central coalfields limited purchase · pdf file · 2017-07-05installation &...

25
CENTRAL COALFIELDS LIMITED (A Subsidiary of Coal India Limited) PURCHASE DEPARTMENT Darbhanga House: Ranchi 834 001 (Jharkhand) India (PBX) 2361687/ 2361694 GM(MM) 2360716/ 2360257 Fax (91)(0651) 2360198, E-Mail # [email protected] Website http: // ccl.gov.in SUPPLY ORDER BY REGD.POST No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016 Item Category Firm Category Vendor Code Tender Category E&M EQPT. PSU 1/23/M/P/001 Open Domestic Tender (ODT) To, M/s. Andhra Pradesh Heavy Machinery & Engineering Ltd., Kondapalli,Distt. Krishna Andhra Pradesh – 521 228 E-mail: [email protected] FAX: 0866-2871350 Sub: Supply of Belt Conveyor (without PVC belting) for NK Area of CCL. Ref: (i) Adv. No. 66/2014-15, Tender SI No.278 (ii) This office Tender No. CCL/MM/CM (P-IV)/Belt Conveyor/Retender/2/1332015 in two cover/ two bid system, Part-A opened on 26.03.2015 (Tender id No. 2015_CCL_8209_1). (iii) Your online offer through the portal of www.coalindiatenders.gov.in against the subject tender vide ref. No. APHMEL/MKTG/2015/1394& subsequent confirmations, the last being dt.01.08.2016. Dear Sir, Your above referred offer is hereby accepted for supply of the following stores on the terms & conditions noted hereunder:- 1. SCOPE OF SUPPLY: Contd…p/2 SI No. Material Code Description / Scope of supply Qty. Unit basic Price Extended Value (Nos.) Rs. Rs. 1 40535000000 Belt Conveyor, Width : 1000 mm, Length : 500 meters, Lift : 111 meters, Capacity : 600 TPH (rated), Drive : 2 X 150 KW, Dual Tandem Drive [TB1] including Information & Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project as per Annexures-I, II & III 1 17500000.00 1,75,00,000.00 2 40536000000 Belt Conveyor, Width : 1000 mm, Length : 1000 meters, Lift: 10 meters, Capacity : 600 TPH (rated), Drive : 2 X 75 KW, Dual Tandem Drive [TB2] including Information & Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG as per Annexures-I, II & III 1 19600000.00 1,96,00,000.00 3 40537000000 Belt Conveyor, Width : 1000 mm, Length : 1000 meters, Lift : 0 meters, Capacity : 600 TPH (rated), Drive : 2 X 75 KW, Dual Tandem Drive [TB3] including Information & Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project as per as per Annexures-I, II & III 1 19600000.00 1,96,00,000.00

Upload: vannhu

Post on 09-Mar-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

CENTRAL COALFIELDS LIMITED (A Subsidiary of Coal India Limited)

PURCHASE DEPARTMENT Darbhanga House: Ranchi 834 001 (Jharkhand) India (PBX) 2361687/ 2361694 GM(MM) 2360716/ 2360257 Fax (91)(0651) 2360198, E-Mail # [email protected]

Website http: // ccl.gov.in SUPPLY ORDER BY REGD.POST No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016

Item Category Firm Category Vendor Code Tender Category E&M EQPT. PSU 1/23/M/P/001 Open Domestic Tender (ODT)

To, M/s. Andhra Pradesh Heavy Machinery & Engineering Ltd., Kondapalli,Distt. Krishna Andhra Pradesh – 521 228 E-mail: [email protected] FAX: 0866-2871350 Sub: Supply of Belt Conveyor (without PVC belting) for NK Area of CCL. Ref: (i) Adv. No. 66/2014-15, Tender SI No.278 (ii) This office Tender No. CCL/MM/CM (P-IV)/Belt Conveyor/Retender/2/1332015 in two cover/ two bid system, Part-A opened on 26.03.2015 (Tender id No. 2015_CCL_8209_1). (iii) Your online offer through the portal of www.coalindiatenders.gov.in against the subject tender vide ref. No. APHMEL/MKTG/2015/1394& subsequent confirmations, the last being dt.01.08.2016. Dear Sir,

Your above referred offer is hereby accepted for supply of the following stores on the terms & conditions noted hereunder:- 1. SCOPE OF SUPPLY:

Contd…p/2

SI No.

Material Code

Description / Scope of supply Qty. Unit basic Price

Extended Value

(Nos.) Rs. Rs. 1 40535000000 Belt Conveyor, Width : 1000 mm,

Length : 500 meters, Lift : 111 meters, Capacity : 600 TPH (rated), Drive : 2 X

150 KW, Dual Tandem Drive [TB1] including Information & Drawing,

Erection / Assembly, Commissioning & Performance Testing and Training for

Churi-Benti UG Project as per Annexures-I, II & III

1 17500000.00 1,75,00,000.00

2 40536000000 Belt Conveyor, Width : 1000 mm, Length : 1000 meters, Lift: 10 meters,

Capacity : 600 TPH (rated), Drive : 2 X 75 KW, Dual Tandem Drive [TB2] including Information & Drawing,

Erection / Assembly, Commissioning & Performance Testing and Training for

Churi-Benti UG as per Annexures-I, II & III

1 19600000.00 1,96,00,000.00

3 40537000000 Belt Conveyor, Width : 1000 mm, Length : 1000 meters, Lift : 0 meters,

Capacity : 600 TPH (rated), Drive : 2 X 75 KW, Dual Tandem Drive [TB3] including Information & Drawing,

Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project as per as per

Annexures-I, II & III

1 19600000.00 1,96,00,000.00

: 2 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016

Contd…p/3

4 40538000000 Belt Conveyor, Width : 1000 mm, Length : 450 meters, Lift : 13 meters,

Capacity : 600 TPH (rated), Drive : 1 X 90 KW [TB4] including Information &

Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project

as per as per Annexures-I, II & III

1 12100000.00 1,21,00,000.00

5 40539000000 Belt Conveyor, Width : 1000 mm, Length : 700 meters, Lift : 10 meters,

Capacity : 600 TPH (rated), Drive : 1 X 110 KW [GB1] including Information

& Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project

as per as per Annexures-I, II & III

1 15800000.00 1,58,00,000.00

6 40540000000 Belt Conveyor, Width : 1000 mm, Length : 600 meters, Lift : 10 meters,

Capacity : 600 TPH (rated), Drive : 1 X 110 KW [GB2] including Information

& Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project

as per as per Annexures-I, II & III

1 14700000.00 1,47,00,000.00

7 40541000000 Belt Conveyor, Width : 1000 mm, Length : 600 meters, Lift : 10 meters,

Capacity : 600 TPH (rated), Drive : 1 X 110 KW [GB3] including Information

& Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project

as per as per Annexures-I, II & III

1 14700000.00 1,47,00,000.00

8 40542000000 Belt Conveyor, Width : 1000 mm, Length : 600 meters, Lift : 10 meters,

Capacity : 600 TPH (rated), Drive : 1 X 110 KW [GB4] including Information

& Drawing, Erection / Assembly, Commissioning & Performance Testing and Training for Churi-Benti UG Project

as per as per Annexures-I, II & III

1 14700000.00 1,47,00,000.00

Total Extended value for Belt Conveyors 12,87,00,000.00 9A 40543000000

(I) Two (02) sets of comprehensive tool kit, which shall include any special tools required for erection, commissioning and for the maintenance and repair of all the Equipment. The following special tools generally required for repair, maintenance & troubleshooting / testing of major subassemblies shall be provided in addition to any other special tools required for the offered equipment:(a) Filler gauge for checking of FLP paths of equipments. (b)Socket set with torque wrench of reputed make covering all sizes of high torque bolts. (c) Dial Indicator Gauge with Magnetic base. (d) Clamp type tong tester. (e) Digital multi-meter. (f) Electrical kits for opening and maintenance of electrical equipments. (g) Belt jointing machine (1200 mm) with hammer, chisel, hacksaw frame and other accessories etc. (h) Ball type hammer two (02) nos.

2 600000.00 12,00,000.00

: 3 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016

Make of the Belt Conveyors: APHEML. 2. Total Basic Order Value: Rs.13,27,68,500.00(Rupees ThirteenCroresTwenty Seven Lakhs Sixty Eight Thousand Five Hundred) only. The above price are firm and on FOR destination basis till the completion of the supplies of the entire ordered quantity. 3. Packing & Forwarding charges:Nil. 4. Freight & Insurance Charges: Nil. 5.Excise Duty:Shall be paid extra at legally applicable rates against documentary evidence on 1 to 8, 9A to 9C and 10A to 10B of the scope of supply. Present rate of ED is @12.50%.CENVAT credit as admissible will be availed by CCL. 6.Sales Tax: (I) Concessional Central Sales Tax is payable extra at legally applicable rates (on Extended Basic

value + ED) on 1 to 8, 9A to 9C and 10A to 10B of the scope of supply. Present Rate is @2% against Form-“C”.

(II) CST Form ‘C’ will be issued by the consignee. 7. Installation & Commissioning Charges: Payableextra @Rs.24,50,000/-, @Rs.27,44,000/-, @Rs.27,44,000/-, @Rs.16,94,000/-, @Rs.22,12,000/-, @20,58,000/-, @20,58,000/- & @Rs.20,58,000/- for Item SI Nos. 1, 2, 3, 4, 5, 6, 7 & 8 respectively. 8. Service Tax on Installation & Commissioning: Shall be paid extra @15% on Installation & Commissioning charges, against documentary evidence. CENVAT Credit as admissible will be availed by CCL. (NB: Any increase in taxes and duties beyond the stipulated delivery period will be to your account) 9. Delivery Schedule: Supply shall be completed within 05 (Five) months and Installation, Civil & Structural work, Erection & Commissioning to the next 05 (five) months from the date of receipt of order. You are requested for early delivery and installation, in view of urgency of our requirement. 10. Security Deposit:Exempted being Govt. Firm. 11. Performance Bank Guarantee: The successful tenderer will be required to deposit Performance Guarantee equivalent to 10% of the value of the awarded contract i.e. Rs. 1,73,07,260.00for 36 months from the date of successful commissioning of the

Contd…p/4

9B 40544000000 (II) First fill of all Oils, Grease and Lubricants needed for test and

commissioning of each equipment along with overload dashpot oil.

1 500000.00 5,00,000.00

9C 40545000000 (III) (a) All Filters & O-rings pertaining to all systems of equipment is required

for first 6000 working hours. (b) All filter elements along with O-rings/Gaskets pertaining to all the systems of equipment including

Idlers/Rollers/Pulley/Gear Box spares etc. required `with Spare Parts and

Consumables shall be delivered periodically and not less than twice

annually, throughout the balance period of twenty four (24) months of the total

guaranteed period of thirty six (36) months from the date of the Purchaser’s

Acceptance Certificate.

1 50000.00 50,000.00

Total Extended value for supplementary items 17,50,000.00

10A 40546000000 Spares & Consumables Required for 1st year of operation of equipment after expiry of Guarantee Period (as per

Annexure - IV)

1 711500.00 7,11,500.00

10B 40547000000 Spares & Consumables Required for 2nd year of operation of equipment after expiry of Guarantee Period (as per

Annexure - V)

1 1607000.00 16,07,000.00

Total Extended value for Spares & Consumables required for 1st& 2nd year of operation of equipment after expiry of Guarantee Period

23,18,500.00

Total 13,27,68,500.00

The detailed Technical Specifications / parameters will be as per Annexures I, II, III& all technical details / parameters of NIT

: 4 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016 equipment (along with accessories) in the form of irrevocable Bank Guarantee issued by any scheduled Bank in the prescribed format (as given in the NIT at Annexure-E), before supply of each equipment. The Bank Guarantee submitted towards Performance Guarantee shall be valid for a minimum period of ninety days beyond the stipulated period. The Performance Bank Guarantee shall be released within 30 days of expiry of validity period, if no claim is pending. For unsatisfactory performance and/or contractual failure, the Performance Guarantee shall be forfeited. In case the validity period of the above Bank Guarantee needs extension the same shall be extended for a minimum period of three (03) months. N.B: (I)The Performance Bank Guarantee shall also be in accordance with the relevant clause of Annexure-I, if any. (II)On completion of performance guarantee period you should submit a written request to the supply order signing authority for release of PBG. 12. Consignee: The Depot Officer, Regional Stores, NK Area, Jharkhand 13. Paying Authority: The General Manager (Finance-HQ), CCL, Ranchi. 14. Guarantee / Warranty: The Guarantee / Warrantee shall also be in accordance with the relevant clause of ANNEXURE-I. 15. Identification Mark: A stamp of the manufacturer’s trade marking etc should be on each item as per technical specification and as per relevant IS standards / DGMS approval. 16.Mode of Despatch&Delivery: The stores should be properly packed according to material/quantity mentioned in the supply order and challan for despatch by road “Freight Paid” on door delivery basis. The necessary road permit (if needed) shall be furnished by the consignee after receipt of intimation from your side. The safe delivery of the consignment at destination will be your responsibility. 17.Inspection: (I) Stage/Pre-dispatch inspection will be carried out by M/s.CMPDIL/CCL’S NOMINATED AGENCY as per their methodology. In brief the scope and conditions of the Inspection will be as follows: - a) Checking and approval of test procedures/quality assurance plans. b) Verification of records and documentation of vendor works inspection. c) Verification of documents and test certificate of bought out items and cross checks. d) Provide the facilities for carrying out all tests as required in specifications of vendors works else these will be

carried out at independent test house if considered so necessary by CMPDIL/CCL’S NOMINATED AGENCY at vendors cost.

e) Final testing and checking as per specifications. f) CMPDIL/CCL’S NOMINATED AGENCY will have full and free access to the place of the supplier /

manufacturer during process of manufacturing and during inspection activities. g) Inspection fee @ 1.15% (1% Insp.; 15% Service Charge) of FOR destination value of stores offered is to be

paid to CMPDIL/CCL’S NOMINATED AGENCY in advance by demand draft along with inspection call letter, which will be reimbursed by CCL along with consignment billing. In case of Ancillary Units of CCL, payment of advance inspection charges will be made by CCL directly. Pre-Dispatch inspection by CMPDIL/CCL’S NOMINATED AGENCY shall be applicable, except in case of supplies by OEM’s.

h) Minimum 15 days clear notice shall be given by the manufacturer/suppliers to CMPDIL/CCL’S NOMINATED AGENCY for arranging inspection within valid delivery period as per contract.

(II)Final inspection shall be carried out by the General Manager (E&M)/HOD, CCL, Ranchi or his authorized representative on receipt of materials at Consignee's end. Notice for inspection shall be given by the Consignee immediately on receipt of the materials. 18. Payment Terms: (A) For Belt Conveyors: (a) 80%value of each equipment and the accessories and 100% Excise duty and full concessional ST/CST along with 100% transportation & Insurance charges will be paid within 21 days after delivery of the equipment and receipt and acceptance of performance bank guarantee. The equipment should be accompanied with relevant dispatch documents like Challan, Maker’s Test Cum Inspection Certificate Warranty Certificate, Pre dispatch inspection certificate wherever applicable etc. (b) Balance 20%payment shall be made within 21 days of successful completion of erection testing, commissioning and final acceptance of the equipment (along with accessories) at site upon presentation of a certificate from the project Officer the effect that the equipment has been erected and commissioned to their entire satisfaction. (B) For Spares & Consumables: 100% payment shall be made by the Paying Authority within 21 days of receipt and acceptance of materials or submission of bills, whichever is later. “Payments will be made through e-payments system only”. A copy of Your E-Payment mandate is enclosed at Annexure –VI.

Contd…p/5

: 5 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016 19. Submission of bills: (A) For Belt Conveyors: (I)Your bill for 80% payment duly stamped and pre-receipted in triplicate along with following documents should be sent to the Paying Authority for arranging payment after following normal procedure: Following documents duly authenticated by you, wherever required should be submitted to the consignee :- (a) Consignment note. (b) Challan (c) One copy of Bill (d) Copy of Guarantee / warranty certificate in original. (e) Manufacturers test certificate as per supply order terms (f) DGMS approval / Pre dispatch inspection certificates / any other document, if required as per the contract. (g) Lowest Price Certificate should be given on the body of each and every Bill, certifying that the price

charged for the materials are not higher than the price applicable to other Govt. Deptt., Undertakings including DGS&D.

(h) Any other documents specified in the order. Following documents duly authenticated by you, wherever required should be submitted to the Paying Authority. (a) Bill(s) in triplicate duly pre-receipted and stamped. (b) Receipted challan to the consignee. (c) Copy of the consignment note and copy of guarantee / warranty certificate. (d) Price Certificate. (e) Price Fall Clause. (f) Any other documents/statutory documents specified in the order. The consignee after verification of documents and final inspection of the materials as per the order shall forward the DRR to the Paying Authority for arranging payment within the time specified. (B) For Spares & Consumables: Following documents duly authenticated by you, wherever required should be submitted to the consignee :- Consignment note. (I) Challan (II) One copy of Bill (III) Copy of warranty certificate in original. (i) Lowest Price Certificate should be given on the body of each & every bill, certifying that the price

charged for the materials are not higher than price applicable to other Govt. deptt., Undertaking including DGS&D

(IV) Any other documents specified in the order. Following documents duly authenticated by you, wherever required should be submitted to the Paying Authority. (a) 100% Bill(s) in triplicate duly pre-receipted and stamped. (b) Receipted challan to the consignee. (c) Copy of the consignment note and original warranty certificate. (d) Price Certificate. (e) Price Fall Clause. (f) Any other documents/statutory documents specified in the order. The consignee after verification of documents and final inspection of the materials as per the order shall forward the DRR to the Paying Authority for arranging payments within the time specified. CCL will avail CENVAT credit on admissible inputs and capital goods for which Pre-receipted and stamped Excise cum Tax Invoice showing the amount of excise duty , education cess and secondary & higher education cess at applicable rates separately is required to be submitted. The Excise cum Tax Invoice must contain all the following information as required under rule 11 of Central Excise Rule 2002:- a) Registration no. of the Supplier. b) Address of the concerned Central Excise Division. c) Name of the consignee. d) Description of goods supplied. e) Tariff heading and sub headings f) Time and date of removal. g) Mode of Transport. h) Vehicle Registration number. i) Rate of duty. j) Quantity and value of goods, and duty payable thereon.

Contd…p/6

: 6 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016 (II) Your bill for the balance 20% payment duly stamped & pre-receipted in triplicate along with satisfactory commissioning report issued by the concerned Project Officer should be sent to the Paying Authority for arranging payment after following normal procedure. Certificate indicating that “Prices Charged are not higher than those applicable to other Govt. Deptt. / Undertaking / DGS&D” must be furnished along with the bill. A copy of bill along with above documents should be forwarded to the consignee as well as this office well in advance for their reference and needful. 20.Price Certificate:Please certify on the body of each and every bill that the prices charged for the materials are not higher than price applicable to all other Govt.Deptt. /Undertakings including DGS&D. 21.Road Permit:If required, the road permit shall be obtained from the consignee. 22.Transportation: It is incumbent on the supplier to transport the contracted materials/supplies through registered common carriers only and documentation should be done as per provision of the carriage by Road Act, 2007. Any transportation of goods through unregistered common carries is illegal. 23.Issue of Waybill: A copy of duly filled up JVAT 504G (2 pages – sample copies enclosed at Annexure-VII) indicating the information to be furnished by the consigner to the consignee (Fields under SI. No. 2 & 4 of the Form) for issuing e-Permit / Form JVAT 504G. After issue of e-Permit, a secret code is sent by SMS (system generated) to the consignor’s mobile to enable them to log in the jharkhandcomtax.gov.in portal for filling up the Transport details & Invoice details and thereafter printing a hard copy of the same. Waybill should be sought by the consignor immediately after readiness of material. 24.Liquidated Damages: In the event of failure to deliver/dispatch of the stores within the stipulated date/period, to effect supply in accordance with the sample and/or specification mentioned in the supply order and in the event of breach of an terms and conditions mentioned in the supply order, Central Coalfields limited shall be entitled at its option either: (a) To recover from the successful tenderer, as mutually agreed, liquidated damages and not as penalty, a sum not

less 0.5% of the price of any stores which the successful tenderer has not been able to supply as aforesaid, for each week or part of a week during which the delivery of such stores may be in arrears, limited to 10%. Where felt necessary the limit of 10% can be increased to 15% at the discretion of Head of the Materials Management.

(b) To purchase elsewhere, after due notice to the successful tenderer, on the account and at the risk of the defaulting supplier, the stores not supplied or others of a similar description without canceling the supply order in respect of the consignment not yet due for supply or,

(c) To cancel the supply order or a portion thereof, and if so desired, to purchase the stores at the risk and cost of the defaulting supplier and also,

(d) To extend the period of delivery with or without penalty as may be considered fit and proper. (e) Penalty, if imposed shall not be more than the agreed liquidated damages referred to in clause (a) above. (f) To forfeit the security deposit in full or part. (g) Whenever under the contract a sum of money is recoverable from and payable by the supplier, Central

Coalfields Ltd. shall be entitled to recover such sum by appropriating , in part or in whole by deducting any sum or which at any time thereafter may become due to the successful tenderer in this or any other contract.

(h) Should this sum be not sufficient to cover the full amount recoverable, the successful tenderer shall pay central coalfield limited on demand the remaining balance. The supplier should not entitled to any gain on any such purchase.

(i) This is subject to force majeure conditions. 25. FORCE MAJEURE CLAUSE:If the execution of the contract/supply order is delayed beyond the period stipulated in the contract/supply order as a result of outbreak for hostilities, declaration of an embargo or blockade, or fire, flood, acts of nature or any other contingency beyond the supplier's control due to act of God then Central Coalfields Limited may allow such additional time by extending the delivery period, as it considers to be justified by the circumstances of the case and its decision shall be final. If and when additional time is granted by Central Coalfields Limited, the contract/supply order shall be read and understood as if it had contained from its inception the delivery date as extended. (a) The successful bidder will advise, in the event of his having to resort to this clause by a registered letter duly certified by the Local chamber of Commerce or Statutory authorities, the beginning and end of the causes of the delay, within fifteen days of the occurrence and cessation of such force majeure conditions. In the event of delay lasting out of force majeure CCL will reserve the right to cancel the contract and provisions governing termination of contract, as stated in the bid documents will apply. (b) For delays arising out of force majeure, the bidder will not claim extension in completion date for a period exceeding the period of delay attributable to the causes of force majeure and neither CCL nor the bidder shall be liable to pay extra costs provided it is mutually established that force majeure conditions did actually exist. 26. Price fall Clause: It will be a condition of the order that although the currency of the prices, at which you shall supply the stores, shall not exceed the lowest price charged by you to any other agency including DGS&D. In the

Contd…p/7

: 7 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016 event of price going down, you shall promptly pass on such information to enable this company to amend the ordered rate. 27. Jurisdiction:The Court at Ranchi in Jharkhand State only will have the jurisdiction to deal with and decide any legal matter or dispute whatsoever arising out of our contract. 28. DGMS Approval: DGMS approval for the complete installation system shall be the responsibility of the supplier. It will also be bidder’s responsibility to satisfy all DGMS requirements without any extra cost to CCL and obtain final approval of DGMS at the earliest. The self attested copies of required DGMS approval should be submitted along with the Bills and wherever required.. 29. Special Instruction: (a) Timely delivery is the essence of contract. Hence, the order should be completed with the highest priority & intimation about dispatch of stores should be given to the consignee well in advance giving following details: (i) L.R. / R.R. No. & date (ii) Freight paid or to pay (iii) Types of goods (iv) Supply order No. & date. (v) Value of stores. (vi) Qty. of stores. One copy of the challan and invoice showing dispatch details and other documents must be sent to this office and the office of the GM (E&M) / HOD, CCL, Ranchi to know the dispatch particulars. 30. Special Instruction: One copy of the challan and invoice showing dispatch details and other documents must be sent to this office and the office of the GM(E&M)/HOD, CCL, Ranchi to know the dispatch particulars. 31. Integrity Pact: You have signed Integrity Pact which is enclosed as Annexure-VIII. The name and address of Independent External Monitor for Integrity Pact enclosed against this order / contract is:  Dr. B. P. Nilratna, IAS (Retd.) D-11/15, Pandara Road, New Delhi – 110003 Email address: [email protected] 32. Order Acceptance:We enclose two copies of the supply order. Duplicate copy of the same may please be returned duly stamped and signed within 15 days from the date of supply order as a token of acknowledgement and acceptance of the contract; otherwise it will be presumed that you have accepted the order as per terms and conditions stipulated above. All other Terms & Conditions shall be as per General Terms and Conditions of Supply of Stores of NIT (ANNEXURE-“A”) Enclosures: 1. Technical Specification – Annexure-I, II & III, 2. List of recommended Spare Parts-ANNEXURE-IV& V. 3. E Payment Mandate – ANNEXURE-VI. 4. Form JVAT504G -ANNEXURE-VII. 5. Integrity Pact – Annexure-VIII. 6. List of bought out items – ANNEXURE-IX.

Yours faithfully, FOR & ON BEHALF OF CENTRAL COALFIELDS LIMITED

(D. P. Roy) (A.K.Singh) Asst. Manager(P) Chief Manager (P)

Copy forwarded to:- 1. The General Manager (P), CCL, Ranchi 2. The General Manager (E&M)/HOD, CCL, Ranchi 3. The General Manager (Finance – HQ), CCL, Ranchi, with a request to avail CENVAT Credit as admissible 4. The Co. Secretary, CCL, Ranchi.: With reference to his communication vide No. CS/BM/423/2016/559 (B) 5. dt.07.05.2016 6. The General Manager (NK), NK Area, CCL 7. The GM (S&IC)/GM(F&A), CCL, Ranchi 8. The ES to DT(P&P) / DT(O). 10. The Depot Officer, Regional Stores, NK Area, CCL 11. The Area Finance Manager, NK Area, CCL 12. The Staff Officer (E&M), NK Area, CCL

Contd…p/8

: 8 : No. 133:06:1:01:16 - 078 (Belt Conveyors) Dated: 17.08.2016 13. The MM (S) (MB)/MM (MIS) / FM (P) / FM (HQ) / Master File. 18. TheGM(MM)s / WCL, Coal Estate, Civil Lines, Nagpur 440001 / MCL, Anandvihar, PO UCE, Burla, Sambalpur 768018 / BCCL, KoylaBhawan, Koyla Nagar, Dhanbad 826001 / SECL, Seepat Road, PO No. 60, Bilaspur 495001 / NCL, PO-Singrauli 486889 / ECL, Sanctoria, PO-Disergarh 713333 (WB) 24. The GM (E&M), CMPDIL, Gondwana Place, Kanke Road, Ranchi – 834001 25. Dr. B. P. Nilatana, IAS (Retd.), D-11/15, Pandara Road, New Delhi – 110003 (BY. REGD. POST) Note:Indent Regn.No.133 dated 19.10.2013.This order is issued with the approval of Board of Directors of CCL vide Item No. 4(22) in their 423rd (No. 03 of 2016) meeting held on 06.05.2016 & 07.05.2016 at Ranchi& decision communicated by Company Secy. Vide No. CS/BM/423/2016/559 (B) dt.07.05.2016.Financial concurrence has been accorded by D(F) vide no. 23-F dt.02.05.2016& The fund is certified vide No. BGT/CB/CNET/16-7/9000237 dt.09.08.2016 for Rs.17,30,72,553.75 only.

 

 

AM(P) CM(P)

ANNEXURE-I

TECHNICAL SPECIFICATION OF SURFACE AND UNDERGROUND BELT CONVEYORS SYSTEM SUITABLE FOR U/G MINING OPERATION

PREFACE – INSTRUCTIONS:- 1. INTRODUCTION: These Technical Specifications identify the technical requirements of the Goods and

Services which are the subject of this Tender. The Technical Specifications are presented in following parts : (A) SCOPE OF SUPPLY: The Scope of Work includes Design, Engineering, Manufacturing, Fabrication, Supply of Mechanical & Electrical equipment, Tools and Instrument Kit, spares for warranty period, Civil & Structural work, Erection, Testing & Commissioning of Belt Conveyor for transport of (-) 200 mm ROM coal mixed with shale, stone and other foreign materials. The conveyors shall be designed for 1000 mm width PVC Belting (Type-5 & Type-8 for TB1). The Conveyor shall be so designed to achieve required lift within specified motor capacity, considering all the physical parameters required to design the conveyor and safety factors. The conveyor should be suitable to operate in a humid, dusty and wet environmental condition and ambient temperature may vary upto 55°C and Relative Humidity is about 98%. The conveyor shall be capable of adaptation to the ground contour to the permissible extent. All the components of the conveyor shall be designed for operation round the clock, at rated capacity 600 TPH & other duty parameters are as under.As per following schedule of requirement and technical specification. The Belting shall be supplied by CCL. NOTE: Dismantling of existing Belt Conveyorof the mine is not within the scope of work. (i) SCHEDULE OF REQUIREMENT:-

Sl. No.

Conveyor No.

Description Qty.

(Nos.) Width (mm)

Length (Meter)

Lift (In

Meters)

Capacity (TPH) rated

Motor Power Rating (KW) and Supply

Voltage

1 TB1

Main Incline conveyor (Without PVC Belting)

1 1000 500 111 600

2 x 150 KW, 3.3 KV, 3 Phase AC, NFLP

2 TB2

Trunk Belt Conveyor (Without PVC Belting)

1 1000 1000 10 600 2 x 75 KW, 550 V, 3 Phase AC, FLP

3 TB3

Trunk Belt Conveyor (Without PVC Belting)

1 1000 1000 0 600 2 x 75 KW, 550 V, 3 Phase AC, FLP

4 TB4

Trunk Belt Conveyor (Without PVC Belting)

1 1000 450 13 600 1 x 90 KW, 550 V, 3 Phase AC, FLP

5 GB1

Gate Belt Conveyor (Without PVC Belting)

1 1000 700 10 600 1 x 110 KW, 550 V, 3 Phase AC, FLP

6 GB2

Gate Belt Conveyor (Without PVC Belting)

1 1000 600 10 600

1 x 110 KW, 550 V, 3 Phase AC, FLP

7 GB3

Gate Belt Conveyor (Without PVC Belting)

1 1000 600 10 600 1 x 110 KW, 550 V, 3 Phase AC, FLP

8 GB4

Gate Belt Conveyor (Without PVC Belting)

1 1000 600 10 600 1 x 110 KW, 550 V, 3 Phase AC, FLP

(B) GENERAL REQUIREMENTS:- 1) General Mine Information. 2) Geography and Climatic Conditions. 3) Goods (Equipment and Machinery). 4) Supervision of Erection and Commissioning. 5) Standards. 6) Bidder’s/ Supplier’s Responsibility. 7) Spare Parts Provisions. 8) Performance Guarantee. 9) Deemed Breakdown. 10) Composite Warranty / Guarantee. 11) Special Condition. 12) Quality Assurance. (C) EQUIPMENT SPECIFICATIONS. 2. CONFORMITY WITH SPECIFICATIONS: The Equipment to be provided shall conform to the requirements defined in these parts (Part A: Scope of Supply, Part B: General Requirements and Part C: Equipment Specifications). 3. SITE VISITS: The bidder at his own responsibility, cost and risk, is advised to visit and examine the site and its surroundings and obtain all information that may be necessary for preparing the bid and entering into a contract for installation and commissioning services. Bidder shall be deemed to have visited and inspected the Site(s), made all enquiries and collected all information documentary or otherwise, including climatic conditions, mining conditions and other prevalent conditions and fluctuations thereto irrespective of whether he actually visits the site/area or not and that the bidder has taken all the factors into account while placing the offer as considered necessary for the proper and accurate preparation of its bid. 4. TECHNICAL RESPONSE: Bidders shall provide a Clause-by-Clause conformity demonstrating compliance with the Purchaser's Technical Specifications together with full supporting technical literature, data sheets, Quality Assurance plan, test certificates, certificates from statutory bodies as applicable. A separate Deviation Sheet in case of any non-conformity with the NIT technical specifications clause-wise is to be submitted by the bidder. The Equipment offered by Bidders will be evaluated technically based on the information presented in the bid without reference to extrinsic evidence. Additionally Bidders shall provide the information specifically requested in the Attachment to the Technical Specifications. Failure to provide any information requested in any part of this specification may deem the bid nonresponsive. 5. All offers and supporting documents should be in English only. Transcript certified by competent authority of supporting documents to be uploaded if any. PART A: SCOPE OF SUPPLY:- (A.1) EQUIPMENT PACKAGE: The Supplier is required to provide a complete package of Belt Conveyors system of specified capacity numbers of conveyors eight (08 nos.) Accessories, Spare Parts, Training, Installation, Commissioning and Testing for Churi-Benti U/G project. The purchaser will make available to the Supplier, at no cost, agreed areas within the site(s) boundaries as may reasonably be required by the Supplier for the purposes of erecting the equipment and for storage of Goods and Supplier’s plant, tools etc. pending acceptance. Security, protection, and any other facilities required by the supplier in such areas shall be the responsibilities of the Supplier. (A.2)SUPPLEMENTARY ITEMS:- (I) The Equipment shall be provided with two (02) sets of comprehensive tool kit, which shall include any special tools required for erection, commissioning and for the maintenance and repair of all the Equipment. The following special tools generally required for repair, maintenance & troubleshooting / testing of major subassemblies shall be provided in addition to any other special tools required for the offered equipment. (a) Filler gauge for checking of FLP paths of equipments. (b)Socket set with torque wrench of reputed make covering all sizes of high torque bolts. (c) Dial Indicator Gauge with Magnetic base. (d) Clamp type tong tester. (e) Digital multi-meter. (f) Electrical kits for opening and maintenance of electrical equipments. (g) Belt jointing machine (1200 mm) with hammer, chisel, hacksaw frame and other accessories etc. (h) Ball type hammer two (02) nos.

The bidder has to certify that any other tool if required over and above the list of comprehensive tool kit shall be provided by the bidder at no cost to purchaser during the contract period. (II) First fill of all Oils, Grease and Lubricants needed for test and commissioning of each equipment along with overload dashpot oil (if required). (III) (a) All Filters & O-rings pertaining to all systems of equipment is required for first 6000 working hours.

(b) All filter elements along with O-rings/Gaskets pertaining to all the systems of equipment including Idlers/Rollers/Pulley/Gear Box spares etc. required `with Spare Parts and Consumables shall be delivered periodically and not less than twice annually, throughout the balance period of twenty four (24) months of the total guaranteed period of thirty six (36) months from the date of the Purchaser’s Acceptance Certificate.

(A.3) INFORMATION AND DRAWINGS: At least two (02) months before scheduled installation date, the Supplier shall provide following for each equipment. (A.3.A) Suitably illustrated Printed/Legible Xerox copies of (i) Service/Shop Manual (ii) Parts Book and (iii) Operation & Maintenance Manuals for each type / model of equipment covering all Assemblies & Accessories, written in English language bound in book form. One set of Manuals & Part Books to be submitted to GM (E&M)/HOD office CCL Ranchi should be Printed only. • 1 Printed set to project/each project site and • 1 Printed set along with its soft copy preferably in CD / Pendrive, to GM (E&M)/HOD office CCL, Darbhanga House, Ranchi. (A.3.B) PERT chart for erection & commissioning indicating erection site requirements and the capacity of Cranes/winch or any other handling equipment to be provided by CCL during the course of erection, commissioning & final testing. The Supplier shall also submit the data identified in the specifications for major assemblies/items of Equipment proposed. The Supplier shall supply detailed Equipment’s drawings illustrating major assemblies locations, foundation and placement for items such as Drive head assembly with gear box motor etc, Tail-end assembly, Structures, Rollers, Idlers (Self aligning, Transition, Carrying & Return), Decking plate, Skirt board, Belt cleaning device, Loop take-up, Hold back device, Electromagnetic brakes, Audible alarm,Pull Cord Switch, Belt Sway switches, Point to point suitable communication system (DGMS approved)Other Safety Devices etc. as per the details required in Part C. In addition, the Hydraulic, Electrical & Pneumatic circuit drawings (not the block diagram) as applicable should be given in the offer. All the installation& circuit drawings should be legible preferably printed on adequate size drawing sheet for easy reference, interpretation & evaluation. (A.4)ERECTION/ASSEMBLY, COMMISSIONING AND PERFORMANCE TESTING: The Supplier shall provide the Services of Specialist Technicians / Service Engineers to supervise the installation/erection/assembly, commissioning and any performance testing of the plant, Equipment and accessories supplied. The Service Personnel shall remain at site following commissioning until all necessary personnel are fully conversant with the maintenance and operation of the Equipment. Suitable accommodation for the service personnel shall be provided during Installation, Erection/Assembly, Commissioning and Performance Testing as per availability at site on chargeable basis. (A.5)TRAINING: The Supplier shall also be responsible to impart adequate and proper training necessary for operation and maintenance of the Equipment. The supplier in consultation with the project in-charge / Staff Officer (E&M) of the respective Area/site shall make available experienced personnel to conduct training of Engineers, Supervisors, Technicians and Operators for suitable period from the date of issue of acceptance certificate of the equipment. The training shall cover the following: (A) Equipment Maintenance, Repair/Overhaul & Troubleshooting aspects. (B) Equipment operation and safety aspects. Comprehensive training manuals with clear illustration shall be provided to each participant. The training courses shall be conducted in either English or Hindi languages as suitable to the site. The Supplier shall also be responsible to provide any specialized training related to equipment free of cost at site or at any Training centre / Workshops of CCL as per the directive of GM(E&M)/HOD, CCL during the warranty period of equipment. PART – B: GENERAL REQUIREMENTS:- (B.1) GENERAL MINE INFORMATION:- (I) MINE LOCATION :Churi-Benti U/G project operates under North Karanpura Area of Central Coalfields Limited, a subsidiary of Coal India Ltd. (CIL). Churi-Benti U/G project is situated in Chatra district of Jharkhand. The mine is approachable from Ranchi by all weather roads and is about 70 KMs from CCL HQ, Ranchi. The nearest railway station is Khalari which is about 5 KMs away from Churi-Benti colliery. The mine lies between latitude 23˚41’34” & 23˚ 42’04” and longitude 85˚03’ and 85˚ 04’20”. It is covered by topo sheet nos. 73E/2 and 73A/14 (scale 1”=1mile) of survey of India. (II) METHOD OF MINING & TRANSPORTATION: The mine is presently working in Upper Bachra and Lower Bachra seams. Churi-Benti underground mine has been developed all around its boundary. The distance from incline mouth to deep most boundaries is about 3 KMs. The mine follows manual mechanized Bord and pillar method of mining by Load Haul Dumpers (LHD). Presently one direct haulage is installed at the surface in incline no.6 for material transporting up to 5th level. 2nd endless haulage is installed at 5th level for catering up to 46 level

and 3rd endless haulage is installed in tandem for further materials transportations. The Churi-Benti Underground is a Degree-I gaseous mine. (III)IMMEDIATE ROOF AND FLOOR: The immediate roof of the coal seam consists of carbonaceous shale. Floor of the proposed roadway is mainly sandstone and is undulating at some places. The average gradient of working seam is 1 in 20. (IV) LOCATION OF BELT CONVEYOR SYSTEM: The Belt Conveyor system is proposed to be installed from incline no. 7 of CRO upto the faces as per uploaded layout drawing, replacing the existing 400 TPH capacity Belt Conveyors. There are four (04) nos. trunk belt conveyors, TB1, TB2, TB3 & TB4 are located at Churi Block for transportation of coal from face to the surface from underground to surface initially through GB1, GB2 & GB3, which will be installed in bypass with a length 150 meters, 140 meters & 60 meters respectively. In initial stage to facilitate drift drivage for surge bunkers and to construct surge bunker between 32L to 36L. Later on after completion of drift drivage& surge bunkers GB1, GB2 & GB3 will be used in regular district with average length of 600 meters to 700 meters and lift 10 meters. GB4 initially it will be installed with 300 meters length in new panel E-12 and E-13 (LBS & UBS). Later on it will be extended upto the last gallery of the panel with average length of 600 meters and lift 10 meters. TB4 initially it will be installed upto 77L and will be extended upto 85L after dewatering. The schematic diagram of the proposed transport layout is enclosed. Note: The scope of work does not include supplying and installation of 1000 mm PVC Beltings.

 

 

 

 

(V)DETAILS OF PROPOSED BELT CONVEYOR SYSTEM: The mine authorities should provide minimum clear space of around 4.0 m width and 2.5 m height in the roadway required for the safe operation of Belt Conveyor system. The Belt Conveyor route is fairly straight. The gradient is almost 1 in 20 from 5th level onwards on incline no.7. (B.2) GEOGRAPHY AND CLIMATIC CONDITIONS ELEVATION: The natural surface varies from 100 to 1000 meters above mean sea level. (i) CLIMATE: The climate is sub-tropical to tropical, dusty, with a hotand humid atmosphere. Monsoon

rains occur in theperiod from June to October.

(ii) AMBIENT CONDITIONS RELATIVE HUMIDITY : Maximum 98% Temperature – Minimum 0° C

- Maximum 50°C. (iii) RAINFALL: The mean annual rainfall is 1200 mm, 90 to 95% of which may fall in rainy season from

June to October. (iv) WIND: April to September - South to South Westerly.

October to March - North Westerly. (v) SPEED: 8 Km per hr average - 100 km per hr maximum. (vi) UNDER FOOT: Slushy and highly abrasive. (B.3) GOODS (EQUIPMENT AND MACHINERY): Detailed specifications of the Equipment to be supplied are given in Part-C. In general, all items shall be: New, unused and of the current design (incorporating latest proven features) and not likely to be discontinued or become obsolete in near future. Designed and constructed to handle without overload and for the transportation capacity stated, Designed to facilitate ready access, cleaning, inspection, maintenance and repair of component parts; Designed to facilitate rapid changeover of consumable items. The component parts of all items shall, wherever possible, be selected from the standard ranges of reputed manufacturers. The Equipment and accessories shall be robust and where necessary capable of dismantling for transportation and ready re-assembly using simple tools. All Equipment items provided shall be designed to be compatible within the proposed overall Scope of Supply. Electrical Equipment shall provide all protection devices, controls and interfaces for the Equipment to operate safely and efficiently. All workmanship and materials shall be of first class quality in every respect. All parts and surfaces, which are exposed to corrosive environments, shall be suitably protected to prevent any effects of corrosion or erosion. (B.4)SUPERVISION OF ERECTION AND COMMISSIONING: The supplier shall be responsible for the erection and commissioning of the equipment at site. The supplier shall depute qualified and competent Engineer(s) to supervise the entire assembly, erection and commissioning of equipment free of cost for suitable man days including Sundays & Holidays if worked per machine for erection, commissioning and test running, as well as training in operation and maintenance of the equipment at site. Commissioning shall include testing of the equipment at maximum rating under mine operating conditions as specified to the satisfaction of the user. The project shall provide Cranes and handling equipment as well as help of surveyors generally required for the assembly and commissioning of such type of conveyors at site. The general tools & tackles as well as special tools supplied with the equipment for commissioning, maintenance & repair of machine shall also be available to the supplier. The technicians/ expert shall remain at site following commissioning until all necessary personnel of purchaser are fully conversant with the maintenance and operation of the equipment. (B.5) STANDARDS: The design, supply, erection, commissioning and testingof all equipment shall in all respects comply with therequirements of this specification and with appropriatecurrent International & Indian standards indicated in Equipment Specification or as applicable. DGMS approved components in Safety devices, Electrical devices, Signaling, Communication and other appliances like Electromagnetic brakes, Pull Cord Switch & Belt Sway switches shall be used. The system of units for all measurements shall be the Système International d’Unités (S.I.). (B.6) BIDDER/SUPPLIERS RESPONSIBILITY: The Purchaser requires that the Supplier shall acceptresponsibility for the provision of complete operable andcompatible Equipment and systems within the Scope ofSupply. This document identifies only the major itemsrequired for the installation and the Supplier shall ensurethat the total supply includes all necessary Equipment forit to function effectively, safely and efficiently. Anyadditional items the Supplier considers necessary toensure compliance with such a requirement shall beidentified and included.If the Bidder observes that this Specification documentcontains any anomalies, ambiguities, flaws, errors oromissions, the Bidder shall immediately bring these to theattention of the Purchaser. DGMS approved components in Safety devices, Electrical devices, Signaling, Communication and other appliances like Electromagnetic brakes, Audible alarm, Point to point suitable communication system (DGMS approved), Pull Cord Switch & Belt Sway switches shall be used.

DGMS approval for the complete installation system shall be the responsibility of the supplier. It will also be bidder’s responsibility to satisfy all DGMS requirements without any extra cost to CCL and obtain final approval of DGMS at the earliest. The self attested copies of required DGMS approval should be submitted along with the Bills and wherever required. The Supplier shall be responsible for the testing andcommissioning of the Equipment and ensure that it meetsthe requirements as specified. The commissioning andsetting to work of the whole Equipment Supply packageshall be carried out under the supervision of the Supplierin conjunction with the Purchaser’s nominated personnel. In addition of above the supplier shall be responsible for following: (i) Supply and installation of all structural steel, cross beam wherever required for Belt conveyor installation

only (if required).

(ii) Construction of foundation for conveyor drive unit and foundation work for other structures. (iii) Supply & grouting of Cable hanger wherever required. (iv) Elevating of Conveyor structures to the skirt board of the following conveyor etc. (v) All roof bolts & nuts required for grouting works. (vi) Installation, commissioning & testing of the system. (vii) NDT, if required, of the parts of equipment / system. (viii) Transport of material from store to mine and from mine surface to site at underground. (ix) Tools and Tackles for Belt jointing. (x) All supervision work required for civil, structural, erection and commission work.

CCL’s Obligation for Installation and Commissioning of Belt Conveyors System will include (i) Supply of resin capsules. (ii) Assistance of Surveyor. (iii) Supply of electrical power through suitable cable at the incoming of Starter. However supply of DGMS

approved suitable rated cable from starter to motor with installation will be supplier responsibility. (iv) Preparatory mining/ civil work like roof supporting, heightening and widening of Belt Conveyor routes,

drain preparation, construction of fencing, laying of cables etc required for installation of Belt Conveyor systems.

(B.7) SPARE PARTS PROVISIONS:- (B.7.1.a)AVAILABILITY OF SPARE PARTS: All items and Equipment proposed shall be of current design and manufacture. The Supplier shall warrant that sufficient spares and servicing facilities will be available to maintain the Equipment in use throughout its life. The Bidder (indigenous or global) shall stock sufficient fast moving & maintenance spares as well as critical assemblies and their repair parts in their Local Depots to ensure maximum availability of their equipment during its life time. The bidders are required to give details of their existing local depots. Such bidders having no local depots presently shall furnish an undertaking that they shall immediately open a Local depot and shall stock aforesaid essential items for their offered equipment model in event of placement of order on them. In case of noncompliance, CCL shall be at liberty to de-bar them from any future tenders. (B.7.1.b)BOUGHT OUT ASSEMBLIES AND SUB-ASSEMBLIES : The supplier is required to furnish details such as make, model code and vital technical parameters of all major bought out assemblies/items as indicated in the technical specification against “Information to be provided by the bidder.” The bidder has to furnish a certificate indicating therein that “All other components not identified/ mentioned herein are manufactured by the bidder at their works exclusively i.e. the components are proprietary ofthe bidder’s firm. (B.7.2)PROVISION OF SPARE PARTS: (B.7.2.1)Within the Contract Price, the Purchaser shall agree to purchase all operational, maintenance and standby/contingency spare parts, consumable items, wear materials (including Idlers/Rollers/Pulley/Gear box spares etc.) (hereinafter collectively referred to as “Spare Parts and Consumables” unless the context requires otherwise) and maintenance tools & special tools, in accordance with the Supplier’s recommendations for thirty six (36) months from the date of issue of the Acceptance Certificate. Consumables shall not include oils & lubricants for the purpose of the guarantee but the supplier shall provide all necessary oils & lubricant for the purpose of commissioning the equipment and undertaking tests on completion of commissioning in accordance with the contract. The bidders have to upload the list of (i) Spare parts & Consumables for warrantee period per equipment wise and (ii) Spare Parts and Consumables for balance 2 years beyond the warranty period of the equipment per year per equipment wise for full tendered quantity with techno-commercial bid. (B.7.2.2) In the event that the Spare Parts and Consumables, as recommended by the Supplier, in any way fall short of actual requirements during the period for which they are said to be adequate, the supplier shall provide such additional Spare Parts and Consumables as are necessary at the final destination. Such additional Spare Parts and Consumables shall be provided by the Supplier to the Purchaser free of all cost and shall be transported to Site by air freight internationally and by air, rail or fast road transport within India. (B.7.2.3)In the event that the operation of the plant is inhibited or frustrated as a direct result of lack of Spare parts and Consumables pursuant to clause B.7.2.2 hereof, then the period referred to in clause B.7.2.1 hereof shall be extended by a period of not less than the period during which operation as aforesaid was inhibited or frustrated. (B.7.2.4) The supplier shall not be liable for the supply of additional Spare parts and Consumable, if these are required by reasons of unforeseen accidents, negligence or misuse on the part of the purchaser. (B.7.2.5) The assessment of the bidder of the Spare parts & Consumable requirements shall be based upon the expected working hours 6000 (Six thousand) per year as defined in the Performance Guarantee Clause of Part B : Equipment Specification included as the attachment to the technical specification. However, Any shortfall in quantity of these spares and any other spares over and above the list submitted with offer during the period of 36 months or up to 18000 working hrs, shall have to be supplied by the supplier at free of cost. Any shortfall in

quantity of above items during the period of 36 months, if required beyond 18000 working hrs, shall have to be supplied by the supplier at extra cost. (B.7.2.6) In the event that the spare parts and consumables, as recommended by the supplier are in excess of the actual requirements. The purchaser at its option: 1. Retain such excess spares and consumables as, in discretion, it may elect to do so. 2. Require the supplier to reprocess or repatriate or otherwise dispose off such excess spare parts in exchange for payment to the purchaser of the contract Price of the spare parts and consumables concerned. The purchaser shall notify the supplier, in writing of it’s requirement under the clause within thirty (30) day after completion of the contact period of 36 months. (B.7.3) EMERGENCY SPARE PARTS:- (B.7.3.1) Emergency spare parts required by the purchaser to repair breakdowns shall be dispatched to the site by the supplier by the fastest, practicable means as directed from time to time by the purchaser. (B.7.3.2) FOR THE PURPOSE OF THE CLAUSE B.7.3.1 " Emergency spare parts" shall mean those spare parts or components required by the purchaser to repair any item of plant supplied pursuant to the contract in the event of a breakdown not attributable to a failure covered by the guarantee or a failure of the supplier to provide adequate warranty "spare parts or consumables". (B.7.4) LIFETIME SPARES: The supplier has to undertake and guarantee to produce and maintain stocks to be available for purchase by the purchaser under separate agreement of all spare parts and consumables as may be required for maintenance and repair of the plant throughout its working life. In the event that the supplier wishes to terminate production of such spare parts the supplier shall: (B.7.4.A) Give not less than 6 months notice in writing of its intention to terminate production in order to permit the purchaser reasonable time in which to procure needed requirements; and (B.7.4.B) Immediately following termination, provide to the purchaser at no cost manufacturing drawings, material specification and necessary permission to manufacture of the spare parts elsewhere. (B.7.4.C) Any change in part number or supersede part number should be informed to the CCL headquarter – E&M Department, MM Department and the Incharge at project/site wherever the equipment is operating. In any event the supplier shall not seek to terminate manufacturer of spare parts for a period of not less than 10 years from taking over. (B.7.5) OILS, LUBRICANTS AND FLUIDS: Not less than 1 month before the scheduled date for acceptance, the supplier shall provide to the purchaser a detail schedule of all necessary oils, lubricants, fluids for the operation and maintenance of the equipment. The schedule shall indicate estimated annual consumption and specify the appropriate international standard number or the name and reference number of an equivalent available in India considered being acceptable by the supplier. (B.7.6) GENERAL: Nothing in this Clause B.6 shall relieve the Supplier of any Guarantee, Availability, Performance or other obligations or liabilities under the Contract. (B.8) PERFORMANCE GUARANTEE:- (B.8.1) INTRODUCTION:- (B.8.1.1) The Supplier shall guarantee that the Equipment supplied pursuant to this Contract shall be available for use by the Purchaser and shall meet the performance criteria specifications at the level and in accordance with the terms and conditions of the Availability Guarantee herein contained. (B.8.1.2) Where Equipment supplied under the Contract fails to meet the criteria of the Availability Guarantee, the Supplier shall, at its own cost, provide suitably qualified and experienced personnel at Site to demonstrate to the Purchaser's satisfaction that the required level of availability can be achieved and maintained. (B.8.1.3) The Supplier shall provide the Services of such personnel at Site within seven (7) days of notification by the Purchaser that the availability criteria have not been met in any one (1) month. (B.8.2) PERFORMANCE GUARANTEE:- (B.8.2.1) The Supplier shall guarantee that the Equipment supplied pursuant to the Contract shall be available to the Purchaser at the level hereinafter defined to perform to criteria of not less than that defined in the Technical Specifications incorporated in the Contract. (B.8.2.2) You shall ensure performance guarantee and other conditions as laid down in the order for fulfillment of designed capacity of the system in respect of persons to be carried per hour safely without any disturbances. (B.8.2.3) The Supplier shall guarantee that the Equipment shall be available to perform its duty to minimum criteria and to the minimum availability percentage level as defined in the Part B. The method of assessment applied shall be as follows: Method of Assessment: The following calculation shall determine the availability ofthe Equipment: The machine shall have guaranteed availability of 90% Availability will be calculated over 365 days of operation and following formula shall apply. The Supplier shall guarantee that the availability of the equipment shall not be

less than 90% (ninety per cent)for a period of 36 months from the accepted date of commissioning measured over each twelve (12) month period.

Production shift Hrs - Down time Hrs. % Availability = --------------------------------------------------- X 100

Production shift Hrs - Maintenance hours. WHERE Production shift Hours = 24 Hours per day Maintenance Hours = 4 Hours per day Breakdown Hours = Actual number of hours and will include time spend on Waiting for spares, service experts etc. Down time = Maintenance Hours + breakdown Hours

Down time shall not include: (I) Damage due to abusive use or incorrect operation methods by the Purchaser; (II) Accidents; (III) Strikes or stoppage of work by the Purchaser's personnel; (IV) Natural disaster; (V) Lack of Spare Parts not attributable to a failure of the Supplier, it's Agents or Representatives. Downtime shall also specifically include all hours lost due to failures determined to be guarantee failures. The supplier shall upload a schedule of maintenance required to carry out preventive maintenance and shall state the number of manpower and hours per day required to carry out each maintenance task. The time stated shall, with the agreement of the Purchaser, form the basis of the assessment of the availability. The average maintenance hours shall not be more than 4 hours per day. In case the site personnel of CCL are unable to carry out the daily maintenance in four hours, the supplier will train the project personnel to enable them carry out the normal routine maintenance within four hours every day. The Purchaser will assist the Supplier, without relieving the Supplier of any other obligations under the Contract, to achieve the guaranteed availability by:- (1) Providing normal and proper maintenance, including preventive maintenance in accordance with the Supplier’s furnished standard/published recommendations, and making all necessary repairs using only genuine manufacturer's spares. (2) Providing co-operation to all Supplier’s authorized representatives. (3) Where appropriate, providing and maintaining such conditions as: • Proper electrical Supply • Reasonable floor conditions • Cleaning of Belt installations. (4) Providing all Supplier’s authorized representatives access at all reasonable times to the machine service and repair facilities. Maintaining a logbook for each shift wherein the working hours, breakdown times, maintenance hours, idle time, etc. shall be recorded. This record will be available for examination and signature by the Supplier’s representative. (B.8.3) EFFECT AND DURATION OF PERFORMANCE GUARANTEE:- (B.8.3.1) This Performance Guarantee shall become effective on the day on which the Equipment is commissioned at the Site. Commissioning shall be evidenced by the issue of the Purchaser's Acceptance Certificate. (B.8.3.2) This Performance Guarantee shall remain effective for thirty six (36) months from the date of commissioning, irrespective of the hours operated by the Equipment during the period of the guarantee. (B.8.3.3) COMPENSATION FOR NOT ACHIEVING GUARANTEED AVAILABILITY: In the event that the Equipment fails to achieve the Guaranteed Availability herein provided during this thirty six (36) months period, the Supplier shall be liable to pay to the Purchaser, as Penalty, a sum equal to, as indicated hereunder for each equipment : (a) 1% of the delivered price of the equipment for every percentage reduction and part thereof from the Guaranteed Availability for the first 5%. (b) 10% of the delivered price of the equipment for reduction beyond 5% from the Guaranteed Availability. If the availability of the Equipment falls by more than 10% of the guaranteed availability during the Warranty period, The purchaser will have the option to reject the equipment after levying 10% penalty and

the manufacturer will have to replace the complete/part of equipment as applicable at their cost to meet the guaranteed %age availability”. (B.9) DEEMED BREAKDOWN: When the supplier is unable to supply the replacement of a failed part under warranty within 21 days of giving intimation by the consignee and if the machine is commissioned by using the spare from the stock of the project the period (after 21 days) till the supplier replaces the part under warranty shall be treated as “DeemedBreakdown” (the credit for keeping machine available shall not be given to the supplier). (B.10) COMPOSITE WARRANTY / GUARANTEE : The supplier shall warrant that the equipment to be supplied under the contract:-

(i) Is new, unused and of current design which is not likely to be discontinued or become obsolete within the life span of the equipment.

(ii) Is in accordance with the contract specifications (iii) Shall have no defects arising out of design, materials or workmanship (iv) Shall satisfactorily perform the functions for which it is designed. The Supplier shall warrant that the

equipment supplied under this contract is : (v) In accordance with the contract specifications. (vi) The equipment shall have no defects arising out of design, material or workmanship & the complete

equipment shall be warranted for 12 months from the accepted date of commissioning. Any failed assembly/ sub assembly/ parts due to design, manufacturing or workmanship defect during this warranty period shall be supplied by the supplier free of cost and shall not be drawn from the performance guarantee spares purchased by CCL. Any defect arising observed on this account will have to be attended immediately.

(vii) The supplier must ensure that there is no major breakdown due to manufacturing / design defects during the warranty period. In case such breakdown occurs the purchaser reserves the right to extend the warranty period suitably. The warranty shall cover for total equipment so that ultimate/ comprehensive responsibility lies only with the Equipment Supplier although components may be supplied by different suppliers to the Bidder.

(B.11) SPECIAL CONDITION : The offered type & model of equipment shall have proven performance as per the Eligibility Criteria for proven supplier for at least one year completed on or before the date of issue of tender with same offered configurations, which means The offered configuration of major assemblies/ subassemblies such as Motor, Starter, Drive unit, Drive drum, Gear box, Coupling, Idlers, Rollers, Tail-end, Hold back device, Electromagenatic brakes, Pull chord switch, Belt sway switch, Zero speed/belt sequence switches and Other Safety Devices etc. (with same features or upgraded version) fitted on the quoted model of machine should be same as that of machine supplied in the past and have proven performance for at least one year completed on or before the date of issue of Tender. The clear, legible & complete order copies along with all addendums/Annexure shall be submitted along with the offer or else the offer shall be treated as non-responsive. If demanded by CCL, the original order copy against proven-ness shall have to be shown for verification. The onus of providing necessary proof documentarily that all offered major assemblies make & models are exactly same lies on the bidder. (B.11.1) Bidder to upload as a separate attachment a scanned authenticated copies of self certification duly Ink signed, confirming that the quoted Model of equipment has performed satisfactorily for a minimum period of 01 year from the date of commissioning of the equipment and the desired parameters of the performance (Guaranteed availability) of the equipment stipulated in the supply order received and executed have been met and no warranty / guarantee claim is pending against the supply orders received and whose copy(s) enclosed by the bidder along with their offer to establish their provenness for the quoted Model of Equipment. (B.12) QUALITY ASSURANCE:- (B.12.1) The Supplier shall furnish legible (preferably printed) Quality Assurance Plan (QAP) details for various stages of manufacture duly authenticated by the Authorized Quality department personnel. The Quality Assurance plan shall comply with an internationally recognized quality assurance standard such as ISO 9001 or latest. (B.12.2) The Supplier shall provide facilities to Purchaser or their authorized representatives for progress inspection during manufacture at his works and furnish all test data available in this regard for quality control, both for bought out items and his own manufactured items. (B.12.3) The Purchaser or his agent, when so required by him, shall also be provided with samples of “bought-out” materials for the purposes of undertaking independent tests which independent tests shall be at the expense of the Purchaser. PART: C - EQUIPMENT SPECIFICATIONS:- SCOPE OF SPECIFICATION: This specification is intended to cover the technical requirements for the Design, Engineering, Manufacturing, Fabrication, Supply of Mechanical & Electrical equipment, Tools and Instrument Kit, spares for warranty period, Civil & Structural work, Erection & Commissioning of Belt Conveyor System at Churi-Benti Mine of CCL in NK Area. NOTE (1) : The scope of specification includes interconnection chute for directing coal from under discharge pulley of conveyor to the skirt board of the following conveyor also to be included with the scope of work (Supply & erection). The mother plate of such chute is considered to be 10 mm thick MS plate IS: 2062 with renewable liner of 10 mm thick. SAIL HARD / SAILMA for only wearing out surfaces.

1.0 DUTY CONDITION OF TROUGHED BELT CONVEYOR:-

(a) DUTY:- (i) Main Incline conveyor to be installed at Surface (TB1) and tail end at underground. (ii) Trunk/Gate Belt Conveyors to be installed at Underground as per layout drawing given.

(b) SPEED: As per manufacturer’s design and duty condition. (c) MATERIALS TO BE CONVEYED: ROM Coal. (d) AMBIENT ENVIRONMENTAL CONDITION: Wet and Abrasive. (e) DENSITY OF MATERIAL : 0.85 to 0.90 (f) SIZE OF LARGEST LUMP: 300 mm. (g) TYPE / LENGTH OF TAKE UP: As per manufacturer’s design & site condition. (h) ANTI ROLL BACK DEVICE: To be provided. (i) TYPE OF BELT JOINTS: Hook joint / Fluxo joint. (j) LIFT: As per site condition (as specified), but within limit of Motor KW.

2.0 ELECTRICALS:- 2.1 MOTOR:- (a) FOR SURFACE BELT CONVEYORS: Continuous duty, Capacity of the Motor shall be as perSchedule of

requirement given above. (TEFC Squirrel cage Induction Motor conforming to IS: 325, having Class “F” insulation & IP 55). Make of Motor:Kirloskar / BHEL/ Marathon / Siemens /ABB/Any make having Provenness criteria as per NIT.

(b) FOR UNDERGROUND BELT CONVEYORS: DGMS Approved, FLP, Continuous duty, Capacity of the Motor shall be as perSchedule of requirement given above. (TEFC Squirrel cage Induction Motor conforming to IS: 325 & IS: 2148, having Class “F” insulation & IP 55). Make of Motor:Kirloskar / BHEL / Marathon / Siemens /ABB/Crompton Greaves/Mather & Platt/ Any make having DGMS approval and Provenness Criteria as per NIT.

2.2 STARTER: The scope of work includes Starter to motor cable supplying and erectionand supplying, cabling for the safety switches and audible alarms are included in the scope of supply for all length of conveyors. (a) FOR SURFACE BELT CONVEYORS : To be automatic, Air break, suitably designed, NFLP Starter (Star-

Delta or DOL as per requirement of the system), For controlling the driving motor and conforming to relevant IS standards and having under mentioned features. (i) Adjustable Thermal/ Magnetic over current release with adjustable time setting - 75% to 150% or

80% to 160% and having inherent single phase prevention device. (ii) Earth leakage protection device, instantaneous type rated at 5 Amps, CBCT operated current setting

- 40% to 100% of primary leakage current. Fully interlocked isolating device, provision of reversing isolators, NO-NC features.

(iii) Incoming, outgoing and through going cable boxes for PVC Mining cables of suitable size. (iv) Provision for remote control, pull chord switch connection. (v) Connections should be rated for 200% of full load current.

Make of Starter: Andrew Yule /Macneill&Magor /Sait Mine Line / /L&T / Electrotechnica./Prabhu / Any make having Provenness criteria as per NIT.

(b) FOR UNDERGROUND BELT CONVEYORS:- To be automatic, Air break, suitably designed, DGMS approved, FLP, Star-Delta Starter, for controlling the driving motor and conforming to relevant IS standards and having under mentioned features. (a) Adjustable Thermal / Magnetic over current release with adjustable time setting - 75% to 150% or 80% to

160% and having inherent single phase prevention device. (b) Earth leakage protection device, instantaneous type rated at 5 Amps, CBCT operated current setting - 40%

to 100% of primary leakage current. Fully interlocked isolating device, provision of reversing isolators, NO-NC features.

(c) Incoming, outgoing and through going cable boxes for PVC Mining cables of suitable size. (d) Provision for remote control, pull chord switch connection. (e) Connections should be rated for 200% of full load current.

Make of Starter: Andrew Yule /Macneill&Magor / Mine Line / Prabhu / Volga / L&T/Electrotechnica./ Any make having DGMS approval and Provenness Criteria as per NIT.

3.0 MECHANICALS:-

3.1 DRIVE UNIT: The Tandem type drive unit shall be as per manufacturer’s design to suit with duty & Site conditions. The drive unit shall be robust, compact and modular design so that individual components can be taken out and replaced without dismantling of adjacent parts. The unit having the same dimensions shall be easily interchangeable. The drive unit comprising of Tandem drum assemblies, Gear Boxes & Motors shall be coupled with Input Couplings. The Tandem drum assemblies fitted with spur gears driven through suitable design helical gear boxes, spigot located to the drum frame. The external output pinion of the gear box engages with drive drum spur gears to provide second stage reduction. The gears and bearings are splashed lubricated and having provision of grease nipple for lubrication of non-drive end drum’s bearings. The motors are coupled to the gear boxes input shafts through fluid couplings. The power unit can be fitted to either side of the drive head. To accommodate adverse slope condition Anti Roll Back devices are to be provided. The drive unit shall be mounted on skids. The drum frame and base frame fabricated from channels, angles and plates are to be precisely machined for mounting drum assemblies, gear boxes, motors with perfect alignment. Feature of drive heads are:- 1. Heavy duties shaft and bearings. 2. Reinforced drums. 3. Compact in design. 4. Easy to handle & can be dismantled separately for transportable size. The Tandem drums are carried on roller/ ball bearings mounted on drum frame and are driven by heavy duty spur gears totally enclosed in a steel casing which forms an integral part of the drum unit structure. The frame is to be rigid welded assembly, accurately machined for correct alignment of the drums and correct engagement of the spur gears, having a vertical joint at the centre, so that it can be split to form two separate assemblies. Dowels are provided for locating the two single drum units. The reduction gear box is spigot located and bolted on the side of the drum unit. The case of the gear box is conveniently split along the horizontal centre and carries first stage helical reduction gears mounted on the roller /ball bearings. The output pinion of the gear boxes, the teeth of which are cut integral with the shaft are extended to engage with drum unit of spur gear to provide second stage reduction. The pinion and gears are machine cut and hardened as per BS 436/ 1967. The traction type fluid couplings are provided between motors and gear boxes input shafts. The motor is bolted on a fabricated base frame accurately machined to carry the motor on correct alignment. 3.2 DISCHARGE GIB: The discharge gib shall be mounted directly to the drive head. The gib head shall contain discharge pulley, snub pulley, counter weight / spring loaded belt cleaner and hanging lugs. The discharge drum shall be capable of adjustment for tensioning/ alignment purpose. The arrangement of adding intermediate section in between the drive unit and discharge drum shall be provided. 3.3 DRIVE DRUM: The drum shall be rolled from tested quality steel plate conforming to IS : 2062 and not less than 16 mm thick and dynamically balanced. The shafts are of EN24 or better, conforming to BS 970 or C-40 of Indian Standard. The drum shall be provided with suitable bearings with provision of easily accessible grease nipple for lubrication. Bearings shall be protected against ingress of dust and moisture by oil /felt seals. The outside diameters of the drums are accurately machined and the extension of the shafts are machined to fit tandem gear wheels. Diameter of the driving drum shall be suitably designed so as to suit 1000 mm, PVC conveyor belting of 5 ply rating. Minimum face width of drum shall be equal to belt with plus 150 mm. The drive drum shall be lagged with 12 mm thick natural rubber lagging. Only in case of TB1 type-8 belt will be used. 3.4 EQUALISING GEAR: Equalizing gears shall be of forged alloy steel rim and CI centre and are shrunk fitted. The gears are cut in a hobbing machine so that helix angle is same and proper meshing as per BS 436/1967 and adequately hardened. The equalizing gears are mounted on the extended driving drum shafts and are fitted in a totally enclosed gear casing. The service factor of equalizing gears should be 1.6 (Minimum). 3.5 REDUCTION GEARS : The reduction gear boxes are helical type completely enclosed in a leak proof and dust proof chamber. The gear should be splashed lubricated. The gear box will be rated for service factor with IS 7403 and will not be less than 1.6 times motor capacity. The gears shall be high precision machine cut, adequately hardened and lapped in accordance with international standards and rated for 50,000 working hours (minimum). Suitable oil level indicator, drain plug and breather are to be provided. The gear shafts are supported on ball/roller bearings of sufficient capacity conforming to relevant Indian/ International standard. 3.6 COUPLING: The traction type fluid coupling shall be provided in between the motor shafts and gear box input shaft. The output pinion of the gear box will engage to the drive drum equalizing gear to provide second stage reduction. 3.7 OTHERS MECHANICAL:- (a) CONVEYOR STRUCTURE:- (i) The conveyor frame shall consist of rolled steel channel sections conforming to relevant IS standard to suit

with duty requirement. Length of individual section shall not exceed 3 meters and provision shall be

incorporated for joining of section permitting a play of 3° to 4° in the vertical plane or as per manufacturer’s design.

(ii) Stools to be provided for supporting the frame which shall consist of verticals supports made out off rolled steel channel section of appropriate dimension conforming to relevant IS standards. The stools should have provision for mounting of return rollers on adjustable fixture and the height should be so as to leave clearance between return roller and ground for 300 mm. Section of cross bracing shall be as per manufacturers design.

(b) IDLERS:- (i) The idlers shall consist of three rollers of equal length for carrying idler. Idler should be of either seamless of

ERW tube construction with spindle made of steel equivalent to EN-8 BS 970 or C-40 of Indian Standard. Idler bearing should be single row deep groove ball bearings and shall be provided with suitable labyrinth seal on outer side and felt seal on the inner side. Idler should be sealed and greased for life. Idlers spacing should be maximum 1000 mm.

(ii) The return Idlers shall be of grease packed type and of seamless or ERW tube construction with spindle made of steel equivalent to EN-8 BS 970 or C-40 of IS quality steel. Idler bearing to be single row deep grooved ball bearing provided with adequate sealing arrangement to serve dual purpose i.e. retention of lubricant and to exclude ingress of dirt. Spacing for return idlers should be maximum 3000 mm.

(iii) Impact rollers shall be provided in adequate number (8 sets of 3 rollers / set) at all loading & transfer points spacing for impact idler should be maximum 450 mm (loading point assumed one).

(c) SELF ALIGNING IDLERS (TOP & RETURN) :- (i) 3-roll troughed self aligning idler similar to design of carrying idler on swiveling base to be provided on the

top belt run. Spacing – 15 Meters. However 2 such sets must be provided near head drum at 5 mtrs spacing. (ii) On return side self alleging idler similar to design of return idler on swivelling base to be provided near tail

drum. Spacing – 3 mtrs. However 2 such sets must be provided near head drum at 10 mtrs spacing. (d) TRANSTION IDLER: 3 sets of transition idlers at both end of the conveyor should be provided of 5°, 10° &

20° toughing angle.

(e) Thickness of Carrying Idlers /Return Idlers tube shall not be less than 5.4 mm.

(f) OTHER FEATURES OF IDLERS:-

(i) Troughing angle, Forward till and Length of idlers - As per manufacturer’s design. (ii) Trausome plate, Bracket for Return Rollers and Bracket for Idlers - As per manufacturer’s design. (iii) To dynamic friction factor of idlers shall not be more than 0.02.

(g) TAIL-END: The tail-end unit shall be of compact design carrying drum similar to discharge drum. The drum

should be completely encased with inspection door, for cleaning if required. Suitable skirt board should be fitted with rubber liners over the entire length of the tailed section, if necessary one section ahead to ensure zero spillage around loading point. Provision for anchoring / jamming shall be made. Shell thickness not to be less than 12 mm, with tensioning arrangement.

(h) DECKING PLATE: Deck plate of thickness 3.15 mm and stiffness shall be provided in sufficient quantity to cover a total run of 60 meters in both side (Tail-end & Discharge end) of belt conveyor & railings with sufficient no. of horizontal member & vertical member.

(i) SKIRT BOARD: Skirt board fitted with soft rubber, to facilitate vertical adjustment shall be provided to a length of 10 meters.

(j) BELT CLEANING DEVICE:- (i) Hosch make or equivalent make sprung blade type belt scrapper to be provided at the discharge drum.

Other suitable means for Belt cleaning may be provided as per manufacturer’s design. (ii) Two Vee-Type plough scrapper should be provided on the return belt-near the tail drum and the other at

the loop take up.

(k) LOOP TAKE UP: It should be suitably designed to meet with duty condition of the conveyor system and as per Mine condition.

(l) HOLD BACK DEVICE: Suitable hold back device shall be provided to avoid rolling back of the conveyors belt in loaded conditions due to power failure or otherwise.

(m) ELECTROMAGNETIC BRAKES: Necessary electromagnetic brake shall be provided with the conveyor after calculating the coasting time.

(n) PULL-CHORD SWITCHES: For stopping the conveyor from any point along with the conveyor length FLP

pull cord switches should be provided on one of the entire length of conveyor. It shall be provided with trip and re-set arrangement, mounted on the cover of the Pull chord switches, at every 50 meters intervals. The pull cord rope should be of PVC sheathed GI wire.

(o) BELT SWAY SWITCHES: NFLP/FLP belt sway switches should be provided both side along with the conveyor length at a regular interval of 50 meters. Belt sway switches shall also be provided near head drum, tail drum, and drive drum. These switches should be auto reset double contact type, one for advance indication of excessive belt sway and the other for tripping the conveyor.

(p) ZERO SPEED/BELT SEQUENCE SWITCH: One number belt speed monitoring switch per conveyor should be provided which will stop the conveyor in case of slipping or snapping of the belt or in case of belt speed failing below 80% of the rated speed, these switches shall also serve as belt sequence switch for the proceeding conveyor.

(q) AUDIBLE ALARM AND PULL-CORD SYSTEM: Audible alarms will be installed at intervals of 45 m along the roadway of the Belt conveyor system. At the time of starting of the belt conveyor system, a warning signal is to be emitted by the audible alarms for at least 20 seconds. In case of fault in the transport section, the system shall be provided with emergency tripping facility by means of a pull-cord connected with a switch. The Belt conveyor system should stop immediately if the pull-cord is pulled at any point. The pull chord switches shall be installed at intervals of 45 m. The rope of the pull cord switch shall be made of standard galvanized iron wire of 3 mm diameter with PVC coating on it. Providing DGMS approved type cable for Pull-cord and Audible alarm and its commissioning is also included in the scope of work for all along the length of conveyors.

(r) SAFETY GUARD: Expanded metal/sheet safety guard should be provided at drive head, tail drum and loop-take up structure complying with latest relevant Indian standards.

NOTE : Any other items which may be required for the erection, testing and commissioning at Churi-Benti Mine of CCL in NK Area. However, any other item(s) which are not specified herein but may be required for completing of Belt Conveyors System and its safe & efficient operation is/are also included in the Scope of Supply. In case any of the parts specified above is (are) redundant /not applicable for the system offered due to variation in design, the same shall be indicated by you which will be acceptable only if the absence of the part(s) do not adversely affect the functioning, performance and safety of the system. 4.0 REFERENCES: All equipment and spares offered under this bid shall be according to the following norms/rules and standards:- 4.1 ELECTRICAL: Indian Standards / Central Electricity Authority Regulations, 2010 (with latest revision) for Measures Relating to Safety and Electric Supply / Coal mines regulation 1957 / Related DGMS Circulars. 4.2 MECHANICAL: Indian Standards/ Coal mines regulation 1957/ Related DGMS Circulars. 4.3 Standards currently in force in the country of manufacturer of the equipment and spares shall be applied, provided that they are similar or superior to the standards mentioned above. 4.4 All measurements, dimensions, weights, etc. of equipment and spares shall be indicated in SI units. 4.5 In case of non-availability of relevant IS, then equivalent International Standard will be applicable. 4.6 The following Indian Standards are referred to in, and form part of, the Specification as applicable. (a) IS:325-1996 - Three-Phase Induction Motors – Specification. (b) IS:3682-1966 - Specification For Flameproof Alternating Current Motors For Use In Mines. (c) IS/IEC 60079-1:2007 - Explosive Atmospheres Part 1 Equipment Protection by Flameproof Enclosures “D”. (d) IS-4691:1985(R2004) - Degrees of Protection Provided By Enclosure For Rotating Electrical Machinery. (e) IS/IEC 60079-0:2007 - Electrical Apparatus for Explosive Gas Atmospheres - Part 0: General Requirements. (f) IS/IEC 60079-11:2006- Explosive Atmospheres Part 11 Equipment Protection by Intrinsic Safety “I”. (g) IS/IEC 60529 : 2001: Degrees Of Protection Provided By Enclosures (IP Code). (h) IS/IEC 60034-5:2000 : Rotating Electrical Machines - Part 5: Degrees Of Protection Provided By The Integral

Design Of Rotating Electrical Machines (IP Code) – Classification (i) IS/IEC 60947-4-1:2000: Low-Voltage Switchgear And Control gear, Part 4 Contactors And Motor-Starters,

Section 1- Electromechanical Contactors And Motor-Starters

(j) IS/IEE 60947-3:1999-Low-Voltage Switchgear And Control gear, Part 3 Switches, Disconnectors, Switch-Disconnectors And Fuse Combination Units.

(k) BS 970-3:1991-Specification for Wrought steel for mechanical and allied engineering purposes — Part 3: Bright bars for general engineering purposes.

(l) IS:2062 :2011- Hot Rolled Medium and High Tensile Structural Steel [MTD 4: Wrought Steel Products]. (m) IS:7403 :1974- Code of practice for selection of standard worm and helical gear boxes [PGD 31: Bolts, Nuts

and Fasteners Accessories]. (n) IS:9295 :1983- Steel tubes for idlers for belt conveyors [MTD 19: Steel Tubes, Pipes and Fittings]. (o) IS:4776-1 (1977): Specification for Troughed Belt Conveyors, Part I: Troughed Belt Conveyors for Surface

Installation [MED 6: Mechanical Engineering]. (p) IS:4776-2 (1977): Troughed Belt Conveyors, Part II: Troughed Belt Conveyors for Underground Installation

[MED 6: Continuous Bulk Conveying, Elevating, Hoisting Aerial Ropeways and Related Equipment]. (q) BS:436/1967 : Regarding Drive unit. (r) IS:11592:2000 : Selection and design of belt conveyors — code of practice

5.0 HOURLY RATED CAPACITY: To be tested at site on 30 (thirty) operating days average immediately after commissioning under operating conditions as stated in the ITB (Information to be provided by the Bidder). The equipment may be operated at the supplier's discretion either by the supplier's personnel or by the Purchaser's personnel who are to be authorized by the supplier. 6.0 INSPECTION & QUALITY CONTROL BEFORE DISPATCH: Before dispatch, the finished material shall be subject to inspection by the authorized/representatives of the purchaser. The inspection shall be carried out in the presence of the manufacturer, in terms of upto date Engineering practice and relevant Indian Standards. 6.0.a The manufacturer shall make available to the inspector, the required test facilities with necessary support for conducting the tests as per the ISS and supply order. 6.1 SEPCIAL MATERIAL: In addition to the prescribed inspection and quality control measures adopted by the conveyor manufacturer/suppliers, during testing of raw materials, sub-assembly and final assembly, manufacturer’s shall be ready to provide test certificate for mechanical properties and chemical compositions of raw materials/special materials used for different Sub-assembly of conveyor system from Govt. test laboratories without any cost to CCL. Sample for such special materials are to be selected as per relevant Indian standards (latest). 6.2TEST RIG FOR IDLERS AFTER ASSEMBELY: The Idlers shall be tested for no load run on a suitable test rig capable of running at a suitable speed higher than rated speed for a given time. This test rig speed shall not exceed 3 to 4 times the rated speed. 6.3NO LOAD TEST RUN OF CONVEYOR DRIVE HEAD: The conveyor drive head comprising of motor, reduction gear, coupling, driving drum etc. mounted on a composite rigid base frame shall be subjected to a no load test run for few hours to check for temperature rise and any other abnormal condition including too much noise etc. The conveyor manufacturer shall furnish a test certificates in duplicate for the above. 6.4 The following additional test also may be carried out at option of the purchaser and all facilities for carrying such shall be extended by the above supplier at this own cost : (i) Diameter checking of all items. (ii) Materials test certificates for materials of constructions. (iii) For idlers the following tests shall be carried out :-

(a) Friction factor test. (b) Idler running test at high speed. (c) Test for dust proof and water proof. (d) Ovality test of finished idler. (e) Alignment and co-axially test of idler set assembly.

(iv) For pulleys following test shall be carried out :-

(a) Checking out of roundness. (b) Static balancing test.

(v) Test of brought out items from its manufacturer’s.

12.0TOOL AND TACKLES: Following tools and tackles shall be supplied along with the conveyor for dismantling, assembling and maintenance for mechanicals as well electrical as per details given at Part-A, Sl. No. (A.2)(I) above. 13.0 The supplier shall be responsible for the erection and commissioning of the equipment at site. The supplier shall depute qualified and competent Engineer(s) to supervise the entire assembly, erection and commissioning of equipment free of cost for suitable man days including Sundays & Holidays if worked per machine for erection, commissioning and test running, as well as training in operation and maintenance of the equipment at site.

Commissioning shall include testing of the equipment at maximum rating undermine operating conditions as specified to the satisfaction of the user. The project shall provide Cranes and handling equipment. The general tools & tackles as well as special tools supplied with the equipment for commissioning, maintenance & repair of machine shall also be available to the supplier. The technicians/ expert shall remain at site following commissioning until all necessary personnel of purchaser are fully conversant with the maintenance and operation of the equipment. Suitable accommodation for the service personnel shall be provided during Installation, Erection/Assembly, Commissioning and Performance Testing as per availability at site on chargeable basis (for meals only). The bidders shall confirm to provide after sales service by its service engineer during its one (01) year guaranty period and balance two (02) years extended warranty period atleast one visit per quarter. 14.0Since you are having no local depots presently,you shall immediately open a Local depot and shall stock aforesaid essential items for their offered equipment model in event of placement of order on them.

 

(D. P. Roy) (A.K.Singh) Asst. Manager (P) Chief Manager (P)

ANNEXURE-IV

Recommended Spare Parts & Consumables for 1styear of operation of equipment after expiry of Guarantee Period

Item Description Qty. Unit Basic Rate (Rs.)

FILLER BREATHER 5 5000.00

OIL SEALS 20 500.00

O-RINGS 5 300.00

CLEANERS 8 5000.00

SKIRT RUBBER 8 4000.00

EHT BRAKE LINERS 16 2000.00

FLUID COUPLING RUBBER CAM RINGS 10 4000.00

FLUID COUPLING FUSIBLE PLUG 10 1000.00

TROUGHING ROLLERS 400 1000.00

PULL CORD SWITCHS 4 4500.00

BELT SWAY SWITCHS 8 4500.00

ZERO SPEED SWITCHS 1 15000.00

AVA 4 13000.00

(D. P. Roy) (A.K.Singh) Asst. Manager (P) Chief Manager (P)

ANNEXURE-V

Recommended Spare Parts & Consumables for 2nd year of operation of equipment after expiry of Guarantee Period

Item Description Qty. Unit Basic Rate (Rs.)

FLUID COUPLING 4 180000.00

BACK STOP 4 50000.00

TROUGHING ROLLERS 400 1000.00

RING FEEDERS 4 15000.00

PULL CORD SWITCHS 8 4500.00

BELT SWAY SWITCHS 16 4500.00

ZERO SPEED SWITCHS 1 15000.00

AVA 8 13000.00

(D. P. Roy) (A.K.Singh) Asst. Manager (P) Chief Manager (P)