Gevra Tender
Gevra Tender
FOR
FOR
SOUTH EASTERN COALFIELDS LIMITED
AS PER SCOPE OF WORK SPECIFIED IN THE NIT DOCUMENT
AT
Gevra OCP, Gevra Area, Distt : Korba,
Chhattisgarh - 495452
Tender No.- HEC/ PROJ/ CONTRACT CELL/ 2021/ Gevra-212 Dated: 02.06.2021
Tender Enquiry No.: HEC/ PROJ/ CONTRACT CELL/ 2021/ Gevra - 212 Dated 02/06/2021.
Dear Sir,
We request you to submit your most competitive offer for the following Scope of Work as per the
given schedule:
ENQUIRY SCHEDULE:
Schedule of tender receipt : As mentioned in CPP Portal
Schedule of tender opening : As mentioned in CPP Portal
Price Bid opening date : Will be intimated later
Bidders are required to upload the bid along with all supporting documents including priced part (BoQ)
only on the e-tendering website (https://etenders.gov.in/eprocure/app), on or before the due date and
time for submission of bid.
Tender Cost & EMD to be uploaded in scan copy and hard copy to be sent sealed in separate envelop
superscripted to our office at below mentioned address.
Thanking you,
(C S Prasad)
DGM/Purchase & CC
Project Division,
Heavy Engineering Corporation Limited
HMBP ADM. BUILDING (ANNEXE) DHURWA,
RANCHI-834004
Ph.06512401266,
E-mail: [email protected]
INSTRUCTIONS TO TENDERER (ITT)
1.0 Prospective Tenderers are advised to get register themselves at NIC e-tender portal i.e.
https://etenders.gov.in/eprocure/app, obtain ‘User ID’ & ‘Password’ and go through the ‘Self Help
files’ available in the Home Page after log in to the portal http://etenders.gov.in. They should also
obtain Class III Digital Signature Certificate (DSC) in parallel which is essentially required for
submission of their application. Detailed instructions for online bid submission are attached in
Annexure-3. No registration fee would be charged from the bidders.
2.0 NOTE: HEC reserves the right to extend / change the schedule of any activity by intimating the
bidders through a notification on the e-tender portal.
The Following two covers shall be submitted through online CPP - portal by the bidders. Last
date and time of submission of bids (cover I, II) is as per given dates.
4.0 Earnest Money Deposit – The offers submitted shall be considered valid only when scan copy of EMD
document. The scan copy of EMD document in form of DD/ BG/ Receipt or NEFT/ RTGS have to be
uploaded with the Techno- Commercial bid (Part 1) only.
Exemption of EMD shall be applicable on submission of valid SSI/ NSIC/ MSME certificate and as per
prevailing govt. guidelines. SSI/ NSIC/ MSME Certificate to be uploaded in Techno Commercial Part 1.
EMD detail as per the details mentioned below.
The Bidder shall submit EMD of Rs 190.50 Lacs (One Hundred Ninety Lacs and Fifty Thousand Only)
in the form of Bank Guarantee (in prescribed enclosed Proforma at Annexure-4)/ Bank Draft in favour
of Heavy Engineering Corporation Limited, Ranchi from a Nationalised Bank/ Scheduled Indian Bank.
a. The validity of the Bank Guarantee shall be for a period of 60 days beyond the validity of the Bid.
b. Tenders not accompanied with EMD shall be liable for rejection
The original EMD in form of DD/ BG should be reached us though courier or in person before the
opening date of tender in following address
Refund of EMD: The Earnest Money will be retained in the case of successful tenderer. The Earnest
Money deposited by the successful bidder will be refunded on receipt of required Security Deposit from
the bidder.EMD of the unsuccessful tenderers shall be refunded immediately after finalization of the
tender. EMD shall be forfeited if any tenderer withdraw their offer before finalization of the tender.
5.0 Tender Fee of Rs.10,000 (Rupees Ten thousand only) in the form of Demand Draft in favour of
Heavy Engineering Corporation Ltd., payable at Ranchi
a) Tenders not accompanied with Tender Fee shall be liable for rejection.
Exemption of Tender Fee shall be applicable to bidders on submission of valid SSI/ NSIC/ MSME
certificate and as per prevailing govt. guidelines. SSI/ NSIC/ MSME Certificate to be uploaded in Techno
Commercial Part 1.
7.0 LANGUAGE
The Tender shall be submitted in English language.
12.0 PURCHASER’s RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and
reject all bids at any time prior to 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
Purchaser’s action.
13.0 Tenderer to note that Work order will be awarded to L-1 firm on complete Turnkey package Basis.
14.0 Bill address And GST No. of HEC will be intimated later before issue of Work order.
15.0 One Bid Per Bidder: Each Bidder shall submit only one Bid, either individually, or as a partner in a
partnership firm or a partner in a joint venture or a public limited firm. A Bidder who submits or
Participate in more than one Bid (other than 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.
16.0 Prices shall not be indicated in this part and in case price is indicated in any form in techno- commercial
(Part II) of offer the bid of Tenderer will be summarily rejected.
The comparison between the offers shall be made on comparison of Package cost basis.
Price preference to Local suppliers as per Make in India procurement policy of Govt. of India and
Department for Promotion of Industry and Internal Trade (DPIIT) order No. P-45021/2/2017-PP (BE-II)
dated 04th June, 2020
A. Eligibility of ‘Class-I local supplier’, ‘Class-II local suppler’ and ‘Non-local supplier’
i. Only Class-I local suppliers are eligible to participate in tender if there is sufficient local capacity
and local competition irrespective of the purchase value. L1 bidder amongst Class-I local suppliers
shall be awarded contract subject meeting other requirements as per tender.
ii. In procurement of all goods or services not covered above, only ‘Class-I local supplier’ and ‘Class-
II local supplier’, shall be eligible to bid.
i. Tendered goods are not divisible in nature, the following procedure shall be followed to
evaluate L1 and award of contract:
a. Among all qualified bids, the lowest bid will be termed as L1. If L1 is from a Class-I local supplier,
the contract will be awarded to L1.
b. If L1 is not from a Class-I local supplier, the lowest bidder among the Class-I local suppliers, will be
invited to match the L1 price subject to local supplier's quoted price falling within the margin of
purchase preference, and the contract shall be awarded to such local supplier subject to
matching the L1 price.
c. In case such lowest eligible Class-I local supplier fails to match the L1 price, the Class-I local
supplier with the next higher bid within the margin of purchase preference shall be invited to
match the L1 price and so on and contract shall be awarded accordingly. In case none of the
Class-I local suppliers within the margin of purchase preference matches the L1 price, then the
contract may be awarded to the L1 bidder.
C. “Class-II local supplier” will NOT get purchase preference in any procurement.
18. “This procurement of goods/services under the reference Tender is covered under Public
Procurement policy 2017, revised 16.09.2020 and here in after any further revisions.”
19. Joint Venture/ Consortium:
In case the bidder intends to form a Consortium, the members should comprise of one lead
partner along with associated members/partners (limited to maximum of two associated
members/partners excluding lead partner).:
Joint Venture details
Name of all partners of a joint venture (not more than 3):
1. Lead partner
2. Partner
3. Partner
Following documents to be provided
19.1) A copy of the agreement, duly notarized, entered into by the Consortium members.
19.2) All members (Lead and associate members) shall furnish:
a) Nature of business carried out by the members (Lead and associate members)
individually including Sl. No. of the relevant provisions of its Memorandum relating
thereto.
b) Names and particulars, including addresses of all the Directors/Proprietors/Partners.
c) Previous experiences of the Companies for all consortium members executed similar
project as well as work.
d) Relevant credentials with Reference list of the Consortium (Lead and associate
members).
e) With respect to the Company which is a member of the Consortium, a self attested
copy of “Certificate of Incorporation” issued under Companies Act, a copy of
certified/audited Balance Sheet and a self attested copy of Permanent Account
Number (PAN) issued by Income Tax authorities; and similar documents under the
provisions of the relevant Foreign Law.
f) With respect to a partnership firm which is a member of the Consortium, a self attested
copy of “Certificate of Registration” as a firm, issued under Indian Partnership Act, a copy
of certified/audited Balance Sheet and a self attested copy of Permanent
19.3) Lead Partner will be the ‘In-charge’ of the contract . This authorization shall be evidenced
by submitting with the bid a Power of Attorney signed by legally authorized signatories of
all the partners.
19.4) The JV Agreement must provide that the Lead Partner shall be authorized to incur
liabilities and receive instructions for and on behalf of any and all partners of the Joint
Venture and the entire execution of the contract shall be done with active participation
of the Lead Partner.
19.5.) The contract agreement should be signed by each Joint Venture Partners. Subsequent
declarations/letters/documents shall be signed by lead partner authorized to sign on
behalf of the JV or authorized signatory on behalf of JV.
19.6) The Letter of Bid, Undertaking & Integrity Pact should be signed by all the partners of the
Joint Venture.
19.7) An entity can be a partner in only one Joint Venture. Bid submitted by Joint Venture
including the same entity as partner will be rejected.
19.8) The JV agreement may specify the share of each individual partner for the purpose of
execution of this contract. This is required to fulfill eligibility and also for the purpose of
apportioning the value of the contract to that extent to individual partner for subsequent
submission in other bids if he intends to do so for the purpose of the qualification in that
Bid.
19.9.) The Earnest Money/Bids Security Bank Guarantee can be submitted by the Joint Venture or
one or more partners of the Joint Venture
19.10) The bid submission must include documentary evidence to the relationship between
Joint Venture partners in the form of JV Agreement to legally bind all partners jointly and
severally for the proposed agreement which should set out the principles for the
constitution, operation, responsibilities regarding work and financial arrangements,
participation (percentage share in the total) and liabilities (joint and several) in respect of
each and all of the firms in the Joint Venture. Such JV Agreement must evidence the
commitment of the parties to bid for the facilities applied for (if pre-qualified) and to
execute the contract for the facilities if their bid is successful.
19.11) The JV agreement must specifically state that it is valid for the project for which bidding is
done. If JV breaks up midway before award of work and during bid validity period bid will
be rejected. If JV breaks up midway before award of work and during bid validity/after
award of work/during pendency of contract, in addition to normal penalties as per
provision of bid document, all the partners of the JV shall be debarred from participating
in future bids for a minimum period of 12 months.
(19.12.) JV agreement shall be registered in accordance with law so as to be legally valid and
binding on the members before making any payment.
19.13) JV shall open a Bank Account in the name of JV and all payments due to the JV shall be
credited by employer to that account only. To facilitate statutory deductions all statutory
documents like PAN, GST Registration Certificate with GSTIN, CMPF/EPF Registration etc.
in the name of the Joint Venture shall be submitted by JV before making any payment.
20. AWARD CRITERIA-
Subject to Clause No.21, 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.
21. EMPLOYER'S RIGHT TO ACCEPT ANY BID, NEGOTIATE AND TO REJECT ANY OR ALL BIDS
Notwithstanding Clause No.20, the Employer reserves the right to accept, negotiate 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.
22. INTEGRITY PACT-
Bidders are required to submit the Pre-Contract Integrity Pact duly signed, witnessed and
uploaded as per enclosed format (Appendix-8) along with the bid in Part-I/Cover-I. This will be
signed by the authorized signatory of the bidder(s) with name, designation and seal of the
Company. Bidders who do not sign the Integrity Pact shall be disqualified from participation in
the Bid process
23. INSURANCE:
23.1 HEC will take insurance (Marine-cum-storage-cum Erection Insurance Policy and Worker’s
Compensation Insurance) for entire work in their name as per the agreement between HEC and
SECL. Successful bidder will share part of the premiums paid by HEC in proportion to contract
amount. The insurance of successful bidder share of premium will be deducted by HEC from
bidder’s RA bills. All statutory documents required for logging claim shall be furnished by the
bidder. Any such claim logged by the bidder shall be passed on the Insurance Company by HEC
and the claim as will be settled by the Insurance Company shall be passed to successful bidder.
23.2- The Insurance Clause No- 13 of General Terms and Conditions of Contract and Clause No-
28 of Erection Conditions of Contract should be referred in this regard.
24. CUSTODY, INTIMATION OF SHORTAGE, MISSING, DAMAGES, LOADING/UNLOADING OF
MATERIAL.
24.1 Upon arrival at Works Site, all Plant, Machinery, Equipment, Materials, commissioning
spares, special tools & tackles, all consumables, etc., the Contractor shall assume custody thereof
and remain responsible therefore, until the Provisional Acceptance Certificate is issued by the
Engineer/ Site -In charge.
24.2 The Plant, Machinery, Equipment, Materials, commissioning spares, special tools & tackles,
all consumables, etc., supplied by HEC or its vendor/contractor shall also be in the custody of
contractor
24.3 Suitable store (covered shed) shall be provided along with appropriate open space for
storage of Plant, Machinery, Equipment, Materials, commissioning spares, special tools &
tackles, all consumables, etc.,
24.4 Loading and Unloading of the Plant, Machinery, Equipment, Materials, commissioning
spares, special tools & tackles, all consumables, etc., supplied by contractor, HEC or its vendor
shall also be in the scope of contractor
24.5 The Contractor shall, whether acting as the Employer’s agent or as custodian, be responsible
for communicating to the Engineer any shortages, missing, breakages, damages, etc. as soon as
they come to his notice without prejudice to his obligation.
25.1 Contractors are to employ, to the extent possible (as per policy decision of the company
valid from time to time), local project affected people and pay wages not less than the minimum
wages as per minimum Wages Act of Central or state govt. (whichever is higher).
25.2 Payment of Provident Fund for the workmen employed by him for the work as per the law
prevailing under provision of CMPF/EPF and allied scheme valid from time to time shall be
responsibility of the contractor.
25.3 In all the cases mentioned above, the contractor needs to ensure that the employee has
become a member of any of the provident fund as the case may be and the unique membership
number of the CMPF/EPF or Allied Scheme needs to be submitted to Employer.
25.4 In addition to the above, the Contractor shall provide a copy of the updated passbook
having entry made in the CMPF/EPF or Allied Scheme(s) of Provident fund as the case may by the
competent authority annually /as and when asked. Bidder shall also submit copies of statutory
returns.
Note:
However, if the basic rate of wages of labour as fixed by CIL (i.e. with respect to HPC wages) is
revised during the contract period then the incremental difference shall be reimbursed on actual
basis through a suitable mechanism as decided by CIL/Subsidiary.
Payment of Wages to i) For Construction Plant: As The latest Rate as per Govt.
Contractor's labours. per Minimum Wages Act Notification and as available
Central/State Govt. (higher). on the Govt. Website shall be
applicable
(ii) For Operation & The latest Rate as per CIL
Maintenance of Plant: High Notification and as available
Power Committee (HPC) on the Coal India Limited
Wages of CIL. Website (www. Coalindia.in)
shall be applicable.
25.5 The Contractor shall comply with statutory requirements of various acts including Child
labour (Prohibition & Regulation) Act, 1986 as amended from time to time and all rules,
regulations and schemes framed there under from time to time in addition to other applicable
labour laws.
Annexure – 1
PART – I
(To be filled by the bidder and to be uploaded alongwith techno-commercial bid)
Quotation No………………………………………………..…
Sl Requisite Remark
No.
1 Submission of the offer with signed and stamped Upload the relevant documents
copy of annexure - A, B & C of commercial Terms &
conditions and Annex.-2 of Technical specification.
2 All NIT Items must be quoted otherwise offer shall YES/ NO
not be considered as procurement is on Package
Basis.
3 Class of the bidder (Class-I / Class-II/ Non-Local Class-I/ Class-II/ Non-Local
supplier) must be specified in line with supplier
procurement policy of Govt. of India and
Department for Promotion of Industry and Internal
Trade (DPIIT) order No. P-45021/2/2017-PP (BE-II)
dated 04th June, 2020
4 Declaration of local content as per annexure -5 Enclosed/ Not Enclosed.
(Mandatorily to be enclosed)
5 Whether SSI/NSIC/MSME Yes/ No (In case yes, then upload
certificate)
6 Whether SSI/NSIC/MSME owned by SC/ST/WOMEN
Entrepreneurs
7 Tender fee (Rs 10000.00) / EMD(Rs. 190.50 Lacs ) Yes/ No
(In case yes, then upload scan
copy of DD/BG/Online receipt )
8 F.O.R. Gevra OCP, SECL Site Yes/ No
11 Validity Yes/ No
(One hundred and Eighty (180) days from the due date
of opening of the tender.)
12 L.D. Clause Yes/ No
1. The tenderer shall upload the digitally signed Schedule of price bid in the form of BOQ.xls
2. Bidders may please note, the schedule of quantities is attached in the portal. The same (BOQ)
shall be downloaded and to be filled in the editable (un protected) cells only and they should
necessarily submit their financial bids in the format provided after entering the financial
quotes, name of the bidder etc.
3. Bidders to note that the price as per the offer is strictly to be mentioned under Part-II of Price
bid and not to be disclosed in any manner under techno-commercial bid Part-I, In case price of
the bidder is disclosed under techno-commercial bid Part-I, the offer of the firm will be
summarily rejected.
4. If any item of BOQ is not quoted then offer of the firm shall not be considered as procurement
is on PACKAGE BASIS.
Annexure 3
Instructions for Online Bid Submission
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using
valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in
registering on the CPP Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
REGISTRATION
(i) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online
bidder Enrollment” on the CPP Portal which is free of charge.
(ii) In case of any clarification please contact M/s NIC, before the schedule time of the submission of
bid. Contact Person:- Shri Kushal Kumar: 09852923855/ 7903884318
(iii) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
(iv) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
(v) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
(vi) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
(vii) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
PREPARATION OF BIDS
i) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
ii) Please go through the tender advertisement and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers
in which the bid documents have to be submitted, the number of documents - including the
names and content of each of the document that need to be submitted. Any deviations from
these may lead to rejection of the bid.
iii) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing
size of the scanned document.
iv) To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to
them to upload such documents. These documents may be directly submitted from the “My
Space” area while submitting a bid, and need not be uploaded again and again. This will lead to
a reduction in the time required for bid submission process.
Note: My Documents space is only a repository given to the Bidders to ease the uploading
process. If Bidder has uploaded his Documents in My Documents space, this does not
automatically ensure these Documents being part of Technical Bid.
SUBMISSION OF BIDS
i) Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.
ii) The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.
iii) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as
applicable and enter details of the instrument.
iv) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the concerned official, latest by as
specified in the tender documents. The details of the DD / any other accepted instrument,
physically sent, should tally with the details available in the scanned copy and the data entered
during bid submission time. Otherwise the uploaded bid will be rejected.
v) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a standard
BOQ format with the tender document, then the same is to be downloaded and to be filled by
all the bidders. Bidders are required to download the BOQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BOQ file is
found to be modified by the bidder, the bid will be rejected.
vi) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission.
vii) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is
maintained using the secured Socket Layer 128 bit encryption technology. Data storage
encryption of sensitive fields is done. Any bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key. Further this key is
subjected to asymmetric encryption using buyers/bid openers public keys. Overall, the
uploaded tender documents become readable only after the tender opening by the authorized
bid openers.
viii) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
ix) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid
Submission” in the portal), the portal will give a successful bid submission message & a bid
summary will be displayed with the bid no. and the date & time of submission of the bid
with all other relevant details.
x) The bid summary has to be printed and kept as an acknowledgement of the submission of
the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
ASSISTANCE TO BIDDERS
Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated
in the tender.
Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.
Note: For any query related to registration and processing on the Portal please visit FAQ available at
https://etenders.gov.in/eprocure/app?page=FAQFrontEnd&service=page
You may call the Helpdesk. The 24 x 7 Help Desk Numbers are
0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787
E-Mail: [email protected] Or
1. If the Tenderer withdraws its Tender during the period of Tender Validity specified by the
Purchaser on the Tender form ; or
2. If the Tenderer withdraws having been notified of the acceptance of its Tender by the
Purchaser during the period of Tender Validity :
We, [name of the bank] undertake to pay to the Employer up to the above amount
upon receipt of its first written demand, without the Employer having to substantiate its demand,
provided that in its demand the Employer will note that the amount claimed by it is due to it owing the
occurrence of 1 or both of the 2 (a) or (b) specifying the occurred condition or conditions.
This guarantee will remain in full force up to and including the date and any
demand in respect thereof should reach the Bank not later than the date of expiry of this
guarantee.
Signature
Name
Designation
Common Seal of Bank
Annexure – 5
LOCAL CONTENT DECLARATION
Date:
To,
M/s HEC Ltd ,
Plant Plaza Road
Ranchi-834004
Sub: Certificate as per clause 9 (a) of Revised Public Procurement (Preference to Make in India
Order, 2017 of DPIIT dated 04/06/2020 and 16/09/2020.
We also certify that the above details are true & correct and if found to be false then it shall be a breach
of the Code of Integrity and our bid will be liable to be rejected and we will have no objection against
rejection of bid.
Authorized Signatory
(with company seal & Name)
Note :
1. In case the value of offer (Excluding Taxes) is more than 10 Crores INR , the above declaration
will be required to be certified by Practicing CA with MRN & FRN of CA.
2. The Local Content Declaration must be submitted by the bidder during submission of offer along
with Techno-commercial Bid. No change in Local Content of declaration will be allowed once the
bid is submitted.
Annexure-A
FORMS OF TENDER
To,
Dear Sir,
We offer to execute the Works/Supply/Services described above in accordance with the
Conditions of Contract accompanying the Tender Document issued to us.
This tender 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 tender you received.
We hereby confirm that this tender complies with the tender validity and tender
security required by the tender documents.
Yours faithfully
Authorised Signature :
Name of Tenderer :
Address :
Date :
Gevra OC Expansion (35-70 Mty) project has been formulated with a view to meet the increased
demand of power grade coal in the country. The project report has been approved in March
2016. The expansion project envisages dispatch of coal through rail to other various consumers
2.1 Location
Gevra Open Cast Expansion project of Gevra area forms south central part of Korba coalfields.
The project is located in the Korba district of Chhattisgarh State. The proposed silos for supply of
coal to various consumers through railways will be located near Gevra Road station of SECR and
will be connected to the proposed East-West (Gevra Road – Pendra Road) rail corridor.
The climate of the area is dry to moist tropical with summer from April to June, rainy season from
July to September and winter season from November to February. The ambient temperature
rises to maximum of about 48⁰C in May and drops to minimum of about 7⁰C in January.
6 km and 12 km from Gevra Road and Korba Railway Stations respectively and 90 km by road
from Bilaspur.
INFORMATION
Open Tender is invited for the Work for Design, Engineering, Supply, Erection, Installation,
Testing, Trial Run and Commissioning of Complete Mechanical and Utility Works on Turnkey
Contract Basis for Loading of Raw Coal into Rail Wagons at Gevra OC Expansion ( 35 – 70 MTY)
Project ( Gevra Phase II)
C. S. Prasad
DGM (I/c) Purchase & Contract Cell
Project Division
HMBP Administrative Building
Heavy Engineering Corporation Ltd.,
Ranchi – 834 004 (Jharkhand)
Phone 0651-2401266
Email id: [email protected]
EMD amount:
EMD amount for One Hundred Ninety Lacs and Fifty Thousand only (Rs.190.50 Lacs) payable
through Demand Draft / Bank Guarantee. DD in favour of “Heavy Engineering Corporation Ltd”
Payable at “State Bank of India, Hatia”. In case EMD is considered to be submitted in the form of
BG, the same shall be valid for minimum 6 months from the date of quotation of the tender.
Tender Fee is Rs 10,000 (Rupees Ten thousand only) payable in form of DD in favour of “Heavy
Engineering Corporation Ltd” Payable at “State Bank of India, Hatia.
GENERAL
1. Work to be executed as per the detailed drawing, to be furnished by the successful tenderer as
per the specification of SECL, Bilaspur and as per contract agreement between SECL & HEC.
2. Time allowed for completion of the total work is 18 months from the date of issuance of work
order and should be as per Appendix 5.
3. The Contractor/ Successful bidder shall be required to furnish the detailed time bar chart/ PERT
Chart for supply and start & completion of the work and shall be required to submit the progress
report fortnightly in accordance with approved Time bar Chart/ PERT Chart. However, project
progress must confirm within a schedule which will be furnished by the tenderer refer Clause 6 of
General Condition of Contract ( GCC) along with General Technical Condition (GTC ).
1) Tenderer shall visit the site, to get acquainted with site conditions before quoting against this
tender enquiry and for better understanding of the requirements.
2) Tenderer should submit documents of similar experience of work related to the scope of work or
similar work with respective completion certificate of the work as mentioned in commercial
terms and condition at Clause 3 (A) of special condition of contract.
3) Tenderer should submit audited balance sheet and Profit & Loss Account of last 3 years ( refer
Clause 3 (B) of Special Condition of Contract ).
4) Tenderer should quote their price in the price format as per BOQ
5) Inspection & testing shall be carried out in presence of HEC/CMPDI/ authorized representative of
South Eastern Coalfields Limited on the basis of drawings, specification.
6) Once the work order is placed on the successful tenderer within the validity period of his offer
the awarded price shall remain valid & firm throughout the entire period of the supply & work.
TIME SCHEDULE
Time allowed for completion of the total work is 18 months from the date of issuance of work order.
VOLUME FOR COMMERCIAL TERMS & CONDITIONS
(SPECIAL CONDITION OF CONTRACT)
HEAVY ENGINEERING CORPORATION LIMITED, Ranchi invites online bids from reputed and
experienced Bidders for the following scope of work against its Open Tender Notice:
1. Three similar completed Works/Project each costing not less than Rs 75.20 Cr (Rupees Seventy
Five Crores and Twenty Lacs only).
Or
Two similar completed Works/Project each costing not less than Rs 94.00 Crores (Rupees Ninety
Four Crores only.)
Or
One similar completed Work/Project each costing not less than Rs 150.40 Cr (Rupees One
Hundred Fifty Crores and Forty Lacs only.
RCC or Structural Steel Silo/Bunker/ Surge Bin/ Surge Hopper with Conveyor system.
(#Note: Conveyor system includes Belt conveyor/ Pipe conveyor/ High angle Conveyor / Chain
conveyor.)
Or,
Integrated Coal Handling Plant (CHP) or any other bulk material handling system with Conveyor
system.
Or,
Rapid Loading System (RLS) or Unit Train Loading System (UTLS) with Conveyor system.
Or,
Work identical in name and nature of the tendered Work for Other Industrial Projects
comprising Erection, Testing & Commissioning of Mechanical Works.
The intending tenderer must submit documentary evidence in support of above in the form of
2). Joint Venture (JV) / Consortium of maximum three comprising of One Lead Partner and other
two Associate Members/Consortium Partners ( refer Clause No-19 of Instruction to Tenderer)
shall be allowed for participation in the bid.
b) In case of completion of two works/projects of similar nature each costing not less than
the amount equal to Rs 94 Cr of the estimated cost put to tender :-
b) Any one partner can match the above requirement.
OR
ii) At least two partners should each have completed at least one work/project of
similar nature each costing not less than the amount equal to Rs 94 Cr put to
tender.
c) In case of completion of three works/projects of similar nature, each costing not less than
the amount equal to Rs 75.20 Cr put to tender: -
However, during fulfillment of any of the above criteria one of the partners, who is the Lead Partner
(refer Clause No- 19 of Instruction to Tenderer) , shall have:-
i) Maximum participating share in J.V. and
ii) Experience of having completed successfully a single work/project of similar nature equal to at
least Rs 75.20 Cr put to tender.
iii) Experience for those works/projects only shall be considered for evaluation purposes, which
match eligibility requirement stipulated above, on or before the last day of month
previous to one in which tender has been invited (publication date of NIT). The
experience of incomplete/ ongoing works/projects as on last date of eligibility period will
not be considered for evaluation. If the referred work/project includes construction as
well as maintenance after construction, the experience of such work/project may be
considered as ‘acceptable’ if the construction part is completed as on the last date of
‘eligibility period’, even if maintenance work/project is ongoing, and the certificate issued
clearly stipulates the same.
iv). Completion of works/projects means completion of works/projects by undertaking entire
responsibility from Design, Supply, Installation, Construction and Commissioning. In all the above
cases, while considering the value of completed works/projects, the full value of completed
work/project be considered whether or not the date of commencement is within the said 10
(Ten) years period.
v.) Cost of previous completed work(s)/project(s) shall be given a simple weightage of 5% (Five
Percent) per year to bring them at current price level, while evaluating the qualification Criteria
of the bidder. Such weightage shall be considered after end date of completion. The year can be
considered as suitable consecutive 365 days till the last day of month previous to one in which
bid has been invited. Updating will be considered for full or part of the year (total no. of days
/365) i.e. considering 365 days in a year, till the last day of month previous to one in which bid
has been invited.
vi) Data to be furnished by the Bidders:
a) Start date & end date of each qualifying experience (similar nature)
b) Work order Number /Agreement Number of each experience
c) Name & address of Employer/Work Order Issuing authority of each experience
d) In case the experience has been earned by the bidder as a partner in a joint venture
firm/partnership firm then the proportionate value of experience in proportion to actual
share of bidder in that joint venture firm/ partnership firm will be considered against
eligibility else it shall be taken as 100%.
(Note: This shall be adopted in e-Procurement Guidelines for Woks and Services.)
e) Executed Value of work against each experience
f) In case the bidder is a Joint Venture, work experience as above may be furnished as the
work experience of the bidder.
B. FINANCIAL QUALIFYING CRITERIA
Annual Turn-Over
1) Average annual financial turnover during last 3 years, ending 31st March of previous financial year
should not be less than Rs 56.40 Cr (Rupees Fifty Six Crores & Forty lacs Only) . In this regard,
Audited Profit & loss account, Balance sheet have to be furnished. However On account of Covid-
19 Pandemic in case the bidder is unable to submit , Audited Profit & loss account and Balance
sheet for FY 20-21 , then evaluation of Average Turn-over will be done based on Average Turn
Over for Last three Years previous to FY 2020-21.
2) For JV/ Consortium ( refer Clause No-9 of Instruction to Tenderer) Average annual financial
turnover during last 3 years will be evaluated based on Audited Profit & loss account, Balance
sheet for Lead Partner Only. Average annual financial turnover during last 3 years, ending 31 st
March of previous financial year for Lead Partner should not be less than Rs 56.40 Cr (Rupees Fifty
Six Crores & Forty lacs Only)
(The “Previous financial year” shall be computed with respect to the e-Publication date of NIT) The
intending bidders must submit the Financial Turnover certificate (with UDIN No.) issued by a
Practicing Chartered Accountant having a membership number with Institute of Chartered
Accountants of India, containing the information as furnished by bidder online.
Working Capital:
I) The bidder must produce the evidence of adequacy of a minimum working capital of Rs 37.60 Cr
(Rupees Thirty Seven Crore and Sixty Lacs Only) of the work.
Banker’s Certificate (Scheduled Bank) shall be produced regarding availability of access to credit
(issued within 3 (Three) months prior to date of submission of Bid) to meet the above Qualifying
criteria.
2) For JV/ Consortium ( refer Clause No-9 of Instruction to Tenderer) minimum Working Capital will
be evaluated for Lead Partner Only and the same should not be less than Rs. 37.60 Cr (Rupees
Thirty Seven Crore and Sixty Lacs Only) of the Work.
4.0 VALIDITY PERIOD OF OFFER: The rates offered in Part III should be valid for 180 (One hundred eighty
days) from the date of opening of Part - I of the tender.
5.0 ONE BID PER BIDDER: Each Bidder shall submit only one Bid, either individually, or as a partner in a
partnership firm or a partner in a joint venture or a public limited firm. A Bidder who submits or
Participate in more than one Bid (other than 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.
6.0 SITE VISIT:
The Bidder, at the Bidder's own responsibility, cost and risk, is encouraged to visit and examine the
Site of Works and its surroundings and obtain all information that may be necessary for preparing
the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall
be at the Bidder's own expense.
It shall be deemed that the tenderer has visited the site/ area and got fully acquainted with the
working conditions and other prevalent conditions and fluctuations thereto whether he actually
visits the site/ area or not and has taken all the factors into account while quoting his rates and
prices.
Site investigation reports: The bidder, in preparing the bid, shall rely on the site investigation report
referred to in the bid document, supplemented by any information available to the Bidder.
a) All correspondences/ documents made by the tenderer shall be in English Language and the
data/measurement related results in Metric Units only, unless otherwise specified.
b) Tenderer shall quote strictly as per proforma. If any part / portion of scope are excluded from his
offer and the quotation of the tenderer may be liable to get rejected.
c) Tenderer shall submit credentials of past works done for similar nature of work supported with
documentary evidence like performance certificate/ completion certificate issued by client/end
user.
d) During the course of execution of the contract, the department has the right to award additional
work or deletion of work or advise removal/ repair/ re-fabricate the work already executed.
e) Technical specifications, drawings and bill of materials to be the basis of content of work,
assignment and defining responsibility.
f) The offer shall clearly indicate any assumption made in respect of specification, data or any other
details that have not been mentioned in this tender but considered necessary for meeting the
specified functional and duty requirements. Any such assumptions not indicated during tendering
stage, will not be binding on HEC.
g) Approval of various procedures submitted by the successful tenderer shall not relieve the
tenderer of his responsibilities towards completion of work as defined in the contract. During the
course of execution, if any additions/ alterations are found necessary and intimated to the
tenderer before fabrication/ installation/ erection/ testing/ commissioning of the equipment, the
same shall be implemented by the tenderer without any extra cost.
h) All necessary facilities including tools, tackles, safety appliances, measuring & testing equipment/
instruments, accessories & material handling equipment, etc. shall be provided by the successful
tenderer to enable stage wise inspection of the system during erection, testing & commissioning
at site.
i) The Successful tenderer shall be solely responsible for obtaining necessary clearance from
various statutory bodies including those of Central & State Government, as applicable, during
the course of manufacture/ fabrication, testing, transportation, erection and commissioning of
the equipment at site.
j) The successful tenderer will be required to sign contract agreement within 30 days of placement
of work order (format enclosed at Appendix 7)
CONTRACT PRICE
In accordance with Scope of Work & Services indicated in technical specifications of the tender paper and
GCC, the Tenderers are to furnish their offer in the format given at Price Bid (BOQ.xls)
PRICE BASIS
The basic price to be indicated for Work for Design, Engineering, Supply, Erection, Installation, Testing,
Trial Run and Commissioning of Complete Mechanical and Utility Works on Turnkey Contract Basis for
Loading of Raw Coal into Rail Wagons at Gevra OC Expansion ( 35 – 70 MTY) Project ( Gevra Phase II) -
SECL
a) GST as applicable to be shown separately in the given Proforma.
b) Contract Price shall remain firm and binding and shall not be subject to any escalation on any
account whatsoever except for statutory variations of taxes & duties within contractual
completion. Reimbursement will be made against submission of documentary evidences.
c) The Contract Price stated in above shall include for ensuring availability of special tools & tackles,
instruments, appliances for erection, operation and maintenance, etc. till erection, testing,
successful Commissioning and handing over of the plant & equipment to end user.
TERMS OF PAYMENT
Refer clause no. 41 of GCC (part of this NIT)
Note: The successful bidder has to submit the Billing schedule in triplicate for approval by HEC.
The contractor shall submit application for the payment in the prescribed proforma of HEC.
Each such application shall state the amount claimed and shall set forth in detail, in the order of the
payment schedule, particulars of the works including the works executed at site and of the equipment
shipped/ brought on to the site pursuant to the contract up to the date mentioned in the application and
for the period covered since the last preceding certificate, if any.
Every interim payment certificate shall certify the contract value of the works executed up to the date
mentioned in the application for the payment certificate, provided that no sum shall be included in any
interim payment certificate in respect of the works that, according to the decision of the Engineer-in-
Charge (EIC)/ HEC, does not comply with the contract, or has been performed, at the date of certificate
prematurely.
MODE OF PAYMENT
All payments under the contract shall be made as Progressive Payment after signing the Contract. For
erection, progressive payments shall only be made after the issue of certificates by EIC/ HEC or
representative of HEC deputed for field quality surveillance for the successful completion of quality check
points involved in the quantum of work billed.
All the payments (through E-payment mode) by HEC shall be made to the contractor subject to the
satisfactory inspection report from the competent authority. The payment shall be made in INR after
withholding of any taxes, duties, cess or fees at source, applicable as per Indian law and adjustment on
account of penalty payable by the contractor, if any.
MOBILISATION ADVANCE:
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 mobilization advance subject to submission of Bank
Guarantee for 110 % advance amount.
ii) Mobilization Advance for design & 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) Mobilization Advance against supply of equipments shall be released only after the contractor has
finalized their venders/suppliers for the specific equipment and the amount of advance shall be
proportionate to the value of equipment for which venders/suppliers have been finalized vis-à-vis
the total value of equipments offered in the contract limited to 10% of the contract value.
iv) Mobilization Advance against works contract for site activities shall be paid in two equal
installments. First installment shall be paid after the contractor has opened their site office and
having finalized 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 mobilization advance shall be recovered (without interest) from the bills of the contractor from
the second running on account bills onward @ 20% of the advance amount paid. However, the full
amount of mobilization advance will be recovered maximum within scheduled date of completion
as per agreement excluding Defect Liability period.
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
Nationalized Bank/ Scheduled Bank.
vii) Part Bank Guarantee” (BGs) against the Mobilization Advance shall be taken in as many numbers as
the proposed recovery installments and shall be equivalent to 110% of the amount of each
installment.
viii) In case of “Machinery and Equipment advance”, insurance and hypothecation to the employer shall
be ensured.
ix) Mobilization advance will be given in installments and subsequent installments will be released
after getting satisfactory utilization Certificate from the contractor for the earlier installments.
x) Cash Credit A/c Rate of Interest prevailing on the date of recovery subject to maximum rate of
Interest of 12.9% to be charged on delayed recovery either due to late submission of bills by the
contractor or any other reasons besides the reason given rise to encashment of BG.
xi) Mobilization Advance to be remitted to the Contractor will be subject to back to back realization of
Mobilization Advance from Client ( SECL) as per provisions of Contract between HEC & SECL. In case
of non receipt/ delayed receipt of Mobilization Advance from SECL on account of any reasons
whatsoever , the Contractor will not link execution of work to the said reason and will still be bound
to execute the Work as per given Time schedule of the Contract.
PROGRESSIVE PAYMENT
1) For payment Contractor shall submit monthly bill for progressive payment to HEC with reference
to Billing Schedule duly approved by HEC. After award of the contract, the successful tenderer
will be required to raise bills as per billing schedule for payment by HEC.
2) All Invoices/ Bills for the performance and execution of the Contract by Contractor with respect
to their portion of works shall be raised on HEC along with all required supporting documents on
Monthly Basis in accordance with the above mentioned Billing Schedule.
3) HEC shall then raise Invoices/ Bills under cover of their letters separately for purpose of
Contractors Scope containing particulars of the respective bills. On basis of such separate
invoices of Contractor’s Scope, HEC shall make payments to the Contractors within 15 days time
on receipt of such payments from SECL.
4) If at any stage during Contract execution, till final settlement and closure of Contract, it is found
that some excess/ over payment has been made to Contractors, the same shall be recovered
forthwith by HEC from the subsequent bills or any amount of the Contractor that may be
remaining with HEC and in that event, such excess amount, which is more than the amount due
to HEC, the Contractor shall be liable to pay this amount separately.
5) All the above payment schedules shall be guided as per the NIT’s Payment Mode, for which the
Bank Guarantee as stipulated in the same or proportion of Contractor’s Value of Works shall be
furnished to HEC.
In case a claim is made by SECL on HEC’s Bank Guarantee, submitted for this Project, then, a
claim on Back-to-Back Basis of Contractor’s for their portion of work shall automatically be made
by HEC and Guarantees furnished by Contractor shall incorporate a suitable clause to reflect the
same.
6) The Contractor shall be paid on pro rata basis for the executed part of erection series, on the
basis of measurement certificate & MB duly authenticated by the engineer in charge of HEC/
Officer of HEC concerned in line with clause no 4.1, 4.2, 4.3, 4.4, 4.5 & 4.6 of GCC of HEC.
PAYING AUTHORITY:
Finance Department
Project Division, HMBP ADMIN Building,
Heavy Engineering Corporation Limited, Ranchi- 834004
The R. A. bill to be submitted (in Quadruplicate) with proper documentation.
GENERAL CONDITION OF CONTRACT OF HEC
Tenderer shall abide by the General condition of contract of Heavy Engineering Corporation Ltd. Ranchi, a
copy of GCC of Works Contract can be downloaded from the site www.hecltd.com for ready reference.
4.0 The tenderers are required to upload duly signed and sealed complete set of NIT documents as
a token of acceptance for all the terms & condition of the NIT. They are also required to submit
a declaration for “NO DEVIATION” from the NIT terms & condition on their letter head.
a. Tenderer shall furnish copy of all statutory obligations of Government of India, State
Government applicable at site such as labour rules, minimum wages act, & payment of
wages, etc. and the purchaser shall not be liable for any action on statutes applicable to
non-fulfillment of statutory obligations by the bidders.
b. Tenderer shall must attach/ furnish copy of followings:-
1. PAN No.,
2. Labour License
3. EPF registration No.
4. ESIC registration no. wherever applicable
5. Income tax clearance duly counter signed by income tax officer of the circle
concerned under the seal of the office.
6. GST registration certificate indicating GST registration no.
7. Registration of firms with HEC/ any other Govt./ Semi Govt. Organization. Copy
of same to be enclosed.
c. Experience of similar type of work executed during the last Ten years. Details with
value, name of the client etc. are to be mentioned enclosing documentary evidences.
Completion certificate is MANDATORY.
d. Constitution and legal status of the tenderer (individual, partnership, co-operative,
registered firm etc.), existence of joint ventures or other tie up for technology,
equipment, financial backing and/ or project management etc. to clearly mention with
copy of supporting documents along with the offer.
e. Registration with HEC, or any other Government /Semi Government organization /
agencies .Tenderer have to furnish copy of registration along with offer.
f. Details of necessary equipment /facility for the job under this tender to be deployed for
the project and proof of its availability, equipment proposed to be purchased or hired are
to be attached with this offer.
g. Availability of key personnel for supervision and management of the work indicated
along with organization chart & detailed list of manpower to be deployed for the work
covered under this tender enquiry.
h. Information regarding project in hand, current litigation, orders regarding
execution/expulsion or back listing if any to be furnished.
i. Capacity of the tenderer to take up a new work/ project under consideration in addition
to his present commitment. Bid Capacity of the tenderer to take up a new work/ project
under consideration in addition to his present commitment.
5.0 PRICE BID - The Tender shall comprise Price Bid only as per the format enclosed with tender as
BOQ.xls.
Offer without EMD will not be considered and will be rejected. The price bid shall be opened only
after the Techno Commercial terms are settled and accepted.
If the offer is not submitted as per the above instructions & within time the same can be
rejected.
Tender may be accepted for full. Any incomplete tender in any respect is liable to be rejected
without any notice. The company is having rights to reject any tender without assigning any
reason for which no question can be asked anywhere.
There is no obligation on our part to accept delayed/ late tender received after the due date of
opening of tender and these are liable to be summarily rejected.
Tenderer shall submit the tender documents along with the tender duly signed & stamped on
each page as a token of acceptance.
On acceptance of the Tender, the Successful Tenderer shall furnish a Security Deposit in any of the forms
Demand Draft/ Bank Guarantee. DD in favour of “Heavy Engineering Corporation Ltd” Payable at “State
Bank of India, Hatia equivalent to for an amount equivalent to 10% (Ten percent) of the total value of the
Contract, before signing of the agreement. If it is submitted in the form of a Bank Guarantee, the same
shall be from any of the Nationalised Banks or Scheduled Banks in Ranchi and enforceable at Ranchi. In
case of foreign Contractor, the Security Deposit Bank Guarantee (SDBG) shall be established through any
one of the Nationalised Banks preferably State Bank of India and enforceable at Ranchi. The proforma
for the BG is attached.
The Public Sector Enterprises or State/ Central Govt. Undertakings will not be required to submit Security
Deposit, but however they shall submit “Performance Guarantee Bond” in lieu of Security Deposit in the
format as per Appendix-2.
The Bank Guarantee for Security Deposit shall be for the due and faithful performance of the Contract
and shall remain binding notwithstanding such variations, alterations or extensions of time as may be
made, given, conceded or agreed to between the Contractor and the Employer.
The Bank Guarantee for Security Deposit shall remain in full force and effect during the period of the
Contract and shall continue to be valid up-to 30 days after the expiry of the Guarantee period. The Bank
Guarantee shall provide for extension of validity on demand by the Employer. Such extension of validity
shall be confirmed by the guarantor bank without any reference to the Contractor.
7.0 ARBITRATION
a) All Disputes or differences, whatsoever, arising between the parties out of or in relation
to the construction, meaning and operation or effect of this Contract or breach there of
shall be settled amicably. If, however, the parties are not able to resolve them amicably,
the same shall be settled by arbitration in accordance with the Rules of Arbitration of
the Indian Council of Arbitration as per the provision of Arbitration Conciliation Act 1996
and the award made in pursuance there of shall be binding on the parties. The
Arbitrator/ Arbitrators will give reasoned award.
b) Work under the contract shall continued by the Bidders during arbitration proceeding
unless otherwise directed in writing by HEC/ SECL or unless the matter is such that work
cannot be continued until decision of the arbitrators or of the umpire , as the case may
be, is obtained and save as those which are otherwise expressly provided in the contract,
no payment due or payable by the purchaser shall be withheld on arbitration proceeding
unless it is the subject matter or on the subject matter thereof.
c) The Venue of arbitration shall be Ranchi, Jharkhand
Power of Attorney
No Deviation Certificate on Letter Head of the Company ( Appendix 6A & 6B)
Full details of plant and maintenance facilities together with the details of laboratory personnel,
workshop personnel including fitters, mechanics, machinists etc. ( Appendix 4)
Copies of original documents, defining the constitution or legal status, place of registration and
principal place of business
Details of experience for similar nature and complexity of work executed in last 10 years with
performance certificate of the same work. (to qualify as per commercial terms and condition)
Financial reports of last three years : Balance sheet, Profit and loss statement, auditor’s report,
etc.
Integrity pact with HEC strictly on non-judicial stamp paper of Rs. 100/- duly signed and
stamped ( Appendix 8)
Information about litigation, if any, in which bidder is involved(Current or during last five years)
GENERAL OBLIGATIONS:
The contractor shall deposit specified amount of Earnest Money (EMD) along with the offer.
The Earnest Money will be converted in to Security Deposit (SD) for the successful tenderer. This will
form the initial Security Deposit. Subsequently a deduction at the rate of 10% (or as specified) from all
“On account” payments to the contractor will be made till the total Security Deposit becomes 10% of the
tender/ contract value.
EMD and SD to be deposited in the form of Demand Draft (drawn in favour of Heavy Engineering
Corporation Ltd.). No interest shall be payable on the Earnest Money or the Security Deposit or the
amount payable to the contractor under contract.
When the amount deducted from monthly “On account” bill aggregates to Rs. 5 Lakh or above, the
contractor may be have the option to convert the cash portion into Bank Guarantee. The Bank Guarantee
(BG) shall be valid for the complete contract period including maintenance/ performance guarantee
period (wherever applicable). In case of any extension of time is granted to the contractor for the
completion of the work under this contract, the contractor shall simultaneously arrange for the extension
of time validity of the BG.
On grant of completion certificate to the contractor, 50% of the SD shall be refunded to the contractor on
his request which shall be payable within 14 days of time and the balance 50% will be retained as security
against inaccuracy, omissions, shortcomings, quality deficiencies etc. On issue of no due certificate by the
employer the remaining SD will be released. In the contracts were Performance Guarantee is an agreed/
part of assignment, on completion of work, full Security Deposit will be converted to Performance
Guarantee.
Performance Guarantee will be refunded after satisfactory completion of warrantee period against issue
of written certificate in this regard by the executing department.
All compensations or other sum of money payable by the contractor to the employer under the terms of
contract with the employer or under any other contract with the employer shall, without prejudice to any
other mode of recovery, be recoverable from such contractor by way of deduction of payment or
encashment of Bank Guarantee.
The contractor shall, when called upon to do so by the employer, enter into and execute a contract
agreement at his own cost. Unless specifically mentioned Contract agreement to be signed for value of
work order of Rs. One lakh or more.
The original contract document shall be signed on non-judicial stamp paper of value not below Rs.100 by
the employer and the contractor. This document will be retained by the employer (In charge Contract cell
or his representative empowered as authorized signatory and Contract cell will be the custodian of
original contract) and an authenticated copy thereof to be given to the contractor.
The contractor shall be presumed to have satisfied himself about the quantum & nature of work and all
associated working environment. He shall also be presumed to have satisfied himself the correctness and
sufficiency of the tender for the work as quoted by him in the tender schedule and it will be justified to
assume by employer that rates and prices quoted shall cover all his obligations under the contract and all
matters and things necessary for the proper completion and maintenance of the work.
It is understood and agreed that no extra payments shall be admissible to the contractor, consequent on
any alleged misunderstanding or miscalculation or arising of any other mistake or factor not specifically
provided in the contract.
All contracts documents are complementary to one another and what is required by one shall be as fully
and effectually binding on a contractor as if the same is required by anther documents; the intention of
the documents is to include all - labour, material, equipment and transport and any other measure
necessary for prompt and efficient execution of the work to be arranged by the contractor.
The contractor shall not at any time assign or sublet his contract or any part thereof to any person or
allow such person to become in any way interested therein in any manner whatsoever, without prior
permission in writing of the employer. Any contravention of this condition shall entitle the employer to
rescind the contract and shall also render such contractor liable for payment to the employer in respect
of any loss or damage arising out of or ensuing from such rescission or contract. Provided further that
where the subletting of work by the contractor in any case, is permitted by the employer, such subletting
shall never be deemed to establish any contractual relationship between the subcontractor and the
employer, and that the contractor shall not at any time, be absolved of any obligation or responsibility
under the contract or any part thereof and shall continue to be responsible for all acts of omission and
commission of the subcontractor, his agents, servants or workmen as fully and effectually as if the same
were acts of omission and commission of the contractor, his agents, workmen, as the case may be.
All the contracts or terms thereof entered into between the employer and the contractor under these
General Conditions of Contract shall be governed and regulated by the relevant laws being in force from
time to time in the territory of India related to contracts. The contract shall strictly conform to the
provisions, of any law related to works or any regulations and bye-laws made by any local authority. In
case the contractor foresee that variation in specification and drawings are necessary in view of the
provisions of the law or regulations or bye- laws, he shall immediately inform the employer/ appropriate
authority in writing specifying proposed variations and the reasons for such variations. The contractor
shall take further action as per written instruction of the employer (appropriate authority).
The contractor shall, when he is not personally present on the site of work, invariably place and keep on
such site a properly qualified agent, duly authorized and empowered to act on his behalf and receive on
his behalf orders and instructions from the employer or his representative related to such work. The
contractor shall furnish the name, designation of the agent. Any change in the agent to be suitably
informed to the employer in written.
All notices, communications, references and complaints issued by employer or his representative or
contractors shall be treated valid, if it is in writing.
The work as per defined specification and quality standard shall be completed within the time specified in
the order or within extended time subsequently communicated to the contractor in writing.
a) If there be any amount of extra additional work of any kind or other special circumstances of any
kind whatsoever which may occur be such as fairly entitle the contractor to an extension of time
for completion of work, the contractor shall make a request letter to the employer detailing
the situation within 15 days of such work has been commenced or such circumstances have
arisen. The employer/ his representative will analyze and decide the amount of such extension
and issue extension of time in writing.
b) If the contractor fails to complete the work within the time prescribed or within extended time,
the contractor shall be liable to pay the employer a Liquidated Damage (LD) at the rate of 0.5 %
of the value of unfinished part of the work per delayed week maximum up to 10 % of the total
project Contract value. Or depending on the work it can be specifically defined in the work
order/ acceptance of the tender. The employer may without prejudice to any other mode of
recovery deduct the amount of such damages from any money in his hand due or which may
become due to the contractor. The payment or deduction of such damages shall not relieve the
contractor of his obligation to complete the works or of any other obligations and liabilities under
the contract.
c) If the employer feels that the contractor in spite of imposition of LD may further delay the
completion of work, the employer shall have the right to terminate the contract and forfeit the
security deposit to the extent of 10% of the assignment value towards LD.
e) In consequence to any difficulty in obtaining materials, the employer may, without any liability
therefore, agree to endeavor to obtain or assist the contractor in obtaining the required
quantities of such material. But if there be any delay or failure in obtaining the aforesaid
materials of required quantities thereof, this will not relive the contractor from his obligation to
complete the assigned work as per the quality, quantity and time schedule.
f) If, at any time, any material, which the contractor would normally have to arrange himself, is
supplied by the employer, either at the contractor’s request or in view of avoiding possible delay,
the recovery of cost of such material shall be made from contractor’s bill at actual rate or at
market price (calculated on landed basis, whichever is higher) along with interest rate of 10% per
annum.
g) All the assistance extended to the contractor in the form of land, building, machinery,
equipment, water, and power, etc. to be utilized economically and in proper manner. After
completion of the work these shall be handed over by the contractor in good/ working condition
to the respective authorities.
h) The contractor shall not sell, or otherwise dispose off, or remove except for the purpose of work
any material which may be obtained as a result of excavation. All such items shall be the property
of the employer.
i) The contractor shall indemnify and keep indemnified the employer for all losses and claims for
injures or damages to any person or property whatsoever which may arise out of or in
consequence of the construction and maintenance of the works and against all claims demands
proceeding damages costs charges and expenses whatsoever in respect thereof or relation
thereto.
j) If any bribe, commission, gift or reward is given, promised or offered or attempted to be given by
or on behalf of the contractor or his partner, agent or servant or by any other person on his
behalf to any officer or employee of the employer or to any other person on his behalf for
obtaining the contract or any other contract from the employer or for any other favour, without
prejudice to any legal proceedings which may be instituted against the contractor in a court of
law, it shall be open to the employer to rescind the contract and all other contracts which the
contractor has entered into with the employer and to deduct any money due to the contractor
under the contract or any other contract with the employer any loss or damage to the employer
resulting from such rescission.
k) The contractor shall not lend, or borrow from, or have any pecuniary dealings or transactions
either directly or indirectly with any employee of the employer, and if the employer has reasons
to believe that the contractor has contravened the provision of this sub-clause the employer shall
be entitled forthwith to rescind the contract and all other contracts with employer.
GENERAL TERMS AND CONDITIONS OF CONTRACT
DEFINITIONS :
i. The word "Company'" or "Employer" or "Owner" wherever occurs in the conditions, means Heavy
Engineering Corporation Limited having Client as SECL .
ii. The word “Principal Employer" or "Engineer" wherever occurs, means the authorized representative or any
other officer specially deputed by the Company for the purpose of contract.
iii. The word "Contractor"/"Contractors" or "Manufacturer" wherever occurs means the successful
Bidder/Bidders who has/have deposited the necessary Earnest Money and has/ have been given written
intimation about the acceptance of tender and shall include legal representative of such individual or persons
composing a firm or a company or the successors and permitted assignees of such individual, firm or
company, as the case may be.
iv. "The Site" shall mean the site of the contract work including land and any building and erections thereon and
any other land allotted by the company for contractor's use in the performance of the contract.
v. The term "sub-contractor", as employed herein, includes those having a direct contract with contractor either
on piece rate, items rate, time rate or on any other basis and it includes one who furnishes work to a special
design according to the plans or specifications of this work but does not include one who merely supplied
materials.
vi. "Consulting Engineer"/"Consultant" shall mean any firm or person duly appointed as such from time to time
by the owner.
vii. 'Accepting authority' shall mean the management of the company and includes an authorized representative
of the company or any other person or body of persons empowered in this behalf by the company.
viii. A 'Day 'shall mean a day of 24 hours from midnight to midnight.
ix. Site In-Charge as authorized/deputed by Owner Company will be the Engineer-in-Charge of this work and will
be responsible for supervising and administering the contract, certifying payment due to the contractor,
valuing variations to the contract, awarding extension of time and valuing compensation events. Site In-
Charge as authorized/deputed by Owner Company /Engineer-in-Charge may further appoint his
representatives and notify to the contractor who is directly responsible for supervising the work being
executed at the site, on his behalf under the Delegation of Powers of the company. However, overall
responsibility, as far as the contract is concerned will be that of the Engineer-in-charge/Designated Officer-in-
charge.
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 contract, special conditions, if any, specifications, designs & drawings
including those to be submitted during progress of work, scope of work, billing schedule/schedule of
quantities with rates and amounts. Until the formal agreement is signed between the Owner and Contractor,
LOA/ Work Order together with Contract Document, shall constitute the Contract.
xi. The 'works' shall mean and include the furnishing of equipment, labour, and the services in accordance with
the contract or parts thereof as the case may be and shall also include all extra or additional, altered or
substituted works or any work of emergent nature, which in the opinion of the Engineer-in-charge, become
necessary during the progress of the works to obviate any risk or accident or failure or become necessary for
security.
xii. "Specification" shall mean the technical specifications forming a part of the contract and such other schedules
and drawings as may be mutually agreed upon.
GENERAL TERMS AND CONDITIONS OF CONTRACT
xiii. 'Contract price' shall mean the total sum for which tender is accepted by the company.
xiv. 'Written notice' shall mean a notice or communication in writing and shall be deemed to have been duly
served if delivered in person to the individual or to a member of the firm or to an office of the
Corporation/Company for whom it is intended, or if delivered at or sent by registered mail to the last business
address known to him who gives the notice.
xv. "Letter of Acceptance" of the tender shall mean the official notice issued by the company notifying the
contractor that his tender has been accepted.
xvi. "Date of Contract" shall mean the date on which both the parties have signed the contract agreement.
xvii. "Manufacturer's Works' or Contractor’s Works" shall mean the place of work used by the Manufacturer, the
Contractor, their collaborators or sub-contractors for the performance of the works.
xviii. "Inspector" shall mean the Owner or any person nominated by the Owner from time to time, to inspect the
equipment stores or Works under the contract and/or the duly authorized representative of the owner.
xix. When the words "Approved", "Subject to Approval", "Satisfactory", "Equal to", "Proper", "Requested", "As
directed", "Where directed", "When directed", "Determined by", "Accepted", "Permitted", or words and
phrases of like import are used, the approval, judgment, direction etc. is understood to be a function of the
Owner/Engineer/Engineer-in-Charge.
xx. "Test of Completion" shall mean such tests as prescribed in the contract to be performed by the contractor
before the Works is taken over by the Owner.
xxi. "Start-up" shall mean the time period required to bring the equipment covered under the Contract from an
inactive condition, when construction is essentially complete, to the state ready for trial operation. The start-
up period shall include preliminary inspection and check out of equipment and supporting sub-systems; initial
operation of the complete equipment covered under the Contract to obtain necessary pre-trial operation
data, perform calibration and corrective action; shut down inspection and adjustment prior to the trial
operation period.
xxii. "Initial operation" shall mean the first integral operation of the complete equipment covered under the
contract with sub-systems and supporting equipment in service.
xxiii. "Trial Operation", "Reliability Test", Trial Run", "Complete Test" shall mean the extended period of time after
the "Start-up" period. During this trial operation period the unit shall be operated over the full load range.
The length of Trial Operation shall be as determined by the Engineer, unless otherwise specified elsewhere in
the Contract.
xxiv. "Performance and Guarantee Tests" shall mean all operation checks and tests required to determine and
demonstrate capacity, efficiency, and operating characteristics as specified in the contract document.
xxv. "Commercial Operation" shall mean the condition of operation in which the complete equipment covered
under the contract is officially declared by the owner to be available for continuous operation at different
loads up to and including rated capacity. Such declaration by the owner however, shall not relieve or
prejudice any of the contractor's obligations under this contract.
xxvi. "Final Acceptance" shall mean the owner's written acceptance of the works performed under the contract,
after successful completion of performance and guarantee tests.
xxvii. "Guarantee Period/ Maintenance Period" shall mean the period during which the contractor shall remain
liable for repair/ replacement of any defective part of the work under the contract.
xxviii. "Drawings"/"Plans" shall mean all :
(a) drawings furnished by the owner/consultant as a basis for proposals,
GENERAL TERMS AND CONDITIONS OF CONTRACT
(b) supplementary drawings furnished by the Owner/ Consultant to clarify and to define in greater detail
the intent of the contract,
(c) drawings submitted by the contractor with his proposal provided such drawings are acceptable to the
Owner/Consultant,
(d) drawings furnished by the Owner/Consultant to the Contractor during the progress of the work, and
(e) engineering data and drawings submitted by the Contractor during the progress of the work provided
such drawings are acceptable to the Engineer,
xxix. "Codes" shall mean the following, including the latest amendments, and/ or replacements, if any :
(a) Standards of Bureau of Indian Standards relevant to the works under the contract and their
specifications.
(b) Other Internationally approved Standards and/or rules and regulations touching the subject matter of
the contract.
(i) A.S.M.E. Test codes.
(ii) A.I.E.E. Test codes.
(iii) American Society of Materials Testing Codes.
(iv) Indian Electricity Act and Rules and Regulations made thereunder.
(v) Indian Explosive Act and Rules and Regulations made thereunder.
(vi) Indian Petroleum Act and Rules and Regulations made thereunder.
(vii) Indian Mines Act and Rules and Regulations made there under.
(c) Any other laws, rules, regulations and Acts applicable in the country with respect to labour, safety,
compensation, insurance etc.
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 respects of construction rendering the
plan/project ready for performance test and commercial operation as per xxv.
xxxiv. "Government Approvals" shall mean all permits, licenses, authorizations, 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.
xxxvi. "Bank Guarantee" shall mean the Bank Guarantee to be provided by ............... to.............
CONTRACT DOCUMENTS:
The following documents shall constitute the contract documents:
(i) Articles of Agreement,
(ii) Notice Inviting Tender,
(iii) Letter of Acceptance indicating deviations, 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
GENERAL TERMS AND CONDITIONS OF CONTRACT
Agreement,
(v) Specifications, where it is part of Tender Documents,
(vi) Scope of works/Bills of quantities/schedule of works/quantities and
(vii) Contract Drawings/finalized work programme.
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 clause 31 of
Instructions to Bidders of this tender.
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.
The agreement, unless otherwise agreed to, shall be signed within 60 days of the 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 stipulated time, the bid guarantee
submitted with the tender will have to be extended accordingly.
GENERAL TERMS AND CONDITIONS OF CONTRACT
The agreement will be signed in six originals and the contractor shall be provided with one signed original and the rest
will be retained by the owner. None of these documents shall be used by the contractor for any purpose other than
this contract and the contractor shall ensure that all persons employed for this contract strictly adhere to this and
maintain secrecy, as required of such documents.
The contractor shall provide free of cost to the owner all the engineering data, drawings and descriptive materials
submitted with the bid, in at least six (6) copies to form a part of the contract immediately after issue of letter of
acceptance.
Subsequent to signing of the contract, the contractor at his own cost shall provide the owner with at least six (6) true
copies of agreement within thirty (30) days after the signing of the contract. The contract shall be considered as
having come into force from the date of the letter of acceptance of tender issued by the owner.
The laws applicable to this contract shall be the laws in force in India. The High Court- Jharkhand shall have exclusive
jurisdiction in all matters arising under this contract.
3.0 PERFORMANCE SECURITY/ SECURITY DEPOSIT/ PERFORMANCE GUARANTEE/ CONTRACT PERFORMANCE
GUARANTEE
Security Deposit shall consist of two parts:
a) Performance Security to be submitted at award of work and
b) Retention Money to be recovered from running bills. The security deposit shall bear no interest.
Performance Security should be 5% of contract amount and should be submitted by the successful bidder
within 21 days of issue of LOA in any of the form given below after which bid security/earnest money will be
refunded to the contractor.
- A Bank Guarantee in the form given in the bid document from any schedule bank acceptable to the
owner.
- Govt. Securities, FDR or any other form of deposit stipulated by the owner and duly pledged in favour
of owner.
- Demand Draft drawn in favour of HEC Ltd from State Bank of India payable at Hatia Branch.
The Earnest Money/ Bid Security deposited shall be discharged when the Bidder has signed the Agreement
st
and furnished the required Performance Security/ 1 part of security deposit.
The bid security deposited may be adjusted against the Performance security at bidder’s option.
Work shall commence only after submission of Performance Security and Additional Performance Security, if
any.
In case the successful bidder fails to submit the Performance Security within the stipulated time then the
award of work shall be cancelled with forfeiture of the bid security/ earnest money.
In addition to the above penal measures, the bidder shall not be allowed to participate in the re-tendering
process. The company shall also ban such defaulting contractor as per the Guidelines of Banning of Business
of HEC/CIL. In case of JV/Partnership firm, the banning shall also be applicable to all individual partners of
JV/Partnership firm.
If performance security is provided by the successful bidder in the form of bank guarantee it shall be issued
either -
(a) At Bidder’s option by a Scheduled Bank as per provisions of cl.3 above. The BG shall contain complete
GENERAL TERMS AND CONDITIONS OF CONTRACT
postal address, telephone number, fax number and email address of both out station bank issuing the
BG as well as its local operating branch.
Retention Money should be deducted at 5% from running bills. Total of performance security and Retention
Money should not exceed 10% of contract amount or lesser sum indicated in the bid document.
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 contractor to the company as may be determined in terms
of the contract, and the amount appropriated from the Contract Performance Guarantee/Security Deposit
shall have to be restored by Contractor subsequently.
Performance Security deposit shall be returned to the Contractor after successful completion of 3 (Three)
years of Defect Liability Period without any interest. The balance SD i.e. Retention Money shall be released
without any interest after successful completion of entire period of the Defect Liability. Any defect/defects in
the work, if detected during Guarantee Period/Defect Liability Period shall be rectified or equipment/ system
shall be replaced to the satisfaction of the engineer In-charge within the said defect liability/ operation/
maintenance/guarantee period or its due extension till completion of the rectification/ replacement works as
required.
GENERAL TERMS AND CONDITIONS OF CONTRACT
4.0 ASSIGNMENT AND SUBLETTING OF CONTRACT
The contractor may, after informing the engineer in charge/ designated officer in charge, with
proper justification for acceptance, assign or sub-let the contract or any part thereof other than for raw
materials, for minor detail or any part of the plant for which makes are identified in the contract
document. Suppliers of the equipment/system not identified in the contract document or any change in
the identified supplier mentioned in the contract document can be changed and same may be informed to
engineer in charge/ designated officer in charge, with proper justification for acceptance. The experience
list of the equipment/system vendors under consideration by the contractor for this contract over the list
mentioned in the contract document shall be furnished to the engineer in charge/ designated officer in
charge prior to procurement of all such items/ equipment. Such assignment of sub-letting shall not relieve
the contractor from any obligation, duty or responsibility under the contract. Any assignment as above
without prior information of engineer shall be void.
For components/equipments procured by the contractors for the purposes of the contract, after
obtaining the written approval of the owner, the contractor's purchase specifications and enquiries shall call
for quality plans to be submitted by the suppliers along with their proposals. The quality plans called for
from the vendors shall set out, during the various stages of manufacture and installation, the quality
practices and procedures followed by the vendor's quality control organisation, the relevant reference
documents/standards used, acceptance level, inspection documentation raised, etc. Such quality plans of
the successful vendor shall be discussed and finalised in consultation with the engineer and shall form a part
of the purchase order/contract between the contractor and the vendor. Within 3 weeks of the release of the
same purchase order/contracts for such bought out items/ components, a copy of the same without price
details but together with detailed purchase specifications, quality plans and delivery conditions shall be
furnished to the engineer by the contractor.
10.0 Deleted
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.
19.2 A "Hindrance Register" shall be maintained by both the Company and the Contractor at site to
record the various hindrances, as mentioned above, encountered during the course of execution.
19.3 The contractor may request the company in writing for extension of time within 14 days of
GENERAL TERMS AND CONDITIONS OF CONTRACT
happening of such event causing delay stating also, if practicable, the period for which extension is
desired. The company may, considering the eligibility of the request, give a fair and reasonable
extension of time for completion of the work. Such extension shall be communicated to the
contractor in writing by the company through the Engineer-in-charge within 1 month of the date of
receipt of such request. The contractor shall however use his best efforts to prevent or make good
the delay by putting his endeavors constantly as may be reasonably required of him to the
satisfaction of the Engineer-in-charge.
19.4 Provisional extension of time may also be granted by the Engineer -In-charge during the course
of execution, on written request for extension of time within 15 (fifteen) days of happening of such
events as stated above, reserving the company's right to impose/ waive liquidated damages at the
time of granting final extension of time as per contract agreement.
19.5 When the period fixed for the completion of the contract is about to expire, the question of
extension of the contract may be considered at the instance of the Contractor or the Company or the
both. The extension will have to be by party's agreement, expressed or implied.
19.6 - In case the Contractor does not apply for grant of extension of time within 15 (fifteen) days of
hindrance occurring in execution of the work and the Company wants to continue with the work
beyond the stipulated date of completion for reason of the work having been hindered, the Engineer-
in-charge at his sole discretion can grant provisional extension of time even in the absence of
application from the Contractor. Such extension of time granted by the Engineer-in-charge is valid
provided the Contractor accepts the same either expressly or implied by his actions before and
subsequent to the date of completion. Such extension of time shall be without prejudice to
Company's right to levy compensation under the relevant clause of contract.
The amount to be recovered from the contractor as determined above, shall, without
prejudice to any other right or remedy available to the employer as per law or as per
agreement, will be recovered from any money due to the contractor on any account or under
any other contract and in the event of any shortfall, the contractor shall be liable to pay the
same within 30 days. In case of failure to pay the same the amount shall be debt payable.
In the event of above course being adopted by the Engineer-in-charge, the contractor shall
have no claim to compensation for any loss sustained by him by reasons of his having
purchased materials, equipment or entered into agreement or made advances on any
account or with a view to the execution of work or performance of the contract. And in case
action is taken under any of provision aforesaid, the contractor shall not be entitled to
recover or to be paid any sum for any work thereof or actually performed under this contract
unless and until the engineer-in-charge has certified in writing the performance of such work
and value payable in respect thereof and he shall only be entitled to be paid the value so
certified.
The need for determination of the 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.
GENERAL TERMS AND CONDITIONS OF CONTRACT
20.7 Suspension of work - The company shall have power to suspend the progress of the work or
any part thereof 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 thereof. 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 costs 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 of the contract,
on account of default on the part of the contractor, as narrated hereinbefore, the security
deposit and other dues of this work or any other work done under this company shall be
forfeited and brought under the absolute disposal of the company provided, that the amount so
forfeited shall not exceed 10% of the contract value.
20.8 Foreclosure of contract in full or in part - If at any time after acceptance of the tender, the
company decides to abandon or reduce the scope of the work for any reason whatsoever the
company, through its Engineer-in-charge, shall give notice in writing to that effect to the
contractor. In the event of abandonment/reduction in the scope of work, the company shall be
liable
20.8.1 to pay the contractor at the contract rates full amount for works executed
and measured at site upto the date of such abandonment/reduction in the
work.
20.8.2 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.
20.8.3 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.
GENERAL TERMS AND CONDITIONS OF CONTRACT
20.8.4 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 damage caused
while in custody of the contractor
20.8.5 to pay for the transportation of tools and plants of the contractor from site
to contractor's place or to any other destination, whichever is less.
The contractor shall, if required by the Engineer-in-charge, furnish to him books of accounts, papers,
relevant documents as may be necessary to enable the Engineer-in- charge to assess the amount
payable in terms of para 20.8.2 , 20.8.3 and 20.8.5 above, the contractor shall not have any claim for
compensation whatsoever either for abandonment or for reduction in the scope of work, other than
those as specified above.
32.2 In the event of the engineer requiring any variation, such reasonable and proper notice shall be
given to the contractor to enable him to work his arrangements accordingly, and in cases where goods
or materials are already prepared or any design, drawings of pattern made or work done requires to be
altered, a reasonable and agreed sum in respect there of shall be paid to the contractor.
32.3 In any case in which the contractor has received instructions from the engineer as to the
requirement of carrying out the altered or additional substituted work which either then or later on, will
in the opinion of the contractor, involve a claim for additional payments, the contractor shall
immediately and in no case later than thirty (30) days, after receipt of the instructions aforesaid and
before carrying out the instructions, advise the engineer to that effect. But the engineer shall not
become liable for the payment of any charges in respect of any such variations, unless the instructions
for the performance of the same shall be confirmed in writing by the engineer.
32.4 If any variation in the works, results in reduction of contract price, the parties shall, agree, in
writing, so to the extent of any change in the price, before in contractor proceeds with the change.
32.5 In all the above cases, in the event of a disagreement as to the reasonableness of the said sum, the
decision of the engineer shall prevail.
32.6 Notwithstanding anything stated above in this clause, the engineer shall have the full power to
instruct the contractor, in writing, during the execution of the contract, to vary to quantities of the items
or groups of items. The contractor shall carry out such variations and be bound by the same conditions,
as though the said variations occurred in the contract documents. However, the contract price shall be
adjusted at the rates and the prices provided for the original quantities in the contract.
In the event that equipment fails to achieve the availability herein provided, measured over each
quarter, contractor shall be liable for and pay to the employer, as penalty, a sum equal to as indicated
hereunder to be adjusted against running bill/performance guarantee:
a. 0.25% of contract price (excluding GST) for reduction in every percentage or part thereof from
guaranteed availability of 90%, calculated on quarterly basis.
b. In case the availability falls below 80%, 10% of contract price (excluding GST) shall be deducted
as penalty calculated on annual basis.
However, the total penalty on account of failure in guaranteed availability shall not exceed 10% of
contract price (excluding GST). This will be in addition to Liquidated damages (LD) for delay in
completion and failure in PG Test.
The contractor, along with his bills, shall submit proper documents in the name of the Owner Company
to claim Input Tax Credit under the applicable laws. The invoice shall be in compliance with the relevant
rules.
Owner Company is entitled to avail Input Tax Credit on account of: CGST, SGST/UTGST, IGST and GST
(Compensation to State) Cess, as applicable for indigenous product/ imported products. Hence set off
allowed against CGST, SGST/UTGST, IGST and GST (Compensation to State) Cess as per relevant
rules/act. Contractor shall submit relevant document as desired by HEC/SECL at the time of supply,
along with the bills/invoice as per relevant rules for enabling Owner Company to claim Input tax credit
benefit.
GENERAL TERMS AND CONDITIONS OF CONTRACT
41.0 PAYMENT
41.1 The payment to the contractor for the performance of the works 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.
41.2 CURRENCY OF PAYMENT
All payments under the contract shall be in Indian Rupees only.
41.3 DUE DATES FOR PAYMENT
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.
41.4 PAYMENT SCHEDULE
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 this section. While preparing the PERT network, the supply of P&M
Equipment shall be linked to construction of respective Civil and Structural Works. 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.
41.5 INTERIM PAYMENTS
41.5.1 Proforma of the owner to be supplied in due course at the time of payment. Each
such running bill shall state the amount claimed and shall set forth in detail, in the
order of the payment schedule, particulars of the works including the works
executed at site and of the equipment shipped/brought on to the site pursuant to
the contract up to the date mentioned in the bill and for the period covered since
the last preceding certificate, if any.
41.5.2 Every interim payment claim shall indicate the contract value of the works executed
up to the date mentioned in the running bill, provided that no sum shall be included
in any running bill in respect of the works that, according to the decision of the
engineer, does not comply with the contract, or has been performed, at the date of
certificate prematurely.
41.6.2 The Contractor may at intervals of not less than one month submit claims/ bills for payment
on account of work done after proper scrutiny and certification of the same by the Employer. The
progressive payment shall be made in respect of the following:
a. Design engineering
b. Supply of equipment
c. Plant & Equipment Erection
d. Trial Run and commissioning
All such payments shall be made by the Employer online/ through RTGS/NEFT within a month from
the date of the submission of claims/bills. Payment will also be governed by Clauses of 3.0 of General
Terms & Conditions of Contract. Any sum due from the Contractor shall be deducted from the first or
next subsequent on account of payments as the case may be, in general the following procedure of
payment shall be followed:
41.6.3 a. The Successful Bidder will submit the detailed Billing Schedule as per Scope of
Work of NIT /TS within 30 days after award of Contract .
b. The Documents required to be submitted for Supply part are- GST Invoice,
GENERAL TERMS AND CONDITIONS OF CONTRACT
GSTR1, Material receipt Certificate duly certified by Site In-Charge/Engineer ,
Dispatch Clearance and other documents as applicable.
In cases where the Preliminary Acceptance Test (start-up & trial operation) and Final
Acceptance Test (Performance Guarantee Test) is not completed for reasons not
attributable to the contractor, the payment which is to be released after Preliminary
Acceptance & Final Acceptance certificate will be released against equivalent amount of
Bank Guarantee with validity upto actual completion (Initial BG validity should for 1(one)
year and to be extended till actual completion of respective tests from time to time) of
respective tests.
It is incumbent upon the contractor to avoid litigation and disputes during the course of execution.
However, if such disputes take place between the contractor and the department, effort shall be made
first to settle the disputes at the company level.
The contractor should make request in writing to the Engineer-in-charge for settlement of such disputes/
claims within 30 (thirty) days of arising of the cause of dispute/ claim failing which no disputes/ claims of
the contractor shall be entertained by the company.
Effort shall be made to resolve the dispute in two stages
In first stage dispute shall be referred to the Site In-charge . If difference still persist the dispute shall be
referred to a committee constituted by the owner.
If differences still persist, the settlement of the dispute shall be resolve in the following manner:
Disputes relating to the commercial contracts with Central Public Sector Enterprises / Govt. Departments
GENERAL TERMS AND CONDITIONS OF CONTRACT
(except Railways, Income Tax, Customs & excise duties )/ State Public Sector Enterprises shall be referred
by either party for Arbitration to the PMA ( Permanent Machinery of Arbitration ) in the department of
Public Enterprises.
In case of parties other than Govt. Agencies, the redressal of the dispute may be sought through
Arbitration (THE ARBITRATION AND CONCILIATION ACT, 1996 as amended by AMENDMENT ACT of 2015).
Sole Arbitration-
In the event of any question, dispute or difference arising under these terms & conditions or any condition
contained in this contract or interpretation of the terms of, or in connection with this Contract (except as
to any matter the decision of which is specially provided for by these conditions), the same shall be
referred to the sole arbitration of a person, appointed to be the arbitrator by the Competent Authority of
Owner Company (as the case may be). The award of the arbitrator shall be final and binding on the parties
of this Contract.
(a.) In the event of the Arbitrator dying, neglecting or refusing to act or resigning or being unable to act
for any reason, or his/her award being set aside by the court for any reason, it shall be lawful for
the Competent Authority of Owner Company (as the case may be) to appoint another arbitrator in
place of the outgoing arbitrator in the manner aforesaid.
(b.) It is further a term of this contract that no person other than the person appointed by the
Competent Authority of Owner Company (as the case may be) as aforesaid should act as arbitrator
and that, if for any reason that is not possible, the matter is not to be referred to Arbitration at all.
Subject as aforesaid, Arbitration and Conciliation Act, 1996 as amended by Amendment Act of 2015, and
the rules there under and any statutory modification thereof for the time being in force shall be deemed to
apply to the Arbitration proceedings under this clause.
The venue of arbitration shall be the place from which the contract is issued i.e Ranchi- Jharkhand or as the
Competent Authority of Owner Company (as the case may be) at his discretion may determine.
Applicable Law: The contracts shall be interpreted in accordance with the laws of the Union of India.
Contracts with Partnership firm/Joint Venture/ Consortium:
The Partnership firm /Joint Venture/Consortium is required to submit written consent of all the partners to
above arbitration clause at the time of submission of bid.
(c.) The Arbitration will also be governed as per Clause No- 7 of Special Condition of Contract may be referred
43.0 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
GENERAL TERMS AND CONDITIONS OF CONTRACT
responsible for any reason whatsoever.
44.0 E-way Bill : The e-way bill required in connection with supply of goods or services, if any, shall be arranged
by the contractor/supplier. However, the e-way bill will be arranged by Consignee Company if provisions of
the relevant Act and the rules made there under specifically states that the e-way bill is required to be
issued by recipient of goods.
45.0 In the event of recovery of any claim towards LD Charges, Penalty, fee, fine or any other charges (except
EMD) from the contractor/supplier, the same will be recovered along with the applicable GST and the
amount shall be adjusted with the payment to be made to the contractor/supplier against their bill/invoice
or any other dues.
***********************************************************
ADDITIONAL TERMS AND CONDITIONS OF CONTRACT
The following additional terms & conditions are also acceptable to the company. The tenderers are
requested not to quote any additional conditions in their tender.
MOBILISATION ADVANCE:
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 mobilization advance subject to submission of Bank Guarantee for
110% advance amount.
ii) Mobilization Advance against survey, soil investigation, design & 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) Mobilization Advance against supply of equipments shall be released only after the contractor has
finalized their venders/suppliers for the specific equipment and the amount of advance shall be
proportionate to the value of equipment for which venders/suppliers have been finalized vis-à-vis the
total value of equipments offered in the contract limited to 10% of the contract value.
iv) Mobilization Advance against works contract for site activities shall be paid in two equal installments.
First installment shall be paid after the contractor has opened their site office and having finalized 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 mobilization advance shall be recovered (without Interest) from the bills of the contractor from the
second running on account bills onward @ 20% of the advance amount paid. However, the full amount of
mobilization advance will be recovered maximum within scheduled date of completion as per agreement
excluding Defect Liability period.
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 Nationalized Bank
/Scheduled Bank.
vii) Part Bank Guarantee” (BGs) against the Mobilization Advance shall be taken in as many numbers as the
proposed recovery installments and shall be equivalent to 110% of the amount of each installment.
viii) In case of “Machinery and Equipment advance”, insurance and hypothecation to the employer shall be
ensured.
ix) Mobilization advance will be given in installments and subsequent installments will be released after
getting satisfactory utilization Certificate from the contractor for the earlier installments.
x) Cash Credit A/c Rate of Interest prevailing on the date of recovery subject to maximum rate of Interest of
12.9% to be charged on delayed recovery either due to late submission of bills by the contractor or any
other reasons besides the reason given rise to encashment of BG.
xi) Mobilization Advance to be remitted to the Contractor will be subject to back to back realization of
Mobilization Advance from Client ( SECL) as per provisions of Contract between HEC & SECL. In case of
non receipt/ delayed receipt of Mobilization Advance from SECL on account of any reasons whatsoever ,
the Contractor will not link execution of work to the said reason and will still be bound to execute the
Work as per given Time schedule of the Contract.
ADDITIONAL TERMS AND CONDITIONS OF CONTRACT
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.
All engineering data submitted by the contractor after final process including review and approval by
the engineer shall form part of the contract documents and the entire works covered under these
specifications shall be performed in strict conformity, unless otherwise expressly requested by the
engineer in writing.
GENERAL TECHNICAL CONDITIONS
5.0 DRAWING
All drawings submitted by the contractor including those submitted at the time of bid shall be
sufficiently detailed to indicate the type, size, arrangement, weight of each component, break-up for
packing and shipment, the external-connections, fixing arrangements required, the dimensions required
for installation and inter- connections with other equipment and materials, clearances and spaces
required between various portions of equipment and any other information specifically requested in the
specifications.
Each drawing submitted by the contractor shall be clearly marked with the name of the owner, the
unit designation, the specifications title, the specification number and the name of the project. If std.
catalogue pages are submitted the applicable items shall be indicated therein. All titles, notings,
markings and writings on drawing shall be in English. All the dimensions should be in metric units.
The owner may use a 35 mm microfilm system in processing drawings. All drawings shall be suitable
for microfilming. Drawings which are not suitable for microfilming will not be accepted. A copy of each
drawings reviewed will be returned to the contractor as stipulated herein. The owner may also accept
and use floppies/ disks for computer based drawings.
Copies of drawings returned to the contractor will be in the form of a print with the owner's
marking, or a print made from a microfilm of the marked up drawing or in the form of aperture cards if
the contractor has facilities to process such cards or print made from floppies for computer based
drawings.
The drawings submitted by the contractor shall be reviewed by the engineer as far as practicable
within four (4) weeks and shall be modified by the contractor if any modifications and/or corrections are
required by the engineer. The contractor shall incorporate such modifications and/or corrections and
submit the final drawings for approval. Any delay arising out of failure by the contractor to rectify the
drawings in good time shall not alter the contract completion date.
Approval by the Nodal Officer or his Nominee: the Contractor shall submit specifications and
drawings showing the proposed Temporary Works to the Nodal Officer/Engineer-in-charge or his
Nominee, who is to approve them if they comply with the specifications and drawings. The Contractor
shall be responsible for design of Temporary Works.
The Nodal Officer/Engineer-in-charge or nominee’s approval shall not alter the contractor’s
responsibility for design of the Temporary Works.
The drawings sent for approval to the engineer shall be in quintuplicate. One print of such drawings
will be returned to the contractor by the engineer marked approved/approved with corrections. The
contractor shall thereupon furnish the owner with nine prints and one reproducible original of the
drawings after incorporating all corrections.
Further work by the contractor shall be in strict accordance with these drawings and no deviation
shall be permitted without the written approval of the engineer, if so required.
All manufacturing and fabrication work in connection with the equipment prior to the approval of
the drawings shall be at the contractor's risk. The contractor may make may changes in the design which
are necessary to make the equipment conform, to the provisions and intent of the contract and such
changes will again be subject to approval by the engineer. Approval of contractor's drawings or work by
the engineer shall not relieve the contractor of any of his responsibilities and liabilities under the
contract.
GENERAL TECHNICAL CONDITIONS
Drawings shall include all installation and detailed piping drawings wherever applicable. All piping
100 mm and larger shall be routed in detail and smaller pipe shall be shown schematically or by
isometric drawings. All drawings shall be fully corrected to agree with actual as built construction.
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.
14.0 TEST
Start up
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-
GENERAL TECHNICAL CONDITIONS
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.
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.
Trial Operation
The plant shall then be on trial operation during which period all necessary adjustments
shall be made while operating over the full load- range enabling the plant to be made ready for
performance and guarantee tests.
The duration of trial operation of the complete equipment shall be fourteen (14) days out
of which at least seventy two (72) hours shall be continuous operation on full load or any other duration
as may be agreed to, between the engineer and the contractor. The trial operation shall be considered
successful, provided that each item of the equipment can operate continuously at the specified
operating characteristics, for the period of trial operation.
For the period of trial operation, the time of operation with any load shall be counted.
Minor interruptions not exceeding four (4) hours at a time, caused during the continuous operation shall
not affect the total duration of trial operation. However, if in the opinion of the engineer, the
interruption is long, the trial operation shall be prolonged for the period of interruption.
A trial operation report comprising of observations and recordings of various parameters
to be measured in respect of the above trial operation shall be prepared by the contractor. This report,
besides recording the details of the various observations during trial run, shall also include the dates of
start and finish of the trial operations and shall be signed by the representatives of both the parties. The
report shall have sheets, recording all the details of interruptions occurred, adjustments made and any
minor repairs done during the trial operation. Based on the observations, necessary modifications/
repairs to the plant shall be carried out by the contractor to the full satisfaction of the engineer to
enable the later to accord permission to carry out performance and guarantee tests on the plant.
However, minor defects which do not endanger the safe operation of the equipment, shall not be
considered as reasons for with holding the aforesaid permission.
Performance and guarantee test
The final test as to the performance and guarantees shall be conducted at site, by the owner. Such
tests will be commenced within a period of two (2) months after successful completion of trial
operations. Any extension of time beyond the above two (2) months shall be mutually agreed upon.
These tests shall be binding on both the parties of the contract to determine compliance of the
equipment with the performance guarantees.
The available instrumentation and control equipment will be used during such tests and the engineer
will calibrate, all such measuring equipment and devices as far as practicable. However, un-measurable
parameters shall be taken into account in a reasonable manner by the engineer, for the equipment of
these tests. The tests will be conducted at the specified load points and as near the specified cycle
condition as practicable. The engineer will apply proper corrections in calculation, to take into account
conditions which do not correspond to the specified conditions.
GENERAL TECHNICAL CONDITIONS
Any special equipment, tools and tackles required for the successful completion of the
performance and guarantee tests shall be provided by the contractor, free of cost.
The guaranteed performance figures of the equipment shall be proved by the contractor
during these performance and guarantee tests. Should the results of these tests show any decrease from
the guaranteed values, the contractor shall modify the equipment as required to enable it to meet the
guarantees. In such case, performance and guarantee tests shall be repeated within one month, from
the date the equipment is ready for re- tests and all cost for modifications including labour, materials
and the cost of additional testing to prove that the equipment meets the guarantees, shall be borne by
the contractor. Duration of performance guarantee tests will be of one month of which 6 (six ) days
continuous on load operation is the minimum requirement and in case it fails , the process of
performance guarantee tests will be repeated.
The specific tests to be conducted on equipment has been brought out in the technical
specifications. Performance and guarantee test shall make allowance for instrumentation errors as may
be decided by the engineer-in-charge.
TEST CODES
The provisions outlined in the ASME performance test codes or other international and Indian
approved equivalents shall generally be used as a guide for all the above test procedures unless
otherwise specified in the technical specifications.
15.0 PACKING
15.1. All the equipment shall be suitably protected, coated, covered or boxed and crated 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 suitably 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
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.
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.
The engineer shall be notified promptly by the contractor of any defects in the other contractor's
works that could affect the contractor's works. The engineer shall determine the corrective measures if
any, required to rectify this situation after inspection of the works and such decisions by the engineer
shall be binding on 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
In addition to the conditions covered under the clause entitled insurance in general terms and
conditions of contract, the following provisions will also apply to the portion of the works to be done
beyond the contractor's own or his sub-contractor's works.
Workmen's compensation insurance:
This insurance shall protect the contractor against all claims applicable under the Workmen's
Compensation Act 1948 (Government of India). This policy shall also cover the contractor against
claims for injury, disability disease or death of his or his sub-contractor's employees, which for
any reason are not covered under the Workmen's Compensation Act 1948. The liabilities shall
not be less than
Workmen's compensation As per statutory provisions
Employer's liability As per statutory provisions
Similarly the contractor shall ensure that the bench marks, reference points, etc., which are marked out
either with the help of engineer or by the engineer shall not be disturbed in any way during the
performance of his works. If any work is to be performed which disturb such references, the same shall be
done only after these are transferred to other suitable locations under the direction of the engineer. The
contractor shall provide all necessary materials and assistance for such relocation of reference points etc.
GROUTING MIX:
The grouting mixtures shall be composed of Portland cement, sand and water. The Portland
cement to be used shall conform to ISI No. 269 or equivalent, sand shall conform to ISI
No.383/2386 or equivalent. The grout proportions for flat based where the grouting space does
not exceed 35 mm shall be 50 Kg bag of cement to 75 Kg of sand. Only the required quantity of
water shall be added so as to make the mix quaky and flowable and the mix shall not show excess
ERECTION CONDITIONS OF CONTRACT
water on top when it is being puddled in place. For thicker grout beds upto 65 mm, the amount of
sand shall be increased to 105 Kg per bag of cement. Bases which are hollow and are to be filed full
of grouting shall be filled to a level of 25 mm above the outside rim with a mortar mix in the
volumetric proportions of one bag of cement and 1.5 bags sand and 1.5 part 6 mm granite gravel.
An acceptable plasticiser may be added to the grout mixes in a proportion recommended by the
plasticisers manufacturer. All such grouts shall be thoroughly mixed for not less than five minutes
in an approved mechanical mixer and shall be used immediately after mixing.
PLACING OF GROUT
After the base has been prepared, its alignment and level has been checked and
approved and before actually placing the grout a low dam shall be set around the base at a distance that
will permit pouring and manipulation of the grout. The height of such dam shall be at least 25 mm above
the bottom of the base. Suitable size and number of chains shall be introduced under the base before
placing the grout, so that such chains can be moved back and forth to push the grout into every part of
the space under the base.
The grout shall be poured either through grout holes if provided or shall be poured at one
side or at two adjacent sides giving it a pressure head to make the grout move in a solid mass under the
base and out in the opposite side. Pouring shall be continued until the entire space below the base is
thoroughly filled and the grout stands at least 25 mm higher all around than the bottom of the base.
Enough care should be taken to avoid any air or water pockets beneath the bases.
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
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 cable trays, they shall be clamped at a minimum interval of 2000 mm or
otherwise as directed by the engineer.
Each cable, whether power or control, shall be provided with a metallic or plastic of an approved
type, bearing a cable reference number indicated in the cable and conduit list (prepared by the
contractor), at every 5 metre run or part thereof and at both ends and the cable adjacent to the
terminations. Cable routing is to be done in such a way that cables are accessible for any maintenance
and for easy identification.
Sharp bending and kinking of cables shall be avoided. The minimum radii for PVC insulated cables
1100 V grade shall be 15D, where D is the overall diameter of the cable. Installation of other cables like
high voltage, coaxial, screened, compensating, mineral insulated shall be in accordance with the cable
manufacturer's recommendations. Wherever cables cross roads and water, oil, sewage or gas lines,
special care should be taken for the protection of the cables in designing the cable channels.
In each cable run some extra length shall be kept at a suitable point to enable one to two straight
through joints to be made should the cable develop fault at a later date.
Control cable terminations shall be made in accordance with wiring diagrams, using identifying
codes subject to engineer's approval. Multicore control cable jackets shall be removed as required to
train and terminate the conductors. The cable jacket shall be left on the cable, as far as possible, to the
ERECTION CONDITIONS OF CONTRACT
point of the first conductor branch. The insulated conductors from which the jacket is removed shall be
neatly twined in bundles and terminated. The bundles shall be firmly but not tightly tied utilising plastic
or nylon ties or specially treated fungus protected cord made for this purpose. Control cable conductor
insulation shall be securely and evenly cut.
The connectors for control cables shall be covered with a transparent insulating sleeve so as to
prevent accidental contact with ground or adjacent terminals and shall preferably terminate Elmex
terminals and washers. The insulating sleeve shall be fire resistant and shall be long enough to over-pass
the conductor insulation. All control cables shall be fanned out and connection made to terminal blocks
and test equipment for proper operation before cables are corded together.
******************************************************************
SAFETY CODE
1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground,
or from solid construction except such short period work as can be done safely from ladders. When a ladder
is used, an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying
materials as well suitable footholds and hand-hold shall be provided on the ladder and the ladder shall be
given an inclination not steeper that ¼ to 1 ( ¼ horizontal and 1 vertical).
2. Scaffolding of staging more than 3.6 m (12ft). above the ground or floor, swung or suspended from an
overhead support or erected with stationary support shall have a guard rail properly attached or bolted,
braced and otherwise secured at least 90 cm (3ft) high above the floor or platform of such scaffolding or
staging and extending along the entire length of the outside and ends thereof with only such opening as may
be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it
from swaying from the building or structure.
3. Working platforms, gangways and stairways should be so constructed that they should not sag unduly or
unequally, and if the height of the platform or the gangway or the stairway is more than 3.6 m (12ft) above
ground level, they should be closely boarded, should have adequate width and should be suitably fastened
as described in (2) above.
4. Every opening in the floor of a building or in a working platform shall be provided with suitable means to
prevent the fall of person or materials by providing suitable fencing or railing whose minimum height shall be
90 cm (3ft).
5. Safety means of access shall be provided to all working platforms and other working places. Every ladder
shall be securely fixed. No portable single ladder shall be over 9 m (30ft) in length while the width between
side rails in rung ladder shall in no case be less than 20 cm (11 ½”) for ladder upto and including 3 m (10ft) in
length. For longer ladders, this width should be increased at least ¼” for additional 30 cm (1ft.) of length.
Uniform step spacing of not more than 30 cm shall be kept. Adequate precautions shall be taken to prevent
danger from electrical equipment. No materials on any of the sites or work shall be so stacked or placed as
to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary
fencing and lights to protect the public from accident and shall be bound to bear the expenses of defence of
every suit, action or other proceedings at law that may be brought by any person for injury sustained owing
to neglect of the above precautions and to pay any damages and cost which may be awarded in any such
suit; action or proceedings to any such person or which may, with the consent of the contractor, be paid to
compensate any claim by any such person.
6. Excavation and Trenching: All trenches 1.2 m (4ft) or more in depth, shall at all times be supplied with at
least one ladder for each 30 m. (100 ft.) in length or fraction thereof. Ladder shall extend from bottom of the
trench to at least 90 cm (3ft) above the surface of the ground. The side of the trenches which are 1.5 m (5ft)
or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to
avoid the danger of sides collapsing. The excavated materials shall not be placed within 1.5 m (5ft) of the
edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to
bottom. Under no circumstances, undermining or undercutting shall be done.
SAFETY CODE
7. Demolition : before any demolition work is commenced and also during the progress of the work,
i. All roads and open areas adjacent to the work site shall either be closed or suitably protected.
ii. No electric cable or apparatus which is liable to be a source of danger or a cable or apparatus used by
the operator shall remain electrically charged.
iii. All practical steps shall be taken to prevent danger to persons employed from risk of fire or explosion
or flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials
as to render it unsafe.
8. All necessary personal safety equipment as considered adequate by the Engineer-in-Charge should be kept
available for the use of the person employed on the site and maintained in a condition suitable for
immediate use, and the contractor should take adequate steps to ensure proper use of equipment by those
concerned:- The following safety equipment shall invariably be provided.
i.) Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with
protective footwear and protective goggles.
ii.) Those engaged in white washing and mixing or stacking of cement bags or any material which is
injurious to the eyes, shall be provided with protective goggles.
iii.) Those engaged in welding works shall be provided with welder’s protective eye- shields.
iv.) Stone breaker shall be provided with protective goggles and protective clothing and seated at
sufficiently safe intervals.
v.) When workers are employed in sewers and manholes, which are in active use, the contractors shall
ensure that the manhole covers are opened and ventilated at least for an hour before the workers are
allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable
railing and provided with warming signals or boards to prevent accident to the public. In addition, the
contractor shall ensure that the following safety measures are adhered to:-
a) Entry for workers into the line shall not be allowed except under supervision of the Engineering
Assistant or any other higher officer.
b) At least 5 to 6 manholes upstream and downstream should be kept open for at least 2 to 3 hours
before any man is allowed to enter into the manhole for working inside.
c) Before entry, presence of Toxic gases should be tested by inserting wet lead acetate paper which
changes colour in the presence of such gases and gives indication of their presence.
d) Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no
Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit.
e) Safety belt with rope should be provided to the workers. While working inside the manholes, such
rope should be handled by two men standing outside to enable him to be pulled out during
emergency.
f) The area should be barricaded or condoned of by suitable means to avoid mishaps of any kind.
Proper warming signs should be displayed for the safety of the public whenever cleaning works
are undertaken during night or day.
g) No smoking or open flames shall be allowed near the blocked manhole being cleaned.
h) The malba obtained on account of cleaning of blocked manholes and sewer lines should be
immediately removed to avoid accidents on account of slippery nature of the malba.
SAFETY CODE
i) Workers should not be allowed to work inside the manhole continuously. He should be given rest
intermittently. The Engineer-in-Charge may decide the time up to which a worker may be allowed
to work continuously inside the manhole.
j) Gas masks with Oxygen Cylinder should be kept at site for use in emergency.
k) Air-blowers should be used for flow of fresh air through the manholes. Whenever called for,
portable air blowers are recommended for ventilating the manholes. The Motors for these shall
be vapour proof and of totally enclosed type. Non sparking gas engines also could be used but
they should be placed at least 2 meters away from the opening and on the leeward side protected
from wind so that they will not be a source of friction on any inflammable gas that might be
present.
l) The workers engaged for cleaning the manholes / sewers should be properly trained before
allowing to work in the manhole.
m) The workers shall be provided with Gumboots or non-sparking shoes bump helmets and gloves
non sparking tools safety lights and gas masks and portable air blowers ( when necessary). They
must be supplied with barrier cream for anointing the limbs before working inside the sewer
lines.
n) Workmen descending a manhole shall try each ladder stop or rung carefully before putting his full
weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole
well.
o) If a man has received a physical injury, he should be brought out of the sewer immediately and
adequate medical aid should be provided to him.
p) The extents to which these precautions are to be taken depend on individual situation but the
decision of the Engineer-in-Charge regarding the steps to be taken in this regard in an individual
case will be final.
vi.) The Contractor shall not employ men and women below the age of 18 years on the work of painting with
products containing lead in any form. Wherever men above the age of 18 are employed on the work of
lead painting, the following precaution should be taken:-
a) No paint containing lead or lead products shall be used except in the form of paste or readymade
paint.
b) Suitable face masks should be supplied for use by the workers when paint is applied in the form
of spray or a surface having lead paint is dry rubbed and scrapped.
c) Overalls shall be supplied by the contractors to the workmen and adequate facilities shall be
provided to enable the working painters to wash during and on the cessation of work.
d) Measures shall be taken, wherever practicable, to prevent danger arising out of from dust caused
by dry rubbing down and scraping.
e) Adequate facilities shall be provided to enable working painters to wash during and on cessation
of work.
f) Overall shall be worn by working painters during the whole of working period.
g) Suitable arrangement shall be made to prevent clothing put off during working hours being
spoiled by painting materials.
9. When the work is done near any place where there is risk of drowning, all necessary equipments should be
provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and
SAFETY CODE
adequate provision, should be made for prompt first aid treatment of all injuries likely to be obtained during
the course of the work.
10. Use of hoisting machines and tackle including their attachments, anchorage and supports shall conform to
the following standards or conditions:-
i.) (a) These shall be of good mechanical construction, sound materials and adequate strength and free from
patent defects and shall be kept repaired and in good working order.
(b) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable
quality and adequate strength, and free from patent defects.
ii.) Every crane driver or hoisting appliance operator, shall be properly qualified and no person under the age
of 21 years should be in charge of any hoisting machine including any scaffolding winch or give signals
to operator.
iii.) In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block used in
hoisting or as means of suspension, the safe working load shall be ascertained by adequate means.
Every hoisting machine and all gear referred to above shall be plainly marked with the safe working
load. In case of a hoisting
machine having a variable safe working load each safe working load and the condition under which it
is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this
paragraph shall be loaded beyond the safe working load except for the purpose of testing.
iv.) In case of departmental machines, the safe working load shall be notified by the Electrical Engineer-in-
Charge. As regards contractor’s machines the contractors shall notify the safe working load of the
machine to the Engineer-in-Charge whenever he brings any mach8inery to site of work and get it
verified by the Electrical Engineer concerned.
11. Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting appliances should be
provided with efficient safeguards. Hoisting appliances should be provided with such means as will reduce to
the minimum the risk of accidental descent of the load. Adequate precautions should be taken to reduce to
the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are
employed on electrical installations which are already energized, insulating mats, wearing apparel, such as
gloves, sleeves and boots as may be necessary should be provided. The worker should not wear any rings,
watches and carry keys or other materials which are good conductors of electricity.
12. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe
condition and no scaffold, ladder or equipment shall be altered or removed while it is in use. Adequate
washing facilities should be provided at or near places of work.
13. These safety provisions should be brought to the notice of all concerned by display on a notice board at a
prominent place at work spot. The person responsible for compliance of the safety code shall be named
therein by the contractor.
14. To ensure effective enforcement of the rules and regulations relating to safety precautions the
arrangements made by the contractor shall be open to inspection by the Labour Officer or Engineer-in-
Charge of the department or their representatives.
15. Notwithstanding the above clauses from (1) to (15), there is nothing in these to exempt the contractor from
the operations of any other Act or Rule in force in the Republic of India.
****************************************
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
ANNEXURE D
Sl.No. Name of the work Unit Grand Total Basic Quoted Package
Price in Rupees (exclusive of GST)
II GST
( in Rupees )
Rate - %
(GST rate to be indicated in percentage)
NOTE:
Appendix 1
To,
Heavy Engineering Corporation Limited,
P.O. : Dhurwa,
Dist. : Ranchi (Jharkhand)
In consideration of the Heavy Engineering Corporation Limited, having its Registered office at Dhurwa, Dist.
Ranchi (Jharkhand) (hereinafter called to as the “Employer” which expression shall unless repugnant to the
context or meaning thereof, include all successors, administrators and assigns) having awarded to
[Name & Address of the Contractor] (hereinafter called to as “Contractor” which expression shall unless
repugnant to the context of meaning thereof include its successors, administrators, executors and assigns)
the work [Name of the Work] by issue of Letter of Award No. [Work Order/Letter of Intent No.] and the
same having been unequivocally accepted by the Contractor resulting into a Contract Agreement dated valued
at [value of Work Order] (hereinafter called ‘the Contract’) and the Employer
having agreed to accept Performance Bank Guarantee of [indicate figure]% of theContract Sum
[amount in figures and words) from a Nationalized/ Scheduled Bank for due performance of the work
executed by the Contractor as per the terms & conditions contained in the said Contract.
We, [name of the Bank], of [address of the Bank] (hereinafter called to as “Bank” which
expression shall unless repugnant to the context or meaning thereof, include its successors, administrators,
executors and assigns) do hereby guarantee and undertake to pay the Employer immediately on demand
and or, allmoney payable by the Contractor to the extent of [amount of guarantee in figures and words
], at any time from to without any demur, reservation, recourse, contest or protest and/or without any
reference to the Contractor. Any such demand made by the Employer on the Bank shall be conclusive and
binding notwithstanding any difference between the Employer and the Contractor or any dispute pending
before any Court, Tribunal, Arbitrator or any other authority. We agree that the Guarantee herein contained
shall be irrecoverable and shall continue to be enforceable as per the terms & conditions contained in the said
Contract.
The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under
this Guarantee, from time to time, to extend the validity of time of Performance of the Contract by the
Contractor. The Employer shall have the fullest liberty without affecting this Guarantee, to postpone,
from time to time, the exercise of any powers vested in them or of any right which they might have
against the Contractor, and to exercise the same at any time in any manner, and either to enforce or to
forebear or to enforce any covenants contained or implied in the Contract, between the Employer and the
Contractor or any other course or remedy or security available to the Employer. The Bank shall not be
released of its obligations under these presents by any exercise by the Employer of its liberty with
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
reference to matter aforesaid or any of them or by reason of any other act of forbearance or other acts
of omission or commission on the part of the Employer or any other indulgence shown by the Employer or
by any other matter or thing whatsoever which under law would, but for this provision, have the effect of
relieving the Bank. The Bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a Principal Debtor in first instance, without proceeding against the Contractor
and notwithstanding any security or other Guarantee that the Employer may have in relation to the
Contractor’s liabilities.
Signature
Name
Designation
Appendix-2
We hereby confirm that in the event of our becoming L-1 in the subject tender and in the event of this
work being awarded to us, we will obtain an independent Provident Fund Code Number, issued by the
Employees’ Provident Fund Organisation, Govt. of India, in our name, before start of work. We
understand that we are required to abide by and comply with all the rules & regulations pertaining to
and in connection with the Employees’ Provident fund & Miscellaneous Provisions act 1952 (EPF & MP
Act 1952) and hereby confirm that we shall do so in all respects.
Signature of tenderer
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
APPENDIX-3
Details of jobs undertaken (On-hand & Completed)
B. Work executed by tenderer not in the name of the Tenderer but in a different name or in
a different partnership or as subcontractor to a principal Contractor.
NB: 1. A separate sheet may, if required, be used for giving the details in the proforma
mentioned above. The sheet shall be duly signed and stitched to the tender.
2. Completion Certificate to be enclosed.
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
APPENDIX-4
NB: A separate sheet may, if required, be used for giving the details in the proforma
mentioned above. The sheet shall be duly signed and stitched to the tender.
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
APPENDIX-5
TIME SCHEDULE
APPENDIX-6A
We have examined the Tender Documents and understood all the requirements. We hereby confirm
that the Scope of Work and other details of our offer conform to Tender Specifications N o .
excepting for deviations listed below.
We understand that Employer/Employer’s representative will not entertain any deviations other
than those specified below and accepted by Employer/ Employer’s representative in writing:
Signature: …………………………..
Name: ……………………………….
Designation: ………………………..
APPENDIX-6B
We have examined the Tender Documents and understood all the requirements. We hereby confirm
that the Scope of Work and other details of our offer conform to Tender Specifications No.
excepting for commercial deviations listed below.
We understand that Employer/Employer’s representative will not entertain any deviations other than
those specified below and accepted by Employer/Employer’s representative in writing:
Appendix 7
FORMAT FOR CONTRACT AGREEMENT
WHEREAS, the Employer invited bid for the Work “ “ and the
bid of the Contractor has been accepted by the Employer vide their Letter No
dt. for a sum of
[Contract sum in figure & words]
WHEREAS the Contractor has agreed to execute the works on the terms & conditions as stipulated
in the Bid and subsequent amendments thereto for a sum of [Contract sum in
figure & words] for successful completion of the work.
NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AS FOLLOWS:
1. In pursuance of the Agreement aforesaid and in consideration for the payment of the sum of
[Contract sum in figure & words] and/or such sum as may be
payable to the contractor, the Contractor shall upon and subject to the said terms &
conditions execute and complete the work shown upon in the said drawings and described
in the said scope of work as provided for in the said conditions.
2. The time shall be considered as one of the essence of the contract and time for completion
of the contract shall be 18 (Eighteen) months from the date of placement of of work Order.
3. The parties hereto shall respectively and faithfully abide by and submit themselves to the
terms &conditions and stipulations contained in this agreement and perform and
discharge their part of contract accordingly.
4. This final Agreement has been arrived at between the parties after due consideration of the
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
correspondences, documents, meetings and negotiations held from time to time. The
following documents shall constitute the Contract between the Employer and the
Contractor. And each shall be read and construed as an integral part of the Contract
Part Description of Documents
5. The Contract shall be executed within the purview of the Indian Laws.
In witness whereof the parties hereto have hereunder affixed their signatures at Ranchi on the
day, month and year written as above.
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Appendix 8
< Non Judicial Stamp Paper of Rs.
100>
INTEGRITY PACT
[Instructions : Bidders are advised to submit the Integrity Pact document duly signed, stamped
and accepted on each page mentioning the Tender No. and date.]
INTEGRITY PACT
Between
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.
Section 1 – Commitments of the Principal:-
(1) The Principal commits itself to take all measures necessary to prevent corruption and
to observe the following principles :-
1. No employee of the Principal, personally or through family members, will in connection with the
tender for, or the execution of a contract, demand, take a promise or or accept, for him/herself or
third person, any material or immaterial benefit which he/she is not legally entitled to.
2. The Principal will, during the tender process treat all Bidders with equity and reason.
The Principal will in particular, before and during the tender process, provide to all Bidders the same
information and will not provide to any Bidder confidential/ additional information through which the
Bidders could obtain an advantage in relation to the tender process or the contract execution.
3. The Principal will exclude from the process all known prejudiced persons.
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
(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 the Chief Vigilance Officer
and in addition can initiate disciplinary actions.
Section 2 – Commitments of the Bidder/ Contractor
(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.
1. The Bidder/ Contractor will not, directly or through any other person or firm, offer, promise or
give to any of the Principal’s employees involved in the tender process or the execution of the
contract or to any third person any material or immaterial benefit which he/she is not legally entitled
to, in order to obtain in exchange any advantage of any kind what-so-ever during the tender
process or during the execution of the contract.
2 The Bidder/ Contractor will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non- submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.
3. The Bidder/ Contractor will not commit any offence under the relevant Anti- Corruption Laws of
India, further the Bidder/ Contractor will not use improperly, for purposes of competition or personal
gain, or pass on to others, any information or document provided by the Principal as part of the
business relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
4. The Bidder/ Contractor will , when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with the
award of the contract.
(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 exclusion from future contracts.
If the Bidder/ Contractor, 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/ Contractor from the tender process or to terminate the
contract if already signed for such reason.
(1) If the Bidder/Contractor has committed a transgression through a violation of section- 2 such as to
put his reliability or credibility into question, the principal is entitled also to exclude the
Bidder/Contractor from future contract award processes. The imposition and duration of exclusion
will be determined by the severity of the transgression. The severity will be determined by
circumstances of the case, in particular the number of transgressions, the position of the transgressors
within the company hierarchy of the Bidder and the amount of damage. The exclusion will be imposed
for a minimum of six months and maximum of 3 years.
(2) The Bidder accepts and undertakes to respect and uphold the Principal's absolute right to resort to
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
and impose such exclusion and further accepts and undertakes not to challenge or question such
exclusion on any ground, including the lack of any hearing before the decision to resort to such
exclusion is taken. This undertaking is given freshly and after obtaining independent legal advice.
(3) If the Bidder/Contractor can prove that he has restored/ recouped the damage caused by him and
has installed a suitable corruption prevention system, the Principal may revoke the exclusion
prematurely.
(4) A transgression is considered to have occurred if in light of available evidence no reasonable doubt is
possible.
(1) 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.
(2) 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.
(3) 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 terminate of the contract after the contract award has caused
no damage or less damage that the amount of the liquidated damages, the Bidder/ Contractor shall
compensate the Principal only to the extent of the damage in the amount proved.
(1) The Bidder declares that no previous transgressions occurred in the last 3 years with any other
company in any country conforming to the TI approach or with any other Public Sector
Enterprise in India that could justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the tender
process or the contract if already awarded can be terminated for such reason.
(1) The Bidder / Contractor undertakes to demand from all subcontractors a commitment in
conformity with this Integrity Pact, and to submit it to the Principal before contract signing.
(2) The Principal will enter into agreement with identical conditions as this one with all Bidders,
Contractors and subcontractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its
provisions.
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Section 8 – Independent External Monitor/ Monitors (Three in number depending on the size
of the contract) ( to be decided by the Chairperson of the Principal)
(1) The Principal appoints competent and credible External Independent Monitor for this Pact. The
task of the monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.
(2) The Monitor is not subject to instructions by the representatives of the parties and performs his
functions neutrally and independently. He reports to the Chairperson of the Board of the Principal.
(3) The Contractor accepts that the Monitor has the right to access without restriction to all Project
documentation of the Principal including that provided by the Contractor. The Contractor will also
grant the monitor, upon his request and demonstration of a valid Interest, Unrestricted and
unconditional access to his project documentation. The same is applicable to subcontractors. The
Monitor is under contractual obligation to treat the information and documents of the Bidder
Contractor /Subcontractor with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among the parties
related to the project provided such meetings could have an impact on the contractual relations
between the Principal and the Contractor. The parties offer to the Monitor the option to
participate in such meetings.
(5) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Principal and request the Management to discontinue or heal the
violation or to take other relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a
specific manner, refrain from action or tolerate action.
(6) The monitor will submit a written report to the Chairperson of the Board of the principal
within 8 to10 weeks from the date of reference or intimation to him by the "Principal" and, should
the occasion arise, submit proposals for correcting problematic situations.
(7) Monitor shall be entitled to compensation on the same terms as being extended to
/ provided to outside expert committee members/Chairman as prevailing with with Principal.
(8) If the Monitor has reported to the Chairperson of the Board, a substantiated suspicion of an
offence under relevant anti corruption loss of India, and the Chairperson has not within reasonable
time, taken visible action to proceed against such offences or reported it to the Vigilance Office, the
Monitor may also transmit this information directly to the Central Vigilance Commissioner,
Government of India.
(9) The word ‘Monitor’ would include both singular and plural.
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Section 9 – Pact Duration
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.
If any claim is made/ agreed during this time, the same shall be binding and continue to be valid despite
the lapse of this pact as specified above, unless it is discharged / determined by Chairperson of the
Principal..
(1) This agreement is subject to Indian Law, Place of performance and jurisdiction is the Registered Office
of the Principal, i.e. Ranchi.
(2) Changes and supplements as well as termination notices need to be made in writing.
Side agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all partners
or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the parties will strive to come to an agreement to their
original intentions.
(For & on behalf of the Principal) (For & on behalf of Bidder/ Contractor)
(Office Seal) (Office Seal)
Appendix - 9
AFFIDAVIT
I…………………………………………………………………….……………………..
Partner/Legal Attorney Proprietor/Accredited Representative of M/s.
……………………………………. Solemnly declared that:
Seal of Notary
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
TECHNICAL SPECIFICATION
FOR
PROJECT DIVISION
INDEX
7. DRAWINGS 136-142
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
LIST OF DRAWINGS
PROJECT DIVISION
CHAPTER-1
PREAMBLE
1.1 Gevra OC Expansion (35-70 Mty) project has been formulated with a view to meet the
increased demand of power grade coal in the country. The project report has been approved
in March 2016. The expansion project envisages dispatch of coal through rail to other
various consumers.
1.2 Gevra Expn. CHP Phase-II with a nominal handling capacity of 30 Mty of coal has been
earmarked for supply of coal to various consumers through existing Silos-1,2,3 & 4 and
proposed Silo-5 & 6 (under the scope of the work)
1.3 The entire coal production, in central in-pit and western side of the mines, has to be
dispatched through the Railway rakes by Rapid Loading System with six number of Silos
(four nos. of existing silos viz 1, 2, 3 & 4 and two nos. of proposed silo-5 & 6 which is in the
scope of the subject work). It is envisaged that the projected dispatch requirement of around
70 Mty of coal from the mine through rail route will be met up by above six nos. of silos and
rapid loading arrangement in the eastern sector.
1.4 Two numbers Silos each of 3000 Te capacity (self-flowing) with 2 nos. Pre-weigh hoppers of
capacity 1.2 times (minimum) the wagon capacity and 2 nos. Rapid Loading Systems (RLS)
outfits with the loading rate of 4500-8500 TPH, 1 nos. Automatic Sampling units, 3 nos.
Passenger Lifts, 2 nos. Bridge Conveyors between the silos, 2 nos. Elevating Conveyors
and one Overhead RCC Bunker of 35,000t with 4500 tph plough feeder for reclamation coal
to elevating conveyors for the silos , Truck Receiving Station consisting of two sets of 5x
500 te hopper along with dust suppression system, firefighting system, chutes, electrical
hoist blocks, lifting tackles, associated electrical items such as power supply, illumination,
central control system, earthing, lightning protection, communication etc., civil and structural
works, allied works such as plant cleaning system, condition monitoring system, drinking
water supply, service roads, landscape, drainage, maintenance and repair facilities with
tools and instruments etc. will be constructed on turnkey basis at Gevra OC Expansion (35-
70 Mty) project as Phase-II of the Gevra Integrated CHP.
1.5 All the two silos will be fitted with two numbers traversing/telescopic loading chutes each
and double railway lines will pass below each silo such that there will be one loading chute
over each railway track. The system will enable simultaneous loading of coal into rakes on
both the lines below each silo.
1.6 Necessary technical parameters have been given in the subsequent clauses of this
document for design of the plant. Tenderers / Bidders are required to carry out checks to
ensure guaranteed performance of the system.
1
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
1.7 Tenderers/ Bidders are requested to get themselves acquainted with the various provisions
of this document before submitting their offer. Tenderers may visit the site at their own cost
to get the necessary details and become conversant with the site conditions. Due to
undulations of the site, the levels etc. shown in the drawings are indicative and have been
given for the tendering purpose only. Bidders are required to make an assessment of the
site conditions before tendering their offers so as to include in their offers all the expected
costs due to variations in the levels etc. as indicated in the drawings.
1.8 Tenderers are required to furnish the information in the first instant itself for evaluation of the
tenders/ bids. Intimation/ correspondence may not be made for missing information. In case
of insufficient information, the offers may be rejected.
1.9 The scope of work shall be read along with Preamble, Introduction & Basic data, Plant
description, Specifications of the equipment/ items, etc. which are elaborated in
subsequent chapters.
2
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
CHAPTER-2
2.1 INTRODUCTION
This tender document is for construction of two nos. of RCC silos each of 3000 Te capacity
(self-flowing) with two nos. pre-weigh hoppers of capacity (self-flowing) 1.2 times (minimum) the
wagon capacity and two nos. Rapid Loading Systems (RLS) with loading rate of 4500-8500
TPH, Overhead RCC bunker of 35,000 Te capacity, Truck receiving station of two sets of 5 x
500te hoppers and associated belt conveyors of 2 x 4500 tph along with all necessary allied
and auxiliary systems of matching capacity for receiving raw coal and loading raw coal into the
Railway rakes below the Silo nos. 5 & 6 (Phase-II of Gevra Integrated CHP).
Coal of (-) 100 mm size won by surface miners will be fed into the hoppers of truck receiving
station at in-pit from where it will be discharged onto in-pit belt conveyors. The coal from in-pit
belt conveyors will be transferred either to TH-2 & some portion on existing L-series (for feeding
into the existing silos-1, 2, 3 & 4) or to the tripper conveyors of 35,000t bunker for feeding into
the silos 5 & 6 through reclaim conveyors.
The silos-5 & 6 will be interconnected by means of a pair of bridge belt conveyors. Each of Silo
No.5 and Silo No.6 will be fed by a pair of belt conveyors of 1800 mm belt width and 4500 TPH
nominal capacity. The bridge belt conveyors between Silo No.5 & Silo No.6 will also be of 1800
mm belt width and 4500 TPH nominal capacity.
Each of the two silos will be fitted with two nos. pre-weigh hoppers and two nos.
traversing/telescopic loading chutes on two different tracks, for weighing and discharging coal
into railway wagons under the silos. Both the chutes of a silo will operate simultaneously for
simultaneous loading of rakes on both the tracks below the silo. Provision will be made to
facilitate simultaneous as well as individual operation of the chutes for loading of wagons below
the silos. The loading system will facilitate bi- directional movement of the rack while loading.
The capacity of wagons will be in the range of 60t to 80t, however in future higher capacity
wagon may also be required to be loaded as may be provided by the Indian Railways. The bids
shall be based on the preliminary drawings, specifications and other conditions of contract as
provided in the tender document.
The project is well connected by rail and road. Gevra Road and Korba Railway stations on the
Champa – Gevra Road branch line of South Eastern Railway are at a distance of about 10 km
and 16 km respectively. The Gevra road Railway Station is about 93 km from Bilaspur and 708
km from Howrah byrail.
The project is well connected by an all weather metallic Road. It is about 90 km by road from
Bilaspur, the head quarters of SECL.
2.3 PHYSIOGRAPHY
The general topography of the project is with minor undulations with elevations ranging from
around 305 m to 325 m in general above Mean Sea Level. The general slope is towards east.
3
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Due to undulations of the site, the levels etc. shown in the drawings are indicative and have
been given for the tendering purpose only. Bidders are required to visit the site on their own
cost and make an assessment of the site conditions before tendering their offers so as to
include in their offers all the expected costs due to variations in the levels etc. as indicated in
thedrawings.
2.4 CLIMATICCONDITIONS
The climate of the area is dry to moist tropical with summer from April to June, rainy season
from July to September and winter season from November to February. The ambient
temperature rises to maximum of about 48 ⁰C in M
January.
The average annual rainfall is about 1265 mm. The highest rainfall recorded within a period of
24 hours over the last 45 years is 252.22 mm in September1973.
The relative humidity varies from 70% to 94% during monsoon and 17% to 78% duringsummer.
The wind direction is generally westerly to south westerly and wind velocity is to be considered
as per latest edition of IS (IS 875 Part3).
2.5 BASICDATA
The basic data to be considered for designing of plant under
consideration is as given below:-
Company : SECL
4
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
i) Type of coal : Bituminous, non-coking
v) Number of Silo : 2
5
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
6
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
CHAPTER-3
PLANT DESCRIPTION
3.1 COALFLOW
The proposed CHP will be constructed as a part of the Gevra Integrated CHP of the approved
35-70 Mty Gevra OC Expansion project. It will consist of two numbers silos, one number RCC
overhead bunker, truck receiving station and associated belt conveyors for transportation of
coal from truck receiving station to surface and from bunker to the silos. Surface miners will be
deployed in the mine for winning of coal. Coal in the size of (-) 100 mm will be cut by the
surface miners and will be left on the ground. Front-end loaders will be deployed to load the
coal produced by surface miners into dump trucks of 35te/ 60te capacity. These trucks will
transport coal from the face up to the in-pit conveyor loading Station where it will be dumped
into the truck receiving station. Truck receiving station consist of two sets of five nos. of hoppers
with five nos. of vibrating feeders (on each set), at bottom, of 1100-1150 TPH nominal capacity
for the reclamation of coal onto the in-pit belt conveyors.
Coal from truck receiving station will be transferred to the bunker at surface by two parallel
series of conveyors i. e. A & B called central in-pit circuit. The central in-pit circuit, in this phase,
consist of series of in-pit belt conveyors viz. A6/B6, A5/B5, A4/B4, A3/B3, A2/B2, A1/B1 and
parallel series of surface belt conveyors viz D5/D6, D7/D8, D9/D10 and D11/D12 respectively.
In-pit conveyors A6/B6 will be loaded by vibrating feeders of the truck receiving station. After
reaching at surface the conveyors A1/B1 will transfer coal either to TH-2 (existing) through fixed
trippers or to the belt conveyors D5/D6 through single chute. The required works, consisting of
modification of existing TH-2 along with supporting structures, chuting etc. and any other
system requirement to facilitate the feeding of coal to existing TH-2 by A1 & B1 conveyors, are
under the scope of the subject work. Belt conveyors D5/D6 will further discharge coal to tripper
conveyors D7/D8 which will further spread coal onto the RCC overhead Bunker of 35,000t
through two way chute. Coal from the bunker will be reclaimed through two nos. of slit at bottom
with four nos. of plough feeders (two nos. at each slit out of which one will be working and one
standby) of 4500 tph capacity onto the reclaim belt conveyors D9/D10. The reclaim cum
elevating belt conveyors D9/D10 which will discharge coal either into the Silo-5 through a two
way chute with motorized flap gate or onto the bridge conveyor D11/D12. The bridge conveyors
D11/D12 will further discharge coal into theSilo-6.
Sequential control of the CHP i.e. operation of vibrating feeders, plough feeders, tripper
conveyors & reclaim conveyors of the RCC overhead Bunker, silo feeding elevating conveyors
and the silo feeding inter-silo conveyors as the case may be, will ensure that there is no spillage
of coal at any location of the CHP. The sequential control system will be linked with the level
monitoring system of the bunkers and silos. The control system of the wagon loading systems
including the level monitoring system of the silos will communicate with the reclaim system of
the RCC overhead bunker as well as the central control units.
Rated coal dispatch capacity (nominal) of the two number silos will be 30 Mty, calculated on the
basis of 5 hours (minimum) working per shift, 3 shifts in a day and 330 working days in a year.
This capacity has been fixed keeping in view the future coal dispatch requirement of the mine.
All the conveyors may be required to operate simultaneously in case of peak coal handling
requirements of the mine/CHP. The silos may be required to run continuously without shift
break depending upon the availability of rakes for coal loading.
7
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
3.2 PROVISIONS FOR FUTURE INTEGRATION OF THECHP
Since the construction of transfer house, TH-A1/B1 for feeding coal from conveyors A1/B1 to
the belt conveyors D5/D6, under the scope of this contract, the design of this transfer house
shall be with the provision to facilitate the receiving of coal from future belt conveyors D3/D4.
Conveyors D3/D4 are of future CHP, at western side, consisting of a truck receiving station and
associated belt conveyors D1/D2 & D3/D4 which is not in the scope of this work. However, in
future, conveyors D3/D4 will feed coal onto the belt conveyors D5/D6 atTH-A1/B1.
8
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
capacity will discharge coal onto conveyors A3/B3 through single chute at transfer house TH-
A4/B4. Conveyors A3/B3 of 1800mm width and 4500 TPH capacity will discharge coal onto
conveyors A2/B2 through single chute at transfer house TH-A3/B3. Conveyors A2/B2 of
1800mm width and 4500 TPH capacity will discharge coal onto conveyors A1/B1 through single
chute at transfer house TH-A2/B2. Conveyors A1/B1 of 1800mm width and 4500 TPH capacity
will discharge either at existing TH-2 through fixed tripper with two way chute along with
motorized flap gates or onto the belt conveyors D5/D6 through single chute at TH-A1/B1.
Conveyors D5/D6 of 1800mm width and 4500 TPH capacity will discharge coal onto tripper belt
conveyors D7/D8 through single chute at transfer house TH- D7/D8. Tripper belt conveyors
D7/D8 of 1800mm width and 4500 TPH capacity will spread coal onto RCC overhead bunker of
35,000t capacity through a traveling tripper with two way chutes. Coal will be reclaimed through
plough feeders of 4500t capacity installed at bottom of the RCC overhead bunker, in two slits,
onto the conveyors D9/D10 of 1800mm width and 4500 TPH capacity. Reclaim cum elevating
conveyors D9/D10 of 1800mm width and 4500 TPH capacity will further discharge coal either
into the Silo-5 or onto the bridge conveyors D11/D12 through two way chutes with motorized
flap gates. Bridge conveyors D11/D12 of 1800mm width and 4500 THP will discharge coal into
Silo-6throughsingle chute. All the belt conveyors A1/B1, A2/B2, A3/B3, A4/B4, A5/B5, A6/B6
and D5/D6, D7/D8, D9/D10 & D11/D12 will have steel cord belting. These conveyors will
operate at 5 m/s speed (nominal). The ground as well as elevated portion of conveyors will be
placed on gantries. Centre distance between a pair of conveyors will be 4.5m/ 6m (as shown in
the relevant drawings). Conveyors A1/B1, A2/B2, A4/B4, A5/B5, A6/B6 and D9/D10 will be with
multi drive units whereas, conveyors A3/B3, D5/D6 & D11/D12 with snub drive units. However,
conveyors D7/D8 with single drive. All conveyors except A3/B3 and D11/D12 will have drive
units with Variable speed/ Scoop type fluid coupling. However, conveyors A3/B3 & D11/D12 will
have drive units with fluid coupling with delayed chamber. Drive units of all the conveyors will
operate at 6.6 kV electric supply. The motors will be of DOL type and will be started with a time
lag in order to reduce the load on electrical circuit during starting of the motors. Necessary
arrangements will be provided in the starter panel or at any other suitable place. Proper braking
arrangement will be provided after calculating the coasting time to avoid spillage of coal at the
time of stopping. The conveyors will be laid in suitably covered gantries. All conveyor gantries
shall have sufficient clearance while crossing over existing structures, sump, haul road and
overhead lines etc. if any. The gantries crossing over haul road should have sufficient clearance
for passing of dumpers. The belt conveyors will be provided with suitable take- ups with counter
weights etc.
3.6 WEIGHMENT
Weighment of coal will be done by means of Belt weighers installed on the in-pit belt conveyors
A1 & B1. Two number of belt weighers will be installed on each of the in-pit belt conveyors
A1/B1, one of which will be working while the other will be standby, for weighment of the coal.
Control and recording of the weighment done by the belt weighers will be done from the control
9
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
room near the truck receiving station for proper functioning of the belt weighers. Suitable
facilities for display, recording and print outs of the weighments, will be made available in the
control room. Suitable facility for online transmission of data/ report of the belt weighers to the
master control room/ Load out control rooms will also be provided for the purpose of monitoring
and control.
i) Overhead Silos
ii) Silo Maintenance gates
iii) Silo discharge gates
iv) Pre-weigh hoppers
v) Load cells and self-calibrating system along with testweights
vi) Pre-weigh hopper discharge gates
vii) Traversing/ Telescopic chutes
viii) Track logic system
ix) Control system
x) Air blasters along with air compressor
xi) Level monitors
xii) Heat sensors
xiii) Passenger lifts
xiv) Bridge conveyors
xv) Lifting tackles
xvi) Hydraulic systems
SILOS
Two numbers of silos each of 3000 te self-flowing capacity made of RCC will be provided. The
silos will be of approximately 18 m inside diameter. The silos will be designed and constructed
on ‘mass flow’ concept to reduce the possibility of arching and rat holing taking place inside the
silo during the evacuation and loading process. For this purpose proper slopes shall be
provided in the conical portion of silo. Coal of (-) 100 mm size will be fed to the silos.
The silos will be lined with minimum 10 mm thick stainless steel liners (SS 409M) in the conical
portion and upto a height of 3m over slanting face in the vertical portion and the rest of the
vertical surface shall be lined with 25 mm thick ferrosite lining. At the bottom of each silo, two
nos. of opening of 1525 mm diameter will be provided. Hydraulically operated silo maintenance
gate and silo discharge gates of 1525 m x 1525 mm size will be installed at the silo openings.
Maintenance gates will be operated by means of a portable hydraulic power pack (power
operated). Air canons/Air blasters will be provided at different levels around the silo for
discharging air at high pressure inside the silo at predetermined intervals to keep the coal
agitated so that rat holing/arcing is avoided to ensure continuous flow of coal. Maintenance
platforms with MS railing of height 1.2m will be provided around the silos for supporting the air
blasters. Suitable type temperature/heat sensors about 20 numbers will be provided at different
locations of the silos to give visual and audible alarm in the central control room if the
temperature in the silos reaches a level after which spontaneous ignition may take place and
fire may occur. These will operate through battery back up in case of power failure. Low level
limit switch will be provided at each silo to shut the hydraulic gate in case the lower level falls
10
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
below the pre-determined level (about 500 t of coal left in silo). High level limit switch will be
provided at a predetermined level in the silo which will stop the plough feeders provided under
the RCC overhead bunker in case the predetermined high level is reached. LED based aviation
light will be placed on Silo No.5. Lightning arrester will be placed on all the silos.
The silos will be interconnected in pairs at two or three levels as per requirement, by means of
footbridges with railings 1.2m high for movement of workmen. Suitable staircases will also be
provided parallel to lift well. Required inspection openings will be provided in the floor over the
silos.
WEIGHING
The pre-weigh hoppers shall be supported on high quality load cells with mounting assemblies
for weighment of coal filled up in the pre-weigh hoppers. There shall also be an arrangement for
pre-setting the weight in pre- weigh hopper from 60 to 100 t.
Weighing system will also be fed information from track logic system for identification of engine
and wagons. The control unit of the weighing system will record information in respect of wagon
number, date, time of loading etc. Printouts will also be made available. Independent weighing
electronics consisting of CPU, monitor, printer (to provide hard copy of the quantities loaded),
UPS (one hour capacity) will be installed for each loading system of the silos in the control
rooms of the silos. The system shall ensure the following minimumaccuracy.
LOADING SYSTEM
The loading system consists of hydraulically operated telescopic chute. Positioning of the
wagons under the loading system will be detected by track logic system and signals will be
transmitted through central processing unit to the pre-weigh hopper discharge gate for opening
the same. Coal will fall freely through the chute into the wagon below it and this will continue for
a few seconds until the heap of coal in the wagon is built up to sufficient height to choke the
coal flow. Thereafter, coal flow will be controlled by the motion of the wagons beneath it. Proper
arrangement will be made for making a suitable profile of the top coal surface in the wagons.
11
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
suitable level to provide good visibility of loading operation.
3.10 CHUTES
i) Closed type single chutes will be provided at the discharge of conveyors A1/B1, A2/B2,
A3/B3, A4/B4, A5/B5, A6/B6 and D5/D6, D11/D12. The chutes will be of bolted construction
for easy assembly, transport, installation etc. The chutes will be divided into sub-
assemblies, which can be easily transportable, and bolts and nuts will connect thesub-
assemblies.
12
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
ii) Two way chutes with motorized flap gates will be provided at discharge pulley of fixed
tripper of the belt conveyors A1/B1 and D9/D10. The two way chute at the discharge end of
conveyors D9 and D10 will discharge either into Silo No.5 or onto conveyors D11 and D12
respectively. Two nos. (one on each belt) of two way chute with motorized flap gates will be
provided at the fixed trippers of conveyors A1/B1. Conveyors A1/B1 with the help of fixed
trippers will discharge coal either to TH-2 (existing) or to the belt conveyors
D5/D6.Theflapgateswillbeprovidedwithabrasionresistantsteelliners of suitable thickness.
The chutes will be provided with suitable rubber liners with or without steel backing/ steel
reinforcement as specified elsewhere in the document.
iii) The chutes at the transfer points will be provided with replaceable rubber liners of suitable
thickness with or without steel backing/ steel reinforcement as specified elsewhere in the
document, for proper flow and lower noise level in the plant.
iv) For the flow zone (at the mouth of discharge chute), ceramic embedded rubber liner of
minimum 25mm thickness shall be provided to enhance flowrate.
v) Liner plates will be secured properly to the baseplate.
13
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
storage required for fire fighting as per norm shall be provided at a suitable location. The
ground water tank shall receive water from project’s water supply scheme or from deep bore
holes dug near the CHP by the Owner (incoming water supply system is not in the scope of the
Bidder). A pump house suitable to accommodate two numbers of pumps (one working and the
other stand by) for dust suppression will be provided. These pumps will operate automatically
with the help of low level and high level float switches. Booster pumps, if required may be
provided. More pumps may be used as per system requirement. Separate pumps (one working
and one standby) shall be provided for HPDS with mist formation as per requirement.
SS pipe of required size will be laid along the conveyors for supply of water to the nozzles.
These will be secured to the structural members in the conveyor gantry/ transfer houses/ drive
houses properly. The pipe shall withstand required pressure. Pipes will be laid in trenches at
least 500 mm deep in general and 1.5m deep on road/pavement crossing. Route indicators will
be provided for easy identification. Required valves, non-return valves, strainers, bends,
elbows, flanges etc. will also be provided. Pipe line should lay at least 3 feet away from the belt
structure.
The pumps, solenoid valves will receive power from MCC room. The dust suppression system
will be controlled from the control room with a provision to start and stop locally as well. The
size of nozzles shall be taken as per the latest relevant standard.
14
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
pump. The diesel engine operated pump will have the same capacity as of the main pump. The
MVWS system shall also have three nos. of pumps (one electrically operated main pump, one
electrically operated jockey pump and one diesel operated pump as standby pump with same
capacity as of main pump). In case of requirement booster pumps may be used. The capacity
of the pumps, sumps etc will be as per statutory regulations. The pump house floor will be at
least 450 mm above the accepted ground level around the pumphouse.
Heavy duty G.I. pipes of suitable diameter will be laid and secured to the structures properly.
Whenever necessary, these pipes may be laid in ground. Wrapping may be done on the pipes
laid in ground if required. The pipes shall be painted in red to differentiate from others. Required
accessories shall be provided. Route indicators will be providedforidentifying the pipes laid in
the trenches. Pipe line should lay at least 3 feet away from the belt structure.
The firefighting system will be designed considering ordinary fire hazard as per the latest fire
protection manual of Tariff Advisory Committee.
15
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
iii. One No. Canteen near main office Floor area 180 m2
(Minimum)
16
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
CHAPTER-4
SCOPE OF WORK AND BRIEF SPECIFICATION
4.1 GENERAL
Construction of CHP for handling of coal requires high degree of accuracy so all the works
including design, drawings, manufacture of equipment, fabrication, erection, testing/inspection
etc. shall be carried out strictly as per BIS code of practices. In the absence of Indian Standards,
British, American, German, Japan, Russian or International Standards may be adopted on
approval from the Owner/Employer.
The parameters furnished are subject to scrutiny/approval at the design stage which may
undergo minor changes keeping in view the system requirements/ code of practices/ regulation
by statutory bodies/ site conditions etc. The parameters not mentioned in the document will be
decided at the time of detailed engineering subject to HEC/SECL approval.
4.2 BASICSCOPE
The scope of work shall be read with system requirements and technical specifications given in
the entire document. The basic scope of work shall include the following:-
i) Design and Engineering
ii) Procurement, supply of equipment at site (along with mounted electrics)
iii) Procurement, supply of conveyor components, technological structures, chutes with liners
etc.
iv) Erection and installation of equipment and conveyor system.
v) Painting
vi) Inspection, trial run, commissioning
vii) Performance guarantee
viii) Training of personnel
ix) Supply of manuals, special tools etc.
x) Fasteners and other erection hardwares.
xi) Commissioning spares.
xii) Critical Spares
xiii) First fill oil and grease, consumables etc.
xiv) All modifications, revamping and dismantling works required during execution of
work.
xv) Any other items not mentioned but required for the successful commissioning and
operation of the plant.
xvi) Necessary civil and structural works required for laying of pipes for fire fighting and
other utilities/auxiliary systems
xvii) Anti shrink Grouting.
4.3 EXCLUSIONS
i. Civil and structural works except those specifically included (Civil and structural works for
utilities system) in scope of the tenderer.
ii. Electrical works upto the Local Panel of each equipments or as detailed in Clause 4.6
below..
iii.Construction of pump houses -2 nos..
iv. Liners in Silos and truck receiving hoppers. However liners for pre-weigh hoppers is in
scope of tenderer.
v.Grizzly over receiving hopper.
vi. Rails/square bars/etc. wherever required.
17
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
MECHANICAL ENGINEERING
i) Preparation of plant layout, flow diagram.
ii) Preparation of detailed system drawing and sectional elevations of the proposed
plant based on the actual parameters of the equipment to be supplied.
iii) General arrangement drawings of equipment showing dimensions, weights, loads
(static and dynamic)etc.
iv) G.A drawing of loading system along with dimensions and load data.
v) General arrangement of weighing system showing the details of equipment along
with dimensions.
vi) G.A of conveyors showing the dimensions, load data in respect of drive houses,
tail unit, take-up unit, discharge unit, tripper, sampling system, conveyor frameetc.
vii) G.A drawing of fire fighting system indicating the details of equipment along with
dimensions. Calculations in support shall also be provided.
viii) G.A drawing of dust suppression system indicating the details of equipment and
dimensions. Calculations in support of selection shall also be furnished.
ix) G.A drawing of plant cleaning and drinking water system indicating the details of
equipment and dimensions. Calculations in support of selection shall be furnished.
x) Chute drawings showing fabrication, erection and supporting details along with
supporting details of nozzles in chutes.
xi) Design calculations in support of selection of equipment, belt conveyors, truck
receiving hopper etc.
xii) Detailed specifications supported by manufacturers’ illustrative pamphlets and
literature.
xiii) General arrangement drawings showing the details of supporting arrangements of
vibratory feeders, rack & pinion chute gate, sample cutters and crusher of the
sampling system etc.
xiv) General arrangement drawing of pump house etc. showing the details of
equipment, piping etc.
xv) Preparation of GA, marking GA, fabrication drawings of technological structure of
conveyors, chutes, etc.
Note:-
i. Successful bidder shall provide all the required drawings and data for civil and structural
design of the Plant.
ii. Any other drawings and documents required during engineering stage of execution of works
shall be in the scope of successful tenderer.
iii. Survey report of the plant shall be provided to the successful bidder for design of the system.
18
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
i Belt conveyor A1 / B1, 1800 mm wide, 715 m long, 4500 tph nominal 2 sets
capacity, 5 m/sec. Speed, 4 x 500 kW multi drive with Variable
speed/ fill controlled fluid coupling, vertical gravity loop take up,
electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
ii Belt conveyor A2 / B2, 1800 mm wide, 900 m long, 4500 tph nominal 2 sets
capacity, 5 m/sec. Speed, 3 x 500 kW multi drive with Variable
speed/ fill controlled fluid coupling, vertical gravity loop take up,
electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
iii Belt conveyor A3 / B3, 1800 mm wide, 80 m long, 4500 tph nominal 2 sets
capacity, 5 m/sec. Speed, 2 x 200 kW multi drive with fluid coupling
with delayed chamber, vertical gravity loop take up, electrical items
suitable for operation at 6.6kV, 50 Hz, 3 phase supply
iv Belt conveyor A4 / B4, 1800 mm wide, 746 m long, 4500 tph 2 sets
nominal capacity, 5 m/sec. Speed, 3 x 500 kW multi drive with
Variable speed/ fill controlled fluid coupling, vertical gravity loop take
up, electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
v Belt conveyor A5 / B5, 1800 mm wide, 604 m long, 4500 tph nominal 2 sets
capacity, 5 m/sec. Speed, 3 x 500 kW multi drive with Variable
speed/ fill controlled fluid coupling, vertical gravity loop take up,
electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
vi Belt conveyor A6 / B6, 1800 mm wide, 560/600 m long, 4500 tph 2 sets
nominal capacity, 5 m/sec. Speed, 4 x 500 kW multi drive with
Variable speed/ fill controlled fluid coupling, vertical gravity loop take
up, electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
vii Belt conveyor D5 / D6, 1800 mm wide, 330 m long, 4500 tph nominal 2 sets
capacity, 5 m/sec. Speed, 1 x 500 kW multi drive with Variable
speed/ fill controlled fluid coupling, vertical gravity loop take up,
electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
viii Belt conveyor D7 / D8, 1800 mm wide, 285 m long, 4500 tph nominal 2 sets
capacity, 5 m/sec. Speed, 1 x 500 kW multi drive with Variable
speed/ fill controlled coupling, vertical gravity loop take up, electrical
items suitable for operation at 6.6 kV, 50 Hz, 3 phase supply
19
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
ix Belt conveyor D9 / D10, 1800 mm wide, 585 m long, 4500 tph 2 sets
nominal capacity, 5 m/sec. Speed, 4 x 500 kW multi drive with
Variable speed/ fill controlled fluid coupling, vertical gravity loop take
up, electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
x Belt conveyor D11 / D12, 1800 mm wide, 58 m long, 4500 tph 2 sets
nominal capacity, 5 m/sec. Speed, 1 x 200 kW multi drive with fluid
coupling with delayed chamber, vertical gravity loop take up,
electrical items suitable for operation at 6.6 kV, 50 Hz, 3 phase
supply
xi Conveyor Steel cord belting, 1800 mm wide, 8 mm top cover, 6 mm
bottom cover with the following specifications: Approx.
i) ST 630 or equivalent 3220 m
ii) ST 1400 or equivalent 9450 m
iii) ST 1800 or equivalent 7900m
xii Travelling Tripper with two way chute for 4500 tph belt conveyor with 2 sets
1800mm Steel Cord belting
xiii Belt weigher for 1800mm width & 4500 tph belt conveyors 4 sets
A1/B1( two nos. on each)
xiv In-line Magnetic separator suitable for 4500 tph for belts A6/B6 2 nos.
xv Rotary plough feeders, Top hung type suitable for Double shelves 4 nos.
feeding type overhead bunker, 4500 tph nominal capacity with
electrical equipment suitable for 6.6 kV, 50 Hz, 3 phase supply
xvi Vibrating feeder of 1100-1150tph capacity 10 nos.
xvii RLS, 4500-8500 TPH complete with 2 sets
a. Hydraulically operated Emergency/ Maintenance gates with
power pack and accessories, 2 x 4nos.
b. Hydraulically operated Silo discharge gates with
accessories, 2 x 4nos.
c. Pre-weigh hoppers, 2nos.
d. Load cells with calibrating system & test weights, 2sets.
e. Hydraulically operated Pre-weigh hopper discharge gates
with accessories, 2nos.
f. Hydraulically operated Traversing/ telescopic chute with
accessories, 2nos.
g. Hydraulic system with accumulator and portable power pack,
2sets.
h. Air canon/ air blaster, 625 lit capacity along with accessories,
20nos.
i. Air compressor with air reservoir, intercooler, after cooler &
accessories, 2 nos. (1 operating + 1 standby)
j. Continuous level monitor, 1no.
k. Temperature/ Thermal sensors, 20nos.
l. Track logic system with photo/infra-red sensor, 2sets
m. Control system , 2sets
n. Any other items, as per requirement
20
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
xviii Automatic Sampling system consisting of Primary sampler, Feeder 1 sets.
belts, Secondary sampler, Crusher, Tertiary sampler Reject elevator,
Rotary table and cans for sample collection
xix Passenger-cum-freight lift for 15 persons (minimum 1te) 3 sets
xx Dust suppression system consisting of nozzles, pumps, piping, valves As per
etc. as per specifications reqrmt.
xxi Traveling type Electric hoist blocks, 10 t capacity (minimum) (D.H. of Min. 15
conveyors A1/B1, A2/B2, A4/B4, A5/B5, A6/B6 & D5/D6, D7/D8, nos.
D9/D10, and discharge end of conveyors A1/B1, A2/B2, A4/B4,
A5/B5, A6/B6 & D9/D10 and at Fixed tripper of conveyors A1/B1)
xxii Traveling type Electric hoist blocks, 5t capacity (minimum) (D.H. of Min. 16
conveyors A3/B3, & D11/D12 and maintenance bay of RCC OH nos.
bunker and below truck receiving station, sampling house and for
counter weight of all conveyors except D11/D12)
xxiii Traveling type pulley blocks, 5/3 t capacity suitable for movement on Lot
mono rails
xxiv Suitable lifting tackles in pump houses etc. Lot
xxv Fire Fighting system
a) Fire fighting system consisting of pumps (1 main pump with 1 Lot
standby pump, 1 jockey pump, one diesel engine operated pump,
additional pump (if required), pipes,
stand post type fire hydrant points, landing valves, fire hose reels,
fire hoses, cabinets, branch pipes, nozzles, fire detection and }
alarming system (consisting of linear heat sensing devices, } As per
smoke detectors), back up power arrangement (UPS), pipes, } reqrmt.
bends etc. }
b) Fire extinguishers Dry chemical powder type, 5 kgcap.
c) Fire extinguishers CO2, 5 lit. capacity
d) Sand buckets, 9 lit capacity
MS stand along with hooks to hang the sand buckets
xxvi Plant cleaning and drinking water system consisting of pumps, As per
piping, hoses, nozzles & vacuum cleaner etc. reqrmt.
xxvii Equipment and accessories for Pressurisation (MCCs and 6 sets
switch/control rooms at Sub-station A,B,C,D,E &F and control
Rooms)
xxviii Exhaust Fans in various buildings As per
reqrmt.
xxix Chutes along with liners as per specifications:-
a) Two way chutes (with arms at right angle) with motorized flap 2nos.
gate at fixed tripper of belt conveyorA1/B1
b) Two way chutes with motorized flap gate at discharge pulleys of 2nos.
belt conveyorsD9/D10
c) Single chutes at discharge pulleys of belt conveyors A1/B1, 16nos.
A2/B2, A3/B3, A4/B4, A5/B5, A6/B6, D5/D6 & D11/D12
d) Chutes at vibrating feeders on conveyorsA6/B6 10nos.
xxx Any other item(s) not included in the above list but necessary for As per
efficient operation and maintenance of the entire plant. reqrmt.
21
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
3. Belt Weigher-4Nos.
a. Purchaser will provide incoming power supply single phase 230V upto Belt weigh Scale
panel. Further any Power, control & Special cable required same shall be in the scope of
tenderer.
b. Belt Weigh Panel shall be capable to communicate with main PLC which are installed at
Substation. Cable for totalizer, flow meter and load cell will also be in the scope of
Tenderer. The distance from Substation to belt weigher will be approx. 600 meter (actual
requirement shall be accessed by tenderer as per layout). The tenderer will consider all
cables except incoming power supply cable in their scope.
c. The Belt Weigh Scale electrics viz. load cell, flow meter , totalizer, Control panel, Junction
Box, Speed Sensor, SMPS, Tranmitter, Remote I/O, Current Box, display, Calibration
weight etc. will be in the scope of Tenderer.
d. The Supply and installation of all electrics will be in the scope of Tenderer. The laying of
Power control & Signal cable also in the scope of Tenderer.
22
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
PROJECT DIVISION
12. Pressuraization
a. HEC will provide one no. power sources in each substation i.e. 415V, 3phase, 50hz upto
ventilation local panel (Tenderer Scope),
b. The cable from Ventilation panel to Pump Motor and exhaust fan will be in the scope of
Tenderer.
c. All Ventilation system electrics viz, Ventilation panel, pump, motor, LCS, cable will be in
the scope of Tenderer.
Notes:
i. All above system required electrics erection, testing and commissioning including laying of
cables will be in the scope of Tenderer.
ii. The cable tray and cable laying inside the Pump house will be in the scope of Tenderer.
24
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
4.7 ERECTION AND INSTALLATION OF EQUIPMENT
The following shall include under erection of equipment:
i) Establishment of site office, proper storage arrangement, complete watch and ward,
ix) Erection of equipment related to Transfer house, bunker and truck receiving stations such
as Vibrating feeders, air compressors (if required), heat sensor, level indicators etc.
x) Erection of dust suppression, fire fighting equipment including pipes and pipe fittings
xi) Erection of material handling equipment (electric hoist blocks, traveling type chain pulley
blocks), passenger lift, and inspection winches etc.
xiii) Installation of any other equipment for the smooth operation of the plant.
xiv) All the protective measures for safety of men and materials during construction against
rail/dumper movements on existing tracks/haul roads and also in the plant
xv) Erection and Installation of any item specifically required and necessary for plant operation
a) The successful tenderer shall provide any other items not included in the scope
of work/plant description but necessary for efficient operation of entire plant.
b) The successful tenderer shall prepare a safety code of practice for the
operations for approval by the Employer.
c) All the erection equipment, testing instruments, tools and tackles shall be
brought by the Successful tenderer.
4.9.1 The furnishing of engineering data by the successful bidder shall be in accordance with the
schedule for each set of equipment as specified in the technical specifications. The review of
25
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
these data by the engineer will cover only general conformance of the data to the
specifications and documents, interfaces with the equipment provided under the
specifications, external connections and of the dimensions which might affect plant layout.
This review by the engineer may not indicate a thorough review of all dimensions, quantities
and details of the equipment, materials, any devices or items indicated or the accuracy of the
information submitted. This review and/or approval by the engineer shall not be construed by
the successful bidder, as limiting any of his responsibilities and liabilities for mistakes and
deviations from the requirements, specified under these specifications and documents.
4.9.2 All engineering data submitted by the successful bidder after final process including review
and approval by the engineer shall form part of the contract documents and the entire works
covered under these specifications shall be performed in strict conformity, unless otherwise
expressly requested by the engineer in writing.
4.9.3 DRAWING
4.9.3.1 All drawings submitted by the successful bidder including those submitted at the time of
bid shall be sufficiently detailed to indicate the type, size, arrangement, weight of each
component, break-up for packing and shipment, the external-connections, fixing
arrangements required, the dimensions required for installation and interconnections with
other equipment and materials, clearances and spaces required between various portions
of equipment and any other information specifically requested in the specifications.
4.9.3.2 Each drawing submitted by the successful bidder shall be clearly marked with the name
of the owner, the unit designation, the specifications title, the specification number and
the name of the project. If standard catalogue pages are submitted the applicable items
shall be indicated therein. All titles, notings, markings and writings on the drawing shall be
in English. All the dimensions should be in metric units.
4.9.3.3 The owner may use a 35 mm microfilm system in processing drawings. All drawings shall
be suitable for microfilming. Drawings which are not suitable for microfilming will not be
accepted. A copy of each drawings reviewed will be returned to the successful bidder as
stipulated herein. The owner may also accept and use floppies/ disks for computer based
drawings.
Copies of drawings returned to the successful bidder will be in the form of a print with the
owner's marking, or a print made from a microfilm of the marked up drawing or in the form
of aperture cards if the successful bidder has facilities to process such cards or print
made from floppies for computer based drawings..
4.9.3.4 The drawings submitted by the successful bidder shall be reviewed by the engineer as far
as practicable and shall be modified by the successful bidder if any modifications and/or
corrections are required by the engineer. The successful bidder shall incorporate such
modifications and/or corrections and submit the final drawings for approval. Any delay
arising out of failure by the successful bidder to rectify the drawings in good time shall not
alter the contract completion date.
4.9.3.5 Approval by the Nodal Officer or his Nominee: the Successful bidder shall submit
specifications and drawings showing the proposed Temporary Works to the Nodal
26
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Officer/Engineer-in-charge or his Nominee, who is to approve them if they comply with the
specifications and drawings. The Successful bidder shall be responsible for design of
Temporary Works.
The Nodal Officer/Engineer-in-charge or nominee’s approval shall not alter the successful
bidder’s responsibility for design of the Temporary Works.
4.9.3.6 The drawings sent for approval to the engineer shall be in Six Sets. One print of such
drawings will be returned to the successful bidder by the engineer marked
approved/approved with corrections. The successful bidder shall thereupon furnish the
owner with ten prints and one reproducible original of the drawings after incorporating all
corrections.
4.9.3.7 Further work by the successful bidder shall be in strict accordance with these drawings
and no deviation shall be permitted without the written approval of the engineer, if so
required.
4.9.3.8 All manufacturing and fabrication work in connection with the equipment prior to the
approval of the drawings shall be at the successful bidder's risk. The successful bidder
may make may changes in the design which are necessary to make the equipment
conform, to the provisions and intent of the contract and such changes will again be
subject to approval by the engineer. Approval of successful bidder's drawings or work by
the engineer shall not relieve the successful bidder of any of his responsibilities and
liabilities under the contract.
4.9.3.9 Drawings shall include all installation and detailed piping drawings wherever applicable.
All piping 100 mm and larger shall be routed in detail and smaller pipe shall be shown
schematically or by isometric drawings. All drawings shall be fully corrected to agree with
actual as built construction.
4.9.3.10 Operating and Maintenance Manual: If “as built” drawings and/or operating and
Maintenance Manuals are required the successful bidder shall supply them by the dates
stated in the contract data.
4.9.3.11 If the Successful bidder 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 successful bidder.
4.9.4.1 The successful bidder shall submit to the engineer, preliminary instruction manuals for all
the equipment, covered under the contract within the time agreed upon between the
owner & the successful bidder. The final instruction manuals complete in all respects shall
be submitted by the successful bidder thirty (30) days before the first shipment of the
equipment. The instruction manuals shall contain full details and drawings of all the
equipment furnished, the erection procedures, testing procedures, operation and
maintenance procedures of the equipment. These instruction manuals shall be submitted
in the form of one (1) reproducible original and twelve (12) copies.
27
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
4.9.4.2 If after the commissioning and initial operation of the plant, the instruction manuals
require any modifications/ additions/changes, the same shall be incorporated and the
updated final instruction manuals in the form of one (1) reproducible original and twelve
(12) copies shall be submitted by the successful bidder to the owner.
4.9.4.3 The successful bidder shall furnish to the owner, twelve (12) sets of spare parts catalogue
I. The codes and/or standards referred to in these specifications shall govern, in all cases
wherever such references are made. In case of a conflict between such codes and/or
standards and the specifications, the latter shall govern. Such codes and/or standards
referred to shall mean the latest revisions, amendments/changes adopted and published by
the relevant agencies. In case of any further conflict in this matter, the same shall be referred
to the engineer whose decision shall be final and binding.
II. Other internationally acceptable standards which ensure equal or higher performance than
those specified shall also be accepted.
I. The engineer or the successful bidder may propose changes in the specification of the
equipment or quality thereof and if the parties agree upon any such changes the specification
shall be modified accordingly.
II. If any such agreed upon change is such that it affects the price and schedule of completion,
the parties shall agree in writing as to the extent of any change in the price and/or schedule
of completion before the successful bidder proceeds with the change. Following such
agreement the provision thereof, shall be deemed to have been amended accordingly.
The successful bidder shall be responsible for the selection and design of appropriate
equipment to provide the best co-ordinate performance of the entire system. The basic
28
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
design requirements are detailed out in Technical Specifications. The design of various
components, sub-assemblies and assemblies shall be so done, so that it facilitates easy field
assembly and maintenance. All the rotating components shall be so selected that the natural
frequency of the complete unit is not critical at or close to the operating range of the unit.
The successful bidder will be called upon to attend design co-ordination meetings with the
engineer, other contractors and the consultants of the owner during the period of contract.
The successful bidder shall attend such meetings at his own cost at ------- or at mutually
agreed venue as and when required and fully co-operate with such persons and agencies
involved during those discussions.
Necessary documents shall beee provided by the successful bidder for submission/approval
of SECL/CMPDIL, if required.
PROJECT DIVISION
desires. The same provision will also be applicable to sub-vendors of successful bidder.
Further, in case of discontinuance of manufacture of any spares by the Successful Bidder or
his sub- vendors the Successful Bidder will provide the owner two years in advance, with full
manufacturing drawings, material specifications and technical information required by the
owner for the purpose of manufacture of such items.
Further, in case of discontinuance of supply of spares by the Successful Bidder or his sub-
vendors the Successful Bidder will provide the owner with full information for replacement of
such spares with other equivalent makes, if so required by the owner.
The Successful Bidder shall provide the owner with a "directory" of his sub-vendors giving the
addresses and other particulars of his sub-contractors. The owner, if he so desires, shall
have the right to procure the spares directly from sub-contractors.
Notwithstanding anything stated elsewhere in the bid documents, the prices of all spares will
be generally in accordance with the mutually agreed prices.
The Successful Bidder will indicate in advance the delivery period of the items of spares,
which the owner may procure. In case of emergency requirements of spares, the Successful
Bidder would make every effort to expedite the manufacture and delivery of such spares on
the basis of mutually agreed time schedule.
The procedure specified above shall apply for future procurement of items included in stand
by spare list, mandatory spares lists, optional spares list and special tools, plants and
equipment list, if any, specified in the bid documents.
The Successful Bidder shall indemnify the owner for the availability of long time spares as
per the terms and conditions laid down above.
4.12 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.
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 HEC’s/NCL’s/Consultant’s Engineer.
30
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Painting of equipment shall be done as mentioned in Technical specification ,wherever
mentioned in subsequent chapters.
The successful bidder shall be required to submit the following Quality Assurance Documents :
i. All non-destructive examination procedures stress relief and weld repair procedure actually
used during fabrication.
ii. Welder and welding operator qualification certificates. iii. Welder identification list, listing
welders and welding operator's qualification
iii. procedure and welding identification symbols.
iv. Material mill test reports on components as specified by the specification.
v. The inspection plan with verification, inspection plan check points, verification sketches, if
used, and methods used to verify that the inspection and testing points in the inspection plan
were performed satisfactorily.
31
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
vi. Sketches and drawings used for indicating the method of traceability of the radiographs to
the location on the equipment.
vii. All non-destructive examination result reports including radiography interpretation reports.
viii. Stress relief time temperature charts.
ix. Factory test results for testing required as per applicable codes and standard referred in the
specifications.
x. The engineer or his duly authorised representative reserves the right to carry
xi. out quality audit and quality surveillance of the systems and procedures of the successful
bidder/his vendor's quality management and control activities.
4.13.4.1 The engineer, his duly authorized representative and/or outside inspection agency acting
on behalf of the owner shall have at all reasonable times access to the successful
bidder's premises or works and shall have the power at all reasonable times to inspect
and examine the materials and workmanship of the works during its manufacture or
erection and if part of the works is being manufactured or assembled at other premises or
works, the successful bidder shall obtain for the engineer and for his duly authorized
representative permission to inspect as if the works were manufactured or assembled on
the successful bidder's own premises or works.
4.13.4.2 The successful bidder shall give the Engineer/Inspector fifteen (15) days written notice of
any material being ready for testing. Such tests shall be to the successful bidder's
account except for the expenses of the Inspector. The Engineer/Inspector, unless
witnessing of the tests is virtually waived, will attend such tests within fifteen (15) days of
the date on which the equipment is notified as being ready for test/inspection, failing
which the successful bidder may proceed with the test which shall be deemed to have
been made in the Inspector's presence and he shall forthwith forward to the Inspector
duly certified copies of tests in triplicate.
4.13.4.3 The Engineer or Inspector shall within fifteen (15) days from the date of inspection as
defined herein give notice in writing to the successful bidder, of any objection to any
drawings and all or any equipment and workmanship which in his opinion is not in
accordance with the contract. The successful bidder shall give due consideration to such
objections and shall either make the modifications that may be necessary to meet the
said objections or shall confirm in writing to the Engineer/Inspector giving reasons therein,
that no modifications are necessary to comply with the contract.
4.13.4.4 When the factory tests have been completed at the successful bidder's or sub-contractor's
works, the Engineer/Inspector shall issue a certificate to this effect within fifteen (15) days
after completion of tests but if the tests are not witnessed by the Engineer/Inspector, the
certificate shall be issued within fifteen (15) days of the receipt of the successful bidder’s
test certificate by the Engineer/Inspector. Failure of the Engineer/Inspector to issue such
a certificate shall not prevent the successful bidder from proceeding with the works. The
completion of these tests or the issue of the certificate shall not bind the owner to accept
the equipment should it, on further tests after erection, be found not to comply with the
contract.
32
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
4.13.4.5 In all cases where the contract provides for tests whether at the premises or works of the
successful bidder or of any sub-contractor, the successful bidder, except where otherwise
specified, shall provide free of charge such items as labour, materials, electricity, fuel,
water, stores, apparatus and instruments as may be reasonably demanded by the
Engineer/Inspector or his authorised representative to carry out effectively such tests of
the equipment in accordance with the contract and shall given facilities to the
Engineer/Inspector or to his authorized representative to accomplish testing.
4.13.4.6 The inspection by Engineer and issue of Inspection Certificate thereon shall in no way
limit the liabilities and responsibilities of the successful bidder in respect of the agreed
quality assurance programme forming a part of the contract.
4.14 TEST
Procedures for start up, trial operation & Performance Guarantee Test shall be as under and will be
carried out in presence of Purchaser & Employer.
4.14.1 START UP
On completion of erection of the equipment by the Purchaser and before start-up, each item
of the equipment shall be thoroughly cleaned and then inspected jointly by the Engineer and the
Successful bidder 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 Successful bidder’s Quality Assurance Programme.
4.14.2.2 The duration of trial operation of the complete equipment shall be fourteen (14) days
out of which at least seventy two (72) hours shall be continuous operation on full load or any
other duration as may be agreed to, between the Engineer and the Successful bidder. The trial
operation shall be considered successful, provided that each item of the equipment can operate
continuously at the specified operating characteristics, for the period of trial operation.
4.14.2.3 For the period of trial operation, the time of operation with any load shall be counted.
Minor interruptions not exceeding four (4) hours at a time, caused during the continuous
operation shall not affect the total duration of trial operation. However, if in the opinion of the
Engineer, the interruption is long, the trial operation shall be prolonged for the period of
interruption.
33
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
4.14.3.2 These tests shall be binding on both the parties (Successful bidder & Purchaser) to
determine compliance of the equipment with the performance guarantees.
4.14.3.3 The available instrumentation and control equipment will be used during such tests
and the Engineer In charge will calibrate, all such measuring equipment and devices as far as
practicable. However, immeasurable parameters shall be taken into account in a reasonable
manner by the Engineer, for the equipment of these tests. The tests will be conducted at the
specified load points and as near the specified cycle condition as practicable. The Engineer will
apply proper corrections in calculation, to take into account conditions which do not correspond to
the specified conditions.
4.14.3.4 Any special equipment, tools and tackles required for the successful completion of the
performance and guarantee tests shall be provided by the Successful bidder, free of cost.
4.14.3.5 The guaranteed performance figures of the equipment shall be proved by the
Successful bidder during these performance and guarantee tests. Should the results of these
tests show any decrease from the guaranteed values, the Successful bidder shall modify the
equipment as required to enable it to meet the guarantees. In such case, performance and
guarantee tests shall be repeated within one month, from the date the equipment is ready for re-
tests and all cost for modifications including labour, materials and the cost of additional testing to
prove that the equipment meets the guarantees, shall be borne by the Successful bidder.
Duration of performance guarantee tests will be of one month of which 6 (six ) days continuous
on load operation is the minimum requirement and in case it fails, the process of performance
guarantee tests will be repeated.
4.14.3.6 In addition to other tests, the specific tests to be conducted on equipment has been
brought out in the technical specifications.
34
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
4.14.3.7 Performance and guarantee test shall make allowance for instrumentation errors as
may be decided by the engineer-in-charge.
4.15 GUARANTEE
1) The successful bidder shall warrant that the equipment will be new and in accordance with
the technical specification and be free from defects in material, design, manufacture and
workmanship.
2) The successful bidder's liability shall be limited to the replacement of any defective parts in
the equipment of his own manufacture or those of his sub-contractor (s)/ sub-vendor (s) or
replacement of the complete equipment, under normal use and arising solely form faulty design,
manufacture, materials, and/or workmanship provided always that such defective parts/ equipment
are repairable at the site/ replacing the equipment as a whole without hampering the operation of
the plant. Such replaced defective parts/ old equipment shall be returned to the successful bidder
unless otherwise arranged.
4.16.1 If during the progress of the works the engineer shall decide and inform in writing to the
successful bidder, that the successful bidder has manufactured any plant or part of the
plant unsound or imperfect or has furnished any plant inferior than the quality specified, the
successful bidder on receiving details of such defects or deficiencies shall at his own
expense within seven (7) days of his receiving the notice, or otherwise, within such time as
may be reasonably necessary for making it good, proceed to alter, reconstruct or remove
such work and furnish fresh equipment upto the standards of the specifications. In case the
successful bidder fails to do so, the engineer may on giving the successful bidder seven (7)
days' notice in writing of his intentions to do so, proceed to remove the portion of the works
so complained of and, at the cost of the successful bidder, perform all such work or furnish
all such equipment provided that nothing in this clause shall be deemed to deprive the
owner of or affect any rights under the contract which the owner may otherwise have in
respect of such defects and deficiencies.
4.16.2 The successful bidder'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,
35
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
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 successful bidder in
respect of such defective plant. Should the owner not so replace the defective plant, the
successful bidder'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.
4.19.1 To eliminate delays and avoid disputes and litigation it is agreed between the parties to
the contract that all matters and questions shall be referred to the engineer and his
decision shall be final.
4.19.2 The work shall be performed under the direction and supervision of the engineer. The
scope of the duties of the engineer, pursuant to the contract, will include but not be
limited to the following:
a. Interpretation of all the terms and conditions of these documents and specification.
b. Review and interpretation of all the successful bidder's drawings, engineering data etc.
c. Witness or authorize his representative to witness tests and trials either at the
manufacturer's works or at site, or at any place where work is performed under the
contract.
d. Inspect, accept or reject any equipment, material and work under the contract.
e. Issue certificate of acceptance and/or progressive payment and final payment
certificates.
f. Review and suggest modifications and improvements in completion schedules from
time to time.
g. Supervise the quality assurance programme implementation at all stages of the works.
h. To receive and endorse the despatch documents enabling the successful bidder to
clear the consignments.
PROJECT DIVISION
4.20.1 Each main and auxiliary items of plant is to have permanently attached to it in a
conspicuous position a rating plate of non corrosive material upon which is to be
engraved the manufacturer's name, equipment, type or serial number, together with
details of the loading conditions under which the item of plant in question have been
designed to operate, and such diagram plates as may be required by the engineer.
4.20.2 Each item of plant is to be provided with a nameplate or label designating the service of
the particular equipment. The inscriptions are to be approved by the engineer or shall be
as detailed in the appropriate sections of the technical specifications.
4.20.3 Such nameplates or labels are to be of white non-hygroscopic material with engraved
black lettering or, alternatively, in the case of indoor circuit breakers, starters etc. of
transparent plastic material with suitably coloured lettering engraved on the back.
4.20.4 Items of plant such as valves, which are subject to handling, are to be provided with an
engraved chromium plated nameplate or label with engraving filled with enamel.
4.20.5 All such name plates, instruction plates, lubrication charts etc. shall be bilingual with
Hindi inscription first, followed by English. Alternatively two separate plates one with
Hindi and the other with English inscriptions may be provided.
i. Construction/ drinking water at one point within 100 metres of the work site,
charges to be decided by the company.
ii. Auxiliary power for construction at one point within 100 metres of the work site,
charges to be decided by the company.
In the event of the successful bidder requiring these services at parameters other than those
specified above, for any systems, equipment, instrument etc. he shall make the necessary
arrangements himself.
a. The successful bidder shall comply with all the rules and regulations of local authorities
during the performance of his field activities. He shall also comply with the minimum wages
act, 1948 and the payment of wages act (both of the Government of India and the local State
Government) and the rules made there under in respect of any employee or workman
employed or engaged by him or his sub-contractor. The successful bidder shall make all
necessary payments of the Provident Fund for the workmen employed by him for the work as
per the laws prevailing under provisions of CMPF and Allied Schemes and CMPF and
Miscellaneous Provisions Act 1948 or Employees Provident Fund and Miscellaneous
Provisions Act 1952 as the case may be.
b. All registration and statutory inspection fees, if any, in respect of his work pursuant to this
contract shall be to the account of the successful bidder. However, any registration, statutory
37
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
inspection fees lawfully payable under the provisions of the rules and regulations of the
Government and any other statutory laws and its amendments from time to time during
erection in respect of the plant equipment ultimately to be owned by the owner, shall be to
the account of the owner. Should any such inspection or registration need to be arranged
due to the fault of the successful bidder or his sub-contractor, the additional fees for such
inspection and/or registration shall be borne by the successful bidder.
i. The surfaces of foundations shall be dressed to bring the top surface of the foundations to
the required level, prior to placement of equipment/equipment bases on the foundations.
ii. All the equipment bases and structural steel base plates shall be grouted and finished as per
these specifications unless otherwise recommended by the equipment manufacturer.
iii. The concrete foundation surfaces shall be properly prepared by chipping, grinding as
required to bring the type of such foundation to the required level, to provide the necessary
roughness for bondage and to assure enough bearing strength. All laitance and surface film
shall be removed and cleaned.
38
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
CHAPTER-5
5.1 BELTCONVEYORS
∗ Motors
∗ Gearboxes
∗ Couplings
∗ Idlers – carrying, return, impact, self-aligning, transition, non magnetic, machined
∗ Pulleys
∗ Idler frames
∗ Conveyor frames
∗ Stools for supporting conveyor frames
∗ Bearings & Plummer blocks.
∗ Skirt plates with liners and sealing arrangement.
∗ Decking plates
∗ Belt cleaning devices
∗ Hold back device
∗ Electro-magnetic brakes with brake drum.
∗ Pull chord switches
∗ Belt sways witches
∗ Zero speed switch/belt sequence switch
∗ Travelling tripper
∗ Take up devices
∗ Guards
∗ Necessary structures
∗ Any other accessories needed for successful operation of the conveyors
to meet the system requirement
5.1.2 DUTYCONDITIONS
The conveyors may have to work in most adverse working conditions like heavy dust, exposed
to sun-light, with high surface temperatures up to 50°C, in rain, in relative humidity up to 100%
etc. The conveyor will operate on average for 15 to 18 hours a day over 330 days per year in
general, but the design is to be such that it can be operated for all the 365 days a year and all
the 24 hours a day, if required. The conveyors will be able to start in full load conditions.
There should be minimum clearance of 0.5 m between ground and the return belt throughout
39
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
the length of the conveyor i.e., including tail end and discharge end.
Discharge point of the feeding chute will be located on the receiving belt conveyor such that it
will facilitate loading of coal on full trough of the belt. The tail end of the conveyors will be
located such that the transition of the belt from trough to flat on the belt will be smooth. The
discharge end of all the conveyors will be designed in such a way that scrap material at
discharge end should fall in the discharge chute.
5.1.3.2 Motor
TEFC induction motor of squirrel cage type, synchronous speed – 1500 rpm, insulation– class
‘F’ high torque, foot mounted integral type, with IP-55 protection as per IS 4961.The motor
power rating for conveyors shall be minimum as indicated in the conveyor schedule .
The motor will be capable of giving rated output without reduction in the expected life span
operated continuously in the system having the following particulars:
The motor will be suitable for full voltage DOL starting. This will 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 will not exceed six times rated full load current subject to tolerance as
given in IS 325.
Space heaters suitable for 240 V, 50 Hz, single phase supply system will be provided for motor
above 30 kW capacity. For ratings below 30 kW, space heaters will be provided if it is meant for
specific use in damp areas.
Suitable temperature detector for detection of winding and bearing temperature will be provided
for all 6600 volt motors. These will be located at locations where high temperatures are
expected during operation. The indications will be carried to the control desk.
Power terminal blocks will be suitable for receiving 6600/11000 volt grade aluminum conductor
single layer armoured cross linked polyethylene insulatedcable.
Two independent earthing points will be provided in accordance with IS 3043(Current).
All motors will be provided with eye bolts, lugs or other means to facilitate lifting.
The design, manufacture, installation and performance testing will conform to the latest
revisions of the Indian Standards or their equivalent IEC standards for the applicable motor type
and rating, and to the latest Indian Electricity Acts, Indian Electricity Rules and IS 325.
40
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.1.4 CONVEYOR FRAME
The conveyor frame will be of stringers of ISMC of required size as per design connected by ‘N’
shaped cross bracing of ISA of required size as per design (supporting calculation for selection
of ISMC & ISA shall be submitted by the successful bidder). Individual sections will be of
suitable lengths to facilitate easy assembly at site without any match marks and without having
any reference to left and right of the conveyor. At the same time top and bottom idler frames
when assembled on the stringer will have their position at right angles to the longitudinal axis of
the conveyor. Provision will be made for jointing of sections as with permitted play in the vertical
plane of the order of 3 degree to 4 degree with nut and bolts system.
The conveyor frame will be complete with stools of size ISMC 150 mm for supporting stringers.
Holes for fixing the supporting stools will be drilled on stringer channel for intermediate
structures. Stools for support of conveyor frame will consist of vertical supports with suitable
bracings and base plate to enable fixing of stools on foundation. The height of the stools will be
such as to give clearance between return roller and ground of at least 500mm.The plates of the
stools and ground will be suitably drilled for grouting. In case the return roller is located at the
center of the trestle, conveyor frame below the return idler shall be covered/ sealed by
chequered plate of 3 m (1.5 m to the either side from the center of the each trestle) to cover the
gap below the return idler. Sufficient clearance between roller and chequered plate shall be
provided for cleaning.
5.1.5 IDLERS
Idlers will be made of ERW tubes as per IS-9295(Current). The diameter and thickness of roller
tubes, spacing of idlers and the bearing bores for carrying idlers, return idlers, impact idlers, etc.
should be mentioned clearly for different widths to suit the duty condition and will in all case
conform to the following limits or requirements:
* (For cushioning effect, the rubber disc shall have triangular holes along the idler axis)
41
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Bearing for Idler Rollers
Carrying idlers, impact idlers and return idlers will be provided with seize resistant / deep grove
ball bearing of suitable size. Up to 30mm shaft dia., seize resistance bearing shall be provided
and above 30mm dia., deep grove ball bearing shall beprovided.
The life of the bearing will be guaranteed for a minimum period of 30,000 working hours.
The bearing sizes will be as under:
Belt width (mm) Minimum Bore of Bearing (mm)
Carrying/Return Idler Impact Idler
1600 -1800 40 40
Idler Shaft
Idler shaft will be made of EN-8 of BS 970 or C-40 IS 1570 or equivalent quality steel and
suitable size for the duty requirement.
Idler Arrangement
Carrying idler
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 35° for all the conveyors irrespective of belt width. The
angle of tilt will be as follows:
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 exceed2°.
The angle of tilt of side idlers shall be in the direction of belt run for the unidirectional conveyors.
The direction of belt travel shall be marked on the frame by an arrowhead.
Return Idlers
The return idler will be of double roller type for 1800mm belt.
Transition Idlers
Transition type idlers will be used adjacent to head and tail drums to permit proper support of
loaded belt near the head and the tail drums without excessive stress and stretch of the belt
edges. The transition length and the number of transition type and size of belt, number of plies
and other necessary governing factors in steps of 5°, 10° and 15° troughing angles will be
stated.
Impact idlers
Required sets each of 3 impact rollers shall be provided at all loading and transfer points at the
receiving of material. These idlers shall have rubber discs of suitable hardness to give longer
life.
42
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Clearances
Clearance, gaps, etc. for the carrying and return idlers will conform to the IS 8598(Current) to
the extent possible. Lengths of individual rolls will conform to IS 1570 (Current).
Lubrication
The idlers will be sealed and greased for life. Idler bearings will be provided with suitable
labyrinth seal on outer side and felt seal on inner side. Bearing should be of 'seize resistant'
type.
Bearing Houses
The bearing housing of idler will be made of extra deep drawn quality pressed steel and will be
press fitted and will preferably be completely welded with idler tube by simultaneous welding
machine. The details of this will clearly be furnished in the tender.
Maximum Tolerance
Eccentricity/Ovality of the idler tube will be minimum and will be mentioned specifically for
various sizes and in no case it should exceed
0.8 mm at any point along the shell. Idlers will be made of ERW tubes as per IS-9295. The
space for greasing will be clearly indicated on the drawing and the quantity of grease should
also be indicated. It should not be less than 16 cc approx. on either side of each idler.
Idler Brackets
The brackets for the carrying idlers will be of pressed steel frame construction to withstand
shock loads resulting from large lumps. They will be made of formed sections. Proper stiffeners
shall be provided.
Adjustment
The fixing arrangement of carrying and return idlers will be such as to permit adjustment of the
idler sets for purposes of belt training. Allowance for such adjustments should be provided on
both sides of the conveyor and the play will not be less than 10 mm either side. All idlers will be
of the 'drop-in-slot'type.
Friction
The friction factor of idlers will not be more than 0.02
A minimum service factor of 1.6 will be taken from motor power for selection of the gearboxes.
Also the selection of gear box shall be made one rank higher in the manufacturer’s list. For
drive up to 30 HP worm gears will be used and above that parallel shaft helical gears or bevel
helical are to be used. Splash lubrication will be provided. Magnetic drain plugs and metallic
breathers will be provided.
43
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.1.7 COUPLINGS
Suitable Flexible/Geared Coupling will be used for power transmission on low speed side and
also on high speed side depending upon the duty requirement. The hub and sleeves of the
geared coupling will be of forged C-40 steel and bolts will be of alloy steel. The hub teeth will be
triple vary crown design.
The drive for high torque/high inertia load conveyor belts shall be with Variable speed/ fill
controlled fluid coupling, for power transmission on high speed side, which have been
provisioned for all conveyors except conveyors A3/B3 & D11/D12.
The Variable speed/ fill controlled fluid coupling shall mainly consist of impeller and runner with
a filling oil pump, primary & secondary casing, upper & lower housing, required sensors, valves
and an oil cooling system etc. And any other part which are functionally required. System
should facilitate to have controlled start-up, through remote PLC controller, achieved by
controlled filling of oil into the working circuit.
The system shall allowing the motor to be started under no load condition causing the output
shaft to rotate and gradually accelerate to driving speed so as to achieve smooth starting.
Features such as stepless speed variation and shocks & vibration protection shall also be
provided. The coupling shall be able to perform continuous declutching ifrequired.
The coupling should have provision of flange mounted compact design. The housing will be
made of steel and all the runner parts needs to be dynamically balanced. It should be robust
and unsusceptible to environmental influences.
The coupling shall be capable of frequent sequential loaded starts and sequential start-up of
motors in case of multidrive system.
Traction type fluid couplings will be used on high speed side for all motors above 40 kW for the
rest of the drive where Variable speed/ fill controlled fluid coupling are not being envisaged.
Type and size will be selected in accordance with the drive power requirement.
5.1.8 DRUMS/PULLEYS
Features
All the drums shall be of welded steel construction and statically balanced and stress-relieved
after welding before machining. The drive, discharge and other high tension pulleys shall be of
integral hub type design. The diameters of the drums shall be as per IS 8531 (Current). The
machining tolerance of individual parts of the drums assembly should comply with IS 919
(Current) and the diameter of the drum will be maintained within the tolerances given in IS
8531(Current). The out of roundness will not exceed ± 0.5 percent of the drum diameter. The
shaft diameter will be in multiples oftens.
Face widths of the drums will be as per IS 8531(Current). Shell thickness of the drums will be
suitable for taking bending loads on the drums. No crowning will be provided with pulleys.
All drive/ discharge drums will be lagged with ceramic lagging liners of minimum 12mm
thickness. Other drums lagging will be vulcanised natural rubber and the thickness of the
lagging will be 12 mm. The rubber lagging will have V-type herringbone pattern grooves (6 mm
wide x 6 mm deep). The apex of the grooves will be in the belt travel direction. Alternatively,
herringbone profiled wear resistant rubber bars moulded with aluminium reinforcement will be
preferred for easy replacement. The rubber lagging will have a minimum durometer hardness of
55 degrees shore A-scale. Tail-end drum of all conveyors should have minimum ground
clearance of 500mm.
44
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
be provided. However all drums of a given diameter will have similar size and type of bearings.
The total stock of sizes will be kept to minimum. All the drive and discharge pulleys shall be
provided with split cylindrical roller bearings with swiveling cartridge. All bearings shall be
adapter-mounted to the shafts. Plummer blocks of four holes will be of cast steel and provided
with grease nipples for lubrication purpose.
All lubricating nipples will be readily accessible without removing the guards. Bearing will be
protected against ingress of dust and moisture by providing suitable labyrinth/rubber seals on
both sides. Guaranteed life of the bearings will not be less than 50,000 hrs.
Pulley Shafts
All pulley shafts shall be of C-40/EN-8 steel as per IS 1570 (Current). Key less locking element/
assemblies shall be used at each end of drive, discharge and other high tension pulleys. For
other pulleys, taper lock system shall be used. The locking elements shall be sized to transmit
the required torque and bending moment as per manufacturer’s recommendations.
Shaft size shall be calculated with a design factor of safety of 1.5. The maximum free shaft
deflection slope at the pulley hub shall be 0.0023 inch per inch.
Sizes of pulley shafts, locking devices and bearing sizes shall be rationalized to reduce
inventory of spare parts and provide interchangeability.
The head drum unit, the drive unit, the take up unit and the tail unit will have separate houses
with suitable foundation arrangement in conformity with the drawings (if any). Suitable bracings
will be provided on the structures of these units wherever necessary. Dual drives will be grouted
on suitable firm ground.
45
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
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 750 mm long and
500 mm high. At the tail end/ rear side also, skirt sealing shall be provided.
Skirt board shall be provided with suitable liners as per system requirement.
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 the adjacent rubbers to avoid
leakage of dust. Equally spaced guides shall be provided for smooth vertical movements. The
clamp shall be of segmented 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.
A "V" type plough scraper (60° angle) will be provided on the return belt near the tail drum. In
conveyors using loop/vertical gravity take up, 'V' type plough scraper will also be provided near
the snub drum forming part of take up unit to prevent material spilled on the return belt, from
damaging the belt at the take up drums.
The unit should be supplied with a locking system to prevent cleaning component from touching
the belt and damaging the same. The complete system will be such that it can be installed on
the conveyor's sub frame by means of modular supportmounts.
5.1.16 Accessories
Pull Chord Switches
46
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
For stopping the conveyor from any point along the conveyor length, pull chord switches will be
provided on one side of the whole conveyor length. This will be a totally enclosed dust and
vermin proof, cast metal unit with trip and reset levers mounted along the main walkway side at
regular spacing of 30 metre (with min. one per conveyor). The pull chord rope will be of PVC
sheathed galvanised steel wires. The switch should have inbuilt visualindication.
Belt Sway Switch
Totally enclosed dust and vermin proof belt sway switches will be provided on both sides along
the conveyor length at a regular interval of 50 metre. Belt sway switches will also be provided
near head drums, tail drums and drive drums. These switches will be auto reset double contact
type, one for advance indication of excessive belt sway and the other for hipping in conveyor.
The switch should have inbuilt visual indication.
47
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
roads or wherever required.
In case of loop gravity take up the take-up pulley/ tail pulley will be mounted on a trolley or the
bearing blocks of the take-up pulley/ tail pulley will be mounted in guides. The take-up pulley/
tail pulley frame will be connected to counter weights by means of rope. The rope will be guided
by required number of sheaves. The weights will move in the guides supported in a vertical
tower. The weights will be of modular sections made of C.I. These units will be connected by
means of tie rods, weights can be added or detached depending on the requirements. Take up
travel, counter weights shall suit the requirements.
In case of automatic loop system, this will consist of a fixed pulley, movable pulley, trolley, limit
switches, sensors, power operated winch or any other mechanism. In case of some change in
the belt tension from the required tension the sensors will sense the same and actuate the
motor of the winch to move the moving pulley till proper slack side tension is created to avoid
slippage. The take up travel, motor shall suit the requirements.
In case of screw take up the movement of tail pulley shall be by means of two screws with
check/lock nuts.
The pulleys conform to the specifications as given elsewhere in this document.
5.1.19 Guards
Guards on the conveyor will comply with the relevant latest Indian Standards. The guards will
be of expanded metal conforming to IS 412 (Current). The minimum clearance between the
guards and moving parts at openings in guards will be as follows:
Slots 30 mm wide suitably reinforced may be provided in guards for insertion of bars for
cleaning. The minimum distance between any moving part of the conveyor and any part of the
slot will be 300mm.
Guards will totally enclose all parts as far as practicable in order to prevent access to the part
e.g. for a running belt, the guard around which an operator can put his arm will extend at least
900 mm from the belt.
PROJECT DIVISION
Indian Standards and Codes by purchaser's representative from manufactured components of
the equipment.
Bearings
A certain percentage of anti-friction bearings selected at random will be checked for boundary
dimensions keeping in view the permissible tolerances as per AFBMA, USA standards or
equivalent. The test certificate will also certify bearings to be free from abnormal noise.
Additional Tests
The following additional tests also may be carried out, at the option of the employer, and all
facilities for carrying out such tests will be extended by the Successful bidder at his own cost.
a) Dimensional checking of all items.
b) Materials test certificates for material ofconstruction.
c) For idlers the following tests will be carriedout:
i. Friction factortest
ii. Idler running test at highspeed
iii. Test for dust proof and waterproof
iv. Ovality test of finishidler
v. Alignment and co-axially test of idler setassembly
d) For pulleys following tests will be carriedout:-
i. Checking of out of roundness
ii. Static balancing test
e) Test of bought out items.
f) All tests will be carried out in terms of relevant IS codes and standard engineering
practices.
49
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
S.N. PARTICULARS UNIT A1/B1 A2/B2 A3/B3 A4/B4 A5/B5 A6/B6 D5/D6 D7/D8 D9/D10 D11/D12
1 Type of In-pit Surface
conveyor
2 Belt width mm 1800 1800 1800 1800 1800 1800 1800 1800 1800 1800
50
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
9.1 No. of loading no. 2 1 1 1 1 5 1 1 1 1
points (Max.)
Skirt board
9.2 length on each m 10 5 5 5 5 25 5 5 5 5
side of the
conveyor
10 Drive details
10.1 Motor power kW 4 X 3 X 2 X 3 X 3 X 500 4 X 500 1 X 500 1 X 4 X 500 1 X 200
selected 500 500 200 500 500
10.2 Type of Drive Multi Multi Snub Multi Multi Multi Snub Single Multi Snub
11 Reduction unit
details
Type Helical/ Bevel- Helical
11.1
Minimum
11.2 transmitting kW 800 800 320 800 800 800 800 800 800 320
capacity of each
gear box
With Variable Fluid With Variable Speed/ fill controlle d Fluid Coupling Fluid with
Speed/ fill with delay
Type of Input controlled Fluid delay chamber
12 coupling Coupling cham
(Flexible/Fluid) ber
13 Type of output Geared
coupling
15 Pulley details a)
Dia. b) Qty.
a)
Drive/Discharge
15.1 pulley minimum mm 1000 800 500 800 800 1000 500 500 1000 500
Dia. (without
51
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
lagging)
a) Tail/Take-
up/Snub on high
tension/bend
15.2 pulley (when mm 800 630 400 630 630 800 400 400 800 400
direction is more
than 30 ⁰)
a) Bend pulley
15.3 for deflection mm 630 500 315 500 500 630 315 315 630 315
less than 30 ⁰
16 Idler details
16.1 Carrying idlers
a) Spacing mm 1000
b) Troughing 45º 45º 45º 45º 45º 45º 45º 45º 45º 45º
angle
c) Quantity As per system requirement
16.2 Return idlers Double roller type
a) Spacing mm 3000
b) Quantity As per system requirement
16.3 Impact idlers As per Specification and system requirement
16.4 Self-Aligning As per Specification and system requirement
Idlers
16.5 Transition idlers As per Specification and system requirement
17 Take-up Type V.G. V. G V. V.G. V.G. V.G. V. V. V.G. Screw
Loop Loo Gra Loop Loop Loop Gravity Gravity Loop
p vity
Hold back
18 device Required Yes Yes Yes Yes Yes Yes Yes Yes Yes -
52
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
(yes/no)
Note:
1. The data sheet for the conveyors will not be the only basis for designing the conveyors. Considerations have also to be made for
any other requirements arising out of the conditions stipulated in any part of the contract agreement.
2. The Conveyor length and other parameters are tentative. Drive power and pulley diameters given are minimum. If required, they
may be increased during detail design stage.
3. Conveyor calculation as per Indian standard (IS 11592) to be followed.
4. The bidder is requested to visit the site thoroughly before submitting the tender.
53
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Carrying material
Belting will be designed for heavy-duty condition and will be suitable for 24 effective working
hour operations per working day and 365 working days per year. It will be suitable for
installation over conveyor systems having 35° troughing angle, and will be suitable for
operation at an ambient temperature from 4° to 50°C. It will have sufficient resistance
against exposure to open sunlight so that its qualities do not deteriorate while working in
open sun. It also may have to work in rain and/or in conditions where relative humidity goes
up to 100%.
The belt shall have sufficient lateral flexibility so that it suits the troughing angle requirements
even when the belt is empty. It will have sufficient lateral stiffness.
The belt will have sufficient longitudinal flexibility so that it can easily flex around different
pulleys of the conveyor. The belt will have sufficient impact resistance to withstand impact at
the loading points.
The steel cords to be provided in the steel belt will have characteristic of high tensile
strength in longitudinal direction, high flexibility for increased fatigue resistance, less
elasticity for minimum elongation and galvanising for better adhesion of cords to rubber and
toughness and protection against corrosion. Belt construction shall be as per Indian and
International standards. To protect the belt against longitudinal slits, the belt shall have
protection in any one of the following forms –
a) Sensor Loop protection with electronic PLC system wherebysensor loops of special
alloy are embedded at specified pitch along the belt
lengthandanydiscontinuityinsuchloopsduetobeltcuttingisidentifiedby the PLC which
commands the drive to stop & minimizes propagation of belt cut,OR
b) Rip-check breaker protection where full length & full width synthetic fabric breaker,
having high elongation weft members, is embedded in the belt above the cords and
54
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
provides protection against penetration of foreign objects and also resistance to cutting
by bunching of the high elongation weft members to provide increased resistance to
belt cutting,OR
c) Anti-rip modules where 2 meter long metal fabric reinforced breakers are embedded at
specified intervals to provide strong resistance to belt ripping when encountering the
cutting object but does not add excessively to the belt weight & flexibility because of its
non-continuous presence along the beltlength.
The belt cover at top and bottom will be made of rubber of fire resistant antistatic grade
(FRAS) rubber as main material as per ISO-340 so that it is excellent in abrasion,
impact and flexing and working suitable for surface operation. It will have sufficient
thickness for protecting belt against damage and provide good protection.
The surface and edges of the finished belting will be free from blisters, pattering and
other surface defects and will be completely sealed against ingress of moistures. The
belt will be suitable for vulcanised joints.
Steel cord used in the belt shall be manufactured from high grade carbon steel to provide
high flexibility for increased fatigue resistance, lesselasticity and permanent elongation. Cord
construction shall be 7 x 7 or 7 x 19 according to strength and pitch required. The steel cord
shall be coated with adequate quantity of zinc to protect the steel from corrosion and to
assist in adhesion between the wire and rubber.
55
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.2.3.4 Breaking Strength
The minimum breaking strength of the belt shall not be less than the values given as follows:
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 surface of the
outer cord shall not be less than 15 mm and not more than 40 mm.
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.
56
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The cords shall be evenly spaced across the width of belting and shall lie in one plane
subject 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 (+/-) 1.0mm.
The tolerance on the specified cord diameter shall be within (+/-) 5%.
Cord joints shall be avoided, as far as possible. In any length of finished belting the number
of individual spliced cord joints permitted shall be as follows:
Not more than one joint in any one cord;
Not more than one cord joint per 10 meter of belting;
Not more than one cord joint in belts containing up to 50 cords; Not more than two cord
joints in belts containing 51 to 100 cords; Not more than three cord joints in belts containing
over 100 cords;
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. Surface blemishes that do not interfere with the performance
of the belt may be left unattended at the discretion of the belt manufacturer.
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.
57
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.2.3.15 Adhesion
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, the elongation at break
and the tearing strength shall be as per respective standards.
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 making it suitable for surface
operation.
The cover rubber shall be of FRAS (Fire Resistant Anti-Static) type. The tensile strength of
the cover rubber, the elongation at break, the tearing strength and the abrasion of cover
rubber grade shall be as per respective DIN K or Grade K of EN ISO 15236-1 & AS1333.
58
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Troughability Test
.
On the carrying surface at maximum interval of 12 m, the belting will be
marked asunder:
a) Manufacturer’s name & trade mark ifany.
b) Rating of the belting.
c) Grade of Rubber cover.
d) Last two digits for year of manufacturing e.g. 99 for 1999 &00.
e) Relevant code reference: DIN/US/UK/Japan/Equivalentinternational
standard as mentioned above.
The successful bidder will also make available to the owner’s inspecting personnel all the
relevant standards and codes of practices for manufacture, inspection and testing of the
material. He will also make available a set of meters and gauges etc. as may be required for
testing and inspection of the material. All relevant type test certificates will have to be
produced during inspection/supply.
Sl.N. PARTICULAR UNI A1/B A2/B A3/B3 A4/B A5/B A6/B D5/D D7/D D9/D1 D11/D1
S T 1 2 4 5 6 6 8 0 2
1.0 Belt width mm 180
0
2.0 Belt type
‘Steel cord’ 1800 1400 630 1400 1400 1800 630 630 1800 630
with
designation
ST
3.0 Top cover mm 8
thickness
4.0 Botm. mm 6
cover
thickness
5.0 Length of m 3006 3780 336 3133 2537 2436 1386 1254 2458 244
belting
6.0 Horizontal m 715 900 80 746 604 600/ 330 285 585 58
length 560
7.0 Belt speed m/s 5 5 5 5 5 5 5 5 5 5
59
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.3.1 INTRODUCTION
The Electro Mechanical vibratory feeders shall be installed below the truck receiving hoppers
to reclaim coal of (-) 100 mm from the hoppers and load safely on to the belt conveyors A6 &
B6 of 1800 mm width.
5.3.2 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:
5.3.3 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.
60
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.3.5 CONSTRUCTIONFEATURES
The vibratory feeder shall be robust in construction, requires minimum head room, requires
minimum maintenance gives uninterrupted operation with minimum downtime.
The chutes provided at the discharge end of the vibratory feeders will be provided with
rubber liners of suitable thickness with or without steel backing/ steel reinforcement.
The vibratory feeder shall have long stock and low frequency of vibration with provision of
slope adjustment feature. The feeder shall be adoptable to manual, remote of automatic
control system and shall have provision to achieve variable feed rate.
The vibratory feeder shall mounted on coil springs and floor mounted or roof mounted as per
requirement. The feeder shall be able to absorb the impact due to free fall from the hopper.
The drive force may be supplied by ratting eccentric weights or any other method so that
required duty parameters can be achieved.
The feeder shall have quick starting smooth stopping feature and shall operate at low noise
level. The noise level shall be under 80 db within one meter of the unit with the tray empty.
5.3.6 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.
5.3.8 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.
5.3.10 MOTOR
The motor shall be squirrel cage, induction motor, foot mounted, high torque, TEFC
enclosure, IP54/IP55 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 with aluminium conductors of
61
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
suitable size. The motor shall conform toIS325. This shall be of reputed make.
5.3.11 STARTER
The starter shall be of push button type with ON/OFF facilities for starting and stopping
locally. The motor will receive power through a MCC.
5.3.13 LUBRICATION
Proper lubrication arrangement shall be provided. The grease nipples etc. if provided shall
be easily accessible.
5.3.14 GUARDING
All the rotating parts shall be provided with guards as per relevant IS.
5.3.15 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.
62
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The entire telescopic chute arrangement shall be made in such a way that it enable the
movement of electric loco under the silo for loading of rake with the help of electric engine,
however loading may be done with the help of diesel engine so long the electrification of
railway line is not done. The required unwired zone of electric traction should not be more
63
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
than 6.5 m including all clearance as per requirements of Indian Railways for adoption of swing
OHE.
The minimum clearance between the rail top and the bottom of pre-weigh hopper shall be 7.5 m,
however minimum head room will be provided to have the minimum clearance above the OHE
line (as allowed by Indian railways) to enable operation of Electric Loco under the Silo. All civil
and structural works of the silos will be done keeping in view the allowable clearances by the
Indian Railways to enable passing of two electrified railway tracks below the silo and
simultaneous operation of the two rapid loading systems below the silo. Provision shall be made
in the silo for installation of rigid retractable OHE for operation of electric loco and loading of coal
through telescopic chute. Provision of a control room for operation of the retractable OHE system
shall also be made.
Provision will be made to facilitate supporting of OHE catenaries and also the OHE swing system
under the silo.
Minimum height of the roof of the basement of the Silo will be provided to create sufficient
headroom to facilitate passing of electric loco and OHE lines under the systems. Detailed
planning of the siding along with connectivity’s of the siding and swiveled OHE line below the Silo
is to be done by a separate agency such as M/s IRCON or M/s RITES along with area authority
and concerned successful bidder. The same should be as per the guideline of RDSO circulated
earlier.
The telescopic chute will be capable of handling semi solid / slurry material in rainy season. The
equipment will be required to operate 18 hours a day and 330 days a year, but the design will be
such that it can be operated 24 hours 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 rapid loading system as envisaged in this proposal shall have arrangement such that pre-
weighed quantity of coal is discharged into each wagon and the individual weighment is recorded
automatically when the weigh system is put in auto mode. Air vents shall be provided between
the pre-weigh hopper and 3000 te silo to allow displaced air from the weigh bin to be captured
and prevent dust escaping from the system. Adequate no. of heat sensors shall be provided.
5.4.3 OPERATION
When the presence of rake is detected near silo, the mode selector is in automatic position, gate
to be used for loading is selected, the telescopic chute is in position from parking position and
permissive signal is given to the system for loading, the corresponding silo outlet gate shall open
and then pre-weigh hopper will start filling. As the weight in the pre-weigh hopper shall reach in
the neighborhood of pre-set load as per requirement, two gates will close while remaining two
will close partially for trimming the hopper to the desired weight. When set point is reached the
partially opened silo outlet gates shall close and weigh hopper ready light will come on. As soon
as the first wagon comes under selected loading gate, the telescopic chute shall be lowered
automatically and the flood loading gate shall open. The material is loaded into the wagon and
the flood loading gate closes automatically as soon as weigh hopper is empty. Now the silo
outlet gates will open suitably for filling the pre-weigh hopper. As the 2nd wagon approaches, the
silo outlet gates shall start closing and by the time they are closed, the pre-set amount of
material is discharged into the pre-weigh hopper and is ready for filling the second wagon. The
cycle continues automatically until the full train is loaded.
64
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
After the loading operation is completed, the chute shall go up after a pre-set time. The weighing
system shall also incorporate digital display system with suitable printer for printing of date, time
weight of each weighment and net weight of coal weighment per operation of rake loading.
The system uses a pre-weigh hopper of capacity 100 Te. (Minimum) which is filled by operation
of guillotine gates provided above the hopper and below the silo discharge pockets. The hoppers
are provided with load cells to weigh the material loaded in the hopper while gates are opened
and the gates are closed immediately after filling of pre-set quantity in the hopper. This is done
automatically within the tolerance limits as stipulated by the Indian Railways.
i) The traversing / telescoping loadout chute traverse from the parking position to the
loading position under the load out pre-weigh hopper.
ii) The opening and closing of the nominal 1525 mm x 1525 mm size gate at the bottom of
the pre-weigh hopper.
iii) The chute shall move up or down to the proper position in order to profile the loading of
coal into wagon.
iv) The vertical position of the telescopic chute shall be controlled by the operator based on
the wagon height that is being loaded.
v) There shall be a discharge gate. The material is loaded into the wagon and the
discharge closes automatically as soon as weigh hopper is empty.
The silo shall be of R.C.C. construction and designed to take all the loading as required for the
system. Necessary structural work shall also be provided to house the lift, stairs etc. The
structural work shall also include necessary platforms, ladders/stairs, etc.
The silo shall be designed on the basis of “Mass Flow” concept, so that chances of bridging,
arching and rat-holing at silo outlet is minimized. However, because of wide fluctuations in the
condition of the run of mine coal being fed into the silo, due to seasonal impurities etc. there may
be possibility of arching or bridging. To overcome the situation a 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 with flanges
for quick and easy mounting of pneumatic arch breakers. These holes shall also be utilized for
injecting inert gas inside silo for firefighting purposes. The silo shall be lined with 10 mm thick
stainless steel of 409M grade liner in the conical portion and over slanting face, in the vertical
portion of the silo. The width of the SS Liner shall not be more than 1000mm at top end of cone
and the gap between the liner and concrete shell in the vertical portion shall be filled with lean
concrete up to 1m above the highest level of vertical wall coming in contact with coal.
65
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
It shall be provided for silo level monitoring to provide Level, Volume & Mass with profile of the
material inside the silo. Transmitters shall produce outputs for monitoring and alarm in Main CHP
PLC. It shall interface with Owner's system for display of coal level, Volume & Mass with profile of
materials. The working atmosphere will be heavy dusty. Temperature will range between 4°C and
50°C and relative humidity up to 100%.
iv) Pre-determined low level in the silo, which will automatically close the
silo outlet gates. This is to prevent damage to the silo outlet gates. The
gates shall remain closed and inoperable until a pre- determined
intermediate level isreached.
In order to ensure trouble free material flow from the coal silo, adequate numbers of
required/designed capacity of Air Cannons shall be provided at each silo at different levels. The
capacity shall be selected depending on the volume of application point. The Air Cannon shall
be complete with air vessel, dryer, mountings, accessory package and inter connecting piping
etc. The Air Cannons shall be of tried and proven design and have discharge valve assembly
suitably mounted to the Vessel with metallic piston and high temperature resistant soft seat. The
entire Air Cannon shall be suitable for sustained temperature of minimum 150°C that may be
encountered if hot coal is contained in the silo which may raise the temperature in areas
adjacent to the Air Cannons. The Air Cannons shall be mounted on the concrete portion of the
silo in two levels. Location and firing sequence will be decided during detail design. Each Air
Cannon shall consist of a reservoir tank to store air under pressure with suitable discharge valve
assembly. On command through a programmable electronic controller energizing solenoid valve,
a given quantity of air shall suddenly be injected into the stuck up material, to help flow
ofmaterial.
The air Canon Vessel shall be fabricated from boiler quality plates to IS:2062 (Current) and shall
be designed as per IS:2825(Current) code for unfired pressure vessels. 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. Then discharge valve assembly shall be of carbon steel with chrome plating on inner
surface and mounted suitably to the Air Cannon Vessel for case of maintenance and cleaning of
piston without dismantling the Air Cannon. Size of Air Cannon discharge shall be minimum 100
66
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Each Air Cannon shall be provided with safety valve, drain plugs, quick exhaust
valve. The quick exhaust valve should be connected to the Air Cannon by means of
suitable flexible hose with stainless steel wire braiding.
The Accessory Package for each Air Cannon shall consist of 3-way solenoid valve,
Ball Valve, Check Valve, Air Filter, Air lubricator and connecting Hose.
Each Air Cannon shall have a suitably designed mounting package for mounting on
the silo with minimum 100mm NB pipe complete with mounting plates, a pair of
forged flanges, nuts, bolts and gaskets etc.
Two (2) nos. (one working and one stand by) air compressors having capacity of 100
cum per hour at a discharge pressure of 8.5 kg/sq. cm shall be provided for the Silo.
The compressor shall be complete with
1.25 cubic metre minimum capacity of air receiver, inter cooler, after cooler and all
inter connecting pipe work. The compressor shall be driven by suitable totally
enclosed fan cooled squirrel cage induction motor to suit 3- phase 50 cycle 415V
supply. All necessary air filters, pressure gauges, safety valves, non-return valve, low
oil and water pressure switches, pressure reducing valve etc. shall be provided. The
compressor shall be capable for working at an altitude of 50m and above ground level
at maximum ambient temperature of 50ºC and 100% humidity. Air supply is not
required to be oil free as some lubrication is desirable for operation of the air blaster.
This shall be electrically driven, compact preferably horizontal air receiver mounted.
The compressor shall have sufficient piston displacement and operating pressure to
suit the duty requirement of the arch breaker. Compressed air will be supplied at
pressure of approximately 7 kg/sq.cm. The compressor shall be complete with
pressure gauge, safety valve, pressure switch, non- return valve, air piping/hoses for
connection to arch breaker, drives etc. The operation of Air compressor to charge the
arch breaker shall be from the control room. Required piping network and other
accessories for supply of air to air cannons from the compressor shall form part of
supply. The air compressors shall be installed in a separate compressor house.
Proper lifting tackles shall be provided in the compressor room for lifting of heavy
masses during maintenance. The operation of the compressor to charge the Arch
Breaker shall be from the main control room only.
67
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Sufficient numbers of temperature sensors shall be embedded in silo inside walls at three levels
to detect any local heating and to give a warning in the loading control room and at the main
control room. In the event of overheating being detected, the system will provide audible and
visual warning to enable the loading supervisor or control room operator to take preventive action
before a major fire occurs. The system shall have battery back up to operate even in the event of
power shut down or failure and be of proven type for similar duty application.
At the silo bottom, there shall be eight number of openings for discharge of coal into two
number of pre- weigh hoppers. Each opening will be fitted with two number of gates, one
maintenance gate below which one Silo discharge gate. Below Silo there shall be two pre-
weigh hoppers. For discharging coal into each pre-weigh hopper, Silo opening shall be fitted
with four (4) quick acting hydraulically operated guillotine type double blade knife edged Silo
discharge gates and four (4) number of hydraulically operated maintenance gates. The gates
shall preferably be mounted on rollers for easy movement. The gate support system shall be of
sturdy construction and designed to take impact during quick discharging operation. The gates
while opening shall discharge coal into the pre-weigh hopper. Altogether below silo for
discharging coal into two pre-weigh hoppers there shall be total 8 number of silo discharge
gates and 8 number of Maintenance gates.
The operation cylinders shall also be provided with positioners to provide a reduced feed rate at
near balanced condition at the end of the operation to achieve a precise cut off at the desired
weight. The complete loading of pre-weigh hopper shall be completed in approximately 15 sec
at an average total discharge rate of 15,600 TPH from all the fourgates.
As the loading of pre-weigh hopper up to the pre-set quantity is complete, the silo outlet gates
will close. The silo outlet gates shall automatically repeat operation (i.e. quickly close and open)
to clear any trapped material between gates.
5.4.6 PRE-WEIGHHOPPER
There shall be two (2) pre-weigh hoppers, installed at the bottom of the Silo each having 100
Te. (Minimum) capacity. The pre weigh hopper shall be of mild steel construction and designed
to take shock and impact loads during filling and discharging operation.
The inside of the pre-weigh hoppers shall be lined with 10mm thick stainless steel liners of
409M grade. The slopping sides of the hopper shall be 72 degree or as per the requirements for
free flowing of coal and lined with 409M grade stainless steel liner. The hopper shall have large
gate area to ensure maximum discharge rate for clearing of the weigh bin on each operation
cycle and matching with the train speed and size of the individual unit train bottom discharge
wagons.
The pre-weigh hoppers shall be supported on high quality strain gauge dual bridge load cell
assemblies forming into a weigh bridge system with twin connectors.
The load cells shall have an overload protection of at least 150% or more of rated capacity and
68
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
structurally safe to 300% of rated capacity. The load cells shall be housed in temperature control
shrouded complete with insulation. They shall have all necessary assembly, hardware for smooth
operation of the loading system. There shall also be an arrangement for setting the weight in pre-
weigh hopper from 60 to 100te.
i) For testing and calibrating the pre weigh hopper system, test weights (minimum 20
te) shall be supplied with the system. These test weights shall be approved by the
Weights and Measures Department.
ii) The test weights may be integral with the weigh system and shall provide for easy
calibration of the weigh system in shortest possible time after each rake loading.
iii) The pre-weigh hopper system shall be capable of loading coal for each wagon to
an accuracy of ± 300kg of the set point for loading of wagons or better.
iv) The weigh bridge for the pre-weigh hopper system shall have check rods and
brackets of suitable design as per requirement.
5.4.7 TELESCOPICCHUTE
The telescopic chute arrangement with bottom discharge gate should have
nominal 1525 mm x 1525 mm opening and have the following specific
features:
i) The chute shall move both horizontally and vertically.
ii) In the event of power failure, the telescopic chute shall rise to the full up position.
iii) The telescopic chute shall move from load out position to parking position by traversing
across for passing locomotive.
iv) Chutes wall shall be constructed of 10 mm (minimum) mild steel plate with abrasion
resistant liner plates of suitable thickness plug welded.
v) Chute and discharge gate shall be electrically and hydraulically interlocked.
vi) Necessary arrangement shall be provided to give automatic retraction of chute if contact
with forward moving wagon or locomotive ismade.
vii) The chute shall have breakaway section such that in the event of a roll back by the
locomotive or a wagon and the chute not retracting in time, the shear bolts would be cut
and the lower gate section will merely drop into the wagon safely without any damage to
other parts of the chute system.
viii) A breakaway section shall be provided at the lower most section of the chute so that any
wagon hitting this section will crush it without causing any other damage to the chute. This
crushable section will be replaceable. The lowermost edge of this section will be profiled
suitably to work as a profiler for the coal heap in the wagons. It will create a smooth well
designed profile of the upper surface of the coal heap in the wagons in order to minimize
chances of any spillage or erosion of coal from the wagons.
ix) The chute shall be actuated by heavy-duty hydraulic cylinder.
x) The entire telescopic chute arrangement shall be made in such a way that it enable the
69
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
movement of electric loco under the silo for loading of rake with the help of electric engine,
however loading may be done with the help of diesel engine so long the electrification of
railway line is not done. The required unwired zone of electric traction should not be more
than 6.5 m including all clearance as per requirements of Indian Railways for adoption of
swing OHE.
5.4.8 HYDRAULICSYSTEM
Two hydraulic systems shall be supplied for operation of the silo outlet gates, the flood
loading gates and the telescopic chute system. The system shall be identical to maximize
reliability and inter-changeability. The rating of all hydraulic equipment /component shall
be well above the duty for which it is required and shall be suitable for operation in tropical
climate and dusty atmosphere.
Each of the hydraulic system shall have its own power pack and each power pack shall
incorporate dual hydraulic pump (which will provide immediate back up in the event of
pump failure) with electric motor, fluid supply tank fitted with necessary pressure and
control equipment, filters, gauges, pipe/ high pressure hose work etc.
Each of the 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 apertures for sludge
removal shall be incorporated. All pipes returning fluid to the tank shall terminate at a level
sufficiently below the fluid surface to prevent aeration. Each suction pipe shall be fitted
with a high efficiency filter positioned well below the fluid surface to prevent vortex
formation. Preferably the pump may be provided with positive suction head by elevating
the tanks above the pumps. The tank shall be equipped with the following gauges etc:-
a) Sight glass giving clear visual indication of fluid level
b) Low fluid level device with visual and audible alarms.
c) Temperature sensing device with visual and audible alarms.
d) Pressure gauges.
All hydraulic pipe/hose work shall follow the shortest practicable route in neat, straight
runs, readily accessible for maintenance yet sited in a position which presents least risk of
mechanical damage. Pipe work in unavoidable exposed position shall be effectively
protected and all pipe work shall be adequately supported. Electric motor shall be squirrel
cage induction motor suitable for 415 V ± 10%.
Each of the hydraulic system shall also incorporate back up protection in the form of
hydraulic accumulator, so that in the event of power failure, or pressure failure closing of
the gates can be achieved. The accumulator shall have sufficient capacity for a normal
open /close of silo outlet emergency or flood loading gate. The accumulator system shall
also include necessary hydraulic/ electric control with audio visual alarms. Hydraulic
accumulator control should have pressure release valve to be controlled from console.
PROJECT DIVISION
These shall be of suitable bore and stroke double acting cylinders with cushioned ends.
Hydraulic seals shall be suitably selected to prevent ingress of dust and moisture and to
provide for longer life.
5.4.9 DUSTCONTROL
The loading rate at this zone being tremendously high, it will generate lot of dust. Suitable
flexible dust cover may be provided between the silo outlet gates and pre-weigh hopper for
air vent without release of dust. If required, the coal dust may be extracted before
discharge of air into the atmosphere.
A sufficient number of precision and anti-clog nozzles made of stainless steel shall be
fitted at suitable places at the loading point for suppression of dust during loading
operation. The nozzles shall provide high pressure atomised sprays of water or/water
mixed with suppressant for effective suppression of coal dust.
The dust suppression system shall be so interlocked that it operates only when the loading
operation is on. The suppression system shall be complete with necessary piping, pumps,
fittings and fixtures etc. The system may be part of the total dust suppression system as
per scope of this tender with one standby pump. The pumps shall be connected to main
water supply pipeline.
Necessary Monorail Electric hoist and Chain Pulley blocks of adequate capacity at suitable
points shall be provided in respective floors and on silo top and intermediate floors of
sampler house for hoisting and lowering of equipment/components.
In addition to provision of hydrants at silo loading complex, an additional hydrant pipe shall
be laid from ground level to the top of silo. This pipe shall be connected to a
circumferentially laid pipe at silo top with two outlets to flood the silo inside in case of fire in
stored coal. The control valve of this pipe shall be at groundlevel.
5.4.12 CONTROLSYSTEM
Control equipment for weighing and loading system for the silo (one for each loading
system) will be HMI based and shall comprise of the following:
The loading system will be a computer controlled HMI based operator attended automatic
weighing and loading system with weighing accuracy within ±0.05% and loading accuracy
within ±300kg of the set load for each wagon. The loading system will feature three modes
of attended operation: automatic, semi-automatic and manual. The wagons will be moved
71
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
by means of a diesel engine or electric engine at a speed of 0.8 to 1.0 kmph while they are
being loaded. Track logic system will be provided on the rail lines to identify the rail
wagons and send signal to the central processing unit for operating the chute. During the
period when there is no wagon loading, the pre-weigh hopper will be filled in.
Control logics and associated I/O modules will be provided in the main HMI based Loadout
PLC Control Cabinet to operate all load out I/O, including load out gates, hydraulic power
unit and load out chute. This unit will interface with the load out application software. This
system will communicate the silo level signal to the PLC of the reclaim system of the
associated bunker i.e. the plough feeders and silo loading system to enable proper control
and coordination of the loading system with the reclaim system.
The automatic/semi-automatic system for flood loading will be microprocessor based. It
will include weigh sensing elements with associated power supply amplifier, HMI based
loading control console with LED display unit, key board and printer. In addition, it will give
the operator a visual indication of what is happening during loading operation. Provision
shall also be kept to indicate the details of loading in the Central control room of theCHP.
The load cell excitation and amplification of output signals shall be done by a precision
power supply amplifier filter/isolator, analogue to digital converter automatic zero circuit
and test circuits and the converter output shall be fed to the weight display console/printer.
Care will be taken to properly earth, shield and guard the installation to eliminate errors
which might be introduced by thermal effect, such as direct sun light or instrumentation
causing hot spots and electrical supply interference. The CPU forms heart of the silo
loading system by accepting information and data upon which it can act. Data will be
accepted from:
i) Track logic
ii) Load cells
iii) Hydraulic circuits for gate and chuteoperation.
iv) Photo sensors etc.
The CPU will be microprocessor based and work on HMI system of monitoring and
control. It will provide real time control so that wagons being drawn under the loading
outlets are loaded while specified criteria are maintained. It will also provide the status
information on loading and alarm information in case of any adverse condition, to the
operation staff.
A display of adverse condition, together with audible alarm to draw operator's attention, is
made under the following events.
PROJECT DIVISION
5.4.12.2 Printout
The set-up of the system, as above, having been successfully carried out, will instruct the
printer to head up the print outwith:
In the event that an adverse condition is found during the initial checks, the VDU will
display the cause of the malfunction.
73
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.5.1 GENERALREQUIREMENT
The industrial duty lift will serve the various levels at ground, different working floor
levels of the Bunker & at Silo and any other levels as may be felt necessarily during
detail engineering stage for efficient plant maintenance and operation. The lift will
have the following operating parameters as per IS.
The lift shall be of sheet steel (16 SWG MS Sheet) construction with 5 mm thick
heavy duty chequered floor and automatic stainless steel doors and shall be complete
with UP/DOWN arrows at all landings and with semi-dual (with/ without attendant)
operation position indicator and battery operated alarm belt, necessary switches,
brakes, push button, limit switches, safety gears etc. The design, supply and
installation shall conform to the relevant Indian Standards and Codes of Practices.
The machine room shall be located at the top of the lift shaft and the lift shall travel
from ground to Silo/Bunker top floor with landing at intermediate floors as required
and designed, constructed and installed in accordance with the latest version of the
following standards:
74
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Besides the above, other internationally acceptable Standards, which ensure equal and higher
performance & safety than those specified above, shall also be acceptable.
Indian Electricity Act 2003, Indian Electricity Rules 1956. Lift installation, operation and
maintenance should be carried out in conformity with lift acts and rules in force.
Conformity with Fire/Indian standard Specifications/ Regulations. The installations shall be carried
out in conformity with local fire regulations and rules in force. All materials, fittings, appliances etc.
used in electrical installations shall conform to Indian Standard Specifications.
75
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
i) ARD is to be provided with battery back-up. The Automatic Rescue Device should
operate automatically without any human intervention within a period of one
minute, when the running lift suddenly stops due to power failure or system failure
of the lift.
ii) It should move the halted lift slowly and safely in upward or downward direction to
reach the nearest floor/landing door and then to open the door automatically as
well as to park the lift there with door open enabling the trapped passengers toexit.
iii) Whenever the Power supply resumes during the running of the lift in ARD mode
operation the lift should continue to run in the ARD mode until it reaches the
nearest landing and the door are fullyopened.
iv) If the normal power supply resumes when the lift is at the landing, it should
automatically be switched over to the normal power operation mode.
v) All the safety devices of the lift should remain active during the ARD mode
operation.
vi) The device should have batteries for power back-up during the period of power
failures. The back-up time should be enough to provide at least 6(six) rescue
operations within a period of 1(one) hour. Sealed maintenance free batteries
should be used.
5.5.4 SAFETY
76
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
ii) Electronic door detectorsystem:
The car shall be equipped with an electronic door sensor which can detect an
obstruction at the car entrances and control the closing of the doors. This prevents
the passenger, wheeled stretcher and wheeled chair from getting bumped by the
closing doors and relieves the user from holding down the OPEN button. The
sensor shall scan for any object across the full height of the car entrance. The
doors shall reverse immediately if the sensor detects any obstruction at the car
entrances. The lift will not move up or down unless the doors are closed
completely.
5.5.5 CAR
The car shall be enclosed on all sides by means of car body with center opening
sliding type door sliding horizontally and consisting of two panels with vision panel
opening from the center and so inter connected that they move simultaneously with
provision of power operated device for opening and closing of doors. The enclosure
shall be of sufficient strength to withstand thrust forces. The sides of car shall be lined
with heavy gauge sheet panels properly braced and reinforced. The enclosure shall
be flushed on the inside and securely fastened to the platform. The roof shall be
covered with sheet metal. The construction of roof should be strong enough to be
capable of supporting at least two persons. The car shall be equipped with fan with
grills and suitable lighting complete with fittings and shall be provided with separate
switches for fan and light. Provision shall be made for car door electrical contact,
electrical and mechanical interlock, electro mechanical lock, emergency stop push
button, floor selector and floor stoppingswitch.
The hoist way doors shall be horizontally center opening steel sliding door with wide
vision panel at each landing of dimension matching with cardoor.
Hangers and tracks for car door and each hoist way door shall be furnished. Suitable
material shall be used to minimize noise. Rollers or equal arrangement shall be
provided to take upward thrust of the doors. All required materials for landing
entrance shall be provided.
The car door and the hoist way door shall open automatically when the car stops at
landing. In case of power failure, the door operations shall be so designed that it can
be opened manually from inside the car. The hoist way door shall not open
automatically before the car reaches at landing level.
77
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
operation, protection and control of the lift shall be provided.
The lift shall be suitable for automatic operation by a momentary pressure of a button
such that the lift car is set in motion and caused to stop automatically at any required
landing.
The lift operation shall conform to the following requirements:
c) The push buttons, one for upward movement and the other for
downward movement, at each terminal landing shall be provided in
order to call thecar.
e) Push button shall be fixed in the car for holding the doors open for
any length of time.
Provision shall be made for safety gear, terminal slow down switch,
terminal stopping switch-normal, terminal stopping device-final etc.
In the car, there shall be an operating panel containing push buttons, elevations of the
landings served; two-position key-operated switch, marked to indicate “with attendant”
and “without attendant”; an emergency stop switch; a buzzer; an emergency call
button connected to a bell to serve as an emergency signal;; push button or switches
for lighting and fan; other push buttons; switches, etc. as required.
5.5.6.2 Indicator
The lift shall be provided with position indicator and call indicators inside the lift car to
show the position of the lift car with reference to the floor numbers and the landing
from which the call is being received. Up and down travel direction and position
indicating signals shall be provided on each landing for the lift. Various indicators shall
be of standard construction.
5.5.7 TERMINALBUFFERS
The terminal buffers shall be provided for stopping the car and the counter-weight at
the extreme ends of travel. Buffer support channels required to install the buffers shall
also be supplied.
5.5.8 LOADPLATE
A load plate giving rated payload of the lift shall be fitted in the car in a conspicuous
78
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
position. The rated load shall be given in kilograms and also in number of persons.
Car and counter-weight guides shall be of rigid steel and shall be continuous
throughout the entire lengths and shall be provided with adequate steel bracings and
stiffeners. Guides for both car and counter- weight shall meet with the requirements of
IS:14665 (current). Necessary lubrication device for guide rail shall be provided.
Normal Terminal Limit Switch shall be provided to slowdown and stop the car
automatically at terminal landings and final limit switches shall be provided to
automatically cut-off the power and apply the brake, to stop the car travel beyond the
terminal landings.
The design ambient temperature for the equipment shall be taken as 50ºC. The
insulation shall be Class ‘E’. Necessary brakes shall be provided in the traction
machine. Protective devices shall be provided on the controller to protect against
phase reversal, low voltage and phase failure. Overload and other protective relays
shall also be provided.
Drive shall be AC Variable voltage, variable frequency (VVVF) with closed loop.
The lift shall be driven by a squirrel cage TEFC induction motor to IP 55 protection
and suitable for 120 Starts/hr. Motor and all electricals should have a dust proof
sealing arrangement.
The kW rating of main drive motor shall be selected keeping a minimum margin of
15% over maximum power requirement.
The operation shall be Simplex Full collective control with/without attendant.
5.5.12 ACCESSORIES
All other accessories like switches, fuses, contactors, cables, etc. shall be provided as
per requirement.
79
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Coal sample shall be collected uniformly and automatically from the reclaim belt
conveyors (D9 & D10) of the overhead bunker for quality analysis of the coal being
dispatched. The sampling system shall consists of
Primary sample cutters shall be fitted suitably above the reclaim belt conveyors (D9 &
D10) of the overhead bunker.
The sample cutter shall be fabricated with MS plates and lined with abrasion resistant
stainless steel liner (SS 409). 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 above the reclaim belt conveyors. 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 be
suitably curved. 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. Radial travel type cutter paths through
the stream are not allowed. 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.
80
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
There shall be belt feeder conveyors of suitable size to collect coal samples from the
sample discharge chute and then convey to the 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,
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. The belt conveyors shall be
designed as per IS 4776 (Part-1)current.
The crushed product shall be fed to the secondary sampling machine. 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 secondary sampler drive shall be designed to take representative sample of the
crusher discharge. It shall operate through the coal stream in a manner similar to the
primary sampler. Sampler cutter speeds shall not exceed 0.6 m/sec. The minimum
number of increments shall be six times the number of primary increments. The
sampler drive may be hydraulic or mechanical. The sample cutter shall move through
the whole stream at right angles to the flow. Accrual and slot type feeders are not
acceptable.
The sample crusher module shall be designed to reduce the (-) 100 mm size coal to (-
) 3 mm size without loss of fines as well as moisture. The crusher shall be of single
stage and of proven make and type.
This shall be self-contained, dust and moisture tight and be of modular construction.
The sampler shall be complete in all respects with M.S. housing, inspection door,
drive as required. The cutter shall be made of stainless steel and shall be fixed
position under a moving steelhopper
81
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
with stainless steel liners. The sample cutter shall have adjustable cutter lips. The
cutter opening shall be completely sealed to prevent contamination when the hopper
is parked.
The cutter opening for fine coal shall not be less than 30 mm. Size of sample and
number of increment will be as per the relevant standard followed for design of the
sampling system.
This shall be a 8 (eight) station rotary sample collector. 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. The sample collector will be installed just above the ground level for ease of
removing the filled in bottles and putting the empty bottles in its place. However, the
chuting from the secondary sampler to the sample collector will have to be properly
designed so that jamming inside the chute is prevented and there is some cascading
provision to prevent falling of the coal sample with very high speed into the bottles.
Capacity of each collector shall not be less than 25 kgs. One spare set of bottles (8
nos.) will also be provided.
The rejected coal from the sampling system shall be fed back to the conveyor system
through an elevator. The elevator shall be complete with drive, motor, reduction gear-
box, head and boot pulley etc. and shall be totally enclosed. Discharge of reject on
the conveyor shall be through a proper covered system to avoid any spillage or
escape of coal dust at the dischargepoint.
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 to avoid
built up material. All chutes shall be sealed to prevent dust loss.
The sampling system shall be provided with electrical control system with timers etc.
for automatic start and stop.
The sampling system shall be inter-locked to the feeder conveyors. The electrical
system shall be complete with motor control centre, relay panel control, console with
graphic display and other auxiliary equipment as per latest internationalpractices.
82
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Smooth and infinitely variable control of the discharge wheel speed will be provided
by a hydraulic drive system. The prime mover will be a single speed non reversing,
flame proof/explosion proof induction motor. Maintenance free safety facilities will be
provided against overload, jammed arms, etc. Speed of the discharge wheel will be
capable of remote manual control as well as manual adjustment at local panel.
PROJECT DIVISION
The machine will also be capable of operating on 1% sloping travel rail. Each
machine will travel for the full length of the bunker.
5.7.9 Lubrication
All gear assemblies will be filled with commercial quality oil and the hydraulic system
with hydraulic oil of best quality. Other parts needing lubrication will be provided with
centralized lubrication system.
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 conditions
prevailing at the site.
84
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
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 apertures for
sludge removal shall be incorporated. All components internal to the tank shall be
easily accessible to facilitate cleaning and maintenance.
All pipes returning fluid to the tank shall terminate at a level sufficiently below the fluid
surface to prevent aeration. Suction pipe shall be fitted with a highly efficient filter
positioned well below the fluid surface to prevent vortex formation. Preferably the
pump may be provided with positive suction head by elevating the tanks above the
pumps. The piping system shall be completed with shut off valves, valves, flow control
valves & flow dividers as necessary. The tank shall be equipped with the following
gauges:
· Sight glass giving clear visual indication of fluidlevel.
· Low fluid level device with visual and audiblealarms.
· Temperature sensing device with visual and audiblealarms.
· Pressure gauges
· Breather assemblies.
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, and 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.
85
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.7.14.1 General
Electrical equipment will be suitable for operation at 415 V/ 6.6 kV (as per
requirement), 3-phase, 50Hz.
5.7.14.2 Motors
The motors fitted to each plough feeder will be all suitable for operation on 415 V/ 6.6
kV (as per requirement), 3-Phase, 50 Hz, supply with variation of ±5% on voltage and
±3% on frequency.
The motors will be of flameproof construction and tested to IS 2148 (current) and
class of insulation will be ‘F’ conforming to IS 1271 (current).
86
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Manual operation will be accomplished by the use of a local panel. The enclosure will
have the following operational controls and other emergent conditions requiring
urgent attention.
5.7.14.8 Switches
i) Travel Drive: On/OFF
ii) Travel Drive: Left/Right
iii) Panel : Local
5.7.14.10 Instruments
i) Ammeter for discharge wheeldrive.
ii) Speed indicator.
iii) Speed selectordial.
It will also be possible to perform all the functions remotely from the coal
handling plant control room.
5.7.14.11.2 Cables
The flexible copper cables of adequate size will be supplied in sufficient quantity to
cater for the machine travel distance of bunker section plus maintenance bay.
87
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
88
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.8 HOISTS
5.8.1 ELECTRIC HOISTS
These will be mono block type suitable for system requirement. These will be fitted on
rollers travelling on suitable I –section.
The units will have two motions, one for lifting and lowering and the other for
traversing forward and backward on I-section.
This device will be floor operated and will be placed over the overhead structures so
that it covers the whole floor.
The capacity (min. 1.25 times the weight of heaviest items to be handled), lifting
height, traversing distance, lifting speed and other technical parameters will be
selected to suit the system designs. The supply will include the complete unit
including power supply, controls and structuralsetc.
The gear unit will consist of helical gear pinion. The gear unit provided shall be of
reliable & maintenance free type. There will 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 will be of fabricated steel construction having very high tensile
strength. The drum should be provided with smooth machine-cut grooves. Fan cooled
rotor brake motor conforming to international standards will be provided for the hoist.
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 also include complete unit
including power supply and structural travelling monorailportion.
5.8.1.1 Mechanical
The hoist shall be provided with a robust and compact gear boxes. The gears shall
be EN8/EN9 and pinions of EN19/EN24 and made from precision hobbed gear
cutting machine. The gear shall be fitted on solid pinion shaft rotating on Roller
bearings of ample rating. The gear shall be combinations of Spur/helical type. Hoist
gear box shall be oil filled and the travel gear box grease filled type. Oil filled gear
box shall be fitted with oil level indicator, breatheretc.
The wire rope shall be of steel core, 6 x 37 construction, galvanized as per IS-
2266(Current). The size of wire rope used for hoisting operation shall meet the
requirements of lifting of required weight with relevant factor of safety as per
89
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
standards.
The rope drum shall be designed and machined as per Standard IS: 3538(Current).
Proper rope guides shall be provided for proper rope receiving on the drum. The rope
drum shall be manufactured from mild steel plates of suitable thickness. The drum
shall be provided with smooth grooves for winding of rope. The drum dia. shall be as
per relevant Indian Standards.
The material shall be drop forged and mounted on the thrust roll bearings and heavy
cross-head trunnions. The bottom block is enclosed safety type and guards against
the rope jamming in normal usage. The sheaves shall be carried on suitable sealed
or shield antifriction bearings. The hook shall be plain shank type. The Hook shall be
proof load tested quality as per IS: 3815(Current).
5.8.1.2 Electrical
5.8.1.2.1 Motor
Hoists shall incorporate IEC frame size, squirrel cage induction motor, suitable for
operation on 415V, 3phase, 50 Hz, AC power supply. Motor is TEFC, rated at 40%
CDF, 150 Starts/ hr. and are of reputed make. Hoist motors shall be foot mounted
type while the traverse motors will be of flange mounted. Hoist motors shall be
coupled to the gear box through a flexible gear coupling.
5.8.1.2.2 Brakes
AC operated electro-magnetic fail safe type brakes rated as per IS: 3938 (Current)
shall be fitted. The hoist brake shall be from reputed make.
The hoist shall be suitable to operate by means of pendant push-button station. The
control circuit voltage shall be 24 V. The control panel shall be fitted on the hoist.
The switch gears shall consist of heavy duty Electro-magnetic over load relays,
HRC fuses and step-down transformer. Wiring and terminal blocks shall be
provided with properly numbered ferrules as per the circuitdiagram.
Four button type, plastic molded, reputed make, standard shall be used. The
weight of the pendant push-button station shall be supported and independently
90
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Two nos. snap action limit switches to prevent over-hoisting and over- lowering
shall be provided. Similarly limit switches shall be provided to avoid over
traversing. The hoist shall be painted with two coats of Red- oxide primer and
then with one coat of enamel paint. The hoist shall be suitably packed in a strong
wooden case.
The effort required at pulling chain will not be more than 25 kg at full load and speed.
The hanging structures will have an outside projection for easy handling of material.
The supply will include complete chain pulley block with hanging structure.
All hoists and hoisting systems will be load tested to the relevant Indian Standards
before use and test certificates provided.
Necessary approval of the statutory authority will also be arranged by the bidder.
91
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.9 CHUTES,LINERS
5.9.1 GENERAL
All the transfer chutes will have a sloping angle of 550. The chutes will be
constructed in such a way that no off center loading on the belt takes place and
material is fed in the direction of the motion of belt. The chutes will be fabricated from
10 mm thick MS Plates by electric welding as per relevant IS Code of practices.
These will be provided with necessary stiffeners and brackets for supporting from the
adjacent structures.
The high impact zone (primary impact) of the chute, where material directly impacts
from discharge pulley, shall be provided with abrasion resistant steel (having BHN
500) impregnated rubber liner with steel backing plate. At secondary impact zone,
the liner provided shall be rubber liner with steel backing. In general, all the rubber
liners shall be steel-backed. For the flow zone (at the mouth of the discharge chutes),
ceramic embedded rubber liner of minimum 25mm thickness shall be provided to
enhance flow rate.
The minimum thickness of the rubber liner at high impact zone and secondary impact
zone will be 80mm & 60mm respectively with shore hardness of 68 ± 50 Shore A.
The liner plate will be high pressure moulded to ensure uniform curing of thick
sections. For all impact areas, the liner plates will be of standard size and
replaceable plate wise for ease of maintenance. For non-impact areas, where only
fine particles of coal are supposed to fall should be lined with rubber liner with steel
backing of 40mm thickness.
The liners will be fastened with a flexible system to minimize instantaneous impact
and hence reduce the wear rate. The fastening system will be either through bolting
or stud welded bolting for quick installation. For all impact areas the bolt heads will
be protected by a rubber plug.
The liners are meant to be used in the chutes which may have to handle crushed
coal lumps up to 200 mm in size. The other parameters like speed, capacity, height
of fall etc. can be seen in data sheet of conveyors and drawings. The crushed coal
may contain sandstone and shale up to 30%. During the rainy season the material
will have considerable moisture. The working atmosphere will be dusty, temperature
will range between 4°C and 50°C and relative humidity up to 100%. The liners shall
be designed keeping in view all the above parameters.
Care shall be taken so that the trajectory of coal coming from the belt does not
impinge excessively on the side of the chute. Chute block switches shall be provided
in all chutes.
5.9.2 DUTYCONDITION
ROM crushed coal of the given characteristics are required to be conveyed 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
92
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
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 of handling of one year coal production
(Mty). The working atmosphere may be dusty and surface temperature up to 500 C.
The relative humidity may be up to 100%. Care shall be taken so that the trajectory of
coal coming from the belt does not impinge excessively on the side of the chute.
Design and manufacture of the chutes & liners shall conform to relevant Indian
Standards or in their absence with equivalent International standards as applicable.
5.9.4 HARDWARE
All bolts, nuts, washers, CSK bolts will be of high quality, only unlock nuts with
adequately thick washers will be used, for jointing subassemblies. All hardware shall
be procured from reputed suppliers and test certificates shall be submitted. No
testing will be done on theseitems.
• 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, co-efficient of friction between coal and liners etc. shall be
made. In any case, chute angles shall not be less than 500C.
• Discharge velocity and direction of flow of the material from the chute shall match to
the extent possible to the speed and direction of the receiving conveyor to minimize
drag and spillage of material at the transferpoints.
93
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
• Chutes shall be designed in such a way that the material by and large is not
discharged on the impact idlers of the conveyor. The loading shall be at least 100 to
200 mm away from the preceding impact idler of the belt conveyor to avoid any
damage to the belt. The material shall be discharged centrally on the conveyor or
equipment.
• Chute design shall be in co-ordination with the design of dust suppression system
which are also within the scope of thistender.
• The design of chutes shall not allow any dust to escape from the transfer points while
it is working in conjunction with dust suppressionsystem.
• The chutes shall have proper brackets for fastening the same with structures.
• The skirt boards of the conveyor at transfer/loading point shall be with 20mm thick
polymer liners.
• Leather/belt flaps of bolted type shall be provided near the place where the material
enters the chute to avoid any dustnuisance.
• Chutes shall be designed in such a way that belt cleaners/scrappers can be installed
and replaced easily without need for dismantling thechutes.
• Each chute shall be divided into sub-assemblies for ease of transport, assembly,
handling, erection, replacement of liners etc. Sub-assemblies shall be connected to
each other through flanges by bolts and nuts. The bolts shall not be less than
M12size.
• Each sub-assembly shall be made up of basically two types of chute plates, tray type
and plate type.
• The chute plates shall be joined by continuous welds and flanges of the angles shall
be joined together by intermittent welding of min. 6mm fillet, 50mm long leaving gaps
of max. 100mm ensuring that welding starts from the ends. However, if the design
94
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
95
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.10.2 DUTYCONDITION
96
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.10.3 CONSTRUCTIONALFEATURES
In general, the equipment should be robust in nature and have inherent design
features so as to give satisfactory performance in adverse loading conditions also. The
belt weigher will be microprocessor based electronic type. It will be complete with all
accessories required for its successful operation in the stipulated duty condition. It will
inter-alia have the following specific features.
Sufficient care should be taken in the fabrication and alignment of the weighing frame,
which is to be supported using anti-friction ball bearing linkages, leverages etc. so as
to facilitate a smooth movement of the weighing frame in vertical plane. It will have
strain gauge type load cell/ pendulum resistance type load sensing and speed sensing
device of proper design to ensure satisfactory result.
This forms the interface between the sensors and the control console. It incorporates
the necessary multiplier integrator for the generation of speed signal and conversion of
load signal into weight signal. The information about the speed of the conveyor is
obtained from the speed- sensing device which is directly proportional to the belt
travel. Since the control console in the case of electronic weighers 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. This is however,
not applicable in the case of mechanical weighers.
5.10.3.4 Totaliser
This is a real time integrator. Sufficient care should be taken in designing of integrating
element and the time function generator since the long term accuracy of the
equipment depends upon the quality of the integrating element and the stability of the
time function generator. This performs the function of totalising the quantity of material
passed through it during a particular period of time, and the same can be recorded
and numerically displayed.
97
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
the original condition. The provision of this system should be elaborated in detail. The
weigher shall be provided with a test chain for calibration. The range of weighment
should be from 20% to 120% of rated capacity of respective conveyorbelt.
98
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The equipment shall be installed across the 1800mm wide conveyor as shown in the
coal flow diagram. The equipment shall have sufficient capacity to lift pieces of (a) Iron /
Ferrous material of weight up to 50kg with L/D not exceeding 5 (b) MS cube of 20mm
size (c) MS plate of 250x250x10 mm size (d) shovel/ surface miner teeth and spikes of
carbon steel and (e) MS nuts and bolts, even while the same may be hidden under the
coal bed on the conveyor. This shall be located before the tramp metal detector. Inline
magnetic separator (suspended type) shall be provided for continuous and automatic
extraction and discharge of tramp magnetic pieces from coal being discharged from
conveyor as specified. The sets shall be complete in all respects with drives, magnets,
hoppers, chutes, tramp-iron boxes and all electrical ancillaries like control panelsetc.
In general the equipment shall have all necessary technical features for its efficient and
successful operation. It shall be complete with all accessories and facilities including,
magnet coil, rectifier set, control panel along with supporting chain and power supply
system. The equipment shall be self-cleaning type. A suitable arrangement shall be
made to discharge the trapped iron pieces.
Magnetic core material shall be pure annealed iron or equivalent high permeability
magnetic material. The coil shall be of aluminium wire class-H insulation, to limit the
absolute temperature of the winding to 1400C.
A minimum force index of 100,000 (product of flux density in gauss and rate of change
of gauss) and a flux density of 1000 gauss shall be available at the lowest location (in
hot running condition) in coal thickness all through the width of coal bed from where
steel pieces are to be picked. Gauss visa distance curves of the magnet shall be
submitted for CMPDI approval.
The cross section of magnet shall be suitably designed to provide sufficient area for
magnetizing the coil effectively covering full cross section of the discharged material.
The in-line magnetic separator shall be located such that it picks up tramp iron from
coal trajectory after it has been discharge from the head pulley.
99
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The tramp magnetic piece picked up by the magnetic separator shall be discharged
suitably to ensure that it falls into the tramp iron chute, which shall be provided up to
ground level for discharge into a tyre-mounted trolley to facilitate disposal at designated
place.
The chute work in the magnetic zone of the magnet shall be of nonmagnetic stainless
steel.
The magnetic separator units shall be supported by suitable structural member from
the top by taking support from the steel beams with turn buckle arrangement to
facilitate the necessary adjustments during operation.
ON/ OFF control push button with indicating lamps shall be provided at the local
station.
Suitable arrangement shall be provided in the magnet for keeping the coil of the
magnet dry from atmospheric condensation when the magnetic separator is not inuse.
The equipment design and construction shall comply with relevant IS or in its absence
with equivalent international standard and up to date engineering practice.
100
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The objective is to suppress the dust particles at dust generation point by spraying
plain water in atomized condition to create mist/fog for accelerating the process of
dust settlement transfer points, Silo top for accelerating the process of dust
settlement. The Tenderer may visit the site and get acquainted with the site conditions
and offer a system which can create an environment as stipulated in the notification
on "National Ambient quantity standards" issued by "Central pollution Board".
5.12.2 General
Coal from quarry will be dumped into the hoppers of truck receiving stations by truck
and transported to the Silo through series of conveyors. The successful tenderer /
successful bidder 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/fog of mixed water on coal at the designated points like transfer chutes,
wagon loading point etc. and any other strategic points.
To eliminate dust at dust generating points dust suppression (High Pressure Mist
type/ High Pressure Fog type) has been envisaged as given in the following table.
101
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
scale formation in pipe lines. The nozzle shall be of stainless steel which can
withstand orifice wear due to high pressure. Flow rate of nozzles shall be at sufficiently
high pressure to suit the requirement of fogging/misting. Provision to control the
quantity of fog/mist shall be made. Suitable nozzle will be selected to achieve mist
formation for effective dust suppression in truck receiving hoppers. System shall be
equipped with on/off/auto switches. The system should be suitable to work with the
available plain Industrial water received from main reservoir of Project.
Wherever there are two streams of conveyors DS system will be designed
considering simultaneous operation of both streams of conveyors.
iii) Stainless Steel Pipes, water filters, valves, nozzles, auto control etc. as per
requirement.
iv) The level in the dust suppression sump will be automatically controlled by the level
controller provided with the sump. Suitable nozzles will be installed at different
locations to achieve the required misty/foggy atmosphere formation.
102
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.13.1 INTRODUCTION
Coal handling plant broadly consists of coal receiving pit, conveyor system, storage &
reclamation, Silo with rapid loading system etc.
Various firefighting system shall be provided to protect the Coal Handling plant from
fire hazards. The design and installation of the system shall comply with the
regulations of the Tariff Advisory Committee (TAC) of India/ National Fire Protection
Association (NFPA), USA Codes.
The various firefighting systems & facilities and the areas protected thereby shall be
as under:-
iii) Mobile/ portable fire : Truck receiving stations, Bunker, Silo, Conveyors,
extinguishers Sampling house, Substations, CHP office, Pump
house
iv) CO2 System : Cable Vault
v) Fire Detection : Truck receiving stations, Bunker, Silo, Conveyors,
Sampling house, Substations, CHP office,
Pump house
The hydrant system shall consist of a large network of pipes both underground and
over-ground which feed pressurized water obtained from fire water pumps to a
number of indoor and outdoor hydrant valves Pipe network shall be laid inside the
plant to cover all the areas by closed
loops around the protected area.
103
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The hydrant main remains pressurized at a pressure not less than 7 kg/cm2. In the
event of a fire, the hydrants close to the seat of fire open, causing a drop in water
pressure in the hydrant main which brings the hydrant pump into operation
automatically, ensuring steady supply of water to the system. If the main pump fails to
start initially, the standby pump comes into operation automatically. However, the
pumps can only be stopped manually after ascertaining that the fire is extinguished.
Total hydrants required and all the provisions shall be estimated as per TAC
recommendations. Proposed locations of hydrants shall be shown in table and
drawing.
The MVWS system mainly consists of fire water pumps, fire water reservoir, pipe
network, valves, nozzles & accessories and detection systems. Pipe network shall be
laid to cover all the areas by closed loops around the protected area. Medium velocity
water spray system will come into action on its own without manual intervention. In
the event of fire in the premises the detection system shall give signal to Main fire
control panel which in turn shall actuate the MVWS system.
Various types of portable and mobile fire extinguishers shall be provided at strategic
locations in the Coal Handling Plant for fire protection.
5.13.4 SPECIALREQUIREMENTS
The total water requirement of the hydrant system shall be met by suitable capacity
pumps in accordance with the stipulations of the Fire Protection Manual of TAC
considering the coal handling plant as an ordinary hazard occupancy. The pump head
shall be so selected that a minimum running pressure of 3.5 kg/cm2 at a discharge
head equivalent to half the aggregate pumping capacity is available at the
hydraulically remotest hydrant point and a running pressure of 3.5 kg/cm2 shall be
available at a remote hydrant point.
Water for the hydrant system shall be handled by two pumps, one driven by an
electric motor and the other driven by diesel engine. The pumps shall be horizontal
centrifugal type, drawing water from the fire water sump.
Pumps both in the high pressure hydrant and water spray systems shall be suitable
for parallel operation.
104
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Hose houses shall be located at strategic places, each covering a group of external
hydrants. Each hose house shall have sufficient number of 15 m hoses, a branch pipe
and nozzles in accordance with TAC/NFPA regulations.
Fog nozzles shall be used for spraying atomized hydrant water on electrical fires in a
discontinuous fog jet to avoid electrical shocks.
Air release valves shall be provided at the highest points of coal receiving areas, sub-
stations, bunker and the Silo complex.
5.13.4.2 The hydrant system shall be kept pressurized by jockey pump of suitable capacity to
make up small system leakage and maintain pressure in hydrant and
sprinklersystem.
Jockey pump shall cut in approximately at 0.35 kg/cm2 drop and cut out at normal
system pressure. Fire pumps shall be arranged to cut in approximately at 1 kg/cm2
drop and cut out manually at churnpressure.
5.13.5 ACCESSORIES
All the accessories required for successful and smooth operation of pumping system
shall be supplied along with the pumps.
Major accessories are mentioned below:
• Pressure gauges conforming to IS:3624(Current).
• Cast iron sluice valves, conforming to IS:14846(Current).
• Cast iron non-return valves conforming to current relevantIS.
• Foot valves with strainers conforming to IS:4038(Current).
• Primary tank with necessary accessories i.e. pipes and valvesetc.
5.13.6.1 Pipes
105
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.13.6.2 Fittings
The piping system shall have the requisite quantities of the following bends and
other fittings.
• 900bends
• 450bends
• Other angular bends.
• Rubber gaskets for above all flangedtees
• Sluice valves
• Air valves etc.
The valves shall be manufactured from gunmetal as per relevant Indian standard
specifications. The hydrant valves are fitted with flanged inlet connections for 150
mm dia. pipes and 63 mm female instantaneous outlet connections with blank cap
and chain. Hydrant valves shall be of double outlet type. Suitable stuffing boxes
shall be provided in the hydrant valve. The distance between two adjacent valves
shall not be more than 45 mts. apart additional hydrant valves shall be provided if
required, as per system requirement. The pipes and hydrant valves along the
conveyors shall be installed on the ground separately with their supports.
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.
106
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Gun metal branch pipes with nozzles shall be conforming to relevant standards of
firefighting system. Same shall be suitable for 63 mm dia firehoses.
To fight fires where water can’t 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.
These shall be round bottom, fire bucket made out of 24 gauge M.S. sheet,
galvanised 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 detection and alarm system shall detect initial stages of a fire and generate an
alarm so that proper fire fighting measures can be taken either automatically or
manually. For any fire condition, there would be either smoke or heat from the very
onset of fire condition. In this system smoke and heat or fire detectors shall be
employed at strategic locations to sense smoke, heat or flame. These detectors
shall be connected to a central panel through interconnecting cables. The central
panel shall monitor the actuation of detectors and generate audiovisual alarms
through hooters, lamps, etc. to alert fire fighting personnel so that early action
towards fire fighting can be initiated.
The Fire detection and alarm system shall monitor round the clock any potential fire
condition and generate appropriate alarms. Such a system shall be installed in the
sub-stations, conveyor gantry, bunkers, RRLOS, etc. in CHP.
107
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Controller) with necessary controls and signal indications have been envisaged to
annunciate a fire alarm. These panels shall receive the electric signal from the fire /
heat / smoke detectors, Linear Heat Sensing Cables (LHSC), Infra-red type fire and
heat detectors, Manual Call Points (MCP) etc. and convert it into visual and audible
alarm and also incorporate a facility to provide an alarm at a remote location. Area
under protection shall be divided into loops depending upon the number of detectors,
Manual Call Points, different type of interfacing modules etc. and each detector shall
be addressable type having unique address to pinpoint the exact location of fire. The
detectors for each loop shall be connected to the control panel by a separate pair of 2-
core cable, thus separating the visual indication for eachloop.
The fire alarm panels / loop controllers shall be located at places where attendant shall
be available round the clock.
Fire alarm panel (Loop Controller) shall have the following features:
- Full digital communication with all Analogue/Digitaldevices
- Communication loop capable of operating on approved NECwiring.
- An integral alarm relay
- Detection of exact location of each intelligent device. Provision shall be made to use
Lap top personnel Computer to display the intelligent devices map and their
interconnected circuit diagram.
- All system programming permanently stored in EEPROM ensuring that no
programming is lost during momentary powerloss.
- A minimum of five level of supervisions:
Device location
Unexpected device add/delete
Missing device address
Changes in the physical wiring circuit
Changes in the device type/personalities
- Automatic day/night sensitivity setting of individual detectors or group of detectors
- The ability to retrieve the following specific information from each analogue
microprocessor device:
Device serial number
Device address
Device type and personality code
Date of manufacture
108
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
"routine maintenance required" message.
5.13.7.4 Detectors
109
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
zones. Once the zone of fire is identified, the deluge valve of that zone shall be
initiated automatically through controlmodule.
5.13.7.4.2 Detectors for fires involving electricalswitchgear
Following two types of detectors i.e. Micro Processor based analogue addressable
type Optical smoke Detectors & Multi-sensor Fire Detectors (Combined optical
smoke and heat detectors) have been envisaged for the following locations:
a) Drive Houses.
b) Substation buildings
c) Pump Houses
d) Other strategic locations
To enable a fire alarm to be raised promptly by any person notifying a fire outbreak,
manual Fire alarm system of single or dual action pull station that includes an
addressable interface with fire alarm control panel has been envisaged for
installation within the plant area at strategic locations. Since pull station is
addressable, the control panel shall display the exact location of the activated
manual station. The inter-lock shall enable automatic stopping of conveyor /
equipment / power supply system and starting of the fire alarm.
All the detectors generally hidden shall have external response indication located at
strategic/prominent location.
Electronic type of alarm hooters having appropriate range have been envisaged for
installation at strategic locations within the plant area.
5.13.8 POWERSUPPLY
The power supply to the fire alarm and annunciation system shall be made available
at 230 V, single-phase supply. The standby power supply from secondary batteries
has also been envisaged to meet the power requirement in the event of failure of
normal supply. Provision made for normal and standby power supply shall be such
that the switch over from one supply to another is automatic and each is capable of
supplying the largest load to be placed on them under normal fire and fault
110
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
condition.
The standby power supply shall be capable of maintaining the system in normal
operation for a period of not less than 8 hours and shall have the facility of
automatic charging and automatic load switch-over whenever normal mains supply
fails.
5.13.8.1 Cables
The cables required for inter-connection of all the equipment of the system shall be
of minimum 1.5 mm2 FRLS grade of suitable number of cores, Copper Conductor
and PVC insulated and armored.
5.13.8.2 INTERFACINGMODULES
b) Monitor Module
Monitor module shall be used for interfacing and monitoring the linear heat sensing
cables and IR detectors. Adequate numbers of monitor modules have been
envisaged for each conveyor.
c) Control Module
Micro-processor based Control relay module shall be used for interfacing with
control switches to be provided in the control system of the plant for control function
of all the major equipment of CHP and Electronic hooters. Arrangement shall be
made to stop the fire prone equipment of CHP by dovetailing the fire detection and
alarm annunciation system with the plant control system with the help of control
modules.
111
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.14 PLANT CLEANING SYSTEM
Suitable arrangements shall be made for cleaning of plant especially at the spillage
point with the help of water hydrants and vacuum cleaners in case of electrical
panels and plant equipment. Water and compressed air pipe line network along with
connection/tapping points with control valves at suitable intervals shall be provided in
the receiving pit floors, transfer and drive houses, conveyor galleries (at maximum
interval of 50 m), sub- stations etc. for pressure cleaning of chute floors, walkways
etc. Proper drainage arrangement shall be made all along the plant so that water or
slush accumulation is avoided. At every probable spillage point suitable arrangement
shall be made for a mechanised cleaning. Debris chute shall be provided for
discharge of effluents from upper floors.
The effluent shall be discharged into a suitable location / ETP by drainage or through
pumps, pipes, etc. These shall be served by portable compressors as envisaged in
the bid document.
To handle discharge from plant effluent and floor washings of the plant area, suitable
drainage system will be provided. These will be located at required locations. Plant
effluents will discharge through open drains or pipes into the existing pond for further
treatment so that all residues and solids remaining in the water are within permissible
limits before the same is discharged into nearby nallas.
112
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.15 SUMP PUMP
Sump pump will be provided complete with drives, control system, pipes, valves etc.
The pumps will be non-clogging type and will automatically stop and start at specified
low and high levels of water in the drain pits respectively.
The pump will be slurry pump of minimum 50 m head and discharge 10 LPS with
stainless steel impellors. The pumps should be also to draw water from specified
locations and should be able to pump in to the drainage system of the project or plant.
The pumps should be capable of handling slurry mixed with coal particles up to
max.15 mm size.
The casing will be of abrasive resistant casting with BHN not less than
300. The pump casing will be submerged in the sump while the motor would be
placed on the floor above. However, a drawing showing the complete arrangement of
the system should be furnished.
The suitable size of inlet and outlet, type of foot valve strainer, heavy duty GI pipes,
hoses and other valves should beused.
All piping dealing the water for plant cleaning, fire fighting will be of heavy duty GI and
for dust suppression system it will be SS-304.
113
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The tank shall be covered with provision for regular inspection and cleaning.
Individual PVC overhead tanks of required capacity but not less than 2 cum capacity
shall be provided over sub-station (6 nos.), office, canteen and other service buildings as
per requirement. Necessary receiving and distribution piping and pumping arrangement
shall be covered in the scope of the tender. Adequate drinking points shall also be
provided at all drive houses, transfer points, tunnel, Receiving pit, etc. The distribution
system for drinking water shall be done as per requirement. The facility for drinking water
shall be provided at suitable points in offices, service buildings, etc. with all necessary
fittings and fixtures.
Drinking Water shall be provided at different location as indicated above and if required
water filtering arrangement shall be provided.
If any structural support is required for installation of PVC tanks same shall be in scope
of tenderer.
114
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Pressurized ventilation system shall be provided for all MCC rooms/ switch gear
rooms and hydro-pack rooms at loading point. The ventilation system incorporates
both the supply and exhaust of air system. The system will include suitable air filter
for supply of fresh air at desired location, air fan, exhaust air duct with grills etc. The
number of air changes per hour will be minimum 15.
The MCC / Switch room will be pressurised with the help of conditioned inlet air. The
air changes shall be made to control the temperature and humidity for proper
working of equipment and operating personnel. The system will also ensure
prevention of dust entry into the room.
Air required for pressurisation of MCC room shall be free of dust. For this, adequate
arrangements for cleaning, filtering and treatment of air to maintain the desired
humidity shall be included with scope of work. In case of Control and MCC rooms,
the sound level within the rooms should be kept below 60dB.
115
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.18.1 SCOPE
b) The motors shall comply with the latest version of IS 325 & IEC 34-1 except
where modified or extended by this specification and with the relevant parts
of standards mentioned in subsequent paragraphs.
c) Any material and component not specifically stated in this specification but
necessary for trouble free operation of the motor and its accessories
specified herein shall be deemed to be included.
5.18.2 RELEVANTSTANDARDS
116
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.18.4 RULES
The design and operational features of the equipment offered shall comply with
the requirements of the latest version of the Indian Electricity Rules and the
National Electricity Code.
5.18.5 DESIGN
5.18.5.1 Electrical
a) The motor shall be of continuous duty (S1) and rating type in accordance with
relevant code. The locked rotor torque and the break away torque as percentage
of full load torque and the locked rotor current as percentage of full load current
at rated voltage and the full load slip and power factor shall conform to the values
indicated under the heading technical parameters. The motor shall be capable of
giving high starting torque and rated output without reduction in life span. The
motor shall be suitable for DOLstarting.
117
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
b) The temperature measured over the surface of the motor shall not exceed 700 C
over the ambient air for the class of insulation B and 800 C for class F in
accordance with relevantcode.
d) The motor shall be designed to deliver rated output with the terminal voltage
differing from its rated value by not more than +/- 10%, frequency differing from
its rated value by not more than +/- 6% and any combination of these limited to+/-
10%.
e) The cage motor shall be capable of withstanding the forces associated with the
maximum in rush current, the locked rotor torque and the pull out torque at the
highest system voltage and at the upper limit of supply frequency duringstarting.
f) The cage motors shall be capable of starting with load at a terminal voltage of
80% of the ratedvoltage.
g) The motor shall be suitable for two cold starts in succession under the normal
loading condition i.e. when started with fully loaded driven equipment imposing
full starting torque under the supply voltage condition. The motor shall also be
suitable for 2 successive starts in hot conditionsalso.
h) The motor shall withstand for 15 seconds without stalling or abrupt change in
speed under gradual increase of torque upto 1.6 times its rated value, the voltage
and frequency being maintained at their rated value.
i) The accelerating torque at any speed with the lowest starting voltages shall be at
least 10% of rated full loadtorque.
j) The motor shall be able to run at 80% of rated voltage for a period of 5 minutes
without damage/injury towinding.
k) The motor shall not stall under a transient system voltage falling up to 70% of
rated voltage for a period of onesecond.
l) The locked rotor withstand time under hot condition at 110% of rated voltage
shall be more than the starting time with driven equipment fully loaded at
minimum permissible voltage by at least two seconds for 155% of accelerating
time whichever isgreater.
m) Pullout torque of motor shall not be less than 250% of full loadtorque.
118
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.18.5.2 Mechanical
a) The method of cooling shall be TEFC IC-0141 (or IC-411) for 415 V motors and HTmotors.
b) The enclosures for motor shall be IP55 design in accordance with relevant code.
c) The motor vibration shall confirm to the requirements in accordance with relevant code.
d) The motor noise level shall confirm to the requirements in accordance with relevant code.
5.18.6 CONSTRUCTIONALDETAILS
5.18.6.1 General
a) The motor and its components such as stator, rotor, end shield, terminal boxes
and the bearings shall be designed to be readily inter-changeable as integral
units for the same design andrating.
c) All heavy parts of the motors shall be provided with necessary lifting
arrangements.
a) The stator frames and end shields shall be rugged and made of cast iron
conforming to relevant code. Cast Aluminium body is not acceptable. The stator
frame shall have deep ribbed construction machined to ensure concentricity and
correct alignment for reliability and ease of maintenance. This shall be properly
annealed to eliminate any residual stresses introduced during the process of
fabrication.
b) The frame holding the stator core and windings must be strong and rigid to
withstand short circuit force and unbalanced magnetic pull and minimize
vibrations. The cover holding the frame shall be bolted to it and strong enough to
hold the bearings inposition.
All the motors shall be Totally Enclosed, Fan Cooled (TEFC-0141 or IC- 411) by a
lightweight cast aluminium fan of bi-directional design and very low inertia. The fan
shall be keyed to the shaft and protected by a cowl.
5.18.6.4 Enclosures
The enclosure shall be totally enclosed fan cooled with suitable means for breathing
and drainage. The enclosures shall be designed for IP54 protection as per Is-4691.
5.18.6.5 Stator
a) The stator core shall be built up of low loss high permeability steel laminations
119
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
assembled under pressure and rigidly secured by end plates and key rings to
reduce the core vibrations to theminimum.
b) The winding shall be of two layer type consisting of synthetic enameled copper
conductors in semi closedslots.
c) Insulation class/utilization class on DOL shall be class-F/B for 415V motors and
class-F for HT motors unless otherwise specified elsewhere in the document.
d) All winding insulations shall be non-hygroscopic and resistant to flame
propagation. All insulations shall be impregnated and suitably processed to
effectively seal them to prevent deterioration from adverse environmental
conditions at site. Care shall be taken in design of motor Insulation to minimize
failure of motors due to high switching surge voltage.
e) Stator windings shall be tight fit in theirslots.
f) All winding overhangs and leads shall be adequately supported braced and
blocked.
5.18.6.6 Rotor
5.18.6.7 Shaft
The shaft shall be manufactured from high grade steel, preferably C-40. Sustained deflection
of the shaft shall be well below 10% of the airgap.
5.18.6.8 Bearings
a) The bearings shall be of ball / roller type as per standard. The bearings shall be
designed to give a minimum life of 50,000 working hours at full load.
b) The bearings shall be designed to prevent ingress of dust and water and shall
be sealed against leakage of lubricant along theshaft.
c) The bearings housing shall be in accordance with the relevantcodes.
d) 415 V and 6.6 kV motors shall be greaselubricated.
e) Housing for the bearings shall be correctly packed with Lithium based grease or
120
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
any better quality at the time of assembly. Construction shall be such that the
bearings can be dismantled without risk ofdamage.
a) Terminal boxes integral with the stator frame shall be provided with terminals
for stator leads, space heaters and temperaturedetectors.
b) The cable boxes and termination arrangement shall be designed for easy
connection and replacement of cables. Leads from terminals to the windings
shall be adequately sized and braced to withstand the heating and forces
produced by maximum faultcurrent.
c) Terminals shall be suitable for receiving aluminium conductor PVC insulated,
single wire armouredcables.
d) Clearance between the lugs/bars/live parts of different phases and between
lugs/bars/live parts and earth shall be as indicated in paragraph ‘Technical
Parameters’. The terminal boxes shall be capable of withstanding a system
fault level as indicated in paragraph ‘Technical Parameters’. Terminal boxes
shall be suitable for top entry ofcables.
e) Marking of all terminal boxes shall be in accordance with relevant standards.
f) The terminal box shall be provided on RHS (if not specified elsewhere in the
document) as seen from the driveend.
g) Required number of cable glands shall beprovided
h) .The terminal boxes shall be of weather and vermin proof construction designed
for out-door service and to eliminate entry of dust and water. Gasket of
neoprene or approved equivalent material shall be provided at cover joints
between box and motorframe.
i) Terminals shall be of annealed copper and stud type with necessary plain
washers, nuts and check nuts. They shall be designed for ample phase to
ground clearance. Studs shall be so fixed to prevent their turning when nuts are
tightened down.
j) The terminal box shall be capable of being turned through 360 degree in steps
of 90degrees.
The rating plate shall indicate the parameters as indicated in the paragraph-
‘Rating plate’
121
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
ii) Motor external parts shall have undergone standard process ofrust proofing
comprising alkaline de-greasing, de-scaling in dilute sulphuric acid and shall
be painted with 2 coats of red-oxide and two coats of grey enamel paint or any
other approved colour to produce a neat and durable surface which would
prevent rusting and corrosion.
iii) Motor fan shall also be painted to withstand corrosion.
5.18.6.13 Mounting
a) Space heaters
i) Space heaters shall be provided for the HT motors. Heaters shall be suitable for
240 V single phases, 50 Hzsupply.
ii) The heaters shall be rated, located and insulated such that they prevent
moisture concentration on all parts inside the motor during idle condition but at
the same time, do not damage the motor components andfinish.
iii) The heaters shall be located inside the motor enclosure so as to facilitate easy
removal and replacement.
iv) The terminals of the space heaters shall be brought out on a separate terminal
box.
v) The space heaters should be automatically switched on when the motor is not
running and switched off as soon as the motor starts.
b) Temperature detectors
i) Temperature detectors shall be provided for HT motors.
ii) At least 6 nos. RTDs (Resistance Temperature Detector), two per phase, evenly
distributed around the stator, shall be embedded in the windings. These shall be
locked at locations where high temperatures are expected during operation.
iii) Two nos. shall be provided for motor bearings both at drive and non-drive ends.
iv) The insulation of RTDs and the leads shall be of the same class as the stator
winding insulation.
v) Associated solid state amplifier-cum-relay unit shall be supplied with motor mounted
inside the respective starter panel.
vi) The relay unit shall be suitable for 240 V, 50 Hz. Single phase supply.
PROJECT DIVISION
v) Motor weighing more than 25 kg shall be provided with eye bolts, lugs or other
means to facilitate lifting.
vi) The noise level of the motor shall be as per relevant IEC recommendations
and should not exceed the limiting value given therein.
vii) The motor shall be capable of withstanding for 15 seconds, without stalling or
abrupt change in speed (under gradual increase of torque), an excess torque
as per IS-325, the voltage and frequency being at the rated values.
viii) The motor shall normally be designed for mechanical braking arrangement
unless otherwise specifically mentioned.
ix) The motor shall be provided with arrangements for re-greasing the bearings
(unless otherwise specified).
The values of minimum full load speed, maximum full load current, minimum
pull out torque and minimum locked motor torque as percentage of full load
torque at rated voltage and frequency for duty type S1 shall be in accordance
with relevant code.
A rating plate stating the following information shall be supplied with each
motor:
a) Reference standard
b) Name of manufacturer
c) Manufacturer's number and frame reference
d) Type of duty
e) Class of insulation
f) Frequency in Hz
g) Number of phases
h) Rated output in kW
i) Rated voltage and winding connections
j) Current, approximate in amperes at rated output
k) Speeds in revolutions per minute, at rated output
l) Rotor (Secondary) voltage and winding connections
m) Rotor (Secondary) current in amperes at rated output
n) Ambient temperature
o) Enclosure Type
p) Phase sequence corresponding the direction of rotation
123
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
The following shall constitute the routine tests in accordance with relevant
standards:
After installation and commissioning at site, the motor along with the driven
equipment shall be subjected to tests to ascertain their conformity with
requirement of specification.
5.18.10 TECHNICALPARAMETERS
PROJECT DIVISION
14 Lubrication of bearings Lithium based grease for roller
and ball bearings
15 Mounting Horizontal foot
16 Type of rotor Squirrel cage
17 No. of poles As per requirement
18 Maximum value of slip 5 Percent
19 Mechanical output in kW As required
20 No. of phases Three
21 Minimum power factor at full load 0.85
22 Minimum efficiency at full load 90%
23 Maximum value of locked rotor 650%
current as percentage of full load
current
24 Minimum value of locked rotor 185%
torque as percentage of full load
torque
25 Minimum value of pull out torque 200%
as percentage of full load torque
26 Clearancebetween phases at As per standards
terminalbox
27 Clearance between phases to 60 mm for 6600V/
earth at terminal box 10 mm for 415 V
28 Fault withstand level for 35 MVA for 415V, 150MVA for 6.6
Terminal box kV
29 a) Particulars of Test requirement
Certificate for Type tests issued Required
by a test house of repute
conducted on one motor of alot
having specification identical to
this.
b) Certificate for Routine tests Required
issued by a test house of repute
conducted on each motor having
specification identical to this. The
certificate shall bear the serial
number of the motor identical to
that appearing on therating
plate.
125
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.19 SPECIFICATION FORTHREE PHASE STAR DELTA & DOL STARTERS FOR VOLTAGES
415 V/ 6.6kV
5.19.1 SCOPE
This specification covers requirements for three phase star delta or DOL starters for
motors which do not require plugging or inching operations.
The starters shall comply with the requirements of IS: 13947 Part 4 for 415 V motors
and IS: 12661 for HT motors except where modified or extended by the provisions of
this specification and with the relevant parts of standards mentioned in para other
relevant standards.
Any material and component not specifically stated in this specification but
necessary for trouble free operation of the equipment and the accessories specified
herein shall be deemed to be included.
126
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
IS:2705 Currenttransformers
127
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
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
5.19.5.1 General
a) The starter shall comprise
c) The cable entry box shall be suitable for PVCSWA cables with aluminium
conductors of required size
g) Two coats of primary and a final coat of paint shall be provided on the
enclosure
i) The voltage rating shall be same as that of the motor with which it will be
used.
j) The kW rating of the starter shall not be less than that of the motor, which it
128
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
controls and shall be of continuous duty
k) Suitable ammeter and voltmeter with red marks at appropriate full load
ratings.
5.19.5.2 Electrical
5.19.5.3 Mechanical
5.19.6 Performance
The starters of the DOL type shall switch off the motor if it fails to reach its full
speed within a starting period of 20 secs. Time setting will be adjustable so
that it can be set at a time less than 20 secs.
129
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
5.20 POWER, LIGHTING AND CONTROL CABLES
5.20.1 General Requirements
The following are broad requirement and shall be applicable to the power, lighting and
control 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.
5.20.2 Construction
415 volt power cable shall be of 1100 volt grade, stranded Aluminium conductor, fire
retarding type, XLPE insulated and PVC sheathed single layer armoured suitable for
solidly earthed neutral system.
Control cable shall be of 1100 Volt grade, copper conductor, fire retarding PVC
insulated and PVC sheathed, single layer armoured having a minimum size of 2.5
sqmm.
The individual cores of cable shall be identified by different coloured insulation. For
control cables having more than 4 cores, the core number shall be embossed on each
core.
De-rating factors for various conditions of installation including the following for all type
of cables shall be considered while choosing the conductor sizes:
a) Variation in ambient air temperature
b) Variation in ground temperature
c) Depth of laying
d) Soil resistively
e) Grouping of cables.
De-rating factors selected shall be based on factors recommended by reputed cable
manufacturers/ IS. The factors considered shall be clearly brought out in the offer. If it is
found that the de-rating factors considered are not adequate, the Bidder shall have to
revise his cable sizes at no extra cost to the customer satisfaction. The overall de-rating
factor shall not exceed 0.6 in any case.
130
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
CHAPTER-6
6.1.1Access Handrails, intermediate rails and toe-boards shall be fitted to all sloping
walkways and walkways from which a person is likely to fall a distance of more than 2 m.
on the side remote from the conveyors in addition to any handrail, which may be
required to guard the conveyor. The top rail shall normally be 1m above the level of the
walkways and stairways. With respect to the height of toe boards attention is drawn to
the requirement of legislation relevant to the application.
When the clearance underneath the conveyor is greater than 700 mm and less than 2
m. or where there is a danger of person falling into an open space shall be prevented
by suitably placed rails. Where access is allowed underneath the conveyor guarding
shall be provided.
6.1.2Guards shall be provided at all nip points where belts wrap around pulleys and at nip
points occurring at accessible carrying and return idlers at or near convex curves and at
other points where an upward movement of the belt may be restricted by means other
than the load (such as at loading points chutes and skirt plates). Guards shall either
prevent access to the nip point or extend at least 1m from it.
6.1.3Guards shall be provided at and totally enclose, rotating shafts and couplings, chains
and chain wheels, gears and power transmission belts and pulleys. Guards may be of
perforated or imperforated construction and shall be of adequate rigidity and strength for
the situation in which they are employed if of perforated construction, they shall comply
with the above requirements. If any openings are provided for the insertion of cleaning
bars they shall comply with the requirement of 6.1.4 & 6.1.5. If any openings are
provided for the insertion of cleaning bars they shall comply with the requirements of
6.1.5.
Guards shall be securely fixed in position and shall be capable of being removed and
replaced without dismantling any other part.
6.1.4Size of mesh or openings (other than for cleaning bars) and clearance:
Perforate guards may be manufactured from perforated sheet, expanded metal woven
wire, metal lattice or similar materials and the openings in such guards (other than for
the insertion of cleaning bars) and the minimum clearance between the guards and any
moving parts shall be in accordance with the requirements of table given below:
131
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
Slots not exceeding 30 mm wide and suitably reinforced may be provided in guards for
the insertion of bars for cleaning. The minimum distance between any moving part of
the conveyor and any part of the slot shall be 300mm.
6.1.6The whole conveyor path, especially the loading, unloading and transfer points shall be
designed to avoid spillage of conveyed material as much as possible. Zero spillage shall
be aimed in places where the conveyor path is passing over areas in the plant in which
personnel work.
6.1.8Safe Access: Provisions laid down in IS-7155 (current) shall be followed. The design of
galleries and tunnels shall be in accordance with civil scope of works. Sharp edges and
corners shall be avoided in the areas normally accessible to personnel between the floor
and a height of 2m.
6.1.9Audible signals shall be provided along the length of conveyors so that operator is able
to give adequate warning to personnel in the vicinity of conveyor installation, about
imminent starting of conveyorsystem.
6.1.11 Adequate lighting provision shall be provided in galleries and junction houses for
natural lighting. For night operations, the lighting arrangements shall conform to IS: 3646
(current): Code of Practice for interior illumination: Part 1 Principles of good lighting and
aspects of design IS: 3646 (current) ‘Code of Practice for interior illumination: Part3
calculation of co-efficient of utilization by the BZ method.
6.1.12 Adequate ventilation facilities shall be provided to protect men and equipment.
6.2.1 All controls shall be marked with the words appropriate to the function they control, such
as stop, start, forward, reverse, raise or lower. Arrows indicating the direction of travel
control shall be provided at all forward and reverse controls.
6.2.2 Location of Signs – Each stop control shall be readily accessible and shall be indicated
by a standard or uniform type signs erected in suitably conspicuous position and shall
have letters not less than 15 mm high.
6.2.3 For pull cord controls, signs shall be erected at suitably and clearly visible positions
along the length of the conveyor, or at any other location where pull cord is installed, at
intervals not greater than 50 m apart and labeled as conveyor stop.
6.3 SAFETYGUARDS
132
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
6.3.1 Guards shall be designed to prevent injury to persons and shall be provided at every
dangerous part of equipment normally accessible to personnel. They shall be designed
to form part of the equipment and shall not in themselves createhazards.
6.3.2 Guards shall be provided to prevent accidental contact by persons or parts of clothing
being caught in equipment. All guards shall comply fully with the requirements of the
relevant statutory authority.
6.3.3 All sheet metal guards shall be aluminum. All guards shall be painted safetyyellow.
6.3.4 Lifting handles or lugs shall be provided wherever required for the safe removal or
opening for guards.
6.3.5 The tops of coupling guards and brake guards shall be readily removable by hand by
one person without the use of tools.
6.3.6 It shall be possible to inspect brakes for adjustment, lining wear, etc. without prior
removal of brake guards being necessary.
6.3.7 Name plates, warning signs or other data affixed to drive components shall not be
obliterated or covered by parts of theguards.
6.3.8 Where removal of the guard is infrequent for inspection or maintenance purposes, it
shall be fixed in position so that it can not readily be removed without the use oftools.
6.3.9 Fixed guards shall be provided where the equipment can be serviced without the
removal of the guards. These shall be installed in a manner acceptable to the relevant
Statutory Authorities and shall be clearly labeled: “DANGER ISOLATE DRIVE BEFORE
REMOVING GUARD“.
6.3.10 Design and construction of guards, personnel reach dimensions and acceptable
distance between guards and danger points shall be as defined by relevant standards or
statutory requirements.
6.3.11 Where required for inspection or maintenance purposes, hinged inspection doors may
be provided in the guard, hinged in such a way that there will not be a tendency for the
door to be left in the openposition.
6.3.13 Guards with any dimensions in excess of 1800 mm shall be easily assembled in
component parts that do not exceed 60 kg mass. All component parts of the guard shall
interlock together to form a rigid and safeassembly.
6.3.14 Guards on conveyors shall be designed, manufactured and installed in accordance with
relevant Indian standard.
6.3.15 Solid sheet metal guards shall be provided for all fluid couplings which are provided with
133
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
fusible plugs. A catch tray having a capacity of at least 125% of the maximum fluid
capacity of the coupling shall be provided beneath the guard and coupling. Should guard
ventilation be necessary, this shall be provided on the opposite side to the fusibleplug.
Other sheet metal guards shall be provided with at least one mesh panel at the upper
part of the guard to allow ventilation and inspection of the guarded components.
Location of this panel shall not allow water drip or splash to enter the guard. V belt
guards shall have solid edges and mesh sides to ensure V belt ventilation.
6.4.1 Safety and identification signs shall be placed on all equipment, conveyors and work
areas. All signs shall be painted with luminous paint on 2.5 mm minimum of twosigns.
6.4.3 Conveyor shall also have signs to identify (These signs shall be located on both sides of
the conveyor)
a. Head location
b. Tail location
c. Take up mass intons
d. Drive number
e. Conveyor number at 20m intervals along theconveyor
a. Hearing protection
b. Warning that equipment may start without notice
c. High voltage
d. Eye protection
6.5.1 Sufficient space shall be provided for replacement of pulley by lifting it vertically above its
mounting. In case of constraint of headroom sufficient space shall be provided on the
non-driving side of the pulley so that the replacement of the pulley can be done from that
side of the pulley. In such case, minimum clear space shall be equal in the length of the
pulley over its shaft plus 500mm.
6.5.2 A minimum of 1500 mm clear space around drive mechanism shall be provided.
6.5.3 A suitable platform near expansion joint gallery for inspection and maintenance of
supporting rollers and connected parts.
134
HEAVY ENGINEERING CORPORATION LIMITED
PROJECT DIVISION
6.6.1 Hoisting equipment shall be used in activities such as replacement over haul of drive
pulleys, gear boxes, motors, etc. the mechanism shall be appropriate for handling
different heights.
6.6.2 At the tail end of the conveyors a suitable lifting beam shall be provided
6.6.3 Lifting beam shall be provided above the take-up pulley of vertical gravity take-up unit.
6.6.4 The individual weights of the take-up unit shall be easily replaceable by manual effort and
shall not weigh more than 50 kg each.
6.7.1 The methodology of replacement of belts in conveyor system shall vary for different
layouts. Sufficient space behind the tail end shall be provided so that the new belt can be
spread there suitably, if required. In place where spreading of belt would not be
necessary, provision for anchoring the stand (for keeping the roll of the belt) shall be
made. Roll stand shall be designed taking into consideration width of the belt, maximum
diameter of the roll and maximum weight of theroll.
6.7.2 Idlers and guide rollers shall be provided behind tail pulley, counter weights structure and
opening through which the new belt would enter the gallery to ensure smooth mounting
and minimising possibility of damage to the new belt.
6.7.3 The suspenders of the counter weights of the take up unit shall be located at a distance
not less than belt width plus 100mm.
6.8.1 The design of the bearing blocks and the side cover permit visual inspection of the
bearings.
6.8.3 Provision of suitable sweep chutes for disposal of fine dust from the floors shall be made.
135
930000.0 930000.0
2849000.0
2850000.0
2851000.0
2852000.0
2853000.0
2854000.0
2855000.0
2856000.0
2857000.0
2858000.0
2859000.0
2860000.0
2861000.0
2862000.0
WEST SECTION CENTRE SECTION EAST SECTION FAREAST SECTION
929000.0 929000.0
CISF BARRIER
PHASE II // // / /
//
/
// /
/
/
//
/
//
// /
// /
/ / / /
//
/ ///
//
// // // / /
/
//
//
// // /
//
/ /
//
/
//
// //
// /
//
// /
//
/ // //
//
// /
//
/////////
/
/ / //
//
/////////
// /
/ / / / / / / // /
//
/ / / / /
/
/
//
/ / / /
// /
/ //
/
/ /
//
9 / // / // //////
/
/ / / / / / / // / / / /
//
// /
SILO 1&2 SILO 3&4
/ / / / / / /
/
// // // //
//
/ /
///
//
///
//
//
//
//
/ /
/
///
// / / / / / / / /
//
//
//
//
/
/ /
/ //
///
//
/
//
//
/
// //
// /
///
/
/ / / / / / // / / / / / / /
/
/
/
//
//
///
/
/ ////////
//
/
// /
/
// /
//
/
/
/
/ / / / / / / /
/
// /
//
//
//
/
/
/
/ /
// /
// /
//
/
/
//////////
// /
//
//
//
//
//
//
/ / / / / / / / / /
//
//
/ /
//
/
//
//
58
/
//
/
//
/
// /
/
// /
//
/
9 /
//
//
//
//
//
//
//
/
//
//
/
/
// /
// // // // //
//
//
// /
//
//
/ / / / / / /
//
//
//
//
//////
///
//
//
/
/
//
// /
// /
//
//
/ / // ////
//
//
//
//
/ / / / / / /
/
//
/
//
// /
/
/
//
//
/ //
/
/
// /
/ /
//
// /
//
/
// /
//
//
/
/
/
//
//
//
// /
/
// /
//
//
//
/
//
///
//
//
//
/
// /
// /
//
// / /
//
//
/
//
//
/
/
///
///
//
/
// /
// /
/
//
/
/
///
/ /
/
///
//
//
//
/
CISF BARRIER ///
///
/
/
///
/ // /
//
// /
///
//
/
//
//
/
// /
// /
// /
/
/ // /
/
// /
// //
/ // /
///
/ //
/
/
// //
/
/ /
PF-5 / // /
// // /
// //
/ // //
// //
R-4 // // // // // /
// //
// // // / /////
/ / / / / /
/
///
/
// //
/ // /
/
///
/
// /
/ /
/
// /
/ // /
///
/
// /
/ /
PF-4 //
/
// /
//
/ /
/
///
// /
/
// /
/ / /
/ /
///
/
// /
///
PF-1 / /// / / / / / // // // / / / / /
/ /
/
// /
/
///
//
//
/ /
// /
//
/
/
// /
/ /
//
/ /
// //
///
//
//
// /
//
/
/
// /
/ / / / / / / / // / / / / / / / // /
//
//
/ /
//
/
/
// /
/
/ / /
// /
/
/
/
/ / / / / / / // // // // / / /
/ / / /
/
/
/
/
//
/
/ / / / / / / / / / / / / / / / / / / / / / / // / / / / / / / / / / / / // / / // / / / // // // // // // // // /
///
PF-3 / //
/
/
// /
/
/
//
/
/
/
//
/
/ //
/
///
//
// /
//
// /
//
/////////
//
/ /
//
/
/ / / / / / /
/
///
// /
/
/ / /
///
//
/// //
//
///
/
///
// //
//
/
/ /
/ /
/ //
///
/
///
//
/ / / / // // / /
///
/
// // //
/
//
/
// //
///
/
///
/
/// ////////////
/
// /
/ /
/ / / /// / / / / / / // // // // // // // /
//
////
/
///
//
/ / / / / / / / / /
//
/
/
// /
/
// /
/
//
/
/ / / / / / / / / / / // / / / / // // //
/
// //
/ // / /
//
/
/ / /
/
//
/ /
// // /
//
//
//
/
/
// /
// // /
/
/// // /
/
/
//
/
// /
//
// //
//
//
//
/ /
/ / / / / /
//
//
/ /
//
/
//
/
//
///
/
/ /
// //
// // /
/
// /
///
/
//
////////
//
/ / / / //
//
928000.0 928000.0
/ / / / /
//
/ /
//
/
/
// /
/ /
/
//
///
/ /
//
// / ///
//
//
// /
/
/
/
/ / //
/
/
// //
/
/////
/
// / // /
/ /
/
/ / ///
/
/ / / / /
// // // // /
/
/ // / // /
// //
/
/ //
// /
/ / /
/ / // / //
// /
/ // / ///
// /
/
/
//
/ / / / / / // // // //
/
////
/
// /
// /
C-5 ///
/ //
/ /
// // // // // //
// /
/
//
/
/
// //
/
//
/
// /
///
//
/ // / /
//
//
/
// // // /
//
///
/
/
///
// /
/
/// ///
/
/
// //
/
///
/ /
// // /
/
/ /
///
//
// / /
/
///
/ /
//
// // / / /
/
/
// /
// /
/ /
////
/ /
H // // // /
/ /
//
///
/
WATER
/
// /
/ / /
//////
/
30000 Te.GROUND BUNKER
// // /
/
///
//
/ / / /
/ /
///
/
// /
/ / / / / / // / /
/
///
// /
TANK / /
R-3
///
/
//
/
// /
///
/ /
/
// //
/
// /
/
/ /
// / /
///
/
// /
/ / / / / / // /
/
/ /
// //
// /
EXT.DUMPNO.6&7
///
// /
// //
/ /
/ //
/
///
// // //
/ /
/ /
/
//
///
EXT.DUMPNO.2,3,&4
//
/ / // / ////////
//
//
/ /
//
/ /
/
///
// // // / / /
//
//
//
// // /
//
//
/ / / / / / / /
//
//
//
5000 Te.GROUND BUNKER
///
//
// /
//
//
/ /
///
/ / / / / / /
//
/
/////// /
CISF BARRIER
///
//
//
/ // / / // // // // // // / / /
//
/
//
//
//
//
/
/
//
/
//
/
// /
///
// // /
//
//
//
//
/
//
//
//
//
// /
//
/
/ / /
/
/ / / /
/
///
/ / / / / / / / / / // // / /
//
/
/
/
//
//
//
//
//
/
//
// //
///
///
//
/
//
/ / /
//
/
/
///
///
/ /
// //
10000 Te.GROUND BUNKER
/
/
/
///
/
// /
// / / / / / / / / /
//
CISF BARRIER //
//
// //
/
/
/
/
/ / / / / //
//
/
// // /
/ /
// /
/
/
/ / / /
/
/
/ / /
/
/
/ / / / / /
// /
/
// / //////////
// // /
/
/
// /
/
/
//
//
/ /
/
/
// /
/////
/
/
// /
/ //
// / / / / / / / / / / / / //
/ / / / / / / /
/
/
/ / / / / / / / /
/
/ / / /
/
/
/ / /
///
/// /
/
C-3
// /
/
// /
/ /
/
/
F10
//
/ /
//
///
/ / /
///
/ /
// //
/
/
/
/
///
// //
//
/
// /
/
/ / / / / / /
/ /
X
// //
////////////////////////////
/
/
/ /
/
X
/
// /
///
XX
/ ///
/ / /
X X X
/////
/
//
// //
/ /
//
/
/ / /
//
// /
///
// X
/
// // / / / / / / //
/
/ / / / / / // / / / / / / / / / / / / / / /
/
//
// //
/
X
///
/
/
/ /
/
// / / / / / ///////
/
/
/ //
/ /
X
/
/
/ / / / / / / / / / / / / / / / / / / / / / / / / / // / / / / / / / / / / // //
/
//
/ / / /
/
///
/
/
X
/
/
///
/
/
X
/
//
/
/
/
/ / /
/ /
// //
/
R-1
//
/
/ /
///
/
/
/
///
/
X
/
X
/
/
////
/ / / / / / / / / / / / / / / /
/
WAY TO W/B 7 //
//
/
// //
/ /
////
/
// /
// /
C-4
/ /
//
/
330
/
X / //
//
/ / / / / / /
// /
/
X ///
/
/ / /
// //
/ /
/
///////
/
// // /
/ /
PHA
/
/ / / /
// /
//
// / / //////
/
/ // / / /
X // //
// //
///
/ / / / / / / / / / /
//
/ /
///
// X
// /
/
/ / / / / / / / / / / / / / /
/ / / // //
/ /
//
/
//
//
/ / / / ///// //////
/
//
/ /
//
//
X
// //
/
/
//
// /
/ // // /
/
//
/
/ /
/
/
//
//
// //
/ / // / /
0M.
/
X
/ /
//
SE
/ / / //
/
///
X
////
/
// //
/
// /
/ /
/
// // // /
//
/
//
/
//
/ / // //
//
/
//
/
/ /
/ /
//
//
/
/
/ //
/
X
// /
/ // // /
// //
///
/
/ // /
X // /
/
II
/
/
//
/
// //
// /
/
/
// //
//
/ /
//
/ /
//
/
////
//
//
/////
// //
/
/
// // / / / / / / / / / / / / / / / / / / / / / / / /
// /
/ /
//
///
/ /
/
EAST XDOZER SHED
///
// //
/ / / / / / /
/
/
//
/ /
// //
/
SUB STATION
//
/ / /
/
/ / /
///
///////
///
/
//
//
/
/ /
///
///
/ // / / /
/
/ //
/
X
//
//
/
/
//
/ // / / / / // // // /
//
/ / / / /
//
/ /
////// / /
/
// /
/ / / //
/
X
//
//
/ /
// /
// /
/ / / / / / //
/
//
/
// // /
//
///
/
/
/
/
/
/
/
/
/ /
/
//
//
//
/
///
///
///
X /
///
////
//
/
/ / /
//
//
/
/ //
/ / /
//
/ /
/////
//
///
///
//
// /
/
/
///
/ / /
/ / / / / / /
/////
/
//
// // /
//
/ / /
/ / / / /
///
//
/ / / // / // // // / / /
/
X
/
//
/ / /
///
///
//
X
///
/
//
/////////////// ///
/
/ / / / /
// /
//
/ /
//
// // //
//
//
///
/ /
//
/
/
/ / / / / / / / /
//
/
/
//
///
// // // /
//
//
/
// // /
///
///
/ /
//
// /
///
/ /
/
//
/
//
/ //
X ///
// /
///
/
///
// / // // //
//
// /
//
/
//
X
//
/ / / / /
// /
/
/ /
/ /
/
//
/ //
//
///
/ /
// // //
/
/
// /
//
//
/ /
/
// //
// //
//
///
/
// //
//
// / ///
///
/ /
/
//
//
// /
/ // // / / // // // // // // / /
///
//
/
// // // /
X
///
//
/
/
// //
/ /
/
/ /
/ / / ////////
/
// /
//
////////
// / X
/
/ //
// //
// /
// //
/ //
// // / ///
//
/
/
// /
// / / / / / / / / // // // // // / // / /
//
/ /
/
/
//
/
// /
/
//
/
///// // ///
//
/ / / / / / / / / /
/
//
// /
//
/
/ // /
// /
/ / /
X ///
///
// //
//
/ / //
/
// //
//// /
//
X
/ / / /
///// //
//
/ / / / / / / / // /
/
/ /
//
// /
// / / / /
/
//
/
/ // / / / / /
/
/
// /
// / / // / /
/////// ///
/
//
/ / / / /
// /
///
//
/ /
///
/
//
// /
// /
//
/ /
/
// / / / / / /
/ /
X X
/
//
///
/
/
///
/
// / / /
// /
/ / / / // // // // //
//
/
/
// /
/
/
/
//
//
// /
/
/
// /
/
/
// /
/ / /
/
/
// // /
/ /
/
/ / / /
///
/
/
//
/ / // / ///// ////
// //
X
/
// /
// / X
/
// //
// /
/
// /
/////
// / // // // // / / /
///////
/
///
//
/ /
/
/
// /
/
//
//
// /
// /
//
/ / / / // // //
//
EXT.DUMPNO.5
/
// /
/ / / / / / / / / /
// / /
/
X
//
/
// /
/
X
/
// /
// /
/ / /
/
//
// /
/
/ / / /
715
//
/
IR 1
/
/
//
/
/
X
/ / // // //
/ /
///
///
/
/ IR 2
//
//
/
/ /
/ / / / / / / / / / / / / / / / / / / / / / / / / // // / / / /
/
///
//
///
// X
/ / /
/
///
// / X
//
/
/
// /
/
//
/
/ /// //
/
/ / / /
/
// /
//
///// ///// // / /
/
/////////
// /
BUNKER //
/ /
//
/
/
//
///
/
// /
/
// /
X
/
/
/
X
///
/
/ / /
/
//
/
/ / / / / / / / // // // // // // // /
// //
/
/ / /
/
/ /
///
//
/ / / / / / //
/
// /
///
/
/ / / / / /
//
/ / / / /
///
// //
// //
/ /
X
/
X
////
// //
/ /
//
/ / / /
///
//
/ / / / / / /
// /
/
///
//
// // H / / / / / / / / / / // // // /
//
///
//
//
// //
/ / /
// /
//
//
/ /
/ //
/
/
// /
//
ROAD
/
// // /
// /
// / X
///
// //
/ /
/ /
/
//
///
/ /
/ / / /
/ /// ///
/
/ /
// //
/ / /
////
///
X
/ /
///
/ / /
/////
X
/
05.19
/
// /
//////// ///
/ / / / /
/////
// //
/ /
/
//
//
/ /
/ /
/ / /
/
///
X
/ / / / / / / / / / /
// /
/
/ /
+3
// //
/
/ /
//
///
/ /
/ X
/
//
/ ///
// /
/ /
//
/
/ / /
//
// /
/ / /
//
// /
/
/ /
//
/ /
//////
//
///
//
/
X
/
//
/ /
//
/ /
// /
X
///
EXT.DUMPNO.1(DU)
/ / / /////
/ /
/
X
///
/ / / /
/ /
///
/
X
// /
/ /
X
///
X
/ /
// /
X
/
/
//
// // /
X
INT.DUMPNO.1
/ /
/ /
///
/
X
// /
X
/ / / / / / // // / / / / / / /
/ /
//
/
/
// //
// //
/
X
///
// //
/ /
// //
// /
X
// //
// /
/ /
///
// // /
///
// //
//
X X
/
/ /
///
/ /
// //
//
////
///
// / /
/ /
X
// /
/ /
/
X
//
// /
/
// /
PHA
/ /
/
/
// /
///
///
X /// X
/
/ /
//
/
/ /
// / ///
/X
/ /
// /
/ / /
// // /
// X
/ / // // /
/
/
X
SE X X
// //
X
900 II X
// //
X
//
X
927000.0 927000.0
/
//
INT.DUMPNO.2&3
/
//
// /
X
F10
// / /
// //
X
//
/
///
/
X
// /
/
// /
// //
X
// /
/
INT.DUMPNO.4
//
/
// /
X
/
// /
// //
/
X
/ //
/ /
//
//
//
X
/
///
//
/ ///
80 X
/
L-3 X
///
X
/// /
// // /
/
WATER SHED
746
300M.
+3 02.17
AMRAKANAN
PHA
ANAND VATIKA
SE
II
EAST
SUB STATION
X E4
X E3
X
W-4 604 E5 PHASE
X
X
X
X
WEST E2
E1
II
X
W-3 TRS
X
600
X
X W-5 CRUSHER CENTER
X
X
X
INT.DUMPNO.8
X W-2
50 X
M. X
X W-1
926000.0139.00 X 926000.0
X
X
X
X
X X
X
X X
X
F1 XX XX X X
X X
X
X
X
X
X
X
X
X
X
X
X
X
X X
X X
X X
X
X
X
X X
X
F4 0 X X
0
X X
X X
X 105 X
XX
X X
X
X X X
X
X X
X X
X X
X
XX
X X X
X X X X
X X X
X
X X
X
X
X X X X X
X X
SRAIPALI
VILLAGE 0 X
X
KRISHNA X
X X X X X
GANESH X X X X
F2 F1
X
X X X
X
X X X
X
X
40 40
X
X X X X X X
X X X X
X
X X X X X X X
F5 X X
X X
X
X OUT SOURCING NO VII
X
X
CENTER L.K. STONE INITIAL
X X X
X
PARTHA X
50
X
X
X X
F3 X X
X X
X
X
X X
X
X XX X X
X
X X
X
F2
X
925000.0 . 925000.0
20M 0
F3
X
X
O&K 165
X
X X
X
X
80M.
F4
924000.0
2854000.0
2849000.0
2850000.0
2851000.0
2852000.0
2853000.0
2857000.0
2858000.0
2859000.0
2861000.0
2862000.0
2855000.0
2856000.0
923000.0
136
9
9 58
900
80
746
604
TRS
600
137
Magnetic
Separator
TRUCK RECEIVING HOPPER
5x 500 t. Cap.
Fixed
Tripper
Tripper conveyors
Rail top
CONVEYOR DETAIL
S.No. CONV. WIDTH in mm LENGTH in m. POWER IN Kw.
9 D9/D10 1800 585 4x500 7 Truck receiving steel hopper 5x500t 2 Sets
10 D11/D12 1800 58 1x200 8 Belt weigher for 1800mm belt 4500 tph. 4 Nos.
138
211.86
205.36
200.50
197.2
600000
35000
15000
4500
8000 8000 8000 8000 8000
8000
6000
8000
15000
35000
2250
139
DH-A1/B1
1
TH-A1/B
X Existing TH-2 X X X
4500
4500
Conv.A2
Conv.A1
CL of Tail Pulley X X X X
of Conv. D5/D6
PLAN
140
DH/TH D5/D6
CL of Discharge Pulley of Conv. D5/D6
RL. 353.89
Skirt
RL. 323.89
CL of Tail Pulley
of Conv. D7/D8
CL of discharge Pulley
of Conv. A1/B1
CL of Tail Pulley
Tail Pulley TH D5/D6 of Conv. D7/D8
of Conv. D5/D6
Head Pulley
of Conv. D5/D6
141
X
TH-D5/D6
285000
CL of Discharge Pulley of Conv. D5/D6
Z X X
153000(Approx. Tripper Travel )
RL. 353.89 X CL of Head Pulley
350.7
Conv.D7/D8 of Conv. D7/D8
RL. 349.89 Skirt
RL. 345.0 (T.O.S.)
X
X BUNKER 35,000 te. CAP. 333.0 X
Conv.D9/D10
7500
RL. 324.2
RL. 323.89 FL. 323.0
Elect. hoist
Maintenance floor for plough feeder
CL of Tail Pulley
of Conv. D7/D8
101000 15000 171000 15000 X
58000
Z
585000
ELEVATION
9000
CL of Head Pulley
of Conv. D5/D6
40000
Conv.D7
6000
Conv.D6
800 1100
Maintenance Maintenance
bay bay
40000
101000 15000
171000 15000 55500 18000
CL of Tail Pulley 600
CL of Head Pulley
of Conv. D7/D8 CL of Tail Pulley
of Conv. D9/D10
of Conv. D7/D8 585000
12
ley conv. D11/D
CL. Drive pul
285000
14000
12600
142