You are on page 1of 63

भारत सरकार Government of India 

     अ तिरक्ष िवभाग        Department of Space 


 सतीश धवन अंतिरक्ष के द्र        Satish Dhawan Space Centre 
         शार        SHAR
ीहिरकोटा डा.घ.524124 आं.प्र. भारत SRIHARIKOTA P.O. 524124, AP, INDIA
टे िलफोन:+91 8623 225023 Telephone: +91 8623 225023
फेक्स: +91 8623 225170 Fax: +91 8623 225170

GOVERNMENT OF INDIA :: DEPARTMENT OF SPACE


SATISH DHAWAN SPACE CENTER SHAR :: SRIHARIKOTA – 524 124
SRI POTTI SREERAMULU.NELLORE DISTRICT (A.P)

TENDER NOTICE NO. SDSC SHAR/Sr.HPS/PT/02/2018-19

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.

Last Date for downloading of tender documents : 04.06.2018 at 16:00 hrs.


Due Date for submission of bids online : 04.06.2018 at 16:00 hrs.
Due Date for Bid Sealing on : 04.06.2018 at 16:01 hrs. to 04.06.2018 at 17.30 hrs.
Due Date for Open Authorization : 04.06.2018 at 17.31 hrs. to 06.06.2018 at 17:00 hrs.
Due Date for opening of tenders : 07.06.2018 at 14:30 hrs.

Instructions to Tenderers:

No tender fee shall be applicable for tenders submitted through EGPS

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.

DT: 13.04.2018 Sr. HEAD, PURCHASE AND STORES

2
SATISH DHAWAN SPACE CENTRE SHAR
SOLID PROPELLANT PLANT

Indent Ref: SHAR/ SPP/2018007951

TECHNICAL SPECIFICATIONS OF DOUBLE GIRDER FLAMEPROOF EOT CRANES

Sl. Capacity Crane Duty


Type of Span Height of Quantity
of crane Travel class of Facility
No crane (m) Lift (m) ( No)
(ton) (m) crane

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.

The above EOT cranes shall be supplied, transported, erected and


commissioned as per the Technical Specifications, Terms & Conditions given in
following pages of this document.
Ref : SHAR/SPP/2018007951

CONTENTS OF BOOKLET

Sl. No Contents Page No.

Bid Qualification Criteria for supply of 60t Double Girder A to B


1
Flameproof EOT Cranes

Full T echnical Specifications cum Compliance statement, Terms


2 1 to 34
& conditions of supply including codes and standards.

Annexure – 1A to 1B :
3 35 to 36
EOT Crane Clearance diagram and dimensions.

Annexure – 2A, 2B & 2C :


37 to 39
Layout of VVVF Room & Crane bay
4
Annexure – 2D :
40
Schematic of Push Button operating station

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.

Date: Signature of competent person


with company seal.

III. IMPORTANT NOTES:

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.

IV. Bid Selection Procedure and Process of BID Qualification


Step-1 : Short listing based on documents submitted, satisfying all the eligibility criteria given above by
the firm or individual along with their Bid/application. (Non submission of any document as
given in above list within stipulated time leads to rejection of Bid)
Step-2 : Subsequently Bidder’s competency, their technical achievements and financial status will be
evaluated suitable for this project. Feedback from Bidder’s clients will be verified.
Step-3 : If required, visits will be made to sites where bidder has established EOT Cranes by technical
team (ISRO or Third party).
Step-4 : If required to visit will be made to their factory/ firm by technical team (ISRO or third party) for
accessing the capacity of manufacturer.
Step-5 : Mean while technical Bids will be opened and scrutinized for meeting all technical specification
and supply conditions.

• 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.

VVVF Drive VVVF panels shall be erected in a separate room at


1.1 C Panels ground level and cabling shall be done from this room
Location to the EOT cranes at gantry girder height.

Cranes – 1 (For NDT, SPP : S200 bay)


• SWL : 60t
• Span : 19.6m
• Height of Lift : 12m
• Top of LT Gantry girder : 12.70m
• Cranes Travel : ~37m
Quantity of • Qty : 1no
1.2
Cranes Cranes – 2 (For NDT, SPP : S139 bay)
• SWL : 60t
• Span : 19.10m
• Height of Lift : 12m
• Top of LT Gantry girder : 12.70m
• Cranes Travel – ~ 25m
• Qty : 1no

EOT cranes shall be equipped with flame proof


Hazardous
electrical systems suitable for operating in hazardous
1.3 area
area classified as Zone1, Gas group IIA/IIB,T4 as
conditions
per relevant IS/IEC standards.

These heavy duty EOT cranes are used for handling of


dangerous/ hazardous materials like rocket motors,
propellant containers, fuel/oxidizer powder tanks etc.,
for positioning and assembly during processing of
space vehicles. In case of any failure of crane, there
1.4 Application will be heavy loss to property and life. Hence Supplier
shall design, manufacture and erect the cranes with
emphasis on quality, reliability and safety and shall
ensure smooth & reliable operation of cranes with long
service life.
These heavy duty EOT cranes will be put to use for
Usage period &
365 Days, intermittent duty with Hoist CT, and LT
1.5 Desired life of
movements. EOT Cranes shall be designed for long
cranes
service life with trouble free operation.
Indoor, near to sea (i.e., saline atmosphere), with
ambient temperature 50ºC and with relative humidity
Operating
95%. Weather conditions are tropical. Bidder shall
1.6 Environment of
consider above while design of EOT cranes, electrical
Cranes
systems, enclosures, painting of cranes and related
parts.
SDSC SHAR Page :3
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

2.0 MAIN PARAMETERS OF 60T DG FLP EOT CRANES (02Nos.)


Top running, Double girder, Flame proof EOT Cranes
2.1 Type of Cranes
for Indoor use.
Structure Class-II ( M 5 ) duty as per IS: 807.
2.2 Class & Duty
Mechanisms: Class – II (M5) as per IS:3177.

Duty Factor As cranes is used for handling dangerous materials,


2.2 A (Cdf) for flame the Duty factor (Cdf) of 1.7 shall be taken in design of
proof Cranes components in hoist motion.

Crane 1 Crane 2

EOT Crane
2.3 60t (60,000kg) 60t (60,000kg)
capacity

2.4 Span 19.6m 19.1m

2.5 Lift of height 12.0m 12.0m


(above FFL)
Distance from
2.6 Floor to top of ~ 12.7m ~ 12.7m
rail
Crane travel ~ 37.0m ~ 25.0m
2.7
in metre (LT)

2.8 Operation Speeds (maximum) in m/min for both the cranes

i) Hoist in m/min Main-2.5/ Creep-0.25 (Through VVVF Drives).

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

Head Room (Maximum) (Vertical distance from top of gantry rail


2.10
available to lowest overhead obstruction) ~ 4.0meters

Hook CT: DSL side / Non DSL side:~2.5m / ~2.0m


2.11 Approaches for
60t EOT Cranes LT: Drive side / LT Non-Drive side: ~3.0m / ~3.0m

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

2.17 COMMON PARAMETERS FOR FLP EOT CRANES


Number of
2.18 wheels for LT 4
drive

Horizontal type, Foot mounted, standard make


gearboxes a s m e n t i o n e d i n t h e “ M a k e o f
2.19 LT Drive
b o u g h t o u t i t e m s ” s h a l l b e u s e d . Central drive
shall be used.
Number of
2.20 wheels for 4
CT drive
Central drive with Vertical type gearboxes of standard
2.21 CT Drive make shall be used w i t h p r o p e r l u b r i c a t i o n
arrangement for gearbox.
Platform for
approach for Maintenance platform covered with chequered plate
2.22 maintenance shall be provided for maintenance of CT drive.
of CT drive

Type of bearings Anti-friction, heavy duty double row Spherical Roller


2.23 for LT/CT wheels Bearings.

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

3 MECHANICAL ELEMENTS DESIGN & DETAILS

EOT cranes mechanisms components shall be designed for strength


3.1 under case I, II, III and IV loading conditions and load combinations as
per clause no. 7.3.2 of IS:3177.

Factor of safety and permissible stress shall be calculated as per clause


no. 7.4.3 & 7.4.4 of IS: 3177 and technical specifications given and on
3.1a the basis of minimum ultimate tensile strength. However for all load
bearing mechanical components’ factor of safety shall not less than 5
for case-I loading.
Supplier shall consider above loading conditions & permissible stresses
3.1b in design of EOT Cranes and accordingly shall submit calculations for
mechanism components.
The stresses in all components of hoist mechanism and gearboxes
should not exceed 66% of yield stress/proof stress of the material for
3.1c
the component under break down conditions of motor i.e. pullout
torque of motor.

All mechanical components in Hoist (vertical load path), shall be


designed for infinite fatigue life. Fatigue analysis shall be based on
3.1d
the cranes maximum rated load. Necessary calculations shall be
submitted during detail engineering as per code IS 3177.

No cast iron part should be used /considered in mechanical load bearing


member on the cranes, except for electrical equipment. Similarly wood
3.1e
or combustible material and Bush bearing should not be used in any
part of the cranes.
Forged, Single Shank Point hook with safety latch and
3.2 Hoist hook type
Thrust Bearing as per IS:3815 / IS:15560.
SDSC SHAR Page :5
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Lubrication of Provision shall be made for lubrication of hook thrust


3.2a
hook bearing and provide with dust cover.
Number of falls 08 (Eight).
3.3
for Hoist
Rope Drum shall be of fabricated type made from
3.4 Rope Drum steel of IS: 2062 Grade ‘B’ and shall be duly stress
relieved and shall be made as per IS 3177.
Rope drum diameter shall be minimum 28 times the
3.5
diameter of wire rope.

Fleet Angle of wire rope from drum to sheave shall


3.5.1 not be more than 2.5 deg and drawings & calculations
shall be provided in this regard.
Rope drum shall be provided with not less than three
dead turns at each anchored end and at least one
3.6 Rope Drum
spare groove at the other end. Grooves shall be
finished smooth.
Rope dead ends shall be clamped with
minimum three clamping wedges with two numbers of
3.7
bolts on each clamp. The bolts shall be at the centre
of clamp and shall be wire locked.
In the event of failure of drum shaft or bearing, the
3.7.1 drum must be retained on the trolley without falling.
M/s USHA MARTIN make, Galvanized, 6x36, RHO
lay, core IWRC, Grade 1960MPa. Genuine wire rope
3.8 Hoist wire rope
shall be used. No joints shall be used for wire ropes
under this specification.
Minimum Factor of safety on wire rope shall be 8
Factor of Safety
3.8.1 (eight) on minimum breaking strength of wire
on wire rope
rope.
All sheaves shall be of forged steel only. Sheave
diameters shall be minimum 24 times rope diameter.
In the event of hook over travel, where the lower
block contacts the cranes trolley structure, the ropes
shall not be cut or crushed.
3.9 Rope Sheaves All the sheaves shall be mounted above the trolley
platform with ease access to maintenance/repair and
inspection.

All the top sheaves shall be positioned such that it


can be removed individually without removing other
components like equalizer pulley, rope drum etc.
Bearings for All the sheaves & pulleys shall be provided with
3.9.1 Sheaves standard roller bearings of genuine make of SKF,
/Pulleys FAG, INA, TIMKEN.

Arrangement shall be provided for periodical


Lubrication of lubrication/ greasing of bearings.
3.9.2
Pulleys
Guards/covers shall be provided for all sheaves.

Equalizer pulley shall be 18 to 20 times the wire rope


Equalizer
3.9.3 diameter and shall be mounted on swiveling
Pulley
arrangement.
SDSC SHAR Page :6
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. Sheave grooves shall be machined smooth and
support wire rope uniformly at least 1360 angle of
3.9.4 Sheaves contact over its circumference.
2. Wire rope fleet angle shall be not more than 2.50
for sheaves.

Standard reputed make, Crane duty, Helical type,


Gear Boxes for
3.10 parallel shaft, spilt type housing gearboxes,
HOIST
horizontal foot mounted shall be used for hoist motion.

Helical /Bevel helical, parallel shaft gearboxes of


Crane duty shall be used for CT & LT drives.

Vertical Gearboxes shall have an oil pump lubrication


Gear Boxes for
3.11 system when vertical gearing exceeding three stages.
CT & LT
Tubing/ Piping for gearbox lubrication shall be
provided with SS316/SS304 and must be properly
clamped. No hoses shall be used. Visual indicator/
gauge for oil flow shall be provided in line.

Standard make Makes shall be M/s. Elecon / Shanti Gears/


of Gearboxes for Premium- GREAVES /Flender-Siemens only.
3.12
all motions of Other makes & Own make gearboxes are not
EOT Cranes. acceptable.

Material of
All are Forged Alloy Steel / Case hardening steels, as
3.12a gears &
per standard manufacturer of gearboxes.
Pinions, Shafts

1) Gearboxes selection shall consider starting


torque of motor (i.e., 2 times the full load
torque) of selected motors.
2) Due consideration shall be given for braking
torque in input shaft of Gearbox.
3) Service factor shall be 1.6 for hoist on the
electrical KW of selected motor.

4) Service factor shall be 1.5 for LT & CT on the


electrical KW of selected motor.
Torque rating of 5) The stresses in all components of hoisting
3.12b Gearboxes/ machinery & gearboxes should not exceed 66%
Pinions/ Gears of yield point (proof stress) of the material for
the components under break down conditions of
motor i.e., pull-out torque of motor.

6) All the pinions shall be integral with the shafts.

7) Input shaft design calculations and torque


rating shall be considered with 2nos. of
brakes for Hoist Motion.
8) The noise level shall not be more than 80dBA
during the gearbox in operation measured at a
distance of 1m from gearbox.

Drawings and Details of gear boxes, selection criteria,


Details/ Power rating & torque rating, materials,
3.12c Drawings of stresses calculations, service factor, bearing details,
gearboxes data sheets etc., shall be submitted for TPIA/
Purchaser for approvals during design phase.
SDSC SHAR Page :7
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Gearboxes shall have fill and drain connections,


Breathers, lubricant level indicator, and shall have
good accessesibility for checking, maintenance and oil
filling.
Gearboxes
3.13 The casings of gearboxes shall be made from
construction
structural steel (IS:2062) and duly stress relieved.

No oil leakage is allowed from gearboxes. Oil drip


pans shall be provided around the gearbox.

Sufficient clearance need to be maintained between


gear of one stage to pinion of next stage of non
meshing sets to avoid interference.
For hoist mechanism, the brake drum (02nos.) shall
be provided on each side of the input shaft of the
gearbox.
Reliable oil seal arrangement i.e., double stage oil
sealing arrangement shall be provided for shafts of
gearboxes.

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.

Torque rating of Each thruster brake shall be


minimum 2 times motor full load torque. One of the
Hoist Brake hoist brake shall be provided with operating delay in
3.17 brake application from brake to brake.
Rating
Minimum diameter of the brake drum shall be
Ø315mm for the hoist mechanism.

Hoist components and brake shall be selected such


Braking that the braking distance for lowering motion as per
3.18 distance/ brake IS 3177 with one brake at full rated speed.
path Necessary calculations shall be submitted in this
regard during design phase.

For each motor, flame proof EHT brakes of M/s


Electromag/ M/s Kateel/ M/s Sterling Controls
shall be provided. Brakes shall be minimum 1.5
Brakes for CT &
3.19 times full load torque of selected motor.
LT

Minimum brake drum diameter shall not be less than


Ø160mm.
Brake rating/
In travel motion retardation with brakes shall not
adjustment
3.20 exceed 7cm/sec2. Necessary calculations shall be
for CT and LT
submitted in this regard during design phase.
motions
3.21 Brakes shall be mounted on the input pinion shaft of the gearboxes.
SDSC SHAR Page :8
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Brake drum shall be forged/cast steel/ SG iron.


Drums shall be completely machined and Static &
dynamically balanced. Hardness of surface of
3.22 Brake Drum
finished drum shall be 38-43 Rc Width of the brake
drum shall be 5 to 10mm more than the width of the
brake shoes.

All the gearboxes, motors, brakes, Wheel L brackets,


Mounting of bearing pedestals, etc. shall be mounted on
3.23
equipment machined and leveled surfaces. If shims are needed,
only Stainless steel shims shall be used.

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.

All cranes wheels shall be made from forged steel


3.26 Travel Wheels like C55Mn75 and minimum hardness shall be 300-
350BHN for a case depth of 10mm.

Wheels shall be double flanged with straight tread


with 12 deg taper flanges with adequate flange
3.27 Travel Wheels thickness. Wheels shall be accurately precision
machined and shall be matched in pairs with minimum
deviations.
Shafts shall be of forged steel C45. Angular
deflection of the shaft at torque corresponding to
3.28 Drive shafts
1.33 motor rated torque during acceleration
shall not exceed 0.10deg./m of shaft length.
Galvanized, high tensile fasteners of tensile quality
8.8 or more shall be used in cranes parts, except for
Fit bolts of Girder.
3.29 Fasteners Make of all fasteners shall be M/s TVS/ UNBRAKO/
LPS only. Test certificates shall be provided.
Galvanizing shall be done by original manufacturer
of bolts.

High tensile Fit bolts (as per IS:3640) of Property


Fasteners for
3.29a class min 8.8 shall be used for Couplings, and other
Couplings
power transmission components as required.

Localized/ semi centralized lubrication system with


Lubrication of
3.30 easy approach for all pedestal & pulley bearings,
Cranes
couplings, wheel bearings etc., shall be used.
SDSC SHAR Page :9
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Safe access for maintenance and removal of all


Maintenance mechanical and electrical parts must be ensured
3.31 accessibility & without any additional scaffolding. All parts requiring
Safety replacement or inspection or lubrication shall be easily
accessible.

All keys where ever used should be of parallel keys as


per IS:2048 (couplings / gearboxes / motor shafts).

Material of keys shall be 45C8 or alloy steel.


3.32 Keys & Keyways
Proper fits and tolerances shall be used between key
and keyways; such that key should not get loosened
in service life. Key end arrestors shall be provided.
Ball and roller antifriction bearings of approved make
SKF / TIMKEN / FAG only shall be used throughout
the drives except where specified otherwise.
Rated life of ball and roller bearings shall be not less
than total life (B10 or L10) in working hours (not less
than 20,000hrs).

Special consideration shall be given to bearings which


3.33 Bearings operate at low speeds. Certified confirmation of the
bearings capacity at low speeds must be obtained
from the manufacturer during design phase.

All bearings shall be provided with proper lubrication


and means of lubrication. Mounting fits, tolerances
and clearances shall be as recommended by the
bearing manufacturer.
All bearings housings shall be of STANDARD MAKE
(SKF / FAG / TIMKEN) and made of cast steel or
forged steel or fabricated steel bolted to a rigid
Bearing portion of cranes structure by minimum 4 bolts.
3.32
Housings Housings shall be split on the shaft centre line to
permit removal of the shafts. The underside of the
base of each bearing pedestal shall be machined and
shall bear upon a machined surface.
4.0 STRUCTURAL DETAILS OF EOT CRANES
The cranes s h o u l d be rigid, robust and of sturdy
Design of construction. The design of all structures shall be
4.1
structural work done as per IS: 807 - Class –II (M5) and as per this
technical specifications.
All the structural plates used in fabrication of Girders,
Material of Trolleys and End carriages, etc., shall be of minimum
4.2 structural 8mm thick of IS:2062. .TPIA stamping, heat no., lot
items. no. and standard makes mentioned in the annexure
shall be made available.
Platform cover M.S Chequered plates for trolley and platforms’
4.2.1
plates covering shall be minimum of 6mm.
Bridge Girders shall be of double Girder, Box Type
4.3 Girders
construction having maximum rigidity.
The bridge girders shall not deflect more than
Deflection of 1/1000 of span with safe working load on the
4.4
Girders trolley, with trolley stationed at mid span and
excluding deflection due to dead load.
No splice joint is permitted. Girder is to be of single
4.5 Girder Joints piece only. Number of weldable butt joints along the
total length of the girder should not exceed two.
SDSC SHAR Page :10
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

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.,

The trolley frame shall be built up of rolled sections


and box sections to form a rigid structure and shall be
arranged to afford maximum accessibility to
mechanical and electrical parts placed on it.
The trolley frame shall be of rigid construction
4.10 Trolley such that lifted loads do not cause deflections
that impair the proper operation of machinery.
No parts shall be mounted under the trolley except for
the gravity limit switch weight. Top pulley block and
all other pulleys, equalizer pulley, fitments shall be
mounted on the top of trolley platform only.
The top of the trolley frame shall be fully covered with
Top chequered
4.11 6mm chequered plate all over except for openings
plate of trolley
required for the ropes for bottom block etc., to pass.

Trolley and top pulley block shall be designed such


that at the highest position of hook there shall be a
clear distance of 700 mm between the lowest point of
trolley obstruction and the highest point of bottom
Safe distance
block.
Between trolley
4.12 Safe access for maintenance and removal of all
& top pulley
mechanical and electrical parts must be ensured
block
without any additional scaffolding.
All parts requiring replacement or inspection or
lubrication shall be easily accessible without the need
for dismantling of other equipments or structures.
CT Maintenance platform covered with chequered plate
4.13 maintenance shall be provided under the CT mechanism (i.e below
platform CT gearbox). Access shall be there for draining of oil.
Hand rails for Handrails of 1000mm height shall be provided on all
4.14
trolley the four sides of the trolley.
Full length wearing plate of minimum 8mm should be
CT rail wear provided under the trolley rails and should be 10 to
4.15
plate 12mm lesser in width than the rail base as per
IS807.
CT rails shall be made continuous by welding standard
lengths. Welding shall be done as per standard
4.16 CT rail welding
procedure approved by Third Party Inspection Agency
/ purchaser.
SDSC SHAR Page :11
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
CT & LT Cranes rails shall be clamped to the girders
CT & LT rail with double bolt clamping plates of M/s GANTREX /
4.17
clamping M/s GANTRAIL make. The rail clamps shall be spaced
not more than 450mm apart.

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.

CT & LT Rails shall be prevented from creeping in the


Rail stoppers
4.19 longitudinal direction by welded rail stops and Wheel
/Wheel ramps
ramps.

Suitable jacking pads should be provided on end


4.20 Jacking pads carriages and trolley for jacking up the cranes for
changing track wheels

Safety pads shall be provided under the end carriages


and trolley to prevent the cranes from falling more
4.21 Safety Pads
than 25mm in the event of breakage of a track
wheel/axle.

Spring buffers of rated capacity shall be provided for


4.22 End buffers
long travel and cross travel.
Metric All components including fasteners should be in metric
4.23
Component system only.
Systems
Bolts in rotating parts shall be locked with spring
Locking of washers and lock nuts.
4.24
fasteners All couplings and brake drums shall be provided with
“Fit” type bolts.

Make of All the structural raw materials (plates, angles, beams)


steel raw shall be of NEW and fresh lot and of reputed make of
4.25
materials M/s SAIL/ M/s JINDAL/ M/s ESSAR/ M/s TATA STEEL
only.
All butt joints shall be 100% radiographed for both
4.26 Welded joints compression and tension joints and in flanges / Webs.
All other welds shall be DP tested.
Full length chequered platform of width
750mm shall be provided on both bridge Girders
4.27 Platforms
with hand rails of height 1000mm. The platforms
shall be bolt jointed.
Toe guards shall be provided for all openings, on
4.28 Toe guards trolley and on bridge platforms with minimum height
of 100mm.
Parts of steel frames carrying machinery should be
Machine provided with doubling plates (including stiffeners) of
bases on adequate thickness welded and machined to true
4.29 surface.
trolley/ LT
platform All the drive system bases shall be made rigid to take
all the loads.
Protection Guards: All the moving parts should be duly covered
Guards for with guards as per safety norm. Proper guard /
4.30
rotating cover / tray to prevent falling of bolts from coupling
equipment etc should also be provided, wherever required.

Welded snugs shall be fitted against the feet of all pedestals,


4.31 gearboxes, brakes etc., except motors. Motors shall be provided with
alignment screws for side alignment.
4.32 Ladders
SDSC SHAR Page :12
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Approach Ladders shall be provided from catwalk to end carriage and


4.32.1
to LT platforms in all four corners.

Approach ladders to be provided for reaching the trolley at two


4.32.2
locations along the span of the girder.

Guards: All the moving parts couplings, shafts shall be


Protection duly covered with guards as per safety norm. Proper
Guards for guard / cover / tray to prevent falling of bolts from
4.33
rotating coupling etc should also be provided, wherever
equipment required. The covers shall be strong enough to take
person weight ~ 100 kg.

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.

ELECTRICAL & CONTROL SYSTEMS


5.1 Electrical Equipment Environment
Items supplied should be suitable for Hazardous Area: Zone1, Gas
5.1.1 Group IIA/IIB, T4 as per IS 5572, IS 5571, IS 2148 and IS 5780 or
equivalent IEC standards.

Item supplied should be suitable for tropical and humid climate:


5.1.2
Temperature of 50°C & RH not less than 95%.

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.

1. All the motors shall be housed with inbuilt


THERMISTOR.
2. Independent thermistor relay need to be used.
3. Alarm and Trip input to be wired separately as a
5.3.3 Thermistors input to VVVF control unit.
4. Protection like switch OFF / TRIP the motor in case
of increase in surface temperature more than T4
classification.
5. Qty: 2 sets per motor.

1. Preferably sealed ‘ZZ’ bearing.


2. If not suitable lubrication provision to be provided.
5.3.4 Bearings
3. Insulated bearings shall be provided for motors
rating more than 55 kW.
SDSC SHAR Page :13
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. Pull out torque of motors shall be not less than
2.75 times of full load torque.
Torque rating
5.3.5 2. Motor full load torque rating shall be minimum
of Motors
120% of calculated mechanical torque as per
IS:3177.
Speed rating of
5.3.6 Shall be of 8 pole motors with speed ~ 750 RPM.
Motors
Maximum Current drawn by all motors (rating more
Current drawn
5.3.7 than 2 HP) with SWL should not exceed 80 % of the
by the Motors
full load rated current.
150% of full load current for 2 minutes without
Over load
5.3.8 damage or permanent deformation from zero to base
capability
speed.

The power (kW) rating of VVVF drive shall be higher


5.4 VVVF Drives than the selected or finalized electrical power (kW)
rating of the motor.
1. Shall be provided with 2 Nos. (1 Working; 1
Standby).
2. Three positions selector switch shall be provided
5.4.1 Hoist Drive for selecting the drive and shall be indicated by
means of indication lamp.
3. It shall have a provision for communicating to the
automation system via. Ethernet protocol.
1. Shall be supplied with 1 No. (1 Working).
5.4.2 CT & LT Drives 2. It shall have a provision for communicating to the
automation system via. Ethernet protocol.

1. Shall be supplied with 2 Nos. (1 Working; 1


Standby).
Drive Control 2. Three positions selector switch shall be provided
5.4.3
Unit for the above selection.
3. The selected control unit shall be indicated by
means of indication lamp.

20% additional DI / DOs with respect to the


5.4.4 DI & DOs
used/assigned terminals for future usage.

1. Combined advanced operator panel capable of


commissioning the individual drive need to be
provided.
5.4.5 Operator Panel 2. Operator panel shall be capable of provided with
fault history read and logging facility.
3. It needs to be mounted on the panel door.
4. Qty: 2 Nos. (1 Working; 1 Standby)

1. Suitable software with valid license need to be


supplied along with drive.
2. This software to be loaded on the laptop (which is
5.4.6 Drive Software the scope of department).
3. Drive communication cable suitable for support
either USB or RJ45 of the laptop need to be
supplied.

Make & Model Model:S120 of M/s SIEMENS (or)


5.4.7
of VVVF Drives Model:ACS880 of M/s ABB
SDSC SHAR Page :14
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

All VVVF & electrical panels shall be kept in separate


room in ground level as mentioned below :
At Entrance of the bay and apx. centre of the bay. All
Location of the power and control cables toward s the EOT
VVVF Panels for crane s shall be routed from this rooms to the top
5.4.8 the with f o r EOT cranes. Approx. cable length
Flameproof (Armoured) from VVVF room to EOT cranes junction
EOT cranes box at 2m from FFL at centre of the LT girder is as
mentioned below :
Crane 1 : ~110m.
Crane 2 : ~100m.
Panel door limit Door Limit switch: Should control the panel lighting of
5.4.9
switch the VVVF Drive panel. Qty: As per panel design.
Suitable input choke for controlling harmonics and
Input and
5.5 output choke for reducing dv/dt and terminal peak
Output Chokes
voltages at Motor.
1. DBR of suitable capacity/rating shall be provided
to all VVVF drives (in feed re-generative model
shall not be selected).
2. For Hoist motions DBRs shall be sized for a
Dynamic
minimum of 150% of motor full load torque and it
5.6 Braking
shall not be less than the torque limit setting of
Resistors
the VFD in the hoisting direction.
3. Necessary forced cooling needs to be planned.
Controlling of the cooling fans needs to be linked
with control supply ON.

Dynamic Suitable rated Dynamic Braking Unit (DBU) need to be


5.7
Braking Unit provided for individual drives.

Intrinsic safe / flame proof hollow shaft incremental


encoder to be used to achieve vector control mode of
operation for Hoist application.

All Encoder signals shall be suitable for VVVF drive


input.

Encoder signal shall be of intrinsic safe / flame proof


Encoder for signal only. Screened cable /fiber optic cable as per
5.8
Motor manufacturer recommendations and as decided by
purchaser shall be used for encoder.

Encoder shall have a provision to send two signals


from the single encoder.

Encoder shall have a terminal strip termination for


connecting the cables.

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

5.10 Scheme to be followed for powering the Brakes :

1. Logic for operation:


a. Opening: Monitoring min. of 20% of current
built in the motor.
b. Closing: Monitoring min. of 0% speed of the
motor.
2. No. of power contactor: 2 Nos. per brake set.
3. Controlling of power contactor:
a. One no. of digital output/contactor from the
control unit.
All Hoist b. One no. of intrinsic safe relay/contactor.
5.10.1
Brakes 4. All the brake contactor status needs to be
monitored.
5. In case of any one power contactor got welded/
fused, the system has to operate with flashing
indication.
6. If both the power contactors got welded/fused,
main (line) contactor need to be switched OFF.
7. Similarly MPCB trip status needs to be wired as
one digital input to control unit for logic
evaluation.

1. Logic for operation:


a. Opening: Monitoring min. of 20% of current
built in the motor.
b. Closing: Monitoring min. of 0% speed of the
All CT & LT
5.10.2 motor.
brakes
2. All the brake contactor status needs to be
monitored.
3. MPCB trip status needs to be wired as one digital
input to control unit for logic evaluation.

1. Gravity Limit switch: Should control the Entire


power supply of the cranes. Qty: 1 No.
2. Rotary Limit switch: Should control the Hoist
motion of the cranes. It shall have a 4 NC points.
5.11 Limit Switches
Qty: 1 No.
3. 2-Way Lever Limit switch: Should control the
Cross Travel and Long Travel of the cranes. Qty: 4
Nos.

5.12 Junction Boxes


1. FLP junction boxes shall be provided for inter
facing of all the equipment which are powered not
Flame Proof through intrinsic safe supply (i.e., > 8.9 V)
5.12.1
Junction Boxes 2. All the terminal inside this box shall have a
provision for connecting ring type lugs only.
3. Make: M/s FEPL / M/s BALIGA/FCG / STAHL
1. Non-FLP junction boxes shall be provided for inter
Non-Flame facing of all the equipment which are powered
5.12.2 Proof Junction through intrinsic safe supply (i.e., pendant
Boxes control, limit switches, etc)
2. Make: M/s Rittal / M/s President.
The probable locations of the JBs are
Probable a. Cranes LT Gantry Girder.
5.12.3 location of b. Cranes LT Platform.
Junction boxes c. Cranes Trolley / LT platform.
SDSC SHAR Page :16
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. On the Cranes: Each side of the LT platform 1 No.
of 1 phase, 230 Volts AC FLP switch cum socket
with plug top with necessary isolating switch / MCB
5.13 Power Socket
inside the panel.
2. Inside the Panel: 1 No. of 230 V AC power sockets
with ON / OFF switch for all the panels.
1. On the Cranes:
a. Under slung FLP, 150watts LED light fitting
Light Fittings & shall be provided. Qty: 4 Nos.
5.14
Bell b. FLP bell need to be planned. Qty: 1 No.
2. Inside the Panel: 1 No. of 230 V AC LED light
fittings shall be provided for all the panels.
1. Shall be provided with Key way switch with
Mush room head Emergency OFF.
2. Control ON & OFF indication lamp powered
through Intrinsic Safe circuit.
3. Shall be provided with push buttons for
controlling main and creep of all motions.
i.e., Hoist: UP/down; CT: right/left; LT:
forward/reverse and bell
4. Push buttons shall have 1NO+3NC add-on
blocks.
5. 2-way Switch for Under Bridge Lights.
Pendant Push 6. Minimum 30% Spare Core shall be provided in
5.15
Button Station PBS with respect to the used cores.
7. All push buttons are to be powered through
intrinsic safe module only apart from other
control elements like limit switch, etc..,
8. Enclosure and Chain for the pendant shall be
Stainless steel.
9. Trailing cable supported on wheeled trolleys with
anti-friction sealed (ZZ) bearings.
10. Stainless steel chain shall be provided for DSL
arrangement and also for pendant hanging.
11. Pendant track shall be provided above LT
platform for ease of maintenance.
All the cables need to laid and end-terminated as per
5.16 Cables
the site requirement.
The following cables need to be supplied:
1. The Encoder cables shall be minimum of 8 core.
2. The cable shall be of screened cables and the
shield to be connected to earth.
Encoder Cable 3. Flexible single cable without any joints shall be
5.16.1
for Hoist motor used for encoder from panel to encoder.
4. Qty of cable with full length: 2 Nos. To be
connected to both the signals of the proposed
encoder.
5. Make: M/s LAPP or M/s IGUS
The following cables need to be supplied:
1. All the power cables shall be of 4 core only.
2. Minimum size shall be of 4 sqmm.
3. The cable running between panel to field
equipment, other than the cable running in Drag
5.16.2 Power Cables Chain are of 1.1 kV Grade, XLPE insulated, copper
conductor, G.I. armoured cables only.
4. From power supply source at SDSC SHAR to
Protective Panel Incomer. Qty: ≈50 mtrs.
5. From Protective panel to all the other panels, field
equipments like motor, brakes, lights, bell, etc.
SDSC SHAR Page :17
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Power cables towards the motors are to be selected as


follows:
1. Selected / approved motor electrical kW and rated
current to be selected for the voltage drop
calculation.
2. Maximum 3% of Voltage drop only will be
accepted in the selected cables.
3. Incomer cables rating to be considered for
maximum of three different motions along with
EOT Cranes lights and other transformers loads.
4. Out of used cores, 30% of core shall be kept as
spare with respect to each size of the cables from
panel to junction boxes.

The following cables need to be supplied:


1. All the control cables shall be minimum of 12 core
only.
2. The cable running between panel to field
equipment, other than the cable running in Drag
5.16.3 Control Cables
Chain are of 1.1 kV Grade, XLPE insulated, copper
conductor, G.I. armoured cables only.
3. From Protective panel to all the other panels, field
equipment like brake limit switches, various limit
switches, pendant, etc.

1. Cable tags indicating the source and destination to


Cable be provided for all the cables.
5.16.4
Identification 2. The ferrules shall be of ring type and of non-
deteriorating material.

The following cable management to the planned:


1. Power circuit – Minimum size: 4 Sq.mm
2. Control circuit – Minimum size: 2.5 Sq.mm
3. Signal wire (for Control Unit and Encoder module) -
Maximum size: 0.5 Sq.mm
4. Colour coding should be followed as:
a. 110 V AC Phase – Grey without sleeve.
b. 240 V AC Phase – Grey with RED sleeve.
c. 110 V &240 V AC Neutral– Grey with BLACK
sleeve.
d. 415 V AC – Black with RED, YELLOW, BLUE
and / BLACK.
Cable
e. 24 V DC Positive– Red.
5.16.5 identification
f. 24 V DC Negative– Blue.
Inside the panel
g. 8.9 V DC – Orange.
h. Signal cable – As per the standard of
LAPP/IGUS cable.
i. Earth cable – Green & Yellow.
3. All the limit switch terminals (Hoist, CT, LT and
Brakes, etc) need to be wired up to the terminal
block of the VVVF panel.
4. Interconnecting / looping of above terminals need
to be carried out in the VVVF panel terminals only.
5. Interconnecting of above terminals in the
equipment’s and bringing the common terminals to
the VVVF panel is not acceptable.
SDSC SHAR Page :18
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
The following area cables/strips need to be supplied:
1. G.I. Earth strip (min. 25 x 6 mm) shall be
provided
2. LT Rail at both the sides of the cranes needs to be
earthed.
3. All the equipment including the mechanical
structure needs to be grounded effectively with
5.16.6 Earthing
double earthing.
4. Suitable bridge clamp need to be positioned on
the cranes for tapping of earth points.
5. Panel shall be provided with earthing provision at
both the ends.
6. All earthing shall be connected with plant earth
(which is 20 mtr. away from the panel location).

1. Drag chain shall be provided for LT and CT


motions.
2. Necessary supports (like beam / angles, guided
cable tray, etc) for running the drag chain along
the LT and CT motions shall be provided. Drawings
shall be submitted for approval during design
5.16.7 Drag Chain
phase.
3. Maintenance cage shall be provided for attending
the LT drag chain maintenance.
4. All the cables running inside the drag chain are of
same make as that of the drag chain.
5. Make: M/s IGUS / M/s LAPP

1. Perforated G.I. cable trays need to be planned


for routing the cables from the panel to top of
the cranes.
2. Necessary supports (like beam / angles, etc) for
running the cable tray inside the trench (bottom
of the panel), on the wall, on the cranes, etc
need to be supplied.
3. Entire length of the cable trays need to be
5.17 Cable Tray covered with G.I. sheet cover. Fasteners shall
be as per the manufacturers recommendations.
4. No cables are routed without cable trays and
covers.
5. The cable trays are also to be earthed with
respect to the common ground.
6. Cable Layout and tray mounting drawings shall
be provided along with number and sizes of
cable trays during design phase.

1. Protective Panel - MCCB with adjustable overload,


adjustable short circuit protection, adjustable
ground fault and Instantaneous protection to be
5.18 MCCB provided.
2. Protective Panel - MCCB handle (door operated)
shall have a illumination kit for indicating ON / OFF
/ TRIP.
SDSC SHAR Page :19
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. All motion Panel - Switch Dis-connector Fuse unit.
2. All SDF to be provided with semi-conductor fuse
with fuse indication cum monitoring device.
3. All SDF to be provided with auxiliary switch to
ensure the ON / OFF status of SDF Unit. Same to
be wired up to drive input to enable the drive for
Switch Dis- operation.
5.19 connector Fuse 4. All the semi-conductor fusing indication to be
(SDF) unit wired as the drive input in series with the above
point to enable the drive for operation.
5. All the isolating switches are to be provided with
door interlocking and defeating provision.
6. All the isolating switches (either MCCB / SDF) are
to be located uniformly in the height of 1600mm
from FFL.
Hoist, CT and LT power supply to VVVF drives to be
routed through Semiconductor fast acting Fuses of
5.20 Fuses adequate rating as per drive manufacturers
recommendation. Semiconductor fuses shall have an
indicator for fusing.
1. Voltage input to the Multifunction meter shall be
routed through 3-pole MCB
2. Individual components control shall be planned by
5.21 MCB a dedicated MCB control.
3. All the MCBs shall have the provision for ON, OFF
and Alarm contact provisions. The same shall be
wired for the control logics (wherever required).

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

Enclosure – Indoor, Floor mounting, Front operated


free standing
Frame, Mounting plates, Doors & Covers – 2.0 mm
Thickness CRCA
Lifting arrangements - Suitable Lifting Arrangement
shall be provided for each panel on the Top on all
four sides
Base frame – ISMC 100 x 50 with Matt black
Glass door – will be provided in the overall control
panel (where control unit, communicating systems,
IS barriers, contactors, etc is arranged)
Degree of protection – IP 54.
Shrouding – As per standard (to be provided inside
the panel, in front of power components and power
terminals).
Design &
5.25.3 Cable entry (power and control) – bottom.
Construction
The panels to be provided with panel A/C along with
water drain hose of sufficient length (min. 2 mtrs)
The panels need to be provided with panel lamps
(LED) along with door limit switches
All the panels are to be maintained the uniform
height and width. Height of the panel not less than
2000 mm excluding the base frame of 100 mm.
Overall height of the panel not less than 2100 mm.
All the panel line up to be taken care like a bureau
opening type.
Enamel Danger plates shall be provided on the Panel
inscribed in Hindi, Telugu and English languages as
directed by department.
Drawing pocket needs to be considered.
Comfort handles with key to be considered.
1. Paint shade – RAL 7032 / 7035.
5.25.4 Painting 2. Base frame – Matt black.
3. Mounting plate – Orange.

1. Power circuit – Minimum size: 4 Sq.mm.


2. Control circuit – Minimum size: 2.5 Sq.mm.
5.25.5 Wiring
3. Signal wire (for Control Unit and Encoder
module) - Maximum size: 0.5 Sq.mm.

1. It shall be of cluster LED provided with


translucent lamp covers
2. Cluster LED module shall be suitable for direct
Indication
5.25.6 operation on 230 V / 110 V, 50 Hz AC or 24 V
Lamps
DC.
3. Panel shall have the 3-phase indication lamps in
the metering cubicle controlled by 3-pole MCB.
1. Material – Transparent acrylic.
5.25.7 Name Plate 2. Colour of letter – white letter in black
background.
1. Size – Minimum '30 X 10 Cu' with nuts, bolts &
washers at each end is to be provided per panel
2. Necessary earth strip need to be supplied for the
following
5.25.8 Earth bus bar
a. To link panel to rail at the gantry girder.
b. To link rail and all the electrical elements on the
EOT Cranes.
c. To link the panel to the earth strip.
SDSC SHAR Page :22
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

1. Terminal blocks shall be of 750 Volts grade of


the stud type and shrouded.
2. Insulating barriers shall be provided between
adjacent terminals.
3. All the terminal blocks are grouped with respect
to the following:
a. 24 V Power distribution (separately for positive
and negative).
b. 110 V Power distribution (separately for phase
and neutral).
c. 230 V Power distribution (separately for phase
and neutral).
d. 415 V Power distribution if any
e. Motor and brake power distribution
4. Short linked Terminal blocks are to be used for
5.25.9 Terminal blocks
terminal multiplication. More than one wires
need to be avoided in one terminal block.
5. All future interlocks to be provided with
permanent shorting link.
6. Interlocking between the panels is to be routed
through respective panel terminal blocks only.
Direct wiring between the components of two
different panels to be avoided.
7. Power & Control circuit –Ring type end
termination of suitable size
8. All the terminals needs to be provided with group
markers
9. 25% Spare Terminals Shall be provided for both
Power and Control in each Panel
10. Make: Connectwell / Wago / Elmex

1. Panel shall be provided with Multifunction meter


Multifunction 2. Along with Add-on DI / DO modules
5.25.10
meter 3. Communication: PROFINET modules
4. Make: M/s SIEMENS; Model: PAC 4200

1. 24 V DC power supply to be provided (2 Nos.)


2. Shall be used as common supply to all the
motion including protective panel.
3. ORingdiode needs to be supplied.
SMPS (If
5.25.11 4. The DC power supply failure shall be noticed via.
required)
Digital inputs.
5. If either the SMPS or ORing diode fails a 24 V DC
missing indication lamp need to be provided.
6. Qty: 2 Nos.

1. Panel Space heater is to be mounted in such a


way that, Power & Control Cables must not run
in close vicinity of it.
2. All the Panels shall be provided with space
heaters to avoid moisture condensation.
Panel Space
5.25.12 3. Necessary thermostat need to be supplied along
Heater
with the space heaters.
4. ON / OFF Control of space heaters shall be
interlocked with main contactor. i.e., whenever
main contactor is in OFF condition, power shall
be available at space heater terminals.
SDSC SHAR Page :23
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

1. Rubber mats to be supplied and provided in-front


of all the panels as per the designed length of
panels including Transformer and DBR panels.
5.25.13 Rubber mats 2. The length to be supplied is 30 mtrs.
3. Class ‘A’, 3.3 kV ac (rms), 2.0mm ± 10%
thickness as per IS 15652/2006
4. Width: 1 mtrs. (maximum)

1. The bottom most row of equipment mounted


inside the panel excepting terminal strip shall be
at least 350mm above the panel bottom cover to
facilitate inspection and repairs
2. Selector switches, indication lamps and operator
panel needs to be provided on the panel door
5.25.14 Layout details
3. Routing of Signal & Power/Control cables is to be
done separately wherever possible
4. All Communication cables shall be routed
through wire channel
5. Shield of all Signal Cables is to be properly
clamped to Body of the Device/structure.

5.26 INTERLOCKS scheme

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.

1. Rotary limit switches i.e hoist and lower, Gravity


limit switch.
ON Interlock
2. Thruster Brakes' MPCB condition.
5.26.2 for Hoist
3. Brake Close limit switch condition.
motion
4. Provision shall be made for two extra interlocks
for future usage.

1. Right and Left limit switches for respective


motion of the drive.
ON Interlock
2. Thruster Brakes' MPCB condition.
5.26.3 for Cross Travel
3. Brake Close limit switch condition.
motion
4. Provision shall be made for two extra interlocks
for future usage.
SDSC SHAR Page :24
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
1. Forward / Reverse limit switches for respective
motion of the drive.
ON Interlock
2. Thruster Brakes' MPCB condition.
5.26.4 for Long Travel
3. Brake Close limit switch condition.
motion
4. Provision shall be made for two extra interlocks
for future usage.
PAINTING OF CRANES(DFT shall be measured at the time of
6.0
final inspection)
The entire surface of fabricated materials, girders,
frames, platforms, trolley, end carriage, wheels etc.,
6.1 Surface Cleaning are to be sand/ grit/ abrasive blasted to white metal
finish (SA 2½ quality) and cleaned properly off rust,
grease, & dirt.
Painting with
Two coat of epoxy primer (Apcodur CP 680 of M/s
Epoxy Primer
6.2 Asian Paints or equivalent) shall be applied to a
(Total thickness
Dry Film Thickness (DFT) of 80 microns.
of 80 microns)
Two coats of epoxy paint Golden Yellow colour
(Apcodur CF 693 of M/s Asian Paints or equivalent)
Painting Epoxy shall be applied to a Dry Film Thickness (DFT) of
Paint 80 micron and 40 micron for first and second coats
6.3
( Total thickness with proper drying in between coats. Final
120 microns) touching shall be done after erection &
commissioning at site. Painting quality shall ensure
aesthetic looking of cranes.
Not less than 200 microns, This will be tested during
Total Paint final inspection at supplier works/ at the time of
6.4 Thickness dispatch. Necessary paint thickness measuring
Including Primer instrument shall be provided by supplier at the time of
inspection.
DESIGN APPROVALS : DRAWINGS /DOCUMENTS TO BE
SUBMITTED AFTER PLACEMENT OF ORDER
1. Supplier shall submit following list of drawings/calculations/
documents for approval before manufacture of cranes within
one month after placement of purchase order. (7.1to7.16)
2. It is the responsibility of the supplier to get the drawings/
documents approved from TPIA/Purchaser.
3. Design of load bearing structures shall be as per IS:807 and
drive mechanisms as per IS:3177 and also as per technical
specifications in to consideration.
4. All the load bearing structure & drive mechanisms shall be
designed by taking dead loads, operational loads, transportation
7.0 loads, erection loads, loads due to sudden actuation of brakes
and acceptance testing loads.
5. All the drawings and calculations, and data sheets, and
flameproof approvals shall be submitted as a whole set, at a
time, within one month from Order date for verification &
approvals.
6. Three sets of following drawings/calculations shall be submitted
in HARD COPIES to Department/Purchaser (ISRO) for
review.
7. At the same time, Supplier shall be responsible for proper
submission of following drawings & calculations along with
technical specifications to Third party inspection agency and get
Design Approvals from them.

General Arrangement (GA) drawing of cranes to scale with dimensions,


7.1
Bill of materials & makes.
SDSC SHAR Page :25
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

7.2 GA Assembly Drawing of Trolley with all components.

7.3 GA Drawing of individual drive mechanisms for Hoist, CT and LT.


Constructional Drawings of Girder, end carriage, and trolley their
7.4
connections
Sub-assembly drawings for rope drum assembly, wheel assemblies, hook
7.5
blocks, pulley system etc.,

GA drawings, details and selection criteria, power & torque calculations


7.6
for gear boxes with manufacturer data sheets
Calculations for selection of Machine elements like wire rope, rope
7.7
drum, couplings, wire ropes, pulleys etc.,
Calculation for bridge girder with deflection & camber, trolley frame, end
7.8
carriage, with weight breakup and wheel loads.
Calculations for selection of wheels, bearings and Calculations for
7.9
selection of CT & LT rails.
7.10 Calculations for drive shafts and Plummer block bearings.
7.11 Calculations for Selection & sizing of bearings for EOT cranes.
7.12 Selection of keys, key ways couplings.
7.13 Selection of sheaves and sheave pin with calculations.

7.14 Bridge Girder CT rail arrangement drawing to scale with BOM.

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.

Electrical/electronic circuit diagrams for total cranes containing details of


7.18
components with rating, make, type and settings

GA drawing of electrical, VVVF panels, Pendant, DBR Panels and layout


7.19 of components within the panels. Heat losses / load calculation inside the
drive panels.

7.20 Flameproof approval certificates for motors, all electrical components


and brake thrusters.
Selection criteria/calculations for VVVF drives, DBRs and related
7.21
components. Heat loss calculation towards panel AC selection.
Sizing calculations for Control Transformer (with considering closed VA),
7.22 Lighting Transformer, SMPS with and without loading.

7.23 Selection of Cable sizes selection and ratings.


Drawings for Mounting and panels layout in the panel room with cable
7.24 routing layout.

Drawing of Cable route from panel room to cranes equipment with


7.25 location of junction boxes & cable trays with support lugs on cranes

Earthing layout of all the equipments connected in the EOT Cranes to


7.26 be submitted for approval.

Necessary under / over current devices to be planned for tripping the


7.27 lubrication pump.
SDSC SHAR Page :26
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

TEST REPORTS shall be submitted for flame proof electrical fittings /


equipment (along with approved drawings (Either by CIMFR / ERTL (E))
7.28 with respect to all the annexure and amendments need to be submitted
for review and acceptance of all FLP items.
TEST REPORTS shall be submitted for Space heaters and its
7.29 thermostat, Transformers, Dynamic Braking Resistors, VVVF Drives and
its components.
TECHNICAL DATASHEETS shall be submitted for Motors, Brakes,
VVVF Drives, Switchgear components, Power and Control Cables,
7.30 Encoders, Cable Drag chain and its cables, Limit switches, Intrinsic safe
relays and panels.

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)

QAP/Inspection report document showing Third party design approvals,


manufacturer test certificates., all stage & final inspection reports, load
8.1
test reports as per QAP and TPIA report on final inspection at works
&clearance report.
Test certificates of all items like raw materials, hooks, wire ropes,
8.2 motors etc and for all cranes parts certified by "Competent person of
third party agency" as per QAP & standards.
8.3 4 sets of Cranes operation & maintenance manuals
8.4 2Nos. of spare parts manuals.
4sets of as built Drawings of all systems of cranes as mentioned
8.5
above approval drawings.
Manufacturer maintenance manuals, test certificates and Warranty/
8.6
Guarantee Cards for all Bought-Out-Items.

8.7 Trouble Shooting Chart for Main and all Sub-Systems.

8.8 VVVF drive drives manuals soft copy


8.9 VVVF drive parameters list soft copy

8.10 Final test certificate of EOT cranes from TPIA with inspection report

Final as built drawings of cranes and machinery, Maintenance & spare


8.11 part Manuals, test certificates shall be supplied in soft form in the forms
of DVDs and Memory stick in the latest software format.
Final as built drawings of cranes control circuit, cable schedule with
8.12 length of each cable in mtrs. along with source and destination, shall be
supplied in hard form.
Tolerances: Supplier shall ensure that the cranes shall be
9
manufactured as per the tolerances specified below.
Span over LT
9.1 +4mm maximum
wheels

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.

9.14 Lowering speed +20% -5% of specified speed

10. INSPECTION & TESTING DURING MANUFACTURE OF CRANES


DESIGN/ Supplier shall obtain APPROVALS for all design
DRAWINGS calculations & drawings from third party inspector
APPROVALS& (TPIA) and/or ISRO before starting cranes's
10.1 CERTIFICATE production. Cranes & components shall be
from TPIA manufactured & inspected as per the approved
before cranes drawings only. All inspection/test repots shall be
manufacture. made with respect to approved drawing with ref. no.
INSPECTION and testing shall be carried out as per
QAP enclosed here with in Annexure – 3. Supplier
shall hold the manufacturing at specified "HOLD
QAP & Third (H)" places and call for inspection. The Schedule of
10.2
party agency Inspections shall be strictly adhered to and shall be
witnessed by THRID PARTY and/or ISRO. All the
critical inspections and load testing shall be done in
the presence of TPIA and /or ISRO.
Raw material identification for structures, wheels,
hoist members, Gears, load pins etc., shall be done
Raw materials by Third party inspectorate and/or department. Raw
10.3 identification & material test certificates, traceability of materials
stamping with identification marks shall be made
available during identification and during
inspection of cranes.
All load bearing members shall be provided with heat no. & lot no along
10.4 with TPIA stamping on them which shall be visible after fabrication also.

All Butt Welded Joints (both compression & tension


Welding flanges / web joints) shall be subjected to 100% X-
10.5 inspection & Ray Testing and X-Ray Films to be produced for
Testing TPIA and/or ISRO/SHAR for evaluation and shall
form part of the quality documentation.
SDSC SHAR Page :28
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Inspection Inspection of Bridges, End–Carriages, trolley, rails
10.6 major parts and gauge, Wheels and Measurement of Camber,
records mechanical assemblies checking as per QAP.

Test certificate with approvals shall be provided for


Inspection of all motors such they are suitable for inverter duty,
Electrical motors & flame proof. Test certificate for thermisters
10.6.1
other electrical heating/tripping temperature shall be provided.
parts Test certificate for all other electrical components
shall be provided as per QAP. ,

Dimensional Inspection of Span & Diagonal Dimensions (10Kg


inspection& pull should be applied while checking), Checking
10.7 bridge & end carriages' squareness, Checking of
alignment checking
Wheel Alignments, Mechanical drive Assemblies
& records
alignment and Pulley blocks alignment.
All the inspections made shall be made with
Record of drawing representation like span, diagonal, wheel
10.8
inspection straightness, rail alignment, with dimensions &
tolerances mentioned.
The cranes hook should be tested and certified by the dock labor board /
10.9 govt. Approved test house for twice its SWL and test certificate should
be provided.
No load test, Dynamic tests at Rated Load and
10.10 Deflection measurement as per as per QAP and as
per IS 3177
Testing of Cranes at OVER-LOAD (125%SWL)
Load tests
capability Check and Permanent Set Measurement.
10.11 All motions of the cranes shall be tested with 25%
overload in which case the specified speeds need
not be attained but the cranes shall show itself
capable of dealing with the over load without
Clearance difficulty.
The equipment shall be dispatched only after
10.12 for satisfactory testing/inspection at supplier's works
dispatch and on written clearance from ISRO/SHAR.

11 ERECTION & COMMISSIONING OF EOT CRANES

11.1 Erection, testing and commissioning at ISRO-SHAR works is in the


part of supplier's scope as per QAP.
Initial unloading of EOT cranes parts shall be done by supplier’s
manpower & supervision. Equipment support with available
11.2
equipments like Mobile cranes / Forklift / Hydra etc., will be spared for
unloading of cranes parts by department at free of cost based on
If the cranes components are unloaded outside/any other facility of
SHAR, the same will be transported to the site of erection by the
11.3
departments equipment at free of cost. However work shall be carried
out by supplier with their manpower & supervision.

Supplier shall depute required qualified personnel


11.2 Erection along with Engineers/ supervisor and qualified
Supervision team for carrying out quality erection work at our
site.
SDSC SHAR Page :29
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

Lifting machinery, tools and accessories are in the


scope of supplier. All lifting machinery, tools and
tackles of standard make only shall be used during
Material required erection inside the facility. Test certificate for all
during erection the lifting/handling equipments shall be submitted
(lifting equipment to the SHAR before handling.
11.3
like winch, lifting
tackles, etc inside If required by supplier department can provide
the facility). erection hooks on the roof in the facility for lifting
of cranes components. However capacity & location
of hooks shall be given by manufacture during
detail engineering.

Initial lubricants Initial filling of lubricants/grease and spare parts


11.4 and commissioning required for commissioning at site shall be
spares provided by the supplier.
No Load test, Full load test and overload test (for
Performance 125%SWL) shall be done as per QAP and as per
Proving & Smooth IS3177. Proving out for the Cranes’s Capacity and
11.5 running of EOT Smooth Functioning of the Cranes at Full load
cranes at
(SWL) and Overload (125%SWL) shall be the
purchaser site.
responsibility of the supplier.

Part of supplier's scope. To be inspected and


certified by "Competent Person of Third party
Test/Clearance Inspection Agency " as per Industrial Laws and
11.6 certificates for shall provide Certification from Third Party
cranes
Inspection Agency for final clearance & regular
usage of EOT cranes .

12 General TERMS & CONDITIONS during supply and installation:


In the design of Cranes, all Indian standards, all safety regulations as
applicable under provision of factory Act, Indian Electricity rules etc. as
12.1
prevailing in the country/State of Andhra Pradesh (site of installation)
shall be taken into consideration.
Arrangements shall be made by the supplier for the inspection and
testing of the cranes during different stages of its manufacture starting
12.2 from the raw material still the completion of the cranes by the
SDSC,SHAR and/or Third Party Agency at the suppliers site as per the
QAP schedule.
Assembly at site is to be kept as minimum as possible to enable early
12.3 commissioning of the cranes. Welding at site is to be avoided as far as
possible.
Any modifications carried out during erection like welding, gas cutting
etc., the same shall be finished properly by cleaning, application of
12.4
primer and painting as per standard mentioned above in these
specifications.
Supplier should satisfy himself about the site condition before hand to
12.5
avoid any difficulty during erection and commissioning of the cranes
Supplier shall submit complete erection plan with details of erection
12.6 loads & pattern of wheel loads that will act on building civil structure,
erection procedure, material handling procedure etc.
During the erection, testing and commissioning of the cranes at site in
Sriharikota, the supplier has to make his own arrangements for
12.7 boarding, lodging, transportation of his men and materials. However,
hostel accommodation may be provided by the purchaser on chargeable
basis, if available.
Free electricity and water will be provided by the purchaser for the
12.8
erection, testing and commissioning of the cranes at the site.
SDSC SHAR Page :30
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
Before starting the site work, the contractor shall provide insurance to
12.9 cranes parts and to all his personnel working at site in Sriharikota
against accidents/ or loss of material.
A toolbox containing all necessary tools as given in Page no. 31 are
12.10 required for the maintenance of the cranes should be from part of supply
along with the Cranes.
The transfer of title of Cranes to the purchaser/ISRO will take place only
12.11 after satisfactory erection, testing and commissioning of the cranes by
the supplier and fully acceptance by the purchaser/ISRO.
Guarantee period shall be for a period of 12 Calendar months,
commencing from the date of acceptance & taken over by the purchaser
12.12 at our site. During this period any defect noticed on design, materials,
workmanship shall be replaced/rectified by the supplier at free of any
cost.
Delivery Schedule :
12 months from the date of Purchase order.
12.13 Commissioning of EOT cranes :
For each crane 2 months from the date supply / clearance of site
readiness.

All commercial terms are mentioned in the annexure 4 of this booklet


12.14 and additional commercial terms attached by the purchase department
shall also be considered by the bidder during submission of bid.

Date : Signature of the competent Authority of Bidder with seal

Name of the company :


Address of the company :
Name of the contact person :
Contact no/ Phone / Mobile :
Fax No :
Email id :
SDSC SHAR Page :31
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES

List of Tools to be supplied along with the cranes (Ref : 12.10)

All tools shall be of standard make like M/s Snap-On/ Gedore/ AM tools/ FACOM
Sl. No. Description of Item Units Required Qty

1 Double end Spanners from 10-11 to 36-41 (set of 13nos.) Set 01

2 Ring Spanners from 10-11 to 36-41 (set of 13nos.) Set 01


Heavy duty socket spanner set with T-handle, Ratchet and
3 Extension rod with ¾” drive or 1” drive from 20mm to 55mm. (1 set – Set 01
10 nos.)
4 Heavy duty single end spanners of size 55 Nos. 01
Screw driver set
No 01
5 a) Flat – 300mm long
No 01
b) Star – 300mm long
6 Adjustable spanner of 12” or 300mm length No 01

7 Cutting plier ( Size ~10” length) No 01

8 Locking / Grip plier ( Size ~10” length) No 01


Circlip plier
9 a) External Circlip plier ( Size ~10”) No 02
b) Internal Circlip plier ( Size ~ 8”) No 02
12 Calibrated steel tape of 30m length of reputed make Nos. 02

13 Suitable hydraulic jack capacity 20t., Make: VANKOS/ Holmatro : Nos. 02

10 Special tool driver kit suitable for SIEMENS Drives Nos. 01

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

LIST OF MANUFACTURERS / SPECIFIC BRANDS FOR BOUGHTOUT ITEMS


FOR FLAME PROOF EOT CRANES

1 Gear boxes : Elecon / Shanti Gears / Premium-GREAVE / Flender-


Siemens/ only.

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

9 Flame proof Panels, Light : Baliga/FCG/FEPL


fittings, Glands, Junction Boxes
etc.,
10 Power & control cables : IGUS / LAPP make for cables used in cable drag chain
system. Incab/ cable corpn of India, Universal/ Asian/
Finolex/ Polycab/ Lapp
RPG/ HAVELLS – Pendent/ fixed power & control cables.
11 Flame proof electric motors : Kirloskar, Crompton Greaves, Bharat Bijilee , Alstom.
12 Thrusters brakes for hoist : M/S WittonKramer, M/S Pintch Bubenzer, M/S SIBRE, M/s
GALVI
13 Thrusters brakes for CT & LT : M/S Electromag methods (EMM)/Kateel/Sterling Control
14 Power supply unit , Switch gears : M/S SIEMENS only
15 Limit switches : Speed-o-Control, Electromag, Sterling control
16 Contactors, Over load Relays : M/S SIEMENS only
17 Intrinsic Safe relays : P&F
18 VVVF Drive : Siemens/ABB
19 Cable chain drag system : M/S IGUS/LAPP
20 Electrical Drive Panel& Non FLP : M/S Rittal /Siemens
JBs
21 Encoder : P&F, Hengstler, Hubner, Kubler, Schnider. Hollow shaft
encoder shall be planned.

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

CODES AND STANDARDS FOR FLAMEPROOF EOT CRANES


The design, manufacture and testing of the cranes shall conform to the latest editions of the following codes and
standards wherever applicable:
Code of Practice for Design, Manufacture, Erection and Testing (Structural Portion) of
IS:807
Cranes and Hoists.
Code of Practice for Design of Overhead Traveling Cranes and Gantry Cranes other
IS:3177
than Steel Works Cranes.
IS:2062 Steel for general structural purpose.
Code of welding practice for Industrial cranes, Mill cranes and other material handling
ANSI/AWS D14.1
equipment
IS:800 Code of practice for use of structural steel in general building construction.
IS:3681 Gears tooth form and modules.
IS 7403 : 1974 Code of Practice for Selection of Standard Worm and Helical Gear Boxes

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:2266 Steel Wire Ropes for General Engineering Purposes.

IS:2363 Glossary of terms relating to wire ropes.

IS:3973 Selection, installation, maintenance and technical supply conditions of wire ropes.

IS:3443 Cranes Rail Sections

IS:5749 Forged Ramshorn Hooks

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.

IS:325 Three Phase induction Motors.


IS:4029 Guide for Testing Three Phase induction Motor.

ANSI/ASME B30.2 Safety Codes for overhead and Gantry Cranes.

Degrees of protection provided by enclosures for low voltage switch gear and control
IS:2147
gear.

IS:5571 Guide for selection of electrical equipment for hazardous areas

IS:5572 Classification of Hazardous Areas (Other than Mines) for electrical installations.

IS 2148 : 1981 Flameproof enclosures for electrical apparatus

IS 2206 : Specification for Flameproof Electric Lighting Fittings

IS 5780 : 1980 Specification for Intrinsically Safe Electrical Apparatus and Circuits.

Classification of maximum surface temperature of electrical equipments for use in


IS:8239
explosive atmosphere.
IS:1554 PVC Insulated (Heavy Duty) electric cables.
IS:2208 HRC cartridge fuse links up to 650V.
SDSC SHAR Page :34
TECHNICAL SPECIFICATIONS OF FLAMEPROOF 60t EOT CRANES
IS:2959 Contactors for voltage not exceeding 1000V AC or 1200V DC
Air-break switches, Air-break dis-connector, Air-break switch dis-connector and fuse
IS:4064
combination for voltages not exceeding 1000V AC. or 1200VDC.

General requirements of switch gears and control gears for voltages not exceeding 1000V
IS:4237
AC.

IS 8623 : 1993 / IEC


Specification for Low-Voltage Switchgear and Control gear Assemblies - Part 1 to Part 3
Pub 439-1 : 1985

IS 13947 : Part 4 : Sec


Specification for Low-Voltage Switchgear and Control gear - Part 1 to Part 5 : Suppliers
1 : 1993 / IEC Pub 947-
and Motor-Starters - Section 1 : Electromechanical Contactors and Motor Starters
4-1 : 1990

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

(Top running, Double Girder, Flameproof 60t EOT cranes)

Refer Annexure – 1A (Fig) for details


All Dimensions are in metre

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

Cable Routing from VVVF Room


(Approx: FFL Level) GH BAY
WAY TO HI
9050

PASSAGE

1700

2000

2700
M)
FFL
CT (1M X 1.6
IGHT FROM
BLOWER DU
AT 4.8M HE

* VVVF ROOM LOCATION (S200 BAY)


38

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

Cable Routing from VVVF Room


PASSAGE

(Approx: FFL Level)

2000

3700

* VVVF ROOM LOCATION (S139 BAY)


ANNEXURE - 2C

60t EOT Crane

Maintenance cage
for LT Dragchain System

Support for
LT Cables drag chain (IGUS)

Cable Tray Routing to


Top of the Crane

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

SCHEMATIC OF PUSH BUTTON OPERATING STATION FOR 60T EOT CRANES

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

Emergency Stop with Lockable Key - 1 -

Control ON - 1 -

Control OFF - 1 -

Control ON Indication lamp (red) - - 1

Push Button for Bell/ Hooter - 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

5 MECHANICAL COMPONENTS – GEAR BOXES


Hoist, CT & LT Input 1) 100% UT volumetric test for
5.1 Material composition/ Major Correlation with 100% Specification Component Mfr's TC/
shafts, Gears , Pinions, wrought or forged materials as
Mechanical properties Mfr’s TC IS:1570 / BS 970 drawing/ IS2048 Supplier's IR
keys, spacers (for all
Hardness value / UT / Specification/
2 - 1 per ASTME 114 and A388.
/ IS:2048
gearboxes) 2) 100% DPT or MPT shall be
MPT/ DPT of materials IS:1570 / BS 970
performed as per ASTM A 275,
E709
Machined components Key ways shall be inspected by TPIA
5.1.1 Dimensional conformity Major Measurement/ 100% Component Component Supplier's IR
for Gear boxes like input before assembly of gearboxes.
Hardness of gear teeth/ Visual drawing/ drawing/ IS4460/
shafts, gears, pinions, Measured Dimensions shall be marked
Bearing s/ Oil seals/ keys examination for IS4460/ AGMA/DIN/ Heat 2 - 1
keys, spacers etc., on component drawings.
and key ways. finishing AGMA/DIN treatment chart
IS:2048

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

5.2 MECHANICAL COMPONENTS – LT AND CT DRIVE SHAFTS


Materials of LT & CT
5.2.1 Material composition/ Major Correlation with 100% Approved Approved Mfr's TC/ Test
Shafts, and Keyways & 100% UT of wrought and forged
Mechanical properties Mfr’s TC ( if not drawing/ IS2048/ drawing/ IS2048 reports/
Keys
Hardness of material / test materials) Specification Supplier's IR
3, 2 - 1 materials as per ASTM
Specification/
100% DPT or MPT
UT / DPT IS:1570/BS970/ IS:1570 / BS 970
Machining of LT & CT Keys & keyways shall be inspected
5.2.2 Straightness & Major Dimensional 100% Approved Approved Supplier's IR
Shafts, and Keyways & by
Dimensional conformity Measurement/ drawing/ drawing/ IS2048
Keys ( Dimensional TPIA before assembly.
Checks & Inspection of Visual Specification Specification/ 2 - 1
measurement)
Key ways. examination IS:1570 / IS:1570 / BS 970
BS 970/IS2048 /IS 2048
COUPLINGS Keys & keyways shall be inspected by
5.3 Coupling s Size/ Major Correlation with 100% Approved Approved Mfr's TC/
a) Materials TPIA before assembly.
Material composition/ Mfr’s TC drawing/ drawing/ IS2048 Supplier's IR
b) Torque capacity Mechanical properties / Specification Specification/ 3, 2 - 1 UT of wrought and forged materials
as per ASTM
c) Key ways Hardness value / UT / IS:1570 / BS 970 IS:1570 / BS 970
DPT

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

5.7 Pulleys with Roller Bearings


a) Material (Forged Steel )
5.7.1 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.
Hardness of material / Specification Specification Supplier's IR
UT & DPT / MPT IS:1570/BS970 IS:1570/BS970
Legend
1 Third Party Inspection Agency Place Signature of Crane Vendor
2 Vendor (Crane Supplier) Date: with Designation
3 Sub Vendor / Item Supplier

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

Snatch block assembly Dimensional Conformity


5.9 Major Measurement 100% Approved Assembly Supplier's IR Review of reports by TPIA
Bill of materials 2 - 1
Assembly dwg . Drawing
Material composition/
Major Correlation 100% Component Component Mfr's TC Proof load test from Govt. approved
Mechanical properties/
with TC. drawing / IS1875 drawing /IS 1875 3 - 2, 1 test house as per specifications.
and 100% UT& DPT /
MPT
5.10 Hook
Proof Load Test Major Testing 100% IS3815 IS3815 Mfr's TC 3 - 2, 1

Stress relieving Major Verification 100% Component Component Vendor TC


drawing/ IS3815 drawing /IS3815 3 - 2,1

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.

Breaking Load test Major Mfr's TC 100% IS2266 IS2266 Mfr's TC 3 - 1

Bearing No./ Genuine


6.2 Bearings Major Mfr's TC/ 100% Approved make SKF/FAG/TIMKEN Mfg TC/
make conformity 2 1 -
Invoice and type Supplier IR

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

12 LOAD TESTING AFTER ERECTION AT SITE.

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

Safety features like limit Tech . Tech .


14 switches, overload relays, Performance, interlocks Minor Performance 100% Specifications./ Specifications./ Supplier’s IR 2 1 -
buffers, stoppers etc., IS3177 IS3177

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.

1. TECHNICAL SPECIFICATIONS CUM COMPLIANCE STATEMENT


1.1 Overall technical specifications and functional requirements are detailed in
Specifications document. Bidder shall fill all the confirmations, print, sign and
stamp each page of document as token of acceptance & submit scan copy of the
same along with the offer.
1.2 The specifications document shall be completely filled in all respects and submitted
together with requisite information and Annexure. Any offer incomplete in any
particulars is liable to be rejected.
1.3 The tender shall be opened on the date and at the time, specified in the Letter
Inviting Bid. Quotations not received in time shall not be considered.
1.4 Bidder shall set their quotations in firm figures and without deviations or variations
or additions in the terms of the specifications cum compliance document. Proposal
containing qualifying expressions such as "subject to minimum acceptance” or
"subject to prior sale" or any other qualifying expressions or incorporating terms
and conditions at variance with the terms and conditions incorporated in the
quotations are liable to be rejected.

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.

2.3 SCHEDULE OF PRICES:


• Prices quoted should be on the basis of FOR Sriharikota.
• The schedule of prices shall be read in conjunction with all the sections of
proposal document. The prices quoted by the Bidder shall be firm and
fixed till the completion of the work. The price shall be filled in the
price format available in e-procurement portal only.

2.4 DOCUMENTS COMPRISING THE BID

2.4.1 PART – I: TECHNICAL AND UNPRICED COMMERCIAL PART


Technical and un-priced commercial part comprising the following
information shall be uploaded in e-procurement portal.
a. Copy of Bid Qualification Criteria document along with set of documents
& certificates as per bid qualification document duly filled, signed &
stamped on each page of document.

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.

2.5 BID SUBMISSION


2.5.1 Bid shall be submitted in two parts
Part 1: Techno-commercial part of the bid
Part 2: Priced part of the bid
2.5.2 Offer should be submitted online using standard digital signature of
class -3 with encryption/decryption options.
2.5.3 The tenders authorized online on or before the open authorization date
and time will only be considered as valid tenders.
2.5.4 Prices shall be mentioned in the space/column provided in the ISRO
e-procurement portal only.
2.5.5 Prices shall not be uploaded along with technical specifications in any
form. If so, such bids will not be considered.
2.5.6 Prices quoted should be on the basis of FOR Sriharikota.
2.5.7 The Purchaser will not pay separately for transit insurance and same shall
be included in the cost quoted by the Bidder.
2.5.8 All risks in transit shall be exclusively borne the contractor and the
Purchaser shall pay only for such items that are actually received in good
condition in accordance with the purchase order.
2.5.9 Bids duly filled in by the Bidder should be submitted as stipulated in the
e-procurement portal.
2.5.10 Purchaser will open Part – I of the bid on the due date of opening. Price
Bid (Part-II) of the bids which are technically and commercially
acceptable shall be opened at a later date with prior intimation to all
qualified bidders.
2.5.11 Purchaser reserves the right to reject any or all the Bids without assigning
any reasons thereof.

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.)

1 Purchase order date T - (A)

Submission GA drawings, sizing and structural


2 T+1month– (B)
calculations for approval.

3 Supply of EOT all Cranes T+12months-(C)

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.

7. PROJECT EXECUTION AND MONITORING


Upon placement of purchase order, bidder shall prepare a detailed programme
schedule for review/approval by Purchaser. Bidder shall identify a project team with
one senior official as a project leader. Bidder shall submit the project status report
every 15 days giving the status of various activities w.r.t. planned schedule for
realization of EOT cranes. Bidder shall depute their Project team/ engineers for
monthly meeting to review the status and discuss/ resolve minor issues related to
project execution at SDSC SHAR/ bidder’s site based on mutual agreement on mutually
agreeable dates.

8. LIQUIDATED DAMAGES AND EARNEST MONEY DEPOSIT


7.1 LIQUIDATED DAMAGES:
In the event of the Bidder failing to complete the work within the delivery
period specified in the contract agreement or any extension agreed thereto, the
Purchaser shall reserve the right to recover from the Bidder as liquidated damages,
a sum of 0.5 percentage per week or part thereof of the undelivered portion of the
total contract price of equipment or work. The Total liquidated damages shall not
exceed 10.0 percentage of the total Contract price.

9. PERFORMANCE BANK GUARANTEE


The bidder shall guarantee for the performance of the contract by providing bank
guarantee in favour of the Purchaser for an amount equivalent to 10 %( ten percent)
of the total value of this contract valid till the warranty period of the contract with a
claim period of 60days. The performance bank guarantee shall be submitted by the

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.

10. CUSTOMS DUTY


As per Notification No.5/2018-Customs dated 25.01.2018, S.No: 539(A) ISRO will
provide Customs duty exemption certificate for import items. Accordingly minimum 5%
customs duty and 5% IGST will be applicable on import items. To avail the above, the
bidder shall provide the list of imported items with quantity if any along with technical
bid without indicating prices, as this being a two part bid.

11. PACKING AND FORWARDING


• The Bidder shall arrange to have all the material suitably packed as per the
standards & statutes and as specified in the contract. Unless otherwise provided
for in the contract, all containers (including packing cases, boxes, tins, drums,
and wrappings) used by the Bidder shall be non-returnable.
• All packing and transport charges, transit handling costs, transit risk coverage
and transportation charges of agents employed at the place of delivery or
elsewhere, shall be deemed included in the price to be paid to the Bidder.
12. WARRANTY
The bidder shall provide twelve months warranty for the entire EOT Crane
system from the date of commissioning & fully acceptance of EOT Crane against design
& manufacturing defects, poor quality, poor workman ship, etc. During this period
bidder has to provide and adhere to the following:
• Goods covered by the contract shall be free from defects in design, materials or
workmanship for a period of twelve months from the date of successful
commissioning & acceptance by Purchaser.
• This period shall include maintenance, replacement of defective/ failed parts at
free of cost.
• Bidder has to attend unlimited breakdown calls at free of cost.

13. SAFETY
Bidder shall follow the safety regulations / codes or safety instructions issued by
PURCHASER and shall take necessary measures at his own cost.

14. POWER SUPPLY


Electrical power provided by the Purchaser during installation of EOT cranes is NOT
chargeable. Reasonable quality of normal power will be made available at one point
(415V, 3 phase, 50 Hz). However, onward distribution shall be done by the bidder. All
electrical installation by the bidder shall be as per safety regulation & standard and will
be subjected to Purchaser inspection & approval.

15. WORK RULES


Generally, No work shall be carried out during night or public holidays unless a
written permission is obtained from Purchaser.

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

Satish Dhawan Space Center SHAR


31 August 2017,
Welcome, Materials Master (isro)
17:16:08 IST
MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

.:
GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127
Fax No.08623-225170/22-5028
e-Mail ID : hps@shar.gov.in, hasan@shar.gov.in, sselvan@shar.gov.in

STANDARD TERMS & CONDITIONS

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

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE
THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN
THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE.

In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid

(No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid)

2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected.

3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which
future enquiries will not be sent.

4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part
tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered
for evaluation.

5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender.
GST details are given below

GSTIN: 37AAAGS1366J1Z1

LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR

VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR

6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.
This may be taken into account while quoting for import items, if any.

In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately,
with Customs Duty component and terms and conditions thereto.

8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be
furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as
per the Prime Lending Rate of RBI plus 2% penal interest.

Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost
for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like
NPV will be adopted for evaluating the offers.

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

10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank
Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.
Page 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

The Tenderer should submit the following documents/information while quoting:-

a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be
rendered by the Indian Agent.

b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual
interest in the business.

c)Registration and item empanelment of the Indian Agent.

d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent.

21. High Sea Sales- Against High Sea Sale transactions:

a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the
responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site.

c. GST as applicable

d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed
and issued by SDSC-SHAR.

22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature

2.Core banking account number of SBI, RTGS Details

3.PAN No. in quotation and invoices

4.GST Registration details.

5.In case of MSME, registration details / documents from Competent Authority.

23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process

a.Tenders received from vendors who have not qualified in terms of their registration.

b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings.

d.Unsolicited tenders from vendors.

e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit.

g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages.

h.The validity of the tenders is shorter than the period specified in the tender enquiry.

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

j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair
competition.
Page 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.

You might also like