Post on 11-Feb-2017
transcript
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 1
EASTERN COALFIELDS LTD. ( A Subsidiary of Coal India Limited)
Chairman-Cum-Managing Director’s Office,
Materials Management Department,
Sanctoria, P.O. Dishergarh -713 333, Dist-Burdwan (W.B.), India
Phone No. 0341-2523606 & FAX 0341-2522061 / 2520459
E-mail:eclpurchase05@gmail.com .CIN-010101WB1975GOI030295
Purchase Order No: 05855010 (12) Dated: 14.04.2015
M/s Bengal Tools Ltd., Phone no: 033-25502487
2- Jessore Road, Kolkata-700028 E-id: bndas@shrachi.com (Please quote Purchase Order No. & Date in all your correspondence)
Type of Tender : Domestic Open tender
Whether Govt. /PSU/ Private : Private
Whether MSE/Ancillary : MSE-NSIC registered
Dear Sir,
Sub: Supply of 1400 mm wide, U.G. Belt conveyor complete with FLP Electrical
Ref: 1) Tender no. ECL/PUR/E/ 05/ 51411071/ 1400MM & 800MM Belt Conveyor /099
Dated: 21.08.2014, opened on 26.09.2014 (offline) and 27.09.2014 (online)
2) Your Offer No. BTL/MHD-1987-TF_EMD/14/4656 dated 15.09.2014, online offer
against E-tendering and all subsequent letters & mails
With reference to the above, we are pleased to place order on you for supply of following items
as per prices, specifications, terms and conditions indicated here in under including Technical
specification at Annexure- X and also “General Terms & conditions of supply of Stores”
attached as Enclosure-6 of the NIT:
01. Scope of supply:
Sl
Item description
Qty
(sets) Price element
Order price
(Rs.)
1
1400 mm wide, 1200 TPH,
700 Mtr Length, 150 Mtr
Lift, UG Belt Conveyor
complete with 6.6 KV FLP
Electricals, suitable for PVC
Belting
[Material code: 13751202]
1 Basic price 2,15,00,000.00
ED @ 12.50% 26,87,500.00
VAT @ 5.00% 12,09,375.00
P&F 0.00
Freight 2,35,000.00
Transit Ins 0.00
Other charges 0.00
Total 2,56,31,875.00
Total order value: Rs. 2,56,31,875.00 (Rupees Two Crore Fifty Six Lakhs Thirty One
Thousand Eight Hundred and Seventy Five) only.
Brand Name/Model : BTL
02. Price: The above prices are on F.O.R. Destination basis and shall remain FIRM till
completion of supply.
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 2
03. Excise Duty & Educational Cess: Shall be payable at actuals as legally liable at the time of
supply against submission of documentary evidence within the scheduled delivery period.
Current rate is 12.50% (including Educational Cess & Higher Education Cess).
Refund/credit, if any, obtained shall be passed on to ECL, which shall be certified by your
auditor. However, in case of decrease in Excise Duty within and beyond the original delivery
period, the same will be applicable.
04. Sales Tax: VAT shall be payable at the rate of 5%. Any increase in VAT within the original
delivery period may be considered on the basis of merit after receipt of request from you
with supporting documents. However, in case of decrease in VAT within and beyond the
original delivery period, the same will be applicable.
05. Packing and Forwarding charges: Nil
06. Freight charges, up to destination: Shall be payable at actual limited to amount indicated
under scope of supply (clause no.1).
07. Insurance charges, up to destination: Nil. Safe delivery of the consignment to consignee
will be your responsibility at your cost & risk.
08. Security Deposit: Exempted, since you are registered with NSIC
09. Delivery period: Within 4 (Four) months from the date of issue of order. However, early
delivery shall be acceptable.
No materials shall be dispatched against this Purchase Order after expiry of the delivery
period unless formal extension of delivery period is issued to you in writing from this office.
Delivery of any materials against this order in violation of this clause shall be at the sole risk
of the suppliers. Except under specific instructions delivery to stores is restricted up to 3.00
p.m. on all working days except Saturdays.
10. Consignee: Depot Officer, Jhanjra Area Store, ECL, P.O.- Laudoha, Dist- Burdwan
11. Paying Authority: General Manager (Finance)-I/C, ECL, CMDs Office, Sanctoria, P.O.
Dishergarh, Dist. Burdwan (West Bengal).
12. Terms of Payment: 100% payment shall be made within 21 (twenty one) days of receipt and
acceptance of materials by the consignee or submission of bills together with documents
stipulated in the order, whichever is later.
Payment would be made through e-payment, the details for which shall be as under:
A) Name of the Payee in Block Letters BENGAL TOOLS LIMITED
B) Address 2, JESSORE ROAD, DUM DUM,
KOLKATA – 700 028
C) Bank A/c No. of Payee 30997439620
D) Name of the Bank State Bank of India
E) Name of the Branch & Branch Code RM-IV, Commercial Branch, Code: 7502
F) PAN CARD No. of Payee AADCS7466G
G) INDIAN FINANCIAL SERVICE CODE
(IFS Code)
SBINO007502
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 3
13. Submission of Bills: You shall have to submit bills (five copies) to the consignee along with the
consignment and challan along with the requisite document, specified in Order. The consignee
shall then send SR Notes, Challan, Inspection Note and Three copies of bills (including original)
and any other requisite documents to the Paying Authority.
a) The following additional information should be incorporated in your invoice as per Central
Excise Act so that ECL may avail CENVAT Credit under rule 11(2) of Central Excise Rules.
i) Name of the Consignor
ii) Address of the Consignor
iii)Centralized Central Excise Registration No. of Consignor
iv) Address of Corporate Office
v) Central Excise Division
vi) Central Excise Range
vii) Commissionerate
viii) TIN No. & VAT No.
ix) Name and address of the Consignee
x) Central Excise Registration No. of Consignee
xi) Central Excise Range, Division and Commissionerate of Consignee
xii) Description and classification of goods
xiii) Time and Date of removal
xiv) Mode of Transport and Vehicle Registration No. & RR No.
xv) Rate of Duty
xvi) Quantity and Value of Goods
xvii) Excise Duty, Primary Edu. Cess & S.H. Edu.Cess
xviii) Invoice should in Triplicate. (Original for buyers, Duplicate for Transporter and
Triplicate for Consignor/Assessee).
b) Information relating to ECL to be incorporated by you in your invoices :
a) Centralized Central Excise Registration No. of ECL: AAACE7590EEM001
b) Address of Corporate Office: Office of CMD, ECL, Sanctoria-713 333.
c) Central Excise Division: Asansol II, Senraleigh Road, Asansol-713 305
d)Central Excise Range : Kulti, X-10, South Road, Burnpur- 713325
e) Commissionerate: Bolpur (West Bengal).
f) TIN No. & VAT No. : 19741701222 & 19741701028.
g) Centralized Service Tax Registration No. of ECL : AAACE7590EST007
Separate bills (five copies)/Challan should be raised for each consignment.
One copy of the Dispatch documents of the each consignment should invariably be forwarded to this
Office, ECL, HQ. Sanctoria. Following documents, duly authenticated by you, wherever required,
should be submitted along with Bill(s) –
I. 100% Bill(s) in Quintuplicate duly pre-receipted and stamped.
II. Receipted challan
III. Copy of the Consignment note
IV. Price Certificate
V. Price Fall Clause Certificate
VI. Any other documents specified in the order
14. Mode of Dispatch: Materials shall be dispatched by Road freight paid.
It shall be your responsibility to arrange for the stores being sufficiently and properly packed for
transport by road so as to their being free from loss or injury on arrival at destination. The
packing of the stores shall be done at your expense. Way Bill, if required, may be obtained from
consignee for which a request may be sent to them indicating following details – 1. TIN/VAT No.
2. VAT No.
3. Full address with pin code
4. PAN No.
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 4
15. Inspection:
i. No initial inspection will be made. Final inspection will be made at the consignee’s end
after receipt of the materials and the same shall be final and binding upon the supplier.
ii. If any stores are rejected, consignee will have liberty to:-
a) Allow the supplier for satisfactory replacement of the rejected part within a specified
time and supplier will bear the cost of replacement such as freight etc. and any such
replacement will be without being entitled to any extra payment.
b) Buy elsewhere the quantity of stores similar to those rejected at the risk and cost of the
supplier.
c) Terminate the contract whether in part or whole. Rejected part / quantity shall have to be
removed by the supplier within 15 days of receipt of intimation of rejection.
d) Pre-dispatch inspection and tests:
• Special Materials: In addition to the prescribed inspection and quality control
measures adopted by the conveyor manufacturers/ suppliers during raw materials,
sub-assembly and final assembly stages, the manufacturers/ suppliers should be
prepared to furnish without extra charge, test certificates covering mechanical
properties and chemical composition for special raw materials used (e.g. materials
for idler or drum shaft). This certificate should be from approved testing
Laboratories e.g. small industries services, Institutes, laboratories or CMERI,
Durgapur or NPL, New Delhi etc. Samples for such special materials are to be
collected as per relevant latest Indian Standards, Codes of Purchaser’s
representatives from manufactured components of the equipment.
• No Load Test Run of Conveyor Drive Head: The conveyor drive head
comprising of reduction gear, coupling, driving drum etc. mounted on a
composite rigid base frame shall be subject to a no-load test run for few hours to
check for abnormally high temperatures or abnormal conditions including too
much noise. The conveyor manufacturer shall furnish a test certificate in duplicate
for the above no-load tests. The following additional tests also may be carried out
at the option of the purchaser and all facilities for carrying out such tests shall be
extended by the supplier at their own cost.
� Dimensional checking of all items.
• For pulleys following tests shall be carried out:
� Checking of out of roundness.
� Static balancing test.
� Test of bought out items.
• The manufacturer shall make available to the inspector the following documents
during the inspection. All drawings shall conform to the IS: 696 amended up to
date and all dimensions shall be in milli-metres.
� General arrangements dimensional sketch of complete conveyor.
� Drive unit and discharge drum assembly indicating plan, side and front
views complete with all important dimensions and clearances including
bolt hole centres for foundation.
� Tail drum arrangement.
� Take-up arrangement.
� Constructional drawings of typical idlers showing all important details.
� Notarized copy of valid DGMS approval for supplied applicable
Electricals, with authorization from the firms.
� The supply shall accompany manuals & catalogues.
� The conveyors should be manufactured adopting proper jig and fixture so
that future interchangeability is fully ensured.
� All bearing should have grease nipples.
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 5
� The supply must incorporate the calculation of HP of the conveyor.
� Copies of Drawing related to Sl. 27.1.1 to 27.1.5 & copies of Single Line
Electrical layout of the starters.
• Interchangeability: Similar rated gear boxes, pulleys and other sub-assemblies
must be fully interchangeable without the need for any modification.
• COMPLIANCE WITH STANDARDS: The components shall comply with the
relevant latest Indian Standards specifications and codes of practices or in their
absence the equivalent BS/DIN/USA or equivalent International Standards. Safety
arrangement should be provides as per IS code (IS: 7155), CEAR 2010 amended
up to date and as per valid DGMS approval.
16. DGMS Approval: Each and every supply of all electrical must be accompanied with
notarized copy of valid DGMS approval, failing which the consignment will not be accepted.
17. Guarantee/Warranty: The equipment offered shall be covered by a guarantee in respect of
materials, workmanship and performance. The period of guarantee shall be at least 12 months
after the equipment is commissioned or twenty four months after receipt & acceptance of
equipment at the consignee's end, whichever is earlier. The supplier shall make good, free of
cost, any defective part in machinery where defect(s) develop under proper use and arises
solely from faulty materials/ workmanship within the guarantee period, and the guarantee also
includes bought out items by the manufacturer as deemed fit by the user/consignee.
The supplier warrants that the goods supplied under the contract are new, unused of the most
recent improvement in design and materials unless provided otherwise in the contract. The
supplier further warrants that all goods supplied under this contract shall have no defect
arising from design, materials or workmanship (except when the design and/ or materials is
required by the purchaser's specification) or from any act or omission of the supplier, that
may develop under normal use of any act or omission of the supplier, that may develop under
normal use of the supplied goods in the conditions prevailing in the country of final
destination.
18. Performance Bank Guarantee: You will have to furnish a Performance Bank Guarantee on
any nationalized/scheduled bank in India for 10% landed value of the materials including
taxes and other levies etc. on order as a coverage towards the supplier’s performance against
the contract, in the standard format enclosed in Annexure-B. The Performance Bank
Guarantee must be submitted before supply of first consignment against order and is to be sent
directly by the bankers to the office of GM (MM) by registered post. No payment will be done
without submission of Performance Bank Guarantee. The PBG period will cover the
Guarantee/Warranty period plus three months. The validity of PBG may be extended in case
the ordered items do not work satisfactorily within the Guarantee/Warranty period. The Bank
Guarantee should be furnished on a Non-Judicial Stamp paper worth �.100/= or more and as
per the standard format of ECL. The stamp paper for the purpose of Bank Guarantee must be
in the name of the issuing Bank. The total value of the PBG shall be Rs. 25,63,188.00 (Rupees
Twenty Five Lakhs Sity Three Thousand One Hundred and Eighty Eight Only). The PBG
will be released after expiry of the Guarantee/Warranty period, if no claim is pending, with the
approval of Competent Authority. No payment will be made without submission of
Performance Guarantee.
19. Manufacturer’s Guarantee and Test Certificate: Manufacturer’s Guarantee and Test
Certificate should be furnished by you along with the each & every supply.
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 6
20. Price Certificate: You will have to certify on the bill that the prices charged are not higher
than that applicable to all your customers including Coal Company and other Indian Govt.
Deptt./Organization/DGS&D/CIL and its Subsidiaries etc.
21. Price Fall Clause: (A) The prices charged for the stores to be supplied under the purchase
order by the supplier shall in no event exceed the lowest price at which supplier sells the
stores or offers to sell the stores of identical description to any customer during the tenure of
the supply order.
(B) If any time during the said period, the supplier reduces the sale price, sells or offers to
sell such stores to any other customer at a price lower than the ordered price, they shall
forthwith notify such reduction of sale or offer to sell to us to enable us to amend the rates of
the order.
22. Liquidated Damages: In the event of failure to delivery or dispatch the stores within the
stipulated date/period in accordance with the samples and/or specifications mentioned in the
supply order and in the event of breach of any of the terms and conditions mentioned in the
supply order, we have the right:
a) To recover from you, as agreed, liquidated damages, a sum not less than 0.5% (half
percent) of the price of any stores which you have 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%.
b) To purchase elsewhere, after due notice to you, on your account and risk the stores not
supplied or other 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
your risk and cost and also
d) To extend the period or delivery with or without penalty as may be considered fit and
proper, the penalty, if imposed shall not be more than the agreed Liquidated Damages
referred to in clause (a) above.
e) To forfeit the security deposit full or in part.
f) Whenever under this contract a sum of money is recoverable from and payable by you,
Coal India Limited and its subsidiary companies 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 you in this or any other contract. Should this sum be not sufficient to
cover the full amount recoverable, you shall pay Coal India Limited and its subsidiary
companies on demand the remaining balance. You shall not be entitled to get any gain on
any such purchase.
23. Force Majeure: If the execution of the supply order is delayed beyond the stipulated in this
supply order as a result of outbreak of hostilities, declaration of an embargo or blockade, or
fire, flood, acts of nature or any other contingency beyond your control due to the act of God
then Eastern Coalfields Limited may allow such additional time by extending the Delivery
period, as it considers to be justified by the circumstance of the case and our decision shall be
final. If and when additional time is granted by ECL the supply order shall be read and
understood as if it had contained from its inception the delivery date as extended.
24. Identification Mark: Identification mark i.e. Maker's name etc. shall be
embossed/engraves/purchased on bulk materials at visible place which is not subject to wear
and tear for easy identification at any point of time.
Manufacturer’s distinctive identification mark and manufacturing year should be
embossed/punched/or otherwise legibly indicated on the visible non-wearable place of the
items except Nuts & Bolts because of lack of space for punching/embossing on these items.
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 7
Only tag is to be attached in each of the above items i.e. nut & bolts indicating therein part
number, description, year and month of manufacture.
25. After Sales Service: You have to provide after Sales & Service as and when required by
ECL. You shall also have to ensure free commissioning of the machine and free training for
operation & maintenance of the machine to ECL personnel.
26. Terms and conditions of Notice Inviting Tender and/ or Tender Documents are an integral
part of this Purchase Order.
27. Any terms and conditions not specifically mentioned in the order, shall be governed by the
General Terms & Conditions of Supply of Stores” as mentioned in Enclosure 6 of the tender
documents. Further, any terms and conditions not specifically mentioned anywhere in the
“General Terms & Conditions of Supply of Stores”, shall be governed by the provisions of
the Purchase Manual which is available in the web-site of Coal India Limited namely –
www.coalindia.in.
28. Jurisdiction: Any dispute arising out of this contract shall come under the sole jurisdiction
of Court at Asansol, West Bengal.
Encl : Annexure –X (Technical specifications)
Annexure – B (Format for Performance Bank Guarantee)
Annexure - D (Format for Integrity pact)
Yours faithfully,
For and on behalf of Eastern Coalfields Limited
Asst. Manager (MM) (Pur) Chief Manager (MM)(Pur)
Copy to:
1. CVO/GM (E&M)/GM (MM)(Stores)/GM(Fin.)IC, ECL(HQ).
2. Progress Cell, ECL (HQ) – This is covered against IC no. 51411071 dated 14.07.2014
B.C No: CB/PSLW-PRJ/P&M/15-16/19 dated 08.04.2015 and F.C No: GM(F)/UG Belt
Conveyor/15-16/22 dt 10.04.2015 for Rs. 4,97,76,440.00
3. SM (F) (Bills) ECL (HQ). email: billeclhq@gmail.com
4. Depot Officer, Jhanjra Area Store, ECL, P.O.- Laudoha, Dist- Burdwan
5. Shri J. N. Mishra,IAS,(Retd)- 2/77,Vijay Kand, Gomati Nagar, Lucknow-226010.
6. Shri Rakesh Jaruhar- Sector-B/9, Flat no.6547, Vasant kunj, New Delhi-110070
7. GM (MM) –CIL/WCL/CCL/BCCL/SECL/NCL/MCL/NEC.
8. Asstt. Commissioner, Commercial Taxes, Central Section, 14, Beliaghata Road, Kolkata
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 8
Annexure –X (Technical specifications) TECHNICAL SPECIFICATION FOR 1400 mm WIDE , 1200 TPH , U.G. BELT
CONVEYOR COMPLETE WITH 6.6 KV, FLP ELECTRICALS
A
1400 mmWIDE,700 MTR.LENGTH,150 MTR LIFT U.G. BELT
CONVEYOR COMPLETE, WITH 6.6 KV ELECTRICALS,
SUITABLE FOR PVC BELTING QUANTITY-1(ONE) SET
ACCEPTED
1.0
DUTY: The conveyors are to be used for transport of (-) 200 mm mixed
with ROM coal with some contamination of shale, stone and other foreign
material. The conveyors may have to deal with maximum lump size upto 400
mm and may have to operate in a humid, dusty and wet condition. The
ambient temperature may vary upto 500 C and maximum 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 need
to be designed for operation round the clock, at the designed load, other duty
parameters including Lift.
ACCEPTED
2.0
SCOPE OF SUPPLY: The scope of supply shall include the complete
conveyor system with different accessories in required quantity in terms of
the detailed specifications forming part of the tender specification. It shall,
inter-alias, include the following:-
ACCEPTED
2.1 Capacity: 1200 TPH ACCEPTED
2.2 Length: 700 Mtrs. for A , suitable for PVC Belting ACCEPTED
2.4 Lift for A & B : 150 Mtr. ACCEPTED
2.5 Foot mounted motor for A & B: Power 2x 300KW SQIM, Syn. Speed-
1500 RPM with matching 2 nos. starters of 6.6KV for dual drive. ACCEPTED
2.6 Gear Box suitable for twin drive with respect to above motor. Output R.P.M
should be such that Belt speed shall be 2.5 Mtr/Sec ACCEPTED
2.7 Base Frame, ACCEPTED
2.8 Couplings, fluid coupling to be of steel body aqua filled high starting torque
type ACCEPTED
2.9 Discharge drum assembly, ACCEPTED
2.1 Pulleys, ACCEPTED
2.1 Hold back devices(adequate strength with manual bypass arrangement), ACCEPTED
2.12 Electro-hydraulic thrustor brake, ACCEPTED
2.13 Conveyor frames, ACCEPTED
2.14 Stool for supporting conveyor frames, ACCEPTED
2. 15 Idler frames, ACCEPTED
2. 16 Idlers – Carrying, return, impact, self-aligning & transition, ACCEPTED
2. 17 Decking Plates, ACCEPTED
2. 18 Skirt Plates, ACCEPTED
2. 19 Belt cleaning devices, ACCEPTED
2. 20 Bearings and Plummer Blocks, ACCEPTED
2. 21 Electrically operated motorized loop take-up, ACCEPTED
2. 22 Tail End, ACCEPTED
2. 23 Guardings, ACCEPTED
2. 24
Pull cord switches including suitable pulling wires & connecting cables
along the belt with 20 Mtrs interval up to Tail End and with lock out facility
and Light Signalling Unit provided with suitable Gong (Bell). Suitable rated
& no. L.S. unit having transformer of voltage ratio 550V on primary side &
110V/24V/12V tappings on secondary side.
ACCEPTED
2. 25 Belt sway switches on both sides of the conveyor along the belt with 40
Mtrs. Interval & also at drive & discharge drum. ACCEPTED
2. 26 Zero speed switch/ belt sequence switch, ACCEPTED
2. 27 Required complete structure for full length. ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 9
2. 28 Loud hailing communication system with suitable connecting cable along
belt with 20 Mtrs interval up to tail end. ACCEPTED
2. 29 All applicable electricals should be as per CEAR 2010 amended up to date
and have valid DGMS approval. ACCEPTED
2.3
Any other accessories required for successful & safe operation of the
conveyors to meet the system requirement including control cable connected
with zero speed belt sway & Pull Cord Circuit. ACCEPTED
3.0 DRIVE UNIT
3.1
Drive unit consisting of the Drive Drum Assembly, gear reducers, motors
and other components shall be mounted on a common rigid base frame. The
unit shall be robust and compact. The design shall be modular so that
individual components can be taken out and replaced for repair and overhaul,
with minimum dislocation of other components. The unit shall be so built as
to facilitate dismantling into sub-assemblies and re-assembly at site. The
design should facilitate easy maintainability of all components.
ACCEPTED
3.1.1
The conveyor system shall have twin drive consist of twin drive pulleys of
not less than 1000 mm diameter and identical overall dimensions and also
with extensions on both the sides to fix gear boxes and motors on both the
sides of the drums. Each drive shall be able to be driven either by one or both
the motors.
ACCEPTED
3.1.2
The drive drums shall have to be arranged by additional bend pulleys in such
a way so that both the drive pulleys drive on the clear side of the belt with
maximum angle of lap. ACCEPTED
3.1.3
The motors, fluid couplings, flexible couplings with Rubber Resilent
coupling, brakes, anti-roll back devices etc. shall be of same rating and speed
characteristics. ACCEPTED
3.1.4 The difference in speed between the primary and the secondary shall be well
within the slip characteristics of motors or the couplings. ACCEPTED
3.1.5 The drive shall be very compact in design so that the same can be easily
installed in underground coal mines gallery. ACCEPTED
3.1.6
The characteristics of the drive unit should be compatible with the
characteristics of the driven equipment so that in advance conditions the
equipment can be started at full load. At the same time it shall be possible to
run the conveyor with less numbers of motors ( Less Power) as may be
required to cater for reduced load of coal.
ACCEPTED
3.2 BASE FRAME:
3.2.1
The common base frame for the Drive Unit shall be made of tested quality
rolled steel joists, suitably braced or built in fabricated steel sections, so that
the unit in operation is vibration free. The motor, reduction gear box,
couplings and drive pulleys shall be properly aligned in the works of the
manufacturer, before the supply is effected. Dowel pins shall be provided
with gear boxes, motors and Plummer blocks for proper alignment. No. and
size of foundation bolts provided for grouting onto a concrete base or fixing
to steel structure should be sufficient to ensure not only to permit a stable
operation of the Drive but also to withstand any untoward tension that may
develop in the operation of the conveyor. The driving drums shall be
reasonably clear off the ground so that the bottom run of the belt shall not
foul with any structure.
ACCEPTED
3.2.2
Necessary access to clean the material falling at the bottom of drive drum
shall be provided. The base frame shall be machined at necessary places to
receive the motors, reducers and bearing housing of the drum unit. ACCEPTED
3.3 DRIVE DRUMS:
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 10
3.3.1
The diameter and thickness of the shell of the drive drums shall be
determined by the manufacturer, taking into consideration, the duty
parameters and type of belting specified. However, in no case, the diameter
and shell thickness shall not be less than 1000 mm and 20 mm respectively.
The face width shall not be less than 1600 mm. The drive drums shall have
suitable lagging. The thickness of the lagging shall not be less than 16 mm.
The lagging shall have diamond pattern grooves.
ACCEPTED
3.3.2
The drum shaft shall be of suitable steel (in no case less than C-40 steel).
The drum shaft shall preferably be connected to the hub through ring
feeder/equivalent keyless shaft to hub connection. ACCEPTED
3.4
COUPLING: Flexible gear couplings shall preferably be used for power
transmission on low speed side. The hub & sleeves of the geared coupling
shall be of forged C-40 steel and bolts shall be of alloy steel. Suitable fluid
coupling (Rubber Resillence type) shall be used on high speed side.
ACCEPTED
4.0 GEAR REDUCERS
4.1
The reduction gear boxes shall be foot mounted suitable for twin drive,
conforming to suitable Indian Standard, completely enclosed in leak proof
and dust proof chamber of standard size to allow natural cooling and running
in oil bath (splash lubrication).Noise leval should be within permissible
limit.
ACCEPTED
4.2 Thermal rating of each gear reducers at 500 C. Ambient temperature shall not
be less than the rating of its drive motor. ACCEPTED
4.3 The gear box shall be rated for service factor in accordance with IS: 7430
with latest amendment . ACCEPTED
4.4
The gears shall be high precision, preferably machine building class,
machine cut, hardened and lapped in accordance with the highest
Indian/International standards. The gears shall have a rated life of 50,000
working hours minimum. The temperature of the lubricant in the gear boxes
shall not exceed 65º C when running continuously under full load conditions
of maximum ambient temperature of 50º C in the shade.
ACCEPTED
4.5 The high speed shafts shall be extended suitably for providing electro-
hydraulic thruster brakes. ACCEPTED
4.6
Suitable oil level indicator, magnetic drain plug and metallic breather shall
be provided. There should be provision for incorporating probe for level
indicator, low level oil and trip. ACCEPTED
4.7 The gear box housing shall be so split as to enable easy maintenance. ACCEPTED
4.8
For the purpose of quick alignment and for easy installation, dowel pins shall
have to be provided. The body shall be split type and made of fabricated/
cast steel as per IS: 1030 – 1982 with latest amendment, Gr. 26-52. ACCEPTED
4.9
Gear shafts shall be supported on roller bearing of ample capacity and
dimensionally conforming to relevant standard. Similar rated gear box must
be interchangeable.
ACCEPTED
5.0 LOOP TAKE-UP
5.1 Horizontal, segmented type,Motorised (electric) Loop take-up shall be
provided of suitable length. ACCEPTED
5.2
The moveable take-up drum shall be on wheels between two guide channel
for easy tensioning. There shall be provision for ‘V’ type plough scraper and
wire netting on either side over the complete span. The attachment of rope to
the take-up trolley shall be such that there shall be no chance of non-
alignment of trolley while pulling.
ACCEPTED
6.0 DRUMS
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 11
6.1
Diameters: All the drums shall be of welded steel construction and statically
balanced. Solid end discs shall be designed to give maximum strength. The
diameters of the drums shall be as per IS: 8531 – 1977 amended up to date.
However, it should not be less than 1000 mm for drive and discharge drums,
800 mm for tail, take-up & high tension snub drums and 630 mm for low
tension snub drums. The machining tolerance of individual parts of the
drums assembly should comply with IS: 919(current). The diameter & shell
thickness out of roundness shall not exceed ± 0.5 percent of the drum
diameter. All the pulleys shall be stress-relieved.
ACCEPTED
6.2 Face widths of the drums shall not be less than 1600 mm. ACCEPTED
6.3
Shell thickness of the drums shall be suitable for taking bending loads on the
drums. This shall not be less than 20 mm for drive, tail & discharge drums
and 16 mm for other drums.
ACCEPTED
6.4
Bearing & Plummer Blocks: All drums shall be provided with self aligning
ball/roller bearings to suit the loading conditions, for heavy duty conditions,
where shaft diameter exceed 70 mm, spherical roller bearings shall be
provided. Bearing housing shall be provided with grease nipples for
Lubrication purpose. All lubrication nipples shall be readily accessible
without removing the guards. Bearings shall be protected against ingress of
dust and moisture by providing suitable seals on both sides. Life of bearings
shall not be less than 50,000 working hrs. The drums of same diameter shall
have similar size and type of bearings for standardization. Plumber blocks
shall be of cast steel construction.
ACCEPTED
6.5
Drum Shafts: All drum shafts shall be a minimum of C-40 steel as per IS:
1570 (current). The drum shafts shall preferably be connected to hub through
ring feeder/ equivalent keyless shaft to hub connections.
ACCEPTED
6.6
All drums of conveyors shall have stiffeners except the tail drum and snub
drums on lesser tension side. The drive drums, tail drum & discharge drum
shall be lagged. ACCEPTED
7.0 CONVEYOR FRAME
7.1
The conveyor frame shall consist of ISMC 150 stringers connected by ‘N’
shaped cross bracings of at least ISA 50X50X6. Individual sections shall be
3000 mm long so as to facilitate easy assembly at site without any match
marks and having any reference to left and right of the conveyor. At the
same time top and bottom idler frames when assembled on the stringer shall
have their position at right angles to the longitudinal axis of the conveyor.
Provision shall be made for joining of sections with permitted play in the
vertical plane of the order of 30 to 4
0. The conveyor frame shall be complete
with supporting stools. Holes for fixing the supporting stools shall be drilled
on stringer channel for intermediate structures. Stools for support of
conveyor frame shall consist of vertical supports ISMC 150 with base plate
to enable fixing of stool on foundation and with adjustment for the flat return
roller. The height of the stools shall be such as to give clearance between
return roller and ground of at least 500 mm. The plates of the stools shall be
suitably drilled for grouting.
ACCEPTED
8.0 IDLERS ACCEPTED
8.1
The carrying and return idler & idler sets shall conform to IS: 8598 (Idler &
Idler sets for Belt Conveyors). Lengths of individual Roller shall conform to
IS: 8598 (Current & all idlers shall be drop-in-type).
ACCEPTED
8.2
Diameter of Idler, shell thickness for carrying, return & Impact Idlers shall
be as indicated. Idlers rollers of diameter less than following shall not be
accepted.
ACCEPTED
8.3 The Idlers will be guaranteed for minimum 30,000 working hours
unconditionally. ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 12
8.4 PARAMETE
RS Carrying Idlers
Return
Idlers Impact Idlers
O.D. of Steel
Tube(mm): 152.4
152.4
114.3 ACCEPTED
Tube
thickness(mm): 5.4 5.4 5.4 ACCEPTED
Spindle dia in
mm 30 30 30 ACCEPTED
Length of
spindle in mm Carrying (530)
Return
(1600) Impact (530) ACCEPTED
End slot of spindle should be 22 mm width Both for Carrying, Return and Impact
Idlers. ACCEPTED
Length mm carrying ( 530 mm) Return
(1600 mm) Impact ( 530 mm) ACCEPTED
O.D. of rubber
disc(mm) - - 152.4 ACCEPTED
Steel tubes(Heavy ERW) used in the manufacture of Idler & Idler set shall conform
to IS: 9295 (Steel tubes for idlers for troughed belt conveyor) ACCEPTED
Idler spacing shall be as under:-
Belt
Width(mm) Carrying Idler(mm)
Return
Idler(mm) Impact Idler(mm)
1400 1000 3000 450 ACCEPTED
8.7
The bearing housings shall be processed from cold rolled annealed sheets,
extra deep drawing quality. The bearing housing surface shall be finished to
M7 (min) to IS: 919 (current). The thickness of the sheet shall be minimum
5.4 mm and thickness of housing at any cross section should not be less than
3 mm.
ACCEPTED
8.8
The bearing housings shall be press fitted & welded at both ends of the idlers
tubes simultaneously using inert gas / submerged welding equivalent
continuous arc welding. The bearing housing on both ends of the tube shall
be co-axial. The welds shall be tested for strength and penetration. The
details of this shall clearly be furnished in the tender.
ACCEPTED
8.9
The bearing housing shall be charged with an adequate quantity of good
quality grease capable of remaining free from hardening & separation
consistent with the sealed for life design & Idler should have sufficient space
for grease on either of the idlers.
ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 13
8.10
The radial run out of the idler shall be minimum & shall not exceed 0.8 mm,
seize resistant Ball bearings with C3 clearance & dimensionally conforming
to relevant Indian Standards are selected according to bearing manufacturers
recommendation for rated life of at least 30,000 working hours shall be
needed.
ACCEPTED
8.11 IDLER SHAFT: Idler shaft shall be made of steel not inferior to C-40 of IS:
1570 (Schedule for wrought steel for general engineering purposes). ACCEPTED
8.12 IDLER ARRANGEMENT: ACCEPTED
8.12.1 CARRYING IDLERS: The carrying idlers set shall consist of three rollers
of equal lengths. The troughing angle shall be 35 deg. ACCEPTED
8.12.1.1 The Angle of Tilt: ACCEPTED
8.12.1.1.1
The angle of tilt of side idlers shall be towards the material flow and the
angle of tilt shall be marked on the frame. Arrow mark shall be given
indicating the tilting direction. ACCEPTED
8.12.1.1. The side rollers for the purpose of training shall not be accepted except when
these form part of self-alignment of on swiveling base. ACCEPTED
8.12.1.2 The direction of belt travel shall be marked on the frame by arrow head. ACCEPTED
8.12.2 RETURN IDLERS: The return idlers shall be of single roll type. ACCEPTED
8.12.3 IMPACT IDLERS: The impact idler shall be used at all transfer points.
Four sets each of 3 impact idlers shall be provided for each transfer points. ACCEPTED
8.12.4
SELF ALIGNING IDLERS: On the carrying side two sets of self aligning
troughing idlers shall be placed at 5 metre spacing from head & tail pulleys
and the spacing of intermediate self aligning troughing idlers shall be 15
metres. On the return side two sets of self aligning return idlers shall be
placed at 10 metre spacing from head and tail pulleys and the spacing of
intermediate self aligning return idlers shall also be provided near the drive
& take-up pulley. In case of short conveyors at least one set of self aligning
idlers shall be provided on the carrying and return run.
ACCEPTED
8.12.5
WING ROLLERS: Wing rollers shall be of appropriate design and capable
to withstand the thrust of carrying belt also material of shell conform to IS:
9295 amended up to date.
ACCEPTED
8.12.6
TRANSITION IDLERS: Transition idlers shall be used adjacent to head &
tail pulleys to permit gradual transition from fully troughed section of belt to
a flat faced pulley eliminating high stress concentration in belt. The
transition length and the number of transition idler shall be selected
depending upon the tension, type & size of belt, number of plies and other
necessary governing factors.
ACCEPTED
8.12.7 Friction factor shall not exceed 0.02 for 1% of the idlers selected at random
shall be tested and the average result shall not exceed this figure. ACCEPTED
8.12.8
End cap thickness(Min.), shell thickness, spindle dia. at bearing shall be
clearly spelt out with drawings by tenderer along with data required with the
offer. ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 14
8.13 IDLER BRACKETS: ACCEPTED
8.13.1 The brackets for the carrying idlers shall be of rigid frame construction to
withstand shock loads resulting from large lumps. ACCEPTED
8.13.2
The fixing arrangement of carrying and return idlers shall be such as to
permit adjustment of the idler sets for purposes of belt tramming allowance
for such adjustments shall be provided on both sides of the conveyor and the
play shall not be less than 10 mm on either side.
ACCEPTED
8.14 The idlers shall be of drop-in type to enable easy replacement. ACCEPTED
9.0
TAIL END: The tail end unit shall be compact design carrying tail drum.
The drum shall be completely enclosed with inspection door for cleaning if
required. Suitable skirt plate shall be fitted with rubber liners over the entire
length of tail end section. 3.15 mm thick deck plate shall be provided 50 Mtr.
from Tail end and entire loop take-up portion from drive end. Provision
should be there for anchoring / jamming the unit. The tail end should be
completely fitted with impact idler 152 mm O.D. over rubber disc (114.3
mm dia. steel tube).Dust collector fitted with scroll to be attached to tail end
drum.
ACCEPTED
10.0
SKIRT PLATE: Suitably located skirt plates shall be provided at every
loading point for a distance of 5 metre to prevent spillage. At their
commencement, these plates shall be placed about two thirds of belt width
apart and they shall widen out in the direction of belt travel. These plates
shall be mounted on to the stringers give a clearance of at least 50 mm from
the belt surface and this gap shall be closed by a soft solid fire resistant
neoprene strip fixed to the skirt plates by means of slotted holes to permit
adjustment necessitated by wear. The neoprene strips shall be approx. 12 mm
thick and 100 mm wide. Piece of conveyor belting shall not be used for this
purpose. The skirts should flare slightly upwards from the chute to prevent
the materials from wedging.
ACCEPTED
11.0
DECKING PLATE: Formed steel sheet decking plates to protect bottom
belt against spillage should be provided. The thickness of decking plate shall
not be less than 3.15 mm. The corrugation should be provided in the deck
plates parallel to the width of the conveyor for providing strength
ACCEPTED
12.0 BELT CLEANING ARRANGEMENT ACCEPTED
12.1
Counter weighted/ spring loaded rubber scraper or neoprene scrapers shall be
provided at discharge drum. The neoprene strip used with the scraper shall
be minimum 12 mm thick and of suitable width shall be fixed suitably to
facilitate easy mounting & smooth working.
ACCEPTED
12.2
A ‘V’ type plough scraper (600 angle) shall be provided on the return belt
near the tail drum. In conveyors using loop/vertical gravity take up ‘V’ type
plough scraper shall also be provided near the snub drum forming part of
take-up unit to prevent material spilled on the return belt, from damaging the
belt or chocking the take up drums.
ACCEPTED
12.3 The conveyors shall be provided with a self-cleaning type rubber disc return
idler near the head drum for cleaning the return belt. ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 15
13.0
HOLD BACK DEVICE: Suitable hold back devices shall be provided for
preventing running back of the conveyor belt in loaded conditions due to
power failure or otherwise. It shall be released instantly when power resumes
or the delay is removed. Suitable manual by-pass facility should be available
in the Hold Back devices so that the belt can be run in the opposite direction,
if required.
ACCEPTED
14.0
ELECTRO-HYDRAULIC THRUSTER BRAKE: Necessary electro-
hydraulic thrustor brakes shall be provided with the conveyors after
calculating the coasting time.
ACCEPTED
15.0 ACCESSORIES
15.1
Pull Cord Switches: For stopping the conveyor from any point along the
conveyor length, pull cord switches shall be provided on one side of the
whole conveyor length. This shall be totally enclosed, dust and vermin proof,
with trip and reset levers mounted along with main walkway side at regular
interval of minimum 20 metre (with min. one per conveyor). The pull cord
rope shall be of PVC sheathed GI wire. The switches should be FLP with
lock out facility & with inter connected cable throughout the belt as per
required IS.
ACCEPTED
15.2
Belt sway switch: Totally enclosed, dust and vermin proof, FLP belt sway
switch shall be provided on both sides along the conveyor length at a regular
interval of 50 metres. Belt sway switches shall also be provided near head
drum, drive drums. These switches shall be auto reset, double contact type,
one for advance indication of excessive belt sway and the other for tripping
the conveyor.
ACCEPTED
15.3
Zero speed switch/ Belt sequence switch: One number belt speed monitoring
switch per conveyor shall be provided which will stop the conveyor in case
the belt speed falls below 80% of the rated speed. These switches shall also
serve as belt sequence switch for the preceding conveyor. Block chute
indication should also be provided.
ACCEPTED
16.0 GUARDING
16.1
Guarding on the conveyor shall comply with the relevant latest Indian
Standards. The guards shall be of expanded metal conforming to IS: 412
(current). ACCEPTED
16.2 The minimum clearance between the guards and moving parts and the size of
opening in guarding shall be as per abone/ Relevant IS/Statue. ACCEPTED
16.3
Slots 30 mm suitably reinforced may be provided in guards for insertion of
bars for cleaning. The minimum distance between any moving parts of the
conveyor and any part of the slot shall be 300 mm. ACCEPTED
16.4
Guards shall totally enclose all parts as far as practicable prevent access to
the part i.e. for in-running belt tips, the guard around which an operator can
put his arm shall extend at least 900 mm from the belt.
ACCEPTED
17.0 MOTOR
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 16
17.1
Both will be 2 x 300 KW, TEFC FLP Induction motor of squirrel cage type
suitable for work with 6.6 KV service Voltage, in gassy coal mine with
Motor Protection Relay (suitable for restricted earth neutral system),
synchronous speed 1500 rpm, insulation minimum class F, high torque, foot
mounted integral type, with IP-55 protection as per IS: 4691 amended up to
date. The motor should be capable of developing 200% full load torque as
starting torque, with starting current limited to 600% full load current.
ACCEPTED
17.2 The motor shall be capable of giving rated output without reduction in the
expected life span when operated continuously in the system.. ACCEPTED
17.2.1 Variation in voltage: ± 10% ACCEPTED
17.2.2 Frequency: 50 cycles/sec ± 3% ACCEPTED
17.2.3
The motor shall be suitable for full voltage D.O.L. starting. This shall be
capable of starting and accelerating to the rated speed along with the fully
loaded driven equipment without exceeding the acceptable winding
temperature even when the supply voltage is 80% of the rated voltage
through out the starting period. The motor shall be capable of three equal
speed starts in an hour from hot conditions, two starts in quick succession
from cold condition and one restart from hot condition.
ACCEPTED
17.2.4
The locked rotor current shall not exceed six times the rated full load current
subject to tolerance as given in IS-325. The drive unit supply should also
include a fully solid state temperature monitoring system with remote
indication and alarm for bearings, motors and fire prevention in the areas of
the driven drums.
ACCEPTED
17.2.5 Cable end boxes shall be suitable for receiving 6.6 KV grade PVCDWA
cable, respectively (for A & B), suitable for restricted earth neutral system. ACCEPTED
17.2.6
The independent earthing points shall be provided in accordance with IS:
3043 on opposite side of the motor for bolted conditions. Motors shall be
provided with eye-bolts, lugs or other means to facilitate lifting.
ACCEPTED
17.2.7
The design, manufacture, installation, performance and testing shall conform
to the latest revisions of the Indian Standards equivalent to IEC standard for
the applicable motor type and rating latest Indian Electricity Act, CEAR
2010 and IS: 325.
ACCEPTED
17.2.8
The motor vibration shall be within the limits specified in IS: 4729.
Vibration shall also be within the limits specified by the relevant standard for
the driven equipment when measured at motor bearing. ACCEPTED
STARTER
18.0
The supply shall be complete with 2 nos. suitable FLP D.O.L. starter as per
service voltage i.e. 6.6KV for A & B. needed in composite panel forabove
motor. This shall be supported by a skid or platform so that it will not be in
direct contact with floor. Proper tapping should be provided to connect the
starter for the purpose of stator monitoring/ health monitoring the remote
control.
ACCEPTED
18.1
The starters shall have vacuum contactors 200% rated at AC 4 duty
condition and should also incorporate adjustable time delay 0 to 60 seconds,
O/L, single phasing preventor and E/L to suit restricted earth neutral system. ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 17
18.2
The voltage rating of the starter shall be 6.6KV at a frequency of 50 Hz. The
system of supply is restricted earth neutral system. The no load voltage may
vary by ± 6%. The contactors shall hold even at 80% of the rated voltage. ACCEPTED
18.3
The starter shall afford, to the motor protection against short circuit,
overload, under/no voltage, earth leakage and single phasing. All semi-
magnetic and magnetic electric controls shall be provided with fuses for
control circuits. The control circuit shall have provision to incorporate
sequence operation of the conveyor and tripping for an operation of various
protective devices enumerated above. The remote control circuits
incorporating belt protection devices, remote start, stop etc. shall be
intrinsically safe and as per CEAR 2010 amended up to date for use in
Underground Gassy Mines.
ACCEPTED
18.4 The starter shall be complete with incoming, outgoing, through going cable
sealing and dividing boxes, as well as sealing boxes for control cables. ACCEPTED
18.5
The composite panel shall house the contactors for both the motors of the
drive. A suitable timer may be incorporated in the panel to enable staggered
start of the motors. ACCEPTED
18.6 Starters should have facilities for coupling/connecting/monitoring console. ACCEPTED
19.0 COMPLIANCE WITH STANDARDS
19.1
The components shall comply with the relevant latest Indian Standards
specifications and codes of practices or in their absence the equivalent
BS/DIN/USA or equivalent International Standards. Safety arrangement
should be provides as per IS code (IS: 7155), CEAR 2010 amended up to
date and as per valid DGMS approval.
ACCEPTED
20.0 INSPECTION AND QUALITY BEFORE DESPATCH
20.1
Special Materials: In addition to the prescribed inspection and quality control
measures adopted by the conveyor manufacturers/ suppliers during raw
materials, sub-assembly and final assembly stages, the manufacturers/
suppliers should be prepared to furnish without extra charge, test certificates
covering mechanical properties and chemical composition for special raw
materials used (e.g. materials for idler or drum shaft). This certificate should
be from approved testing Laboratories e.g. small industries services,
Institutes, laboratories or CMERI, Durgapur or NPL, New Delhi etc.
Samples for such special materials are to be collected as per relevant latest
Indian Standards, Codes of Purchaser’s representatives from manufactured
components of the equipment.
ACCEPTED
20.2
No Load Test Run of Conveyor Drive Head: The conveyor drive head
comprising of reduction gear, coupling, driving drum etc. mounted on a
composite rigid base frame shall be subject to a no-load test run for few
hours to check for abnormally high temperatures or abnormal conditions
including too much noise. The conveyor manufacturer shall furnish a test
certificate in duplicate for the above no-load tests. The following additional
tests also may be carried out at the option of the purchaser and all facilities
for carrying out such tests shall be extended by the supplier at their own cost.
ACCEPTED
20.2.1 Dimensional checking of all items. ACCEPTED
20.2.2 For pulleys following tests shall be carried out: ACCEPTED
20.2.2.1 Checking of out of roundness. ACCEPTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 18
20.2.2.2 Static balancing test. ACCEPTED
20.2.3 Test of bought out items. ACCEPTED
22.0
IDENTIFICATION MARK: Identification mark i.e. Maker's name etc.
shall be embossed/engraves/purchased on bulk materials at visible place
which is not subject to wear and tear for easy identification at any point of
time.
ACCEPTED
26.0 NOTE: Along with offer & supply following must be submitted-
26.1 2 Copies of Drawing related to Sl. 27.1.1 to 27.1.5 & 2 copies of Single Line
Electrical layout of the starter
NOTED &
SUBMITTED
26.2 Notarized copy of valid DGMS approval for supplied applicable Electricals,
with autharization from the firms.. NOTED &
SUBMITTED
27.0 GENERAL
27.1
The following drawings in triplicate shall accompany the offer failing which
it may be passed over. All drawings shall conform to the IS: 696 amended up
to date and all dimensions shall be in milli-metres.
NOTED &
AGREED
27.1.1 General arrangements dimensional sketch of complete conveyor. SUBMITTED
27.1.2
Drive unit and discharge drum assembly indicating plan, side and front
views complete with all important dimensions and clearances including bolt
hole centres for foundation. SUBMITTED
27.1.3 Tail drum arrangement. SUBMITTED
27.1.4 Take-up arrangement. SUBMITTED
27.1.5 Constructional drawings of typical idlers showing all important details. SUBMITTED
27.2 All electricals should be FLP & should have valid DGMS approval. ACCEPTED
27.3 The offers shall accompany manuals & catalogues. ACCEPTED
27.4 The conveyors should be manufactured adopting proper jig and fixture so
that future interchangeability is fully ensured. ACCEPTED
27.5 All bearing should have grease nipples. ACCEPTED
27.6 The offer must incorporate the calculation of HP of the conveyor. ENCLOSED
28.0 NOTE:
28.1
Interchangeability: Similar rated gear boxes, pulleys and other sub-
assemblies must be fully interchangeable without the need for any
modification. ACCEPTED
28.2
Standard: While Indian Standards have been specified I.E.C., British or
General Standards may also be considered, if assessed to be not inferior to be
corresponding Indian Standard. NOTED
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 19
29.0 INFORMATION TO BE FURNISHED BY THE TENDERER
29.1 Main Parameters:
29.1.1 Conveyor Designation:
Conv.BTL-A-1400
B/Wx2x300KWx70
0 Mtr, Conv.BTL-B
1400 B/W x 2x 300
KW x 600 Mtr.
29.1.2 Quantity: 1 No. Each.
29.1.3 Width in mm: 1400 mm
29.1.4 Length in M: (A) 700 Mtr (B) 600
Mtr
29.1.5 Lift in M: 150 Mtr for both
(A) & (B)
29.1.6 Speed in M/sec: 2.5 Mtr/Sec.
29.1.7 Capacity in TPH: 1200 TPH
29.1.8 Type of Drive: Tandem Drive
29.1.9 Type of Take-up: Motorized
Horizontal Winch
29.1.10 Drive KW: 2 x 300 KW
29.1.11 Troughing Angle of carrying idlers: 35 deg
29.1.12 Name of the Manufacturer: Bengal Tools
Limited (BTL)
29.2 Drums (All types):
29.2.1 Diameter (OD) in mm:
1000mm for
Drive,Discharge,800
mm for Tail & Take
Up
29.2.2 Shell thickness in mm 20mm for Drive &
Diven & 16mm for
Tail & Take up.
29.2.3 Diameter of shaft in mm 180 dia at bearing
29.2.4 Material of shaft C--40/En8
29.2.5 Size & type of bearings: Spherical Roller
Bearing
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 20
29.2.6 Type of construction of Drums: Welded
construction
29.2.7 Details of ribs & stiffeners provided inside the drum shell: Adequate nos. of
stiffener as required
shall be provided.
29.2.8 Type of shaft & hub collection: Keyless connection
29.2.9 Type of sealing, if any for the bearings: Shall be provided
29.2.10 Lubrication arrangements: Shall be provided
29.2.11 Bearings life guaranteed for (Hours): 50000 Hrs
29.2.12 Out of roundness of drums:
29.2.13 Type of lagging on drive/ discharge drums and details: Rubber Lagging
16mm thick
29.2.14 Width of each drum in mm: 1400 mm
29.2.15 Make: BTL Make
29.3 Idlers (All types):
29.3.1 Diameter (OD) in mm 152.4 mm
29.3.2 Length of roller in mm:
Carrying Roller-
530mm, Return
Roller-1600mm
29.3.3 Wall thickness of tube in mm Carrying-
5.4m,Return-5.4
mm
29.3.4 Diameter of spindle in mm: Carrying-20mm at
bearing, Return-
30mm at bearing
29.3.5 Material of spindle: En-8/C-40
29.3.6 Size & type of bearings:
Seize Resistant
Bearing size-
Carrying-
204,Return - 206
29.3.7 Details of sealing arrangement:
Assembled with
Labyranth seal,dust
cover, rain cap at
both ends detailed
in the drawing.
29.3.8 Approx. capacity of grease cavity: Shall be adequately
filled as required
29.3.9 Whether end shell can be opened for re-greasing or not: Yes
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 21
29.3.10 Bearing life guaranteed for (Hours): 30000 Hrs.
29.3.11 Eccentricity/ ovality of the idlers: 0.8 mm
29.3.12 Idler tube construction (Seamless/ERW): ERW Tube
29.3.13 Weight of idler set: Carrying roller
15kgx3=45kg
29.3.14 Weight of moving parts:
Carrying roller
each 15 kg,Bottom
roller each 45.9 kg,
Impact roller each
22 kg.
29.3.15 Shore hardness of rubber disc for impact rollers: 65 +/- 5
29.3.16 Spacing: 5 Mtr apart Total -
12 sets.
29.3.17 Make: BTL
29.3.18 Friction Factor: 0.02
29.4 Idler Bracket:
29.4.1 Detailed dimensional drawings: Drawing uploaded
29.4.2 Details of fixing of brackets showing allowance for shifting the idler: Shown in the drg.
29.5 Conveyor Frames:
29.5.1 Size of section used for stringers: ISMC-150
29.5.2 Size of section used for ‘N’ shaped bracings: ISMC-150
29.5.3 Length of stringer in mm: 3000 mm
29.5.4 Width of stringer in mm:
29.5.5 Permitted play in degree along vertical plane in jointing the corresponding
stringer: 3 - 4 Deg
29.5.6 Detailed construction of supporting stools for conveyor frame: Shown in drg.
29.5.7 Size of section used for stools & tie: ISMC-125
29.5.8 Clearance in mm between bottom of return roller and ground: 600 mm
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 22
29.5.9 Clearance of stools from return belt edge in mm: 300 mm
29.6 Gear Box:
29.6.1 Make: New Allenberry
29.6.2 Type and size:
Tripple Stage
Reduction Helical -
CKC-400 (Fc)
29.6.3 Speed Ratio: 01:31.5
29.6.4 Output transmitting capacity: 300 KW
29.6.5 Service Factor: 2
29.6.6 Efficiency: 90%
29.7 Base Frame:
29.7.1 Section of joists used for frame: 300 mm
29.7.2 Section of bracing used: ISMC-150
29.7.3 Nos. & size of foundation bolts: M36
29.7.4 Clearance in mm from ground to bottom of drive drums: 600 mm
29.7.5 Whether scraper is provided in between drive drums: Yes
29.7.6 Provision of machined faces to seat motors, gearbox and bearing housings: Provided
29.8 Overall width & height of drive unit in mm:
29.9 Loop take-up:
29.9.1 System: Horizontal
Motorized Winch
29.9.2 Length of loop take-up unit:
29.9.3 Construction of Guide channels for moveable take-up trolley: As required
29.9.4 Provision of wire netting on either side of loop take-up frame: Providee
29.9.5 Motor KW & Voltage: 15 KW - 550V
29.10 Decking Plate:
29.10.1 Type of sheet used: Formed MS Sheet
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 23
29.10.2 Thickness under loading point & rest portion: 3.15 mm
29.11 Skirt Plate:
29.11.1 Thickness of skirt plate: 12 mm
29.11.2 Length of skirt plate in each loading point: 5 Mtr
29.11.3 Detailed construction of skirt plate: MS plate with
Neoprene Strip
12x100
29.11.4 Clearance from belt surface to the skirt plate: 50 mm
29.11.5 Thickness & width of neoprene strips: 12 mm x 100 mm
29.11.6 Fixing arrangement of neoprene strips to skirt plate: Bolting
29.12 Belt Cleaning arrangement:
29.12.1 Type of scraper at discharge drum: Spring Loaded
29.12.2 Thickness & width of neoprene strips used: 12 x 100 mm
29.12.3 Detailed construction of ‘V’ type 2 Nos. plough scrapers used on the return
belt near tail end and other near snub drum forming part of the take-up unit: Provided
29.13 Coupling:
29.13.1 Type: Flexible Geared
Coupling
29.13.2 Make: Fenner
29.13.3 Size: FGC-11
29.13.4 Service Factor: 2
29.14 Fluid Coupling:
29.14.1 Type: Aqua field
29.14.2 Make: Prembill
29.14.3 Size: SDFC 580
29.14.4 Rating: 300 KW
29.15 Anti Roll Back Device:
29.15.1 Type: Sprag
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 24
29.15.2 Make: Precision Pragmatic
29.15.3 Size: RCSI-90
29.15.4 Capacity in Kg-M:
29.16 Pull Cord Switches:
29.16.1 Type: Manual
29.16.2 Make: Mine Line
29.16.3 Spacing & Nos: 20 Mtr
29.17 Belt Sway Switches:
29.17.1 Type: Auto Reset
29.17.2 Make: Mine Line
29.17.3 Spacing: 40 Mtr
29.18 Loud Hailing Communication System:
29.18.1 Type: Telephone type
29.18.2 Make: MIMEC
29.18.3 Spacing: 20 Mtr
29.19 Motor:
29.19.1 Make: Marathon
29.19.2 Type of Motor: Squirrel Cage
Induction Motor
Foot Mounted FLP
29.19.3 Quantity (Nos.): 2 Nos.
29.19.4 Rating in KW: 300 KW
29.19.5 Rated Voltage (V): 6.6 KV
29.19.6 Rated Current (A): 35 AMP
29.19.7 Approx. operating speed (RPM): 1490 RPM
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 25
29.19.8 Class of Insulation: F
29.19.9 Class of Rating: S1
29.19.10 Starting Torque (Kg-M): 2 x FLT
29.19.11 Full Load Torque (Kg-M): 196 KgM
29.19.12 Type of Enclosure: TEFC
29.19.13 Acceptance variation in voltage & frequency: 10% in voltage &
5% in frequency
29.19.14 Maximum starting current (Amps): 6 x FLC
29.19.15 Time taken by the motor to normal operating speed (in seconds): 30 sec
29.19.16 Cable boxes: NA
29.20 Starter: Skid Mounted
29.20.1 Type: SKID MOUNTED
FLP
29.20.2. Quantity for A & B A) 1 no. B) 1 no.
29.20.3 Rating (KW) for A & B 300 KW
29.20.4 Rated Voltage for A & B 6.6KV
29.20.5 Rated Current for A & B
29.20.6 Enclosure: FLP
29.20.7 Mounting: Skid Mounted
29.20.8 Type of contactor & its rating & duty: Vaccuam Contactor
- 400 Amp
29.20.9 Voltage: 6.6 KV
29.20.10 Protection: Provided
29.20.11 Provision of sequence operation: Provided
29.20.12 Remote control circuit: Provided
29.20.13 Cable boxes: Provided
29.20.14 Facility of coupling/connecting/monitoring console: Provided
29.20.15 Earthing system: Provided
29.20.16 Timer for staggered start: Provided
29.20.17 Weights of the following:
29.20.18 Drive unit consisting of Motor, reduction gears, drive drums, couplings, anti
roll back device, brakes, common base frame, etc: 24 M.T
29.20.19 Discharge drum assembly: 2.8 MT
29.20.20 Tail drum assembly: 1.8 MT
29.20.21 Take-up assembly: 1.8 MT
29.20.22 Weight per metre run of conveyor excluding belts: A) 215 Kg/Mtr B)
225 Kg/Mtr
Purchase Order No: 05855010(12) Dated: 14.04.2015
M/s Bengal Tools Ltd.
ECL Page 26
Annexure ‘B’ =/ LETTER OF PERFORMANCE GUARANTEE/=
Messer’s --------------------------- a company having its registered office at -------------------------------------------
(hereinafter called the said seller) has entered into an agreement no.-------------dated------------- (hereinafter called
the said contract) with Eastern Coalfields Limited, having its registered office at Sanctoria, Post – Disergarh, Dist –
Burdwan (West Bengal)(Pin-713333) (hereinafter called the purchaser) to supply equipment on the terms and
conditions contained in the said contract.
(1) It has been agreed that hundred percent (100%) payment of the value of the equipment will be made to the said
seller in terms of the said contract on the said seller furnishing to the purchaser a Bank Guarantee for the sum of Rs.-
----------(Rupees------------------------------)equivalent to -------% (------percent) of the value of the equipment
supplied by the said seller, as security for the due and faithful performance of the terms of the said contract and
against any loss or damage caused to or would be caused to or suffered by the purchaser by reason of any breach by
the said seller of any of the terms or conditions contained in the said contract.
The ------------------Bank having its office at --------------------------------has at the request of the said seller
agreed to give the guarantee hereinafter contained.
(2)We -------------------------Bank do hereby undertake to pay the amounts due and payable under this guarantee
without any demur, merely on a demand from the purchaser stating that the amount claimed is due by way of loss or
damage caused to or would be caused to or suffered by the purchaser by reason of any breach by the said seller of
any of the terms or conditions contained in the said contract or by reason of the said seller’s failure to perform the
said contract. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the
Bank under this guarantee. We shall not withhold the payment on the ground that the said seller has disputed its
liability to pay or has disputed the quantum of the amount or that any arbitration proceeding or legal proceeding is
pending between the purchaser and the said seller regarding the claim. However, our liability under this guarantee
shall be restricted to an amount not exceeding Rs.-------------------
(3) We ------------------------- Bank, further agree that the guarantee herein contained shall come into force from the
date hereof and shall remain in full force and effect during the period that would be taken for the performance of the
said contract and that it shall continue to be enforceable till at the dues of the purchaser under or by virtue of the said
contract have been fully paid and its claims satisfied or the purchaser certifies that the terms and conditions of the
said contract have been fully and properly carried out by the said seller and accordingly discharges the guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before the ------------(date)--------------
(month) from the date of the Bank Guarantee, we shall be discharged from all liabilities under this guarantee
thereafter.
(4) We ----------------(Bank), further agreed with the purchaser that the purchaser shall have the fullest liberty
without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said contract or to extend time of performance by the said seller from time to time or to postpone
for any time or from time to time any of the powers exercisable by the purchaser against the said seller and to
forbear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our
liability by reason for any such variation or extension being granted to the said seller or for any forbearance act or
omission on the part of the purchaser, or any indulgence by the purchaser, to the said seller or by any such matter, or
thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.
The Bank further agrees that in case this guarantee is required for a longer period and it not extended by the Bank
beyond the period specified above, the Bank shall pay to the purchaser the said sum of Rs ------------or such lesser
sum as may then be due to the purchaser and as the purchaser may demand.
(5) We -------------- Bank, lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the purchaser, in writing.
(6) The Bank has under its constitution power to give this guarantee and Mr. ……………,
……………….(designation ), who has signed it on behalf of the Bank has authority to do so.
(7) This Bank guarantee will not be discharged due to change in the constitution of the Bank or the said seller.
Dated ……………… day of …………..20
For …………………………. Bank
(Signature of the authorized person
For and on behalf of the Bank)