+ All Categories
Home > Documents > Project : Mechanization of Coal Jetty- I With Material PRE...

Project : Mechanization of Coal Jetty- I With Material PRE...

Date post: 06-Aug-2020
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
39
Sr. Query Response to Query 1. We request to please provide GA drawing along with technical specification of existing conveyor 13A & 68. Available drawings are enclosed (Attachment-I) 2. We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail end of conveyor 11A/11B shall be considered in open tail Project : Mechanization of Coal Jetty- I With Material Handling System at V.O. Chidambaranar Port, Tuticorin PRE-BID CLARIFICATION - 1 Bid Specification No: SE/E/Th&HyP/OT No.01/2019-20 Volume / Clause No / Page No. / Spec Volume-II: 1.5 Battery Limits (Page no. 22) : Complete conveyor system including modification of existing conveyor 13A & 68. Volume-II: 2.2 Scope of Work (5) (Page no. 26) : 2. We Presume tail end of Conveyor 11A and Conveyor 11 B is supported on trestles. Kindly Confirm. Tail end of conveyor 11A/11B shall be considered in open tail house. However tail pulley shall be covered with canopy and monorail of adequate size with manual chain pulley block and trolley shall be provided for tail pulley maintenance. 3. We presume support for conveyor 11A and 11 B in jetty portion is in structural steel. Kindly Confirm. Trestle of conveyors 11A/11B shall be made of structural steel. Volume-II: 2.2 Scope of Work (5) (Page no. 26) : Transfer tower (JT-1G, JT-1F, JT-24A) including Civil, structure, lighting, utility, etc. Total – 3 Nos. for Phase-1 DWG no. CJCPT-MEC-DWG-703 / Captive Jetty for Coal plant at Tuticorn Port / General arrangement of Conveyor 11A and 11B : Support for conveyor 11A and 11B in jetty portion…. 4. Volume-II: 3.7.3 Conveyor Frame Structure (c) (Page no. 68) : In general 5 mm thick Sealing plate shall be provided Both the sentences are contradictory, please suggest exact thickness of seal plate Seal plate thickness shall be considered minimum 5mm. 5. As per manufacturing standard, we request that pulley frame shall be made up of hot rolled section Rolled wide flange section may be used instead of built-up section for pulley frames subject to Client's approval during detailed engineering. However ISMB section is not allowed to use considering it's narrow flange dimension. 6. For coal material, we suggest sailhard or Tiscarl liner. Kindly Tender documents shall be followed. Chute shall be lined Volume-II: 3.7.3 Conveyor Frame Structure (f) (Page no. 69) : All pulley frames shall be made from built-up section Volume-II: 3.7.9 Chutes, Hoppers and Spouts (Page no. In general 5 mm thick Sealing plate shall be provided along the length of elevated conveyor gallery Volume-II: 7.1.3.2.1 Conveyor Galleries and Supporting Trestles (Page no. 333) : Seal plate of 6 mm thickness 6. For coal material, we suggest sailhard or Tiscarl liner. Kindly Confirm Tender documents shall be followed. Chute shall be lined with 12mm thick Hardox 500 or equivalent liner plates. 7. We recommend type of Belting for Con-11A/B shall be based on belt tension. Kindly Confirm Tender documents shall be followed. 8. We suggest cover thickness shall be decided based on lump size and loading cycle. Kindly Confirm. Tender documents represents minimum thickness. However if required thickness is more than that same shall be provided without any additional cost. Volume-II: 3.7.9 Chutes, Hoppers and Spouts (Page no. 81) : (a) Surface of hoppers/ chutes shall be lined with minimum 12 mm thick HARDOX 500 or equivalent liner. Volume-II: Appendix-III : Con -11 A/B belt type shall be steel cord Volume-II: 3.7.8 Belting (e) (Page no. 79) : Cover rubber thickness of Belt shall be minimum 6mm and 4 mm for top and bottom respectively As per appendix –III. We presume that belt rupture switch and belt rip detection is not required for Phase -1 Conveyor. Kindly Confirm Belt rupture switch shall be provided for all conveyor. However embedded type sensor loop based belt rip detection system is not required for conveyors. Belt rupture switch shall be provided before head end , one at middle and after loading zone at tail end. 9. Volume-II: 3.7.8 Belting (o.) (Page no. 80) : All long conveyors shall have sensor loop embedded in belt at 90m interval. Set of transmitter and receiver coil shall be installed at head end and tail of conveyor
Transcript
Page 1: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to Query1. We request to please provide GA drawing along with technical

specification of existing conveyor 13A & 68.Available drawings are enclosed (Attachment-I)

2. We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail end of conveyor 11A/11B shall be considered in open tail

Project : Mechanization of Coal Jetty- I With Material Handling System at V.O. Chidambaranar Port, Tuticorin PRE-BID CLARIFICATION - 1 Bid Specification No: SE/E/Th&HyP/OT No.01/2019-20

Volume / Clause No / Page No. / SpecVolume-II: 1.5 Battery Limits (Page no. 22) :Complete conveyor system including modification of existing conveyor 13A & 68.

Volume-II: 2.2 Scope of Work (5) (Page no. 26) :2. We Presume tail end of Conveyor 11A and Conveyor 11 B is supported on trestles. Kindly Confirm.

Tail end of conveyor 11A/11B shall be considered in open tail house. However tail pulley shall be covered with canopy and monorail of adequate size with manual chain pulley block and trolley shall be provided for tail pulley maintenance.

3. We presume support for conveyor 11A and 11 B in jetty portion is in structural steel. Kindly Confirm.

Trestle of conveyors 11A/11B shall be made of structural steel.

Volume-II: 2.2 Scope of Work (5) (Page no. 26) :Transfer tower (JT-1G, JT-1F, JT-24A) including Civil, structure, lighting, utility, etc. Total – 3 Nos. for Phase-1

DWG no. CJCPT-MEC-DWG-703 / Captive Jetty for Coal plant at Tuticorn Port / General arrangement of Conveyor 11A and 11B :Support for conveyor 11A and 11B in jetty portion….

4. Volume-II: 3.7.3 Conveyor Frame Structure (c) (Page no. 68) :In general 5 mm thick Sealing plate shall be provided

Both the sentences are contradictory, please suggest exact thickness of seal plate

Seal plate thickness shall be considered minimum 5mm.

5. As per manufacturing standard, we request that pulley frame shall be made up of hot rolled section

Rolled wide flange section may be used instead of built-up section for pulley frames subject to Client's approval during detailed engineering. However ISMB section is not allowed to use considering it's narrow flange dimension.

6. For coal material, we suggest sailhard or Tiscarl liner. Kindly Tender documents shall be followed. Chute shall be lined

Volume-II: 3.7.3 Conveyor Frame Structure (f) (Page no. 69) :All pulley frames shall be made from built-up section

Volume-II: 3.7.9 Chutes, Hoppers and Spouts (Page no.

In general 5 mm thick Sealing plate shall be provided along the length of elevated conveyor gallery

Volume-II: 7.1.3.2.1 Conveyor Galleries and Supporting Trestles (Page no. 333) :Seal plate of 6 mm thickness

6. For coal material, we suggest sailhard or Tiscarl liner. Kindly Confirm

Tender documents shall be followed. Chute shall be lined with 12mm thick Hardox 500 or equivalent liner plates.

7. We recommend type of Belting for Con-11A/B shall be based on belt tension. Kindly Confirm

Tender documents shall be followed.

8. We suggest cover thickness shall be decided based on lump size and loading cycle. Kindly Confirm.

Tender documents represents minimum thickness. However if required thickness is more than that same shall be provided without any additional cost.

Volume-II: 3.7.9 Chutes, Hoppers and Spouts (Page no. 81) :(a) Surface of hoppers/ chutes shall be lined with minimum 12 mm thick HARDOX 500 or equivalent liner.

Volume-II: Appendix-III : Con -11 A/B belt type shall be steel cord

Volume-II: 3.7.8 Belting (e) (Page no. 79) :Cover rubber thickness of Belt shall be minimum 6mm and 4 mm for top and bottom respectively

As per appendix –III. We presume that belt rupture switch and belt rip detection is not required for Phase -1 Conveyor. Kindly Confirm

Belt rupture switch shall be provided for all conveyor. However embedded type sensor loop based belt rip detection system is not required for conveyors.Belt rupture switch shall be provided before head end , one at middle and after loading zone at tail end.

9. Volume-II: 3.7.8 Belting (o.) (Page no. 80) :All long conveyors shall have sensor loop embedded in belt at 90m interval. Set of transmitter and receiver coil shall be installed at head end and tail of conveyor

Page 2: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / SpecVolume-II: 3.7.28 Safety Switches (g) Belt Rupture Switch / (h) Belt Rip Detection System with Sensor Loop (Page no. 103) :Appendix-III to Volume-II :For Con -11 A/B, Con-12 A/B and Con -13 Belt Rupture switch and Belt Rip Detection System with Sensor Loop is not required

10. Volume-II: 1.4.3 Auxiliary System (Page no. 21) : Based on the size & capacity of AC system, We recommend Main Main Control Room shall be provided with 2 x 100 % Tower

11. Volume-II: 2.2 Scope of work (p) (Page no. 30) :Water Supply System for domestic water use and floor washing at all building, transfer tower, and other facility

Please confirm the tapping point location, flow & pressure available. Based on the pressure availability only, system pressure requirement to be confirmed in the entire network with 7 bar.

Tapping point location shall be as mentioned in tender documents.Available Pr : 1.5KSc Pipe Dia 150NB

10. Volume-II: 1.4.3 Auxiliary System (Page no. 21) :The control rooms, office room and RIO (Remote Input/ Output) room are provided with air conditioning system.

Based on the size & capacity of AC system, We recommend Main control room shall be provided with Ductable split type air conditioning units with 1 no. of standby arrangement and Other areas shall be provided with split type air conditioning units with 1no. of Standby arrangement. Kindly Confirm

Main Control Room shall be provided with 2 x 100 % Tower type AC unit and balance area shall be Split AC. All A/Cs shall be 5 Star ratings

Volume-II: 2.2 Scope of work (z) (Page no. 31) :Air conditioning of Main control room and office room in building, RI/O rooms, operators cabins & control room, complete with all electrical, civil & structural works etc

as applicable including piping, instrumentation and electrical work. It shall minimum including Water Pump houses & water tanks for dust suppression, fire hydrant, service water and potable water system.

However we have not considered any pump house in phase-1.Kindly Confirm All required facility to run the system successfully shall be

provided by EPC contractor without any additional commercial implication. Single point water supply shall be provided at available pressure and flow rate. further distribution and networking shall be in the scope of EPC contractor. If any tank / pumping system required to meet the effective system performance same shall be considered by EPC contractor.

Volume-II: 4.2 Fire Fighting System / 4.2.1 General (Page no. 125) :It is envisaged that Client shall provide single point water supply further piping and networking shall be design and execute by contractor. Network shall be designed such a way that during development of Phase-2 it shall be easily interconnected with proposed pump house.

12. We presume water for DSS shall be taken from your existing Pump. Kindly Confirm

Tender documents shall be followed. Refer response provided to point no. 11.

13. Kindly specify the tapping point location Refer tender specification Volume-II, clause 1.5 Battery Limits, Utility.

14. Fire fighting system considered for entire scope of all buildings, Tender documents shall be followed.

interconnected with proposed pump house.

Volume-II: 4.1.9 Pump House / (Page no. 125) :Pump House for DSS

Volume-II: 4 Utility Systems / 4.1.9 Pump House (Page no. 125)Water requirement for Phase-1 shall be mitigated through existing water supply system. Client shall provide single point supply of water further routing shall be in the scope of contractorVolume-II: 4.2 Fire Fighting System / 4.2.1 General (c) 14. Fire fighting system considered for entire scope of all buildings,

transfer tower, conveyors, and jetty shall be protected with hydrant valve, water monitor and fire extinguishers. Kindly Confirm

Tender documents shall be followed.Volume-II: 4.2 Fire Fighting System / 4.2.1 General (c) (Page no. 126) :The firefighting systems for the protection of the conveyor, Transfer tower, jetty system, all buildings, etc. shall comprise the hydrant type firefighting system.

Page 3: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec15. Dry type pressurized ventilation system shall be considered.

Minimum 3 air changes per hour rate shall be considered for sizing the ventilation system.Site ambient temperature shall be considered as 35.8 deg.C. Hence room temperature of 39 deg.C shall be achieved.

EPC contractor shall ensure that HT/LT MCC room shall be provided with pressurised Ventilation system and room is to be maintained not more than 3 degree above the ambient temperature.

Volume-II: 5.3.15 Pressure And Ventilation System /5.3.15.2 Design Parameters (a) (Page no. 199) :The pressurization system shall also achieve forced draft ventilation by supplying sufficient quantity of air to remove heat generated from electric panels and to achieve at least 3 air changes per hour. Equipment shall be sized to achieve a balance between supply and exhaust air flows such that a positive pressure of 3 to 4 mm WG is always maintained in the pressurized zone. The maximum

Volume-II: RFQ-GSU-001 / 1.3. Configuration of Ship Unloader / 1.3.1. General (B) (Page 3 of 115) :The Ship Unloader shall be able to unload bulk carriers for Coal, Lime stone and iron ore.

We presume that SUL has to be designed for Coal material only. Kindly Confirm

Grab type ship unloader shall be designed to unload Coal.

Volume-II: RFQ-GSU-001 / 1.10.8 Receiving Hopper (c) (Page no. 39 of 115) :Hopper shall be made of minimum 10 mm thick mild steel plates with liner plate suitable for coal, lime stone and iron ore considering minimum 10 years of life with bolting

always maintained in the pressurized zone. The maximum room temperature acceptable is 39°C

16.

18. For this particular ship unloader application. We suggest 630mm wheel dia. Kindly Confirm

Tender documents shall be followed.

Volume-II: DWG no. CJCPT-MEC-DWG-717 / CaptiveJetty for Coal plant at Tuticorn Port/ Typical cross section of JettyThe headroom under the portal beam is 9mtr

Volume-II: RFQ-GSU-001 / 1.3.5. Cycle Times, Speeds, Capacities, Range of Operation (Page no. 5 of 115) :

ore considering minimum 10 years of life with bolting arrangement.

17. Volume-II: RFQ-GSU-001 / 1.3.2. Portal Gantry (Page no. 4 of 115)The headroom under the portal beam ~10mtr.

Both are contradictory, as per the drawing we have considered headroom under portal as 9 mtr. Kindly Confirm

Minimum 9 m clear head room shall be considered under portal beam of gantry grab type ship unloader. However EPC contractor shall ensure clear movement of grab for maintenance.

wheel dia. Kindly ConfirmCapacities, Range of Operation (Page no. 5 of 115) :Wheel Dia (min) shall be 800mm

19. Volume-II: RFQ-GSU-001/1.3.5. Cycle Times, Speeds, Capacities, Range of Operation/1.3.5.1 (Page no. 6 of 115) :Belt feeder (Under Hopper) Capacity 2000 Tph (Rated) / 2400 Tph (Designed)

Design capacity of two nos. of belt feeder, shall be equal to the design capacity of BC-11.So we presume design capacity of feeder shall be 2200 tph. Kindly Confirm.

Tender documents shall be followed.

Volume-II : Appendix-III (Page no. 160) :Jetty conveyor BC-11a/b design capacity shall be 4400 Tph.

20. We recommend Geared motor with integral brake for long travel drive. Kindly Confirm

Tender documents shall be followed. Volume-II: RFQ-GSU-001 / 2.2. Long Travel Drives /2.2.2. (Page no. 14 of 115) :Drives shall be electric motor driven mechanical type with gear reducers shaft mounted on the driven wheels

Page 4: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec21. Please elaborate the modification works in the existing CHS-7

6.6KV switchgear panel.4 Nos.Existing breakers are to be upgraded by retrofitting 1600A breaker.( existing 1250A capacity breaker ). In addition,Two breakers to be installed at CHS-VII to feed proposed Switchgear. Sketch enclosed.( Attachment-II)

22. Please specify the location of existing CHS-7 substation in the The Approximate length between CHS-VII and new location

Volume-II: 1.5 Battery Limits / Electrical & Instrumentation(Page no. 22) :Electrical scope starts form arranging Incoming power supply by tapping off from existing CHS- 7 substation with retrofitting of 02 nos. new 6.6 VCB breaker panel.

Volume-II: 1.5 Battery Limits / Electrical & 22. Please specify the location of existing CHS-7 substation in the layout to consider the interconnecting 6.6KV HT cable length.

The Approximate length between CHS-VII and new location is 700 meters.

23. We shall utilize existing conveyor gallery and new cable trays along with supports (Horizontal short support) shall be supplied by us.Apart from the above any modification required in the existing conveyor gallery shall be in purchaser scope.Kindly Confirm

Any modification required to complete the work shall be done by EPC contractor without any additional cost and time. Refer tender document for the requirements.

24. 415V aux. power supply shall be considered from proposed 6.6KV 1.Up to 1000 kVA (with Bus Coupler Closed and one incomer

Volume-II: 1.5 Battery Limits / Electrical & Instrumentation(Page no. 22) :Existing CHS-7 substationVolume-II: 1.5 Battery Limits / Electrical & Instrumentation (Page no. 22) :Cable and cable tray from CHS-7 to proposed substation SS-3 shall be laid in existing conveyor gallery

Volume-II: 1.5 Battery Limits / Electrical & 24. 415V aux. power supply shall be considered from proposed 6.6KV MV switchgear through aux. transformer (6.6/0.433KV) only.Requirement of tap off from existing jetty substation is not clear. Please elaborate.

1.Up to 1000 kVA (with Bus Coupler Closed and one incomer shut down) existing system ( Transformer) is suitable to meet the requirement2.In case of Aux. power requirement exceed 1000 kVA, new transformer for entire load (i.e) including existing load shall be provided by EPC contractor.Existing transformer to be released & shall be handedover to TANGEDCO. 3.New LT cable from LT side of transformer shall be Provided to new LT panel which are in the scope of EPC contractor.4.In addition to above, following additional feeders shall be considered in new LT panel.

Volume-II: 1.5 Battery Limits / Electrical & Instrumentation(Page no. 22) :Auxiliary power supply for proposed SS-3 shall be tapped off from existing jetty substation at 415 V +/- 10% - 50 Hz by EPC contractor.

considered in new LT panel.LT Motor Feeder. 1) LT motor 13A (150kW) = 1250 Amps FP ACB breaker with all required protection. - 1 No. 2) LT motor 14 (150kW) = 1250 Amps FP ACB breaker with all required protection. - 1 No.Lighting Supply 400A MCCB unit = 5 Nos. 250A MCCB unit = 5 Nos.Welding Supply 100A MCCB unit = 7 Nos.

There is a contradiction in the specified tender clause. Oil type transformer shall be considered.25. Volume-II: 5.3.2 Transformer (Page no. 161) : There is a contradiction in the specified tender clause.However we have considered Oil type auxiliary transformer (6.6/0.433KV) for proposed substation.Kindly Confirm

Oil type transformer shall be considered.25. Volume-II: 5.3.2 Transformer (Page no. 161) :This specification covers the requirements of 6.6/0.433 KV distribution oil type / dry type (at jetty area substation) transformers complete with all accessories.

Page 5: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

As per tender SLD we have considered fault level of proposed MV switchgear shall be 40KA for 1 sec.

Tender specification shall be followed for the requirement.Fault level shall be 40kA for 3 second for 6.6 kV and 50 kA for 1 Sec for 415V

Volume-II: Tender SLD (Drawg no: CJCPT-E&I-DWG-721/ REV.B) / Electrical SLD Typical arrangement for Phase -16.6/0.433KV , Dyn11 (Dry type)

26. Volume-II: 5.3 Technical Specifications Of Electrical Items / 5.3.1.1 General (Page no. 153) :6.6kV Switchgear shall be rated for short circuits withstand capacity of 40kA for 3 seconds.

Also note that, we have not considered any current limiting equipment / current limiter in our scope. Please Confirm

Noted.

27. Please Specify the soil resistivity value to consider the earthing calculation

Bidder shall carryout out their survey / test to arrive the value to be considered.

The Qty of ES / OS are to be supplied as per attached Application highway & OWS/EWS configuration diagram. ( Attachment-III)All other tender Technical specifications for OWS & EWS

Volume-II: Tender SLD (Drawg no: CJCPT-E&I-DWG-721/ REV.B) / Electrical SLD Typical arrangement for Phase -16.6KV switchgear – Fault level 40KA for 1 sec

GeneralSoil Resistivity

28. Volume-II: 6 TECHNICAL SPECIFICATION - CONTROL & INSTRUMENTATION / 6.1 System Description (Page no. 224) :Core of the system shall consist of Three Operating cum

The Qty of ES / OS are contradictory with respect to the PLC configuration DWG submitted along with tender

withstand capacity of 40kA for 3 seconds.

All other tender Technical specifications for OWS & EWS shall be followed.

For Air conditioned environment IP42 may be followed. For others Tender documents shall be followed.

Core of the system shall consist of Three Operating cum programming terminal, One Engineering terminal & one rack type redundant Server terminal (shall be installed in Rack) (all the computers shall be latest version of the Industrial PCs – IPC as on the date of bidding) with printer and along with centralized real –time redundant PLC system (One online and the other in hot standby excluding I/O modules), sharing a RAID 6

Please clarify the IP 54/55 requirement for the air conditioned environment panels. In general for air- conditioned environmental panes/ IP 42 is preferred

Volume-II: 6.1.1 Equipment Specification (Page no. 225) :The enclosures for Control equipment i.e. RIO’s, PLCs placed in substations and control rooms shall be of IP-

29. Please specify the scope of supply of the same and distance between main master clock and cable routing in case if ISGEC supplied the hardware for connecting the slave clock with master.

Master clock including GPS shall be in the scope of EPC contractor. Required subsystem time sync pertaining to this package shall be in EPC contractor's scope.Slave clock shall be provided at Control room, Switch gear, GSC I & II,CHS-VII(700mts approx) and CHS-III (5.00 KMtrs approx)

Volume-II: 6.2 The Programmable Logic Controllers PLCs (Page No. 226) :Requirements of hardware’s, software’s and cables for interfacing and Time synchronization of BOP EPC supplier’s systems with BTG

placed in substations and control rooms shall be of IP-54/55 and IP-66/67 standard for the ones placed in Fields.

Page 6: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec30. 1.Please clarify , in case we have to go with PLC channel partner

and authenticated certification from OEM2.Please mention the exiting make and model number in such case to follow the uniformity

1.Tender documents shall be followed.

2.Uniformity shall be followed for the supply of this package.3.Bidder shall also guarantee supply of spares for at least 15 (Fifteen) years after commissioning of the plant. In case of future up-gradation of a product in terms of hardware, bidder shall remain committed to upgrade the supplied system on Par with the new version as per schedule rate

Volume-II: 6.2.1 Design Criteria for PLC System (Page no. 227) :

xiv. Bidder to note that all PLC system shall be from same manufacturer only. PLC system supplied & engineered through system house shall not be acceptable. It should be supplied & engineered directly from PLC manufacturer only.

system on Par with the new version as per schedule rate agreed with owner for a period of 5 years from the date of commissioning of the unit.

31. The entire specification submitted is mainly specify about BTG package requirement.So, we have considered the specification as applicable for the CHP packages in generalKindly Confirm

I )Noted, subject to adhere with specification.

II) The following points shall be considered.3. Control system shall comply with following general failure criteria:a) No single fault can cause the complete failure of the control system.b) No single fault can cause the protection system to malfunction or become inoperative.

xv. The PLC shall be same model, same make of CPU, I/O card, interface devices & Hardware to be used for all the plants irrespective of the I/O countsVolume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.2 Design Requirements / (Page no. 227 / 231 / 232) :3. Control system shall comply with following general failure criteria:a) No single fault can cause the complete failure of the control system.b) No single fault can cause the boiler or turbine/generator protection system to malfunction or become inoperative.23. 4 Nos. temperature elements/sensors in each units control or become inoperative.

23) 2 Nos. temperature elements/sensors in control room shall be provided for monitoring the room temperature. The same shall be interfaced with PLC system.III) Other following points need not be considered24) For Auto generation of trip message of unit& major fans/pumps/HT drive thru Email and SMS, Email & SMS facility in PLC system shall be provided by bidder. Bidder shall provide the complete system to generate the emails & SMS for at least 50 engineers29) The major plants like DM/RO plant, Ash Handling Plant, ICHS Control room building shall carry 1 no. 40” full HD LED TV monitor at the entrance of the building and this shall be communicating to the respective PLC system through redundant digital interface.

23. 4 Nos. temperature elements/sensors in each units control room shall be provided for monitoring the room temperature.24. For Auto generation of trip message of unit& major fans/pumps/HT drive thru Email and SMS, Email & SMS facility in PLC system shall be provided by bidder. Bidder shall provide the complete system to generate the emails & SMS for at least 50 engineers29. The major plants like DM/RO plant, Ash Handling Plant, ICHS Control room building shall carry 1 no. 40” full HD LED TV monitor at the entrance of the building and this shall be communicating to the respective PLC system through redundant digital interface. This TV will display the plant performance particulars and load details of the 800 MW Generators and any other vital information about the plant & the respective PLC system through redundant digital interface.

This TV will display the plant performance particulars and load details of the 800 MW Generators and any other vital information about the plant & unit to be passed on to the viewers. Each LED TV shall have their own work station controller sitting on PLC data highway.

32.

Engineering functions shall normally be carried out from dedicated workstation. However Annexure A is not available in the tender. So we request you to please provide the same

Annexure A enclosed as Attachment-IV . In the Technical spec for PLC cl.6.2.11 Number of channels per card shall be 16 only and for RIO digital I/O modules cl.6.2.11 shall be followed. RIO shall have redundant communication with PLC.Further following clauses need not to be

Generators and any other vital information about the plant & unit to be passed on to the viewers. Each LED TV shall have their own work station controller sitting on PLC data highway.

Volume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.5 Redundancy & Availability Requirements (Page no. 239):Engineering functions shall normally be carried out from dedicated workstation or operating station as per annexure-A “control system for BOP”. Further following clauses need not to be

considered.Cl6.2.17.3 A,B,D,G,H, Cl.6.2.24,6.2.26,27,28,29,30,31, cl6.2.16 AutoCAD software not required

annexure-A “control system for BOP”.

Page 7: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec33. The configuration is meant for Client – server architecture without

MIS.Please clarify

Refer clarification for Point no 28. MIS need not be considered.EPC contractor shall establish communication with existing system and keep one workstation at CHS-3.

Volume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.12 PLC Configuration (Page no. 254)The PLC configuration will have a hierarchy of industrial grade open system architecture for management information system (MIS) and closed system architecture for plant operation and control system.

34. All ES / OS will be supplied as per tender configuration DwgKindly Confirm

Refer clarification of Point no 28.

35. 1.All ES / OS will be supplied as per tender configuration Dwg with third party interfacing facility. 2.We presume Further internet facility and interfacing shall be done by purchaser.Please confirm

1) Refer clarification of Point no 28.2) Remote diagnostic support feature shall be considered. Internet need not be considered.

Volume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.19.6 Interface with Other Control system (Page no. 276) :PLC system shall have suitable interface arrangement for remote diagnostic support. Bidder shall provide all

Volume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.17.10 Software License / Vulnerability of PLC system Software to Virus (Page no. 268) : Separate Laptops shall also be provided with all master software loaded and engineering of PLC system individually.

Please confirm

36. This specification is contradictory. Please refer above Minimum 20KVA UPS and output shall be 240V AC for proposed new PLC as per (Annexure -VI ). For each GSU minimum 5 KVA dedicated UPS shall be considered for GSU control system only.

remote diagnostic support. Bidder shall provide all necessary software, hardware & broad band internet connection for remote diagnostic support.

Volume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.20 Power Supply System (Page no. 278) :AC Power Supply for PLCi. The system AC power source wherever required shall be nominal 240V, 50 Hz, single phase, ungrounded power supplied from parallel redundant un-interruptible power supply system (UPS) of the Bidder.

37. We will consider vibration transducers for all HT motors , the same shall be connected with respective PLC without VMS. Kindly Confirm

1.Noted. VMS and VMAS is not required for this package But minimum 2 Nos Vibration sensor shall be provided at all HT Motors and same may be directly interfaced with PLC.2.Drive control Philosophy for all drives shall be followed as per Attachment - V

Volume-II: 6.2 The Programmable Logic Controllers PLCs / 6.2.26 Vibration Monitoring And Analysis System (VMS & Ocammms) For HT Drives (Page no. 291) :Bidder shall furnish microprocessor based vibration monitoring system for all all HT motors and its associated pumps, fans, drives, Compressors, Conveyors, Crushers, etc. for X, Y & Key Phasor directions,h) VMS shall also be connected to PLC thru suitable redundant communication network link like modbus / OPC Ethernet.

Page 8: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec38. This spec is contradictory, please refer above. Please specify the

exact requirement as commonOther than GSU : Minimum 20 KVA UPS and output shall be 240V AC with voltage regulation of 1 % shall be provided( (The typical Main UPS drawing is enclosed as Attachment - VI . ) For the GSU dedicated UPS shall be considered for GSU control system only.GSU : Please select the UPS system ( Minimum 5 KVA ) such a way that can suffice all the control system input requirement of the GSU control.

Volume-II: 6.4 UPS (Page no. 307) :UPS shall be 1 hour UPS backup requirements shall be complete with all accessories and devices (Output 240/110 Volts, AC, 50 Hz).

39. This spec is contradictory, please refer above. Please specify the exact requirement as common

IP:65 with SS316 enclosure shall be considered for JB.

40. The quantity requirement is nowhere mentioned. Please specify the required quantity.

EPC contractor shall consider 2 (two) Dome type Camera for each transfer points (JT1G, JT1F, JT24) and 1 (one) dome camera on each transfer tower JT1G or Suspended magnet tower providing clear view of GSU shall be installed. HT / LT switch gear shall be provided with 3 bullet cameras. Total 18

Volume-II: 6.11 Junction Boxes (Page no. 323) :All the JBs (Junction Box) shall be metal enclosed, suitable for mounting on wall (or) sheet structure in material dust laden atmosphere. The enclosure shall be made of high quality Polycarbonate

Volume-II: 6.12 CCTV System (Page no. 324) :Wire the CCTV control rack with fiber optic and Unshielded Twisted Pair (UTP) ports. Workstations and camera enclosures shall contain terminals for the interconnection of field wiring to the TCP-IP LAN network. switch gear shall be provided with 3 bullet cameras. Total 18

cameras other 8 locations ( 5 Nos Dome type camera & 3 Nos bullet type) will be decided during DDE. 1 No 55" LED and Joystick to monitor the various cameras shall be provided in Control Room. 1 No 22 " Monitor with work station and rack type Camera Server shall be provided . It shall have have 30 Days storage facility.

41. Please specify the distance between SS-3 and existing CH-7 control room.

EPC contractor shall establish communication with existing system at CHS-3 and to provide one workstation at CHS-3.Approximate distance is 5 KMtrs.

Volume-II : DWG. No. CJCPT-E&I-DWG-725 / BASIC CONTROL SYSTEM ARCHITETURE FOR PHASE-1 :As per Configuration Dwg,There is a remote I/O for Coal jetty and in turn connected

of field wiring to the TCP-IP LAN network.

42. Please specify the scope of supply of central exchange for PA system and EPABX

These are not related to central system. This is an independant system for GSU's only as follows:1. Telephone with foot switch operated– 1 No.This system will work within the machine and shall interconnect with all other system which is considered as per

There is a remote I/O for Coal jetty and in turn connected with main PLC located at SS-3 with 1 operating cum Engineering station , 2 Engineering station & one Work station extended to Existing Control room at CH-7 and one Engineering work station for CCTV (without LAN)

Volume-II : RFQ-GSU-001 / 1.10.1 Operator’s Control Cabin (Page no. 31 of 115) :(l) Equipment installed inside the operator’s cabin shall include, but not be limited to the following:o Telephone with foot switch operated– 1 No. o Handset interconnect with all other system which is considered as per

the clause no. 6.1.5 - Intercommunication along with PA system.2. Handset station for Public Address – 1 No.- At operator cabin which will have configuration with general announcement from cabin

o Telephone with foot switch operated– 1 No. o Handset station for Public Address – 1 No.

Page 9: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec43. Please specify the scope of supply of PLC and its cabling It shall be part of EPC contractor's scope of supply.

Main PLC (At JT 1AE) of coal conveying system shall have interface with GSU PLC to satisfy the operating philosophy of the overall system. All control and protection points shall be hard wired with proposed/existing control room/ switchgears and GSUs etc.

44. Please specify the scope of supply of operator display. It shall be part of EPC contractors's scope of supply. Display

Volume-II : RFQ-GSU-001 / 6. CONTROLS / 6.1. General Requirements (Page no. 66 of 115) :As outlines in this specification the Coal Unloading Facilities will be linked via a fully networked Programmable Logic Control (PLC) system (by others)

Volume-II : RFQ-GSU-001 / 6.1.3. Operator Stations (Page shall have touch function as well as requisite key buttons. Also display mounting shall not be obstacle to the operator view during the normal operation.

45. Please specify the scope of supply of PLC networking and overall facility for the supplied package (ship un loaders)

It shall be part of EPC contractor's scope. Interface scope is well defined in same clause as Control System Interfaces.All control and protection points shall be hard wired with existing control room, switchgears and GSUs etc.

no. 69 of 115) :An operator display screen with integral keypad/ touch screen will be provided for installation by the supplier and shall be located in each Control Desk so as to not interfere with the operator’s view of machine operation and be easily read &This screen will connect directly to the programmable controllers serial link.Volume-II : RFQ-GSU-001 / 7.1.3. Control System Interfaces (Page no. 80 of 115) :All PLC networks and equipment aboard all equipment shall be completely compatible with the PLC and Control existing control room, switchgears and GSUs etc.

46. This clause is requirement for IP of JB is contradictory with Coal handling specification (refer point-39 above - 6.11 Junction Boxes / page 564 of 763).Please clarify

All outdoor junction boxes shall be made of stainless steel (SS316) with IP65.

47. Please specify the scope of supply of CMS (Crane Management It shall be in the EPC contractor's scope. Please refer tender Volume-II : RFQ-GSU-001 / 6.1.4. Communications

shall be completely compatible with the PLC and Control System of the overall Facility (by others). It shall be the responsibility of the Engineer to coordinate with the other Contractor(s) in this respect.

Volume-II : RFQ-GSU-001 / 6.1.1. WIRING (Page no. 67of 115) :All outdoor junction boxes are made of stainless steel (SS316) with IP 65.

47. Please specify the scope of supply of CMS (Crane Management System) and its cabling

It shall be in the EPC contractor's scope. Please refer tender specification clause 6.2.14. Crane Management System ( CMS & RCMS). Also the RCMS requirement control room shall be considered as per the tender requirement.

Volume-II : RFQ-GSU-001 / 6.1.4. Communications System / (Page no. 70 of 115) :The CMS of each un loader shall be available at control room desk top with proper installation of software in the desktop.

Page 10: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec48. Please clarify the scope of supply of EPABX (central exchange) and

its location for intercommunication For intercommunication between control rooms and GSUs 10 No of intercom telephone lines will be extended from Existing Plant to ECHP Main Control room. EPC Contractor has to extend the same by laying 25 Pair armoured communication cable ( tentatively 3 KM) . From ECHP control room to GSU and other areas shall be distributed by EPC contractor. EPC contractor have to supply 15 Nos analouge telephone instrument and 3 Nos wall mountable Telephone instrument. The location details shall be discussed

Volume-II : RFQ-GSU-001 / 6.1.5. Intercommunication (Page no. 70 of 115) :Telephones used on the Crane shall be installed at the following locations:a) Operator Cabin with foot activator, etc., (all including 8 location).

Telephone instrument. The location details shall be discussed during DDE.These are in addition to the following independent system for GSU as follow:1. Telephone with foot switch operated– 1 No.This system will work within the machine and shall interconnect with all other system which is considered as per the clause no. 6.1.5 - Intercommunication along with PA system.2. Handset station for Public Address – 1 No.- At operator cabin which will have configuration with general announcement from cabin

49. All Power feeders required for the incomer of UPS shall be fed from Auxiliary transformers in general.Please clarify the Control transformer supply for UPS

PLC power supply shall be derived from UPS. The incoming to UPS shall be directly fed from LT Board. The lighting Supply shall be extended through 2 x 100 % Lighting Transformer (415/415V)

50. All the spare parts of the PLC are online replaceable nowadays. So there is no requirement of any special test benches and off line and on line simulation is possible for any control system.However this clause can be further considered based on the scope of PLC supply

Follow tender specification.

Volume-II : RFQ-GSU-001 / 6.2. PLC (Programmable Logic Controls) (Page no. 72 of 115) :The PLC's power shall be supplied from the control transformer that is independent of drive and lighting systems.

Volume-II : RFQ-GSU-001 / 6.2.14. Crane Management System ( CMS & RCMS) (Page no. 79 of 115) : The ship un loader shall be supplied with test bench for PLC and CMS, so that the spare part can be configured over there and replaced. This also serves as training simulator of PLC supply

51. For Power supply please refer aboveThe control voltage and back up time is contradictory with Coal handling specifications. Please refer above point no 25.

1. PLC of GSU to be powered from UPS System of minimum rating 5 KVA for each GSU with minimum battery (VRLA) backup of 60 Min. 2. Lighting system & Welding shall be fed from separate Lighting transformer of 2 x 100 %3. GSU requirement are dealt in Appendix-I and Conveyor System shall be as per Volume-II.

there and replaced. This also serves as training simulator for PLC engineer.

Volume-II : RFQ-GSU-001 / 6.2. PLC (Programmable Logic Controls) (Page no. 72 of 115) :The PLC's power shall be supplied from the control transformer that is independent of drive and lighting systemsSystem shall have supplied from the appropriate UPS system with At least 30minute power back up. ( PLC control power 110VAC, 50Hz, single phase).

a. Please share the soil reportsb. Request to provide the 1000 mm dia pile capacities and anchorage lengths required

Available geotechnical data near by area is provided in tender document for preliminary calculation only. However during detailed engineering EPC Contractor shall carryout out all required geo technical investigation and execute project accordingly. Any additional claim shall not be entertained later. Refer Attachment - VII.

52. Volume-II: 1.3.5 Geotechnical Conditions (Page No. 17) :

Page 11: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

53. Please provide electrical load details of future equipments, so as we can design accordingly

Tender documents shall be followed. Refer SLD for future requirement of VFD.

Refer Attachment - VII.Volume-II : RFQ-GSU-001 / 4.1 Coal Conveyor Trestle (Page no. 6 of 30) :a. Geotechnical reports list.b. 1.0m dia and 25m long pile dia suggested.

Volume-II: (Page no. 121) :Substation SS-3 shall be designed and constructed such a way that it can accommodate future requirements related to Phase-2 development

54. 1. As per pre-bid meeting, it is understood that, the existing JT1AE tower floor can be utilised for Substation area. Please confirm. 2. Excess area required as per the project planning shall be identified between existing JT1AE and Panel room. 4x16m shed shall be located along the discarded conveyor line of 13A. Please confirm3. All the existing piles can be utilised. As per the Pre-bid meeting discussion, it is understood that the piles at later stage may have to be strengthened. Currently, no strengthening is required on the existing piles. Please confirm/clarify

1. Confirmed. Refer clarification under Point 912. Confirmed3. Noted & Confirmed.

Volume-II: 4. Utility Systems / 4.1.1.3: Substation Building SS – 3 (at existing tower JT1AE) (Page No.121) :Existing tower to be modified and upgraded for suitability of proposed substation and control room.

to Phase-2 development

55. As per the prebid meeting discussion, it is understood that no boundary wall is needed. As per the code guidelines, protective fencing if any needed due to transformer room shall be considered. Please confirm/clarify

Boundary fencing shall be provided for transformer. There is no other boundary.

56. Please provide newly constructed jetty's load capacity. Available drawings shall be provided to successful bidder after awarding contract.Self aligning idler shall be provided on carrying and return side. Interval between two self aligning idlers shall be 30

Volume-II: 4. Utility Systems / 4.1.2 Boundary wall & Fencing / Page no. 122

GeneralLoad Capaicty of newly constructed jetty

57 Volume-II: 3.7.6. Point. i Idler Assembly (Page No.73) :The self-aligning troughing idlers with side guide rollers

Kindly clarify the self-aligning return idler spacing.side. Interval between two self aligning idlers shall be 30 times of carrying idler spacing. However it shall not exceed more than 45m for carrying or return side self aligning idler.

Volume-II: 3.7.6.e Idler Assembly of Volume-II (Page No. 73) :Self-aligning idlers shall be installed at 45m interval on carrying and return side.

The self-aligning troughing idlers with side guide rollers shall be provided one each within 5 to 7.5 m distance from Conveyor ends and the spacing of intermediate self-aligning troughing idlers shall not exceed 30 times the normal idler spacing of carrying side. Self-aligning idlers shall be provided on return side also with same basis as carrying side self-aligning idler.

58 As per belt manufacturer the belt elongation for steel cord belt is 0.5%. Kindly clarify.

Tender documents shall be followed.carrying and return side. Volume-II : 3.7.4 Take-up Units (Page No.69) : The take-up travel shall be 0.25% for steel cord belt and 2% for EP belt or to suit all operating conditions. NN belt is not allowed to use.

Page 12: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec59 For what items the customs clearance / port clearance shall be

obtained.Contractor shall obtain clearance if required for any items.

60 Volume-II : 2.2. Point. c Scope of Work (Page No. 29) :Counter weight lifting winch system for take-up

Kindly confirm whether the manual hoist or lifting winch system to be provided for counter weight maintenance purpose.

Electric winch shall be considered for counter weight lifting.

Volume-II : 1.6. Point. b Employer’s Requirements (Page No.23) :Packing and transportation from the manufacturer’s works to site including transit insurance, customs clearance/ port clearance, if required.

61 Volume-II : 15.5 Time of Completion (Page No.478) : Time of completion for the complete system shall be 24 months from the Effective date of contract.

Kindly confirm the completion period The overall Package schedule for design, engineering, supply, delivery at site, erection, testing and commissioning, including Mechanical, Electrical, Civil and C&I Works including PG test shall be 18 months from the date of Letter

Counter weight lifting winch system for take-up maintenance, safety switches and all the necessary fixing bolts including anchor bolts etc.

be provided for counter weight maintenance purpose.

Volume-II : 3.7.4. Point. d Take-up Units (Page No.69) :Provision of manual hoist shall be considered for counter weight for maintenance purpose.

62 Kindly confirm the stacker cum reclaimer, wagon loading system Stacker reclaimer and wagon loading system are not part of Volume-II : Clause No.2.2 Scope of Work / Point. h.h.h :

including PG test shall be 18 months from the date of Letter of Intent (LOI) (Zero Date).

Volume-I : 5.1 Work Completion Period :The overall Package schedule for design, engineering, supply, delivery at site, erection, testing and commissioning, including Mechanical, Electrical, Civil and C&I Works including PG test shall be 18 months from the date of Letter of Intent (LOI) (Zero Date).

are not part of the scope of this bid. the Phase-1 scope.

63 We are unable to found the Adani standard. Kindly clarify. Clause 12 of tender document (Volume-II) shall be followed for painting, surface preparation and corrosion protection.

64 The minimum sizes could not be located in the document Following minimum pulley diameter shall be considered;Drive pulley (mm) = 800mm + 16mm lagging.

All calculation (i.e. Conveyor power and tension, component selection and design calculation, structural calculation for conveyor, transfer tower and Grab ship unloader, stacker cum reclaimer, wagon loading system, electrical calculation, etc.)

Volume-II : 3.5.1 Codes & standards (Page No.56) :Adani P 001 Standard for corrosion protection Adani Q 001 quality assurance and control

Volume-II : Clause No.3.7.7. Point. S Pulleys (page-77) :In case the calculated values are lower, minimum sizes as Drive pulley (mm) = 800mm + 16mm lagging.

Non Drive pulley (Except snub pulley) = 630mm + 12mm lagging.Snub pulley = 500mm + 12mm lagging

In case the calculated values are lower, minimum sizes as specified in the tender shall be provided

Page 13: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec65 Kindly furnish the following existing drawings;

1)      G.A. of Conv. 13A2)      G.A. of Conv. 683)      G.A. of JT-1AE

Available drawings are enclosed (Attachment-I)

66 Actual pressure and flow rate, pipe size etc., of Fire fighting water line available at tapping point is required for further design. Storage of fire fighting water is not considered in our scope of

At a Single point, water supply shall be provided at required pressure and flow rate. Further distribution network shall be arranged by EPC contractor for each area with necessary

Volume-II : 1.5 - utility (Page No.22) :FFS: Single point supply for pressurised water shall be provided at one point. Location to be decided and Storage of fire fighting water is not considered in our scope of

work. It is noted that Fire water shall be single point supply in Page.22 but in page.126,pt.b , it is given " potable water shall be used as the primary source for water supply for the fire fighting". hence, this may be clarified.

arranged by EPC contractor for each area with necessary supporting facility and equipment.Contractor shall consider required necessary system in their scope. The minimum pressure of 7.0 kg/sq.cm shall be maintained at remotest / farthest point in fire network.

67 IT / ELV systems, what does it mean? IT (information technology) / ELV (Electrical low voltage).Volume-II : 4.1.8 1st para. (Page No.125) :Various utilities for building project in terms of various services related to buildings such as MEP, HVAC, Fire fighting , fire alarm system, IT/ELV systems, acoustical

provided at one point. Location to be decided and considered on mutual agrement with TTPS and the port. Further scope of tapping, water line , storage, distribution shall be carried out by contractor.

68 Whether based on the TDS value of potable water received from client, any water treatment to be considered in our scope of work. It is not clear, please clarify?

Single point supply for water shall be provided at one point with available flow rate and pressure, further distribution and networking shall be in the scope of EPC contractor. Water treatment is not required. 1 No Aqua guard water filter (25 ltrs Capacity) along with cooler to be provided at main control room

fighting , fire alarm system, IT/ELV systems, acoustical requirements etc., shall be designed in accordance with relevant IS & Other codes.

Volume-II : 4.2.1, Point. B (Page No.126) : Potable water shall be used as the primary source for water supply for fire fighting.TDS value of potable water shall be provided by the client.

69 this point is not clear, please clarify? Refer clarification under point 66

70 In phase-1, pumping system is required or not for FFS including jockey pump?

Pumping system is not required for FFS system. Single point supply for water shall be provided at one point with required flow rate and pressure, further distribution and networking shall be in the scope of EPC contractor.

71 Why 2 nos. water monitor at jetty area to be considered for pipe sizing calculation, since hydrant is being considered at jetty.

Supply and installation of water monitor at jetty area is not part of scope, however provision of water monitor in pipe

Volume-II : 4.2.1, Point. D (Page No.126) : Initially the system shall be charged with water to the normal system pressure, if contractor shall consider required ncessary system in their scope".

Clause No 4.2.1, Point. d , Page No.126): A separate set of pressure sensors shall be provided for starting and stopping of the jockey pumps which shall always maintain the pressure in the mon.

Volume-II : 4.2.1, Point. f, (Page No.126) : Consideration of 2 nos. water monitor at jetty area shall be kept in sizing calculation, since hydrant is being considered at jetty. part of scope, however provision of water monitor in pipe

sizing / selection shall be considered.of 2 nos. water monitor at jetty area shall be kept in piping size calculation.

Page 14: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec72 In phase -1, hydrant system is being considered for 5 conveyors

(11A, 11B, 12A, 12B & 13) & 3 transfer towers (JT1G,JT24A &JT1 F) only and not considered for stock pile and other transfer towers.

Noted

73 The maximum height of the Conveyors 11A and 11B, 12A & 12B and 13 is less than 30m, No Fire Hydrants need to be provided

Noted, however statutory requirements for internal hydrant inside conveyor gallery shall be confirmed by EPC contractor

Volume-II : 4.2.2, 6th para, (Page No.127) :At locations where water can't reach conveyors through

Volume-II : 4.2.2, 2nd para, (Page No.126) :Hydrant system shall be provided for entire plant including stockpile area, all transfer towers, buildings and other facilities falling within battery limit of plant.

and 13 is less than 30m, No Fire Hydrants need to be provided inside these conveyor galleries. However , water monitors as required externally will be provided for inclined conveyor having height above 15m. In addition , water monitor also considered for this two towers (JT1G & JT24A).

inside conveyor gallery shall be confirmed by EPC contractor and if required same shall be provided by EPC contractor.

74 It is customary practice to design the Fire hydrant system to maintain 3.5 kg/sq.cm at remotest area instead of 7 kg/sq.cm.

Tender documents shall be followed.

75 As per adopted practice for conveyor areas hydrant line shall be Noted for conveyor gallery.

At locations where water can't reach conveyors through ground level hydrant, water monitor at required interval shall be provided. In addition to above, fire hydrant to be provided inside conveyor gallery on both side ia all inclined conveyor.

Volume-II : 4.2.2, 9th para, (Page No.127) :The system shall be designed to cater minimum 7 kg/sq.cm pressure at remotest area.

Volume-II : 4.2.2, 4th para, (Page No.128) : The 75 As per adopted practice for conveyor areas hydrant line shall be provided as Terminal Header instead of ring main header.

Noted for conveyor gallery.

76 Location of paved area and RCC trenches in phase-1 are not clear for firewater header routing.

Entire Phase-1 development is on marine deck structure. EPC contractor shall consider trenches for under ground pipe (If any) accordingly.

77 No fire water storage tank and fire water pump house are considered for phase-1.

A four way fire brigade inlet with isolation valve shall be provided at mutually agreed location during detailed

Volume-II : 4.2.2, 4th para, (Page No.128) : The aboveground ring main network is to be laid on individual sleepers 300 to 500mm above FGL.

Volume-II : 4.2.2, 5th para, (Page No.128) :Fire water header passing underground through the paved area shall be laid in RCC trenches sand filled and without sleepers with removable precast concrete cover to withstand crane loading movement.

Volume-II : 4.2.5.1 / 1st para, (Page No.129) :A four way fire brigade inlet with isolation valve shall be

engineering where fire tender can access easily.

78 Please confirm the available pressure at the tapping point for1. Fire fighting water point.2. Service water point.3. Portable water point.

1.Refer clarification under point 662.Available Pr.1.5 KSc and Pipe dia 150NB3.Available Pr.1.5 KSc and Pipe dia 150NB

79 Can we supply only water to DFDS requirement at jetty area separately and compressor shall be locally mounted inside the ship unloader machine for ease of operation.

EPC contractor shall design DFDS system with adequate equipment for effective system performance. Design shall be reviewed during detailed engineering.

Volume-II : Clause No .1.5 – Utility (Page No.23) : Supply of compressed air is not available. Contractor shall install necessary compressed air system for jetty area and create complete piping network for requirement of system.

provided at fire water storage tank.

General

80 DFDS will be provided only for the system requirement of phase-1.Accordingly stacker cum reclaimer is not applicable.

Noted

system.

Volume-II : 2.2- Point. N (Page No.30) :DFDS at all transfer points , ship unloader, stacker reclaimer,

Page 15: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec81 Whether DFDS to be designed for double stream or single stream

conveyor working simultaneously? DFDS shall be designed considering double stream working simultaneously.

82 In DFDS, requirement of water quantity for DSS is not clear? Also note that No water tank is considered for water storage of DFDS and FFS etc. in phase-1 as per cl.4.3.1, 1st para.

Single point supply for water shall be provided at one point with available flow rate and pressure, further distribution and networking shall be in the scope of EPC contractor. If any tank required to meet the effective system performance same shall be considered by EPC contractor.

Volume-II : 4.3.2, para 2, (Page No.132) : Water for dry fog dust suppression system shall be stored in common water tank for FFS,DSS,DFS and service water system.

same shall be considered by EPC contractor.

83 No pump house is considered in phase-1 as per 4.3.1, 1st para. Single point supply for water shall be provided at one point with available flow rate and pressure, further distribution and networking shall be in the scope of EPC contractor. If any pumping system is required to meet the effective system performance same shall be considered by EPC contractor.

84 Should air blasters air quantity to be considered in addition to DFDS air requirement in phase-1?

Yes, It shall be considered in addition to the DFDS. Air blaster operation cycle shall be at the interval of 5 min through out operating hours.

Volume-II : 4.3.2, para 2, (Page No.133) : Dry fog dust suppression system water supply pumps shall be located inside common pump house for FFS, DSS, DFDS and service water supply as described in section4.3.

Volume-II : 4.3.2 / para 5 (Page-133) : Air blaster system shall be provided at each chute point of each transfer tower. Air consumption for air blaster shall be considered in sizing of air compressor of dry fog dust

85 MS ERW,black GI heavy duty pipe is required for DFDS? Tender documents shall be followed.

86 Actual pressure and flow rate, pipe size etc., of service water available at tapping point at JT1AE are required for further design. Also note requirement of metering station separately is not clear?

Available Pr.1.5 KSc and Pipe dia 150NB.Metering station as per Tender specification

Volume-II : 4.3.3.1, (Page No. 134) : M.S ERW, black GI heavy duty pipe as per is:1239, part 1 up to and including 150NB & IS3589,Gr 410 for 200NB and above dia.

Volume-II : 1.5 – Utility (Page No.22) : Service water: single point supply for water shall be made available at JT1AE to contractor. Further distribution network including piping, fittings,valves, metering station etc., shall be laid through conveyor galleries by contractor as per specification requirement.

be considered in sizing of air compressor of dry fog dust suppression system.

87 Actual Pressure and flow rate, pipe size etc., of service water available at tapping point at JT1AE are required for further design.

Available Pr.1.5 KSc and Pipe dia 150NB

88 It is not clear why overhead tank is required in all building for phase-1, since service water is direct supply from existing network?

Tender specification shall be followed. Over head tank shall be provided.

as per specification requirement.

Volume-II : 4.4.1 / Point. A / (Page No. 135) :Service water source is available near JT1AE with sufficient pressure and flow rate.

Volume-II : 4.4.1, Point. D (Page No.135) :All building shall be provided with overhead tank to be fed directly from the service network. Floor washing of transfer tower shall be direct supply, no storage facility is required at transfer tower.

89 No service water pump and service water tank are being considered in phase-1.

Single point water supply shall be provided for water at available pressure and flow rate. Further routing shall be arranged by EPC contractor to each area.Overhead tanks shall be filled through service water network and float valve shall be required at inlet of tank.

Volume-II : 4.4.1, Point. E, (Page No.135) : Water inlet to all the tanks will be controlled by pressure operated float valve ( opens and closes at a predefined low and high water level respectively) if any.

Page 16: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec90 Conveyor 13 with Metal Detector and Belt Scale is mentioned

whereas in Flow Diagram, Belt Scale only mentioned in conveyor 13. Please confirm.

Conveyor 13 shall be considered with Metal detector and belt weigher.

91 Shall be built in Existing Tower JT 1 AE. Please confirm whether new SS shall be built in the existing tower with required modification or SS built in the place after dismantling of JT1 AE. If modification required please furnish the drawing of Existing tower JT 1 AE.

Sub Station shall be built in existing transfer tower without demolishing. However necessary modification (Minimum three floors - Concrete Floor , Ground floor cable gallary SwitchGear room in first floor and Control room with Vitrified tiles) in second floor of tower shall be considered in the

Volume-II: 2.2 Scope of work (Page No.30) :Substation SS-3 shall be built in Existing Tower JT-1 AE. New tail pulley of conveyor 13A along with tail pulley frame shall be installed at proper transfer tower JT1F.All necessary civil and structural work required shall be in the

Volume-II : 2.2 Scope of work (Page No.26) : 2000 TPH Rated with Metal Detector and Belt scale. 1800BW @2.5 m/s.

JT 1 AE. tiles) in second floor of tower shall be considered in the scope to meet the system, access and safety requirement.

92 Is not clear. Please check it is not relevant to us Scope of electrical work includes supply, installation, testing and commissioning of all electrical equipments as per relevant latest electrical standard and as per as technical specifications / drawing by EPC contractor. This work can be carried out by us/ through giving contract to port approved contracting agencies as well as to TANGEDCO.

necessary civil and structural work required shall be in the scope of contractor including new CJ-I deck.

Volume-II: 2.2 Scope of work / Point No. cc (Page No.32) : Scope of electrical work includes supply, installation, testing and commissioning of all electrical equipment’s as per relevant electrical standard and as per as technical specifications / drawing. This work can be carried out by us/ through giving contract to port approved contracting agencies as well as to TANGEDCO.

93 Mentioned as 6.6kV (E) Cable Laying whereas in SLD 6.6kV (UE) Cable. Please confirm whether 6.6kV system is Earthed (E) or Unearthed (UE).

6.6 kV (UE) cable to be considered.

94 6.6kV VFD’s are not covered in Phase 1 Scope. Please Confirm There is no VFD in Phase-1, however space provision shall be considered for installation during phase-2 development.

95 High Mast lighting System for Coal stock yard is not covered inPhase 1 Scope. Please Confirm

Noted.

Volume-II: 2.2 Scope of work / Point. mm (Page No.32) :6.6KV XLPE€ Cable laying

Volume-II: 2.2 Scope of work / Point. oo (Page No.32) : 6.6 KV VFD’s

Volume-II: 2.2 Scope of work / Point. ww (Page No. 33) : High mast lighting of Coal stock yard & jetty area.

96 Uplink connectivity of IT infrastructure through wireless is required please submit the details of existing details of IT Infrastructure available.

No IT system considered in the scope.However connectivity between PLC with Existing PLC and extension of One OWS to existing control room through OFC etc in the scope of EPC contractor.Redundant Fiber Optic communication shall be established between i) PLC & GSU-1, ii) PLC& GSU-2, iii)PLC- Master Clock System, iv)) PLC to Existing PLC system

97 Electrical Design Requirement:Fault level for 6.6kV is mentioned as 40kA for 3 Sec whereas inSLD fault level for 6.6kV is mentioned as 40kA for 1Sec. Please

Fault level shall be 40kA for 3 second for 6.6 kV and 50 kA for 1 sec for 415 V.

Volume-II: 5.1 Electrical Design and requirement (Page No.138) :Fault level:40KA for 3 sec at 6.6KV

Volume-II : 2.2 Scope of work / Point. ddd (Page No.33) : Contractor shall ensure the uplink connectivity (wireless &wired) with existing Infrastructure. Necessary supply installation and testing of hardware required to establish connectivity with existing infrastructure shall be in contractor’s scope.

SLD fault level for 6.6kV is mentioned as 40kA for 1Sec. Pleaseconfirm which is correct

98 Electrical Design Requirement: System Earthing of 6.6kV will be confirmed whether solidly earthed or unearthed.

6.6kV : Shall be considered solidly earthed.

Fault level:40KA for 3 sec at 6.6KVFault level:50KA for 1 sec at 415V

Volume-II: 5.1 Electrical Design and requirement (Page No.138) : System Earthing at 415V: Solidly earthed

Page 17: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec99 Electrical Design Requirement: Circuit breaker protection &

tripping control system is 220V DC system whereas is SLD mentioned as 110V DC System. Please confirm 220V DC or 110V DC System.

220V DC system shall be considered for breaker protection , tripping and control.Emergency lighting also to be considered as DC system

Cable trays shall be GI with minimum thickness whereas. Minimum 2mm thickness cable tray to be considered.

Volume-II : 5.1 Electrical Design and requirement (Page No.138)Circuit Breaker Protection:220V DC solidly earthed

100 Volume-II: 5.2.7.1 Cable tray and fittings (Page No.151) :Cable trays and accessories shall be GI with minimum thickness as per code. Horizontal Rung spacing shall be

Cable trays shall be Hot Dip galvanized. Please confirm GI or Hot Dip Galvanized cable trays.

Cable tray shall be considered with Hot dip galvanized.

101 Transformer at Jetty area substation oil type/dry type. Please confirm, Specification available for Dry type only.

Transformer shall be Oil type.Volume-II: 5.3.2 Transformer (Page No.161) :This specifications covers the requirements of 6.6/0.433 KV distribution oil type/dry type(at jetty area substation) transformer complete with all accessories.

thickness as per code. Horizontal Rung spacing shall be 250mm.

Volume-II: 5.3.12.4 Cable trays and accessories (Page no.196) :Cable trays , accessories and covers shall be hot dip galvanized thickness shall be minimum 75 microns.

102 VVFD Drive is not in the scope of Phase – 1 please confirm. There is no VFD in Phase-1, however space provision shall be considered for installation during phase-2 development.

103 Please furnish the specification for HT motor. Refer enclosed "Attachment-VIII" : Specification of HT motor".

104 Please confirm the main incoming power supply for the proposed project will be at CHS7.

Please refer tender specification clause 1.5, Volume-II.

105 Please provide charge basis. Contractor shall apply for LT power supply to CE/TTPS. LT

transformer complete with all accessories.

Volume-II: 5.3.16 VVFD drive (Page No.201) : VVFD

 General : 

General : Incoming Source

Volume-II: Clause 1.5 (Page No-??):105 Please provide charge basis. Contractor shall apply for LT power supply to CE/TTPS. LT power supply will be given at a point near the Project / Port boundary for erection works at the rates prevailing at the time of usage on chargeable basis as per applicable Tariff rates of TNERC Tariff order.Water for Construction will be supplied at a rate fixed by CE/TTPS subject to availability. If water is not supplied by TANGEDCO, EPC contractor shall arrange by his own and can not claim this as a reason for any delay.

106 Location of maintenance shed to be identified Location shall be decided based on mutual understanding. It

Volume-II: Clause 1.5 (Page No-??):Construction power and water shall be provided at single point on the chargeable basis.

Volume-II: 2.2 Sl.no.12 (Page No-??) :106 Location of maintenance shed to be identified Location shall be decided based on mutual understanding. It may be somewhere on the deck space ( Jetty) of dismantled existing conveyor 13A.

107 Location to be identified. Area will be allotted in the vicinity of site. All the infrastucture required for carrying out fabrication and other works shall be developed by EPC contractor. Rent if any as per the Rules and Regulation of VOCPT shall be in the account of contractor.

Volume-II: Clause.2.3 c) (Page No-??) :Scope of work shall include development of land for construction of the site fabrication yard at area allocated to contractor by the Employer.

Volume-II: 2.2 Sl.no.12 (Page No-??) : Maintenance shed of size 4m x 16m

Page 18: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec108 Please confirm it is Poly-carbonate sheet or FRP sheet. Polycarbonate shall be considered for translucent sheet.

109 Considering scarcity of river sand, use of M sand in Concrete works. Kindly confirm.

It may be accepted with prior permission, testing and approval of the same.

110 Kindly provide roof and side cladding GI sheet thickness. Precolor coated galvanized sheet with 0.6mm base metal thickness shall be considered for roof and side sheeting.

Volume-II: Clause 7.1.3.2 (Page No-XX) :Translucent sheet 1.1 mm thick for lighting in Junction tower & Conveyor gallery

Volume-II: Clause 7.2.2.4 (Page No- ??) :Fine Aggregates for Structural Concrete.

Volume-II: Clause 7.1.3.2.1 & Clause 7.1.3.2.2 (Page No. ?? & ??) :Conveyor gallery/Junction tower sheeting

111 Existing Geo Technical investigation report is required for the proposed conveyor location. Kindly confirm.

Refer enclosed available geotechnical report (Attachment VII )of near by location. However EPC contractor shall carry out all necessary investigations required before execution of project.

112 Existing Bathymetric survey report required for the proposed conveyor location. Kindly confirm.

Available report is enclosed as Attachment VII .However EPC contractor shall carry out all necessary investigations required before execution of project.

113 Whether it is Rent free space allotment for site office, store, fabrication yard etc. Kindly confirm.

Space will be allotted. Rent as per rules and regulation of VOCPT

General:Space allotment

Conveyor gallery/Junction tower sheeting

General :Geo Technical report

General:Survey report

fabrication yard etc. Kindly confirm. VOCPT

114 Whether Exemptions in VOCPT toll charges for the entry of construction/structural erection machineries & equipment. Kindly confirm.

Applicable charges shall be paid by EPC contractor

115 Whether Rent free space allotment for construction labour accommodation. Kindly confirm.

Labour accomodation inside the PORT area will not be allowed by VOCPT

116 Whether Provision of staff quarters near port area will be allotted. Kindly confirm.

Not available

117 Whether Working hour’s restrictions will be there. Since the work There is no working hour restrictions. However VOCPT Rules

Space allotment

General:Toll charges

General:Space allotment for labour accommodation

General: Staff quarters

General:117 Whether Working hour’s restrictions will be there. Since the work to be carried out near the Oil Jetty.

There is no working hour restrictions. However VOCPT Rules and regulations shall be followed and necessary permission from PORT officals shall be obtained.

118 Whether Design mix approval has to be done while executing the work.

Yes, Approval shall be obtained before commencing construction activity.

General:Working hour restriction

General:Concrete design mix

Page 19: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec119 Procedure for the design & drawing approval if any. Kindly

confirm.On the receipt of LOI. EPC contractor shall immediately submit the list of drawing or DCI for approval. Once it is concurred from Client side. Flow of drawing Approval shall be as mentioned below;- EPC contractor shall submit document to Tangedco and Consultant (M/s,Howe). - Document shall be reviewed by Howe and submission to Tangedco for incorporation of their observation if any. - Compiled observation shall be sent to EPC contractor from

General:Drawing approval

- Compiled observation shall be sent to EPC contractor from Tangedco for incorporation of comments.IFC drawings shall be issued after completion of this process. At the end of project all drawing including As BUILT drawing, detail drawings, design drawing and documents, etc. shall be submitted to Client.

120 Kindly provide new coal jetty-I Deck slab (section details) drawing. Available drawings shall be provided to successful bidder after awarding contract.

121 Please confirm scope of work is limited to phase – I only. Since scope of phase – II work has been given in various pages in the

Scope of work is limited to Phase-1 development only. Phase-2 scope is incorporated in tender document for clear

General:Coal jetty -1 drawing

General:Scope of work scope of phase – II work has been given in various pages in the

specification. 2 scope is incorporated in tender document for clear understanding of future development plan and to maintain necessary provision for interconnection with Phase-1.

122 Since the maximum size of the individual fabricated Ship Unloader parts are smaller than the above said conveyor crossing area, we can easily mobilize all the Ship Unloader fabricated parts to the VOC Port Coal Jetty-I without any obstacle. And, we would like to inform that enough spaces are available for Assembling, Erection and Commissioning of the supplied fabricated parts to be done at Coal Jetty-I. Further, the Roll-On & Roll-Off cost is very high comparing with the assembling, Erection and Commissioning of

Noted, However please note that if any assembly / storage space is required by the bidders, same shall be arranged for by themselves. It is also to be noted that TANGEDCO is not responsible for providing the required space for assembly / storage. Bidder to proceed accordingly.

Scope of work

Volume-I : Clause 12.2: Price for Erection, Testing and Commissioning by Roll-On & Roll-Off basis.

When we studied the approaches and site condition at VOC Port Coal Jetty-I area, we noted that all the fabricated parts of ship Unloader can easily be mobilized through the existing roads of VOC port up to Coal Jetty-I. And, only can critical place is in between JT24 & JT25 comparing with the assembling, Erection and Commissioning of

the fabricated parts of the Ship unloader on the Coal Jetty-I.

Therefore, we pray your good self to consider the erection of the Ship Unloader either on Roll-On & Roll-Off basis or Assembling, Erection and Commissioning of the fabricated parts of the Ship unloader to be done at the Coal Jetty-I and to include our appeal of the above said clause in the above said tender specification.

And, only can critical place is in between JT24 & JT25 Conveyor No. 68 area road as the available height is 6.5 Mtrs. and width is 6.3 Mtrs. Approximately.

Page 20: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec123 1) It is recommended to install vibratory feeder which is

maintenance free instead of belt feeder. The capacity can be greatly improved because the hopper is closer to sea side, furthermore it will have more space.2) There is no enough space for lowering grab and pay loader as indicated in tnder drawing. So it is recommended that grab back reach can be 6m outside of landside rail.3) The belt feeder under hopper is recommended as horizontal arrangement, not as inclined, since material spillage will happen in

1) Tender specification shall be followed.

2) Tender specification shall be followed. ~9m clear space is available between land side rail center and conveyor which is sufficient for grab lowering operation in our opinion. Please study your design in detail.

3) Horizontal belt feeder may be accepted subject to confirming that there is no compromise in feeding flexibility

Tender drawing No: CJCPT-MEC-DWG-717, Rev.BThe mode of Material Transfer System

arrangement, not as inclined, since material spillage will happen in inclined conveyor.

confirming that there is no compromise in feeding flexibility to two conveyors.

124 It is recommended that the boom shall have one hinge point. For such type, the trolley rails and its clips are more convenient and safer for maintenance which will be located in the top surface of girder. As per specification, the rails must be located on the bottom of girder and it is not convenient and unsafe for maintenance

Tender specification shall be followed.Volume-II : RFQ-GSU-001 / Clause No. 2.5.2. Page No: 17/115 of ship unloader:When the bottom is hoisted by the boom hoist, the upper hinge point effected as the pivot point. When the boom is lowered down to horizontal position, the FORESTAY is extended and bears the boom load, the lower hing point bears the load and the upper hinge point is released

125 It is recommended that the lift may be designed outside of land leg. Such design is safer for emergent escape.

Shall be discussed during detailed Engineering

126 Geared motor type will be less maintenance. Hence it is recommended to provide geared motor for long travel.

Tender documents shall be followed.

Volume-II : RFQ-GSU-001 / Clause No. 1.10.4. passenger lift Page No: 36/115 of ship unloaderIt shall have a fully enclosed and ventilated Stainless Steel cab suitable for outdoor duty and shall be installed in side of the leg on left side of the land side leg when facing sea side. The lift shall have anticorrosive painting suitable for saline atmosphere with presence of cargo dust.

Volume-II : RFQ-GSU-001 / Clause No 2.2.2. Long travel drives (Page No: 14/115) :Drivers shall be eletric motor driven mechanical type with

127

We request TANGEDCO to modify this clause including as appearing in other places also as below:Time is one of the important aspects of this Contract.

Tender documents shall be followed.

128

We request TANGEDCO to allow the bidder to submit EMD in Bank Guarantee form also as like Security cum Performance Guarantee.

Bidders are permitted to submit Bank Guarantee towards EMD as per clause 16.1 B page 34 of Volume - I

Drivers shall be eletric motor driven mechanical type with gear reducers shaft mounted on the driven wheels. Torque reaction shall be via flexible mounting on bogie. Reducer shall not be self locking.

Volume-I : Section-1, Clause-6.1 (Page-05) :Time is the essence of this Contract

Volume-I : Section-1, Clause-16.1 (2) (Page-34) :The Earnest Money Deposit specified above should be

128Guarantee form also as like Security cum Performance Guarantee. EMD as per clause 16.1 B page 34 of Volume - IThe Earnest Money Deposit specified above should be

remitted through NEFT/RTGS/Account Transfer.

Page 21: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

129

We request TANGEDCO modify the clause as below:In particular, bids which do not (i) conform to the performance parameters (ii) adhere strictly to the project completion schedule (iii) conform to commercial terms & conditions, namely (a) SD cum Contract Performance Guarantee (Clause No. 31.0 of Sec.-1/Vol.-I) (b) Liquidated Damages (Clause No.24 of Sec.- 2 and Clause 6.0 of Sec.4/ Vol.-I) and (c) Terms of Payment(Clause No.9 of Sec.-4/ Vol-I) will be treated as non-responsive.

Tender documents shall be followed. Volume-I : Section-1, Clause-25.3 (Page-40) :In particular, bids which do not (i) conform to the performance parameters (ii) adhere strictly to the project completion schedule (iii) conform to commercial terms & conditions, namely (a) SD cum Contract Performance Guarantee (Clause No. 31.0 of Sec.-1/Vol.-I) (b) Liquidated Damages (Clause No.24 of Sec.- 2 and Clause 6.0 ofSec.4/ Vol.-I) and (c) Terms of Payment (Clause No.9 of

130

We request TANGEDCO tp modify the clause asbelow:`Taking over Date’ shall mean the date when erection of equipment supplied by the contractor and commissioning followed by the Performance Guarantee testing has been completed & all contractual obligations fulfilled.

Tender documents shall be followed.

131

We request TANGEDCO for followingLIQUIDATED DAMAGES FOR DELAY IN COMPLETION SHALL BE APPLICABLE FOR DELAY IN COMMISSIONING

Tender documents shall be followed. Volume-I : Section-2, General (Page-XX) :LIQUIDATED DAMAGES FOR DELAY IN COMPLETION

Sec.4/ Vol.-I) and (c) Terms of Payment (Clause No.9 of Sec.-4 / Vol-I) will be treated as nonresponsive.

Volume-I : Section-2, Clause-3.63 (Page-67) :`Taking over Date’ shall mean the date when erection of equipment supplied by the contractor and commissioning followed by the Performance Guarantee testing has been completed & all contractual obligations fulfilled.

APPLICABLE FOR DELAY IN COMMISSIONING

132

We request TANGEDCO to modify theclauseIf the Owner or his representative fails to give his instructions ordecision in writing within a period of Fifteen (15) days after beingrequested or if the Contractor is dissatisfied with the instructionsor decision of the Engineer, the Contractor may within Fifteen (15)days after receiving the instructions or decision appeal to the ChiefEngineer. The Chief Engineer shall within Fifteen (15) days onreceipt of the appealafford an opportunity to the Contractor to be heard and to offer

Tender documents shall be followed. Volume-I : Section-2, Clause-32.3 (Page-91) :“Settlement of disputes” If the Owner or his representative fails to give his instructions or decision in writing within a period of Fifteen (15) days after being requested or if the Contractor is dissatisfied with the instructions or decision of the Engineer, the Contractor may within Fifteen (15) days after receiving the instructions or decision appeal to the Chief Engineer. The Chief Engineer shall within Fifteen (15) days on receipt of the appeal afford an opportunity to 132

evidence in support of his appeal. If the Contractor isdissatisfied with the decision of the Chief Engineer, thedispute or difference shall be referred by the Contractor toarbitration. Arbitration shall be governed by rbitrationand Conciliation Act, 1996 and amendment thereof shallgovern arbitration. The venue of arbitration proceedingsshall be Chennai.

the Contractor to be heard and to offer evidence in support of hisappeal. The official shall give a decision within a period of Fifteen (15) days after the Contractor has given the said evidence in support of his appeal.

Page 22: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

133

We request TANGEDCO to modify theclause as belowWarrantyThe Contractor shall warrant that the equipments will be new and in accordancewith the Contract Documents and free from defects in material and workmanship for aperiod of Twenty-Four (24) calendar months commencing immediately upon the

Tender documents shall be followed. Volume-I : Section-2, Clause-34.1 (Page-91) :WarrantyThe Contractor shall warrant that the equipments will be new and in accordance with the Contract Documents and free from defects in material and workmanship for a period of Twenty Four (24) calendar months commencing immediately upon the satisfactory completion of the Performance Guarantee Tests / date of handing over.

immediately upon thesatisfactory completion of the Performance Guarantee Tests / date of handing over andsuch warranty shall not exceed beyond 42 months from the Effective Date of Contract.

134

We request TANGEDCO to modify the clause as belowThe Contractor shall guarantee that the equipment being supplied under this Contract shall be new and of first quality workmanship and shall have no defect in manufacture, for the purpose of unloading of material from ship intended.The guarantee shall be for a period of 24 (Twenty Four) calendar months commencing immediately on completion of successful

Tender documents shall be followed. Volume-I : Section-2, Clause-43.1 (Page-xx)The Contractor shall guarantee that the equipment being supplied under this Contract shall be new and of first quality workmanship and shall have no defect in manufacture, for the purpose intended.

Performance Guarantee Testing of the Shore Unloader Package / date of handing over and acceptance by TANGEDCO and such guarantee shall not exceed beyond 42 months from the Effective Date of Contract

We request TANGEDCO to include thefollowing clause under this clause as46.4.Notwithstanding anything contrary in this Contract, Contractor's maximum aggregate liability for claims of all kinds arising under or resulting from this Contract, tort (including egligence) shall be limited to 100% of the Contract Price.

Volume-I : Section-2, Clause-46 (Page-99) :“Limitations of liabilities”

135limited to 100% of the Contract Price."Neither Party shall be liable to the other for any special, incidental, indirect or consequential loss or damage or for any loss of profit, loss of business opportunities, damage to reputation or for any financial or economic loss whatsoever that may be incurred by the other Party or by any other party whose claim for such compensation or damages derives from a Party to this Contract."

Tender documents shall be followed.

136We request TANGEDCO to consider payment through Letter of Credit (LC) for supplies from Indian Origin also. Tender documents shall be followed.

Volume-I : Section-2, General (Page-XX) :LC payment

Page 23: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / SpecSupply ;9.2.1, 9.2.2 & 9.2.3 : We request for interest free advance payment. Adjustment of advance in running bills prorate basis 9.2.4 :70% of the contract value along with 100% taxes shall be paid through Letter of Credit on Pro rata basis upon dispatch of goods9.2.5 : 20% payment towards material receipt certificate (MRC) shall be paid through Letter of Credit on Pro rata basis9.2.6 & 9.2.7 : 10% percent of the value of the contract price after

Tender documents shall be followed. Volume-I : Section-4, Clause-9.2 (Page-155) :“Terms of payment” towards supply ofEquipments

9.2.6 & 9.2.7 : 10% percent of the value of the contract price after successful completion of Performance Guarantee tests. In case Performance Guarantee Test cannot be carried out within 6 months from scheduled date of PG Test or Contractor’s readiness for PG Test due to reasons attributable to Owner, The respective Milestone payment of 10% shall be released to the contractor. However Contractor shall be obliged to carry out PG test within another 180 days .

Erection, Testing & Commissioning :9.4.1, 9.4.2 & 9.4.3 : We request for interest free advance

Tender documents shall be followed. Volume-I : Section-4, Clause-9.4 (Page-159) :“Terms of payment” towards supply of

137

9.4.1, 9.4.2 & 9.4.3 : We request for interest free advance payment. Adjustment of advance in running bills prorate basis9.4.4 :70% of the contract value along with100% taxes shall be paid on Pro rata basisupon erection of goods9.4.5 : 10% payment upon no load Commissioning9.4.6,9.4.7 & 9.4.: 10% percent of the contract value after successful completion of Performance Guarantee tests. In case Performance Guarantee Test cannot be carried within 6 months from scheduled date of PG Test or Contractor’s readiness for PG Test due to reasons attributable to Owner, The respective Milestone payment of 10% shall be released to the contractor. However Contractor shall be obliged to carry out PG test within

“Terms of payment” towards supply ofEquipments

However Contractor shall be obliged to carry out PG test within another 180 days .

138

We request TANGEDCO(i)to change the word Penalty to Liquidated damages.(ii) to cap LD for short-in –performance to 5% of contract value

Tender documents shall be followed. Volume-I : Section-4, Clause-23 (Page-167) :PENALTY FOR POOR PERFORMANCE:

Page 24: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / SpecWe request TANGEDCO to modify theclause as below;In case Performance Guarantee Test cannot be carried out at specified time due to reasons attributable to Owner, the Plant shall be taken over 180 days after the intimation from the Contractor provided the Owner is satisfied about his readiness for conducting the Performance Guarantee Test. In such case, the Owner shall give an adhoc final acceptance certificate for thepurpose of triggering the Guarantee/Defect iability period and

Tender documents shall be followed. Volume-I : Section-2, Clause-24.1 (Page-168) :Final Acceptance

In case Performance Guarantee Test cannot be carried out at specified time due to reasons attributable to Owner, the Plant shall be taken over 180 days after the intimation from the Contractor provided the Owner is satisfied about his readiness for conducting the Performance Guarantee Test. In such case, the Owner shall give an adhoc final

139

purpose of triggering the Guarantee/Defect iability period and release of last 10% payment which will be subject to revision based on actual PG test results. In such an eventuality, the Owner shall give a notice to the Contractor of his readiness to give necessary inputs to enable the Contractor to do the Performance Guarantee Test within another 180 days, in which case the Contractor shall arrange the Performance Guarantee Test within 30 days on receipt of such notice without any additional financial implication to the Owner

Test. In such case, the Owner shall give an adhoc final acceptance certificate for the purpose of triggering the Guarantee/Defect Liability period which will be subject to revision based on actual PG test results. In such an eventuality, the Owner shallgive a notice to the Contractor of his readiness to give necessary inputs to enable the Contractor to do the Performance Guarantee Test, in which case the Contractor shall arrange the Performance Guarantee Test within 30 days on receipt of such notice without any additional financial implication to the Owner.

140

It is mentioned in clause 11.13 that after evolution of price bid L1 tenderer shall submit ITC declaration towards GST.Where as in the checklist point 31, all the bidders shall have to upload the scanned copy of the declaration during submission of the bid. Please confirm Whether all the bidders shall have to submit the ITC input Tax credit declaration towards GST as per format furnished in Annexure – 13 along with submission of Price bid or only the L1 bidder shall be required to submit the same after evaluation of price bid.

Only L1 bidder shall submit the undertaking as per following clause.Volume-I : Section-1, Clause-11.13 (Page-20) :

The bidder should note that after evaluation of price bid the L1 tenderer shall submit ITC declaration towards GST as per prescribed format furnished in Annexure 13 of volume I of specification in a Non-judicial stamp paper not less than RS.80/-.

Volume-I : Section-1, Clause-11.13 (Page-20) :

The bidder should note that after evaluation of price bid the L1 tenderer shall submit ITC declaration towards GST as per prescribed format furnished in Annexure 13 of volume I of spec in a Non-judicial stamp paper not less than RS.80/-.

Declaration for the Input Tax credit benefit passed on to TANGEDCO (Annexure: 13).

Page 25: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec(i) Please confirm whether the bidder shall quote the total price (L.S) after deducting the Input Tax Credit relief available to them on account of GST already paid in accordance with Clause 12.2. In such case there will not be any further deduction on the total LS price quoted by the bidder towards ITC relief as per the format furnished in Annexure-13.

OR

Tender documents shall be followed and also refer response to Point No.140.

Volume-I : Section-1, Clause-12 (Page-21) :The tenderer should quote their rates taking into account the ITC (Input Tax Credit) relief available to them on account of GST already paid.

Volume-I : Section-1, Clause-13.3 (Page-26) :The bidder should furnish a declaration in Annexure: 13 to effect that the bidder has quoted the prices as per section: 171 of GST Act (ie. ITC benefit) considering any 141 (ii) The bidder should declare that they are extending RS……….. /

of …..% as rebate in quoted price against input Tax credit benefit in accordance with Clause 13.3 In such case the bidder shall quote the total L.S price without deducting the ITC Benefit and the ITC benefit amount declared as per format furnished in Annexure-13 will be extended as rebate from the total L.S price quoted after evaluation of price bid without considering the benefit.

142 Please confirm whether recovery towards the Labor Welfare Fund will be made only from the value of labour portion or material

1% of Total Building construction value will be recovered towards Labour Welfare fund

section: 171 of GST Act (ie. ITC benefit) considering any reduction in rate of taxes & duties on any supply of goods and services or the benefits of Input Tax Credit and the same has been passed on to TANGEDCO by way of commensurate reduction in prices and as such to declare that the bidder is extending RS……../- of …….% as rebate in quoted price against input tax credit benefit.

Volume-I : Section-1, Clause-13.12 (Page-32) :LABOUR Welfare Fund

portion of civil works or to the total value of civil works for this project.

143

It is mentioned in Clause 16.1 that Earnest money deposit specified above shall be through money transfer or in the form of bank guarantee as detailed below:A. Money TransferB. Bank GuaranteePlease confirm whether EMD in the form of Bank Guarantee shall be acceptable for this tender as per clause 16.1 (B).

Bidders are permitted to submit Bank Guarantee towards EMD as per clause 16.1 B page 34 of Volume - I

1% of the building construction value of the proposal will be recovered towards the contribution to the Manual Workers General Welfare Fund and remitted to T.N Construction Workers Welfare Board, Chennai-18.

Volume-I : Section-1, Clause-16.3 (Page-35) :Any other mode of payment of EMD other than NEFT/RTGS/Account Transfer shall not be accepted towards EMD and the tenders shall be rejected if EMD is not paid in the prescribed manner.

be acceptable for this tender as per clause 16.1 (B).

144

Please confirm Whether Lowest bidder (L1) from the bid prices will be evaluated only after considering the rebate extended by the bidder as per the format furnished in Annexure - 13 towards ITC benefit from the total L.S price quoted by them.

Only L1 bidder shall submit the undertaking as per following clause.Volume-I : Section-1, Clause-11.13 (Page-20) :

The bidder should note that after evaluation of price bid the L1 tenderer shall submit ITC declaration towards GST as per prescribed format furnished in Annexure 13 of volume I of spec in a Non-judicial stamp paper not less than RS.80/-.

Volume-I : Section-1, Clause-30.6 (Page-44) :The lowest of Evaluated Bid price shall be considered as Lowest Bidder (L1).

Page 26: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

145

Please confirm Whether concessional customs duty is available for this project. If concession is available, the rate of customs Duty applicable may please be provided.

After awarding the contract, Owner shall issue a certificate to avail any concessional custom duty at the request of the Contractor. The EPC contractor shall pass on such benefits to TANGEDCO

Volume-I : Section-4, Clause-3.2 (Page-151) :It is understood that at present concessional custom duty is available towards import of goods/materials for Power Generation Plant. The bidder is required to quote his price considering this concessional duty after due confirmation of availability of such concessional custom duty. To avail the concessional custom duty the Owner shall issue certificate, at the request of the Contractor.

146

As per Government rules we have to raise invoice for 100% value of the respective supply or services with GST and GST for the full value to be remitted to the authorities in full once the supply or services is effected. As such we have to pay the GST in full within the days allowed in the very next month of the invoice raised whether the payment is received or not from the purchaser. However, TANGEDCO will release only 90% of Taxes & Duties including GST on completion of supply or services. Considering that the 100% GST shall have to be paid to the authorities on completion of supply or services, we request that 100% of GST shall be paid by TANGEDCO instead of 90% along

Tender documents shall be followed. Volume-I : Section-4, Clause-9.0 (Page-154) :Terms of Payment

Payment towards submission of Design and Engineering Drawings & Data sheets, supply of Equipment’s, Mandatory spares, Erection, Testing and commissioning shall be paid on prorate basis along with 90% taxes & Duties including GST .The final 10% payment along with 10% Taxes & Duties including GST shall be paid after successful completion of PG Test ,Written acceptance of PG Test results by 100% of GST shall be paid by TANGEDCO instead of 90% along

with the 1st prorate payment for the completion of supply or services. please confirm.

147

Supply of materials or services which could not be completed by the contractor with in the completion period may be very less when compared to the volume of supply or services completed by the contractor with in the completion period. However, the levy of LD by TANGEDCO will be sum of half percent (0.5%) of the total contract price for each completed week of delay. We request that liquidated damages at the rate of (0.5%) half percent for each completed week of delay only for the delayed

Tender documents shall be followed.

PG Test ,Written acceptance of PG Test results by TANGEDCO, 24 months of O&M of complete conveying package, fulfillment of all contractual obligation and on closure of P.O after adjusting all dues including LD with applicable GST. Volume-I : Section-2, Clause-24.2 (Page-85) :Liquidated Damages For Delay In Completion

TANGEDCO shall recover from the contractor as liquidated damages a sum of half percent (0.5%) of the total contract prices for each complete week of delay. However, the total liquidated damages shall not exceed 10% of the total contract value. percent for each completed week of delay only for the delayed

portion due to contractor’s fault may be recovered from the contractor please confirm.

148

As per the clause the contractor shall have to supply of all lubricants, oil etc. up to three (3) months post handling over during O&M of Conveying Package by the Vendor/Contractor. It is presumed that supply of all lubricants, oil etc., during the balance period of 21 month of operation & maintenance after first 3 month post handling over will be in the scope TANGEDCO. Please confirm.

Supply of all lubricants, oil, etc. during entire 24 month of operation and maintenance shall be in the scope of EPC contractor.

EPC contractor shall consider these 3 months after completion of 24 months operation service, while operation will be also handed over to Client.

Volume-I : Section-2, Clause-63.0 (Page-107) :First Fill Of Oils, Lubricants, Etc.

Supply of all lubricants ,oil, etc. for initial fill, flushing, cleaning, refill and topping up to handing over of conveying Package and also up to three (3) months post handing over during operation and maintenance of Conveying Package by the Vendor / Contractor.

total contract value.

Page 27: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / SpecIt is presumed that space required for execution of this works at site for the contractor’s office, canteen, storage are for materials during the period of storage and erection, pre – assembly and fabrication area, toilets etc, will be provided by TANGEDCO on free of charges. Please confirm.

Area will be allotted in the vicinity of site. All the infrastucture required for carrying out fabrication and other works shall be developed by EPC contractor. Rent if any as per the Rules and Regulation of VOCPT shall be in the account of contractor.

Volume-I : Section-3, Clause-32.2 (Page-138) :Facilities To Be Provided By The Owner / Purchaser

32.2.1: The contractor shall advise the purchaser within seven (7) days from the date of acceptance of the letter of Intent, about his exact requirement of space for his office, canteen, storage area, pre-assembly and fabrication areas, toilets, etc., The above requirement shall be reviewed by the Engineer and available open 149 shall be reviewed by the Engineer and available open space will be allotted to the contractor for erection of his temporary structures like office, storage sheds, and other utilities, etc., for his own as well as his sub-contractor’s use.32.2.2: available open space shall be provided to the contractor for storage of materials during the period of storage and erection.

Clause No 5.3.5.16Local Push Button StationsPage No.176The local pushbutton stations shall be with FRP enclosure,

Please confirm whether all local pushbutton station shall be only with FRP enclosure suitable for outdoor mounting on wall or steel structures in accordance with specification Clause No. 5.3.5.16,

All local push button station shall be with FRP enclosure suitable for mounting on wall or steel structure. However all outdoor application junction boxes shall be made of SS316

150

The local pushbutton stations shall be with FRP enclosure, suitable for outdoor mounting on wall or steel structures.

structures in accordance with specification Clause No. 5.3.5.16, Local Push Button Stations, Page No.176.

outdoor application junction boxes shall be made of SS316 with canopy.

Clause No.5.3.3LT SwitchgearPage No.168All indoor & outdoor boxes & local control stations shall be supplied with SS304 CanopyClause no 5.3.12.220V DC SystemPage No.190220V DC power supply system shall consist of 2 x 100% 220V Batteries, 2 x 100% 220V Battery Chargers cum

Please confirm whether2 x 100% Battery chargers &2 x 100% Batteries shall have to be considered in accordance with the

specification clause no.5.3.12, 220V DC System Page No. 190.

1) 2 x 100% Battery chargers & 1 x 100% Batteries shall be considered.2) Minimum rating of 200AH shall be considered. If higher rating is required contractor shall provide the same without

LT Switchgear shall be supplied with 2 Incomers and

152 Clause No 5.3.3 LT SwitchgearPage No.166Auto/Planned/Changeover scheme with synchronizing feature for various incomers and buscouplers shall be

Kindly confirm whether proposed LT Switchgear shall be supplied with 2 Incomers and Buscouplers including Auto/planned changeover scheme with synchronizing feature in accordance with the specification clause No5.3.3 LT Switchgear, Page No.166.

151

220V Batteries, 2 x 100% 220V Battery Chargers cum distribution board.

rating is required contractor shall provide the same without any additional commercial implication.3) Wall mounting Chargers / DCDB not permitted. 4) Earth leakage detection system shall be provided.

Tender drawing No. CJCPT-E&I-DWG-721, Rev.B, Electrical SLD Typical Arrangement for Phase – 11 x 100% 110V Battery charger with 1x 100% 110V Battery Set shown in the drawing

LT Switchgear shall be supplied with 2 Incomers and Buscouplers including Auto/planned changeover scheme with synchronizing feature in accordance with the specification clause No. 5.3.3 LT Switchgear

feature for various incomers and buscouplers shall be provided in PCC/MCC for Interlocking of incomer breaker with upstream breaker.

the specification clause No5.3.3 LT Switchgear, Page No.166.

Page 28: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

Tender drawing No. CJCPT-E&I-DWG-721, Rev.B, Electrical SLD Typical Arrangement for Phase – 11 x 100% 110V Battery charger with 1x 100% 110V Battery Set shown in the drawing

Clause No. 5.3.5.10 Control Supply and Space Heater supply Page No.172Auto Changeover arrangement shall be envisaged between two supplies.

Spare feeders shown as 1250A whereas all the working feeders are 630A only. Please confirm whether the spare feeder

SLD provided along with tender document is indicative. Spare feeder rating shall be considered in line to the rating

Battery Set shown in the drawing

GeneralTender Drawing – Electrical SLD Typical Arrangement for

153

Clause No 5.3.3 LT SwitchgearPage No.167All motors shall have direct on line starter.

Please confirm whether all LT motors shall have direct on line starters only in accordance with specification clause no.5.3.3 LT

Switchgear Page No.167.

All LT Motors shall have direct online starting

Clause No. 5.3.6.1Motors – Design and constructionPage No. 179All LT Motors shall have direct online starting up to 30KW and beyond that it shall be star-delta starter

154are 630A only. Please confirm whether the spare feeder requirement is 630A (or) 1250A Feeders

Spare feeder rating shall be considered in line to the rating of working feeders.

155

Based on our conveyor design motor KW rating will be 75KW for conveyor 13 whereas in SLD it is mentioned as 150KW. Please confirm whether we go for 75KW LT Motor as per our design.

Successful bidder shall submit the detail conveyor calculation complying to international conveyor design standard and tender document. Same may be accepted Subject to approval of calculation.

Bidder understanding is not correct.Sucessful EPC contractor shall consider PLC+ IO/RIO (as Outline in Tender documents) for Phase 1 only. However

Tender Drawing – Electrical SLD Typical Arrangement for Phase – 1

Tender drawing No. CJCPT-E&I-DWG-721, Rev.B, Electrical SLD Typical Arrangement for Phase – 1150 KW is mentioned for conveyor 13 in HT SLD

Clause No.1.5Battery LimitsPage No. 22

We shall consider Remote I/O Panel and control desk for Phase – I equipments only. As per the specification clause no. 1.5, Page No.22 and Clause No. 2.2 (a) S.No.11 Page No.27. Necessary Outline in Tender documents) for Phase 1 only. However

Bidder shall Establish link ( both Soft and Hard Wired as required) with Existing system in CHS III ( as per tender docu ments) for integration purpose.Necessary back panel with mimic and window annunciation system shall be provided. Back panel shall be independent of PLC and shall have directly hard wired controls.All furnitures must be modular type. Metal furnitures shall not be accepted.

156

Page No. 22Scope Starts from necessary modification in existing PLC SCADA system which includes modification in control logics, modification in existing graphics and addition of new graphic screens for additional conveyors shall be done by contractor

No.22 and Clause No. 2.2 (a) S.No.11 Page No.27. Necessary modification in existing PLC SCADA for additional Conveyors shall

be done by Contractor. Our understanding is correct or not. Please Confirm

Clause No. 2.2 (a) Scope of WorkS.No.11, Page No.27Control room shall be developed at JT1AE (at SS-3) Necessary space provision for control desk in existing Necessary space provision for control desk in existing control room shall be arranged by client. (During development of phase – 2 this control room shall be shifted to SS-1)Clause No.6 Technical Specificaton – Control & Instrumentation. Page No. 225 to 304Equipment Specifications

Page 29: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

157

Considering the lesser volume of work for this project all OEM of PLC System are not accepting to design & supplies directly. All the design and supplies of PLC System will be made only through System House / Channel Partners of the respective OEM’s. The design and supplies of the PLC System will be made through

Tender document shall be followed.Clause No.6.2.1Design Criteria for PLC System, S.No. (xiv) Page No.227Bidder to note that all PLC System shall be from same

Tender drawing No. CJCPT-E&I-DWG-725, Rev.B, Basic Control System Architecture Phase - 1

157 design and supplies of the PLC System will be made through system house/channel partner of OEM for PLC System. Please Confirm.

Volume II : Clause No. 1.4.1 (Page No: 19) :

When a fully loaded ship is discharged, the productivity will be higher as the grabs can take bite at the top of hatch with full grab content and less lifting height as compared to part discharged vessel. Thus its average

Bidder to note that all PLC System shall be from same manufacturer only. PLC System supplied & engineered through system house shall not be acceptable. It should be supplied & engineered directly from PLC Manufacturer only.

158We presume that the average discharge rate requirement mentioned in tender specification is only for unloading of coal from fully loaded vessels. Kindly confirm.

Average discharge rate shall be for coal considering density as mentioned in tender documents.

As per the above clause the EPC contractor shall design the garb

discharge rate will be high. But in a partially loaded ship, the initial lift height itself will be more as he hatch content is already reduced. For clearing the last portion, the lifting height is more and the grab content is also less. All these cumulatively reduce the average productivity. Hence, taking the aforesaid issues into consideration, it is proposed that an average productivity of 40,000 TPD to 50,000 could be considered for Panamax and cape size vessels respectively.

Volume II : RFQ-GSU-001 / Clause No. 3.6 (Page No: 65) :

159

As per the above clause the EPC contractor shall design the garb ship unloader to meet the parameters as per the requirement of the tender document viz., rated capacity, cream digging, average capacity, maximum lifting capacity, maximum sea side outreach etc., However, the arrangement of ship unloader equipment will vary from one manufacturer to another manufacturer. The equipment will be as per the design standards of the respective manufacturer. We presume that the arrangement and dimensions such as wheel diameter, number of wheels, distance between wheels, gear boxes, grab size etc., of grab ship unloader is only indicative and the manufacturer can design as per their standards so as to meet the parameters as per the tender document. Please confirm.

Tender document shall be followed for minimum requirements as specified.

:

EPC contractor shall Design, Manufacturing / Fabrication / Construction, Delivery to Site, Storage, Erection, Installation, painting, Testing, Commissioning, Performance testing and handing over the grab ship unloaders as per requirement raised at this tender document.

AND

Drawing furnished along with technical specification for confirm. Drawing furnished along with technical specification for grab type ship unloader.

Page 30: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

160

The bulk density of minerals to be unloaded as per specification requirement will vary from one mineral to another mineral. In case design shall have to be carried out considering to unload the cargo/ mineral having highest bulk density for the average discharge requirement, the equipment weight will increased which will result in cost implication. Hence whether the manufacturer shall design the grab ship unloader only for the average discharge rate for coal. Please confirm.

GSU shall be designed to handle for coal only.

Volume-II: RFQ-GSU-001 / Clause No: 1.3.1.B (Page No: 3/115) :

The Ship Unloader shall be able to unload bulk carriers for Coal, Lime stone and iron ore from approximately 70,000 DWT to 120,000 DWT at all load / ballast and tide conditions indicated in tender Drawing.

161

As per the requirement the ship unloader shall handle pay loader 2021, excavator model Ex-200. We understand the length of excavator Ex-200 under closed conditions of all arms will be too big. Please confirm whether excavator Ex-200 also shall have to be handled or only to handle pay loader 2021 shall be sufficient since usually only the pay loaders are being handled by ship un loaders.

Ship unloader shall be able to handle pay loader of any Make / Model since various make / model pay unloaders are being deployed in TANGEDCO site.

Volume-II: RFQ-GSU-001, Clause No. 1.3.1.C (Page No. 3/115) :

The Ship Unloader shall be able to handle a pay loader or bulldozer or backhoe excavator /excavator crawler mounted of about 20 T weight between the berth and the bottom of any ship’s hold in the range specified. This shall be handled by the (machine) GSU (grab type ship unloader) without removing the grab. Supplier keep the required clearance over the hopper for loading equipment i.e. pay loader model 2021, excavator model Ex-200 in to usually only the pay loaders are being handled by ship un loaders.

Kindly provide the drawing and specification of pay loader 2021, excavator model Ex-200.

As per Mechanical design requirements Clause No: 3.6 Grab Ship unloader, Page No: 65, EPC contractor shall design the garb ship unloader to meet the parameters as per the requirement of the

i.e. pay loader model 2021, excavator model Ex-200 in to the hatch for sweeping the cargo. The lifting of the above mentioned equipment is from the Girder and also from between the rails. Supplier shall provide Hydraulic arrangement for bringing down the side of dust shield wall of hopper in such a way that sufficient clearance is created to pass the excavator Ex-200 over the hopper.

Volume-II: RFQ-GSU-001/ Clause No: 1.3.5.1. (Page No. 5/115) :

Wheel Dia (min.): 800 mm (tread dia),

162

unloader to meet the parameters as per the requirement of the tender document. As such the wheel diameter, number of wheels on sea side corner/land side corner etc., will vary from one manufacturer to another manufacturer which can be decided only during detailed design engineering. In view of the above the wheel diameter, number of wheels etc., shall be as per the design standards of respective manufacturer. Please confirm.

Tender document shall be followed for minimum requirements as specified.

Belt scale on the feeder conveyor can be provided since the distance between the feeding point and discharge point of feeder conveyor is very less. In case the belt scale is provided in the feeder conveyor of ship unloader, efficiency and accuracy cannot Tender document shall be followed for minimum

Wheel Dia (min.): 800 mm (tread dia),

No of wheels on sea side corner: 12/corner 6 driven /corner

No of wheels on land side corner: 12/corner 6 driven /corner

Volume-II: RFQ-GSU-001/ Clause No: 1.4.2. (Page No. 9/115) :

The belt scale on the feeder belt conveyor shall be pre-set 163

feeder conveyor of ship unloader, efficiency and accuracy cannot be maintained. In view of maintaining the efficiency and accuracy of belt scale for weighing the cargo unloaded we suggest that belt scale can be provided on the downstream conveyor and provision of belt scale in the feeder conveyor may be excluded from the scope of ship unloader. Please confirm.

Tender document shall be followed for minimum requirements as specified.

The belt scale on the feeder belt conveyor shall be pre-set from the Operator’s Cabin / Central Control Room for discharge the required tonnage. The belt-scale shall be re-set to a fresh tonnage once the earlier target has been reached and after hatch-change through the Central Control.

Page 31: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

164

Providing of crane or monorail with electric hoist for maintenance on hopper platform may obstruct the crane movement hence it is not feasible to provide crane or monorail with electric hoist on hopper platform. We request to exclude the provision of crane or monorail with electric hoist on hopper platform from the scope. Please confirm.

Tender document shall be followed for minimum requirements as specified.

Volume II: RFQ-GSU-001/ Clause No: 2.1.4 (Page No: 11/115) :Suitable crane or monorail with electric hoist shall be provided at suitable locations (I.e Hopper platform, machinery house) to handle items requiring maintenance/replacement on the machine. Electric hoists of appropriate capacity required on drive end and tail end of belt feeder for belt, motor, take-up and drive pulley maintenance. Suitable radial service crane on boom, We suggest that during maintenance and replacement time

temporary derrick as required may be used as and when required.

165

As per Mechanical design requirements Clause No: 3.6 Grab Ship unloader, Page No: 65, EPC contractor shall design the garb ship unloader to meet the parameters as per the requirement of the tender document. As such the wheel diameter and tread width, wheel spacing etc., will vary from one manufacturer to another manufacturer which can be decided only during detailed design engineering. In view of the above the wheel diameter and tread

Tender document shall be followed for minimum requirements as specified.

maintenance. Suitable radial service crane on boom, Lifting arrangement near boom station, girder & pylon shall be provided for carry out maintenance/replacement work.

Volume-II: RFQ-GSU-001/ Clause No: 2.2.12 (Page No: 15/115) :

Travel wheels shall be double flanged having tread diameter and tread width of 800 mm and 40 mm more than the rail head respectively. Wheel spacing shall not be less than 1200 mm. Wheels shall be of forged & Alloy engineering. In view of the above the wheel diameter and tread

width, wheel spacing etc., shall be as per the design standards of respective manufacturer. Please confirm.

166

As per Mechanical design requirements Clause No: 3.6 Grab Ship unloader, Page No: 65, EPC contractor shall design the garb ship unloader to meet the parameters as per the requirement of the tender document. As such the trolley mechanism is individual drive with parallel helical gear box unit. In addition to that all the hoisting mechanisms are individual drive system. This system is common arrangement and proven system in all TANGEDCO ship

Performance certification shall be provided duly signed by end user for such design. Acceptability to such proposal may be reviewed subject to owner's approval during detailed engineering.

less than 1200 mm. Wheels shall be of forged & Alloy steel 42Cr Mo4. The tread shall be hardened to in excess of 300 BHN and tested ultrasonically.

Volume-II: RFQ-GSU-001/ Clause No: 2.3.2 (Page No. 15/115) :

The trolley shall be rope driven and shall have built-in safeguard against differential tension in the ropes. (Caillard rope reeving system incorporating planetary gear common arrangement and proven system in all TANGEDCO ship

unloaders working in Kamarajar Port Terminal. In view of the above the trolley mechanism shall be as per the design standards of respective manufacturer. Please confirm.

engineering.

167Providing of structure lined with anti-condensation and fireproof material will have additional huge cost implication hence this may be deleted from the scope. Please confirm.

Tender document shall be followed.

(Caillard rope reeving system incorporating planetary gear box and four hoisting gear reducer system.)

Volume-II: RFQ-GSU-001 / Clause No: 1.10.10.B (Page No: 42/115) :

The structure shall be lined with anti-condensation and fireproof material.

Page 32: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

It is mentioned in schedule-1 price schedule that the tenderer has to quote the price for bought out items inclusive of all taxes and duties. Liability on account of variation of taxes and duties for these items fully rest with us.Whereas in clause No. 12.2 bid price basis taxes and duties that the tenderer should quote their rates taking into account the ITC (Input Tax Credit) relief available to them on account of GST already paid.AND

Volume-I : Clause No: Schedule-1: Price Schedule (Page No: 208) : We confirm that the price quoted for bought out item is inclusive of all taxes and duties.Liability on account of variation of taxes and duties for these items fully rest with us.

AND

168

ANDIn clause No. 13.3 the bidder has quoted the prices as per section: 171 of GST Act (ie. ITC benefit) considering any reduction in rate of taxes & duties on any supply of goods and services or the benefits of Input Tax Credit and the same has been passed on to TANGEDCO by way of commensurate reduction in prices.Since the bidder has to pass on the taxes and duties payable on any supply of Goods & Services as Input Tax Credit as per Section 171 of GST Act, TANGEDCO shall have to pay the difference if any on account of all supply of Goods & Services including bought out items. Please confirm.Also the GST for bought out items are to be paid by TANGEDCO. However any other tax except GST for bought out items shall be to the

"Point no:4 in Schedule-1 is deleted".

Instructions To The Online BiddersClause No: 12.0 (Page No: 21) Bid Price Basis – 12.2The tenderer should quote their rates taking into account the ITC (Input Tax Credit) relief available to them on account of GST already paid.

AND

Clause No:13.3 (Page No:26) Taxes and Duties : The bidder should furnish a declaration in Annexure: 13 to effect that the bidder has quoted the prices as per section: 171 of GST Act (ie. ITC benefit) considering any reduction in rate of taxes & duties on any supply of goods and services or the However any other tax except GST for bought out items shall be to the

account of the bidder. Since the GST had been implemented, the Point No: 4 of schedule-1 price schedule shall have to be deleted. Please confirm.

169We may be confirm that the ship unloaders shall be supplied in semi knocked down condition and complete the erection work at Refer response to point no. 122.

Volume-I: Instruction to the Online Bidders, Clause No. 12.2 Bid Price Basis - Clause No. 3.52 General Terms and conditions (Price Schedule, Schedule - V):

We understand that supply & erection of grab type ship unloader on roll on roll off basis can be viable only in case

taxes & duties on any supply of goods and services or the benefits of Input Tax Credit and the same has been passed on to TANGEDCO by way of commensurate reduction in prices and as such to declare that the bidder is extending RS……../- of …….% as rebate in quoted price against input tax credit benefit.

169 semi knocked down condition and complete the erection work at site considering the huge cost implication

Refer response to point no. 122.

170We may be confirmed that the work completion period for the overall package may be permitted as 36 months from the date of Letter of Intent.

Tender document shall be followed.

unloader on roll on roll off basis can be viable only in case of import of complete ship unloader equipment from other contries considering the huge expenses of above 30% to 35% on equipment cost only towards shipping, customs duty payable, clearing charges etc.

Volume-I : Special Conditions of the Contract, Clause No. 5.0 Work Completion Period (Page No.152):

Considering the Time of Period required for manufacturing of ship unloader with specific requirement and the special nature of civil works like marine structure consisting of Letter of Intent.nature of civil works like marine structure consisting of marine piles, pile muffs, beams, deck slabs which involves highly risks the delivery and completion for overall package schedule of 18 months in not sufficient.

Page 33: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

171The ship unloader delivery period will be more than 25 months. Hence we request to change the completion period as minumum 28 months.

Tender document shall be followed.

Special Conditions of the Contract (SCC):5.1 WORK COMPLETION PERIOD: The overall package schedule for design, engineering, supply, delivery at site, erection, testing and commissioning including Mechanical, Electrical, Civil and C&I works including PG test shall be 18 months from the date of Letter of Intent (LOI) (Zero date)."

172

It is mentionedin clause No: 3.7.28.G Mechanical Design Requirements under safety switches that One set of belt rupture switch shall be provided after loading point at 5m to 10m distance and one set shall be before discharge pulley transition zone

Whereas in Appendix-III, it is mentioned that all conveyors shall have belt rip switch at head and tail end.

We understand that the belt rupture switch & belt rip switch are

Belt rupture switch and Belt rip switch are same. It shall be installed near discharge end and after loading zone.

Volume-II: Clause No: 3.7.28.G Safety Switches-G. Belt Rupture Switch (Page No. 103):Belt Rupture Switch

Appendix-III to Volume-II:Note:1 All conveyors shall have belt rip switch at head and tail end.

We understand that the belt rupture switch & belt rip switch are same. Kindly confirm.

173

As per clause No: 4.2,a.Fire fighting systemClient shall provide single point water supply, further piping and networking shall be design and execute by contractor.

As per clause No: 4.2,c. The fire fighting systems for the protection of the conveyor, transfer tower, jetty system, all buildings, etc. shall comprise the hydrant type fire fighting system.

Based on the above, we understand that fire hydrant system only

It is bidder's misinterpretation. Tender document clearly specify that entire firefighting system shall be in the scope of bidder.

All necessary work shall be considered by bidder, only single point supply shall be provided by Client.

Volume-II: Clause: 4.2. Fire Fighting System :

Clause No: 4.2,a. Fire fighting systemClient shall provide single point water supply, further piping and networking shall be design and execute by contractor.

Clause No: 4.2,c. The fire fighting systems for the protection of the Based on the above, we understand that fire hydrant system only

in the scope of tenderer. Kindly confirm.

Also confirm that the required pressure & quantity of water shall be provided by client.

point supply shall be provided by Client.

174

Generally the air blaster will be used only in the huge storage bunkers.

In the transfer towers, chute vibrator will be provided.The air blaster will not provided. Kindly confirm.

Tender document shall be followed. Chute vibrator is not acceptable.

The fire fighting systems for the protection of the conveyor, transfer tower, jetty system, all buildings, etc. shall comprise the hydrant type fire fighting system.

Volume-II : Clause No: 3.7.9. P Chutes, Hoppers and Spouts – Air blaster (Page No: 82) :All discharge chutes shall have air blaster installed to avoid any chute blockage during handling of wet coal. Each chute leg shall have at least 2 Air blaster system.

Page 34: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

175

It is clearly mentioned in schedule 3A that a complete list of spares and replacements as recommended inventory for two years operation & maintenance shall be furnished by the bidders. We understand that the list of spares given by the bidders in schedule 3A and 3B are recommended spares only.

In view of the above kindly confirm that the list of spares for recommended inventory for 2 years operation & maintenance and

The price of spares furnished in schedule-3A shall be submitted in separate cover in the format in schedule 3B to EA to CE /Projects- I with other tender documents.This price will not be considered for evaluation of price bid.However separate list of mandatory spares for the price quoted in price bid (BOQ) shall be submitted.

Volume-II : Schedule-3 – Spare part list:

A complete list of spare parts and replacements as recommended inventory for two years operation & maintenance, i.e. two years after taking-over of the equipment and the commissioning spares, i.e. spares required up to successful Performance Test shall be given in the following format.

recommended inventory for 2 years operation & maintenance and price as furnished in schedule 3B will not be considered for evaluation of price bid.

quoted in price bid (BOQ) shall be submitted.

176

The time schedule of 18 months will not be sufficient due to the following criteria.

a) Since oil jetty is adjacent to our project during unloading of oils, the project work may be stopped till unloading of oils.b) Access for the project area is congested c) The OEM of ship unloader is informed that the completion period for ship unloader is 24 months from the date of drawing Tender document shall be followed.

Price for operating spares identified in schedule-3A shall be furnished in schedule 3B and shall be submitted in separate cover.

Volume-I : Clause No. 6.0 TIME SCHEDULE (Page No. 5) :

Time is the essence of this contract. The basic consideration and essence of the contract shall be the strict adherence to the time schedule for performing the specified works. The “Mechanized Coal Handling Plant (MCHP) to be scheduled for Design, engineering, 176 period for ship unloader is 24 months from the date of drawing

approval.

Considering that the drawings are to be approved by TANGEDCO after submission and manufacturing activity can be commenced only on approval of design and engineering.Hence it is requested to extend the completion period of this project as minimum 30 months from the date of LOI. Please confirm.

Tender document shall be followed.

It is mentioned in schedule-10, Vol-I Price Breakup for Mandatory Spares (Note-1) that all spares listed in vol-2, schedule-D and

Volume-I : SECTION – 4, SPECIAL CONDITIONS OF THE CONTRACT (SCC) / Clause No: 10.0 MANDATORY SPARES (Page No. 161) :

(MCHP) to be scheduled for Design, engineering, Construction, fabrication, supply, delivery at site, erection, testing & commissioning including all Civil, Mechanical, Electrical, Control & Instrumentation works and handing over shall be within 18 (Eighteen) months from the date of Letter of Intent (LOI).

177

Spares (Note-1) that all spares listed in vol-2, schedule-D and others should be entered/listed here and individual price should be filled here with all individual in the price schedule-5.

We found that schedule-10 and schedule-D are not provided in Vol.II scope of work-Technical specification. (However scanned copy of schedule-10 is provided in vol-I commercial specification). Kindly provide the schedule-D as mentioned in schedule-10 (Vol-I)

There is no prerequiste mandatory spares identified by the owner. Hence schedule D not provided, Bidder shall furnish the list of required mandatory spares and its price in Schedule-10.

178The Belt scale, Metal Detector location & quantities are different in the referred clauses. Kindly confirm the quantity to be supplied

Following quantity shall be considered;Belt scale - 3 Nos. (Conveyor 12A,12B, 13)

(Page No. 161) : Contractor shall consider 24 month operation and maintenance of the installed facility in their scope of work. All necessary spares required for the same shall be considered in their scope.The list of spares considered by the bidder shall be provided as per the schedule 10 in Technical Specification Volume-II.

Volume-II : Tender Flow diagram – Phase-I (Drg. No: CJCPT-MEC-DWG-722, Rev.B) :

178 the referred clauses. Kindly confirm the quantity to be supplied and the location of the equipment to be placed.

Belt scale - 3 Nos. (Conveyor 12A,12B, 13)Metal Detector - 3 Nos (Conveyor 12A, 12B, 13)Volume-I : SCHEDULE-15 : SCHEDULE FOR GUARANTEED

PARAMETERS :

Page 35: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec

As per clause No: 3.7.28.H, the Belt Rip Detection System with Sensor Loop shall be provided

Volume-II : Clause-3.7.28 Safety Switches / H. Belt Rip Detection System with Sensor Loop (Page No: 103) :

c. It is required to install one set of detectors in the plant side of conveyor after loading point and another on the jetty side after loading point. Embedded sensor loop shall be installed between steel cord and bottom cover of belt

179

Whereas in Appendix–III of Vol-II it is mentioned as Rip Detection system with Sensor loop is not applicable for BC-11A/11B, BC-12A/12B & BC-13.

Hence kindly confirm that the Rip Detection system with Sensor loop is not applicable for BC-11A/11B, BC-12A/12B & BC-13 as per Appendix-III of Vol.II.

Any rip detection system with sensor loop is not required for Phase-1 conveyor. Only belt rupture switch shall be considered for belt conveyor 11A,11B, 12A, 12B and 13.

be installed between steel cord and bottom cover of belt at the interval of ~100m.

e. Refer conveyor data sheet for the list of conveyer which shall have sensor loop type belt rip detection system

Appendix-III to Volume-IIRip Detection system with Sensor loop is not applicable for BC-11A/11B, BC-12A/12B & BC-13. Also in note: 2. All long conveyor shall have sensor loop type rip detection system, in addition to belt rip switch.

180

The work completion period of 18 months from the date of Letter of intent as mentioned in Special conditions of the contract 5.0 clause is not sufficient for Manufacture, Supply, Erection, Testing & Commissioning of Gantry Grab Shore Unloaders. The completion period may be reconsidered as 36 months from the date of letter of intent.

Tender document shall be followed.

181

The contractor may be permitted to carry out the assembly and erection of Gantry Grab shore unloaders at site after receipt of materials in piece meal condition.

Refer response to point no. 122.

Volume-I : 5.0 Work Completion Period :

Volume-I : Clause 12.2: Price for Erection, Testing and Commissioning by Roll-On & Roll-Off basis.

Page 36: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / SpecThe terms of payment for this project may be considered to be released as follows:a) Design and Engineering Drawings & Data sheets:i) 40% on prorata basis with 100% GST on submission of drawings / data sheets based on billing break up approval.ii) 40% on prorata basis on approval of drawings / data sheets based on billing break up approval.iii) 10% on prorata basis on submission of AS built drawings and manuals based on billing break up approved.

Tender documents shall be followed. .Volume-I : Section-4, Clause-9.0 (Page-154) :Terms of Payment

182

manuals based on billing break up approved.iv) 10% on completion of PG Test and handing over of the system.b) Supply of Equipments:i) 90% on prorata basis with 100% GST on receipt of materials at site based on billing break up approved.ii) 10% on completion of PG Test and handing over of the system.c) Supply of mandatory spares:i) 90% on prorata basis with 100% GST on receipt of materials at site based on billing break up approved.ii) 10% on completion of PG Test and handing over of the system.d) Erection, Testing & Commissioning:i) 90% on prorata basis with 100% GST on completion of works based on billing break up approved.ii) 10% on completion of PG Test and handing over of the system.

183Please clarify that the paymet for civil work will be made on prorata basis with GST as per the terms of payment for Erection, Testing and Commissioning works.

Tender documents shall be followed. .

184

Considering the value of tender the bidders may be permitted to pay the Earnest Money Deposit (EMD) through permanent EMD mode. The payment of permanent EMD for a minimum term of 3 years as deposit will be more advantageous to TANGEDCO.

Tender documents shall be followed. .

years as deposit will be more advantageous to TANGEDCO.

Page 37: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / Spec185 The is with reference to ongoing tender published by Tamilnadu Electricity Board - “ EPC

Tender for Mechanization of Coal Jetty- I at V.O. Chidambaranar Port, Tuticorin” As per tender specification, the scope includes supply and installation of 2 units x Grab Unloader having unloading capacity of 2000 tph/each unloader. We are very much interested in this prestigious project to supply the grab unloader. At the outset, we take this opportunity to introduce Liebherr as one of the top suppliers of port equipment and since 2008 the world market leader for Harbour Mobile Cranes. Liebherr manufactures all port equipment exclusively in Europe. Wherein Harbour Mobile Cranes (i.e. Slewing type unloader) is designed and manufactured in Germany. Liebherr Harbour Mobile Cranes are versatile and available in the range of 42 ton to 308 ton SWL capacity. This is suitable for handling any ship size ranging from small barges to capsize

Tender documents shall be followed.Technical Specification of Gantry grab type shore unloaders

capacity. This is suitable for handling any ship size ranging from small barges to capsize vessel and can handle any kind of dry bulk & break bulk cargo i.e. Coal, food grains, fertilizer, containers, big bag, project cargo, heavy weight cargo, etc.. just by an easy exchange of lifting attachment with same crane. For the said project, we would like to offer an alternate solution of “Liebherr Slewing Type Grab Unloader”. At present, Liebherr have supplied 119+ machine in India operating at various ports. This can be either tyre mounted and can also be rail mounted. We have already supplied 12 units of rail mounted unloader to Adani Group, India. Few pictures of rail mounted unloader is enclosed herewith for your reference. The main advantages of Slewing type unloader is it’s multipurpose application and comparatively less CAPEX. We kindly request your feedback on suitability and acceptance of proposed alternate option of “Liebherr Slewing Type Grab Unloader”. We would be very much happy to make a detail presentation on the same so as to discuss it in detail and share more information as well as its unique features at your convenient date and time.

It is mentioned in clause 12.2 that the bidder shall indicate in the price schedule online to these documents, bid prices of the goods he proposes to supply under the contract and the price for erection, testing and commissioning of the equipment as required in the bid specification. The price break up for Erection, Testing and commissioning should be filled in the relevant column.

Where as in online price schedule under SI.No.2 there is no separate column for filling the erection charges for the system.

Sl.No.2.01 of BOQ may be read as "Erection charges and conducting tests of performance and guarantee including expatraite if any."

Instruction to the online Bidders12.0 Bid Price BasisPage - 21The bidder shall indicate in the price schedule onlineto these documents, bid prices ofthe goods he proposes tosupply under the contract and the price for erection, testingand commissioning of the equipment as required in the bid specification. The variousprice break up in the price schedule should be filled in the relevantcolumns as follows.

186

separate column for filling the erection charges for the system. Separate columns for (2.01) conducting tests of performance and guarantee including expatriate if any and (2.02) commissioning charges including trial operation are only provided.

Please Clarify that in which column the bidder should fill the erection charges as required in clauses 12.2 of the tender specification. Also confirm whether a revised BOQtemplate shall be provided by TANGEDCO for online submission of price schedule by the bidder.

follows.

Price for Erection, Tesing and Commissioning by Roll on Roll off basis.

The total erection component including all applicable taxes & duties.

andOnline price schedule (BOQ template)Sl.No: 2Erection, Testing and commissioning charges.

Page 38: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Sr. Query Response to QueryVolume / Clause No / Page No. / SpecThe column No: 54 of online price schedule (BOQ template) will be an auto generated column. The total amount of taxes and duties shall only be calculated automatically from the CGST, IGST, SGST and customs duties (viz column 15,16,17 and 20 only) but the total amount of taxes and duties is being calculated automatically by including the freight charges (column 14) also.

The (column 54) total amount of taxes and Duties cannot be filled by the bidder and this BOQ template must not be

The heading of column 54 of BOQ shall be read as total amount of taxes and duties including charges mentioned under column 14. However separate Schedule-6 for duties, taxes and levies is provided in the Volume-I of specification.

Online price schedule (BOQ Template column No. 54 total amount of Taxes and duties.Column No: 54 total amount of taxes and duties.

187

by the bidder and this BOQ template must not be modified/replaced by the bidderas mentioned the BOQ template.

Since the amount filled in column 14 freight charges are also cumulated in the column 54 Total amount of Taxes & Duties,thetotal Taxes & Duties Calculated automatically will be increased more than the actual Taxes & Duties Payable and bidder cannot claim the amount as provided in column 54 towards Taxes & Duties.

Please clarify whether the price mentioned by the bidder in relevant column 14 for freight charges shall be excluded from the total amount of Taxes and Duties and the revised BOQ Template will be provided by TANGEDCO for online submission of price schedule by the bidder.

Page 39: Project : Mechanization of Coal Jetty- I With Material PRE ...tneb.tnebnet.org/attach/gedcotender/prebid/157721_Pre-bid...We Presume tail end of Conveyor 11A and Conveyor 11 B is Tail

Please view NIC Portal (https://tntenders.gov.in/nicgep/app) for the following attachments.

Sl.No. Pre-bid query attachments

Description

1 Attachment-I Conveyor Drawings of 13A & 68.

2 Attachment-II CH7 Switchgear Line Diagram

3 Attachment-III Application Highway – OWS, EWS Configuration

4 Attachment-IV Annexure A - Control System for BOP Packages

5 Attachment-V Annexure – B Drive Control Philosophy

6 Attachment-VI Typical Drawing of Main UPS

7 Attachment-VII Geo Technical investigation report

8 Attachment-VIII Technical Specification for HT Motor


Recommended