JINDAL STEEL ODISHA LIMITED
COB 5 & 6 AND CDQ AT JSOL – ANGUL
Doc. Type Technical Specification
Doc. Title Vibrating Feeder for COBP 5 & 6
Area Coke route conveyors Rev. A
Zone / Unit /
Materials Haling System
Package
A 25.04.23 Technical Specification Issued ShMo StBh TKM
0 08.02.2023 Technical Specification Issued ShMo StBh TKM
REV. PREP. CHKD. APP.
DATE DESCRIPTION
NO. BY BY BY
TABLE OF CONTENTS
Page
SECTION-I - GENERAL AND MECHANICAL .. 18
SECTION-II - ELECTRICAL & INSTRUMENTATION SYSTEM .. 5
ANNEXURES
ANNEX-1 - LIST OF APPLICABLE STANDARDS .. 2
ANNEX-2 - MAKE LIST OF ELECTRICALS .. 1
ANNEX-3 - DEVIATION FROM SPECIFICATION .. 1
-i-
SECTION-I - GENERAL AND MECHANICAL
1.0 INTRODUCTION
1.1 Jindal Steel Odisha Limited (JSOL), Angul, operates an
integrated steel plant with a capacity of 6 million tons per
annum (mtpa) crude steel production at Angul in the State of Odisha,
India. The company now intends to expand the steel making capacity up
to 12 mtpa. As a part of expansion to 12 mtpa, 2 nos. coke oven plant
will be installed. New coal and coke handling system to be installed for
two new coke oven plants.
This specification covers design, engineering, procurement,
manufacture, supply, supervision of erection, testing and commissioning
of vibrating feeder at coal Handling System covering all mechanical,
electrical and other auxiliary works required to carry out the complete
system for the 9 mtpa Phase-III expansion of Planned 6 mtpa to 12 mtpa
expansion of JSOL, being set up at Angul District of Odisha State, India.
This specification forms a part of the tender documents and shall be read
in conjunction with the same.
1.2 The Tenderer shall study the specification and satisfy
himself thoroughly regarding workability of the equipment
and their suitability in the system duly considering the system
requirement described in this specification and shall take full
responsibility for the operation of each equipment and the system as a
whole as regards guaranteed performance and smooth, reliable working.
1.3 All the equipment to be supplied against this specification
shall be complete in all respect and any item which is
essential for proper design and operation but not indicated in the
specification shall have to be included by the Tenderer.
1.4 If the Tenderer feels that any dimensions and/or design data
for the equipment described hereafter are in his opinion
unsuitable, he shall indicate the same assigning justification and submit
the proposal on the basis of the design he considers suitable and capable
of meeting the required operating and duty requirements.
1.5 JSOL (hereafter referred as Purchaser) reserves the right to
place the order for complete system on a single party or may
split the order in any combination. Tenderer may note that there shall
not be any commercial implication in case the order is being placed
separately.
1 of 18
1.6 The Purchaser reserves the right to change the quantity
or delete any item from the scope of supply of this
specification.
1.7 The Tenderer shall sign a safety protocol with Purchaser
for safe operation and maintenance of the plant.
1.8 Civil and structural General Arrangement drawings (soft
copy in pdf only) of houses locating the Feeders shall be
provided by the Purchaser to the successful Tenderer after award of the
Contract. The same shall form the basis to the successful Tenderer for
carrying out design, engineering, manufacture, supply, testing of feeding
System covering all mechanical, electrical, utility, and other auxiliary
works as per this Tender Document.
2.0 SOURCE OF SUPPLY
2.1 This Tender is being invited for procurement of the
equipment from indigenous sources. Tenderer shall use
indigenous components to the extent possible. If any item is to be
imported, the Tenderer shall furnish a list of such components with
source/country of origin.
2.2 Purchaser reserves the right of selecting the manufacturer of
bought-out items/components for the sake of
standardisation and inventory control.
3.0 STANDARDS
3.1 In absence of standards for design, assembly and testing of
any item/components in this specification, the items/
components shall conform to the relevant Indian Standards as listed in
Annex-1 of this specification wherever applicable. In case suitable Indian
Standard is not available, Standards of International Organisation for
Standardisation (ISO), International Electro-Technical Commission (IEC)
and Standards of some other acceptable institution or generally accepted
codes of engineering practices shall be adopted.
3.2 All equipment including the electrical shall comply with the
statutory requirements of the Government of India and the
State Government of Odisha. Wherever required by regulations, the
successful Tenderer shall have to obtain the approval of the appropriate
authorities including local and central government. Any change asked
for by the authorities shall have to be carried out by the successful
Tenderer without any financial implication to the Purchaser. In case,
2 of 18
such approvals are required to be obtained by the Purchaser, all
necessary assistance shall be rendered by the successful Tenderer to the
Purchaser.
3.3 In case the offer deviates from the specification, the Tenderer
shall indicate clearly in his offer the deviations proposed by
him and the details thereof strictly as per Annex-2 of this specification.
Deviations indicated elsewhere (other than in Annex-2), shall not be
considered.
3.4 Deviations accepted by the Purchaser shall form a part of
the contract specification.
3.5 In the event of any counter stipulation made in this
Technical Specification in relation to the relevant clauses of
General Conditions of Contract (GCC)/Design Basis (DB) as enclosed
with Tender Document, the stipulations made in this Technical
Specification shall prevail.
4.0 GENERAL INFORMATION ON PLANT SITE AT ODISHA
4.1 Location
The proposed site for JSOL’s project is located in the vicinity
of the existing plant of Jindal Steel & Power Limited at Angul, which is
an Integrated Steel Plant (ISP) located at Odisha, India. The ISP is
located near the Kerjang Village, in the Chhendipada Tehsil in the Angul
District of Odisha. The general information on the proposed project site
is provided below:
Features Description
The project site is located within 20051’40” to
Location 20054’10” North latitude and 84058’23” to
85000’45” East longitude.
The plant site is bounded by SH-63 on the east
and NH-42 on the west.
NH 42 or SH-63, adjacent to the plant
boundary, connects Angul with Budhapal road
Nearest
via Chhendipada & Sarpal.
Highway
NH-42 runs along the south-west of the plant
site, at about 6 km from the plant boundary,
and connects Sambalpur to Cuttack via Angul
3 of 18
Features Description
The nearest Railway Station is Kerjang, on the
Nearest Bhubaneswar-Sambalpur line of the East
Railway Coast Railway.
Station The station is located on the southern side of
the plant site.
Nearest The nearest Sea Port is at Paradip, about 220
Sea Port km away from the site.
The nearest Airport is at Bhubaneswar (Biju
Patnaik International Airport) and is about
Nearest 150 km from the plant site and also Savitri
Airport Jindal Airport is a private/public airstrip
owned by Jindal Steel & Power located
at Angul in Angul District of Odisha.
4.2 Climatic Conditions
The climatic conditions pertaining to the plant site are
provided below:
Features Description
Maximum . 41°C
Temperature
Minimum .. 14°C.
Summer .. Average 21 %
Humidity
Monsoon .. Average 85 %
Annual average (June to September)
Rainfall
.. 1,330 mm
Seismicity Earthquake Zone-II
Predominantly north-west to south–east
Wind
Basic wind velocity .. 5 to 8.1 kmph
4.3 Medical Facilities
First aid facilities are available at plant site. Purchaser is
having their own ambulance. At Angul, in the plant site, there is a
hospital with all medical facilities.
4.4 The provision of the above information is for the Tenderer’s
general guidance only and does not in any way relieve him of
his responsibility to satisfy himself of all site conditions and sufficiency
of Tenderer.
4 of 18
5.0 OTHER REQUIREMENTS
5.1 Site Conditions
All equipment, in general, shall be designed for smooth,
efficient and trouble-free operation in tropical humid climate subject to
heavy rainfall and frequent thunderstorms. The maximum mean
temperature shall be 500C.
5.2 Accessibility and Interchangeability
All working parts, as far as possible, shall be arranged for
convenience of operation, inspection, lubrication and ease of replacement
with minimum down time. All like parts on equipment furnished, or on
duplicate equipment, shall be interchangeable.
5.3 Quality and Workmanship
Workmanship and materials shall be of good commercial
quality suitable for the purpose intended in accordance with highest
standards and practices for equipment of the class covered by the
specification.
5.4 Safety
All equipment shall be complete with approved safety
devices, wherever a potential hazard to personnel exists, and with
provision for safe access of personnel to and around equipment for
operational and maintenance functions. The design shall include all
necessary precautions and provisions for the safety of operation and
maintenance personnel. These items shall include not only those usually
furnished with elements of machinery, but also the additional covers,
guards, crossovers, stairways, ladders, platforms, handrails etc. which
are necessary for safe operation of the plant. The offer shall include all
safety items, but not be limited to the following:
5.4.1 Coupling guards
All couplings shall be covered with an appropriate guard
fabricated from steel plate and structural steel.
5.4.2 Gearing and chain guards
All geared and chain drives shall be covered with substantial
oil-tight covers made of welded plate and structural steel or castings.
Covers shall entirely enclose the gearings and shall be so arranged that
5 of 18
they can be readily removed and replaced. They shall be provided with
inspection openings with oil-tight covers.
5.4.3 Spray guards
Guards, deflectors, and/or shields shall be provided, where
required, to protect operators and sensitive equipment from deleterious
sprays of water, grinding scarfs, oil etc.
5.4.4 Access ladders and platforms
Provision shall be made for access ladders and platforms
with handrails as necessary to provide operator’s safe access to
inspection holes, lubrication filling, oil flow meters, valves, snap
couplings for hoses and positions from which reading must be taken,
inspections made or material cleared.
5.4.5 Crossovers
Provision shall be made for acceptable crossovers to permit
the operators to cross the equipment at locations suitable for the
performance of their normal and emergency duties. Crossovers must also
be provided to permit access to areas closed in by drive shaft or items of
machinery. Where necessary, these crossovers must be readily removable
in sections to permit removal of shafts etc.
5.4.6 Handrails and guardrails
Provision shall be made for handrails wherever necessary to
prevent personnel from falling from elevated areas or into pits.
Guardrails of heavier section must be provided to protect particularly
exposed equipment from damage by nearby vehicular traffic.
5.4.7 Special care shall be taken to make enclosed equipment
proof against entry of rats, lizards and other creeping
reptiles, which may create electrical short circuits inside live equipment.
5.5 Lubrication
All equipment shall have efficient lubrication arrangement so
that bearings and other parts do not get unusually heated in the course
of operation. Sufficient lubrication points shall be provided, wherever
necessary, and all such points shall be easily accessible. The lubrication
points shall ensure easy maintenance during operation. The fittings and
equipment necessary for carrying out satisfactory lubrication shall be
included.
6 of 18
5.6 Electrical and Instrumentation
The complete electrical and instrumentation system required
for feeding to coal & coke in coke oven battery is attached separately.
5.7 Mechanical Machinery
5.7.1 Machinery components shall be designed to meet the
mechanical properties - hardness, strength, rigidity, wear
and heat resistance, resistance to vibration etc., compatible with the
operating conditions.
5.7.2 All rotating parts shall be properly balanced and due
care shall be taken to avoid stress concentration by
rounding off sharp corners with suitable radius.
5.7.3 All steel forgings shall be free from defects such as
shrinkage and segregation. The surface defects may be
removed, provided the depth of conditioning does not exceed 1 mm for
every 15 mm of the dimension concerned, up to a maximum depth of
20 mm. The design of forging must take into consideration load pattern,
stress concentration, operating temperature and service life.
5.7.4 While designing welded joints for items subjected to dynamic
loading and in other high strength joints, attention shall be
given to edge preparation, deep penetration fillets etc.
5.7.5 The size of normal fillet shall be taken as the minimum leg
length. For deep penetration welds, where depth of
penetration beyond the root run is 2.4 mm (minimum), the size of the
fillet should be taken as the minimum leg length of plus 2.4 mm. The
size of the fillet weld shall not be less than 3 mm or more than the
thickness of the thinner part to be joined.
5.7.6 Accurate machining of all parts shall be carried out
according to desired dimensions and surface finish
conforming to ISO/T-468. High quality surface finish and close tolerance
shall be obtained wherever required.
5.7.7 All steel shafting 150 mm or less in diameter and not
requiring enlarged portions (as for gear or other hubs) shall
be hot rolled and turned, forged or turned cold rolled or cold drawn. All
shafting above 150 mm in diameter and shafts requiring enlarged
portions shall be forged and machined to size. All forged shafting shall
be normalised before machining and heat-treated/stress relieved, if
necessary.
7 of 18
6.0 SYSTEM DESCRIPTION
6.1 The system description shall be as per the flow diagram
(Drawing 29009-000-000-PRH-0005-R2) attached with this
specification.
6.2 The raw material will be received from yard through CRMH
System by two shuttle conveyor at top of coal Blending
Bunker (CBB).The coal blending bunker having total 12 bunkers in two
rows (each row of six bunkers 1A – 6A & 1B – 6B). The CBB will be
concrete building; however the bottom conical part of the bin will be steel
construction. Coal will be received from Bin to conveyor TTD31 -C1
through a set of rod gate, rack & pinion gate and weigh feeder fitted
below each bunker. The weigh feeder will be fitted with variable speed
control motor to control the feed rate. There is a Primary crusher under
CBB 1A. Incase of harder material or larger lump size material, this
crusher will be used and will be discharge to conveyor TTD31 -C1. From
TTD31-C1 material will conveyed to Secondary crusher house through
conveyor TTD32-C1, CRH1-C1. CRH1-C1 will feed to reversible shuttle
conveyor to store raw material in the three surge bin. Material will
discharge through rod gate, rack & pinion gate and vibrating feeder fitted
below each bin and feed to Hammer Mill for crushing. The crushed
material will be discharged on conveyor no TTD33-C1.From TTD33-C1
material will be conveyed to coal surge bin for further transportation to
Coke oven through conveyors.
Coke will be received from CDQ and Coke wharf by three
conveyors and conveyed to junction house TTD-27 through conveyors. At
TTD-27 coke will be received by conveyor no TTD27-C1 and conveyed the
coke to existing screen house. At screen house conveyor will discharge
on a double deck screen for separation of +30 mm, (+)10 to (-)30mm and
(-)10 mm. Over size material (+)30mm will be conveyed to new Blast
furnace (BF-2) Stock house and (-)30, (-)10 mm material will be
discharge to existing conveyor for conveying to sinter plant.
7.0 DESIGN BASIS
7.1 General
7.1.1 Characteristics of materials to be conveyed are indicated
below:
Bulk density, Angle of repose,
Materials Lump size, mm
ton/cu m degree
Coke (-)200 0.5 35
8 of 18
7.1.2 All the equipment covered under this specification shall be
designed to operate in 3-shifts per day for 330 days in a
year.
7.1.3 All the equipment shall be designed to start under full load
condition.
7.1.4 Vibrating feeder
7.1.4.1 The list and brief particulars of vibrating feeders are
indicated below. All vibrating feeders shall be unbalanced
motor type.
Rated Discharge to
Sl. Qty Feed from Mat. to be
capaci Location
no. handled
ty,
tph
Coke route
Coke route conveyors
Coke route Existing-
C106BC &
C107BC TTD-27C1 (1200mm
1. 2 350 Coke
(1200mm conveyor)
conveyor)
7.1.4.2 All vibrating feeders shall be complete with vibrating unit
and vibrating pan with suitable wear resistant liner and
vibration isolation devices. The vibrating feeder shall be suspended from
top. The length, width, slope etc. of pan shall be so selected that material
from pan does not flow out on its own when the feeder is not operating.
The vibrating unit shall be supported on adequate number of springs so
that minimum dynamic force is transmitted to the supporting structure
both in vertical as well as in the horizontal direction.
7.1.4.3 The vibrating feeder shall have provision to operate at any
rated capacity. The vibrator and control units shall be dust
tight type and suitable for remote operation. It shall be complete in all
respects including main frame, vibrator unit, and fabricated/formed pan
with wear springs, necessary supports (rope, turn buckle etc.) and
fasteners for suspending the feeder, local pushbutton station and
junction box. The pan liner shall be of wear resistant plate (HARDOX-
400) of minimum 16 mm thickness.
7.1.4.4 Vibrating Feeder consists of following items-
a) Frame.
b) Pan with liner.
9 of 18
c) Drive unit (Unbalanced Motor Type).
d) Complete suspension arrangement including
compression springs, bracket etc.
e) Supply of necessary equipment.
7.1.4.5 Feeders shall be provided with skirt and dust hood along
with provision for connecting with DS system and manual
regulating gate.
7.1.4.6 Salient features
Sl. no. Description Specification
1. Angle of inclination 6o (maximum)
of deck
2. Type of mounting Suspended type, mounted on a
number of coil springs to
withstand impact of feeder load
for full floating action.
7.1.4.7 Material for construction
Sl. no. Description Specification
1. Tray Carbon steel Plate as per IS: 2062-
2011
2. Liner 16.0 mm HARDOX 400
3. Spring Spring Steel
4. Frame Structural Steel as per IS: 2062-
2011
8.0 BRIEF SCOPE OF SUPPLY
The scope of work includes materials, equipment and
services for the system as specified in this specification. The materials,
equipment, services to be provided shall include, but not limited to the
following:
8.1 The design, engineering, manufacture, fabrication, supply,
storing at site, supervision of erection, testing of complete
Feeders covered under various parts and sections of this specification
including supply of spares, tools and tackle, consumables and supplies
with necessary information, supply of drawings and documents, testing
and inspection, installation of the equipment as per relevant clauses of
this specification and as spelt out subsequently, including packing,
10 of 18
forwarding, transport, insurance, loading and unloading, precaution
against damage during transit, storage at site during etc. adhering to
Purchaser’s Safety Standard.
8.2 Purchaser shall provide embedded/foundation bolts required
for installation of mechanical equipment/ technological
structures. However, details of bolts (size, length etc.) to be furnished by
the successful Tenderer. Grouting shall be carried out by the Purchaser.
8.3 All equipment, structures and technological structures
shall be painted by the successful Tenderer with anti-
corrosive paint.
8.4 Civil and structural work shall be done by others.
However supply of all equipment including supply and fixing
of nuts, bolts etc. for all equipment covered in this specification shall be
in the scope of the successful Tenderer.
8.5 Supply of Spars as mentioned in Cl no 13.0.
8.6 Supply of tools and tackles as mentioned in cl. No 14.0.
8.7 Supply of consumables as mentioned in cl. No 15.0.
8.8 Inspection shall be carried as mentioned in cl. No 16.0.
8.9 Supply of drawings and documents as mentioned in Cl No.
12.0.
8.10 Civil and structural work other than technological structure.
9.0 UTILITY SYSTEM
Dust extraction system for feeders shall be provided by the
successful Tenderer. Successful Tenderer also to indicate/provide space
for installation of suction hoods for DE systems at various
loading/unloading points at junction houses.
10.0 BATTERY LIMIT
Battery Limit starts & ends at the location of the feeders
as mentioned in the above tables.
11 of 18
11.0 WORK BY OTHERS
Work to be carried out by others shall be as follows:
11.1 Supply of construction power, up to the points mentioned
elsewhere in this specification.
11.2 Supply of construction water. Can be used by the Bidder
from available source if required.
11.3 Central automation system, all HT and LT MCCs for various
equipment.
11.4 Civil and structural work other than technological structure.
12.0 DRAWINGS AND DOCUMENTS
12.1 The successful Tenderer shall submit the following
drawings and documents to the Purchaser/Consulting
Engineers for their approval/comments/information before taking up the
manufacture of the equipment:
12.1.1 Mechanical
12.1.1.1 Approval category drawings
a) Material handling layout plan indicating co-ordinates of
different units.
b) General arrangement drawings of Vibrating Feeders.
12.1.1.2 Information category drawings
a) Load data drawing for all Vibrating Feeders with all
necessary information for civil/structural design.
b) Any other drawings/documents as required during
engineering.
12.1.1.3 Bidder has to submit five (5) sets of final drawings and
operation manual to JSOL in hard copy as well soft copy in
CD.
12.2 The Tenderer shall note that approval category drawings
shall not contain any information regarding load-data. If
12 of 18
additional drawings are required during detail engineering stage, the
successful Tenderer shall submit the same.
12.3 The Tenderer shall note that Information category drawings/
documents shall be reviewed by Purchaser/Consulting
Engineers and comments given, if any, after checking system
requirement. Otherwise the same shall be retained for information.
12.4 Besides the above mentioned drawings and document, the
successful Tenderer shall supply operation and maintenance
manual.
13.0 SPARES
13.1 Spares
Spares which are required during of the system till issue of
Provisional Acceptance Certificate (PrAC) shall be included in the main
offer for the equipment and shall be delivered along with the equipment.
The Tenderer shall consider quantity of such spares based on his past
experience and in case of any shortfall in the quantity of spares,
additional quantity, if required, shall have to be supplied by the
successful Tenderer in time at his own cost. The Tenderer shall submit
a list of such spares indicating item wise description and quantities in
his offer.
13.2 Two Years Operation and Maintenance Spares
As per the guidelines given by the Purchaser along with
enquiry documents.
13.3 Insurance Spares
The insurance spares shall be supplied on the basis of the
experience of the Tenderer. However, requirement of such insurance
spare shall be mutually discussed and agreed upon between the
successful Tenderer and Purchaser. The successful Tenderer shall
supply the insurance spares as agreed upon along with plant and
equipment. The item-wise list and quantity of these spares shall be
indicated.
13 of 18
14.0 TOOLS AND TACKLES
The successful Tenderer shall include in his offer special
tools and tackle for normal operation and maintenance of the equipment.
The supply of those items shall be within the scope of work of this
specification.
15.0 CONSUMABLES AND OPERATING SUPPLIES
All consumables and supplies till issue of PrAC shall be
within the scope of work of this specification. The detailed specification
and make of recommended consumables and supply required for yearly
operation of the system shall be furnished by the Tenderer along with the
Tender.
16.0 TESTS AND INSPECTION
16.1 All necessary tests shall be carried out by the successful
Tenderer to demonstrate whether the materials and
equipment offered conform to the relevant standards and specifications.
The Tenderer shall include and provide for in his offer all facilities which
shall enable inspection by the Purchaser or his authorised
representatives in accordance with an agreed quality assurance plan.
The proposed QAP for all the equipment shall be submitted by the
Tenderer along with his offer.
16.2 The Tenderer shall furnish in his offer a complete list of
tests he proposes to conduct at the factory and at site during
of the equipment and the system. These shall include carrying out the
requisite tests at site and procurement of statutory test certificates from
the relevant Indian Government Authority prior to. The Purchaser may
ask for special tests to be carried out for any equipment/system. The
tests to be carried out and the procedures to be adopted shall be
finalised between the Purchaser/Consulting Engineers and the
successful Tenderer.
16.3 The equipment and structures shall be shop assembled for
checking accuracy of parts and alignment, except where
assembling is to be done at site. If disassembly is required for shipment/
transport, parts shall be adequately marked, wherever necessary, with
permanent match markings to facilitate re-assembly at site.
16.4 Test certificates for bought-out items including instruments
etc. shall be supplied before inspection by the Purchaser or
his authorised representative. These test certificates shall indicate actual
test results in relevant unit obtained in such test.
14 of 18
17.0 SITE ACTIVITIES
The Tenderer shall arrange all resources/facilities at their
own cost for supervision during erection of equipment and PG test.
Construction power and water sources are mentioned elsewhere in this
specification. The Contractor shall arrange power and water supply for
their site activities beyond the above mentioned points.
18.0 PERFORMANCE AND GUARANTEE
18.1 All component and equipment supplied by the successful
Tenderer in accordance with this specification shall be
guaranteed for design, materials, workmanship and satisfactory
performance as required in this specification and in accordance with the
Commercial Conditions of the Contract.
18.2 The successful Tenderer shall guarantee that the material of
construction and workmanship of all the equipment and
components supplied by them are as specified under the specification
and wherever there is nothing specifically mentioned shall correspond to
the best available grade and quality.
18.3 The successful Tenderer shall also guarantee that the
system, equipment and components covered by the
specification shall be as per the relevant standard and code and shall be
suitable for continuous operation (i.e. 24 hours per day).
18.4 The successful Tenderer should also note that all tests shall
be as per the relevant codes and standards and as per
manufacturer’s standards.
18.5 Performance and guarantee tests shall be carried out after
completion of, no-load tests, preliminary load tests and trial
run for at least fourteen (14) days. This test shall be carried out by the
successful Tenderer in the presence of Purchaser to establish whether or
not the equipment/items supplied are performing as per specification
requirements without any trouble.
18.6 The following are the basic performance parameters that are
to be achieved:
a) All the equipment to operate at rated capacity without
spillage, jamming, over flow, undue vibration and noise.
b) All other operating parameters of the Vibrating
Feeders, individual equipment or system as a whole
as indicated in this specification shall be verified
wherever feasible.
15 of 18
18.7 During performance guarantee test, equipment shall be
operated on full-load for minimum 72 hours continuously.
Wherever continuous 72 hours operation on load is not feasible,
cumulative operating time shall be considered. Cumulative operating
time shall also be considered in the case of stoppage of the system due to
the failure of equipment supplied by others.
18.8 In case any of the Vibrating Feeders/equipment under
performance guarantee test stops or fails to operate during
the period, the defect shall be rectified by the successful Tenderer
immediately and performance and guarantee test shall be restarted. In
such cases, the hours of operation before the stoppage or failure shall
not be considered and the equipment/item shall have to be
operated for 72 hours after rectification of defect.
18.9 In case the Vibrating Feeder under performance
guarantee test operates without stoppage or failure for
stipulated time period but, equipment fail to fulfill all specification
requirements with regard to conveying capacity or its specific
function, the same shall be rectified by the successful Tenderer
and performance guarantee test shall be restarted from beginning
after rectification.
18.10 The following procedure shall be adopted for performance
and guarantee tests:
18.10.1 The Purchaser shall notify the successful Tenderer for
a joint inspection of the installation before starting
performance and guarantee tests.
18.10.2 The defects of installation, if any, as noticed visually shall
be listed out jointly.
18.10.3 The successful Tenderer shall arrange to rectify the defects
as listed out.
18.10.4 Performance guarantee test shall be started after
rectification of defects mentioned in Clause No. 18.10.3
above.
18.11 If the performance guarantee test fails to show that the
Vibrating Feeders supplied do not conform to the
specification requirements, the relevant clauses of this specification as
well as those of Commercial Conditions of Contract shall be applied for
subsequent rectification, replacement, rejection of the plant as deemed
essential.
16 of 18
18.12 Performance Guarantee parameters with acceptable
tolerance limit are indicated below:
Sl. Guaranteed Acceptable
PG parameters
no. capacities, tph tolerance limit
1. Vibrating As mentioned 90 per cent of
Feeder above rated capacity
Any additional item/instruments as may be required to
demonstrate the performance guarantee parameters shall be provided by
the successful Tenderer. Guarantee test procedure shall be finalised at
site before the test as per the relevant clauses of Commercial Conditions
of the Contract.
18.13 Successful Tenderer shall arrange following instrument
during Performance Guarantee Test:
a) Temperature measurement instrument for measuring
temperature of bearings, gearboxes etc.
b) Vibration monitoring instruments.
c) Noise measurement instruments.
d) Any other equipment/instrument, as required.
19.0 PAINTING
19.1 The following specification shall be applicable for all the
equipment covered under the Technical Specification &
scope of successful tenderer unless stated otherwise.
19.2 This also covers the surface preparation quality of the
equipment.
19.3 The general compatibility between primer and finishing
paints shall be certified by the paint manufacturer supplying
the paints.
19.4 The colour code for the final paint to be shared with
successful Tenderer.
19.5 The surface will be properly cleaned through wire brush to
remove excess dirt, oil etc.
17 of 18
19.6 The complete paint system includes the following activities
a) Primer (2 Coats of 2 Pack of Zinc Based Epoxy
Polyamide- Epoxy content 8-10% wt.; Temp resistance –
upto 120°C dry heat; Air Drying Time – 10 min (Touch
Dry), 2 Hours (Hard Dry))
b) Finish Paint (2 Coats of 1 Pack of Synthetic Rubber
Based Aluminium Paint; Temp resistance – upto 200°C
dry heat; Air Drying Time – 2 Hours (Touch Dry), 24
Hours (Hard Dry))
The DFT will be as follows-
a) Primer – 40 Microns (Min.)
b) Finish Paint – 25 Microns (Min.)
Total DFT will be 180 Microns.
19.7 The surfaces which are not been painted will be covered
suitably to avoid rust.
19.8 Equipment with hot indoor or outdoor duty surface (upto
200°C) SP SA 2½.
20.0 QAP
20.1 Successful Tenderer should furnish the QAP for all
equipment for approval before start the manufacturing.
20.2 Inspection & Testing will be done considering Safety Factor,
Duty Cycle, Operating Conditions, Life, environmental
conditions etc.
20.3 Certificates to be shared by successful tenderer for following
items after supply
a) Material test certificates.
b) Guarantee Certificates.
c) Certificates if any related to equipment.
18 of 18
SECTION-II - ELECTRICAL AND INSTRUMENTATION SYSTEM
1.0 SCOPE OF WORK
The scope of work for design engineering supply testing and
commissioning of plant electrics related to Unbalance type vibrating
feeder units but not be limited to the following:
1.1 Supply & installation of 415 V grade AC Motors.
1.2 Supply of Local Control Stations for equipment called for in
this tender specification and required for proper operation of
the system as a whole.
1.3 Supervision during installation, calibration, testing ,
assistance during trial run and commissioning of all
equipment covered under the scope of supply .
2.0 DESIGN BASIS
2.1 In general, items/components shall conform to the
relevant Indian Standards published by the Bureau of Indian
Standards (BIS). If any item/component is not covered by Indian
Standards mentioned in the aforesaid Annex, Standards of International
Organisation for Standardisation (ISO), International Electro-Technical
Commission (IEC) and/or some other reputed institutions or generally
accepted codes of engineering practices shall be followed/adopted.
2.2 All components, equipment and systems shall comply
with statutory requirements of the Government of India and
the State Government of Odisha. The Tenderer shall be responsible for
obtaining approval from concerned local, state or central authorities. In
case, such approvals are required to be obtained by the Purchaser, the
Tenderer shall give all necessary assistance to the Purchaser for
obtaining such approval.
2.3 Fuse less system with positive isolation feature shall be
adopted for all the electrical equipment.
2.4 The relevant equipment shall conform to the CEA
regulation as regards safety, earthing and other essential
provisions specified therein for installation and operation of electrics in
the plant.
1 of 5
2.5 Following voltages have been considered for adoption for the
various plant units:
i) 415 V, 3-phase, 4-wire, solidly earthed neutral
50 kA for 1 sec.
2.6 Voltage variation : +10% to -10%
to be considered
2.7 Frequency with : 50 Hz + 5%
Variations to be
considered
2.8 The control circuit voltages adopted shall be as
follows:
- 230V AC, 1-phase, 50 Hz for operation of space heaters,
panel illumination etc.
- 110V AC, 1 phase, 50 Hz for AC contactor coils, auxiliary
relays, etc.
2.9 Unless otherwise specified, all equipment shall be
designed for operation in tropical humid climate subject to
heavy rainfall and frequent thunderstorms. The following ambient
condition shall be considered for de-rating of electrical equipment:
a) Outdoor equipment located under : 50oC, 87%RH
direct incidence of sun rays.
b) Indoor equipment, switchgear : 50oC, 80%RH
MCC’s
2.10 Make of all electrical items shall be as per approved make
list of Purchaser attached with this tender specification.
However, separate approval shall be taken from the client prior to the
finalization of order for any brought out items if the same is not
mentioned in the Purchaser make list.
2.11 Electrical equipment offered shall be selected from
standardised type and rating and shall be oriented towards
maximising interchangeability and minimising maintenance.
2.12 The painting of all electrical enclosure shall be as follows:
2.12.1 For all electrical equipment necessary steps shall be
taken in treating all enclosures, plates, frames, fixtures etc
2 of 5
to prevent any rusting, corrosion, sulphating, or any other physical
damage to the equipment or components thereof, whether or not the
equipment are kept energised.
2.12.2 All steelworks shall undergo a process of degreasing,
pickling, cold rinsing, phosphating and passivating. It shall
be given two (2) coats of high corrosion-resistant primer and finished by
application of epoxy-based paint so as to protects the equipment from
saline atmosphere prevailing in the place of installation. Thickness of
paint for outdoor and indoor equipment shall be 120 and 60 microns
respectively.
2.12.3 Shade of finish coat to be applied for equipment
installed indoor as well as outdoor shall be no. RAL 7035.
3.0 AC MOTORS
3.1 All AC motors shall be designed, manufactured and
supplied on the basis of an average ambient temperature for
500C ambient temperature to meet the mechanical requirement with
approximate 20% margin for indoor application and 50 0 C for outdoor
application. All motors having output rating upto 200KW shall be
designed for operation from 415V supply.
3.2 All motors the continuous duty LT motor shall be energy
efficient type as per IS:12615. Motor for application shall
have energy efficiency class IE3.
3.3 All 415V AC motors shall fully confirm to IS: 325 &
IEC:60034 for all essential design construction and test
feature. The motors shall have standardised dimension and rating
strictly conforming to IS: 1231 for footmounted, IS: 2223 for flange
mounted application.
3.4 All motor related to Vibro Feeder application shall be
designed for inverter duty (as provision to add VVVF in
future).
3.5 The stator winding of all motors shall have Class ‘F’
insulation with temperature rise limited to Class ‘B’ as
measured by resistance method over an ambient of 50 0 C (for indoor and
outdoor).
3.6 The degree of enclosure protection for the motors shall be
IP:55 minimum, for outdoor locations the protection class
shall be IP55 with suitable protection cover to provide protection against
weather conform to IS: 4691.
3 of 5
3.7 All motors unless required otherwise shall have
IM:1001 form of construction. Where motors are provided
with brakes, IM:1002 construction shall be adopted. Brakes shall be
provided on the non-drive end.
3.8 All the motors shall generally be of fan cooled design
having method of cooling IC: 0411 as per IS: 6362 with the
shaft mounted fan directing air over the motor frame.
3.9 The rating of the motors selected shall be based on
the class of duty and load imposed by the equipment. The
speed torque characteristics of the motors shall be matched with those of
the coupled machine.
3.10 All LT squirrel cage motors shall be designed for
direct-on-line starting at full voltage with starting current
generally not exceedingly 7.2 times the rated full load current for all
motors designed for energy efficient type IE-3. All motors up to 75 kW
rating shall be subjected to at least four (4) cold start and three (3) hot
starts.
3.11 The 415V terminal box shall be of adequate size for
terminating the required number and size of PVC insulated
armoured aluminium conductor cables after considering the required
derating factors. All the six terminals of the motor shall be brought out
in the terminal box with necessary connecting links. The terminal box for
all motors shall be top mounted only.
3.12 The motor body shall have two separate earthing terminals
for earthing in compliance with CEA regulation.
3.13 LT motors of frame size 280 and above shall have space
heater at 230 VAC. The terminal box shall be preferably on
top with provision of rotating the same at 90 degree step for 360 degree.
4.0 LOCAL PUSH-BUTTON STATION
4.1 Local control shall be provided for each drive unit of all equipment
through push-button station. All local control station shall be
of CRCA enclosure and shall be suitable for installation on walls,
structures, columns etc with minimum ingress protection of IP: 55 and
external colour shed RAL-7035. The unit shall comprise of One two position
Local-Remote Selector Switch, Green coloured ‘FWD’ start, with 1 NO + 1 NC
contact. One red coloured “Stop” push button with 1NO+1NC contact & one
mushroom head ‘Emergency Stop’ PB with 2 NO + 2 NC contacts.
4 of 5
5.0 DRAWINGS AND DOCUMENTS
5.1 The successful Tenderer shall submit the following Electrical
drawings and documents to the Purchaser/Engineers for their
approval/comments/information before taking up the manufacture of the
equipment:
a) General Arrangement drawing of the motors, field mounted
devices etc., indicating all dimensional details. Wiring
diagram for the terminal boxes for space heaters and
temperature sensors shall be furnished.
b) The following characteristics of the main drive motors for
each equipment shall be furnished:
i) Speed torque characteristics.
ii) Thermal withstand characteristics – hot and cold.
iii) Current – time characteristics for 80% and 100%
terminal voltage.
iv) Starting time with load coupled at 100% and 80%
voltage at motor terminal.
v) Tentative list of electrical spares.
5 of 5
ANNEXURES
ANNEX-1 – LIST OF APPLICABLE STANDARDS
IS No. Description
A. MECHANICAL
IS:1875-1992 Carbon Steel Billets, Blooms, Slabs & Bores for
Forging
IS:1570-1996 Schedule for Wrought Steel for General Engineering
purposes
IS:4367-1991 Carbon Steel Forgings for General Engineering
purpose
IS:4367-1991 Alloy Steel Forgings for General Industrial use
IS:1030-1998 Carbon Steel Castings for General Engineering
purposes
IS:2644-1994 High Tensile Steel Casting
IS:2707-1996 Carbon Steel Casting for Surface Hardening
IS:3444-1999 Corrosion Resistance Alloy & Nickel based Steel
Casting
IS:4522-1986 Heat Resistance Alloy Steel & Nickel based Casting
IS:4896-1992 Chromium Steel Casting for Abrasion Resistance
Service
IS:822-1970 Code of Procedure for Inspection of Welds
IS:3600-1985, Method of Testing Fusion Welded Joints & Weldment
1985, 1984 in steel
(Part-I, II & III)
IS:4943-1968 Assessment of Butt and Fillet Fusion Welds in Steel
Sheets, Plates and Pipes
IS:2102-1993 Tolerances for Linear & Angular Dimensions without
(Part-I) Individual Tolerance Indication
IS:2102-1993 Geometrical Tolerances for Features without
(Part-II) Individual Tolerance Indication
IS:2709-1982 Guide for Selection of Fit
IS:2062-1999 Steel for General Structural purposes
IS:919-1993 Limits & Fits
(Part-I & II)
IS:2709-1982 Guide for selection of Fit
IS:2062-1999 Steel for General Structural Purposes
IS:875-1987 Code of Practice for Design Loads (Other than
(Part-III) Earthquakes) for Buildings & Structures
IS:11592-2000 Code of Practice for Selection and Design of Belt
Conveyors
IS:1239-1990 & Mild Steel Tubes
1992
(Part-I & Part-II)
IS:1893-1984 Criteria for Earthquake Resistant Design of
Structures
IS:2074-1992 Zinc Chromate
IS:102-1962 Red Lead
1 of 2
IS No. Description
IS:1477 Painting of Ferrous Metal in Building
(Part-I – 2000)
(Part-II – 1971)
IS:8593-1977 Recommendations for centralised lubrication as
(Part-1) applied to plant and machinery-Oil lubrication.
IS:8593-1977 Recommendations for centralised lubrication as
(Part-2) applied to plant and machinery-Grease
lubrication.
IS:8593-1977 Recommendations for centralised lubrication as
(Part-3) applied to plant and machinery-Aerosol
lubrication.
IS:8730-1978 Classification of bulk material handled by continuous
mechanical handling equipment.
IS:9295-1983 Specification for steel tubes for idlers for belt
conveyors.
IS:6687-1972 Code of practice for selection, storage, installation
and maintenance of conveyor belting.
IS:7403-1974 Code of practice for selection of standard worm and
helical gear boxes
IS:10463-1993 Glossary of terms for bulk handling equipment-
(Part-6) Cyclic loose bulk handling equipment (non-
stationary)
IS:10463-1993 Glossary of terms for bulk handling equipment-
(Part-2) Stacking, loading and reclaiming equipment
IS:13148-1991 Bulk handling equipment-mobile continuous type-
rules for design of structures.
B. ELECTRICAL
IS:5 - 1994 Colours for ready mixed paint and enamels
IS:325 – 1998 & 3-phase induction motors (fifth revision) Amendment
IEC:60034 no. 1 (1998)
IS:12615 - 2011 Energy Efficient Induction motor - Three phase
squirrel cage
IS:13947- 1993 Low voltage switchgear & control gear
IS:3043 - 1987 Code of practice for earthing
2 of 2
ANNEX-2 – MAKE LIST OF ELECTRICAL
ELECTRICAL Makes
LT MOTOR SIEMENS/ABB/CGL/KIRLOSKAR
Control Switch SIEMENS/KAYCEE/L&T/SCHNEIDER/STANDARD
Push Button SIEMENS/L&T/SCHNEIDER/TEKNIC
Proximity Switches AG SYSTEM/JAY BALAJI/JSI
Selector Switch KAYCEE/ABB/SIEMENS/SWITRON
Indicating Lamp SIEMENS/L&T/SCHNEIDER/TEKNIC
1 of 1
ANNEX-3 – DEVIATION FROM SPECIFICATION
Specification Details of
Reason for
Sl. no. deviations
Reference Details deviation
proposed
1 of 1