of Rs. 500/- (Rupees Five Hundred Only)
(Non-refundable). The Tender Document can be purchased up to 04/10/2017
Tender documents can also be downloaded from the web site www.and.nic.in.

In case of Tender submitted in the Tender Document downloaded from the


website of the Andaman and Nicobar Administration
(http:www.and.nic.in/advertisement.htm), the tender should be accompanied by a
Demand Draft for Rs 500/- (Rupees Five Hundred Only) drawn in favour of the Senior
Accounts Officer (Fy.), Directorate of Fisheries, Andaman and Nicobar Islands, Port
Blair which is not re-fundable. The tenders submitted on downloading the Tender
Document which are not accompanied by the Demand Draft shall be treated as
unresponsive tender and rejected.

The tenders should be deposited in the “Tender Box” kept in the Directorate of
Fisheries, Andaman and Nicobar Islands, Port Blair on or before 15:00 hrs
on 04/10/2017 in case of tenders submitted by post, the same also should reach
the Directorate of Fisheries, Andaman and Nicobar Islands, Port Blair on or before
15:00 hrs. On 04/10/2017 and the same will be opened on the same day at
15:30 hrs. in presence of the tenderers or their representatives, if any.

The Director of Fisheries, Andaman and Nicobar Islands, Port Blair reserves the
right to accept or reject any tenders without assigning any reason thereof.

Sd/-
Assistant Director of Fisheries (HQ-II)
Copy to:-
1. The Director of Fisheries, Port blair.
2. The Director (IP &T), A & N Administration with request to publish the
tender in a reputed news paper.
3. The Chief Editor, Daily Telegram to publish in the Daily Telegram.
4. The Deputy Director of Fisheries(SA), Port blair.
5. The Senior Accounts Officer (Fy.) for information.
6. The Administrative Officer (Fy.) for information.
7. The Assistant Engineer (Ref.) for information.
8. The Senior Investigator, Directorate of Fisheries, Port Blair for
information.
9. Notice Board.

Sd/-
Assistant Director of Fisheries (HQ-II)

1
Q-la% 5&1¼बी½@2017&18@[kjhn@Mh,Q@पीएफ/1308
vaMeku rFkk fudksckj ç’kklu
eRL; funs’kky;
**********
iksVZCys;j] fnukad 17 अगस्त ] 2017-

fufonk lwpuk la%5&1¼ बी½@52

Hkkjr ds jk"Vªifr dh vksj ls eRL; foHkkx] vaMeku rFkk fudksckj


}hilewg] iksVZCys;j o"kZ 2017&18 ds nkSjku eRL; funs’kky; ds बफफ

संयंत्र तथा शीतगह


ृ में vfuok;Z सामान्य स्ट र तथा स्पेयर पार्टफस dh vkiwfrZ okLrfod
foØsrkvksa@csjkst+xkj lfefr@forjdksa ls Hkjh gqbZ eqgjcan
fufonk,a vkeaf=r dh tkrh gSA
fufonk nLrkost+ ds fy, `500@&¼ पांच स :Ik; ek=½ ¼ftls okil
ugha fd;k tk,xk½ dk Hkqxrku djds bls ofj"V ys[kk vf/kdkjh ¼eRL;½]
eRL; funs’kky;] vaMeku rFkk fudksckj ç’kklu] iksVZCys;j &744101
ds ikl ls [kjhnk tk ldrk gSA fufonk fnukad 04/10/2017 rd fufonk
nLrkost+ dh [kjhn dh tk ldrh gSA fufonk nLrkost+ dks osclkbV
www.and.nic.in ls Hkh MkmuyksM fd;k tk ldrk gSA

;fn fufonk osclkbV (http:www.and.nic.in/advertisement.htm) ds }kjk çkIr


dj Hkjh vkSj Hksth tkrh gS rks Hkh `500@& ¼:i; पांच स ek=½ dh
jkf’k fMekUM MªkW¶V ds :i esa fufonk ds lkFk layXu gksuk pkfg,
tks fd vçfrns; gS A fcuk Mªk¶V ds ;fn fufonk Hksth tkrh gS rks fcuk
fdlh lwpuk ds vLohd`r dj fn;k tk,xkA

eqgjcan fufonk,a fnukad 04/10/2017 ds 'kke 3%00 cts rd ;k


blls igys eRL; funs’kky;] vaMeku rFkk fudksckj }hilewg] iksVZCys;j
esa j[ks ^^vksiu VsaMj isVh^^ esa Mky fn;k tk, A ;fn fufonk dks
Mkd }kjk Hkstk tkrk gS rks Hkh fufonk fnukad 04/10/2017

ds 'kke 3%00 cts rd ;k blls igys eRL; funs’kky;] vaMeku rFkk


fudksckj }hilewg] iksVZCys;j esa igqap tkuk pkfg,A çkIr fufonk dks
mlh fnu 'kke dks 3%30 cts fufonkdrkZvksa ;k muds çfrfuf/k;ksa dh
mifLFkfr esa] ;fn dksbZ gks] [kksyk tk,xkA

fdlh Hkh fufonk dsk fcuk fdlh dkj.k Lohd`r ;k vLohd`r djus dk
vf/kdkj eRL; funs’kd ds ikl vkjf{kr gSA
2
gLrk{kj
lgk;d eRL; funs’kd ¼eq&I I ½

3
Issued to M/s……………………………
..………………………………………….
..………………………………………….
.…………………………………………..

S.No……….

TENDER DOCUMENT FOR SUPPLY OF GENERAL


STORES & SPARE PARTS FOR ICE PLANT & COLD
STORAGE OF FISHERIES DEPARTMENT

*******

DIRECTORATE OF FISHERIES
ANDAMAN AND NICOBAR ADMINISTRATION
PORT BLAIR
********

DURING 2017-18
ESTIMATED COST Rs. 10.00 lakhs
******

COST OF TENDER DOCUMENT Rs. 500/-


(RUPEES FIVE HUNDRED ONLY)

4
ANNEXURE –I

General Terms and conditions:-

1. The filled in sealed and signed tenders super scribed “Quotation for
supply of General Stores & Spare Parts for Ice Plant & Cold Storage of Fisheries
Department” should be deposited in the Tender Box Kept in the office of
the Director of Fisheries, Andaman and Nicobar Administration, Port
Blair, Pin-744101 on or before 15:00 hrs. on 04/10/2017 in case the
tenders are submitted by post, the date and time as above for receipt
shall also be applicable. The tenders received after the stipulated date
and time will not be accepted. The tenders will be opened in the Office of
the Director of Fisheries, Andaman and Nicobar Administration, Port
Blair in the presence of Tenderers or their authorized representatives, if
any at 15:30 hours on 04/10/2017. The tenderers should quote the
rates in Rupees (in words and in figures) for the supply of items at Ice
Plant & Cold Storage for the Department of Fisheries, Port Blair which
shall be inclusive of Goods & Services Tax, Transportation charges and
all other taxes.

2. The ‘Tender No. 5-1(B)/2017-18/PUR/DF/PF/1308 dated 17th August,


2017 should be super scribed on the cover containing the quotation.

3. The Tenderers should submit along with the followings: -


a) The Quotation.
b) PAN/TAN Card
c) Bank Account No. details with IFSC and MICR.
4. Tender received after due date and time will not be considered.
5. Qualifying Criteria (Mandatory): -
a) Earnest Money Deposit.
b) Certified Copy of the Certificate of Firm Registration under Shop &
Establishment Act.
b) Three years experience certificate from any Govt. agencies.
c) IT returns for last two years.
d) Dealership/Distributor certificate.
6. For Startups (as defined by the Department of Industrial Policy
and Promotion experience certificate is relaxable.
7. The bidder has the full authority to question the tender
conditions one week before the date of the opening of the tender.
8. The articles as per the supply order will have to be supplied within 90
Days from the date of receipt of the supply order.

5
9. The articles must be delivered to the Central Store of Fisheries
Department, Phoenix Bay at their own cost.
10. No part supply shall be accepted.
11. The accepted rate shall be valid up to one year from the date of issue of
Acceptance Letter and no escalation on the accepted rate shall be
allowed. In unavoidable circumstances, the term of rate contract shall
be extended beyond one year until finalization of new contract.
12. No conditions of the Tenderers shall be accepted and conditional
tenders shall be rejected.
13. Each Tender shall be signed in the name of the company by a person
authorized on their behalf.
14. The rates quoted should be written in figures and words. Cutting and
over writings should be attested by the Tenderers.
15. For any clarification regarding the items and its specification, the
Tenderers may contact the Assistant Engineer (Ref) of this
Department.
16. The materials when supplied if found to be sub-standard the supplier
shall be bound to replace the same with the standard materials at his
own cost, risk and responsibility.
17. The Director of Fisheries reserves the right to accept or reject any or all
quotations received without assigning any reason thereof.

SPECIAL TERMS AND CONDITIONS: -


(a) TECHNICAL SPECIFICATION AND STANDARDS

18. The goods to be provided by the supplier under this contract shall
conform to the technical specifications and quality control parameters
mentioned against each item in the Annexure.
19. Notwithstanding anything contained herein above, the tenderers may
also specify technical particulars of goods offered.

WARRANTY
20. The supplier warrants that the goods supplied under the contract is
new, unused and incorporate all recent improvements in design and
materials unless prescribed otherwise by the purchaser in the
contract shall have no defect arising from design, materials (except
when design adopted and/ or the material used are as per the
purchasers specifications) or workmanship or from any act or
omission of the supplier, that may develop under normal use of the
supplied goods under the conditions prevailing in India.
21. This warranty shall remain valid for twelve months after the goods or
any portion thereof as the case may be, have been delivered to the

6
final destination and installed and commissioned at the final
destination and accepted by the purchaser in terms of the contract.
22. In case of any claim arising out of this warranty, the Director of
Fisheries Shall notifies the same in writing to the supplier.

PRICES
23. Prices to be charged by the supplier for supply of goods and provision
of services in terms of the contract shall not vary from the
corresponding prices quoted by the supplier in its tender and
incorporated in the contract.

TAXES AND DUTIES


24. Supplier shall be entirely responsible for all taxes, duties, fees, levies
etc. incurred until delivery of the contracted goods to the purchaser.
25. Further Instructions if any shall be provided by the Director of
Fisheries.

DELAY IN THE SUPPLIERS PERFORMANCE:


26. The supplier shall deliver of the goods and perform the services
under the contract within the time schedule specified by the
purchaser in the list of requirements and as incorporated in the
contract.
27. Any unexcused delay by the supplier in maintaining its contractual
obligations towards delivery of goods and performance of services
shall render the supplier liable to any or all of the following
sanctions:
(i) imposition of liquidated damages
(ii) forfeiture of its performance security and
(iii)Termination of the contract for default.

28. If at any time during the currency of the contract, the supplier
encounters conditions hindering timely delivery of the goods and
performance of services, the supplier shall promptly inform the
purchaser in writing about the same and its likely duration and
make a request to the purchaser for extension of the delivery
schedule accordingly. On receiving the supplier’s communication, the
purchaser shall examine the situation as soon as possible and, at its
discretion, may agree to extend the delivery schedule, with or without
liquidated damages for completion to the contract.

LIQUIDATED DAMAGES
29. If the tenderers fail to deliver the stores or any consignment thereof
within the period prescribed for delivery, the purchaser shall be
entitled to recover 0.5% of the value of the delayed supply for each
week of delay or part thereof for a period of 10 weeks and thereafter
at the rate of 0.7% of the value of delayed quantity of the goods &

7
services for each week of delay or part thereof for another 10 weeks
of delay. Quantum of liquidated damages assessed and levied by
the purchaser shall be final and not challengeable by the
supplier.

FORCE MAJEURE:-
30. Notwithstanding the provisions contained the supplier shall not be
liable for imposition of any such sanction so long the delay and/or
failure of the supplier in fulfilling its obligations under the contract is
the result of an event of Force Majeure.
31. For purposes of this clause, Force Majeure means an event beyond
the control of the supplier and not involving the suppliers fault or
negligence and which is not foreseeable. Such events may include,
but are not restricted to, acts of the purchaser either in its sovereign
or contractual capacity, wars or revolutions, hostility, acts of public
enemy, civil commotion, sabotage, fires, floods, explosions,
epidemics, quarantine, restrictions, strikes, lockouts, and freight
embargoes.
32. If a force majeure situation arises, the supplier shall promptly notify
the purchaser in writing of such conditions and the cause thereof
within twenty one days of occurrence of such event. Unless otherwise
directed by the purchaser in writing, the supplier shall continue to
perform its obligations under the contract as far as reasonably
practical, and shall seek all reasonable alternative means for
performance not prevented by the force Majeure event.
33. If the performance in whole or in part or any obligation under this
contract is prevented or delayed by any reason of force Majeure for a
period exceeding 60 days, either party may at its option terminate the
contract without any financial repercussion on either side.
34. In case due to a Force Majeure event the purchaser is unable to fulfill
its contractual commitment and responsibility, the purchaser will
notify the supplier accordingly and subsequent action taken on
similar lines described in above sub-paragraphs.

Arbitration:-
35. In case of any dispute arising between parties, the same shall be
referred to the arbitration of sole arbitrator to be appointed by Lt.
Governor, A & N Islands and the place of such arbitration
proceedings shall be at Port Blair and the decision of the arbitrator
shall be final and binding on both the parties. The matter relating to
arbitration shall be governed under the provisions of the Arbitration
and Conciliations act – 1996.

PERFORMANCE SECURITY

8
36. Within twenty-one days after the issue of acceptance letter by the
Director of Fisheries, the supplier shall furnish performance security
to the Director of Fisheries for an amount equal to 10 (Ten) percent
of the total value of the contract, and the validity of the Performance
guarantee shall be valid up to sixty days after the date of completion
of all contractual obligations by the supplier.
37. The Performance security shall be denominated in Indian Rupees and
shall be in one of the following forms: Fixed deposit receipt/ Call
deposit drawn on any Nationalized Bank in India drawn in favor of
Senior Accounts Officer, Directorate of Fisheries, Port Blair.
38. In the event of any loss due to supplier’s failure to fulfill his
obligations, the amount of the performance security deposited by the
firm shall be forfeited and remitted to the Govt. Account to
compensate the loss occurred to the Department.
39. Subject to adherence of all terms and conditions, the purchaser will
release the performance security without charging any interest to the
supplier on completion of all contractual obligations including the
warranty obligations against a written request received from
purchaser.

EARNEST MONEY DEPOSIT


40. The Earnest money deposit or bid security for Rs.20,000 (Rupees
Twenty Thousand only) should be paid in the form of, Fixed deposit
receipt, Call deposit or a Bank Guarantee in acceptable form from
any of the Nationalized banks of India.
41. The EMD of a tenderers will be forfeited, if the tenderers withdraws
or amends its tender or impairs or derogates from the tender in any
respect within the period of validity of its tender. Further, if the
successful tenderers fail to furnish the required performance security
within the specified period, its EMD will be forfeited.

DELIVERY SCHEDULE
42. The stores for which orders are issued should be supplied at the
Central Store of Fisheries Department, Phoenix Bay on or before
completion of 90 Days from the date of issue of Supply order.

Assistant Director of Fisheries (HQ II)

9
ANNEXURE-II

REQUIREMENT OF GENERAL STORE, FOR THE USE OF COLD STORAGE AND ICE PLANT OF DIFFERENT ISLAND FOR THE YEAR 2017-18

S.No Description of Item Specification/Make Unit Rate per Unit Rate In Words
Part Number (in Rs.)

I II III IV V VI

1. Compressor oil Servo friz/68(IOC) Per


or Freezol68(BP)or Drum
seetul/68(HP)

2. Lubricant oil 160Z ISI No


suitable for refrigerant
404A compressor-2Litre
tin (2.5 Litre Tin)
3. Banian waste (cut piece) Cotton only Kg

4. Aluminium ladder with ISI/Renound No


rubber shoe height 6mtr
(Heavy Duty)
5. Aluminium ladder ISI/Renound No
height 3mtr top
platform, rubber shoe,
locking arrangement etc.
(Heavy Duty)
10
6. G.M gate valve 65mm ISI No

7. G.M gate valve 50mm ISI No

8. G.M gate valve 40mm ISI No

9. G.M gate valve 25mm ISI No

10. G.M gate valve 20mm ISI No

11. G.M gate valve 15mm ISI No

12. Water tap (Brass) ISI No

13. Foot valve (Brass)65mm ISI No

14. Foot valve (Brass)50mm ISI No

15. G.I Nipple 2’’x12’’ Tata/ISI No

11
16. G.I Nipple 1’’x12’’ Tata/ISI No

17. G.I Nipple 1’’x6’’ Tata/ISI No

18. G.I Nipple ¾’’x12’’ Tata/ISI No

19. G.I Nipple ¾’’x6’’ Tata/ISI No

20. G.I Nipple ½’’x8’’ Tata/ISI No

21. G.I Nipple ½’’x6’’ Tata/ISI No

22. G.I reducer 1’’x ¾’’ Tata/ISI No

23. G.I reducer ¾’’x ½’’ Tata/ISI No

24. G.I union socket 50mm Tata/ISI No

25. G.I union socket 40mm Tata/ISI No

12
26. G.I union socket 25mm Tata/ISI No

27. G.I union socket 20mm Tata/ISI No

28. G.I Bend 80mm Tata/ISI No

29. G.I Bend 60mm Tata/ISI No

30. G.I Bend 50mm Tata/ISI No

31. Ammonia MS angle Super/ Equivalent No


valve flanged 1’’

32. Ammonia MS angle Super/ Equivalent No


valve threaded ½’’

33. Ammonia MS stop valve Super/ Equivalent No


threaded ½’’

34. Ammonia MS globe Super /Equivalent No


valve threaded ½’’

35. High and low pressure Danfoss/Indfoss No


cutout model-Mp 15 A

13
36. Oil pressure cutout Danfoss/Indfoss No
Model MP 55A

37. MS nut,bolt & washer ISI Kg


¼’’x1 ½’’

38. MS nut,bolt & ISI Kg


washer½’x1 ½’’

39. MS nut,bolt & washer ISI Kg


¾’’x2 ½’’

40. MS nut,bolt & washer ISI Kg


½’’x3’’

41. Brass nut,bolt and ISI Kg


washer ½’’x2’’

42. Rubber gasket sheet Champion/ISI Kg


2.5mm

43. Rubber gasket sheet Champion/ISI Kg


5mm

44. Steam joint gasket sheet Champion/ISI Kg


2mm

45. Steam joint gasket sheet Champion/ISI Kg


1.5mm

14
46. Lead sheet 2.5mm Champion/ISI Kg

47. Thread tape roll Champion No

48. M-Seal 50gm pack Good Quality Pkt

49. Bearing grease 1Kg Tin Castrol No

50. Packing rope for water Good Quality Kg


pump

51. PVC hose pipe1’ Thick Quality Roll

52. PVC hose pipe ¾’’ Thick Quality Roll

53. Crow bar (sable) 1’’x1 ½ Good Quality No


mtr

54. Spade with hadel Tata make No

55. Grass cutting talwar Good Quality No


made of saw steel

15
56. Smoke grey enamel Berger/Asian No
paint 1Litre tin

57. Green enamel paint Berger/Asian No


1Litre tin

58. Black enamel paint Berger/Asian No


1Litre tin

59. Yellow enamel paint Berger/Asian No


1Litre tin

60. Post office red enamel Berger/Asian No


paint 1Litre tin

61. Metal primer paint Berger/Asian No


4Litre

62. Silver grey enamel paint Berger/Asian No


1Litre

63. Chocolate colour enamel Berger/Asian No


paint 1Litre

64. Thinner bottle 1Litre Sheenlac No

65. Painting Brush 4’’ Amar make No

16
66. Painting Brush 3’’ Amar make No

67. Painting Brush 2’’ Amar make No

68. Painting Brush 1’’ Amar make No

69. Sand paper Metal use 60 Good quality No

70. Sand paper 80 Good quality No

71. V-Belt B 1970/76 Fennair/hitten/TVS No


/Poly-F

72. V-Belt B 100 Fennair/hitten/TVS No


/Poly-F

73. HP Cut out ,Model KP Danfoss/Indfoss No


5A

74. V-Belt B80 Fennair/hitten/TVS No


/Poly-F

75. Ball bearing 6312, Tata/SKF No

17
76. Ball Bearing 6305 Tata/SKF No

77. Ball Bearing 6303 Tata/SKF No

78. Ball Bearing 6205 Tata/SKF No

79. Ball Bearing 6204 Tata/SKF No

80. Ball Bearing 6308 Tata/SKF No

81. Ball Bearing 6206 Tata/SKF No

82. Ball Bearing 6310 Tata/SKF No

83. Ball Bearing 6313 Tata/SKF No

84. Ball Bearing 6309 Tata/SKF No

85. Electronic weighing Avery No


machine max /Accurel/renaound
300kg,min-1000g make
stainless steel body class
III
18
86. Dustbin 120 Litre with Sintex No
lid,Bottom wheel

87. Spring balance 100Kg ISI/Good quality No


capacity

88. Pick axe ISI/Good quality No

89. Shovel ISI/Good quality No

90. Plastic bucket with lid Good Quality No


30 Litre capacity

91. Plastic bucket with lid Good Quality No


20 Litre capacity

92. Plastic mug ½ Litre Good Quality No


capacity

93. Hand pump to remove ISI No


oil from drum

94. Plastic chair (heavy Good Quality No


duty)

95. Copper pipe ¼’’ Good quality Roll

19
96. Brass angle valve ¼’’ Good quality No
flair

97. Manifold valve set ¼’’ Danfoss/ Equivlant Set

98. Gas Charging hose ¼’ Danfoss/ Equivlant No

99. Pressure gauge-0-500 Good Quality No


PSI 404A Refrigerant

100. Pressure gauge-30 to 150 Good Quality No


PSI 404A Refrigerant

101. Welding electrode ISI Pkt


(2.50x350mm)

102. Portable gas cylinder for ISI No


copper welding with
welding nozzle.
103. M.S Union socket ½’’ ISI No

104. M.S Elbow socket ½’’ ISI No

105. M.S Nipple ½’’x4’’ Good quality No

20
106. M.S Nipple ½’’x6’’ Good quality No

107. M.S Nipple ½’’x12’’ Good quality

108. Ice can dog suitable for Good quality No


300Litre
(11’’x22’’x47’’)Ice can
109. Ice can dog suitable for Good quality No
100Litre Ice can

110. Ice can 300Litre capacity Good quality No


size (11’’x22’’x47’’)
made of 16 SWG G.I
sheet
111. Bleaching Powder 25 kg Good quality No
Bag

112. Antirust spray 60 gm Pedilite industries No


bottle (zorrik/Anabond) ltd/Equivelant

113. Pressure gauge 4’’ dial- Febig/Danfoss/ No


760hg to 25 kgf/cm2, Equivalent
¼’’bottom connection
114. Pressure gauge 4’’dial- Febig/Danfoss/ No
760hg to 16 kgf/cm2 Equivalent
¼’’bottom connection

21
115. Pressure gauge 4’’ dial- Febig/Danfoss/ No
1to 12.5 kg/cm2 Equivalent

116. Pressure gauge ¼’’ dial- Febig/Danfoss/ No


30Vac to 300 psig Equivalent

117. Doctor Phenyol (Raw Good Quality No


Phenyol) 500ml bottle

118. Ball Bearing 6208 Tata/SKF/NBC No

119. Ball Bearing 6206 Tata/SKF/NBC No

SPARE PARTS FOR FRICK INDIA MAKE 6 X 6 HDI COMPRESSOR

S.NO DESCRIPTION OF MAKE UNIT RATE (In RATE IN WORDS


ITEMS Figures.)

1. Compression ring Frick/Cross/Equivalent No


std
2. Oil ring std Frick/Cross/Equivalent No

22
3. Shim for big end Frick/Cross/Equivalent Set
bearing
4. Oil filter cartridge Frick/Cross/Equivalent No

5. Stainer assembly oil Frick/Cross/Equivalent No

6. Oil indicator bolted Frick/Cross/Equivalent No

7. Connecting rod bolt Frick/Cross/Equivalent No

8. Reyainer oil Frick/Cross/Equivalent No


indicator
9. Discharge valve Frick/Cross/Equivalent No
assembly
10. Suction Valve Frick/Cross/Equivalent No
assembly
11. Wrench for suction Frick/Cross/Equivalent No
valve only
12. New seal assembly Frick/Cross/Equivalent No

23
13. Carbon ring for new Frick/Cross/Equivalent No
seal
14. Mating ring for new Frick/Cross/Equivalent No
seal
15. O ring outer for new Frick/Cross/Equivalent No
seal assembly
16. O ring inner for new Frick/Cross/Equivalent No
seal assembly
17. Nut assembly drake Frick/Cross/Equivalent No
¾’’

18. Nut hex ½’’ Frick/Cross/Equivalent No

19. Nut hex 5/8’’ Frick/Cross/Equivalent No

24
20. Stud 5/8’’x2 ¾’’ Frick/Cross/Equivalent No

21. Safety valve ½’’x275 Frick/Cross/Equivalent No

22. Brine agitator Frick/Cross/Equivalent No


assembly vertical
type 12 dia complete
with flywheel
,empeller
etc.suitable for 10
TPD Ice Plant
23. Small gear for 300 Frick/Cross/Equivalent No
Litres ice cane hand
hoist

25
24. Small gear for 100 Frick/Cross/Equivalent No
Litres ice cane hand
hoist

DETAILS OF SPARE PARTS (KIRLOSKAR COMPRESSOR MODEL KC-2)

S.NO DESCRIPTION Part No. Make UNIT RATE (In RATE IN WORDS
OF ITEMS Figures.)

1. Kit gasket /O 0852802 Kirloskar/Cross/ Set

ring/AL.Packing Equivalent

for KC2

2. Kit oil filter (KC2) 0852803 Kirloskar/Cross/ Set


Equivalent

26
3. Kit shaft seal/O 0852804 Kirloskar/Cross/ Set
Equivalent
ring

4. Kit oil pump gear 0852805 Kirloskar/Cross/ Set


Equivalent

5. Kit delivery valve 0852808 Kirloskar/Cross/ Set


Equivalent
ring/spring

6. Oil level glass 082.28.170.50 Kirloskar/Cross/ No


Equivalent

8. Big End Brg half 082.04.030.50 Kirloskar/Cross/ No


Equivalent
STD

9. Connecting rod 082.04.040.51 Kirloskar/Cross/ No


Equivalent
bolt

27
10. Lock plate 082.04.050.50 Kirloskar/Cross/ No
Equivalent

11. Hex Nut 082.04.100.51 Kirloskar/Cross/ No


Equivalent

12. Suction valve 336.12.002.51 Kirloskar/Cross/ No


Equivalent
limitor

13. Suction valve 336.12001.50 Kirloskar/Cross/ No


Equivalent
spring

14. Suction valve ring 082.28.130.50 Kirloskar/Cross/ No


Equivalent

28
15. Shaft seal 082.08.000.50 Kirloskar/Cross/ No
Equivalent

16. Set of piston ring 082.03.150.50 Kirloskar/Cross/ set


Equivalent

17. Solenoid valve coil 082.25.032.50 Kirloskar/Cross/ No


Equivalent
(CCSV) Ty-03 way

(NC)size 1/4BSP

body ss304,Press 22

Bar Volt 230,50Hz.

18. Spacer ring 336.10.007.50 Kirloskar/Cross/ No


Equivalent

29
19. Compressor oil KP Kirloskar/Cross/ No
Equivalent
paper filter 351.09.014.50

20. Compressor oil KP Kirloskar/Cross/ No


Equivalent
filter wire gauge 351.09.014.50

DETAILS OF SPARE PARTS (KIRLOSKAR COMPRESSOR MODEL PC-2)

S.NO DESCRIPTION OF PART MAKE UNIT RATE (In Figures.) RATE IN WORDS
ITEMS NO.
1. Shaft seal complete 08802040 Kirloskar/Cross/ No
50 Equivalent
2. O ring 08802045 Kirloskar/Cross/ No
Equivalent
50
3. Stationary sealing - Kirloskar/Cross/ No
Equivalent
ring

30
4. O ring 08802042 Kirloskar/Cross/ No
Equivalent
51
5. Delivery Valve 08806000 Kirloskar/Cross/ No
Equivalent
Assembly 50
6. Suction valve ring 08806010 Kirloskar/Cross/ No
Equivalent
50
7. Big end bearing 08805030 Kirloskar/Cross/ No
Equivalent
50
8. Connecting rod bolt 08805040 Kirloskar/Cross/ No
Equivalent
50
9. Driven gear complete 08803030 Kirloskar/Cross/ No
Equivalent
50
10. Driving gear 08803020 Kirloskar/Cross/ No
Equivalent
complete 50
11. Sets of Gasket - - Set

31
DETAILS OF SPARE PARTS (ACCEL MAKE MODEL TSMC 8-65S AND TSMC 6-65L)

S.NO DESCRIPTION OF PART MAKE UNIT RATE (In Figures.) RATE IN WORDS
ITEMS NO.

1. Set of gasket ASL 6653 Accel/Cross/ Set

Equivalent

2. Set of gasket ASL 6853 Accel/Cross/ Set

Equivalent

3. Set of neoprene rings ASL 6654 Accel/Cross/ Set

Equivalent

4. Set of neoprene rings ASL 6854 Accel/Cross/ Set

Equivalent

5. Set of dowty ring ASL 6655 Accel/Cross/ Set

Equivalent

6. Set of dowty ring ASL 6855 Accel/Cross/ Set

Equivalent

32
7. Set of sealing rings ASL 6656 Accel/Cross/ Set

Equivalent

8. Set of sealing rings ASL 6853 Accel/Cross/ Set

Equivalent

9. Crank case heating 0-02 Accel/Cross/ No

element Equivalent

10. Hexagon head screw B-09 Accel/Cross/ No

Equivalent

11. Oil leve glass B 10 Accel/Cross/ No

Equivalent

12. Oil stainer ASL Accel/Cross/ No

6033A Equivalent

13. Connecting rod ASL Accel/Cross/ No

assembly 6017A Equivalent

14. Half section Bearing E-02 Accel/Cross/ No

std Equivalent

33
15. Piston only E 14 Accel/Cross/ No

Equivalent

16. Piston pin E 13 Accel/Cross/ No

Equivalent

17. Seeger ring E 17 Accel/Cross/ No

Equivalent

18. Scraper ring E 16 Accel/Cross/ No

Equivalent

19. Piston ring E 15 Accel/Cross/ No

Equivalent

20. Connecting rod bolt E 08 Accel/Cross/ No

Equivalent

21. Discharge valve ASL 6020 Accel/Cross/ No

assembly for NH3 ANH Equivalent

22. Suction valve - Accel/Cross/ No

assembly for NH3 Equivalent

34
23. Shaft seal ASL Accel/Cross/ No

6010R Equivalent

24. Special carbon ring H 07 Accel/Cross/ No

Equivalent

25. Gear shaft for oil 1-04 Accel/Cross/ No

pump Equivalent

26. Gear shaft for oil 1-05 Accel/Cross/ No

pump Equivalent

27. Suction filter bag M-05 Accel/Cross/ No

Equivalent

28. Suction strainer M-03 Accel/Cross/ No

Equivalent

29. Safety valve ASL Accel/Cross/ No

6024R Equivalent

Sd/-
Assistant Director of Fisheries (HQ-II)

35

Вам также может понравиться