Professional Documents
Culture Documents
On behalf of President of India, Sr. Head Purchase and Stores, SDSC SHAR, SRIHARIKOTA invites on line
quotations for the following.
Sl Ref. No. Description Qty.
No
01 SHAR SPP 2018 00 7951 Design, Manufacture, Supply, Erection, Testing
e-procurement and Commissioning of 60t EOT cranes for NDT
1 LS
[Two Part basis] or S200 and S139 bays.
Instructions to Tenderers:
01. For full details/scope of work and terms and conditions etc., please see the enclosed
annexures.
02. Interested tenderers can download the e-tender from ISRO e-procurement
website https://eprocure.isro.gov.in and submit the offer on line in the e-
procurement portal. Offers sent physically by post/courier/in person will not be
considered.
03. Tender documents are also available on ISRO website www.isro.org; ISRO e-procurement
website https://eprocure.isro.gov.in and SDSC SHAR, Sriharikota website
www.shar.gov.in. The same can be down loaded and offer submitted on line in the e-
procurement portal.
04. Quotations received after the due date/time will not be considered.
05. The tender documents are available for download upto 04.06.2018 at 1600 hrs. and last
date for submission of tenders on line 04.06.2018 at 1600 hrs. and Tender Opening on
07.06.2018 at 14:30 hrs.
06. Sr. Head, Purchase and Stores, SDSC-SHAR, Sriharikota reserves the right to accept or
reject any/or all the quotations.
2
SATISH DHAWAN SPACE CENTRE SHAR
SOLID PROPELLANT PLANT
Double
Girder New S200
1 60t 19.60m 12.0m ~37m 01
Flameproof NDT, SPP
EOT Crane.
Class - II
of
IS 3177
Double
Girder New S139
2 60t 19.10m 12.0m ~25m 01
Flameproof NDT, SPP
EOT Crane.
CONTENTS OF BOOKLET
Annexure – 1A to 1B :
3 35 to 36
EOT Crane Clearance diagram and dimensions.
Annexure – 3 :
5 41 to 51
Quality Assurance, Inspection and Testing plan for EOT Crane
Annexure – 4 :
6 52 to 55
Commercial Terms & Conditions of the contract.
BID QUALIFICATION CRITERIA FOR SUPPLY OF 60t DOUBLE GIRDER FLAMEPROOF EOT CRANES
Bidders who are qualifying /meeting following Technical and Financial capabilities are eligible to
participate in the bid for supply of 2 nos. of 60t EOT Cranes. Bidder shall furnish all the requirements asked in
this criterion 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.
Bidder shall print, sign and stamp each page of proposal as token of acceptance & submit scan copy of
the same along with the offer.
I. Bid Qualification Requirements (Techno commercial):
The bidder should meet the following all technical qualifying requirements and shall submit relevant
certificates to establish his credentials.
Sl.
Description of Requirements Bidders confirmation
No
1 The Bidder should be an organization with experience in having executed
contracts for design, engineering, manufacture, supply, erection, testing
and commissioning of Double girder EOT cranes for last 5 Years in India.
2 The Annual turnover of Rs. 5.5 crores per year on an average for last 3
financial years.
3 The firm should have successfully completed Design, Manufacture,
Installation, Testing and Commissioning of following EOT cranes / works :
3a At least 1no. of double girder EOT crane of capacity 50t or above and
Span equal to 16m or above during last 05 years.
3b At least 1no. of flame proof EOT Crane of 40t or above for last 05 years.
3c At least 1no. of 40t EOT crane or above used for critical lifts/handlings
like propellants (or) nuclear materials (or) hot metal handling ladles for
reputed organizations like ISRO, DRDO, NPCL, SAIL, TATA steel, IOCL, IEL,
BHEL, etc.,..
3d At least 1 no. of EOT crane with VVVF (VFD) drive control systems not
less than 40t in the last 5 years.
3e At least 1no. of EOT crane by using Drum/Barrel coupling of reputed
make in the hoist mechanism.
Bidders should provide relevant documentary proof for the above cases
“3a to 3e” with copies of orders along with the submission of bid.
4 The firm should have facility to full load test and over load testing of 60t
EOT crane (hoist and cross travel) at their factory.
5 The firm should have successfully completed Design, manufacture and
establishment of EOT cranes (40t and above) to the satisfaction of
reputed third party inspection agencies such as MECON, M.N.Dhastur,
Loyds register, BVQI and DNV.
6 Bidder shall furnish the details of their factory like manpower,
machinery, quality system etc, for department to access their capability.
II. The following documents shall be submitted along with the application for prequalification of Bid:
S.No Description of Requirements Bidders confirmation
1 Firm establishment certificate and nature of work (for S.No.1)
2 Details of work of similar type completed (for S.No.3a to 3e, 4, 5)
3 Satisfactory work Completion certificates from the clients with the work
order copies (for S. No. 3a to 3e, 4, 5)
Page A
4 Performance Report of EOT cranes established (with years of service
from End users with addresses and contact person with phone numbers).
5 Documentary evidence (Technical details & drawings) for fulfilling special
technical conditions (S.No. 3a to 3e, 4, 5).
6 Copy of audited Balance sheets for last three financial years
7 IT/TDS certificates for last three financial years.
8 Current Solvency Certificate for a value around Rs.1.8 crore.
9 List of EOT crane projects (for capacity 40t and above & Span 10mt and
above completed for last 5 years with PO copies).
10 List, value and purchase order copies of total projects under Execution
with Purchaser name and address.
11 Structure and organization Chart and company.
12 List of personnel with qualification & experience in the firm in the areas
of design production, quality safety administration etc.
13 List of Machinery & Equipment in factory suitable for the EOT Crane
works.
14 Any other relevant information which is related to above.
1. Bidder shall furnish all the above details/information/ documents fully and explicitly.
2. Please note that the “BID” without above mentioned the documents/information in support of the
eligibility criteria will be summarily rejected.
• ISRO – SDSC SHAR reserves right to verify the information/data furnished by Bidder. If the same is
found as false or with any deviation the bid will be summarily rejected.
• Only those Bidders who are found suitable & meeting all the above qualification Criteria/
requirements will be finally qualifying for opening of the price Bids for evaluation.
Page B
SDSC SHAR Page :1
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Bidder shall completely fill the following format of technical specifications and terms &
conditions with mentioning required details. Bidder can add more information and details, if
required, by attaching separate sheets, by giving point no. of this format. Inadequate
/incomplete, ambiguous, or unsustainable information, against any of the clauses of the
I
specifications / requirements shall be treated as non-compliance to tender and quotation will be
rejected. Generalized statements like cranes shall be manufactured "as per your specifications"
or "as per IS standards" or "as per enclosed specification" is not acceptable and Bidder shall
submit all the specifications by filling in the following FORMAT only, otherwise it is not valid.
Bidder shall submit complete information asked in Qualification Criteria for qualifying for bid
with all information’s, certificates and earlier references of manufacture should be enclosed. The
II
offer meeting all the requirements & conditions in all respects will only be considered for further
processing.
Confirm whether
THE FOLLOWING INFORMATION/ DOCUMENTS SHALL BE
III attached & up loaded
SUBMITTED ALONG WITH QUOTATION.
in e-portal
Acceptance of Technical Specifications with Point-wise Specifications to
all points as given in this "Specification cum Compliance Statement"
(given in the following FORMAT). Bidder shall agree / accept for all
III.a
technical specifications / terms & conditions by filling acceptance colums
and signing with company seal in all the pages of this tender
specifications.
Bidder Qualification Criteria with duly furnished information, as given
III.b
along with this specifications.
Schematic GA Diagram/ Clearance drawing of EOT Cranes showing
III.c
major dimensions & clearances as per following specifications.
Deviations with respect to specifications given below are not acceptable.
III.d However Bidder can submit / suggest improvements, if any, separately
by indicating the clause no. in this specifications.
Bids/Quotations without above documents/Information, will be not be
III.e
considered for evaluation and will be rejected.
Bidder’s
SL.NO. DESCRIPTION ISRO-SHAR SPECIFICATION
Confirmation
1 Scope of Work
1. Design, Manufacture, Inspection, Shop testing,
Supply, Erection, Commissioning and Performance
proving of 2nos. of 60t Flame proof, Top
running, Double girder heavy duty EOT
cranes, along with LT gantry rails, power cable
system as per the following specifications, terms &
conditions and in accordance with latest editions of
IS:3177, IS:807 & relevant codes and standards.
2. The scope of work shall also include procurement
of all materials including importing of components
(from other countries) required for completion of
Detailed scope the work, coordinated planning for manufacture,
1.1 A inspection, third party inspection services,
of work
painting, load testing at supplier works.
3. Packing, marking, loading on Trucks/ Trailers and
safe transportation of EOT cranes & other parts /
items / accessories from supplier site to SHAR site.
4. Erection of EOT cranes, Bridge rails, and LT Drag
chain power cable system at our site.
5. Testing & commissioning of EOT cranes shall be
done as per the Technical Specifications, QAP, &
conditions and also in accordance with latest
editions of IS: 3177, IS: 807 & relevant codes
and standards.
SDSC SHAR Page :2
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Arranging the third party inspection is in the scope of
supplier for the entire scope of work (Design
Third party approvals, Stage inspections, & testing) as given
inspection is above and as per QAP enclosed. Supplier shall engage
1.1B
in the scope third party inspection agencies like M/s. Mecons, M/s
of supplier M.N.Dhastur, M/s Lloyds register, M/s DNV. The
finalization of third party agency shall be done on
mutual agreement between ISRO and Supplier.
EOT cranes shall meet requirements of these tender
specifications which contain different sections, and as
per relevant standards. In case of any difference /
1.1 B General
conflict between various sections of specifications and
to that of standards, the stringent of all as per
department (purchaser’s) view shall be applicable.
Crane 1 Crane 2
EOT Crane
2.3 60t (60,000kg) 60t (60,000kg)
capacity
Long travel in
ii) Main-6.0/ Creep-0.8 (Through VVVF Drives).
m/min
Cross travel in
iii) Main-6.0/ Creep-0.8 (Through VVVF Drives).
m/min
Creep speed Creep speed shall be provided through VVVF drives &
iv) VVVF drives controls of make : M/s SIEMENS / M/s ABB
(Distance from centre of gantry rail to nearest
2.9 Side clearance
obstruction) ~ 400 mm
CT Wheel
2.12 Not less than 400mm
diameter
LT Wheel
2.13 Not less than 500mm
Diameter
VVVF drive panels, DBR units, other electrical panels
Location of
2.14 shall be kept in separate room in ground level. Refer
VVVF Panels
clause no. 5.4.8
Size of Cross Cranes CT Rails not less than CR-80 as per IS:3443.
2.15 Travel Bridge
Only CR rails shall be used.
Girder Rail
Size of Cranes Cranes LT Rails not less than CR-100 as per IS:
2.16 gantry rails for 3443. Only CR rails shall be used. LT Rails are in the
Long Travel Cranes vendor's scope.
SDSC SHAR Page :4
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Type of
"L" type brackets, fastened with fit bolts with nut and
2.24 mounting of
lock nuts.
LT/CT wheels
Operations
2.25 required Floor operated pendant with down shop leads.
through
Material of
All are Forged Alloy Steel / Case hardening steels, as
3.12a gears &
per standard manufacturer of gearboxes.
Pinions, Shafts
3.14 Brakes
Two nos. of imported electro hydraulic flameproof
thruster brakes with Manual release. Makes shall be
M/s Witton Kramer /M/s Bubenzer /M/s SIBRE /M/s
GALVI. Thrusters for brakes shall be Explosive Proof
3.15 Hoist Brakes
(Ex d), ATEX/ PTB Certified. Make of thrusters: EMG,
Germany or Brook Crompton, UK, or Galvi. Explosion
proof certificates shall be submitted for Approvals
during design phase.
Brake performance certificate, test certificate and Ex-Proof certificates
3.16
shall be provided from original manufacturer of brakes.
Couplings
between Flexible Full geared couplings shall be used. Make of
3.24
motor, brake Couplings shall be M/s Fenner only.
drum
Drum/ Barrel coupling of adequate rating shall be
provided between output shaft of hoist gearbox and
rope drum
Couplings Make of drum/barrel coupling shall be M/s Malmedie
between / M/s Jaure only.
3.25 gearbox and
Service factor of minimum 2.0 on the rated KW/Full
rope drum for Load torque of selected motor.
hoist
Selection criteria, calculations, service factor, Torque
rating, drawings shall be submitted for approval during
design phase.
Ratio of For Box Girders Span to Depth ratio shall not exceed
4.6 span to 18. Accordingly other ratios as per heavy duty cranes
depth shall be selected as per standards.
Local buckling of top flange and compression
members shall be considered. Adequate top flange
Local Buckling
4.7 thickness shall be considered for heavy duty
of top flange
structures and necessary calculation shall be
submitted for approval.
End carriage shall be fabricated as solid box section
4.8 End Carriages made from rolled steel plates IS2062, except for
essential openings which shall be reinforced.
Fit Bolts (as per IS3640 ) with property class 5.6 and
Structural bolted reamed holes shall be used for all structural joints
4.9
Joints between girder, & end carriages, wheel L- bracket &
end carriages etc.,
Rail Clamps for All the rail clamps & fasteners shall be of standard
4.18
CT & LT rails make of M/s GANTREX/ M/s GANTRAIL.
Fasteners for pedestal blocks, motors, gear boxes etc., shall be easily
4.34 removable from the top of platform. Studs or body bound bolts shall not
be used as fasteners for mechanical items except for fixing covers.
De-rating: All the drive motors, power cables etc., shall be done for
5.1.3
ambient temperature of 50°C.
5.2 Power supply conditions :
Item supplied should be suitable for the following power supply
5.2.1
variation: Voltage ±10 % and Frequency ±3 %.
Power supply to motors:
5.2.2
3 Ph, 4 Wire, 415 V AC ± 10%, 50 Hz ± 3%.
Control Voltage inside the Electrical Panel:
1 Ph, 2 Wire, 110 V AC for all contactors, relay, indication lamps, etc.
5.2.3
1 Ph, 3 Wire, 230 V AC for all lights, power sockets, etc.
24 V, DC supply for Drive auxiliary supply (if required).
Control Voltage in the Pendant push button:
5.2.4
8.9 V, Intrinsic safe supply (interfaced to hazardous to safe area).
5.3 Electric Motors :
Should accept the input from VVVF drive, 60% CDF, min of with 300
5.3.1 starts per hours, IP55, Inverter Duty, Class ‘F’ insulation, suited to
hazardous area mentioned above.
5.3.2 All the motors shall have a provision to connect encoder in its shaft.
Flameproof
All the brakes need to be powered with suitable rated
5.9 Thruster
Motor Protection Circuit Breaker (MPCB)
Brakes
SDSC SHAR Page :15
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
5.22 Contactors
1. Duty: AC-3
2. The contactors shall be able to withstand their
rated current for one second without welding /
fusing of the contacts
3. Individual Power Contactors are to be provided for
each motion for controlling.
Power
5.22.1 4. All the power contactors needs to be powered viz.
Contactor
auxiliary or interposing contactors / relays with
suitable rating along with surge suppressor.
5. Any multiplication of NO, NC points – auxiliary
contactor need to utilized.
6. NO add-on blocks will be allowed for power
contactors.
1. Shall be used as intermediate contactors to the
power contactors.
2. All the field interlocks need to be wired to the
auxiliary contactor level.
Auxiliary
5.22.2 3. Suitable surge suppressor need to be supplied
Contactor
along with auxiliary contactor.
4. It shall be utilized for contact multiplication instead
of add-on NO, NC contacts for power and auxiliary
contactor.
SDSC SHAR Page :20
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. Rating shall be selected as per the type-2 co-
ordination chart with respect to fuse-less feeder.
2. All the brakes need to be powered with suitable
rated motor protection circuit breaker.
3. To be provided for the each motor where the
Motor
output of single VVVF drive is driving two or more
Protection
5.23 nos. of motors.
Circuit Breakers
4. Trip status to be wired as one no. of Digital Input
(MPCB)
to control unit to create logic as per the user
requirement.
5. ON/OFF status also to be wired as one no. of
Digital Input to control unit to create logic as per
the user requirement.
Input Relay:
1. All the field signals like pendant push button, limit
switches (motion & status) to be wired to this
relay.
2. This relay shall be located in safe area (inside the
panel) only. Make: M/s P&F
3. All this relay shall be selected to suitable for
operating with 110V AC supply.
Output Relay:
1. These relay shall be used for powering indication
lamps in the hazardous location.
Intrinsic Safe
5.24 2. This relay shall be located in safe area (inside the
Relays
panel) only.Make: M/s P&F
3. All this relay shall be selected to suitable for
operating with 110V AC supply.
Interlock:
1. All the output commands from control unit shall be
directly given to the digital input of this relay.
2. All the interlock wiring (if required) as per the logic
need to be carried out in this relay itself.
3. No relay board shall be used for creating any
interlock inside the panel.
Make: P&F only (both input and output relays)
5.25 Panels
Individual panel (without patrician between panel) to be planned
towards effective utilization of panel AC. Make: M/s Rittal/ M/s President
(both panel and AC)
5.25.1
Protective Panel (1 No.), Hoist Panel (2 Nos.), CT Panel (1 No.), LT
Panel (1 No.), Control Panel (1 No.), Control & Lighting Transformer
Panel (1 No.) & DBR Panel (As reqd.)
Protective panel shall be provided with mushroom head emergency
5.25.2
switch to disable power supply during maintenance
SDSC SHAR Page :21
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. Pendant level:
a. Hard wired interlocks are to be provided at
push button station.
b. For example when Main Hoist UP motion push
button is pressed Hoist Creep/Hoist Down
(Main and Creep) motions should not be
activated even if pressed and Vice versa.
2. Auxiliary Contactor level:
a. Hard wired interlocks are to be provided at
At Pendant
5.26.1 push button station.
level
b. When Aux. contactor operates with respect to
the motion selected, remaining Aux. contactors
with respect to other motions should not be
operated. Aux. contactor shall be operated only
when main power contactor is in ON condition.
3. In VVVF Drive Logic control:
a. It is to be programmed such a way only one
motion has to be selected for operation at a time
in the VVVF drive.
7.15 LT rail arrangement (on Gantry Girders) drawing to scale with Bill of
Materials (BOM).
Calculation for selection of motors, brakes etc., along with
manufacturer datasheets & Exproof certificates (wherever applicable),
etc. For Motors necessary torque and speed curves, efficiency and
7.16 power factor with respect to loading of the motor, speed and time with
respect to current and complete G.A of motor, terminal box / boxes by
mentioning the approved drawing reference and nos. shall be
submitted for approval
Calculation for selection of motors and brakes with manufacturer motor
7.17
/brake datasheets & Exproof certificates.
Quality Assurance Plan (QAP) for total cranes manufacture, erection &
7.31 testing as given in Annexure - 3.
Supplier shall submit following along with supply of EOT Cranes: List of
Manuals/ drawings/ documents/ certificates to be submitted at the
time of inspection of cranes at supplier's works and at the time of
commissioning at ISRO,SHAR (clause 8.1 to 8.10)
8.10 Final test certificate of EOT cranes from TPIA with inspection report
Diagonal on
9.2 ±5mm maximum
wheels
Parallelism of <1/1000 of wheel gauge (measured at every 1m
9.3
Girders interval)
Verticality of
9.4 <2mm (measured at every 1m interval)
Girders
SDSC SHAR Page :27
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Verticality of End
9.5 <1mm (measured at every 1m interval)
Carriages
Trolley wheel
9.6 ± 2mm (measured at every1m interval)
gauge
Difference in
<1/1000 of wheel gauge maximum at 1m
9.7 height between
interval
trolley rails
CT Rail alignment
9.8 ±1 mm(measured at every 1m interval)
w.r.t Girder centre
Tilt of wheels(both
9.9 horizontal & <D/1000mm where D=diameter Of wheels
vertical)
CT/LT wheel
9.10 <2mm (measured at all wheels) Wheel alignment
displacement
Squareness
of Girders
9.11 Within 1.60mm(for wheel base of~4000mm)
to End
carriages
9.12 Travelling speed +10% -5% of specified speed.
9.13 Hoisting speed +10% -5% of specified speed.
All tools shall be of standard make like M/s Snap-On/ Gedore/ AM tools/ FACOM
Sl. No. Description of Item Units Required Qty
11 Nut driver kit suitable for selected terminal blocks inside the panel Nos. 01
SDSC SHAR Page :32
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Annexure
2 Wire ropes (All galvanised) : Usha Martin/ CASAR Germany/ BRIDON USA
3 Structural Steel Materials Plates, : All the structural raw materials (plates, angles, beams) shall
rolled sections be NEW and of reputed make of M/s SAIL / M/s JINDAL/
M/s ESSAR/ M/s TATA STEEL / VIZAG-RINL
4 Forged steel materials wheels, : SAIL / JINDAL / TATA STEEL / ESSAR / VIZAG-RINL /
shafts, keys, gears TIMKEN / Mahindra Ugine Steel (MUSCO) / BHARTH FORGE/
VIKRANTH FORGING/ KALYANI FORGING
5 Bearings : SKF, FAG, TIMKEN, INA
6 Hooks : Hercules/ IRZAR- FORJAS/ CROSBY / Shilpa Udyog/ STEEL
FORGINGS
7 Couplings : FENNER
: Drum/Barrel coupling – M/s. Malmedie, Germany / M/s
JAURE, Spain
8 Rails :
SAIL / IISCO / JINDAL / ARCCELOR / TATA STEEL / ESSAR
22 LT Power & Control Cables : M/s. Lapp / Universal / CCI / Finolex / RPG / Uniflex.
23 Terminal Blocks : M/s. Elmex / M/s. Connectwell / M/s. Wago
24 Pushbutton switches : M/s Siemens
25 UB lights : M/s Baliga
26 Paints : Berger, Asian paints, Jenson & Nicholson, Nerolac, Dulex,
Poly coat
SDSC SHAR Page :33
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
IS 4460 : Parts 1 to 3 :
Gears - Spur and Helical Gears - Calculation of Load Capacity
1995
IS:1835 Steel Wires for Ropes
IS:6594 Technical supply conditions for steel wire ropes and strands.
IS:3973 Selection, installation, maintenance and technical supply conditions of wire ropes.
IS 3815/ IS 15560 Specification for point hooks with shank for general engineering purposes
IS:816 Code of Practice for Use of Metal Arc Welding for general Construction in Mild Steel.
IS:823 Code of Practice for Use of Metal Arc Welding of Mild Steel.
IS:1181 Qualifying Tests for Metal Arc Welders (Engaged in Welding Structures other than pipes).
IS:1323 Code of Practice for Oxy-Acetylene Welding for Structural Work in Mild steel.
Degrees of protection provided by enclosures for low voltage switch gear and control
IS:2147
gear.
IS:5572 Classification of Hazardous Areas (Other than Mines) for electrical installations.
IS 5780 : 1980 Specification for Intrinsically Safe Electrical Apparatus and Circuits.
General requirements of switch gears and control gears for voltages not exceeding 1000V
IS:4237
AC.
Code of Practice for Selection, Installation and Maintenance of Switchgear and Control
IS 10118 : 1982
gear
Part I : General
Part II : Selection
Part III : Installation
Part IV : Maintenance
IS 1024 : 1999 Use of Welding in Bridges and Structures Subject to Dynamic Loading - Code of Practice
IS: 325 Three Phase induction Motors.
ANSI/AWS D14.1 Structural Welding code : Code of welding practice for Mill cranes and
other material handling equipment.
EOT CRANES CLEARANCE DIMENSIONS
Rated
Facility SWL Span E
Sl.No A B C F G H K N M X Y
Name In (S) (Max)
tons
S200 NDT
01 facility, 60t 19.6 4.0m 2.0m 2.5m 0.1m 0.25m 0.15m 12.70m 12m ~ 5m ~ 6m ~2.5m ~2.5m
SPP
S139 NDT
02 facility, 60t 19.1 4.0m 2.0m 2.5m 0.1m 0.25m 0.15m 12.70m 12m ~ 5m ~ 6m ~2.5m ~2.5m
SPP
Note :
1. The above dimensions are indicative only. EOT crane supplier shall work out the exact dimensions by keeping the view to minimize
the end hook approaches and head room and shall provide the same in Cranes GA, drawing.
2. EOT Crane span & lift are subjected minor changes which shall be accommodated by supplier during detail engineering.
3. E max : Shall be including the jacking pads.
36
37
Annexure - 2A
RCD
HIGH
BAY (S
200)
60T CRAN
E
6000
W1
E DRIVE
J UNC
T
(2m A ION BOX
/
VVVF ROOM
5000
W1
bov e
FFL)
(AC)
EOT CRAN
5700
D1
1730
LD1
PASSAGE
1700
2000
2700
M)
FFL
CT (1M X 1.6
IGHT FROM
BLOWER DU
AT 4.8M HE
Annexure - 2B
1200
RCD
HIGH
BAY (S
139)
6000
60T CRAN
EO CRAN
VVVF ROOM
E
DRIVE
T
(AC)
W1
5000
E
/
D1
5650
JUNCTION BOX
WAY TO HI (2m Above FFL)
SD3
GH BAY
1730
LD1
8600
2000
3700
Maintenance cage
for LT Dragchain System
Support for
LT Cables drag chain (IGUS)
Junction Box
(2m above FFL)
VVVF ROOM
FFL
Elevation
Note:
1. Cable Lengths shall be considered from VVVF Panel Room to Junction box and Junction Box to top of EOT Crane as mentioned in
the Specifications Booklet
2. All the cables routing from panel room to plug-in pendants and supply to the top of the EOT crane must be done through the perforated
cable trays with G.I. coated.
3. All the cable trays shall be covered properly with G.I sheets.
4. The cable tray shall have the width of 300 mm.
5. Length of all the cable trays shall meet above specified cable lengths.
6. All the cable lengths mentioned in the Specification Booklet are as per the routing provision provided as per the site requirement.
Schematic Layout of VVVF Room, Junction Box & Cable Routing to Top of EOT Crane
39
Annexure – 2 D
No. of
Selector Indication
Crane Motion / Requirement push
Switch lamps
button
Main UP 1
Main DOWN 1
Hoist - -
Creep UP 1
Creep DOWN 1
Main Right 1
Main Left 1
Cross Travel - -
Creep Right 1
Creep Left 1
Main Forward 1
Main Reverse 1
Long Travel - -
Creep Forward 1
Creep Reverse 1
Control ON - 1 -
Control OFF - 1 -
UB lights 1 - -
Note :
• Pendant hanging from crane (DSL type) with Stainless steel chain.
• Pendant enclosure shall be with stainless steel only.
40
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic to Method of of Ref. Acceptance Format of
Category Remarks
Verified
No Operations be checked check check Document Norm record
A B C D E F G H I J K
i) Identification of Raw All raw materials shall be offered with test certificates for identification for Crane manufacture Component Gr. Stamping on All materials shall be Identified by
materials structural before start of fabrication. Stamping shall be done on plates with heat number & lot number B Specs./ IS parts & Third
H 1 - -
plates, forged steel such that it is visible after crane assembly for verification. 2062/ IS1570/ BS Identification Party Agency / ISRO (HOLD)
material, Alloy steel etc., 970 record
1 STRUCTURAL WORKS : BRIDGE GIRDERS, END CARRIAGES, CRAB FRAME, DRIVE BASES & PLATFORMS ETC.
1.1 Chemical composition/ Major T.C. Correlation One per Approved Approved Material T. C. /
Mechanical Properties (with lot no. & heat drawings/ drawings / Tech. Supplier's Test 3 - 2, 1
heat no.) Specs./ IS 2062 Specs./ IS 2062 Report Reports / TC review by TPIA / ISRO
Materials - Plates/
1.1.1 rolled sections Lamination /Internal Major Ultrasonic 100% ASTM A-435 ASTM A-435 Supplier IR For a l l plates of thickness > 20mm,
defects Testing 3 - 2, 1 UT qualification ( volumetric test)
1.2 Welding Welding procedure & Critical Test piece visual One for ASME Sec.IX ASME Sec.IX WPS/ PQR
Welders qualification. & physical test. each format 2 - 1
position
a) Welding quality & Visual & D.P. IS:3658 & IS:3658 & Visual inspection & Use weld
Surface defects Critical 100% Supplier’s IR 2 - 1
Load Bearing Butt Test, MPT AWS D14.1 AWS D14.1 gauges for measurement of weld
1.2.1 welds (both tensile and size
compression)
b) Sub surface defects ASME Sec.VIII ASME Sec.VIII Div
Critical Radiography Supplier’s IR 2 - 1 Review of radiography films by I.A.
100 % Div I I
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
41
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref. Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
1.2.2 Other than load Surface defects & Size Major Visual & DPT 100% Use weld gauges for
Bearing Butt welds & Visual measurement of weld size
fillet welds check &
DP test IS:3658 IS:3658 Supplier’s IR 2 - 1
10%
random
1.2.3 Bridge Girder & End Visual, & Welding Major Visual & Visual Component Component Supplier’s IR Use weld gauges for
H Carriage inspection Measurement welding quality 100% / DPT- drawing AWS drawing/ AWS measurement of weld size
before closing the box 2 1 -
random of D14.1 D14.1 (HOLD)
10%
1.2.4 Final Welding Visual Inspection Major Inspection of 100% Specification/ AWS D14.1 Supplier’s IR Visual final welding inspection by
Inspection 2 - 1
Welding quality AWS D14.1 TPIA
1.2.5 Final Inspection of Dimensional , Camber , Major Measurement 100% Tech. Tech. Supplier’s IR Measured Dimensions shall be
fabricated components straightness, level, tolerances as Specification/ Specification/ marked on component drawing.
Girders, End carriages, Parallelism, verticality, per Component Component 2 - 1 Review of reports at next stage by
Trolley, LT drive frame, etc., specifications drawing/IS drawing/IS 807 TPIA. (HOLD)
etc.., 807
2.0 ROPE DRUM Fabricated Material composition/ Major T.C. Correlation One per Spec/drawing/ Spec/drawing/ Material T. C. /
Reports / TC / pressure test
Mechanical Properties heat ASTSM A106/ ASTSM A106/ Supplier’s Test 3 - 2, 1
reports review by TPIA
UTS, YS, % elongation IS 2062 IS 2062 Report
Welding Joint quality & Measured Dimensions shall be
2.1 ROPE DRUM joint Critical Visual/DP 100% Component ASME Sec.VIII Supplier’s IR
Weldment defects 3/2 2 1 marked
Welding Test/RT/ UT drawing Div I
on component drawing.
Examination of RT films by TPIA.
Stress relieving Major Verification 100% Mfg’s std. Stress relieving Supplier’s IR
3/2 2 1
chart
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
42
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref. Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
3.0 Material composition/ Major T.C. Correlation One per Spec/drawing/ Spec/drawing/ Material T. C. Reports / TC to be
Mechanical Properties heat IS 2062 IS 2062 3,2 - 2, 1
UTS, YS, % elongation review by TPIA
3.1 Gear box Housings Stress relieving Major Verification 100% Mfg's std. Stress relieving Supplier's IR SR chart will be reviewed by TPIA.
2 - 1
chart
Fabricated
3.2 Surface defects & Major Visual/DP Test/ DPT 10% IS:3658/ IS:3658/AWS Supplier's IR Measured Dimensions shall be marked
dimensional check Measurement random & Component D14.1 on component drawing
2 - 1
100% drawing
visual
a) Platform Dimensional
4.0 Minor Measurement 100% Component Component Supplier's IR
b) LT Frame Conformity/ Measured dimensions shall be
Critical drawing/ Mfr’s drawing/ Mfr’s
c) Hand Rails Visual checking / marked on drawings.
dimension TC/ Industrial TC/ Industrial 2 - 1
d) chequered Plates Mfr’s TC s / others standards standards
at random
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
43
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref. Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
Measured Dimensions shall be marked
5.1.2 Gear box Assembly Dimensional Major Measurement/ 100% Gearbox GA Gearbox GA Supplier's IR
on Gearbox GA drawings with
H conformity/ Inspection Visual check of drawing Drawing.
allowed dimensional variations.
of machined surfaces Internal 3, 2 - 1
(HOLD)
like gearbox base, painting
bearing mounts etc.,.
Contact ratio of No Load Test shall be witnessed
Gear box assembly Major Measurement & 100% Gearbox GA Gearbox GA Supplier's IR
surfaces/ Backlash/ by TPIA. Noise level of gearboxes
no load running drawing / drawing / IS4460/
testing Noise level & Bearing shall be ≤ 75dBA. Temperature rise
5.1.3 IS4460/ AGMA Specification / 3,2 1 - shall be as per gearbox manufacturer
(No load run test for temperature/ Breather/ / Specification Noise level of standard.
minimum of 4 hours ) Oil level gauge gear box ≤ 75dBA
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
44
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref. Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
5.4 Plummer blocks & PB & bearing sizes/ Major Correlation with 100% Approved Approved Mfr's TC/ Review of Test certificates by TPIA and
bases Material composition/ Mfr’s TC drawing/ drawing/ Supplier's IR issue Compliance certificate.
Mechanical properties Specification Specification/ 2 - 1 Measured Dimensions shall be marked
dimensional on Component drawings with allowed
inspection dimensional variations.
5.5 LT & CT Wheels
5.5.1 Material composition/ Major Correlation with 100% Approved Approved Mfr's TC/ Test Review of Test certificates by TPIA and
Mechanical properties Mfr’s TC drawing / Tech. drawing / Tech. reports/ 3, 2 - 1 issue Compliance certificate.
a) Material Forged steel Hardness of material / Specification Specification Supplier's IR
C55Mn75 IS:1570/BS970 IS:1570/BS970
UT of forged blanks Major UT checking 100% ASTM A-388 ASM A-388 Mfr's TC Review of Test certificates by TPIA and
3, 2 - 1
Supplier's IR issue Compliance certificate.
b) Wheels after
5.5.2 Dimensional Conformity Major Measurement 100% Approved Approved Supplier's IR Measured Dimensions shall be marked
machining with Keys &
for Bore, wheel tread, Component Component on each Component drawings with
key ways 2 - 1
taper of flange / drawing drawing allowed dimensional variations.
Hardness/depth
5.6 WHEEL AXLES with key Material composition/ Major Correlation with 100% Approved Approved Mfr's TC/ Test Measured Dimensions shall be marked
ways & keys Mechanical properties Mfr’s TC / drawing / Tech. drawing / Tech. reports/ 3,2 on each Component drawings with
- 1
Dimensional inspection Measurement Specification Specification Supplier's IR allowed dimensional variations.
IS:1570/BS970 IS:1570/BS970
UT & DPT /MPT
45
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref. Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
b) Visual Inspection Measured Dimensions shall be marked
5.7.2 Overall visual inspection Major Measurement 100% Component Component Mfr's TC
c) Dimensional Inspection on each Component drawings with
/ All dimensions as per with vernier / drawing / drawing /
3 - 1,2 allowed dimensional variations.
drawing like bore, Micrometer Specification Specification
width, groove, Noise level of
etc.,/hardness of gear box < 80db
5.8 Snatch block Cross Material composition/ Major Correlation with 100% Approved Approved Mfr's TC/ Test Measured Dimensions shall be marked
head Mechanical properties Mfr’s TC / drawing / Tech. drawing / Tech. reports/ on each Component drawings with
Dimensional Measurement Specification Specification Supplier's IR 3,2 - 1 allowed dimensional variations.
inspection/ 100% UT & IS:1570/BS970 IS:1570/BS970
UT reports
MPT ASTM
Material composition/ Major Correlation with 100% Approved comp. Approved comp. Mfr's TC/ Test Measured Dimensions shall be marked
5.11 Mechanical properties Mfr’s TC / drawing / Tech. drawing / Tech. reports/ on each Component drawings with
3,2
Specification Specification Supplier's IR - 1 allowed dimensional variations.
Brake Drums with key IS:1570/IS1030 IS:1570/IS1030
and Key ways 1. Dynamic balance report shall be
Dimensions/ static and Major Balancing test/ 100% Component Component Mfr's TC
reviewed by TPIA.
Dynamic balancing/ Key Measurement drawing / drawing /
way and key inspection. with vernier / Specification Specification 3,2 - 1 2. Measured Dimensions shall be
5.12 marked on each Component drawings
micrometer
with allowed dimensional variations.
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
46
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref. Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
6 BOUGHT-OUT & Other items
Dimensional, Genuine Major Mfr's TC / 100% Component Component Mfr's TC Review of Mfr's TC by TPIA.
-
of make, Lay, core and measurement drawing/ BOM/ drawing / BOM / 3,2 1 Visual examination of wire rope for any
6.1 Wire Rope stands, Tensile grade IS 2266 IS 2266 defects by 2 & 1.
6.3 Machined Fit Bolts & Material composition/ Major Correlation with 100% Approved comp. Approved comp. Mfr's TC/ Test Measured Dimensions shall be marked
Mechanical properties / Mfr’s TC / drawing / Tech. drawing / Tech. reports/ 3,2 on each Component drawings with
Nuts - 1
Measure dimensions Measurement Specification /IS Specification Supplier's IR allowed dimensional variations.
IS:1570/IS3640
Type / Genuine make Consolidated list of size fasteners
6.4 FASTENERS (Bolts, nuts, Major Mfr's TC/ 100% Approved make TVS/UNBRAKO Mfg TC/
conformity / 2 - 1 with (strength class and make shall
washers, lock nuts) Invoice and type Supplier IR
measurement be submitted)
7 ELECTRICAL EQUIPMENT
7.1 Electrical Control Dimensional, Visual Major Electrical test 100% Electrical Circuit Approved Supplier's IR Review of test certificates of all bought
Panels ( VVVF drive Sequence / Functional diagram/ drawing/ out items by IA
panels) and high voltage Test Approved Specification. 3 1
drawing/
Specifications
7.2 Motor Visual/ Name Plate Major Name Plate 100% IS 325/ Spec IS 325/spec Mfr's TC 2 - 1
7.2.1 Routine / No load test Major Elec. test 100% IS 325 IS 325 Mfr's TC 3 - 2, 1 Review of TC & Flameproof
certificates by TPIA
7.2.2 Flameproof test cert. Major Gap measure 100% IS2148/ CMRI IS2148/ CMRI Type test cert. 3 - 2,1
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
47
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Sl. Components/ Characteristic Acceptance Format of
Performed
Ref.
Witnessed
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
7.3 Brakes and Visual/ Name plate/ Major Name plate 100% Approved Approved Mfr's TC/ Type Review of TC & Ex-proof certificates
Make Torque & Thrust / details, make Drawing/ Make/ Drawing/ Make/ test cert for by
Thrusters, Material TC verify / Test Verification of BOM/Spec BOM/Spec/ Flameproof / TPIA
3 - 1
certificate/ Ex proof TC, ATEX- PTB/ Supplier IR
Brake Coil certificate Verification of IS2148 -CMRI
Accessibility of parts. Ex-proof TC
7.4 Resistance box Megger test, Resistance Major Electrical test 100% BOM/ drawing BOM/ drawing / Mfr's TC Review by TPIA.
3 - 1
value / Specifications. Specifications.
7.5 Master controller / Sequence, Number Major Visual 100% BOM/ drawing / BOM/ drawing / Mfr's TC Review of TC by I.A.
Limit switches / Switch of cams, Idle Specifications. Specifications. 3 - 1
Gear operational test
7.6 Cables Routine test Major Test One per BOM/spec. BOM/spec. Mfr's TC Review of TC by I.A.
3 - 1
8H ASSEMBLY OF CRANE (Before assembly of EOT crane all parts shall be inspected by TPIA/Purchaser. Supplier shall inform readiness of all parts) (HOLD)
8.1 Bridge Girder & Overall Dimension s Major Measurement/ 100% Approved Approved Supplier's IR Measured Dimensions /
End carriage Structural Alignment & visual General General alignment values shall be
assembly. LT Wheel alignment. inspection Arrangement Arrangement 2 1 - marked on Assembly
Span measurement drawing / drawing / /component drawings with allowed
Diagonal Checks Specifications Specifications dimensional variations.
8.2
Crab assembly with Dimensional & CT Major Measurement 100% Approved Approved Supplier's IR Measured Dimensions /
Main Wheel alignment drawing / drawing / alignment values shall be
Hoist & CT machinery Couplings’ alignment Specifications Specifications marked on GA
2 1 -
/component drawings with
allowed dimensional variations/
Alignment values.
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
48
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref.Acceptance Format of
Category Method of of Remark
Verified
No Operations to be checked Document Norm record
check check s
A B C D E F G H I J K
9 H LOAD TESTING AT WORKS (HOLD)
NO LOAD TEST
9.1 NO Load test/ Major NO Load test/ 100% Approved dwg / Approved dwg / Supplier's IR & Measure Gear Box Noise. (Noise
(MH , CT & LT Performance & Safety Measurement IS807/ IS 3177 IS807/ IS 3177 Load test Level should be <75dBA).
mechanisms) 2 1 -
systems verification of parameters /Specification /Specification Format
speed, Current etc.,
9.2 FULL LOAD (SWL) TEST AT WORKS FOR HOIST & CT MOTIONS
DEFLECTION TEST
9.2.1 Deflection Major Measurement 100% Specifications/ Specifications/ Supplier's IR & Deflection < Span/1000 . Record
With Safe Working Load as per approved IS807/ IS 3177 IS807/ IS 3177 Load test 2 1 - procedure of test & measurement
procedure. Format with sketch.
Hoist With Safe Working
9.2.2 Performance, duty cycle, Major Full Load test/ 100% Approved dwg / Approved dwg / Load test Measure Gear Box Noise. (Noise
Load
Speeds, Current, , Safety Measurement IS807/ IS 3177 IS807/ IS 3177 report 2 1 - Level should be <80dBA) .
systems etc., of parameters /Specification /Specification /Supplier's IR
CT Mechanism With Safe
9.2.3 Performance, duty cycle, Major Full Load test/ 100% Approved dwg / Approved dwg / Load test Measure Gear Box Noise. (Noise
Working Load
Speeds, Current, , Safety Measurement IS807/ IS 3177 IS807/ IS 3177 report 2 1 - Level should be <80dBA) .
systems etc., of parameters /Specification /Specification /Supplier's IR
9.2.4 OVER LOAD (125% SWL) Static test/ Capability of Major Capability of CT 100% Approved dwg / Approved dwg / Supplier's IR & Record procedure followed for test
TEST all motions/ Permanent &Hoist motion/ IS807/ IS 3177 IS807/ IS 3177 Load test & measurement with sketch. After
2 1 -
(Hoist & CT) set Measurement /Specification /Specification report testing check for any damage,
cracks/paint flaking in load bearing
members.
10 PAINTING
Sand/ Grit Blasting & Photographs of finished metal shall
10.1 Surface Cleanliness/ Major Visual Random Specification / Specification / Supplier's IR
Surface Cleaning 2 - 1 form part of inspection report.
texture visual inspection SSPC SA2 1/2 SSPC SA2 1/2
10.2 Primer Coat Painting DFT Thickness/ visual Major Measurement Random Specification / Specification / Supplier's IR Paint thickness shall be measured
2 - 1
inspection in µm / Visual DFT ≥80µm DFT ≥80 µm with paint thickness gauge/
elcometer.
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
49
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref.Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
10.3 Epoxy paint Painting DFT Thickness/ visual Major Measurement/ Random Specification / Specification / Supplier's IR Paint thickness shall be measured with
(Two coats of 80 µm & inspection Visual DFT ≥200 µm DFT ≥200 µm 2 - 1 paint thickness gauge/ elcometer . Final
40 µm) DFT measured in presence of TPIA.
11 ERECTION AT SITE
Gantry rail Span, Level, Major Measurement 100% Approved Approved Supplier's IR Tolerances:
11.1 GANTRY GIRDER RAIL
straightness, rail Joints of parameters drawing / IS 807 drawing / IS 807 Rail span : ±5mm; Slope of rail : 1/1000
ALIGNMENT
and Rail clamp distance. Specification / Specification / 2 - 1 at 2m interval; Height diff : ±10mm
IS3177 IS3177 between LH & RH rails; Rail Gap :2mm;
Straightness of rails: ±5mm
NO LOAD TEST
12.1 NO Load test/ Major NO Load test/ 100% Approved dwg / Approved dwg / Supplier's IR & Measure Gear Box Noise. (Noise Level
(MH, CT & LT Performance & Safety Measurement IS807/ IS 3177 IS807/ IS 3177 Load test should be <75dBA).
mechanisms) 2 1 -
systems verification of parameters /Specification /Specification Format
speed, Current etc.,
DEFLECTION TEST
12.2 Deflection Major Measurement 100% Specifications/ Specifications/ Supplier's IR & Deflection < Span/1000 . Record
With Safe Working Load as per approved IS807/ IS 3177 IS807/ IS 3177 Load test 2 1 - procedure of test & measurement with
procedure. Format sketch.
Main Hoist With Safe
12.3 Performance, duty cycle, Major Full Load test/ 100% Approved dwg / Approved dwg / Load test Measure Gear Box Noise. (Noise Level
Working
Speeds, Current, , Safety Measurement IS807/ IS 3177 IS807/ IS 3177 report 2 1 - should be <80dBA) .
Load
systems etc., of parameters /Specification /Specification /Supplier's IR
CT Mechanism With Safe
12.4 Performance, duty cycle, Major Full Load test/ 100% Approved dwg / Approved dwg / Load test Measure Gear Box Noise. (Noise Level
Working Load
Speeds, Current, , Safety Measurement IS807/ IS 3177 IS807/ IS 3177 report 2 1 - should be <80dBA) .
systems etc., of parameters /Specification /Specification /Supplier's IR
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
50
Annexure - 3
QUALITY ASSURANCE, INSPECTION AND TESTING PLAN FOR EOT CRANES
Agency
Type / Extent
Performed
Witnessed
Sl. Components/ Characteristic Ref.Acceptance Format of
Category Method of of Remarks
Verified
No Operations to be checked Document Norm record
check check
A B C D E F G H I J K
12.5 LT Mechanism With Performance, duty cycle, Major Full Load test/ 100% Approved dwg / Approved dwg / Load test Measure Gear Box Noise. (Noise Level
Safe Working Load Speeds, Current, , Safety Measurement IS807/ IS 3177 IS807/ IS 3177 report should be <80dBA) .
systems etc., of parameters 2 1 -
/Specification /Specification /Supplier's IR
12.6 Brake Path Test/ Each Brake holding Major Measurement 100% Specifications/ Specifications/ Load test
Brakes Effectiveness Brake path / Delay of path & Brake path Brake path report
testing for all motions between two brakes Brake currents ≤17mm for Hoist ≤17mm for Hoist /Supplier's IR 2 1 -
12.7 OVER LOAD (125% Static test/ Capability of Major Capability of CT 100% Approved dwg / Approved dwg / Supplier's IR & Record procedure followed for test &
SWL) all motions/ Permanent &Hoist motion/ IS807/ IS 3177 IS807/ IS 3177 Load test measurement with sketch. After testing
TEST (MH, CT and set Measurement /Specification /Specification report 2 1 - check for any damage, cracks/paint
LT motions) flaking in load bearing members.
Final Painting & touch up Aesthetic look of crane/ Thickness Tech . Tech . Final DFT measured in presence of
13. Major Random Supplier's IR 2 1 -
DFT measurement measurement Specifications. Specifications. TPIA / ISRO
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier
51
ANNEXURE – 4
COMMERCIAL TERMS AND CONDITIONS OF THE CONTRACT
Proposals are invited from the interested Bidders for the enclosed scope of work in
Two part bid.
• Part-1 Technical and Unpriced part of the work and
• Part-2 Priced Commercial bid.
2. PREPARATION OF BIDS
2.1 VALIDITY OF OFFER: Bid shall remain valid for a period of 4 (four) months for
60t cranes (02nos.) from the due date of submission of the Bid. The Bidder shall
not be entitled during the said period to revoke or cancel his Bid or to vary the Bid
except and to the extent required by Purchaser and communicated in writing. Bid
shall be revalidated for extended period as required by Purchaser 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 and conditions
of Bid finalized till that time.
2.2 COST OF BIDDING: All direct and indirect costs associated with the preparation
and submission of Bid (including clarification meetings and site visit, if any), shall
be to Bidder's account and the Purchaser will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the Bid process.
Page 52
b. Copy of duly filled, signed & stamped on each page of the document
“Technical Specifications cum Compliance Statement”.
c. Copy of Company’s registration certificate.
d. Scan copy of Power of attorney in favour of authorized signatory of the
bid / proposal documents.
e. All annexures of the bid shall be duly filled and signed & stamped on
each page.
f. Clearance diagram for EOT Cranes mentioning overall dimensions and
approaches.
2.4.2 PART – II: PRICE BID
Priced commercial bid shall contain schedule of prices, percentage of
GST and other taxes, if any, shall be filled in ISRO e-procurement portal
only. No deviations to terms and conditions, assumptions, discounts etc.
shall be stipulated in price bid. Purchaser will not take cognizance of any
such statement and may at their discretion reject such bids.
3. MODE OF PAYMENT
All the payments due to Bidder shall be made through RTGS/ NEFT. Bidder
shall submit the banker details and payments can also be made through Electronic
Clearance System (ECS).
4. TERMS OF PAYMENTS
The Payment terms are proposed as follows: As the EOT Cranes are
involved with site erection & commissioning also along with supply.
Page 53
• Our standard payment terms is 90% of supply value plus taxes applicable including
transportation charges and packing & forwarding within 30 days after receipt,
acceptance of systems and after CLIP inspection at our site
SDSC SHAR on pro-rata basis against supply of each EOT Crane / Hoist.
• And remaining 10% of supply value and 100% erection and commissioning
charges along with taxes as applicable, TPIA charges etc will be paid within 30 days
after successful commissioning and handing over of the EOT Crane and sub systems
at SDSC SHAR on submission of Performance Bank Guarantee (PBG) (Valid upto
warranty period) on pro-rata basis against supply of each EOT Crane / Hoist.
• However advance payment 20% of supply value can be paid against submission of
equivalent bank guarantee.
5. DELIVERY SCHEDULE :
6. Bidder shall follow the following schedule for executing the contract
Expected date of
S.No Mile Stone completion
60t cranes (02nos.)
Erection and Commission and Testing for each EOT C+2month from the
4
Crane site clearance
Note: Readiness of the site shall be obtained from the indenter before
commencement of the erection work.
Page 54
bidder with in fifteen days from the date of accepting the equipment by the Purchaser
as per the CONTRACT. The format for the performance bank guarantee shall be
obtained from Purchaser.
13. SAFETY
Bidder shall follow the safety regulations / codes or safety instructions issued by
PURCHASER and shall take necessary measures at his own cost.
16. ACCOMMODATION
• Very limited accommodation may be provided by Purchaser to senior supervisory
staff of the Bidder on chargeable basis subject to availability.
• Bidder shall make his own arrangement for accommodation & canteen facility for
all its staff, technicians, labour & workers. Transportation shall be arranged by
Bidder at his own expenses for his entire staff till the completion of the project.
Page 55
Page 1 of 3
.:
GOVERNMENT OF INDIA
DEPARTMENT OF SPACE
PURCHASE DIVISION
Tele No.08623-225023/225174/225127
Fax No.08623-225170/22-5028
e-Mail ID : hps@shar.gov.in, hasan@shar.gov.in, sselvan@shar.gov.in
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.
(No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial 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
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 2 of 3
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
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.
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.
1.Product Literature
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.
c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings.
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 3 of 3
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.