You are on page 1of 21

Coal Clearance System of Adriyala LW Project.

TECHNICAL SPECIFICATIONS

Requirement of Conveyors :

A . Under Ground

S.No CONVEYOR LENGTH LIFT TPH SPEED Width Power kW Quantity in Conveyor
IN MTS in mts mps in mm Nos belting
Proposed
1 Trunk (UG1) 1200 240 3500 4.0 1600 3x 4x 315 1set ( one ST 4000
Main and
two tripper
drives)
2 UG 2,3,4 500 96 3500 4.0 1600 4x315 3 PVC type
12

One main drive with 2 tripper drives of 4x 315 KW each and 3 nos of 4 x 315 drives are in
series with suitable Electricals NFLP Motors, controls and starters 3500 TPH, 1600 mm wide, 4.0
mps speed with length, lift, and Power as specified in above table are proposing for under ground coal
clearance from Long Wall panel Gate Belt Conveyor to Surface of the Adriyala Punch Entries.

The Main Trunk Belt consists of the Main Discharge Assembly with Backstop, with Two
Tripper Discharge Assembly with Backstops, Two Tripper Loading Assemblies, Tail Take Up
Assembly and Floor Mounted Belt Structure & Belting

B. Surface (Out bye)


.
S.No CONVEYOR LENGT LIFT TPH SPEED Width Power Quantity Conveyor
H IN in mts mps in mm kW in Nos belting
MTS Proposed
1 Ramp 900 130 3500 4.0 1600 4*450 1 ST 3000
2 Level 1100 25 3500 4.0 1600 2*450 1 PVC type 6
3 Tipper 50 5 3500 4.0 1600 112 1 PVC type 6
Trolley
4 B1 Conveyor 2960 40 3000 4.0 1600 4*450 1 ST 3000
5 B2 Conveyor 750 10 3000 4.0 1600 450 1 PVC type 6
6 B3 Conveyor 570 10 3000 4.0 1600 450 1 PVC type 6

Two nos of 4x 450 KW, one each of 2 x 450, 1x112 KW tripper trolley and 2 nos of 450 KW
drives are in series with suitable Electricals NFLP Motors, controls and starters with length, lift,
wide, speed and Power as specified in above table are proposing for Surface coal clearance from UG
Trunk Conveyor discharge at Surface of the Adriyala Punch Entries to OCP 1 Conveyor.

The Main Trunk Belt Drives ( except Tripper Trolley conveyor)consists of the Main Discharge
Assembly with Backstop, Tail Take Up Assembly, and Floor Mounted Belt Structure with loop take up
arrangements.

1
SPECIFICATIONS:

A. Under ground

I. Main Trunk Conveyor with Tripper drives :

Capacity 3500 t/h


Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Proposal for the Belt type ST4000
Belt weight 44.8 kg/m
Belt storage capacity (Minimum) 40 m
Maintenance and vulcanisation station To be provided
Centre line distance 1200 m
Height / lift 240 m
Main Drive unit with an installed power of 4 x 315kW
Tripper Drive unit No. 1 with power of 4 x 315kW
Tripper Drive unit No. 2 with power of 4 x 315kW

II. Series (3 Nos) Trunk Conveyor :

Capacity 3500 t/h


Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Belt storage capacity (minimum) 40 m
Maintenance and vulcanization station To be provided
Centre line distance 500 m
Height / lift 96 m
Main Drive unit with an installed power of 4 x 315kW

B. Surface (Out bye)

I. Conveyor drive : Ramp


Capacity 3500 t/h
Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed ST 3000
Belt weight (Approx) 40 kg/ sq.m
Belt storage capacity (Minimum) 120 m
Maintenance and vulcanisation station To be provided
Centre line distance 900 m
Height / lift 130 m
Drive power 4 x 450kW

II. Conveyor drive : Level


Capacity 3500 t/h
Material ROM Coal

ADRIYALA CONVEYORS Page 2


Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed PVC type -6
Belt weight (Approx) 12 kg/ sq.m
Belt storage capacity (Minimum) 120 m
Maintenance and vulcanisation station To be provided
Centre line distance 1100 m
Height / lift 25 m
Drive power 2 x 450kW

III. Conveyor drive : Tripper Trolley


Capacity 3500 t/h
Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed PVC Type -6
Belt weight (Approx) 12 kg/ sq.m
Belt storage capacity (Minimum) 20 m
Centre line distance 50 m
Height / lift 5m
Drive power 112kW
Type Tripper Trolley

IV. Conveyor Drive: B1


Capacity 3000 t/h
Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed ST 3000
Belt weight (Approx) 40 kg/ sq.m
Belt storage capacity (Minimum) 120 m
Maintenance and vulcanisation station To be provided
Centre line distance 2960 m
Height / lift 40 m
Main Drive unit with an installed power of 4 x 450kW

V. Conveyor Drive : B2
Capacity 3000 t/h
Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed Type 6
Belt weight (Approx) 35 kg/ sq.m
Belt storage capacity (Minimum) 120 m
Maintenance and vulcanisation station To be provided
Centre line distance 750 m
Height / lift 10 m
Main Drive unit with an installed power of 450kW

ADRIYALA CONVEYORS Page 3


VI. Conveyor Drive : B3
Capacity 2000 t/h
Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed Type 6
Belt weight (Approx) 35 kg/ sq.m
Belt storage capacity (Minimum) 120 m
Maintenance and vulcanisation station To be provided
Centre line distance 570 m
Height / lift 10 m
Main Drive unit with an installed power of 450kW

1.Conveyor Belting :

Conveyor belting as proposed with required & suitable belt jointing equipment and material shall be
supplied.
2. Description :
Communication, control system with Pre-start warning, pull cord arrangement, belt sway switches,
zero speed protector should be provided for the length of all conveyors,

The Drive units are equipped with lagged drive drums with minimum of 12mm thick diamond grooved
fire resistant anti static neoprene lagging, snub drums, discharge drum etc., with belt spur gearboxes,
which are mounted to the pulley, and the drives are equipped with brakes. Pulley and shaft diameters
are designed according to the loads and the proposed belt type.

NFLP power units (VFD compatible motors included in the electrical package) should be installed. The
power units shall be connected directly to the drive drum shafts using rigid flange couplings and are
torque mounted to eliminate misalignment between power units and drive drums. The gearboxes shall
be fitted with torque limiting plate controlled release backstop units to prevent runback of the conveyor

2.1 Main Drive

The belt drive should be designed as a compact double drum drive and is equipped with required
drives. The driving drum should be rubberized and equipped with a shaft coupling where the gear unit
is mounted to. It consists of a base frame which can be anchored and a bearing for the rubberised
driving and reversing drums.

The driving unit should be a stable welded construction and screwed torsion-resistant. Torque
supports screwed to the base frame allow for particularly low construction height.

2.2 Loop Take up arrangements:

Horizontal hydraulic Loop take up arrangements to accommodate a minimum of 40 mts loop with
suitable auto arrangement for receipt of loop take up belting with a maintenance table.

The unit should be supplied with suitable pulleys, sheaves, ropes, auto tensioner etc. as a complete
set

ADRIYALA CONVEYORS Page 4


2.3 ELECTRICALS

All motors shall be NFLP. The main drive motors have cooling fans. The load centres and VFD’s for
the main drive shall be of robust, FLP style of construction though certification is not necessary.

The VFD’s shall not require cooling water but shall have a closed loop cooling system if necessary.
Harmonic contamination of the supply is to minimised by the use of phase shifting transformers or
VFD active front end techniques.

Any power transformers required shall be air filled and of a robust mining type construction similar to
FLP standard.

Electrical starters, switchgears, VFD’s and motors should be constructed in a robust manner similar to
flameproof standard, such that a minimum degree of protection to IP54 is achieved along with the associated
ruggedness and durability.

2.4 In addition to the above the firm should confirm the following:

• All new equipment.


• Full design check against our parameters.
• Provision of foundation details during the design phase to allow us to prepare foundations.
• Spares, installation and maintenance manuals (in English)
• Full technical back up, being the original equipment manufacturer
• Spares back up, being the original equipment manufacturer you have quickly identify and supply
replacement parts or future up grades and refurbishment’s.
• Variable frequency drives are to incorporate harmonic reduction techniques, either active
front end technology or phase shifting transformers..
• Horizontal hydraulic take up have to be installed in front of the Tail on all the belts
• All gearboxes have service factors greater than 1.3 based on motor power and not absorbed power.
• Belt scrapers with tungsten carbide tipped multi-blades with torsion.
• Detailed calculations to accurately determine the optimum equipment.
• Detailed calculations for belt Tension & belt Joints and recommendation of the type of belt &
Fasteners/Vulcanising Joints.
• Spare parts (a full list can be supplied during the design phase of the project)
• Belt installation equipment
• Belt vulcanising, belt jointing equipment and supervision of belt jointing
• Complete Installation

3.1 General Specifications


• Frames for all terminal group pieces shall be constructed for use with the above drive.
• All bases and frames will be rigid with continuous welding.
• Terminal group pieces shall be painted white.
• Zone lubrication manifolds shall be supplied for all terminal group pieces.
• Lugs and alignment screws (as required) shall be provided to easily align bearings, reducers
and motors underground.
• Guarding included around moving components – i.e. pulley shaft guarding

ADRIYALA CONVEYORS Page 5


3.2 Discharge Assembly Features

• Rugged Design utilizing fabricated beam and structural shapes


• A-Frame remote discharge design
• Mechanical backstop
• Welded steel bearing mounting plates with jack screws
• Zone Lubrication system greasing bearings from either side
• Coupling Guards

3.3 Pulley Design Specifications

• Engineered Class Pulley design


• Thick wall pipe rim design, centre discs not required
• All pulleys static balanced and rim surface machined
• Submerged arc welding process on all load carrying welds
• Profiled end-disc ensure optimal stress distribution
• End-discs machined from solid steel plate with integral hub
• Integral hub eliminates welding in highest stress region

3.4 Features: 315/450/ 112 KW Power Modules, on the Drives should be available.

All the motors should be controlled by using variable frequency drives VFD’s. 315/450 / 112 kW Motor.
SCCL will provide 6600 V supply to a control switch provided by bidder near the drives.

The required Electrical equipment to be provided

3.5 Belt Structure

Trunk Conveyor Intermediate Structure each set comprising of:


-Rolled steel channel stringers
-Fabricated idler frames with tubular transoms
-Fabricated slinging brackets
-Set of fasteners
-Cross brace kits (where ever required).
-self-aligning idler sets, Carrying Rollers, Return rollers etc
-The belt structure is designed to floor mounted.

Features:

• Carrying Idler spacing: 1.5m


• Return Roller spacing: 3.0m
• Carry Idler assembly 35 degree; Ø159 mm
• Return Idler assembly V-return
• Floor stands.

3.6 Hydraulic Take up assembly

The static tension of the conveyor is automatically monitored and is controlled automatically when the
belt is running.

3.7 A Horizontal hydraulic take up shall be installed for the belts including maintenance
table.
-Rope sheave system
-Loop control unit

ADRIYALA CONVEYORS Page 6


-Tension rope
- loop drums

3.8 Take Up Pulley Design;

• Two (2) Pulley and Shaft Assemblies


• Outside Diameter is around 920 mm
• Lagging Design: Diamond Grooved Lagging, fire resistant ant static neoprene
• Lagging Thickness: 25 mm

3.9 Hydraulic Power Pack

• Design of Belt Tension


• Design providing automatic, easy pressure changes through controller,
• Digital readout of pressure settings
• Indicator lights on panel showing power
• Heavy Duty sled with runners permitting towing as well as scoop hauling
• Modular cover arrangement allowing easy access for servicing underground

4.0 Electrical Control Equipment

• The electrical supply requirement to be provided at the head drive and the tripper drives.
• The electrical control system incorporates variable speed technology which allows the
conveyor speed to be variable, usually between the limits of 20% and 120%.
• The control system monitors the speed, power and torque of each motor along with the belt
tension at the drives to determine the desired operating conditions.
• Advanced vector control algorithms in the drives ensure that the motors are operating at their
optimum condition.
• Operational of this system should include:-
• Total tension of the belt to be adjusted;
• The acceleration of the belt is smooth and progresses along a defined ramp.
• Surges in belt speed and spikes in the belt tension during starting are to be eliminated;
• All of the sections accelerate simultaneously to minimize start up times;
• Acceleration ramps are to be optimized to give a smooth run up in the minimum time;
• The belt speed setting should be set to match the loading so that unnecessary mechanical
wear and energy wastage are minimized;
• Data is collected form the key positions and made available at the surface so that the belt is
suitable for automation. Data may be retained for trending and analysis

5.0 Signalling, Communication and Safety Features


The latest DGMS approved safety Signaling, Communication and Safety Features including
lock out switches, Pull Cord switches, pre- start Alarm, Amplifiers, required cables etc., to be provided
with sufficient nos and at regular intervals as per DGMS all along the length of the conveyors..

Belt drives may be selected for control either in automatic mode, remote from the surface or
locally at the belt drive.

Note:

The voltage and currents for the communication signaling & pre-start system may be as per the
design. All the signaling, pre-start and communication system should be intrinsically safe with FLP
power source and approved by the DGMS. The mains supply for the FLP power source and Relay
panel should be obtained from one of the motor starter or through a separate P.T..

ADRIYALA CONVEYORS Page 7


Signalling key system, communication and pre-start warning shall be supplied as one set with
a control centre at surface, instead of two separate system connected along the conveyor.

The required cables, glands from one Battery Amplifier to another Battery amplifier and one
signal Key to another signal key to be supplied.

5.1 Control equipment shall include:

Signaling keys spaced every 100m and audible amplifier keys every 200m;
1 x Blocked chute;
2 x smoke detectors;
1 x belt speed / slip sensor;
1 x belt sequence sensor
Loop limit switches;
1 x Alignment switches at the loop;
1xTorn belt sensor;
1 x Belt spillage;
Brake position and temperature where brakes are fitted.
Power pack oil level and temperature switches.

5.2 Control Desk :

Control desk in the surface control room (housing the relay panel) should contain the following
indications through signals/transducers connected at appropriate places along with belt conveyor

The Control desk should have display face, operating face and desk face. The operating face
should have feature like telephone hand set, control switches, push buttons, energy stop buttons,
annunciated /alarm etc. The Display face may have voltmeter, ammeters, power indicators, status
indicator and fault indicators & operating indications.

Communication Amplifiers, signaling keys, pre-start warning generator and Anti sway switches,
smoke detectors, belt slip detector, zero speed / Belt sequence switches are to be designed to be
intrinsically safe and approved by DGMS. Mounting brackets for fixing them at appropriate places on
belt conveyor structure and the required cables from the transducer/switch to the Main control desk
are to be supplied by the tenderers.

6. Painting

All fabricated steelwork and all bare material such as new welds and sawn ends are to be coated with
Red Oxide prior to any fabricated steelwork being stored outside.

The surfaces to be coated shall be clean and free from dust and other contaminants and shall be
checked using clear adhesive tape. All topcoats will be applied by airless spray techniques, and the
wet film thickness shall be measured periodically to ensure conformance to the paint manufacturers
recommendations (approximately 40 microns).

The Manufacturing Supervisor showing the level of primer coat and full finish coat thickness(s)
attained shall produce a paint inspection report. A copy of this report shall be submitted

Lining wear plates shall be painted 1 coat on mill finish.

ADRIYALA CONVEYORS Page 8


7.0 Warrantee/ Guarantee

7.1 All the equipment should be warranted for one year of operation.

7.2 Steel cord conveyor belting should be guarantee for minimum of 10 M. tonnes of Coal
transportation.
7.3 PVC Type 12 conveyor belting should be guarantee for minimum of 8 M. tones for type 12 of
Coal transportation
7.4 PVC Type 6 conveyor belting should be guarantee for minimum of 3 M. tonnes of Coal
transportation

8.0 Spares:

8.1 The spares and consumables required during the warranty period of 12 months shall be
supplied along with the conveyors. Over and above the spares (supplied along the conveyor drive
Units ) required during the warranty period shall be supplied by the firm at free of cost at site.

8.2 Initial fill of oils, Lubricants should be supplied along with the drive units. Approximate quantity
of oils, Lubricants, for one year operation to be submitted along with offer. Suitable for oils and
lubricants of Indian makes like IOC, etc. and the list of Indian equivalents shall be submitted along
with offer.

8.3 The essential & insured spares (like motor, gear box, drive drum, discharge drum, tail end
drum, snub drum etc.,) required for smooth operation for 2 years after warranty for maintenance and
consumables, should be offered separately. which is added to the landed cost of the equipment to
decide the commercial status and the same will be purchased by SCCL. Any spares required over
and above the quoted spares should be supplied free of cost during the 2 years period. Any spares
consumed during the warranty period from the above supplied items, the same shall be replaced free
of cost within 4 weeks time.

9.0 General:

9.1 Sketches of the following are enclosed for guidance only.

(a) General layout of conveyor complete.


(b) Drive Unit layout
(c) Loop Take up layout
(d) Tentative schematic electrical layout of starter.
(e) G.A of intermediate structure / Top Idler/ return Idler sets
(f) Delivery/ Discharge Unit
g) Tail end / Receiving Unit

The tenderers may offer the conveyor unit of their proven design to our operating duty
parameters furnished above. They have to submit all details clearly in their offer along with
drawings.

9.2 Submission of drawings & manuals:

Successful tenderers have to submit detailed drawings for our approval before supply.
Foundation drawing to be submitted well in advance to enable us to arrange site preparation. 3
sets of operation & maintenance and spare parts manuals are to be supplied.

ADRIYALA CONVEYORS Page 9


9.3 Erection & Commissioning:

The successful tenderer has to take up all the works of erection& Commissioning of the conveyors as
a turnkey project, and hand over the system in full capacity of running. The required man power &
material shall be arranged by bidder only.

9.4 Tenderers shall offer separate prices for the following items to procure as spare at our option.

(a) Motor
(b) Gear Box
(c) Drive drum/ Tripper drum
(d) Complete Structure/ 30 mts
(e) Tail drum Unit
(f) Discharge drum
(g) Anti run back systems
(h) Slow speed coupling
(i) Belt sway switches
(j) Lockout / emergency stop switch
(k) Communication amplifier & Cables
(l) Pre-start warning generator
(m) Electricals ( Major assemblies)

9.5 Training :

SCCL Engineers and Technicians and operators are to be imparted adequate training
at site during commissioning in proper operation & maintenance.

9.6 TEST RUN (NO LOAD)

The conveyor drive head comprising of motor, reduction gear Mechanical, coupling
drive drum etc. mounted on a composite rigid base frame should be subjected to a no-
load test at your works in the presence of SCCL's engineer. Noise and vibration should
be recorded

9.7 Quality Assurance: A copy of the relevant certificate is to be submitted.

ADRIYALA CONVEYORS Page 10


COMMERCIAL DOCUMENT

GENERAL GUIDELINES TO TENDERERS, TERMS AND CONDITIONS


1. The offer should be prepared strictly in accordance with the guidelines, Technical
specifications and other details mentioned in this document. Wherever proforma has
been provided, the same should be filled up completely by the Tenderer and submitted
as part of this offer. The offer should be complete with Technical, descriptive and
illustrative literature, Drawings, calculations etc., and should be prepared in such a
manner that it gives at the very first instance, their qualifications to show their
competence for taking up the contract of this nature. ANY LACK OF INFORMATION
REQUIRED AS PER TENDER DOCUMENTS MAY LEAD TO REJECTION OF THE OFFER.
2. DGMS Approvals:
All equipment / goods shall have approval / field trial approval of the Directorate
General of Mines Safety (DGMS), Dhanbad, India for commissioning in Indian coal
mines. The cost incurred in the process of getting approval shall be borne by the
bidder. Any addition / alteration suggested by DGMS during the warranty period, shall
be carried out by the bidder at his cost
3. The sealed offers should be submitted in Triplicate to the Chief General Manager
(Purchase), The Singareni Collieries Co. Ltd., Kothagudem, Pin Code 507 101,
Khammam Dist., Andhra Pradesh, India. It shall be prepared in THREE parts as detailed
below and sealed in separate covers.
a. The following documents are to be submitted in Part – ‘A’ - Technical Bid:
i) Technical Parameters of the Equipment.
ii) The Machinery supplied & installed by the Tenderer for the last 3 years.
iii) Technical competence of the Tenderer.
iv) Documentary evidence of manufacturing the said equipment for the last 3 years.
v) Un priced order copies for supplies made to reputed companies or Govt. Undertakings,
Performance reports during the last 3 years.
vi) ISO certificates along with other documents, drawings and specifications.
vii) Guarantee / Warranty.
viii) Service support.
ix) Earnest Money Deposit.
b. The following information / documents are to be submitted in Part – B: Commercial Bid
(WITHOUT PRICE):
i) Validity of offer.
ii) Taxes and duties along with IT Permanent Account Number, Central Sales Tax/Value
Added Tax & Excise Duty, Registration No. TIN/TOT No. etc. as applicable.
iii) Performance Bank Guarantee.
iv) Late Delivery Penalty clause, Risk Purchase and Fall clauses.
v) Force majeure conditions.
vi) Specimen copy of Part-C without prices (un-priced copy).
vii) Delivery period for supply of equipment and time schedule for installation &
commissioning of equipment.
NOTE: Tender document shall be purchased either by tenderer or by his
representative. In case of purchase by the representative, he should clearly
disclose the name of the tenderer on whose behalf tender document is
purchased. Tenders submitted by other than purchaser / representative of
the purchaser of tender document shall be summarily rejected.
c. PART “C” – Price Bid:
As per format “X” enclosed to the documents.
d Each Cover should be DISTINCTLY marked on its left hand top corner with -
i. Enquiry No. and Date.
ii. Cover No. i.e., Part-A or Part-B or Part-C as the case may be.
iii. Closing and Opening dates of the tender.

ADRIYALA CONVEYORS Page 11


e. All the three covers (Part-A, Part-B & Part-C) should be sealed separately and put in
another cover and sealed properly. On this main cover, the Enquiry No. and Dates of
closing and opening of tender should be properly superscribed and to be sent to the
following Address:
THE CHIEF GENERAL MANAGER (PURCHASE),
THE SINGARENI COLLIERIES COMPANY LIMITED,
KOTHAGUDEM COLLIERIES – KHAMMAM DISTRICT,
ANDHRA PRADESH – 507101 INDIA
TELEPHONE NO. (0091) (08744) 243109
FAX NO. (0091) (08744) 242305/245651
f. Part A & B covers will only be opened on the Date of Opening and Part-C shall be
opened on acceptance of both Technical & Commercial Bids, the date of which will be
communicated later.
g. No subsequent alterations/revisions of PRICE BIDS shall be entertained.
4. QUALIFICATIONS OF TENDERERS. (To be included in Part “A”).
a. Only the manufacturers of the equipment shall quote for the tender. However, the
ultimate overall responsibility for supply, installation, commissioning and performance of
total package lies with the tenderer only.
b. The tenderer has to produce satisfactory documentary evidence along with their offers
that they have necessary resources, organisation and technical competency to
manufacture, supply, install & commission the said equipment successfully.
c. The tenderers should in particular, give the following information with their offer in
support of their resources and competency:
i. The Equipment/Goods supplied, shall be designed and manufactured confirming to the
following norms/recommendations and standards currently in force.
a) Electrical - IEC standards/recommendations/Indian Electricity Rules
b) Mechanical - ISO Standards/BIS Standards
ii. The Income Tax Assessment of previous years, Sales Tax and other statutory Taxes,
clearance Certificates up to the last assessment, done by the respective Government
authorities and Audited financial statements for preceding 3 years, as applicable.
iii. List of said equipment supplied earlier, with documentary proof of –
- Copies of orders in full with all enclosures and with all amendments, if any.
- Performance Certificates/Reports from previous Customers of their equipment.
- Summary details of orders executed for said equipment in India and outside India
indicating Project name, order reference, working location, Date of supply, Date of
commissioning, year-wise output details etc.
5. A TECHNICAL DATA / INFORMATION WITH OFFERS (TO BE INCLUDED IN PART “A”).
Apart from the additional technical information/drawings/data, tenderer shall also
include the following information in their offer.
a) General drawings with over-all dimensions and description of various important
components of the equipment included in the `scope of work’.
b) Manufacturer’s catalogue, wherever applicable giving description and technical
particulars of the equipment.
c) General arrangement and basic design approach and calculations for different
equipment.
d) Details of Motors, capacity, make, Nos., required etc. Total power requirement for the
Drives and their voltage etc.
e) Tenderers will have to categorically guarantee, the submission of the DGMS approval
along with the offer to The Singareni Collieries Co. Ltd. Failure to give the above
guarantee shall lead to rejection of the offer.
List of the Imported equipment / items together with name of the Manufacturer,
Country of Origin and ratings of the equipment / item should also be furnished.
f) Tenderer should furnish `SCOPE OF SUPPLY’ indicating various items / equipment /
components with quantities with makes and services. Tenderers shall include in their

ADRIYALA CONVEYORS Page 12


g) scope of supply all the Tools & Tackles including special tools & tackles required for
installation, commissioning, operation and maintenance.
Tenderer should submit Operating Instructions, Instructions for repair and
exchange of parts, Maintenance Schedules, Spare part lists alongwith soft
h) copy of the same.
Tenderer should submit Earnest Money Deposit of the value of Rs.20.00 Lakhs
i) (Twenty Lakhs Rupees only) or U.S. Dollars 40,000.00 (Forty thousand US Dollars
only), along with the offer and enclose in Cover-“A” of the offer, in the form of a
Demand Draft drawn in favour of The Singareni Collieries Company Limited on any of
the Nationalized Banks in India payable at Hyderabad The EMD may also be submitted
in the form of Bank Guarantee which shall be given by Nationalized Bank in India
payable at Hyderabad only.
Note i. The bid without Earnest Money shall be rejected.
ii. No interest will be paid on the above Earnest Money.
iii. The Earnest Money Deposit of the successful Bidder will be refunded on submission
of performance bank guarantee for 10% of order value. The Earnest Money Deposit
of the unsuccessful Bidders will be returned after finalization of enquiry and placing
of orders.
iv. The Earnest Money will be forfeited if a Bidder withdraws their bid during the period
of bid validity which includes extended period of Bid validity
B OTHER DETAILS TO BE INCLUDED IN PART `B’ (without prices):
a. VALIDITY OF OFFER:
The offer should be kept valid for 180 days from the date of opening of the tender.
b. SCCL’s RIGHT FOR ACCEPTANCE/REJECTION OF OFFER:
i. The decision of The Singareni Collieries Co. Ltd in accepting or rejecting any offer,
wholly or partly, without assigning any reasons whatsoever will be final and no dispute
of any kind can be raised against its decision in any Forum or Court of Law.
ii. The tenderers are requested to adhere to all the Clauses stipulated in this document
and submit complete data and particulars as required, so as to facilitate quick
comparison and evaluation of various offers received by The Singareni Collieries Co. Ltd.
c. DELIVERY:
The desired dispatch of all the equipment including the spares & Accessories etc shall be
8 months from establishing the L.C. A Tentative Bar Chart shall be enclosed covering all
the activities including delivery and installation & commissioning periods as desired.
This is very essential.
NOTE: 1. SCCL shall arrange for transport from FOB port of origin to mine site.
2. Tenderer shall plan to dispatch total equipment with in 3 weeks time
d. LIQUIDATED DAMAGES:
i. If the successful tenderer fails to execute the contract within the time schedule
incorporated in order, or the extended time that may be granted under Force Majeure
Conditions, The Singareni Collieries Co. Ltd shall be entitled at its option to recover from
the tenderer towards penalties @ 0.5% of total FOB order value per week, or part
thereof for the period from the date of execution of contract / extended date there of,
to the actual date of completion. Such penalties shall not, however, exceed 5% of the
total FOB ordered value. While negotiating the bank documents, if any delay in supplies
occurs, Liquidated Damages as stated above shall be considered while billing. The
payment or deduction of such an amount as penalty shall not relieve the supplier from
his obligations and liabilities under the order.
ii. Liquidated Damages as stated above are also leviable for incorrect and non-sequential
supply / execution of the contract.
e. FORCE MAJEURE CONDITIONS:
Standard force majeure conditions are ANY Riots or Civil Commotions, any War or
hostilities, any earthquake, flood, tempest and other natural and physical disasters, any

ADRIYALA CONVEYORS Page 13


accident by the fire or explosion, any law and order proclamation, regulation/ordinance
affecting the production/despatch of the goods, Court orders / judgements, and
International sanctions / Embargo, which are to be substantiated with Documentary
evidence.
f. RISK PURCHASE CLAUSE:
In case the successful tenderer fails to execute the contract within the time schedule of
the order and The Singareni Collieries Co. Ltd is forced to purchase, install &
commission such equipment from others at a higher price, the successful tenderer shall
pay the differential amount to The Singareni Collieries Co. Ltd.
g. FALL CLAUSE:
Successful tenderer should pass on the benefit to The Singareni Collieries Co. Ltd in
case he sells similar equipment to Public or Private concern within a period of 6 months
from the date of receipt of the order at a price less than the price offered to The
Singareni Collieries Co. Ltd.
h. PERFORMANCE AND OTHER GUARANTEES TO BE EXECUTED BY THE TENDERERS:
Successful tenderer will be required to execute a bank guarantee for 10% of order
value of the total equipment in respective bid currency as coverage towards late delivery
& risk purchase clauses, installation & commissioning of the equipment, within one
month after receipt of order in the proforma prescribed by The Singareni Collieries Co.
Ltd. This bank guarantee should be kept valid till successful commissioning of the
equipment and will be returned after executing another Bank guarantee as mentioned
below to cover guaranteed percentage availability.
Soon after successful commissioning of the total system, the successful tenderer will be
required to execute a bank guarantee for 10% of order value of the total equipment in
respective bid currency as coverage towards guaranteed percentage availability, in the
proforma prescribed by The Singareni Collieries Co. Ltd. This bank guarantee should be
kept valid for a period upto 3 months over and above warranty period.
In case of non achievement of the guaranteed percentage availability, the penalties will
be levied as mentioned at clause 14 of commercial document.
Note: The PBG shall be given by Nationalized Bank in India payable at Hyderabad only.
For delay in commissioning of the equipment the validity of PBG shall be extended
suitably.
i. PACKING AND SHIPPING LIMITATIONS
i. The Supplier shall provide such packing of the Goods as is required to prevent their
damage or deterioration during transit to their final destination. The packing shall be
sufficient to withstand rough handling and well protected against damp, shock and
rusting. The Equipment supplied shall be packed seaworthy and fit for transhipment and
inland transportation preferably in 6 metre box containers. Wherever necessary, heavy
parts shall be mounted on skids so that slings can be readily attached in unloading and
loading. If it is unsafe to apply external slings to a package attached slings, eyebolts or
lifting devices shall be provided and shall project through the package for easy handling.
ii. Due to railway and bridge limitations, the dimensions of each individual package to be
shipped shall be limited to the inside measurements of the 6 metre standard box
container, i.e.,
Length - 5.8 m
Width - 2.4 m
Height - 2.25 m
Weight - 18 metric ton.
iii. If any individual package is likely to exceed such limits, mention shall be made in the bid
submitted to enable The Singareni Collieries Co. Ltd to explore the possibility of handling
such extra size. If no such mention is made, all expenses arising there from including
but not limited to the cost for dismantling and making necessary arrangement for

ADRIYALA CONVEYORS Page 14


handling such large pieces shall be borne by the successful tenderer.
iv. In each package there shall be a copy of detailed packing list.
v. The successful tenderer shall print with indelible ink in legible English the following
information on the four sides of each package.
CONSIGNEE- THE SINGARENI COLLIERIES COMPANY LIMITED
(Name of the Project)
CONTRACT NO.
SHIPPING MARK
PORT OF DESTINATION: CHENNAI
ITEM NO. CASE NO
GROSS/NET WT.
LENGTH X WIDTH X HEIGHT (CMS)
vi. Any package which weighs more than two tons shall be conspicuously marked on two of
its sides in addition to such marks as “Centre of Gravity” “Sling here” and other
necessary marks to facilitate safe handling.
vii. All packages shall be marked legibly with “Handle With Care”. “This Side up”. “No
Hooks”. “Keep Dry” etc. as the successful tenderer deems necessary for safe handling
depending on the nature of the articles contained in the particular package.
j. INSURANCE
The Singareni Collieries Co. Ltd will take comprehensive insurance coverage which
includes transit insurance also, against thefts, accidents etc up to final commissioning of
Equipment in case of foreign tenderers.
In case of Indian tenderers, The Singareni Collieries Co. Ltd will take comprehensive
insurance coverage which includes transit insurance also (for ex-works dispatches)/
insurance from mine site (for FOR destination dispatches), against thefts, accidents etc
up to final commissioning of Equipment
k. Inspection of equipment at Site
i. The successful tenderer and The Singareni Collieries Co. Ltd or their representatives
shall inspect on the date mutually agreed upon the Equipment / Goods after their arrival
at site in respect of quality, specifications and quantity. If discrepancies are found in
quality, specifications or quantity or all from the order terms, The Singareni Collieries
Co. Ltd shall have the right to reject the Equipment / Goods and to claim against the
successful tenderer within ninety (90) calendar days after arrival of the Equipment /
Goods at the site. If the documents, certificates, drawings and/or literatures in any
package are incomplete or lost during transit, the Supplier shall furnish the missing ones
at no cost to SCCL within thirty (30) days after The Singareni Collieries Co. Ltd’s
notification.
ii. Any discrepancy arising in respect of quality, quantity and/or performance of the
Equipment / Goods during the course of installation shall be resolved by the site
representatives of the parties of the order. (On behalf of The Singareni Collieries Co.
Ltd, the General Manager of the area within which the mine falls, would be the site
representative for this purpose).
iii. In case of nonconformity of the Equipment / Goods’ quality, specification and
performance with order terms or in case the Equipment / Goods are proved defective
within the Warranty Period for any reason including latent defect or use of improper
materials, The Singareni Collieries Co. Ltd shall arrange for a survey to be carried out by
SCCL Official and be entitled to claim replacement of the same from the successful
tenderer on the strength of an inspection certificate issued. The successful tenderer
shall replace such goods free of cost to The Singareni Collieries Co. Ltd. on FOR
destination basis.
l. DELIVERY OF EQUIPMENT AND PORT OF DESTINATION
i. The Bidder shall quote the earliest possible delivery schedules to meet the requirements
of this Project.

ADRIYALA CONVEYORS Page 15


ii. The Equipment of foreign origin shall be delivered to the port of shipment within the
Time Schedule, which the Bidder is required to submit along-with his bid.
iii. Port of destination for the goods supplied shall be Chennai port.
iv. Any delivery ten (10) weeks later than the time specified in the Time Schedule shall be
considered non-responsive and may be rejected.
m. INLAND TRANSPORTATION AND INSURANCE:
The cost of inland transportation and Insurance for indigenous equipment, if any, shall
be borne by the successful tenderer.
Overseas Bidders shall furnish the shipping dimensions and weights of each package to
facilitate computation of Inland transportation and other incidental costs for delivery of
the Equipment from port of entry to project site.
C. PRICE QUOTATION (TO BE INCLUDED IN PART “C”).
a Price details should be submitted in the price quotation (Part “C”) against each item /
head of components / equipment mentioned in Part “B” (with out prices) including
optionals, if any. No price details should be submitted in Technical and commercial
offers (Part “A & B”).
b. PRICE OF THE EQUIPMENT:
i. Prices of equipment including Imported and indigenous components with Unit price and
total value, applicable taxes, duties, levies should be shown clearly as per the Format at
Annexure-II. The rates/prices of items, components/package, duties, taxes, must be
given in INDIAN RUPEES only in case of tenderers within India. Tenderers should also
indicate imported content (included in total value of Rupees without fail).
ii. Overseas tenders should quote price in US Dollars or any other currencies on F.O.B.
BASIS only.
iii The estimation of landed cost of the equipment in case of imported / indigenous items
is as per the format at Annexure-I.
iv. The PVC formula if any shall be quoted by the respective bidders
6. TAXES & DUTIES / FREIGHT & INSURANCE:
a) In case of any supplies affected from India, they should preferably be F.O.R. destination
basis by road / rail.
b) In case offers are on F.O.R. destination basis, Tenderers should clearly indicate all the
rates of Taxes, duties, levies applicable, item-wise and the reasonable P&F, Freight &
Insurance charges.
c) In case of Imported components, different expenses connected to Ocean Freight,
Marine Insurance, Port handling charges, Customs Duty, Countervailing Duty, Auxiliary
duties and other duties, if any, Inland Transportation rates by Road etc., should be
indicated.
d) Tenderers should clearly mention whether imported equipment also attracts Excise
Duty, Sales Tax in addition to Import duties.
e) Tenderers should also indicate specifically whether other items like Spares, Accessories,
Tools & Tackles, Services like Training, commissioning charges etc., attract any taxes,
duties etc.
f) For applicability of Excise Duty/Sales Tax, on imported items proper evidence, Govt.
rules should be given in their offer without fail.
g) Tenderers should also specify the part / package / component that will not attract
Excise Duty. In case Excise Duty is payable on those items, after placement of order,
the same should be absorbed by the Tenderer. This should be clearly confirmed by the
tenderer.
h) Tenderers quoting on FOB basis should give FOB Import content in Foreign currency.
i) Tenderers quoting on FOB basis should pass on the benefit for import components on
concessional customs duty under project import based on The Singareni Collieries Co.
Ltd. Certification i.e., difference between normal customs duty and concessional duty on
documentary evidence.
7. MAINTENANCE:

ADRIYALA CONVEYORS Page 16


a) The tenderer should keep required number of service Engineers to guide The Singareni
Collieries Co. Ltd’s personnel to undertake proper maintenance work of the equipment
during the warranty period.
b) Tenderer should also guarantee for uninterrupted after sales service.
8. TRAINING: (To confirm in Part “A”)
a) Successful tenderer shall impart training to at least Twelve persons of The Singareni
Collieries Co. Ltd’s (6 persons in operational aspects and 6 persons in maintenance
works) at their manufacturing units for a period of minimum 3 weeks to acquaint with
the intricate details of design, installation, operation and maintenance etc. The cost
towards boarding, lodging, transport (including to and fro air fares) of SCCL personnel
will be borne by SCCL.
b) Successful tenderer shall guide SCCL personnel in day-to-day maintenance and
operation activities of the system during entire warranty period.
9 SPARES AND SERVICE:
a) The tenderer should supply all the spares/sub-assemblies required during warranty
period at their cost to mine site
b) All the spares quoted for operation after warranty period of the Longwall equipment will
be purchased by SCCL and tenderer shall supply these spares along with the equipment.
c) The tenderer should depute their Service personnel during warranty period at their own
cost to take care of warranty failures and The Singareni Collieries Co. Ltd will provide
only infrastructure facilities and unskilled man power.
d) The tenderer should submit the price list of all the spares for the total equipment before
dispatch of the equipment from their end
10. SPARES SUPPLY DURING LIFE TIME OF THE EQUIPMENT:
i. Successful tenderer should give an undertaking that they will supply all the required
spares matching to the assemblies for a period of 9 years, after warranty period as and
when ordered by The Singareni Collieries Co. Ltd.
ii. Tenderers who cannot categorically give such undertaking, need not quote against this
enquiry.
11. PAYMENT:
a) The Singareni Collieries Co. Ltd’s payment terms for Indian Tenderer /Manufacturers –
i) 80% value of the equipment, spares & accessories along with all applicable
taxes within 30 days after receipt and inspection at SCCL Stores/Mine site
with DGMS approval.
ii) Balance 20% value of the spares & accessories along with all applicable
taxes within 30 days after acceptance at SCCL Mine site
iii) Balance 20% value of the equipment and 100% Installation &
Commissioning charges, if any, along with all applicable taxes with in 30 days
of achieving guaranteed availability during the warranty period and as per
clause 12 (b) of this commercial document.
b) The Singareni Collieries Co. Ltd’s payment terms for Foreign Suppliers/Manufacturers –
i) 80% value of the equipment, spares & accessories by way of irrevocable
letter of credit against submission of shipping documents with DGMS
approval.
ii) Balance 20% value of the spares & accessories by way of irrevocable letter
of credit after inspection & acceptance at SCCL Mine site
iii) Balance 20% value of the equipment value and 100% Installation &
Commissioning charges, if any, by way of irrevocable letter of credit payable
with in 30 days of achieving guaranteed availability during the warranty
period and as per clause 12 (b) of this commercial document.
NOTE: These Letters of Credit shall be established at the same time; however payments
will be as per NIT terms.

ADRIYALA CONVEYORS Page 17


Any charges incurred on opening above LC shall be to the account of The Singareni
Collieries Co. Ltd. In case the supplier intends to have the letter of credit confirmed by
any overseas banker, such confirmation shall be arranged The Singareni Collieries Co.
Ltd at the cost of the supplier.
No other payment terms are acceptable.
The Tenderer should indicate price breakup details of imported and indigenous
equipment (Mechanical items, electrical items etc) spares etc.
12. GUARANTEE/WARRANTY:
a) Equipment as a whole should carry guarantee / warranty for satisfactory performance
for a minimum period of 12 months from the date of commissioning or 18 months from
delivery, which ever is earlier. In case of Imported equipment, it should carry
guarantee / warranty for satisfactory performance for a period of minimum 12 months
from the date of commissioning or 18 months from the last date of major FOB
shipment, which ever is earlier. Defective material/parts should be replaced/repaired
free of cost during the warranty period.
b) The entire system shall be available in full capacity during the PAT period of Adriyala
Longwall Equipment and shall convey the coal produced by the Longwall equipment
during its PAT period.
c) Supply of Brand New components:
The successful tenderer should submit Certificate / Undertaking to the effect that the
total package supplied is BRAND NEW EQUIPMENT manufactured with BRAND NEW
COMPONENTS and NO RECONDITIONED/REFURBISHED COMPONENTS whether
IMPORTED OR INDIGENOUS were used in the manufacture of the equipment. If any
SUB-STANDARD material in the Equipment is detected/noticed at any time during
warranty period and 9 years’ thereafter, the successful tenderer should replace the
same free of cost with good one immediately so as not to cause any production loss and
Singareni Collieries Co. Ltd., will have claim against the successful tenderer for
Compensation / Damages etc.
13. GUARANTEED % AVAILABILITY AND PENALTY FOR NOT ACHIEVING THE
GUARANTEED PERCENTAGE AVAILABILITY:
The availability percentage of the system (complete package) will be assessed over a
period of 12 calendar months (working days only) assuming the following formula.
(A) = Scheduled shift hours i.e. 24 Hrs/ day.
(B) = Down Time in Hours i.e. Time for which the machine is not available for operation
either due to maintenance or breakdown
AVAILABILITY % = (A-B) x 100
A
The availability percentage shall not be less than 90% over the period of 12 months
from the date of commissioning.
Initial training period shall be excluded from calculating the guaranteed % availability
14. PENALTY CLAUSE FOR NOT ACHIEVING THE GUARANTEED AVAILABILITY :
For every 1% fall in availability below 90% for the system (complete package), 1% of
the FOB value of the total package will be deducted as penalty upto 70% for the system
(complete package). Incase availability falls below 70% for the system (complete
package), Manufacturer / Tenderer will have to replace the complete / part of the
equipment, as applicable, at his cost to meet the guaranteed percentage availability, in
addition to paying 10% penalty.
16. TEST CERTIFICATES: (To confirm in Part “A & B”)
The tenderers should submit the relevant test certificates pertaining to the equipment,
various electricals and other components or any other Certificates that may be required
as essential/Statutory as per Indian laws (whether spelt out or not) and tenderer should
confirm this point in Part “A & B”. With reference to the above, tenderers should also

ADRIYALA CONVEYORS Page 18


furnish the details of Test Certificates submitted/to be submitted, in their offer.
17. APPLICABLE LAWS:
The order shall be governed by the laws of the Indian Union being in force from time to
time.
18. ARBITRATION:
a) Any disagreement or dispute arising between the parties under or in connection with the
Contract shall be resolved through amicable negotiations. If the parties have been
unable to resolve amicably a Contract dispute within sixty (60) days from the
commencement of such negotiations, the case shall be referred to arbitration within 30
days of such failure.
b) The arbitration shall take place in Mumbai / New Delhi, India, according to the
Arbitration and Conciliation Act 1996. The procedure prescribed under International
Chamber of Commerce (ICC) rules, Paris will apply so far as they are not inconsistent
with the provisions of (Indian) Arbitration and Conciliation Act 1996. The Chairman &
MD of The Singareni Collieries Co. Ltd is having absolute power to appoint a single
Arbitrator or more than one Arbitrator or to refer the dispute to the Institutional
Arbitration at his discretion and his decision is final and binding on the parties. The
appointed Arbitrator(s) / Institutional Arbitration should pass a reasoned award and the
parties should bear the cost of the Arbitration equally. The arbitration fee or expenses
should not exceed the schedule of fee fixed by the Indian Council of Arbitration.
c) The Arbitration Proceedings shall be in English language.
18.A In the event that the parties mutually agree in writing that any dispute shall not be
referred to arbitration or parties fail to initiate the proceedings within 30 days stipulated
in clause 19(a), the Indian Courts having original civil jurisdiction over The Singareni
Collieries Co. Ltd at districts of Khammam / Karimnagar shall only have jurisdiction with
regard to such disputes of whatever nature in respect of this Contract, the Parties may
approach the courts accordingly.
19. The tenderer shall submit the site regulations related to safety of works, and fire
prevention, setting out the rules to be observed in execution of works at site by The
Singareni Collieries Co. Ltd, if any. However these instructions shall not be contrary to
the existing provisions of Mines Act, Coal Mines Regulations, Rules etc, as applicable to
Indian Coal Mining Industries.
The tenderer shall also submit all the required statutory compliances / clearances
including from DGMS, Govt., of India / other Govt. Agencies, wherever required.
20. PERT CHARTS , BAR CHARTS:
Successful tenderer should submit a PERT chart for execution of order within one month
after receipt of FIRM order (Tenderer should confirm this in Part ‘A’ )
( Bar chart is to be given with offer).
21. SPECIAL NOTE:
a) Tenderers should give all the details of their offer in Part “A” & “B” only, except the
prices, which should be given in Part “C” only. The details given in Part “C” should also
be given in Part “B” but without prices. Prices should not be given in Part “B”.
b) Tenderers should give item-wise replies giving the NIT reference for all the points
mentioned in this as well as other enclosures forming part of NIT.
c) Tenderers should not indicate “Yes”/OK/”NOTED” etc. in their offers. They should give
clearly their comments without fail. Otherwise it would be construed as Acceptance to
NIT stipulations.
d) Any bid/offer received by The Singareni Collieries Co. Ltd after the due date for
submission of bids will not be accepted.
e) The quoted prices will be converted to Indian Currency at the exchange rates as on the
date of the opening of the technical bid for arriving status.
f) The words ‘imported’ and ‘indigenous’ are defined as:
i) Imported: Component manufactured outside India and supplied
ii) Indigenous: Component manufactured with in India and supplied

ADRIYALA CONVEYORS Page 19


ANNEXURE-I
ESTIMATION OF LANDED COST OF EQUIPMENT

IN CASE OF IMPORTED EQUIPMENT

S.NO. EQUIPMENT PRICE


1. PRICE ON FOB BASIS
2. Ocean freight & Insurance
3. Exchange rate considered
4. Landing charges considered
5. Customs duty considered
6. Port & Handling charges etc.
7. Inland Freight & Insurance
8. Loading of Excise duty in case of applicability
9. Taxes, Sales Tax etc. in case of applicability
10. Loadings based on Payment terms

IN CASE OF INDIGENOUS ITEMS

S.NO. EQUIPMENT PRICE


1. FOR Ex-Works.
2. Packing
3. Forwarding
4. Freight
5. Insurance
6. Excise duty
7. Sales Tax
8. Loadings based on Payment
9. Terms

Annexure – II

ADRIYALA CONVEYORS Page 20


Format:

Unit Price Total Price


Sl.
Item Qty. Import Indigenous Import Indigenous Total
No.
content content content content
i)
ii)
iii)
iv)

NOTE: All Duties and Taxes applicable are to be clearly / specifically mentioned.

The details of Indigenous Equipment under the scope of The Singareni Collieries Co. Ltd should also
be furnished.

Bidder should offer brand new equipment/components. Use of reconditioned/refurbished


parts/components is not acceptable. If any part/component is found to be reconditioned at a later
date, The Singareni Collieries Co. Ltd shall have the right to claim for compensation/damages etc.

CHIEF G.M. (PURCHASE)


The Singareni Collieries Company Ltd.

---

ADRIYALA CONVEYORS Page 21

You might also like