tender specifications for handling systems (i.e15ton normal, dg eot · 2019. 8. 27. · 1.4. the...

65

Upload: others

Post on 10-Sep-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents
Page 2: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

1 | P a g e

Tender Specifications for Handling Systems (i.e15to n normal, DG EOT Crane with VVVF dual drive system) for Hardware Sto rage Building-II

Proposal Document, Clarification & Addendum:

Quotations are invited from the interested tenderers for the enclosed scope of work in two

part bid.

Part-1 Technical & Un priced Part of the Work and Part-2 Priced Commercial Part.

Only experienced Tenderers who are qualifying in bi d-qualification criteria given in Annexure-A only should quote .

Title of the proposal: “ Design, manufacture, supply, erection, testing and commissioning of Normal, DG top running with VVVF Dual Drive system 15 t EOT crane 01 No. (as per IS 3177 and as per IS:807 with latest amendments)

Date of online tender Notification issued by ISRO: As per online notification Last Date of downloading tender Document by tendere r: As per online notification

Last date of submission of tender documents in onli ne by tenderer: As per online notification

Last date of Bid sealing in online by ISRO: As per online notification

Last date for giving open authorisation in online b y tenderer: As per online notification

A. Proposal Document

1.1. Tenderer shall sign & stamp each page of the tender document (RFP) as token of his

acceptance and submit the same along with his offer.

1.2. Proposal documents shall remain the property of SDSC SHAR and shall not be used

for any another purpose without the consent of SDSC SHAR.

1.3. The proposal shall be completely filled in all respects and shall be tendered together

with requisite information & Annexure. Any offer incomplete in any particulars is liable

to be rejected.

1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required

documents shall be up-loaded in ISRO e-procurement website.

1.5. The Proposals shall be submitted on-line before the time limit for bid submission

specified in the Letter Inviting Bid.

1.6. Supplier shall submit the open authorisation on-line within the time limit specified in

the Letter Inviting bid.

1.7. The Proposal will be opened on the date and on the time specified in the Letter

Inviting Bid online or as soon thereafter as convenient. Proposal not received in time

will not be considered.

1.8. Tenderers shall set their quotations in firm figures and without variations/additions in

the terms of the Proposal documents.

Page 3: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

2 | P a g e

1.9. AMBIGUITY

Should there be any ambiguity or doubt as to the meaning of any of the tender clause/condition or if any further information is required, the matter shall be immediately brought to the notice of Head, Purchase & Stores of SDSC SHAR in writing.

B. Preparation of Bids Site Visit

Tenderer is advised to visit & examine the site and its surrounding to familiarize himself

of the existing facilities & environment and shall collect all other information which may

be required for preparing & submitting the Bid and entering into the contract. Claims and

objections due to ignorance of existing conditions or inadequacy of information will not

be considered after submission of the Bid and during implementation.

Validity of Offer

Bid shall remain valid for acceptance for a minimum period of 4 (four) months from the

due date of submission of the Bid. The Tenderer shall not be entitled during the said

period to revoke or revise his Bid or to vary the Bid except and to the extent required by

SDSC SHAR in writing. Bid shall be revalidated for extended period as required by

SDSC SHAR in writing. In such cases, unless otherwise specified, it is understood that

validity is sought and provided without varying either the quoted price or any other terms

& conditions of Bid finalized till that time.

Cost of Bidding

All direct and indirect costs associated with the preparation and submission of bid shall

be to Tenderer's account and SDSC SHAR will in no case be responsible or liable for

those costs, regardless of the conduct or outcome of the bid process.

Applicable Language/ measurements

The bid and all correspondence incidental to and concerning the bid shall be in the

English Language. For supporting document and printing literature submitted in any

other language, an accurate English Translation shall also be submitted. Responsibility

for correctness in translation shall lie with the Tenderer. All the measurements shall be

given in metric system.

Arrangement of Bid

The Bid shall be neatly presented on white paper with consecutively numbered pages. It

should not contain any terms and conditions which are not applicable to the Bid. The Bid

and all details submitted by the Tenderer shall be signed and stamped on each page as

token of acceptance, by a person legally authorised to enter into agreement on behalf of

the Tenderer. (Corrections/ alteration, if any, shall also be signed by the same person)

Page 4: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

3 | P a g e

General Terms and Conditions 1. Introduction

The tender consists of two part bid.

Part – I: Technical and Unpriced Commercial Part

Technical and unpriced commercial part shall comprise the attachments, specifying

attachment number arranged in the order as follows:

(a) Submission of bid letter.

(b) Demand draft of Rs.3 lakhs as Earnest Money Deposit (EMD).

(c) Power of attorney in favour of authorised signatory of the bid / proposal

documents.

(d) All the annexure enclosed in proposal duly filled, signed and sealed

(e) Bid qualification criteria for supply of Crane and all supporting documents.

(f) General arrangement drawing.

(g) Write-up on the procedure proposed to be followed for erection &

commissioning.

(h) Unpriced copy of schedule of prices with all other commercial terms, taxes,

duties, exemption certificates and conditions duly filled (Prices to be kept

blank), signed and stamped.

(i) Audited balance sheet including profit and loss account for last three financial

years showing annual turnover shall be given

(j) Latest income tax certificate.

(k) Latest solvency certificate from a scheduled bank.

(l) Technical literature & data sheets of equipment / machinery used by him and

any other document as mentioned in the proposal.

(m) Site work execution plan

(n) Bar chart for supply & erection schedule indicating the date of completion of

various activities so as to complete the execution of the contract within the

time frame stipulated in the tender specification.

(o) Any other relevant document, tenderer desires to submit.

Part – II: Priced Commercial Bid

Priced commercial bid shall be filled online in the price bid format. Schedule of prices

also to be filled in the online format and no separate document shall be attached.

Deviations in terms and conditions, assumptions, conditions, discounts etc. shall be

stipulated in format specified in the portal. SDSC SHAR will not take cognizance of any

such statement and may at their discretion reject such bids.

Page 5: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

4 | P a g e

C. Bid Submission

Bids duly filled in by the Tenderer should invariably be submitted as stipulated in the

Letter inviting bid online. Bids shall be submitted in the following manner.

Part – I: Unpriced Techno-Commercial Part of the Bi d for the Work

Complete Techno–commercial part of the bid shall be filled online in the “vendor

Specified Terms’ form of the e-tender. Any documents related (demand draft for

tender fee & EMD ), technical literature, guarantee / warrantee certificates and any

other relevant documents as per the tender shall be scanned in lower resolution

format and uploaded to the e-tender under ‘Documents solicited from Vendor’ form

only in ISRO e-procurement portal (https://eprocure.isro.gov.in). In case the

space for uploading is not sufficient, hard copy of the balance documents shall be

submitted before due date.

Envelope of technical bid shall be marked with following:

PART-I TECHNO-COMMERCIAL BID

Name of client : Satish Dhawan Space Centre SHAR

Indian Space Research Organisation

Title of the proposal : “ Design, manufacture, supply, erection, testing and commissioning of Normal, DG top running with VVVF Dual Drive system 15t EOT crane 01 No .”

Due date and time of the opening : DD/MM/YYY

From (Name of the tenderer with

address)

:

To Head, Purchase & Stores

Satish Dhawan Space Centre, SHAR

ISRO, Dept. of Space, Govt. of India

Sriharikota – 524124, SPSR Nellore Dist,

Andhra Pradesh, India

The deviation statement and checklist shall be filled online, without which the bid will

not be considered.

Page 6: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

5 | P a g e

Part – II: Price Part of the Bid for the Work

Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-

procurement websitehttps://eprocure.isro.gov.in . The cost of spares and other prices

shall be filled in the respective forms available on-line in the e-portal. Any other terms

and conditions given in this part shall not be considered and if insisted upon by the

Tenderer, bids are liable for rejection.

a) SDSC SHAR may open Part – I of the bid on the due date of opening subject to

meeting the minimum evaluation criteria. Price Bids (Part-II) of technically and

commercially acceptable offers shall be opened at a later date.

b) SDSC SHAR reserves the right to reject any or all the Bids without assigning any

reasons thereof.

c) Any bids/offers with price details in Techno-Commer cial Offer (Part –I) shall be

rejected.

d) SDSC SHAR reserve rights to place order for either full quantities of all items or

partial quantities and partial items based on the unit rates available.

D. Vendor Evaluation Format

SDSC SHAR seeks response to the given questionnaire for assimilating data which

would be used for evaluating the capability of the supplier for executing the referred

work. Hence, the supplier is requested to provide only genuine data and any discrepancy

found at a later point of time may result in rejection of the supplier from purchase

process. Furnishing of data cannot be construed as automatic qualification for

participation in the tender. Questionnaire should be signed by a responsible and

authorized person of the Company / Agency.

Schedule of general particulars / vendor evaluation format shall be filled as per Annexure-A.

Note: In order to consider as valid experience, all the experience has to be supported with the technical details, completion certificate and purchase order.

E. Determination of Responsiveness

SDSC SHAR will scrutinize tenders to determine whether the tender is substantially

responsive to the requirements of the tender documents. For the purpose of this clause, a

substantially responsive tender is one which inter-alia conforms to all the terms and

conditions of the entire Tender document without any deviations and reservations. The

decision of SDSC SHAR shall be final in this regard.

F. Bid Evaluation

1) During evaluation, SDSC SHAR may request tenderer for any clarification on the

bid or additional documents.

2) Techno-commercial discussion shall be arranged with tenderer, if needed.

Tenderer shall depute his authorized representatives for attending discussions.

Page 7: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

6 | P a g e

The representatives attending the discussions shall produce authorisation from his

organisation to attend the discussion and sign minutes of meeting on behalf of his

organisation if required. The authorized representative must be competent and

empowered to settle/decide on all technical and commercial issues.

3) Tenderer must provide the point by point compliance to the technical specifications

along with deviations as per “schedule of deviations” attached. The tender will be

rejected, if the deviations are not acceptable to the department.

4) Performance of tenderer on similar nature of works executed/ under execution

shall be taken into consideration before selecting the tenderer for opening his price

bid.

5) The time schedule for completion is given in the proposal document. Tenderer is

required to confirm the completion period unconditionally.

6) If necessary, to arrive at evaluated prices, wherever applicable, loading on total

quoted prices shall be done.

7) SDSC SHAR reserves the right to accept a bid other than a lowest and to accept

or reject any bid in full or part without assigning any reasons. Such decisions by

SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

8) SDSC SHAR reserves the right to split the order or alter the quantities specified

based on prices quoted for part work or unit rate quoted by tenderer.

9) The tenderer, whose bid is accepted by SDSC SHAR, shall be issued a Letter Of

Intent (LOI) /Purchase Order (PO) to proceed with the work. Tenderer shall confirm

acceptance by returning a signed copy of the LOI/PO.

2. Scope of Work • Design, manufacture, supply, erection, testing and commissioning of Normal, DG top

running with VVVF Dual Drive system 15 t EOT crane 01 No (as per IS 3177 and as per IS:807 with latest amendments)

• Supply and erection of suitable crane rails. • Supply and installation of down shop leads (Drag Chain system) and its accessories. • Supply of spares listed in the Annexure-I • Engaging third party agency M/S Loyds register or M/S M.N.Dhastu or M/S BVQI or

Det Norske Veritas (DNV) only, and its expenses towards the same. • Main parameters are enclosed in Annexure – I • The list of approved make of items are given in Annexure – Il • Party shall submit calculations &Drawing as per in Annexure- lll • Code and standards that are to be followed are listed in Annexure- lV • Party shall follow the detailed General and Technical specifications as in the specified

Annexure- V • VVVF drives Specifications shall be provided as per in the Annexure- VI • Party shall submit reports and test certificates as per in the Annexure- Vll • Party shall submit quality assurance plan(QAP) as per in the Annexure- VIII • Key plan of facility enclosed in the Annexure – IX for party reference.

Page 8: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

7 | P a g e

Note: 1. Party shall submit all drawings and Calculations within 4 weeks from the date

of purchase order. 2. Party shall supply the crane within 6 months from the date of Purchase Order. 3. Erection and testing of new crane & LT Rails within 60 days after supply and

receipt of the crane after facility clearance.

3. Schedule of Prices The schedule of prices shall be read in conjunction with all the sections of proposal

document. The price must be filled online in the same format of ‘Schedule of

Prices’ in Annexure-B. No copy of price bid shall be enclosed along with other

document and upload the same anywhere in the e-procurement portal. The total

price inclusive of spare parts will be considered for arriving the lowest. Hence party

should offer the price of spares as per the list of spares, without which offer will not

be considered.

4. Terms of payments General guideline TERMS OF PAYMENTS are as indicted below. Any deviation to

these payment terms to be brought out.

•••• 30 % of supply cost may be given as an advance against submission of bank

guarantee for an equal amount from a reputed international/ nationalized/

scheduled bank and shall be valid till Contract completion period +2 months claim

period. A format of Bank guarantee form shall be obtained from Department.

•••• 60% of supply cost as milestone payment against factory inspection and receipt

at site.

•••• 10% of supply cost and installation & commissioning charges shall be paid after

Commissioning by party and acceptance by the department at our site against

the submission of guarantee. Note: In case of foreign bids, the mode of transfer through wire transfer.

5. Delivery schedule •••• Party shall submit all drawings and Calculations within 4 weeks from the date of

purchase order.

•••• Party shall supply the crane within 6 months from the date of Purchase Order.

•••• Erection and testing of new crane & LT Rails within 60 days after supply and

receipt of the crane and facility clearance.

6. Taxes and Duties •••• CGST/SGST/UTGST/IGST(whichever is applicable)shall not be included in the

lumpsum quote, but indicated (both percentage of tax applicable & amount on

which it is applicable) separately in schedule of prices.

•••• It is the responsibility of the contractor to issue the Tax Invoice strictly as per the

Page 9: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

8 | P a g e

format prescribed under the relevant applicable GST law (CGST Act/SGST

Act/UTGST Act/IGST Act). Contractor to indicate the proper GSTN Registration/

HSN code in their tax invoices.

•••• CGST/SGST/UTGST/IGST shall be paid at actuals against Tax Invoice but

restricted to the amount and percentage in the contract.

7. Statutory Variation •••• Statutory variation for CGST/SGST/UGST/IGST is applicable, provided the actual

completion of services does not occur beyond the period stipulated in the

order/contract or any extension (without levy of penalty). For variation after the

agreed completion periods, the service provider alone shall bear the impact for

the upwards revisions.

•••• For downward revisions, the Department shall be given the benefit of reduction in

CGST/SGST/UGST/IGST.

8. Income Tax •••• Income tax at the prevailing rate as applicable and if applicable from time to time

shall be deducted from the Contractor's bills as per Income Tax Act. and TDS

certificate shall be issued.

9. Packing & Forwarding •••• The tenderer will be held responsible for the stores being sufficiently and properly

packed for transportation by rail, road, sea or air to withstand transit hazards and

ensure safe arrival at the destination. The packing and marking of packages shall

be done by and at the expenses of the contractor.

10. Performance Bank Guarantee • PBG at 10% of the value of the purchase order shall be submitted through bank

guarantee from any of the scheduled banks executed on non-judicial stamp paper

of appropriate value, and shall be valid for a period of sixty days beyond the date

for completion of warranty period.

11. Liquidated Damage • Time is the essence of the order. If the supplier’s defined scope of work is not

made by the end of delivery period, liquidated damage will be levied @ 0.5% per

week or part there of subject to maximum of 10% of value of contract.

12. Security Deposit • Party shall submit Security deposit, within 15days of order Acknowledgement, for

10% of the total order value. Security deposit shall be obtained through Bank

Guarantee or Fixed deposit receipt from any of the scheduled banks executed on

non judicial stamp paper of appropriate value and shall be valid for a period of

sixty days beyond the date for completion of the purchase order.

Page 10: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

9 | P a g e

• In case the vendor fails to furnish the security deposit within the specified date or

extended due date, the purchase order / contract shall be cancelled, and the

EMD, if any, made earlier shall be forfeited and in addition, appropriate penal

action will be taken.

• Central PSUs/PSEs/Autonomous Bodies/MSEs shall be exempted from the

payment of security Deposit, and instead an indemnity Bond shall be submitted by

them in lieu of the security deposit.

13. Guarantee • The Supplier shall guarantee that the equipment furnished by him is in

conformance with the requirement of the specifications. Goods covered by the

purchase order shall be free from defects in materials or workmanship for a period

of twelve months from the date of acceptance by Purchaser.

14. Earnest Money Deposit 1) The tenderer has to submit an Earnest Money Deposit (EMD) for Rs.5,00,000/-

in a single installment through Demand Draft (DD)/Banker’s Cheque/ Fixed Deposit Receipts or Bank Guarantee from any of the Scheduled Banks executed on non-judicial stamp paper of appropriate value. In case of Bank Guarantee, it shall be valid for a period of 45 days beyond the final tender validity date. It shall be taken in favour of Sr. Accounts Officer, SDSC SHAR payable at State Bank of India, Sriharikota branch. Any tender not accompanied with EMD shall be treated as invalid tender and rejected.

2) Foreign vendors, registered vendors or vendors who have already applied for

renewal of registration, Central PSUs /PSEs /Autonomous Bodies, Micro and

Small Enterprises, KVIC, National Small Industries Corporation, etc., shall be

exempt from the payment of EMD. Vendors seeking exemption from payment

of EMD shall submit necessary documentary proof.

3) EMD of a vendor shall be forfeited if the tenderer / Contractor

withdraws or amends his tender or deviates from the tender in any respect

within the period of validity of the tender. Failure to furnish

security deposit/performance bond by a successful vendor within the specified

period shall also result in forfeiture of EMD.

4) EMD shall be refunded to all the unsuccessful vendors within thirty days after

placement of the Purchase Order. EMD shall be refunded to the successful

tenderer/Contractor after payment of the Security Deposit or may be adjusted

against the Security Deposit. EMD shall be refunded to all the participants in

cases where the tender is cancelled or withdrawn by the Centre/Unit, within

thirty days from the date of such cancellation or withdrawal.

15. Force Majeure

Page 11: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

10 | P a g e

Should a part or whole work covered under this agreement be delayed due to

reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil

commotion, fire accident, quarantines, epidemic, acts of God and Government,

embargoes, the completion period for work, equipment referred to in this

agreement shall be extended by a period not in excess of the duration of such

Force Majeure. The occurrence shall be notified by either party within

reasonable time.

16. Arbitration • In the event of any question, dispute or difference arising under these

conditions of any condition in the purchase order or in connection with this

contract, (except as to any matters the decision of which is specially provided

for by these conditions) the same shall be referred to the sole arbitration of the

Head of the Purchase office or of some other person appointed by him. The

arbitration shall be conducted with in India as per Arbitration & Conciliation Act

1996 and the applicable language shall be English. The arbitrator may be a

Retired Judge or a Government Servant or any other responsible person, that

he had to deal with matter to which the contract is related or that in the course

of his duties, he has expressed views on all or any of the matters in dispute or

differences. The award of the Arbitrator shall be final and binding on the

parties of this contract.

• If the arbitrator be the head of the purchase office.

� In the event of his being transferred or vacating his office by resignation

or otherwise, it shall be lawful for his successor-in office either to

proceed with the reference himself, or to appoint another person as

arbitrator, or

� In the event of his being unwilling or unable to act for any reason, it

shall be lawful for the head of the purchase office to appoint another as

arbitrator: or

• If the arbitrator be a person appointed by the head of the Purchase office in

the event of his dying, neglecting or refusing to act, or resigning or being

unable to act, for any reason, it shall be lawful for the Head of the purchase

office either to proceed with the reference himself or to appoint another

personas arbitrator in place of the outgoing arbitrator.

• Subject as aforesaid, the Indian Arbitration and Conciliation act, 1996 and the

rules there under and any statutory modifications thereof for the time being in

force shall be deemed to apply to the arbitration proceedings under this

clause. The arbitrator shall have the power to the extent with the consent of

the purchaser and the contractor the time making and publishing the award.

Page 12: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

11 | P a g e

• The venue of arbitration shall be place as the purchaser in his absolute

discretion many determine. Work under the purchase order shall, if reasonably

possible, continue during arbitration proceedings.

• In case order is concluded on the public sector undertakings, the following

arbitration clause will be applicable.

� In the event of any dispute or difference relating to the interpretation

and application of the provisions of contracts, such dispute or difference

shall be referred by either party to the arbitration of one of the arbitrator

in the department of public enterprises to be nominated by the secretary

to the government if India in charge of the Bureau of Public Enterprises.

� The Indian Arbitration and conciliation Act, 1996 shall not be applicable

to the arbitration under this clause.

� The award of the arbitrator shall be binding upon the parties provided;

however, any party aggrieved by such award may make a further

reference for setting aside or revision of the award to the law secretary,

department of legal affairs, ministry of law & Justice, Government Of

India. Upon such Additional Secretary when so authorized by the law

secretary whose decision shall bind the parties finally and conclusively.

� The parties to the dispute will share equally the cost of arbitration as

intimated by the arbitrator.

Annexure-A

Page 13: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

12 | P a g e

Bid Qualification Criteria for Supply of Crane

Tenderers who are qualifying / meeting following Technical and financial criteria are eligible to participate in the bid for supply of Crane. Tenderer shall furnish all the information mentioned in the criteria with documentary proof and submit along with quotation. Bids of the parties which are not meeting the following criteria will not be considered for evaluation and will be rejected without seeking any further clarifications.

A. Pre-bid Qualification Requirements:

The tenderer shall meet the following technical qualifying requirements and shall submit relevant certificates to establish his credentials.

1. The Tenderer shall be an organization with 5years experience in having executed contracts for supply, erection, testing and commissioning of crane.

2. The firm shall have successfully completed Design, Manufacturing, Installation, Testing and Commissioning of at least 2 nos. of 15 ton or higher capacity DG EOT cranes with VVVF dual drive system and a span of minimum 15m or above for last five years (ending with 31-03-2018). Tenderer shall provide relevant certificates from the end users along with the submission of bid for consideration of bid document.

3. The firm shall have annual turnover of Rs.75 lakhs for the last three years (ending with 31-03-2018).

B. The following documents shall be submitted along with the Techno-commercial bid for prequalification of Tenderer.

1. Firm establishment certificate and nature of work.

2. Details of work of similar type completed during the last five years ending with 31.03.2018

3. Satisfactory work Completion certificates from the clients, with the work order copies

4. Performance Report of order completed (with years of service) from End users, with addresses and contact person with phone numbers.

5. IT/ TDS certificate shall be submitted with Loss & Profit for last three years. Also Tenderer shall submit audited statement of financial status for last three years.

6. Documentary evidence (Technical details &. drawings) for fulfilling special technical conditions as per the RFP document.

7. Copy of audited Balance Sheets for last three years.

8. Current Solvency Certificate for a value of 24 lakhs.

9. List of value and work order copies of total projects under Execution with purchase order name and address.

10. Structure and Organization chart.

11. List of personnel with qualification & experience in the firm in the areas of design, production, quality, safety, administration etc.,

12. List of Machinery &Equipment to be used for the work.

C. Bid Selection Procedure and Process of Pre-Quali fication

Page 14: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

13 | P a g e

1. Short listing based on documents submitted, satisfying all the eligibility criteria given above by the firm or individual along with their Bid / application. (Non-submission of any document as given in above list within stipulated time leads to rejection of Bid).

2. Subsequently Tenderer's competency, their technical achievements and financial status will be evaluated suitable for this project. Feedbacks from Tenderer's clients will be verified, if required.

3. Visit to sites by our technical team where Tenderer has established above mentioned works, if required.

4. If required, visit will be made to their factory/ firm by our technical team for assessing the capability of manufacturer.

5. Scrutiny of all technical specification and supply conditions mentioned in techno-commercial bid.

Page 15: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

Schedule of Performance Guarantee The Tenderer shall furnish Performance Guarantees as listed below based on the requirements specified in this Specification: Tenderer shall continue to supply all required spares after warranty and maintenance periods are completed.

SIGNATURE :

NAME :

DESIGNATION:

DATE :

SEAL OF THE COMPANY

Page 16: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

1 | P a g e

Schedule for General Particulars / Vendor Evaluatio n Format

Sl. No.

DESCRIPTION

1. Name of Company

2. Address of Company

3. Type of Company (Proprietary/Pvt.Ltd/Public Ltd/Joint Venure/Consortium)

4. Registration number

5. Year of inception of the company

6. Registered address

7. Name & address of the office of the Chief Executive of the company

8. Name & Designation of the officer of the Tenderer to whom all correspondence shall be made for expeditious technical/ commercial co-ordination.

Telephone number Fax number E-mail address

9. Locations of the Branches of Company (if any)

10. Annual turn-over of the company for the last 3 years (ending with 31-03-18)

11. IT returns for the last 3 years

12. Major customers (Enclose copies of the Purchase Orders)

13. Any customers feedback on the services which is in writing (Pl. enclose copies)

14. Quality certification of the company

15. PAN Card Copy

16. The Profit & Loss Account details for the last 3 years which is duly audited and Submitted as part of the Annual Report (ending with 31-03-18)

Page 17: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

2 | P a g e

Sl. No.

DESCRIPTION

17. Orders executed during last five years for cranes 15 ton or higher capacity with a span of more than 15m (Separate sheet can be attached).

18. Shop floor area covered

19. No. of employees (Supplier shall mention contract personnel separately)

Engineers

Supervisors

Technicians

Quality control engineers

Administrative Staff.

20. Handling facility available:

Overhead / Gantry Crane details (Capacity, span lift).

Mobile Cranes.

21. Load testing facility Available:

Maximum weight available.

No. of weights

Total test load available.

22. Welding / fabrication workshop (Type / capacity / quantity of machines shall be provided)

MMAW machines

GMAW machines

Gas cutting machines

Plasma cutting machines

Welding Fixtures

23. Details of welding Inspection Equipment & Welding inspector available with supplier (LPT, UT, MPT, X-ray, etc)

24. Details of inspection facilities / Instruments available ( Brief description & specifications shall be provided)

Page 18: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

3 | P a g e

25. Bid validity period

(Min. 4 months from due date of bid submission)

26. Completion Schedule

27. Period required for Supply (within 4 months) ___ months

28. Period required for Installation, testing and commissioning at Department site (within 2 monthsfrom date of clearance for installation)

___ months

SIGNATURE :

NAME :

DESIGNATION:

DATE :

SEAL OF THE COMPANY

Page 19: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

4 | P a g e

ANNEXURE - B

Format for Price Submission

PRICE BID SCHEDULE for 15ton normal, DG EOT Crane with VVVF dual drive system as per technical specifications and terms & conditions given in Tender

Note :Tenderer shall submit Prices in the given format only,

Tender No. & Date:

Tenderer’s Quotation No. & Date:

Sl. no Description Quantity Cost

1 Supply of 15 ton normal, DG EOT Crane with VVVF dual drive system including spare parts.

01 no

2 Supply of suitable rails along with its accessories for bay length.

One set

3 Supply of flexible cables with Drag Chain for bay length

One Set

4 Erection charges for 15 ton normal, DG EOT Crane with VVVF dual drive system 01 No.

5 Erection charges for rails for the bay length One set

6 Erection charges for Power supply, Drag chain for the bay length

Cost per meter

7 Charges for Third party Inspection services for EOT crane's design, manufacture, erection & commissioning

01 No.

8 Transportation charges for crane with all parts including packing & forwarding charges.

01 No.

9 GST for Supply portion % of supply value 10 GST for Erection portion % of supply value

11 Total Value of EOT crane including taxes & duties

1 Tenderer shall also submit the above Price Bid in Unpriced Format along with Part-I,

i.e., Techno – Commercial Bid by mentioning “quoted” against each item.

2 The price bid should be submitted only as per the above format. No row shall be left blank. Indicate "NA" in case the item is “not applicable”.

Page 20: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

5 | P a g e

3

4

Submission of Prices other than this format is not acceptable and the quotation is likely to get rejected. Sl No: 09 and 10, percentage and value portion for supply and erection shall be indicated separately as per format.

Date : Signature & Office Seal of the tenderer

Page 21: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

6 | P a g e

Technical Specification ANNEXURE – I

MAIN PARAMETERS Sl. No Description Specification

01 Safe Working Load (t) One crane: 15ton

02 Type Normal Double girder Top running with VVVF Dual Drive EOT crane

03 Duty Class M5 (equivalent Class II) As per IS: 807-1976. IS: 3177-1999 with latest amendment for structure and mechanics.

04 Location Indoor

05 Ambient temperature 20-50 degree centigrade

06 Atmospheric condition Near sea shore humidity 07 Span 20.6 m (Distance between Centre of LT Rails) 08 Height of lift 15 m 09 Bay length 27 m

10

Vertical distance from top of the rail to nearest overhead obstruction (Head room)

3.3 m

11

Distance from center of the rail to nearest side obstruction (side clearance)

400 mm

12 Distance from the FFL to Top of rail 15.5 m

13 Distance from the FFL to Spring point 18.8 m

14

Operating speed(m/min)

Hoist main Main-2.5

LT main Main-6.0

CT main

Main-6.0

15 Operating speed(m/min)

Hoist micro

0.25 (Through VVVF Drives)

LT micro

0.6 To 0.8 (Through VVVF Drives)

CT micro 0.6 To 0.8 (Through VVVF Drives)

16 Nearest position of hook to the Centre of gantry rail (mm) CT

Not exceeding 1400 mm Left Not exceeding 1400mm Right (Left and Right with respective LT Drive)

17 Hook approach Not exceeding 2000mm Non Drive End

Page 22: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

7 | P a g e

clearance (LT) Not exceeding 2600mm Drive End

18 Type of hook Standard forged single point “C” hook with safety latch. This hook shall confirm the latest edition of IS:3815/15560

19 Type of wheel & rails Double flanged wheels machined out of C55Mn75 forging, hardened as per IS: 3177 and mounted on ‘L” type bearings housings. Standard Rails are to be provided as per IS 3177.

20 a) Wire rope Galvanized,6x36,RHO, IWRC, Usha Martin- Make, Tensile strength Min 1960Mpa

21

b) Factor of safety 6.0

Brakes (EHT)

The torque capacity of brakes shall be 2.0 times th e rated full torque of the selected motor for main and for LT & CT the torque capacity of brakes shall be 1.5 times th e rated full torque of the selected motor 2Nos of Imported brakes for main hoist and 1 no indigenous brake each for LT & CT operations of approved makes only.

22 Bearings Anti-friction ball roller bearings shall be provided

23 Lubrication Individual grease nipples shall be provided for grease lubrication points.

24 Gear box

Oil splash lubricated, fully enclosed type gear boxes with EN24/EN9 pinions and gears, and shall be duly hardened to 250-280 BHN. Main Hoist and LT Gear boxes shall be Horizontal type. The noise level shall not be more than 80dB when the Gear box operated alone, measured at 1m distance from the gear box. Note: If vertical gear box selected for CT, lubrication pump shall be provided.

• Own make Gear boxes are not acceptable. 25 Couplings Full gear couplings of make as per list

26 Motor

High starting torque, 60% CDF, S4 duty, IP 55, class F insulation, 300 starts / hour, squirrel cage induction motors Inverter Duty. The rating of the motor shall be 20% excess of the capacity calculated as per IS: 3177. The motor shall not draw more than 80% of its rated current at full load. The motor shall be provided with thermistor embedded in the winding and to be interfaced with VFD.

27 Limit switches Limit switches Gravity (for up) & Rotary Type (for up& down) for hoist system and two way lever type (1 no) each for LT & CT operations.

28 Power supply 415 Volts, 50 Hz, 3 Phase supply.

29 Location of VVVF Panels for 15t Crane

VVVF drive panels, DBR units and other electrical panels shall be kept on top of the EOT crane only.

30 Control supply Contactor circuit 110 V, AC

31 Pendent Control

Operation from floor through light weight pendent push button station moveable along the bridge girder on four wheeled cable trolleys with anti-friction ball bearing running on a separate track.

Page 23: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

8 | P a g e

32 DSL PVC sheathed, flexible cables with multi strand copper conductors cable chain drag system shall be provided.

33 Cross Travel cable arrangement

PVC sheathed, flexible cables with multi strand copper conductors cable chain drag system shall be provided.

34 Power feed arrangement for the hoist

PVC sheathed, flexible cables with multi strand copper conductors cable chain drag system of IGUS make only.

35 Pendent Pendent cable shall be on independent “T” track.

36 Buffer Rubber buffers for LT & CT and between cranes

37 Painting

The entire crane structure will be provided with one coat of zinc rich primer, one coat of golden yellow finish paint before dispatch at site and one more coat of golden yellow finish paint after crane erection at site. Follow the instructions given in the annexure – V (Technical Specifications IIA, clause No: 13 d).

38 Other points

1. Parties shall submit test certificates for all the bought out items as per Annexure Vll.

2. The crane shall be load tested for no load, full load and 125% over load test prior to dispatch.

3. The noise level: shall not be more than 85 dB when the crane is operated at full load – measured at 1m distance from the crane gear box

LIST OF SPARE PARTS – Non flame proof type Crane capacity : 15ton, Span:20.6m, Lift: 15m

SI No : Item Description Unit Quantity 1 MAIN Hoist EHT Brake thruster No 1 2 LT EHT Brake thruster No 1 3 CT EHT Brake thruster No 1 4 Rotary limit switch No 1

Note: The Drive spares to be loaded with necessary parameters and Tested for EOT Crane operation with spares.

Page 24: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

9 | P a g e

ANNEXURE - II

List of Manufacturers / Specific Brands for Boug ht Out Items

Sl No Description Brand name 1 Gear Boxes Elecon / Premium / Flender- Siemen / New Allen berry / Shanti

/ Greaves 2 Wire ropes (All

galvanised) Usha Martin

3 Non flame proof Light fittings and Sockets

PHILIPS/ OSRAM/ WIPRO/ HAVELS/ BAJAJ/ CGL make and LED Shall be of Make NICHIA/ CRE/ OSRAM/ PHILIPS/ CITIZEN/ SEOUL

4 Power & control cables

Incab/ cable corpn.,of India/ Universal/ Asian/ Finolex/ Polycab/ Lapp/ RPG/ HAVELLS / IGUS – Pendent/ fixed power &control cables. IGUS make for IGUS cable Drag Chain System / Lapp make for cables Lapp cable drag chain system.

5 Non Flame proof Electric motors (Inverter Duty Motors)

Kirloskar, Crompton Greaves, Bharat Bijilee, Siemens, ABB, Marathon

6 Thrustor brake for hoist

M/s Witton cramer, M/s. Bubenzer Bremzen, M/s. SIBRE, M/s. GALVI

7 Thrustor brake for CT & LT

M/s Electromag methods (EMM), Kateel, Sterling Control

8 Power supply unit M/s SIEMENS 9 Limit switches Speed-o-Control, EMM, Sterling control

10 Switch gear, Contactors, MCB etc.,

M/s SIEMENS and M/s Legrand (MCB)

11 Intrinsic Safe relays P & F 12 VVVF Drive Siemens/ ABB 13 Bearings SKF, FAG,TIMKEN 14 Couplings Fenner, Love-joy 15 Paints Berger, Asian paints, Jenson& Nicholson, Nerolac, Dulex,

Poly coat 16 Cable chain drag

system M/s IGUS/LAPP

17 Electrical Drive Panel M/s. Rittal/ Ms. Siemens authorized panel builder 18 Encoder P&F/ Hengstler / Hubner / Kubler/ Baumer or any other make

with Dept. Approval. 19 Rail Jindal /Sail/IFSCO/Accelor-Mittal/Tata steel/Essar/Vizag vukku 20 Hook EEK/Hercules-Tndef/IRIZAR-FORJAS/Smrithi forgings /

Vikranth Froge/Crossby 21 Fasteners All bolts, nuts, washers, etc. shall be high strength, galvanized

as per IS:1367 part 13 Refer section 8.10 of IS: 3177 – 1999

Page 25: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

10 | P a g e

ANNEXURE – III

The party shall submit the following calculations along with drawings within 4 weeks

I. Sizing Calculations

1 Motor Selection Main Hoist, Travel Motion for CT & LT 2 Brake Selection Main Hoist,LT&CT 3 Wire ropes Main Hoist 4 Sheaves For all 5 Rope drum Thickness, Diameter&Length 6 Gear box selection& Calculations Main Hoist, LT & CT 7 Coupling selection Input, Output, Hoist, CT & LT 8 Bearing life & Selection For all 9 Angular twist for shafts CT, LT & Rigid shaft

10 Wheel selection & spacing Load, Diameter selection for CT & LT 11 Rail selection CT & LT, Contact Stresses 12 Braking path calculations Main Hoist, LT & CT 13 Calculation of fleet angle for pulleys

II. Structural & Design calculations :

1. Main Girder calculations

2. Camber calculations

3. Deflection of Girder < Span/1000

4. Welding design of Main girder and end carriage

5. Collision effects

6. End carriage calculations

7. Goose neck calculations

8. Diaphragm calculations – I) Main Girder, II) End Carriage

9. Connection of the main girder to the end carriage& splice joints etc.,

10. Crab calculations

III. Electrical :

1. Cable sizes& type selected for different current values with voltage drop.

2. Torque speed curves of individual motors.

3. VVVF Drive Selection

4. DBR sizing Calculations

Page 26: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

11 | P a g e

IV. Drawings:

MECHANICAL:

1. G.A drawing

2. Main Girder drawings

3. End carriage drawings

4. Crab drawings

5. Hook approaches drawings

6. LT arrangement

7. Snatch Block assembly.

8. Gear boxes

9. Rope drum

10. Sub assembly of wheels

ELECTRICAL :

1. Panel General Arrangement Drawing

2. Pended schematic Diagram

3. Power Circuit Diagram

4. Control Circuit Diagram

5. Cable Schedule

6. VFD ratings, configuration, Model Number etc.,

Page 27: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

12 | P a g e

ANNEXURE - IV

CODES AND STANDARDS The design, manufacture and testing of the non-flame proof crane shall conform to the latest editions of the following codes and standards wherever applicable: IS:3177 Code of Practice for Design of Overhead Traveling Cranes and Gantry

Cranes other than Steel Works Cranes. IS:800 Code of practice for use of structural steel in general building construction IS:807 Code of Practice for Design, Manufacture, Erection and Testing (Structural

Portion) of Cranes and Hoists. IS:1835 Steel Wires for Ropes IS:6594 Technical supply conditions for steel wire ropes and strands IS:2266 Steel Wire Ropes for General Engineering Purposes IS:3973 Selection, installation, maintenance and technical supply conditions of wire

ropes IS: 3443 Crane Rail Sections IS: 325 Three Phase induction Motors. IS: 2147 Degrees of protection provided by enclosures for low voltage switch gear

and control gear. IS:4237 General requirements of switch gears and control gears for voltages not

exceeding 1000V AC IS 13947 Part 4 : Sec 1 : 1993 /IEC Pub 947-4-1 : 1990 Specification for Low-Voltage

Switchgear and Controlgear - Part 1 to Part 5 : Contractors and Motor-Starters - Section 1 : Electromechanical Contactors and Motor Starters

IS:2062 Steel for general structural purpose. IS 10118 1982 Code of Practice for Selection, Installation and Maintenance of

Switchgear and Control gear Part I : General Part II : Selection Part III : Installation Part IV : Maintenance

ANSI/AWS D14.1 Structural Welding code

Code of welding practice for Mill cranes and other material handling equipment

IS 1024 1999 Use of Welding in Bridges and Structures Subject to Dynamic Loading - Code of Practice

IS 7403 1974 Code of Practice for Selection of Standard Worm and Helical Gear Boxes

IS 4460 Parts 1 to 3 : 1995 Gears - Spur and Helical Gears - Calculation of Load Capacity

IS 8610 1977 Specification for Point Hooks with Shank Capacity Up to 25 Tonnes-Trapezoidal Section

IS 3815/ IS 15560

Specification for point hooks with shank for general engineering purposes

Page 28: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

ANNEXURE - V

General & Technical Specifications

I. General Specifications:

1.0 SCOPE OF WORK

Scope of work shall include design, detail engineering, manufacture, inspection, shop testing, supply, erection, site testing & commissioning of EOT Crane required for Solid Motor Assembly operation, VALF, SDSC SHAR, ISRO, SRIHARIKOTA including importation of equipment/ components (if any), in full & good condition as per the specifications, procedure, completion schedule and the terms & conditions furnished in this document. The scope of work shall also include procurement of all materials including components required for completion of the work, coordinated planning for manufacture, testing, painting, inspection, packing, marking, loading on Trucks/ Trailers, safe transportation to site, unloading and handling of the work fully erected, tested, commissioned as per Technical Specifications. It includes warranty of the Supplied material.

2.0 GENERAL CONDITIONS:

2.1 Tender shall be accompanied with general arrangement drawing showing to scale the elevation, cross section and plan of the EOT crane which shall indicate the information viz., clearances, construction of bridge structure, hook approaches, lift, wheel base, wheel loads and wheel diameters, motor ratings, speeds, arrangement of all the drives and other equipment installed on the crane. Also the tender shall contain Annexure duly filled up to enable the purchaser to assess the important technical features of the equipment offered. Tenders may be rejected, if compliance with this clause is not ensured. The tenderer shall also clearly specify any request for deviation from technical specification on particular items. Generalized statements like crane shall be manufactured as per IS standard and our specification etc. are not adequate. The reference number of applicable, standards shall be clearly mentioned.

2.2 After receiving the order, the tenderer shall submit design details, calculations and drawings (three copies each) as mentioned in annexure-III to the purchaser and third party inspection agency for review, comments and approval prior to commencement of fabrication.

a) The general arrangement drawings containing all information as described in para 2.1. In addition to this, the GA drawing shall clearly show the layout of electrical panels, DBR, etc. All the dimensions and clearances shall be clearly marked on the drawing.

Page 29: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

b) Electrical schematic diagrams containing details of components such as make, type, rating/range, settings etc., are to be marked on the schematic diagram. All contacts and coils of contact shall be numbered/ designated.

c) Detailed structural drawings for the bridge girders, end carriages, repair

cages, inspection platforms, trolley frame etc., with Bill of quantities and material specifications.

All the drawings and calculations required for the approval shall be submitted in stages within 4 weeks of placement of order to the purchaser and third party inspection agency. 2.2.1 If the drawings and other particulars are returned by the purchaser, because

they are incomplete or faulty, the tenderer shall make the necessary correction / modifications and resubmit the drawings and calculations within a reasonable time but in any case should not exceed two weeks from the date of receipt of purchase’s/third party inspection agencies comments.

2.2.2 Tendered shall give the break-up of weights of the cranes as mentioned below

during final design. a. Total weight of crane including electrical equipment. b. Total weight of trolley including electrical equipment. c. Weight of each bridge girder as assembled and ready for erection, with

and without mechanical and electrical components. d. Weight of each end carriage as assembled and ready for erection. e. Weight and name of individual heaviest mechanical components. f. Total weight of structural, mechanical and electrical components

separately.

2.2.3 The granting of any approval by SDSC, SHAR shall not absolve the TENDERER of his responsibilities for the design or the correctness of drawings and specifications. Any such approval by SDSC, SHAR shall not constitute a waiver by SDSC, SHAR of any right.

2.2.4 The following information shall be supplied prior to commissioning of the crane:

a) Four copies of all drawings and data, which have been approved by the purchaser.

b) Four copies of the following manuals/ drawings shall be submitted. 2.3 THIRD PARTY INSPECTION:

i. The tenderer should engage Third Party Inspection Agency (INSPECTORATE) for carrying out design verification/stage inspection/ final inspection for supply items and for construction, erection and testing at tenderer’s works and at SHAR site. Tenderer shall extend all necessary help/ equipment/ tools/ measuring instruments as required for carrying out necessary tests/ inspection at works/ site to the representatives of SDSC, SHAR/ INSPECTORATE.

Page 30: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

ii. SDSC, SHAR/INSPECTORATE shall have the right of inspection and supervision of the manufacturing process adopted by the Tenderer for the manufacture of equipment at various stages through their authorized representatives. In case the manufacturing process adopted is not found suitable and commensurate with the desired quality of the equipment, the Tenderer will be advised to adopt the correct manufacturing process which will be binding on the Tenderer. SDSC, SHAR’sdecision regarding the quality of work and its acceptability shall be final and binding on the Tenderer.

iii. The Tenderer shall give mutually agreeable reasonable time in advance to SDSC, SHAR/INSPECTORATE for inspection and testing of any equipment on its being ready specifying the period likely to be required for such inspection and testing.

2.4. Arrangements shall be made by the tenderer for the inspection and testing of the crane during different stages of its manufacture starting form the raw materials till the completion of the crane by the SDSC, SHAR and INSPECTORATE at the tenderers site as per the following schedule.

a) Design verification b) Raw material identification, components like gears, shafts, keys, keyways sub

assemblies of drive mechanism mechanical and electrical. c) Motor shaft, gear box shaft, brake unit, etc., proper alignment. d) Proper adjustment of brake shoes for optimum braking. Hoisting motion twin

brakes – each should be adjusted independently to take the full load. e) Measurement of noise level in dBA. f) Paint thickness measurements at various stages like primer, intermediate and

final coats. g) Radiographic / ultrasonic inspections of the critical weld joints of the girders,

ropes drums, end carriages etc. h) Testing and inspection of crane at the works prior to the dispatch. The test

shall include full load, no load, overload, insulation test, speed test, deflection test, etc. The crane shall be tested in all respects in conformity with section 4 of IS 3177-1999 in the presence of the purchaser or his representative before dispatch. The manufacturer shall submit detailed list on the item/tests to inspection agency and shall provide the necessary testing facility for the inspecting engineers during the test.

i) The crane is to be erected, tested and commissioning as per the approved specification code at our site at Sriharikota in addition to the tests at manufactures’ works.

j) Necessary test loads will be identified by the department in existing buildings where EOT crane is available. Tenderer shall make arrangements for loading and transporting these loads on trucks and trailers to building in which crane is being commissioned, and after completion of satisfactory load testing these loads shall be transported back to respective original location. Trucks and trailers will be provided by department for the transportation of test loads at site. But necessary manpower, tools and tackles shall be arranged by the tenderer at his own cost.

2.5 The tenderer shall ensure that the cranes shall be manufactured as per the tolerances specified below.

a) Span over L.T wheel : ± 4 mm maximum

Page 31: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

b) Diagonal on wheels : ± 5mm maximum. c) Long travel wheel alignment : ± 1mm maximum d) Tilt of wheels or balancer : ± 1mm / 100mm maximum (horizontal & vertical) e) Trolley wheel guage : ± 2mm for gauge up to 2.5m} max ± 3mm for gauge over 2.5m}

f) Difference in height between trolley rails. (H) in relation to the trolley track gauge (S) shall be within the following tolerances. “S” (mm) “H” mm up to 2500 3 above 2500 5

g) Speeds at full rated load, voltage, and frequency shall be as follows: I) Travelling & traversing : +10% -5% of specified speed. II) Hoisting : +10% -5% of specified speed. III) Lowering : +20%-5% of specified speed.

2.6 The tenderer shall ensure that only minimum amount of assembly at site is necessary for early commissioning of the crane after delivery. Site welding shall be avoided. The tenderer before proceeding with design details shall satisfy himself about the site condition so as to avoid any difficulty in erection due to peculiarity of site condition.

2.7 The tenderer shall also quote separately for erection, transport and unloading at site by their own men, material, tools and tackles. The crane shall be transported at tenderers risk and cost. The purchaser will not pay for any insurance.

2.8 The crane shall be completely assembled including wiring and other fittings in the tenderer’s shop before load testing of the crane. The crane hoist and traverse shall be tested to its rated load and over load at the tenderer’s workshop before dispatch to site for erection.

2.9 The crane after erection shall be tested as given below: - a) No load test:

After completion of erection, crane shall be tested with no load to check the performance of crane speeds, end clearance, hook approaches, height of lift, limit switch operations, no load current of motors, contacts, relays, inter locks etc.,

b) Deflection test:

The deflection of the bridge girders shall not exceed L/1000 of span with the fully loaded trolley stationed at mid-span and the safe working load at rest. The measurement shall not be taken on the first application of load. The datum line for measuring the deflection should be obtained by placing the unloaded trolley on the extreme end of the crane span with smaller hook approach of the largest capacity hook.

Page 32: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

c) Speed tests: 1) All the motions of the crane shall be tested with rated load and the rated

speeds shall be attained within the tolerance limits indicated under clause 2.5(g).

2) All the motions of the crane shall be tested with 25% overload in which case the rated speeds may not be attained but the crane shall show itself capable of dealing with the over load without difficulty.

d) Brake Tests:

The hoists brakes shall be capable of braking the movement under conditions (1) & (2) of speed tests, however the braking path with rated load shall not exceed value given in the table No.1 under brakes (clause 13 of section IV: Mechanical details).

The long travel and cross travel brakes shall be capable of arresting the motion within a distance in meters equal to 10% of the speed in metres/min and the retardation due to braking shall not exceed the values as given in the Table No.2 under brakes (clause 13 of section IV: Mechanical details)

e) Insulation and other tests shall also be carried out.

2.10 Dimensions of all parts used on crane shall confirm to metric standards. 2.11 All the electrical equipment shall be of proven quality as regards to their

performance. 2.12 Performance Bank guarantee for 10% of the cost of the crane shall be provided

by the tenderer for a period of 1 year from the date of commissioning and acceptance of the crane at purchaser’s site at Sriharikota, against defective design, materials, manufacture, components and workmanship.

2.13 The transfer of title to the purchaser will take place only after satisfactory

erection, testing and commissioning of the crane by the tenderer and acceptance by the purchaser. Hence, any insurance charges are to be borne by the tenderer.

2.14 Tenderer shall submit complete erection plan with details of erection loads &

pattern of wheel loads that will act on building civil structure, erection procedure, material handling procedure etc. If the loads are not in acceptable limits of civil structure, tenderer shall plan different arrangement.

2.15 During the erection, testing and commissioning of the crane at site in

Sriharikota, the tenderer has to make his own arrangements for boarding, lodging, transportation of his men and materials. However, hostel accommodation may be provided by the purchaser on chargeable basis, if available.

2.16 Free electricity and water will be provided by the purchaser for the erection,

testing and Commissioning of the crane at the site.

Page 33: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

2.17 Initial filling of lubricants required for commissioning at site shall be provided by

the tenderer.

2.18 Before starting the site work, the tenderer has to insure all his personnel working at site in Sriharikota against accidents.

II) Technical Specifications:

II A. Design standards & other details:

01. The crane shall be designed in accordance with the latest editions of IS:3177-

1999 for class M5 duty and any other standards referred to therein and subject to any modification and requirement specified herein after.

02. Safe access for maintenance and removal of all mechanical and electrical parts

must be ensured without any additional scaffolding. All parts requiring replacement or inspection or lubrication shall be easily accessible without the need for dismantling of other equipments or structures. All electrical cables shall be so laid that they are not liable to be damaged and can be easily inspected and maintained.

03. For welded construction such as that of bridge girders and carriages, trolley

frames, rope drums, gearboxes etc., all steel plates shall conform to IS-2062 or its equivalent.

04. No cast iron parts shall be used on cranes except for electrical equipments.

Similarly, no wood or other combustible material shall be used in any part of the crane.

05. Full length chequered plate platform shall be provided for both the bridge girders

in order to have access to long travel drive, current collectors, trolley etc., The chequered plate platform shall cover the full width between main and auxiliary girders. Where the platforms are bracketed out from the bridge girders, the width of the chequered plate covering shall not be less than 750 mm. The walkway platforms both the top and bottom chord levels shall be so arranged that there is a minimum clearance of 2000mm between the top of the platform and the lowest overhead obstruction.

06. Foot walks shall be of sufficient width to give at least 750mm clear passage at all

points, except between railing and bridge drive where this clearance may be reduced to not less than 400mm.

07. All opening in foot walk flooring for access to bottom chord platforms and

inspecting platforms, shall be provided with strong hinged covers. Minimum size of hatch openings shall be 600 X 600mm. Any other opening in foot walk or end carriage shall be provided with bolted removable plate covers.

Page 34: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

08. Guards of an approved design, which will push forward or off the track any object placed across it, such as a person’s foot or arm, shall be attached to each end of the end carriage.

09. All wheels, couplings, line shafts etc, shall be provided with covers opening on

strong hinges. These covers shall preferably be made of minimum 5mm thick plates. All heavy covers shall be provided with inspection windows.

10. a) All bolts except those with nylon nuts shall be provided with grip lock

nuts or spring washers.

b) For side alignment of motors strong adjustable screws with lock nuts shall be

provided. c) Welded snugs hall be fitted against the feet of all pedestals, gear boxes,

etc., except motors. Motors shall be provided with alignment screws for side alignment.

d) Fasteners for pedestal blocks, motors, gear boxes etc., shall be easily

removable from the top of platform. Studs or body bound bolts shall not be used as fasteners for mechanical items except for fixing covers.

e) All bolts, studs, nuts, washers, etc., shall be heavy duty galvanized. All

bolts shall be designed assuring the material as mild steel. High strength bolts can be used only where they cannot be avoided. In case of electro-galvanizing, suitable baking of galvanized bolts as per standards shall be carried out to drive out the Hydrogen in order to avoid hydrogen embrittlement.

11. a) Safety hand railings preferably of tubular construction shall be provided on

bridge foot walks, end carriages, ladders, staircases, trolley and in any other places where access has been provided. Railings shall not be less than 1000mm high with an intermediate member at a height of 500mm

. b) All edges or openings shall be provided with toe guards. Toe angles or

bent plates wherever required shall be 100mm high minimum.

12. Defects in the material like fractures, cracks, blow holes, laminations, pitting, etc., are not allowed. Rectification of any such flaw is permissible only with the approval of the purchaser or inspection agency Engineer.

13. a) All parts of the crane shall be sand blasted to SA 2 ½ cleaned of all loose

mill scales, rust or foreign matter and then painted as specified. All parts inaccessible after assembly shall be painted before the assembly. Inner surfaces of box sections shall be painted before closing them.

Page 35: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

b) All parts except motors, gears, thrustors, etc., shall be painted with a primer coat of zinc rich epoxy as per IS and two finishing coats of approved colour as described below.

c) Sand blasting:

The entire surface of all the fabricated materials is to be sand blasted as per second quality of BS 4232 or near white quality of Steel Structures Painting Council (SSPC) standard or SA 2½ of SIS 055900. The surface shall be completely free from contamination by oil, grease, dirt or other mater except that tightly bonded residues or mill scale rust shall be permissible subject to limit of not more than 5% of whole area. Surface should be free from girt/sand just before application of primer paint.

d) Painting:

Immediately after sand blasting, one coat of zinc rich epoxy primer shall be applied to a Dry Film Thickness (DFT) of 75 microns. An intermediate coat of 80 micron (DFT) of polyurethane/epoxy painting has to be given. A final coat of polyurethane enamel paint of 40 microns DFT has to be given. Any intermediate cleaning required between successive coats of paint are to be carried out as per the recommendation of paint manufacturers and as per the instruction of the purchaser. All paint and primer shall be of standard quality and procured from approved manufacturers as prescribed in the list furnished. The tenderer shall provide “Elicometer” to the representative of the purchaser for measurements of thickness of paint at random locations selected by him to confirm the required minimum DFT. While painting the new structures, the existing floors and structure shall not be spoiled. If there is any spillage of paint on the floors or members on the existing structure, the tenderer has to clean and provide the painting on the spoiled areas.

e) Interior of all gear box housings shall be sand blasted and painted with two coats of oil resisting enamel paint.

f) All machine pads, bearing surface on structures or housings shall be painted with white lead.

II B. Structural Details

01. GENERAL

Crane structures shall be designed in accordance with the latest edition of I.S.807 taking the following additions / deviations as applicable into account:

a) Unless otherwise specified, only bolted or welded joints shall be used. b) Not less than two turned fitted bolts or equivalent length of welding at each joint

shall be used for connections. c) Black bolts shall not be used in the main structures of the crane and high tensile

steel bolts shall not be used unless approved by the purchaser. All the bolts, nuts, washers etc., shall be heavy duty galvanized.

Page 36: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

d) The calculated strength of riveted joint or joints made by friction grip bolts in structural members shall be not less than calculated net strength of the member.

e) Bolts used in shear shall be fitted into reamed holes. f) Where bolts pass through sections having tapered flanges taper pad shall be

welded to the tapered flange. Taper washers shall not be used. g) Transverse fillet welding on load carrying members shall be avoided. h) All but welds on structural members subject to tensile stress shall be x-rayed. i) Plates, bars, angles and where practicable, other rolled sections used in the load

bearing members of the structure shall be not less than 8 mm thick. Steel tubes, if sealed at the ends shall be not less than 4.9-mm (6 SG) thick and if unsealed, not less than 8 mm thick. Minimum thickness of chequered plates for platforms shall be 6mm over plain for indoor cranes. chequered plates shall not be considered for strength calculations of load carrying members.

j) The ratio of the effective length ‘l’ to the least radius of gyration ‘r’ for compression members shall not exceed 120 for all main members i.e., for both the main and auxiliary girder members and top and bottom plan bracings and 180 for secondary members.

i) No splice joints allow for this crane.

02. END CARRIAGES: End carriage shall be fabricated from rolled steel plates, welded together to form as box, a solid box, except for essential openings which shall be reinforced. If more than two wheels are required per bogie, articulated end carriages shall be used. Wherever possible, the end carriages shall be in two halves. Each half shall be rigidly connected to the respective bridge girder in the fabrication shop.

End carriages shall be of ample strength to resist all stresses likely to be imposed on them under service conditions, including collision with other cranes or stops. The length of the end carriages shall be such that no other part of the crane is damaged in collision.

The wheel base shall follow as per IS:807. On the end carriages with more than two wheels, the wheel base shall be taken as the distance between the centres of the outside wheels.

The end carriages shall be fitted with substantial safety stops to prevent the crane from falling more than 25mm in the event of breakage of a track wheel, bogie, or axle. These safety stops shall not interfere with the removal of wheels.

Suitable jacking pads at a height of 300mm from rail level shall be provided on each end carriage for jacking up the crane when changing track wheels. Jacking pads shall not interfere with the replacement of track wheel

03. TROLLEY FRAME: Trolley frame shall be produced in one piece unless there are transport limitations. In the case of splicing of the frame; the design shall be such that one unit of a mechanism mounted on one part of the trolley does not come over the other part. Connection between the two parts of the trolley shall be done by machined bolts.

Drum bearings and supports for upper sheaves shall be located so as to equalize the load on the trolley wheels as nearly as possible.

Page 37: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

The trolley frame shall be built up of rolled sections and plates to form a rigid structure capable of withstanding all stresses that will develop during the working of the crane and shall be arranged to afford maximum accessibility to mechanical and electrical parts place on it. It shall be designed such that at the highest position of hook there shall be a clear distance of 700 mm between the lowest point of trolley obstruction and the highest point of bottom block. Deviations shall be made only with specific approval of the purchaser.

The top of the trolley frame shall be plated all over except for openings required for the ropes and flexible cables for bottom block etc., to pass. The openings in the trolley frame shall be such as to keep the ropes of cables at least 75 mm away from any part of the trolley frame or equipment to prevent damages for all positions of the bottom blocks. All the mechanical and electrical equipment shall be placed above trolley top plate as far as practicable. For any parts placed below the trolley top plate, access for maintenance, repair and replacement shall be provided. Handrails shall be provided on all the four sides of the trolley

The trolley shall be fitted with substantial safety stops to prevent the trolley from falling more than 25 mm in the event of breakage of a track wheel, bogie or an axle. This safety stops shall not interfere with the removal of wheel.

The trolley shall be provided with lifting pads for jacking up the trolley in case of wheel removal. The jacking pads shall be at a height of about 300mm from the rail level and shall not interfere with the removal of wheels.

05. TROLLEY RAIL: Trolley track rails made of rail steel shall be clamped to the girders with double bolt clamping plates spaced not more than 900 mm apart with welded alignment blocks between every two clamps such that the distance of a clamp from any adjacent alignment block shall not be more than 450 mm. Rails shall be prevented from creeping in the longitudinal direction by rail stops, welded. Rails shall be made continuous by welding standard lengths. At splice joints, rails shall be welded at site and as such, edge preparation of the rails shall be done in the shop as per standard practice. For double web box girders, rails shall be fastened by clamps held by studs welded to cover plates, spacing of clamps and alignment blocks being as stated earlier.

06. REPAIR CAGES. Repair cage shall be provided on the inside of the end carriage for attending to the Drag Chain system and trolleys. Repair cages shall also be provided at the corners of the crane, if required, to facilitate removal of long travel wheels. The repair cages shall be minimum 1000 mm wide and shall be such that two persons can work comfortably in the space provided. The floor of the repair cages shall be about 1500 mm below the L. T wheel centres except the one on which the Drag chain system & pendent cable trolleys are mounted, where it shall be suitably adjusted.

The cages shall be of structural steel and shall be made substantially rigid by gusset plates and braces welded or bolted. Repair cages shall be provided with

Page 38: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

railings on all sides except for the repair cages on the down shop lead side, which shall be provided with easily removable type protection guards on three sides for safety reasons.

II C. MECHANICAL DETAILS 01. DESIGN OF MECHANISMS.

In the design of components on the basis of ultimate strength the value of stress factor used shall be the product of the basic factors and the duty factor for the appropriate mechanism class. The basic stress factor shall not be less than 5 and the duty factor, impact factor, basic stress factor, safety factor etc. shall be in accordance with provisions given in section 20 of IS 3177 – 1999 for group classification M5.

02. ROPE DRUMS:

Rope drums shall be fabricated or of cast steel. All fabricated rope drums shall be stress relieved. The length of the drum shall be sufficient to accommodate in one layer the length of rope requisite for the specified lift and in addition, not fewer than three dead turns at each anchored end and at least one spare groove at the other end. Each rope end shall be clamped with minimum two clamping wedges with at least two numbers of bolts on each clamping. Rope drum shall be designed as specified in section 8.4 of IS 3177 – 1999 in general.

03. STEEL WIRE ROPES

i) The ropes will be regular lay, right hand, as specified in IS: 2266 & IS 3973. ii) The wires shall be made of steel with tensile designation 1960 (minimum

tensile strength 1960 MPa). Size selections of wire ropes in general shall be as per section 8.3 of IS: 3177-1999 and as per IS 13870: Part 1: 1993 /ISO 4308-1: 1986 Cranes and Lifting Appliances - Selection of Wire Ropes - Part 1: General

iii) The factor of safety shall be 6.0, Core shall be IWRC. 04. ROPE SHEAVES:

All sheaves shall be of forged steel or cast steel. All sheaves shall be identical; however, exception may be made for equalizer sheave. The equalizer sheave / bar shall be mounted where feasible above the trolley floor and shall be easily accessible and removable from the floor of the trolley. Equalizer sheave / bar shall be arranged to turn and swivel in order to maintain proper alignment under all circumstances. All sheaves shall have guards, which fit closed to the flange having a clearance not more than 1/3rd rope diameter between sheave and inside of guard. Equalizer sheave / bar shall be mounted on roller bearings and not on ball bearings. Design of sheaves in general shall be as per section 8.5 of IS:3177 – 1999.

Page 39: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

05. RAIL WHEELS:

Rail wheel shall be double flanged with straight tread unless guide rollers on sides, to take up horizontal thrust, are provided. The wheels shall be capable of taking up misalignments in span as specified. Wheels shall be of forged steel. Minimum diameter of wheels for cross travel shall be 250 mm. minimum dia. of long travel wheels for class M5 cranes shall be 315 mm. Minimum hardness of wheel tread shall be 300 BHN. General design of wheels shall be as per section 8.6 of IS:3177 – 1999.

06. BUFFERS:

Rubber buffers shall be fitted on the four corners of the crane and also on the four ends of the bridge girders (and not on the trolley frame) for soft dashing of crane and trolley respectively and between cranes. Buffers shall be rigidly bolted in place preferably along the Centre line of crane rail or trolley rail as the case may be, such that the bolts are not in direct shear. Buffers shall be positioned in the same line/ axis for both the cranes.

07. DRIVES: For class 2 duty cranes not less than 50% of the long travel wheels shall be positively driven unless agreed otherwise by the purchaser. The long travel shafts shall be supported on bearings at approximately 3 m Centre or less. Shaft couplings shall be as near as possible to the bearings. Shafts shall be easily accessible throughout their length and shall be designed as far as practicable inter-changeable lengths, the end and centre sections being as short as possible. Where applicable the driving pinions shall not interfere with the removal of wheels. Angular deflection of the line shaft at torque corresponding to 1.33 motor rated torque during acceleration shall not exceed 0.10 deg./m of shaft length. In case of L.T. drive located at the span Centre, half the above torque, i.e. 2/3 of motor torque shall be taken for each half of the shaft. The L.T. drive shaft minimum diameter shall be not less than 100mm. The offer will be rejected if the L.T. shaft minimum diameter is less than 100mm. All parts of the long travel drive shall preferably be located above the top platform. No part of cross travel drive shall be located below the trolley platform. Refer section 8.2 of IS: 3177 – 1999. Wheel mounted drives can be provided LT drive of cranes that are having spans more than 20meters.

08. GEARING: (Standard make gear boxes shall be used in EOT cranes for all drives)

Straight and helical spur gearing shall normally be used for all motions. Worm and bevel gears shall not be used without specific permission from purchaser. First and high-speed reductions shall be through helical gears. All first reduction pinions and also other pinions if feasible shall be integral with shafts. All gears shall be of hardened and tempered alloy or carbon steel with machine cut teeth. Gear teeth shell is preferably cut in metric module system. All gear teeth shall be ground smooth to give less noise while running.

Page 40: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

09. GEAR BOXES: (Standard make gear boxes shall be used in EOT

cranes for all drives) All gears shall be completely covered or guarded by covers firmly attached to brackets. All gears shall be enclosed in oil tight casings except where not possible. All gear shafts shall be supported on bearings mounted in gear box unless specifically agreed otherwise. In case of totally enclosed gear boxes splash or automatic lubrication system shall be used. The gearboxes shall be fabricated or of cast steel. Fabricated gearboxes shall be made of minimum 8 mm thick steel plate. All fabricated gearboxes shall be stress relieved. Covered shall be split horizontally at each shaft centre line and fastened and arranged so that the top half can be removed for inspection and repair without disturbing the bottom half. Directly above the mesh line of teeth, there shall be hand-holes with oil tight bolted covers. The gear box shall be provided with breather vents, oil level indicator, dipsticks and easily accessible drain plugs. Radial clearance between the gear box inner surface and the outside diameter of the gears shall be at least 1¼ times the depth of the largest gear tooth inside the gear box or 20 mm whichever is higher. The physical clearance between the pinions shall be at least 20mm. No oil leakage is allowed from gearboxes. Standard gearboxes from reputed manufacturers shall be used in all drives of cranes.

10. BEARINGS:

Ball and roller antifriction bearings of FAG, SKF, TIMEN make shall be used throughout the drives except where specified otherwise. Rated life of ball and roller bearings shall be not less than total life in working hours given under “01. Design of Mechanism”. Life of bearing shall be calculated in accordance with manufacturer’s recommendations. All bearings housings shall be made of cast or wrought steel bolted to a rigid portion of crane structure by at least 4 bolts except for intermediate line shaft bearing housings which may be bolted by at least 2 bolts. Housings shall be split on the shaft centre line to permit removal of the shafts. The underside of the base of each bearing pedestal shall be machined and shall bear upon a machined surface. Refer section 8.7 of IS – 3177 – 1999.

11. COUPLINGS: As far as possible gear boxes directly mounted with motors (Geared motors) shall be used for all drive motions of cranes. Motor shafts shall be connected to gear extension shafts through flexible shock absorbing couplings. For driving hoist drum, geared couplings shall be used between hoist rope drum and hoist gearbox out-put shafts. Geared couplings shall be used for connecting intermediate lengths of long travel and cross travel shafts. Geared or universal couplings shall be used between gearbox output shaft and intermediate shaft or end shaft. Between intermediate shaft and end shaft and between end shaft and wheel axle, any other special coupling which can give better and more reliable service may be used after obtaining specific approval of the purchaser. Refer section 8.9 of IS: 3177 – 1999.

Page 41: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

12. LIFTING HOOKS:

Standard single shank point hooks shall be used unless otherwise specified. These hooks shall confirm the latest edition of IS:3815/15560 or to the relevant Indian standards specification. Safety latch should be provided to the hook such that the rope does not slip out of the hook. Refer section 8.1 of IS: 3177 – 1999.

13. BRAKES:

Electro hydraulic thruster brakes shall be used for all drives in crane. Brakes shall be provided for all drives of cranes. Brake shall be mounted on the input pinion shaft of the gear train. The brake shoes shall be of hinged type. Brake levers shall be forged or fabricated or cast steel. Hinge pins shall be of hardened alloy steel and shall be lubricated. These hinge pins shall be provided with steel bushes at bearing point. Brake drums shall be forged or of cast steel. Drums shall be completely machined and dynamically balance. Width of the brake drum shall be 5 to10mm more than the width of the brake shoes. Hardness of brake drum shall be 38 – 43 Rc. No oil leakage is allowed from thruster brakes. Braking path shall be calculated as per is 3177.

i. Hoist mechanism shall be provided with two brakes. Each brake shall be designed for a minimum of 200% static moment considering that the full load can be held by one brake alone. This shall also apply to single drive with two brakes.

ii. The brakes for long and cross travel motions shall be designed from the following

consideration:

a) Braking against travelling shall be capable of arresting the motion within a distance in meters equal to 10% of the speed in m/min. When travelling at rated speed with rated load.

b) The retardation due to braking shall not exceed the values given in the table below to avoid skidding wheels.

Table –2

Retardation, according to percentage number of Working condition Driving wheels in ‘m/sec2 ‘

100% 50% 25%

Indoor (When = 0.1) 1.5 0.75 0.45 Refer section 8.12 of IS: 3177 – 1999.

Page 42: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

14. BOLTS AND NUTS: All bolts, nuts, washers, etc. used in this crane shall be galvanized as per IS;

1367 part 13Refer section 8.10 of IS: 3177 – 1999

II D. ELECTRICAL DETAILS 01. SCOPE OF SUPPLY

The scope of supply shall cover all items of electrical systems commencing from main cable. The crane electric includes VFD panel consisting of VFD Drive system, switch gears, control transformer, DBR panel etc., motors, brakes, limit switches, power and control cables, encoder, socket outlets, lighting fittings with lamps, DSL, Cable drag chain system, Pendent, push button station and equipment earthing. All sundry erection material required for installation and connecting up of electrical equipment with cable laying and fixing accessories shall be included in the scope of supply by the tenderer.

a. CLIMATIC CONDITIONS The equipment offered shall be suitable for tropical and humid climate.

For purpose of equipment selection and specially for de rating the capacities of drive motors and power cables, the ambient temperature condition specified in salient features shall be taken as the basis.

The design shall consider ambient temp of 500 C and saline atmosphere.

The equipment on the crane shall be suitably protected against damage from radiant heat and shall be rendered proof against ingress of dust and vermin.

02. STANDARDS:

The equipment shall be selected, assembled and tested as per guide lines provided in the latest edition of Indian Standard Specification IS: 3177 - 1999 or class M5 duty cranes subject to any modification and requirements specified by the purchaser.

03. POWER SUPPLY CONDITIONS

The power, on the bay down-shop leads shall be available at 415 Volts, 3 phase, 4 wire, 50 HZ. The power and control equipment selected shall be suitable for operation on ± 10% variation in the voltage and ± 3% variation in supply frequency.

The following voltage shall be used in the cranes:

i) 415 volts, 3 phase, 50 HZ A.C (unearthed system) :For drive motors

ii) 110V volts single phase, 50 HZ, A.C : Control circuit in VFD panel.

Page 43: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

04. CURRENT COLLECTION

a) CABLE DRAG CHAIN SYSTEM Location of main switch is at VVVF Drive panel room at 1m height from the ground. Supply and routing of cable through cable drag chain system is included in the scope of supply. The power supply from VVVF Drive panel at adjacent room and from there it shall be brought to all motorbrakes etc., Erected on EOT Crane Crab through suitable cable drag chain system. The power supply arrangement shall be provided through cable drag system of IGUS / Lapp make.

05. MOTORS

All crane motors shall be non flameproof squirrel cage induction motors. Motors shall have S4 DUTY, 60% CDF, min of with 300 starts per hour. The motor shall be non flameproof. The motor shall be inverter duty suitable for operation with VFD. The motors shall be provided with thermistor embedded in the all three winding and interfaced with Drive for tripping in case surface temperature exceeds 1350C.

a) HORSE POWER The service factors shall be taken for selection of motors for long and cross travel motions as per Annex-C of is 3177-1999.

Motor selected are such that the maximum current drawn with full load should not exceed 80% of the full load rated current of the selected motor. Motors shall have 120% of torque rating over the calculated torque requirement.

b) TORQUE The pull out torque of the motors at rated voltage and frequency shall not be

less than 2.75times the nominal torque

06. CRANE CONTROL

On all motions, the circuit shall be so designed that brakes come into operation immediately in the event of tripping of main circuit breaker. Additionally, the control circuit shall be so designed that following functions are fulfilled.

Hoisting shall take place only when hoisting push button is pressed in position up to rated load, lowering shall take place only when hoist lowering push button is pressed in position. Both the push buttons should be interlocked such that only one direction operation is possible at a time. This type of control should be followed for all the motions of the crane.

07. PENDENT CONTROLLERS.

Normal push button station with intrinsic safe barrier Isolation shall be used. OFF push button shall be of lockable type (with key) so that power and control supply

Page 44: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

is cut off when the crane is not in use to prevent inadvertent operation. Push button shall be provided for lights. Indicating lamps for power and control ON, emergency switch shall also be provided on the pendant to cutoff control power supply. The pendant station shall be suitably supported by means of a SS chain and it shall be ensured that no strain is caused to the pendant cable. A minimum of two spare cores shall be provided in the pendant cable. The pendant station shall move along the bridge girder on four wheeled cable trolleys with antifriction ball bearings running on a separate track. Each trolley shall be provided with buffers to avoid entanglement. Tension coming on the cable due to trolley movement shall be avoided by provided SS chain between trolleys. The Push buttons in pendent to be interfaced with VFD panel through intrinsic safe isolators.

08. VFD Drive panel:

All VFD Drives, power and control contactors DBU, D BR, etc., in Drive panel and

power, auxiliary contactors, MPCB etc., shall be pr ovided in adjacent service room

or Siemens automated system. The panels shall be of Rital make. In case of failure

of VFD Drives operations shall be possible to carry out through Redundant VFD

system with by changeover switch arrangement throug h control & power switch

gear arrangement. Hoist/LT/CT operation shall be pr ovided with Redundant

arrangement.

Terminal strip shall be fixed inside the panel preferably in horizontal manner leaving enough space underneath the panel for termination of cables in a convenient manner.

All equipment inside the panel shall have permanent identification labels in accordance with circuit diagram as also the power and control terminals. Suitable ferrules shall be provided inside the panels at the ends.

The details are provided in Annexure-Vl.

09. LIMIT SWITCHES: All hoist motions shall be provided with limit switches to prevent the crane hook

from over hoisting and over – lowering. Two limit switches shall be provided for proper back up protection. The first limit switch to act in the event of over hoisting and over lowering. This shall be screw type with self resetting feature and be incorporated in the control circuit of the respective drive motor. The second one shall be of gravity operated hand resetting type switch connected in the trip circuit of the main incoming current breaker. The second limit switch shall act only to prevent over hoisting limit switch incorporated in the motor control circuit shall be made to act first but in case this limit switch fails to operate, the second limit switch connected in the main incoming circuit

Page 45: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

breaker’s control circuit shall operate and trip the breakers. All the limits switches shall be suitable for dual drive VVVF drive for main and redundant drive.

10. BRAKES: All motions of the cranes shall be provided with non-flame proof A.C Electro-

hydraulic thruster brakes to arrest the motion safely. This brake should be provided with brake release mechanism. The Brakes shall be protected with suitable MPCBs.

The torque capacity of brakes shall be 2.0 times th e rated full torque of the selected motor for hoist. The torque capacity of br akes for LT, CT shall be 1.5 times the rated full torque of the selected motor.

The brake logic shall be through VVVF Drives. There shall be Two brakes for Hoist one will act as Main and other one will act as redundant brake. Each brake shall operate two no’s of contactors connected in series driven by two number of VFD output relays. This arrangement will prevent brake opening in case of drive relay/contactor welding.

11. LIGHTING:

Four numbers of under slung non flame proof lamps of 100W LED and with

shock absorbing & anti swing suspension shall be provided for uniform floor illumination. Lighting transformers shall have 50% reserve capacity. Lighting control ON/OFF shall be possible from pendant station. The light fittings shall be so located that free access for maintenance is possible.

12. CABLING:

All wiring for power control, lighting etc., shall be carried out with 1.1.K.V grade PVC flexible armored copper conductor cables. All power cables shall be minimum 4sq.mm Cu and control cables minimum 2.5 sq. (cu). Cable cores shall be of stranded construction.

Cable selection and routing on the crane shall form part of the crane design. Selection of cable sizes shall take into account the following factors.

a) Ambient derating factors b) Group rating factor. c) Intermittent duty factor.

Suitable cable trays firmly secured to crane structure shall be provided with due regards to cable weight and vibration encountered. Cables shall be routed so that they do not constitute a safety hazard, pose any obstruction to free movement of personnel, and properly laid to present an orderly appearance.

Page 46: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

13. IDENTIFICATION OF CIRCUITS, CABLES ETC.

Labels of permanent nature shall be provided on supports of all switches, fuses, contactors, relays etc., to facilitate identification of circuits and replacement. All panels, are to be properly marked for each motion. All power control cables, lighting and other cables are to be tagged at both ends as per cable number indicated in the tenderer ‘s drawing. All equipment terminals are also to be marked likewise.

14. EARTHING:

The fourth conductor of down shop leads shall be earthen at both ends and

serves as the earthing lead to the crane. The crane structure shall be made continuous by providing jumpers over riveted or bolted joints and the structure is earthed through the fourth set of main collectors and earth lead. All electrical equipment mounted on crane shall be connected to the crane structure by means of earthing links.

Flexible cables shall have a separate earth core serving as earth lead for

satisfactory earth connection of equipments. Additional earthing shall be provided for earthing the crane track rail independently to the ground. Along with cable an additional wire braided flexible copper strip of 12mm wide shall run as a special earthing from the power source given by purchaser up to the main protective switch gear.

Along with pendent control cable an additional wire braided flexible copper strip

of 12mm wide shall run as a special earth from the control panel up to the pendent station.

Independent earth strip shall be provided for rail earthing from body earthing available at bottom in Bay.

Page 47: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

Annexure – VI

DUAL VVVF DRIVE FOR EOT CRANE

Make: SIEMENS /ABB

Redundant Drive arrangement :

There shall be Redundant Drive arrangement for each Hoist/CT/LT movements.

The changeover main to Redundant Drive system through manual changeover switch with control & Power circuit inter locking to ensure only one drive system at a time feeding each motion.

Drive Programming Unit :

The drive parameters shall be set properly for allowable brake path by authorized Siemens service engineer having good experience in drives related to EOT cranes. The tenderer shall furnish total parameter list in CD. Hard copy of programming parameters shall also be supplied.

SPECIFICATIONS OF VVVF DRIVE

1 Input Power Supply

415 V AC +/- 10%, 3 Ph, 50 HZ +/-3%

2 Drive Rating The continuous current rating of the VFD drive shall be than motor current and next available size to be selected.

3 Basic Design Particulars

IGBT based Vector controller closed loop encoder feedback for Hoist and CT & LT without encoder feedback.

4 Over Load Capacity

150% of the rated current for 1min.

5 Speed Requirement

a) The hoisting and travel drives shall be provided with VVVFD for varying the speed to creep speed in inching mode through push button as Digital input to Drive control unit. b) There will be two levels of speed requirement (Main speed and creep speed) for each movement in inch mode by independent push button inputs. Each Hoisting/travel Movement will be provided with One set of push buttons for Main speed and one more set for creep speed. The speed control Logic to be executed with four digital inputs.

6 Ambient Temperature

The ambient temperature shall be minimum 500C

Page 48: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

7 Crane control

1. Motor and Brake Torque Proving:

1.1 Precise coordination between motor and brake to extends brake life and lower maintenance costs. 1.2 The drive shall completely control motor torque, a brake shall be required only for holding and emergency stopping in case of power outages or faults. 2. Dual Upper and Lower Limit Switch Inputs:

2.1 To accommodate limit-switch inputs on both the upper and lower travel of the hoist. Operation of the rotary limit switch in either direction shall stop the hook motion; operation of the counter weight limit switch will be considered as emergency stop and further movement in hoist direction is prevented.

8 System I/O 1.Digital inputs. 2.Digital outputs. 3.Relay O/P (programmable).

9

Panel for Drive

A) Sheet steel used for fabrication of metal cabinet for drive panel shall be of cold rolled type and of thickness not less than 2 mm. Non - load bearing side may be of 1.6 mm thick sheet.

B) The cabinet shall be floor-mounting type and shall be provided with lockable - hinged door at front with handle. Hinges should be of stainless steel or alloy steel.

C) Durable gasket shall be provided for all doors and covers and for all partitions between adjacent units. The gasket shall be of sponge rubber synthetic rubber and shall be adequately secured. Barrier shall be provided/between power equipment and control equipment. D) Internal control & power wiring shall be routed separately to have better noise immunity. E) The control and power terminals shall be such that each and individual terminal shall be accessible for maintenance without effecting the wiring at any other terminal.

F) Power & Control Supply: 415 v +/- 10%, 3Ph, 5 Hz +/-3% Fault Level 50KA for 1 sec, Control supply, 110V AC, 1Ph.

G) Insulation level: With 1000V Megger.

H) Painting Procedure: Powder Coating after seven tank process.

I) Control Wiring: 2.5 Sq.mm Flexible Copper Wire, 1.0 Sq.mm Flexible Copper wire for VFD.

Page 49: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

J) Power Wiring: Min 4Sq.mm Flexible Copper Wire.

K) Main Plate Name Plate & Component label: Acylic Engrave with Black Back ground and White Lettering.

L) Shrouding: Acylic Shrouded are provided for all live supply.

M) Terminal Clearance: Terminals should be provided at min 250mm distance from bottom of panels.

N) Component Clearance: Bottom row of components should be at min 350mm distance from bottom of panels.

O) Panel Make: RITTAL/Siemens system house

P) Cooling: Panel A/C to be provided.

10 Choke or Filter

1. AC input choke of suitable rating shall be provided to limit THD as per IEEE 519.

2. Suitable choke (with mH rating, 3 phase) at input side shall be provided and shall have following minimum requirement. i) Nominal operating voltage = Rated voltage of the drive. ii) Maximum current Imax= 2x I rated for 1 minute. iii) Grade of core material CRGO. iv) Temperature rise at I rated=95 deg C. v) Insulation class H vi) Insulation resistance at 1100 V dc, between winding to core more than 100 M Ohms.

11 Operating Panel

Advanced operating panel (AOP) Shall be mounted on the front door of the cubical. The same unit shall be used for programming, fault messaging and running status. Each panel for Hoist/ CT/LT shall be provided. (03 No’s)

12 Dynamic Braking

1. VFD shall be offered with dynamic braking function, a dynamic braking module consisting of power electronic switch (IGBT) and discharge/ braking resistor shall b e provided.

2. The braking resistor of a hoisting drive shall be selected considering the possible lowering height of the load being lowered at the maximum speed. .

3. The sizing of the braking resistor shall take into consideration the regenerative energy due to overhauling load and the lowering time for full height of lift at full load. The peak/short time/continuous ratings shall be indicated.

4. The Hoisting drive should preferably have the flexibility of connecting external Dynamic braking module.

Page 50: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

5. For cross traverse and long travel motions, the braking resistor shall be capable of absorbing the regenerative energy during deceleration of the motion also taking into account the possibility of a swinging load (the load and load attachment included).

13 Dynamic braking Resistors

1. Necessary calculations to be submitted before choosing of DBR rating. Full height lift, speed and rated load shall be considered in arriving DBR sizing.

2. Dynamic Braking Resistors shall be adequately protected to prevent contact with live parts.

3. Dynamic braking Resistors shall be mounted in pressed sheet steel and plates with drip proof and louvered side covered in separate units. All resistors shall be located on alongside and adjacent to control cabinet with provision of at least 100 mm clear space at front and rear of each panel.

4. Dynamic braking connecting resistor temperature of any exposed portion of the resistor enclosure shall not exceed the limits set by standards.

5. There shall be thermistor protection to trip DBR from drive for excessive temperature rise.

6. The braking resistor shall be thermally capable to absorb the re generative energy during successive drive cycles of the application. Tolerance in breaking resistor is +/- 10%.

14 Compliance

1. VFD shall comply IEC-61800 standards towards VFD functional Safety and Electromagnetic compatibility.

2. VFD shall be provided with safety listing mark from UL.

15

Redundancy

features

Each Hoist/ CT/LT shall be provided with Main & Redundant VVVF drives with changeover arrangements by manually actuating power & control switches.

Necessary interlocking shall be provided such that only one Drive shall be in circuit.

16 Special feature All power components other than VFDs such as contactor’s etc shall be rated 150% of the nominal rating of the system.

17 Brake contactor Two brake contactors/brake in series shall be incorporated

18 Emergency stop

Independent tenderer shall operate on the operates of emergency stop

19 Brake relay There shall be two independent drive relay to be assigned for operating two brake contactors connected in series.

Page 51: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

ANNEXURE – VII

THE PARTY SHALL SUBMIT THE FOLLOWING

TEST CERTIFICATES ,INSPECTION REPORTS & MAINTANACE CATALOGUES

• Raw Material Test Reports

• Welding Procedure Specifications(WPS)

• Welding Procedure qualification/Procedure qualification Records(PQR)

• End Carriage Inspection Reports

• DP Test Reports of fillet weld joints of girders

• NDT Level II Certificates

• Rope Drum SR Charts

• Rope Drum fillet joint DP Test report

• Gear Box Reports & lubrication charts.

• Dimensional Reports including tolerances of Key & Key ways of Gear Box,

• MH, LT, CT & Wheels and shafts.

• Key material Test certificates

• CT/LT Wheel Physical /Chemical Reports

• Wheel Hardness Test Reports

• Wheel UT Report

• Wheel Dimensional Report

• Hook Test Report with twice its SWL at govt approval test house/dock labour board.

• Coupling Test Certificates

• Dimensional Reports of Couplings

• Brake Drum Dynamic Balancing Reports

• Material & Dimensional Report for Sheaves

• Inspection Report for lower block assembly

• Wire rope Test Certificates

• VFD panel test report for HV & Dielectric strength test.

• Motor Routine Test Certificate

• Test certificate for IGUS cable.

• Brake Test Certificate

• Inspection Reports as Per ISRO Crane Test Procedure

• Electrical wiring diagrams, control drawings.

• Cable routing diagrams showing cross sectional details of clamping/fixing arrangement of cable etc.,

• Maintenance Catalogues of motors, Brakes, Gear Boxes and VVVF Drive systems.

• Painting Inspection Report.

• Inspection Release Note & Inspection Report

• Load test report

Page 52: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 1 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Pe

rfo

rme

d

Witn

esse

d

Ve

rifie

d

A B C D E F G H I J K 1 End carriage, crab,

frame etc.

1.1 Materials - Plates

Chemical / Physical Major T.C. Correlation if not available then check test

One per heat Component drawing/ Specs./ IS 2062

Component drawing / Specs./ IS 2062

Material TC or Supplier's Test Report 3 2 1

For plate of thickness>=25mm,UT Red

Reports / TC review.

Lamination /Internal Major UT 100% ASTM A-435 ASTM A-435 IR 2 - 1

1.2 Welding Welding procedure & Welders qualification.

Critical Test piece visual & physical test.

One for each position

ASME Sec.IX ASME Sec.IX PQR format 2 1 1

1.2.1 Load Bearing Butt welds

a)Welding quality & Surface defects

Critical D.P.Test 100% IS:3658 IS:3658 Supplier's IR 2 - 1 Use weld gauges

b)Sub surface defects Critical Radiography As per component drawing.

ASME Sec.VIII Div I

ASME Sec.VIII Div I

Supplier's IR 2 1 -

Review of radiography films by I.A.

1.2.2 Other than load Bearing Butt welds & fillet welds

Surface defects & Size Major Visual & DPT 100% Visual check DP test 10% random

2 - 1

Use weld gauges

1.2.3 Final Welding Inspection

Visual Inspection Major Inspection of Welding quality

100% Visual Visual Supplier's IR 2 1 -

Visual final stage.

Page 53: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 2 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K 1.2.4

End Carriage inspection

Visual, Welding Measurement

Major Visual & welding quality

Visual 100% DPT-random of 10%

Component drawing

Component drawing

Supplier's IR 2 1 -

1.2.5 Final Inspection of fabricated components

Dimensional conformity

Major Measurement 100% Component drawing

Component drawing

Supplier's IR 2 - 1

Review of reports at final stage

2 OTHER FABRICATED COMPONENTS

2.1 MH, AH, LT & CT Gear box, Housings

Stress relieving Major Verification 100% Mfg's std. Stress relieving chart

Supplier's IR 2 - 1

SR chart will be reviewed by I.A.

Surface defects & dimensional check

Major Visual/DP Test/ Measurement

DPT 10% random & 100% visual

IS:3658/Component drawing

IS:3658/Component drawing

Supplier's IR 2 - 1

2.2 ROPE DRUM Welding Joint quality & Weldment defects

Critical Visual/DP Test/RT/ Measurement

100% Component drawing

ASME Sec.VIII Div I

Supplier's IR 3/2

2` 1 Examination of RT films by I.A.

ROPE DRUM

Stress relieving Major Verification 100% Mfg's std. Stress relieving chart

Supplier's IR 3/2

2 1

2.2.1 RT of rope drum joints

Sub surface defect Critical Radiography As per component drawing

ASME Sec.VIII Div I

ASME Sec.VIII Div I

Supplier's IR/Vendor TC 2 - 1

Examination of RT films by I.A. For seamless pipes no RT.

Page 54: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 3 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K 2.3 a) Platform

b) LT Frame c) Hand Rails

Dimensional Conformity

Minor Measurement Critical dimensions 100% others at random

Component drawing

Component drawing

Supplier's IR

2 1

3 MECHANICAL COMPONENTS

3.1 MH, AH , CT & LT Gear box Gears , Pinions and axles

Mfr's TC with chemical composition & physical properties Dimensional conformity Checks & Inspection of Key way milling

Major Correlation with TC

100% Component drawing/ Specification IS:1570 / BS 970

Component drawing/ Specification IS:1570 / BS 970

Mfr's TC/ Supplier's IR

2 - 1

All the keys &keyways shall be checked by TPIA before assembly. Reports shall be furnished with tolerances & dimensions

3.1.1 LT & CT Shafts Straightness &

Dimensional conformity Checks & Inspection of Key way milling

Major Correlation with TC

100% Component drawing/ Specification IS:1570 / BS 970

Component drawing/ Specification IS:1570 / BS 970

Mfr's TC/ Supplier's IR

2 1 1

All the keys &keyways shall be checked by TPIA before assembly. Reports shall be furnished with

tolerances & dimensions 3.2

Machined components for MH, AH , CT &LT Gear box

Hardness Dimensional conformity.

Major Measurement 100% Component drawing

IS:2048

Component drawing

Supplier's IR

2 1

3.2.1 Gear box Dimensional conformity/ Inspection of machine surface of gearbox base.

Major Measurement 100% Component drawing

IS:2048

Component Drawing.

Supplier's IR

2 1

Page 55: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 4 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K

3.3

Gear box assembly (no load run test & load test)

Hardness of gear teeth and grinding of Contact surfaces Backlash,

Number of bearings. Oil seals, key way and keys.

Noise level & Bearing temperature.

Major Measurement & no load running

100% Component drawing / Specification

Component drawing / Specification Noise level of gear box < 80db

Supplier's IR

2 1 -

Review of reports/ Load Test witnessed by I.A.

3.4 Pulleys, Couplings, Buffers, Plummer blocks & other components

a)Material (Cast Steel and Steel)

Chemical & Physical as applicable

Major Correlation with TC / Check test

100% Component drawing / Specification

Component drawing / Specification Noise level of gear box < 80db

Mfr's TC

3 - 1,2

Review of Test certificates of all bought out components. by I.A. and issue Compliance certificate

b) Dimensional Inspection

Visual Inspection / Dimensional Inspection

Major Visual Inspection / Measurement

100% Component drawing

Component drawing

Supplier's IR 3 - 1,2

3.5 LT & CT Wheel

a)Matl. Forged

Mfr's TC with chemical composition & Tensile strength

Major TC correlation if not available then check test for chemical

one per heat Component drawing / Spec. IS:1578 /BS 970

Component drawing / Spec. IS:1578 / BS 970

Mfr's TC / Supplier's Report 3/

2 1

Page 56: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 5 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K UT Major UT checking 100% ASTM A-388 ASM A-388 Supplier's IR

2 - 1 Reports/TC will review by I.A.

b) Machined Dimensional Conformity

Major Measurement 100% Component drawing

Component drawing

Supplier's IR

2 - 1

c) Material Hardness Major Measurement 100% Component drawing

Component drawing

Supplier's IR

3 2 1

3.6 Snatch block assembly

Dimensional Conformity

Major Measurement 100% Assembly Drawing

Assembly Drawing

Supplier's IR 2 - 1

Review of reports by I.A.

3.7 Hook

Physical & Chemical Composition and UT

Major Witnessing / Correlation with Test Certificate.

100% Component drawing / IS – 1875

Component drawing / IS - 1875

Mfr's TC 3 - 1

Proof load test from Govt. approved laboratory.

Proof Load Test Major Testing 100% Component drawing

Component drawing

Mfr's TC 3 - 1

Stress relieving Major Verification 100% Component drawing

Component drawing

Vendor TC 3 - 2/1

3.8 Brake drums

Chemical & Physical as applicable and Dynamic balancing. Key way and key.

Major Correlation with TC / Check test

100% Component drawing / Specification

Component drawing / Specification

Mfr's TC

3 - 1,2

All the keys &keyways shall be checked by TPIA before assembly. Reports shall be furnished with tolerances & dimensions

Page 57: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 6 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K 4 BOUGHT OUT

ITEMS

4.1 Wire Rope

Dimensional,

Lay, core and stands.

Major Mfr's TC 100% Component drawing/ BOOM

Component drawing / BOOM

Mfr's TC 3 - 1

Review of Mfr's TC by I.A.

Breaking Load Major Mfr's TC 100% IS:1364

IS:1367

IS:1364

IS:1367

Mfr's TC 3 - 1

4.1.1 Bearings Specific brand conformity.

Mfr's TC

3 1

4.1.2 Machined Bolts & Nuts

Dimensional, visual, chemical/ physical

Major Mfg TC Random Drawing Drawing Supplier IR, MFG TC

3 1 Use No black bolts and taper washers

5 ELECTRICAL ITEMS

5.1 Electrical Control Panel

Dimensional, Visual Sequence / Functional and high voltage Test

Major Electrical test 100% Electrical Circuit diagram/ Approved drawing/ Specifications

Approved drawing/ Specification.

Supplier's IR

3 1

Review of test certificates of all bought out items by IA

5.2 Motor Visual Major Name Plate details

100% IS 325 IS 325 Mfr's TC 3 - 1

Review of TC by I.A.

Page 58: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 7 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K Routine

No load test

Major Elec. test 100% IS 325 IS 325 Mfr's TC 3 - 1

5.3 Brakes and

Break coil

Visual

Accessibility of parts.

Major Name plate details verification of TC

100% BOOM/Spec BOOM/Spec Mfr's TC

3 - 1

Review of TC by I.A.

5.4 Resistance box Megger test, Resistance value

Major Electrical test 100% BOOM/ drawing / Specifications.

BOOM/ drawing / Specifications.

Mfr's TC 3 - 1

Review of I.A.

5.5 Master controller Limit switch/Circuit breakers

Sequence, Number of cams, Idle operational test

Major Visual 100% BOM/ drawing / Specifications.

BOM/ drawing / Specifications.

Mfr's TC

3 - 1

Review of TC by I.A.

5.6 Cables Routine test Major Test One per size BOM/spec. BOM/spec. Mfr's TC 3 - 1 Review of TC by I.A.

6 ASSEMBLY OF CRANE

6.1 End carriage assembly.

Overall Dimension s Structural Alignment & LT Wheel alignment. Span measurement

Diagonal Checks

Major Measurement 100% Approved General Arrangement drawing / Specifications

Approved General Arrangement drawing / Specifications

Supplier's IR

2 1 -

Page 59: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 8 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K 6.2

Crab assembly with Main Hoist & CT machinery

Dimensional & CT Wheel alignment

Major Measurement 100% Approved drawing / Specifications

Approved drawing / Specifications

Supplier's IR 2 1 -

7 NO LOAD TEST

7.1 Main Hoist and Auxiliary Hoist

No Load test Major No Load test 100% Approved drawing / Specifications & IPSS

IS 3177 Supplier's IR

2 1 -

Measure Gear Box Noise. (Noise Level should be <80db) Follow format annexed for parameters to be measured etc.,

7.1 CT Mechanism

No Load test Major No Load test 100% Approved drawing / Specifications & IPSS

IS 3177 Supplier's IR

2 1 -

Measure Gear Box Noise.

(Noise Level should be <80db)

7.2 LT Mechanism

No Load test Major No Load test 100% Approved

drawing / Specifications

IS 3177 Supplier's IR 2 1 - Measure Gear Box Noise.

(Noise Level should be <80db)

8 TESTING

8.1 DEFLECTION TEST

With Safe Working Load

Load test Major Measurement 100% Approved drawing / Specification / IS 3177 as applicable.

Approved drawing / Specification / IS 3177 as applicable.

Supplier's IR & ISRO Format

2 1 -

Record Test procedure followed.

Page 60: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 9 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K 8.2

FULL LOAD TEST

SAFE WORKING LOAD (MH ,AH & CT)

Load test Major Measurement of speed, voltage & Current Measurement

100% Approved drawing / Specification / IS 3177 as applicable.

Approved drawing / Specification / IS 3177 as applicable.

Supplier's IR & ISRO Format

2 1 -

8.3 OVER LOAD TEST (MH, AH & CT)

Load test Major Observation and manoeuvre ability of CT & Hoist motion

100% Approved drawing / Specification / IS 3177 as applicable.

Approved drawing / Specification / IS 3177 as applicable.

Supplier's IR & ISRO Format

2 1 -

9 GANTRY GIRDER AND RAIL ALIGNMENT

Span, Level, Joints and Anchoring of girders

Major Measurement 100% Approved drawing / Specification / IS 3177 as applicable

Approved drawing / Specification / IS 3177 as applicable

2 1

10

LOAD TESTING AFTER ERECTION AT SITE.

10.1 No Load Test

Functional checks of all motions, limit switches and Safety Inter locks

Major 3/2 1

10.2

Deflection test with full load

Load test Major Measurement 100% Approved drawing / Specification / IS 3177 as applicable.

Approved drawing / Specification / IS 3177 as applicable.

Supplier's IR & ISRO Format

3/2 1 -

Page 61: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

INSPECTION PLAN FOR EOT CRANE ANNEXUXE-VIII

Legend 1 Inspection Agency 2 Vendor (Suppliers) Signature Date Place 3 Sub Vendor / Supplier Designation Page 10 of 10

# Components/ Operations

Characteristic to be checked

Category Type /

Method of check

Extent of check

Ref. Document

Acceptance Norm

Format of record

Agency

Remarks

Per

form

ed

Witn

esse

d

Ver

ifie

d

A B C D E F G H I J K 10.3 Full load test

(MH,AH, CT & LT) & Safety Mechanisms.

Load test Major Measurement of speed, voltage & current measurement

100% Approved drawing / Specification / IS 3177 as applicable.

Approved drawing / Specification / IS 3177 as applicable.

Supplier's IR & ISRO Format

3/2 1 -

10.4 Brake Test

Brake holding Test

Brake path test

3 1

10.4 Over Load test 125% of Full Load (MH, A.H, CT & LT)

Load test Major Observation and manoeuvre ability of CT & Hoist motion

100% Approved drawing / Specification / IS 3177 as applicable.

Approved drawing / Specification / IS 3177 as applicable.

Supplier's IR & ISRO Format

3/2 1 -

Examine for weld cracks etc.,

11 Painting

3/2 1

12 Safety features

3/2 1

13 Anti collision system operation

Stopping distance between cranes with limit switch and with anti collision reflector system.

Major Measurement 100% Cranes should stop using limit switch and anti collision reflector system as per specification

2 1 2/1

Stopping distance shall be measured after erecting at site

Page 62: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents
Page 63: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

Page 64: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

Page 65: Tender Specifications for Handling Systems (i.e15ton normal, DG EOT · 2019. 8. 27. · 1.4. The Proposal (Unpriced Techno-commercial bid) with a complete set of the required documents

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3