NIT - Conveyor System BC 113

download NIT - Conveyor System BC 113

of 32

Transcript of NIT - Conveyor System BC 113

  • 8/12/2019 NIT - Conveyor System BC 113

    1/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 1

    National Aluminium Company Limited(A Government of Ind ia Enterpr ise)

    Captive Power Plant, Angul 759145, OdishaTel: 06764-220267, Fax: 06764-220303, e-mail: [email protected]

    Ref. No: CPP/MMP/304/3000002091/900001912 Date: 03.04.2014

    GENERAL INFORMATION TO TENDERERSTo,

    SUB AND SCOPE: Design, engineering, manufacture, supply, fabrication, assembly, unloading, handling& storage at site, inspection, erection (including mechanical erection works, structural works, civil works,

    electrical, instrumentation and control works), first fill of lubricants, testing, commissioning, and inclusiveof all insurance charges, performance guarantee test of BC-113 Conveyor System & relatedequipments of Coal Handling Plant (CHP) till handing over together with dismantling of the existingequipments, if any, on turnkey basis for Captive Power Plant (CPP) of National Aluminium Company Ltd.(NALCO) at Angul, Odisha.

    Ref: NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 due date for opening on dt.09.05.2014

    Dear Sir,Sealed quotations are invited for supply of BC-113 Conveyor System of Coal Handling Plant

    (CHP) on turnkey basis as perNIT.1.0 The tender documents pertaining to the subject work are enclosed herewith, which contain the

    followings;i) General information to Tenderers (04 pages)ii) Annexure-I : Standard terms and conditions of NIT (03 pages)iii) Annexure-II : Bidder compliance statement (agreed terms & conditions) (03 pages)iv) Annexure-III : Deviation schedule to standard terms and conditions of NIT (01 page)v) Annexure-IV : Price Bid format (02 pages)vi) Annexure-V : General Information of Supplier (01 page)vii) Annexure-VI : Technical Specification & Scope of work (09 pages)viii) Annexure-VII : Deviation schedule to Technical Specification (01 page)ix) Annexure-VIII : Format for Bank Guarantee for EMD (01 page)x) Annexure-IX : Format for Contract-cum-Performance Bank Guarantee (02 pages)xi) Annexure-X : List of standardized Banks of NALCO (01 page)xii) Annexure-XI : ECS Mandate Form for e-payment in (01 page)xiii) Annexure-XII : Environment, OHSAS Policy, SA:8000 & Energy Policy (01 page)xiv) Annexure-XIII : Social Accountability 8000 Vendor Compliance Format (02 pages)

    1.1 PART-I : TECHNO-COMMERCIAL BID SHOULD CONTAIN THE FOLLOWING;i) Documentary evidence towards pre-qualification criteria (P.Q.C.)ii) Standard Terms & Conditions of NIT as per Annexure-I (03 pages) is to be signed and stamped

    as token of having accepted all the Terms & Conditions in toto.iii) Bidder compliance statement (as per Annexure-II) duly filled in.iv) Deviation schedule to standard terms and conditions of NIT (as per Annexure-III) if any.v) Detailed technical specification & scope conforming to all the technical requirements covered

    under AnnexureVI of the tender document.vi) Deviation schedule to the technical specification & scope (as per Annexure-VII) if any.vii) Confirmation to Pre-qualifying criteria (PQC) as per clause no.2.0 of general information to

    tenderers.viii) Requisite Earnest Money Deposit (EMD) & Tender Fees as applicable

  • 8/12/2019 NIT - Conveyor System BC 113

    2/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 2

    ix) Price schedule containing all the items to be supplied each with respective quantity but priceportion to remain blank confirming coverage of individual price components in the price bid asper Annexure-IV.

    x) Acceptance to our Environment, OHSAS Policy, SA:8000 & Energy Policy (01 page)

    xi) Social Accountability 8000 Vendor Compliance Format (as per Annexure-XIII) duly filled in

    1.2 PART- II: PRICE BID SHOULD CONTAIN THE FOLLOWING;This bid shall contain only the price in words and figures for each individual items as per price bidformat (as per Annexure-IV) of the tender document showing the rate and quantum for each individualitem of supply including taxes & duties, freight etc whichever & wherever applicable.

    2.0 PRE-QUALIFYING CRITERIA (PQC):Agencies intending to participate should fulfill the following minimum pre-qualification criteria:

    a) EXPERIENCE CRITERIA: The bidder should have experience of having successfully completedsimilar works in his own name as a prime contractor or proportionate share as member of a JointVenture during the last 07 years ending up to dt.31.03.2014, should be either of the following;i. At least three similar completed works each costing minimum value of `24 Lakhs

    ORii. At least two similar completed works each costing minimum value of `30 Lakhs

    ORiii. At least one similar completed works each costing minimum value of `48 Lakhs

    Note: Similar work shall mean engineering, manufacture/ fabrication, supply, erection & commissioningof belt conveying system in bulk material handling plantFollowing documentary evidence needs to be submitted (all relevant documents are required to be

    attested by Notary Public)

    i) Photocopies of major purchase orders for above mentioned similar works executed.ii) Photocopies of performance/ completion certificate towards successful completion of similar

    works.iii) Any other documents towards evidence for satisfactory completion of the similar works.

    b) FINANCIAL CRITERIA:i. The average annual financial turnover of bidder during the last three financial years ending

    dt.31.03.2013 should be at least `18 Lakhs.

    ii. Net worth of the bidder during the last financial year shall be positive as per the audited balance

    sheet.

    Following documentary evidence needs to be submitted (all relevant documents are required to beattested by Notary Public): Annual Report containing audited Balance Sheet and Profit & Loss

    Account statement for the last 3 years.

    (Note: While submitting bids, the bidder at times is not able to submit audited results of the previous

    financial year, as the same is not ready. In such a case for tenders received prior to 30th

    June of any

    year, the financial figure for the previous year may also be considered for evaluation. Whereas for

    bids submitted after 30thJune the bidder may also submit financial statement for the previous year

    certified by Charted Accountant/ Auditor for consideration of their bid.)

    Note:-

    Failure to meet the above PQC shall render the bid to be summarily rejected. Therefore, the biddershall in his own interest furnish complete documentary evidence by way of photocopies of orders,

    Invoices/ Challans, performance/ completion certificates, annual reports, etc. in the first instanceitself, in support of their fulfilling the pre-qualification criteria.

    NALCO reserve the right to complete the evaluation based on the details furnished in the quotationwithout seeking any additional information.

    Decision of NALCO on fulfillment of PQC shall be final and binding on the bidders.

    NALCO reserves the right to reject any offer, if information submitted is ambiguous or not as perthe terms of NIT.

    NALCO reserves the right to visit the manufacturing/ installation sites, if required, before finalizingthe purchase order.

    3.0 The Bidder is required to submit their bid in two parts, namely Part-I (Techno-Commercial bid) and Part-II(Price bid). Both these sealed envelopes (one sealed envelope containing Techno-commercial Bid &another sealed envelope containing Price Bid) are to be put in another envelope which is to be duly

    sealed and must be sent by Post or to be dropped in the Tender Box at the office of DGM (Materials),CPP, NALCO, Angul. The common sealed cover should clearly super scribe the followings;

    i) NIT No. and date

  • 8/12/2019 NIT - Conveyor System BC 113

    3/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 3

    ii) Item description (brief)iii) Bid Part No. (Part-I or Part-II as the case may be)iv) Due date and time of opening.

    Instruction in Bold on the top of the Envelops: TENDER: DO NOT OPEN BEFORE THE DUE DATE

    3.1 Bid shall be submitted in the manner indicated in the Tender Document so as to reach the address asindicated herein on or before dt.09.05.2014 (10:00 hrs)

    3.2 TENDER FEES:The Tender Fee shall be 2,000/- (inclusive of applicable taxes) and to be submittedin shape of Demand Draft/ Pay Order drawn in favor of National Aluminium Company Limitedpayable at SBI, Kandasar/ UCO Bank, Balaramprasad/ ICICI Bank, Angul. The tender fee specified

    shall not be applicable to State or Government of India Undertakings and Small Scale Industriesregistered with NSIC/ DGS&D (for the product for which they are registered), and others for whichspecific exemption has been granted by NALCO. The Tender document shall be available for sale inthe office of the DGM (Materials), NALCO, CPP and can be purchased by hand on payment of thestated fee in shape of Demand Draft/ Pay Order only. The document can also be downloaded frommentioned website and in such cases Demand Draft/ Pay Order for 2,000/- shall be enclosed alongwith the Part-I Bid (i.e., Techno-commercial Bid).

    3.3 It shall be the responsibility of the bidder to submit their tender before the scheduled time and date oftender opening. NALCO shall not be responsible for any delay in submission of the tender through posts/courier/ any other means. Bids received after the last date and time stipulated for receipt of bids shall besummarily rejected.

    3.4 Address for submission of Bids:

    DGM (Materials)CPP, NALCO,Angul 759145, Odisha

    3.5 The bidders who have downloaded the bid documents from website shall be solely responsible forchecking these websites for any addendum/ amendments issued subsequently to the bid documentand take into consideration the same while preparing and submitting the bids.

    4.0 TENDER OPENING4.1 Only Part I i.e. Techno-commercial bid of the tender shall be opened by CPPs tender opening cell

    in Materials Department (Purchase) on dt.09.05.2014. In case the bidder(s) submit more than oneoffer(s) within scheduled/ revised scheduled date of opening of tender, all the offers submitted by thebidder against enquiry shall be opened and latest offer only shall be considered for evaluation. Incase more than one offer with the same date is received from a bidder, the lowest shall be

    considered.4.2 The bidders may depute their representative (not more than one person) for witnessing tenderopening if they so desire. The representative of the Bidders shall be required to furnishauthorization letter for attending tender opening. At the time of opening of Part-I bid (Techno-Commercial bid), the names of all the Bidders who submitted their bids shall be read out and othersuch details as the Owner, at its discretion, may consider appropriate

    4.3 The price bids of ONLY the Techno-commercially accepted bids shall be opened later.5.0 EARNEST MONEY DEPOSIT (EMD):

    Tenderers are required to submit interest free EMD of `60,000/- (Rupees Sixty Thousand only) inshape of Demand Draft/ Bankers Cheque drawn in favor of National Aluminium Company LimitedPayable at SBI, Kandsar/ UCO Bank, Balaramprasad/ ICICI Bank, Angul or in the form of BankGuarantee valid for six months in NALCOs format (AnnexureVIII) from any bank approved byNALCO enclosed (AnnexureX). EMD in the form of DD/ Bankers Cheque/ BG should be submitted

    along with Techno-Commercial bid (i.e., Part-I) only. Offers received without EMD shall not beconsidered. This deposit shall not carry any interest.

    The Public Sectors, Government agencies and the Firms registered with DGS&D/ NSIC (forthe product for which they are registered), and others for which specific exemption has been grantedby NALCO such as Ancillary Industries etc. are exempted from payment of EMD. The exemption forsubmitting EMD may be considered only if photocopy of a valid Registration Certificate for the productis submitted along with the offer.

    The original Bank Guarantee is required to be sent directly by the Bank under speed post orRegistered Post (AD) to the addressee given in the tender document. The Bidder shall submitphotocopy of Bank Guarantee duly self-certified mentioning dispatch reference of the Bank fromwhere original Bank Guarantee has been sent.

    The EMD shall be returned to all unsuccessful bidders after finalization of the order. The EMD

    of the successful bidder shall be returned after they accept the order and submit Contract-cum-performance bank guarantee (CPBG). If the successful bidder accepts the order but fails to submitthe CPBG, the EMD shall be retained. In such cases the differential amount towards CPBG and EMD

  • 8/12/2019 NIT - Conveyor System BC 113

    4/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 4

    may be deducted from the bills of Vendor which may be released after receipt of CPBG. In the eventof non-execution of Order, the EMD shall stand forfeited.

    6.0 CRITERIA FOR REJECTION OF TENDER1. Bids not fulfilling PQC requirement.2. Bids not as per technical requirement & scope of work (AnnexureVI).3. Incomplete bid(s) either technical or commercial.4. Non-acceptance of standard terms and conditions of NIT (Annexure-I).5. Bids without tender fees excepting those exempted.6. Bids without EMD excepting those exempted.

    7. Bids not in two part as described before.8. Bids not received within scheduled date and time of tender opening.9. Price bid not as per bid format (AnnexureIV of tender document).10. Disclosure of Price anywhere in the techno-commercial bid (Part-I).

    7.0 OFFER VALIDITY: The tender submitted shall remain valid for at least 90 days from the date ofopening of the tender. If required NALCO may request for further extension of offer validity for aperiod of 90 days.

    8.0 Bidders to note that Purchase Preference Policy of Government of India to grant PurchasePreference, as applicable, shall be followed at the discretion of NALCO.

    9.0 IMPORTANT INSTRUCTIONS:9.1 Before submission of the quotation, the Bidders must make themselves fully conversant with the

    Tender Document and other relevant information, so that no ambiguity may arise in any respect

    subsequent to the submission of the bid.9.2 Bidders are advised to visit the site to get acquainted with the site conditions, site scope requirements

    fully and to look at the present/ existing system in operation and understand completely their scope ofwork before submitting the quotations. Any pretence of ignorance in a later stage shall not beacceptable.

    9.3 If corrections be needed while filling the bid, the same be made by the Bidder with his datedsignature.

    9.4 If any Bidder finds any discrepancies or omissions in the specifications and documents or is in doubtas to the true meaning of any part, he shall at once request in writing for an interpretation/ clarificationto the Owner. However, for this reason, the tender opening date shall not be extended.

    9.5 If the Bidder deliberately gives wrong information in his quotation to create circumstances for theacceptance of his bid, the Owner reserves the right to reject such bid at any stage.

    9.6 Bid documents and the quotations submitted are non-transferable.9.7 The tender documents are meant for the exclusive purpose of bidding against the subject packageand shall not be transferred, reproduced or otherwise used for the purposes other than that for whichthese are specifically issued.

    9.8 NALCO reserves the right to conduct price negotiation, if necessary, and the same shall be done withlowest acceptable tenderer only. Bidders are required to quote their lowest price in view of the factthat price negotiation, if any, shall be held with the lowest acceptable bidder only.

    10.0 NALCO reserves the right to accept or reject any or all tenders and to extend the due date forsubmission of Bids without assigning any reason thereof. However, a bidder may seek clarificationregarding the bidding document provisions, bidding process and/ or rejection of his bid which shall beresponded within a reasonable time.

    11.0 Late Tenders are liable to be rejected. NALCO shall not be responsible for any Postal or In-transitdelay whatsoever.

    12.0 Incomplete offers and offer not confirming acceptance to NALCOs terms and conditions in toto,including validity period of offer, as stipulated in this NIT shall be liable for rejection

    Thanking you.Yours faithfully,

    For National Aluminium Company Limited

    AGM (Materials)

    Encl: Tender documents (32 pages including this general information to tenderers)

  • 8/12/2019 NIT - Conveyor System BC 113

    5/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 5

    ANNEXURE ISTANDARD TERMS AND CONDITIONS OF NIT

    1.0 PRICE: Quotation shall be made on FOR Destination/ free delivery at site basis inclusive of taxes,duties, levies, packing, forwarding, freight and unloading charges etc. each indicated clearly andseparately. Wherever the taxes and duties are not specifically indicated, the prices quoted shall bepresumed as inclusive of all taxes & duties and no statutory variation shall be payable by NALCO.The rates of taxes and duties should be clearly mentioned. Excise tariff heading and sub-heading no.should be indicated in the offer. Transit insurance shall be arranged by NALCO and hence this shouldbe considered in the offer.

    Any condition or component of the Enquiry having a financial bearing on arriving at the landedprice at NALCO or otherwise payable by NALCO, if not quoted or agreed to in the tender, shall besuitably loaded to the quoted price for comparison purpose.

    2.0 Bidders are requested to quote their best prices considering the fact that price negotiation, if required,may be held with the lowest tenderer only.

    3.0 PRICE FIRMNESS: All prices quoted must remain firm & fixed till complete execution of the orderexcept for statutory variation in taxes and duties during contractual delivery period. Any increase intaxes and duties after expiry of the delivery period shall be to suppliers account.

    4.04.1 Quotations should preferably be type written and any correction, overwriting should be

    initialed. Rates to be indicated both in words and figures.4.2 Drawings submitted along with the offer shall become property of the purchaser.

    4.3 Printed conditions (if any) on the backside of your offer shall be ignored.4.4 In case the tenderer has entered into Rate Contract with DGS&D/ EPM, a copy of Rate

    Contract must be sent along with the tender5.0 LIST OF PARTNERS/ DIRECTORS: In Techno-commercial bid (Part-I), the bidders should furnish a

    list of its Partners/ Directors and a declaration that such Partners/ Directors have no interest in anyother bidders in respect of the same tender.

    6.0 TERMS OF PAYMENT:6.1 FOR SUPPLY PORTION (i.e., all equipments, accessories, etc.):

    6.1.1 80% (eighty percent) payment of supply portion along with taxes and duties shall be made on pro-rata basis after receipt & acceptance of materials at site against submission of relevant bills asper approved billing schedule of the total system against certification from concerned Engineer-in-charge from NALCO subject to submission of composite Contract cum performance bank

    guarantee (CPBG) worth 10% of the order value and duly accepted by our Finance. The CPBGshall be sent prior to any claim for payment.6.1.2 20% (twenty percent) payment of supply portion shall be made after successful completion of

    erection, commissioning, performance testing, etc. of the total system against certification fromconcerned Engineer-in-charge from NALCO.

    6.2 FOR SERVICES (i.e., dismantling, erection, commissioning, testing, etc.):6.2.1 90% (ninety percent) payment of the total services (i.e., installation, erection, commissioning,

    testing, etc.) shall be made on pro-rata basis as per the actual progress of work at site againstsubmission of relevant bills as per approved billing schedule against certification from concernedEngineer-in-charge from NALCO.

    6.2.2 10% (ten percent) payment of the total services (i.e., installation, erection, commissioning, testing,etc.) shall be made after successful completion of erection, commissioning, performance testing,etc. of the total system and on final taking over by NALCO against submission of final bill duly

    certified from concerned Engineer-in-charge from NALCO.6.3 THE PAYING AUTHORITY: D.G.M. (Finance), NALCO, CPP, Angul, Odisha, PIN759145. Invoices

    in duplicate shall be directly forwarded to him for arranging payment. The payment shall be releasedthrough e-mode facilities of RTGS/ NEFT/ Internet Banking from NALCO, CPP, Angul for which theseller has to submit Bank Mandate Form for e-payment.

    7.0 DELIVERY & TOTAL COMPLETION PERIOD (for Supply, Fabrication, Installation,Commissioning, Testing, etc.):

    7.1.1 For SUPPLY:- Supply of all materials along with all its accessories of the total system up toNALCO, CPP site shall be made within 04 Monthsfrom the date of award of LOI/ PO.

    7.1.2 For DISMANTLING, ERECTION, COMMISSIONING, TESTING, etc.:-Fabrication, installation,erection (including mechanical erection works, structural works, civil works, electrical,instrumentation & control works), first fill of lubricants, commissioning, performance testing, etc. till

    handing over of the complete system together with dismantling of the existing equipments, if any,shall be done by the suppliers representative at NALCO, CPP site within 08 monthsfrom thedate of award of LOI/ PO. All the activities like Mechanical completion, pre-commissioning, plantready for commissioning, etc. shall be as per technical specification & scope as at Annexure-VI.

  • 8/12/2019 NIT - Conveyor System BC 113

    6/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 6

    8.0 LIQUIDATED DAMAGES AND RISK & COST PURCHASE: Considering NALCO's deliveryrequirement, firm delivery schedule should be quoted. For delay in delivery attributable to thesupplier, price shall get reduced @ 1/2% of order value for each week or part thereof, subject tomaximum of 5% of undelivered portion/ the order value (if the item(s) cannot be used unless fullsupply is made). If the equipment/ machinery /items cannot be commissioned or used for non-supplyof any item(s), price shall be reduced by 5% of the total order value.

    8.1 RISK & COST PURCHASE: If the seller fails to fulfill the terms and conditions of the order, NALCOreserve the right to procure the material from alternate sources for execution/ completion of the orderand recover from seller all charges/ expenses/ losses/ damages suffered by NALCO, at the Risk and

    Cost of the seller after giving 15 days notice to the seller. Any increase in taxes and duties after expiryof the delivery period shall be to supplier's account. This shall be without prejudice to the rights ofNALCO for any other action including termination.

    9.0 TERMINATION OF CONTRACT: NALCO shall have the right to terminate the contract by giving 60days notice without assigning any reasons thereof. However, in the event of any breach of terms ofthe contract, NALCO shall have right to terminate the contract by written notice to the Seller.

    10.0 GUARANTEE: The material to be supplied shall have a guarantee of 18 months from the date of lastdispatch or 12 months from the date of satisfactory commissioning at NALCO site whichever is earlieragainst defective design, faulty materials of construction, poor workmanship, faulty operatingcharacteristics, unsatisfactory performance, etc. The guarantee certificate to this effect has to besubmitted along with the dispatch documents while claiming payment.

    10.1 CPBG: To cover the guarantee liabilities, the seller shall furnish a composite Contract-Cum-

    Performance Bank Guarantee (CPBG) in NALCOs prescribed format (enclosed herewith as perAnnexure-IX) towards successful execution of the contract and for Performance Guarantee obligationof the equipment/ system to support equipments trouble free performance from any bank approvedby NALCO (as per Annexure-X) for 10% (ten percent) of the order value including amendment (ifany), which shall remain valid up to 18 months from the date of last dispatch or 12 months from thedate of satisfactory commissioning whichever is earlier excluding the claim period of 03 months. TheCPBG shall be sent before claiming any payment. If the vendor fails to submit CPBG after placementof order, the equivalent amount shall be recovered from the bill(s) of the vendor.

    If the bidder has been exempted from submission of EMD (ref EMD clause) they have tosubmit CPBG for 10% of the order value including amendment as per above details.

    Subject to any deduction which NALCO is authorized to make CPBG shall be released aftersatisfactory execution of the contract and on completion of warranty period as mentioned above. On

    the breach of the contract by the supplier, CPBG shall be forfeited/ encashed whether or not thecompany has suffered a loss on this account and Purchase Order shall be rescinded. Forfeiture/encashment of CPBG does not prejudice NALCO's rights to make risk and cost purchases andrecover damages on account of such risk and cost purchases.

    11.0 INSURANCE: The supplier shall arrange insurance of the equipments and materials included underthe scope of contract, to cover risk in transit between sellers works to purchasers site and also forerection, commissioning, testing, etc. at NALCOs site till handing over of the complete system toNALCO.

    12.0 Bidder must indicate their Excise duty registration no., TIN/ CST/ State Sales Tax/ VAT registrationno., Service tax registration no., WCT registration no., PAN No., etc in their quotation in Part-I bid.

    13.0 PRE-DISPATCH INSPECTION & TESTING: Pre-dispatch inspection (PDI) and testing may be doneby our representative(s) at Suppliers works prior to dispatch with 15 days of prior intimation.However, final inspection & testing shall be carried out by NALCO at NALCO site and the result shall

    be binding on the supplier on whom order is placed. Manufacturer's Standard Test Certificate/Material Test Certificate from Govt./ NABL approved test house are to be provided wherever required.The detailed inspection and testing shall be as per the technical specification & scope of work as atAnnexure-VI.

    14.0 FORCE MAJEURE: Any delay or failure to perform the contract by either bidder caused by acts ofgod or acts of Government or any direction or restriction imposed by Government of India which mayaffect the contract or the public enemy or contingencies like strike, riots etc shall not be considered asdefault for the performance of the contract or give rise to any claim for damage. Within 07days ofoccurrence and cessation of the event(s), the other bidder shall be notified. Only those events ofForce Majeure which impedes the execution of the contract at the time of its occurrence shall betaken in to cognizance.

    15.0 ARBITRATION: In case of any dispute or difference arising out of the contract which can not be

    resolved mutually between NALCO and seller, it shall be referred to a sole arbitrator to be appointedby the CMD, NALCO. The CMD, NALCO shall communicate/ cause to communicate, a panel of threenames of persons to sellers/ NALCO as the case may be in this regard with in 30 (thirty) days ofnotice of arbitration by the seller/ NALCO as the case may be, to select any one of them to be

  • 8/12/2019 NIT - Conveyor System BC 113

    7/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 7

    appointed as the arbitrator. In case seller/ NALCO as the case may be has not communicated itsselection as above within 30 (Thirty) days, CMD, NALCO shall appoint any one of the persons fromthe panel as a sole arbitrator. The arbitrator shall be given a reasoned and speaking award. Theaward of the arbitrator shall be binding on both the parties. The venue of arbitration shall be atBhubaneswar. In case of any vacancy another Arbitrator shall be appointed in the same manner asabove. The Arbitration and Conciliation act 1996 and rules made there under shall apply to theArbitration proceedings. The contract shall be governed by and construed according to the laws inforce in India and subject to exclusive jurisdiction of the courts of Bhubaneswar only.

    16.0 CRIMINAL PROCEEDINGS/ CASES: The bidder or its Proprietor/ Partner(s)/ Director(s) of the firm

    should not have been convicted by a court of Law for an offence involving moral turpitude in relationto business dealings during the past seven (7) years.The bidder shall give an affidavit to this effect.The affidavit must be affirmed before the competent judicial authority or attested by Notary Public.

    16.1 LITIGATION HISTORY: Bidder should furnish litigation history of their firm or group firm (if claimingfulfillment of PQC on group entity terms). The litigation history shall include.i) Arbitration cases pendingii) Disputed incomplete worksiii) Pending civil cases against the firm or its Proprietor/ Partner(s)/ Director(s) involving moral

    turpitude in relation to business dealingsiv) Pending criminal cases against the firm or its Proprietor/ Partner(s)/ Director(s) involving moral

    turpitude in relation to business dealings.v) Punishments awarded under civil cases or criminal cases involving moral turpitude in relation to

    business dealings.All the above documents are required to be submitted along with the Techno-commercial Bid.

    17.0 (i)ENVIRONMENT POLICY (Annexure-XII): The bidder shall ensure that the products manufacturedand supplied by them are manufactured thru Eco-friendly manufacturing processes with efficient useof natural resources and as per the standard statutory environmental norms/ requirement incompliance to NALCOs environment policy.(ii)OHSAS (as per Annexure-XII): The bidder should ensure that the materials supplied by them arefree from any occupational health and safety impact during transportation, handling, installation,commissioning and subsequent use.(iii)SOCIAL ACCOUNTABILITY POLICY (as per Annexure-XII): The bidder should ensure to followthe statutory social accountability norms. The bidders are requested to fill up the Vendor complianceformat for Social accountability enclosed as Annexure-XII

    (iv)ENERGY POLICY(Annexure-XII):The bidder shall ensure to follow statutory norms for energy use18.0 AGM (Mechnical), CHP, NALCO, CPP shall be the Engineer-In-charge and he or his representativeshall be the certifying officer from NALCO for all requirements including Bill payment. He shall be theoverall coordinating officer for the execution of this contract.

    19.0 Any deviation to the NIT to be clearly spelt out in deviation schedule as per AnnexureIII & Annexure-VII. However, it is to the discretion of the NALCO to accept/ reject any or all the deviations andNALCOs decision shall be final and binding for the tenderer on acceptance/ rejection of such tender.

    20.0 NALCO reserves the right to accept any tender in full or in part or to reject any or all tenders withoutassigning any reasons thereof.

    21.0 Complete specifications with relevant Indian/ International Standards, Manufacturer's name/ brandname and country of origin with catalogues and drawings if any should be sent with the offer. Offerwithout adequate technical specifications/ information shall liable to be rejected.

    22.0 No part of the contract nor any share or interest therein shall, in any manner or degree, be

    transferred, assigned or sub-let by the Seller directly or indirectly to any person, firm or corporationwhatsoever without the consent of NALCO in writing.

    23.0 In case Entry Tax is applicable, the same shall be reimbursed to the supplier for supplies made fromwithin the state of Odisha, against certification on Invoice. In case of the supplies coming from outsidethe State of Odisha, Entry Tax as applicable shall be paid by NALCO directly to Sales Tax Authority.Accordingly, for the purpose of evaluation, Entry Tax, as applicable may be loaded before freight incase of supplies to be made within Odisha & in case of supplies from outside the State of Odisha,Entry Tax, as applicable may be loaded after addition of freight element. For supplies coming fromwithin the state of Odisha, NALCO shall issue Form No-E15.

    Confirmation by Bidder/ Tenderer: (Please tick any of the two)1.0 The Standard terms & conditions of NIT from Sl.No.1 to 23 are accepted & confirmed by us.

    OR

    2.0 We accept all the standard terms & conditions of NIT except the deviations to Clauses __________ andthe same has been detailed as per Annexure III of NIT.

    Signature of Tenderer with seal & date

  • 8/12/2019 NIT - Conveyor System BC 113

    8/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 8

    ANNEXURE IIBIDDER COMPLIANCE STATEMENT(AGREED TERMS & CONDITIONS)

    (To be filled in by the Tenderer and submitted along with Techno-Commercial bid)IMPORTANT1. This bidder compliance statement must be filled in against all serial nos. & to be enclosed with the Part-I Bid

    i.e., Techno-Commercial offer. Non submission or submission of incomplete questionnaire may lead torejection of the offer.

    2. All the terms & conditions of NIT along with addendum except to any deviations taken must be given in thisbidder compliance statement itself and not elsewhere in the quotation. The deviations taken in reference to theNIT requirement, if any, must be indicated in Annexure-III & Annexure-VII as applicable. In case ofcontradiction/ conflicting version found by NALCO at different places of quotation, NALCO can choose anyversion or the terms given below shall prevail.

    Sl.No.

    DescriptionsBidders confirmation

    with details

    1. We M/s._________________________ (please specify your company name) haveunderstood the complete technical requirements and scope for BC-113 ConveyorSystem of Coal Handling Plant (CHP) as per Annexure-VI of the NIT.

    2. In case of deviations to technical requirement, please confirm that the same hasbeen mentioned separately as per format at Annexure-VII of NIT.

    3. Confirm that technical data sheets have been attached, wherever required.

    4. LOADING: It may be noted that deviations to terms & conditions shall lead toloading of prices or rejection of offer. Any Deviation to NALCOs requirements shallbe loaded while evaluating and comparing of prices. Accordingly L-1 price shall bederived.

    5. PRICE (as per Clause No.1.0 of Annexure-I):Confirm that the quoted prices arebased on FOR destination point including packing & forwarding.

    (i) If quoted on Ex- works basis, indicate P&F charges in terms of percentage.

    (ii) Indicate dispatching station.

    6. FIRM PRICE:Confirm that the quoted prices are firm and fixed till completeexecution of order

    7. VALIDITY OF OFFER (as per Clause No. 7.0 of General Information to

    Tenderers):Confirm that the offer shall be valid up to 90 days from the bid duedate.

    8. SALES TAX:Indicate the percentage (%) of Central Sales Tax/ Odisha VATpayable extra.

    (i) CST without concessional Form.

    (ii) CST with concessional Form.CST is Payable extra against C Form;E1 Form to be issued by vendor against C Form.

    (iii) VAT without concessional form.

    (iv) VAT with concessional Form.

    9. EXCISE DUTY / CUSTOMS DUTY:

    (a) Indicate present rate of Excise Duty & Education Cess applicable on thesupplies and whether the same is included/ excluded from quoted prices. ED

    inclusive of Cess is payable extra as per rates applicable at the time of dispatch(within PO completion period).

    (b) Statutory increase in Excise Duty & Education Cess beyond contractualdelivery date shall be to Vendors account but in case of any reduction on the sameup to the actual date of dispatch shall be to owners account.

    (c) If ED & Cess is presently not applicable, please confirm that the same shall beborne by the vendor in case it becomes leviable later.

    (d) In case point no.(c) not acceptable, please indicate the maximum rate of ED &Cess applicable on the items for the purpose of loading the same for comparison.

    10. FREIGHT & MODE OF TRANSPORT:

    (a) Equipment to be dispatched by road on freight prepaid basis and on doordelivery basis. Please confirm that a firm freight charge up to site by road is quotedin price bid. Consignee copy of LR to be sent with truck.Consignment may be dispatched by our authorized transporters.

    (b) In case you have not indicated the freight charges separately in the priceschedule, please quote the same in terms of percentage of the quoted price.

  • 8/12/2019 NIT - Conveyor System BC 113

    9/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 9

    Sl.No.

    DescriptionsBidders confirmation

    with details

    11. INSURANCE (as per Clause No. 11.0 of Annexure-I):Insurance of equipment,materials, etc. shall be arranged by the supplier till handing over the completesystem to NALCO.

    Please confirm that insurance as above is included in the quoted prices.

    12. ENTRY TAX:

    (a) Entry Tax, as applicable, shall be reimbursed to the supplier for supplies madefrom within the state of Odisha, against certification on the Invoice.Bidders are

    required to indicate Entry Tax separately if reimbursement is to be claimed. In allother cases Entry Tax on supplied items shall be paid by NALCO directly to TaxAuthorities.

    13. (b) Under E-1 sale basis, necessary Way Bill shall be provided by supplier and theamount of Entry Tax paid shall be reimbursed by NALCO against certification onyour Invoice.

    14. Confirm submission of following documents with offer (as per Clause No. 12.0 ofAnnexure-I):

    1) Valid Excise Regn. Certificate.

    2) Valid Sales Tax Regn. Certificate.

    3) Valid Service Tax Regn. Certificate.

    4) TIN (Tax Identification No.)

    5) Valid WCT registration no.

    6) PAN No.,

    15. Confirm that all taxes, duties and levies of any kind other than as mentioned inyour Price Bid payable up to the stage of handing over of the system to NALCOshall be borne by you.

    16. Confirm that quoted prices are inclusive of all testing charges as required in theNIT

    17. (a) Confirm submission of a copy of Price Bid deleting Price portion in part-I Bid (asper Clause No. 2.1(ix) of General Information to Tenderers)

    (b) Confirm that the quoted prices are strictly as per the price bid format as atAnnexure-IV of NIT

    18. TERMS OF PAYMENT (as per Clause No. 6.0 of Annexure-I): Confirm acceptanceof relevant terms of payment.

    19. DELIVERY & COMPLETION PERIOD (as per Clause No. 7.0 of Annexure-I):Thetotal completion period shall be within 08 months from the date of award of LOI/PO. Confirm acceptance to completion period.

    20. LIQUIDATED DAMAGES (as per Clause No. 8.0 of Annexure-I):Any delay indelivery/ completion shall attract LD at 0.5% value of contract price per week orpart thereof subject to a maximum 5% of the total order value. Confirm acceptanceof LD for delay in deliveries/ execution.

    21. RISK & COST PURCHASE (as per Clause No. 8.1 of Annexure-I): NALCOreserves the right to procure the material from alternate sources at the Risk andCost of the supplier, giving 15 days notice.Confirm acceptance of relevant terms.

    22. Confirm that in case of delay in delivery on account of vendor, if any new oradditional taxes & duties imposed after scheduled contractual delivery shall be tosuppliers account.

    23. TERMINATION OF CONTRACT (as per Clause No. 9.0 of Annexure-I): Confirmacceptance of relevant terms of termination of contract.

    24. GUARANTEE PERIOD (as per Clause No. 10.0 of Annexure-I):18 months fromthe date of last dispatch or 12 months from the date of handing over of system toNALCO whichever is earlier against defective design, faulty materials ofconstruction, poor workmanship and unsatisfactory performance. Please confirm.

    25. CONTRACT CUM PERFORMANCE BANK GUARANTEE (as per Clause No.10.1 of Annexure-I):CPBG for 10% of order value to be submitted against receiptof Purchase Order. Confirm that CPBG as required shall be furnished beforeclaiming of payment.

    26. PRE-DISPATCH INSPECTION & TESTING (as per Clause No.1.03 of Annexure-VI & Clause No.13.0 of Annexure-I) :Confirm acceptance of relevant terms ofinspection & testing

    27. FORCE MAJEURE (as per Clause No. 14.0 of Annexure-I): Only those events ofForce Majeure which impedes the execution of the contract at the time of itsoccurrence shall be taken in to cognizance. Please confirm acceptance.

  • 8/12/2019 NIT - Conveyor System BC 113

    10/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 10

    Sl.No.

    DescriptionsBidders confirmation

    with details

    28. ARBITRATION (as per Clause No. 15.0 of Annexure-I): Subject to BhubaneswarJurisdiction only based on Indian Arbitration Act 1996.

    29. EARNEST MONEY DEPOSIT (as per Clause No. 5.0 of General Information toTenderers): Confirm submission of interest free EMD of `60,000/-

    30. TENDER FEES (as per Clause No. 3.2 of General Information to Tenderers):Confirm submission of `2,000/-

    31. (i) Please confirm that all other terms & conditions including Addendum &

    Corrigendum (if any) issued to this NIT shall form part of the Tender documents.(ii) In case of deviations to the NIT, please mention clause wise comments as perAnnexure-III & Annexure-VII of NIT

    (iii) Please confirm that the deviation to NIT has been mentioned in Annexure-III &Annexure-VII and the deviation has not been repeated elsewhere in the quotation.Please note, if deviations taken to the NIT has been indicated elsewhere in yourquotation shall be ignored.

    32. Import permit/ License, if required shall be the responsibility of the Seller and anyexpenditure towards the same shall be borne by you. Please confirm.

    33. In case of any Imported supply, same to be quoted in INR only. Please confirm thatall variations in Customs duty and Foreign Exchange till complete execution of thecontract shall be to Sellers account.

    34. PRE-QUALIFICATION CRITERIA (PQC) (as per Clause No. 2.0 of General

    Information to Tenderers):Please confirm, necessary documents have beenfurnished to qualify PQC.

    35. Please indicate the total no. of consignments

    36. LIST OF PARTNERS/ DIRECTORS (as per Clause No. 5.0 of Annexure-I): Tofurnish a list of Partners/ Directors and a declaration that such Partners/ Directorshave no interest in any other bidders in respect of the same tender

    37. CRIMINAL PROCEEDINGS (as per Clause No. 16.0 of Annexure-I): Confirmsubmission of Affidavit

    38. LITIGATION HISTORY (as per Clause No. 16.1 of Annexure-I): Confirmsubmission of Affidavit

    39. Please furnish Annual Report containing audited Balance Sheet and Profit & LossAccount for the last 3 years.

    40. Confirm that net worth of your company during the last financial year is positive.41. Confirm that in case of conflicting version of various terms & conditions at differentplaces, Owner can choose any version.

    42. Please confirm that you have not been banned or de-listed by any Government orQuasi Government agencies or PSU.

    43. REJECTION OF OFFER: NALCO reserves the right to reject the offer, in case thebidders past performance in any of the NALCOs previous contract is not found tobe satisfactory.

    44. Bidders are required to quote prices inclusive of Works Contract Tax (WCT),Odisha VAT & Income Tax on Service portions/ Works Contract, etc., if applicable.In case the offer is silent on these points, it shall be deemed that the same hasbeen taken into consideration by the bidder in their quoted prices towards serviceportions. Any variations on the above at a later date shall not be payable on this

    account by NALCO. Liability of WCT, etc. on all applicable service portions shall besolely to Contractors account. Contractor is required to settle WCT, etc. directlywith the Sales Tax Authority without any liability on the part of NALCO.

    45. Please confirm that the products offered by you are manufactured through eco-friendly process with efficient use of natural resources and as per the standardstatutory environmental requirements/ norms.

    Place: Signature:

    Date: Name:

    Designation:

    Seal:

  • 8/12/2019 NIT - Conveyor System BC 113

    11/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 11

    ANNEXURE III

    DEVIATION SCHEDULE TO STANDARD TERMS & CONDITIONS OF NIT(To be filled in by the Tenderer and to be submitted with Techno-Commercial bid)

    If the Bidder has got any deviation from the standard terms & conditions of NIT, bidder shall tabulatethose deviations in this schedule. Please attach more sheets, if necessary. It is confirmed that except those

    deviations, as tabulated hereunder, the complete offer is in agreement with the NIT requirement.NOTE:

    1. Deviation to the standard terms & conditions (Annexure-I) and bidder compliance statement (Annexure-II), if any, shall be indicated only in this schedule.

    2. Deviation listed elsewhere shall not be taken cognizance of and shall be ignored.3. No separate printed terms and conditions shall be considered and shall be ignored.4. In respect of deviations, if any, the Bid shall be rejected without any indications.5. In case of contradiction/ conflicting version found by NALCO at different places of quotation, NALCO

    can choose any version or the bid may be rejected without any indications.

    Sl.No.

    AnnexureNo.

    ClauseNo.

    Page No.of NIT

    Deviation Takenagainst NIT condition

    Reasons for deviation

    SIGNATURE __________________________

    NAME __________________________

    DESIGNATION __________________________

    DATE: BIDDERS SEAL

  • 8/12/2019 NIT - Conveyor System BC 113

    12/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 12

    PRICE BID FORMAT(The bidder is required to submit their offer as per Price Bid format only)Quotation No. _____________________________ Date: _________

    (NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014)

    Sl.

    No.Brief Description (Supply) Qty.

    Unit

    U / M

    Unit

    Rate ()Pkg. &

    Forwarding

    Excise DutyincludingEdu. Cess

    CST

    1.0 Material Code: 99999007940Design, engineering, manufacture, supply, fabrication, assembly,unloading, handling & storage at site, inspection, first fill of lubricants,of BC-113 Conveyor System & related equipments of CoalHandling Plant (CHP) as per Technical Specification & Scope ofwork as at Annexure-VI along with all accessories, auxiliaries andassociated equipment, etc. inclusive of all insurance charges tillhanding over of the system to NALCO.

    01 No.

    Pleaseindicatebothin

    percentage&amount

    Pleaseindicatebothin

    percentage&amount

    Pleaseindicatebothin

    Total (A) =

    Sl.No. Brief Description (Services) Qty. UnitU / M Unit Rate ()2.0 Charges for dismantling of the existing equipments, if any, together with erection (including mechanical

    erection works, structural works, civil works, electrical, instrumentation and control works), first fill oflubricants, testing, commissioning, performance guarantee test of BC-113 Conveyor System &related equipments of Coal Handling Plant (CHP) as per Technical Specification & Scope of workas at Annexure-VI along with all accessories, auxiliaries and associated equipment, etc. inclusive of allinsurance charges, work contract tax, income tax, etc. till handing over of the system to NALCO.

    01 No.

    Total (B) =

    Signature & SeaREMARKS:

    i) The materials quoted confirm to the technical requirement as indicated in Annexure-VI of your tender.ii) The rates have been quoted after going through the NIT requirement.iii) Excise Tarrif Heading ____________________________iv) Our TIN No. _____________________________________v) Dispatching Station _____________________________

  • 8/12/2019 NIT - Conveyor System BC 113

    13/32

  • 8/12/2019 NIT - Conveyor System BC 113

    14/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 14

    ANNEXURE V

    GENERAL INFORMATION OF SUPPLIERS(To be filled in by the Tenderer and submitted with Techno-Commercial bid)

    NAME & COMPLETE ADDRESSOF THE SUPPLIER : __________________________________

    __________________________________

    __________________________________

    NAME OF CONTACT PERSON : __________________________________

    TELEPHONE No. : __________________________________

    FAX NO. : __________________________________

    MOBILE No. : __________________________________

    E-MAIL ADDRESS : __________________________________

    LOCATION OF UNIT : __________________________________

    Signature & Seal of the Bidder with date

  • 8/12/2019 NIT - Conveyor System BC 113

    15/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 15

    ANNEXURE VITECHNICAL SPECIFICATION AND SCOPE OF WORK

    DESIGN, SUPPLY, ERECTION AND COMMISSIONING OF BC -113 CONVEYOR SYSTEM OF CHP

    SCOPE OF WORK; (Design &Supply, Erection and commissioning)

    1.00 Technical Specification1.01 Basic Design Information: The intended BC-113 conveyor system and related equipment is a

    parallel to the existing BC-114 and will be used as a reclaiming route. Bidder to install a suspendedmagnet with suitable specification along with necessary supporting structures on BC 113 and also onBC 114 conveyors. A fire fighting system is to be installed with proposed conveyor BC 113, which willbe connected with the existing fire fighting line, as available in BC114. The interested parties are tovisit the plant before quoting and understand safety hazards and safety measures to be taken whileexecuting jobs at site before submitting the quotation.Site Design Data:

    Atmospheric Pressure 995.5 mbar

    Maximum dry bulb temperature 44.7 deg. C

    Minimum dry bulb temperature 9.4 deg. C

    Max. wet bulb temperature 29.0 deg. C

    Min. wet bulb temperature 14.0 deg. CMax. relative humidity 83

    Min. relative humidity 26

    Heaviest rainfall in 24 hours 257.3 mm

    Prevailing wind direction is West

    Predominantly from North west

    Max. Wind speed 180 km/hr

    Latitude 20 51 min N

    Longitude 85 12 min E

    Altitude from mean sea level 97m

    Susceptibility to Earth quake Zone-II and Zone-III as per IS:18931.02 DESCRIPTION, DESIGN & CONSTRUCTION DETAILS1.02.1 Description of the proposed system: The complete conveyor system as described herein shall be

    adequate for handling the coal and should able to run as a standby to the existing BC-114 conveyor.TECHNICAL SPECIFICATION FOR PROPOSED CONVEYOR BC 113

    a) Conveyor:-The conveyor power and tension will be calculated as per IS:11592. The motor rating ofall conveyors will have a minimum margin of 10% over the BKW. Conveyor capacity 800 TPH. Thebulk density of the material has to be considered as: Coal 0.8 t/cu. Mtr for volumetric calculation.The belt speed will be 3 mtr/sec.

    b) Belt: -Belting shall be designed for heavy duty condition and shall be suitable for 24 effective workinghours operations per day and 365 working days per year. It shall be suitable for installation overconveyor system having 35

    o troughing angle and shall be suitable for operation at an ambient

    temperature of 50oC. It shall have sufficient resistant against exposure to open sunlight so that its

    qualities do not deteriorate while working in open sun. It also may have to work in rain and / or in

    conditions where relative humidity goes up to 100%. The fabric for belting shall be of Nylon/Nylonheavy duty type. The belting shall be pre-stretched, straight ply, skin coated with open ends. It shallhave sufficient strength to give required tension at 10 safety factor and 80% tension utilization. Thebelt shall have sufficient lateral flexibility so that it suits the troughing angle requirements even when itis empty. The belt shall have sufficient longitudinal flexibility so that it can easily flex around differentpulleys of the conveyor system. The belt shall have sufficient impact resistance to withstand impact atthe loading points. The edge shall be of cut edge construction. The top Cover 5mm, Bottom cover 2mm, Cover Grade 630/3 Grade M24 Rubber) as per IS 1891 Part-1.Belt width will be 1000 mm.

    c) Idlers:-Three roll inline troughing idlers (Confirming to IS: 8598 1987, Reaffirmed in 1993) of equallength shall be used throughout. The angle of inclination of side rollers to horizontal shall be 35

    o.

    Troughing as well as return idlers shall be of reputed make and manufactured out of heavy dutyseamless tube/ ERW tubes as per IS:9296-1983. Spindle-Class 4, IS:1875-1992. Frame-Rolled

    section. Troughing Idlers -in line equal rolls. Idlers shall be of drop-in-slot type. The eccentricity(diametrical run out) of troughing and return idlers shall not exceed + 0.8 mm. Minimum shellthickness of idler tube shall be 4.5 mm. All idlers shall be fitted with either heavy duty deep grooveball bearings or seize resistant ball bearings. The bearings shall be held positively on the shafts.

  • 8/12/2019 NIT - Conveyor System BC 113

    16/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 16

    Multi-labyrinth seals shall be used for retention of grease. All bearings shall be greased and sealedfor life against ingress of dust, water and escape of grease. All bearings shall be rated for minimum40,000 working hours. Bearing Taper roller bearing/ deep groove. Bearing housing of idler shall bemade of pressed steel of CRCA sheet press fitted and preferably be welded with idler tube. Self-aligning troughing and return idlers with vertical guide rollers shall be of above specified construction.All self-aligning idlers shall be provided with grease lubricated anti-friction bearings at pivot points. Allgrease fittings shall be of the button head type or equivalent and shall be accessible from thewalkway side of the conveyor by piping. The rings or disc for impact idler shall be made of rubber.Roll dia (OD) for Carrying/Return: 139.7mm (outer dia), Impact: 190/89 mm for all conveyors (rubber

    disc OD/ Steel tube OD)d) Pulley:-All pulleys (Face width as per IS: 8531 1986, Reaffirmed in 1993) shall be of welded steel

    construction, stress relieved before boring and machining and statically balanced. Solid end discsshall be designed and provided to give maximum strength. Shell thickness of the pulley shall besuitable for taking bending loads on the pulley. This shall not be less than 16mm for drive pulley and12 mm for tail and other pulleys. Drive pulleys shall be covered with minimum 12mm thick diamondrubber lagging. Tail, bend and take-up pulleys shall be covered with minimum 10 mm thick diamondrubber lagging. The depth and width of the grooves in the lagging shall be 6 mm spaced at 30mminterval. The eccentricity of pulley shell shall not be more then + 0.5% of the diameter prior to lagging.Drive pulleys shall be machined at steel faces prior to lagging. Shore hardness of rubber for drivepulleys shall be not less than 55 deg A and for other pulleys shall be not less than 45 deg A. Allpulleys shall be statically balanced to minimize the vibration during running. All pulleys shall be

    connected through the shaft through key type locking arrangement. Pulley shaft deflection at hubshall be maximum 8 minutes. Pulley shaft material shall be steel, class 4 as per IS: 1875-1992. Pulleyshell material shall be MS conforming to IS: 2062.Pulley hub material shall be IS:2830 (slab)/ 20 C8as per IS: 2004.Pulley diaphragm material shall be MS confirming to IS: 2062. Pulley shafts shall besupported on self-aligning double row spherical roller bearings with adequate sealing and externallubrication arrangement in plumber blocks. One bearing for each shaft shall be fixed to prevent anymovement of the shaft assembly and the other bearing shall be floating to have free axial movement.All lubricating nipples shall be readily accessible without removing the guards. All plumber blocksshall also have four mounting bolts.

    e) Belt Cleaners:- One torsion arm type polyurethane blade primary scrapper and one sprung loadedblade type tungsten carbide tip, secondary belt scrappers at discharge pulley. V plough type internalscrapper shall be provided for each conveyor and belt feeders shall be provided with diagonal type

    internal scrapper at both ends.f) Conveyor Drive Uniti) Gear Reducers:-The gear box mechanical rating shall be 1.5 times of shaft power. The conveyor

    shall be provided with roller type hold back integral with gear box. Gear boxes will be helical type.Housing of gear box shall be made of cast iron housing of FG 260 as per IS: 210. Conveyors shallbe driven through totally enclosed oil-cooled reduction gearing having anti-friction bearings withoil seals at shaft projection. These shall be suitable for continuous operation at full load and shallbe suitable for shock loads.

    ii) High Speed Coupling:-Fluid couplings shall be used between motor and gear-box and Flexiblecouplings shall be used between gear-box and drive pulley. The hub and sleeves of the gearedcoupling shall be of forged C-40 steel and bolts shall be of alloy steel. The hub teeth shall be oftriple vary crown design. All coupling bolts shall be replaceable without shifting of drivecomponents. The service factor for selection of flexible coupling shall be minimum 1.5 times onthe motor rating.

    g) Conveyors Structural1. Take up:-Gravity type take up will be provided with counter weights. Take-up travel shall be as

    per IS:4774 (part-I) and it shall be complete with pulley carriage suitable for guide structure.Suitable hoisting arrangement shall be provided to handle cwt. Weight. Metallic counter weightshall be used.

    2. Skirt Board:- Length of skirt board shall be minimum 4000 mm per loading point. The skirt boardside plate shall be 10 thick MS with 10 thick SAIL HARD/LSLAS -07 as liner and top cover shallbe 3mm MS. The arrangement for fixing rubber curtain and PU board (min 15 thick) shall be usedfor side sealing so as to ensure quick adjustment. The thickness of rubber curtains shall beminimum 10mm. PU lock shall be in segments and the design shall ensure automatic adjustmentof block for proper sealing. Shore hardness of skirt rubber shall be min 55 degree.

    3. Deck Plate:- Deck plate of 3.15mm thickness shall be provided for at feeding point (minimum 15mtr length)

  • 8/12/2019 NIT - Conveyor System BC 113

    17/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 17

    4. Stringer:-conveyors will have stringer of minimum size ISMC 125. Short support size of ISMC 125 or as in BC114.

    5. Chutes / Discharge Hoods:-At Impact and wearing surfaces -10mm thick MS plate with 10mmTISCRAL/ SAIL HARD/ equivalent Liners. At non impact and non wearing surfaces, 10mm thickMS plate as per IS: 2062

    6. Safety Switches:Pull Chord switches:- Pull chord switches will be provided for emergency stoppage of conveyor.The first switch will be about 4000mm away from the driving drum and subsequently at not morethan 30m interval. The pull wires shall run along the hand railings on conveyor walk ways. All pull

    chord switches shall have individual local indication lamps to indicate when operated.Belt sway switches:- Belt sway switches will be provided on each conveyor for protection againstexcessive sway of the belt. A pair of switch will be installed near the head end and a pair near thetail end and a pair of switch will be installed at 100m interval thereafter. A pair of these switchesshall also be provided before the belt weighing scales.Zero speed switches:- ZSS has been considered non contact type under speed switches will beinstalled for all conveyors at the tail end of the conveyors. The under speed which will have aindicative proximity sensor with IP 65 protection and a local controller having 2 no + 2 no contactoutput. The controller will have a initial bypass timer to prevent tripping during starting ofconveyor.

    7. Control Junction BoardThe control junction box will be made of 2mm thick galvanized sheet steel enclosure suitable for

    wall/ column mounting having IP 65 degree of protection. Requisite number of 10A copper elmextype terminal blocks as specified below for various types of control junction box will be suppliedon DIN rail in the junction box. Detachable gland plate will be provided at top and bottom of thebox. The control junction boxes will be of different sizes suitable for terminating incoming multicore, PVC armoured control cable of copper conductor and multi core, PVC copper cable atoutgoing side. Local control station will be provided for all the HT/LT drives located near themotors. Local stations shall have cast aluminium body, dust and vermin proof and structuremounting. Start and stop push button will be mounted on front hinged gasketed and lockabledoor. Local/remote selector switches will be provided on local control station. Stop push buttonwill be lockable type. In addition, digital ammeter will be provided on local control station for HTdrives. Suitable knockouts with glands will be provided on the bottom or top cover for cable entry.Terminals will be suitable for 2 cores of 2.5 sq.mm conductors with 10% spare terminals.

    Enclosure will be confirming to IP 55 with proper rain canopy.8. Suspended magnet:- The Suspended magnet shall be 7 kw, Air cooled type, Working height:400mm, Make: Electoral, Powerbuild, Elektromag, Magnetic Corporation of India.

    9. Electrical Requirement:- The proposed work should be designed keeping in view the existingPCC/ MCC capacity with regard to electrical loading, and numbers & the ratings of PCC/ MCCfeeders. The bidder must review the existing electrical system of CHP and design their Conveyorsystem accordingly to match them. If any modification/ addition of electrical system are required,the same has to be supplied, erected & commissioned within their scope & quoted price.

    10. All the above mentioned items include mechanical, electrical & C&I requirements and civil worknecessary for the renovation work. All other items which are not mentioned above but required forthe system are to be provided by the vendor. The vendor have to carry out the necessarymodification to the existing system, while the system is in operation in full or part.

    SPECIFICATION OF BC-114

    SlN Particulars Specification01 Location TP-5 to JH-5

    02 Conveyor No. BC-114

    03 Capacity Design/ Rated (TPH) 960/800

    04 Belt width (mm) 1000

    05 Belt speed (m/sec) 3

    06 Tripper Fixed/ movable -

    07 Horizontal c/c (mm) 48400

    08 Lift (mm) 10006

    09 Max. working tension (T1 KN) 23.92

    10 Slack side tension (T2 KN) 8.73

    11 Tail tension (T3 KN) 8.73

    12 Belt Designation 630/ 3

    13 Top/ Bottom cover 5/2

    14 Cover grade , Fabric M24 , N/N

  • 8/12/2019 NIT - Conveyor System BC 113

    18/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 18

    15 All toughing idlers Except impact Dia 139.7

    16 Impact Dia 190

    17 Troughing angle Degree 35

    18 Motor Rating KW/ RPM (SYN) 55/1500

    19 Reducer Ratio 10:1

    20 Hold Back Yes

    21 Zero Speed Switch Yes

    22 Pull cord switch Yes

    1.02.2 General Condition Requirements1) The scope of work shall include design, engineering, manufacture, fabrication, assembly, testing &inspection, packing & forwarding, dispatch, transportation, transit insurance charges, delivery up toNALCO site, unloading, handling and storage at site, insurance charges during storage, erectionsupervision, testing, inspection, commissioning, guarantee testing and up to handing over of thesystem to NALCO including all electrics and standard accessories for BC 113 Conveyor system &related equipment of CHP-1 of CPP, NALCO.

    2) The scope of the Tenderer shall be deemed to include all such items which although are notspecifically mentioned in the specification, but are needed to make the equipment complete in allrespect for its safe, reliable, efficient and trouble free operation. The items after complete erection areto be painted as per the instruction of Manager in charge.

    3) The scope also includes erection and commissioning of all the equipments and accessories of BC113 conveyor systems. All electrical from existing control room to conveyor drive along with

    installation of necessary safety devices and interlocks are also included in the scope of work. Thecomplete system should able to run from our existing PLC/present system, all required hardware andsoft ware is included in the scope of work to make the system complete.

    4) Existing civil inserts are available at site for proposed conveyor BC 113. Vendor may use the existinginserts with required modification. All other civil work connecting to the said project is included in thescope of the bidder. Bidder should visit the site to ascertain the scope of civil work involved beforetendering.

    5) Vendor to install a suspended magnet with suitable specification along with necessary supportingstructures on BC 113 and also on BC 114 conveyors.

    6) The proposed conveyor BC 113 is a parallel to the existing conveyor BC 114 and hence for easyinventory maintenance, tenderer should match the specification as best possible to BC 114 or as perthe direction of Manager-In-charge. A fire fighting system is to be installed with proposed conveyor

    BC 113, which will be connected with the existing fire fighting line, as available in BC114.7) The Vendor shall provide guarantee towards the performance of the conveyor BC 113 and its

    components. Guarantee shall commence from the date of satisfactory commissioning of the totalsystem. If any parts found defective which have been supplied by the vendor will have to be replacedfree of cost during the guarantee period.

    8) Vendor shall be responsible for the safe custody of the equipments till the successful commissioning& handover of the system. Any damage or defects till the system is handed over shall be replaced/repaired by the vendor without any extra cost.

    9) The intended BC-113 conveyor system and related equipment is a parallel to the existing BC-114 andwill be used as a reclaiming route. The interested parties are to visit the plant before quoting andunderstand safety hazards and safety measures to be taken while executing jobs at site beforesubmitting the quotation.

    10) Any other equipments, accessories/ component not specifically mentioned but necessary for theeffective, efficient and smooth operation of the plant to meet the guaranteed performance.Note :- To understand the system better the bidder may visit our site before submitting the offer and

    can take a Look at the present system. The bidders are advised that before submitting theirbids, they should vis it the site and fully understand and acquaint themselves with the existingsystem in operation at p resent and understand completely their scope of work.

    1.03 INSPECTION, ERECTION, TESTING, COMMISSIONING AND HANDING OVER- All equipment covered under this specification shall be subject to inspection and test by the Owner

    during manufacture, erection and commissioning. The approval of the Owner or passing of suchinspection or test shall not, however, prejudice the right of Owner to reject the equipment if it does notcomply with the specifications when erected or does not give complete satisfaction in service. Thecost of all such tests shall be borne by the vendor.

    - The Vendor shall prepare and submit detailed quality plans for all items/ components/ equipmentsbeing manufactured/ supplied by them or their sub-Vendor for this specification setting out the variousstages of manufacture, the quality practice procedures to be followed by them, the relevant referencedocuments/ standards, acceptance level, inspection documents raised, etc. Any tests, necessary from

  • 8/12/2019 NIT - Conveyor System BC 113

    19/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 19

    operation, safety and reliability point of view shall be included and shall be to the approval of theOwner.

    - The Vendor shall conduct all tests required to ensure that the equipment furnished shall conform tothe requirements of this specification and in compliance with the requirements of the applicablecodes. The particulars of the proposed tests and the procedures for the tests shall be submitted toOwner for approval before conducting the tests.Site Tests:- The Vendor shall prepare and submit detailed quality plans for each equipment underthis specification from the receipt of material at site, during storage, erection, pre-commissioning tofinal commissioning of the plant. These procedures shall necessarily include all check/ tests

    conducted at site for preservation, assembly, alignment, positioning of the equipment, foundationpreparation, welding/ bolting, heat treatment, non-destructive examination, hydraulic test, runningtest/ trial run test, performance test etc. The above shall be discussed and finalized with the Owner.The Vendor shall also furnish detailed quality procedures proposed by him for storage, preservation,painting, hydraulic test, air tightness test, performance test etc. to' the Owner. The same shall bediscussed, finalized and approved by the Owner/s before the commencement of respective site testsand such approved copies shall be submitted in six copies.Codes and standard:- All equipment, system and works covered under this specification shallcomply with all latest statutes, regulations and safety codes as applicable in the locality where theequipment shall be installed.

    - All requirements of Indian or equivalent international standards shall be adhered to. In the event ofany conflict between the requirements of the equivalent codes and standards, the latter shall govern

    unless specified otherwise in the specifications.- All electrical equipment supplied shall comply with the latest revision of the Indian Electricity (supply)

    Act, Indian Electricity Rules, Indian Standards (IS) or International Electric Technical Commission(IEC) Publication and also within the statutory requirements of the Government of Orissa as regardssafety, earthing and other provisions specified therein for installation and operation of electricalequipment.

    - The design in general for all foundations, civil structures and facilities shall conform to the latestIndian Code of Practice or recommendations of the standard civil specifications. The design ofstructural steel work shall conform to the relevant latest Indian Code of Practice or recommendationsof standard structural steel specification.

    - It shall be the responsibility of the Vendor to obtain the necessary approval of the concernedInspecting Authority for the design and design calculations, manufacturing and erection procedure.

    Necessary statutory fees for the same have to be paid by the Vendor till commissioning of the plant.- Design not meeting the above stipulations of the codes and standards shall not be acceptable.Design: The design, manufacture and performance of the equipment shall comply with therequirements of all applicable codes of IS/ BS/ ANSI/ DIN. All the referred codes shall be of latestversion.The equipment shall be designed as per design criteria given below. Hierarchy ofSpecificationsa) Technical Specificationb) General Technical Specification (GTS)c) Inter Plant Standard for Steel Industries (IPSS)d) Indian Standard (IS).e) Indian Electricity Rules & statutory requirements of Central Govt. and State Govt.Equipment complying with other recognised Standards such as IEC, BS, VDE, and IEEE will also beconsidered if it ensures performance equivalent to or superior to Indian Standards. The components

    and materials used and the equipment supplied shall conform to high standards of design,engineering and workmanship and shall be suitable for efficient operation and reliable service in CoalHandling conditions

    1.04 ERECTION PROCEDURE1. Clean up, assembly and installation:- All the foundation bases shall be cleaned by water and

    compressed air to expose the surface. The top of the concrete foundations shall be thoroughlycleaned with air or air and water-jet by the Vendor prior to placing of equipment on foundations.Concrete surface shall be roughed up by chipping uniformly and the surface shall be washed cleanwith jet of water to remove fine dust. The Vendor shall place bed plates, cover plates, sole or sub soleplates on the foundations and shim up until the equipment is in level as checked with precisionmachinist's levels, required, shall be furnished by the Vendor and used in sufficient numbers to avoidunsupported spans with any perceptible deflection.

    2. Alignment, Lining, Levelling and Grouting:- The machined base shall be cleaned with a solvente.g. kerosene. The equipment shall be placed over the base plate taking care of the foundation bolts.They shall be then aligned with reference to the axes and levelled with the help of shims or any othersuitable devices.The lines, levels and alignments of all installed equipment and structural steel work

  • 8/12/2019 NIT - Conveyor System BC 113

    20/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 20

    shall be ensured to be within such tolerances as are recommended in the respective equipmentmanufacturer's instructions.

    All required adjustments shall be made by the Vendor as directed by the Equipmentmanufacturer. The Vendor shall make permanent datum marks on the floors/ permanent structuresafter installation of all equipment. The marks shall be subject to inspection by the Owner site engineerand are intended to ensure proper alignment and levelling of equipment during reassembly aftermaintenance/ overhaul, etc.

    All motors and driven equipment shall be accurately levelled and aligned to requiredtolerances. Equipment shipped with motor mounted, shall be rechecked and realigned, if necessary.

    Alignment, levelling, coupling connections, etc. and final certification for alignments and erection shallbe responsibility of the Vendor and is included in Vendor's scope.

    After the equipment/ structure, etc. has been installed, lined, levelled and aligned, thefoundation bolts shall be pulled up tightly and the equipment shall be grouted with shrimkomp grout(ACC make) and grouting cured for seven days by the Vendor. When the grout is thoroughly cured asaforesaid, the alignment shall be rechecked if required. All grouting material including shrimkompgrout shall be supplied by the Vendor.

    3. Erection of Equipment:- The erection of equipment covered under this section shall include but notlimited to the main mechanical equipment, interconnecting various utility and process piping includingpipe fittings, valves, flow measuring devices supports, piping for services from Owner's limits ofsupply to consumer points and fire hydrants systems, if any, drives for above, miscellaneousstructures, safety devices such as guards, handrails, cross-over, etc. The Motor, Gear boxes,

    Stringer, GTU must be aligned and erected with special care. During tightening of foundation bolts,twisting of frames shall be avoided.. Equipment shall be grouted only after obtaining clearance fromthe Owner. All protective guards, hand railing, ladders, platforms, etc. around electrical equipmentsupplied by mechanical equipment supplier shall be erected by the Vendor. The Vendor shall carryout modifications on base frames/ support frames of mounted electrics supplied by mechanicalequipment supplier, if required. All modifications/ adjustments required on striker arms for limitswitches and positioning of limit switch bases, etc. for proper operation shall be carried out by theVendor. All drives shall be lubricated as instructed in the manufacturer's instruction manual. In thecase of non availability of a particular type of lubricant, equipment supplier's written concurrence shallbe obtained by the Vendor. All horizontal and vertical rotating equipment shall have their primingconnections. Cooling water supply to bearings, lubrication piping to bearings, stuffing box jacket andsealing glass checked to ensure free passage there to. All lubricants used for lubrication shall be as

    indicated in the Equipment Manufacturer's instructions/ drawings. All lubricants for initial fill shall besupplied by the Vendor and the price quoted should include the same.4. Erection of Pipe Work:- This section covers site fabrication, erection, cleaning, testing, purging/

    flushing, cleaning, insulation, painting and commissioning of pipe work and associated structuresincluding hangers, and support assemblies.The pipe work covered under this section shall include internal pipe work for the plant and equipmentincluding interconnecting pipe work between different units/ systems of plant offered as well asconnection to Owner's utility services and return water system.

    5. Welding:-The Vendor shall arrange at his cost all tools, plant, welding transformers, instrument andconsumable including any Acytelene and oxygen gas cylinder, welding electrodes for electric arcwelding and filler rods, fluxes etc. for gas welding for carrying out the welding at site. Welding shall becarried out as per relevant international code in view of withdrawal of Indian Standard, IS: 823 until invogue. The Vendor shall arrange at his own cost for all tests outlined in the specification and any

    other test indicated by the equipment manufacturer/ Owner from time to time during the progress ofwork. Following steps shall be taken by the Vendor, besides controlling quality in general, to makeeffective control in carrying out welded joints.

    a) Welding procedures shall be prepared in line with IS: 7307 (Part-I) -1974, reaffirmed in 1991 andtests shall be carried out to quality procedures. Number of procedures shall depend on variables likepositions of welding, thickness range etc. Once a welding procedure is qualified, strict adherence to itshall be made during actual welding.

    b) Welders employed shall be qualified as per IS: 7310 (Part-I)-1974, reaffirmed in 1987 after passingnecessary tests.

    c) Welding consumable shall be of approved type. Such consumable are, however, subject to qualifyinginitial check tests as per IS 814-1991.

    d) The Vendor shall strictly follow approved welding procedures during actual welding. Besides, the

    following stages of inspection shall also be carried out:i. Weld edge preparation before welding, proper fit up, position of welding, cleaning of slag

    between the passes, proper weld profile etc., shall be checked visually, amongst others.

  • 8/12/2019 NIT - Conveyor System BC 113

    21/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 21

    ii. Non-destructive tests of weld of welded joints shall be carried out as per approved procedures/drawings.

    e) The Vendor shall prepare the edge correctly to the shape, size and dimensions of the vee-grooves asper ANSI B-16.25 unless otherwise specified in drawings/ documents. The welding surfaces shall besmooth, uniform and free from fins, teers, notches or any other defect which may adversely affectwelding and shall be free from loose scale, slag, rust, grease, paint, moisture or any other foreignmaterial. The clean surface shall extend to about 10mm beyond the welding faces to avoidcontamination of the weld metal with foreign material and to avoid unsound weld deposit.

    6. PAINTING:- This chapter covers the materials, tools, facilities and quality requirement for surface

    preparation and painting of steel works, equipment, piping, ducts, chutes, etc.The term "painting"referred herein covers rust preventive, preventive and decorative coating along with surfaceprotection of the Equipment. Surfaces made of aluminium, brass, bronze, stainless steel, cast ironand other corrosion resistant alloys are not required to be painted unless specified except foraesthetic purposes or for identification bands. All machined mating surfaces (e.g. flanges) shall beproperly cleaned, greased and protected before despatch. All the above Paint coats shall be of qualitypaint products and of approved make as stipulated in this specification. The work shall also includesupply of all paint materials as per specification described herein and of approved quality.SURFACE PREPARATION:- Surface preparation being a pre requisite for any paint application, shallbe such as to clean the surface thoroughly of any materials which shall be conducive to prematurefailure of the paint substrate. All surfaces shall be cleaned of loose substances and foreign materials,such as dirt, rust, scale, oil, grease, welding flux, etc. irrespective of whether the same has been spelt

    out in the standards in order that the prime coat is rigidly anchored to the virgin metal surface. Thesurface preparation grade of Swedish Standards Institution SIS - 055900 or DIN 55928 (Part 4) or BS4232 or IS: 1477 (Part I).The acceptable surface preparation quality/ grade are described under eachpainting system. The procedures covered are solvent cleaning, hand tool cleaning, power toolcleaning and blast cleaning.PAINTING:- Primer paints shall be applied only on dry and clean surface - Zinc Phosphate (primer).Intermediate paints shall be applied over primer coats as an intermediate layer to provide weather-proof seal of primer coats compatible with Primer. Finish paint coats shall be applied over primercoats and intermediate coats after proper cleaning and touch up of primed coats.A two pack airdrying Poly urethanes enamel suitably pigmented.PAINT APPLICATION:-Paint shall be applied in accordance with manufacturer's recommendations.The work shall generally follow IS 1477 (Part II).Paint shall not be applied when the ambient

    temperature is 5 deg. C and below. Also paint shall not be applied in rain, wind, fog or at relativehumidity of 80% and above. Each coat of paint shall be continuous, free of pores and of even filmthickness without thin spots. Each coat of paint shall be dry sufficiently before application of next coat.The colour code to be followed during painting shall be decided by NALCO. All flanges, fittings, valvesand other accessories shall be painted with paint having the same identification as that ofcorresponding pipelines. Flanges shall be painted on the circumference. All equipment and partssusceptible to corrosion by exposure to moisture shall be thoroughly protected against damage duringtransit and storage.

    1.05 DATA, DRAWINGS & INFORMATION TO BE SUBMITTED WITH THE OFFERThe Vendor's formal proposal must be accompanied by, but not limited to, the following drawings/information and documents as required for all the basic components of the plant and the plant as awhole specifically indicating the limits of supply as applicable. General arrangement drawingsindicating outline dimensions, constructional features, space required for operation and maintenance

    and weight of equipment, pipe/ cable connections, materials of construction of following equipment.- Stringer post- GTU- Drive- Suspension Magnet- Spray water- Proposed overall layout of the plant with outline dimensions and pipe work as applicable.

    1.06 DATA DRAWINGS AND INFORMATION TO BE SUBMITTED AFTER AWARD OF CONTRACTThe successful Bidder shall submit the consolidated list of various drawings indicating schedule dateof submission and approval within one month after award of contract. Vendor shall submit requiredcopies of drawing, documents, calculation data information etc to NALCO. Vendor shall resubmit thedrawing after the incorporation of comments to NALCO within 15 days for approval. The actual

    schedule of these data/ drawings shall be discussed and mutually agreed to, between the Owner andthe successful Bidder before the issue of Letter of Award of Contract. All technical data/informationalready furnished shall be confirmed. Technical details not included in the tender or revision of any

  • 8/12/2019 NIT - Conveyor System BC 113

    22/32

    NIT No: CPP/MMP/304/3000002091/900001912 dt.03.04.2014 Page 22

    data furnished earlier must be submitted for the approval of the Owner before start of correspondingwork. Following drawings & documents shall be furnished:-- General arrangement and cross sectional drawings of all equipments indicating major

    components with bill of material.- Single line flow and P&I diagram, showing all equipment, piping, valves, fittings, Controls &

    Instrumentations etc, suitably tagged for better identification. Scope of supply shall also be clearlymarked.

    - Foundation design data for all equipment. Support loading data at each hanger location shall alsobe indicated.

    - Layout of the systems sub-systems, equipment & plant as a whole indicating generalarrangement and cross section. The layout shall include for all the cross country piping, in-plantpiping as applicable and also area utilisation plan during the construction period.

    - List of sub-suppliers for major bought out items for approval by the Owner.- Erection drawings for all equipment and structures showing complete erection details.- Engineering and design calculations of installations and units as required by the Owner.

    1.07 Performance Tests & Guarantee Parameters:-After the equipment are completely erected at site,each item/ equipment will be thoroughly inspected for correctness and completeness of theinstallation and they shall be subjected to final tests as to performance and guarantee to be carriedout in the presence of Contractor and the Purchaser to demonstrate that the performance of theequipment conforms to relevant standards and specifications and meet the requirements as given inthis specification. The tests/ checks to be conducted shall be generally as under:

    1. For each equipment, the load test shall be conducted for run for 8 hours continuously(cumulatively) at load of the rated capacities or at rate mutually agreed upon between Contractorand Purchaser. The belt should not run off-centre and spillage.

    2. Proper operation of all positional limit switches for conveyor and all safety switches for conveyorslike pull cord switch, zero speed switch etc. shall be demonstrated by the Contractor in thepresence of Purchaser.

    3. During operations of the equipment at no load and at full load, performance of all the drives shallbe checked in respect of current drawn by the motors, temperature rise, vibrations, gear boxnoise and its heating, bearing heating etc. consumption of power and various consumptions likelubricants etc. shall also be measured and compared with the respective rated values.

    4. Any other observations/ tests felt necessary for judging the performance of the machines andmutually agreed between Contractor and Purchaser shall be carried out.

    5. If during the test runs, there is an interruption exceeding 2 hours due to any cause other thanpower failure or shortage of input materials for which the Purchaser is responsible, the test runshall be discontinued and fresh date shall be decided mutually by both the parties.

    6. The equipment shall be considered to have performed satisfactorily wheni) Rated capacity of equipment is demonstrated with all its drives and accessories functioning

    properly over a minimum period of Eight (8) hours.ii) It runs successfully for a continuous period of 15 days at the rated capacity

    1.08 COMPLETION PERIODfor Supply, Fabrication, Installation, Commissioning, Testing, etc.):1.08.1 For SUPPLY:-Supply of all materials along with all its accessories of the total system up to NALCO,

    CPP site shall be made within 04 Months from the date of award of LOI/ PO.1.08.2 For DISMANTLING, ERECTION, COMMISSIONING, TESTING, etc.:- Fabrication, installation,

    erection (including mechanical erection works, structural works, civil works, electrical, instrumentation& control works), first fill of lubricants, commissioning, performance testing, etc. till handing over of the

    com