Nit CHP Silo PDF
Nit CHP Silo PDF
Nit CHP Silo PDF
FOR
COAL HANDLING PLANT WITH SILO LOADING
ARRANGEMENT AT LINGARAJ OCP
OF
LINGARAJ AREA
VOL – I (PART-I)
The Pre-NIT Meeting for the aforesaid work is for exchanging views and to firm up the
NIT’s specifications & other conditions etc. considering the views of prospective bidders if
required. The interested prospective firms may attend the Pre-NIT Meeting scheduled to
be held on 05.01.2012 at 11.30 AM at Main Conference Hall of MCL HQ, Jagruti Vihar,
Burla, Sambalpur – 768020, Orissa (India). The interested firms are requested to go
through the Draft NIT of the above mentioned job as hoisted in the website
( http://tenders.gov.in / www.mcl.gov.in )
Sd/
General Manager(E&M)
Ancillary & Talcher Coalfields
A Subsidiary of Coal India Ltd
A Mini Ratna Company
TENDER DOCUMENT
VOL – I (Part-I)
1. Sealed turn-key tenders are invited from reputed and experienced bidders for the
following work :
2. 0 Earnest Money:
Rs. 1,00,00,000.00 (Rupees One Hundred Lakhs) only Earnest Money / Bid Security
is to be deposited in the form of irrevocable Bank Guarantee ( from Banks listed at
Annexure-X) with validity 28 days beyond the validity of the Bid in the format given
in the Bid document. Certified Cheques and Demand Drafts will also be acceptable as
Earnest Money / Bid Security drawn in favour of MAHANADI COALFIELDS
LIMITED on any scheduled Bank payable at its branch at Sambalpur. Earnest Money
/ Bid Security of the unsuccessful bidder shall be refundable as promptly as possible
after opening of Price Bid and finalisation of the tender and shall bear no interest.
The price of the tender document shall be Rs. 5000.00 (Rupees Five thousand) only
payable either in cash or by bank draft drawn in favour of Mahanadi Coalfields Ltd.,
on any bank as per Annexure-X payable at its branch at Sambalpur.
5.1 A Bidder is required to submit his offers in sealed covers giving reference to this
Tender Notice No. and date, containing offers in three parts prominently superscribed
as Part I, Part II and Part III respectively.
5.2 Three parts should contain the details of the offer as follows:
Part III - Prices only in the format as indicated in the tender documents.
6.0 Part II and III of the offer shall be opened only in respect of such tenders as are
found valid after scrutiny of Part I.
11.0 The company is not under any obligation to accept the lowest tender / tenders and
reserves the right to reject any or all the tenders without assigning any reason
whatsoever and also to distribute the work and allot the work / works to more than
one Bidder, at its sole discretion.
12.0 The bidders are required to sign the integrity pact as per format given in Part-I
(Annexure-IX) of Tender Document. Name and address of Independent External
Monitor is as under: -
General Manager(E&M)
Ancillary & Talcher Coalfields
Distribution :
.0 SCOPE OF TENDER:
.1 The MAHANADI COALFIELDS LTD (referred to as employer in these
documents) invites bids for the construction on turn key basis for the works ( as
defined in these documents and referred to as “the works”) detailed in the table
given in the Notice Inviting Tenders (NIT).
.2 The successful Bidder will be expected to complete the Works by the Intended
Completion Date specified in the Contract.
2.1 The Invitation for Bids is open to all bidders eligible to participate as per
qualifying criteria laid down separately hereinafter.
2.2 All bidders shall provide in Part I, Forms of Bid and Qualification Information, a
statement that the Bidder (including all members of a joint venture / consortium
and subcontractors) is not associated, nor has been associated in the past, directly
or indirectly, with the consultant or any other entity that has prepared the design,
specifications, and other documents for the Project or being proposed as Engineer
for the Contract. A firm that has been engaged by the Employer to provide
consulting services for the preparation or supervision of the Works shall not be
eligible to Bid.
2.3 (i) Joint Venture: Two or three companies may jointly undertake contract / contracts.
Each entity will be jointly responsible for completing the task as per the contract.
(ii) Consortium Route: A Lead Member in Consortium limited to four members /
associates is also a bidder to eligible to participate as per qualifying criteria.
2.4 The company reserves its right to allow Public Enterprises preference facility as
admissible under prevailing policy.
3.1 All bidders shall provide in Part I, Forms of bid and qualification information, a
preliminary description of the proposed work method and schedule, including
drawings and charts, as necessary.
3.2 In the event that pre-qualification of potential bidders has been undertaken, only
Bids from pre qualified bidders will be considered for award of contract. These
qualified bidders should submit with their bids any information updating their
original prequalification applications or, alternatively, confirm in their Bids that
the originally submitted pre-qualification information remains essentially correct
as of the date of bid submission. The up date or confirmation should be provided
in Part I
3.3 If the Employer has not undertaken pre-qualification for potential bidders, all
bidders shall include the following information and documents with their Bids
(copies of all documentary evidences are to be duly authenticated by the Bidders /
constituted attorney of the Bidder with full signature in indelible ink and seal. All
signed declarations are to be made in the Bidder’s letter head.)
[ Note : The intending Bidder will have to submit a declaration in support of the
authenticity of the credential submitted by them alongwith the tender in the
form an affidavit as per the format provided in the bid document.]
(i) Three similar completed works each costing not less than less than
Rs. 6163.200 Lakh
iii) One similar completed work costing not less than Rs.12326.400 Lakh
In case the bidder is not a Prime Contractor but a Sub-Contractor, the bidder’s
experience as subcontractor will be taken into account if the contract in support of
qualification is a sub-contract in compliance with the provision of such sub-
contract in the original contract awarded to prime contractor.
b.(i) The intending tenderer must have in its name as prime contractor having experience
of successfully completed either a SILO of minimum capacity of 2400 Tonnes or
RCC Bunker of minimum capacity of 15,000 Tonnes for Coal or any other
Minerals irrespective of value and period and the same is in successful operation.
(ii) The Conveyor execution job will be considered irrespective of the Size of the
Conveyors.
(iii) Different work orders issued for supply & erection etc. separately against the
same job will be considered as one job for qualifying in eligibility criteria.
(iv) The intending Bidder must submit documentary evidence in support of 3.4a and
3.4 b(i) above in the form of certified copy of work order(s) & completion
certificate(s) / Affidavit for completion of work and satisfactory performance from
the bidder / associated member both from inside and outside India shall be
verified by a suitable mode. In case of consortium /associate route of participation,
consortium partners must collectively meet the technical and financial qualifying
requirements. In this route, individual associate may or may not possess any of the
technical and financial qualification requirement. In such a case the bidder :
A) shall furnish a MOU with Associates/ Consortium partners as per format given
in the Annexure-XI of bid document and Power of Attorney for signing of
MOU from Lead Partner and Associates / Consortium Partners. Bidders will
be required to submit the Memorandum of understanding ( MOU) entered
with the associates along with the bid in Part-I &
B) shall furnish a JDU ( Joint deed of undertaking ) prior to signing of the
contract ( provided the bidder has got LOA on the basis of bid valuation ) as
per format given in bid documents .
c. The average annual financial turnover of contract work during the last (3) three
years ending 31st march of previous financial year should be at least 30% of the
estimated cost. The bidders must submit Audited Balance Sheet, Profit & Loss
A/C for last 3 (Three) years ending 31st March of the previous financial year.
d. Evidence of possessing adequate working capital, at least 20% of the value of this
work inclusive of access to lines of credit and availability of other financial
resources to meet the requirement to be furnished by the Bidder (For working
capital as per latest Accounts refer Annexure-II and for others evidence
documents to be submitted).
f. In case, bidder is coming through a consortium route then the Lead Member shall
have to submit MoU (Annexure-XI) along with the bid in Part-I and in case of
successful bidder, a JDU (Annexure-XII) prior to signing of contract.
Note : Financial turn over and cost of completed works of previous works shall be
given a weightage of 5% per year (average annual rate of inflation) to bring them at
current price level.
3.5 Bidders who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity
will be calculated as under:
Where, A: Maximum value of contract works executed in any one year during
the last five years (Updated to current level given a weightage of
5% per year) taking into account the completed as well as works
in progress)
N: Number of years prescribed for completion of the works for which
bids are invited.
B: Value at present price level of existence commitments and on-going
works to be completed during the next 24 months.
Note: (i) The statements showing the value of existing commitments and on going
works as well as the stipulated period of completion remaining for each of the
works listed should be countersigned by the Engineer – in – Charge not below
the rank of Executive Engineer / Site Engineer.
3.6 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
4.1 Each bidder shall submit only one Bid, either by self or in a partnership firm or a
partner in a joint venture or a public limited firm. A Bidder who submits or
participates updated estimated value in more than one Bid (other than as a
subcontractor or in cases of alternatives that have been permitted or requested)
will cause all the proposals with the Bidder’s participation to be disqualified.
PART-I ( VOL – I ) :
Section 1 Notice inviting tender;
Section 2 Instructions to bidders ;
Section 3 Forms of Bid and Qualification Information;
Section 4 Conditions of Contract;
Section 5 Forms of Securities, Forms of Bank Guarantees and form of Article of
Agreement & Annexure etc.
PART-II : Scope of work, Text & Specifications etc. (VOL-II ) & Drawings
(VOL-II A) ;
PART-III : Bill of Quantities / Price Bid in Pricing Format(VOL-III);
8.2 Pre-bid meeting : A Pre-Bid meeting will be held on ………… at ……. hrs at the
Main Conference Hall, MCL HQ, Jagruti Vihar, Burla – 768020( Orissa) to
12.1 The contract shall be for the whole Works as described in Sub-Clause 1.1, based
on the scope of work as detailed in the bidding document.
12.2 The bidder shall submit rates and prices for all items of the Works described in the
scope of works, corrections, if any, shall be made by crossing out, initialing dating
and rewriting. The bidders may quote their bid either Item-Wise or Broad
Head-Wise.
12.3 All duties, taxes and other levies payable by the Contractor under the contract, or
for any other cause as applicable on the last date of submission of tender/bid ,
shall be included in the rate, prices and the total Bid Price submitted by the bidder.
However, such duties, taxes, levis etc. which is notified after the last date of
submission of tender and/or any increase over the rate existing on the last date of
submission of tender shall be reimbursed by the company on production of
documentary evidence in support of payment actually made to the concerned
authorities.
NB : (i) Incase of decrease in duties, taxes, levis etc., the same shall be refunded
by the bidder or to be deducted by the owner.
(ii) Provision relating to Tax is given below:
A. Orissa Value Added Tax Act (OVAT Act) / Central Sales Tax Act (CST
Act)
(a) The bidder shall furnish Tax Clearance Certificate in Form VAT-612 from the
Sales Tax Authorities of Orissa at the time of submission of bid (Section 99 of
OVAT Act 2004).
(b) If the bidder is not a registered dealer in the State of Orissa, he shall have to
furnish an affidavit declaring that he has no Sales Tax liability in the State of
Orissa. However, before entering into agreement, the successful bidder shall
have to furnish the Tax Clearance Certificate in Form VAT-612. For obtaining
such Tax Clearance Certificate, the bidder has to necessarily register himself
with Sales Tax Authorities of Orissa.
c(1) The Company(MCL) shall not deduct any tax on the value of any
property in goods transferred in the course of Inter-State Sales, Sales
outside the State or Sales in the course of import as per Explanation to sub-
section 6 of Sec 54 of OVAT Act.
(2) In other cases i.e. (i) the value of the property in goods transferred by other
means (e.g., purchase within Orissa) and (ii) other portions of the value of
work (e.g., labour, service) at the time of payment to the contractor, the
Company (Mahanadi Coalfields Ltd.) shall deduct TDS (OVAT) at the
prevalent rate of 4% from the gross amount of the bill {Section 54 (1) of
OVAT Act}. However, if the contractor produces a certificate from the
Competent Sales Tax Authority for no deduction of tax / deduction at reduced
rate, the same shall be complied with by the Company {Section 54(5) of
OVAT Act}. In the absence of such a certificate, TDS (VAT) @ 4% shall be
recovered by the Company.
(d) For execution of works contract, if the Contractor desires, then Company can
issue statutory Way bill (in the name of the approved vendor of the Company
(MCL) on whom the Contractor has placed Order for purchase of goods) and
declaration form ‘C’ (in the name of the Contractor) to enable him to procure
the goods from outside Orissa and transfer them in the name of the Company
(MCL) by subsequent sale i.e. E-1 Sale. For this purpose, the contractor shall
have registration under CST Act in the State of Orissa.
B. Orissa Entry Tax (OET)
If the contractor issues his own Way Bill, the liability to pay Orissa Entry Tax lies
with him. However if the Contractor desires the Company to issue the statutory
forms such as Way bill and ‘C’ form to the Contractor and if the Company so
LINGARAJ CHP & SILO 14
issues them as described in para 1(d) above, then Company shall initially deposit
the Entry tax on the invoice value of the Contractor and then recover the same
from the Contractor.
C. Income Tax
The Company shall deduct 2% from the gross amount of the bill payable to the
contractor. However, if the contractor produces a certificate from the Income Tax
authorities for no deduction of tax / deduction of tax at reduced rate, the same
shall be complied with by the Company.
D. Service Tax
As per Section 65(105) (zzzza) of the Finance Act, the turnkey contract falls under
“works contract” and is a taxable service. The liability to pay Service Tax lies
with the Contractor. However, the Contractor shall show the Service Tax claim
separately in his bill and mention his Service Tax Registration number.
12.4 The rates and prices quoted by the Bidder shall be fixed for the duration of the
contract and shall not be subject to variations on any account except to the extent
variations allowed as per the conditions of the contract indicated in the bidding
document.
15.6 The Bid Security / EMD deposited with the Employer will not carry any interest.
16.1 Bidders shall submit offers that comply with the requirements of the Bidding
documents, including the basic technical design as indicated in the drawings and
specifications. Alternatives will not be considered, unless specifically allowed in
the Bidding Data. If so allowed, Sub-Clause 16.2 shall govern.
16.2 If so allowed in the bid document, Bidders wishing to offer technical alternatives
to the requirements of the bidding documents must also submit a Bid that
complies with the requirements of the Bidding documents, including the basic
technical design as indicated in the drawings and specifications. In addition to
submitting the basic Bid, the Bidder shall provide all information necessary for a
complete evaluation of the alternative by the Employer, including design
calculations, technical specifications, breakdown of prices proposed construction
methods and other relevant details. Only the technical alternatives, if any, of the
lowest evaluated Bidder conforming to the basic technical requirements stipulated
in the bidding document shall be considered by the Employer.
17.1 The bidder shall prepare the bidding documents comprising the Bid as described in
Clause 11 of these instruction to Bidders.
17.2 All documents of the bid shall be typed or written in indelible ink and shall be
signed by a person / persons duly authorized to sign on behalf of the Bidder,
pursuant to Sub-Clauses 3.3(a). The person or persons signing the Bid shall initial
in indelible ink in all pages of the Bid document. In case of associate / consortium
route , proposal for qualification shall be signed by all the consortium partners or
through their respective legally authorized signatories , at all the places as per
requirement or by the Lead Member through legal authorisation / Power of
Attorney from all the associate(s).
17.3 The Bid shall contain no alterations, or additions, except those to comply with
instructions issued by the Employer or as necessary to correct errors made by the
Bidder, in which case such corrections shall be initialed by the person or persons
signing the Bid. Erasing or overwriting in the bid document may disqualify the
bidder.
18.1 The Bidder shall seal the Bid in three inner sealed envelopes and one outer sealed
envelope, duly marking the inner envelopes in the following manner:
a) 1st inner sealed envelope will be marked “Part I-Bid for “ …………….”
comprising of Bid security / EMD with qualification information.”
b) 2nd inner sealed envelope will be marked as “Part II – Technical and
Commercial part for “ ……………………..”.
c) 3rd inner sealed envelope will be marked “Part III – Price Bid for “
…………….”.
d) Outer Sealed envelope will be marked as “Bidding Documents for “
………….”
18.2 The inner envelopes placed in the outer envelopes shall:
b) inner and outer envelopes will bear the following additional identification:
19.1 Bids shall be delivered to the employer at the address specified above not later than
……… upto ………... In the event of the specified date for the submission of bids
being declared a holiday for the Employer, the Bids will be received up to the
appointed time on the next working day.
19.2 The Employer may extend the dead line for submission of Bids by issuing an
amendment in accordance with Clause 9, in which case all rights and obligations of
20.1 Any Bid received by the Employer after the deadline prescribed in Clause 19 due to
any reason whatsoever will not be accepted.
21.1 Bidders may modify or withdraw their Bids by giving notice in writing before the
deadline prescribed in Clause 19 in case the bidder has submitted the bid well before
the deadline or extended deadline.
21.2 Each Bidder’s modification or withdrawal notice shall be prepared, sealed, marked
and delivered in accordance with the provisions of Clause 11, 17,18 and 19 with the
outer and inner envelopes additionally marked “MODIFICATION” or
“WITHDRAWAL” as appropriate.
21.3 No Bid may be modified after the deadline for submission of Bids
21.4 Withdrawal of a Bid between the deadline for submission of Bids and the expiration
of the period of Bid validity specified in the bid document or as extended pursuant to
Sub-Clause 14.2 may result in the forfeiture of the Bid Security pursuant to Clause 15.
22.1 The Employer will open Part I of the bids first, including modifications made
pursuant to Clause 21 in the presence of the bidders, or their representatives who
choose to attend at the time and in the place specified in clause 19. In the event of the
specified date of Bid opening being declared a holiday for the Employer, the Bids will
be opened at the appointed time and location on the next working day.
22.2 After examination and evaluation of Part I of the bids in accordance with Clause 25 of
these instructions, Part II of the bids which are substantially responsive and fulfill the
requisite eligibility criteria laid down under these instructions shall be opened.
22.3 Part III of the bids which are technically and commercially at par and substantially
responsive in accordance with specifications, scope, terms and conditions and
fulfilling the requirements of the instructions to the bidders, shall be opened.
22.4 Envelopes marked “WITHDRAWAL” shall be opened and read out first. Bids for
which an acceptable notice of withdrawal has been submitted pursuant to Clause 21
shall not be opened.
22.5 The Bidders’ names, the Bid Prices, the total amount of each Bid and of any
alternative Bid (if alternatives have been requested or permitted), any discounts, Bid
modifications and withdrawals , the presence or absence of Bid Security, and such
other details as the Employer may consider appropriate, will be announced by the
Employer at the opening.
24.1 No document presented by the Bidder after closing date and time of the bid will be
taken into account by the Evaluation Committee unless otherwise called for during
technical scrutiny by the tender committee as clarification. This However will have
no bearing with the price quoted in the price bid.
25.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each
Bid :
a. meets the eligibility criteria defined in Clause 3 ;
b. has been properly signed ;
c. is accompanied by the required securities ; and
d. is substantially responsive to the requirements of the Bidding documents.
25.2 A substantially responsive Bid is one which conforms to all the terms, conditions &
specifications of the Bidding documents without material deviation or reservation. A
material deviation or reservation is one:
a. which affects in any substantial way the scope, quality, or performance of the
works ;
b. which limits in any substantial way, inconsistent with the Bidding documents,
the Employer’s rights or the Bidder’s obligations under the Contract ; or
c. whose rectification would affect unfairly the competitive position of other
Bidders presenting substantially responsive Bids.
25.3 If a Bid is not substantially responsive, it may be rejected by the Employer at its sole
discretion.
26.1 Bids determined to be substantially responsive will be checked by the Employer for
any arithmetical errors. Errors will be corrected by the Employer as follows:
a. where there is a discrepancy between the amounts in figures and in words, the
amounts in words will govern ; and
b. where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted
will govern ;
c. discrepancy in totaling or carry forward in the amount quoted by the
contractor shall be corrected.
The tendered sum so corrected and altered shall be substituted for the sum originally
tendered and considered for acceptance instead of the original sum quoted by the
tendered along with other tender / tenders. Rounding off to the nearest rupee should
be done in the final summary of the amount instead of in totals of various sections of
the offer.
26.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the
above procedure for the corrections of errors and, shall be considered as binding upon
the Bidder.
27.1 The Employer will evaluate and compare only the Bids determined to be substantially
responsive in accordance with Clause 25.
28.1 Subject to Clause 29, the Employer will award the Contract to the best qualified
Bidder whose Bid has been determined to be substantially responsive to the Bidding
documents and who has offered the lowest evaluated Bid Price. Employer shall be the
sole judge in this regard.
29.1 Notwithstanding Clause 28, the Employer reserves the right to accept or reject any
Bid and to cancel the bidding process and reject all Bids, at any time prior to the
award of Contract, without thereby incurring any liability to the affected Bidder or
Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for
the Employer’s action.
31.1.2 If performance security is provided by the successful bidders in the form of bank
guarantee it shall be issued either
31.1.3 Retention Money should be deducted at 5% from running bills. Total of performance
security and Retention Money should not exceed 10% of contract amount.
31.2 The Guarantee amount shall be payable to the Employer without any condition
whatsoever.
31.3 The Performance Guarantee shall cover additionally the following guarantees to the
Employer :
(a) The successful bidder guarantees the successful and satisfactory operation of
the equipment furnished and erected under the contract, as per the
specifications and documents,
(b) The successful Bidder further guarantees that the equipment provided and
installed by him shall be free from all defects in design, material and
workmanship and shall upon written notice from the employer fully remedy
free of expenses to the Employer such defects as developed under the normal
use of the said equipment within the period of guarantee specified in the
relevant clause of the Conditions of the Contract.
31.4 The Contract Performance Guarantee is intended to secure the performance of the
entire Contract. However, it is not construed as limiting the damages under clause
entitled “ Equipment Performance Guarantee” in section Technical Conditions of
Contract and damages stipulated in the other clauses in the bidding documents
31.5 Bank Guarantee is to be submitted in the format prescribed by the company in the bid
document. Bank Guarantee shall be irrevocable and it shall be from any Bank listed
at Annexure-X.
31.6 The Company shall be at liberty to deduct / appropriate from the Contract
Performance Guarantee / Security Deposit such sums as are due and payable by the
31.7 The Contract Performance Guarantee will be returned to the Contractor without any
interest at the end of the Guarantee period.
31.8 Failure of the successful Bidder to comply with the requirements of Sub-Clause 31.1
shall constitute sufficient grounds for cancellation of the award and forfeiture of the
Bid Security.
31.9 Performance Security & Security Deposit shall be converted into Performance
Guarantee on successful completion of work in accordance with contract and upon
satisfactory trial operations and shall be valid for 90 days after the end of Guarantee
period.
32.1 “Contractors are to employ, to the extent possible, only local project affected people
and pay wages not less than the minimum wages fixed by the local Government”.
33.1 Matter relating to any dispute or difference arising out of this tender and subsequent
contract awarded based on the bid shall be subject to the jurisdiction of Sambalpur
Court, Orissa and High Court of Orissa, Cuttack only.
34.1 If the bidder has quoted any item / items under the deemed exports then it will be the
responsibility of the Bidder to get all the benefits under deemed exports from the
Government. The Company’s responsibility shall only be limited to the issuance of
required certificates. The Project consessional Duty (PCD) is applicable. The
quotation of the bidder will be unconditional and phrases like “ Subject to availability
of Deemed Exports benefit” will not find place in it.
35.1 A firm which has been engaged by the Company to provide Goods or Works for a
project or any of its affiliates will be barred from providing consultancy services for
the same project. Conversely, a firm hired to provide consultancy services for the
preparation or implementation of a project and any of its affiliates will be barred from
subsequently providing Goods or Works or services related to the initial assignment
for the same project.
36.1 The Contract agreement will specify major items of supply of services for which the
contractor proposes to engage Sub-Contractor / Sub-Vendor. The contractor may
from time to time propose any addition or deletion from any such list and will submit
the proposals in this regard to the Engineer in Charge / Designated Officer in Charge
for approval well in advance so as not to impede the progress of work. Such approval
36.2 If a contractor submits his bid, qualifies and does not get the contract because of his
not being the lowest, he will be prohibited from working as a sub-contractor for the
contractor who is executing the work.
CONTRACTOR’S BID
To
--------------------------------------
--------------------------------------
--------------------------------------
Dear Sir,
We offer to execute the works described above in accordance with the Conditions of
Contract accompanying the Bidding Document issued to us. The Bid Security / Earnest
Money in accordance with the NIT and instructions to Bidders amounting to Rs. ---------------
------------- (in figures) ---------------------------------------- (in words) in the form as stipulated
in Clause 15 of the Instructions to Bidders is enclosed herewith (to be filled in by the
Bidder)
This Bid and your written acceptance of it shall constitute a binding contract between
us . We understand that you are not bound to accept the lowest or any Bid you receive.
We hereby confirm that this bid complies with the Bid validity and Bid security
required by the Bidding documents. We also confirm that EMD and other required
documentary evidences related to this part of the Bid are enclosed (As listed below) herewith
either in original/copies attested by Gazetted Officer / copies duly authenticated by us with
signature and seal alongwith affidavit as per the format provided in the bid document.
Yours faithfully,
Notes:
1.4 Details of experience for similar nature and complexity of work in last 15(fifteen)
years: Use a separate sheet for each contract;
1. Number of Contract:
Name of Contract:
2. Name of the employer
3. Employer’s address
4. Nature of work and special
features if any:
5. Contract role (Check out)
1. Sole Contractor 2. Sub Contractor 3. Partner in joint venture
6. Value of the total Contract:
7. Date of award:
8. Date of completion with original
schedule and slippage if any
9. Specified requirements:
(a) concrete : (b) Structural steelworks : (c ) equipment:
NB : Performance Certificate shall be submitted by bidder after obtaining the same from
the customer for the completed job(s). However if required Concerned Technical
Department may also seek/verify the Performance Certificate from the issuing authority of
the work order(s) or a committee may visit the site of the customer to verify and certify
about the satisfactory performance after approval of competent authority. In case of
unsatisfactory performance received from the customer in which the bidder is qualifying in
eligibility criteria, the offer of the bidder shall be rejected.
1.6 Information on Bid Capacity (Works for which bids have been submitted and work
which are yet to be completed) as on the date of this bid:
a) Total value of contract work executed in last five years (year wise):
Year
Executed
contract Value
(Rs.in Lakh)
Description Place Contract Name and Value of Stipulated Value of works Anticipated
of work & No.& address of Contract period of remaining to be date of
State Date Employer (Rs. in completion completed completion
lakhs)
(1) (2) (3) (4) (5) (6) (7) (8)
1.8 Evidence of access to financial resources to meet the qualification requirements: Cash
in hand, lines of credit and other financial means etc. sufficient to meet the
construction cash flow copies to be submitted and the following format to be filled
up).
Source of financing Amount in Indian Rupees
1.
2.
1.9 Details of bankers:
A.
Banker Name of the banker
Address of the banker
Account No. (Required to receive payment)
Type : Branch Code :
Telephone Contact name & title
Fax Telex
B. The Bank mandate in duplicate in the prescribed format for e-Payment
through Electronic Fund Transfer / Internet Banking (SBI-Net / RTGS
Transfer) is needed before issue of LOA ( Annexure -IV )
1.10 Information about litigations, if any, in which bidder is involved:
Year Award FOR or Name of the client, Clause of Disputed
AGAINST litigation and matter of dispute amount in
applicant Rupees
1.12 Details of additional construction equipment to be purchased new for the project,
indicating delivery times required in the form given below:
Equipment to be Make and Delivery Number
purchased new-type model Period
and capacity
1.14 The bidder should list transport available for personnel, construction, plant, stores and
machinery where transport is to be subcontracted the proposed arrangements should
be clearly demonstrated…………………………
1.15 The bidder should provide full details of his plant and maintenance facilities together
with the full details of laboratory personnel, workshop personnel including fitters,
mechanics, machinists etc……………………..
(b) Certificate of registration as per statutory requirements under Sales Tax, Service
Tax and Contract Labour Laws etc. as may be applicable
CONDITIONS OF CONTRACT
1. DEFINATIONS
x) The 'Contract' shall mean the notice inviting tender, the tender as accepted by the
company and the formal agreement executed between the company and the
contractor together with the documents referred to therein including conditions of
xxx) Words importing singular only shall also include the plural and vice-versa where the
context so requires.
xxxi) Words importing “Person” shall include firms, companies, corporations, and
associations or bodies of individuals, whether incorporated or not.
xxxii) Terms and expressions, not defined herein, shall have the same meaning as are
assigned to them in the Indian Sale of Goods Act, failing that in the Indian Contract
Act, and failing that in the General clauses Act.
xxxiii) “Commissioning” the plant/project shall mean completion in all respect of
construction rendering the plant/project ready for performance test and commercial
operation as per xxv.
xxxiv) “Government Approvals” shall mean all permits, license, authorisations, consents,
clearances, decrees, waivers, privileges, approvals from and filing with government
instrumentalities necessary for the development, construction and operation of the
plant/project.
xxxv) “Month” shall mean a calendar month according to the Gregorian calendar
i) Article of agreement
ii) Notice Inviting Tender
iii) Letter of acceptance of Tender indicating deviation, if any, from the
conditions of contract incorporated in the Tender document issued to the
bidder and/or the bid submitted by the bidder.
iv) Conditions of contract, including general terms and conditions, additional
terms and conditions, technical terms and conditions, erection terms and
conditions, special conditions, if any etc. forming part of the agreement.
v) Specification, where it is part of Tender Documents
vi) Scope of works/Bills of quantities/schedule of works/quantities and
vii) Contract Drawings/finalised work programme
2.1 After acceptance of the tender the Contractor shall be deemed to have carefully
examined all Contract Documents to his satisfaction. If he shall have any doubt as to
the meaning of any portion of the Contact Documents, he shall have any doubt as to
the meaning of any portion of the contract Documents, he shall before signing the
Contract, set forth the particulars thereof, and submit them to the Owner in writing in
order that such doubt may be removed. The Owner will provide such clarifications as
may be necessary in writing to the Contractor. Any information otherwise obtained
from the Owner or the engineer shall not in any way relieve the Contractor of his
responsibility to fulfill his obligations under the Contract.
2.2 The Contractor shall enter into a Contract Agreement with the Owner within 60
(sixty) days from the date of ‘Acceptance of Tender’ or within such extended time as
may be granted by the owner. The performance Bank Guarantee for the proper
fulfillment of the contract shall be furnished by the contractor in the prescribed form
within thirty (30) days of ‘Acceptance of Tender’. The performance Guarantee shall
be as per terms prescribed in clause31 of Instructions to Bidders of this tender.
2.3 The owner, after the issue of the letter of Acceptance of Tender, will send one copy of
the final agreement to the contractor for his scrutiny and approval.
2.4 The agreement, unless otherwise agreed to shall be signed with in 60 days of issue of
the letter of Acceptance of Tender, at the office of the owner on a date and time to be
mutually agreed. The contractor shall provide for signing of the contract, performance
guarantee in copies as required, appropriate power of attorney and other requisite
materials. In case it is agreed mutually that the contract is to be signed beyond the
3.1.3 Retention Money should be deducted at 5% from running bills. Total of performance
security and Retention Money should not exceed 10% of contract amount.
3.2 Bank Guarantee shall be valid up to ninety (90) days after the end of Guarantee
Period.
3.3 The Guarantee amount shall be payable to the Employer without any condition
whatsoever.
3.4 The Performance Guarantee shall cover additionally the following guarantees to the
Employer:
a. The successful bidder guarantees the successful and satisfactory operation of
the equipment furnished and erected under the contract, as per the
specifications and documents,
b. The successful bidder further guarantees that the equipment provided and
installed by him shall be free from all defects in design, material and
workmanship and shall upon written notice from the employer fully remedy
free of expenses to the Employer such defects as developed under the normal
11. 1 The contract, wherever applicable, shall after proper painting, pack and crate all
equipment in such a manner as to protect them from deterioration and damage during
rail and road transportation to the site and storage at the site till the time of erection.
The contractor shall be held responsible for all damages due to improper packing.
11.2 The contractor shall notify the owner of the date of each shipment from his works,
and the expected date of arrival at the site for the information of the owner.
11.3 The contractor shall also give all shipping information concerning the weight, size
and content of each packing including any other information the owner may require.
11.4 The following documents shall be sent by registered post to the owner within 3 days
from the date of shipment, to enable the owner to make progressive payments to the
contractor. The payment shall be made only after receipt and acceptance of materials
at site in good condition:
11.5 The contractor shall prepare detailed packing list of all packages and containers,
bundles and loose material forming each consignment dispatched to site. The
contractor shall further be responsible for making all necessary arrangements for
loading, unloading and other handling right from his works up to the site and also till
the equipment is erected, tested and commissioned. He shall be solely responsible for
proper storage and safe custody of all equipment.
13.0 INSURANCE
13.1 The contractor shall arrange, secure and maintain insurance as may be necessary and
for all such amounts to protect his interests and the interests of the owner, against all
risks as detailed herein in the joint names of the Owner and the Contractor with the
condition that payments against all claims shall be payable by insurers to the owner as
elaborated at clause 13.5. All premiums and other charges of the said insurance
policies shall be paid by the contractor. The form and the limit of such insurance as
defined herein together with the under –writer thereof in each case shall be acceptable
to the owner. However, irrespective of such acceptance, the responsibility to maintain
adequate insurance coverage on comprehensive all risks basis at all time during the
period of contract shall be that of the contractor alone. The contractor’s failure in this
regard shall not relieve him of any of his contractual responsibilities and obligations.
13.2 Any loss of damage to the equipment, during handling, transporting, storage and
erection, till such time the plant is taken over by the owner, shall be to the account of
the contractor. The contractor shall be responsible for preferring of all claims and
make good for the damage or loss by way of repairs and /or replacement of the
portion of the works damaged or lost. The transfer of title shall not in any way relieve
the contractor of the above responsibilities during the period of the contract. The
contractor shall provide the owner with a copy of all insurance policies and
documents taken out by him in pursuance of the contract. Such copies of document
This will also apply to items or group items for which separate period of completion
has been specified. The amount of compensation may be adjusted or setoff against
any sum payable to the contractor under this or any other contract with the company.
15.1.1 The company, if satisfied, that the works can be completed by the contractor within a
reasonable time after the specified time of completion, may allow further extension of
time at its discretion with or without the levy of L.D. In the event of extension granted
being with L.D., the company will be entitled without prejudice to any other right or
remedy available in that behalf, to recover from the contractor as agreed damages
equivalent to one percent of the contract value of the works for each week or part of
the week subject to a ceiling of 20% of the contract price.
15.1.2 The company, if not satisfied that the works can be completed by the contractor, and in
the event of failure on the part of the contractor to complete work within further
extension of time allowed as aforesaid, shall be entitled, without prejudice to any
other right, or remedy available in that behalf, to rescind the contract.
(a) natural phenomena, including but not limited to floods, drought, earthquakes,
and epidemics:
(b) acts of any government, including but not limited to war, declared or undeclared,
priorities, quarantines, embargoes,
Provided either party shall within fifteen (15) days from the occurrence of such a
cause notify the other in writing of such causes.
17.2 a) The successful bidder / contractor will advise, in the event of his having resort to
this clause by registered letter duly certified by the local chamber of commerce or
statutory authorities, the beginning and end of the clause of delay, within fifteen
days of the occurrence and cessation of such Force Majeure condition. In the
event of delay lasting over two months, if arising out of Force Majeure, the
contract may be terminated at the discretion of the company.
b) For delays arising out of Force Majeure, the bidder / contractor will not claim
extension in completion date for a period exceeding the period of delay
attributable to the causes of Force Majeure and neither company nor the bidder
shall be liable to pay extra costs ( like increase in rates, remobilisation advance,
idle charges for labour and machinery etc.) Provided it is mutually established that
the Force Majeure conditions did actually exist.
c) If any of the Force Majeure conditions exists in the place of operation of the bidder
even at the time of submission of bid he will categorically specify them in his bid
and state whether they have been taken into consideration in their quotations.
17.3 The contractor or the owner shall not be liable for delays in performing his obligations
resulting from any force majeure cause as referred to and/or defined above. The date
of completion will, subject to hereinafter provided, be extended by a reasonable time
even though such cause may occur after contractor’s performance of his obligations
has been delayed for other causes.
The decision o f the owner that the legal representatives of the deceased contractor or
surviving partners of the contractor’s firm cannot carry out and complete the contract
shall be final and binding on the parties. In the event of such cancellation, the owner
shall not hold the estate of the deceased contractor and / or the surviving partners of
the estate of the deceased contractor and / or the surviving partners of the contractor’s
firm liable to damages for not completing the contract.
20.6 On cancellation of the contract or on termination of the contract, the Engineer-in -
charge shall have powers
a) to take possession of the site and any materials, constructional plant, implements,
stores etc., thereon.
b) to carry out the incomplete work by any means at the risk of the contractor
c) to determine the amount to be recovered from the contractor for completing the
remaining work or in the event the remaining work is not to be completed the loss
/ damage suffered, if any, by the company after giving credit for the value of the
work executed by the contractor upto the time of termination / cancellation less on
a/c payments made till date and value of contractor’s materials, plant, equipment
etc., taken possession of after termination / cancellation.
d) to recover the amount determined as above, if any, from any moneys due to the
contractor or any account or under any other contract and in the event of any
shortfall, the contractor shall be called upon to pay the same on demand.
The need for the determination of amount of recovery of any extra cost /
expenditure or of any loss / damage suffered by the company shall not however
arise in the case of termination of the contract for death / demise of the contractor
as stated in 20.4(d)
20.7 Suspension of work- The company shall have power to suspend the progress of work
or any part there of and the Engineer-in-charge may direct the contractor in writing to
suspend the work, for such period and in such manner as may be specified therein, on
account of any default on the part of the contractor, or for proper execution of the
work for reasons other than any default on the part of the contractor , or on ground of
safety of the work or part there of. In the event of suspension for reason other than
any default on the part of the contractor, extension of time shall be allowed by the
company equal to the period of such suspension. Any necessary and demonstrable
cost incurred by the contractor as a result of such suspension of the works will be paid
by the owner, provided such costs are substantiated to the satisfaction of the engineer.
The owner shall not be responsible for any liabilities if suspension or delay is due to
some default on the part of the contractor or his sub contractor.
The work shall, throughout the stipulated period of contract, be carried out with all
due diligence on the part of the contractor. In the event of termination or suspension
a) to pay the contractor at the contract rates full amount for the works executed and
measured at site up to the date of such abandonment / reduction in the work.
b) to pay reasonable amount assessed and certified by the engineer in charge of the
expenditure incurred, if any, by the contractor on preliminary works at site e.g.
temporary access roads, temporary construction for labour and staff quarters,
office accommodation, storage of materials, water storage tanks, and supply for
the work including supply to labour / staff quarters, office etc.
c) to pay for the materials brought to site or to be delivered at site, which the
contractor is legally liable to pay, for the purpose of consumption in works carried
out or were to be carried out but for the foreclosure, including the cost of purchase
and transportation and cost of delivery of such materials. The materials to be
taken over by the company should be in good condition and the company may
allow at its discretion the contractor to retain the materials in full or part if so
desired by him and to be transported by the contractor from site to his place.
d) to take back the materials issued by the company but remaining unused, if any, in
the work on the date of abandonment / reduction in the work, at the original issued
price less allowance for any deterioration or damaged caused while in custody of
the contractor.
e) to pay for the transportation of tools and plants of the contractor from site to
contractor’s place or to any other destination , which ever is less.
Neither the inspection by the owner or the engineer or any of their officials,
employees or agents nor any order by the owner or the engineer for payment of
money or any payment for or acceptance of , the whole or any part of the works by
the owner or by the engineer , nor any extension of time, nor any possession taken by
the engineer shall operate as a waiver of any provision of the contract, or of any
power herein reserved to the owner, or any right to damages herein provided, nor shall
any waiver or any breach in the contract be held to be a waiver of any other
subsequent breach.
testing, commissioning etc. as defined in the bid documents. The contractor will pay
the sales tax for the supply of equipment and materials in accordance with law and
the same will be reimbursed by the owner as a part of the total contract price on
actuals. The Sales tax should be included in the total bid price in the proposal and
should also be indicated separately.
26.2 In case of divisible supply and erection contract, or where the owner hands over his
equipment to the contractor for executing, then the contractor shall at the time of
taking delivery of the equipment/despatch documents be required to execute an
indemnity bond in favour of the owner in the form acceptable to the owner for
33.0 GUARANTEE
33.1 The contractor shall warrant that the equipment will be new and in accordance with
the contract documents and be free from defects in material and workmanship for a
34.2 The contractor’s full and extreme liability under this clause shall be satisfied by the
payments to the owner of the extra cost, of such replacement procured, including
erection, as provided for in the contract, such extra cost being the ascertained
difference between the price paid by the owner for such replacements and the contract
price portion for such defective plant and repayments of any sum paid by the owner to
the contractor in respect of such defective plant. Should the owner not so replace the
defective plant, the contractor’s extreme liability under this clause shall be limited to
repayment of all sums paid by the owner under the contract for such defective plant.
41.1 The payment to the contractor for the performance of the work under the contract will
be made by the owner as per the guidelines and conditions specified herein. All
payment made during the contract shall be on account payments only. The final
payment will be made on completion of all the works and on fulfillment by the
contractor of all his liabilities under the contract.
Owner will make progressive payment as and when the payment is due as per the
terms of payment set forth in the accompanying technical specifications. Payment will
become due and payable by the owner within thirty (30) days from the date of receipt
of contractor’s bill/invoice/debit note by the owner, provided the documents
submitted are complete in all respects.
The contractor shall prepare and submit to the engineer for approval, a break-up of the
contract price. This contract price break-up shall be interlinked with the agreed
detailed PERT network of the contractor setting forth his starting and completion
dates for the various key phases of works prepared as per condition of the section.
Any payment under the contract shall be made only after the contractor’s price break-
up is approved by the engineer. The aggregate sum of the contractor’s price break-up
shall be equal to the lump sum contract price.
41.7.2 All payments under the contract shall be made as stipulated in the technical
specifications after signing the contract agreement. The payments linked with the
materials shall be made only after receipt and inspection of the materials including all
the documents as indicated at Clause No.11.4 of General Terms & Condition. In case
of erection, progress payments shall only be made after the issue certificates by the
engineer’s field quality surveillance representative for the successful completion of
quality check points involved in the quantum of work billed.
The company reserves the right to deduct / withhold any amount towards taxes,
levies, etc. and to deal with such amount in terms of the provisions of the Statute or in
terms of the direction of any Statutory authority and the company shall only provide
with certificate towards such deduction and shall not be responsible for any reason
whatsoever.
The following additional terms & conditions are also acceptable to the company. The Bidders
are requested not to quote any additional conditions in their tender.
i) In the case of works whose estimated value is more than Rs 100.00 lakhs,
a maximum of 10% of the total contract value of work will be paid as
advance subject to submission of Bank Guarantee for equal amount.
ii) Mobilisation Advance against survey, soil investigation, design and
engineering will be paid in two equal installments – one after signing of
the agreement and the second after the system design drawings have been
completed and detailed design work is to be taken up by the contractor.
iii) Mobilisation Advance against supply of equipments shall be released only
after the contractor has finalised their vendors / suppliers for the specific
equipment and the amount of advance shall be proportionate to the value
of equipment for which vendors / suppliers have been finalised vis-à-vis
the total value of equipments offered in the contract limited to 10% of the
contract value.
iv) Mobiilisation Advance against works contract for site activities shall be
paid in two equal installment. First installment shall be paid after the
contractor has opened their site office and having finalised their
subcontractors. The second installment shall be paid for taking
procurement action of construction materials like reinforcing steel and
structural steel by the contractor.
v) The mobilisation advance shall be recovered from the bills of the
contractor from the second running on account bills onward @ 20% of the
advance amount paid.
vi) The value of Bank Guarantee may be reduced to the extent such advance is
recovered by the company subject to the conditions that the value of Bank
Guarantee amount at any time is more than the recoverable outstanding
advance. Bank Guarantee shall be irrevocable and from a Bank listed at
Annexure-X.
vii) Interest on mobilisation advance will be charged as per the rate of CIL’s
borrowing rate under cash credit arrangement as varying from time to
time.
viii) In case of “Machinery & Equipment Advance”, insurance & hypothecation
to be done by the contractor in the name of Mahanadi Coalfields Limited,
Sambalpur.
ix) Utilisation Certificate from the contractor for the mobilization Advance
shall be obtained. Mobilisation Advance shall be given to the Contractor in
installments as explained above and subsequent installments shall be
released after getting satisfactory utilization certificate from the contractor
for the earlier installment.
a) The amount of the contract shall accordingly be varied, subject to the condition
that such compensation for variation in prices shall be available only for the
work done during the stipulated period of the contract as per the work
programme agreed including such period for which the contract is validly
extended under the provisions of the contract without any penal action.
b) The base date for working out such price variation shall be thirty (30) days prior
to the date set for opening of the bids or the revised price bid which ever is later.
The amount paid to the contractor for the work done shall be adjusted for increase or
decrease in the cost of labour and the cost shall be calculated quarterly in accordance
with the following formula :
A L - Lo
VL = W x ____ x _____
100 Lo
Where
B M - Mo
Vm = W x ____ x _______
100 Mo
Where :
C F - Fo
Vf = W x _____ x ______
100 Fo
Where
Vf = Variation in cost of fuel, oil & lubricants increase or decrease in the amount in
rupees to be paid or recovered.
W = Value of work done during the period under reckoning to which the price
variation relates as indicated in clause No.2.3 of the “ ADDITIONAL TERMS
& CONDITIONS OF CONTRACT”
C = Component of POL expressed as percentage of total value of work adopted
from Table-1.
F = Average Index Number for Wholesale Price for the group of fuel, power, light
and lubricants” as published by Economic Advisor, Ministry of Industry, Govt.
of India for the period to which escalation / de-escalation relates.
Fo = Index Number for Wholesale Price for the group of “Fuel, power, light and
lubricants” as published by Economic Advisor, Ministry of Industry, Govt. of
India prevalent on the last date of receipt of price bids or revised price bids
whichever is later.
The cost on which the escalation / price variation shall be payable shall be reckoned
as 85% of the cost of work as per the bills to which escalation relates, and from this
amount the value of materials supplied or services rendered at the prescribed charges
under the relevant provisions of the contract, and proposed to recovered in the
particular bill, shall be deducted before the amount of compensation for escalation /
price variation is worked out. Further the cost shall not include any work for which
payment is made at prevailing market rates.
2.4 In the event of the price materials and / or wages of labour required for execution of
the work decrease, there shall be downward adjustment of the work so that such price
of materials and / or wages of labour shall be deductible from the cost of work under
this contract and in this regard the formulae hereinbefore stated under this clause shall
mutatis / mutandis apply.
For all the other works not listed above, the component of labour, material and POL
of the total cost of work shall be as specifically indicated in the tender document.
The price variation clause as stated above will be applied for extended time frame of a
contract by following the principles as under :-
ii) If and when it is decided at the end of the successful completion of the work
that the delay was due to causes not attributable to the contractor, then the
Price Variation Clause will be revived and applied as if the scheduled date of
completion has been shifted to the approved extended date.
iii) If it is decided at the end of successful completion of the work that the delay
was due to the fault of the contractor then the Price Variation Clause will not
be revived and no payment will be made to the contractor on this account.
Additionally the Clause related to Compensation for delay will be applied.
iv) In some cases the total delay may be partially due to causes not attributable
to the contractor and partially due to his fault. It may be difficult to exactly
quantify the total delay proportionately in such cases. The Price Variation
Clause under such condition will be made operative for the entire extended
time period by freezing the relevant indices on the date of the scheduled date
of completion as originally fixed in the contract / agreement. At the same
time the Clause related to the compensation for delay will be also be applied.
1.0 GENERAL
This part covers technical conditions pursuant to the contract and will form an integral
part of the contract. The following provisions shall supplement all the detailed
technical specifications and requirements brought out in the accompanying technical
specifications. The contractor’s proposal shall be based on the use of equipment and
materials complying fully with the requirements, specified herein. It is recognised
that the contractor may have standardised on the use of certain components,
materials, processes or procedures different that those specified herein. Alternate
proposals offering similar equipment based on the manufacturer’s standard practice
will also be considered provided such proposals meet the specified designs, standard
and performance requirements and are acceptable to the owner.
5.10 Operating and Maintenance Manual : If “ as built” drawings and/or operating and
Maintenance Manuals are required the contract shall supply them by the dates stated
in the contract data.
If the Contractor does not supply the drawings and/or Manuals by the dates stated in
the contract data or they do not receive the Nodal Officer or his Nominee’s approval,
the Nodal Officer or his Nominee shall withhold the amount stated in the contract data
from payments due to the contractor.
9.2 Other internationally acceptable standards which ensure equip or higher performance
than those specified shall also be accepted.
a. his organization structure for the management and implementation of the proposed
quality assurance programme.
b. documentation control system.
c. qualification data for bidder’s key personnel.
d. the procedure for purchase of materials, parts components and selection of sub-
contractor’s services including vendor analysis, source inspection, incoming raw-
material inspection, verification of materials purchased etc.
e. system for shop manufacturing and site erection control including process control
and fabrication and assembly controls :
f. control of non-conforming items and system for corrective actions.
g. inspection and test procedure both for manufacture and field activities:
h. control of calibration and testing of measuring and testing equipment.
i. system for indication and appraisal of inspection status.
j. system for quality audits.
k. system for authorizing release of manufactured product to the owner.
l. system for maintenance of records.
m. system for handling storage and delivery: and
n. a quality plan detailing out the specific quality control procedure adopted for
controlling the quality characteristics relevant to each item of equipment furnished
and each work at different stages executed at work site.
14.0 TEST
14.1 Start up
14.1.1 On completion of erection of the equipment and before start-up, each item of the
equipment shall be thoroughly cleaned and then inspected jointly by the Engineer and
the contractor for correctness and completeness of installation and acceptability of
start-up , leading to initial pre-commissioning tests at site. The list of pre-
commissioning tests to be performed shall be as mutually agreed and included in the
contractor’s quality assurance programme.
14.1.2 The contractor’s commissioning/start-up engineers specifically identified as far as
possible shall be responsible for carrying out all the pre-commissioning tests. On
completion of inspection, checking and after the pre-commissioning tests are
satisfactorily over, the complete equipment shall be placed on initial operation during
which period the complete equipment shall be operated integral with sub-systems and
supporting equipment as a complete plant referred hereinafter as plant.
15.0 PACKING
15.1 All the equipment shall be suitably protected, coated, covered or boxed and created to
prevent damage or deterioration during transit, handling and storage at site till the
time of erection. While packing all the materials, the limitation from the point of
view of availability of railway wagon sizes in India should be taken into account. The
contractor shall be responsible for any loss or damage during transportation, handling
and storage due to improper packing.
16.0 PROTECTION
All coated surfaces shall be protected against abrasions, impact, discoloration and any
other damages. All exposed threaded portions shall be suitable protected with either a
metallic or a non-metallic protecting device. All ends of all valves and piping and
conduit equipment connections shall be properly sealed with suitable devices to
protect them from damage. The parts which are likely to get rusted, due to exposure
to weather, should also be properly treated and protected in a suitable manner.
25.0 WELDING
If the manufacturer has special requirements relating to the welding procedures for
welds at the terminals of the equipment to be procured by the owner under separate
specifications, the requirements shall be submitted to the engineer in advance of
commencement of erection work.
26.0 LUBRICATION
Equipment shall be lubricated by systems designed for continuous operation.
Lubricant level indicators shall be furnished and marked to indicate proper levels
under both stand-still and operating conditions.
1.0 GENERAL
1.1 The following shall supplement the conditions already contained in the other parts of
these specifications and documents and shall govern that portion of the work of this
contract to be performed at site.
1.2 The contractor upon signing of the contract shall, in addition to a project co-ordinator,
nominate another responsible officer as his representative at site suitably designated
for the purpose of overall responsibility and co-ordination of the works to be
performed at site. Such person shall function from the site office of the contractor
during the pendency of contract.
14.1 SPACE :
The contractor shall advise the owner within thirty(30) days from the date of
acceptance of the letter of award, about his exact requirement of space for his office,
mess-rooms storage area, pre-assembly and fabrication areas, labour colony area,
toilets, etc. The above requirement shall be reviewed by the engineer and space will
be allotted to the contractor for construction of his temporary structures like office,
storage sheds, labour and staff colony and other utilities etc. for his own as well as his
sub-contractor’s use.
14.2 ELECTRICITY
The contractor shall submit to the engineer within thirty(30) days from the date of
acceptance of the award letter, his electrical power requirements, if any, to allow the
planning of the temporary electrical distribution by the engineer. The contractor shall
be provided with supply of electricity for the purposes of the contract only at one
point in the project site. The contractor shall make his own further distribution
arrangement. All temporary wiring must comply with local regulations and will be
subject to engineer’s inspection and approval before connection to supply. The
contractor shall be charged for the power supplied at work site and labour colonies at
prevalent rate of power supplied by State Electricity Board.
14.3 WATER
Supply of water will be made available for the drinking purposes at an agreed single
point within 100 meters of the work site and charges to be decided by the company.
And further distribution will be the responsibility of the contractor. The contractor
shall have to do their own arrangement for construction water at site. In case the
owner arrange to supply the construction water at work site, the contractor shall be
charged @ 1% of the value of civil works and shall be deducted from the contractor’s
running/final bills.
15.2 Communication
The owner will extend the telephone & telex facilities, if available at site, for purposes
of contract. The contractor shall be charged at actual for such facilities.
15.3 First-aid
15.3.1 The contractor shall provide necessary first-aid facilities for all his employees,
representatives and workmen working at the site. Enough number of contractor’s
personnel shall be trained in administering first-aid.
15.3.2 The owner will provide the contractor in case of an emergency, the services of an
ambulance for transportation to the nearest hospital.
15.4 CLEANLINESS
15.4.1 The contractor shall be responsible for keeping the entire area allotted to him clean
and free from rubbish, debris etc. during the period of contract. The contractor shall
employ enough number of special personnel to thoroughly clean his work area at least
once in a day. All such rubbish and scrap material shall be stacked or disposed in a
place to be identified by the engineer. Materials and stores shall be so arranged to
permit easy cleaning of the area in areas where equipment might drip oil and cause
damage to the floor surface, a suitable protective cover of a flame resistant, oil proof
sheet shall be provided to protect the floor from such damage.
15.4.2 Similarly the labour colony, the offices and the residential areas of the contractor’s
employees and workmen shall be kept clean and neat to the entire satisfaction of the
engineer. Proper sanitary arrangement shall be provided by the contractor, in the
work areas, office and residential areas of the contractor.
18.0 SECURITY
The contractor shall have total responsibility for all equipment and materials in his
custody stored, loose, semi-assembled and/or erected by him at site. The contractor
shall make suitable security arrangements including employment of security
personnel to ensure the protection of all materials, equipment and works from theft,
fire, pilferage and any other damages and loss. All materials of the contractor shall
enter and leave the project site only with the written permission of the engineer in the
prescribed manner.
27.0 PAINTING
All exposed metal parts of the equipment including pipings, structure railing etc.
wherever applicable, after installation unless otherwise surface protected, shall be first
painted with at least one coat of suitable primer which matches the shop primer paint
used, after thoroughly cleaning all such parts of all dirt, rust , scales, greases, oils and
other foreign materials by wire brushing, scarping or sand blasting, and the same
being inspected and approved by the engineer for painting. Afterwards, the above
parts shall be finished with two coats of alloyed resin machinery enamel paints. The
quality of the finish paint shall be as per the standards of ISI or equivalent and to be of
the colour as approved by the engineer.
28.0 INSURANCE
28.1 In addition to the conditions covered under the clause entitled insurance in general
terms and conditions of contract of this volume-1, the following provisions will also
31.13 No electric cable is in use by the contractor/owner will be disturbed without prior
permission. No weight of any description will be imposed on any cable and no ladder
or similar equipment will rest against or attached to it.
31.14 No repair work shall be carried out on any live equipment. The equipment shall
must be declared safe by engineer-in-charge and a permit to work shall be issued by
engineer-in-charge before the contractor carries out any repair work. While working
on electric lines/equipments whether alive or dead, suitable type and sufficient
quantity of tools will have to be provided by contractor to
electricians/workmen/officers.
31.15 The contractor shall employ necessary number of qualified, full time
electricians/electrical supervisors to maintain in his temporary electrical installation.
31.16 The contractor employing more than 250 workmen whether temporary, casual,
probationer, regular or permanent or on contract, shall employ at least one full time
officer exclusively as safety officer to supervise safety aspects of the equipment and
workmen who will co-ordinate with the project safety officer. In case of work being
carried out through sub-contractor’s , the sub-contractor’s workmen/employees will
also be considered as the contractor’s employees/workmen for above purpose. The
name and address of a such safety officer of contractor will be promptly informed in
writing to engineer-in-charge with a copy to safety officer-in-charge before he starts
work or immediately after any change of the incumbent is made during currency of
the contract.
However in case of accident taking place causing injury to any individual, the
provisions contained in para 31.22 shall also apply in addition to compensation
mentioned in this para.
31.22 If the contractor does not take all safety precautions and/or fails to comply with the
safety rules as prescribed by the Company or under the applicable laws for the safety
of the equipment and plant and for the safety of personnel and the contractor does not
prevent hazardous conditions which cause injury to his own employees or employees
of other contractors, or the Company employees or any other person who are at site
or adjacent thereto, the contractor shall be responsible for payment of compensation
under the relevant provisions of the workmen’s compensation act and rules framed
there under or any other applicable laws as applicable from time to time.
Permanent disablement shall have same meaning as indicated in workmen’s
compensation act. The compensation mentioned above shall be in addition to the
compensation payable to the workmen/employees under the relevant provisions of the
workmen’s compensation act and rules framed there under or any other applicable
laws as applicable from time to time.
In case the owner is made to pay such compensation then the contractor is liable to
reimburse the owner such amount.
35.0 DOWELING
All the motors and other equipment shall be suitably doweled after alignment of
shafts with tapered machined dowels as per the direction of the engineer.
38.0 CABLING
38.1 All cables shall be supported by conduits or cable tray run in air or in cable channels.
These shall be installed in exposed runs parallel or perpendicular to dominant surfaces
with right angle turn made of symmetrical bends or fittings. When cables are run on
To
…………………………..
…………………………..
M/s. ………….. (Name and address of the Contractor) (hereinafter called “the
Contractor” with M/S. ………… (name of the Company) (hereinafter called “the Company”)
to execute …………. (name of the contract and brief description of work) on the terms and
conditions contained in the said contract.
It has been agreed that the Contractor shall furnish the Bank Guarantee from a bank as
per Annexure-X for a sum of Rs………….. as security for due compliance and performance
of the terms and conditions of the said contract.
The ……… (name of the Bank) having its Office at……..….. has at the request of the
Contractor agreed to give the Guarantor hereinafter contained.
We, the ………….… Bank (hereinafter called “the Bank” do hereby unconditionally
agreed with the Company that if the contractor shall in any way fail to observe or perform the
terms and conditions of the said contract or shall commit any breach of its obligation
thereunder, the Bank shall on demand and without any objection or demur to pay to the
company the said sum of Rs. …………… or such portion as shall then remain due with
interest without requiring the Company to have recourse to any legal remedy that may be
available to it to compel the Bank to pay the sum, or failing on the company to compel such
payment by the contractor.
Any such demand shall be conclusive as regards the liability of the Contractor to the
company and as regards the amount payable by the Bank under this Guarantee. The Bank
shall not be entitled to withhold payment on the ground that the Contractor has disputed its
liability to pay or has disputed the quantum of the amount or that any arbitration proceeding
or legal proceeding is pending between the company and the Contractor regarding the claim.
We, the ……….………. Bank further agree that the Guarantee shall come into force
from the date hereof and shall remain in force and effect till the period that will be taken for
the performance of the said Contract which is likely to be …………. day of ………….. but if
the period of Contract is extended either pursuant to the provisions in the said contract or by
mutual agreement between the contractor and the company the Bank shall renew the period
of the Bank Guarantee failing which it shall pay to the company the said sum of
Rs.………….…. or such lesser amount of the said sum of Rs.…………… as may be due to
the company and as the company may demand.
This Guarantee shall remain in force until the dues of the company in respect of the
said sum of Rs.………………. and interest are fully satisfied and the Company certifies that
the Contract has been fully carried out by the Contractor and discharged the guarantee.
The Bank further agrees that in case this Guarantee is required for a longer period and
it is not extended by the Bank beyond the period specified above the Bank shall pay to the
company the said sum of Rs.……….….. or such lesser sum as may then be deemed to the
Company and as the Company may require.
Notwithstanding anything contained herein the liability of the Bank under this
Guarantee is restricted to Rs.………..……. the guarantee shall remain in force till the day
………….. of ……..……. and unless the guarantee is renewed or claim is preferred against
the bank within six months from the said date all rights of the Company under this guarantee
shall cease and the Bank shall be relieved and discharged from all liabilities hereunder except
as provided in the preceding Clause.
This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor.
The Bank has under its constitution power to give this Guarantee and
Sri……………………. who has signed it on behalf of the Bank has authority to do so.
Place
This article of agreement made this......... day of .................20…., between the M/s
MAHANADI COALFIELDS LIMITED ( A Subsidiary of Coal India Limited ) , Sambalpur ,
of the one part (hereinafter referred to as the Company , which expression where the context
so admits shall include its successors in interest and assigns) and M/s
___________________________ through its Power of Attorney holder ………… of the
other part(hereinafter referred to as the Contractor , which expression where the context so
admits shall include its heirs , executors, administrators , legal representatives , successors in
business and assigns) .
AND WHEREAS the tender of the Contractor has been accepted by the Company vide
Work Order / LOA No. ------ dated ------ for a sum of Rs.---------- (Rupees ---------------
only) and the Contractor has deposited Rs._______________( Rupees
_____________________ only) towards Performance Security Deposit vide Bank Guarantee
No.------ Dt. ---------.The Contractor has further agreed to the retention by the Company
towards Security Deposit @ 5% of the total Contract value i.e. Rs__________( Rupees
____________________________ only) from running account bills for the due fulfillment of
the contract to the satisfaction of the company. The Security Deposit and Performance
Security shall remain valid for the entire period of contract which includes the performance
guarantee period.
AND WHEREAS the Contractor has agreed to execute upon and subject to the
conditions set forth in the contract document, which are part of the Agreement and such other
conditions as are contained and set forth in the Annexure hereunder :
1) Articles of Agreement
2) Notice Inviting Tender including General Terms & Conditions, Special Terms
& Conditions, Scope of Work, Specifications & Drawings etc.
3) Technical Offer
4) Subsequent correspondences including clarifications asked and submitted by
the contractor during finalisation of tender
5) Letter of Intent
6) Letter of Acceptance
7) Acceptance of Letter of Acceptance by the firm
8) Detailed finalized work programme, Quality Plan and Payment Schedule etc
9) Integrity Pact
10) Joint Deed of Undertaking (JDU) ( In case of Consortium)
complete the works as described in the said Tender Documents and any other terms &
conditions mutually agreed subsequently.
2. Time shall be considered as one of the essence of the contract and time for the
completion of the contract shall be counted from the 10th day of issue of the Letter of
Work Order or date of handing over of Site, whichever is later, and contract shall be
completed within two years from the date mentioned above.
3. The parties hereto shall respectively abide by and submit themselves to the terms and
conditions and stipulations contained in this Agreement and perform and discharge
their part of the contract accordingly.
4. Upon the terms and conditions of this Agreement, being fulfilled and performed to the
satisfaction of Mahanadi Coalfields Limited, the security deposit of the contractor(s)
as herein before recited or such portion thereof as they/he may be entitled to shall be
returned to the contractor(s) subject to the terms and conditions laid down in this
Agreement.
IN WITNESS WHEREOF the parties have hereunto set their respective hand & seals
at Sambalpur on the date, month and year first above written.
Address Designation
AFFIDAVIT
Dated …………………
We have sufficient own funds / loans / access to lines of credit to meet the working
capital requirements of this contract.
Full Signature
with Seal of the
Firm
Others documents :
1. ………………………..
2. ………………………..
3. ………………………..
AFFIDAVIT
To
The Mahanadi Coalfields Limited,
Jagruti Vihar,
Burla, Sambalpur – 768020
Dear Sir,
Sub : Authorisation for release of payment due from Mahanadi Coalfields Limited,
Burla through Electronic Fund Transfer / Internet Banking (SBI-NET / RTGS
Transfer).
Ref : Order No…………… Dt………… and / or Tender / Enquiry / Letter
No……….. Dt…………. .
( Please fill in the information in CAPITAL LETTERS, Please TICK wherever it is
applicable)
I hereby declare that the particulars given above are correct and complete. If any transaction is
delayed or not effected for reasons of incomplete or incorrect information, I shall not hold Mahanadi
Coalfields Limited responsible. I also undertake to advise any change in the particulars of my account
to facilitate updation of records for purpose of credit of amount through SBI Net / RTGS Transfer.
Place :
Date : Signature of the Party / Authorised Signatory
Certified that particulars furnished above are correct as per our records.
Banker’s Stamp
Date : ( Signature of the Party / authorized signatory.
CERTIFICATE
( only for Bidder using downloaded tender document from Website)
Dear Sir,
2. We, ………………Bank do hereby undertake to pay an amount due and payable under this
guarantee without any demur merely on a demand from the company stating that the amount
claimed is due from the Bidder for the reason of breach by the said Bidder of any of the terms
and conditions contained in the said Tender or for the reason of the Bidder failing to keep the
Tender open. Any such demand made on the Bank shall be conclusive. As regard the amount
due and payable by the Bank under this Guarantee shall be restricted to an amount not
exceeding Rs…
3. We, the said Bank further agree that Guarantee herein contained shall come into force from
the date hereof and shall remain in full force and effect till a demand or claim under this
Guarantee is made on us in writing on or before the …………………… we shall discharge all
liability under this Guarantee thereafter.
4. We, the said Bank lastly undertake not to revoke this Guarantee during its currency except
with the previous consent of the company in writing and agree that any change in the
constitution of the said Bidder or the Bank shall not discharge our liability hereunder.
No. dt.
To
……………………………….
……………………………….
Sir,
I/We have carefully read the terms and conditions offered in your letter
dated…………… and they are acceptable to me/us.
Pending the decision of the Engineer in Charge of the final rates of payment
against the items of work specified in the statement attached to your above letter, which will
be final and binding. I/We agree to the same being paid at the provisional rates indicated
against each of the said item of work for the above work as mentioned in your statement.
Yours faithfully,
Or
Dear Sir,
We………… Bank agree that the company shall be the sole judge as to whether the
said contractor has failed/neglected in performing any of the terms and conditions of the said
contract and the decision of the company in this behalf shall be final and binding on us.
We the said Bank further agree that the Guarantee herein contained shall remain in
full force and effect upto ……….. and any claim received after the said date shall in no case
bind the Bank.
The Company shall have the fullest liberty without affecting in any way the liability
of the Bank under this guarantee or indemnity from time to time vary any of the terms and
conditions of the said contract or to extend the time of performance by the said contractor or to
postpone any time and from time to time any of the powers exercisable by it against the said
contractor and either to enforce or to forbear from enforcing any of the terms and conditions
governing the said contract or securities available to the company and the said Bank shall not
be released from its liability under these presents.
Notwithstanding anything contained herein the liability of the said Bank under this
guarantee is restricted to Rs.……. and this Guarantee shall come into force from the date
hereof and shall remain in full force and effect till …. Unless the written demand or claim
under this guarantee is made by the Company with us on or before … all rights of the company
We the said Bank lastly undertake not to revoke this guarantee during its currency except
with the previous consent of the company in writing and agree that any change in the
constitution of the said contractor or the said bank shall not discharge our liability hereunder.
Between
And
…………………………………………….. hereinafter referred to as “The
Bidder/Contractor”
Preamble
The principal intends to award, under laid down organizational procedures, contracts
for……………………..The Principal values full compliance with all relevant laws and
regulations, and the principles of economic use of resources, and of fairness and transparency
in its relations with its Bidder/s and Contractor/s.
In order to achieve these goals, the Principal cooperates with the “International Non-
Governmental Organization” “Transparency International”(TI). Following TI’s national and
international experience, the Principal will appoint an external independent Monitor who will
monitor the tender process and the execution of the contract for compliance with the
principles mentioned above.
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles:
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the relevant Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office and
in addition can initiate disciplinary action.
(1) The Bidder/Contractor commits itself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.
(2) The Bidder/Contractor will not instigate third persons to commit offences
outlined above or be an accessory to such offences.
Section 3 - Disqualification from tender process and execution from future contracts.
If the Bidder, before contract award has committed a transgression through a violation of
Section 2 or in any other form such as to put his reliability or credibility as Bidder into
question, the Principal is entitled to disqualify the Bidder from the tender process or to
terminate the contract, if already signed, for such reason.
i) If the Principal has disqualified the Bidder from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover
from the Bidder liquidated damages equivalent to 3% of the value of the offer
or the amount equivalent to Earnest Money Deposit/Bid Security, whichever is
higher.
ii) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the
Principal shall be entitled to demand and recover from the Contractor
liquidated damages equivalent to 5% of the Contract value or the amount
equivalent to Security Deposit/Performance Bank Guarantee whichever is
higher.
iii) The bidder agrees and undertakes to pay the said amounts without protest or
demur subject only to condition that if the Bidder/Contractor can prove and
establish that the exclusion of the Bidder from the tender process or the
termination of the contract after the contract award has caused no damage or
less damage than the amount of the liquidated damages, the Bidder/Contractor
shall compensate the Principal only to the extent of the damage in the amount
proved.
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the respective contract, and for all other Bidders 6
months after the contract has been awarded.
_____________________________ _____________________________
For the Principal For the Bidder/Contractor
(A) SBI AND ASSOCIATES (B) NATIONALISED BANK (C) SCHEDULED PRIVATE
BANKS ( INDIAN BANKS)
1. State Bank of India 1. Allahabad Bank 1. Bank of Rajasthan
2. State Bank of Bikaner and 2. Andhra Bank 2. Bharat Overseas Ltd
Jaipur 3. Bank of India 3. Catholic Syrian Bank
3. State Bank of Hyderabad 4. Bank of Maharashtra 4. City Union Bank
4. State Bank of Indore 5. Canara Bank 5. Dhanalakshmi Bank
5. State Bank of Mysore 6. Central Bank of India 6. Federal Bank Ltd
6. State Bank of Patiala 7. Corporation Bank 7. Jammu & Kashmir Bank Ltd
7. State Bank of Saurashtra 8. Dena Bank 8. Karnataka Bank Ltd
8. State Bank of Travancore 9. IndianBank 9. Karur Vysya Bank Ltd
10. Indian Overseas Bank 10. Lakshmi Vilas Bank Ltd
11. Oriental Bank of Commerce 11. Lord Krishna Bank Ltd
12. Punjab National Bank 12. Nainital Bank Ltd
13. Punjab & Sind Bank 13. Kotak Mahindra Bank
14. Syndicate Bank 14. Ratnakar Bank Ltd
15. Union Bank of India 15. Sangli Bank Ltd
16. United Bank of India 16. South Indian Bank Ltd
17. UCO Bank 17. Tamilnad Mercantile Bank
18. Vijaya Bank Ltd
19. Bank of Baroda 18. ING Vysya Bank Ltd
19. UTI Bank Ltd
20. SBI Commercial &
International Bank Ltd
21. Ganesh Bank Kurundwad
Ltd
22. Indusind Bank Ltd
23. ICICI Bank
24. HDFC Bank Ltd
25. Centurion Bank Ltd
26. Bank of Punjab Ltd
27. Development Credit Bank
Ltd
( Format for the MoU between the Bidder i.e. Lead Member & its Associate(s)
and to be submitted along with the Bid by the Bidder)
(To be executed on Non-Judicial Stamp Paper of appropriate value)
Memorandum of Understanding
We, M/s …………………………………. ( Name & Address of the Bidder i.e Lead
Member) and (i) M/s ………………………… , (ii) M/s ………………………. And (iii) M/s
………………………….. * ( Names and addresses of the Associate / Consortium partner)
have formed a Consortium for the subject work and hereby undertake :
1. to be held jointly and severally responsible for the subject work as well as
performance of the Contract.
( The Bidder as well as each Associate / Consortium Partner with experience as prime
contractor for the work as mentioned in this clause shall furnish their details
separately).
4. That M/s ……………………… ( name of the Bidder i.e. Lead Member) has
associated with (i) M/s ……………………………. (ii) M/s ………………
………and (iii) M/s ……………. * ( name of Associate or Consortium partners) for
the subject work as per their role, tenure & % share in association, given hereafter :
Sl. Name of Bidder (LM) & Role of Bidder / Associate / Tenure of % share in
No. Associate / Consortium Consortium partners Association Association
partners **
1 M/s …….. ( Bidder / LM) Financial& technical For entire
qualification period
2 M/s ………(Associate (s) Financial& technical
qualification
5. that M/s …………………………. ( Bidder i.e. Lead Member) shall furnish the Joint
Deed of Undertaking (JDU) duly executed between the Bidder and the Associate(s) as
per the format given in the NIT by the date specified by MCL.
7. That the above MoU shall governed by substantive and procedural laws in India.
Designation :
Date :
Place :
Bidder i.e. Lead Member(LM) seeking Qualification having its own strength under CI.
No.3.4 (a), (b),(c) , (d) & 3.5 of Instructions to Bidders of NIT.
(on the strength of other associate(s) collectively meeting both the Technical &
Financial Qualification Requirement as per Clause No.3 of
Instructions to Bidders
This JOINT DEED OF UNDERTAKING (JDU) executed on this ……. day of ………
(month two thousand…….(year) by M/s……………………….. (Legal Status) having its
…………….(registered/principal/head etc.*) office at …………………(address of the
Bidder) hereinafter called “the Bidder” i.e. Lead Member (LM), which expression shall
unless repugnant to the context or meaning thereof, include its successors-in-interest,
administrators, executors and permitted assigns and M/s……………….. (Legal Status)
registered under the …………… Act, …………….. having its/ their
……….(registered/principal/head etc.*) office at (1)……………. (2)………. …………..
hereinafter called “the Associate” which expression shall unless repugnant to the context or
meaning thereof, include its/their successors-in-interest, administrators, executors and
permitted assigns in favour of Mahanadi Coalfields Limited, a company incorporated under
the Companies Act, 1956, having its Registered Office at Jagruti Vihar, P.O. – Jagruti Vihar,
Dist-Sambalpur, PIN-768020, Orissa, India (hereinafter called “Owner”/”Company” which
expression shall unless repugnant to the context or meaning thereof, include its successors in
interest, administrators, executors and assigns).
WHEREAS the Owner has invited Proposal for Planning, Design, Engineering, Construction,
Fabrication, Supply, Erection, Commissioning & Trial Run of Coal Handling Plant with
SILO Loading Arrangement at Lingaraj OCP, Lingaraj Area complete with Civil, Structural,
Electrical & Mechanical works of Conveyor System & SILO having Rapid Wagon Loading
System along with allied auxiliary facilities such as Dust Suppression System, Passenger Lift,
Fire fighting System, Plant Cleaning System, Illumination & Communication System, etc. as
per requirement on Turn-key basis vide its NIT No…………. dt. ……… .
The role, tenure & % share of the members of the Association/Consortium is as given
hereafter:
2.0 The Bidder (LM) along with the Associate(s) shall have responsibility of the work of
“ Planning , Design , Engineering, Construction , Fabrication, Supply , Erection and
Commissioning & Trial Run of Coal Handling Plant with Silo Loading Arrangement
at Lingaraj OCP, Lingaraj Area for entire term of the contract.
2.2 We, the Bidder(LM) and the Associate(s) are fully aware that for non-fulfillment of
any of the obligations either towards Construction of Coal Handling Plant with Silo
Loading Arrangement at Lingaraj OCP, Lingaraj Area, the Owner is free to take up
3.0 This Joint Deed of Undertaking shall be construed and interpreted in accordance with
the Laws of India. The Court of Sambalpur, Orissa and High Court of Orissa, Cuttack
shall have exclusive jurisdiction in all matters arising thereunder.
4.0 We, the Bidder (LM) and the Associate(s), undertake not to revoke this Undertaking
for the full term of the Contract and further stipulate that the undertaking herein
contained shall terminate upon satisfactory completion of such period.
5.0 In case of award, the Bidder(LM) & his Associate(s) shall furnish a Financial Security
in favour of the Owner from any reputed commercial bank as indicated in the NIT.
The value of such Financial Security Contract Performance Guarantee shall be
guaranteed towards the faithful performance/ compliance of this Joint Deed of
Undertaking in accordance with the terms & conditions specified herein. The
guarantee shall be unconditional, irrevocable and valid as stipulated under the
Contract. The guarantee amount shall be payable to Owner on demand without any
demur, reservation, protest or contest.
6.0 That this Deed will form an integral part of the Contract awarded to the Bidder(LM)
on acceptance of its Proposal and shall be operative from the date of the Contract
coming into force.
IN WITNESS WHERE OF, the Associate(s) and the Bidder(LM) have, though their
authorised representatives, set their hands and seal on the day, month and year first
mentioned above.
BIDDER
For and on behalf of M/s…………………………………(name of the Bidder/LM)
Signature………………………………(the Authorised Signatory)
Name of the Signatory……………………………………………
Designation……………………………………………………
Bidder’s
Stamp/Seal …………………………………………………….
WITNEESS (1) WITNEESS (2)
Signature……………………………… Signature………………………………
Name…………………………………. Name………………………………….
Official Address……………………… Official Address………………………
Signature …………………………………...
(Authorised Signatory)
Name of the Signatory ………………………………………..
Designation ………………………………………..
Company’s ………………………………………..
Stamp/Seal
WITNEESS (1) WITNEESS (2)
Signature……………………………… Signature………………………………
Name…………………………………. Name………………………………….
Official Address……………………… Official Address………………………
NEAR
LINGARAJ OCP
LINGARAJ AREA
िदस बर - 2011
से ट्रल माईन लािनंग ए ड िडजाइन इ सटी यट
ू
(कोल इि डया की अनुषंगी क पनी)
क्षेत्रीय स थान- 7
säwÂàçÎwÊ -751001
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING OF
COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
INDEX
FROM TO
IV TECHNICAL SPECIFICATIONS
Job No 730176
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING OF
COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
LIST OF DRAWINGS
SL. SUBJECT DRAWING NO. PLATE NO.
NO.
13. SCHEMATIC DIAGRAM OF TH3, TH4, TH5 R7-E&M-100232 Rev-1 PLATE NO.13
JOB NO. 730176
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING
OF COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
CHAPTER-I
1.0 PREAMBLE
It may be noted that this is a brief description but does not cover all the
aspects of tender, which are covered in subsequent chapters.
1.1 LOCATION
1.2 COMMUNICATION
1.3 PHYSIOGRAPHY
1.4 CLIMATE
The climate in the area is more or less similar to that of other tropical parts
of India. Summer is very severe and temperature in May-June shoots ups
49 o C accompanied by high humidity. Winter is mild and enjoyable and the
minimum temperature so far recorded is 9oC in the month of January.
Monsoon breaks out by the end of June and continues intermittently till
middle of October.
1.5 DRAINAGE
successful bidder within the estimated time period. All equipment/ systems
shall be designed, fabricated and selected as per relevant Indian standard/
international standards and up to date engineering practices and
necessary inspections / test certificates shall be submitted along with
equipment supply to certify the quality and genuineness of critical
components and capacity and other technical parameters of the
equipment/ systems.
It may be noted that this is a brief description but does not cover all the
aspects of tender, which are covered in subsequent chapters.
• TECHNICAL SPECIFICATIONS
The pricing format should be properly filled and are given in volume - III.
The Bidders may quote their bids either item wise or broad head wise
as per the format described in Volume - III in separate sealed
envelope. The price should be quoted inclusive of all taxes and
duties.
In the pricing format, the bidder may be advised to indicate the price,
broad head wise separately under the sub head conveyors, mechanical
equipment, electrical equipment, mandatory spares, others item under the
head supply items and survey, soil testing and design engineering, civil
and structural works, developmental work and infrastructure, erection,
installation and commissioning, maintenance of plant under the head work
and services.
Further the bidder may submit the suitable alternative proposal of coal
handing plant with proper justification. It may be considered on due
discussions as well as competent approval.
1.9 The bidders are requested to visit the site thoroughly for
participating in the Tender. Further the bidder may please note that any
item required for successful completion of the project and not specifically
mentioned in the document are in the scope of this tender.
CHAPTER-II
2.1.2.1 GENERAL
2.1.2.6 WEIGHTMENT
a) Type of weighing system : Pre-weigh hopper system of loading.
: In motion rail weigh bridge
b)Wagon Marshalling By creep controlled loco. ( preferably
Electric loco) @0.8-1.1 km/hr
2.1.2.7 DUST SUPPRESSION : For whole proposed CHP .
In the proposed system also ROM coal (5Mty) brought by tipping trucks /
dumpers shall be crushed to (-) 200 mm size in the existing feeder breaker
circuits (5Nos feeder breaker circuits located at one place.). The existing
conveyors collecting coal from respective feeder breakers, presently
feeding coal into the 2x100 t storage hopper shall be extended suitably
and crushed coal will be fed on belt conveyor C1 from existing feeder
breakers. One small link conveyor C1A has been envisaged to collect coal
from feeder breaker circuit 7 to feed into conveyor C1 for onward
transportation through conveyor C1. Collection of coal from the feeder
breakers (2 Nos) located at another place has been excluded from this
System.
In this scheme 11 Mty coal (-100mm) shall be produced from Surface
Miner A truck receipt RCC hopper with suitable liner has been envisaged
for this purpose. The truck receipt hopper shall be located at existing field
workshop site. The existing field workshop shall be shifted to another
location (Shifting of field workshop is not included in the scope of
bidder) Coal shall be reclaimed from RCC truck receipt hopper by rack &
pinion gate and 600 tph electromechanical vibro feeder to feed the
underneath conveyors C2A and C2B. This coal shall be discharged to
conveyorC3A & C3B for onward transportation. Coal collected from
conveyor C1 from feeder breaker circuits shall directly be fed to secondary
crusher. Conveyor C3A & C3B shall collect the coal underneath the
secondary crushers as well. The coal shall then be transported through a
series of belt conveyors C4A/C45B, C5A/C5B, C6A/C6B (tripper conveyor)
to the main storage semi ground bunker of 15000 t capacity. The tripper
conveyor C6A/C6B shall distribute coal evenly in the main semi ground
bunker of 15000 t capacity however provision has been made to feed
directly in to the hopper in case of emergency requirement.
Coal shall be reclaimed from underneath the main bunker by plough
feeders of 3600 tph and fed on to the reclaim conveyors C7A/7B which in
turn discharge the coal into a Silo-I of 4000 t capacity or silo bridge
conveyor C8A/8B to discharge coal in Silo-II. Coal shall be loaded into the
wagons of NTPC rake by swing chutes through pre weigh hoppers to
facilitate rapid loading in to the wagons. Wagons are weighed by electronic
in motion rail weigh-bridges also for record and billing purposes.
The automatic coal samples collected by cutter type samplers at pre-
determined intervals shall be sent to laboratory for analysis.
Coal from C1 shall discharge the coal into secondary crusher directly.
Output from secondary crusher (-) 100mm size shall be collected by
conveyors C3A and C3B which shall carry it upto to the main bunker
through a series of belt conveyorsC4A/4B,C5A/C5B, and shall discharge
on to the tripper conveyor C6A/C6B. Conveyor C6A/C6B shall be fitted
with a reversible travelling tipper which shall evenly distribute coal in the
main bunker.
Coal from the main bunker shall be reclaimed by plough feeders and shall
be loaded on to elevating conveyors C7A/C7B which in turn shall load into
the silo-I or silo bridge conveyor C8A/8B to feed silo-II.
Conveyor drives of 200 kW and above should have Controlled Start
Transmission (CST) drive. It is a 2 in 1 gear box which combines a
planetary gear reducer with an integral wet clutch system for controlled
start and eliminated of fluid coupling. When coupled to an AC induction
motor, the CST gear box converts the motor’s high speed, low torque input
to a low speed, high torque output, suitable for direct coupling to a high
inertia load.
CST drive incorporated a wet clutch system that is located on the output
shaft side of the gearbox, allowing the motor to be started under no load
condition. The clutch system comprises a set of rotating friction plates and
opposing stationary plates, an oil pressure activated piston for
engagement, and a spring mechanism for clutch release. Oil circulated
between the plates by a closed circuit pump and cooled through a heat
exchanger.
Two way chute with motorized flap gate has been envisaged at discharge
end of conveyor C1 to feed either of the secondary crushers, and then to
feed from each crusher to either conveyor C3A or C3B. Also, it is
envisaged at silo-I top to feed either into Silo-II or conveyors C8A/8B.
slit one no. reclaim cum loading conveyor will be installed. These
conveyors C7A/7B will carry the coal discharged from plough feeders and
subsequently load into the silos of 4000 t (5000 cu.m) capacity each.
The coal carried by the conveyor C7A/7B will be discharged into first silo
of 4000 t capacity or onto the conveyor C8A/8B to feed into the second
Silo. There will be two outlets at the bottom of each silo 6 m apart. These
outlets / pockets at the silo bottom are fitted with pre weigh hoppers. The
loading from the silo into wagons will be through pre weigh hoppers and
the loading rate will be 5500-6000 tph from each of these outlets. The silos
will be designed in such a way that two rakes can be loaded
simultaneously on two parallel railway tracks . The rake capacity will be
around 3000/3600t (50/58 nos. of box N or equivalent type of wagons of
60 t capacity each).
The silos shall be of R.C.C. construction and designed to take all the loads
as expected in the system. Arch breakers, necessary silo discharge and
maintenance gates, load cells for two numbers of pre-weigh hopper
system of loading, two numbers of pre-weigh hoppers, swing chutes,
shear and crushing sections, hydraulic power pack, accumulator, cooling
system, air compressors, hydraulic cylinders and valves, control deskwith
computer and color monitors to operate the RLS through relay logic and all
other miscellaneous items for the operation of two numbers of pre-weigh
hopper system of loading, freight cum passenger lift, staircases , etc. will
form part of the silo loading system. In addition to the above, calibrating
test weight blocks, level sensors, air blasters etc are also envisaged.
2.2.5 WEIGHMENT
Two numbers of pre-weigh hoppers shall be fitted underneath each silo for
accurate weighment of the wagons loaded. These shall load coal of pre-
determined quantities into any one or two number of wagons of the rakes
placed on two numbers of parallel railway tracks..
+ 0.05% Weighing accuracy
+ 0.02% Weighing accuracy for complete rake.
The weighment of the wagons will also be carried out twice, before and
after loading with the help of in motion electronic rail weigh bridges. There
will be 2 nos. of in-motion electronic weigh rail bridges on each loading
track one for weighing empty wagons and the other for loaded wagons.
Computerised output will give the details of weighment.
vibration and thereby noise. All transfer points and hoppers shall have
wear resistant rubber/synthetic liners of suitable specifications to reduce
the noise and wear as per design requirement.
A suitably designed fire-fighting system has been envisaged for the plant
including fire, heat and smoke detection, fire alarm provisions and fire
fighting systems-both water reliant and aerosol reliant. It shall include fire
hydrant system at locations vulnerable for fire at predetermined locations
at suitable spacing with suitable high pressure water supply pipelines,
hoses, hose boxes as per the standard practice. Suitable fire extinguishers
will be provided to deal with electrical/oil/ordinary fires at all the required
points in the plant like control room, sub-station buildings, office premises,
drive houses etc. In addition to the above, required nos. of sand buckets
shall also be provided at key locations. A control unit to monitor firefighting
activities shall be provided near bunker at Switching station II.
Fire fighting system provided shall also be used for plant cleaning
purposes. Effluents discharged from the system shall also be connected to
the existing effluent treatment plant provided in the mine or disposed
suitably.
hoist and chain pulley blocks of adequate capacity will also be provided at
respective locations.
There exists an E&M workshop nearby to cater the need of the proposed
coal handing plant.
To cater the additional loads of the proposed conveyors and the RLS
system at Silo, it is proposed to install two numbers 5 MVA 33/3.3 kV
Power transformers in the existing 33 kV Lingaraj Project Substation. The
secondary neutral of the transformers shall be earthed through neutral
grounding resistor of suitable capacity. All the equipments, conveyors and
the RLS system at Silo will operate at 3.3 kV/415 V, 3 phases, 50 Hz
supply system. Three numbers of 3.3kV substations are proposed to install
for feeding the loads of CHP & SILO. For feeding power to 3.3 kV
substations two sets of double circuit 3.3 kV overhead lines with ACSR,
WOLF conductors will be drawn. The first lines will be drawn from 33/ 3.3
kV substation up to the proposed 3.3kV substation-I and terminated on a
DP/4 poles structure. The second lines will be drawn from 33/3.3 kV
substation up to the proposed 3.3 kV substation-II and terminated on a
DP/4 pole structure. The same overhead lines will be extended up to the
proposed 3.3 kV substation-III and terminated on a DP/4 pole structures.
The Over Head lines shall have pin type/disc type insulators, necessary
cradle guards for road crossing, stay rods, double poles as per
requirement, earthing, sag & clearances and other accessories conforming
to relevant IS, IEE Rules.
Considering the load centre of the proposed CHP, length of conveyors and
the power requirements for different drives, rapid loading and control
system, it is proposed to construct three numbers 3.3 kV substations i,e
Substation-I , II &III at the CHP. These substations will receive power by
tapping 3.3 kV overhead lines drawn from 33/3.3 kV Project substation.
Substation-I shall be located near the proposed crusher house, the
Substation-II shall be located near discharge end of bunker, and the
Substation-III shall be located near SILO. A tentative power supply
The 3.3 kV substation-I will be installed near the crusher house for
supplying power to the drives of belt conveyors C1, C2A/C2B, C3A/C3B,
Twin shaft crusher at 3.3 kV and drives of belt conveyors C1A, C4A/C4B,
motorized hoist, electromagnetic brakes, space heater in the drive houses,
electromagnetic vibro feeders, Belt cleaner, Metal detector, Motorized flab
gate, other misc. loads at 415V and lighting loads. The following will be
provided at this substation:
i) Isolator with earthing switch, 3.3 kV, air break, pole mounted, gang
operated.
ii) Lightning arrestor (LA), station class, 3 KA, suitable for 3.3 kV supply.
2.3.2.1.2 INDOOR
i). 3.3 kV, vacuum circuit breakers/ vacuum contactor panel -1 set
ii). Motor control center (MCC-I) -1 set
iii). Power transformer of 3.3kV/415V -2 nos
iv). 3.3 kV capacitor bank panel -2 nos
v). Lighting transformer of 100 kVA, 3.3kV/230V(L-L) -1 no
vi). 230V Lighting main distribution board. -1 set.
Lighting transformer - 1 no
v). Circuit breaker for control of 3.3 kV capacitor bank Panel - 2nos
vi). Outgoing feeder control Vacuum Contactor for Twin
Shaft Crusher - 2 nos.
vii). Outgoing feeder control Vacuum contactor for
Conv.C1 - 1 no.
viii). Outgoing feeder control Vacuum contactor for
Conv.C2A/C2B - 2 nos.
ix). Outgoing feeder control Vacuum contactor for
conv.C3A/C3B - 2 nos.
x). Reserve vacuum contactor panel - 3 nos.
xi). Reserve vacuum circuit breaker - 2 nos.
Total - 20 nos.
All the circuit breakers and contactor panels will be suitable for operation
on restricted earth neutral system. The circuit breakers and contactor
panels will have protection against short circuit, overload, Earth leakage,
earth fault etc. Provision shall be kept for expansion in future. The
incoming cable from isolator on 4 pole structures will be terminated on the
incoming feeder control circuit breakers.
The Motor Control Center- I (MCC-I) will be of 415V, 3ph-N type of multi-
tire construction of required capacity. This will be modular construction
having number of panels. 10% of spare outgoing modules for each type of
modules (minimum one) have to be provided in the MCC. The panels will
consist of Isolator with switch fuse unit, contactor, starter panel etc with
required protections as per requirement with a provision to start the
equipment from a remote place. The MCC will have a sectionaliser which
divides MCC into two sections. Efforts will be made to distribute load
equally (to the extent possible) and connected to the two sections of the
MCC. The incoming feeders and sectionaliser will be controlled through
suitable capacity Air circuit breakers (ACBs). No parallel operation of the
transformers is envisaged. This Motor Control Center will receive power
from secondary side of 3.3kV/415V power transformers installed in this
substation. This MCC will be installed in the substation building for control
of cables feeding power to various loads at 415V.
One number 100 kVA, 3.3 kV/230V (L-L) transformer (indoor type), will be
provided in this substation to meet the requirements of lighting loads fed
from this substation.
Total two numbers of Power Distribution Boards will be installed near truck
receiving hoppers located near tail end of conveyor C2A/C2B for feeding
power to vibro feeders and other LT loads at hopper house. These
distribution boards will be 415V, 3 ph. – N type of required capacity. These
distribution boards will receive power from MCC-I installed at 3.3 kV
substation -I.
i). Incoming feeder (from MCC-I) control modules having Isolator with
switch fuse unit, contactor and other required protections.
ii). Outgoing motor feeder control modules having Isolator with switch
fuse unit, DOL/RDOL starters, contactor and other required
protections.
iii). Outgoing other feeder control modules having Isolator with switch
fuse unit, contactor and other required protections.
iv). Spares modules minimum one of each type
The 3.3 kV substation-II will be installed near discharge end of the bunker
for supplying power to the drives of belt conveyors C6A/C6B, C7A/C7B at
3.3 kV and drives of belt conveyors C5A/C5B, Tripper drive of C6A/C6B,
motorised hoist, electromagnetic brakes, space heater in the drive house,
plough feeder, belt cleaner, metal detector, tramp iron magnet, belt pulling
device, belt weigher, sampling equipment, dust suppression, dust
extraction & fire fighting equipments, other misc. loads at 415V and lighting
loads. The following will be provided at this substation:
2.3.2.2.2 INDOOR
i). 3.3 kV, vacuum circuit breakers/ vacuum contactor panel -1 set
Total - 19 nos.
All the circuit breakers and contactor panels will be suitable for operation
on restricted earth neutral system. The circuit breakers and contactor
panels will have protection against short circuit, overload, earth leakage,
earth fault etc. Provision shall be kept for expansion in future. The
incoming cable from isolator on 4 pole structures will be terminated on the
incoming feeder control circuit breakers.
The Motor Control Center- II (MCC-II) will be of 415V, 3ph-N type of multi-
tire construction of required capacity. This will be modular construction
having number of panels. 10% spare outgoing modules for each type of
modules (minimum one) have to be provided in the MCC. The panels will
consist of Isolator with switch fuse unit, contactor, starter panel etc with
required protections as per requirement with a provision to start the
equipment from a remote place. The MCC will have a sectionaliser which
divides MCC into two sections. Efforts will be made to distribute load
equally (to the extent possible) and connected to the two sections of the
MCC. The incoming feeders, sectionaliser and outgoing feeders for plough
feeder will be controlled through suitable capacity Air circuit breakers
(ACBs). No parallel operation of the transformers is envisaged. This Motor
Control Center will receive power from secondary side of 3.3kV/415V
power transformers installed in this substation. This MCC will be installed
in the substation building for control of cables feeding power to various
loads at 415V.
One number 100 kVA, 3.3 kV /230V (L-L) transformer (indoor type), will be
provided in this substation to meet the requirements of lighting loads fed
from this substation.
The 3.3 kV substation - III will be installed near SILO for supplying power
to the drives of belt conveyors C8A/C8B, motorized hoist at different level
of Silos, motorized flab gate, Belt cleaner, electromagnetic brakes, space
heater in the drive house, various loads at silos, other misc. loads at 415V
and lighting loads. The following will be provided at this substation:
i). Isolator with earthing switch, 3.3 kV, air break, pole mounted, gang
operated.
ii). Lightning arrestor (LA), station class, 3 KA, suitable for 3.3 kV supply.
2.3.2.3.2 INDOOR
All the circuit breakers will be suitable for operation on restricted earth
neutral system. The circuit breaker panels will have protection against
short circuit, overload, earth leakage, earth fault etc. Provision shall be
kept for expansion in future. The incoming cable from isolator on 4 pole
structures will be terminated on the incoming feeder control circuit
breakers.
The Motor Control Center- III (MCC-III) will be of 415V, 3ph-N type of
multi-tire construction of required capacity. This will be modular
construction having number of panels. 10% spare outgoing modules for
each type of modules (minimum one) have to be provided in the MCC. The
panels will consist of Isolator with switch fuse unit, contactor, starter panel
etc with required protections as per requirement with a provision to start
the equipment from a remote place. The MCC will have a sectionaliser
which divides MCC into two sections. Efforts will be made to distribute
load equally (to the extent possible) and connected to the two sections of
the MCC. The incoming feeders and sectionaliser will be controlled
through suitable capacity of Air circuit breakers (ACBs). No parallel
operation of the transformers is envisaged. This Motor Control Center will
receive power from secondary side of 3.3kV/415V power transformers
installed in this substation. This MCC will be installed in the substation
building for control of cables feeding power to various loads at 415V.
iv) The capacity shall commensurate with the starting requirement of the
biggest motor along with the other loads in operation.
ii) Outgoing feeder control MCCB, 3 pole of suitable capacity -As per
design
One number 100 kVA, 3.3 kV /230V (L-L) transformer (indoor type), will be
provided in this substation to meet the requirements of lighting loads fed
from this substation.
The control scheme of the CHP and rapid loading system along with
sequencing shall be done through microprocessor based programmable
logic controller (PLC) suitable for industrial control system.
All motors 110kW & above shall get power at 3.3 kV. All other motors &
equipments below 110 kW shall get power at 415V. However Plough
Feeders may have HT/LT drives.
The power factor of the plant has to be improved to a level above 0.98
lagging at the 3300 volts switch board of substations. For this purpose 2
sets of capacitor bank with manual control panel will be provided in each
substation considering the load of the CHP & silo.
2.3.6 ILLUMINATION
2.3.6.1 The plant area indoor as well as outdoor shall be properly illuminated for
ease in operation, safety and security. The minimum illumination level and
type of luminaries required at various major locations shall be as given
below:
The Bidder shall calculate the number of luminaries required to achieve the
above illumination levels after considering the maintenance factor of 0.6,
co-efficient of utilisation factor depending on the area to be illuminated,
internal/external areas etc. The internal area of conveyor gantry, drive
houses, silo floors, substation, control room, pump house, compressor
room, Engineer’s room, testing room, stores etc shall be determined by the
bidder depending on the system requirements.
The Lighting Main Distribution board shall consist of a MCCB with suitable
back up HRC fuse for control of incoming cable. The outgoing feeders will
be controlled by means of MCCB’s backed by HRC fuses of suitable
rating. In the event of any fault, if fault current is higher than MCCB rating
the fuse shall blow first to protect MCCB. Sufficient number of lighting sub-
distribution boards will be provided along the conveyor gantries, drive
houses, substations, pump house, compressor room (if any), control room,
outdoor yard etc. for supplying power to various luminaries. These sub-
distribution boards will receive power from lighting main distribution
boards. The sub-distribution board shall consist of MCCB as incomer
control and MCB’s as outgoing feeder control with back up HRC fuses.
The minimum rating of each MCB shall not less than 16 A. Each sub-
distribution board will be provided with a timer & contactor for automatic
control of switching.
2.3.6.3 CABLES
All the cables connecting the lighting main distribution boards with lighting
sub- distribution boards, lighting main distribution board with secondary
side of transformer will be of 1100V grade, 31/2 , 3 Core, aluminum
conductors, single wire armoured, PVC insulated, PVC sheathed with
FRLS properties in outer sheathing. The cables between sub-distribution
board and Junction box for luminaries will be of 1100V grade, 2 core,
aluminum conductors, single wire armoured, PVC insulated, PVC
sheathed with FRLS properties in outer sheathing. The size of the cables
shall be selected giving due consideration to continuous rating, de-rating
factor, voltage drop limit and short circuit with stand capacity. However the
minimum size of the cable from main to sub-distribution board shall not be
less than 16sq. mm and sub-distribution board to individual circuits shall
not be less than 10sq. mm. In the conveyor gantry cables for feeding
power to luminaries shall be laid on the walkway side on separate steel
hangers/cable trays. In the other houses also illumination cables shall be
provided on separate steel hangers/cable trays. These hangers/trays shall
be fixed to the structural members, walls etc. In the substation these will
be laid in cable trenches/ cable vaults. In other places these will be laid in
the ground at least at a depth of minimum 800mm as per standard
practice.
Proper earthing arrangement for the plant has to be provided as per I.E
Rules. Additional earthing grid shall have to be developed around the
periphery of 33 kV substation and 3.3 kV substation/ switch station I, II &
III. The earth grid shall be formed by interconnecting GI strip of size not
less than 65 mm x 5 mm.
Separate earth pits independent of the earth pits provided for equipment
earthing will be provided around the buildings and interconnected by
means of suitable Galvanized steel flats. The above flats will be laid in the
ground at a depth of 700 mm. The earth pits will be constructed as per
Indian Standards.
The value of earth resistance shall not exceed one ohm in all the time
throughout the year. Earth pits/ Earth electrodes shall be located near 33
kV substation and 3.3 kV substation - I, II & III, ground bunker, Silos,
transfer houses, hopper house, intermittent points along conveyor gantries
etc.
415V, 3 Ph 4 pins industrial type dust proof plug interlocked power plug &
socket with switch shall be provided. Welding receptacles shall be
connected with each other in loop-in loop-out connection (to the extent of 5
nos. max.) located at an interval of 50 m along the conveyor and both side
of ground bunker and minimum one no shall be provided in all equipment,
floor of Transfer Points, drive houses, floor of hoppers, silo floors,
substation/switch stations etc. The sockets receive power from MCCs
through PVCSWA cables of 1100 V grade, 3 cores Aluminum conductors
of suitable size. Necessary portable transformer welding sets are to be
provided for this purpose.
2.3.9 CABLES
All the cables used for connecting the transformers with 3.3 kV vacuum
circuit breakers, 3.3 kV VCP with HT motors, cables from isolators to
circuit breakers will be of 3.3 kV grade as per requirement. All other
cables will be of 1100V grade. All the 3.3 kV grade cables will be of 3
cores and 1100V grade will be of 3 1/2 or 4 core for switchgear connection
and 3 cores for motor connection. The HT cable shall be XLPE, single
layer armored with aluminum conductor, suitable sheathed, having FRLS
properties in outer sheathing and the LT cable shall be with single wire
armoring, PVC insulated and PVC sheathed Aluminum conductors of
stranded wires with FRLS properties in outer sheathing. The size of the
cables shall be selected giving due consideration to continuous rating, de-
rating factor, voltage drop limit, short circuit withstand capacity etc. In the
conveyor gantries power cables will be installed in the walkway side on
cable hangers/cable trays. In the other houses these cables shall be
provided on separate hangers/trays fitted to the walls or structural
The auto control of CHP operations i.e. auto remote, auto sequence of
interlock, de-interlock, local/manual, local/central, signaling, data logging,
data display, etc. to be achieved by dual redundant PLC from the main
control room.
The PLC shall provide a complete control system philosophy based upon
functional controls distribution around the plant as per requirement.
The offer for PLC control of the plant shall normally bring out the basic
features of the system along with summary and other additional features,
which the PLC is capable of performing. Each PLC shall be complete with
continuous laminated colour dynamic graphic mimic and its own VDU
screen which will in turn, drive the colour monitors. Each control system
shall be provided with dual redundancy and automatic change over facility
to avoid stoppage of the plant. The coordinated action shall be taken care
of by the central controller in the control room. The control room shall be
provided with control desk with continuous laminated colour graphic
dynamic mimic, VDU screen and annunciation panel with all facilities.
PCs for operation and engineering shall be provided and located in the
central control room.
The mimic of the storage & reclamation section at the main control room
shall show the status of silo and mimic of silo loading at silo control room
shall also show the status of vibratory feeders and reclaim conveyor.
Provision to start the plant from remote, only when the start permissive
signal is received from operators located at strategic location in the plant
through the operation of push buttons (TWC).
Provision to run one or both the flow in the standby system depending upon
the load shall be provided.
Start of all the connected equipment from the respective control desk in
sequence in case of failure of auto sequence control.
In-feed conveyors will be filling coal into the Silo continuously. Below the
outlet of silo a hand operated hydraulic Rolling slide Gate for maintenance
purpose and below that a double bladed rolling overlapping type slide gate
called ‘discharge’ gate will be mounted. Below this Gate there will be a
pre-weigh hopper from which a swing chute will be mounted. At the bottom
of the chute there will be a Duplex type flow control gate mounted to
control the flow of material.
In the event of loco approaching the chute and the chute is at loading
position, to avoid the shearing of shear section, a sensor shall be fixed up
suitably at the chute to detect the loco and to retract the chute to store
position.
2.3.11 COMMUNICATION
Design and construction of all the MCCs, substation rooms etc. shall be
done so as to prevent entry of dust and at the same time maintaining the
proper temperature inside for proper working of the equipment and the
personnel. Sufficient numbers of ceiling fan and exhaust fan shall be
provided wherever required.
The civil and structural works are related mainly to the following areas (but
not limited to):
• RCC silo -4000 te capacity (5000 cum with staircase, silo control
room, lift etc 2 nos.
• 15000 te semi ground bunker with truck unloading facility
• Truck Receipt Hoppers 1200 te cap.with 12 nos.of outlets &
truck unloading facility.
• Transfer Houses
• Transfer Houses due to extension of 5 nos. of Discharge Pulley of
existing CHP conveyors.( As indicated in drawings)
• Drive Houses
• Conveyor Gantries & Trestles
• CHP office along with Time office, Security post, rest shelter, cycle
& scooter parking shed, car parking shed, toilet, canteen and first
aid facility
• Service buildings like 3 nos. of Sub stations, 1 control room, a store
shed etc.
• Underground reservoir
• Road diversions and new roads to approach all Transfer houses,
drive houses, service buildings, control rooms, CHP office etc.
• Proper drainage for entire system
• Industrial and drinking water arrangement
• Any other item not mentioned but required for successful
completion of the Project.
CHAPTER-III
3.0 GENERAL
3.2.1.1 The Scope of Work under this tender shall include design, construction,
supply of equipment including transportation to site, all mechanical,
electrical, civil and structural works, erection of equipment and structures,
carrying out detailed survey and supply of drawing, drawing showing
contours, supply of detailed design, working manuals, working drawings
including all relevant calculations, testing and commissioning, elimination
of all teething troubles, carrying out all performance tests and handing
over of the plant as envisaged in detailed scope of work and system
description. Due consideration shall be given for economy, architecture
and functional utilities. This being a turn-key work, all works needed for
successful completion and operation of the plant together with the
associated systems shall be covered in the scope of work, whether
specifically mentioned here or not.
3.2.1.2 All the works including designs, drawings, construction, fabrication, testing,
erection, etc. shall be done strictly as per IS Code of Practices. Wherever
no Indian Standard are available, British, American, German, or any other
International standards may be used on prior approval from the
Purchaser/Owner.
3.2.1.3 The jobs to be carried out are broadly classified into three categories.
These are civil & structural, mechanical, and electrical. However, the jobs
are to be carried out on turnkey basis by carrying out interface works also.
• The bidder shall be required to complete the following works to the
complete satisfaction of customer (MCL) and their consultants
(CMPDI).
• Design & Engineering of all civil and structural, mechanical,
electrical, instrumentation works of the plant.
• One set of reproducible soft copy in Auto Cad format of all design
and installation drawing (as built drawings) in six sets of prints
suitably bound, shall be presented.
• Manual of spare parts, operation, maintenance and repair manual
shall be presented in eight sets.
• The Contractor shall strictly follow the design as asked for in
various chapters. However, any minor deviation needed to suit the
requirement of the plant, betterment of the system suggested in the
NIT will be done during detailed engineering stage after obtaining
prior approval of the company.
• If any clarifications or approvals are required to be taken from
statutory bodies, the same shall be the responsibility of the
Contractor
vii. 5000 cum RCC silo with pre weigh-hopper consisting of hydraulic
power pack, cylinders, guillotinetype gates for high speed load out,
arch breakers, load cells, wagon loading swing typechute and
temperature sensors.
viii. Rapid loading system-The loading will be done through rapid
loading system on an average one wagon perminute. The loading
shall be controlled from control room located at first floor of the
silo.The rate of loading will be around 5500tph-6000tph matching
the creep speed of locomotive. The rakes will be hauled by a
creep controlled locomotive at 0.8 to1.2 km/hr. Ultrasoniclevel
indicators will be provided in the silo to show the coal level
position. Air blastersshall be provided to avoid /break the arch
formation inside the silo and to ensuresmooth coal flow through
the silo. The system shall have the switches for emergencystop of
feed conveyors in case of over filling of silo. There shall be
temperature sensorsto indicate the abnormal temperature inside
the silo and provide caution so that firefighting measures can be
taken up.Lift for the silos have also been envisaged.To ensure
better loading and weighing accuracy pre-weigh loading system
shall beadopted .In addition in motion rail weighbridge wagon
weighing system is required separately. There shall be two
loadingpockets over two rail track as indicated in the drawing. Silo
shall be provided with periodic inspection facilities.Provision of two
silos are to be provided as indicated in the drawings.
ix. Sampling system-For determining the quality of coal dispatched by
each rake there shall be provision ofautomatic sampling of coal,
cutter type, from the feed conveyors to the silo at suitable location.
Thesampling system shall conform to BIS/ISO/ASTM
specifications and shall consist of aprimary sampler fitted to each
in feed conveyor and a primary sample belt conveyor ofmin
650mm width to collect coal samples from the two separate
sample dischargechutes and to convey the primary sampled coal
to the sample preparation system.
I. SAFETY DEVICES
in both the streams will bestarted and stopped from the central
control room in a pre-determined sequenceconsecutively i.e. one
by one with a definite time lag. The sequence of starting of drive
will be in the reverse direction of coal flow, whilestopping of the
drives will be in the direction of coal flow. In case of stoppage of
anyequipment in the circuit for any reason, all the preceding
equipment/conveyors shall bestopped automatically.
Pre-start hooters shall be blown to alarm the operating and
maintenance personnel. Allthe floors and distant transfer houses
shall be provided with audiovisual signals to alarmthe working
personnel locally. Necessary walkways andcrossovers shall be
provided along the conveyors. Under-netting shall be
providedwherever conveyors cross any roads or working areas as
elaborated elsewhere.
Chutes shall be designed for a smooth flow of coal and they shall
be lined with suitablereplaceable polyurethane liners. Wherever
the flow of coal is likely to beobstructed due to moist nature of coal
or due to long arm of chute, the facility of chuteactuators shall be
provided as specified. Conveyor chutes shall be carefully
designedwith respect to the coal trajectory to minimize
impingement and wear on lining plates
• HYDRANT SYSTEM:
• VENTILATION
Proper ventilation system shall be provided at suitable locations as
per requirement.
3.3 ELECTRICAL
3.3.1 During construction of the CHP, following points are to be taken care of
3.4.1 GENERAL
The scope of work under this contract shall include design, construction
and successfully commissioning of all civil and structural works including
supply of detailed survey drawing showing contour, geo-technical
investigation, supply of geo-technical report, supply of detailed design,
working drawings including all relevant calculations and all necessary
works as may be needed for testing and commissioning, elimination of all
teething trouble, performance test and handing over of the plant as
envisaged in detailed scope of work and system description. The
necessary construction, erection, commissioning equipment related to civil
engineering works shall be provided and transported to the site of work by
the contractor. Due consideration shall be given for economy, architecture
and functional utilities. This is a contract for complete installation including
planning and design, supply, execution and erection of civil & structural
work. Accordingly, all works needed for successful completion and
operation of the plant shall be covered in the scope of work whether
specifically mentioned here or not.
The scope of work covers all the related civil and structural works, detail
designing of the same and successfully commissioning of the civil and
structural works for handing over the plant. This shall inter alia, include the
following:
3.4.2.1 Design & engineering of all civil and structural works of the plant.
3.4.2.2 Execution of all civil/structural works consisting of the following:
a) Detailed survey of site including contour map preparation
b) All the geo-technical investigation required for the work including
furnishing the geo-technical report, Collection of hydrological,
blasting and rainfall data including any other data related to design
and execution.
JOB NO-730176 III-12
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING
OF COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
p) Works required for erection and commissioning of all the plants and
equipments.
q) Inspection and testing.
r) Performance guarantee.
3.4.2.3 Perception and remedial measures for the safety of entire CHP area under
thescope keeping in view the adjoining natural and artificial features such
as hill slopes, nallah, buildings, etc.
3.4.2.4 Any other works/services not mentioned but required for the completion
andcommissioning of the plant.
.
3.4.3 DESIGN/ENGINEERING
All detailed design and working drawings will be developed with proper co-
ordinationand inter-relation with mechanical and electrical equipment. The
design of RCCstructure shall be carried out in general as per code of
practice of plain and reinforcedconcrete for general buildings construction
BIS 456-2000 and other relevant standardsincluding up-to-date
amendments. The steel structure shall be designed and fabricatedas per
Code of practice for use of structural steel in general building construction
BIS800 (latest edition) with up to date amendments and other relevant IS
standards. Thebuilding/structure shall conform to local by-laws, rules and
regulations for industrialbuildings and as per relevant Indian Standards.
Latest codes of practice withamendments up to date shall be strictly
followed. In the absence of BIS codes, Britishstandards Institution or the
approved international bodies’ codes could be considered fordesign as per
its applicability and justification.The bidder shall be responsible for and
shall pay for any alterations of the work due toany discrepancies, errors or
omissions in the design and drawings or other particularssupplied by him,
whether such design, drawings or other particulars have been approvedby
customer or not.
All RCC and steel structure shall be designed in accordance with relevant
ISCodes of practice of latest revision. In the analysis of structures, the
worstloading combination of belt pulls, equipment loads, their impact,
wind/seismicloads/blasting effect, coal and other loads as envisaged shall
be considered.
Broadly all the dimensions as given in the tender document drawings are
to be followed for bidingpurpose. These dimensions are indicative & may
require changes during detaildesign.
3.4.3.5 PREPARATION
The tenderer shall submit Geo-technical report, all the relevant detail
designcalculations, general arrangement/detail drawings, bar bending
schedule,detailed material lists, specification of works including contour
plan for approvalof owner / consultant on standard size sheet.Scrutiny and
approval of drawings may be carried out through the consultantengaged
by owner. All design details and drawings shall be submitted forapproval of
the following:
• General Arrangement Drawings
• Detail design calculations
• All detail civil/structural/fabrication drawings
• Any other drawings relevant for execution/fabrication of
civil/structural works
Contractor shall submit for approval six sets of drawings along with
detaileddesign calculations including analysis of force/stress in the
structure along withthe source from where data, except BIS codes, have
been taken. Photocopies ofsuch data should be submitted along with the
design. Along with the six sets of hard copies a soft copy in CD in autocad
format shall also to be furnished.
The Owner shall have the final say in the approval of drawings. Drawings
sosubmitted will become the property of the Owner. The approval of the
drawingsdoes not absolve the Contractor from the overall responsibility of
the plant for its successful operation. The Contractor shall be responsible
for and shall pay forany alterations of the work due to any discrepancy,
errors or omissions in thedrawings or particulars supplied by him, whether
Owner has approved suchdrawings or other particulars.
Approval by Owner / ConsultantDesign & drawing, submitted by the
contractor, shall be scrutinized by owner.Out of six sets of drawing
submitted to the owner, one copy will be sent tocontractor after scrutiny
comments, modification or approval as the case may be.The contractor
shall carry out the necessary rectification in drawings afterdiscussion with
owner in a reasonable time as agreed upon mutually and resubmitsix
copies of such revised drawings for approval of owner. Reviseddrawings
shall then be scrutinized and approved if the comments made by
theOwner are incorporated / taken care of. One copy of such drawing will
be sent tothe Contractor after approval.
3.4.4.1 GENERAL
The civil and structural work under, its scope shall cover all aspects of
work,including soil and hydrological investigation, collection of rainfall data,
detailedsurvey, preparation of preliminary drawings with proper co-
ordination and interrelation with equipment, detailed design and
preparation of the complete civiland structural working drawings, execution
and erection of the complete civil andstructural works, including roads and
pavements, sanitation, water supply forindustrial, drinking and fire fighting
purpose besides water supply to variousbuildings and structure for dust
suppression and extraction and cleaning as persystem requirement and
land development.The execution of civil and structural work consist of
providing all labour,supervision, materials, scaffolding, construction
equipment, tools and plants, supply, transportation, and all incidental items
not specified but implied forsuccessful completion of the works in
accordance with drawing and specification.
The nature of work shall generally involve chemical testing of construction
waterfor corrosive action of chemical and other deleterious materials, earth
work infilling and excavation in all types of soil and rock, dewatering,
shoring, back fillingaround completed structures, disposal and form work,
brick work, fabrication anderection of structural/miscellaneous steel,
inserts, anchor bolts, RCC, chequeredplates, trench covers, water pipe
lines, sewerage, roads, surfaceand storm water drainage, ventilation,
dampproofing and other ancillary works related to the coal handling plant.
The drawings as mentioned elsewhere in thiscontract documents give a
general idea about the work to be performed.These are preliminary
drawings for bidding purpose only and are by no meansthe final drawings
showing the full range of the work under the scope. Work hasto be
executed according to approved working drawings, fabrications
JOB NO-730176 III-17
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING
OF COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
The civil and structural works are related mainly to the following areas
(but not limited to):
• Road - As required
• Pavement area - As required
• Boundary wall - As required
The civil and structural works are related mainly to the following areas (but
notlimited to):
3.4.4.3 LOADING COMPLEX
The loading complex consists of two nos of 5000 Cu.m RCC Silo. The
loading complex shall be as per requirement shown in the drawing and
shall include Silo, Staircase, lift etc. The Silo capacity shall be 4000 t.The
height of Silo shown in drawing shall be suitably modified, if required.
The Silo shall be of RCC constructionand shall include two nos. of silo,
each having capacity to store 4000 T of coal.. The height of the silo shown
in the drawing shall be suitable modified, if required, based on design data.
Suitable freight-cum-passenger lift should be provided in each Silo along
with necessary arrangement for lift well etc. Stair case of structural steel
shall be provided in each Silo as an alternative arrangement to facilitate
the mobility of men and materials.
Silo shall be provided with necessary arrangements to facilitate inspection,
maintenance and repair from inside and outside of silo. Necessary platform
shall be provided all along the periphery of the silo with suitable approach
at least at two levels in order to facilitate maintenance of air blasters, heat
sensors etc. The silo shall have two pre-weigh hoppers. Necessary
arrangements shall be made for its installation.
There shall be sufficient areas of platforms and floors below silo hopper
with proper accessibility and head room for inspection and maintenance of
pre weigh hopper gates and its allied equipments.
In addition to the control rooms and platforms for pre weigh hoppers,
separate rooms with sufficient floor areas and head room will be provided
to house, the power packs, compressors, dust suppression pumps
including suppressant tanks (if any), the air and gas cylinders for arch
breaking as well as fire extinguishing at suitable locations.
The connection between Silo hopper openings and pre weigh hopper shall
be adequately designed to avoid any slippage. Stainless steel or non
corrosive bolts with nuts and washers shall be provided to connect the pre
weigh hopper with Silo.
The silo roof shall have necessary openings for the inflow of coal.
Structures above this roof shall be of structural steel and will house the
head drum, drive units. Additional openings with precast slab covers shall
also be provided for inspection and maintenance of the interior of silo.
Necessary arrangements for installation of level sensor shall be made at
the roof of silo. The roofing and side cladding of the structure shall be
provided with pre coated galvanized iron profile sheet fixed on trusses and
purlins. Minimum 12% of the roof area and8% of the side cladding area
shall be covered with translucent sheets. Necessary arrangements for
lifting device shall be provided in the structure.
All the facilities of maintenance, hoist, monorails etc. shall be provided as
per requirement. All the necessary inserts shall have to be provided for
fixing cables, supporting structures for conveyors etc.
Foundations and construction of silo up to roof level and associated
structures at the top is included in the Scope of work. In this context, the
contractor shall investigate the soil condition at constructionsite o in detail
at their own cost at the time of design/construction.
Control rooms of adequate size with suitable access from outside, shall be
provided. It will house electrical and control equipment including mimic
panels for entire loading system including control console, CRT display
and printer etc. It shall be provided with air conditioning facilities with
provision of fully glazed aluminium double door and false ceiling. Fully
glazed fixed panels in aluminium frame with toughened glass sheet shall
be provided on the loading chute side for clear visibility of loading
operations from control panel. All the internal surfaces of control rooms
shall be finished with plastic emulsion paint of approved quality and shade.
Suitable flooring shall be provided as per functional/safety requirement.
The Silo shall be designed on mass flow condition so as to achieve the
required loading rate without bridging, arching and rat holing inside the
Silo. Internal lining of the Silo shall be as given below:
At ground level, railway track shall be provided below the silo for loading
through RLS for which a rigid pavement suitable for ballast less track as
per norms of RITES, Indian Railways, shall be provided. Proper drainage
system shall be provided around the silo to prevent stagnation of water
during peak precipitation. Extent of pavement for railway track below the
silo shall be as per manufacturer’s recommendations but not less than
50m on either side of centre line of silo. However, laying of track is not in
the scope of the work.
The bunker shall be semi-ground type with capacity to store 15,000 tonnes
of coal and shall be of RCCconstruction. The layout of the bunker shall be
as per requirement as shown in thedrawing .The bunker will be fed by
tripper conveyors for which necessary supporting arrangement for tripper
conveyor should be provided.Additional arrangement shall be made to
feed the bunker through tipping trucks / dumpers of capacity not less than
25/30Te. Accordingly pavement shall be constructed alongwith ramp on
both sides of the bunker as per system drawing .The pavement shall be of
WMM type to sustain the movement of loaded tippers. Proper slope in the
pavement should be provided to avoid accumulation of water during rain.
The ramp for approach up to truck receiving platform should not be steeper
than 1 in 16.Proper care is to be taken to protect the pavement area and
ramp from soil erosion and settlement as it is on filled up soil.
The reclaim tunnel inside the bunker should accommodate two conveyors
with required spacing on both the sides as indicated in the drawing. Weep
holes shall be provided in the walls for exit of water. There should be
provision for installation of conveyor belt and other accessories including
feeders as per system requirement.
Tripper conveyor gallery/gantry above semi-ground bunker shall be of
structural steel. The gallery shall be for tripper conveyors as shown in the
system drawing. The roof and side cladding shall be of pre coated
galvanized iron profile sheet. Walkway shall be provided with chequered
plates. Hand railing shall be provided. The gallery should be supported on
steel portals with RCC foundation.
The side slope of the bunker shall be 55 degrees to horizontal. The
inclined portion of bunker slab shall be provided with 25 mm thick abrasion
resistant lining of ferrosite/ ironite. The roof of the bunker shall be covered
with pre coated galvanized iron profile sheet.. Suitable wind ties shall be
provided.
Provision shall be made for R.C.C escape tunnel with suitable slope to
have additional approach from the ground level to tail end of the conveyor
JOB NO-730176 III-23
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING
OF COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
Provision have been made for two machinery wells of suitable size on the
both the ends of the ground bunker. The floor of the wells shall be same as
of the bunker floors. Roof and wall of the machinery well shall be designed
and constructed as per system requirement.
Arrangements should be made for providing electric hoists of adequate
capacity. Monorail facilities should also be provided so that equipment can
be lifted/ repaired and loaded in trucks. Stairs of minimum 1.2 meter width
shall be provided in both the wells. Necessary doors with shutters and
windows shall be provided as per requirement.
• CONVEYOR GALLERIES
The details of single/double conveyors gallery as shown inthe different
drawings are under the scope of this contract including installation of
conveyors.
The supporting arrangement of the galleries is to be designed such that
any part of the structure is not affected by water even during highest water
accumulation. Final leveling, dressing and compaction of the filled up
ground, if any, along the alignment of conveyor, is also included in the
scope of this work. Before start of actual construction over earth/ OB filling,
(If any) assessment of soil condition and all steps for its improvement as
per design requirement are included in the scope of this work. The
foundations shall be designed in such a way that there is no appreciable
settlement in due course of time. Rectification of any subsequent
settlement during entire contract period is covered under the scope of this
work. Proper drainage arrangement for storm water all along the conveyor
alignment, considering the adjoining catchment area shall be provided. No
intermediate support shall be provided inside the conveyor gallery.
The bidder may visit the site to have first hand information about ground
profile and other necessary details before bidding.
• GROUND CONVEYORS
The conveyor shall be housed in a suitable enclosed gallery of structural
steel with walkway as per drawing.The roof covering shall be of pre coated
galvanized iron profile sheet. At least 50% of the side area shall be
covered by brick masonry. 12% of the roofing area and 8% of the side
cladding area shall be covered with translucent sheets. As part of the
conveyor will be on the ground, some amount of cutting of different type of
soil and rock may be required for laying out the conveyor system.The
foundation top of the conveyor posts shall be placed at a height of
minimum 150mm from the ground level and at a maximum interval of 3.0
m. The floor of the gallery shall be extended at least 1.2M all around
beyond the gallery. Proper drainage arrangement for storm water all along
the conveyor alignment, shall be provided. The floor of ground conveyor
shall be of concrete with IPS flooring on top.
• OVERHEAD CONVEYORS
The drive house and transfer house shall be of structural steel construction
and shall be provided with monorails, with hoist block / chain pulley block
for material handling purposes. The drive arrangement should be kept
within the Transfer House as far as possible. Drive houses and take up
arrangement of suitable size are included in the scope of the Contract.
The roofcovering and side sheeting of the structure shall be provided with
pre coatedgalvanized iron profile sheet. 12% of roof and and 8% of side
cladding area shall be provided with translucent sheets.. Dusts down
comers are to be provided in all floors. Openings for electric cable entry
are to be provided on all the floors suitably. Different floors of the transfer
houses shall be made with minimum 6 mm thick chequered plate. The
ground floor of the transfer house and drive house shall be at least 450
mm above the final accepted ground level and shall have concrete floor
with ironite flooring on top. This floor shall be extended 1.5M all around
beyond the transfer house. All the intermediate floors shall be of structural
steel.
The locations of these structures shall be as per system requirement and
tentatively shown in drawings. Necessary approach arrangement shall be
provided for each transfer/ drive house. The mono rail routing for electric
hoist is to be done in such way that only one no. of .electric hoist shall
cover all equipments like pulleys, drives etc. For tail pulley maintenance a
manual hoist of suitable capacity is to be used. Cantilever platforms are to
be avoided as far as possible. Emergency ladder is to be provided for all
floors .Stairs for approach at different levels shall be provided within the
transfer house. Lockable door is to be provided for each transfer
house/drive house.
In TH-2, there shall be provision for separate platforms for secondary roll
crushers.
In all Transfer Houses, provision shall be made for dry fog system to act
as a surge in dust suppression system.
The 33/3.3 kV substation for the proposed CHP shall be constructed in the
existing campus of 33 kV project substation.Construction of substation
building and yard for CHP is in the scope of this work.
• CHP OFFICE
The main office shall be situated near the bunker as located in the plan.
Besides Officers’ room, the CHP Office shall include a rest room, a first
aid facility and a canteen. The CHP Office shall be a double storied
building and have a minimum plinth area of 350 Sq. m with cycle / scooter
shed and car parking shed for the required operational/maintenance
manpower of the CHP. A separate store of 72 Sq. m shall also be
provided adjacent to the office campus.
• TOILET
In addition to the toilets in service buildings, one common toilet shall be
provided as per requirement. The facilities shall include water closet,
urinals, washbasin, looking mirror, cistern, towel rail, glass shelf, flush
doors etc. The floor and wall of toilet should be tiled with ceramic tiles.
Anti skid floor tile shall be provided.
3.4.4.11 SERVICES
• INDUSTRIAL WATER/DUST SUPPRESION/FIRE FIGHTING
WATER
Ground water reservoir of minimum 450 cu.m shall be provided for fire
fighting and dust suppression purpose. The capacitiy of the reservoir shall
be fixed after calculation of water requirement on the basis of relevant
norms/system requirements. Ground water reservoir shall be covered, with
provision of necessary ladders, wash out etc . Separate water pipe line
and arrangements shall be provided for fire fighting and dust suppression
purpose.` Pumping facilities shall be provided with 100% standby
arrangement.
The water supply point shall be made available near the boundary wall by
the client at the time of commissioning of the plant. However, pipe line
including its connection from water point ( provided by the client) to water
reservoir is covered in the scope of work.
All pipe lines and pumping arrangement including pump house from water
reservoir to feeding points is in the scope of this work.
• DRINKING WATER
Individual PVC over head tanks of required capacity but not less than 1.0
m3 capacity shall be provided over each switching stations/MCC rooms,
offices, and other service buildings as per requirement. Necessary
receiving and distribution piping and pumping arrangement is covered in
the scope of the work. Adequate drinking points with PVC tank, shall be
provided at all drive houses, transfer points, truck receipt hoppers
complex, bunker, silo etc. The distribution system for drinking water shall
be done as per requirement. The facility for drinking water shall also be
provided at suitable points in offices, service buildings, toilets, etc. with all
necessary fittings and fixtures. A separate portable water reservoir of
suitable capacity shall be constructed nearby the main ground water
reservoir.
• DRAINAGE ARRANGEMENT
• SEWERAGE
Proper sewerage shall be provided for handling of sewage. This will
include provision of septic tank, soak pit, sewer line, man hole, inspection
chamber,and all other fittings and fixtures needed for the same.
Industrial effluent from the entire CHP shall be disposed off beyond the
boundary of CHP. However, construction of ETP is not in the scope of the
work.
3.4.4.12 ROADS
Whole of the proposed CHP area shall be well connected with PCC roads
for movement of men and materials. These roads shall be well connected
with the existing road network. These roads shall have 7.50 m wide
carriage way with minimum 1.5 m wide shoulders and drains of suitable
size and specification on both sides of the road. The road shall be
designed for movement of LMVs like cars, jeeps, trucks, rubber tyres
mounted mobile cranes etc., considering the prevailing soil conditions.
Suitable culverts, if required for free flow of surface drainage shall be
properly designed and provided. The ground bunker, drive houses, all
service buildings, water reservoirs, pump houses, offices, switching
stations etc. shall be well connected with PCC road. Diversions of existing
roads are also covered in the scope of work.
• OTHER WORKS/REQUIREMENTS
• EARTHWORK IN EXCAVATION
Excavation of earth for all types of soil for construction of all the civil
structures is covered in the scope of this contract. Final grading/ levelling
and dressing of ground in and around the proposed CHP area is under the
scope of this contract as per technical and functional requirement.
Excavation for proper drainage of rain/ subsoil water around the truck
receipt hoppers complex,ground conveyor, service buildings, transfer
houses, drive houses, switching stations etc. is covered under the scope of
this tender. The depth and size of the excavation will be as per approved
system requirement and as per detail design drawings. All cuttings and
fillings as per required level and profile including transportation/ disposal of
soil is included in the scope of this work.
Bidder shall ensure proper consolidation and stability of the pavement area
and its embankment suitable for plying loaded tippers. Toe wall, dwarf wall
or retaining wall, as required, to protect the embankment shall be provided
by the bidder. Side slopes will have boulder pitching with suitable drainage
channel.
The HFL, Bed level, water flow, etc. of the existing water courses, sub-soil
water table shall be taken into consideration while designing the structures.
Bidder shall undertake various remedial measures for protection of the
proposed CHP area from streams/water courses as per requirement.
• ARCHITECTURAL REQUIREMENTS
The structures in the whole CHP complex, under the scope of this contract,
shall have appropriate architectural look, with appropriate colour, shades
and structural networks. All the structures should portray architectural
excellence with due care to better utilization of space, service
requirements etc. and environmental issues. All visible surfaces shall be
painted properly foritslongevity and better appearance.
The proposed CHP complex shall be designed keeping in view its proper
aesthetic appearance. The perspective view of the CHP with landscaping
shall be submitted. To provide better environment and arrest dust around
CHP, plantation of approved variety, should be done to form impervious
hedges around the plants and shall be maintained by bidder for the period
of one year after plantation.
• BOUNDARY WALL
• FIREFIGHTING
Whole of the CHP shall be protected against fire. Automatic fire fighting
facilities shall be provided as per relevant IS codes and TAC norms.
Hydrants/spray nozzle shall be provided at suitable intervals all along the
proposed CHP as per technical requirement. Water tanks and pump house
is included in the scope of work. The capacity of the water tanks shall be
fixed as per relevant norms but shall not be less than those as mentioned
earlier.
entire plant. Necessary landing valves at all the floor of silo, switching
stations and at other places wherever necessary shall be provided.
The pressure of each hydrant shall be not less than 3.5 kg/cm2 when up to
four hydrants are used simultaneously.
Proper water supply arrangement for dust suppression and dust extraction
will be made at dust generating points so that all working space remain
free of dust. For dust suppression, water jets will have to be provided in
truck receiving hopper area, transfer points, silo and other places as per
requirement. For proper ventilation in all the working floors, arrangements
for installing exhaust fans/ventilation fans with ducting will have to be made
as detailed elsewhere in the tender document. All civil works pertaining to
dust suppression and extraction shall be as per system requirement. The
pumping sets for the dust suppression/control shallbeprovided with 100%
standby arrangement at each location.
• PLANT CLEANING
Water and compressed air pipe line network along with connection/tapping
points with control valves at suitable intervals shall be provided in the truck
receiving hopper floors, transfer and drive houses, conveyor galleries,
switching-stations, bunker, silo etc. for pressure cleaning of floor chutes,
walkways etc. Proper drainage arrangement will have to be made all along
the plant so that water or slush accumulation is avoided. At every probable
spillage point suitable arrangement will have to be made for a mechanized
or manual cleaning.
Site shall be handed over to the contractor in 'as it is' condition. Any site
preparation work including cleaning, cutting, filling, leveling, grading,
removal, etc. before start of the actual work shall be done by the contractor
to the full satisfaction of Engineer-in-charge.
• SPECIFICATIONS
The specifications should be intended for general description of the work,
quality and workmanship. The work shall be executed according to the
relevant Indian Standard codes of practices or to the recommendations of
relevant American and British Standard in cases where Indian Standard
codes are not available for such works.
As such the Contractor should plan the work and items in detail. Generally,
steps required towards the standardization to nearest higher rating of
equipment keeping in view of energy conservation, safety of men and
materials, better environment, shall be considered at any stage before or
during execution with due prior approval with no extra cost to MCL.
All the tests required for materials, quality of work and any other tests as
required/desired by the Engineer-in-charge shall be at Contractor's cost.
The frequency and mode of testing shall be as per latest relevant BIS
codes.
3.4.5 TRAINING
The plant personnel responsible for operation & maintenance of the plant
and deputed by employer shall be properly trained whether in land or
overseas, so that the persons are fully conversant with the assembly and
sub-assembly of the equipment, detail circuit of the electrical control
system including, hydraulic system & operation and maintenance etc.
The plan personnel shall be in a position to rectify any defects of the
equipment developed during operation of the plant for efficient running
with minimum down time.
• DEFINITIONS :
ANNEXURE- III.1A
ANNEXURE- III.1B
1 EQUIPMEMT
1) Rapid loading system-4000 te capacity silo, Set 2
5000-6000 tph loading capacity, including, arch
breaker. Air cannon, Air compressor, hydraulic
system .test weights pipes & fittings with
electricals ,printer , display facility etc.
2) Pre weigh hopper for silo NO 4
3) Passenger lift NO 2
4) Rack & pinion chute gates NO 12
5) Electro mechanical vibro feeder cap.600 tph NO 12
6) Automatic coal sampling system Set 1
ANNEXURE- III.2A
SUB-STATIONS
(TRANSFORMER, SWITCH BOARDS, MCCS, PF CORRECTORS, ETC.)
SL.NO. ITEM DESCRIPTION QTY
1 33 KV MAIN SUB-STATION ( AT EXISTING 33KV PROJECT S/S)
1.1 33 kV Power supply arrangement at existing substation 1 Lot
including switch yard structures, bays, tubular Aluminium bus
bars, GI structures, insulators, foundation etc.
1.2 33 kV outdoor type 630 amps, 750MVA, Vacuum Circuit 2 Nos
Breaker with indoor control panel
1.3 33/3.3 KV, 5000 KVA, ONAN, dy-11, Outdoor type power 2 Nos
Transformer.
1.4 33/0.415 KV, 200 KVA, Outdoor type Station Transformer. 1 No
1.5 30 kV Lightning Arrestor (GI Structure mounted) 2 sets
1.6 33 kV Isolator (GI Structure mounted) 1 No
1.7 33 kV Isolator with earth switch (GI Structure mounted) 2 sets
1.8 33 kV Isolator with earth switch & DO fuse (GI Structure 3 sets
mounted)
1.9 33 kV outdoor type CT (GI Structure mounted) 2 sets
1.10 33 kV outdoor type PT (GI Structure mounted) 2 sets
1.11 Neutral Grounding Resistor for transformer secondary neutral 2 Nos.
1.12 8-panel, 3300 volts, 1600/1250amps, 75 MVA indoor type 1 set
switchboard comprising 8 nos. of Vacuum Circuit Breakers
consisting of 2 nos. incoming, 1 no. coupler and 5 nos. of
outgoing VCBs including 1 no. spare.
1.13 415V switch board 1 set
1.15 Battery and battery charging set, DC DB etc. Ls
1.16 Misc. items including power and control cable for substation, LS
substation earthing , lightning protection etc.
2.0 Two sets. of 3.3 KV double circuit overhead lines (wolf Lot
conductor) on separate rail poles from 33kV substation up to
CHP & silo substations (one set up to 3.3kV Substation-I and
other up to 3.3kV Substation-III via 3.3kV Substation-II)
including DP/4 pole structures 3.3 KV isolator, lightning arrester
for power receiving arrangement at 3.3kV substations- I, II & III
and other accessories.
3.3 20- Panel, 3300 volts, 1250/630 amps, 75 MVA indoor type 1 Set
switchboard comprising 20 nos. of Vacuum Circuit Breakers/
Vacuum Contractor Panel consisting of 2 nos. incomer (VCB),
1 no. coupler (VCB) and 17 nos. of outgoing VCB / VCP (7 nos.
VCP for Controlling Conv. Drives and twin shaft crusher, &5
nos. VCB for power Trs, lighting Tr., Cap bank) including five
spare (2 nos VCB & 3 nos VCP).
3.4 Power transformer, indoor type, confirming to IS: 2 Nos
2026(current)
Rated kVA : As per design
Rated Voltage : 3.3 kV/ 415 V
3.5 415 V Motor Control Center (MCC-I) having required number of 1 Set
Air circuit breaker for incomer §ionaliser and modules
having isolator with switch fuse unit, contactors, starter panel
etc with required protections for outgoing feeders with 10%
spare outgoing modules (minimum one) for each type of
modules
3.6 3.3 kV , 3X190kVAR capacitor with manual control panel 2 Set
3.7 415 V Power distribution Board (PDB-I & PDB-II) having 2 Sets
required number of module having isolator with switch fuse
unit, contactors and required protections for incoming and for
outgoing feeders having isolator with switch fuse unit,
contactors, starter panel etc with required protections with 10%
spare outgoing modules(minimum one) for each type of
modules
3.8 Lighting transformer, indoor type, confirming to IS: 1no
2026(current)
Rated kVA : 100
Rated Voltage : 3.3 kV/ 230 V (L-L)
3.9 Lighting Main Distribution board , 230 V(L-L) , 3 -Phase, indoor 1set
type consisting of MCCBs and HRC fuses of required number
as per design.(LMDB-I)
4.3 19- Panel, 3300 volts, 1250/630 amps, 75 MVA indoor type 1 Set
switchboard comprising 19 nos. of Vacuum Circuit Breakers/
Vacuum Contractor Panel consisting of 2 nos. incomer (VCB),
1 no. coupler (VCB) and 16 nos. of outgoing VCB / VCP (6nos
VCP for Controlling Conv. Drives & 5 nos VCB for power Trs,
lighting Tr. & Cap bank) including five spare (2nos VCB & 3
nos VCP).
4.4 Power transformer, indoor type, confirming to IS: 2 Nos
2026(current)
Rated kVA : As per design
Rated Voltage : 3.3 kV/ 415 V
4.5 415 V Motor Control Center (MCC-II) having required number 1 Set
of Air circuit breaker for incomer, sectionaliser& plough feeders
and modules having isolator with switch fuse unit, contactors,
starter panel etc with required protections for outgoing feeders
with 10% spare outgoing modules (minimum one) for each
type of modules
4.6 3.3 kV , 3X330kVAR capacitor with manual control panel 2 Set
5.3 10- Panel, 3300 volts, 1250/630 amps, 75 MVA indoor type 1 Set
switchboard comprising 10 nos. of Vacuum Circuit Breakers
consisting of 2 nos. incomer (VCB), 1 no. coupler (VCB) and 7
nos. of outgoing VCB (5 nos. of VCB for Power Trs, lighting Tr.
& Cap bank) including two spare (2 nos. VCB).
5.4 Power transformer, indoor type, confirming to IS: 2 Nos
2026(current)
Rated kVA : As per design
Rated Voltage : 3.3 kV/ 415 V
5.5 415 V Motor Control Center (MCC-III) having required number 1 Set
of Air circuit breaker for incomer §ionaliserand modules
having isolator with switch fuse unit, contactors, starter panel
etc with required protections for outgoing feeders with 10%
spare outgoing modules (minimum one) for each type of
modules
5.6 3.3 kV , 3X45kVAR capacitor with manual control panel 2 Set
6.1 3300 volts, 3 core XLPE power cables of different sizes with As per
aluminum conductor, suitable sheathed, single layer armored require-
and overall PVC sheathed having FRLS properties in outer ment
sheathing.
6.2 1100 volts grade, 3 /3 1/2 /4core power cable of different sizes, As per
aluminum conductor PVC sheathed single wire armored and require-
overall PVC sheathed having FRLS properties in outer ment
sheathing.
6.3 Single layer armored PVC insulated and sheathed control As per
cables of 2.5 sq.mm cross-section with copper conductor of require-
different no. of cores having FRLS properties in outer sheathing ment
with 10% spare core.
6.4 Cable for communication & signaling. As per
require-
ment
6.5 Cable trays/cable racks, binding materials, cable glands / Lugs As per
(separate trays shall be used for power and control cables) with require-
necessary cable trenches in switch yard and inside the ment
substation building.
6.6 Flexible trailing cables for traveling trippers, Plough feeder etc. As per
require-
ment
9.0 EARTHING
11.1 Auto remote and auto sequence control of plant with control As per
desks, mimic panels, annunciation panels, micro processor require-
based PLC with hot standby, audio-visual signaling, UPS, ment
computer, printer, VDUs etc. complete in all respect for CHP
and Rapid Loading system
11.2 UPS with battery back up As per
require-
ment
12.0 COMMUNICATION
13.2 Split Type Air conditioners for Silo Control room, PLC room , As per
Engineer-in-charge’s room require-
ment
14.0 OTHER ITEMS
ANNEXURE- III.2B
1.0 ELECTRICAL TESTING EQUIPMENT
1.6 Tachometer 1 No
ANNEXURE- III.2C
PARTICULARS Quantity
Gas cutting set 3
Portable welding set (it should be 3-phase) 4
Portable compressor for plant cleaning 30 cfmcapacity
2
6 kg/cm² Pressure
Belt vulcanizing machine-hydraulic type Suitable for 1
belt width up to 1800 mm for N-N / ST belting
Special tools and tackle As received along with
the equipment
supplied
Consumables for start up including first and second fill
As required
of lubricant
Noise abatement measures to reduce noise level As required
Measures to control vibration so as to keep its level
As required
within ISO limit
Items/accessories not specifically mentioned but As required
needed for successful commissioning/operation of the
plant
Belt replacing equipment 2
ANNEXURE- III.3A
LIST OF MANDATORY SPARE PARTS (MECH)
ANNEXURE- III.3B
LIST OF ELECTRICAL SPARE PARTS
ANNEXURE- III.4
LIST OF TOOLS AND TACKLES(MECH)
ANNEXURE- III.4(contd.)
27. Standard ring spanners (up to 30 mm) 4 Sets
28 Standard DE spanners (up to 30 mm) 4 sets
29 Tabular box spanners 4 sets
30 Socket box spanners 4 sets
31 Circlip extractors, bearing extractors and oil 1 set
seal extractors
32 Belt puller (Motorised winch type with 200mm rope 1 No.
capacity 1.5 Te)
33 1.5 Te capacity rope pull tackle manual without 1 No.
34 Four inch dia wheel, AC motor driven portable 1 set
grinding machine and flexible grinder
35 Vacuum cleaner for control room, sub-station and 2 Nos.
MCC rooms suitable for system requirement
36 Any other type of spanners/tools required for 1 set each
operation and maintenance of equipment as per
Manufacturer’s recommendations.
37 Engineers level gauge 1 No.
38 Cabinet 2’ x 4’ with 2 Nos. carrying trays 1 set
39 Bearing puller (SKF make) for up to 250 mm dia 1 set
40 Bearing puller 3 legged 2 Nos.
41 Sound level meter 2 Nos.
42 Vibration meter 2 Nos.
43 Temperature monitor meter (sec.)
44 High potential test kit 1 No.
45 Adjustable wrench 8”. 2 sets
46 Wire rope slings with eye bolt and D-shackles for 2 sets each up to
1 ton, 5 ton, 10 ton, 50 ton and 100 T lifting 10 Te & 1 set
capacity each for 50 Te &
100 Te.
47 Adjustable wrench 10” 2 sets
48 Adjustable wrench 12” 2 sets
49 Slip joint pliers 6” 3 sets
50 Slip joint pliers 8” 3 sets
51 Rib glove pliers 10” 3 sets
52 Diagonal pliers 6” 3 sets
53 Long nose pliers 6” 3 sets
ANNEXURE- III.4(contd.)
74 Motorised oil filling pump and motor set (As per 1 set
system requirement)
75 Motorised blower 220 V 3 Nos.
APPENDIX “A”
APPENDIX “B”
I. APPROVED VENDORS LIST FOR MECHANICAL EQUIPMENT
(Last date of Updation : 30/06/2011)
APPENDIX “B”(contd.
APPENDIX “B”(contd.)
20. VENTILATION SYSTEM : FLAKT INDIA/ C.DOCTOR & CO./ MAMC/ VOLTAS /
BATLIBOI / ABB INDIA / ANDREW YULE/ DUST VAN/
PROJECTS AND CONTROL/ INDVENT FANS/
ARGOSY INCORPORATED / ALSTOM/ APC/ NELSON
21. DUST SUPPRESSION : BATLIBOI/ F. HARLEY/ GEC/ VENDON INDIA LTD. /
THERMAX / ANDREW YULE/APC/ PROJECTS AND
CONTROL/ Kavery Ultra Polymers
22. DUST EXTRACTION : FLAKT INDIA / ANDREW YULE / GEC / THERMAX/
DUVANT/ ABB INDIA / DUST VAN/ PROJECTS AND
CONTROL/ INDVENT FANS / ARGOSY
INCORPORATED / ALSTOM/ APC / NELSON
23. FREIGHT-CUM- : OTIS /MITSHUBISHI, JAPAN /KONE/ THYSSEN-
PASSENGER LIFT KRUPP
24. BELT VULCANISER : NILOS / SHAW ALMEX / CHANDA & CO.(ENGG.) PVT
LTD.
APPENDIX “B”(contd.)
For plant and equipment supplied from vendors abroad, information for
evaluation and qualification of each vendor shall be furnished in the bid
and the written approval of employer for approved foreign vendors shall be
taken.
APPENDIX “C”
FORMAT FOR VENDOR EVALUATION
PART – I GENERAL
• Managerial
• Technical
• Administrative
11.0 Organisation chart
12.0 Range of products manufactured
(Enclosed all relevant technical
catalogues and literatures)
13.0 Year of commencement of manufacture
PART – II TECHNICAL
• Scope of warranty
SEAL
SIGNATURE :
NAME :
DESIGNATION :
PLACE:
DATE :
CHAPTER - IV
DETAILED TECHNICAL SPECIFICATIONS
4.1.0 MECHANICAL
The conveyors shall normally operate 18 hours per day and 330 days a year. It
shall however, be designed and constructed for round the clock continuous
operation for 365 days in a year.
The conveyors shall be able to start in full load condition. The minimum tail end
height shall be 1200mm and head end height shall be 1500 mm or as per
system requirement.
The drive unit consisting of Drive Pulley Assembly completes with motor,
Reduction Gear Boxes with in built hold back device, high speed and low
speed couplings motors and other components shall be mounted on a
combined rigid base frame. The unit shall be robust and compact. The design
shall be modular so that individual components can be taken out and replaced
for repair and overhaul. The removal and dismantling of unit should not call for
dismantling of adjacent units. Suitable designed replaceable couplings guard
shall also be provided. The Hydrovicous-clutch operated reducer gear drive
(HVC drive) for high torque/high inertia load conveyor belt has been provided
for the motors above 200 kW. Such drive has been envisaged for conv. C1,
C3A, C3B, C6A/6B, C7A & C7B etc.
The base frame for drive unit shall be fabricated of heavy structural steel
sections and plates and suitably braced, so that the unit in operation is
vibration free. It shall be of bolted and welded construction. The pulley
mounting structural members shall adequately long to accommodate the
chutes. Both sides of the pulley supporting members shall be connected by
adequately sized channels.
The motor, reduction gear box, couplings and drive pulleys shall be properly
aligned in the works of the manufacturer before the supply is affected. Dowel
pins shall be provided with gear box, motor and Plummer blocks for proper
alignment. The frame shall be provided with machined plates at necessary
places to install the motors, reducers and Plummer blocks, etc. The combined
drive base frame shall be bolted to the foundations through adequate size
foundation bolts. At least 4 nos. of bolts/ inserts shall be provided for each
supporting leg as per the System requirement.
For drive power snub and tandem drive shall be used. For tandem drive belt
wrap shall not be less that 450o. Arrangement details have been mentioned in
conveyor data sheet (Annexure-I). It shall be in conformity with drawings
enclosed with this tender document.
The gear box rating shall be minimum 1.6 times the motor power.
The reduction gear box shall be helical gear type / bevel helical with
parallel/perpendicular shaft completely enclosed running in oil bath (Splash
lubrication). It shall be of low weight compact design type. The gears shall be
machined & rated for service factor (not less than 1.6 on motor power) in
accordance with IS: 7403 (Code of Practice for Selection of Standard helical
gear boxes). The gear box shall have inbuilt hold back device.
The steel gears shall be machine cut and case hardened and shall be in
accordance with relevant Indian Standards.
The high speed shaft shall be so designed to accommodate electro magnetic
brakes and hold back devices.
Suitable oil level indicator, Magnetic drain plug and Metallic breather shall be
provided.
The gear box housing made from grey cast iron shall be so split as to enable
easy maintenance. It shall be of vibration damping device.
Gear shafts shall be supported on suitable bearings of ample capacity and
dimensionally conforming to relevant Indian Standards.
The selection of gear box shall preferably be done on the basis of natural
cooling only. Fan cooled gear box may be offered only for 300kW and above.
The gear box shall have a minimum rated life of 50,000 working hours.
The conveyors drives for C1, C3A, C3B, C6A/6B, C7A & C7B should have
controlled Start Transmission (CST) drive as in a 2 in 1 gear box which
combines a planetary gear reducer with an integral wet clutch system. The
service factor for CST drive shall be minimum 1.2 times of motor power and
shall have following capabilities:
• Field adjustable ‘S’ shaped velocity ramp of the conveyor belt. The belt
velocity ramp time to be adjustable from 40 to 300 secs.
• Field adjustable creep speed. The Min. creep speed shall be adjusted
15~20% of design speed under no load conditions.
• Field adjustable Maxx. Power (torque) limit for each drive to protect
conveyor component (belt, pulleys. Idlers, bearings) and the drive
components (gears, bearings) from shock and excessive loads. The HVC
drive shall send a fault signal to controls when power exceeds the Max.
Power set limit.
• In multiple drive configurations, true load share among the drives subject
to the condition that the kW signals from MCC for each motor is accurate.
kW load share regulation shall be within ±2% under full load conditions.
• The main motor starting will be controlled by drive PLC controller or
remote monitoring SCADA system. In multiple drive configurations, the
motors will be started in a staggered sequence of 5 sec interval. For short
stoppage of Conveyor belt, the motors need not be turned off, the drive
may simply be de-clutched.
• In a multiple drive configuration, if any one of the drive fails, it should be
possible to disable that drive from the PLC controller soft-touch monitor
screen and the belt should be restarted with remaining drives on reduced
load.
• Five full load starts within one hour, equally spaced (12 minutes apart).
• The local PLC controller shall have built-in diagnostics and menu driven
troubleshooting screens. The controller shall have hierarchical security
system to prevent unauthorized adjustments.
4.1.2.4 COUPLINGS
Suitable flexible couplings shall be used between Gear box and drive pulley for
low kW motors (less than 200 kW). The flexible coupling shall preferably be of
gear type. The hub and sleeves of the couplings shall be forged carbon steel
and bolts shall be alloy steel.
For all conveyors suitable fluid coupling shall be used between motor and gear
box. The size / type shall be selected in accordance with the drive power
requirement.
In case of fluid couplings suitable arrangement shall be provided to contain the
fluid and collect it without escaping out and injuring the work men.
Both the coupling shall be provided with protective guards made of sheet steel
and flats.
4.1.2.5 PULLEYS (DRIVE, DISCHARGE, TAIL, TAKE UP, BEND & SNUB)
The pulleys shall conform to IS: 8531 (Specification of pulleys for belt
conveyors). The matching tolerance of individual parts of pulley assembly shall
conform to IS – 919 (current).
The face width shall be belt width +200mm for all types of pulleys.
Tolerance on finished pulley face width prior to lagging shall be 16mm.
The pulley diameter shall be one of the following (No account shall be taken of
the pulley lagging): (mm) 500, 630, 800, 1000 and 1250. The diameters shall
be maintained within tolerance as specified in IS 8531-1977.
The pulley diameters shall not be less than the values specified in enclosed
conveyor schedule.
The diameter of the pulleys shall be maintained within the tolerances given
below:
Up to 630 mm + 12 mm
- 3 mm
Above 630 mm + 15 mm
- 3 mm
For pulleys a middle disc shall be fitted to prevent deflection of rim at the
centre. In case of pulleys of face width 1600 mm or more, two such discs shall
be provided. The end cover shall be of disc type welded to the rim before
machining. Ring feeder lock sets will be provided on all pulley connections.
The pulley shaft shall be designed for combined bending and torsion stresses.
The shaft dia at bearing shall be selected from the following sizes keeping in
mind standardization:
60, 80, 100, 120, 130, 140 .160, 180, 210, 240 & 320 mm
Drum shafts shall be of EN-8 steel as per BS 970 (Current) or C-40 steel as
per IS 1570 (Current). The pulleys shall be connected to the hub through ring
feeder/ equivalent keyless shaft to hub connections.
All the drive pulleys shall be lagged with 16 mm thick rubber. The lagging shall
be bonded on the pulley by hot vulcanizing. The lagging shall be in Chevron/V-
type herring-bone or diamond pattern. The depth of groove shall be 6 mm
minimum with 6 mm minimum thickness of material under the bottom of the
groove. Alternatively, herring bone profiled wear resistant rubber bars molded
with a aluminum reinforcement shall be used. The hardness of rubber on drive
pulleys shall be 55 to 60 shore durometer hardness – A scale.
The conveyor frame and supporting stools shall consist of stringers made from
a minimum size of ISMC 150 channel conforming to relevant IS. N type
bracings minimum of ISA 50 x 50 x 6 shall be provided between two stringers
of 3000mm length for stability. Individual section shall be of such length so as
to facilitate easy assembly at site without any match marks and having any
reference to left and right of the conveyors. At the same time top and bottom
idler frames when assembled on the stringer shall have their position at right
angles to the longitudinal axis of the conveyors.
The conveyor frame shall be complete with stools for supporting stringers.
Holes for fixing the supporting stools shall be drilled on stringer channel for
intermediate structures. Stools for support of conveyor frame shall consist of
vertical supports with base plate to enable fixing of stools on foundation.
However, the support stools shall be welded to the stringers after erection.
4.1.2.8 IDLERS
The carrying and return idler and idler sets shall conform to IS: 8598-1987
(Idler and Idler sets for belt conveyors).
Diameter of idler, shell thickness and bearing size for carrying, and return
impact idlers shall be clearly mentioned in the offer. Idler’s rollers of diameter
less than following shall not be used.
Carrying & return Impact
Steel tubes used in the manufacture of idler and idler set shall conform to IS:
9295 (steel tubes for idlers for troughed belt conveyors) and shall be preferably
ERW tubes.
Suitable seize resistant deep grove ball bearings with C3 clearance and heavy
duty type dimensionally conforming to relevant Indian Standards and selected
according to bearing manufacturers recommendation for rated life of at least
30,000 guaranteed working hours shall be used. The minimum bearing bore
dia shall be as under:
1200 25 30
1600/ 1800 35 40
Idler shaft shall be made of steel not inferior to EN-8 / C40 conforming to
relevant IS standard.
O CARRYING IDLERS
The carrying idler set shall consist of three rollers of equal length. The
troughing angle shall be as specified and shall be of the value 35o / 450, for all
the conveyors with respect to capacity requirement irrespective of belt width.
i. The angle of tilt of side idlers shall be function of troughing angle and
belt speed and shall be as small as practicable and shall in no case
exceed 2o.
ii. The angle of tilt of side idlers shall be in the direction of belt run for
the unidirectional conveyors.
iii. The direction of belt travel shall be marked on the frame by an arrow
head.
O RETURN IDLERS
O IMPACT IDLER/PAD
At loading point impact pad/idlers shall be provided. The impact pad shall be of
composite design comprising of top layer of UHMWPE (having hardness of
65+/- 50 shore A) of 10 mm thickness, middle layer of soft rubber (having
hardness of 55-65 shore A) of minimum thickness 45mm and bottom layer of
non-corrosive aluminum reinforcement. All three layers shall be moulded in
single operation and cured for proper bonding. Fastening of clamp shall be
sliding type. The length of pad shall not be less than 1000 mm. The pad shall
be designed for heavy duty operation and shall be provided with heavy duty
bolted frame.
On the carrying side two sets of self aligning troughing idlers shall be placed at
5 meter spacing from head and tail pulleys. The spacing of intermediate self
aligning troughing idler set shall be 15 meters. On the return side two sets of
self aligning return idlers shall be placed at 10 meter spacing from head & tail
pulleys. The spacing of intermediate self aligning return idler set shall be 30 m.
Self aligning idler set shall also be provided near the drive and take-up pulleys.
In case of short conveyors at least two set of self aligning idlers shall be
provided on the carrying and return run.
o TRANSITION IDLERS
Transition idlers shall be used adjacent to head and tail pulleys to permit
gradual transition from fully troughed section of belt to a flat faced eliminating
high stress concentration in belt. The transition length and the number of
transition idlers shall be selected depending upon the tension, type and size of
belt, number of plies and other necessary governing factor. However, there
shall be a minimum of nos of idlers shall be provided with 5o, 10o, 20o troughing
angles before the head and tail pulley.
The bearing housing for all types of idler rollers shall be charged with an
adequate quantity of good quality grease and shall not be less than 10cc on
either side of each roller capable of remaining free from hardening and
separation consistent with the sealed for life design. Idler bearings shall be
provided with suitable labyrinth seal on outer side and felt seal on inner side.
Bearing should be of 'seize resistant' type.
Clearances gaps etc. for all types of idlers shall confirm to latest version of
IS:8598-1977. Lengths of individual rolls shall conform to IS:1570 (latest)
Eccentricity / ovality of the idler shall be minimum and shall be mentioned
specially for all types and it shall not exceed 0.8mm at any point.
The bearing housing of idler roller shall be made of pressed steel and shall be
press fitted and shall be completely welded with idler tube. The details of this
shall clearly be furnished in the offer.
The radial run out of the idler shall be minimum. The full indicated movement
pertaining to eccentricity of the idler at any point along its length when rotated
on its axis shall not exceed 0.8 mm.
The idlers shall be made of ERW tubes of the specifications mentioned
elsewhere.
The brackets for the carrying idlers shall be of rigid frame construction to
withstand shock loads resulting from large lumps. It shall be made from formed
steel sections of thickness not less than 4mm.
The fixing arrangement of carrying and return idlers shall be such as to permit
adjustment of the idler sets for purposes of belt training. Allowance for such
adjustments shall be provided on both sides of the conveyor and the play shall
not be less than to 5 mm on either side.
The idlers shall be of drop-in type to enable easy installation and replacement.
The allowable friction factor shall not be more than 0.03.
Formed steel sheet decking plates to protect the bottom belt against spillage
shall be provided through out the length of the conveyor. The thickness of
decking plate shall not be less than 3.15 mm. The decking plate design shall be
such that there will not be any gap between the adjacent decking plates. Each
section of decking plate shall have 2 nos of pressed "V" type projection
(inverted) for strength. Preferably carrying idler fixing bolts shall be used for
fixing the decking plates.
Skirt board shall ensure centralized loading of conveyor belt to avoid coal
spillage. Suitable ‘Skirt Plates’ of 7.5 meters length shall be provided at each
feeding point of conveyor. The width of the Skirt Boards shall be two-third the
conveyor belt width. The gap between the bottom of the Skirt Board and the belt
shall be made to increase uniformity in the direction of belt travel. The height of
skirt board shall be sufficient to contain the material volume as it is loaded on the
belt and shall not be less than 600mm. In addition a covered hood of suitable
height shall be provided to contain dust pressure. The segmented rubber curtains
shall be hung from the top of the hood at regular intervals in segmented manner.
End of the skirt board shall be provided with rubber curtain. At the tail end, a
sealing box shall be provided which shall be minimum 750mm long and 500mm
high. At the tail end/ rear side also, skirt sealing shall be provided. To prevent
material spillage at conveyor transfer points, skirt board sealing systems
consisting of rubber which tail into each other to provide a continuous sealing
strip, will be provided. The fixing of skirt board rubber block shall be press-fit type
between adjacent rubber to avoid leakage of dust. Equally spaced guides shall be
provided for smooth vertical movements. The clamp shall be serrated type to
ensure uni-directional motion of the rubber block towards the belt. The shore
hardness of rubber block shall be 55±50 shore A.
The clamps and fixing bolts shall be galvanized for longer life.
The blade segments assembly shall be such that it can be fitted easily even in
confined areas of most head chutes and should be outside the chute wall with
Suitable hold back device shall be provided on all the conveyors to prevent
reverse movement of the belt in case of power failure or breakdown. These
devices shall be an integral part of the gear box and shall be fail safe design
4.1.2.15 ACCESSORIES
For stopping the conveyor from any point along the conveyor length, pull chord
switches shall be provided on the walk way side of the whole conveyor length.
This shall be totally enclosed, dust and vermin proof, cast metal unit with trip
and reset levers mounted along the main walkway side at regular interval of 30
meters. The pull chord rope shall be of PVC sheathed GI wires. In addition, one
emergency ‘stop’ push bottom switch shall be provided at drive end. The
conveyors frame shall be provided with suitable brackets for carrying the pull
chord.
Totally enclosed dust and vermin proof belt sway switches shall be provided on
both side along the conveyor length at a regular intervals of 50 meters. Belt
sway switches shall also be provided near discharge pulleys, tail pulley and
drive pulley. These switches shall be auto reset double contact type, one for
advance indication of excessive belt sway and the other for tripping the
conveyor.
One number belt speed monitoring switch for conveyor shall be provided which
will stop the conveyor in case of slipping or snapping of the belt or in case belt
speed falling below 80% of the rated speed. These switches shall also serve as
belt sequence switch for the proceeding conveyor.
Suitable overload protection switches, chute blockade switches and over-speed
switches shall also be provided.
4.1.1.16.1 GUARDINGS
In case of traveling tripper conveyor, the following sub clause shall also apply :
4.1.1.16.2 ACCESSES
4.1.1.16.3 GUARDS
Provision shall be made to prevent any trapping between the traveling wheels
& the rails, Slots 30 mm wide suitable reinforced may be provided in guards for
insertion of bars for cleaning. The minimum distance between any moving parts
of the conveyor and the slot shall be 300 mm.
Guards shall totally enclose all parts as far as practicable in order to, prevent
access to the part i.e. for an running belt. The guard around which an operator
can put his arm shall extend at least 900 mm from the belt.
Hand rails shall be provided all along the walkway and cat way along the
conveyor up to the bunker and other zones of conveyor length wherever they
are required.
Frame of traveling tripper shall be mounted on flanged cast steel wheels with
antifriction bearings housed in Plummer blocks with grease nipples for external
lubrication.
The tripper shall be moving on adequately sized rail tracks rigidly fixed to the
supporting structures. The tripper travels shall be limited by the provision of
end buffers on both ends of the rails.
The idlers based on approved drawing after assembly shall be tested for no
load run on a suitable test rig capable of running idlers at a suitable speed
higher than rated speed for a given time. This test rig speed shall not exceed 3
to 4 times the rated speed. Similarly the idlers shall be tested for ingress of
dust and water. These tests shall have to be carried out at manufacturers’
works as desired by MCL / their consultants.
4.1.1.18.3 BEARINGS
The conveyor drive head comprising of motor, reduction gear box, coupling
driving drum etc. mounted on a composite rigid base frame shall be subjected
to a no-load test run for few hours to check for abnormally high temperature or
abnormal conditions including too much noise. The conveyor manufacturer
shall furnish a test certificate in duplicate for the above no-load tests.
The following additional tests may also be carried out, at the option of the
customer and all facilities for carrying out such tests shall be extended by the
supplier at their own cost.
All tests shall be carried out in terms of relevant IS and upto date engineering
practices.
POWER SUPPLY
4.1.1.19.1 MOTOR
The motor shall be suitable for full voltage DOL starting. This shall be capable
of starting and accelerating to the rated speed along with the fully loaded driven
equipment without exceeding the acceptable winding temperature even when
the supply voltage is 80% of rated voltage throughout the starting period.
The locked rotor current shall not exceed six times the rated full-load current
subject to tolerance as given in IS: 325.
Space heater suitable for 240 V, 50 Hz, single phase supply system shall be
provided for motor above 30 kW capacity. For rating below 30 kW space heater
shall be provided if required if it is meant for specific use in damp areas.
Suitable temperature detector for detection of winding and bearing temperature
shall be provided for all 3300 volt motors. These shall be installed at locations
where high temperatures are expected during operation. The indications shall
10 Bulk density of material of Coal t/m3 0.8-1.2 0.8-1.2 0.8-1.2 0.8-1.2 0.8-1.2 0.8-1.2 0.8-1.2 0.8-1.2 0.8-1.2
11 Troughing angle Degree 35 35 35 35 35 35 35 45 45
12 Max Lump Size mm 200 200 100 100 100 100 100 100 100
Plough
13 No of Loading Points No 1 5 6 2 1 1 1 feeder 2
loading
14 Preferred type of Take-up G Tup G Tup HG Tup G Tup G Tup G Tup G Tup HG Tup Screw
17 Minimum diameter of other pulley mm 400 500 400 500 500 500 500 500 400
Steel Steel Steel Steel
18 Type of belting N-N N-N N-N N-N Steel Chord
Chord Chord Chord Chord
4.1.2.1 SCOPE
This specification covers the supply of conveyor belting of required size and
length with Nylon-Nylon carcass for surface use and shall be read in
conjunction with relevant references.
The belting shall be of heavy duty type and suitable for round the clock
continuous operation i.e. 24 effective working hours and 365 working days
per year.
This shall be suitable for installation over conveyor system having 35o
troughing angle.
The belting shall be suitable for extreme environmental conditions i.e.
exposure to open sun and rain, temperature variations from 5o to 50o C and
relative humidity from 5% to 100%.
The belting shall have Nylon-Nylon carcass. The fabric shall be evenly firmly
woven and shall be free from foreign matter and such defects as knots,
lumps etc.
The belting shall be of straight ply (full with ply), skim coated plies, open
ends and edge protected construction.
Minimum cover thickness and cover grade of belting shall be as specified
and conform to IS 1891 (Part-I whenever applicable).
The belt shall have sufficient strength to give required tension at 10 (ten)
factor of safety and 80% tension utilisation.
The belt shall have sufficient lateral flexibility for adequate troughing of
empty belt on troughing idlers of specified troughing angle.
The belt shall have sufficient longitudinal flexibility so that it can easily flex
around different pulleys of conveyor and shall provide necessary load
support without excessive sagging between idler sets.
The belt shall have sufficient impact resistance to withstand impact at
loading points.
O FLEXIBILITY TEST
• The vendor shall, at his own cost, supply all labour and appliance for
the tests. In the absence of facilities at his own premises for carrying
out the testing, the test shall be carried out by an approved authority
at the cost of Vendor.
• Re-Test & Rejection Should any sample (drawn in accordance with
IS: 1891, Part-I) fail to comply with the test requirements, two
additional samples shall be drawn and tested at the cost of the
vendor. In the event of either of these two samples failing to comply
with test requirements, the supply shall be rejected.
o MARKING
o GUARANTEE
The tenderer shall give guarantee that the belting offered shall meet
the ratings and performance requirements stipulated in this
specification. The guarantee shall be for a minimum period of 12
months from the date of commissioning or 24 months from the date
of receipt, whichever is earlier.
The belting shall be heavy duty type , capable of handling lumpy coal
containing shale and suitable for round the clock operation in marine
environment laden with dust as well as humidity . The conveyor may be
semi covered or uncovered. The belting shall, therefore, be suitable for
extra environmental condition variation from 4 degree to 50 degree Celsius
and relative humidity upto 100%. The basic parameters of the conveyors
are given in the Technical Data Sheet of Conveyor Belting’ (Appendix-B) of
this document.
The belting shall be designed and constructed such that it gives smooth
service under the stipulated working conditions. The belting shall primarily
consist of one layer of longitudinal steel cords embedded in rubber
compound. The whole belt shall be fused or vulcanized together in
accordance with the best manufacturing practice, The belt edges shall be
completely sealed against ingress of moisture.
To protect the belt against longitudinal slits, the belt shall have rubberized
steel insertion strips/ polyamide fiber reinforcement in traverse direction at
regular intervals. The spacing of the reinforcement shall be designed
keeping in view the duty requirement, belt strength and the material being
handled and to inhibit longitudinal cuts. Belting shall be provided with rip
and impact protection by layer of traverse synthetic cord located between
top cover and steel cord as well as bottom cover and steel (full width & full
length).
The belt shall have sufficient strength to give required tension at 10 (ten)
factor of safety and 80% tension utilization
The belting shall have the following features.
Steel cord used in the belt shall be manufactured from high grade carbon
steel to provide high flexibility for increased fatigue resistance, less elasticity
and permanent elongation .The steel cord shall be coated with adequate
quantity of zinc to protect the steel from corrosion and to assist adhesion
between the wire and rubber.
The steel cords used shall be of reputed make as indicated in the vender
list.
The total length of belting shall be not less than the specified length. The
length in the individual roll shall be within (+) 2% and (-) 0.5%.
The width of the belting shall be within (+) 1.5% and (-) 0% of the specified
nominal belt width.
At each edge of the belting the distance between the edges and the outer
cord shall be not less than 15mm.
The mean overall belt thickness shall be within (+) 1.5 mm and (-) 0.5 mm of
the specified nominal belt thickness. The difference between any two
measurements taken shall not exceed 10% of the mean belt thickness.
The specified cover thickness shall be within (+) 1.5 mm and (-) 1.0 mm of the
specified nominal cover thickness . The specified cover thickness shall include
any transverse reinforcement.
The cords shal be evenly spaced across the width of belting and shall lie in
one plane subjected to the following tolerance:
- 95% of all cord pitches shall be within (+/-) 1.5 mm of the specified
nominal pitch.
- The distance between the centers of the two outer cords of the belting,
when measured along the cord pitch, shall be within (+/-) 1.5% of the
figure calculated by multiplying the number of pitches in the belting by
the specified nominal pitch.
- The steel cords of the belting shall lie in one plane. The permissible
dislocation of cord vertically shall be within (+/-)1.00 mm.
The tolerance on the specified cord diameter shall be within (+/-) 5%.
The belting shall be straight when rolled out flat. The surfaces and edges of
finished belting shall be free from blisters, pitting and other surface defects
and shall be completely sealed against the ingress of moisture.
The breaking strength of the belt shall be calculated from the breaking
strength of the cords. The measured cord strength shall not be less than the
minimum cord strength as stated by the manufacturer. The bidder shall submit
cord manufacturer’s Quality Assurance Certificate for the steel cord breaking
force.
4.1.3.4.12 ADHESION
i. CORD PULL -OUT STRENGTH
The adhesion between rubber and steel cord shall be determined by pull-out
force as per ISO-7623. The values of pullout force shall not be less than rhe
values specified in DIN 22131.
The mean adhesion strength between cover and bonder/core rubber shall not
be less than 12 N/mm of belt width (as per ISO-8094).
Bonding /Core Rubber used between rubber and steel cord shall provide high
strength bonding between steel cords and rubber and also flow into the
interstices of the cord during the vulcanizing process.
The tensile strength of the bonding rubber shall be not less than 18 N/sq. mm
(as per DIN -53504). The elongation at break (as per DIN-53504) shall be not
less than 350%. The tearing strength (as per DIN-53507) shall be not less
than 12 N/mm².
The cover rubber shall be made of natural/ synthetic rubber as main material
so that it is excellent in abrasion, impact and flexing resistance and make it
suitable for surface operation.
The cover rubber shall be of FRAS (Fire resistant Anti-static) type. The tensile
strength of the cover rubber shall be not less than 25 N/sq. mm (as per DIN-
53504). The elongation at break (as per DIN-53504) shall be not less than
350%. The tearing strength (as per DIN-53507) shall be not less than 12
N/mm². The abrasion of cover rubber shall not exceed 120 cu.mm (as per
DIN-53516).
4.1.3.4.15 MARKING
The belting shall be clearly marked on the carrying side. The character height
shall be not less than 80 mm , the marking shall be repeated a maximum
longitudinal spacing of 10 metres, at approximately 80 mm from the left and
right edges of the belting alternatively. The marking shall be sufficiently
durable.
The following identification marks shall be applied on the carrying side of the
belting:
- Manufacture’s identification
- Belt type
- Cover thickness of carrying and running side
- Cover grade
- Mark /batch number
- Month and year of manufacture
4.1.3.4.16 QUALITY ASSURANCE SYSTEM
The manufacturer shall establish and maintain a quality assurance system to
the satisfaction of the purchaser. The system shall ensure that the
manufactured products meet the requirement of this specification. The bidder
shall submit the quality assurance plan along with the bid.
Up to 500 m 1
501 m to 1000 m 2
1001 m to 2000m 3
2001m to 3500m 4
3501 m to 5000m 5
5001 m to 7000 m 6
7001 m to 10000 m 7
The sample shall not be tested within two days after the manufacture of the
belting.
4.1.3.5.2 TESTING
Following tests shall be performed in the presence of purchaser or his
authorized representative:
- Belt width;
- Belt thickness
- Cover thickness
- Cord diameter, number of cords and cord pitch
- Breaking force of the steel cord from the belt
- Cord pull-out strength
- Cover adhesion
- Tensile strength , % elongation at break , abrasion resistance and
hardness of cover rubber ( for as manufactured as well as artificial
ageing).
In case the purchaser is not in a position to witness the tests the supplier shall
maintain adequate records of having carried out the tests and forward the test
reports as specified elsewhere in this document.
In case the sample fails to comply with the specified requirements, additional
two samples shall be drawn and tested to check compliance with the specified
requirements at the cost of the supplier. In the event, any sample fails to
comply with the specified requirements, the supply shall be rejected.
The purchaser shall have the right to carry out inspection during
manufacturing. Such inspection shall not, in the event of any defect noticed
later , entitle the supplier to plead that inspection has been done by the
purchaser and absolve themselves of the obligation . Necessary facilities
shall be provided by the supplier to the purchaser top carry out such
inspection.
The test and inspection shall be carried out in the presence of the purchaser,
as per DIN- 22131 and other relevant BS, DIN, ISO and international
standards, for which all facilities shall be provided by the manufacturer at his
own costs. All costs for sampling, testing and inspection shall be borne by the
manufacturer.
The manufacturer shall also make available to the purchaser’s inspecting
personnel all the relevant standards and codes of practices for manufacturer,
inspection and testing of the material / product equipment. The manufacturer
shall also make available a set of meters, gauges, instruments, testing
equipment etc. as may be required for testing and inspection to check that the
products are in compliance with this specification.
SCHEDULE OF BELTING
(Annexure II)
SL. Belt Type Length Type Designation Cover Top cover Bottom cover
NO width (m) grade thickness(mm) thickness(mm)
(mm)
4.1.4.1 INTRODUCTION
The vibratory Feeder will be installed below the truck receipt hoppers to
reclaim coal from the hopper and load on to the belt conveyor C2A & C2B.
4.1.4.2 SCOPE
The scope shall cover design, manufacturing, testing before dispatch, delivery
at site, installation at site. This shall be read in conjunction with the
specifications described below. The scope of supply shall consist of the
following:
4.1.4.3 DUTY
The vibratory Feeder will normally operate for 15 to 18 hours in a day however
it will be designed and constructed for round the clock operation.
The vibratory feeder shall operate in the range of 4-50 degree centigrade
ambient temperature, up to 100% relative humidity and dusty environment.
It shall be able to receive coal from the hopper. It shall be able to start at full
load and meet the required duty requirement.
4.1.4.6 DECK
The frame shall be rigid and shall be rigid and shall be made from thick steel
plates. They shall consists of steel plates. The deck plate and side plate will
be provided with replaceable wear resistance plates of minimum 10 mm thick.
The wear resistance plate shall be fitted with counter sunk bolts or any other
method the wear resistance plates shall be sections to facilitate for easy
transportations.
4.1.4.8 SUPPORT
The supports of feeder shall be capable of carrying the entire load and prevent
the vibrations being transmitted to the surrounding structures. The base frame
on which the feeder is mounted shall be of rolled steel sections of suitable
size. Suitable size machine drilled holes shall be provided in base frame for
fixing it on foundations.
4.1.4.10 MOTOR
The motor shall be squirrel cage, induction motor, foot mounted, high torque,
TEFC enclosure, IP54 protection, DOL starting, continuously rated, class ‘B’
insulation, synchronous speed 750/1000 RPM, suitable for 415V, 3 phase 50
Hz supply, suitable to withstand +/- 10% voltage variation, +/- 6% frequency
variation, cable end boxes shall be suitable for PVC insulated PVC sheathed
cables of three core wit copper conductors of suitable size. The motor shall
conform to IS 325, IS 1231. This shall be of reputed make.
4.1.4.12 LUBRICATION
Proper lubrication arrangement shall be provided. The grease nipples etc. if
provided shall be easily accessible.
4.1.4.13 GUARDING
All the rotating parts shall be provided with guards as per relevant Indian
Standard.
4.1.4.14 PAINTING
The entire surface exposed to weather shall be thoroughly cleaned and
applied with two coats of signal red lead primer over which two coats of gray
color paint shall be applied. These shall conform to relevant Indian standards.
4.1.5.0 ROTARY PLOUGH FEEDER (MECH-05)
• Qty : 4 Nos.
• Location :Over reclaim conveyor no.C7 & C8
• Capacity :3000 TPH
Design :1800 to 3600 TPH (Variable)
• Material to be handled : Crushed coal containing
shale/sandstone up to 30%
• Bulk Density : 0.8 to 1.2 t/m3
• Material size : (-) 100 mm
• Maximum inherent : 8% moisture content
• Travel length : Bunker length +
Length of maintenance bay
The Rotary Plough Feeder shall be suitable for continuous duty to reclaim coal
from self-flowing semi ground bunker of 15000 t. Capacity. The m/c shall be
capable of reclaiming simultaneously from two shelves. The plough feeder
shall be installed over the slit opening running along the length of the bunker.
The feeder shall be capable of handling slurry material in rainy season,
traversing continuously, reversing or positioning at any point along the entire
length of the reclaim shelves for maximum flexibility. The equipment shall be
required to operate 20 hours a day and 330 days a year; but the design shall
be such that it can be operated 24 hrs. a day and 365 days a year. The
surrounding may be quite dusty and surface temperature may vary from 4°C
to 50°C and relative humidity up to 100%.
The rotary plough feeder mechanism shall consist of curved arms revolving on
a vertical axis to discharge the material from shelves on to a belt conveyor
through a traveling chute, skirt board and adjustable dust seal etc. and shall
have the following specific features.
This shall consist of six (6) radially displaced discharge arms spaced equally
round the central hub of the discharge wheel. The discharge arms shall be
easily replaceable from the driving hub.
The discharge arms shall be made of wear resistant alloy steel and shall be
hard faced by welding.
Smooth and infinitely variable control of the discharge wheel speed shall be
provided by a hydraulic drive system. The prime mover shall be single speed
non reversing, flame proof/explosion proof induction motor suitable for
operation at 415 V, 50 Hz, 3 Ph. A.C. supply. Maintenance free safety facilities
shall be provided against overload, jammed arms etc. Speed of the discharge
wheel shall be capable of remote automatic control as well as manual
adjustment at local panel.
The rotary plough feeder shall traverse in either direction (forward and
reverse) along its entire length by means of a 415 V, 50 Hz 3 phase reversible
motor, fluid coupling, reduction gear units. The travel drive shall be
constructed as 4 wheel drive. The travel shall be fully automatic and self-
reversing by means of heavy duty travel limit switches/ anti-collision switches
mounted on the machines.
The machine travel shall also automatically reverse travel direction in case, the
feeder trespasses the predetermined operating zone of the other feeder. The
machine shall also be capable of operating on 1% sloping travel rail.
All the bearings, shafts for the discharge wheel drive as well as the machine
travel drive shall be housed in a single totally enclosed split sealed housing of
heavy duty construction. The housing shall have provision for inspection and
maintenance including a float switch and sight-glass for protection and
observation of gear box oil level. Lifting eyes shall be provided. The travel
drive housing shall be provided with seals against ingress of dust and
moisture.
The main housing shall be also support the discharge chute. This shall be
made from 8 mm thick mild steel plate, suitably stiffened and lined with wear
resistant rubber or equivalent lining material. The discharge point shall be
completely dust tight.
The plough feeder shall incorporate movable dust extraction system suitable
for operation in slit type bunker. The movable dust collector unit shall be
complete with all necessary accessories like radial ventilator, bag filter, valves,
motors and electrical controls etc. Separate price should be quoted for this.
4.1.5.3.6 LUBRICATION
All gear assemblies shall be filled with commercial quality oil and the hydraulic
system with hydraulic oil of best quality. Other parts needing lubrication shall
be provided with centralized lubrication system.
BASIC PARAMETERS
• Qty : 4 Nos.
• Location : Over reclaim conveyor no.C7A &
C7B
• Capacity : 3600 TPH
Design : 1800 to 3600 TPH (Variable)
• Material to be handled : Crushed coal containing
shale/sandstone up to 30%
• Bulk Density : 0.8 to 1.2 t/m3
• Material size : (-) 100 mm
• Maximum inherent : 8% moisture content
• Travel length : Bunker length up to slot openings
The chutes shall be fitted below the rotary discharge wheel of plough feeder.
The chute shall be constructed of Mild steel plates of adequate thickness (Min.
8 mm) and suitable braced and stiffened to withstand the loads imparted. It
shall have a minimum slope of 55° to the horizontal. The chutes shall be
provided with easily replaceable wear resistant polyurethane liner, of suitable
thickness. Painting finish shall be in accordance with IS: 1477 (current) and
three coats of approved paint shall be applied. Chute discharge opening shall
be 1000 mm x 1000 mm minimum. Anti clog nozzle for atomized water spray
shall be fitted on chute body at suitable location.
Hydraulic system shall be supplied for operation of the rotary discharge wheel.
The system shall provide for maximum reliability. The rating of all hydraulic
equipment/ component shall be well above the duty for operation in tropical
climate and dusty atmosphere. The system shall be operative for three shift
working.
Hydraulic system shall have its own power pack unit. The power pack unit
shall incorporate hydraulic pump set with electric motor. Fluid supply tank fitted
with necessary pressure and control equipment, continuous filtration package,
pipe work etc. and mounted on steel skid shall form integral part of the system.
All equipment shall be rated for continuous duty in the range of climatic
All hydraulic pipe / hose work shall follow the shortest practicable route in neat,
straight runs, readily accessible for maintenance (ease of disassembly and
replacement) yet sited in a position which presents least risk of mechanical
damage).
Pipe-work in unavoidably exposed position shall be effectively protected and
all pipe work shall be adequately supported. All pipe fittings to be used in
construction of power unit shall conform to relevant IS specification. The
complete equipment shall be designed to operate at the lowest possible
pressure to minimize leakage and maximize equipment life. Electronic motor
shall be squirrel cage induction motor suitable for 415 ±5% volts, 3 phase, 50
± 3%Hz operation of suitable rating.
The power-pack shall incorporate an oil cooler with continuous filtration circuit.
In view of the high ambient air temperature, prevailing at the site, it may be
necessary to provide water cooling. The auxiliary filtering package shall
consist of a pump with an adequate rating motor and filter assembly.
The hydraulic system shall be controlled from the central micro-processor
based control system located in the control room. Provision is to be made for
the system to react to operating signals from this control room and to return
system status information for display on the control panel. Control and
adjustment for local panel shall also to be incorporated.
Hydraulic seals shall be suitable selected to prevent ingress of dust and
moisture and to provide for longer life.
The hydraulic power pack system shall be mounted suitable on the machine.
Necessary monorail electric hoist and chain pulley blocks of adequate capacity
at suitable locations shall be provided.
4.1.5.9 ELECTRICAL
4.1.5.9.1 GENERAL
4.1.5.9.2 MOTORS
The TEFC squirrel cage induction motor(double cage type) will be fitted to
each plough feeder. These motors shall be suitable for operation on a 415
volts 3 phase, 50 Hz supply with variation of 5% on voltage and 3% on
frequency. It shall be foot mounted type with dimensions as per relevant IS.
The motors shall be of flame proof construction and tested to IS: 2140 and
class of insulation shall be 'F' conforming to IS: 1271.
The electrical power distribution system for the rotary plough feeder shall
include the following:
POWER CIRCUIT
CONTROL CIRCUIT
o To delay the start up of the travel motor until the discharge wheel
has commenced to rotate.
o To automatically stop and reverse the direction of machine travel
at each end of the bunker and via anti-collision switches on the
machine and proximity and/or lever roller operation limit switches.
o Automatic travel reversal in case of jamming of discharge wheel
due to compact material, tramp material or otherwise.
o Manual adjustment of discharge wheel speed for variation in
output.
o Reclaiming of material without machine travel.
o Indication of various machine operating conditions like faults,
machine running etc.
o Automatic stop in case of electrical or hydraulic faults.
o Audio/visual alarm in the control room for reclaim conveyor TPH
going beyond 10% of rated capacity.
o Motor protection relay and earth leakage relay.
PUSH BUTTON
o Emergency stop
o Start push button for discharge wheel
o Reset ( to reset flasher in fault advising)
o Discharge wheel speed adjustment (Increase-Decrease)
o Machine travel speed adjustment (Faster-Slower)
o Machine travel with constant speed.
SWITCHES
INSTRUMENTS
It shall also be possible to perform all the functions in remote mode from the
coal handling plant control room.
The rotary plough feeder shall be supplied with a catenary cable system
designed to supply for power and control to the machine and back to the
control room.
CABLE
The flexible power and control cables of 1.1 kV grade of adequate size shall
be supplied in sufficient quantity to cater for the machine travel distance of
bunker section plus maintenance bay. The cables shall be VIR insulated, fire
resistant conforming to relevant IS (latest revision).
CABLE TROLLEYS
The flexible cables shall be supported by means of cable trolleys of the swivel
type, designed to enable the cables to be stacked in a minimum space.
The trolleys shall be complete with cable clamps and steel wheels fitted with
ball bearings with life sealed greasing arrangement.
TERMINAL BOX
Terminal boxes shall be supplied complete with terminals for catenary cable
system and shall be designed to receive customer’s power supply cables,
power supply cable to rotary feeders and control cables.
4.1.5.10.1.SPECIAL MATERIAL
The manufacturer should furnish during inspection, without extra charge test
certificates covering mechanical properties and chemical composition for
special raw materials used including that of liners.
The certificates should be from the approved testing laboratories like CMERI,
Durgapur, NPL, New Delhi etc. If considered necessary, samples for such
material and components may be selected as per IS:1548(current) by the
customers representative from amongst the raw materials and manufactured
components of equipment and got tested in the approved laboratory. In case,
samples so selected fail to meet the standard specifications, the whole lot of
the manufactured components will be rejected and disqualified for use again
for any CIL supplies.
4.1.5.10.2.STAGE INSPECTION
The customer reserves the right for carrying out inspection at any stage of the
process of manufacturing and assembling for which all facilities shall be
provided by the manufacturer. Before carrying out such inspection, necessary
advance information shall be given to the manufacturer.
The manufacturer will maintain all relevant standards and codes of practices
for manufacture, inspection & testing of components of the equipment ordered.
He will also maintain a set of meters and gauges etc. as may be required for
testing and inspection of components.
The silo shall be of R.C.C. construction and designed to take all the loading as
required for the system. Necessary RCC / structural work shall also be
provided to house, the arch breaker access platform, freight cum passenger
lift, staircase etc. The structural work shall also include necessary platforms,
cross over, ladders / stairs etc. as elaborated elsewhere and as may be
required for efficient working and maintenance of the system.
The silo shall be designed on the basis of mass flow concept so that chances
of arching and bridging, rat holing at silo outlet is minimized. However,
because of wide fluctuations in the condition of the coal being fed into the silo
and due to seasonal impurities etc. there may be possibility of arching or
bridging. To overcome the situation, pneumatic arch breaking device (as
elaborated elsewhere) shall also be included. Adequate number of holes shall
be provided around the silo at suitable locations. The holes shall be fitted with
discharge tubes and flanges for quick and easy mounting of pneumatic arch
breaker. The sloping sides of the silo shall be at minimum 70o to the horizontal.
Below each outlet of the silo, a rolling slide type maintenance gate which is
operated by hand pump operated power pack. A rolling double bladed over
lapping slide gate will be mounted below this maintenance gate named
discharged gate. Below this discharge gate there will be Pre weigh hoppers
from which Unit Load Swing Chutes Cum Flow Control Gates will be
assembled.
The gate shall remain closed and in operative until predetermined intermediate
level of coal is reached. The equipment shall be ultrasonic type complete with
sensors, transducer and limit controllers together with audiovisual signaling
system for different levels. In addition to the direct reading device/ comparator
shall also be incorporated to detect excessive differential levels across the silo
which may occur in the event of certain adverse flow conditions. This shall
indicate as audiovisual alarm to alert the supervisor and enable him to initiate
necessary measures. Suitable accesses for maintenance for level sensor are
to be provided.
The arch breakers shall be compressed air operated. Separate air compressor
shall be supplied for operation of the arch breakers.
The arch breakers shall be designed to suit the duty requirement and shall
discharge air into the coal with sufficient energy to break the arch and shall be
located around the perimeter of the silo in two levels. In order to ensure trouble
free material flow from the coal silo, min. 28 numbers of Air Cannons shall be
provided at each silo. The Air Cannon shall be complete with air vessel, dryer,
mountings, accessory package and inter connecting piping etc
Each air blaster shall consist of a reservoir tank to store air under pressure
with external discharge valve assembly. On command through a
programmable electronic controller emerging solenoid valve, a given quantity
of air should suddenly be injected into arch formation to help material flow.
Air blaster vessel shall be fabricated from boiler quality MS plates as per
relevant IS code IS: 2002. It shall be designed conforming to IS: 2825. The
vessel shall be painted with corrosion resistant epoxy paint on inside surfaces
over one coat of epoxy primer and one coat of red oxide primer followed by
two coats of synthetic enamel over external surfaces.
The discharge valve assembly shall be made of carbon steel with chrome
plating inner surface and must be mounted externally to the vessel for ease of
maintenance. Size of discharge opening shall ensured free flow.
Air shall be directed from the blaster to the inside of the silo through special
deflectors or diffusers. All air blaster shall have an air release time of about 0.5
seconds and shall be complete with connections sets through tubes to silo,
firing and discharge solenoid assemblies, plug socket assembly, safety valve,
ball valve, check valve, air filter, air lubrication and connecting hoses.
Compressed air shall be supplied to the blasters by a suitable pipe from the air
compressors situated in compressor room. Air blasters shall be suitably
supported from the outside of the silo walls and shall have proper access.
Suitable lifting frame shall be provided over each air blaster for maintenance
purpose Compressed air shall be made available at a pressure of
approximately 7 Kg/cm2.
Necessary sequential control, interlocks, required for the operation of
(individual or all) air blasters shall also be provided for both manual as well as
automatic operation. The operation of air blaster be initiated by supervisor key
switch only. The timer shall be LED display to indicate individual circuit fired
condition.
For charging of air blasters 4 nos. air compressors (2 nos for each Silo) are to
be installed in compressor house. The compressor shall have adequate rating
as required both for quickly filling of the tanks of air blasters at a discharge
pressure of 7 kg/cm2, and feeding compressed air to nozzles for dust
suppression.
The compressor shall be stationary reciprocating lubricated double stage type,
preferably air cooled and shall be complete in all respects with electric motor
drive, air receiver of suitable capacity, inter cooler and after cooler with
moisture separator and trap, intake filter with silencer, pressure gauges, safety
valves, non return, valves, oil pressure switch, pressure reducing valve, other
accessories as may be required for smooth operation of the complete system
and all inter connecting pipe work. The operation of air compressor to charge
the arch breaker and also to feed the nozzles for dust suppression shall be
from the control room.
The compressor drive shall be with direct flanged motor. Lift track slots in the
base frame shall be provided for ease of installation.
The compressor shall be fitted with electro pneumatic regulator for three step
(full load, half load and no load) automatic operation.
A fail safe switch shall be provided to stop the compressor set if the oil
pressure drops below a safe limit. Compressor shall be suitable for continuous
multi shift operation.
Rolling double bladed over lapping slide gate having a opening of 1525mm x
1525mm, operated by two heavy duty hydraulic cylinders will be fitted on the
1525mm opening flanges at the bottom of the overhead loading hopper. This
gate blade shall be made of 25mm mild steel with a 12mm plug welded
abrasion resistant steel liner (SAIL hard or equivalent). This gate shall be
mounted on and friction rollers of the needle type re-greasable cam rollers.
Rolling double bladed over lapping slide gate having a opening of 1525mm x
1525mm operated by two heavy duty hydraulic cylinders will be fitted on the
1525mm opening flanges at the bottom of the overhead loading hopper. This
gate blade shall be made of 25mm mild steel with a 12mm plug welded
abrasion resistant steel liner (SAIL hard or equivalent). This gate shall be
mounted on and friction rollers of the needle type regreasable cam rollers.
i. Pre weigh bin shall be designed to have a nominal flush capacity of 115
m3 to give a live capacity of 90 m3. This is to be located below the silo
and mounted on four nos of compression type load cells [single beam,
double ended shear beam] of capacity but not less than 60 t. Controlled
filling of the weigh bin will be by means of four hydraulically operated
horizontal rolling slide gates positioned immediately above the hopper
but separate from the swing gate at the bottom of the weigh bin used for
emptying. Flexible seals boot type shall be provided between the silo
discharge gates and top of the weigh bin to prevent any interference with
the weighing. The remaining portion on the top of the weigh bin shall be
covered by means of reinforced mild steel plates. The weigh bin shall be
provided with two air vent ducts of flexible pipes connected to the silo.
There will be one outlet for each pre weigh bin. This outlet shall be
controlled by flow control gates located at the bottom of the swing chute.
ii. Lifting points shall be provided for use during the initial erection of the
weigh bin. Jacking pockets shall be incorporated adjacent to each load
cell for lifting of the weigh hopper and removal of load cells for routine
maintenance. The deflection of the weigh bin supporting beam shall be
less than 0.5mm. The lifting of the weigh bin will be by means of
hydraulic cylinders.
iii. The weigh bin shall be made of 10mm thick mild steel plates provided
with corner angles and RS section members of adequate size and
thickness to stiffen the plates as necessary and to cater for all
conditions of loading. The weigh bin shall be lined with replaceable
8mm stainless steel (409M) plates and plug welded. The sloping sides
shall be at minimum 70 degree to the horizontal for better flow ability.
Inspection / service manhole shall be provided with weather tight
covers. Adjustable check rods shall also be provided. The corners in
the weigh bin shall be provided with heavy duty steel liner plates to
avoid building of materials.
iv. Under each silo two nos. of weigh bins will be provided.
i) One set of test weights of 25000 kg shall be supplied with each pre
weigh bin for weigh bin calibration. These weights shall be integrally
mounted in the weigh bin system and could be activated by hydraulic
cylinders from the control room located at a remote place.
ii) The certified calibration weights shall be in the form of a number of cast
iron weights placed symmetrically on a spreader bar on either side of the
weigh bin. They shall be removed from/applied to the weigh bin by
hydraulic power pack operated from control room.
iii) The test weights shall be certified and stamped by the Indian weights and
measures department, and shall be constructed from a material such as
cast iron. Certification of the calibration weights will be fully bidder
responsibility.
iv) The electronic check of the weighing instrumentation shall correct any
drift of zero or gain irregularity due to damage of ambient temperature
and this check shall be carried out prior to each train loading as part of
the automatic initialising procedures.
v) Weight calibration is to be carried out on a regular weekly basis
immediately before train loading and shall be completed in 30 minutes
maximum. The frequency of calibration may require to be varied by
circumstances and by experience build up, once system is in operation.
The swing chute will have a nominal size of 1525mm x 1525mm size opening,
and this will have the following features. 12mm thick IS: 2062 plate will be
used as chute side walls, with 12mm thick abrasion resistant steel plate liner
(SAIL hard plates). This chute will swing in the direction of the train travel. The
swinging action of the chute will ensure control over the positioning of chute.
Chute will have necessary replaceable urethane based seal to minimize the
dust. Chute will have a shear cum crushable section at the lower part of the
chute. In case of a roll back by the locomotive or tall wagon and, if the chute is
not retracting in time the shear section will get isolated from the chute and fall
on the locomotive/wagon.
Chute will be activated by a single heavy duty hydraulic cylinder which is
cushioned at both the ends.
This gate shall be located at the bottom of the above chute and shall have a
nominal 1525mm x 1525mm internal opening and shall be of proper non
jamming type design. It shall have the following specific features:
The gate wall shall be of 12mm thick mild steel plates with 12mm thick
abrasion resistant steel liner (Triscal or equivalent) plug welded.
The gate shall be made of 25mm thick mild steel plate with 5mm thick type 304
stainless steel top liner.
The gate shall pivot on a shaft supported by two flange bearings with external
lubricant fittings.
Actuation of flow control gate shall be by two hydraulic cylinders.
The gate opening can be varied between fully close and fully open position, if
requires. The gate position feed back shall be provided by position indicator
connected to the gate blade pivot sheet. On the slides of the chute, skirt plate
of soft rubber shall be provided to ensure that coal does not spill over the side
of the wagons during loading operation.
The operation of the chute & gate has to be controller from the console in the
proposed control room.
Hydraulic system shall be supplied for operation of the silo outlet gates, swing
chute and the flow control gates system. The system shall provide for
maximum reliability. The rating of all hydraulic equipment / component shall be
well above the duty for operation in tropical climate and dusty atmosphere. The
system shall be operative for three shift working.
Hydraulic system shall have its own power pack unit. The power pack unit shall
incorporate two numbers hydraulic pump sets with electric motor of which one
will act as stand bye. Fluid supply tank fitted with necessary pressure and
control equipment, continuous filtration package, pipe work etc. and mounted
on steel skid shall form integral part of the system.
The complete system shall be sized to provide sufficiently rapid action at all
cylinder to achieve the required opening/closing times. These times must
satisfy the fastest duty cycle which is likely to occur when the coal is in its best
state for flow and the rake is over speeding to the maximum tolerance allowed.
All equipment shall be rated for continuous duty in the range of climatic
conditions prevailing at the site.
Fluid supply tank shall have ample capacity appropriate to its duty. It shall be
fabricated in mild steel and provided with flanged connections for the supply
and return pipes. Provision for complete drainage shall be made and flanged
All hydraulic pipe/hose work shall follow the shortest practicable route in neat,
straight runs, readily accessible for maintenance (ease of disassembly and
replacement) yet sited in a position which presents least risk of mechanical
damage.
Pipe work in unavoidably exposed position shall be effectively protected and
all pipe work shall be adequately supported. All pipe fittings to be used in
construction of power unit shall conform to relevant IS specification. The
complete equipment shall be designed to operate at the lowest possible
pressure to minimize leakage and maximize equipment life. Electric motor shall
be squirrel cage induction motor suitable for 415 ± 5% volts, 3 phase, 50 ±3%
Hz operation of suitable rating.
The power pack shall incorporate an oil cooler with continuous filtration circuit.
In view of the high ambient air temperature, prevailing at the site, it may be
necessary to provide water cooling. The auxiliary filtering package shall consist
of a pump with of adequate rating motor and filter assembly.
The hydraulic system shall be controlled from the central micro processor
based loading control system located in the control room. Provision is to be
made for the system to react to operating signals from this control room and to
return system status information for display on the control panel.
The hydraulic power pack system shall be mounted on a steel skid.
These shall be of suitable bore and stroke double acting cylinders with
cushions at each end of the stroke. The rods shall be chrome plated high
strengthened steel. Hydraulic seals shall be suitably selected to prevent
ingress of dust and moisture and to provide for longer life. These shall be
designed for twice the normal operating pressure.
4.1.6.14.1 GENERAL
An Industrial duty freight cum passenger lift shall be manufactured, supplied
and erected as per IS: 14665 current. The lift will be used near silo for carrying
the men and materials required at various floors in the silo complex. The lift
will be with cage and counter. The various floors to be served are control room
floor, floor at which emergency gates operate, floor at which the air cannons
are installed, top of silo and any other floors or levels if felt necessary at the
time of detailed design stage for efficient plant maintenance and operation. All
the materials shall conform to the relevant Indian Standards. The machine
room will be located at the top of the lift shaft.
The lift car shall be provided with a suitable capacity fan. Ventilation openings
shall be provided in the enclosure above1.8 m level and below 0.15 m level.
The total area of openings shall be not less than 0.035 m2 for each square
meter of area of the car floor. The openings shall be equally divided between
the top and bottom level.
The car enclosure and doors, including their tracks of a lift car shall with stand
a thrust of 345 N applied normally at any point, excepting any vision panel
without permanent deformation.
A three pin plug socket with switch for hand lamp shall be fitted on top of the
lift car for use by persons working there.
Lift car platforms shall be of formed construction and designed on the basis of
rated loads evenly distributed. The minimum factor of safety shall be 5.
Every lift car shall be provided with battery operated emergency light and
emergency alarm. The emergency light shall automatically come into
operation in case of failure of normal power supply.
A separate circuit with control shall be provided in the machine room for fan
and light to permit switching off power to lift without switching off power to light
and fan.
Glass shall be used only for the following:
i) As covers for certificates
ii) For lighting fixtures
iii) For vision panels and mirrors
iv) For appliances used in connection with the operation
of car
The car and counter weights shall be guided by at least two rigid steel rails
for each unit. The rubbing surfaces shall be machined properly. The guide
rails shall be of standard lengths as far as possible and joined together by
means of welding at site. The strength of guides, their attachments and joints
shall be sufficient to withstand the forces imposed due to the operation of
safety gear and deflections due to uneven loading of car. The fixing of the
guides to their brackets and then to the building shall permit compensation,
v) SUSPENSION
Minimum three numbers of independent suspension ropes will be used for car
or counter weight. The car and counter weight shall be attached at two ends
of the rope. The diameter of ropes shall be suitable for the load condition with
a factor of safety 10 and shall not be less than 10mm. The car and counter
weight ends of suspension ropes shall be properly fastened as specified in the
Indian Standards.
Chains shall not be used for suspension. Means shall be provided to equalize
the load on the individual suspension ropes.
x) DRIVE ARRANGEMENT
The driving machine may be either Drum type or traction type. The drive
arrangement will consist of a motor, starter, coupling, gear box, brake, base
frame etc. The motor shall be of lift duty, suitable for 120 starts and stops in
an hour, TEFC, IP54 protection, class B insulation, 750/ 1000 RPM, foot
mounted, DOL starting of suitable rating. Other specifications will confirm to
the specifications mentioned elsewhere in this document. The speed reducer
may be of worm type. The transmitting capacity of the gear box will be min.
1.6 times motor rating. Facility shall be provided for hand winding to adjust for
compensation over wind and under wind. The connection between the speed
reducer to the driving sheave will be of suitable type as specified in the IS:
14665. Brake shall be provided to prevent the rotation of the lift motor when
there is no power supply to the lift. The brake may be either electromagnetic
type or thruster type of suitable capacity. The brake shall conform to the
requirements specified in the IS: 14665.
Controllers and operating devices, limit switches – shall conform to the
requirements specified in IS: 14665.
4.1.7.1 SCOPE
The crusher shall normally operate for 15 to 18 hrs. per day. It shall however,
be designed and constructed for round the clock continuous operation.
It shall meet stipulated performance parameter with type of coal mentioned.
It shall be able to start in full load condition and shall be robust enough to take
import of coal from a height in the region of 2 to 3m.
It shall allow passage of tram iron, timbers and other uncrushable debris.
The base frame shall be rigid in construction and fabricated from heavy steel
plates and structural sections to withstand heavy shocks and loads. Suitable
holes shall be provided in the base frame for fixing the crusher on
beams/columns by foundation bolts. The bearing pads shall be machined for
high accuracy of alignment and for easy location of shaft, bearings and gears.
The housing frame shall be fabricated from heavy steel plates to withstand
heavy shocks and loads. End frames are machined from solid frame. Side
members shall be spigotted and bolted to end plates forming a very robust
assembly capable of containing any dynamic forces created by sizer while in
operation. The sections shall be easily removable for ease in maintenance.
The shaft and timing gears are fully machined from solid one piece forging of
high carbon steel/Alloy steel and are slotted to accept crushing segments.
The shaft bearing shall be spherical roller and of heavy duty type and shall be
selected for rated life of at least 40,000 ltrs at full load. The timing gears shall
be oil lubricated. The tooth profile shall be designed suitably to meet the duty
conditions and produce minimum of fine generation not exceeding 5%. In
order to minimise fine generation the roll speed shall be minimum and should
not exceed 40 rpm.
4.1.7.3.4 LUBRICATION
All bearings gears and pinions shall be oil lubricated. Non drive end shaft
bearings shall be lubricated from manual fill oil baths. Oil levels should be
checked by slight glasses.
The crusher shall be fitted with wear plates completely covering the inside of
body and crushing chamber. These plates shall be made from high wear
resistant steel and shall be doweled and bolted to units allowing easy removal
when required and positive secure long term location.
The crushing teeth shall be designed to slip into splined shaft without
removing the shafts from the main frame. These teeth shall be held firmly in
the drums by clamp plates and each row shall be individually tightened by
tensioning bolts.
The rolls shall be driven through one/two motors depending upon duty
requirement, input coupling, gear box and output coupling etc. The coupling
shall be geared coupling/fluid coupling. The gear box shall be
helical/planetary type with a minimum service factor of 2.5.
4.1.7.3.8 MOTORS
Unless otherwise specified, the motor shall be foot mounted, totally enclosed,
fan cooled spuirrel cage direct on line starting type with torque characteristics
matching with the fluid coupling(if any) and shall conform to enclosed
specifications.
4.1.7.3.9 STARTER
This shall be DOL type suitable for the duty requirement and shall conform to
enclosed specification.
This will be of mono block type and fitted on rollers traveling on suitable I
sections. These shall be located in drive houses, transfer points and bunker
and shall be installed suitably to lift the heavy weights during
installation/maintenance.
The unit will have two geared motors one for lifting and lowering and other for
traversing forward and backward on I section.
The gear unit shall consist of helical gear and pinion. There shall be a limit
switch at highest and lowest positions of hook so that the hoist is protected
from any damage due to over travel of the hook. The drum shall be of
fabricated steel construction having very high tensile strength. The drum
should be provided with smooth machine cut grooves. The hoist motor shall be
fan cooled rotor brake motor conforming to international standards. The
movement of electric hoist shall be based on the location of hoist block /
monorail.
This device will be floor operated and will be placed over the overhead
structures so that it covers the whole floor.
The lifting height, traversing distance, lifting speed and other technical
parameters will be selected to suit the system design. The supply will include
complete hoisting unit including power supply, travel mechanism and structural
traveling monorail portion.
In general, the equipment should be robust in nature and have inherent design
features so as to give satisfactory performance in adverse loading condition
also. It shall be complete with all accessories required for its successful
operation in the stipulated duty conditions. It shall have, inter-alia, the
following specific features:
Sufficient care should be taken in the fabrication and alignment of the weigh-in
frame, which is to be supported using anti-friction ball bearings, so as to
facilitate a smooth movement of the weighing frame in vertical plane. It shall
have strain gauge type load cell and speed sensing device of proper design to
ensure satisfactory result.
This forms the inter-face between the sensors and the control console. This
incorporates necessary circuitry for the generation of speed signal to excite
the load cell and for the conversion of load cell out-put into a current signal.
The information about the speed of the conveyor is obtained speed sensing
device which is directly proportional to the belt speed. Since the control
console is usually located at a place far away from the conveyor belt, it is
desirable to transmit the load cell outputs after processing as a current signal
rather than as a voltage signal.
4.1.9.7 TOTALISER
This is a set-up for checking the operational accuracy of the system which
incorporates all the functional blocks, in terms of a 'number' usually know as
'cal-figure'. Initially, immediately after commissioning the system, the cal-figure
could be evaluated and re-corded. So, the cal-figure displayed at later date
could be compared with initial figures and the necessary adjustment effected
to bring back the system to the original condition. In the proposal, provision of
this system should be elaborated in detail.
The control console and display unit shall be housed in a control room
normally provided near the loading point. The weight indicator shall be visual
digital type and should be fully self-indicating. The indicator shall be enclosed
in dust and moisture proof housing and it should show at a glance the weight
of material conveyed and also the rate at which material is being conveyed.
The letter height should be such that it could be easily read from a distance.
All the electronic circuitry of the weigher, as far as possible, should have
printed card modular feature for easy replacement of defective control parts
ensuring minimum down-time of the equipment.
Inline Magnetic separator will be electromagnetic type, with oil cooled design.
All equipment will be totally enclosed. Magnet Circuit comprising of insulated
aluminum adequately impregnated with epoxy resin making it impervious to
moisture will be provided. Magnetic Separator will provide for continuous and
automatic extraction and discharge of tramp metal (magnetic pieces) from
Coal being discharged from the given belt conveyor (refer Data Sheet).
The magnetic separator unit will be suitably mounted from structural member
from the top. The required turn buckle arrangement to facilitate the necessary
adjustments during operation will be provided. The unit will be complete in all
respects including all electrical ancillaries, viz. local control panel, ON/OFF
control push buttons and indicating lamps etc. The material of chutes and
trolley associated with each magnetic separator will be of non-magnetic
material in the magnetic zone. Magnet core material will be of pure annealed
iron or equivalent having high magnetic permeability. The coil will be of
aluminum wire with Class `H’ insulation. Dimensions and shape of the core
and side poles will be optimized to obtain wider, deeper field ensuring large
force index to effect higher lifting capacity over wide area. Magnetic Separator
will be located such that it picks up tramp iron from coal trajectory after it has
been discharged from head pulley. Magnetic pieces picked by magnetic
separator will be discharged via tramp metal chute into mobile trolley located
suitably.
Suitable arrangement will be provided in the magnet for keeping the coil of
magnet dry from atmospheric condition when the magnetic separator is not in
use.
The other mechanical components of the Magnetic Separator like pulleys,
bearing blocks, drive, belt etc. will be liberally designed to ensure trouble free
operation. The motor and gear reduction unit for driving the belt will be
adequately sized .
The separator belt will be designed to withstand high temperature at the
bottom of the magnet and also to withstand impact of the sharp edges of the
tramp iron pieces. The belt will be provided with suitably spaced built in ribs.
All the equipment and accessories will conform to the relevant Indian
Standards wherever applicable. The Idlers and the pulleys supporting the belt
will be manufactured to the best engineering practices and will conform to
relevant Indian standard (IS).
Each magnetic separator will be suitable to lift the following tramp iron piece
from the given belt.
MS cube of 20 mm size
50 Kg. M.S. / Brake Shoe
MS round bar of 50 Kg with L/D ratio not exceeding 5.
metal. The indicator may be in the form of colored powder or sand or saw dust.
The metal detector should be able to detect the alloy steel of high manganese
content say 10% to 20% as sometimes shovel teeth and track pads are also
likely to pass over the conveyor along with R.O.M. coal. The metal detector will
be set at a predetermined range so that it works only when bigger size of
foreign material is passing over the conveyor.
The sensitivity of the equipment should detect sphere of dia 25mm, however, it
could be possible to set it to detect bigger size material only from 200mm or
above
In addition to the provision of electric hoists, manual hoists, chain pulley blocks
of 10 t capacity shall also be provided at tail end and take-up arrangement of
all conveyors and wherever conditions required for effective maintenance of
the plant and equipment.
The hanging structures shall have an outside projection for easy handling of
material. The supply shall include complete chain pulley block with hanging
structure.
LOAD TEST
All hoists and hoisting systems shall be load tested as per the relevant Indian
Standards before supply and installation and necessary test certificates shall
have to be provided.
On the basis of scope, drawings enclosed, the tenderer will detail out the
workable and most economical scheme for fire fighting and plant cleaning and
assess the quantities of various equipments, pipes, fittings etc. required for
efficient working of system. The fire fighting system using water shall also be
used for plant cleaning purposes. The design and installation of the system
shall comply with the provisions of the recommendations of the Tariff Advisory
Committee (TAC) of India so that fire insurance policy can be readily arranged
by the successful bidder.
The complete conveyor system shall be provided with fire detection, smoke
detection, Linear Heat Detection (LHD) for detection of static fire, Black body
IR detector for detection of moving fire, CO Monitor for detection of fire in
earliest stage especially in enclosed areas, fire alarm system and various fire
extinguishing devices- both water reliant and solid aerosole reliant. They are
being elaborated as under:
4.1.13.1 AUTOMATIC FIRE DETECTION & SUPPRESSION SYSTEM (AFDSS) :
The proposed AFDSS shall consist of following
• Fire Detection & Alarm System (FDAS) - comprising of the following
detection systems:-
a) Heat detectors in Pent house/transfer houses and Fire Control
Room.
b) Smoke detectors
c) Linear Heat Detection (LHD) cable along with its interface
module.
d) Black body IR detector
e) CO Monitor
The Fire Detection & Alarm System shall monitor smoke, temperature rise
and absolute temperature. The sensing device should be able to detect
smoke signals after continuously monitoring and temperature rise of the
surrounding area.
•
Alarm & Control Unit (ACU) - For reading the signals from
sensors/detectors, giving audio/visual alarms & actuating the Fire
Extinguishing System
A Control room shall be established in the sub station II.
• Fire Extinguishing System (FES) – Self Aspirating high expansion
foam generators, Fire Hydrant and Water spray system. Water
Sprinkler system and Hose reel system which are activated either
electrically or manually.
The fire extinguishing system shall be based on
a) The condensed aerosol generator principle. The condensed aerosol
generator is a fire extinguishing system using solid material, which on
activation is transformed into a rapidly expanding fire extinguishing
aerosol. The extinguishing action shall not alter the quantity of oxygen
present in the environment significantly.
b) The water spraying/ sprinkling system. For this an underground
reservoir is proposed near the bunker as indicated in the plan as per
TAC norms.
• Other Items (OI) - like Change over Switch for switching
Extinguishing system between Automatic to Manual mode,
connecting cables, relays etc. necessary for commissioning &
reliable operation of the AFDSS.
4.1.13.2 GENERAL SPECIFICATION OF DETECTORS:
4.1.13.3 SMOKE & HEAT DETECTORS
• Heat & Smoke detector shall be robust, rugged, temper proof & suitable
for surface mounting.
• Heat & Smoke detector shall incorporate state of art optical chamber
providing efficient & accurate detection of fire with high level of
reliability & high immunity to spurious signal.
• Heat & Smoke detector shall incorporate integral LED indicator to show
the status of the detector.
• Each Heat & Smoke detector shall have suitable indications for
indicating Normal healthy mode & Alarm Indication mode.
• The detector’s alarm condition shall be visible from a distance of 6
Meters and shall be visually different from the indications of the other
conditions.
• The insulation resistance of the detector shall not be less than 10
Mohm.
• Failure of any indicators lamp shall not prevent the detector from
emitting fire signal indicating the existence of fire.
• Smoke detector shall be of Optical (Photoelectric) smoke detector and
shall confirm to IS: 11360-1985.
• The optical smoke detector operation shall be based on light
attenuation by smoke and/or light scattering by smoke particles.
• Smoke detector shall incorporate state of art optical chamber providing
efficient & accurate detection of fire with high level of reliability & high
immunity to spurious signal.
• Smoke detector shall be able to detect smoke and shall communicate
alarm signal to Control unit when optical density of smoke exceeds 0.1
dB/M (10 m visibility).
• The response threshold value (r. t. v.) of smoke detector shall not be
less than .05dB/m. and the ratio of highest r. t. v. and lowest r. t. v. shall
not exceed 1.6.
• The opening for smoke entry shall be at least 30 mm below the ceiling
level.
• The horizontal distance between any point in a protected area and the
detector nearest to that point shall not exceed 7.5 m in case of smoke
detector and 5.3 m in case of heat detector.
• The heat and smoke detector has been envisaged in tunnel area, pent
house and transfer houses only. Where the distance between the top of
apex and bottom of the roof exceeds 600 mm, spacing of detector at or
in the vicinity of apex may be spaced between 7.5 m and 8.5 m for
smoke detectors.
• Detectors shall not be mounted within 500 mm of any walls, partitions
or obstructions to flow of smoke or hot gases, such as structural beams
and ductwork, where the obstructions are greater than 250 mm in
depth.
4.1.13.4 LINEAR HEAT DETECTOR (LHD)
Temperature sensitive cable also known as Linear Heat Detector shall be
laid in all cable trays located in the tunnel. Signal about alarm temperature
shall be sent to Control Unit by LHD interface module attached with cable
system.
Linear Heat Detector cables shall be of temperature sensitive insulated wire
type. This linear heat sensing shall be in the form of continuous cables
consisting of copper conductors / cores and shall be of analogue type. Each
core of analogue Linear Heat Detecting cable shall be insulated with a
negative temperature coefficient material. An outer sheath of high
temperature, flame retardant PVC insulation, shall protect the cores. The
outer sheath, as well as the metallic braid shall not affect the performance of
the heat sensor.
The electronic interface module of the Linear Heat Detecting cable for each
zone / area shall sense the temperature variations by continuously
monitoring the resistance of the negative temperature.
The electronic interface module shall be located suitably (approx. at 15 m.)
The analogue linear heat sensing cable of every zone shall be continuously
monitored for open and short circuit. A breakage, disconnection or a short
between cores shall initiate a FAULT alarm on the fire alarm panel of Control
Unit.
LHD cable shall be automatically resettable type. The design of the
analogue, linear heat detecting cable and corresponding electronic sensing
circuits shall be such that the cable length and the number of required loops
should be set up to provide optimal coverage for the whole tunnel region with
cable length ranging within tunnel area and pent house. The system shall be
designed to have an optimum sensitivity. For a given length of sensing
cables it shall be possible to set the alarm temperature over a wide range
from 70 -130ºC with a interface Modulator and with a tolerance not to exceed
±5%.
The Linear heat Detecting cable should have strong capability to withstand
the mechanical damage, tensile, water and corrosion and electromagnetic
interference.
The LHD can be ceiling or pipe mounted or installed at either side of the belt
on or above the idler arms.
4.1.13.5 LINEAR HEAT DETECTING (LHD )INTERFACE MODULE
LHD Interface should be a microprocessor based start point device that
communicates between LHD Cable and Control Unit that will monitor LHD
cable for continuity and over temperature fire signatures. It shall be possible
to set any alarm temperature between70-130ºC through Interface module.
An increase in temperature at any location along the LHD cable's length shall
lower the resistance between conductors in the cable. The change in
resistance shall be detected by the interface module, which will trigger an
alarm at the control unit if the temperature rises above a preset threshold.
The LHD interface shall be able to distinguish between a Short Circuit
Condition & an Actual Fire Event in order to prevent unwanted activation of
fire alarm/ fire extinguishing system in case of an accidental short circuit fault
by damage to the sensor or field wiring.
The LHD interface should supervise the sensing cable for temperature rate
of rise condition, open & short circuit to generate a fault condition which shall
be displayed on the interface module faceplate by the 2 LED indicators:
FIRE LED & FAULT LED.
LED indicators shall also be provided for normal system operation, faults, pre
– alarm, fire – alarm status, battery low indication and alarm. LHD interface
should perform simulation test for fire alarm, pre – alarm and fault signals.
4.1.13.8 CONTROL UNIT
The control unit shall be located at sub station-II, near Semi ground bunker .
Detection, actuation and control system may be either automatic or manual.
Where they are automatic, provision should also be made for manual
operation.
The Control Unit shall be the central processing unit of the system, receiving
and analyzing signals from Heat detectors, Smoke Detectors releasing
devices, providing audible and visual information to the user. It shall have
suitable audio/visual alarms for drawing attention/indicating various events. It
shall also have the capability to electronically/electrically activate and release
Fire Extinguishing System. The Control Unit shall have sufficient input ports
for connecting various sensors/ detectors along with their interfaces & have
sufficient output ports for controlling fire extinguishing system,
operating/switching off electrical units and for interfacing with the existing
Data Logger system.
The Control Unit shall have means for the user to interact & shall have
suitable Detection & suppression to prevent unauthorized use.
The panel of the control unit shall have the facility of buzzer silence, alarm
silence and alarm activate, lamp test & reset. The panel shall indicate the
status like fire, fault, disable, test, supply, supply fault, battery fault, aux.
supply, fault, and earth fault by respective LEDs/other suitable means.
The Control Unit shall be able to communicate and display the exact number
of the Sensor or the Part of the Linear Heat Detecting Cable, which has
activated the Fire Detection System, to pinpoint location of the seat of fire.
The Control Unit shall be modular in structure, so that any fault in any of the
modules can be set right by simply replacing the Faulty Module, with a
spare.
4.1.13.9 AUDIOVISUAL ALARM :
Audiovisual alarm system shall get activated in Control Unit in case of
fire/smoke.
Audiovisual alarm shall be provided with provision of resetting the hooter
from Control Unit. However, visual alarm shall continue to be lit till such time
the alarm conditions exist.
The audio alarm for fire alarm shall be electronic hooter/horn/electric bell
having a frequency range of 500-1000 Hz. The sound of the fire alarm
should be continuous although the frequency & amplitude may vary.
When alarm signal is received from any of the heat or smoke detectors or
LHD module subsequently, after a time delay of at least 2 minutes (which
can be set by the user up to 10 minutes & shall be in multiples of 0.5
minutes) shall activate the fire suppression system.
The Alarm of Control Unit shall have means to indicate the location of sensor
in that part of tunnel which has reported the alarm situation. The Control unit
shall activate the fire extinguisher of that part only for extinguishing the fire.
4.1.13.10 FIRE SPEAKERS
4.1.13.11 FIRE EXTINGUISHING MEDIUM
The fire extinction and extinguishing media dispensers shall be based on
self aspirating high expansion foam generators, water hydrant, water spray,
water sprinkler and Hose reel system.
Water shall flow through pipes into the tunnel as well as along the entire
conveyors length.
The pump shall be diesel engine driven, complete with common base plate
and couplings etc. It shall be horizontal centrifugal pump with required
capacity. It shall be complete with all accessories.
Two numbers electrical fire pumps (One main pump and other jockey pump)
shall be motor driven, complete with common base plate and couplings etc.
The main pump shall be horizontal centrifugal pump with the capacity of
system requirement. It shall be connected to squirrel cage induction motor of
suitable rating.
Pump shall be complete with switch board with incoming circuit breakers and
starters and all associated control for the pump motor.
Power supply shall be 415 V , 3 phase, 4 wire, 50 Hz. Motor shall be suitable
for D.O.L. starting. It shall be TEFC squirrel cage induction motor, suitable for
continuous duty. Enclosure to provide protection shall conform to IP-55, and
class of insulation shall be 'B'.
Circuit breakers and starters shall be provided with overload, under voltage,
• ACCESSORIES
All the accessories required for successful and smooth operation of pumping
system shall be supplied along with the pumps.
FITTINGS
The piping system shall have the requisite quantities of the following bends
and other fittings.
• 1200 bends
• 450 bends
• Other angular bends.
• Rubber gaskets for above all flanged tees
• Sluice valves
• Air valves etc.
• HYDRANT VALVES
Hose cabinet will be fabricated from structural steel with glass front door of
suitable size. It will be located close to each hydrant valve and will
accommodate two lengths canvass hose of 15 m long each with couplings,
branch pipes and nozzle of suitable size and conforming to relevant current IS.
• FIRE HOSE
Gun metal branch pipes with nozzles shall be conforming to relevant standards
of fire fighting system. Same shall be suitable for 63 mm dia fire hoses.
Total requirement: As per system requirement.
To fight fires where water can not be used, other specific equipment are
required to be used such as sand buckets, chemical fire extinguishers
etc.These shall be provided as stipulated in latest version of the relevant IS.
The locations, number provided for each type shall be clearly indicated.
Chemicals, which are not permitted, shall not be used.
• FIRE BUCKETS
These shall be round bottom, fire bucket made out of 24 gauge M.S. sheet,
galvanized after manufacture, standard 9 liters capacity, painted fire red
outside with letter 'FIRE' in black and complete with brackets and shall be
installed at all the required locations as per requirement.
Fire extinguisher shall be Halon 1211 (BCF) pressurised fire extinguisher filled
with Halon 1211 (Bromo: Chloro:Diflouro Methane), a vapourising liquid.
These shall be of 5 Kgs. capacity. These shall be hot dipped, lead lined to
give best protection against corrosion. These shall be complete with bracket,
initial charge and other accessories as required. These shall conform to
relevant Indian Standard specification with instructions for use on each
cylinder.
4.1.14.1 OBJECTIVE
4.1.14.2 GENERAL
Coal from quarry size of (-) 100mm will be loaded to the truck receiving
hoppers and transported to SILO through series of conveyors. The successful
tenderer / contractor shall collect necessary data on the quantity and size of
particles of dust generated within the CHP. The dust suppression system will
be based scientifically on the above data collected. Dust suppression unit shall
operate only when the loaded conveyor is running. When belt stops or belt is
running empty the dust suppression unit will stop automatically. This will be
interlocked with water feeding system.
The dust suppression system will consist of number of nozzles, with flexible
pipe to spray mist of mixed water on coal at the designated points like truck
receiving hopper points, transfer chutes, tripper discharge zones over the
main bunker etc. The number of nozzles, their type size and configuration
shall be such as to achieve maximum efficiency of dust suppression.
i)PUMP
The motor shall be suitably rated to meet the requirements and shall conform
to IS 325 (current). The motor shall be horizontal, foot mounted, squirrel cage
induction type, TEFC, non-flange proof, IP54 protection, SI-continues
duty, class 'B' insulation, suitable for DOL starting , continuously rated, 1500
RPM (synchronous speed), suitable for operation on 415 V, 3 phase, 50 Hz
supply. The cable end boxes shall be suitable for 3 core PVCSWA
cables of Aluminum / Copper conductors of suitable size. The motor shall be
capable to deliver rated out put with -
a) The terminal voltage differing from its rated value by not more than
±5% or
b) The frequency differing from its rated value by not more than ±3% or
Provision for earthing of motor shall be as per IS 3043 (current) and relevant
IE rules. Minimum 2 points shall be provided. The limit of vibrations shall be
as per IS 4729 (current). The specifications on electric motors given else
where in this document shall also be applicable.
ii)COUPLING
The motor and pump shall be coupled by means of a flexible coupling having
transmitting capacity of 1.25 times the motor rating. The coupling shall absorb
the misalignments due to parallel, angular and axial loads. A coupling guard
made of expanded metal shall be provided. Coupling by 'V' belts is not
acceptable.
iii)STARTER
Push button type start / stop switch shall be provided at pump for starting and
stopping in case of emergency. Normally the pump will receive power from
MCC.
iv)BED FRAME
The base frame shall be fabricated form MS structural steel. The pump and
motor shall be properly aligned in the works and proper erection marks and
dowel pins shall be provided. Proper lifting lugs shall be provided.
The motor shall stop if the level of water in the sump falls below a
predetermined level for which floats may be used.
4.1.14.3.2 NOZZLES
The nozzles shall be light in weight, non clogging/self cleaning type. These
shall be provided with tips made of brass/stainless steel. The nozzles shall be
provided with protective CI housings, inbuilt strainers/filters. The nozzles shall
be capable of spraying the required quantity of water at required pressure in
the form of atomised condition to form mist/fog. The spray from the nozzles
shall be of full/solid cone type. The spray angle of the nozzle shall be as per
requirement. One end of the nozzles shall be threaded for screwing on to the
T joints fitted on the header pipe. The nozzles shall be easily approachable
The main pipes, branch pipes, header pipes shall be of Galvanised M.S.
conforming to IS 1239 (current). The dia. of the pipe shall be suitable for
carrying the required quantity of water with a velocity within the limits and the
pipe frictional losses shall be as low as possible. The header pipes shall be at
least 12.5 mm dia. and main pipes shall be of suitable size and in no case it
shall be less than 63 mm dia. The inside wall of the pipes shall be well
finished to reduce the frictional losses. The pipes shall have suitable threads
at the ends for joining the pipes with couplers. However, in case of necessary
flanges will be welded at site for joining. The flange dia. shall be as per IS and
shall have required holes for connection. Proper gaskets will be provided at
flange connection to avoid any leakage. Pressure filters may be provided in
the out let of the pump discharge. The pipes shall be ISI marked.
The bends/elbows, flanges, couplers, tees, diffusers, enlargers shall be
suitably galvanised. These shall be of medium duty and MS galvanised steel.
These shall conform to relevant Indian Standards. The pipes, bends/elbows
and other pipe fittings shall be IS marked.
All underground MS piping shall be protected against ground corrosion with
bitumen and Hessian cloth. All pipe lines shall be hydrostatically tested to 2
times the working pressure after erection. Location and types of pipe supports
are to be decided at site.
These valves shall be provided in the header pipe. The valves shall be opened
when the conveyor is in operation and closed when the conveyor stops. The
Solenoids may be interlocked with the respective motors of the belt conveyors.
Manually operated valves shall also be provided in addition
The sump/main ground water storage tank shall be of required capacity and
shall be of RCC construction. Provision for connecting the water mains from
the project's water supply system shall be kept in addition to the arrangement
for receiving water from deep boreholes to be made near the sump or from the
project’s water supply arrangement. Proper provision for cleaning of sump
shall be made. The provision shall be provided for laying the suction pipes of
pumps into the tank.
A pump house of suitable area to accommodate two numbers of pump motor
sets, required electrical installations and circulating space of min. 1 m. around
the pump motor set shall be made. The pump house shall be of brick
masonry construction with RCC roof. Required number of windows with glass
panels and wooden frame, door of required width shall be provided. The door
shall be made of seasoned teak wood and proper locking arrangement shall
be provided.
The pump house shall be properly illuminated with the help of tube lights.
The proposed sump of required capacity shall cater for the dust-suppression
only. Company will arrange for the supply of dirt free clean water to the sump.
The sump will be located near the over ground bunker as required in the
system.
4.1.15.1 GENERAL
All the transfer chutes shall have a sloping angle of 60 degree. The chutes
shall be constructed in such a way that no off centre loading on the belt takes
place and material is fed in the direction of the motion of belt. The chutes shall
be fabricated from 10mm thick MS plates and 6mm thick MS plates for hood
portion of the chute by electric welding as per relevant IS Code of practices.
These shall be provided with necessary stiffeners and brackets for supporting
from the adjacent structures. The chutes shall be provided with polyurethane
wear resistant liner plate on their wearing and impact bearing surfaces. The
minimum thickness of the polyurethane liner shall be 40mm and shall have the
shore hardness of 640 A scale-D. The thickness of the hard layer and M.S
base plate of the liner and its hardness shall be designed and shall be offered
as per system requirement. For all impact areas, the liner plates shall be of
standard size and replaceable plate wise for ease of maintenance. The
minimum liner plate thickness shall be 10mm.
The liners shall be fastened with a flexible system to minimise instantaneous
impact and hence reduce the wear rate. The fastening system shall be either
through bolting or stud welded bolting for quick installation. For all impact
areas the bolt heads shall be protected by a rubber plug.
with speed, capacity and height of fall etc. as indicated in the enclosed
drawings. Taking into consideration the above facts and the possible coal
discharge profile, chutes and liners of suitable size, type and thickness are to
be designed and offered. The coal also may be considerably wet during rainy
season. The liner thickness etc. shall be designed to give a minimum
guaranteed life, which shall be important criteria for taking decision. However,
the thickness will not be less than what has been indicated elsewhere. The
working atmosphere may be dusty and surface temperature up to 50oC. The
relative humidity may be up to 95%.
Design and manufacture of the chutes & liners shall conform to relevant Indian
Standards or in their absence with equivalent International standards
applicable.
4.1.15.4 HARDWARES
• All bolts, nuts, washers, CSK bolts will be of high quality, only
• Unlock nuts and adequate thick washers will only be used, for
jointing sub:assemblies.
• All hardware shall be procured from reputed suppliers and test
certificates shall be submitted. No testing will be done on these
items.
The main points to be considered while doing the design of chutes are as
follows:
• The transfer chutes shall be properly designed for efficient flow of
material keeping in view the elevations shown in the sectional
drawings, trajectory of the material, speed of the belt etc.
• The chutes shall be fully enclosed. These shall include covering
the full length of the skirt of the receiving conveyors and feeders
with M.S plates. The chutes shall be bolted to the skirt boards for
preventing any dust from escaping out from the transfer points. In
case it is not possible to bolt the chute with skirt plates necessary
dust seals shall be provided between the skirt plates and chute
plates.
• In case of mechanical equipment, the in feed and off take chutes
shall be bolted to the equipment body as per the equipment
manufacturer's recommendations.
• The chutes shall match the supporting structures and skirt boards
of the conveyors and other equipment in the coal handling plant
into which either they feed or from which they collect.
• Due care shall be given to trajectory of the material from the
discharge pulleys of the conveyors and also from other equipment.
• Chute angles must be sufficient to avoid any probable choking. For
calculating such angles, factors like presence of surface moisture
in coal because of climate, dust suppression arrangement,
The main points to be considered while doing the design of chute liners are as
follows:
• The liner thickness shall be so selected that it will give maximum
working life. The contractor shall indicate the basis of liner
thickness selected.
• The liner plates shall be fixed with the mother plates with
adequately sized CSK bolts
• By and large the contractor shall use minimum varieties of liners as
far as sizes of liner plates are concerned to deal with either impact
or abrasion as the case may be, but stick to only one thickness
and size for each type to minimize inventory.
• All liners shall be of replaceable type. Welding or any type of
permanent fixing with the mother plate shall not be used.
Coal sample shall be collected automatically from coal streams for analysis of
quality of coal being dispatched. The sampling system shall consists of
Primary sample cutters shall be fitted suitably near the discharge end of belt
conveyors C7A & C7B at suitable location.
The sample cutter shall be fabricated with MS Plates and lined with abrasion
resistant stainless steel liner. The sample cutter shall be suitably designed to
extract representative samples as per Indian Standards from the stream of
coal of size up to 100 mm. The type and size of the cutter, cutter speed shall
be selected to suit the duty condition and these shall be clearly indicated in the
offer. The cutter opening shall be minimum 3 times the coal size and it shall be
of sufficient depth and designed to avoid any loss of sample. The sample
cutter shall pass through the stream to obtain the requisite samples.
The cutter lips shall be removable for wear replacement. There shall be no
protruding bolts or obstructions on coal contacting surfaces and corners of the
liners shall suitably radiused. The primary sampler drive shall be mechanical
or hydraulic. End travel of cutters to be verified and suitable logic shall be
provided to ensure that cutter has reached its end travel in a specified time.
Actual and radial travel type cutter paths through the stream are not allowed.
Adequate means such as dust doors or baffle plates shall be incorporated to
ensure sample cutter is in the park position. Frequency of sample increment
shall be in accordance with I.S. or equivalent international standard.
Inspection doors to observe sample cutter action shall be provided and dust
cover shall be of easily removable design.
There shall be belt feeder conveyors of suitable size to collect coal samples
from the sample discharge chute and then convey to sampling system. The
belt feeders shall be complete with head and tail sections, drive, skirting,
adjustable feed gate in feed and out feed sections, conveyor belting etc. The
complete system shall be designed to suit the duty requirement and to feed
the metered amount of coal to the sample crusher/secondary sampler without
loss of fines or moisture. The belt conveyor shall be completely sealed with
dust tight enclosures. A screw take up and pulley scraper are also to be
provided. The belt shall be fitted with variable speed drive for local manual
adjustment and an adequate means of adjusting the bed depth using a striker
gate at the feed hopper discharge. These adjustments shall be adequate to
ensure no contamination of one sample increment with the next following
increment otherwise also this has to be insured. The feed hopper shall be
designed to empty completely with no possibility of sample retention.
There shall be bias connections in the chutes between the belt feeders and
crusher. This connection shall be utilized for collecting the primary sampled
coal into the Employer's container.
The sample crusher module shall be designed to reduce the (-) 100 mm size
coal to minus 8 mesh without loss of fines as well as moisture. The crusher
may be of single stage or double stage type depending upon the type and size
of crusher.
The crushed product shall be fed to the secondary sampling machine through
a belt feeder. The secondary sampler shall be self contained, dust tight to suit
the duty requirement and shall be installed between the inter-connecting chute
works. The internal surface coming in contact with the coal stream shall be
lined with abrasion resistant stainless steel liner plate. The sampler shall be
complete with cutter driver, flanged chute connections etc.
The sample shall be collected in dust and moisture tight stainless steel
containers with proper fittings for engagements and removals. The rotating
table shall be driven by geared motor drive system. Capacity of each collector
shall not be less than 25 kgs.
The rejected coal from the sampling system shall be fed back to the conveyor
system through bucket elevator. The bucket elevator shall be of centrifugal
discharge, continuous chain and bucket type. Bucket elevator shall be
complete with drive, motor, reduction gear-box, head and boot pulley etc. and
shall be totally enclosed.
All chutes within the sampling system including reject elevator discharge chute
shall be fabricated from 10 mm thick mild steel and lined with abrasion
resistant stainless steel liner of 3 mm thickness. All chutes shall have a
minimum valley angle of 60 degrees. All chutes shall be sealed against dust
loss.
The sampling system shall be provided with electrical control system with
timers etc. to provide for automatic start and close.
The sampling system shall be inter-locked to the in feed conveyor. The
electrical system shall be complete with motor control centre, relay panel
control, console with graphic display and other auxiliary equipment as per
latest international practice.
A slow speed belt pulling device is required to facilitate and to reduce the time
taken for belt replacement/jointing. This shall be suitable for pulling belt
envisaged in the system. This unit shall be suitable trolley mounted and shall
be capable of anchoring at a suitable location. It shall be complete with rope
diversion pulleys, sheaves etc.
4.2.1.0 GENERAL
The specification covered under this document relate to all electrical and
electronic equipment to be installed and will function at Lingaraj CHP and
Silo for power supply, illumination, emergency and safety lighting,
earthing, protection against direct stroke of lightning and traveling waves,
welding sockets and switches, signaling, centralized monitoring and auto
remote and auto sequence control of the plant, communication,
pressurization and air conditioning. However, items of work, not specially
mentioned but needed to meet the requirements of the specifications for
successful and trouble free operation, shall be deemed to be included in
the scope.
All equipment and installation covered under this document shall conform
to the latest relevant Indian standards. However, equipment conforming to
other international standards may also be accepted in the absence of
Indian standard, subject to approval from the customer.
All equipment shall be designed to suit tropical climate coal dust prone
area and average ambient temperature of 450C, humidity 90% and altitude
up to 100 meters above mean sea level. Where equipment is installed
outside and exposed to direct sunrays, these shall be suitable for
operation at higher ambient temperature and rigorous weather conditions
under which they are required to operate.
During starting, the voltage drop at the motor terminals shall not exceed
15 % with other loads under running conditions. All electrical equipment
shall operate satisfactorily during starting of any large or distantly located
electrical drive.
The voltage drop at any point in the lighting circuit shall not exceed 3%.
The details of customers power supply are given elsewhere and therefore
the bidder shall furnish the equipment and the design accordingly.
4.2.1.6 PROTECTION
In general, for switchgear IP54 and for motors IP55 degree of protection
shall be provided.
The lightning arrestor shall conform to the latest issue of IS: 3070 & IS:
4004 unless otherwise specified. All accessories shall also conform to
the relevant Indian Standards.
The arrestor shall be self supporting heavy duty station class type with
metal top and metal base having arc transfer devices and pressure relief
with current limiting gaps.
4.2.2.5 TEST
4.2.2.7 DEVIATIONS
ANNEXURE: I
i. Installation : Outdoor
ii. Class : Station
iii. Type of mounting : Pedestal
iv. Quantity : As per BOQ & supply of Equpt
v. No. of phases : 3(three)
vi. Frequency : 50 Hz.
vii. System voltage
(a) Nominal : 33 kV RMS
(b) Highest : 36 kV RMS
viii. Nominal discharge current : 10 kA
ix. System earthing : solidly earthed neutral.
x. Maximum ambient temp. : 50o C
The isolator should be fitted with arcing horns to interrupt high load and
magnetizing current on transformer.
The main bearing (ball, thrust or taper roller bearing) supporting the
main rotating insulator operating shaft shall be adjustable in the field, if
necessary. The insulator shall be bolted to the top of sheet steel base of
fabricated construction. All working parts shall be made of non rusting
steel or specially treated to resist corrosion and the hole shall be brass
bushed.
4.2.3.9.10. TEST
The supplier shall furnish the technical particulars duly filled in.
4.2.3.12 DEVIATION
ANNEXURE: I
The isolator shall generally conform to IS: 9921 (latest). The basic
technical parameters are as follows:
4.2.4.1 SCOPE
ii) The design and operational features of the equipment offered shall
comply with provisions of the latest versions of the following Acts and
statutory regulations:
iii) Wherever service conditions etc. laid down in this specification differ
from those in Indian Standard Specification, the conditions specified
herein shall prevail.
i) The Circuit Breaker shall be designed for its full reliability in the most
hazardous conditions. Simplicity of design and less number of moving
parts will be preferred. Interchangeability of similar parts should be
ensured in the manufacturing process.
ii) The Circuit breaker shall be mounted on rigid, compact and weather-
proof frame work.
a) High reliability.
b) High electrical and mechanical life.
c) Negligible maintenance.
d) Fitted with high quality vacuum interrupters.
e) capable of interrupting 100 full short circuit operations.
f) Rating and diagram plate.
The mechanism shall be provided with motor starter fitted with overload
release, auxiliary switches and socket for inspection lamp. The charging of
springs shall be done by a 240 volts AC single phase motor. The remote
control switch will be provided on the control panel, details of which have
been elaborated elsewhere in this document. Closing and tripping devices
Visual ON/OFF indication should be provided for the circuit breaker. The
operating gear shall also have auxiliary contacts (6 NO + 6 NC) for wiring
at site, tripping and closing coils, mechanical operation counter,
mechanical position indicator showing "Spring charged" and "Spring free",
Local/Remote selector switch, space heater with control switches, cabinet
lamp etc. All the internal wirings shall be terminated in a connector box.
The vacuum interrupter should enable the metal vapour for arc discharge
through the plasma and is extinguished near current zero. The conductive
metal vapour should condense within a few micro second leading to the
rapid buildup of dielectric strength across the open contact gap.
4.2.4.4.3 SAFETY
The live parts of the circuit breaker panel shall be properly shrouded as
per relevant safety rules.
4.2.4.4.4 CONSTRUCTION
4.2.4.4.8 TESTS
4.2.4.4.9 DEVIATIONS
ANNEXURE-I
The Vacuum Circuit Breaker shall generally conform to IS: 2516 of 1980
(latest revision). The basic technical parameters of the circuit breaker are
as follows:
4.2.6.1 GENERAL
i. The 33kV remote control panel and relay module shall be indoor
type and used in the substation building. It shall be floor mounted,
free standing, dust and vermin proof, sheet steel clad cubicle. The
sheet steel cladding shall be minimum 2mm. thick and shall be
degreased, derusted, pickled, phosphatised, putty finished, pre
treated with two coats of anticorrosive primer and finally treated with
two coats of final metal paints. The panel shall be modular type. The
joints shall be smooth, close fitting and shall be non-obstructive.
ii. The panel shall control the operation of the primary 33kV circuit
breaker of 5MVA transformer. The panel shall house components
necessary for:
4.2.6.2 COMPONENTS
The control panel for operation of the primary 33kV circuit breaker of
transformer shall have the following components mounted on the front
side of the panel:
ii). Auxiliary Relays for annunciation and actuation of the trip circuit
on :
a) Oil temperature Alarm.
b) Oil temperature Trip.
c) Winding temperature Alarm.
d) Winding temperature Trip.
e) Overload Trip.
f) Earth Fault Trip.
g) Short Circuit Trip.
iii). 110 Volts D.C. Operated high speed breaker trip auxiliary relay.
iv). 110 Volts D.C. power supply control switch and fuse.
The control panel shall have audio and visual annunciation facilities with
ACCEPT/TEST/RESET facilities for the following:
The control panel shall be neatly wired using 650 volts grade PVC
insulated single Core Copper conductor of cross section 2.5mm2. All
wiring shall be bunched in groups by nonmetallic clips and each wire
shall be identified at both ends by ferules indicating the designation of
the wire in accordance with the wiring diagram. All the wiring shall be
terminated in terminal blocks for external connection.
The control panel shall have cable entry preferably from the bottom of
the cable entry shall be dust and vermin proof and shall be through
compression type glands. The plate supporting the cable glands shall
be sufficiently strong to take the load of the cables.
The control voltage for the operations of the relays shall be made
available from a separate 110Volts battery source. The 110Volts A.C.
supply for meters shall be taken from the potential transformer installed
in the bay.
4.2.7.1 SCOPE
The Current Transformer shall be single phase, filled with 33kV grade
mineral oil and shall operate in conjunction with the 33kV vacuum Circuit
Breaker to control, protect and measure the electrical power supply of
the system. The current transformer shall conform to IS: 2705 of 1981
(latest revision) and also to the following technical parameters:
i. Primary terminals.
ii. Nitrogen filling valve with cap.
iii. Oil level indicator.
iv. Secondary terminals.
v. Secondary terminals box.
vi. Lifting lugs.
vii. Cable gland.
viii. Primary Reconnection links.
ix. Oil filling plug.
x. Arcing horn.
xi. Oil drain plug.
xii. Earthing Terminals.
xiii. Abnormal pressure release device.
xiv. Rating and Diagram Plate.
4.2.7.4 TEST
4.2.8.1 SCOPE
4.2.8.4 TESTS
4.2.8.5 DEVIATIONS
4.2.9.1 SCOPE
The transformers shall comply with the latest revisions of IS: 2026 and
IEV: 76 except where modified or extended by the provisions of this
specification and relevant parts of standards.
33 36 170 70
B) MECHANICAL FEATURES
4.2.9.6.1 CORE
4.2.9.6.2 TANKS
A device for measuring the hot spot temperature of the winding shall be
provided. The accuracy class of winding temperature indicator shall be
±2oC or better. It shall comprise the following:
4.2.9.6.9 WINDINGS
Ten percent (10%) extra oil shall be supplied for topping up, in non
returnable sealed containers suitable for outdoor storage.
A) PORCELAIN BUSHING
a) The tap change switch shall be three phase, hand operated, for
simultaneous switching of similar taps on the three phases by
operating an external handle.
b) Arrangement shall be made for securing and pad locking the tap
changer in each of the working positions, and it shall not be
possible for setting or padlocking in any intermediate position. An
indicating device shall be provided to show tap in use.
c) The cranking device for manual operation shall be removable and
suitable for operation by a man standing on ground level. The
mechanism shall be complete with following :
4.2.9.6.16 RADIATORS
i) Temperature indicators.
ii) Terminal blocks for incoming and outgoing cables.
b) The sheet steel used shall be at least 2.0 mm thick. The box shall
be free standing floor mounted type with a sloping proof. The
degree of protection shall be in accordance with IS: 2147.
c) The temperature indicators shall be so mounted that the dials are
4.2.9.6.18 PAINTING
The internal and external surfaces including oil filled chambers and
structural work to be painted shall be sand blasted to remove all rust and
scale or foreign adhering matter. All steel surfaces in contact with
insulating oil shall be painted with two coats of heat resistant, oil
insoluble, insulating varnish. All steel surface exposed to weather shall
be given a primary coat of zinc chromate, second coat of oil and weather
resistant varnish of a color distinct from primary. At least two coats of
flossy oil and weather resisting non facing paint of light grey color
corresponding to shade no.631 of IS:5. Primary paint shall be as per IS:
104 and intermediate and final coat of paint shall be as per IS: 2932.
All bolts and nuts exposed to weather shall be of hot dip galvanised or
cadmium plate or zinc passivated steel. All bolts, nuts and washers in
contact with non ferrous part which carry current shall be of phosphor
bronze.
4.2.9.6.21 FITTINGS
4.2.9.6.22 PERFORMANCE
A) OPERATING CONDITIONS
B) FAULT CONDITIONS
C) IMPEDANCE
4.2.9.6.23 INSPECTION
B) CORE
C) INSULATING MATERIAL
D) WINDING
E) ASSEMBLED TRANSFORMER
4.2.9.6.24 TEST
While the routine test shall be carried out at manufacturer’s works under
prior information to purchaser, the type test certificates from reputed test
houses shall be submitted for purchaser’s approval giving details of each
test and evaluation of test data.
Test which are common to both type and routine test may be covered
under routine test in the presence of purchaser’s representative, if
required. At least four (4) weeks advance notice shall be given for
witnessing the tests.
The sequence of testing shall be as under:
ANNEXURE: 1
4.2.10.1 SCOPE
The transformers shall comply with the latest revisions of IS 2026 and
IEC: 76.
The design and operational features of the equipment offered shall comply
with the provisions of the latest version of the following rules and codes.
2. Electrical Features
4.2.10.5.1 CORE
i). The transformer core shall be made of high grade non grain
oriented cold rolled silicon steel sheets of low hysteresis loss and
high permeability. The core structure shall be securely grounded to
prevent electronic potential. Lifting eyes and lugs shall be provided
on the limbs and coils assembly. Preferably no bolt shall be used in
the cores. Clamping shall be done externally to the limb.
ii). The design of the magnetic circuit shall be such as to avoid static
4.2.10.5.2 TANKS
i). The tank cover shall be sloped to prevent retention of rain water
and shall not distort when lifted.
ii). At least two adequately sized inspection covers one at each end of
the tank shall be provided for easy access to bushing and earth
connection. The inspection covers shall have suitable lifting
arrangement.
iii). Bushings, inspection covers etc shall be designed to prevent
ingress of water into or leakage of oil from the tank.
iv). All bolted connections shall be fitted with weather proof hot oil
i). The transformers shall be provided with the single type of explosion
vent with air release device.
ii). An equalizer pipe shall be connected to explosion vent from the
conservator.
A device for measuring the hot spot temperature of the winding shall be
provided. The accuracy class of winding temperature indicator shall be
±2oC or better. It shall comprise the following:
4.2.10.11. WINDINGS
i). All bus bars and leads shall be adequately supported in insulated
cleats or frames from the clamping structure.
ii). The studs, set screws or bolts provided for securing cleats or
i). Class ‘A’ insulating materials specified in IS: 1271 or latest version
shall be used. Wood insulation, where used, shall be well seasoned
and treated.
ii). Insulating Oil
(a) The new insulating oil supplied with the transformer shall
conform to IS: 335. No inhibitors shall be used in the oil.
(b) Prior to filling the oil in the main tank suitable number of
samples shall be tested for BDV, moisture content, resistivity
at 90 deg. C, tan delta at 90 deg. C and interfacial tension.
The oil samples taken from the transformer at site shall
conform to the requirements of IS: 1866.
(c) The manufacturer shall dispatch the transformer filled with
oil.
Ten percent (10%) extra oil shall be supplied for topping up, in non
returnable sealed containers suitable for outdoor storage.
Two earthing terminals suitable for connecting 50 x 8mm mild steel flat shall
be provided at positions close to the two diagonally opposite bottom corners
of tank. These grounding terminals shall be suitable for bolted connections.
i) In the passage of air through dust filter and silica gel, moisture
absorption is indicated by a change in colour of the tinted crystal
A) PORCELAIN BUSHING
4.2.10.17 RADIATORS
4.2.10.21 PAINTING
The internal and external surfaces including oil filed chambers and
structural work to be painted shall be sand blasted to remove all rust and
scale or foreign adhering matter. All steel surface in contact with insulating
oil shall be painted with two coats of heat resistant, oil insoluble, insulating
All bolts and nuts exposed to weather shall be of hot dip galvanized or
cadmium plate or zinc passivated steel. All bolts, nuts and washers in
contact with non ferrous parts which carry current shall be of phosphor
bronze.
4.2.10.23 FITTINGS
The following fittings shall be provided with all the transformers:
4.2.10.24 PERFORMANCE
A) OPERATING CONDITIONS
B) FAULT CONDITION
C) IMPEDANCE
D) WINDING
E) ASSEMBLED TRANSFORMER
4.2.10.25 TEST
Test which are common to both type and routine test may be covered
under routine test in the presence of purchaser’s representative, if
required.
The sequence of testing shall be as under:
For the main secondary circuit breakers, the back up ground fault relay
may be operated through the CT by sensing the magnitude of the
current flowing through the resistor.
4.2.12.1 SCOPE
This specification covers requirements for shunt capacitor banks suitable
for indoor installation.
The capacitor banks shall comply with the latest version of IS: 2834 and
IEC: 831:1 & 831:2 except where modified or extended by the provision of
this specification and with the relevant parts of standards mentioned in
clause 4.2.12.2
Any material and component not specifically stated in this specification but
necessary for trouble free operation of the equipment and accessories
specified here in shall be deemed to be included. Nothing in this
specification shall be construed as to relieve the supplier of the
responsibility for correctness of the design and construction of the
equipment.
The equipment covered under this specification shall comply with all the
latest applicable statutory rules, regulations, acts and safety codes which
may be in force during the period of supply/ execution and which are
Operating conditions
4.2.12.4 DESIGN
4.2.12.5 CONSTRUCTION
4.2.12.6 PERFORMANCE
1 The unit shall deliver rated output within the limits of watt losses
indicated in clause 4.2.12.4 without over heating within the limits of
ambient temperature indicated in clause 4.2.12.3.
ANNEXURE 1
4.2.13.1 SCOPE
The transformers shall comply with the latest revisions of IS 2026 and
IEC: 76.
D) Location : Indoor
The design and operational features of the equipment offered shall comply
with the provisions of the latest version of the following rules and codes.
2. Electrical Features
1. CORE
i). The transformer core shall be made of high grade non grain
oriented cold rolled silicon steel sheets of low hysteresis loss and
high permeability. The core structure shall be securely grounded to
prevent electronic potential. Lifting eyes and lugs shall be provided
on the limbs and coils assembly. Preferably no bolt shall be used in
the cores. Clamping shall be done externally to the limb.
2. TANKS
i). The tank cover shall be sloped to prevent retention of rain water
and shall not distort when lifted.
ii). At least two adequately sized inspection covers one at each end of
the tank shall be provided for easy access to bushing and earth
connection. The inspection covers shall have suitable lifting
arrangement.
iii). Bushings, inspection covers etc shall be designed to prevent
ingress of water into or leakage of oil from the tank.
A device for measuring the hot spot temperature of the winding shall be
provided. The accuracy class of winding temperature indicator shall be
±2oC or better. It shall comprise the following:
4.2.13.12 WINDINGS
Ten percent (10%) extra oil shall be supplied for topping up, in non
returnable sealed containers suitable for outdoor storage.
Two earthing terminals suitable for connecting 50 x 8mm mild steel flat shall
be provided at positions close to the two diagonally opposite bottom corners
of tank. These grounding terminals shall be suitable for bolted connections.
i) In the passage of air through dust filter and silica gel, moisture
absorption is indicated by a change in colour of the tinted crystal
can easily observed from a distance.
A) PORCELAIN BUSHING
4.2.13.18 RADIATORS
The radiator shall be detachable type, mounted on the tank. Each radiator
shall be provided with the following.
a) A drain valve at the bottom.
b) An air release plug at the top.
c) Shut off valve at each point of connection to the tank. The location
and configuration of radiators shall be subject to purchaser
approval.
i) Temperature indicators.
ii) Terminal blocks for incoming and outgoing cables.
b) The sheet steel used shall be at least 2.0 mm thick. The box shall
be free standing floor mounted type with a sloping proof. The
degree of protection shall be in accordance with IS: 2147.
c) The temperature indicators shall be so mounted that the dials are
not more than 1600 mm from ground level.
d) The marshalling box shall have a glazed door of suitable size for
convenience of temperature indicators readings.
e) All cables shall enter the kiosk from the bottom and the gland plate
shall be not less than 450 mm from the base of the box. The gland
plate and the associated compartment shall be sealed in suitable
manner to prevent the ingress of moisture, rodents, insects etc.
from the cable trench. Gland plates, cable lugs, cable glands, etc.
shall be provided.
f) The marshalling box shall be supplied with space heater and
cubicle lighting with ON-OFF switches and associated fuses.
g) It shall be located in such a way that, the front shall not face the
transformer. It shall be mounted at least 500 mm above the ground
level.
h) The gland plate shall be made into two detachable halves, for
facilitating termination of incoming and outgoing cables separately.
4.2.13.22 PAINTING
The internal and external surfaces including oil filed chambers and
structural work to be painted shall be sand blasted to remove all rust and
scale or foreign adhering matter. All steel surface in contact with insulating
oil shall be painted with two coats of heat resistant, oil insoluble, insulating
varnish. All steel surface exposed to weather shall be given a primary coat
All bolts and nuts exposed to weather shall be of hot dip galvanized or
cadmium plate or zinc passivated steel. All bolts, nuts and washers in
contact with non ferrous parts which carry current shall be of phosphor
bronze.
4.2.13.24 FITTINGS
The following fittings shall be provided with all the transformers:
4.2.13.25 PERFORMANCE
A) OPERATING CONDITIONS
B) FAULT CONDITION
C) IMPEDANCE
D) WINDING
E) ASSEMBLED TRANSFORMER
4.2.13.26 TEST
Test which are common to both type and routine test may be covered
under routine test in the presence of purchaser’s representative, if
required.
The sequence of testing shall be as under:
Tank
vii) Pressure
viii) Vacuum
ix) Leakage
ANNEXURE: 1
4.2.13.27 TECHNICAL PARAMETERS FOR DISTRIBUTION TRANSFORMERS
4.2.14.1 SCOPE
The transformers shall comply with the latest revisions of IS: 2026 and
IEV: 76 except where modified or extended by the provisions of this
specification and relevant parts of standards.
Any material and component not specifically stated in this specification but
necessary for trouble free operation of the equipment and accessories
specified herein shall be deemed to be included.
The design and operational features of the equipment offered shall comply
with the provisions of the latest version of the following rules and codes.
a) The Indian Electricity Rules.
b) National Electricity Code
The manufacturer shall make suitable modifications, addition/alteration in
the equipment whenever necessary to comply with the above mentioned
rules/codes.
4.2.14.6.1 CORE
All steel section used for supporting the core shall be thoroughly sand
blasted after cutting, drilling and welding.
The manufacturer shall furnish the exact type of core material, its BH
curve, design flux density at normal tap and the source of procurement.
4.2.14.6.2 TANKS
A device for measuring the hot spot temperature of the winding shall be
provided. The accuracy class of winding temperature indicator shall be
±2oC or better. It shall comprise the following:
4.2.14.6.8 WINDINGS
Ten percent (10%) extra oil shall be supplied for topping up, in
non returnable sealed containers suitable for outdoor storage.
A) PORCELAIN BUSHING
4.2.14.6.13 RADIATORS
The radiator shall be detachable type, mounted on the tank. Each radiator
shall be provided with the following.
a) A drain valve at the bottom.
b) An air release plug at the top.
c) Shut off valve at each point of connection to the tank. The location
and configuration of radiators shall be subject to purchaser
approval.
i) Temperature indicators.
ii) Terminal blocks for incoming and outgoing cables.
b) The sheet steel used shall be at least 2.0 mm thick. The box shall
be free standing floor mounted type with a sloping proof. The
degree of protection shall be in accordance with IS: 2147.
c) The temperature indicators shall be so mounted that the dials are
not more than 1600 mm from ground level.
d) The marshalling box shall have a glazed door of suitable size for
convenience of temperature indicators readings.
e) All cables shall enter the kiosk from the bottom and the gland
plate shall be not less than 450 mm from the base of the box. The
gland plate and the associated compartment shall be sealed in
suitable manner to prevent the ingress of moisture, rodents,
insects etc. from the cable trench. Gland plates, cable lugs, cable
glands, etc. shall be provided.
f) The marshalling box shall be supplied with space heater and
cubicle lighting with ON-OFF switches and associated fuses.
4.2.14.6.16 PAINTING
The internal and external surfaces including oil filled chambers and
structural work to be painted shall be sand blasted to remove all rust and
scale or foreign adhering matter. All steel surfaces in contact with
insulating oil shall be painted with two coats of heat resistant, oil
insoluble, insulating varnish. All steel surface exposed to weather shall
be given a primary coat of zinc chromate, second coat of oil and weather
resistant varnish of a colour distinct from primary. At least two coats of
flossy oil and weather resisting non facing paint of light grey colour
corresponding to shade no.631 of IS:5. Primary paint shall be as per IS:
104 and intermediate and final coat of paint shall be as per IS: 2932.
All bolts and nuts exposed to weather shall be of hot dip galvanized or
cadmium plate or zinc passivated steel. All bolts, nuts and washers in
contact with non ferrous part which carry current shall be of phosphor
bronze.
4.2.14.6.19 FITTINGS
4.2.14.7 PERFORMANCE
A) OPERATING CONDITIONS
B) FAULT CONDITION
C) IMPEDANCE
D) WINDING
E) ASSEMBLED TRANSFORMER
4.2.14.8 TEST
ANNEXURE-1
i). The method adopted for limiting over voltage and equipment
distribution of voltage across each breaker.
The vacuum circuit breakers (VCB) shall be fully drawn out type mounted
on wheeled tracks which can be easily transported to repair bay. This will
ensure quick replacement of effective breakers and easy transportation for
repair and maintenance. The VCB shall have vertical isolation.
4.2.15.3.1 WIRING
4.2.15.3.3 TESTING
The switchboard with all its components shall be tested as per the
applicable Indian Standard.
4.2.15.3.4 LABELS
4.2.15.3.5 CABLING
Outgoing cable connections for both power and control circuits shall be
bottom entry type. Bottom gland plates shall be removable type.
4.2.15.3.6 EARTHING
The porcelain insulators used shall be free from flaws which may impair
their mechanical and dielectric strength.
4.2.15.3.9 BUSBARS
For protection 5 p 10
For metering Class I
The vacuum circuit breaker forming part of the switchboard shall consist
of the following:
A. PROTECTION
a) For incoming circuit breakers the following protections
shall be provided
C. INDICATION
The two incoming circuit breakers and the bus sectionalising circuit
breakers shall be interlocked electrically and mechanically.
E. TRIPPING
F. OPERATIONAL COUNTER
The panels shall be built in single tire construction in rigid free standing,
sheet steel enclosed section. Each vertical section shall contain main
busbars, isolator, contactor, CTs, PTs meters, HRC fuses etc.
The Contactor Panel shall form part of complete 3300 volts switch board.
The outgoing vacuum contactor panels will control 3300 volts motors
(suitable for direct on line starting). Each vertical section shall be divided
into four compartments namely bus bar chamber, isolator, contactors,
protection and metering compartments. Provision shall be made to ON-
OFF the VCP from a remote control desk.
The vacuum contactor panel forming part of the switchboard shall consist
of the following:
A. ISOLATOR:
The isolator shall be provided with integral earthing switch. The door
interlock shall be such as to prevent the front cover opening till the
isolator is off and earthed. A safety shutter shall be provided to prevent
accidental contact with the live contacts when the door will open. The
C. L.V. COMPARTMENT
E. AUXILIARY CONTACTS
The breakers and contactor panels shall be provided with suitable nos.
of NO and NC auxiliary contacts for remote operation and indication in
addition to the required for their own operational requirement.
F. TIMER DEVICE
Suitable timer device shall be provided in the VCP panel controlling the
drive motors of a multi drive unit to start the motors at a definite time lag.
Some relevant Indian standards for the equipment covered under this
specification, are given elsewhere.
i.) The motor control centre (MCC) shall be located indoor and be
suitable for operation in 415 volt, 3 phases, 50 Hz, restricted
earthed neutral system with a fault level of 35 MVA. The MCCs
shall be with two incoming Air Circuit Breaker to receive incoming
cable and one sectionaliser Air Circuit Breaker..
ii. Each motor feeder shall have DOL/ Reversible DOL starters,
contactor, bimetallic overload relays with built in single phasing
preventer, Earth leakage protection (for motor 5kW and above),
and motor protection relay (for motor rated 45kW and above in
sequence control), backed by a Isolator with Switch fuse unit with
inherent short circuit protection. Each motor feeder shall be
provided with ammeter.
iv.) 10% spare outlets shall be provided in the MCC for each size type
of feeder feeding power to motor / other loads with a minimum of
one.
vi.) The control desk shall be located in the central control room.
The MCC shall be with steel enclosure, cubicle type, dust and vermin
proof, floor mounting, single front construction. It shall have fully drawn out
type units over chassis arranged in suitable multi tier formation.
All 415V Air Circuit Breakers shall be of fully draw out type, which can be
drawn out without having to unscrew any connections. The circuit
breakers shall be mounted on rollers and guides for smooth movement
between SERVICE, TEST and ISOLATED positions, and testing of the
breaker shall be possible in the TEST position.
The MCC shall consist of vertical sections fabricated from cold rolled
sheet steel of thickness not less than 2mm shaped and reinforced to form
rigid free standing structure and having a degree of protection not less
than IP: 52.
MCCs shall be divided into vertical sections. Each vertical section shall be
provided with a cable alley, which shall cover the entire height.
All sheet work shall be pre treated in tanks, in accordance with IS 6005.
Degreasing shall be done by alkaline cleaning. Rust and Scale shall be
removed by pickling with acid. After pickling, the parts shall be washed in
running water. Then these shall be rinsed in slightly alkaline hot water and
dried. The phosphate coating shall be ‘Class: C’ as specified in IS 6005.
The phosphated surface shall be rinsed and passivated prior to application
of stoved lead oxide primer coating after primer application, two coats of
finishing synthetic enamel paint on panels shall be applied.
The temperature of the bus bar and all other equipment, when carrying the
rated current continuously shall be limited as per the stipulation of the
relevant Indian standards, duly considering the specified ambient
temperature 50 deg C. The Continuous temperature rise shall be no case
exceeds 55 deg C. with silver plated joints and 40 deg C with all other type
of joints over on outside ambient temperature of 50 deg C.
All disconnecting contacts for power circuits shall be robust design and
fully self aligning. Fixed and moving contacts of the power draw out
contact system shall be silver plated. Both fixed and moving contacts shall
be replaceable.
The Bidders shall indicate clearly the derating factors employed for each
component and finish the basis for arriving at these derating factors duly
considering the specified ambient temperature of 40 deg C.
4.2.16.5 BUSBARS
The Cross section of the busbars shall be uniform throughout the length of
switchgear and shall be adequately supported and braced to withstand the
structure due to the specified short circuit currents.
The earth bus shall have sufficient cross sections to carry momentary the
system short circuit and short time fault currents to earth.
i. Switch Fuse unit shall be used to protect the outgoing feeders from
short circuit fault and shall be of quick make, quick break and
current limiting type having trip free mechanism.
ii. The operating handle shall give a clear trip indication and shall be
suitable for interlocking with the cubicle door.
The incoming Air Circuit Breakers shall be of 3 pole air break draw out
type suitable for an operating duty B: 3 min. MB – 3 mm – MB with a
fault level of 35 MVA and shall conform to the following:
The spring charging motor shall be such that it requires not more than 30
seconds for fully charging the closing spring. Once the closing springs
are discharged, after one closing operation of circuit breaker, it shall
automatically initiate recharging of the spring.
All circuit Breakers shall be provided with closing and trip coils. The
closing coil shall operate correctly at all values of voltage between 85%
to 110% of rated control voltage. The trip coil shall operate satisfactorily
under all values of supply voltage between 70% to 110% of rated control
voltage. For safety, the trip circuit supervision relay should be provided.
C) CONTACTOR
D) INSTRUMENT TRANSFORMER
E) INDICATING INSTRUMENT
G) PUSH BUTTON
H) INDICATING LAMP
All cubicles shall have name plate for feeder designation. The nameplate
shall be of non: rusting metal with white engraved letter on black
background.
4.2.16.9 TESTS
Type test reports for circuit Breaker, Bus bars and Panels, Contactors
shall be furnished. Type test certificates for all important components like
instrument transformers, meters, fuses, etc. shall be furnished before the
fabrication of switch gear is started. The reports shall cover all applicable
type tests listed in relevant Indian Standards for all components of type
and ratings being supplied.
The Customer reserves the right to witness any or all the tests, for which
at least 20 days advance notice shall be given by the Contractor.
The following broad requirement shall be applicable for the equipment for
illumination system furnished and erected under these specifications. The
Bidder shall however give the detailed specification of the items.
The minimum illumination level of different areas shall not be less than the
values specified elsewhere in this specification.
In the areas like control room etc. local switch boards shall be concealed
and flushed with the walls. The front cover of the switch board shall be
brown Bakelite sheet (minimum 3.5 mm thick) and the switches and
receptacles shall be flush mounted switches shall be of piano type.
Junction boxes shall be of cast iron and 3 mm sheet screwed over junction
boxes used outdoors shall be weather proof type with neoprene gaskets.
4.2.19.1 General
The lighting distribution boards shall be of indoor type and suitable for
operation at 230 V (L-L), 3 phase, 50 Hz. supply system. These
specifications shall be read in conjunction with scope of work/supply.
The distribution board shall be fabricated from sheet steel not less than
2mm thick and properly stiffened. The enclosure of distribution boards
shall be weather, dust and vermin proof. The door of the board shall be
provided with pad locking arrangement. The board shall be adequately
surface treated and painted with double coat synthetic enamel paint after
application with two coats of red oxide primer. The distribution boards will
be suitable for mounting on wall as well as on pedestals. The distribution
boards will be of front opening type.
The copper busbar of adequate size shall be provided. The busbars shall
be properly spaced to facilitate taking vertical connections to individual
circuits through MCCB/MCBs having back up HRC fuses. The busbar
sizes shall be so selected that the temperature shall not be more than
70oC at full load taking ambient temperature as 50o C. However the
busbar rating shall not be less than the rating of incoming MCCB rating.
The busbar shall be provided with proper colour sleeves for phases and
neutral as per standard practice.
i. The MCCB s / MCB s shall have built in overload and short circuit
protections. The MCCB will have short circuit breaking capacity of
35kA and MCB will have short circuit breaking capacity of 9kA. The
iv. All the equipment shall be suitable for operation on restricted earthed
neutral system.
v. All the components and the boards shall conform to relevant Indian
Standards.
The luminaries shall be heavy duty, industrial type, dust, weather and
insect proof with control gear suitable for accommodating 70 W High
pressure sodium vapour/ Metal halide lamp for operation at 200 – 240 V
(L-L), 50 Hz supply system.
The luminaries shall have a housing of single piece and made of die-cast
aluminium. The inside of the house shall have a lamp holder and reflector
of high purity aluminium, electro-chemically brightened and anodized to
optimise light distribution. The lamp chamber shall accommodate the
required bulb.
The control gear box shall be made of suitable aluminium alloy and the
canopy shall be made of stove-enamelled sheet aluminium. The cover for
the bulb chamber shall be of high quality heat resistant glass with gasket
and will be protected with galvanized wire guard. The glass cover and
canopy shall be properly gascated to make the fitting dust tight and
weather proof. Proper locking arrangement of cover with the body shall
be provided.
The fitting should be provided with two brackets, which can be used for
top mounting or side mounting.
The housing shall be provided with cable entry box along with glands
suitable for required size of PVC insulated and PVC sheathed, single wire
armoured cable with 2 core Aluminum conductors.
The luminaries consist of housing with reflector, glass cover, control gear
box, capacitor, terminal blocks etc.
All components of light fittings including bulbs shall confirm to relevant
Indian Standard or any other international standard.
The luminaries shall be suitable for mounting on structures, poles and
towers. The luminaries mounted on towers shall be of flood light fittings
and others are of street light fittings/flood light fittings.
The flood light luminaries shall be heavy duty industrial type, dust, rain,
weather, vermin and insect proof type suitable to accommodate 150W/250
W/400W high pressure sodium vapor/ Metal halide lamp for operation at
200-240V (L-L), 50 Hz., supply system.
The luminaries shall have a housing made of cast aluminum alloy with low
copper content for excellent corrosion resistance.
It should be provided with heat resistant glass cover to ensure insect free
performance without ingress of water. The glass cover shall be of plain
glass with good transparent properties. A felt gasket impregnated with
insecticide and water repellant chemical shall be provided between the
housing and glass cover. The housing should be closed from the front. It
shall have reflector of high purity aluminum, electro-chemically brightened
and anodized to optimized light distribution.
The control gear box shall be made of suitable aluminum alloy. An
aluminum lid shall be used to close the control gear compartment. The
control gear housing shall be pre-wired with high quality low loss heavy
duty copper wound blast, capacitor to maintain minimum power factor of
0.9 (lagging). Suitable electronic igniter, connector blocks shall be
provided.
Provision for varying the angle of mounting of luminaries shall be
provided.
The fitting shall be provided with brackets, which can be used for top
mounting or side mounting.
The light fittings consist of housing, reflector, ballast, fluorescent tube rod,
terminal blocks, starter, condenser, rotor holder and rear wiring.
All components of light fittings shall confirm to relevant Indian Standard or
any other international standard.
The light fitting shall operate in the voltage range of 200-240V (L-L),
50Hz. supply system.
The tube light fitting shall be box type and suitable to accommodate two
nos. 1.2 m (4 feet) long 36/40 W or four nos. 2 feet long 18/20 W
fluorescent tube rods.
The housing shall be made from stove enameled and phosphotated
CRCA sheet steel not less than 20 SWG.
Provision shall be made on the base of the box so that the whole set can
be fitted on wall, on false ceiling or suspended from roof by conduit pipes.
The box shall be housed with electronic ballast, in-built capacitor if
required, starter along with its base and end holders for holding the tube
rods. The box shall house the required wires for connecting the various
components of the set.
Suitable in-built condenser may be provided to achieve minimum p.f. of
0.9 (lagging). Electronic ballast shall operator without humming and with
low losses.
Suitable sleeves shall be provided at the terminals of wires. Wire
termination arrangement shall be on terminal blocks.
4.2.19.6.1 SCOPE
4.2.20.1 GENERAL
The following requirements shall be applicable for all the equipment under
consideration in this document for centralized monitoring, centralized auto-
remote/semi-auto/manual sequence operation, inter-locking facilities, local
stop/start facility etc.
All the equipment except vibratory feeders below truck loading hoppers,
electrical hoist blocks, dust suppression pumps & compressor and fire
fighting pumps will be sequentially controlled (starting/stopping) by using
programmable logic control (PLC) system with hot redundant from central
control rooms installed at a different places in the plant. The PLC system
will incorporate standard programs, software packages etc. The PLC
system consisting of CPU, control desk, mimic panel, annunciator etc. will
be installed in the control rooms. Provision shall be made to control the
equipment manually from the control desk in case of failure of sequence
control system.
The centralized auto remote and auto sequence control up-to bunker &
reclaim section of the CHP shall be operated from the Central control
room located at 1st floor of 3.3 kV substation- II near discharge end of the
bunker. The auto remote and auto sequence control of Silo loading
section will be done from the Silo control room itself.
Local control facility shall also be provided near each drive/equipment for
stopping and starting of equipment during repair and maintenance and
Equipment such as dust suppression pump, fire fighting pumps etc. shall
be controlled independently from central control desk. In addition local
control facility shall also be provided for operation of the pumps locally.
The control of the equipment in CHP and Silos shall be provided with dual
redundancy and automatic change over facility (not standby) to avoid
stoppage of equipment by using PLC system.
i) A flow comprises
All the equipment in A-flow will be controlled from CD-1 located in CCR.
The coal flow diagram and sequence interlocking of A flow is shown in the
drawing R7/E&M/400170.
- Belt conveyor C1
- Electrically operated flap gate in two-way chute at the discharge
pulley of conveyor C1
- Crusher CR1/CR2
- Electrically operated flap gate in two-way chute at the discharge
chute of crusher CR1/CR2
- Belt conveyor C3A/C3B
- Belt conveyor C4A/C4B
- Belt conveyor C5A/C5B
- Belt conveyor C6A/C6B
All the equipment in B-flow will be controlled from CD-1 located in CCR.
The coal flow diagram and sequence interlocking of B-flow is shown in the
drawing R7/E&M/400171.
All the equipment in C-flow will be controlled from CD-2 located in CCR.
The coal flow diagram and sequence interlocking of C-flow is shown in the
drawing R7/E&M/400172.
4.2.20.2.2 The loading equipment below the silo, track logic system, passenger lift,
lifting tackles will be controlled from the Silo control room. The loading
operation of coal from silo to wagons shall be started with pre-warning for
which hooters will be provided at suitable location. The automatic sampling
system will be controlled from the control room installed at 1st floor of 3.3
kV substation no-II.
ii) The track logic system provided on the track will identify the rail
wagons and signal will be sent to the PLC system. After getting the
signal the hydraulically operated swing chute will be lowered and
placed in position. The flow control gate will be opened and then
the silo loading gates will be opened. When the wagon is nearing
the completion of the loading, the silo loading gate will be closed
first and then flow control gate will be closed. At the end of rake
loading the swing chute will be lifted and positioned in parking
place.
iii) The control units of weighing system, printers etc. will be located in
the silo control room
The level (high and low) of coal inside the silo at any instant will be
monitored by independent continuous monitoring systems. The system
shall have remote and local display facility. The power to the monitoring
system shall be provided from auxiliary power distribution board.
High level indicators /limit switches will be provided in both silo 1 and silo-
2. Incase a predetermined high level is reached in any silo, the Plough
feeder below the main bunker shall stop. In case a predetermined low
level point (minimum 600 t. capacity is left in silo) is reached in any silo,
the silo loading gate shall be closed for which low
level limit switches will be provided in each silo.
Interconnection of the PLC systems provided in both the control room with
the help of MODEM so that all the details of silo complex will be available
at Central control room.
PLC system shall be capable of selecting the number routes of coal flow
from the respective central control room. This shall be achieved by
providing selector switches on the control desk.
The starter shall be suitable for both top & bottom cable entry (either of
which may be used depending on cabling convenience) and shall be
provided with removable undrilled gland plates or knockouts. Adequate
space shall be available inside the starter enclosure for terminating
external cables directly on push button terminals. Overall size of Starters
shall be subject to Purchaser’s approval.
The start push button when pressed shall preferably remain in depressed
position and shall be released along the contactor when the stop push
button is pressed or when thermal overload relay operates. Local starters
shall be suitable for loop-in and loop-out of incoming cable and for one
outgoing cable to a motor.
Motor protection relay & Earth leakage relay shall be provided in HT & LT
motor starters as per system requirement.
The following are the broad requirement and shall be applicable to the
power, control and special cables furnished under these specifications.
The bidder shall however submit detailed specification for all type of
cables.
Cables shall be designed and manufactured so that damage will not result
from transportation, installation and operation under all the climatic and
operating conditions to which they may be subjected.
4.2.22.2 CONSTRUCTION
415 volt power cable should be of 1100 volt grade, stranded aluminum
conductor, fire retard low smoke type in outer sheathing, suitably PVC
insulated and PVC sheathed single layer armoured suitable for earthed
neutral system.
Control cable shall be of 650 volt grade, stranded copper conductor, fire
retard low smoke type in outer sheathing, PVC insulated and PVC
sheathed, single layer armoured having a minimum size of 2.5 sq.mm.
The cable size and type of 3300 volts and for 415 volts system should be
selected in accordance with the clause of specification and
customer/consultants approval.
Bidder shall indicate the size and length of cables necessary to tie up all
the equipment under their scope of supply. However, during erection if it is
found that the quoted lengths are not adequate, the Bidder shall have to
supply the additional quantities to complete their erection at no extra cost.
Cable trays shall be made of Galvanised Iron. The cables shall be laid
along fabricated trays and be properly grouped as power cables, control
cables etc. spaced from each other and clamped. 3300 volt and 415
power cables shall be grouped separately.
These cables shall be heavy duty fire retard low smoke type, self
extinguishing, color coded; shielded, armoured copper conductor
650/1100 volts grade coaxial screwed compensating mineral insulated etc.
4.2.23.1 GENERAL
The following broad requirements shall be applicable for all the equipment
for key operated industrial type power sockets and switches furnished and
erected under these specifications
Key operated, industrial type socket cum switch for welding purposes shall
be provided at 50 metre intervals along the conveyor length, Bunker, silos,
hopper house, Crusher house, drive houses and at all transfer points. The
successful Bidder shall give the quantity, location and specification of the
socket cum switch. The location of socket shall be such as to facilitate
welding at any point in this project.
Plug and socket and switch shall receive welding power from the welding
machines. It shall be totally enclosed, dust and vermin proof having a
hinged cover. There shall be provision to insert/connect the welding cable
4.2.24.1 SCOPE
The specification covers requirements for 3.3 kV off load isolator suitable
for use in outdoor.
The switch shall comply with the latest revision of IS 9921 & IS 13947
Any material and component not specifically stated in this specification but
necessary for trouble free operation of the equipment and accessories
specified here in shall be deemed to be included.
4.2.24.2 CONSTRUCTION
The isolator shall be gang operated, single centre break, tinned leaf spring
loaded contacts with contact pressure not less than 16 kg per ampere of
rated current. The contacts shall be high conductivity copper or copper
alloy heavily tinned.
The isolator shall be manually operated and shall have two separate
earthing terminals on the opposite corners.
The isolators shall be Type tested for insulation level, fault withstand
capacity and breaking capacity in accordance with relevant codes. Results
of Routine Test for power frequency voltage shall be supplied by the
manufacturer before consignment of the units. The results of the test
4.2.25.1 SCOPE
4.2.25.3 CONSTRUCTION
The units shall be tested for insulation level, discharge current & residual
voltage in accordance with relevant codes.
Each set of lightning arrestor shall have independent earth which shall, in
turn, be interconnected to the station grounding mat.
Equipment frame work and other non current carrying metal works
associated with the system shall be effectively connected to the earth mat.
Extraneous metal frame work not associated with the power system shall
have provision for earthing. It shall be ensured that the step and touch
potentials shall be within safe limits, as mentioned hereunder:
Each electrode shall preferably be made of G.I. pipe not smaller than
50mm. internal diameter. The buried length of the pipe electrode shall not
be less than 3 meters. Electrodes shall preferably be embedded below
The joints shall be riveted, sweated, brazed, bolted or welded. For rust
protection the welds shall be treated with barium chromate. Welded
surfaces shall be painted with red lead and aluminum paint in turn and
afterwards coated with bitumen. Joints in the earthing conductor between
the switchgear units and cable sheaths, which may require to be
sufficiently broken shall be bolted and the joint faces tinned. All joints in
the earthing shall be welded except the points for separating the earthing
mat for testing purposes, which shall be bolted. These points shall be
easily accessible for supervision. All exposed steel conductors shall be
protected with bituminous paint.
The earth mat shall be buried at a depth of more than 600mm. below the
ground level.
Space heaters shall be provided in the bus ducts, wherever they are
necessary for preventing harmful moisture condensation.
The space heaters shall be suitable for continuous operation on 240v AC,
50 Hz, single-phase supply, and shall be automatically controlled by
thermostats.
Pull chord switches shall be provided along the entire length of conveyor
for emergency stopping of the conveyor.
Spacing shall be at an interval of 50m (app.) along with the conveyor and
at least one switch should be provided for small conveyors near drive
heads & tail ends.
It shall have cast/metal clad and weather proof enclosure.
The pull chord shall be of adequate length and shall be of standard flexible
galvanized wire.
Pull chord switch shall have operating signal facility
(a) Belt sway switches shall be provided in pairs to keep the belt sway
within permissible limit.
The list given above is indicative but not exhaustive. The contractor shall
give complete list of latest revisions/standards, needed for design,
installation erection commissioning of all electrical electronic signaling,
communication etc. equipment/items. The contractor shall submit all the
standards for reference as required by the Employer at the detailed
engineering stage.
CHAPTER - V
5.0.0.0 The following data are required along with the offer failing which the
offer may be treated as incomplete
5.0.1.0 GENERAL
5.1.0.0 MECHANICAL
The details of the drums required shall be furnished for all types of
drums for any one of the conveyor here for initial assessment
• Diameter (OD)
• Shell thickness
• Bearing centers
• Material of shaft
• Plummer block type, make
• Type of construction of drums
• Details of ribs & stiffeners provided inside the drum shell along with
thickness
• Type of shaft and hub connections
• Type of sealing for the bearings / Plummer blocks.
• Lubrication arrangements
• Bearing life guaranteed for (hours)
• Out of roundness of the drums
• Type of lagging on drive drums and details
The details asked below shall be furnished for all types of idlers.
• Diameter (OD)
• Length of roller
• Wall thickness of tube
• Diameter of shaft & its length
• Material of shaft
• Size & Type of bearings
• Details of sealing arrangement
• Approximate capacity of grease cavity
• Bearing life guaranteed for (hours).
• Eccentricity / Ovality of the idler
• Idler tube construction -
• Weight of idler set
• Weight of moving parts/ idler
• Shore hardness of rubber disc for impact idlers
• Spacing for different types of idlers
• Make
• Friction factor
• Kilo Watt
• Make
• Starting torque
• Full load torque
• Starting current
• Full - load current
• Power factor
• Insulation class
• Type of enclosure
• Voltage
• Make
• Type & size
• Speed ratio
• Output transmitting capacity
• Service factor used
• Efficiency
• Type
• Make
• Size
• Service factor
• Type
• Make
• Size
• Rating
• Type
• Make
• Size
• Capacity in kilogram-meters
• Type
• Make
• Spacing & number
• Type
• Make
• Spacing & number
• Tripper construction
• Drum diameter
• No. of wheels for tripper carriage
• Wheel bearings
• Type of rail clamps
• Type of tripper drive
• Drive motor rating
• Power supply system
• Operation Platform and cross-over ladder provided.
• Size of railing considered
The following drawings in triplicate shall accompany the offer failing which it
may be passed over. All drawings shall conform to the IS: 696 and all
dimensions shall be in millimeters.
5.1.2.0 BELTING
• Width in mm
• Type & make
• Total length in meter
• Construction
• Type of jointing
• No. of plies
• Factor of safety assumed for belt strength
• Breaking load per warp & weft:
• Thickness of belting in mm
• Belt weight per metre run in Kg./cm width/m
• Cover Thickness in mm
• Top
• Bottom
• Grade of cover & its abrasive value
• Belt length in meter
• Roll diameter in mm
• Trough ability of belt
• Compliance with standard
• Manufacturer’s descriptive pamphlets and sectional
5.1.4.1 GENERAL
• Type/size/no
• Make
• Capacity – Nominal & variable
• Arrangement detail to get variable discharge
• General specification including constructional feature details
• Chute material
• Thickness of mother plate
• Type and material of liner
• Thickness of liner
• Slope of chute
• Inside dimension of chutes
• Number of discharge chutes
• Hood cover thickness
• Method of fixing of liner plate
• Details of dust sealing arrangement
5.1.5.2 SILO
• Type of gates
• Number of gates
• Opening size of gates
• Number of hydraulic cylinders used for each gate
operation
• Minimum opening time of each gate (Sec.)
• Minimum closing time for each gate (Sec.)
• Hydraulic cylinder, operating pressure (BAR)
• Maximum closing force at above pressure (Tonnes)
• Type and size of cam followers used and their numbers
• Expected flow rate (TPH)
• Make
• Type
• Qty. per each silo
• Location of installation
• Control system details
• Signalling system
• Operation and construction details
• Type of accumulator
• Volume of accumulator
• Description of accumulator, operating system and other
constructional details
• Operating pressure
• Make and model
• Chute material
• Thickness of mother plate
• Type and material of liner
• Thickness of liner
• Slope of chute
• Inside dimension of chutes
• Number of discharge chutes
• Hood cover thickness
• Method of fixing of liner plate
• Valley angles of chutes :
• General arrangement drawings along
with maker's illustrative pamphlets,
literature for lining material :
• Capacity (TPH)
• Belt width and length
• Belt speed
• Material size
• Drive power
• Make
• No offered
• Make
• Type
• Duty and rating of vulcaniser
• Temperature to be maintained.
• Size and material composition of Heating plates.
• Details of Hydraulic pressure system
• Make
• Type
• Capacity
• Detail of mounting arrangement.
5.2.0.0 ELECTRICAL
1. Manufacturer's name :
2. Type and Designation :
3. Nominal Voltage Rating :
4. Rated discharge current
(8/20 microsecond) :
5. Type of mounting :
6. Maximum impulse spark over voltage :
1. Name of Manufacturer :
4. Current rating
a) Normal :
b) Continuous as per site condition :
c) Short time rating for 3 second kA :
a) Main :
b) Arcing and arc control device :
a) Main :
b) Arcing :
c) Whether contacts silver faced :
The characteristics of the insulator fitted for mounting D.O. fuse should also
be furnished as given below:
1. Name of manufacturer :
2. System Voltage :
3. Type of Insulator :
4. No. of Units per stack :
1. Name of manufacturer :
2. Service :
3. kVA rating
a)HV winding : kVA
b)LV winding : kVA
4. Rated voltage
kVA rating
a)HV winding : kV
b)LV winding : kV
5. Rated frequency :
6. Number of phases :
7. Connections
a)HV winding :
b)LV winding :
8. Connection symbol
a) HV-LV :
9. Tapings
a) Range :
b) Number of steps :
10. Reference Ambient temperatures
0
a) Maximum ambient air temperature : C
0
b) Minimum ambient air temperature : C
11. Type of cooling :
12. Temperature rise
0
a) Top oil : C
0
b) Windings : C
13. Total loss at rated voltage at principal taping : kW
and rated frequency
14. Impedance voltage at rated current for the
principal taping
a) HV – LV : Percent
15. Efficiencies at 75oC at unit factor
a) At full load : percent
b) At ¾ full load : percent
c) At ½ full load : percent
16. Regulation at full load at 75oC
a) At unit power factor : percent
b) At 0.8 power factor lagging : percent
17. Terminal arrangement
a) High voltage :
b) Low voltage :
d) Neutral
1. General
Maker's name
Enclosure degree of protection
Thickness of sheet steel, mm
Standards to which the various equipment conform
Material
Size
Type of support insulators
3. Earth Busbars
Material
Size of earth bus bar
Fault current rating in K Amps.
5. Current Transformer
Maker's name and type
Standard to which the equipment conforms
Rated voltage, kV
Rated secondary current, Amps
Accuracy class
Class of insulation
6. Voltage Transformer
Maker's name and type
Standard to which the equipment conforms
Primary and secondary rated voltage, kV
Accuracy class
Class of insulation
burden.
7. Vacuum Contactors
Rated duty
Duty class
1. Name of manufacturer :
2. Service :
3. kVA rating
a)HV winding : kVA
b)LV winding : kVA
4. Rated voltage
kVA rating
a)HV winding : kV
b)LV winding : kV
5. Rated frequency :
6. Number of phases :
7. Connections
a)HV winding :
b)LV winding :
8. Connection symbol
a) HV-LV :
9. Tapings
a) Range :
b) Number of steps :
10. Reference Ambient temperatures
0
a) Maximum ambient air temperature : C
0
b) Minimum ambient air temperature : C
11. Type of cooling :
12. Temperature rise
0
a) Top oil : C
0
b) Windings : C
13. Total loss at rated voltage at principal taping : kW
and rated frequency
14. Impedance voltage at rated current for the
principal taping
a) HV – LV : Percent
15. Efficiencies at 75oC at unit factor
a) At full load : percent
b) At ¾ full load : percent
c) At ½ full load : percent
16. Regulation at full load at 75oC
a) At unit power factor : percent
b) At 0.8 power factor lagging : percent
17. Terminal arrangement
a) High voltage :
b) Low voltage :
d) Neutral
1. Name of manufacturer :
2. Service :
3. kVA rating
a)HV winding : kVA
b)LV winding : kVA
4. Rated voltage
kVA rating
a)HV winding : kV
b)LV winding : kV
5. Rated frequency :
6. Number of phases :
7. Connections
a)HV winding :
b)LV winding :
8. Connection symbol
a) HV-LV :
9. Tapings
a) Range :
b) Number of steps :
10. Reference Ambient temperatures
0
a) Maximum ambient air temperature : C
0
b) Minimum ambient air temperature : C
11. Type of cooling :
12. Temperature rise
0
a) Top oil : C
0
b) Windings : C
13. Total loss at rated voltage at principal taping : kW
and rated frequency
14. Impedance voltage at rated current for the
principal taping
a) HV – LV : Percent
15. Efficiencies at 75oC at unit factor
a) At full load : percent
b) At ¾ full load : percent
c) At ½ full load : percent
16. Regulation at full load at 75oC
a) At unit power factor : percent
b) At 0.8 power factor lagging : percent
17. Terminal arrangement
a) High voltage :
b) Low voltage :
d) Neutral
a. Maker’s name
b. Standard to which the equipment conforms
c. Mounting details
d. Type of enclosure
e. Whether mimic panel is included in the offer
f. Paint shade
g. Ground-box material, size, size of connector, fault current rating etc.
h. Internal wiring
i. Voltage grade
ii. Insulation
iii. Conductor material
i. CONTROL SWITCH
j. Push button
l. Lamps
m. Space heaters
n. Terminal blocks
q. Annunciation Panel
a. Maker’s name
b. Type of annunciation system
c. Number of windows
d. Type of panel construction
e. Materials and thickness
f. Any other special feature
a. Power supply
b. Processor
(a) The operator station – Main control room & Silo Control Room
Function:
Plant operation and display of status of Input & output at the
field interface modules, Process Dynamic graphics on Monitor,
Data log record.
(b) THE Engineering (programming) station - 1 no.
Function:
On and Off line programming of PLC by the user during
development of programme, start up, Fault diagnosis ( trouble
shooting) & preparation of user5 doc. Etc.
(c) Personal computer with printer
Communication cable
Computer cable
IV SOFTWARE PACKAGES
a. For housing CPU rack with local I/Os and power distribution
accessories.
b. For housing remote I/O racks and power distribution accessories
c. General
d. Fabrication material
e. Cabinet finish
f. Enclosure protection
g. Inside cabinet wiring
h. Illumination
5.2.13. COMMUNICATION
TELEPHONE SYSTEM
5.2.14 EARTHING
5.2.15 EARTHING
PRESSURISATION
a. Make
b. Pressure
c. Temperature
d. No. of air charges
e. Other details
AIR CONDITIONING
a. Make
b. Type
c. Temperature
d. Humidity
e. Other details
Note: The tenderer shall furnish the complete details for all the MCCs. Some
details are given below
5.2.18.1 GENERAL
a. Maker’s name
b. Enclosure degree of protection
c. Standard to which the various equipment conform
a. Maker’s name
b. Standard to which the equipment conforms
c. Rated breaking capacity in kA
5.2.18.6 ISOLATORS
a. Maker's name
b. Type
c. Standard to which the isolators conforms
5.2.18.7 FUSES
a. Maker's name and type
b. Standard to which the fuses conforms
c. Maximum symmetrical rms fault current interrupting capacity, kA.
5.2.18 .8 CONTACTORS
a. Maker’s name
b. Standard to which the equipment conforms
c. Rated voltage primary and secondary
d. Accuracy class
a. Maker’s name
b. Type and range
c. Standard to which the equipment conforms
d. Rated voltage in Volts
e. Instrument accuracy class
a. Conductor material
b. Area of cross-section of conductor
c. Voltage grade
d. Insulation material
NOTE: The tenderer shall furnish the complete details for each size of
cable and of different voltage grades. Some of details are as
follows:
a. Maker's name
b. Standard to which the cable conforms
c. Voltage grade, volts
d. Suitable for earthed or unearthed system
e. Short circuit current
f. Conductor
i) Material
ii) Nominal cross sectional area, sq.mm
iii) Number and diameter of wires.
g. Insulation
i) Material
ii) Thickness
iii) Composition
h. Armour-material, type
i. De-rating factors for the following shall be indicated
NOTE: The tenderer shall furnish the complete details for each type
of the equipment and accessories furnished. Some of the details are
given below:
LIGHTING FIXTURES
LAMPS
BALLAST
CAPACITOR
a) Maker's name
b) Rated voltage, volts
STARTER
LIGHTING CABLE
a) Maker's name
b) Standard to which the cable conforms
c) Voltage grade, volts
d) Size of conductor, sq.mm
e) Conductor material
JUNCTION BOX
SWITCH
:
5.2.21.3 CAPACITOR
Note: The tenderer shall furnish the complete details for capacitors
required, some of the details are as follows:
1. Manufacturer's name :
2. Type and Designation :
3. Nominal Voltage Rating :
4. Type of mounting :
5.2.24.1 FOUNDATIONS
5.2.24.3 SILO
a) Design principle
b) Total height of silo
c) Internal dia. of silo
d) Details of liners used in the conical portion of the silo
e) Details of liners used in the vertical portion of the silo
f) Number of floors
g) Provision of stairs in between the floors
h) Lift shaft details
i) Shaft details for carrying cables, pipes etc.
j) Type of floor finish
5.2.24.5 MISCELLANEOUS
NEAR
LINGARAJ OCP
LINGARAJ AREA
िदस बर - 2011
से ट्रल माईन लािनंग ए ड िडजाइन इ सटी यट
ू
(कोल इि डया की अनुषंगी क पनी)
क्षेत्रीय स थान- 7
säwÂàçÎwÊ -751001
िनिवदा द तावेज
TENDER DOCUMENT
FOR
DESIGN, SUPPLY, ERECTION, COMMISSIONING AND
TESTING OF COAL HANDLING PLANT & SILO (16.0 Mtpa)
NEAR
LINGARAJ OCP
LINGARAJ AREA
िदस बर - 2011
से ट्रल माईन लािनंग ए ड िडजाइन इ सटी यट
ू
(कोल इि डया की अनुषंगी क पनी)
क्षेत्रीय स थान- 7
säwÂàçÎwÊ -751001
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING OF
COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
INDEX
Job No 730176
TENDER DOCUMENT FOR DESIGN, SUPPLY, ERECTION, COMMISSIONING AND TESTING OF
COAL HANDLING PLANT & SILO (16.0 Mtpa) NEAR LINGARAJ OCP
METHOD OF PRICING
The Bidders may quote their bids either item wise or broad head wise i.e.
1.0.A-1, 1.0.A-2, 2.0,3.0, 4.0, 5.1, 5.2A & 5.2B, 5.3, 5.4 and grand total i.e. 1.0
to 5.4 as per the following format in separate sealed envelope .As indicated in
clause 6.0, it is mandatory to fill up the quantities..
7. INSTRUCTIONS:
1) Quantity should be as per scope defined in the tender document and should
cover all the requirement of the system.
2) ±10% clause based on civil and structural quantities of works as given by the
bidder in the above table, the short fall in total quantity of all civil & structural
works shall be allowed up to 10% only to every individual items. For shortfall of
quantities exceeding 10%, there shall be proportional reduction in the price of
the individual items resulting in the reduction in the award value by the same
amount. Upward variation in quantity of individual items for civil & structural
works should be absorbed by contractor unless specifically stated otherwise in
the document.