You are on page 1of 221

i

BIDDING DOCUMENTS

Issued on: 13th June 2017

for
Procurement of
Services for Maintenance of
STS and RTG Cranes and
Substations
at
Mauritius Container Terminal

Open International Bidding


Procurement Reference No: CPB/24/2017

Cargo Handling Corporation Limited Ref: OIB/CHC/MCS/5/2017

Project: Maintenance of STS and RTG Cranes and


Substations

Employer: Cargo Handling Corporation Limited


ii

Table of Contents

Part I – Bidding Procedures....................................................................................................1


Section I. Instructions to Bidders ..............................................................................................2
Section II. Bidding Data Sheet................................................................................................23
Section III. Qualification and Evaluation Criteria ..................................................................27
Section IV. Bidding Forms .....................................................................................................36

Part II Activity Schedule and Specifications .......................................................................54


Section V. Activity Schedule ..................................................................................................55
Section VI. Scope of Service and Performance Specifications ...............................................56
ANNEX A SPECIFICATIONS ...........................................................................................72
ANNEX B SCHEDULED MAINTENANCE ...................................................................76
ANNEX C AVAILABLE SPAREPARTS ...................................................................143

Part III - Maintenance Contract ......................................................................................190


Section VII. Maintenance Contract........................................................................................191
Section VIII. Contract Forms ................................................................................................212
iii

Summary Description
These Standard Bidding Documents for Procurement of non-Consultancy services apply
either when a prequalification process has taken place before bidding or when a
prequalification process has not taken place before bidding (provided alternative documents
are selected as applicable). A brief description of these documents is given below.

SBD for Procurement of Services


Summary
PART I – BIDDING PROCEDURES
Section I: Instructions to Bidders (ITB)
This Section provides relevant information to help Bidders prepare their bids.
Information is also provided on the submission, opening, and evaluation of
bids and on the award of Contracts. Section I contains provisions that are
to be used without modification.
Section II. Bidding Data Sheet (BDS)
This Section consists of provisions that are specific to each procurement and
that supplement the information or requirements included in Section I,
Instructions to Bidders.
Section III: Bidding Forms
This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid.
PART II – ACTIVITY SCHEDULE
Section IV. Activity Schedule
This Section contains the activity schedule.
Section V. Performance Specifications and Drawings
This section contains Specifications that are intended only as information for
the Employer or the person drafting the bidding documents. They should not
be included in the final documents.

PART III – MAINTENANCE CONTRACT FORMS


Section VI. Maintenances Contract
iv

This Section contains the general clauses to be applied in all contracts. The
text of the clauses in this Section shall not be modified.
Section VII. Maintenance Contract
The contents of this Section supplement the General Conditions of Contract
and shall be prepared by the Employer.
Section VIII: Contract Forms
This Section contains forms which, once completed, will form part of the
Contract. The format of Advance Payment Guarantee, Performance
Security, Letter of Acceptance and Contract.
Part I- Bidding Procedures 1

Part I – Bidding Procedures


Section I. Instructions to Bidders 2

Section I. Instructions to Bidders


Table of Clauses
A. General ................................................................................................................................4
1. Scope of Bid ........................................................................................................4
2. Public Entities Related to Bidding Documents and to Challenge and Appeal ....4
3. Corrupt or Fraudulent Practices ..........................................................................4
4. Eligible Bidders ...................................................................................................6
5. Qualification of the Bidder ..................................................................................7
6. Conflict of Interest...............................................................................................9
7. Cost of Bidding .................................................................................................10
8. Site Visit/Pre-bid Meeting .................................................................................10

B. Bidding Documents ..........................................................................................................10


9. Content of Bidding Documents .........................................................................10
10. Clarification of Bidding Documents .................................................................11
11. Amendment of Bidding Documents ..................................................................11

C. Preparation of Bids ..........................................................................................................11


12. Language of Bid ................................................................................................11
13. Documents Comprising the Bid ........................................................................11
14. Bid Prices ..........................................................................................................12
15. Currencies of Bid and Payment .........................................................................12
16. Bid Validity .......................................................................................................13
17. Bid Security .......................................................................................................13
18. Alternative Proposals by Bidders ......................................................................15
19. Format and Signing of Bid ................................................................................16

D. Submission of Bids ...........................................................................................................16


20. Sealing and Marking of Bids .............................................................................16
21. Deadline for Submission of Bids.......................................................................17
22. Late Bids............................................................................................................17
23. Modification and Withdrawal of Bids ...............................................................17

E. Bid Opening and Evaluation ...........................................................................................17


24. Bid Opening ......................................................................................................17
25. Process to Be Confidential ................................................................................18
26. Clarification of Bids ..........................................................................................18
27. Examination of Bids and Determination of Responsiveness ............................19
28. Correction of Errors...........................................................................................19
29. Currency for Bid Evaluation .............................................................................19
30. Evaluation and Comparison of Bids ..................................................................20
31. Preference for Domestic Bidders ......................................................................20
3 Section I. Instructions to Bidders

F. Award of Contract ............................................................................................................21


32. Award Criteria ...................................................................................................21
33. Employer’s Right to Accept any Bid and to Reject any or all Bids ..................21
34. Notification of Award and Signing of Agreement ............................................21
35. Performance Security ........................................................................................22
36. Advance Payment and Security .........................................................................22
37. Adjudicator ........................................................................................................22
38. Debriefing ..........................................................................................................22
4 Section I. Instructions to Bidders

Instructions to Bidders

A. General
1. Scope of Bid 1.1 The Public Body referred to herein after as the Employer, as
defined in the Bidding Data Sheet (BDS), invites bids for the
Services, as described in the BDS. The name and identification
number of the Contract is provided in the BDS.

1.2 The successful Bidder will be expected to complete the


performance of the Services by the Intended Completion Date
provided in the BDS and the SCC Clause 2.3.
2. Public Entities 2.1 The public entities related to these bidding documents are the
Related to Public Body, acting as procurement entity (Employer), the
Bidding Procurement Policy Office, in charge of issuing standard bidding
Documents documents and responsible for any amendment these may
and to require, the Central Procurement Board in charge of vetting
Challenge and bidding documents, receiving and evaluating bids in respect of
Appeal major contracts and the Independent Review Panel, set up under
the Public Procurement Act 2006 (hereinafter referred to as the
Act).
2.2 Unsatisfied bidders shall follow procedures prescribed in
Regulations 48, 49 and 50 of the Public Procurement Regulations
2008 to challenge procurement proceedings and award of
procurement contracts or to file application for review at the
Independent Review Panel.
2.3 Challenges and applications for review shall be forwarded to the
addresses indicated in the BDS;

3. Corrupt or 3.1 The Government of the Republic of Mauritius requires that


Fraudulent bidders/suppliers/contractors, participating in procurement in
Practices Mauritius, observe the highest standard of ethics during the
procurement process and execution of contracts.

3.2 Bidders, suppliers and public officials shall be aware of the


provisions stated in sections 51 and 52 of the Public
Procurement Act which can be consulted on the website of the
Procurement Policy Office (PPO) : ppo.govmu.org.

3.3 The Employer will reject a proposal for award if it determines


that the Bidder recommended for award has, directly or through
an agent, engaged in corrupt, fraudulent, collusive, coercive or
5 Section I. Instructions to Bidders

obstructive practices in competing for the contract in question;


For the purposes of this Sub-Clause:
(i) “corrupt practice”1 is the offering, giving, receiving or
soliciting, directly or indirectly, of anything of value to
influence improperly the actions of another party;
(ii) “fraudulent practice”2 is any act or omission, including
a misrepresentation, that knowingly or recklessly misleads,
or attempts to mislead, a party to obtain a financial or
other benefit or to avoid an obligation;
(iii) “collusive practice”3 is an arrangement
between two or more parties designed to achieve an
improper purpose, including to influence improperly the
actions of another party;
(iv) “coercive practice”4 is impairing or harming, or
threatening to impair or harm, directly or indirectly, any
party or the property of the party to influence improperly
the actions of a party;
(v) “obstructive practice” is deliberately destroying,
falsifying, altering or concealing of evidence material to
the investigation or making false statements to
investigators in order to materially impede an investigation
into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to the investigation or from
pursuing the investigation.

3.4 The Public Body commits itself to take all measures necessary to
prevent fraud and corruption and ensures that none of its staff,
personally or through his/her close relatives or through a third
party, will in connection with the bid for, or the execution of a
contract, demand, take a promise for or accept, for him/herself
or third person, any material or immaterial benefit which he/she
is not legally entitled to. If the Public Body obtains

1
For the purpose of this Contract, “another party” refers to a public official acting in relation to the procurement
process or contract execution.
2
For the purpose of this Contract, “party” refers to a public official; the terms “benefit” and “obligation” relate
to the procurement process or contract execution; and the “act or omission” is intended to influence the
procurement process or contract execution.
3
For the purpose of this Contract, “parties” refers to participants in the procurement process (including public
officials) attempting to establish bid prices at artificial, non competitive levels.
4
For the purpose of this Contract, “party” refers to a participant in the procurement process or contract
execution.
6 Section I. Instructions to Bidders

information on the conduct of any of its employees which is a


criminal offence under the relevant Anti-Corruption Laws of
Mauritius or if there be a substantive suspicion in this regard,
he will inform the relevant authority(ies)and in addition can
initiate disciplinary actions. Furthermore, such bid shall be
rejected.

4. Eligible 4.1 Subject to ITB 4.4, a Bidder, and all parties constituting the
Bidders Bidder, may have the nationality of any country except in the
case of open national bidding where the bidding documents may
limit participation to citizens of Mauritius or entities
incorporated in Mauritius, if so qualified in the BDS. A Bidder
shall be deemed to have the nationality of a country if the
Bidder is a citizen or is constituted, incorporated, or registered
and operates in conformity with the provisions of the laws of
that country. This criterion shall also apply to the determination
of the nationality of proposed subcontractors or service
providers for any part of the Contract.
4.2 All bidders shall provide in Section III, Bidding Forms, a
statement that the Bidder (including all members of a joint
venture and subcontractors) is not associated, nor has been
associated in the past, directly or indirectly, with the consultant
or any other entity that has prepared the design, specifications,
and other documents for the Project or being proposed as Project
Manager for the Contract.
4.3 (a)A Bidder that is under a declaration of ineligibility by the
Government of Mauritius in accordance with applicable laws at
the date of the deadline for bid submission or thereafter, shall be
disqualified.

(b)Bids from service providers appearing on the ineligibility


lists of African Development Bank, Asian Development Bank,
European Bank for Reconstruction and Development, Inter-
American Development Bank Group and World Bank Group
shall be rejected.

Links for checking the ineligibility lists are available on the


PPO’s website: ppo.govmu.org.

4.4 A firm shall be excluded if by an act of compliance with a


decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations, Mauritius
prohibits any import of goods or contracting of works or
services from a country where it is based or any payment to
persons or entities in that country.
7 Section I. Instructions to Bidders

4.5 Government-owned enterprises in the Republic of Mauritius


shall be eligible only if they can establish that they:

(i) are legally and financially autonomous;

(ii) operate under commercial law, and

(iii) are not a dependent agency of the Purchaser.

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.
5. Qualification 5.1 All bidders shall provide in Section III, Bidding Forms, a
of the Bidder preliminary description of the proposed work method and
schedule, including drawings and charts, as necessary.
5.2 (a) In the event that prequalification of potential bidders has
been undertaken as stated in the BDS, only bids from
prequalified bidders shall be considered for award of Contract,
in which case the provisions of sub-clauses 5.3 to 5.6 hereafter
shall not apply. These qualified bidders should submit with
their bids any information updating their original
prequalification applications or, alternatively, confirm in their
bids that the originally submitted prequalification information
remains essentially correct as of the date of bid submission. The
update or confirmation should be provided in Section IV.
(b) If, after opening of bids, where prequalification has not been
undertaken, it is found that any of the document listed in 5.3 and
5.4 is missing the Employer may request the submission of that
document subject to the bid being substantially responsive as
per clause 27. The non-submission of the document by the
Bidder within the prescribed period may lead to the rejection of
its bid.
5.3 If the Employer has not undertaken prequalification of potential
bidders, all bidders shall include the following information and
documents with their bids in Section IV, unless otherwise stated
in the BDS:
(a) copies of original documents defining the constitution or
legal status, place of registration, and principal place of
business;
(b) written power of attorney of the signatory of the Bid or any
other acceptable document to commit the Bidder and as
otherwise specified in the BDS.
8 Section I. Instructions to Bidders

(c) total monetary value of Services performed for each of the


last five years;
(d) experience in Services of a similar nature and size for each
of the last five years, and details of Services under way or
contractually committed; and names and address of clients
who may be contacted for further information on those
contracts;
(e) list of major items of equipment proposed to carry out the
Contract;
(f) qualifications and experience of key site management and
technical personnel proposed for the Contract;
(g) reports on the financial standing of the Bidder, such as
profit and loss statements and auditor’s reports for the past
five years;
(h) evidence of adequacy of cash-flow for this Contract
(access to line(s) of credit and availability of other
financial resources);
(i) authority to the Employer to seek references from the
Bidder’s bankers;
(j) information regarding any litigation, current or during the
last five years, in which the Bidder is involved, the parties
concerned, and disputed amount; and
(k) proposals for subcontracting components of the Services
amounting to more than 10 percent of the Contract Price.
5.4 Bids submitted by a joint venture of two or more firms as
partners shall comply with the following requirements, unless
otherwise stated in the BDS:
(a) the Bid shall include all the information listed in ITB Sub-
Clause 5.3 above for each joint venture partner;
(b) the Bid shall be signed so as to be legally binding on all
partners;
(c) the Bid shall include a copy of the agreement entered into
by the joint venture partners defining the division of
assignments to each partner and establishing that all
partners shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract
terms; alternatively, a Letter of Intent to execute a joint
venture agreement in the event of a successful bid shall be
9 Section I. Instructions to Bidders

signed by all partners and submitted with the bid, together


with a copy of the proposed agreement;
(d) one of the partners shall be nominated as being in charge,
authorized to incur liabilities, and receive instructions for
and on behalf of any and all partners of the joint venture;
and
(e) the execution of the entire Contract, including payment,
shall be done exclusively with the partner in charge.
5.5 To qualify for award of the Contract, bidders shall meet the
minimum qualifying criteria, as specified from page 27 to 35 as
per Section III Qualification and Evaluation Criteria.
5.6 The figures for each of the partners of a joint venture shall be
added together to determine the Bidder’s compliance with the
minimum qualifying criteria of ITB Sub-Clause 5.5(a), (b) and
(e); however, for a joint venture to qualify the partner in charge
must meet at least 40 percent of those minimum criteria for an
individual Bidder and other partners at least 25% of the criteria.
Failure to comply with this requirement will result in rejection
of the joint venture’s Bid. Subcontractors’ experience and
resources will not be taken into account in determining the
Bidder’s compliance with the qualifying criteria, unless
otherwise stated in the BDS.
6. Conflict of 6.1 A Bidder shall not have a conflict of interest. All Bidders found to
Interest have a conflict of interest shall be disqualified. A Bidder may be
considered to have a conflict of interest with one or more parties in
this bidding process, if :

(a) they have a controlling partner in common; or


(b) they receive or have received any direct or indirect subsidy
from any of them; or
(c) they have the same legal representative for purposes of this
bid; or
(d) they have a relationship with each other, directly or through
common third parties, that puts them in a position to have
access to information about or influence on the Bid of
another Bidder, or influence the decisions of the Employer
regarding this bidding process; or
(e) a Bidder participates in more than one bid in this bidding
process. Participation by a Bidder in more than one Bid
will result in the disqualification of all Bids in which the
10 Section I. Instructions to Bidders

party is involved. However, this does not limit the


inclusion of the same subcontractor in more than one bid;
or
(f) a Bidder or any of its affiliates participated as a consultant
in the preparation of the design or technical specifications of
the contract that is the subject of the Bid.

7. Cost of 7.1 The Bidder shall bear all costs associated with the preparation
Bidding and submission of his Bid, and the Employer will in no case be
responsible or liable for those costs.
8. Site Visit/Pre- 8.1 (a) The Bidder, at the Bidder’s own responsibility and risk, is
bid Meeting encouraged to visit and examine the Site of required Services
and its surroundings and obtain all information that may be
necessary for preparing the Bid and entering into a contract for
the Services. The costs of visiting the Site shall be at the
Bidder’s own expense.
(b) A pre-bid meeting shall be held if so indicated in the BDS
to allow bidders to obtain clarifications on the bidding
documents. Any information given in the course of the meeting
that may have an incidence in the preparation of the bids shall
be issued by the Public Body as addendum after the meeting, as
per ITB 11.2, to form part of the Bidding Documents.

B. Bidding Documents
9. Content of 9.1 The set of bidding documents comprises the documents listed in
Bidding the table below and addenda issued in accordance with ITB
Documents Clause 11:
Section I Instructions to Bidders
Section II Bidding Data Sheet
Section III Qualifications and Evaluation Criteria
Section IV Bidding Forms
Section V Activity Schedule
Section VI Scope of Service and Performance Specifications
Section VII Maintenance Contract
Section VIII Contract Forms
9.2 The Bidder is expected to examine all instructions, forms, terms,
and specifications in the bidding documents. Failure to furnish
all information required by the bidding documents or to submit
a bid not substantially responsive to the bidding documents in
11 Section I. Instructions to Bidders

every respect will be at the Bidder’s risk and may result in the
rejection of its bid. Sections IV and V should be completed and
returned with the Bid in the number of copies specified in the
BDS.
10. Clarification of 10.1 A prospective Bidder requiring any clarification of the bidding
Bidding documents may notify the Employer in writing or by facsimile
Documents at the Employer’s address indicated in the invitation to bid. The
Employer will respond to any request for clarification received
earlier than 21 days for international bids prior to the deadline
for submission of bids and by the date indicated in the BDS.
Copies of the Employer’s response will be forwarded to all
purchasers of the bidding documents, including a description of
the inquiry, but without identifying its source.

11. Amendment of 11.1 Before the deadline for submission of bids, the Employer may
Bidding modify the bidding documents by issuing addenda.
Documents
11.2 Any addendum thus issued shall be part of the bidding
documents and shall be communicated in writing or by cable to
all purchasers of the bidding documents. Prospective bidders
shall acknowledge receipt of each addendum in writing to the
Employer.
11.3 To give prospective bidders reasonable time in which to take an
addendum into account in preparing their bids, the Employer
shall extend, as necessary, the deadline for submission of bids,
in accordance with ITB Sub-Clause 21.2 below.

C. Preparation of Bids

12. Language of 12.1 The bid prepared by the Bidder, as well as all correspondence
Bid and documents relating to the bid exchanged by the Bidder and
the Employer shall be written in English. Supporting documents
and printed literature furnished by the Bidder may be in another
language provided they are accompanied by an accurate
translation of the relevant passages in the language specified in
the Bidding Data Sheet, in which case, for purposes of
interpretation of the Bid, the translation shall govern.
12.2 Notwithstanding the above, documents in French submitted
with the bid may be accepted without translation.
13. Documents 13.1 The Bid submitted by the Bidder shall comprise the following:
Comprising
the Bid (a) The Form of Bid (in the format indicated in Section IV);
12 Section I. Instructions to Bidders

(b) Bid Security or Bid Securing declaration(where applicable);


(c) Price Schedules;
(d) Qualification Information Form and Documents;
(e) Alternative offers where invited
and any other materials required to be completed and submitted by
bidders, as specified in the BDS.
13.2 Bidders bidding for this contract together with other contracts
stated in the IFB to form a package will so indicate in the bid
together with any discounts offered for the award of more than
one contract.
14. Bid Prices 14.1 The Contract shall be for the Services, as described in Appendix
A to the contract and in the Specifications, Section IV, based on
the priced Activity Schedule, Section V, submitted by the
Bidder.
14.2 The Bidder shall fill in rates and prices for all items of the
Services described in Section IV-the Scope of Service and
Performance Specifications and listed in Section V the Activity
Schedule, Items for which no rate or price is entered by the
Bidder will not be paid for by the Employer when executed and
shall be deemed covered by the other rates and prices in the
Activity Schedule.
14.3 All duties, taxes, and other levies payable by the Service
Provider under the Contract, or for any other cause, as of the
date 28 days prior to the deadline for submission of bids, shall
be included in the total Bid price submitted by the Bidder.
14.4 If provided for in the BDS, the rates and prices quoted by the
Bidder shall be subject to adjustment during the performance of
the Contract in accordance with and the provisions of Clause 6.6
of the General Conditions of Contract and/or Special Conditions
of Contract. The Bidder shall submit with the Bid all the
information required under the Special Conditions of Contract
and of the General Conditions of Contract.
14.5 For the purpose of determining the remuneration due for
additional Services, a breakdown of the lump-sum price shall be
provided by the Bidder in the form of Appendices D and E to
the Contract.
15. Currencies of 15.1 The lump sum price shall be quoted by the Bidder separately in
Bid and the following currencies:
13 Section I. Instructions to Bidders

Payment (a) for those inputs to the Services which the Bidder expects
to provide from within the Republic of Mauritius, the
prices shall be quoted in Mauritian Rupees; and
(b) for those inputs to the Services which the Bidder expects
to provide from outside the Republic of Mauritius, the
prices shall be quoted in up to any three hard currencies.
15.2 Bidders shall indicate details of their expected foreign currency
requirements in the Bid.
15.3 Bidders may be required by the Employer to justify their foreign
currency requirements and to substantiate that the amounts
included in the Lump Sum are reasonable and responsive to ITB
Sub-Clause 15.1.
16. Bid Validity 16.1 Bids shall remain valid for the period specified in the BDS.
16.2 In exceptional circumstances, the Employer may request that the
bidders extend the period of validity for a specified additional
period. The request and the bidders’ responses shall be made in
writing or by facsimile. A Bidder may refuse the request without
forfeiting the Bid Security. A Bidder agreeing to the request will
not be required or permitted to otherwise modify the Bid, but will
be required to extend the validity of Bid Security/Bid Securing
Declaration for the period of the extension, and in compliance with
ITB Clause 17 in all respects.
16.3 In the case of contracts in which the Contract Price is fixed (not
subject to price adjustment), if the period of bid validity is
extended by more than 60 days, the amounts payable in local
and foreign currency to the Bidder selected for award, shall be
increased by applying to both the local and the foreign currency
component of the payments, respectively, the factors specified
in the request for extension, for the period of delay beyond 60
days after the expiry of the initial bid validity, up to the
notification of award. Bid evaluation will be based on the Bid
prices without taking the above correction into consideration.
17. Bid Security 17.1 The Bidder shall furnish, as part of the Bid, a Bid Security or a
Bid-Securing Declaration, if required, as specified in the BDS.
17.2 The Bid-Securing Declaration shall be in the form of a signed
subscription in the Bid Submission Form.
17.3 The Bid Security shall be in the amount specified in the BDS
and denominated in Mauritian Rupees or a freely convertible
currency, and shall:
14 Section I. Instructions to Bidders

(a) be issued by a reputable overseas bank located in any


eligible country or any commercial bank operating in
Mauritius selected by the Bidder
(b) be substantially in accordance with the form of Bid
Security included in Section IV, Bidding Forms;
(c) be payable promptly upon written demand by the
Employer in case the conditions listed in ITB Sub-Clause
17.5 are invoked;
(d) be submitted in its original form; copies will not be
accepted;
(e) remain valid for a period of 30 days beyond the validity
period of the bids, as extended, if applicable, in
accordance with ITB Sub-Clause 16.2;
17.4 If a Bid Security is required in accordance with ITB Sub-Clause
17.1, any bid not accompanied by a substantially responsive Bid
Security in accordance with ITB Sub-Clause 17.1, shall be
rejected by the Employer as non-responsive.
17.5 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder’s furnishing of
the Performance Security pursuant to ITB Clause 35.
17.6 The Bid Security shall be forfeited or the Bid Securing
Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid
validity specified by the Bidder on the Bid Submission
Form, except as provided in ITB Sub-Clause 16.2; or
(b) if a bidder refuses to accept a correction of an error
appearing on the face of the Bid; or
(c) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB Clause
34; or
(ii) furnish a Performance Security in accordance with
ITB Clause 35.
17.7 The Bid Security or Bid- Securing Declaration of a JV must be
in the name of the JV that submits the bid. If the JV has not been
legally constituted at the time of bidding, the Bid Security or
Bid-Securing Declaration shall be in the names of all future
15 Section I. Instructions to Bidders

partners as named in the letter of intent to constitute the JV.


17.8 If a bid security is not required in the BDS, and
(a) if a Bidder withdraws its bid during the period of bid
validity specified by the Bidder on the Letter of Bid Form,
except as provided in ITB 16.2, or
(b) if a bidder refuses to accept a correction of an error
appearing on the face of the Bid; or
(c) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB Clause
34; or
(ii) furnish a Performance Security in accordance with
ITB Clause 35.
The Bidder may be disqualified to be awarded a public contract
in the Republic of Mauritius for a period of time to be
determined by the PPO.

18. Alternative 18.1 Unless otherwise indicated in the BDS, alternative bids shall
Proposals by not be considered.
Bidders
18.2 When alternative times for completion are explicitly invited, a
statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.
18.3 Except as provided under ITB Sub-Clause 18.4 below, bidders
wishing to offer technical alternatives to the requirements of the
bidding documents must first submit a Bid that complies with
the requirements of the bidding documents, including the scope,
basic technical data, graphical documents and specifications. In
addition to submitting the basic Bid, the Bidder shall provide all
information necessary for a complete evaluation of the
alternative by the Employer, including calculations, technical
specifications, breakdown of prices, proposed work methods
and other relevant details. Only the technical alternatives, if
any, of the lowest evaluated Bidder conforming to the basic
technical requirements shall be considered by the Employer.
Alternatives to the specified performance levels shall not be
accepted.
18.4 When bidders are permitted in the BDS to submit alternative
technical solutions for specified parts of the Services, such parts
shall be described in the Specifications (or Terms of Reference)
and Drawings, Section V. In such case, the method for
16 Section I. Instructions to Bidders

evaluating such alternatives will be as indicated in the BDS.


19. Format and 19.1 The Bidder shall prepare one original of the documents
Signing of Bid comprising the Bid as described in ITB Clause 11 of these
Instructions to Bidders, bound with the volume containing the
Form of Bid, and clearly marked “ORIGINAL.” In addition, the
Bidder shall submit copies of the Bid, in the number specified
in the BDS, and clearly marked as “COPIES.” In the event of
discrepancy between them, the original shall prevail
19.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person or persons duly
authorized to sign on behalf of the Bidder, pursuant to Sub-
Clauses 5.3(a) or 5.4(b), as the case may be. All pages of the
Bid where entries or amendments have been made shall be
initialed by the person or persons signing the Bid.
19.3 The Bid shall contain no alterations or additions, except those to
comply with instructions issued by the Employer, or as
necessary to correct errors made by the Bidder, in which case
such corrections shall be initialed by the person or persons
signing the Bid.

D. Submission of Bids
20. Sealing and 20.1 The Bidder shall seal the original and all copies of the Bid in
Marking of two inner envelopes and one outer envelope, duly marking the
Bids inner envelopes as “ORIGINAL” and “COPIES”.
20.2 The inner and outer envelopes shall
(a) be addressed to the Employer at the address provided in
the BDS;
(b) bear the name and identification number of the Contract as
defined in the BDS and Special Conditions of Contract;
and
(c) provide a warning not to open before the specified time
and date for Bid opening as defined in the BDS.
20.3 In addition to the identification required in ITB Sub-Clause
20.2, the inner envelopes shall indicate the name and address of
the Bidder to enable the Bid to be returned unopened in case it is
declared late, pursuant to ITB Clause 22.
17 Section I. Instructions to Bidders

20.4 If the outer envelope is not sealed and marked as above, the
Employer will assume no responsibility for the misplacement or
premature opening of the Bid.
21. Deadline for 21.1 Bids shall be delivered to the Employer at the address specified
Submission of above no later than the time and date specified in the BDS.
Bids
21.2 The Employer may extend the deadline for submission of bids
by issuing an amendment in accordance with ITB Clause 11, in
which case all rights and obligations of the Employer and the
bidders previously subject to the original deadline will then be
subject to the new deadline.
22. Late Bids 22.1 Any Bid received by the Employer after the deadline prescribed
in ITB Clause 21 will be returned unopened to the Bidder.
23. Modification 23.1 Bidders may modify or withdraw their bids by giving notice in
and writing before the deadline prescribed in ITB Clause 21.
Withdrawal of
Bids 23.2 Each Bidder’s modification or withdrawal notice shall be
prepared, sealed, marked, and delivered in accordance with ITB
Clauses 19 and 20, with the outer and inner envelopes
additionally marked “MODIFICATION” or “WITHDRAWAL,” as
appropriate.
23.3 No Bid may be modified after the deadline for submission of
Bids.
23.4 Withdrawal of a Bid between the deadline for submission of
bids and the expiration of the period of Bid validity specified in
the BDS or as extended pursuant to ITB Sub-Clause 16.2 may
result in the forfeiture of the Bid Security or execution of the
Bid Securing Declaration pursuant to ITB Clause 17.
23.5 Bidders may only offer discounts to, or otherwise modify the
prices of their bids by submitting Bid modifications in
accordance with this clause, or included in the original Bid
submission.

E. Bid Opening and Evaluation


24. Bid Opening 24.1 The Central Procurement Board shall conduct the bid
opening pursuant to ITB Clause 23, in the presence of the
Bidders’ representatives who choose to attend at the address,
date and time specified in the BDS.
24.2 Envelopes marked “WITHDRAWAL” shall be opened and read
out first. Bids for which an acceptable notice of withdrawal has
18 Section I. Instructions to Bidders

been submitted pursuant to ITB Clause 23 shall not be opened.


24.3 The bidders’ names, the Bid prices, the total amount of each Bid
and of any alternative Bid (if alternatives have been requested or
permitted), any discounts, Bid modifications and withdrawals,
the presence or absence of Bid Security/subscription to Bid
Securing Declaration, and such other details as the Employer
may consider appropriate, will be announced by the Employer at
the opening. No bid shall be rejected at bid opening except for
the late bids pursuant to ITB Clause 22; Bids, and modifications,
sent pursuant to ITB Clause 23 that are not opened and read out
at bid opening will not be considered for further evaluation
regardless of the circumstances. Late and withdrawn bids will be
returned unopened to the bidders.
24.4 The Central Procurement Board will prepare minutes of the Bid
opening including the information disclosed to those present in
accordance with ITB Sub-Clause 24.3.
25. Process to Be 25.1 Information relating to the examination, clarification,
Confidential evaluation, and comparison of bids and recommendations for
the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process. Any
effort by a Bidder to influence the Employer’s processing of
bids or award decisions may result in the rejection of his Bid.
25.2 If, after notification of award, a bidder wishes to ascertain the
grounds on which its bid was not selected, it should address its
request to the Employer, who will provide written explanation.
Any request for explanation from one bidder should relate only
to its own bid; information about the bid of competitors will not
be addressed.
26. Clarification of 26.1 To assist in the examination, evaluation, and comparison of bids,
Bids the Employer may, at the Employer’s discretion, ask any Bidder
for clarification of the Bidder’s Bid, including breakdowns of the
prices in the Activity Schedule, and other information that the
Employer may require. The request for clarification and the
response shall be in writing via e-mail or facsimile, but no change
in the price or substance of the Bid shall be sought, offered, or
permitted except as required to confirm the correction of
arithmetic errors discovered by the Employer in the evaluation of
the bids in accordance with ITB Clause 28.
26.2 Subject to ITB Sub-Clause 26.1, no Bidder shall contact the
Employer on any matter relating to its bid from the time of the
bid opening to the time the contract is awarded. If the Bidder
wishes to bring additional information to the notice of the
19 Section I. Instructions to Bidders

Employer, he should do so in writing.


26.3 Any effort by the Bidder to influence the Employer in the
Employer’s bid evaluation or contract award decisions may
result in the rejection of the Bidder’s bid.

27. Examination of 27.1 Prior to the detailed evaluation of bids, the Employer will
Bids and determine whether each Bid (a) meets the eligibility criteria
Determination defined in ITB Clause 4; (b) has been properly signed; (c) is
of accompanied by the required securities; and (d) is substantially
Responsiveness responsive to the requirements of the bidding documents.
27.2 A substantially responsive Bid is one which conforms to all the
terms, conditions, and specifications of the bidding documents,
without material deviation or reservation. A material deviation
or reservation is one (a) which affects in any substantial way the
scope, quality, or performance of the Services; (b) which limits
in any substantial way, inconsistent with the bidding documents,
the Employer’s rights or the Bidder’s obligations under the
Contract; or (c) whose rectification would affect unfairly the
competitive position of other bidders presenting substantially
responsive bids.
27.3 If a Bid is not substantially responsive, it will be rejected by the
Employer, and may not subsequently be made responsive by
correction or withdrawal of the nonconforming deviation or
reservation.
28. Correction of 28.1 Bids determined to be substantially responsive will be checked
Errors by the Employer for any arithmetic errors. Arithmetical errors
will be rectified by the Employer on the following basis: if
there is a discrepancy between unit prices and the total price that
is obtained by multiplying the unit price and quantity, the unit
price shall prevail, and the total price shall be corrected; if there
is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail and the total shall be
corrected; if there is a discrepancy between the amounts in
figures and in words, the amount in words will prevail.
28.2 The amount stated in the Bid will be adjusted by the Employer
in accordance with the above procedure for the correction of
errors and, with the concurrence of the Bidder, shall be
considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount, the Bid will be rejected, and the
Bid Security shall be forfeited or the Bid Securing Declaration
exercised and in accordance with ITB Sub-Clause 17.6(b).
29. Currency for 29.1 The Employer will convert the amounts in various currencies in
20 Section I. Instructions to Bidders

Bid Evaluation which the Bid Price, corrected pursuant to ITB Clause 28, is
payable (excluding Provisional Sums but including Daywork
where priced competitively) in Mauritian Rupees at the
telegraphic transfer selling rates prevailing ten days prior to the
closing date, established for similar transactions by the Bank of
Mauritius.
30. Evaluation and 30.1 The Central Procurement Board will evaluate and compare only
Comparison of the bids determined to be substantially responsive in accordance
Bids with ITB Clause 27.
30.2 In evaluating the bids, the Central Procurement Board will
determine for each Bid the evaluated Bid price by adjusting the
Bid price as follows:
(a) making any correction for errors pursuant to ITB Clause
28;
(b) excluding provisional sums and the provision, if any, for
contingencies in the Activity Schedule, Section V, but
including Day work, when requested in the Specifications
(or Terms of Reference) Section VI;
(c) making an appropriate adjustment for any other acceptable
variations, deviations, or alternative offers submitted in
accordance with ITB Clause 18; and
(d) making appropriate adjustments to reflect discounts or
other price modifications offered in accordance with ITB
Sub-Clause 23.5.
30.3 The Employer reserves the right to accept or reject any
variation, deviation, or alternative offer. Variations, deviations,
and alternative offers and other factors, which are in excess of
the requirements of the bidding documents or otherwise result in
unsolicited benefits for the Employer will not be taken into
account in Bid evaluation.
30.4 The estimated effect of any price adjustment conditions under
Sub-Clause 6.6 of the General Conditions of Contract, during
the period of implementation of the Contract, will not be taken
into account in Bid evaluation.

31. Preference for 31.1 Margin of Preference shall not be applicable.


Domestic
Bidders
21 Section I. Instructions to Bidders

F. Award of Contract
32. Award 32.1 Subject to ITB Clause 33, the Employer will award the Contract
Criteria to the Bidder whose Bid has been determined to be substantially
responsive to the bidding documents and who has offered the
lowest evaluated Bid price provided that such Bidder has been
determined to be (a) eligible in accordance with the provisions
of ITB Clause 4, and (b) qualified in accordance with the
provisions of ITB Clause 5.
32.2 If, pursuant to ITB Sub-Clause 13.2 this contract is being let on
a “slice and package” basis, the lowest evaluated Bid Price will
be determined when evaluating this contract in conjunction with
other contracts to be awarded concurrently. Taking into account
any discounts offered by the bidders for the award of more than
one contract.

33. Employer’s 33.1 Notwithstanding ITB Clause 32, the Employer reserves the right
Right to to accept or reject any Bid, and to cancel the bidding process
Accept any Bid and reject all bids, at any time prior to the award of Contract,
and to Reject without thereby incurring any liability to the affected Bidder or
any or all Bids bidders.
34. Notification of 34.1 Prior to the expiration of the period of bid validity, the
Award and Employer shall, for contract amount above the prescribed
Signing of threshold, notify the selected bidder of the proposed award and
Agreement accordingly notify unsuccessful bidders. Subject to challenge
and Appeal the Employer shall notify the selected Bidder, in
writing, by a Letter of Acceptance for award of contract. It will
state the sum that the Employer will pay to the Service Provider in
consideration of the execution of the services by the Service
Provider as prescribed by the Contract (hereinafter and in the
Contract called the “Contract Price”). Within seven days from the
issue of Letter of Acceptance the Employer shall publish on the
Public Procurement Portal (publicprocurement.govmu.org) and the
Employer’s website, the results of the Bidding process.
34.2 The issue of the Letter of Acceptance will constitute the
formation of the Contract.
34.3 The Contract, in the form provided in the bidding documents,
will incorporate all agreements between the Employer and the
successful Bidder. It will be signed by the Employer and sent to
the successful Bidder along with the Letter of Acceptance.
Within 21 days of receipt of the Contract, the successful bidder
shall sign the Contract and return it to the Employer, together
22 Section I. Instructions to Bidders

with the required performance security pursuant to Clause 35.


35. Performance 35.1 Within 21 days after receipt of the Letter of Acceptance, the
Security successful Bidder shall deliver to the Employer a Performance
Security in the amount and in the form of a Bank Guarantee
stipulated in the BDS, denominated in the type and proportions
of currencies in the Letter of Acceptance and in accordance with
the General Conditions of Contract.
35.2 If the Performance Security is provided by the successful Bidder
in the form of a Bank Guarantee, it shall be issued either at the
Bidder’s option, by a commercial bank located in the Republic
of Mauritius or a foreign bank through a correspondent
commercial bank located in the Republic of Mauritius.
35.3 Failure of the successful Bidder to comply with the
requirements of ITB Sub-Clause 35.1 shall constitute sufficient
grounds for cancellation of the award and forfeiture of the Bid
Security.

36. Advance 36.1 The Employer will provide an Advance Payment on the
Payment and Contract Price as stipulated in the Conditions of Contract,
Security subject to the amount stated in the BDS.

37. Adjudicator 37.1 The Employer proposes the person named in the BDS to be
appointed as Adjudicator under the Contract, at an hourly fee
specified in the BDS, plus reimbursable expenses. If the Bidder
disagrees with this proposal, the Bidder should so state in the
Bid. If, in the Letter of Acceptance, the Employer has not
agreed on the appointment of the Adjudicator, the Adjudicator
shall be appointed by the Appointing Authority designated in
the Special Conditions of Contract at the request of either party.

38.Debriefing 38.1 The Employer shall promptly attend to all requests for
debriefing for the contract, made in writing, and within 30 days
from the date of the publication of award or date the
unsuccessful bidders are informed about the award, whichever is
the case, by following regulation 9 of the Public Procurement
Regulation 2008 as amended.
23 Section II. Bidding Data Sheet

Section II. Bidding Data Sheet


This section should be filled in by the Employer before issuance of the bidding documents.
The insertions should correspond to the information provided in the Invitation for Bids

A. General
ITB 1.1 The Employer is Cargo Handling Corporation Limited.
The name is Maintenance of Ship To Shore Cranes, Rubber Tyre Gantry
Cranes and Substations at Mauritius Container Terminal;
The identification number of the Procurement is: CPB/24/2017
Cargo Handling Corporation Limited Ref. OIB/CHC/MCS/5/2017

ITB 2.3 (a) Challenges shall be addressed to :


The Officer In Charge
CHCL Building, Mer Rouge, Port-Louis, Mauritius
Tel: +230 2061700
Fax: +230 2422232
Email: spaddia@chcltd.intnet.mu

(b) Application for Review shall be addressed to:


The Chairman
Independent Review Panel,
9th Floor, Wing B
Emmanuel Anquetil Building
Pope Hennessy Street
Port Louis
Mauritius
Tel + 230 2013921
Fax + 230 2012423

ITB 4.1 The invitation of Bids is through an Open International Bidding Method

ITB 5.2(a) Pre-qualifications have not been carried out.

ITB 5.3 The Qualification Information and Bidding forms to be submitted are as
follows: None

ITB 5.3(b) (b (a)This authorization shall consist of written confirmation and shall be attached
to the bid. It may include a delegation of power by resolution of the Board
of a company or from the CEO, himself holding power from the Board or
through a Power of Attorney.
24 Section II. Bidding Data Sheet

The name and position held by each person signing the authorization must
be typed or printed below the signature.

(b)In the case of Bids submitted by an existing or intended JV an undertaking


signed by all parties (i) stating that all parties shall be jointly and severally
liable, if so required in accordance with ITB 5.4, and (ii) nominating a
Representative who shall have the authority to conduct all business for and
on behalf of any and all the parties of the JV during the bidding process
and, in the event the JV is awarded the Contract, during contract
execution.”]

Note: The power of Attorney or other written authorization to sign may be for a determined
period or limited to a specific purpose.
ITB 5.3(g) “Reports on financial standing of the Bidder, such as profit and loss statements
and auditor’s reports for the past five years as filed at the Registrar of
Companies (Mauritius), where applicable or as per the laws of the country of
the overseas bidder.

ITB 5.5 The qualification criteria in Sub-Clause 5.5 are modified as follows: None

ITB 5.5(a) The minimum average annual financial amount of work for the past five years
shall be MUR 40 Million.

ITB 5.5(b) The experience required to be demonstrated by the Bidder should include as a
minimum that he has executed during the last five years the following:
1. Maintenance of Ship to Shore Cranes, having PLC Control, used for
handling of container.
2. Maintenance of RTG Cranes, having PLC Control, used for handling of
containers including of overhauling of engine and generator set.
3. Maintenance of high/medium voltage power distribution substation
equipment.

ITB 5.5(c) The essential equipment to be made available for the Contract by the
successful Bidder shall be: Adequate lifting equipment for maintenance of
cranes and other related tools and equipment.

ITB 5.5(e) The minimum amount of liquid assets and/or credit facilities net of other
contractual commitments of the successful Bidder shall be MUR 25M
.Documentary evidence may comprise but not limited to (i) Bank
Certificate,(ii)Certificate from Auditors (iii)Certificate from a professional
Registered Accountant .
25 Section II. Bidding Data Sheet

B. Bidding Data
ITB 9.2 and The number of copies of the Bid to be completed and returned shall be one
19.1 original and two copies.

ITB 10 Request for clarification should reach the purchaser not later than 21 days,
prior to the closing date for submission of bids The purchaser will reply to
such request at least 14 days prior to the closing date for submission of bids.

C. Preparation of Bids
ITB 13.1 The additional materials required to be completed and submitted are: None

ITB 14.1 The bid amount shall be in Mauritian Rupees for local suppliers in the basis of
prices not adjustable to rate of exchange .Overseas bidders may quote in
Mauritian Rupees on the basis of price not adjustable to rate of exchange or in
Euro or USD.or GBP
Bid prices quoted in USD or EURO or GBP shall be converted in Mauritian
rupees for evaluation purposes. The exchange rate shall be the telegraphic
transfer selling rate at the central bank of Mauritius (https;//www.bom.mu).
The date for the exchange rate shall be the rate prevailing 10 days prior to the
closing date

ITB 14.4 The Contract is not subject to price adjustment in accordance with Sub-Clause
6.6 of the Conditions of Contract.

ITB 16.1 The period of Bid validity shall be 120 days as from the deadline for Bid
submission specified in the BDS, i.e. the bid shall be valid up to 28th of
November 2017

ITB 17.1 Bid shall include a Bid Security using the form included in Section IV,
Bidding Forms.

ITB 17.3 The amount of Bid Security shall be MUR 2,250,000.00 or 64,000 USD or
57,000 EURO or 49,000 GBP and the bid security shall be valid up to 28th of
December 2017. The Bid Security shall be issued by a reputable commercial
bank in Mauritius.

D. Submission of Bids
ITB 20.2 The Employer’s address for the purpose of Bid submission is:
The Chief Executive
Central Procurement Board
1st Floor, Social Security House,
26 Section II. Bidding Data Sheet

Julius Nyerere Avenue, Rose Hill,


Republic of Mauritius.

For identification of the bid the envelopes should indicate:


Contract: Maintenance of STS and RTG Cranes and Substations at
Mauritius Container Terminal; Ref: CPB/24/2017

ITB 21.1 The deadline for submission of bids shall be on Tuesday 1st of August 2017 up
to 13.30 Hours (local time) at latest.

E. Bid Opening and Evaluation


ITB 24.1 Bids will be opened as from 14.00 Hours (local time) on Tuesday,1st of August
2017 at the following address:
Conference Room
Central Procurement Board
1st Floor, Social Security House,
Julius Nyerere Avenue, Rose Hill,
Republic of Mauritius.
F. Award of Contract
ITB 35.1 The Performance Security acceptable to the Employer shall be the in the
Standard Form of an unconditional Bank Guarantee and for an amount of
10% of the total contract amount valid for a period of 37 months.

ITB 36.1 The Advance Payment, where applicable, shall be of [insert percentage value.
The percentage value should be adequate to minimize the needs of the Service
Provider to borrow for the Contract and will depend on the type of Services to
be provided. Recommended when the Services to be provided include field
works or preparation of products (like data base) in addition to provision of
man-power] percent of the Contract Price, where applicable. Not Applicable

ITB 37.1 The Adjudicator proposed by the Employer is [insert name and address]. The
hourly fee for this proposed Adjudicator shall be [insert amount and
currency]. The biographical data of the proposed Adjudicator is as follows:
[provide relevant information, such as education, experience, age, nationality,
and present position; attach additional pages as necessary]. Not Applicable
27 Section III. Qualification and Evaluation Criteria

Section III. Qualification and Evaluation Criteria


Evaluation of bids shall be on the basis of the following Criteria:

Evaluation will be done in two phases.

1. Qualification Criteria- The bidder has to submit all the required details of his
company, financial capability and experience as per qualification criteria. If the
bidders do not comply with ALL THE REQUIREMENTS of the qualification
criteria, the bid will not be retained for the financial evaluation.

2. Financial Evaluation - Only the responsive bids will be analysed and evaluated
28 Section III. Qualification and Evaluation Criteria

1. Qualification Criteria

1.1 Eligibility
Factor

Criteria
Bidder
Sub-Factor Documentation
Requirement Single Entity Joint Venture, Consortium or Association Required
All partners Each At least one
combined partner partner
1.1.1 Nationality Nationality in accordance Must meet N/A Must meet N/A Form ELI –1.1 and
with ITB 4.1. requirement requirement 1.2, with attachments
1.1.2 Conflict of No- conflicts of interests as Must meet N/A Must meet N/A Bid Submission Form
Interest described in ITB 4.2. requirement requirement
1.1.3 Country Not having been declared Must meet N/A Must meet N/A Bid Submission Form
Ineligibility ineligible by the PPO as requirement requirement
described in ITB 4.3.
1.1.4 Government Compliance with conditions Must meet Must meet Form ELI –1.1 and
N/A N/A
Owned Entity of ITB 4.5 requirement requirement 1.2, with attachments
1.1.5 Ineligibility Not having been excluded as Bid Submission Form
based on a United a result of the laws of
Nations resolution or Republic of Mauritius or
Must meet Must meet
Mauritian Law official regulations, or by an N/A N/A
requirement requirement
act of compliance with UN
Security Council resolution,
in accordance with 4.3
29 Section III. Qualification and Evaluation Criteria

1.2 Historical Contract Non-Performance


Factor

Criteria
Bidder
Sub-Factor Documentation
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
1.2.1 History ofNon-peNon
non- -performance of a Must meet N/A Must meet
performing contract did not occur within requirement requirement N/A
by itself or as by itself or Form CON - 2
contracts the last eight (8) years prior
to the deadline for partner to as partner to
application submission, past or past or
based on all information on existing JV existing JV
fully settled disputes or
litigation. A fully settled
dispute or litigation is one
that has been resolved in
accordance with the Dispute
Resolution Mechanism
under the respective
contract, and where all
appeal instances available to
the bidder have been
exhausted.
1.2.2 Pending All pending litigation shall Must meet Must meet Form CON – 2
Litigation in total not represent more requirement requirement
than _twenty percent (20%) by itself or as by itself or as
of the Bidder’s net worth partner to
N/A
partner to
N/A
and shall be treated as past or past or
resolved against the Bidder. existing JV existing JV
30 Section III. Qualification and Evaluation Criteria

1.3 Financial Situation


Factor

Criteria
Bidder Documentation
Sub-Factor
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
1.3.1 Historical Submission of audited
Financial balance sheets or if not
Performance5 required by the law of the
bidder’s country, other
financial statements
acceptable to the Employer,
for the last five [5] years to Must meet Must meet Form FIN – 3.1 with
N/A N/A
demonstrate the current requirement requirement attachments
soundness of the bidders
financial position and its
prospective long term
profitability.

5
(a) Local bidders who are not required to file Audited Accounts should submit copies of Financial Statements filed at the Registrar of Companies prior to
deadline set for the submission of bids.
.
31 Section III. Qualification and Evaluation Criteria

1.3 Financial Situation


Factor

Criteria
Bidder Documentation
Sub-Factor
Requirement Joint Venture, Consortium or Association Required
Single Entity All partners Each At least one
combined partner partner
1..3.2. Minimum average annual Must meet Must meet N/A N/A Form FIN – 3.1
Average. Annual turnover of _MUR requirement requirement
Turnover equivalent of 40 M (Forty
millions) , calculated as
total certified payments
received for works in
progress or completed,
within the last five (5)
years
1.3.3. Financial The Bidder must demonstrate
Resources access to, or availability of,
financial resources such as
liquid assets, unencumbered
real assets, lines of credit,
and other financial means,
other than any contractual
advance payments to meet: Must meet Must meet Refer to ITB Clause
N/A N/A
(i) the following cash-flow requirement requirement 5.5(e) BDS
requirement of MUR
equivalent of 25 M(Millions)
and
(ii) the overall cash flow
requirements for this contract
and its concurrent
commitments.
32 Section III. Qualification and Evaluation Criteria

1.4 Experience
Factor
Criteria
Bidder

Sub-Factor Joint Venture, Consortium or Documentation


Requirement Association Required
Single Entity All partners Each At least
combined partner one
partner
1..4.1 Specific Participation .as contractor or
Experience ,management contractor in at
least One (1) contract within the
last Five (5 ) years with a value
of at least _MUR equivalent 40
M (forty Millions) , that have
been successfully and
substantially completed and that Must meet Must meet Form EXP 1.4.1
N/A N/A
are similar to the proposed requirement requirement
Works. The similarity shall be
based on the physical size,
complexity methods/technology
or other characteristics as
described in Section VI, Scope
of Service and Performance
Specification.
33 Section III. Qualification and Evaluation Criteria

1.4 Experience
Factor
Criteria
Bidder

Sub-Factor Joint Venture, Consortium or Documentation


Requirement Association Required
Single Entity All partners Each At least
combined partner one
partner
1.4.1(a)Specific For the above or other
Experience in key contracts executed during the
activities period stipulated in 1.4.1 above,
a minimum of five (5) years’
experience in the following key
activities:

Maintenance of Rubber Tyre


Gantry Cranes (having PLC
Control), used for handling
of containers including of Must meet
Must meet N/A
overhauling of engine and requirements N/A Form EXP-1.4.1(a)
requirements
generator set.

Maintenance of Ship to Shore


cranes (having PLC Control),
used for handling of
containers.
Maintenance of High/
Medium voltage power
distribution substation
equipment
34 Section III. Qualification and Evaluation Criteria

2. Personnel
The Bidder must demonstrate that it will have the minimum personnel for the key positions
(as per clause 1.12.8 at page 64 that meet the following requirements in the following table
The Bidder should also state the number of each category of the following personnel he will
propose:

Total In Similar
S Work Works
Position Qualification
No. Experience Experience
(years) (years)
1 Contract Registered with the
Manager/Service Council of Registered
Engineer Professional Engineers of
Mauritius* in the field of 10 5
Mechanical Engineering
OR Electrical and
Electronics Engineering
2 Mechanical Minimum Diploma in
Supervisor Mechanical Engineering 10 5

3 Electrical/Electronic Minimum Diploma in


Supervisor Electrical and Electronics 10 5
Engineering
4 Skilled Mechanical Minimum Trade
8 5
Technicians Certificate or NTC 3
5 Skilled Electrical Minimum Trade
8 5
Technicians Certificate or NTC 3
6 Skilled Electronics Minimum Trade
8 5
Technician Certificate or NTC 3

*Website www.crpemauritius.com.Overseas bidders should ensure that the candidate they


are proposing for this position should be eligible for registration and that the candidate
should be registered with the Council of Registered Professional Engineers of Mauritius
before signing of contract in case a bidder is selected for award of the contract.

The Bidder shall provide detailed information (CVs) and (number) of the proposed key
personnel (Contract Manager/Service Engineer, Mechanical Supervisor and
Electrical/Electronic Supervisor and their experience records in the relevant Forms included
in Section IV, Bidding Forms. The three key personnel should comply with the
qualification and experience requirement failing which the bid will be rejected.
35 Section III. Qualification and Evaluation Criteria

3. Equipment
The Bidder must demonstrate that it provide equipment listed hereafter but not limited to:

No. Equipment Type and Characteristics Minimum Number


required
1 Complete set of Equipment for 1
operating a mechanical/electrical
workshop
2 Appropriate lifting equipment for 1 Refer to scope
execution of maintenance works of services
3 Appropriate tools/equipment/ 1 under item
workbench for the testing of drives and 1.13- plant
electric motors and
4 Appropriate transport facilities for the 1 equipment at
transport of personnel and materials in page 65
the Terminal for the execution of
maintenance works.

The Bidder shall provide further details of proposed items of equipment using the relevant
Form in Section IV .The above are mandatory requirement and should be complied with
failing which the bid will be rejected.
36 Section IV. Bidding Forms

Section IV. Bidding Forms


Table of Forms

Bid Submission Form ………………………………………………………. . 37


Price Schedule ……………………………………………………….. ..40
Form of Bid Security ……………………………………………………………… 41
Form For personnel 42
Forms for Equipment 44

Bidder's Qualification
Bidder Information Sheet ....................................................................................................... 46
Party to JV Information Sheet ............................................................................................. 47
History of non- performing Contracts ..................................................................................... 48
Current Contract Commitments / Works in Progress .............................................................. 49
Financial situation …………………….................................................................................. 50
Specific Experience ............................................................................................................. 52
Specific Experience Key Activity.......................................................................................... 53
37 Section IV. Bidding Forms

Bid Submission Form

Date: _______________
Bidder’s Reference No.: _______________
Procurement Reference No:……………………

To: The Officer In Charge

Cargo Handling Corporation Limited

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 11;
(b) We offer to execute the [name and identification number of Contract] in accordance with the
Conditions of Contract, Scope of Service and Performance Specifications, and Activity
Schedule accompanying this Bid.
(c) The total price of our Bid, after discounts offered in item (d) below is:
Currency Amount payable in currency Inputs for which foreign currency is required
(i)
(ii)

(d) The discounts offered and the methodology for their application are: _____________;
(e) Our bid shall be valid for a period of ________ [insert validity period as specified in ITB 16.1.]
days from the date fixed for the bid submission deadline in accordance with the Bidding
Documents, and it shall remain binding upon us and may be accepted at any time before the
expiration of that period;
(f) If our bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Document;
(g) We, including any subcontractors or suppliers for any part of the contract, do not have any
conflict of interest in accordance with ITB 6;
(h) We are not participating, as a Bidder in more than one bid in this bidding process.
(i) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of
the contract, has not been declared ineligible under the laws of Mauritius;
(j) We are not a government owned entity / We are a government owned entity but meet the
requirements of ITB 4.5;6

6
Use one of the two options as appropriate.
38 Section IV. Bidding Forms

(k) We understand that this bid, together with your Letter of Acceptance, shall constitute a binding
contract between us, until a formal contract is prepared and executed;
(l) We have taken steps to ensure that no person acting for us or on our behalf will engage in any
type of fraud and corruption as per the principles described hereunder, during the bidding
process and contract execution:

i. We shall not, directly or through any other person or firm, offer, promise or give to any of
the Public Body’s employees involved in the bidding process or the execution of the
contract or to any third person any material or immaterial benefit which he/she is not
legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever
during the tender process or during the execution of the contract.
ii. We shall not enter with other Bidders into any undisclosed agreement or understanding,
whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other
actions to restrict competitiveness or to introduce cartelisation in the bidding process.
iii We shall not use falsified documents, erroneous data or deliberately not disclose requested
facts to obtain a benefit in a procurement proceeding.

We understand that transgression of the above is a serious offence and appropriate actions will
be taken against such bidders.

(m) We hereby submit a Bid Security in the sum of MUR 2,250,000 or USD 64,000 or Euro
57,000 or GBP 49,000 valid up to 28th of December 2017.
(n) Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to
contract execution if we are awarded the contract, are listed below:

Name and address of Amount and Purpose of


agent Currency Commission or
gratuity

(if none, state “none”)

(o) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive; and
(p) If awarded the contract, the person named below shall act as Contractor’s Representative:
________________________________________________________

Name:

In the capacity of:

Signed:
39 Section IV. Bidding Forms

Duly authorized to
sign the Bid for and on
behalf of:

Date:

Seal of Company
40 Section IV. Bidding Forms

Price Schedule
The whole cost of complying with the required services and provisions under this
Contract shall be included in the Items in this Schedule.as per LOT 1, 2and 3.

Value: MUR/EURO/USD/GBP

DESCRIPTION LOT 1 LOT 2 LOT 3


(Existing Port (Expected (Expected
Equipment) Commissioning Commissioning
Scheduled For July Scheduled For
2017) December 2017)
Rate Per Month
MUR/EURO/USD/GBP
(Excluding VAT)
Period (Months) 36 36 31*1
Total (A)
Less Discount (if any)(B)
TOTAL amount (A)-(B)

TOTAL CONTRACT
VALUE excluding VAT to
be transmitted to Bid
Submission Form
Add VAT(C)=15%
TOTAL PROJECT
VALUE
Including VAT
*1-
(The expected commissioning is scheduled for December 2017, but due to any deviation the implementation contract
period of the Lot 3 may differ)

If awarded the contract, the person named below shall act as Contractor’s Representative:
________________________________________________________
Name:
In the capacity of:
Signed:
Duly authorized to
sign the Bid for and on
behalf of:
Date:
Seal of Company
41 Section IV. Bidding Forms

Form of Bid Security (Bank Guarantee)

............................................Bank’s Name and Address of issuing Branch or Office.............................. ..............................


Beneficiary: Name and Address of Public Body………..................................
Date: ..................................................................................................................................
BID GUARANTEE No.: ......................................................................................................
We have been informed that ......................name of the Bidder……...... (hereinafter called "the Bidder")
has submitted to you its bid dated.................... (hereinafter called "the Bid") for the execution of
.............................name of contract ......................... under Invitation for Bids No..........................IFB number
….................. (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid
security.

At the request of the Bidder, we ..................................name of Bank ...................... hereby irrevocably


undertake to pay you any sum or sums not exceeding in total an amount of ............................amount in
figures…........................ .(..............amount in words...................) upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the
bid conditions, because the Bidder:

(a) has modified or withdrawn its Bid after the deadline for submission of its bid during the
period of bid validity specified by the Bidder in the Form of Bid; or
(b) has refused to accept a correction of an error appearing on the face of the Bid; or
(c) having been notified of the acceptance of its Bid by the Public Body during the period
of bid validity, (i) has failed or refused to sign the contract Form, if required, or (ii) has
failed or refused to furnish the performance security, in accordance with the
Instructions to Bidders.

This guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the
contract signed by the Bidder and the performance security issued to you upon the instruction of the
Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of (i) our receipt of a copy of
your notification to the Bidder of the name of the successful bidder; or (ii) thirty days after the
expiration of the Bidder’s Bid.

Consequently, any demand for payment under this guarantee must be received by us at the office on
or before ........................................Public Body to insert date.................................................
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
(Applicable to overseas bidders only).

.......................................................Bank’s seal and authorized signature(s)..........................................


42 Section IV. Bidding Forms

Forms for Personnel


Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified requirements
for each of the positions listed in Section III (Qualification Criteria). The data on their experience
should be supplied using the Form below for each candidate.

Number Total In Similar


S Name of all Work Works
Position Qualification(s)
No. personnel Experience Experience
(Years) (Years)
1 Contract Manager/
Service Engineer
2 Mechanical
Supervisor
3 Electrical/Electronic
Supervisor

4 Skilled Mechanical
Technicians

5 Skilled Electrical
Technicians

6 Skilled Electronics
Technician

Certify true and correct


Bidders’s Signature: __________________ Name: _________________

Position: __________________ Date: _________________


(DD/MM/YY)

Authorised for and on behalf of:

Company: ____________________________________________________
43 Section IV. Bidding Forms

Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below for key personnel (Contract
Manager/Service Engineer, Mechanical Supervisor and Electrical/Electronic Supervisor.
Fields with asterix (*) shall be used for evaluation.

Position*

Personnel Name Date of birth


information
Academic qualifications (e.g Degree,Diploma etc)

Professional qualifications(e.g Chartered Engineer ;MIET Member of the


institution of Engineering Technology.UK:TMIET Technician Member of the
institution of Engineering and Technology.UK)

Present Name of Employer


employment
Address of Employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present Employer

Summarize professional experience in reverse chronological order. Indicate particular


technical and managerial experience relevant to the project.

From* To* Company, Project , Position, and Relevant Technical and Management
Experience*
44 Section IV. Bidding Forms

Forms for Equipment


The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section III (Qualification
Criteria). A separate Form shall be prepared for each item of equipment listed, or for
alternative equipment proposed by the Bidder. The Bidder shall provide all the information
requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation.

Type of Equipment*

Equipment Name of manufacturer Model and power rating


Information

Capacity* Year of manufacture*

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project


45 Section IV. Bidding Forms

Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section III
(Qualification and Evaluation Criteria) the Bidder shall provide the information requested in
the corresponding Information Sheets included hereunder
46 Section IV. Bidding Forms

Form ELI 1.1


Bidder Information Sheet
Date: ______________________
Bidder’s Reference Bidding No.: ________________

Page ________ of _______ pages

1. Bidder’s Legal Name

2. In case of JV, legal name of each party:

3. Bidder’s actual or intended Country of Registration:

4. Bidder’s Year of Registration:

5. Bidder’s Legal Address in Country of Registration:

6. Bidder’s Authorized Representative Information


Name:
Address:
Telephone/Fax numbers:
Email Address:

7. Attached are copies of original documents of:


 Articles of Incorporation or Registration of firm named in 1, above, in accordance with
ITB Sub-Clauses 5.3(a).
 In case of JV, letter of intent to form JV including a draft agreement, or JV agreement, in
accordance with ITB Sub-Clauses 5.4
 In case of government owned entity from the Employer’s country, documents establishing
legal and financial autonomy and compliance with the principles of commercial law, in
accordance with ITB Sub-Clause 4.5.
 Attach Registration Certificate with the CIDB for the Bidder including those for the
members of the Joint Venture, and for the joint venture, if applicable.
47 Section IV. Bidding Forms

Form ELI 1.2

Party to JV Information Sheet

Date: ______________________
Bidder’s Reference No.: ___________________
Invitation for Bid No.:_________
Page ________ of_ ______ pages

1. Bidder’s Legal Name:

2. JV’s Party legal name:

3. JV’s Party Country of Registration:

4. JV’s Party Year of Registration:

5. JV’s Party Legal Address in Country of Registration:

6. JV’s Party Authorized Representative Information


Name:
Address:
Telephone/Fax numbers:
Email Address:

7. Attached are copies of original documents of:


 Articles of Incorporation or Registration of firm named in 1, above, in accordance
with ITB Sub-Clauses 5.3(a).
 In case of government owned entity from Mauritius, documents establishing legal and
financial autonomy and compliance with the principles of commercial law, in accordance
with ITB Sub-Clause 4.5
48 Section IV. Bidding Forms

Form CON – 2

History of Non-Performing Contracts


Bidder’s Legal Name: _______________________ Date: _____________________
JV Partner Legal Name: _______________________ ___________________
Bidder’s Reference No.: __________________
Page _______ of _______ pages

Non-Performing Contracts in accordance with (Evaluation and Qualification Criteria)

Contract non-performance did not occur during the stipulated period, in accordance with
Sub-Factor 1.2.1 of Section III (Evaluation and Qualification Criteria)
Contract non-performance during the stipulated period, in accordance with Sub-Factor
1.2.1 of Section III (Evaluation and Qualification Criteria).

Year Outcome as Total Contract


Percent of Contract Identification Amount (current
value, MUR
Total Assets equivalent)
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
Pending Litigation, in accordance with Section III (Evaluation and Qualification Criteria)

No pending litigation in accordance with Sub-Factor 1.2.2 of Section III(Evaluation and
Qualification Criteria)
 Pending litigation in accordance with Sub-Factor 1.2.2 of Section III(Evaluation and
Qualification Criteria), as indicated below
Year Outcome as Total Contract
Percent of Contract Identification Amount (current
value, MUR
Total Assets equivalent)
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
Contract Identification:
______ ______ Name of Employer: ___________
Address of Employer:
Matter in dispute:
49 Section IV. Bidding Forms

Form CCC

Current Contract Commitments / Works in Progress


Bidders and each partner to a JV should provide information on their current commitments on all
contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for
contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.

Name of contract Employer, Value of Estimated Average monthly


contact outstanding work completion date invoicing over
address/tel/fax (current MUR last six months
equivalent) (MUR month)
1.

2.

3.

4.

5.

etc.
50 Section IV. Bidding Forms

Form FIN 3.1

Financial Situation

Bidder shall prepare their response as per the format hereunder with
attachments, where applicable, and load these data in the response
template specially provided for this item

Key Financial Information extracted from Audited Accounts/Financial Statements

Historical Financial Performance

Bidder’s Legal Name: _______________________ Date: _____________________


JV Partner Legal Name: _______________________ Bidder’s Reference No.:
__________________
Page _______ of _______ pages

To be completed by the Bidder and, if JV, by each partner

1. Financial data
Type of Financial information Historic information for previous _(5) years,
in
the currency reported in the
Audited Accounts/Financial
Statements.
Year 1 Year 2 Year 3 Year4 Year 5

Statement of Financial Position (Information from Balance Sheet)

A. Current Assets (CA)

B. Current Liabilities (CL)

Working Capital ratio or current


Ratio(A/B)
Quick ratio or Acid Test
ratio(Current Asset net of
inventories/B)
C. Total Assets (TA)

Iinventories/B

9
51 Section IV. Bidding Forms

D. Total Liabilities (TL)


Net Worth (C-D)
Cash in Hand and at Bank
Bank Overdrafts
Other Liquid Assets
Information from Income Statement
Key Profitability Indicators in
the currency reported in the Year 1 Year 2 Year 3 Year 4 Year5
Audited Accounts/Financial
Statements
Total Revenue (TR)
Profits /(Loss)Before Taxes
(PBT)
Taxation
Net Profit /(loss)After Tax
(Net profit After tax / Turnover)
x 100
Average Annual Turnover for
the last five years

Certified by Bidder and/or associated JV partner, that information is a true extract


from Audited Accounts /Financial statements
)(turnover
Name

Signature

Capacity

Date
 Attached are copies of financial statements (balance sheets, including all related notes,
and income statements) for the years required above complying with the following
conditions:
T
 Must reflect the financial situation of the Bidder or partner to a JV,
 Historic financial statements must be audited by a certified accountant
Turnover
 Historic financial statements must be complete, including all notes to the financial
statements and
 Historic financial statements must correspond to accounting periods already
completed and audited (no statements for partial periods shall be requested or
accepted)
52 Section IV. Bidding Forms

Form EXP – 1.4.1


Specific Experience
Bidder’s Legal Name: ___________________________ Date: _____________________
JV Partner Legal Name: _________________________Bidder’s Reference No.: ___________
Page _______ of _______ pages

Similar Contract Number: ___ [insert Information


specific number] of ___[insert total
number of contracts required.
Contract Identification _______________________________________
Award date _______________________________________
Completion date _______________________________________

Role in Contract   
Contractor Management Subcontractor
Contractor

Total contract amount __________________________ MUR______


__
If partner in a JV or subcontractor,
specify participation of total contract __________% _____________ MUR______
amount
Employer’s Name: _______________________________________
Address: _______________________________________
_______________________________________
Telephone/fax number: _______________________________________
E-mail: _______________________________________
53 Section IV. Bidding Forms

Form EXP – 1.4.1(a)


Specific Experience in Key Activities

Bidder’s Legal Name: ___________________________ Page _______ of _______ pages


JV Partner Legal Name: ___________________________

Similar Contract No. __[insert specific Information


number] of ___[insert total number of
contracts] required
Description of the similarity in
accordance with Sub-Factor 1.4.1(a) of
Section III (Evaluation and Qualification
Criteria):
Amount _________________________________

Physical size _________________________________

Complexity _________________________________

Methods/Technology _________________________________

Physical Production Rate _________________________________


54 Part II Activity Schedule and Specifications

Part II Activity Schedule and


Specifications
Section V. Activity Schedule ……………………………………………………. 55

Section VI. Scope of Service and Performance Specifications………………….. 56

Terms of Reference…………………………………………………….… 56

Procurement of Materials ………………………………………………... 70

List of Annexes …………………………………......... . 71


55 Section V. Activity Schedule

Section V. Activity Schedule


The Cargo Handling Corporation Ltd intends to proceed with the implementation of a
maintenance contract for Rubber Tyred Gantry Cranes, Ship to Shore Cranes and substation at
the Mauritius Container Terminal for a period of three years. Bidders are invited to submit their
offers for a maintenance contract, which will start as from date of signature of contract..

The contractor shall have to provide a round the clock service to ensure availability of cranes in
all the shifts for 366 days in a year.

The bidding is opened to both local and international firms.

The maintenance contract will cater for the daily checks, preventive maintenance, corrective
maintenance and improvement maintenance for the following plant and equipment:

1 (a) Fourteen Rubber Tyred Gantry Cranes.


(b) Eighteen Telescopic Spreaders & one Overheight Frame

2 (a) Seven Ship to Shore Cranes


(b) Thirteen Telescopic Spreaders.

3 Main Substation and its equipment including two stand by generators.


56 Section VI. Scope of Service and Performance Specifications

Section VI. Scope of Service and Performance Specifications

1 TERMS OF REFERENCE

1.1 General

Under a maintenance contract, the CHCL intends to entrust the maintenance of the Port
Equipment (Ship To Shore Cranes, Rubber Tyred Gantry Cranes) and substations along
with all related auxiliary equipment to the Private Contractor.

1.2 Terms of Reference

These Terms of Reference (TOR) will form part of the contract between the CHCL and the
Private Contractor, and should be read in conjunction with all other documentations
provided in the maintenance contract.

1.3 Details of the Port Equipment

The Port Equipment has been classified into three lots as described below:

Item Make Qty Specification Scheduled Available


maintenance spare parts
1 LOT 1 (Existing Port Equipment)
Ship to Shore HANJUNG Three Annex B1 Annex C1
Annex A1
Cranes (STS) IMCC Two Annex B2 Annex C2
Rubber Tyred IMCC Four Annex B3 Annex C3
Gantry Cranes Annex A2
(RTG) ZPMC Four Annex B4 Annex C4

Sub Stations Two Annex A3


2 LOT 2 (Commissioning Scheduled for Jun 2017)
Rubber Tyred
Gantry Cranes HHMC Six Annex A2 Annex B5 Annex C5
(RTG)
3 LOT 3 (Commissioning Scheduled for Dec 2017)
Ship to Shore
HHMC Two Annex A1 Annex B6 Annex C6
Cranes (STS)
57 Section VI. Scope of Service and Performance Specifications

Along with the Port Equipment (Ship To Shore Cranes, Rubber Tyred Gantry Cranes) there are
several auxiliary/spare accessories that works in conjunction with and includes the following:

STS Cranes  Telescopic Spreaders


 Lifts
 Stand By Generators
 Load Test Frame
 Gantry rails and including earthing protection.
 Main terminal substation and its equipment.
 Tie downs frame/pit/covers and concrete blocks.
 Earthing system for cranes and substation.
 Mobile Generator for Crane etc…
RTG  Telescopic Spreaders
 Overheight Frame
 Tie downs frame/pit/covers etc…

1.4 Memorandum of Procedure

Bidders shall submit along with the bid, a Memorandum of Procedure, which will provide
information on how the intended maintenance work will be performed. Proposal for
keeping maintenance record, reports, history and failure analysis, spare parts management
using a computerized maintenance management information system, organization and
backup for emergency failures, etc. should be included

1.5 Scope of Services

The Scope of Services to be provided by the Private Contractor under this contract shall
include the maintenance and repair of the Port Equipment (Ship To Shore Cranes, Rubber
Tyred Gantry Cranes) and Sub Stations along with all related auxiliary equipment, and
consists of:

1.5.1 Maintenance Services


The Private Contractor shall undertake maintenance work for the Port Equipment as per
good and sound engineering practice and these services shall include:

a) Preventive Maintenance, which shall be one of the main tasks of the Private
Contractor, and shall generally be work carried out in accordance with the
information, recommendations and instructions provided by the manufacturers of
the various auxiliary equipment, accessories, components and facilities. This
shall include minor and major maintenance works. An indicative list of
maintenances scheduled for the port equipment is attached at Annex B. Note that
the list is just an indication of the extent of works.
58 Section VI. Scope of Service and Performance Specifications

All preventive maintenance shall be scheduled by the Private Contractor and


carried out within or at the time periods specified by the manufacturers. All
preventive maintenance shall be performed in co-ordination with port operation
requirements.
Where such items or equipment are found to need additional or different
maintenance work based on historic records or experience, then the Private
Contractor shall incorporate such tasks into the scope and schedules of the
maintenance work and advise CHCL accordingly.

b) Corrective Maintenance resulting from the breakdown, damage/accident or a


reduction in the performance of equipment or accessories. This work shall
include the identification of problems and rectifying such situations.
It shall be the objective of the Private Contractor to complete the corrective
operation. In some cases, it is recognized that temporary repairs may need to be
undertaken in order to reduce the down time of the Port Equipment.

c) Improvement works will generally be work undertaken following a study of the


equipment or system that has previously broken down, is not performing
correctly, required considerable maintenance work or the like. Such works would
be considered exceptional maintenance, upgrading or enhancement to the
equipment or system and will only be undertaken after written proposals have
been submitted by the Private Contractor and agreed by the CHCL.
All maintenance works shall be properly and fully recorded and documented as
described elsewhere in the TOR and will have to be produced, whenever
requested by the CHCL.

1.5.2 Other Services


The Private Contractor shall perform other services under the Contract as described below
and shall include:

a) Routine Checks and Inspections


 Daily, weekly, fortnight, monthly, etc… to ensure that all equipment and
systems are properly functioning and that safety standards and other
requirements are complied with.
 Assist and undertake, as required, all mandatory, legal and regulatory checks
of the Port Equipment along with all accessories.
 Monitoring of tyres and its performance on RTG
 Following the checks and inspection, prepare reports proposing maintenance
work or improvement works as the case may be.

b) Non-Destructive Testing (NDT). The Maintenance contractor shall assist the


CHCL in finding an authorized firm/expert for the annual inspection and
59 Section VI. Scope of Service and Performance Specifications

necessary testing pertaining to the structural integrity of the STS canes and RTGs.
Inspection will be performed on an annual basis on each equipment and the
Maintenance Contractor will ensure that the planning of the said inspection is
scheduled in such a way to reduce operational constraint to a minimum. In
addition, the maintenance contractor shall ensure that the
observations/recommendations are implemented in an effective and timely
manner.

c) Normal Operation and Procedures involving


 Starting the cranes prior to the commencement of operation in each shift.
 Positioning each crane along the berths for each phase prior to operations.
 Returning the cranes to the parking or stowage position at the end of the
normal operations and securing the units.
 Refueling of RTG cranes
 Body curing, paint touching works on main structure, elements and as well as
the auxiliary equipment and appropriate anti-corrosive treatment against rust
formation and paint damage. Painting of a complete component as the case
may be.
 Connection and operation of the standby generator unit to allow limited
operation of the cranes in the event of an electrical power failure.

d) Tie-Down Procedures (namely during bad weather conditions include


cyclones and heavy swelling or maintenance)
 The securing of each STS and RTG crane at a storm/stowage position in the
event of high winds. (18 m/s and above or otherwise instructed by CHCL)
 All the tie down accessories will have to be properly kept, maintained and may
be subject to inspection by the CHCL at any time.
 The tie-down activities for each crane in the situation where a cyclone warning
warrants. This will also include securing any other equipment, materials, etc..
that relates to the activities of the crane.
 The Private Contractor shall proceed with the removal of the tie-down, when it
has been ascertained that there are no risks associated with the high
winds/swells and after consultation/instructions with/from the Port Master and
approval from CHCL.
 The Private Contractor shall restore back all the equipment to good working
conditions.
 Cleaning, maintaining and repairing of tie down pit/covers.
 Immediately after the tie down, to submit proper reports confirming the proper
tie down of the cranes along with observations, recommendations and time for
tie down of each crane. Similarly, upon approval from the CHCL to remove all
tie down, to submit a similar report.
60 Section VI. Scope of Service and Performance Specifications

e) Jobs related to accessories including spare and Survey repair works:


An annual survey Repair works for RTGs and STS cranes shall be submitted to
cover broadly the following components, sub-assemblies, operations etc. where
applicable. The Survey report shall be a comprehensive survey report showing areas
where works/major works are required and a planning for execution the said works.
o Diesel Engines
o Generator set
o Main Alternator
o Long travel motors.
o AC and DC electric motors.
o Tyre and wheel bearing
o Thrust bearing
o Wire Rope drums and associated elements.
o Spreaders
o Structural joints and Bolts.
o Trolley Rails, guides and rollers.
o Structural works of operator’s cabin.
o All hydraulic systems including power pack, cylinders and valves.
o Wire revering system including sheaves and bearings.
o All electrical components
o All mechanical components
o Safety features of equipment
o Painting of structure.

f) Stand By Generator
Use of the Standby Generator to enable limited operation of the STS Cranes in the
event of a power failure. This would normally only be done to lower and release
a container or lift the boom from over a vessel.

g) Supply of materials and spare parts


Supplies of Materials and Spare Parts shall be provided by the Private Contractor
to allow all maintenance and other services to be undertaken. These supplies
shall include spare parts not provided by CHCL and replacement of spare parts
that will maintain the existing CHCL sparepart stock levels, consumables such as
lubricating oil, fuel, grease, filters etc.
The necessary agreement by the CHCL for the procurement of spare parts is
described elsewhere in this TOR.
Assessment, procurement and management of spare parts as required including
keeping a stock of strategic or critical spares.
61 Section VI. Scope of Service and Performance Specifications

1.6 Obligations of the CHCL

The CHCL shall be responsible to provide the following to the private contractor.
a) Appointment of a CHCL’s Representative to administer the contract.
b) Details of the anticipated operations within the container terminal will be issued
to the Private Contractor. Maintenance of the RTG and STS Cranes shall be
carried out as per schedules within the recess periods or when the RTG and STS
Cranes are not in use and in coordination with the Senior Terminal Manager.
c) Decisions regarding the execution of any exceptional maintenance work e.g.
major overhaul or improvement maintenance will be made by the CHCL based
upon adequate information provided by the Private Contractor.
d) During the course of port operations, accidental damage to port equipment may
occur. The CHCL will be responsible for liaising with other parties including
insurance companies, should such damaged be caused by third parties. The
private contractor shall promptly inform CHCL.
e) The CHCL shall at the request and cost of the private contractor; assist him in
applying for security and other permits, licences or approvals, which are required,
for the services to be provided.

1.7 Obligations of the Private Contractor

The obligations of the Private Contractor under the contract are described in Section VI-
Scope of Service and Performance Speciation and as per the terms and conditions laid out
in the bidding document.

1.8 Use of Container Terminal

The Private Contractor shall at any time promptly remove any vehicle or any other
obstruction under his control as may be required by any authority having jurisdiction
within the Container Terminal.
No part of the Terminal shall be used for any purpose other than services required as per
the maintenance contract.
Every care shall be duly exercised in gaining access to the Terminal to avoid damage to
property or committing trespass on adjacent land.
During the execution of the Services, the Private Contractor shall keep the Container
Terminal free from all unnecessary obstruction, and shall store or dispose of any Private
Contractor’s Plant and Equipment or surplus materials. The Private Contractor shall
promptly clear away and remove at his own cost from the Container Terminal any
wreckage, rubbish and used oil no longer required.
62 Section VI. Scope of Service and Performance Specifications

1.9 Signboards and Advertising

No signboard or poster shall be erected or displayed at the Mauritius Container Terminal


and no advertisement shall be placed anywhere without prior consent of the CHCL.

1.10 Port Act and Regulations

The Private Contractor shall abide to all prevailing Laws and Regulations governing
access and all other matters relating to the Mauritius Container Terminal.

1.11 Security

The Private Contractor shall be responsible for obtaining any security permits and passes
for his equipment and staff which may be required to allow access into the Container
Terminal or other areas of the Port in order that he can fulfill his obligations. The CHCL
will assist in obtaining such permits and passes, which shall be returned to the authorities
when they are no longer needed or when Private Contractor is so requested.
The Private Contractor shall operate in compliance with the requirements of the
International Ship and Port Facility Security (ISPS) Code which came into effect from 1 st
July 2004.

1.12 Staff and Manpower

The Private Contractor shall fully assess the quality and type of personnel that will need to
be engaged on the maintenance and other services.

1.12.1 Qualified, Skilled and Experienced Personnel


The personnel shall be appropriately qualified, skilled and experienced for the work
that they will undertake. Approval of the skilled personnel will be subject to the
approval of the CHCL. The Private Contractor shall submit a detailed list of
personnel as per the appropriate forms in Section III – Bidding Forms.

Details of all specialists and other companies with regards to specialized services
and backup required by the contractor for the repairs and maintenance work shall be
provided for approval by the CHCL.

The Private Contractor shall provide competent technician(s) round the clock all the
year round. Where operations continue over an extended period, technicians may
63 Section VI. Scope of Service and Performance Specifications

need to work on a shift basis and the Private Contractor shall ensure that there are
adequate overlaps of staff so that new personnel can be properly briefed.

1.12.2 Adequate Resources


Additional technicians, personnel, and specialists shall be made available within two
hours should the duty technicians so request.

1.12.3 Training and Practice Sessions


The Private Contractor shall ensure that the relevant staff and labour are properly
trained to undertake maintenance, diagnosis and repair, of Port equipment including
the tie down procedures and operation of the Standby Generator unit.
Full scale practice sessions shall be undertaken at least every six months to ensure all
personnel are familiar with the procedures and to ensure that the work can be carried
out efficiently and in a timely manner.
The training and practice sessions shall be agreed and coordinated with other port
users and operators.

1.12.4 Engagement and Conditions of Staff and Manpower


The Private Contractor shall make his own arrangements for the engagement of all
staff and labour, local or otherwise, and for their payment, housing, feeding and
transport.
The Private Contractor shall pay rate of wages, and observe conditions of labour, not
less favourable than those established for the trade or industry where the work is
carried out. If no such established rates or conditions are applicable, the Private
Contractor shall pay rates of wages and observe conditions not less favourable than
the general level of wages and conditions observed by companies, whose trade or
industry is similar to that of the Private Contractor.
The Private Contractor shall not recruit, or attempt to recruit, his staff and labour
from amongst persons in the service of the CHCL without prior approval of CHCL.
The Private Contractor shall comply with all the relevant labour laws applying to his
employees, and shall duly pay and afford to them all their legal rights. The Private
Contractor shall require all such employees to obey all applicable laws and
regulations including those concerning safety at work.

1.12.5 Health and Safety of Staff and Labour


The Private Contractor shall ensure that the Occupational Safety and Health Act and
Regulations prevails at the workplace.
The Private Contractor shall use the services of a Registered Health and Safety
Officer, who will monitor the health and safety aspects of the operations performed
under these contractual and make reports accordingly.
The Private Contractor shall maintain records and make reports concerning health
and safety of persons, and the CHCL’s Representative may inspect these.
64 Section VI. Scope of Service and Performance Specifications

1.12.6 Removal of Personnel


The CHCL’s Representative may require the Private Contractor to remove (or cause
to be removed) any person employed on the site of works, including the Private
Contractor’s Representative, who in the opinion of the CHCL’s Representative:
 Persists in any misconduct,
 Is incompetent or negligent in the performance of his duties,
 Fails to conform with any provisions of the Contract, or
 Persists in any conduct which is prejudicial to safety, health, or the protection
of the environment.
If appropriate, the Private Contractor shall then appoint (or cause to be appointed) a
suitable replacement person.

1.12.7 Conduct of Personnel


The Private Contractor shall at all times take all reasonable precautions to prevent
any unlawful, riotous or disorderly conduct by or amongst his staff and labour, and
to preserve peace and protection of persons and property within the Mauritius
Container Terminal against such conduct.

1.12.8 Deployment of Personnel


The Private Contractor shall make proper arrangements for the deployment of
personnel as follows:-

 The Private Contractor shall ensure that there is always one qualified
supervisor in charge of the maintenance/repair operation, both equipment and
facilities on each shift.
 A minimum of seven (7) skilled technicians shall be present on site during
operations on each shift. These technicians must be multi-skilled and well-
versed to handle failures (of both mechanical and electrical/electronic nature)
that are expected during the crane operation. A list of technicians that shall be
deployed on shifts must be forwarded to the CHCL to be updated on a regular
basis.
 In addition, the Private Contractor shall undertake to provide a team of
technicians (mechanics & electricians) and other trades personnel to perform
maintenance and repair works for at least eight (8) hours per day. The Team
shall comprise of the following as a minimum level:
S
Title Number
No.
1 Mechanics 5
2 Electrician 2
3 Panel beater/ Painter 2
4 Welder 1
5 Cleaners 2
6 Helpers 2
65 Section VI. Scope of Service and Performance Specifications

7 Turner/fitter 1
 The above manning level shall be the minimum required to ensure:
o All scheduled maintenance program is executed and Crane downtime as a
result of repairs and maintenance is kept as low as possible.
o Notwithstanding the above, the Private Contractor shall guarantee, during
the execution of the contract, that it has adequate administrative backup
to support the maintenance/repair operation and that submission of crane
performance reports, stock levels, invoices etc. is carried in a timely
manner.
o In case, additional personnel and staff are required for the proper
execution of maintenance works, the maintenance Contractor shall make
necessary to ensure completion of maintenance and repair works.
 The Operators for Ship To Shore and Rubber Tyred Gantry Cranes work on a
three shift system presently starting 07:00 hrs, 15:00 hrs and 23:00 hrs daily.
The Private contractor shall ensure that his shift personnel are present for at
least one hour prior to the start of these shifts as mentioned below to ensure the
all the equipment are ready prior to the start of the shift.
o Starting the cranes prior to the commencement of operation.
o Assisting in positioning each crane along the berths for each phase of the
operations.
o Assisting in returning the cranes to the parking or stowage positions at the
end of the normal operations and securing the units.
o Refueling of cranes

1.13 Plants and Equipment

The Private Contractor shall be responsible for providing all the necessary plants and
equipment to undertake the maintenance and other services required under the contract.
The private contractor shall submit a list of all plants & equipment owned by the
contractor or sub-contractor and a list of all essential plants & equipment that need to be
purchased by the contractor or sub-contractors as per the appropriate forms in Section III –
Bidding Forms.
The following list of plants and equipment should form part of the list:
S Equipment Minimum Remarks
NO Qty
1 Forklift 2
2 Manlift / Arial 1
platforms
3 Lathe machine 1 To be able to carry works on trolley
wheels, guider roller etc…
4 Test bench 1 For testing electrical motors
5 Air compressor 1 To ensure the RTG tyres are maintained
66 Section VI. Scope of Service and Performance Specifications

at required pressure ( 10 bars)


All plants and equipment will be maintained, certified for use as appropriate and safe for
operation in the Container Terminal by the Private Contractor. Inspection certificate will
have to be produced to the CHCL whenever requested.
Any equipment provided by the CHCL, for example hoist crane in the workshop, service
crane in the STS machine room etc. should be maintained, repaired and inspected by the
Private Contractor. The burden for inspection certificate shall be on the part of the Private
Contractor to ensure that the equipment is always safe for use.
The Private Contractor should provide means of transport for its employees on the
terminal.
All fuel, consumables, maintenance and repair costs, fees, insurance, sundries etc shall be
borne by the Private Contractor.

1.14 Records and Reports

The Private Contractor shall provide and install a Computerised Management System to
maintain and keep all details of the maintenance, repair, service and other work undertaken
on the Port Equipment. It shall be designed to provide information on each type of
equipment and components, records of preventive and corrective maintenance,
breakdowns, spare parts and consumables used or in stock, procurement activities, health
and safety, etc.
The CHCL has an Asset Maintenance management system (eAm Oracle R12.1) for the
management of its assets. The Private Contractor, in addition to its own computerized
system, shall use the system through provided PC’s and Terminals for the logging of data
such as Meters, Breakdowns, Job cards, work orders, work requests etc.
Adequate back-up facilities will be provided so that no data is lost due to power failure or
equipment breakdown.
The Private Contractor shall prepare and submit reports to the CHCL on a daily, weekly,
fortnight, monthly etc… and consolidated yearly and half yearly reports with details of the
maintenance services undertaken, breakdowns which resulted in port operations being
stopped or disrupted, details of spare parts and consumables used or in stock, manpower
and equipment resources and other relevant information.
Separate reports on breakdown situations, recommendations for improvements, accidents,
and other important aspects of the work shall be submitted.
All overhauls of major components including engine, motors should be followed with a
full Technical Examination Report along with photos and recommendations
All the reports should be made in format agreed by the CHCL, addressing to the CHCL
and duly signed by the person making the report. All reports will have to be electronically
submitted within prescribed time limit as agree by the CHCL.
67 Section VI. Scope of Service and Performance Specifications

1.15 Spare Parts

The CHCL has a stock of spare parts for the Port Equipment as indicated at Annex C
(which is subjected to change daily) and shall be available to the Private Contractor for use
in the performance of its services.

These spare parts will become the responsibility of the Private Contractor and be collected
by him from the CHCL, and retained in secure storerooms in the Container Terminal.
An updated inventory shall be agreed between the CHCL/Private Contractor. Proper stock
records shall be maintained on the Maintenance Management Information System. The
Private Contractor shall instigate a proper retrieval and replacement system for these and
other spare parts.
All spare parts used or purchased on behalf of the CHCL shall be advised to the CHCL in
the monthly report.
Any spare parts used from the CHCL stock shall be replaced by the Private Contractor
who will be responsible for obtaining the most competitive price and same quality from at
least three firms unless sole supplier (OEM). The Private Contractor shall submit the
original quotes or bids from the three firms in its proposals. In case one of the firm is a sub
or sister company of the Private Contractor, the later shall not be eligible for the
percentage for Private Contractor’s costs as per para 2.1. Any purchases above Rs 50,000
shall be fully documented and advised to the CHCL. Where the cost of such spare parts
exceeds Rs 100,000 prior approval shall be sought from CHCL.

The Private Contractor shall regularly carry out stock-takes and submit to the CHCL
updated lists indicating original parts levels, spares utilized and replenishment undertaken
during the period under reference. The Private Contractor shall advise the CHCL on the
amount of strategic spares required in order to ensure minimum disruptions to Port
operations.

An annual inventory of all spare parts and consumables shall be undertaken by the
Contractor in conjunction with the CHCL. Similarly an inventory will be made at the time
of termination of the contract. Where the Private Contractor has purchased spare parts,
which are not part of the CHCL stock, these may be taken over by the CHCL for an agreed
sum based upon the cost of the spares.

1.16 Damage to Port Equipment

The Contractor shall immediately notify the CHCL representatives in case of damage to
Port equipment. The Private Contractor shall inspect, check, assess the damage and
prepare a detailed report which shall be submitted to the CHCL Representatives as soon as
possible. The issue of a preliminary report shall be done within the first two hours
followed by final report as described above. The report shall describe the damage (with
photographs), identify any materials or parts needed for a full repair, and detail the total
cost to repair.
68 Section VI. Scope of Service and Performance Specifications

The Private Contractor shall not carry out any repairs unless instructed by the CHCL
representatives. Where work needs to be done for safety reasons the minimum amount of
work shall be undertaken by the Private Contractor who shall as a minimum verbally
advise the CHCL of the need to undertake the work.

The CHCL representatives shall be responsible for liaising with third parties and insurance
companies and the Private Contractor shall, upon request, assist in providing relevant
information.

1.17 Sub-Contracting

The Private Contractor may supplement his capabilities and competencies by associating
with other companies for specialist or particular services subject to prior approval of
CHCL representatives. For all such works that require the services of a sub-contractor, the
Private Contractor shall submit to the CHCL original quotes from at least three reputable
firms specialized in the provision of the services under reference. Any non-performance
from the part of the Contractor or its sub-contractors due to industrial relation problem,
non-supply of parts, and non-availability of equipment, shall debar the Private contractor
from getting paid.

The Private Contractor shall submit a list of sub-contractors specifying capability,


experience, financial details, organization, etc. as per Form EXP –1.4.2 (b).

OEM (original Equipment Manufacturer): Genset and Prime movers.


The prime movers of the RTG cranes are presently Caterpillar and Cummins diesel
engines. To ensure the best performance of the diesel engines, the Private Contractor shall
make necessary tie-up with the authorized organization of the OEM for all types of
maintenance, repairs including periodic overhaul as per recommendations from OEM. All
such related cost shall be included in the Contract price and the Private Contractor shall
not be entitled to any extra payment other than the cost of spares/consumables.

The recommendations and observations of the OEM shall be reported once every month or
after every intervention by OEM even if there are no specific recommendations for works
to be done for effective maintenance.

Drive and Control and other electronic system


The Private contractor shall make necessary Tie up with relevant OEM (Original
Equipment Manufacturer) to obtain and recommendations in view to maintaining these
components in a trouble free manner and in line with best industry practice.
69 Section VI. Scope of Service and Performance Specifications

1.18 Performance Targets

In order to monitor the effectiveness of the maintenance services provided by the Private
Contractor particularly in relation to corrective maintenance activities performance targets
to be achieved are shown in section VII-Article 9
The targets shall be agreed annually based upon the performance of the previous year and
the forecast maritime traffic.

1.19 Inspection of the Work

The CHCL shall be entitled to inspect and examine the work that has been or is being
undertaken under the Contract. The Private Contractor shall give them full cooperation in
this respect.
If, as a result of inspection and examination, the CHCL’s Representative decides that any
maintenance workmanship or other aspect is substandard or otherwise not in accordance
with the requirements of this Contract, he shall notify the Private Contractor promptly,
stating his reasons. The Private Contractor shall as soon as possible make good any
substandard work at his own cost.

1.20 Contract Price


Based upon the Services to be provided the Private Contractor shall be deemed to have
satisfied himself as to the correctness and sufficiency of the rates and prices detailed in
price schedule - Unless otherwise stated in the Contract, the rates and prices shall cover all
his obligations under the Contract and all things necessary for the proper execution of the
Services.
70 Section VI. Scope of Service and Performance Specifications

2. PROCUREMENT OF MATERIALS

2.1 Percentage for Private Contractor’s Costs

Percentage to include all cost associated with materials and spare parts excluding the CIF price if
procured from outside Mauritius or the invoiced price if procured within Mauritius.

PROCUREMENT MATERIALS, SPARE PARTS AND SERVICES


Percentage for
Description Private
Contractor’s Costs
To a value of up to Rs 50,000 per consignment 5
OUTSIDE
MAURITIUS
To a value over Rs 50,000 per consignment 8
WITHIN
All local purchases 5
MAURITIUS

2.2 Capping of Margins on Procurement of Materials

The Private Contractor shall cap its margin up to a maximum of Rs 15,000 per order both on
local and foreign procurements, subject to the followings:-
Purchases are ordered in the name of the Cargo Handling Corporation Limited;
Purchases are financed by the Cargo Handling Corporation Limited.
71 Section VI. Scope of Service and Performance Specifications

LIST OF ANNEXES

ANNEX A SPECIFICATIONS ............................................................................................ 72


ANNEX A1- SPECIFICATION FOR STS: [HANJUNG, IMCC AND HHMC] .................. 73
ANNEX A2- SPECIFICATION FOR RTG: [IMCC, ZPMC AND HHMC] ......................... 74
ANNEX A3- SPECIFICATION FOR SUBSTATIONS ........................................................ 75

ANNEX B SCHEDULED MAINTENANCE ............................................................... 76


ANNEX B1- SCHEDULED MAINTENANCE FOR STS HANJUNG ................................ 77
ANNEX B2- SCHEDULED MAINTENANCE FOR STS IMCC ......................................... 84
ANNEX B3- SCHEDULED MAINTENANCE FOR RTG IMCC ........................................ 93
ANNEX B4- SCHEDULED MAINTENANCE FOR RTG ZPMC ..................................... 104
ANNEX B5-SCHEDULED MAINTENANCE FOR RTG HHMC ..................................... 112
ANNEX B6-SCHEDULED MAINTENANCE FOR STS HHMC ...................................... 116

ANNEX C AVAILABLE SPAREPARTS ................................................................ 143


ANNEX C1- AVAILABLE SPARE PARTS FOR STS HANJUNG .................................. 144
ANNEX C2- AVAILABLE SPARE PARTS FOR STS IMCC ........................................... 157
ANNEX C3- AVAILABLE SPARE PARTS FOR RTG IMCC .......................................... 170
ANNEX C4- AVAILABLE SPARE PARTS FOR RTG ZPMC ......................................... 179
ANNEX C5- EXPECTED AVAILABLE SPARE PARTS FOR RTG HHMC ................... 185
ANNEX C6- EXPECTED AVAILABLE SPARE PARTS FOR STS HHMC .................... 187
72 Section VI. Scope of Service and Performance Specifications

ANNEX A
SPECIFICATIONS
73 Section VI. Scope of Service and Performance Specifications

ANNEX A1- SPECIFICATION FOR STS: [HANJUNG, IMCC AND HHMC]

General Information
Make/Manufacturer IMCC HANJUNG HHMC
Quantity 2 3 2
Year of manufacturer 2008 1998 2017
Lifting Capacity
Single Container under
41 T 40 T 50 T
Container
Twin Tenty Under Spreader 41 T NA (Only Single) 65T

Under Cargo Beam 75 T 75 T 85 T


Principle dimensions and clearance
Outreach 47 m 47 m 65 m
Back reach 15 m 15 m 20 m
Bumper to Bumper distance 27.2 m 27.2 m 27.3 m
Clearance between legs 17 m 17 m 17 m
Lifting Height above rail 32 m 32 m 43 m
Lifting Height below rail 15m 15 m 18 m
Main Characteristics
20', 40', 45' & 20', 40', 45' &
Spreader Type 20', 40', 45'
Twin 20 Twin 20
Crane Stowage Manual Manual Manual
Boom Stowage Automatic Automatic Automatic
Type of Trolley Motor Driven Rope Driven Rope Driven
Hinged, Single Hinged, Double Hinged, Double
Type of Boom
box section Box section Box section
3.3 Kv/50 Hz/3 3.3 Kv/50 Hz/3 3.3 Kv/50 Hz/3
Power demand
Ph Ph Ph
74 Section VI. Scope of Service and Performance Specifications

ANNEX A2- SPECIFICATION FOR RTG: [IMCC, ZPMC AND HHMC]

S
RTG MAKE IMCC ZPMC
NO HHMC
1 Manufacturer IMCC ZPMC HHMC
2 Year of manufacturer 2005 2009 2017
3 Lifting capacity under spreader 41T 40T 41T
Manufacturer Bromma ZPMC Bromma
4 Spreader Model YSX40E SES
Year 2005 2009 2017
Diesel Engine Caterpillar Cummins Volvo Penta
5
Generator Manufacturer 3406C QSX15-G8
Motor make WOELFER SIEMENS SIEMENS
6 Hoist Number of motors 1 1 2
DRKF 315L -
Motor type 1 LA831
6bbT
Brake make BUBENZER ZPMC BUBENZER
7 Brake YP31A-630*30-
Brake type SB28
ED2000-60
Motor make WOELFER SIEMENS SIEMENS
8 Gantry Number of motors 4 4 4
DRKO 200L- DC MOTORS/1L
Motor type
4bb/KFB40 P4 280
Motor make WOELFER ZPMC SIEMENS
9 Trolley Number of motors 2 1 sets 2
DRKO 180L-
Motor type 1LG4 207
4/KFB16
75 Section VI. Scope of Service and Performance Specifications

ANNEX A3- SPECIFICATION FOR SUBSTATIONS

SUB STATION 1 SUB STATION 2


3 PH Make/ France Transfo- 2000 KVA Schneider Electric 2000
Transformer Model/ KVA
Rating France Transfo-2500 KVA Schneider Electric 2500
KVA
France Transfo-1500 KVA
Circuit Make/ Merlin Gerin Schneider Electric Ring
Breaker Model/ Rimgmaster CE6 Master
Rating 630 A
Switch Gear Make/ Yorkshire Switch Gear
Schneider Electric Switch
Model/ YSF6
Gear
Rating 630 A
Yorkshire Switch Gear
YSF6
1250A
Stand By Make/ Caterpillar, Caterpillar 3512B
Generator Model/ 3508
set
FG Wilson
P230H

Load Capacity of Substation:

SUB STATION 1:
1. Transformer
Description Make Model Connecti Rating Connection Year Cool. QT
on type Y
Primary Secondary
2000
3 PH France 630475- 22 KV 3.3 KV
D yn 11 KVA 1997 ONAN 6
Transformer Transfo 01 (52.5A) (349.9A)
2500
3 PH France 22 KV 433V
D yn 11 KVA 2004 ONAN 1
Transformer Transfo (65A) (3478A)
1500
3 PH France 690236- 22 KV 433V
D yn 11 KVA 1997 ONAN 1
Transformer Transfo 01 (39A) (2000A)

SUBSTATION 2:
1. Transformers:
Description Make Model Connecti Rating Connection Year Cool. QT
on type Y
Primary Secondary
2000
3 PH Schneider 22 KV 3.3 KV
ELVIM D yn 11 KVA 2015 ONAN 5
Transformer Electric
2500
3 PH Schneider 22 KV 0.4KV
ELVIM D yn 11 KVA 2015 ONAN 2
Transformer Electric
76 Section VI. Scope of Service and Performance Specifications

ANNEX B
SCHEDULED
MAINTENANCE
77 Section VI. Scope of Service and Performance Specifications

ANNEX B1- SCHEDULED MAINTENANCE FOR STS HANJUNG

Maintenance Program

MAINTENANCE / INSPECTION SCHEDULE- STS HANJUNG


Weekly Check floodlight status / Emergency stop
Visual inspection of festoon cable carriers & slings
Check shoes, springs, any oil leaks on rail clamp unit
Monthly Check carbon brushes on hoist motors
Inspection of wire ropes / rope guard rollers and plates
Clean air con filters in E-room and operator’s cabin
Check hoist / boom / trolley brakes
Check and service gantry brakes (check air gap/brake pads, etc…)
Greasing gantry wheels’ bearings and gears
Measure trolley wheels’ flanges
Greasing rack and pinion lift
Check emergency batteries
General check and maintenance on hoist / trolley / boom blower units
– filters, etc…
2-Monthly Greasing trolley / hoist / boom / headblock / trolley sheaves
Greasing on stay bar pins / boom hinges / trolley and hoist guide
rollers
General inspection / maintenance on main hoist / trolley / boom drive
arrgt
3-Monthly Greasing trolley / hoist / boom wire ropes
Check axial / lateral plays on all sheaves
Service limit switches (rail clamp / storm pin / boom latch / boom
tackle blocks / etc….
Torque proofing on gantry brakes
Yearly Crack test on headblock twistlocks & guides
78 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST STS HANJUNG


NO. INSPECTION PARTS INSPECTION INSPECTION INTERVAL
SUB ITEM

1 WEEK

1 YEAR
DAILY

1 MON

6 MON
ASSEMBLY

1 Runway Gantry rail Cracks, deformation, wear •


Installation of gantry rail Measurement •
2 Equipment on Crane end stopper Cracks, deformation •
dock
Anchor socket Looseness of bolts •
Tie down support Rust •
3 Power Electrical cable Damage •
feeding for
Gantry (cable
Cable trench Damage •
reel) Cable guide Damage •
Limit s/w contact •
Torque coupling •
Drive system •
4 Structural Bolt, nut Looseness, missing, rust •
parts
Welded Line Cracks •
Structural member Cracks, deformation, rust •
Pin Wear, lubrication •
Walkway, handrail Deformation •
Trolley rail Cracks, deformation, wear •
Installation of trolley rail Measurement •
5 Gear Reducer Casing Cracks, deformation, rust •
Gear Cog mesh, wear •
Key Deformation, looseness •
Shaft Deformation •
Bearing Wear, lubrication temperature •
Oil seal Leakage •
Bolt, nut Looseness, missing •
Oil Quantity, impurities leakage •
Circulation oil pump Function •
Total assembly Noise, vibration •
6 Open gear Gear Cog mesh, wear •
train
Key Deformation, looseness •
Shaft Deformation •
Bearing Wear, lubrication temperature •
Oil Grease •
Bolt, nut Looseness, missing •
Oil seal Wear •
7 Brake Brake lining Wear •
79 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST STS HANJUNG


NO. INSPECTION PARTS INSPECTION INSPECTION INTERVAL
SUB ITEM

1 WEEK

1 YEAR
DAILY

1 MON

6 MON
ASSEMBLY

Brake wheel Wear •


Lining & wheel Clearance •
Lever, rod, pin Deformation, looseness •
missing
Bolt, nut Looseness, missing •
Thruster Oil quantity, temperature •
Total assembly Function •
8 Gear Gear teeth Wear •
coupling
O-ring Damage •
Grease Quantity, impurities, leakage •
Bolt, nut Looseness, missing •
Key Deformation, looseness •
9 Rope drum Welded line Cracks •
Rope groove Wear, deformation •
Rope clamp Looseness of bolts •
Bearing Wear, lubrication •
Bolt, nut Looseness, missing •
10 Trolley wheel Flange, tread Wear deformation •
Shaft Deformation •
Bearing Wear, deformation •
Oil seal Damage •
Bolt, nut Looseness, missing •
Total assembly Function •
11 Gantry wheel Flange, tread Wear, deformation •
Shaft Deformation •
Bearing Wear, lubrication •
Oil seal Damage •
Bolt, nut Looseness, missing •
Total assembly Function •

12 Sheave Rope Groove Wear deformation •


Axle Deformation •
Bearing Wear, lubrication temperature •
Oil seal Damage
Bolt, nut Looseness, missing
Rope guard Damage, proper gap

13 Wire rope Base wire Broken •


80 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST STS HANJUNG


NO. INSPECTION PARTS INSPECTION INSPECTION INTERVAL
SUB ITEM

1 WEEK

1 YEAR
DAILY

1 MON

6 MON
ASSEMBLY

(main hoist & External wire Rope dia., rust •


trolley)
Strand Loose, kink •
Rope end clamp (seizing) Looseness missing •
Lubrication •
14 Wire rope Base wire Broken •
(Boom)
External wire Rope dia., rust •
Strand wire Loose, kink •
Rope end clamp (seizing) Looseness missing •
Lubrication •
15 Gantry drive Gear reducer •
Coupling •
Open gear Refer to No. 6 •
Wheel Refer to No. 10 •
Truck frame Crack, rust •
Motor, electrical Noise, vibration, temperature •
equipment
16 Stowage pin Anchor round bar Cracks, deformation rust •
Pin bolt, nut, chain Looseness, missing •
17 Storm anchor Turn buckle Cracks, deformation •
Link Cracks, deformation •
Pin, bolt, nut Deformation, missing •
18 Rail Clamp Shoes Deformation, wear lag time •
Pin, Bolt, nut Deformation, looseness •
missing
Rail & shoe Clearance •
Hydraulic unit •
Limit Switch Function •
19 Buffer Body Deformation •
Oil Oil quantity, leakage •
Bolt, nut Looseness, missing •
20 Checker’s Equipment in the cab Function, missing •
cab
21 Quick change Frame Cracks, deformation •
head block
Twist lock Deformation, wear, cracks •
Distance between twist Measurement •
locks
Manuals twist lock Deformation •
operating lever
Limit switch Function •
81 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST STS HANJUNG


NO. INSPECTION PARTS INSPECTION INSPECTION INTERVAL
SUB ITEM

1 WEEK

1 YEAR
DAILY

1 MON

6 MON
ASSEMBLY

Sheave Refer to No. 12 •


Bolt, nut, pin Looseness, missing •
Cable tub Deformation, cracks •
22 Telescopic Frame Cracks, deformation •
spreader
Twist lock Deformation, wear, cracks •
Flipper Cracks, deformation •
Pin, bolt, nut Looseness, missing •
Limit switch Function •
Distance between twist •
locks
Hydraulic equipment •
23 Trolley Frame Cracks, deformation •
Wheel Refer to No. 10 •
Sheave Refer to No. 12 •
Turn buckle Cracks, deformation •
Bolt, nut Looseness, missing •
Limit switch Function •
Limit switch bracket Deformation •
24 Operator’s Supporting bolts for cab Looseness, missing •
cab
Instruments Function, missing •
Window wiper Function, missing •
Fire extinguisher Exchange of filling up gas •
Vent. Fan Function •

25 Main hoist & Motor Noise, vibration, temperature •


trolley drive
Brake Refer to No. 7 •
Wire Rope Refer to No. 13 •
Reducer Refer to No. 5 •
Gear coupling Refer to No. 8 •
Brake drum coupling Refer to No. 8 •
Rope drum Refer to No. 9 •
Pillow block Wear & lubrication of bearing •
Limit switch Function •
Bolt, nut Looseness, missing •
Geared motor Noise, vibration, temperature •
26 Boom hoist Motor Noise, vibration, temperature •
Brake Refer to no. 7 •
Wire rope Refer to No. 13 •
82 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST STS HANJUNG


NO. INSPECTION PARTS INSPECTION INSPECTION INTERVAL
SUB ITEM

1 WEEK

1 YEAR
DAILY

1 MON

6 MON
ASSEMBLY

Reducer Refer to No. 5 •


Gear coupling Refer to No. 8 •
Brake drum coupling Refer to No. 8 •
Rope drum Refer to No. 9 •
Pillow block Wear & lubrication of bearing •
Limit switch Function •
Bolt, nut Looseness, missing •
Geared motor Noise, vibration, temperature •
Emergency brake •
27 Wire rope Geared motor Noise, vibration, temperature •
rereeving
device
Shaft Rust, deflection •
Bearing & oil Lubrication, leakage •
Bolt, nut Lubrication, missing •
28 Ventilating Function •
fan for
machinery
house

29 Machinery Hoist Function, lubrication •


house 7.5
Ton
Gear oil Capacity, leakage •
maintenance Hook Dimension •
crane
30 Fire Exchange of filling up gas •
extinguisher
in the
machinery
house
31 Trolley drive Frame Cracks •
sheave ass’y
(at the trolley
Sheave Refer to No. 12 •
girder end & Bolt, nut Looseness, missing •
boom end)
32 Trim/list/ske Frame Cracks, deformation •
w device
ass’y
Sheave Refer to No. 12 •
Pin Deformation •
Bolt, nut Looseness, missing •
Hydraulic unit •
Limit switch Function •
33 Main hoist Sheave Refer to No.12 •
equalizer
Rope clamp Loosenissing, missing •
83 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST STS HANJUNG


NO. INSPECTION PARTS INSPECTION INSPECTION INTERVAL
SUB ITEM

1 WEEK

1 YEAR
DAILY

1 MON

6 MON
ASSEMBLY

sheave (at the Bolt, nut Loosenessing, missing •


boom end)
Load cell Function •
34 Trolley rope Sheave Refer to No. 12 •
tensioner
Rope Adjusting of rope length •
Pin, bolt, nut Looseness, missing •
Hydraulic unit •
35 Boom hoist Sheave Refer to No. 12 •
sheave
Frame Cracks, deformation •
Shaft Deformation •
Bolt, nut Looseness, missing •
36 Trolley main Sheave Refer to No.12 •
hoist sheave
Roller Deformation, wear •
Frame Cracks, deformation •
Pin Deformation •
Bolt, nut Looseness, missing •
37 Boom hinge Pin Deformation •
(upper)
Bearing Lubrication •
Bolt, nut Looseness, missing •
38 Boom cab Equipment in the cab Function •
39 Forestay & Link Deformation •
backstay
Pin Deformation, lubrication •
Bolt, nut Looseness, missing •
40 Boom Latch Latch Cracks, deformation •
Pin Deformation •
Bolt, nut Looseness, missing •
Urethan bumper Damage •
Limit switch Function •
41 Trolley Electrical cable Damage •
festoon
system
Rubber bumper Damage •
Wire rope sling Rust, bolt • •
Cable hanger wheel Lubrication, wear •
Bolt, nut Looseness, missing •
Rubber ass’y Damage •
42 Boom hoist Brake lining Gap, crack, wear •
emergency
brake
Hyd. Power unit •
Limit switch Function •
43 Elevator
84 Section VI. Scope of Service and Performance Specifications

ANNEX B2- SCHEDULED MAINTENANCE FOR STS IMCC

INSPECTION CHECK LIST STS IMCC


S Lubrication Points of lubrication Lubricant/remarks
NO interval (S. Lubricant recommendations
1 Every 6 month Point Shaft S2 Multi-purpose grease
2 Monthly Pin of forestays S3 Multi-purpose grease
3 Monthly *) Boom hinge S3 Multi-purpose grease
4 If required Boom locking device S3 Multi-purpose grease
5 Monthly Actuator for limit S3 Multi-purpose grease
switch boom hoist at
pylon
6 Every 6 month Bogie bolts, S3 Multi-purpose grease
compensating balancer
bolts
7 If required Head block, wind S2 Multi-purpose grease
anchoring, rail clamp
8 Every 6 month Gear and drum bearing S2 Multi-purpose grease
9 Every 6 month All rspe pulleys S2 Adhesive lubricant
10 Every 6 month Supporting rollers for S2 Multi-purpose grease
aux. trolley
11 Every 6 month Wheels for gantry, S2 Multi-purpose grease
trolley, aux. trolley
12 If required All ropes S4 Adhesive lubricant
13 Monthly Open gear long travel S4 Adhesive lubricant
14 If required All guides and joints S5 Low viscos. Lubr. Oil
15 Every 6 month Cable festoon (cable S2 Multi-purpose grease
chain)
85 Section VI. Scope of Service and Performance Specifications

General view of the crane lubrication points

Figure 1. General view of lubrification points


86 Section VI. Scope of Service and Performance Specifications

Oil Filling and changing Interval

Oil filing
Component Manufacturer Theorical Quantity Lubricant
filling type
Hoist Gear PIV S1 260L CLP ISO VG 460
Boom hoisting gear PIV S1 200L CLP ISO VG 320
Trolley traveling gear PIV S1 4 x 28L CLP ISO VG 460
Gantry traveling gear PIV S1 8 x 24 CLP ISO VG 320
Maintenance crane Kuli S1 1.5L CLP ISO VG 460
hoist gear
Maintenance crane Kuli S2 0.3Kg Gear grease
Trolley gear
Spreader cable reel Wampfler S1 58L Shell Omala 200
Gear HV – cable reel Wampfler S1 45L CLP ISO VG 220
Hydr. Unit, spreader BROMMA B6 170L CLP ISO VG46
Hydr. Unit, band brake Bubenzer B6 30L Shell TELUS 37
Electro-hydr. Brake EMG 301/6 B6 2 x 9.2L HL 10
Lifting devices EMG 80/6 B6 4.2L HLIO
Table 2 Oil fill recommended

Some interval of oil change:


Hoist gear Ace. To maintenance instruction.
Boom hoisting gear Ace. To maintenance instruction.
Trolley traveling gear Ace. To maintenance instruction.
Gantry traveling gear Ace. To maintenance instruction.
Maintenance crane gear Oil change every 2 years.
Rope changing winch
Gear HV-cable reel Oil change after 10000 operation hours, latest 3 years.

Hydr. Unit, spreader pn change as per Bromma Manual


Hydr. Unit, band brake Oil change after three month, each further oil change at least once year.
Electro-hydr. Brake Maintenance free, oil change every 2 years.
Lifting devices
Attention The oil filling and changing regulations given by the manufacturers
will be applied as per the relevant sub-suppliers’ documentation
instruction or CHCL equivalent.
Table 3 Oil change interval
87 Section VI. Scope of Service and Performance Specifications

Selection of lubrication

Type Lubrication points Lubricants


S1 Spur gears; planetary gears; worm Kears EP gear oil
S2 Antifriction and frication bearing of the rope pulleys, Lithium base multi-purpose
running wheels, drums bearings, chain drives, slewing grease.
connection, jib pivot points, grease nipples ant gears,
drive shaft axles, motors and generators, general
grease lubrication points.
S3 Friction bearings of the travel bogie, central pivot, Lithium base multi-purpose
cross-beam, bridge bearings, rope and chain grease with molybdenum
suspensions, load hook yokes, brake linkage, jib pivots sulphide.
points.
S4 Exposed toothed wheels of the slewing connection, Low-viscous lubricating oil
running wheel drives, transmissions, wire ropes and
load chains.
B6 Hydraulic unit. EP hydraulic oil
B7 Pressure oil pumps, turbo-coupling Hydraulic oil
B8 Hydraulic slewing gear brake, foot operation. Brake fluid
Table 4 Select lubricant
88 Section VI. Scope of Service and Performance Specifications

Maintenance Schedule
Inspection period:
Lubricants See Table: 1,2,3,4
D Every day
W Every week
M Every month (250h)
3M Every third month (1000h)
6M Every six month (2000h)
Y Every year (4000h)
H Running hours
Maintenance Interval:

INSPECTION CHECK LIST -STS IMCC


~ Description Inspection Period Designation Lubricant
Q D W M 3 6 Y H
~ M M
Crane travelling mechanism
101 Gantry Gear • Check gear unit for
unit uncommon noise, leakage
• Clean vent plug
• Check all fixing screws for
tightness
• Complete inspection of
gear unit
• Lubricate S1,241
102 Wheel Bearing • Check bearing noise for
self aligning changes
roller bearing
Wheel • Check abrasion and
damages
103 Bogie pins • Check for wear and
damage
104 Storm anchor • Clean surface, check fixing
pin
105 Motor • Check noise and working
temperature
106 Motor • Visual check for buffer
coupling elements
107 Motor brake • Air gap inspection
• Check limit switch
108 Rail brake • Lubricate B6,201
• Check lubricant level
• Serration shoe check
• Check limit switch
109 Cable reel • Check ace the manual

Trolley
89 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST -STS IMCC


~ Description Inspection Period Designation Lubricant
Q D W M 3 6 Y H
~ M M
201 Gear unit • Check gear unit for
uncommon noise, leakage
• Clean vent plug
• Check all fixing screws for
tightness
• Complete inspection of
gear unit
Lubricate S1,281
202 Wheel bearing • Checking bearing noise for
changes
203 Motor • Check noise and working S3
temperature
204 Motor • Check element for damage
coupling (backlash occurs)
205 Wheel • Check abrasion and
damages
206 Festoon (cable • Inspection
chain) • Trolley grease
207 Electro • Check reserve stroke
Thrustors
208 Brake • Check wear and ligning,
perform brake test by
pressing the emergency
button (Low spec: II)
Hoist Unit
301 Gear unit • Check gear unit for
uncommon noise, leakage
• Clean vent plug
• Check all fixing screws for
tightness
• Complete inspection of
gear unit
Lubricate S1,2601
302 Drum bearing • Check bearing noise for
uncommon change
303 Drum coupling • Check wear of the tooth
system of the coupling and
sealing ring/change if
necessary
304 Motor • Check element for damage
coupling (backlash occurs)
305 Motor • Check noise and working
temperature
Clean vent plug
306 Electro • Check reserve stroke
90 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST -STS IMCC


~ Description Inspection Period Designation Lubricant
Q D W M 3 6 Y H
~ M M
thrustors
307 Brake • Check wear and ligning,
perform brake test by
pressing the emergency
button (spreader in
position)
308 Pulley bearing • Check bearing noise for
changes
309 Brake band • Check wear and ligning,
perform brake test ace
Bubenzer manual
310 Hydraulic unit • Oil change B6,401
• Check Oil level
311 Trim/skew/list • Oil change B6,3001
hydy. Unit
312 Trim/skew/list • Check oil level
cylinders • Running function test,
leakage check
313 Cable reel • Check ace the manual
Boom hoist unit
401 Gear Unit • Check gear unit for
uncommon noise, leakage
• Clean vent plug
Check all fixing screws for
tightness
• Complete inspection of
gear unit
• Lubricate S1,2001
402 Drum bearing • Check bearing noise for
uncommon noise
403 Drum coupling • Check wear of the tooth
system of the coupling and
sealingring/change if
necessary
404 Band brake • Check wear and ligning,
perform brake test ace
Bubenzer manual
405 Hydraulic unit • Oil level check
Oil change B6,301
406 Electro • Check reserve stroke
thrustor
407 Brake • Check wear and ligning,
perform brake test by
pressing the emergency
button
91 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST -STS IMCC


~ Description Inspection Period Designation Lubricant
Q D W M 3 6 Y H
~ M M
408 Motor • Check element for damage
coupling (backlash)
409 Motor • Check noise and working
temperature
• Clean vent plug
410 Emergency • Running test
drive
411 Boom rope • Visual check tighted the
balancer connection if necessary
Head Block
501 Connection • Check condition, wear or
twist locks cracks
502 Rope pulley • Check condition and wear
Accessories in machinery house
601 Maintenance • Lubricate
crane • Inspection before use
Crane accessories
701 Festoon system • As per detail check list of
manufacturer document
702 Driver • Check filter
703 Wind • Check operation
measurement
device
704 Elevator lift • See detail check list in
manufacturer document
705 HV-cable • Visual inspection
drum
• Oil change 581
Operation limit switches
801 Hoist limit • Check operation damage
switch up
802 Hoist limit • Check operation damage
switch down
803 Boom hoist • Check operation damage
limit switch up
804 Boom hoist • Check operation damage
limit switch
down
805 Trolley limit • Check operation damage
switch
waterside
806 Trolley limit • Check operation damage
switch LS
807 Trolley • Check operation damage
parking
Steel Structure
92 Section VI. Scope of Service and Performance Specifications

INSPECTION CHECK LIST -STS IMCC


~ Description Inspection Period Designation Lubricant
Q D W M 3 6 Y H
~ M M
901 Hinge point • Check condition
boom-girder
902 Trolley rail • Check condition
and rail joint
903 Forestay • Check condition
intermediate
joint
904 Forestay • Check condition
hinge point
905 Rope pulleys • Check abrasion of pulley
906 Rope pulley • Check bearing noise for
bearing, damage
Cylinder
roller bearing
907 Boom locking • Check condition
mechanism
908 All screws • Check all fixing screws for
tighteness
909 All tube (hose • Check all connections and
connections) conditions
Ropes
1001 Hoist ropes • Lubricate every 100
operating hours
1002 Boom hoist • Lubricate every 100
rpes operating hours
1003 Aux trolley • Lubricate every 100
ropes operating hours
93 Section VI. Scope of Service and Performance Specifications

ANNEX B3- SCHEDULED MAINTENANCE FOR RTG IMCC


S Name of the Nature of work Periodicity Remarks / Actions to be
No. Components / Sub- taken
assemblies / System
1. Gantry Drive System:
(a) Tyre, Rim & Air i) Checking of external As per Attending & rectification of
Intake Valves. appearance & any maker’s defects & replacement, if
damage ops. and required. In addition, works
mtce to be carried out as per
manuals advice of CHCL.
ii) Air Pressure of Tyres “ Adequate air pressure to be
assured.
(b) Wheel Axle Checking of condition & “ Attending & rectification of
any damage. defects & replacement, if
required. In addition, works
to be carried out as per
advice of CHCL.
(c) Bearing i) Checking for noise “ Replacement, if necessary.
ii) Checking of vibration “
and temperature noise
iii) Lubrication of Wheel “
Bearings.
(d) Wheel Guard Checking of damage “ Attending & rectification of
(e) Gear Box & i) Checking for Noise & “ defects & replacement, if
Mountings Vibration required. In addition, works
ii) Checking for noise, “ to be carried out as per
vibration & advice of CHCL.
temperature rise of
Bearings.
iii) Checking of damage “
iv) Checking of Gear Box “
Oil Level
v) Changing Gear Box “
Oil
vi) Greasing the Bearings “
(f) Chains & i) Functional Check “ Attending & rectification of
Sprockets ii) Checking of Chain “ defects & replacement, if
Link & Joint required. In addition, works
iii) Checking of Chain “ to be carried out as per
Guard advice of CHCL
iv) Dress up of chains “
with Camex compound
(g) Motor i) Noting Motor Current “ Attending & rectification of
ii) Checking of Motor “ defects & replacement, if
Casing required. In addition, works
iii) Cleaning of Motor “ to be carried out as per
with Vacuum Cleaner. advice of CHCL.
(h) Brake i) Checking of damage “ Attending & rectification of
ii) Adjustment of Brake “ defects & replacement, if
required. In addition, works
94 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
to be carried out as per
advice of CHCL
(i) Coupling Checking of damage “ Attending & rectification of
(j) Anticollision Functional Check “ defects & replacement, if
Sensor required. In addition, works
(k) Lubrication i) Functional Check “ to be carried out as per
system advice of CHCL.
ii) Greasing “
2. Trolley Drive
a) Motor i) Noting Motor Current “ Attending & rectification of
ii) Checking Motor “ defects & replacement, if
Casing required. In addition, works
iii) Cleaning of Motor “ to be carried out as per
with Vacuum Cleaner advice of CHCL.
b) Gear Box & i) Checking for Noise & “ Attending & rectification of
Mountings Vibration defects & replacement, if
ii) Checking for noise, “ required. In addition, works
vibration & to be carried out as per
temperature rise of advice of CHCL.
Bearings.
iii) Checking of Damage “
iv) Checking of Bearing “ Replacement, if necessary.
for damage
v) Checking Gear Box “ Topping up, if necessary.
Oil Level
vi) Changing Gear Box “
Oil
vii)Greasing the Bearing “ Monthly
c) Brake i) Checking of damage “ Attending & rectification of
defects &
Replacement, if required. In
ii) Adjustment of Brake “ addition, works to be carried
out as per advice of CHCL.
d) Coupling Checking of damage “ Attending & rectification of
e) Proximity Checking of Forward / “ defects & replacement, if
Switch & Limit Reverse Proximity Switch required. In addition, works
Switch and End Limit Switch to be carried out as per
advice of CHCL.
f) Wheel Checking of damage, “
alignment, etc.
g) Lubrication i) Functional Check “
System i) Greasing “
3. Anti-sway System (i) Checking of external “ Attending & rectification of
with Rope, appearance & damage defects & replacement, if
Cylinder, etc. of Wire Rope required. In addition, works
95 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
ii) Checking of Rope “ to be carried out as per
Sheave & Socket end. advice of CHCL
iii) Checking of Power “
Pack for leakage of oil
from cylinder & hoses
iv) Observing “
performance of Anti-
sway Cylinder
v) Observing “
performance of Drive
Mechanism as a whole
vi) Checking of Hydraulic “ Topping up, if necessary.
Oil Level
vii)Cleaning of Hydraulic “
Oil
viii) Changing Power “
Pack Hydraulic Oil
ix) Checking of Motor “ Attending & rectification of
Current defects & replacement, if
x) Checking of Motor “ required. In addition, works
Connection to be carried out as per
xi) Checking of coupling “ advice of CHCL.
for damage
xii)Checking of Breather “
for damage
xiii) Checking of Scroll “
Drum for damage
xiv) Greasing the Rope “
xv) Check Anti-sway “ Attending & rectification of
Relief Valve defects & replacement, if
required. In addition, works
to be carried out as per
advice CHL
4. Skewing / Tilting i) Checking of Oil Level “ Topping up, if necessary.
System ii) Lubrication of skew “
path & rollers.
iii) Checking of Power “ Attending & rectification of
Pack for leakage from defects & replacement, if
Cylinder Seals & required. In addition, works
Hoses to be carried out as per
iv) Checking of Skewing / “ advice CHL
Tiliting Cylinder and
Mechanism for
damages & leakages
v) Checking of Potential “
Meter on the Cylinder
vi) Checking ofCylinder “
96 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
Connection Points.
vii) Checking of Pump “
Pressure
viii) Observing “
performance of
Hydraulic Pump,
Cylinder, Switch &
Valves
ix) Cleaning of Hydraulic “
Oil
x) Greasing “
xi) Checking of Hydraulic “ Replacement, if required.
Filters
5. Hoisting System
a) Motor i) Noting Motor Current “ Attending & rectification of
ii) Checking Motor “ defects & replacement, if
Casing required. In addition, works
ii) Cleaning of Motor “ to be carried out as per
with Vacuum Cleaner advice CHL
b) Coupling Checking for damage
c) Gear Box & i) Checking of Noise “
Mounting & Vibration
ii) Checking for “
noise, vibration &
temperature rise of
Bearings
iii) Checking of damage “
iv) Checking of Gear Box “ Topping up, if necessary.
Oil Level
v) Changing Gear Box “
Oil
vi) Greasing the Bearing “
d) Cooling Fan i) Functional Checking Attending & rectification of
defects & replacement, if
required. In addition, works
to be carried out as per
advice of CHCL
ii) Cleaning
e) Hoist Wire i) Checking of external “ Attending & rectification of
Rope, Rope appearance & damage. defects & replacement, if
Fastening, Rope ii) Checking of Drum “ required. In addition, works
Drum, etc. condition. to be carried out as per
iii) Checking for “ advice of CHCL.
condition of all
sheaves
iv) Checking for “
97 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
condition of Rope End
Sockets.
v) Measuring Wire Rope “
vi) Greasing Wire Rope “
vii) Greasing Hoist Drum “
f) Brake / Limit i) Functional Check “ Attending & rectification of
Switch defects & replacement, if
ii) Checking of damages “ required. In addition, works
iii) Adjustment of Brake “ to be carried out as per
g) Rotary Switch Check of damages “ advice of CHCL
h) Weight / Cam Check of damage “
Switch
i) Tacho & Over i) Functional Check “
Hoist ii) Checking of damage “
Connection.
j) Lubrication i) Functional Check “
system
ii) Greasing “
6. Steering System i) Checking of Power “ Attending & rectification of
Pack for leakage of oil defects & replacement, if
from cylinder & hoses. required. In addition, works
to be carried out as per
advice of CHCL
ii) Checking of Hydraulic “ Topped up, if necessary.
Oil Level
iii) Cleaning of Hydraulic “
Oil
iv) Changing of Power “
Pack Hydraulic Oil
v) Checking of Motor “ Attending & rectification of
Current defects & replacement, if
vi) Checking of Motor “ required. In addition, works
Connection to be carried out as per
vii) Checking of coupling “ advice of CHCL
for damage
viii) Checking of “
Breather for damage
ix) Greasing Bearing
x) Checking of Duplex “ Attending & rectification of
Cylinder, Tie Rod & defects & replacement, if
Pivot Pin required. In addition, works
xi) Checking position & “ to be carried out as per
Locking Limit Switch advice of CHCL
xii) Checking Relief Valve “
xiii) Lubrication “
System Functional
Check & Greasing
xiv) Observing “
98 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
performance of system
as a whole
7. Diesel Generator Set.
a) Diesel Tank i) Checking of Diesel “ Topping up, if necessary
Fuel Level
ii) Cleaning of Diesel “
Fuel Tank
b) Diesel Engine i) Carrying out “B” “
Check Servicing
ii) Carrying out “C” “
Check Servicing
iii) Carrying out “D” “
Check Servicing
iv) Carrying out “E” “ “E” Check Maintenance is
Check Servicing necessary when engine
operating conditions signify
deterioration in performance,
as can be ascertained by
symptoms i.e. high blow by,
heavy smoke, loss of power,
high oil temperature, high
water temperature, low lub
oil pressure, unusual noise
and vibration,etc.
v) Checking of “ Attending & rectification of
Operator’s Report defects & replacement, if
required, as per the
Operator’s report In
addition, works to be carried
out as per advice of CHCL
vi) Checking of Engine “ Topping up, if necessary
Oil Level
vii) Checking of Engine “
Coolant Level
viii) Checking of “ Attending & rectification of
Battery condition defects & replacement, if
required. In addition, works
to be carried out as per
advice of CHCL.
ix) Visual checking for “
damages, leaks, look
out for Frayed Belts or
any abnormal noise.
x) Checking of Air “
Cleaner
xi) Checking of Pre- “
Cleaner Dust Pan
99 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
xii) Checking of Restrictor “
Indicator
xiii) Changing Air “
Cleaner Element
xiv) Changing Oil Bath “
Cleaner Oil
xv) Draining Air Tank “
xvi) Changing Engine “
Oil
xvii) Changing Primary, “
Secondary & Bypass
Fuel Filter
xviii) Checking Engine “ Adding make up and
Coolant & DCA changing element, if
Concentration Level necessary.
xix) Changing Crank “
Case Breather & Air
Compressor Breather
xx) Changing Adjustment “
of Valve & Injector
xxi) Changing “
Annyroid Oil and
Hydraulic Governor
Oil.
xxii) Replacing “
Annyroid Breather
xxiii) Inserting Back “
Side Idler
xxiv) Observing Attending & rectification of
performance of all defects & replacement, if
safety parameters like required. In addition, works
over speed, Tacho to be carried out as per
Meter, Water advice of CHCL
Temperature, Lub Oil
Temperature, Lub Oil
Pressure,etc.
xxv) Draining of water “
and sediment
from Fuel Tank “
and Fuel Filter
though Drain Cock
xxvi) Checking for “ Attending & rectification of
leakage of Fuel, Oil, defects & replacement, if
Water & Exhaust Gas required. In addition, works
to be carried out as per
advice of CHCL.
xxvii) Filling up of “
Radiator with distilled
100 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
water
Telescopic Spreader i) Visual check for any “ Attending & rectification of
8.
damages defects & replacement, if
ii) Functional Check “ required. In addition, works
iii) Checking of Hydraulic “ to be carried out as per
Oil Leakage from advice of CHCL.
seals of Telescopic
Cylinders and also
checking all Hydraulic
Hoses for leakage
iv) Checking of Hydraulic “ Topping up, if necessary.
Oil Level
v) Changing Power Pack “
Hydraulic Oil
vi) Functional Check for “ Attending & rectification of
Twist Lock defects & replacement, if
vii) Checking of Twist “ required. In addition, works
Lock for any damage to be carried out as per
viii) Checking of “ advice of CHCL.
Flipper Condition
ix) Functional Check for “
Flipper
x) Checking of Electrical “
Connections
xi) Measurement of “
System Pressure
xii) Checking of Motor “
Coupling
xiii) Checking of Twist “
Lock Pin for damage
xiv) Checking of Land “
Pin for damages.
xv) Checking of all “
linkages / Chains
xvi) Lubrication system “
checking for any
defects.
xvii) Checking of “
Locking of Spreader
Beam

xviii) Checking position “


of Striker and
Functioning of Sensor
and Proximity Switch
xix) Observing “
101 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
performance of
Hydraulic Valves
xx) Observing “
performance of
Flipper Actuator and
Spreader Pump
xxi) Trailing Cable “
Junction Box checking
xxii) Spreader Pump “
Motor checking
Electrical System i) Checking all lighting “ Attending & rectification of
9.
and sockets defects & replacement, if
ii) Checking all “ required. In addition, works
connectors / relays to be carried out as per
iii) Checking wiring “ advice of CHCL.
tightness
iv) Checking Joint Box “
Terminal
v) Checking (Including “
functional check) of
Warning Bells and
Flashing Lights,
mounted on the
structure of the
RTYGCs, near ground
level.
10. Cooling System Functional Check and “ Attending & rectification of
Cleaning defects & replacement, if
required. In addition, works
to be carried out as per
advice of CHCL.
Operator’s Cabin i) Checking of Fault “
11.
Indication Panel
ii) Checking of Master “
Controller & Push
Button
iii) Checking of Amplifier “
of Public Address
System & Intercom.
iv) Checking of “ Attending & rectification of
Emergency Stop Push defects & replacement, if
Button required. In addition, works
v) Checking overall “ to be carried out as per
lighting advice of CHCL.
vi) Checking of Load Cell “
Display & Wind
Speed Display
12. Anemometer i) Checking (including “ Attending & rectification of
102 Section VI. Scope of Service and Performance Specifications

S Name of the Nature of work Periodicity Remarks / Actions to be


No. Components / Sub- taken
assemblies / System
Functional Check) of defects & replacement, if
Audible Alarm required. In addition, works
ii) Checking of Wind “ to be carried out as per
Speed Display – both advice of CHCL.
at the Operator’s
Cabin & the leg
portion of the
RTYGCs.
13. Major Structural Checking of all joints and “ Attending & rectification of
Joints bent structural members, defects & replacement, if
Operator’s Cabin, required. In addition, works
Checker’s Cabin, Trolley to be carried out as per
Paths & other related jobs. advice of CHCL.
14. Miscellaneous i) Checking of all “ Attending & rectification of
Emergency Push defects & replacement, if
Buttons. required. In addition, works
ii) Checking of “ to be carried out as per
Interlocking Operation advice of CHCL.
iii) Washing & Cleaning “
of RTYGCs.
iv) Checking of PLC “ Attending & rectification of
Panels defects & replacement, if
required. In addition, works
to be carried out as per
advice of CHCL.

Note:
1) Above Maintenance Schedule is not exhaustive and is given for guidance only. Any addition,
alteration, modification, deletion of the schedule may be done by the contractor during execution of
the Contract considering the actual requirement. The contractor shall the RTG Cranes manufacturer’s
recommendations/manuals where appropriate.
2) In case of the following items, works will need to be carried out as per OEM’s Maintenance Manual
and in presence of representative of OEM / authorised organization of OEM :-
a) Diesel Engine (both for Main Power Supply & Auxiliary Power Supply)
b) Spreader
c) Motors, Power Electronics, Control System (Drives), Crane Management System (CMS),
Programmable Logic Control (PLC)
d) Gear Boxes
e) Hydraulic Systems.
103 Section VI. Scope of Service and Performance Specifications

GENERATOR SET MAINTENANCE SCHEDULE (CAT)

No. of hours (every) 250 1000 3000 5000 6000


(TA2)
Description of works A B C D E
ENGINE – Caterpillar 3406
1. Scheduled Oil Sampling (S.O.S) A A A A A
2. Renew engine oil (36L) A A A A A
3. Renew engine oil filter A A A A A
4. Clean crankcase breather A A A A A
5. Check coolant anti-freeze level A A A A
6. Clean primary fuel filter (strainer) A A A A A
7. Renew engine fuel filter A A A A A
8. Clean water separ unit A A A A A
9. Inspect/adjust alternator and fan A A A A A
drive belts
10. Check battery level and top up A A A A A
11. Inspect/check radiator condition A A A A A
12. Inspect/clean air intake filter A A A A A
13. Check all indicators A A A A A
14. Inspect electrical connections on A A A A A
engine, alternator and starter
15. Inspect all engine sensors and B B B B
wiring
16. Check fuel control linkage B B B B
17. Scheduled Coolant Sampling B B B
18. Renew thermostat, gasket and seal C C
19. Inspect internal components of C C
turbo-charger
20. Check and tighten, front and rear C C
engine mounting
21. Inspect condition of crankshaft C C
vibration damper
22. Check/adjust valve bridge C C
23. Check/adjust valve lash/clearance C C
24. Check/renew valve rotators C C
25. Check/adjust fuel ratio control, and C C
idle speed
26. Clean/inspect/test/replace fuel D
injectors/nozzles
27. Inspect water pump for leaks D
28. Lubricate fan drive bearing D
(Lithium)
29. Check battery charging system D
30. Renew CAT engine coolant (ELC) E
(80L)
104 Section VI. Scope of Service and Performance Specifications

ANNEX B4- SCHEDULED MAINTENANCE FOR RTG ZPMC

Scheduled Maintenance for RTG ZPMC


Inspected Inspection Items Inspection Inspection Criteria Inspection
Components Method and Period
S. Description S. Description Apparatus
No. No.
1. Reducer 1. Lubrication Visual, with Indicated range on the Per month
amount oil scale scale
2. Sealing Visual Fixed joint: o leakage. Per month
Relatively moving joint:
no drip
3. Running Testing, hear No abnormal sound, Per month
condition and feel abnormal heating
4. Bolt connection Knock and test No loosening Per month
5. Oil quantity Chemical To be specified by Every
analysis standard season
6. Gear meshing Visual test Tooth face sooth and Every
clean normal meshing season
7. Wear of gear Measure Wear is less than 10% Every year
wheel tooth original thickness
2. Drum 1. Wear of the Measure Wear is less than 15% Every half
drum shell original thickness year
2. Wire rope clamp Knocking No damages Per month
3. Rope grooves Visual No damages
4. Fatigue cracks Visual No damages Per month
5. Bearing Visual Proper lubrication Per month
lubrication
3. Wire rope 1. Lubrication Visual Grease is not dried, Per month
distributed uniformly
2. Wear Measure Diameter refuced by <7% Per month
3. Wire broken, Visual Broken wire <10% no Per month
strand broken strand is broken
4. Torsion or Visual No torsion, no corrosion Per month
corrosion
4. Sheave 1. Cracks Visual No cracks Per month
2. Sheave rotation Hearing test Maneuverable, no Per month
abnormal noise
3. Uneven wear of Measure Less than 3mm Every
the groove season
4. Wear of groove Measure 20% original thickness Every
thickness season
5. Wear at groove Measure <50% wire rope diameter Every
bottom diameter season
6. Damage Visual No damage Per month
7. Bearing Hearing, visual No abnormal noise proper Per month
lubrication
5. Brake 1. Brake base Visual No cracks Per month
frame
2. Wear of Measure <50% original thickness Per month
thickness of
brake pads
3. Spring Visual, No yield deformation Every
105 Section VI. Scope of Service and Performance Specifications

Scheduled Maintenance for RTG ZPMC


Inspected Inspection Items Inspection Inspection Criteria Inspection
Components Method and Period
S. Description S. Description Apparatus
No. No.
measure season
4. Wear of shaft or Measure <5% original diameter Per month
bore
5. Hydraulic Visual No oil drip, normal Per month
thrusters activation
6. Clearance when Visual >0.6mm, <1.5mm Per month
released measure
7. Bolts, nuts Knocking test No loosening Per month
hammer test
8. Operation Testing and Normal operation, Per month
condition observe reliable, no abnormal
heating, smell and action
6. Brake disc 1. Brake disc body Visual No cracks Per month
2. Wear in disc Measure <4% original thickness Every
thickness season
3. Unevenness of Measure <1.5mm Every
disc surface season
4. Friction surface Visual No cracks Per month
7. Coupling 1. Coupling body Visual No cracks Per month
2. Pins Visual No damage, normal wear Per month
8. Wire rope 1. Wire rope end, Visual No abnormal condition, Per month
suspension screw lever no cracks
device
2. Bolt connection Visual Normal, no loosening Per month
knocking test
3. Wire rope Visual Normal operation, no Per month
support rollers deformation at deport, no
cracks
9. Lubrication 1. Grease amount Visual To meet requirement Per month
points
2. Quality of Visual To meet regulation Per month
grease (oil)
3. Nipples and Visual No damage, unblocked Every
tubing season
10. Trolley 1. Wheel body Visual No cracks Per month
wheels
2. Wear of wheel Measure <50% original thickness Every
flange thickness season
3. Bending Measure <20% original thickness Every
deformation of season
wheel flange in
thickness
4. Wear of tread in Measure <15% original thickness Every
thickness season
5. Ellipticity Measure <1mm Every
season
11. Rubber tyres 1. Inflation Measure 10.0kg/cm2 Per week
pressure
2. Surface of the Visual No cracks Per week
tyres
106 Section VI. Scope of Service and Performance Specifications

Scheduled Maintenance for RTG ZPMC


Inspected Inspection Items Inspection Inspection Criteria Inspection
Components Method and Period
S. Description S. Description Apparatus
No. No.
3. Wheel bearing Visual, testing Proper lubrication, no Per week
abnormal
4. Connection Visual, Normal condition, no Per week
bolts knocking test loosening
12. Diesel engine 1. Air filter Visual Clean Per week
2. Lubricating oil Check Foreign matter and water Per month
content meets standard
3. Water tank Visual No missing, no damage Per week
cover
4. Diesel fuel tank Visual Ni missing, no damage Per week
cover
5. Fan belt Test Tension meets Per month
requirement
6. Sealing Visual No leakage Per week
7. Abnormal noise Hearing No abnormal noise Per week
13. Alternator set 1. Carbon brushes Test run, No sparks during running Per week
& commutator visual
2. Wear of carbon Measure Thickness >20mm Per season
brushes
3. Pressure of Measure 1.8-2.0N/cm2 Per season
brush spring
4. Resistance of Measure >1MΩ in hot state Per season
insulation
5. Wire connection Visual, No damage, no loosening Per week
knocking test
6. Filtered cover of Visual No dust & foreign matter Per week
the ventilator
7. Transmission Testing No defects, tension meets Per month
bolt specified
8. Running Test run No abnormal noise no Per week
condition abnormal heat
14. Trolley 1. Horizontal Visual No defects such as cracks Per month
horizontal wheel body
wheel
2. Clearance Measure 2- - 3mm Per month
between the
guiding rail
3. Bolt connection Visual, No abnormal condition, Per month
knocking test no loosening
4. Lubrication Lubricate Proper lubrication Per month
5. Wear Measure Meet technical Per season
requirement
15. Gearing 1. Gear wheels Visual No cracks, no teeth Per month
breakage
2. Piing on teeth Visual <30% meshing face, Per month
face depth >10% original
tooth thickness
3. Wear of tooth Measure GB6067-85 Per year
107 Section VI. Scope of Service and Performance Specifications

Scheduled Maintenance for RTG ZPMC


Inspected Inspection Items Inspection Inspection Criteria Inspection
Components Method and Period
S. Description S. Description Apparatus
No. No.
thickness
4. Lubrication Visual Proper lubrication Per month
16. Universal 1. Connection Visual, No loosening correct Per week
transmission knocking
2. Lubrication Lubrication Proper lubrication Per week
3. Parts of shaft Visual No cracks Per week
17. Chain 1. Running Visual No abnormal condition Per week
sprocket and condition inspection
chain
2. Damage Visual No damage Per week
3. Lubrication Visual Proper lubrication Per week
18. Bumpers 1. Bumper body Visual No damage & cracks Per month
2. Support Visual No cracks, firm Per month
knocking connection
3. Spring Visual No abnormal condition Per month
19. Headblock 1. Crack damage Visual, NDT No cracks, no damage Per year
twistlock
2. Wear Inspection As technically required Per season
20. Spreader 1. Load bearing Visual, No damage no wear Per month
telescopic measure
2. Rail Visual, No defects, wear within Per month
measure permitted range
21. Cable chain 1. Cable clamp Visual, Perfect no loosening Per month
knocking
2. Roller Visual Proper lubrication, no Per month
damage
3. Support bracket Visual Perfect Per month
4. Bolt connection Visual No loosening Per month
knocking
5. Cable Visual No damage Per month
22. Spreader 1. Plasctic Visual No plastic deformation Per month
twistlock deformation
2. Damage Visual No damage Per month
3. Tuning angle Testing 00, 900 Per month
4. Wear Measure As technically required Per year
5. Cracks Visual NDT No cracks Per year
23. Steel 1. Box section Painting Visual, No large area Per season
structure members telescope of peeling off
Welds Visual, No cracks,
telescope ultrasonic
rulers and X-ray
test if
necessary
depth of
corrosion
<10% weld
height
Plate surface Visual, No cracks,
rulers local
deformation
108 Section VI. Scope of Service and Performance Specifications

Scheduled Maintenance for RTG ZPMC


Inspected Inspection Items Inspection Inspection Criteria Inspection
Components Method and Period
S. Description S. Description Apparatus
No. No.
<3% depth
of corrosion
<10%
2. Walkways stairs Oil (grease) Visual Normal Per month
contaminated walking, no
damage damage
3. Railings Damage Visual No damage Per month
109 Section VI. Scope of Service and Performance Specifications

ROUTINE MAINTENANCE
1. Maintenance requirements
1.1 Twistlock drive
1. Keep the round support surface lubricated. Grease after each operation.
2. Frequently check the position of the limit switch of lock/unlock twistlocks and
ensure it works without releasing fasteners. Inspect after every operation.
3. Check twistlock heads for damage and that tail bolts of twislocks are released
after every operation.

1.2 Plunger devices


1. Often check the springs of the plungers and grease to rustproof.
2. Often grease between the plungers and the twistlock box to rustproof.
3. Maintain clearance between limit switch and sensor terminal of the plungers.
Switch fasteners are not to be released.
4. Replace or repair the knock pin as soon as it is damaged.

1.3 The anti-friction block of moveable beams


The anti-friction block of the mainframe beams should be replaced when its
thickness reaches 20mm.
The anti-friction block top of the moveable beams should be replaced when its
thickness reaches 25mm.
The anti-friction block bottom of the moveable beams should be replaced when its
thickness reaches 16mm.

1.4 Telescopic bush chain and tension device


1. Grease the bush chain and chain wheel often.
2. The looseness of chain should be about 30mm.
3. The limit switches for 20’ / 40’ / 45’ should be in the right position and secure.
4.
1.5 Moveable beams
In 20’-position, grease the grease nipples underneath the mainframe after every 50
hours.
In fully expanded position, grease with a brush on the sliding area under the
moveable beams after every 1000 hours.
The amount of grease and service interval depends on spreader use and
environmental circumstances which vary from place to place.

2. Periodic maintenance and inspection


1.1 For a new spreader after 50 to 250 hours running:
1. Grease all lubrication points.
2. Check the telescopic roller chain. Tighten it if it can be moved more than
±25mm in the vertical direction.
3. Check every fastener on loosening and retighten it if necessary.

1.2 Every 1000 hours

1. For twistlock devices check the nuts on tightness, on “floating” at the


twistlock bearing concave surface, and check on smooth movement of
the plungers and on correct signal given.
2. Check every fastener on loosening and retighten it if necessary.
3. Check that all oil tank mountings are tight.
4. Check hydraulic pump pressure on correctness, oil piping on leakage,
hoses and fittings on damage and retighten loosened hose fittings,
replace hose, fittings with leak or the damaged fitting and hose
immediately.
5. Check pressure setting of every pressure relief valve.
110 Section VI. Scope of Service and Performance Specifications

1.3 Every 1000 hours lubricate and check the various points as shown in the lubrication
points manual. Check the complete hydraulic system, mechanical system and
electrical devices. Repair if any fault is found.
1.4 Every 1500 hours check all parts and components especially twistlock devices for
damage and replace them if damaged.
1.5 Every 3000 hours test the twistlock head and thread by ultrasonic inspection (UT) or
magnetic particle inspection (MT). If cracks or any other defects are found replace
them immediately.
NOTE: Generally, replace the twistlocks and the spherical washers after 2 years (24 months) of
operation or after 200,000 containers have been handled.

2. Maintenance and adjustment of main items


2.1 Adjustment of the telescopic position of the spreader
The telescopic motion of ZPMC spreader depends on two rectangle pushers
and a bush chain which are driven by the reducer of the oil motor. When the
spreader is extended to 40’ / 20’, the limit switch closes, signals the 40’ /20’
position, turns off the telescopic electromagnetic circuit, makes the valve core
return to the middle to cut off the oil channel of oil motor. At the same time th
e overflow valve of the telescopic channel unloads for protection. If the
spreader is forced by an external force and the telescopic length is changed,
the limit switch is opened and the electromagnet circuit is re-energized, then
moveable beams re-extend to the required length.

Therefore, the adjustment key of the telescopic position depends on the


adjustment of the limit switch. Mechanical limits are set before delivery and
generally need no adjusting.
111 Section VI. Scope of Service and Performance Specifications

GENERATOR SET MAINTENANCE SCHEDULE (CUMMINS)

No. of hours (every) 250 1500 6000 10000


Description of works A B C D
ENGINE – Cummins QSX15
1. Drain & renew engine oil (84L) A A A A
2. Renew engine oil filter A A A A
3. Renew engine fuel filter A A A A
4. Clean water separ unit A A A A
5. Renew water separ filter A A A A
6. Inspect/check radiator condition/coolant A A A A
level
7. Check coolant anti-freeze level A A A
8. Inspect/clean air intake filter A A A A
9. Check all indicators A A A A
10. Inspect electrical connections on engine, A A A A
alternator and starter
11. Inspect/adjust alternator and fan drive belts A A A A
12. Test genset off-load A A A A
13. Check battery level and top up A A A A
14. Renew coolant filter B B
15. Check air intake and exhaust system B B
16. Check all wire connections and the wiring B B
harness for damage
17. Engine diagnosis thru ECM (Read fault C
codes, cylinder performance test...)
18. Check & adjust overhead set C
19. Clean crankcase breather C
20. Check and tighten, front and rear engine C
mounting
21. Inspect condition of crankshaft vibration C
damper
22. Inspect radiator hoses, clamps & water C
pump
23. Renew thermostat, gasket and seal C
24. Renew engine coolant CAT ELC (100L) C
25. Check fan drive hub D
112 Section VI. Scope of Service and Performance Specifications

ANNEX B5-SCHEDULED MAINTENANCE FOR RTG HHMC

SCHEDULED MAINTENANCE FOR RTG HHMC


No. Item Description Interval
1.0 Structure
1.1 Trolley rail Check rail surface wear, corrosion 1 week
1.2 Trolley rail clip Check bolts tightening, wear etc. 1 Month
1.3 Trolley rail joint at Check alignment, wear 1 Month
boom hinge
1.4 Trolley rail shear block Check welding, wear out etc. 1 Month
1.5 Trolley buffer Check leakage, deform, piston corrosion 1 Month
etc.
2.0 Main hoist mechanism
2.1 Main hoist reducer
2.1.1 Check oil temperature Daily
2.1.2 Check for unusual gear unit noise Daily
2.1.3 check oil level 1 Month
2.1.4 Check gear unit for leaks 1 Month
2.1.5 Test oil for water content 1 year
2.1.6 First oil change after start-up 400h
2.1.7 Subsequent oil changes 18 months
2.1.8 Clean venting screw 3 Months
2.1.9 Re-greasse seals 3 Months
2.1.10 clean gear unit housing 18 months
2.1.11 Check tightness of fastening bolts first 400h, than
18 months
2.1.12 Complete inspection of gear unit
2.2 Main hoist drum
2.2.1 coupling Regrease 1000h, 6 months
2.2.2 Check alignment 6 months
2.2.3 Check tightness of fastening bolts 6 months
2.2.4 check wear 6 months
2.3 Bubenzer coupling
2.3.1 Check the brake disc is free of grease Daily
2.3.2 Check coupling misalignment 3 Months
2.3.3 Check brake disc wear(replace whan >1mm 3 Months
on each side or cracks)
2.4 Main hoist motor brake
2.4.1 Check function of the brake system 1 Month
2.4.2 Check brake shoe lift-off 1 Month
2.4.3 Check lining wear/lining thickness 1 Month
113 Section VI. Scope of Service and Performance Specifications

SCHEDULED MAINTENANCE FOR RTG HHMC


No. Item Description Interval
2.4.4 Check thruster reserve stroke 1 Month
2.4.5 Check mobility of the brake linkage 1 Month
2.4.6 Check brake torque 1 Month
2.4.7 Check& adjust of limit swtiches, hand 1 Month
release
2.4.8 Check & adjust AWC device 1 Month
2.5 Main hoist drum
2.5.1 Check for drum wear, crack etc.
1 Month
2.5.2 Check drum bearing operate noise, vibrate. 1 Month
Check drum pedestal bearing supporter
2.5.3 fastening tighten 1 week
Check rope clip bolts tightening
2.5.4 1 week
2.6 Main hoist encoder Check coupling misalignment, wear,
device fastening tighten 1 Month
3.0 Trolley drive
mechanism
3.1 Trolley drive reducer
3.1.1 Check oil temperature Daily
3.1.2 Check for unusual gear unit noise Daily
3.1.3 check oil level 1 Month
3.1.4 Check gear unit for leaks 1 Month
3.1.5 Test oil for water content 1 year
3.1.6 First oil change after start-up 400h
3.1.7 Subsequent oil changes 18 months
3.1.8 Clean venting screw 3 Months
3.1.9 Re-grease seals 3 Months
3.1.10 clean gear unit housing 18 months
3.1.11 Check tightness of fastening bolts first 400h, than
18 months
3.1.12 Complete inspection of gear unit
3.3 Trolley drive motor
3.3.1 brake Check function of the brake system 1 Month
3.3.2 Check brake shoe lift-off 1 Month
3.3.3 Check lining wear/lining thickness 1 Month
3.3.4 Check thruster reserve stroke 1 Month
3.3.5 Check mobility of the brake linkage 1 Month

3.3.7 Check& adjust of limit swtiches, hand 1 Month


release
3.3.8 Check & adjust AWC device 1 Month
114 Section VI. Scope of Service and Performance Specifications

SCHEDULED MAINTENANCE FOR RTG HHMC


No. Item Description Interval
3.4 Trolley drive encoder Check coupling misalignment, wear,
device fastening tighten 1 Month
3.5 Trolley wheel
3.5.1 Check wheel wear 1 Month
3.5.2 Check wheel alignment 1 Month
3.5.3 Check wheel bearing abnoise, vibrate 1 week
3.5.4 Check fastening tighten 1 week
4.0 Gantry drive
mechanism
4.1 Gantry drive axle
4.1.1 Check oil temperature Daily
4.1.2 Check for unusual gear unit noise Daily
4.1.3 check oil level 1 Month
4.1.4 Check gear unit for leaks 1 Month
4.1.5 Test oil for water content 1 year
4.1.6 First oil change after start-up 400h
4.1.7 Subsequent oil changes 18 months
4.1.8 Clean venting screw 3 Months
4.1.9 Re-grease seals 3 Months
4.1.10 clean gear unit housing 18 months
4.1.11 Check tightness of fastening bolts first 400h, than
18 months
4.1.12 Complete inspection of gear unit
4.2 Gantry Bubenzer brake
4.2.1 Check function of the brake system 1 Month
4.2.2 Check brake shoe lift-off 1 Month
4.2.3 Check lining wear/lining thickness 1 Month
4.2.4 Check condition of the brake drum 1 Month
4.2.5 1 Month
4.2.6 1 Month
4.2.7 Check brake torque 1 Month
4.2.8 Check& adjust of limit swtiches, hand 1 Month
release
4.2.9 Check & adjust AWC device 1 Month
4.3 Gantry tyre
4.3.1 Check tyre 1 Month

5.0 Trolley horizontal roller


115 Section VI. Scope of Service and Performance Specifications

SCHEDULED MAINTENANCE FOR RTG HHMC


No. Item Description Interval
5.1 Check roller wear 1 Month
5.2 Check roller alignment 1 Month
5.3 Check wheel bearing abnoise, vibrate 1 week
5.4 Check fastening tighten 1 week
6.0 Spreader cable drum
6.1 Cable clip fastening 1 months
7.0 Main hoist reeving
system
7.1 Main hoist rope Check rope wear, crack, lubration etc. 1 week
7.2 Rope end at hoist drum
7.2.1 Check rope socket tighten well 1 week
7.3 Rope-protecting roller Check abnormal wear 1 Month
7.4 Main hoist sheaves
7.4.1 Check sheave groove wear 1 Month
7.4.2 Check bearing unusual noise, vibrate etc. 1 week
7.4.3 Check fastening tighten 1 week
8.0 Energy chain system Detail according IGUS manual
Inspection 1 Month
9.0 E-house
9.1 Doors and windows Check doors open & close well, sealing 3 months
9.2 Ventilation fan Check working well 1 Month
9.3 Air conditioner
9.3.1 Check working well 1 Month
9.4 Lighting Check all working 1 Month
House keeping 3 months
116 Section VI. Scope of Service and Performance Specifications

ANNEX B6-SCHEDULED MAINTENANCE FOR STS HHMC


Time
No Area System Task Description Man (min) Instructions
PRE – OPERATION
1 GNTY GNTY visual Check the Gantry rail 1 2
inspection obstructions or
damage
2 GNTY DRIV operating Verify gantry speed 1 2 Run the gantry motions far
inspection and acceleration enough in each direction to
verify acceleration and top
speed.
3 ELEV ELEV operating Verify operation of 1 0 Run the elevator all ways up
inspection elevator and down, stopping at each
landing and opening doors.
4 MHSE BHST visual Check the brake 1 1 Verify brake setting values.
MHST inspection torque setting of boom
TRDR hoist motor, main hoist
motor and trolley motor.
5 OCAB DRIV operating Verify trolley: speeds, Run trolley to outreach and
inspection accelerations, smart back reach to check the
slowdowns, stops and functions listed and the
operation of festoon festoon system.
system 1 4
6 OCAB DRIV operating Verify boom operation 1 3.5 Pick up control power,
inspection from operator's cab select boom hoist up or
down, then push boom hoist
run. Suggest to running
boom far enough to verify
operation. Not necessary to
run boom all the way up.
7 OCAB ACON visual Check the function of 1 2
ELEC inspection the air-conditioner, air
filter, lighting, defroster
and windshield wipers.
8 CRAN ELEC operating Verify operation of E- 1 7 Pick up control power in the
inspection Stops at Ground e- room, hit the e- stops and
Gantry, Cab and E- check the CMS for the logs.
room.
Verify the absence of Open PLC program, search
ELEC operating logic overrides or for any override or forces.
9 ELRM inspection forces 1 3
visual Check the mounting
inspection and function of the
10 LSYS HBLK hoist rope slack limit 1 3
switches
visual Check the spreader 1 2
11 LSYS HBLK inspection cable plugs connection
Move the gantry in the
Verify gantry warning operator's cab, and check
12 OCAB LITE operating lights and alarms. 1 1 the gantry warning lights
inspection and alarms.
Push lamp test button in the
Check all indicating operator's cab to verify all
operating lights in the operator's indicating lights in the
13 OCAB LITE inspection cab 1 0.5 operator's cab
Check the boom
visual collision wire, right side Verify that both boom
14 BOOM LMTS inspection and left side. 1 0 collision wires are in place
Verify operation of
CCTV display and
15 OCAB OCAB visual Vessel Stow Plan 1 0.5
inspection Display
Push control power on,
Verify function of both operate the Cad cameras to
117 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
16 OCAB OTHR operating the cameras and the 1 0 verify the function of them
inspection display and the display.
Push CMS NEXT SCREEN
Verify the operation of button on right console to
17 OCAB OTHR operating operator's CMS display 1 0 Verify the function of the
inspection CMS.
Refer to SIEMENS's
maintenance manual <Gai-
operating Verify the Public Tronics Instruction Manual>
18 CRAN OTHR inspection address 1 0
Check the
visual trolley tensioner
19 BRCH REEV inspection sheave in position 1 2
visual Check the snag
20 BRCH SNAG inspection cylinder in right position 1 0.5
21 SPDR SPDR visual Check the drive chain 1 0.5
inspection for security and
slackness
operating Verify the From the Cab (with
22 SPDR SPDR inspection 20,40,45 ft stop 1 0 27)
Before and after driving
main hoist full speed in the
Verify that the operator's cab. Then check
23 TRLY SREL visual spreader cable is laid 1 0.5 if the spreader cable is
inspection in the grooves. overlapped.
Check the spreader
operating cable reel motor and
24 TRLY SREL inspection reduce noise and 1 0
vibration
Verify main hoist:
speeds, accelerations,
operating upper/lower slowdowns
25 OCAB STCN inspection and stops. 1 1 (Perform with 2)
operating Check for
26 OCAB STCN inspection flipper, twist lock, 1 3 From the Cab
Check for function of
operating Control On indicating
27 OCAB inspection light on right console 1 0
Check function of
operating spreader status
28 OCAB STCN inspection indicating lights 1 0
Verify Operator's Cab Use the switches on left
Seat and Console side console to move the
motions, both powered seat forward, reverse, front
29 OCAB STCN operating and manual. 1 0.5 height
inspection up/down and rear
height up/down.
30 OCAB STCN operating Verify proper function 1 0.5 Check the fasteners for
inspection of Operator's seat belt tightness.
and shoulder harness.
31 TRLY TRLY visual Check main Hoist rope 1 2 Walk the trolley girder and
inspection and trolley rope are in boom observing rope,
position sheaves, support rollers,
slap blocks and adjacent
structure.
Verify that the spreader
visual Level and Squareness home position is level and
32 inspection of Spreader square. If it is not, rehome
SPDR TLSS the TLS cylinder positions or
1 2 slip the ropes on the drums.
Verify operation of: flood
lights, walkway lights, cab
light, machinery house, and
e-room. Turn on each light
system and verify it is
visual functional. Note any light
118 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
33 CRAN LTNG inspection Verify lighting 1 2 fixtures that are not
operational.
Walk the machinery house,
trolley girder and boom
verifying there are no loose
visual Loose equipment and parts or tools that could
34 CRAN OTHR inspection tools. 1 0 move or fall from the crane
during operation.
Check the operators cab,
electric room, machinery
house and gantry cab to
verify that all doors and
visual Doors and windows windows are closed and
35 MHSE OTHR inspection 1 0 secured. Electric room doors
must be locked.
Verify the presence of the
required stokes baskets, fire
extinguishers, and other
36 CRAN OTHR visual Emergency equipment 1 1 emergency equipment
inspection provided on the crane.
SHIFT INSPECTION

visual Check electrical control


37 ELRM DRIV inspection panels noise and smell 1 1
Check crane factor
visual plus controller, filter
38 MHSE DRIV inspection and pqm for operation 1 1
Verify slow speed hoist Verify while the crane in
39 OCAB DRIV operating operation within vessel 1 2 operation.
inspection cell guides
Check the oil
temperature and
abnormal noise from
40 GNTY GNTY visual the hydraulic pump 1 2
inspection and motor of the
gantry wheel brake
power units
Check the oil
temperature and
abnormal noise from
41 MHSE HYDR visual the hydraulic pump 1 1
inspection and motor of
emergency brake
power unit.
Check for any
abnormal noise from
42 BRCH HYDR visual hydraulic pump and 1 2
inspection motor of multi- function
power unit.
Check main hoist
noise and vibration
visual (motors, reducer,
43 MHSE MHST inspection brake, drum couplings 1 2
and drum bearings)
Check the main hoist See BUBENZER brake
visual motor brake thrust manual for stroke reserve
44 MHSE MHST inspection stroke reserve 1 0 adjustment.
Check the reeving and Walk the crane during
components of the operation from snag
Main hoist and Trolley sheaves to the boom tip.
visual Observe operation of rope,
45 REEV inspection 1 10 sheaves, support rollers,
slap blocks, rope clamps
and structure.
119 Section VI. Scope of Service and Performance Specifications

Check the gantry Verify that both gantry


stowage pins inserted stowage pins have been
at end of work. inserted in the wharf at the
46 REEV visual 1 5 end of vessel operations.
inspection
Check the trolley
abnormal noise and
visual temperature(motor,
47 MHSE TRDR inspection reducer, drum coupling 1 2
and drum bearing )
48 MHSE TRDR visual Check trolley motor 1 1 See BUBENZER brake
inspection brake thrust stroke manual for stroke reserve
reserve adjustment.
49 ELRM visual Check CMS fault 1 5 Check for any faults or
inspection Log. warnings.
Drive motor vent fan Verify operation of the hoist
visual operation and trolley motor ventilation
50 MHSE DRIV inspection 0 fans.
Machinery house In warm or hot weather,
ventilation fans verify operation of
51 MHSE OTHR visual 1 machinery house vent fans.
inspection
Electric room air In warm or hot weather,
conditioning verify operation of
52 ELRM ACON visual 1 machinery house vent fans.
inspection
Daily

visual Check the function of E-


53 ELRM ACON inspection room AC 1 2
Check boom hoist motor
and brake noise and
vibration, make sure that
visual no grease and debris are
54 MHSE BHST inspection on the surface of the 1 2
brake disc
Main hoist, trolley drive Measure oil temperature and
measure and boom hoist reducer check for abnormal noise from
55 MHSE BHST inspection 1 2 reducer
Make sure excessive grease
or oil is not leaking out of the
Main hoist, trolley drive bearing housings. Refer to
visual and boom hoist DC SIEMENS's maintenance
56 MHSE DRIV inspection motors. 1 1 manual.
Check the voltage and current
from CMS when in operation.
Verify the incoming Current should be
visual power current and approximately balanced
57 ELRM ELEC inspection voltage from CMS or 1 1 between the phases
PQM
visual Check the function of Check the walkway lights,
58 CRAN LITE inspection walkway lights floodlights and aircraft lights at
,floodlights and aircraft night shift. Replace the bulbs if
warning lights 1 5 necessary.
Pick up control power and
check the indicating lights at
back reach, machinery house
Check the function of and e-room, suggest to
59 BRCH LITE visual control on indicating lights 1 2 Performing this task during
inspection operation.
Check the boom hoist
visual drum, main hoist drum
60 MHSE MHST inspection and trolley drive drum 1 1
couplings connection
Make sure that no grease
visual and debris are on the
61 MHSE MHST inspection surface of the disc 1 1
120 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
Clean the cab
62 OCAB OCAB clean Windows 1 10
Check the rope tensioner
visual cylinder
63 BRCH REEV inspection Leakage 1 1
visual Check snag cylinder oil
64 BRCH SNAG inspection leakage 1 1
visual Check hydraulic system
65 BRCH SNAG inspection oil leakage 1 2
visual Check the fluid level of
66 SPDR SPDR inspection expansion drive reducer 1 2
Main hoist, trolley drive Make sure that no grease and
visual and boom hoist high debris are on the surface of
67 MHSE TRDR inspection speed motor brake discs. 1 1 the trolley brake disc
Weekly:

Check boom motor drum


bearing noise ,
visual temperature and housing
68 MHSE BHST inspection bolts 1 5
Check the boom hoist See BUBENZER brake
visual motor brake thrust stroke manual stroke reserve
69 MHSE BHST inspection reserve 1 1 adjustment.
visual Boom hoist rope clamp
70 MHSE BHST inspection tight 1 5
Check the emergency brake
disc surface.
Check main hoist (2) and Make sure that no grease and
boom hoist low speed debris are on the surface of
71 MHSE BHST visual brake discs. 1 2 the disc. Clean with solvent
inspection and repair as required.
visual Boom hoist motor brake
72 MHSE BHST inspection adjustment 1 2
visual Boom hoist low speed
73 MHSE BHST inspection brake adjustment 1 1
Verify that the ventilation fan
mounted to the front door of
the Crane Factor + cabinet is
exhausting air properly, and
intake and exhaust openings
visual Crane Factor + are not obstructed.
74 MHSE DRIV inspection ventilation and fans 1 3
Move trolley near to the over
travel limit switches, Actuate
the over travel limit switches
manually and try to pick up the
operating Verify trolley over-travel control power on, if the control
75 OCAB DRIV inspection limit switches 2 3 power can't be picked up, it is
ok. Select the limit backup
switch in
e-room and pick up control
power, and verify trolley motion
can be backed out.
Replace the cooling fan Do not replace until after
of the AF-300 drive ( This disconnecting the power
must be an error. supply. Refer to SIEMENS's
Replacing a cooling fan manual GEH-
76 ELRM DRIV once per week is not 1 8 100211.
replacement reasonable!)
visual Festoon truck side guide Check the trolley side rollers
77 FEST inspection rollers. 1 10 for wear
visual Festoon truck main Check the trolley main rollers
78 FEST inspection support rollers. 1 0 for wear
Check the motors for
121 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
visual security of motorized
79 FEST inspection trolley 1 10
Verify that the trolley is running
parallel to the trolley rails
without binding on either side
wheel flanges. Verify that
water side trolley tow cables
are equal length and are
visual Trolley alignment towing the trolley square with
80 BKRH FEST inspection 2 5 the crane.
visual
81 BKRH FEST inspection Tow cables 1 1
visual Cable secure on saddles
82 BKRH FEST inspection 1 1
Condition of carriers and
83 BKRH FEST visual drive trolleys 1 1
inspection
If the oil level is below than
visual Check gantry wheel allowable lowest level on the
84 GNTY GNTY inspection brake oil level. 1 2 gauge, fill fluid to the tank.
Ensure the function of
headblock pin engaged
operating and disengaged limit
85 LSSB HBLK inspection switches 2 10
Check the junction boxes and
visual Headblock junction box control station are
86 LSSB HBLK inspection and control station. 1 2 secured to mount.
Check to make sure all
terminals in junction box
87 LSSB HBLK tighten bolts are well tightened 1 5
Check the emergency
visual brake power unit. Check oil level, leaks, and
88 MHSE HYDR inspection 1 2 proper operation.
visual Repair the function of all
89 CRAN LITE inspection work floodlights 1 5 Switch locates in e-room
visual Check main hoist reducer
90 MHSE MHST inspection oil level 1 2
Check the brake disc. Make
91 sure that no grease and debris
Main hoist (2) and boom are on the surface of the disc.
visual hoist high speed motor Clean with solvent and repair
MHSE MHST inspection brake discs. 1 2 as required.
visual Check main hoist drum
92 MHSE MHST inspection bearing housing bolts 1 5
Check for loose motor, brake,
visual Hoist mounting bolts reducer, or idler stand bolts.
93 MHSE MHST inspection 1 2
Check all UHMW support
rollers for excessive wear.
visual Hoist and trolley support Replace or reposition as
94 MHSE MHST inspection rollers 1 2 necessary.
Verify brake operation and
visual Hoist motor brake adjustment to include lift-off,
95 MHSE MHST inspection adjustment 1 2 wear adjustment, etc.
visual Main hoist low speed
96 MHSE MHST inspection brake adjustment 1 1
Grease twistlock housing
points, slides and moving
parts in the latch
assembly and fixture
97 OHTA lube assembly 1 20
Check the main hoist rope
Main hoist wire rope dead wedge clamp tighten. Verify no
98 BMTP REEV visual end connection. 1 5 slippage has taken place.
inspection
122 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
Grease the rotation
99 ROTR lube bearing 1 5
Grease the cylinder rod
100 ROTR lube ends 1 5
Grease pinion
101 ROTR lube & gear teeth 1 5
operating Check hydraulic pressure
102 SPDR SPDR inspection 2 2
visual Check hydraulic oil level
103 SPDR SPDR inspection 1 2
Check torque on the bolts
tighten bolts holding the damper.
104 SPDR SPDR 2 20
105 SPDR SPDR lube Lube the flipper gear 1 5
Lube expansion drive
106 SPDR SPDR lube bearing with NLGI #2 1 5
Lube spray, wipe or
brush full length of
107 SPDR SPDR lube expansion chain 1 5
108 SPDR SPDR lube Lube the twistlocks 1 5
109 SPDR SPDR clean Clean the lenses of all 1 5
twin 20 ft detection and
cell guide photosensors.
Dirt can impair the function of
the seat. Upholstery can be
quickly
Make sure to keep the and simply removed from the
110 OCAB STCN clean seat clean 1 5 seat frame for easy cleaning,
or replacement
visual Check trolley reducer oil
111 MHSE TRDR inspection level 1 2
Check trolley rope clamp
112 MHSE TRDR visual tight 1 5
inspection
visual Check trolley drum
113 MHSE TRDR inspection bearing housing bolts 1 5
visual Trolley motor brake
114 MHSE TRDR inspection adjustment 1 2
visual Check wheel lubricators
115 TRLY TRLY inspection 1 2
operating Check cable reel gear
116 TRLY TRLY inspection unit noise 2 5
TWO WEEKLY
Check the limit switch
operating function of festoon
117 BRCH FEST inspection system 1 10
Wheel side surface
visual contamination with wheel
118 GNTY GNTY inspection brake 1 2
Verify that both boom collision
wires are in place and that the
limit switch is approximately in
visual Check the gantry the correct position to be
119 BOOM LMTS inspection switches. 1 2 activated by a pulled wire.
The minimum thickness of
lining is
measure Check main 5mm.if the thickness is less
120 MHSE MHST inspection hoist emergency brake 1 10 than 5mm, it has to be
lining replaced.
The minimum thickness of
lining is
3mm.if the thickness is less
Check the main hoist than 3mm, it has to be
123 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
121 MHSE MHST measure motor brake lining wear 1 10 replaced. See Bubenzer
inspection manual
4.8 For lining replacement.
visual Check any damage to the
122 SPDR SPDR inspection structure 1 5
Check twistlock spacing measure the twistlock spacing
measure of the spreader at each at
123 SPDR SPDR inspection position 2 5 20', 40' and 45' position.
Disassemble the twistlocks'
nuts for inspection. If any spot
Check wear on the damages and cracks are found
visual spherical washer under on the surface of this washer, it
124 SPDR SPDR inspection the twistlock nuts 2 60 has to be replaced.
visual Check guide block for
125 SPDR SPDR inspection wear & cracks 1 2
visual Check the switches for
126 SPDR SPDR inspection security and adjustment 1 2
visual Check cylinder&hose for
127 SPDR SPDR inspection oil leak 1 1
operating Proper floating twistlocks
128 SPDR SPDR inspection 2 10
operating Check landing switches
129 SPDR SPDR inspection for security & adjustment 1 5
130 SPDR SPDR visual Check flippers security
inspection and damage 1 2
visual Check flipper hydraulic
131 SPDR SPDR inspection actuators for leaks 1 1
visual Check flipper hydraulic
132 SPDR SPDR inspection hose for leaks 1 1
Check the cracks around
133 visual the access openings of
SPDR SPDR inspection twistlock housings 1 1
visual Check junction box for
134 SPDR SPDR inspection security of gable beams 1 2
visual Check all electric
135 SPDR SPDR inspection connections of gable 1 5
beams
Check weld connection
visual between gable ends and
136 SPDR SPDR inspection twistlock housing 1 2
visual Check excess wear on
137 SPDR SPDR inspection the pick point 1 5
visual Check hydraulic power
138 SPDR SPDR inspection unit for security 1 2
visual Check hydraulic filters for
139 SPDR SPDR inspection leaks 1 1
visual Check all plumbing for oil
140 SPDR SPDR inspection leak 1 1
visual Check motor for security
141 SPDR SPDR inspection 1 5
visual Check gear box for
142 SPDR SPDR inspection security 1 5
visual Check slide plate & bolts
143 SPDR SPDR inspection 1 5
visual Check twistlocks for
144 SPDR SPDR inspection general wear 1 5
operating Check landing pins for
145 SPDR SPDR inspection proper operation 1 5
visual INRS
inspection dampers(2 each end) for
146 SPDR SPDR leaks of gable beams 1 5
Check to ensure all
visual electrical connections are
147 SPDR SPDR inspection in good 1 40
condition
124 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
visual cat track of drive system
148 SPDR SPDR inspection 1 5
security of all components
visual in the main electrical
149 SPDR SPDR inspection cabinet 1 5
Check clip spring on
visual relays in the main
150 SPDR SPDR inspection electrical 1 2
Cabinet
Function test all Check the fuses, relays and
operating components in the main power supply are working
151 SPDR SPDR inspection electrical 1 5 properly.
Cabinet
operating Check security of all
152 SPDR SPDR inspection cables 1 5
visual Check security of all
inspection cables of hydraulic
153 SPDR SPDR system 1 2
operating Expanding to all positions
inspection starting at 20
154 SPDR SPDR feet position 1 1
operating Retracting to all positions
inspection starting at 45 feet
155 SPDR SPDR position 1 1
operating Flippers up and down
156 SPDR SPDR inspection 1 1
operating Twistlocks lock and
157 SPDR SPDR inspection unlock 1 1
operating Raise/lower center
158 SPDR SPDR inspection twistlock housings 1 1
The minimum thickness of
lining is
5mm.if the thickness is less
Check the trolley motor than 5mm, it has to be
159 MHSE TRDR measure brake lining wear 1 5 replaced. See maintenance
inspection manual 3.2.3 for lining
replacement.
visual Check brake and brake
160 MHSE TRDR inspection parts for wear and 1 5
damage
Monthly
161 Cleanliness of Operator's Clean the debris from the
LSSB DCAB clean Cab 1 5 cabin
162 Visual Check boom hoist motor, Visually inspect and tap with
MHSE BHST inspection brakes, hammer if questionable each
pillow blocks bolts bolt and connection.
connection 1 10
163 Visual Check boom hoist
MHSE BHST inspection reducer oil level 1 2
164 Visual Check boom hoist and
MHSE BHST inspection main hoist emergency
brake oil leakage 1 1
165 Visual Verify boom hoist thrust
MHSE BHST inspection brake and emergency 2 20
brake capacity
166 Visual Check the rope roller
CTS CTS inspection wear 1 5
167 Visual Check the commutator of
inspection AC motors for See SIEMENS's maintenance
MHSE DRIV roughness 1 5 manual
168 ELRM ELEC clean Clean all the debris from 1 10
the electric room
169 Check function of all 1 Verify functions and indicating
125 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
operating indicating lights and 2 lights in the Boom Operator's
WSSB ELEC inspection switches Station
170 visual Fuse and circuit breaker
ELRM ELEC inspection in control panel 1 10
171 ELRM ELEC visual Contacting condition of 1 10
inspection relay and contactor
172 visual Verify the function lights Verify functions and indicating
inspection of instrument lights in the
indications in E-room
ELRM ELEC the e-room 1 2
173 visual Inspect DC motors for 1 Motors are to be kept clean
inspection cleanliness 2 and ventilating openings clear
MHSE ELEC
174 visual Inspect the condition of When the crimped marker
inspection the DC motor brushes, approaches entry into the
replace the worn ones brush holder, brush
replacement should be
investigated.
MHSE ELEC 1 10
175 visual Check to ensure the
inspection impeller and vane of
aerovane wind
transmitter are move
TCTB ELEC freely 1 10
176 visual Confirm the grounding of
inspection lighting transformer on
TRLY ELEC the cab roof 1 5
177 visual Make sure all screw joints
inspection of gear box
ELEV ELEV are properly tightened 1 5
178 Check that all incoming
disconnect switches and 1
ELEV Operating emergency stop 10
ELEV inspection switches are working.
179 visual inspectio Check brake lining and
ELEV ELEV n brake torque 2 20
180 Check cable for wear and
Operating to ensure that no kinks
ELEV ELEV inspection occur 1 10
181 Operating Make sure the operation
inspection of the control system
(PLC) is
ELEV ELEV correct 1 10
182 Operating Check attachment of the
inspection cable in the cable support
ELEV ELEV arm 2 5
183 Lube the safety device
ELEV ELEV lube with grease 1 10
184 visual Check cable trolley
inspection buffers and the towing
BRCH FEST lines. 1 0
185 visual Check supported cable
inspection for any damage
BRCH FEST 1 0
186 visual Check cable clamp for
BRCH FEST inspection loosing 1 1
187 visual Check gantry reducer oil
GNTY GNTY inspection level 1 2
188 visual Check gantry reducer unit
GNTY GNTY inspection for leaks 1 1
189 Operating Tighten all bolts on the
LSYS HBLK inspection headblock. 1 20
190 Operating Check and adjust the
inspection slack rope limit switch.
LSYS HBLK 2 20
126 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
191 visual Check emergency brake
inspection power unit oil leakage
MHSE HYDR 1 1
192 visual Check machinery house Turn on the switches. Replace
MHSE LITE inspection fluorescent lights 1 2 the fluorescent light tubes that
don't work anymore.
193 Operating Check function of hoist Clear hoist home
inspection home and upper position, hoist all the way up to
OCAB LMTS overtravel limit switches 2 10 hit the switch.
194 Operating Pick up control power, then
BOO M inspection Check the ship collision manually active one of the
wire and limit switches 10 proximity switches. The control
LMTS 2 power should lose. Reset and
verify the remaining limit
switches.
195 Operating Check function of boom Select boom slow speed,
inspection hoist normal stop and manually active the switches
overtravel while booming up from level
TCTB LMTS limit switches 2 10 position
196 Operating Clear trolley home position,
BMGD LMTS inspection Check trolley home then move the trolley to cross
switch 1 10 the switch
197 Operating Check trolley park
BMGD LMTS inspection position limit switch 1 5
198 Operating Check the function of Set the stowage pins, then
inspection gantry stowage pin limit there is no gantry motion
GNTY LMTS switches 2 10
199 Operating Check function of Switch on the fan in e-room
MHSE MHSE inspection machinery house fans 1 2
200 Clean all the debris from
MHSE MHSE clean the machinery house. 1 15
201 visual Check main hoist motor, Visually inspect and tap with
inspection brakes, hammer if questionable each
pillow blocks bolts bolt and connection.
MHSE MHST connection 1 10
202 visual Check brake and brake
inspection parts for wear and
MHSE MHST damage 1 2
203 visual Check main hoist reducer
MHSE MHST inspection oil leakage 1 1
204 visual Check the main hoist
inspection emergency brake torque
MHSE MHST set 2 10
205 operating Verify main hoist thrust
inspection brake and emergency
MHSE MHST brake 2 10
206 ATCH OHTA visual Check structure 5
inspection (including latch arms and 1
attachment lugs )for weld
cracks, fatigue
cracks and damage due
to misuse
207 visual Make sure the CCTV
inspection camera and its dome are
secured to the mount.
BRCH OTHR 1 2
208 visual Make sure the CCTV
inspection camera and its dome are
secured to the mount
TRLY OTHR 1 2
209 visual Check the rail clamps for
inspection tight near boom hinge
BMGD RAIL 2 10
127 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
210 BRCH REEV visual Check trolley tensioner 1 5
inspection bolt connection.
211 BMGD REEV visual Inspect trolley tow ropes 3 if 60 See maintenance manual
inspection for wear, damage and replace Chapter3. If any broken wires
corrosion men t are found, the number of
Left Rope broken wires should be
Right Rope recorded. Refer to
manufacturer manual Chapter3
and local regulations
for wire rope
removal criteria
212 BMGD REEV visual Inspect main hoist wire 3 if 120 See maintenance manual
inspection rope for wear, damage replace Chapter3. If any broken wires
and corrosion men t are found, the number of
A-B Rope broken wires should be
B-C Rope recorded. Refer to
manufacturer manual Chapter3
and local regulations for wire
rope removal criteria .
213 Operating Main hoist home and Check that the fasteners are
inspection overtravel limit switches tight and that the assemblies
TRLY REEV are secure 2 20 are secure.
214 Grease trolley sheaves'
bearings with NLGI 1#(4
BOO M REEV lube points) 1 10
215 MHSE SCRN visual Machinery house Inspect machinery house
inspection service crane service crane wire rope for
wire rope 30 wear or damage. See
1 maintenance manual
Chapter3. If any broken wires
are found, the number of
broken wires should be
recorded. Refer to
manufacturer manual Chapter3
and local regulations
for wire rope removal criteria .
Lubrication level are also to be
checked. If lubrication is found
to be insufficient, the rope is to
be slushed.
216 BRCH SCRN visual Backreach service crane Inspect backreach service
inspection wire rope crane wire rope for wear,
damage, and corrosion. See
maintenance manual
Chapter3. If any broken wires
are found, the number of
broken wires should be
recorded. Refer to
manufacturer manual Chapter3
and local regulations
for wire rope
removal criteria .
Clean snag cylinder
217 exposed surface
BRCH SNAG clean 1 1
Activate the various functions
of the masterswitch and read
the reference from PLC while
Check the function of moving the controller. The
OCAB STCN Operating master controllers 2 5 functions of each motion, float
inspection switch, and each thumb switch
are to be verified.

218
visual Check trolley motor, Visually inspect and tap with
219 inspection brakes, hammer if questionable each
128 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
MHSE TRDR pillow blocks bolts bolt and connection.
connection 1 5
visual Check trolley rope wedge
220 TRLY TRLY inspection clamps 1 2
visual Check that the rope guides are
inspection proper connected with the
sheaves and the rope not slide
out from the sheaves.
Check rope guides on the
221 TRLY TRLY sheaves 1 2
Grease the main hoist
sheaves' bearings with
222 TRLY TRLY lube NLGI 1#(24 points) 1 5
Grease the trolley
wheels'
bearings with
223 TRLY TRLY lube NLGI 1#(8 points) 1 5
visual Check cable reel gear
224 TRLY TRLY inspection unit oil level 1 2
visual Check cable reel gear
225 TRLY TRLY inspection unit for leakage 1 1
visual Check cable reel's all
inspection screws for tightness
226 TRLY TRLY 1 10
Check and ensure all the
wiring terminals in the
control panels,
consoles and Genius
modules are well
tighten bolts tightened
227 OCAB WRNG 1 20
Check to ensure all
electrical wiring
connections in junction
boxes on the cab roof of
trolley are well
tighten bolts Tightened
228 TRLY WRNG 1 10
See Maintenance Manual
chapter 1 for
a listing of the
visual safety decals. Decals found to
inspection Check all decals are be missing or illegible must be
affixed legible replaced.
229 CRAN SIGN 1 5
Verify that each motion
functions, its readout is
Operating approximately correct, and that
inspection each home switch brings the
respective motion to the home
position.
Trim, list and skew
230 OCAB TLSS functions 1 2
Verify Camera operation of
zoom, pan and tilt. Verify
CCTV automatic switching between
OCAB Operating cameras and of zoom
231 inspection CCTV Camera operation 1 2
visual Verify that the camera and
inspection camera components are
mounted securely and that no
parts are missing. Check both
the camera assembly and the
232 electronics electrical box.
129 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions

BKRH CCTV Camera 1 mounting 1 2


visual Verify that the camera and
inspection camera components are
mounted securely and that no
parts are missing. Check both
the camera assembly and the
electronics electrical box.

233 TRLY CCTV Camera 2 mounting 1 2


234 CRAN MECH visual 5 Look for grease and oil that
inspection has passed through the seals
and has built up below the
bearing. Excess lubrication
must be cleaned with
rags and solvent so
that it does not
contaminate other parts
Quarterly
Inspect wires and cables Turn off MV switchgear and
in DC and AC drives for follow LOTO procedure. Repair
wear, fraying, chipping, or minor defects with a good
nicks grade of electrical tape, or
visual replace if necessary.
235 ELRM DRIV inspection 1 15
Inspect printed wiring Turn off all power to the
board plugs, wiring, and equipment to be inspected and
connectors in each DC maintained.
236 ELRM DRIV visual and AC Drive to ensure 1 30
inspection correct seating
To see that the fan is running
Inspect fans and blower and ensure that air passages
motors in each DC and are clear. If it is not running,
AC drive for correct de- energizing the drive and
237 ELRM DRIV visual operation.. 1 5 replace the fan.
inspection
Turn off all power to the
Inspect contacts on open equipment to be inspected and
visual contactors and relays maintained. Discoloration and
238 ELRM DRIV inspection rough contact surfaces are
1 30 normal.
Turn off all power to the drive.
Clean printed boards in Vacuum to remove dust from
all DC and AC drives around the board connections
before and after unplugging.
239 ELRM DRIV clean 1 60
Check and replace the
ventilation filters on the If necessary, disconnect power
240 MHSE DRIV replacement door of Crane Factor + 1 4 before replacement.
cabinet if necessary
Check vent fan air filters
of DC motors and replace
241 MHSE DRIV replacement when dirty 1 10
Follow the LOTO
procedure, switch off AC1CB
in e- room . Disconnect the
operating 2 60 spreader cable connectors at
OCAB ELEC inspection trolley and headblock. Megger
242 the insulation between
Megger spreader cable conductors.
Inspect all connecting
cabling (between
backreach JB and
Festoom System) for
visual deterioration or other
130 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
243 BRCH ELEC inspection damage. 1 5
Check and adjust
proximity switches of
244 GNTY GNTY visual gantry motor brakes and 2 20
inspection wheel brakes
Clean wheel brake guide See ZPMC Wheel Brake
245 GNTY GNTY clean pins 1 20 Manual.
visual Wheel brake guide rollers See ZPMC Wheel Brake
246 GNTY GNTY inspection for wear 1 0 Manual.
Check seals and screwed
connections of hydraulic
visual system of wheel brakes
247 GNTY GNTY inspection 1 10
Check all welds on headblock.
If any cracks are found, repair
the cracks immediately
visual Check weld connection following AWS standard.
248 LSYS HBLK inspection 1 5
Lubricate the main hoist
sheave on the headblock
249 LSYS HBLK lube 1 5
Turn on the boom spot light
Check the function of switch in the boom operator’s
visual boom spot lights station to make sure the lights
250 BOOM LITE inspection 1 2 are on.
If any cracks occur or more
Check the main hoist than 1mm wear on each side
251 MHSE MHST measure motor brake disc occurs, the
inspection thickness 1 5 brake disc has to be replaced.
Check main hoist, Trolley,
Boom Hoist, Gantry and Take one bottle of fluid from
Spreader Cable Reel the tank and sent it to relative
Reducers reducer oil for lab for at least tests: 1. particle
contaminants water count 2. water content 3.
content and cleanliness. metals by spectroscopic 4.
252 MHSE MHST fluid sampling 1 5 Kinematic Viscosity
Release the brake via actuator
measure the gap between the
pads and disc on both sides.
Check the main hoist Measure the gap between the
motor brake uniform shoe pads and disc on both sides.
operating lift-off
253 MHSE MHST inspection 2 10

Clean the CCTV camera


254 BRCH OTHR clean dome 1 5
We recommend you
purchasing an optical lens
Clean the CCTV camera cleaning kit and following the
lens (only if required) procedure provided with the
255 TRLY OTHR clean 1 5 kits.
We recommend you
Clean the Vessel Profiling purchasing an optical lens
laser beam lens (only if cleaning kit and following the
required) procedure provided with the
256 TRLY OTHR clean 1 5 kits.
Make sure the Vessel
Profiling laser beam is
257 TRLY OTHR tighten bolts secured to the mount 1 2
Clean the grease on the
top of the trolley and cab
258 TRLY OTHR clean (only if required) 2 30
Travel the trolley the full length
of the girder and boom. With a
131 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
person at each side platform
apply a torque wrench to each
rail clip bolt and verify it resists
Verify trolley rail clip bolt at least 150 Nm torque.
259 BMGD RAIL tighten bolts torque 2 60
measure Check main hoist
260 CRAN REEV inspection sheaves' groove 1 60
Release the trolley rope
tensioner at the backreach.
Refer to Drawing
JGHT2KIM-01-
Check function of trolley 00 (Power unit of TLS/Snag
rope tensioner limit switch dydraulic system). Piece
operating 59(pressure
261 BRCH REEV inspection 1 5 relief valve) is for ths function.
Open this valve so that the
tensioner cylinder will be
released and the sheave arm
will rotate to change the staus
of the two proximity switches.
See Manual 3.4.11.4 section.
Grease trolley tensioner
262 BRCH REEV lube sheaves' bearings 1 5
Grease trolley sheaves'
263 BRCH REEV lube bearings behind the 1 5
machinery house
REEV lube Grease the boom hoist
264 BOOM sheaves' bearings 1 5
Grease the hinge
265 BMGD REEV lube bearings 1 5
Grease the boom hoist
266 TCTB REEV lube sheaves' bearings 1 5
Grease the snag
267 BRCH SNAG lube sheaves' bearings 1 5
Grease snag cylinder
268 BRCH SNAG lube connection pins 1 5
operating Check shock valve
269 SPDR SPDR inspection setting- 2000psi 2 2
visual Check screws and
270 SPDR SPDR inspection sensors 1 5
of INRS
operating Functional test of damper
271 SPDR SPDR inspection 2 5
Check surface of chrome
visual rod of damper (INRS) for
272 SPDR SPDR inspection any damage 1 2
visual Check polyurethane
273 SPDR SPDR inspection washer (INRS) for 1 2
damage
Check surface of damper
274 SPDR SPDR visual for any trace of leaking oil
inspection 1 1
275 BOOM STRU lube Grease the fore stay pins 1 5
If gaps are different, see
BUBENZER brake manual
section 1.9 for adjustment. Lift
the trolley drive motor brake
uniform shoe off and release
the brake via actuator, then
measure the gap between the
operating Trolley motor brake pads and disc on
276 MHSE TRDR inspection release clearance 2 5 both sides.
Check bolted connections for
security and the elastic
element for wear. If the elastic
132 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
element is worn out, it has to
be replaced. See maintenance
manual 4.2.2.2 for elastic
Check trolley motor element replacement.
277 MHSE TRDR visual coupling elastic ring 1 5
inspection
278 TRLY TRLY lube Grease the truck pin 1 5
Clean cable reel reducer
279 TRLY TRLY clean vent plug 1 5
Place the spreader on the
ground and inspect the drum
grooves in that area where the
Both main hoist drum for rope leaves the drum as the
visual rope corrugation crane picks a container from a
280 MHSE MHST inspection 1 15 chassis/bomb cart.
Inspect both open drum groove
as the trolley moves the full
travel length. Any distortion or
visual Trolley drum for metal removal should be
281 MHSE TRDR inspection corrugation 2 15 noted.
With the boom in the operating
position, inspect the exposed
grooves for brinelling
(impressions caused by the
rope wires). Any damage to
the groove should be noted.
282 MHSE BHST visual Boom drum 1 5
inspection for corrugation
Check the open section of
each of these 8 sheaves for
distortion or surface damage to
Trolley sheave grooves the root radius. Any damage
visual for corrugation should be noted.
283 CRAN REEV inspection and damage 1 15
Check the treads and flanges
of each of the 8 wheels for
Trolley wheels for excessive wear and effects of
visual abnormal trolley steering problems.
284 TRLY TRLY inspection or excessive wear 1 5
Check each wear block to
insure that there is sufficient
wear material remaining to
reach the next quarterly
Slap and wear blocks for inspection. Replace those
visual excessive wear. blocks that will not last this
285 BMGD REEV inspection 1 10 long.
Check each thruster brake (2
at main hoist, 1 at trolley and 1
at boom) to verify oil level is
High speed brake within range. Add oil as
286 MHSE MECH visual thruster oil level 1 5 needed.
inspection
Inspect the trolley rail for
damage and material flow,
particularly adjacent to the
boom hinge joint. Inspect the
alignment of the rail sections
visual across the boom hinge joint.
287 BMGD TRLY inspection Trolley rail for damage 2 5
Check the load cell readings to
verify they are in range. The
cab display should
Load cells for proper be inspected as well as the
288 OCAB DRIV operating operation 1 2 crane production data report.
133 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
inspection
ANNUALLY
371 operating Operation and securing
ELR M ACON inspection condition of all four air 1 10
conditioner units
372 If any cracks occur or more than
MHS E BHST measure Check the boom hoist motor 1mm wear on each side occurs, the
inspection brake disc brake disc has to be replaced.
1 5
373 Lift the boom hoist motor
brake uniform shoe off
, release the brake via
actuator
,measure the gap between
the pads and disc on both
MHS E BHST operating sides. 2 5
inspection
374 Note: the maximum radial
misalignment should not exceed
0.05mm and
Boom hoist motor coupling the maximum angular misalignment
alignment(rad should not exceed 0.32 degree.
ial and angular alignment)
MHS E measure
BHST inspection 3 60
375 Take one bottle of fluid and
sent it to a relative lab for following
Check oil for water content test:
and cleanliness of boom 1.Kinematic
MHS E fluid sampling hoist reducer Viscosity
BHST 1 5 2.Partical Count 3.Water
content4.Metals by
Spectroscopi
376 Tight the screws of boom
MHS E visual hoist reducer
BHST inspection 1 5
377 Note: the wear in the drum
coupling is shown by the
misalignment
of the indicator in relation to
Check boom hoist drum the wear notch. If these limit
coupling wear and axial value is exceeded, it
MHS E visual alignment has to be
BHST inspection 1 2 replaced.
378 Tight the bolts of boom
hoist drum coupling
MHS E BHST visual 1 5
inspection
379 Check the boom hoist
reducer gears and gear
MHS E BHST operating meshing 2 5
inspection
380 Check boom hoist
MHS E visual emergency brake lining
BHST inspection 1 2
381 Grease the emergency
drive gear coupling with
MHS E BHST lube NLGI 1# 1 5
382 Check over speed limit
switch coupling wear and
MHS E visual axial alignment
BHST inspection 1 2
383 Check all rope roller
BMG D visual bracket weld connection
CATS inspection 2 0
134 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
384 Lube the rope roller
BMG D CATS lube bearing with NLGI1#(48 2 60
POINTS)
385 Check the rope slap
BMG D CATS visual block wear 2 0
inspection
386 Grease the hook bearing
CRGB lube with NLGI 1# 1 10
387 Check DC motor (main
hoist, trolley and boom
hoist motors) wiring and
CRA N DRIV visual commutator 1 10
inspection
388 Megger test the AF-300
drive and replace the DC
measure Lin.k capacitor and the Disconnect all drive terminals
inspection and cooling and perform
ELR M DRIV replaceme nt fan of the AF- 1 5 the test only on the main
300 drive. circuit.
389 Perform an insulation test
on the main line reactor
in the Crane Factor + Disconnect power before
MHS E DRIV measure Cabin 1 10 inspection.
inspection
390 Replace PLC
9030 CPU memory
ELR M DRIV replaceme nt backup battery 1 4
391 Resistor grills
ELR M ELEC visual overheating and dust 1 5
inspection
392 lubrication of
4,160V disconnect switch
GNT Y ELEC lube contact 1 15
393 Such three visual inspecktion
Setting of thermo, over can be done together.
ELR M ELEC visual current, timer relays 1 10
inspection
394 Inspect abnormal
condition of printed
ELR M visual boards and elements
ELEC inspection 1 10
395 Inspect damage of wiring,
terminals, wire code,
cable tray, cable conduit
CRA N ELEC visual 1 20
inspection
396 Installation and sound
condition of intercom
CRA N ELEC operating system 2 15
inspection
397 Replace emergency light
CRA N LITE operating batteries 1 10
inspection
398 Make sure all
terminals in the junction
boxes, control panels,
Genius I/Os and control
stations are well Switch off MV switchgear and
tightened, no cables or follow the
conductors LOTO precedure before
CRA N ELEC tighten bolts are damaged 2 60 inspection.
399 Prepare for
25T and 50T load in advance.
Test the load cells with empty
135 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
Check the readout of spreader, 25T and 50T load.
ELR M visual each load cell with Verify the readout.
ELEC inspection specified load 1 20
400 check the transformers
(main transformer,
lighting transformers,
control transformer)a nd
ensure air ducts are free
of any accumulation of
dust and debris and switch off the MV switchgear
any bolted and follow the lockout/tagout
MHS E ELEC visual connections of terminals 1 30 precedure.
inspection are in good condition
401 Check that all electrical
components are secure
TCTB ELEC visual to mount 1 5
inspection
402 The motor
overload protector is set
with the rated current on
the data plate for the
ELEV ELEV measure electric motor. 1 10
inspection
403 Inspect the equipment in
its entirety for corrision
and wear on loadbearing
and force - absorbing
ELEV ELEV visual components. 1 10
inspection
404 Measure the thickness of
lining. If the lining is worn
0.5mm, the
lining wear has to be
compensated.T he minimum
thickness of lining is 3mm. If
below 3 mm,
Measure the thickness of the pad has to be
GNT Y measure wheel brake lining replaced.refer to ZPMC wheel
GNTY inspection 1 20 brake manual.
405 seals and screwed
connections of the
GNT Y visual hydraulic system.
GNTY inspection 1 10
406 Take one bottle of fluid for
each reducers and sent them
to relative lab for following test:
1.Kinematic
Check oil for water Viscosity
content and cleanliness of 2.Partical Count 3.Water
GNT Y fluid sampling gantry reducers content
GNTY 1 60 4.Metals by
Spectroscopic
407 Greasing wheel
bearings(total
64 points),
GNT Y greasing equilizer
GNTY lube pins(total 112 points). 1 60
408 check headlock pins
using approved Send pins to relative shop to
LSYS HBLK measure NDT method 1 0 do 100%UT test.
inspection
409 Take one bottle of fuild from
the tank and sent it to relative
lab for at least
Check oil for water tests: 1.
content and cleanliness of particle count
136 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
hydraulic fluid of muti- 2. water content 3. metals by
BRC H fluid sampling function spectroscopic
HYDR power unit 1 5 4. Kinematic
Visco
410 Take one bottle of fuild from
the tank and sent it to relative
lab for at least
check oil for water tests: 1.
content and cleanliness of particle count
hydraulic fluid of wheel 2. water content 3. metals by
GNT Y fluid sampling brake spectroscopic
HYDR 1 5 4. Kinematic
Visco
411 Take one bottle of fuild from
the tank and sent it to relative
lab for at least
check oil for water tests: 1.
content and cleanliness of particle count
hydraulic fluid of 2. water content 3. metals by
MHS E fluid sampling Bubenzer SF24 brakes spectroscopic
HYDR 1 5 4. Kinematic
Visco
412 Check function of main
hoist emergency drive
MHS E operating select limit switches
LMTS inspection 1 5
413 Check function of trolley
emergency drive select
MHS E operating limit switches
LMTS inspection 1 5
414 Check function of boom
hoist emergency drive
MHS E operating select limit switches
LMTS inspection 1 5
415 Check the drum rope Refer to wire rope manual
MHS E MHST visual groove wear 1 5 section 5.0.
inspection
416 The maximum radial
misalignment should not
exceed
Check the main hoist 0.05mm and the maximum
motor coupling angular misalignment should
alignment(rad ial and not exceed 0.32 degree.
MHS E MHST measure angular) 3 120
inspection
417 The wear in the drum coupling
is shown by the misalignment
of the indicator in relation to
Check main hoist drum the wear notch. If these limit
MHS E visual coupling wear and axial value is exceeded,it has to be
MHST inspection alignment 1 5 replaced.
418 Check all bolt
connections
of the joint connection
MHS E MHST visual for main hoist drum 1 0
inspection coupling
419 Grease the emergency
drive gear coupling with
MHS E MHST lube NLGI 1# 1 5
420 Check over speed limit
switch coupling wear and
MHS E visual axial alignment
MHST inspection 1 2
421 Entire twistlock should be
137 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
measure Measure twistlocks using inspected with
OHTA inspection NDT 2 30 100%MT.
422 Check the transformers
and ensure no
accumulation of dust or
debris exist
and all bolted
connections of terminals transformer must be de-
TRLY OTHR clean are in good condition 1 15 energized
423 Check the plow
GNT Y visual structure bolt
PLOW inspection connection 1 5
424 Check the rope tensioner
sheave groove
BRC H REEV visual 1 2
inspection
425 Check tensioner cylinder no damage and oil leakage on
BRC H visual surface surface of cylinder.
REEV inspection 1 1
426 BOO M Grease the boom hoist
REEV lube wire rope with centigard 2 120
300
427 Grease the electric motor
with rust inhibitive
polyurea based grease
ROTR lube 1 5
428 Check rope guide and
securing device of Kone
MHS E SCRN visual crane 1 10
inspection
429 Strain relieving elements,
control cables and control
pendant housing for
damage of KONE crane
MHS E SCRN visual 1 5
inspection
430 Operation of brake of
MHS E SCRN operating Kone crane 2 10
inspection
431 Suspension of rope
MHS E visual anchorage of Kone crane
SCRN inspection 1 5
432 Tighten all bolts
MHS E operating connection of Kone crane
SCRN inspection 1 30
433 Check load hook for
cracks, cold deformation
MHS E visual and wear of Kone crane
SCRN inspection 1 5
434 bottom block and hook
MHS E visual fitting of Kone crane
SCRN inspection 1 5
435 Check coupling of the
creep speed hoist motor
MHS E visual of Kone crane
SCRN inspection 1 10
436 Operation of emergency
MHS E operating limit switch of Kone crane
SCRN inspection 1 10
437 MHS E operating Examine wire rope for
SCRN inspection damage and broken wires 2 30
438 Check rope securing
devices and play of rope
MHS E operating guide on drum
SCRN inspection 2 10
138 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
439 MHS E Grease wire rope
SCRN lube 2 30
440 Check snag sheave roller
BRC H SNAG visual assembly 1 2
inspection
441 Check snag system
BRC H SNAG visual frame weld cracks 1 5
inspection
442 Lube electric motor with
rust inhibitive polyurea
SPD R SPDR lube based grease 1 5
443 Check twistlock using Entire twistlocks should be
approved NDT method inspected with
SPD R SPDR measure 2 30 100% MT.
inspection
444 Repack bearings in
grease at roller assembly
SPD R SPDR lube 1 20
445 Check the quantity of gas
SPD R measure in the damper
SPDR inspection 1 20
446 This is only general description
for structure inspection. Detail
inspection is referred to
structure maintenance manual.
Check any structure for
visual damage
STRU inspection 2 120
447 The wear in the drum coupling
is shown by the misalignment
Check trolley drum of the indicator in relation to
coupling wear and axial the wear notch.
MHS E TRDR visual alignment 1 2 If these limit value is
inspection exceeded, it has to be
replaced.
448 Check all fixing screws of
trolley reducer for tighten
MHS E TRDR visual 1 5
inspection
449 Take ONE bottle of fluid and
have it sent to relative
lab for following test:
1.Kinematic
Check oil for water Viscosity
content and cleanliness of 2.Partical Count 3.Water
MHS E fluid sampling trolley content
TRDR Reducer 1 5 4.Metals by
Spectroscopic
450 The maximum radial
misalignment should not
exceed
Check trolley motor 0.05mm and the maximum
coupling angular misalignment should
alignment(rad not exceed 0.32 degree.
MHS E TRDR measure ial and angular alignment) 2 30
inspection
451 Carry out complete
MHS E visual inspection of gear unit. see flender manual.
TRDR inspection 2 30
452 Check drum rope groove
MHS E TRDR visual wear 1 5
inspection
453 Check all bolt connection
of the joint connection
139 Section VI. Scope of Service and Performance Specifications

Time
No Area System Task Description Man (min) Instructions
for main hoist drum
MHS E TRDR visual coupling 1 5
inspection
454 Grease the emergency
drive gear coupling with
MHS E TRDR lube NLGI 1# 1 5
455 The maximum allowable worn-
out of flange is
10% of original
flange thickness and the
Check trolley wheels's maximum allowable worn- out
visual wear of tread surface is 3%
TRLY TRLY inspection 1 5 of original size.
456 Grease cable reel
TRLY TRLY lube bearings 1 5
457 Check gear unit of cable
TRLY TRLY visual reel reducer. 1 10
inspection
Hourly (100 & 50 Hrs):
140 Section VI. Scope of Service and Performance Specifications

Time
No Area System Freq Task Description Tool Man
(min)
visual Check connection pins
463 ROTR 100Hrs 1 5
inspection for general wear
Check connection pins'
visual
464 ROTR 100Hrs sensors for security and 1 5
inspection
adjustments
visual Check all plumbing for
465 ROTR 100Hrs 1 2
inspection oil leaks
visual Check junction box for
466 ROTR 100Hrs 1 5
inspection security
visual Check all electric
467 ROTR 100Hrs 1 60
inspection connections
Check weld connection
visual
468 ROTR 100Hrs between wagon and the 1 5
inspection
slide pad hooks
visual Check bent areas of the
469 ROTR 100Hrs wagon 1 2
inspection
visual Check the wagon for
470 ROTR 100Hrs cracks 1 2
inspection
Check weld connection
visual
471 ROTR 100Hrs between cylinder lugs 1 5
inspection
and frame section
Check wear on cylinder
visual
472 ROTR 100Hrs lugs welded to frame 1 5
inspection
section
Check wagon for
visual
473 ROTR 100Hrs horizontal and vertical 1 5
inspection
deformations
Check top section for
visual
474 ROTR 100Hrs horizontal and vertical 1 5
inspection
deformations
Check weld connections
visual between the flanges and
475 ROTR 100Hrs 1 2
inspection the webs for top section
visual Check top section for
476 ROTR 100Hrs buckled web plates 1 5
inspection
Check frame section for
visual horizontal and vertical
477 ROTR 100Hrs 1 5
inspection deformations
visual Check frame section for
478 ROTR 100Hrs buckled web plates 1 5
inspection
Check top flange of the
visual
479 ROTR 100Hrs frame section for 1 5
inspection
excessive deflections
Check pick point for
visual
480 ROTR 100Hrs excess wear on the pick 1 5
inspection
points
visual Check deformed pick up
481 ROTR 100Hrs plates 1 5
inspection
141 Section VI. Scope of Service and Performance Specifications

Check loose bolts


visual between bearings and
482 ROTR 100Hrs 1 5
inspection mounting plates on top
section and wagon
visual Check wear on gear
483 ROTR 100Hrs Teeth 1 10
inspection
visual Check welds at
484 ROTR 100Hrs hydraulic power unit 1 2
inspection
Check welds at
visual
485 ROTR 100Hrs component support 1 2
inspection
bracket joints
visual Check hydraulic power
486 ROTR 100Hrs unit for security 1 5
inspection
visual Check hydraulic filter for
487 ROTR 100Hrs leaks 1 1
inspection
visual Check all plumbing for
488 ROTR 100Hrs oil leaks 1 1
inspection
visual Check motor for security
489 ROTR 100Hrs 1 5
inspection
visual Check gearbox for
490 ROTR 100Hrs security 1 5
inspection
operating Check 0 degree for
491 ROTR 100Hrs indication 1 2
inspection
operating Check 90 degree for
492 ROTR 100Hrs indication 1 2
inspection
operating Check 180 degree for
indication
493 ROTR 100Hrs 1 2
inspection
visual Cylinder
for leaks & connections
494 ROTR 100Hrs 1 2
inspection
visual Check bent rod
495 ROTR 100Hrs 1 2
inspection
visual Check slide
retaining plates &
bolts
496 ROTR 100Hrs 1 5
inspection
visual Check cat track
497 ROTR 100Hrs 1 5
inspection
operating Check shifted right
indication
498 ROTR 100Hrs 2 5
inspection
operating Check shifted left
indication
499 ROTR 100Hrs 2 5
inspection
Check main electric
visual
500 ROTR 100Hrs cabinet for security of all 1 20
inspection
components
Check main electric
visual
501 ROTR 100Hrs cabinet for security of all 1 20
inspection
wires
operating Function
component test all
502 ROTR 100Hrs 1 60
inspection
visual Check
cables security of all
503 ROTR 100Hrs 1 10
inspection
visual hoses security of all
Check
504 ROTR 100Hrs 1 5
inspection
142 Section VI. Scope of Service and Performance Specifications

visual Check oil


all plumbing for
505 ROTR 100Hrs 1 2
inspection leaks
operating Check rotate clockwise
506 ROTR 100Hrs 1 5
inspection starting at 90 degree
Check rotate counter
operating
507 ROTR 100Hrs clockwise starting at 90 1 5
inspection
degree
operating GPA shifting right
508 ROTR 100Hrs 1 10
inspection starting at center
operating GPA shifting left starting
509 ROTR 100Hrs 1 10
inspection at
cente
Replace the clean pad of
510 GNTY GNTY 1000Hrs replacement r
wheel brake 1 30
Change hydraulic oil
511 ROTR 1000Hrs replacement 2 60
Change hydraulic filter
512 ROTR 1000Hrs replacement element and hydraulic 2 60
reservoir oil strainer
Check unit for loose
visual
513 OHTA 50Hrs parts and obvious 1 10
inspection
damage
Drain the hydraulic oil
514 ROTR 50Hrs clean and clean the tank after 2 60
first 50 hrs operation
Replace hydraulic oil
filter element and
515 ROTR 50Hrs replacement 1 30
strainer after first 50 hrs
operation
visual Check any obvious
516 ROTR 50Hrs 1 5
inspection
visual Check hydraulic oil level
517 ROTR 50Hrs damage to the 1 2
inspection
visual Inspect rotation drive
518 ROTR 50Hrs structure in the 1 5
inspection
519 ROTR 50Hrs lube Grease the slides 1 5
reservior. lubrication
visual Check sheave grooves
520 LSYS HBLK 500Hrs 1 2
inspection
143 Section VI. Scope of Service and Performance Specifications

ANNEX C
AVAILABLE
SPAREPARTS
144 Section VI. Scope of Service and Performance Specifications

ANNEX C1- AVAILABLE SPARE PARTS FOR STS HANJUNG


AVAILABLE SPARE PARTS FOR STS HANJUNG
RMC01000 Armature 36A167135CA-001 UNT 4
RMC01001 Ammeter 0.20A +/-10V F72MA (0.20A + -10VDC) PA404B UNT 1
RMC01002 Ammeter 600-0-600A + / - 10V F72MA (600A + - 10VDC) PA404A UNT 1
RMC01003 Ammeter 0-150A OW SHUNT F72MA-60 (150 / 0 / 150A) PA 320A-D UNT 1
RMC01004 Ammeter 0.10A + / - 10VF96MA (0.10A + - VDC) PA333A UNT 1
RMC01005 Ammeter 2000-0-2000 A + / - 10V F96MA (2000 A + - 10 VDC) PA304A UNT 1
RMC01006 Amperometer Schunt 150A 60 MV SSHMA 150A R320F UNT 2
RMC01101 Main Coil & Pole assy 36A167655CAG25 - Gantry motors UNT 8
RMC01102 Herion connector # 81- UNT 8
RMC01104 Solenoid Coil 1501-3062 - Rail Clamp UNT 10
RMC01108 Hours Counter 110V AC F72HXX455XC0 UNT 1
RMC01109 Contactor 7.5KW 110V LCI-D18F7 UNT 1
RMC01110 Contactor 7.5KW 220V LCI-D18M7 UNT 1
RMC01111 Contactor 11KW 110V LCI- D25F7 UNT 1
RMC01112 Contactor 11KW 220V LCI- D25M7 UNT 1
RMC01113 Auxiliary Contactor 110V-50Hz CAD-32F7 UNT 1
RMC01114 Central Processing Unit CPU 315-2 PN /DP 6ES7315-2EH14 0AB0 E147A UNT 3
RMC01115 Micro Memory Card 512K Byte 6ES7953-8LJ30-0AA0 E147A UNT 3
RMC01116 20P Front Connector 6ES7392-1AJ00-0AA0 E147F UNT 3
RMC01117 40P Front Connector 6ES7392-1AM00-0AA0 E147C UNT 3
RMC01118 Profibus Connector 6ES 7972-OBA120-0XA0 UNT 1
RMC01119 Coil 110V AC LX1-FL110 UNT 1
RMC01120 Hours Counter 110 VAC 649951 P171B UNT 5
RMC01122 Lounch Current coil 110V 50Hz 029386 QF 102 C UNT 1
RMC01123 Auxiliary Contact 1$C 029450 QF103A UNT 6
RMC01124 Auxiliary Contact IOF A9A26924 QF110C UNT 10
RMC01125 Auxiliary Contactor 110V-50HZ CAD-32F7 KA121B UNT 10
RMC01126 Contactor 3P 400A CR1F400F7 KM434B UNT 1
RMC01127 Auxiliary Contacts 2NO GV2-AE20 QF101B UNT 15
RMC01128 Auxiliary Contatcs 1NO+2NC GV2-AW11 F201A UNT 1
RMC01129 Contactor Mechanical Latch Block 110/127 VAC -DC LAD-6K10F KM35A UNT 1
RMC01130 Auxiliary Contacts 3NO + 1NC LAD-N31 KM 125B UNT 10
RMC01132 Contactor 4KW 110V LC1- DO9F7 KM125B UNT 1
RMC01133 Contactor 7.5KW 110V LC1-D18F7 KM243G UNT 5
RMC01134 Contactor 7.5KW 220V LCI-D 18M7 KM230B UNT 2
RMC01135 Contactor 11KW 110V LCI- D25F7 KM271D UNT 3
RMC01137 Contactor 30KW 110V LC1- D65AF7 KM244A UNT 1
RMC01138 Contactor 25A 4P 110V LC1-DT25M7 KM230H UNT 1
RMC01139 Contactor 32A 4P 110V LC1-DT32F7 KM231C UNT 1
RMC01140 Contactor 3P 630A LC1- F630 KM344B UNT 2
RMC01141 Contactor 3P780A LC1- F780 KM130A UNT 1
145 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC01142 Short Terminal Cover 4P LV429516 QF201A UNT 1
RMC01143 Coil 110VAC LX1-FL110 KM344B UNT 3
RMC01201 Retaining Ring (Circlip for trolley wheel) C Type (#210) UNT 6
RMC01202 Tang Drive Coupling 126- 960-07646PT - Rail Clamp UNT 11
RMC01203 Circlip E30 S53-E0030-000 UNT 6
RMC01208 Gantry Gear Coupling 3RMQ3-34-027 UNT 22
RMC01300 Recond. TLS Hydraulic Cylinder UNT 1
RMC01400 Prysmian Spreader Cable (Spreaderflex, 3GSLTOE-J 48 x 2.5 sq mm; 0.6/1KV - UNT 1
Length 75M
RMC01401 PRYSMIAN - PALAZZO Festoon Fiber Flex 12*(62.5 / 125) 160mts UNT 1
RMC06000 BEARING 6014 2RS UNT 2
RMC06002 BEARING 6206 2RSR-03 UNT 5
RMC06003 Bearing 3213 S88-03213-000 UNT 10
RMC06004 Bearing 23028 CA/C3 W33 - Trolley wheel UNT 8
RMC06005 Bearing 5028 PP2NR UNT 37
RMC06006 Bearing 5022 PP2NR UNT 29
RMC06007 Bearing 6024 UNT 8
RMC06008 Bearing 6022 UNT 11
RMC06009 Bearing 6032 S88-06032-000 UNT 5
RMC06010 Bearing 6030 S88-06030-000 UNT 10
RMC06011 Bearing 3207 UNT 10
RMC06012 Bearing 6013-2RS1-SKF UNT 10
RMC06013 Taper Roller Bearing 32010 UNT 8
RMC06014 Bearing 30312J UNT 4
RMC06015 Bearing 6220 UNT 10
RMC06016 Bearing 6224 UNT 10
RMC06017 Bearing GE100ES 2RS UNT 2
RMC06018 Bearing Roller 22226C UNT 4
RMC06019 Bearing Roller 22220E UNT 2
RMC06020 Bearing 6207 ZZ C3 UNT 12
RMC08000 Carbon BRUSH 36A164453AAP21 - Hoist motor UNT 48
RMC08003 Carbon Brush for Trolley Motor 36A164452AAP21 PR 2
RMC08004 Automatic Breaker NSX630N 630A LV 432803 UNT 1
RMC08005 Automatic Breaker IC60N 1PC2A A9F74102 QF121A UNT 2
RMC08006 Automatic Breaker IC60N 1PC2A A9774102 QF120A UNT 5
RMC08007 Automatic Breaker IC60N 1PC6A A9F74106 QF116D EA 1
RMC08008 Automatic Breaker IC60N QF111B 2PC2A A9F74202 UNT 5
RMC08009 Automatic Breaker IC60N 2PC4A A9F74204 QF112B UNT 5
RMC08010 Automatic Breaker IC60H 2PD2A A9F75202 QF206A UNT 5
RMC08011 Automatic Breaker IC60N 1PC10A A9F79110 QF116F UNT 1
RMC08012 Automatic Breaker IC60N 1PC50A A9F79150 QF115B UNT 1
RMC08013 Automatic Breaker IC60H 2PC6A A9F79206 QF110E UNT 3
RMC08014 Automatic Breaker IC60N 2PC10A A9F79210 QF116B UNT 3
146 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC08015 Automatic Breaker IC60H 2PC16A A9F79216 QF110C UNT 3
RMC08016 Automatic Breaker IC60H 2PC25A A9F79225 QF215B UNT 1
RMC08018 Automatic Breaker IC60N 4PC25A A9F79425 QF214B UNT 1
RMC08019 Automatic Breaker IC60N 4PC32A A9F79432 QF215C UNT 1
RMC08020 Automatic Breaker IC60N 4PC40A A9F79440 QF202D UNT 1
RMC08021 Automatic Breaker IC60N 4PC50A A9F79450 QF201B UNT 1
RMC08022 Automatic Breaker IC60H 3PD25A A9F85325 QM805B UNT 1
RMC08023 Automatic Breaker IC60H 4PD25A A9F85425 QF203BB UNT 1
RMC08024 Automatic Breaker 25A GV2-L22 QM322A UNT 2
RMC08025 Automatic Breaker 0-25- 0.4A GV2-ME03 QF305B UNT 2
RMC08026 Automatic Breaker 0.63- JA GV2-ME05 QF102A UNT 2
RMC08027 Automatic Breaker 1.6- 2,5A GV2-ME07 QM212C UNT 2
RMC08028 Automatic Breaker 2.5-4A GV2-ME08 QM218A UNT 5
RMC08029 Automatic Breaker 4.6,3A QM212A GV2ME10 UNT 2
RMC08030 Automatic Breaker 6-10A GV2-ME14 QM313B UNT 2
RMC08031 Automatic Breaker 9-14A GV2-ME16 QM211A UNT 2
RMC08032 Automatic Breaker 13-18A GV2-ME20 QM210A UNT 2
RMC08033 Automatic Breaker 17-23A GV2-ME21 QM213A UNT 2
RMC08034 Automatic Breaker 1-1,6A GV2-RT06 QF208A UNT 1
RMC08036 Automatic Breaker 4.6,3A GV2-RT10 QF207A UNT 1
RMC08037 Automatic Breaker 9-14A QF110A GV2-RT16 UNT 1
RMC08038 Automatic Breaker 13-18A GV2-RT20 UNT 1
RMC08039 Automatic Breaker 48-65A GV3-P65 QF103C UNT 1
RMC08040 Automatic Breaker 3P100A LV429006 QF226A UNT 1
RMC08041 Automatic Breaker 4P100A LV429011 QF201C UNT 1
RMC08042 Automatic Breaker 4P 250A LV431411 QF 202A UNT 1
RMC09001 Additional Block for GV3-ME 2NO GV3-A02 QF103C UNT 1
RMC09002 Mechanical Block LA9- FG970 KM434A UNT 1
RMC09003 Bolt M28 x140 Long GR10.9 UNT 48
RMC10002 ARM - TWIST LOCK (TYPE 2) / 57059 <CH010> UNT 1
RMC10004 Complete Armature for Hoist Motor GE 5CD605MA811C800 <CH429> UNT 2
RMC10009 ACTUATOR (LIMIT SWITCH) ZCKE09 UNT 5
RMC10101 U-PACKING 125 X 112 <CH154> UNT 12
RMC10102 U-PACKING 60 X 70 <CH155> UNT 6
RMC10600 VALVE - SHOCK RELIEF / 78371 <CH180> UNT 1
RMC10601 VALVE - PRESSURE LIMIT <CH352> UNT 1
RMC10602 VALVE MANIFOLD BLOCK / 73119 <CH187> UNT 1
RMC10603 VALVE BLOCK / 78413 <CH455> UNT 1
RMC10604 VALVE BLOCK FOR TLS <CH377> UNT 3
RMC10605 VALVE PLUG (BALL) 3/8? <CH350> UNT 3
RMC10606 Valve Solenoid 015047/4 01 <CH370> UNT 2
RMC10610 Solenoid Valve D3W026BNYW42 110V 50HZ 350 bar Make Parker UNT 3
RMC10702 Voltmeter 500-0-500V DIrect F72MV-100 DIR PV402A UNT 1
147 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC10703 Voltmeter 500-0-500V Direct F96MV-100 DIR PV316C Direct F96MV-100 DIR UNT 1
RMC11002 CABLE - EMERGENCY BRAKE / <CH253/1> UNT 1
RMC11003 CABLE GLAND MS 16 / 70931 <CH440> UNT 20
RMC11004 CABLE GLAND PG 11 / 70929 <CH441> UNT 1
RMC11007 MAIN SUPPLY TRAILING CABLE <CH503> UNT 1
RMC11009 CHAIN LOCK (SIMPLEX) / 71512 <CH191> UNT 1
RMC11010 CHAIN LOCK (SIMPLEX) / 71513 <CH193> UNT 10
RMC11011 CHAIN WHEEL / 46765 <CH008> UNT 6
RMC11016 CIRCLIP E30 <CH388> UNT 1
RMC11019 CONNECTION BLOCK / TSXBLK1 <CH094> UNT 2
RMC11020 CONNECTION BLOCK / TSXBLK4 / 082714 <CH095> UNT 2
RMC11021 COUPLING 3002301-410 <CH133> UNT 4
RMC11026 CROWN GEAR INNERING 120 SR1-00557-000 <CH389/2> UNT 1
RMC11029 CARTRIDGE PEN (GREEN) / FKH-952507 <CH346> UNT 4
RMC11030 CARTRIDGE PEN (RED) / 22015-122-426-201D <CH348> UNT 30
RMC11031 CARTRIDGE PEN (RED) / 22015-426-201C <CH349> UNT 3
RMC11032 CARTRIDGE PEN (RED) / 22027-425314 <CH345> UNT 15
RMC11033 CARTRIDGE RAM ? 256K <CH260> UNT 2
RMC11034 CARTRIDGE FOR SOLENOID VALVE <CH353> UNT 2
RMC11035 CHART RECORDING / EH0100 <CH347> UNT 8
RMC11036 CAPACITOR 31MFD 450V UNT 7
RMC11038 GEAR COUPLING KBT10 8- 470.504.130 MB3 UNT 1
RMC11039 GEAR COUPLING KBT10 8- 470.504.131 MB2 UNT 1
RMC11040 INTERNAL CIRCLIP 19MM UNT 39
RMC11041 CIRCLIP FOR TROLLEY WHEEL UNT 3
RMC11042 Lift Hybrid CABLE(32M) 4G6 + 2X(2X2 - 5MM+2X1) 3002198-114 UNT 1
RMC11048 Coax CABLE RG62AA/U M 377
RMC11101 WASHER / 3000094-165 <CH145> UNT 25
RMC11103 WASHER / 75292 <CH208> UNT 1
RMC11104 WASHER / 75328 <CH215> UNT 68
RMC11105 WASHER 17 X 30 X 3 / 75296 <CH218> UNT 9
RMC11106 WASHER 64 X 12 X 1.6 / 75293 <CH212> UNT 48
RMC11108 SPRING WASHER 945-16930 UNT 6
RMC11109 LOCK WASHER M50 170-070- 25101PT - RAIL CLAMP UNT 6
RMC11110 WASHER 3000 094 178 UNT 1
RMC11112 Washer 3000401-188 - Lift UNT 105
RMC11113 Rubber WASHER - 0467191- 000 - Lift UNT 47
RMC11114 WASHER SOL MTG-3/32 PL ST 813820200 - Gantry brake coil UNT 41
RMC11116 PLATE WASHERS (3RMQ2-31- 022) UNT 2
RMC11118 Thrustor Washer Drawing No 1RMQ5-35-300 - Headblock UNT 8
RMC11119 Aligning Washer Drawing No 1RMQ5-35-300 - Headblock UNT 8
RMC11120 Washer M28 GR10.9 UNT 96
RMC11200 WIPER MOTOR (REAR) 290410 <CH285> UNT 1
148 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC11201 WIPER REAR ARM – 290410 UNT 4
RMC11203 Trolley wheel 3RMQ2- 28-201 UNT 7
RMC11204 WHEEL COVER <CH336> UNT 11
RMC11205 Worm Screw 300 SR1- 00224-001 <CH394> UNT 1
RMC11206 WORM SCREW 120.0 SR1- 00222-001 <CH394/1> UNT 2
RMC13000 COIL & POLE (COMMON) FOR GANTRY MOTOR / 36A16605CAG01 <CH342> UNT 1
RMC13001 COIL FOR GANTRY MOTOR <CH656> UNT 4
RMC13003 Solenoid Coil for rail clamp 1501-3062 <CH246> UNT 2
RMC13010 COIL SHOE FOR GANTRY MOTOR <CH343> UNT 2
RMC13011 MAIN HOIST FIELD COILS <CH432> UNT 3
RMC13012 FEILD COIL DRIVE MOTOR <CH433> UNT 4
RMC16000 DISC 520 <CH653> UNT 1
RMC16002 STATIONERY DISC ST-3 LUG V OR H 8-003-211-01 <CH357/5> UNT 10
RMC16003 Friction Disc Kit 5-66- 8414-00 <CH357> UNT 9
RMC16004 DROP TEST UNIT <CH660> UNT 1
RMC16007 Differential Block For Switch IC60 30MA A9V41363 QF 203A UNT 1
RMC16009 Voltage Lightning Discharge Device DVM TNC 255 FM (P.N 951 305) UNT 2
RMC17000 Sinamics DCM 4Q 400V-13A 420Vdc-15A 6RA8013- 6DV62-0AA0 UNT 1
RMC26000 FILTER AIR BOOM <CH400/1> UNT 11
RMC26005 FILTER OIL - TRIM / 310600 <CH014> UNT 15
RMC26006 FILTER OIL - TROLLEY WIRE ROPE / 1262969 <CH015> UNT 14
RMC26007 FILTER PRESSURE PI 3608 11 1BR / 70331 <CH450> UNT 2
RMC26008 Adapter Flange 8-001244600214 UNT 1
RMC26009 FILTER Hydac RFM BN/HC165G1 UNT 10
RMC26010 RC Filter 110/240V LAD- 4RC3U KM 125B UNT 3
RMC26011 RC Filter 50/110V LA4- FRCF KM344B UNT 3
RMC26012 Rc Filter 110/240V LAD- 4RCU KA121B UNT 10
RMC27009 Fuse 22x58 GG 100A 015596 UNT 5
RMC27010 Fuse 5x20 2A Legrand UNT 177
RMC27011 Extra Rapid Fuse 35A 690V GR000 3NE 1803-00 FU310E UNT 13
RMC27012 Extra Rapid Fuse 20A 690V GR000 3NE 1814-0 FU330B UNT 15
RMC27013 Extra Rapid Fuse 500A/1000V GR2 3NE3334-0B FU302B UNT 6
RMC27014 Extra Rapid Fuse 800A/800V GR2 3NE3338-8 FU301B UNT 8
RMC27015 Fuse 22 x 58 GG 100A 015596 FU201A UNT 6
RMC27017 Solefuse Fuses UTE without striker 24V/6.3A - Sub station No1 UNT 6
RMC27018 Fuse Holder 2P-10.3 X 38 DF102 FU316C UNT 3
RMC31000 Gasket Reservoir GT-HPU- 8-ALL 177-077-08034PT - Rail Clamp UNT 3
RMC31001 GASKET 120.0 SR1-00102- 000 <CH390> UNT 6
RMC31002 Hirschman Connector Gasket GT-HIRSCH-CONN 177-077-26547PT 177- 077- UNT 8
26547PT
RMC32005 Crown Gear / 300 SR1- 00558-000 <CH339> UNT 1
RMC32006 GEAR WHEEL SALE GEAR BOX / 46770 <CH396/1> UNT 2
RMC32008 GEAR TROLLEY DRIVE <CH417> UNT 1
149 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC32009 GANTREX RAIL CLIP SET <CH423> UNT 1,409
RMC32010 GANTREX RUBBER PAD <CH424> UNT 600
RMC32011 GANTRY DRIVE WHEEL ASSEMBLY <CH661> UNT 1
RMC32012 GANTRY WHEEL AND AXLE ASSY <CH655> UNT 1
RMC32023 Crown Gear Innering 12010 SR1-00557-000 UNT 2
RMC36010 HYD HOSE + FITTINGS 1/4 X 0.60MT X 2PLY UNT 2
RMC36020 HYD HOSE + FITTINGS 3/8 X 0.80CM X 2P (TD 18D) UNT 1
RMC36023 HYD HOSE + FITTINGS 3/8 X 3MT20 X 2P (TD 18D,TD 18 90D) UNT 1
RMC3610A HYD HOSE + FITTINGS 1/4 X 0.64MT X 2PLY UNT 2
RMC3610B HYD. HOSE + FITTING 1/4 X 0.60MT X 2P - J1/2 90* & J1/2 45* UNT 3
RMC3621B HYD HOSE + FITTINGS 3/8 X 1MT40 X 2P (TD 18D,TD 18 90D) UNT 3
RMC3640C HYD HOSE + FITTINGS 5/8 X 0.60CM X 2P (ETAFO 30/90D) UNT 1
RMC3640D HYD HOSE + FITTINGS 5/8 X 0.60CM X 2P (ETAFO 30/90D, ETAFO 30D) UNT 1
RMC37000 HOLDER BRUSH - BOOM MOTOR / 36A160421AAG02 <CH034> UNT 8
RMC37001 HOLDER BRUSH - GANTRY MOTOR / 36B47012AA <CH035> UNT 24
RMC37002 HOLDER BRUSH - HOIST MOTOR (WITH SPRING) / 36A160423AAG02 KIT UNT 32
<CH036/1>
RMC37003 HOLDER BRUSH - HOIST MOTOR / 36A160422AAG02 <CH036> UNT 1
RMC37005 HOLDER SPRING BRUSH - GANTRY MOTOR / 36B467012AA001 <CH035/1> UNT 8
RMC37006 HOLDER SPRING BRUSH - HOIST MOTOR <CH039/1> UNT 6
RMC37007 HANDLE / 3001986 - 418 <CH121> UNT 2
RMC37012 HORN 24V UNT 3
RMC38002 Fuse Holder 22 x 58 3P 021604 FU 201A UNT 2
RMC38003 Fuse Holder 315A GRCO 3WH3330 FU310E UNT 1
RMC38004 Fuse Holder GR.3 3WH3430 FU301B UNT 1
RMC41000 INDICATOR FOR TEMPERATURE LEVEL / 76920 <CH194> UNT 3
RMC41002 INSERT FEMALE 75685 UNT 2
RMC41005 IGNITOR FOR FLOODLIGHT 1000W - REF NIKKON 9000 UNT 15
RMC41006 Insulation Control Device IMD-IM10 A110B UNT 1
RMC56000 LIGHT INDICATING (GREEN) / XB4 BV63 / 061116 <CH072> UNT 2
RMC56001 LIGHT INDICATING (RED) <CH259> UNT 1
RMC56002 LIGHT INDICATING (YELLOW) <CH296> UNT 6
RMC56005 White Lamp 110V XB4-BVG1 H560A UNT 3
RMC56006 Green Lamp 110V XB4-BVG3 H560A UNT 3
RMC56007 Red Lamp 110V XB4-BVG4 H560B UNT 3
RMC56008 Blue Lamp 110V XB4-BVG6 H560B UNT 3
RMC56010 Lock For NSX 041940 QF201A UNT 1
RMC57001 LEVER & PINION KIT (SOLENOID) / 5-66-7321- 00 <CH357/6> UNT 6
RMC57002 LOAD CELL / PT3 CAPACITY 20T - Crane <CH340> UNT 5
RMC60001 BEARING 23028 - TROLLEY WHEEL <CH334> UNT 11
RMC60002 BEARING 9098647-000 (SLIDE FOR CENTRIFUGAL BRAKE) <CH250> UNT 6
RMC60003 BEARING 3001100-009 <CH229> UNT 2
RMC60004 BEARING 3002243-809 <CH230> UNT 2
150 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC60006 BEARING 894A605011 <CH226> UNT 1
RMC60007 BEARING 894A605013 <CH234> UNT 1
RMC60008 BEARING 894A605-014 <CH233> UNT 1
RMC60009 BEARING 894A605016 <CH235> UNT 1
RMC60011 BEARING TAPER ROLLER CUP/CONE 32010X - RAIL CLAMP <CH387/9> UNT 1
RMC60018 BEARING 6032 S88-06032- 000 <CH387/6> UNT 1
RMC60021 BEARING 6212 ? 2Z / C3 <CH387/15> UNT 3
RMC60022 BEARING 6220C3 <CH232> UNT 1
RMC60027 BEARING SL 04-5022PP2NR <CH511> UNT 2
RMC60028 BEARING LOCKWASHER / 166-081-25101PT <CH400> UNT 1
RMC60029 BEARING 22210 C3 UNT 7
RMC60030 BEARING 22212E/C3 UNT 18
RMC60031 BEARING 32210J UNT 10
RMC60034 BEARING 6206 2RSR-03 UNT 1
RMC60036 BEARING CONE/CUP 88648/88610 UNT 14
RMC60037 BEARING S TYPE FG56208 / UCF208 UNT 16
RMC60038 BEARING 6224 SKF UNT 3
RMC60042 BEARING 5030NR SL04- 5030NR UNT 3
RMC60043 BEARING 22310 E1 C3 UNT 4
RMC60044 Tapered roller BEARING 30312J UNT 1
RMC60045 Tapered roller BEARING 32934 UNT 2
RMC61000 MOTOR BOOM 120KW <CH659> UNT 1
RMC61015 TLS Motor UNT 1
RMC61016 Rope Tensioner Motor UNT 1
RMC61018 Monophase Supplier 10A 400V ABL8RPS24100 A804A UNT 1
RMC62003 MODULE DIODE RECTIFIER / IRK091 <CH307> UNT 8
RMC62010 MEMBRANE / 3002071-312 <CH135> UNT 5
RMC62011 Safety Module for Emergency Stop PNOZ S5 48-240V 750135 KA 125C UNT 1
RMC62012 Safety Module For Emergency Stop PNOZ X7 774053 KA 124A UNT 1
RMC62013 Module 32 Digital Input 120V AC 6ES7321-1EL00- 0AA0 UNT 11
RMC62014 Module 16 Digital Input 120/230vac 6ES7321- 1FH00-0AA0 E449D UNT 5
RMC62015 Module 8 Digital Output 24VDC-5A-Relays 6ES 7322-1HF10-0AA0 E147G UNT 10
RMC62016 Module 8 Analog Input-13 Bit 6ES 7331-1KF02-0AB0 E147B UNT 3
RMC62017 IM153 Interface Module for ET200M 6ES7153- 1AA03-0XB0 UNT 11
RMC62018 Earth Leakage Protection Module 30MA A9Q41225 QF207B UNT 2
RMC62019 Mechanic Interlock LV429369 QF202A UNT 1
RMC62020 Module 16 Digital Input 24VDC 6ES7321-IBH02-0AA0 E852C UNT 2
RMC62022 Module 16 Digital output 24VDC 0.5A 6ES7322- 1BH01-0AA0 E830B UNT 2
RMC62023 Module 2 Analog Output 6ES7332-5HBO1-OABO EF30B UNT 2
RMC62024 Mechanical With Rope Type WDS P85 00208043 BQ180A UNT 4
RMC63001 MLogic 2.3 630A LV432080 QF102C UNT 1
RMC66000 NUT (NYLOCK) / 3000438- 118 <CH146> UNT 26
RMC66001 NUT (NYLOCK) / 76460 <CH216> UNT 8
151 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC66002 NUT (NYLOCK) M16 / 74955 <CH202> UNT 3
RMC66003 NUT (NYLOCK) M20 / 75052 <CH197> UNT 15
RMC66004 NUT (NYLOCK) M6 / 75098 <CH219> UNT 12
RMC66006 Nut M28 GR10.9 UNT 48
RMC67000 Network Analyzer PAC3200 24VDC 7KM2111-1BA00-3AA0 PJ102A UNT 1
RMC70010 BOLT (HEXAGON) / 3000071-453 <CH148> UNT 27
RMC70011 BOLT AND NUT 24X105 (HT) <CH381> UNT 16
RMC70013 BOLT FOR SHOCK ABSORBER / 15607 <CH190> UNT 13
RMC70014 BOLT M12 / 75054 <CH199> UNT 22
RMC70019 BUFFER RUBBER / 78557 <CH196> UNT 10
RMC70020 BALLAST 1000W MH E40 230V AC UNT 3
RMC70021 BALISE BMA1223DUR <CH019> UNT 3
RMC70023 BUSHING 9055982-000 UNT 9
RMC70024 Bolt & Castle Nut Drawing No 1RMQ5-35-300 - Headblock UNT 6
RMC70025 BUFFER 9MBN-140-15 - Gantry UNT 2
RMC70027 Cellular Buffer with Safety Device UNT 1
RMC71000 O.RING 4093 S79-04093- 000 <CH391/2> UNT 3
RMC71001 O.RING 4325 S79-04325- 000 <CH391/1> UNT 6
RMC71002 O.RING 4512 S79-04512- 000 <CH391/3> UNT 7
RMC71003 O.RING / NBRG125 <CH158> UNT 15
RMC71004 O.RING / NBRG45 <CH157> UNT 6
RMC71005 O.RING / NBRG75 <CH449> UNT 7
RMC76000 PUMP GEAR / 12SQ.CM - BOOM <CH354> UNT 2
RMC76002 Hydraulic Pump A10VSO18DFR/30 UNT 1
RMC76003 Isolation Hand Pump 121- 960-07797PT - Rail Clamp UNT 2
RMC77000 PIN - BLOCKADING / 75175 <CH209> UNT 4
RMC77004 PLATE GLIDE / 55060 <CH007> UNT 5
RMC77005 PLATE ROBALON M315X160X20 / 54018 <CH002> UNT 4
RMC77007 PLATE ROBALON M315X165X15 / 54017 <CH003> UNT 5
RMC77012 PUSH BUTTON (BLACK) / XB2 BA21 / 061000 <CH033> UNT 6
RMC77014 PUSH BUTTON (RED) / XB2BA42 <CH257> UNT 2
RMC77016 PUSH BUTTON / 3002071- 106 <CH136> UNT 1
RMC77019 POWER PACK HYDRAULIC <CH408> UNT 1
RMC77020 PINION / 9057060/060 <CH118> UNT 1
RMC77028 PIN 9064232-000 UNT 9
RMC77029 PIN FOR TROLLEY ROPE SHEAVE 3RMQ2-30-201 UNT 1
RMC77030 Pin for Headblock Sheave 3RMQ5-35-205 UNT 1
RMC77033 PIN FOR BOOM TACKLE SHEAVE 3RMQ2-27-004 UNT 1
RMC77037 SHEAVE PIN (3RMQ5-31- 020) UNT 3
RMC77038 Sheave PIN Ref 3RMQ5-30-121 UNT 1
RMC77039 Split PIN Drawing No 2rmq2-35-303 - Crane UNT 3
RMC77040 Sheave PIN Ref 3RMQ3-30-111 UNT 1
RMC78003 Rope Guard Pad 450 X 364 X 70 - MC901 UNT 5
152 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC78005 Sliding PLATE 9058189- 000 – LIFT UNT 58
RMC78006 END PLATES (3RMQ2-31- 017) UNT 1
RMC78007 END PLATE (3RMQ2-31-021) UNT 4
RMC78009 End Plate Ref 3RMQ3-30- 114 - Headblock UNT 1
RMC78010 End Plate Ref 3RMQ3-30-124 - Headblock UNT 5
RMC78011 Guide PLATES Drawing No 1RMQ5-35-600 UNT 12
RMC78012 Input Bevel PINION material : SCM415 - Gantry gearbox UNT 1
RMC79000 Main Pole Shims Set 36A167790ABO12 UNT 16
RMC79001 Presence & Sequence Phases 400V RM4-TR32 UNT 2
RMC79003 Supplier PS 307 120/230V AC 24VDC-5A 6ES7307- 1EA01-0AA0 UNT 1
RMC79004 Supplier PS-307 120/230V AC 6ES7307-1KA02-0AA0 UNT 1
RMC79005 Presence & Sequence Phases 400V RM17-TE00 KV101A UNT 1
RMC79006 Presence & Sequence Phases 400V RM17-TE00 KV202B UNT 3
RMC79009 Black Push Button 1NO XB4-BA21 S163D UNT 5
RMC79010 Red Push Button 1NC XB4- BA42 S55OC UNT 1
RMC79011 Emergency Push Button XB4-BS8445 S162A UNT 1
RMC79014 Profibus Connector 6ES7972-OBA120-0XA0 UNT 14
RMC79015 Profibus Encoder Type ISSA 608 881801-01 BQ180A UNT 3
RMC79016 Profibus Encoder Type ISA608 809645-01 BQ181A UNT 2
RMC80000 BRAKE - BOOM <CH415> UNT 1
RMC80003 BRAKE LINING / 3001231- 900 <CH128> UNT 3
RMC80004 BRAKE LINING / 9068670 - 000 <CH251> UNT 2
RMC80005 BRAKE PAD (EMERGENCY) FOR BOOM HOIST <CH364> UNT 6
RMC80006 Brake Pad for Hoist Motor <CH320> UNT 10
RMC80012 FLOODLIGHT BULB 1000W MH E40 230V AC <CH022> UNT 2
RMC80013 BRUSH CARBON FOR BOOM MOTOR 36A164451ABP18 <CH038> UNT 41
RMC80014 BRUSH CARBON FOR GANTRY MOTOR 36A167402AAP04 <CH031> UNT 29
RMC80016 BRUSH CARBON FOR TROLLEY MOTOR 36A164452AAP21 <CH042> UNT 10
RMC80019 BRAKE PAD CPL. SB23 8-251.577 UNT 10
RMC80021 Air BREATHER SNAB-AS-08 UNT 5
RMC80022 Air BREATHER SNAB-AS-16 UNT 2
RMC86015 VEE RING VS-170 S77- 00170-000 <CH393/1> UNT 5
RMC86017 RECTIFIER for new brake - Pintsch Bubenzer UNT 3
RMC86020 Interface Relay EGR EG2 UNT 1
RMC86021 Spreader Camera Samsung SNZ-6320 UNT 1
RMC86022 Hemispheric Camera + Mounting device SNF- 8010VM UNT 1
RMC86023 Radio Name TVCC103-03 Device Type Samsung SNZ5200 UNT 1
RMC86024 Antenna 900-20-BS-90 UNT 1
RMC86025 Magnetic Relay 73-115A RM1-XA 1801 F320A UNT 2
RMC86027 Repeater 12MBAND IP20 6ES7972-0AA02-0XA0 E1481A UNT 2
RMC86029 Relay Output Module Sm322 6ES7322-1HF10-0AA0 UNT 4
RMC87000 Ungalvanised Steel Wire Rope 32mm X 885M - Boom <CH453> UNT 5
RMC87001 Ungalv. Wire Rope 28mm x 570M 6 X 36WS + IWRC 1770N/MM2 RHOL - UNT 8
153 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


HOIST<CH452>
RMC87002 Ungalv. Steel W.Rope 20mm x 161M - 6x36WS+IWRC RHOL 1770 N/MM2 UNT 22
Landside Trolley <CH500>
RMC87003 Ungalv Steel W.Rope 20mm x 215M 6X36WS+IWRC 1770N/MM2 RHOL - UNT 14
Water Side Trolley <CH501>
RMC87004 RIVET / 3000506-904 <CH249> UNT 7
RMC87006 ROLLER / 9054939-000 <CH139> UNT 3
RMC87010 COUNTER ROLLER ASSY 9056 494 - 000 UNT 6
RMC87014 Festoon Galvanised Wire Sling 12.5mm x 2350mm(6 x 37 1WRC) EA 10
RMC87016 Festoon Galvanised Wire UNT 5
RMC87017 Festoon Galvanised Wire Sling Dia 12.5mm x 6750mm(6 x 37 1WRC) UNT 26
RMC90000 Spacer BUSH Ref 3RMQ3- 30-123 UNT 4
RMC91000 SEAL DUST 60X68X5X6.5 <CH446> UNT 7
RMC91001 SEAL OIL / 130-150-12 (MAIN HOIST REDUCER) <CH166> UNT 2
RMC91002 SEAL OIL / 85 X 110 X 13 (TROLLEY DRIVE REDUCER) <CH170> UNT 1
RMC91003 Oil Seal A 65 x 100 x 12 / AE479 (TROLLEY DRIVE REDUCER) <CH169> UNT 4
RMC91004 Oil Seal 65x100x12 S78- 06512-101 <CH168> UNT 12
RMC91006 SEAL OIL / S78-17012-200 <CH165> UNT 1
RMC91007 Seal Oil 130X160X12 - Hoist gearbox <CH398> UNT 20
RMC91008 SEAL OIL 40X52X7 <CH392/5> UNT 4
RMC91009 Oil Seal A 150 x 180 x 12 / S78-15012-180 <CH392/1> UNT 12
RMC91010 Oil Seal A 170 x200 x 12 / S78-17012-200 <CH392/2> UNT 16
RMC91011 Oil Seal A 65 x 100 x 12 / VITON S79-04512-000 <CH392/3> UNT 12
RMC91012 SEAL OIL A6510012 VITON S78-06512-100 <CH392/4> UNT 3
RMC91013 SEAL (SET) FOR POWER UNIT / D15 <CH378> UNT 3
RMC91015 SEAL KIT DGMC-2-5 / 78203 <CH451> UNT 9
RMC91017 SEAL REDUCER FOR MAIN HOIST <CH171> UNT 4
RMC91018 SEAL 049-48757 UNT 6
RMC91019 SEAL 049-48758 UNT 14
RMC91020 SEAL 049-48789 UNT 26
RMC91021 OIL SEAL 40 X 20 X 7MM UNT 6
RMC91022 OIL SEAL 40 X 62 X 7MM UNT 6
RMC91023 OIL SEAL 40 X 80 X 10 UNT 8
RMC91025 PISTON SEAL 049-48767 UNT 26
RMC91026 ROD SEAL 049-48771 UNT 26
RMC91028 SEAL OIL 108 X 87 X 10(425 X 343 X 35) - GANTRY MOTOR UNT 20
RMC91029 SEAL OIL 47 X 20 X 5 UNT 22
RMC91030 Seal Kit 163-507-09202PT / 175-075-32160PT - Rail Clamp cyl. cylinder UNT 10
RMC91031 Oil SEAL 170 X 200 X 16 UNT 26
RMC91033 Oil Seal 65 x 100 x 10 UNT 5
RMC91035 Seal Kit for Thruster(Hoist) ED20116- 245-54-1 UNT 6
RMC91036 Seal Kit for Thruster(Boom) Trolley ED 80/6-245-041-9 UNT 6
RMC91037 Oil Seal 45 x 100 x 12 UNT 10
154 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC92000 Proximity Switch Wenglor 3001606-102 <CH125> UNT 1
RMC92001 SWITCH PROXIMITY / 3001606-212 <CH127> UNT 1
RMC92002 SWITCH PROXIMITY / 3001606-213 <CH116> UNT 2
RMC92003 Proximity Switch (TURCK) / NI 15-P30SR-FZ3X2 <CH356> UNT 6
RMC92006 LIMIT SWITCH (INTERNAL ROTARY) <CH070> UNT 2
RMC92007 LIMIT SWITCH / 3000263- 900 <CH143> UNT 1
RMC92008 Limit Switch T4VH 336- 11Z-M20-1861-4 3000263- 951 <CH123> UNT 9
RMC92009 LIMIT SWITCH / 3000263- 956 <CH149> UNT 2
RMC92011 LIMIT SWITCH FOR DOUBLE STAGE ROTARY / 164-803- 24573PT <CH245> UNT 7
RMC92013 Limit Switch for Rotary <CH258> UNT 6
RMC92014 LIMIT SWITCH KIT (MICRO SIDE) / 5-55-2004-00 <CH357/4> UNT 2
RMC92015 On-Off Auxiliary Switch 26924 OF 3A 415V Make MERLIN GERIN <CH298> UNT 6
RMC92016 SWITCH CAM / XBC D19108M12 / 065565 <CH040> UNT 1
RMC92017 SWITCH CAM / XBC D19704M12 / 065572 <CH041> UNT 1
RMC92020 Micro Switch XCK2110P16 (064725) <CH319> UNT 7
RMC92021 SWITCH SELECTOR / 3000869-210 <CH141> UNT 2
RMC92023 SOLENOID VALVE (DOUBLE) / 76054 <CH238> UNT 3
RMC92025 Solenoid Valve for Hyd. Compressor 163-702-2645 9PT - Rail Clamp <CH247> UNT 1
RMC92026 LINE VOLTAGE CONDITIONER <CH500/1> UNT 1
RMC92029 Transit Time Sensor X1TA101MHT88 / 85365019 UNT 3
RMC92030 LIMIT SWITCH ACTUATOR ASSY 227-961-03149PT - RAIL CLAMP UNT 4
RMC92031 LIMIT SWITCH MS-OMRON- D4A-2717N 164-076- 24573PT UNT 2
RMC92032 Distance SOCKET 0467150- 102 – Lift UNT 57
RMC92037 Shunt STR23SE QF102C 032490 UNT 1
RMC92038 Automatic Switch NS125ON 3P 1250A 033478 QF103B UNT 1
RMC92039 Automatic Switch 10A GV2-L14 QM243A UNT 1
RMC92040 Magneto Thermic UNT 2
RMC92042 2 Pos key Selector Switch 1NO XB4-BG21 S556H UNT 1
RMC92043 2 Pos Key Selector Switch (Left) XB4-BG61 SA125D UNT 5
RMC92044 Selector Switch XB4-BJ33 $550G UNT 1
RMC92045 Supplier PS307 120/230VAC/24VDC-10A 6E57307-IKA02-0AA0 GS246A UNT 2
RMC92046 Sinamics DCM 4Q400V-13A 420VDC-15A 6RA8013- 6DV62-0AA0 UJ334A UNT 2
RMC92048 Sinamics G120 PM240 400V,30KW 6SL 3224-0BE33-0AA0 UJ226A UNT 2
RMC92052 Telemecanique Metal Safety Switch XCS-E7331 110/120V UNT 3
RMC93002 SLEEVE PLASTIC / 76244 <CH176> UNT 1
RMC93003 SPRING PRESSURE 3001227- 025 <CH134> UNT 5
RMC93005 Spring 9002991-000 - Lift Alimak <CH120/1> UNT 11
RMC93006 SPRING FOR OPERATOR SEAT <CH386> UNT 1
RMC93007 Inner Spring CX-NER-CXHV LH ALL ASTM A401 / 176- 066-53376PT - Rail UNT 16
clamp
RMC93008 Outer Springs CS-OUT- CXHV-LH-ALL 176-066- 25368PT - Rail clamp UNT 16
RMC93009 SPRING PIN 162-000- 22382PT / M5 X 75 DIN 1481 - RAIL CLAMP <CH452/1> UNT 10
RMC93011 SCREW (ALLEN) M16 X 40 / 75619 <CH207> UNT 2
155 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


RMC93012 SCREW / 75147 <CH201/1> UNT 10
RMC93014 SCREW 6 X 16 / 75146 <CH211> UNT 2
RMC93015 SCREW MF66 8 X 105 / 74865 <CH221> UNT 3
RMC93016 Serrated Shoes 221-107- 45954 PT <CH239> UNT -1
RMC93018 SHAFT CONTROL FOR CENTRIFUGAL BRAKE / 9098662-000 <CH248> UNT 2
RMC93019 SHIM FOR SHOCK ABSORBER / 42815 <CH188> UNT 1
RMC93020 SPACE HEATER KIT 230V 527200700 - Gantry Brake <CH357/2> UNT 39
RMC93021 Spacer Heater Kit 75W/240V 895A644002 - Gantry motor <CH357/3> UNT 44
RMC93022 SPACER (I) 3RMQ2-28-204 <CH335> UNT 16
RMC93023 Spacer(I I) 3RMQ2-28-205 - Trolley wheel UNT 8
RMC93032 Stop Button (Emergency) 3SB3203-1HA20-0CC0 <CH371/1> UNT 4
RMC93033 STRAINER FOR HYD. COMPRESSOR / 163-200-23903PT - RAIL CLAMP UNT 3
<CH240>
RMC93036 SPRING TORSION <CH393> UNT 17
RMC93037 SPRING TORSION (HEAD BLOCK - LHS) <CH391> UNT 3
RMC93041 SHLDR S SH 5/6 DX 05-ST 926-110800 - Gantry brake coil UNT 47
RMC94001 MAIN HOIST SHEAVE 3RMQ5- UNT 1
RMC94002 BOOM WIRE ROPE SHEAVE 3RMQ2-27-002 UNT 2
RMC94005 SPACER (3RMQ5-31-025) UNT 3
RMC94007 Spacer Ref 3RMQ5-30-122 UNT 1
RMC94009 SPACER RMQ2-28-200 - Trolley wheel UNT 5
RMC94011 Serrated Shoes 221-107- 45954PT - Rail Clamp PR 3
RMC94012 Recond. Hoist Sheave UNT 3
RMC95000 Wire Sling 2000mm (Design as per dwg) UNT 10
RMC95001 Wire Sling 3600mm (Design as per dwg) UNT 10
RMC96002 TACHO GENERATOR FOR HOIST MOTOR / 2212840 <CH281> UNT 1
RMC96005 TEMPERATURE LEVEL HYDRAULIC COMPRESSOR SWITCH/ 164-076-45993PT UNT 5
<CH244>
RMC96006 TERMINAL LINE (LOCAL) <CH321> UNT 2
RMC96007 THERMOFORM RAYCHEM <CH372> UNT 2
RMC96008 THERMOFORM RAYCHEM / BS0083 <CH373> UNT 1
RMC96009 THERMOFORM RAYCHEM / BS0090 <CH374> UNT 5
RMC96010 THRUSTOR FOR BOOM LATCH <CH405> UNT 2
RMC96011 THRUSTOR FOR TROLLEY - 1448 <CH406> UNT 1
RMC96017 TWISTLOCK pin & castle nut Drawing No 2RMQ5-35- 302 -Headblock UNT 4
RMC97000 Current Transformer 2000/5A TAA 1602K0X05 TA 102 B UNT 2
RMC97008 Trip Unit TM63D 80A 4P LV429051 QF201C UNT 1
RMC97009 Rotary Drive Direct LV429337 QF202C UNT 1
RMC97010 Rotary Drive With Door Coupling LV429338 QF201A UNT 1
RMC97011 Rotary Drive With Door Coupling LV429344 QF201A UNT 1
RMC97012 Trip Unit TM250D LV431450 QF202A UNT 1
Spares for Lift Alimak for Hanjung Cranes
LFH06001 Centrifugal Brake R- 175/17 9058025-164 UNT 1
156 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS HANJUNG


LFH60000 Battery CHARGER BCH2 3001930-002 UNT 4
LFH60001 BRACKET 9056596-000 UNT 1
LFH86000 Guide ROLLER 9056372-000 UNT 8
LFH86001 Guide ROLLER 9063515-000 UNT 7
LFH86002 Roller 3001441-128 UNT 16
LFH86003 Roller 9001576-000 UNT 8
LFH96000 Pulse TRANSMITTER 3001964-170 UNT 3
LFM06001 Complete Brake 3001263-682 UNT 1
LFM10000 ACTUATOR with plug 9102466-001 - Lift UNT 2
LFM11000 CIRCLIP 3002125-140 UNT 4
LFM11001 COUPLING ELEMENT 3001399-045 UNT 9
LFM11100 WASHER 0466926-102 UNT 16
LFM11101 LOCK WASHER 9057062-000 UNT 2
LFM60000 BRAKE SHOE WITH BRAKE LINING 9103898-000 UNT 6
LFM60001 CENTRIFUGAL BRAKE 9095236-100 rev.J UNT 1
LFM66000 LOCK NUT 3002138-116 UNT 32
LFM77000 PINION 9064317-000 UNT 2
LFM86000 COUNTER ROLLER 9064142-000 UNT 2
LFM91000 SHAFT 9005442-009 UNT 2
LFM91001 RUBBER SPRING 9002991-000 UNT 16
LFM91002 SCREW 3001786-376 UNT 32
LFM91003 SCREW 3000071-633 UNT 2
LFM91004 SPACER 9065088-000 UNT 2
157 Section VI. Scope of Service and Performance Specifications

ANNEX C2- AVAILABLE SPARE PARTS FOR STS IMCC


AVAILABLE SPARE PARTS FOR STS IMCC
STS01000 Axle Ref : D50-220 DIN 1013 Drawing No 16.2020.00.02 UNT 4
STS01003 Axle Ref: 40g6-106 DIN 1013 (RAW D45) Drawing No 16.2030.00.02 UNT 16
STS01100 Cam Stromag 48BM-699 360(Geared cam limit switch 151-06249) UNT 1
STS01101 Cable Lapkabel Unitronic BUS FD P COMBI IBS 3*2*0,25+3*1,0 Art 2170218 M 68
STS01102 Trailing Cable ( Roll of 320 metre ) ROL 1
STS01103 Coupling Q75110028 SGEA3IM06077 + EGE 3FS + SGEA31FS200 UNT 2
STS01107 Control Card IGD3 6SE7033-2EG84-1JF1 UNT 2
STS01108 Tesys D Contactor LC1D25BD Schneider Electric UNT 10
STS01109 Converter Cable Reel ( 6SE7022-6EC61-Z + G91) UNT 1
STS01110 Seutron Pin Download Cable TP4225 UNT 1
STS01111 Field Bus Connector PLC GL LR BV UNT 15
STS01113 Rondoflex Cable NGRDGOU J 5 cores 25mm2 0.6-1kv (150MT per reel) ROL 4
STS01114 Rondoflex Festoon Cable NGRDG 04-5-4 Cores x 16MM2 (Approx Reel of 150 UNT 6
MTS
STS01116 Contactor AC 3RT1015- 2A002 UNT 10
STS01117 Contactor AC 3RT1016- 2AP01 UNT 10
STS01119 Rubber Round Cable Optic TXG-4 6G62 5-125 (Length 143M) - Festoon UNT 3
STS01120 Central Processing Unit 6ES7414-3EM05 0AB0 CPU 414-3 PN/DP Simatic S7-400 UNT 2
STS01200 Cushion for Boom Flexible Coupling EBK 100(Ref 321488) UNT 2
STS01201 Quick Connection Q78583601 + Q78583602 SF1006 + SM1006 UNT 1
STS01203 Cover D= 100 B= 10 NBR UNT 2
STS01204 Cover D= 130 B= 12 NBR UNT 3
STS01206 Catenary Clamp O3-MO61- O486 - Festoon system UNT 2
STS01207 Rd Cable Clamp O31941- O36 x 4OO/4OO - Festoon system UNT 6
STS01209 Main Hoist Drum Coupling UNT 2
STS06000 Bearing 22207-E1-C3 - Trolley guide UNT 8
STS06001 Bearing 6012.RSR (FAG) UNT 8
STS06002 Bearing SL04 5024 PP2NR UNT 26
STS06004 Bearing Shield EB300-50 8-412.000046 UNT 3
STS06005 Roller Bearing 23022 ES TVPB UNT 11
STS06006 Roller Bearing 23136 ES TVPB UNT 3
STS06007 Bushing Kit (Does 1 Brake ) ( Dis Brake SB 8.11 Ed23-30/5 ) UNT 1
STS06008 Bushes Ref : 50/40-7.0 (RAW PL8) Drawing No 16.2030.00.03 UNT 30
STS06009 Set of Bushing for Hoist Brake SB28 (S/N 97- 47915) UNT 5
STS06010 Set of Bushing for Trolley Brake SB 23 (S/N 27634-97) UNT 3
STS06011 Set of Bushing for Trolley Brake SB 8.11 (S/N 49076-06-5) UNT 1
STS06014 Bearing 32309 UNT 16
STS07000 Braking shoes TP/0000N160000 UNT 5
STS07001 Filler Breather (Ref:TAP 90 F L10 AM 00 C 120) Q81010050 UNT 4
STS07002 Trolley Brake Pad with Lining Type 04 8- 251.171.024 UNT 15
STS07003 Toothed Belt (Optibelt Alpha) V16 T10/2500 A451492 UNT 23
158 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS07004 Optibelt Alpha V16 T10- 2700 A434450 UNT 21
STS07006 Rubber End Stop Buffer 031980 R 080X080/517- 01(3028958) UNT 53
STS07012 INP 180 Beam (18ft) - Festoon system UNT 2
STS08001 Buzzer(Audible Signal Device) 3SB3233-7BA10 UNT 20
STS08004 Circuit Breaker 16A 5Y4 110-7 UNT 6
STS08005 Block Contact Auxiliary 3RH1911-2HA12 UNT 10
STS08006 Block Contact Auxiliary 3RH1911-2GA22 UNT 10
STS08007 Block Contact Auxiliary 3RH1921-2HA31 UNT 10
STS09000 Brake pad complete SB23 - Boom Hoist UNT 8
STS09001 Motor brake disc linings for brake pad Brake kfb25 - Gantry UNT 8
STS09002 Electromagnetic spring applied brake Type NFF4 / 277-90076 UNT 2
STS10001 ALARM SOUNDER/BCN RED AC 105DB - 18-980549 <STS91> UNT 7
STS10019 ARM 9094894-202 UNT 2
STS10020 ARM 9094953-202 UNT 1
STS10601 Pressure relief valve Q40021802 VS 20 UNT 7
STS10602 Electrovalve with coil and connector Q44007103 / Q42907101 UNT 3
STS10603 Three Ball Valve Q81621827 (Ref; RS 3 34 T) UNT 4
STS10604 Pressure Relief Valve (VS-80 04.11.05.03.99.100) Q40221805 UNT 5
STS10605 Pressure Relief Valve (VS-80 / 0.4.11.05.03.99.20) Q40221804 UNT 5
STS10606 CHECK VALVE (REF: MVPP- 5B /50) Q46045703 UNT 4
STS10608 Check Valve (Ref: VU 200 - 0.35 bar) Q45421807 UNT 5
STS10610 Pressure Relief Valve (Ref:VS-80 / 0.4.11.05.03.99.05) Q40221807 UNT 5
STS10611 Throttle Check Valve Q41116 102 FT 257/5-38 UNT 4
STS11002 CABLE REEL - SPREADER <STS13/24> UNT 1
STS11003 Trolley shielded CABLE W52661/NGRDOU-0/6 X (2X1)sqmm M 143
STS11004 CABLE SPREADER 260M <STS13/22> UNT 1
STS11005 CONTACTOR AC - 3RT1035- 1BB44 SIEMENS <STS12/15> UNT 2
STS11006 CONTACTOR AC - 3RT1346- 1AP00 SIEMENS <STS12/16> UNT 1
STS11007 CONTACTOR AC - 3RT1456- 6AP36 SIEMENS <STS12/18> UNT 2
STS11008 CONTACTOR AC - 3RT 10 26-3BB40 <STS12/14> UNT 2
STS11010 CONTACTOR AC - 3RT10 15- 2A902 <STS12/9> UNT 1
STS11011 CONTACTOR AC - 3RT10 16- 2AP01 <STS12/10> UNT 2
STS11013 CONTACTOR AC - 3RT10 25- 3AP00 <STS12/12> UNT 2
STS11014 CONTACTOR AC - 3RT10 25- 3BB40 <STS12/13> UNT 2
STS11016 CONTACTOR AC - 3RT1476- 6AP36 <STS12/20> UNT 2
STS11017 CONTACTOR AC - 3RT1466- 6AP36 <STS12/19> UNT 2
STS11018 CONTACTOR AC/DC OPERATED 3RT1036 -1BB44 <STS12/7> UNT 2
STS11019 Contact Auxiliary Relay 3RH1140 - 2AP00 <STS12/3> UNT 2
STS11020 CONTACTOR - 3RV 1021- 4DA15 <STS12/21> UNT 2
STS11021 CONTACTOR - 3RT1317- 2AP00 SIEMENS <STS12/17> UNT 2
STS11023 Contact - 1NO 3SB3423-0B <STS12/23> UNT 1
STS11024 CONTACT - 1NO+1NC 3SB3403-OA <STS12/25> UNT 2
STS11025 CONTACT - 2NC - 3SB3403- OE <STS12/22> UNT 3
159 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS11026 CONNECTOR MATING CONN-DIN-8F-W <STS12/26> UNT 7
STS11027 MCB -5SY4116-7 <STS62/7> UNT 5
STS11031 Teleflex CABLE 3002297-100 UNT 2
STS11032 Flexible Trailing CABLE 3C x 120 sqmm + 3C x 25 sqmm 3.6 / 6KV M 639
STS11100 WASHER 3001788-308 UNT 1
STS11101 WASHER 3000091-186 UNT 16
STS11102 WASHER 9067195-000 UNT 4
STS11200 Driven wheel with shaft d-dDia 210x1128 / Dwg. 12.2120.00.02 - Gantry UNT 1
<STS111/1>
STS11201 Non-Driven wheel with shaft - Dia 210x628 / Dwg. 12.4300.00.01 - Gantry UNT 1
<STS111/2>
STS11204 WHEEL 9094909-000 UNT 1
STS11205 WHEEL 9094955-000 UNT 1
STS11206 Re-machine Trolley Wheel UNT 4
STS11207 Running Wheel for Catenary Trolley Ref : HK D250 (Refer to drawing UNT 4
No16.2020.00.01)
STS12000 CAM 9095319-000 UNT 1
STS12001 CARD CONTROL 1GD8 - 6SE7038-6EK84-1JC2 <STS13/7> UNT 2
STS12002 CARD CONTROL ABO - 6SE7033-7EH84-1BH0 <STS13/15> UNT 2
STS12004 CARD CONTROL CUVC 6SE7090-0XX84-6AB5 <STS13/17> UNT 6
STS12006 CARD CONTROL IGD4 - 6SE7033-2EG84-1JF1 <STS13/16> UNT 2
STS12007 Control Card(Inverter Interface Module) IVI 6SE7031-2HF84-1BG0 <STS13/11> UNT 6
STS12008 CARD CONTROL I V I - 6SE7038-6GL84-1BG2 <STS13/8> UNT 2
STS12009 CARD CONTROL OBO - 6SE7033-2EG84-1BH0 <STS13/12> UNT 3
STS12010 CARD CONTROL OBO - 6SE7041-1TK84-1BH0 <STS13/9> UNT 2
STS12011 Motion Card (Rectifier Interface Module) 6SE7041-8EK85 -1HA0 <STS13/2> UNT 3
STS12012 CARD CONTROL PEU5 - 6SE7090-0XX84-2FA0 <STS13/3> UNT 2
STS12013 CARD CONTROL PSU1 6SE7031-7HG84-1JA1 <STS13/14> UNT 3
STS12014 CARD CONTROL PSU2 - 6SE7038-6GL84-1JA1 <STS13/10> UNT 2
STS12015 Card Control SML3 6SE7038-6EK84-1GG0 <STS13/6> UNT 5
STS12016 Card Control SMU3 - 6SE7038-6EK84-1GF10 <STS13/5> UNT 5
STS12017 CARD TERMINAL - EB1 - 6SE7090-0XX84-0KB0 <STS13> UNT 2
STS12018 Central Processing Unit 6ES7412-1XJ05-0AB0 CPU-1 <STS13/18> UNT 2
STS13000 COUPLING FLEXIBLE PIN EBK 1000-800-100H7PI- 90H7P - MAIN HOIST <STS11/2> UNT 2
STS13001 Trolley drive input coupling SHB type EBK 100-400-40H7PI-60H7PI <STS11/3> UNT 2
STS13002 COUPLING JAURE BARREL TYPE TCB-1500 - MAIN HOIST <STS11/1> UNT 2
STS13005 Flexible COUPLING 322072 - Hoist motor UNT 1
STS13008 Pipe CLAMP 3001195-3091 UNT 4
STS16000 DIGITAL INPUT ET200S - 6ES7131 - 4BD01 - 0AA0 <STS16> UNT 6
STS16001 Digital Output Module ET200S - 6ES7132 - 4BD02-0AA0 <STS16/1> UNT 9
STS16003 DOOR LATCH(SAFETY SWITCH) - TZ1RE024M <STS16/2> UNT 4
STS16004 DEHNGUARD(Protection Module) T600 No 900671 UNT 10
STS16006 Friction DISC 3001263-681 UNT 2
160 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS21000 Serial ABS Encoder CEV65M-10122 TR Electronic France UNT 3
STS21002 Encoder Siemens 1XP8001- 1 / 1024 UNT 2
STS26003 FILTER ELEMENT NR.20 PRESSURE LINE TLS - HP 0504A10ARP 01- SPREADER UNT 14
<STS26/5>
STS26004 FILTER ELEMENT NR.20 RETURN LINE TLS - MF 100 3A 25 HB - SPREADER UNT 15
<STS26/4>
STS26005 FILTER HYDRAULIC ELEMENT 1250490 HYDAC 0160D 010 BN3HC - SPREADER UNT 14
<STS26/3>
STS26006 FILTER HYDRAULIC ELEMENT 8ZZ10 - SPREADER <STS26/2> SET 13
STS26008 Return Line Filter Q706100208 MPT 100-3-S- A-G 2-A 25-N-B-B-EC UNT 6
STS26009 Pressure Line Filter Q706100115 FMM 050-4B- A-D-A10N P01/N7 UNT 6
STS26010 Filter(Cartridge) MP Filtri MF020 1 P25 N B P01 - Rail Clamp UNT 11
STS26011 Delivery Side - Oil Filter Q704071003 HFC 3/8" F UNT 3
STS27000 FUSE 170M 630A 6SY7000- 0AC03 - RECTIFIER UNIT <STS27/18> UNT 2
STS27001 FUSE 30A 6SY7000-0AC42 - RECTIFIER UNIT <STS27/15> UNT 4
STS27003 FUSE 5A 6SY7000-0AB62 - RECTIFIER UNIT <STS27/17> UNT 2
STS27004 FUSE 630A 3NE3336 SIEMENS - RECTIFIER UNIT <STS27/13> UNT 5
STS27005 FUSE T2A 6SY7010-2AA01 - RECTIFIER UNIT <STS27/12> UNT 7
STS27006 FUSE T7A 6SY7010-2AA23 - RECTIFIER UNIT <STS27/14> UNT 9
STS27007 FUSE LINK 16A NH00 - 3NA3 805 <STS27/10> UNT 12
STS27008 FUSE LINK 25A NHO 3NA3 810 <STS27/3> UNT 4
STS27009 FUSE LINK 35A - NH00 P.NO 3NA3 814 <STS27/4> UNT 10
STS27010 FUSE LINK 50A - NH00 3NA3 820 <STS27/5> UNT 11
STS27011 FUSE LINK 63A - NH00 - 3NA3 822 <STS27/6> UNT 49
STS27012 FUSE LINK 100A NH0 P.NO 3NA3030 <STS27> UNT 12
STS27013 FUSE LINK 125A NHO.P. NO 3NA3 032 <STS27/1> UNT 12
STS27014 FUSE LINK 125A NH00 - 3NA3 832 <STS27/8> UNT 12
STS27015 FUSE LINK 300A NH2.P 3NA3250 <STS27/2> UNT 12
STS27016 FUSE LINK 315A NH2 - 3NA3 252 <STS27/9> UNT 24
STS27017 FUSE LINK NH00 100A - 3NA3 830 <STS27/7> UNT 12
STS27018 FUSE LINK SITOR 35A - 3NE1 803-0 <STS27/11> UNT 22
STS28003 FAN HQD 40/8/4 HELIOS UNT 8
STS28004 FAN HVR 150/2E HELIOS UNT 4
STS28005 Centrifugal Fan for IMCC STS 6S7000-OAB67 UNT 8
STS37001 HYGROSTATE - SK3118000 <STS36> UNT 1
STS37004 Hydraulic Unit Protection K18SCITP20NO200000 SCI- TP20-NO4-00000 UNT 4
STS41000 DIGITAL TACHO INTERFACE 6SE7090-0XX84-3DB0 UNT 5
STS41002 Oil Level Indicator (Ref:LV 002) TA Q81010057 UNT 1
STS41004 Impeller for hydraulic pump for Thruster Eldro ED 301/6(S/N 06/77732) UNT 3
STS41005 Impeller for hydraulic pump for Thruster Eldro ED 80/6(S/N 97/397028) UNT 3
STS41006 Impeller for hydraulic pump for Thruster Elhy EB 300-50(S/N 039033 11/13) UNT 1
STS41007 Impeller for hydraulic pump for Thruster Eldro ED 201/6(S/N 98161 323) UNT 3
STS42000 IGBT Transistor Module FZ1200R 12KF5 ( 6SY7000-OAC77) UNT 6
161 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS42001 IGBT Transistor Module FZ900R 12KF5 ( 6SY7000- OAC84) UNT 8
STS51002 KNOB ACTUATOR - 3SB3208- 2DA11-0CC0 <STS51/3> UNT 5
STS51003 KNOB ACTUATOR 0-1 - STAY - 3SB3000-2KA11 <STS51> UNT 7
STS51004 KNOB ACTUATOR ILLUMINATED - 3SB3001- 2KA31 <STS51/1> UNT 8
STS56000 LIGHT EMERGENCY 1x18W <STS56/22> UNT 1
STS56002 LIGHT FIXTURE 2 Nos NORMAL 2x18W <STS56/20> UNT 1
STS56006 LAMP INDICATOR 22M - 3SB3403-1PA <STS56/3> UNT 9
STS56007 LAMP INDICATOR 22MM - 3SB3403-6BA-1PE <STS56/5> UNT 10
STS56008 LAMP INDICATOR 22MM - 3SB3403-6BA20-1PB <STS56/2> UNT 10
STS56009 LAMP INDICATOR 22MM - 3SB3403-1PC <STS56/4> UNT 9
STS56011 LED 22MM BLUE - 3SB3423- 1PD <STS56/11> UNT 2
STS56012 LED 22MM GREEN - 3SB3423-1PC <STS56/10> UNT 12
STS56013 LED 22MM GREEN - 3SB3423-1RC <STS56/13> UNT 4
STS56014 LED 22MM WHITE - 3SB3423-1PE <STS56/12> UNT 2
STS56015 LED 22MM RED - 3SB3423- 1PB SIEMENS <STS56/9> UNT 5
STS56016 LED 22MM YELLOW - 3SB3403-1PA SIEMENS <STS56/14> UNT 10
STS56017 LENSE 22MM GREEN - 3SB3930-6CA4 <STS56/15> UNT 11
STS56019 LENSE 22MM WHITE - 3SB3930-6CA6 <STS56/18> UNT 13
STS56020 LENSE 22MM RED - 3SB3930-6CA2 SIEMENS <STS56/17> UNT 12
STS57000 Load Cell With Cable SKL-250-80-220 <STS57/1> UNT 4
STS57001 Locking assembly 1015.0 180X235-92 - Trolley <STS56> UNT 2
STS57002 Locking asembly 3073 180X192-35 (8998833) - Trolley <STS56/1> UNT 2
STS57003 LINK OPTICAL - 6GK1502- 2CB10 <STS71> UNT 2
STS57004 MASTER LINK UNT 2
STS57005 LEVER 9097341-000 UNT 1
STS57006 Locking Device KTR 203720X47 UNT 8
STS57007 Limit Switch Lever TA064-12Y-M25 (Schmersal) UNT 2
STS57008 Limit Switch Lever NE490 FV Stromag UNT 2
STS60000 BEARING 51236NP <STS7/14> UNT 1
STS60002 Deep Groove Ball BEARING 22218 E1 TVPB - Guide roller trolley <STS7/7> UNT 3
STS60004 BEARING GX 60T <STS7/13> UNT 25
STS60006 BEARING NAS 5020ZZNR <STS7/10> UNT 32
STS60007 BEARING ROLLWAY 22216MBW33 <STS7/11> UNT 16
STS60008 BEARING ROLLWAY 51236M <STS7/12> UNT 2
STS60009 BEARING SL 04 140 PP WITH GROOVE - BOOM HOIST SHEAVE <STS7/1> UNT 1
STS60012 BEARING ROLLER - 23022 E1 TVPB <STS7/3> UNT 1
STS60013 BEARING ROLLER - 23136 E1 TVPB <STS7/2> UNT 2
STS60014 Roller bearing 22228 E MBW33 - Gantry <STS7/4> UNT 17
STS60015 BEARING (SL04 5012PP 2NR) UNT 10
STS60019 BEARING housing 3002227-200 UNT 1
STS60020 BEARING 9054937 - 000 UNT 4
STS60021 Ball BEARING 3001100 - 005 UNT 12
STS60022 BUSHING 3002227-200 UNT 4
162 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS61001 METER (TIME COUNTER) - 7KT5 801 <STS11/5> UNT 2
STS61002 MODULE POWER DC 24V - 6ES7138 - 4CA01-0AA0 <STS61/6> UNT 7
STS61003 MODULE ANALOG INPUT - 6ES7134-4FB51-0AB0 <STS61/7> UNT 4
STS61004 MODULE ANALOG INPUT - 6ES7134-4GB01-0AB0 <STS61/8> UNT 3
STS61005 MODULE INTERFACE - IF 964-DP - 6ES7964 - 2AA04-0AB0 <STS61/4> UNT 2
STS61007 MODULE RAM - 6ES7952 - 1AK00 - 00A0 <STS61/3> UNT 1
STS61008 MODULE SSI - 6ES7138- 4DB03-0AB0 <STS61/9> UNT 5
STS61009 Terminal Module TM-E 6ES7193 - 4CB30 - 0AA0 <STS61/11> UNT 4
STS61010 Module Terminal TME - 6ES7193-4CA30-0AA0 <STS61/10> UNT 18
STS61011 Set of Terminal Modules(Siemens) for ET200s PLC system - 6ES7193-4CD30-0AA0 UNT 21
<STS61/12>
STS61016 MOTOR HOIST BOOM - ODRKF 200-L4BBT 135KW <STS62/3> UNT 1
STS61018 Trolley motor DRKF 225 M-4 (T) <STS62/6> UNT 1
STS61020 INPUT MODULE 230V AC 1001747 - SPREADER UNT 19
STS61021 OUTPUT MODULE 0-240V AC - SPREADER UNT 31
STS61022 Interface MODULE Profibus S7400 1F964-DP - 6ES7-964-2AA04-OABO - SIEMENS UNT 3
STS61024 Fan Motor Wistro 17.07.0000 Type C35 I1- 2-2 FLA 1 BG 132 UNT 2
STS61026 MOTOR Q681L01 UNT 1
STS61027 TLS Motor Q682L27 9.2kw, 400-50 H2 / 4P / B5 / IPSS+HEATER+PTC UNT 1
STS61028 Encoder Programming Module TR Electronic TP4 UNT 1
STS62000 Manifold (Ref: SCIC 3514-013) K18SC35140130 UNT 2
STS62001 Manifold (REF: SCIC3514- 012) K18SC35140120 UNT 2
STS62002 Manifold (REF:SCIC 3514- 014) K18SC35140140 UNT 1
STS62003 Manifold (REF:SCIC 3514- 011) K18SC35140110 UNT 1
STS62005 Manifold (REF:SCIC 3514- 015) K18SC35140150 UNT 1
STS63000 Transistor Module 6SY7000-0AF12 UNT 12
STS63001 Inverter Triggering Module IGD8 ( 6SE7038- 6EK84-1JC2 UNT 1
STS66001 Lock NUT 3000438-124 UNT 8
STS70001 BATTERY BACK-UP - 6ES7971 - 0BA00 <STS6/10> UNT 2
STS70003 BLOCK AUXILIARY BLOCK - 3RH1921 - 2HA31 <STS6/9> UNT 1
STS70004 BLOCK CONTACT AUXILIARY - 3RH1911 - 2GA22 <STS6/6> UNT 2
STS70005 BLOCK CONTACT AUXILIARY - 3RH1911-2HA12 <STS6/7> UNT 2
STS70006 BLOCK CONTACT AUXILIARY - 3RH1921 - 2FA22 <STS6/8> UNT 2
STS70007 BUFFER FOR FLOODLIGHT <STS6/15> SET 4
STS70009 BUS END MODULE 3UF1900 - 1KA00 <STS61/2> UNT 2
STS70010 BUSH - DU 260H7/300H7 X 147MM - BOOM HING BEARING <STS7/15> UNT 1
STS70011 BUZZER AC/DC 24V COMPLETE 3SB32 33-7BA10 <STS6/17> UNT 1
STS70013 CABLE GLAND UNT 1
STS70014 BUFFER ASSY 1000991 UNT 2
STS70017 BELLOW 3001762 - 200H UNT 4
STS76000 Pin for TLS sheave D120 X 230 1.7225 + QT UNT 1
STS76004 Tension PIN 3000134-911 UNT 4
STS76005 Weld PLATE 9063388-005 UNT 16
163 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS76006 Securing PLATE 9063574-409 UNT 16
STS77000 PUSH BUTTON (Auxiliary contact block) 3RH1911 - 1FA22 CR118 <STS6/16> UNT 2
STS77001 PUSH BUTTON ILLUMINATED 3SB3247-0AA21-0CC0 <STS77/8> UNT 8
STS77002 PUSH BUTTON ILLUMINATED 3SB3247-0AA31-0CC0 <STS77/9> UNT 8
STS77003 PUSH BUTTON ILLUMINATED 3SB3247-0AA41-0CC0 <STS77/10> UNT 6
STS77004 PUSH BUTTON ILLUMINATED 3SB3247-0AA51-0CC0 <STS77/11> UNT 7
STS77005 PUSH BUTTON ILLUMINATED 3SB3247-0AA71-0CC0 <STS77/12> UNT 6
STS77006 PUSH BUTTON ILLUMINATED 3SB3247-0AA21 <STS77/2> UNT 5
STS77007 PUSH BUTTON ILLUMINATED 3SB3247-0AA41-0CC0 <STS77/3> UNT 7
STS77008 PUSH BUTTON MUSHROOM- SHAPED 3SB3000-1GA11 <STS77/1> UNT 10
STS77009 PUSH BUTTON 22MM 3SB3201-0AA11-0CC0 <STS77/4> UNT 1
STS77010 PUSH BUTTON 22MM 3SB3201-0AA21-0CC0 <STS77/5> UNT 3
STS77011 Push Button mushroom- shaped 3SB3203-1HA20 <STS77/6> UNT 10
STS77012 PUSH BUTTON 3SB 38 <STS77> UNT 1
STS77013 PANEL INDICATOR - 100 240V AC <STS41> UNT 1
STS77017 PULLEY wheel 9092804-000 UNT 2
STS77022 Set of Pin for Hoist Brake SB28(S/N 97-47915) UNT 5
STS77023 Set of Pin for Trolley Brake SB23(S/N 27634-97) UNT 3
STS77024 Set of Pin for Trolley Brake SB8.11 (S/N 49076- 06-5) UNT 2
STS77027 Toothed Belt Pulley AL31T10/30-2 UNT 10
STS78001 PLC RACK CR2 6ES7401- 2TA01-0AA0 <STS76/6> UNT 2
STS78002 PLUG 16A/20-25V AC <STS76/4> UNT 4
STS78003 POWER SUPPLY PLC - 9S407 - 6ES7407-0KA02-0AA0 <STS76/1> UNT 2
STS78004 PROFIBUS CBP2 6SE7090- 0XX84-0FF5 <STS76/3> UNT 6
STS78005 POWER SUPPLY 24V/40A 6EP1 437-2BA10 - SIEMENS UNT 1
STS78006 POWER SUPPLY 24V/20A 6EP1 436-2BA00 - SIEMENS UNT 1
STS78007 POWER SUPPLY 207V DC RDRK20/207 UNT 1
STS78009 Touch Panel TP42 SUTRON UNT 1
STS78011 Power Supply Unit PSU2 (6SE7038-6GL84-1JA1 UNT 1
STS78012 Push Button 3SB3801-DA3 SIEMENS UNT 8
STS78013 Push Button Interlock 3SB3801-0AA3+3SB3001- 1GA31 SIEMENS UNT 4
STS79000 Pump Q55110522 - Rail Clamp UNT 1
STS79001 Gear Pump Q55310514 GHP 2D 25 + 3/4" x 40 + 1/2" X 40 UNT 2
STS80000 BREAKER AUTOMATIC CIRCUIT - 63A 5SY4 163-7 <STS8/8> UNT 1
STS80002 BREAKER AUTOMATIC CIRCUIT - 16A 5SY4 216-7 <STS8/9> UNT 1
STS80008 BREAKER AUTOMATIC CIRCUIT - 6A 5SX4 106-7 <STS8/2> UNT 2
STS80009 BREAKER CIRCUIT - 0.22- 0.32A - 3RV1011-ODA25 <STS8/17> UNT 6
STS80010 BREAKER CIRCUIT - 0.45- 0.63A - 3RV1011-OGA25 <STS8/18> UNT 2
STS80011 BREAKER CIRCUIT - 0.45- 0.63A - 3RV1421-0GA10 <STS8/31> UNT 2
STS80012 BREAKER CIRCUIT - 0.45- 0.63A - 3RV1011-0GA10 <STS8/10> UNT 2
STS80013 BREAKER CIRCUIT - 0.7-1A - 3RV1011-OJA25 UNT 2
STS80014 BREAKER CIRCUIT - 0.7-1A - 3RV1011-0JA10 <STS8/11> UNT 2
STS80015 BREAKER CIRCUIT - 0.9- 1.25A - 3RV1011-0KA25 <STS8/20> UNT 3
164 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS80016 BREAKER CIRCUIT - 11-16A - 3RV1021-4AA15 <STS8/27> UNT 2
STS80017 BREAKER CIRCUIT - 14-20A - 3RV1021-4BA15 <STS8/28> UNT 2
STS80018 BREAKER CIRCUIT - 14-20A - 3RV1021-4BA10 <STS8/12> UNT 2
STS80019 BREAKER CIRCUIT - 2.2- 3.2A - 3RV1011-1DA25 <STS8/21> UNT 2
STS80020 BREAKER CIRCUIT - 2.2- 3.2A - 3RV14 21-1DA10 <STS8/33> UNT 2
STS80021 BREAKER CIRCUIT - 3.5-5A - 3RV1011-1FA25 <STS8/22> UNT 2
STS80022 BREAKER CIRCUIT - 5.5-8A - 3RV1421 - 1HA10 <STS8/35> UNT 2
STS80023 BREAKER CIRCUIT - 500 - 1250A - 3VL 7712- 2AE36- 8TC1 <STS8/1> UNT 2
STS80024 BREAKER CIRCUIT - 57-75A - 3RV1041-4KA10 <STS8/16> UNT 2
STS80025 BREAKER CIRCUIT - 7-10A - 3RV1011-1JA25 <STS8/25> UNT 2
STS80026 BREAKER CIRCUIT 9-12A - 3RV1011-1KA15 <STS8/26> UNT 2
STS80027 BREAKER CIRCUIT 1.1-1.6A - 3RV1421-1AA10 <STS8/32> UNT 2
STS80028 BREAKER CIRCUIT 125A - 3VL 1712-1DA33-0AB1-Z <STS8> UNT 2
STS80029 BREAKER CIRCUIT 20-25A - 3RV1021-4DA15 <STS8/29> UNT 1
STS80030 BREAKER CIRCUIT 3.5-5A 3RV1421-1FA10 <STS8/34> UNT 2
STS80031 BREAKER CIRCUIT 36-45A - 3RV1031-4GA10 <STS8/14> UNT 2
STS80032 BREAKER CIRCUIT 4.5-6.3A - 3RV1011-1GA25 <STS8/23> UNT 2
STS80033 BREAKER CIRCUIT 4.5-6.3A -3RV1421-1GA10 <STS8/36> UNT 4
STS80034 BREAKER CIRCUIT 45-63A - 3RV1041-4JA10 <STS8/15> UNT 2
STS80035 BREAKER CIRCUIT 5.5-8A - 3RV1011-1HA25 <STS8/24> UNT 2
STS80036 BREAKER CIRCUIT 80-100A - 3RV1041-4MA10 <STS8/30> UNT 2
STS80037 BREAKER CIRCUIT 28-40A 3RV1031-4FA10 <STS8/13> UNT 2
STS86000 RELAY CONTACTOR AUXILIARY - 3RT1044- 1AP04 <STS12/6> UNT 1
STS86001 RELAY CONTACTOR AUXILIARY - 3RT1036- 1AP04 <STS12/5> UNT 1
STS86002 Relay Contactor Auxiliary 3RH1122 - 2AP00 <STS12> UNT 8
STS86003 RELAY CONTACTOR AUXILIARY - 3RH1131 - 2BB40 <STS12/2> UNT 2
STS86004 RELAY CONTACTOR AUXILIARY - 3RH1122- 2BB40 <STS12/1> UNT 2
STS86005 RELAY CONTACTOR AUXILIARY - 3RH1140- 2BB40 <STS12/4> UNT 2
STS86006 RELAY ASSY FINDER - 24V DC 95.55.3 <STS88/1> UNT 6
STS86007 RELAY FINDER - 24V DC 55.34.9.024.0040 <STS88/3> UNT 2
STS86008 RELAY FINDER - 55.32.9.024.0040 <STS88/2> UNT 4
STS86009 Impulse Relay with stationary contact 230Vac 5TT5 531 Siemens <STS88> UNT 10
STS86010 RELAY THERMAL OVERLOAD (0.63A -1A) - 700189 <STS88/11> UNT 4
STS86011 RAM(Memory card siemens) 1MB 6ES7-952-1AK00-0AA0 UNT 2
STS86014 Balancing Resistor 3 x 2k4 OHM 214W 5% ( 6SY7000-OAA76) UNT 1
STS86015 Thermistor Relay (EMT6) 24-240vAC / VDC UNT 1
STS86016 Single-Flow Motor Impeller Type RH28M-2EK .3F.1R(Make : Ziehl- Abegg) UNT 12
STS86017 Single Flow Motor Impeller Type: RH35B - 2EK .6N .2R (Make : Ziehl-Abegg) UNT 4
STS87000 Ungalv. steel W.ROPE - 30mm X 315M - 7X37 RHOL 1960 N/MM - BOOM UNT 5
<STS87/2>
STS87001 Ungalv. Steel Wire Rope 14mm X 145M 1960MPA 6X36+IWRC RHOL - Trolley UNT 10
<STS87/3>
STS87002 Ungalv. steel wire rope 14mm X 175M 1960MPA 6X36+ IWRC RHOL-Trolley UNT 8
165 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


<STS87/4>
STS87003 Ungalv. Steel Wire Rope 28mm X 530M - 6X36WS+ IWRC 1770N/MM2 LHOL - UNT 11
Hoist <STS87>
STS87004 Ungalv Steel Wire Rope 28mm X 530M 6X36WS+IWRC 1770N/MM2 RHOL - Hoist UNT 6
<STS87/1>
STS87005 RING RETAINING - 180X4 FST DIN471 - MAIN HOIST SHEAVE BEARING <STS86> UNT 12
STS87006 RING RETAINING(SNAP) - 200X5 FST DIN 471 - BOOM HOIST SHEAVE <STS86/1> UNT 4
STS87007 RING 22216 AV <STS86/6> UNT 16
STS87008 RING NILOS 22218 AV <STS86/7> UNT 16
STS87009 RING NILOS NUP 23022 AV - TROLLEY WHEEL AND AXLE ASSY <STS86/4> UNT 9
STS87011 Track Roller Ref : ZLE 5207 2Z Drawing No 16.2000.00.00 SK1 <STS87/5> UNT 4
STS87012 ROLLERS FESTOON CABLE 110MM (PN:3030598) UNT 8
STS87013 ROLLERS FESTOON CABLE 65MM (PN:3030596) UNT 13
STS87014 Rubber Rope Dia 20mm 3003980031989-2 - Festoon system UNT 50
STS87015 Retaining RING Ref 95 x 3 DIN 472 UNT 16
STS87019 Guide ROLLER 9095167- 245R UNT 8
STS87020 Guide ROLLER 9095167-228 UNT 4
STS87021 ROLLER 9001575 - 102 UNT 4
STS87022 ROLLER 9005438-0000 UNT 8
STS88001 Main Roller o112 Ad (O3- ROO7-1150) - Festoon system UNT 15
STS88002 Guide Roller O3-ROO7- 0719 - Festoon system UNT 10
STS88003 Guide Roller ML63.5/20X 13271-ML635/20X132 UNT 8
STS88004 Guide Roller WZ6C- 14949/C/1 UNT 3
STS90000 BRAKE CHOPPER - 6SE7018- 0ES87-2DA1 - MASTER DRIVE <STS6/11> UNT 2
STS90001 BRAKE CHOPPER - 6SE7028- 0ES87-2DA1 - MASTER DRIVE <STS6/12> UNT 2
STS90003 BRAKE PAD COMPLETE SB 23 - BOOM HOIST <STS6/3> SET 1
STS90005 BRAKE PAD WITH LINING TYPE 02 - MAIN HOIST <STS6/1> SET 2
STS90009 Trolley BUFFER as per drawing No 16.1010.00.00 rev 6 Item 78 UNT 2
STS91001 Seal kit for TLS Hyd. Cylinder 73135 - Spreader trim device<STS92/4> SET 28
STS91002 Oil Seal 105 x 130 x 12 UNT 4
STS91003 Rotary shaft lip seal WDR-RWDR A 160X190X15mm - Gantry <STS92/1> SET 23
STS91004 SEAL OIL PD53 - MAIN HOIST REDUCER <STS86/2> SET 2
STS91005 Rotary shaft lip type seal RWDR AS 200X230X15 - Trolley <STS92> UNT 9
STS91006 SEAL OIL TF 105 X 130 X 12 V - TROLLEY DRIVE REDUCER <STS92/2> UNT 2
STS91007 Seal Kit for Thruster(Hoist) ED 301/6/12 P/N 8- 412.007.022 UNT 1
STS91009 Seal Kit for Thruster ED 50/6 + 80/6 P/N 8.412.004.004 - Boom UNT 2
STS91011 Seal Kit for rail brake TP1 0 145 000 00001 (K27TP10145000) UNT 27
STS91012 Rotary Shaft Seal C130*180*15 NBR UNT 5
STS91013 Rotary Shaft Seal 260 x 290 x 16 FPM UNT 8
STS92001 SENSOR ULTRA SONIC(600 - 6000MM) 700188 - Spreader <STS91/14> UNT 2
STS92002 SWITCH NH MAIN 400A 3339 WOHNER <STS91/19> UNT 2
STS92003 Inductive Proximity Switch NJ 15+U1+ A2 (Pepperl + Fuchs) UNT 18
STS92004 Proximity Switch 4 pin(IFM Sensor) (M30F) - 1002367 <STS91/13> UNT 1
166 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS92005 SWITCH CAM LIMIT FOR SPREADER CABLE - 3044295 <STS91/10> UNT 2
STS92006 SWITCH COORDINATE - 2P0S. 3SB1208 - 7KV01 <STS91/4> UNT 7
STS92008 SWITCH ETHERNET 6GK5005- 0BA00-1AA3 <STS91/9> UNT 2
STS92009 SWITCH KEY - 3SB3000- 4LD01 <STS91/7> UNT 13
STS92010 SWITCH KEY - CES SSG10 0-1 3SB3000- 4MD01 <STS91/5> UNT 13
STS92011 SWITCH KEY RONIS - 3SB3000-4AD01 SIEMENS <STS91/6> UNT 13
STS92013 SWITCH SELECTOR - 0-1 3SB3202 - 2KA11 <STS91/8> UNT 12
STS92014 SOLENOID COIL MSM 923349-010 205V - RAIL BRAKE SYSTEM <STS11/4> UNT 1
STS92016 STROMAG GEAR SWITCH 125BM-889G - BOOM UNT 1
STS92017 STROMAG GEAR SWITCH 29BM 699G UNT 2
STS92018 STROMAG GEAR SWITCH 48 BM-899G - HOIST UNT 1
STS92030 Proximity Switch Inductive XS630B1MAU20 UNT 1
STS92032 Pressure switch DG34 - Rail clamp UNT 2
STS92033 SOLENOID MSM 923349- 01050/06 R20 1500 OHM 205VS1 - RAIL CLAMP HYD. UNT 5
SYSTEM
STS92034 Recond. ASM Position Sensor WS12-2000-420A- L10-SB0-D8 UNT 4
STS92035 Limit SWITCH 3000263-900 UNT 8
STS92036 LIMIT SWITCH 9081660-000 UNT 1
STS92037 Limit SWITCH 3000263-951 UNT 2
STS92038 Limit SWITCH 3000263-902 UNT 6
STS92039 Limit SWITCH 3001606-104 UNT 3
STS92040 PROXIMITY SWITCH 3001606-101 UNT 3
STS92042 IFM Sensor IGA2008 BBOA / V4A / 6M UNT 2
STS92043 Limit switch Q8561502 UNT 1
STS92044 Pressure Switch HED 80H1X / 350Z14S Q73513119 UNT 4
STS92045 Oil Level Switch ( Ref:LENA350-1-A-1-A / F- S Q74010012 UNT 1
STS92047 Inductive proximity Switch NJ50-FP-A2-P1 (Pepperl + FUCHS) UNT 2
STS92048 Twilight Switch 7LQ2100- 1 [LDR] UNT 2
STS92049 Transit Time Sensor X1TA101MHV80 WENGLOR UNT 1
STS92050 Lock for Safety Switch TZ1RE024M + TZ-A-NIRO Euchner UNT 4
STS92051 Lock for Safety Switch TZ1LE024M + TZ-C-NIRO Euchner UNT 4
STS92052 Hoist Limit Switch 31002060011 PAT UNT 3
STS93000 SHAFT FOR TROLLEY WHEEL <STS93/1> UNT 1
STS93001 SUPPORT for spreader(LADDER) <STS93> UNT 4
STS93009 Spacer Sleeves Ref D60.3 x 4.5 x 20 (Drawing No 162020.00.03) UNT 32
STS93013 Sleeves Ref : D70/50 x 126 (Drawing No 162.2020.00.04) UNT 12
STS93014 Compression SPRING 3001227-030 UNT 4
STS93015 Torsion SPRING 9056221 -109 UNT 2
STS93016 Pull SPRING 3001229-108 UNT 1
STS93020 Trolley Wheel Shaft LSS position UNT 1
STS94000 Control SHAFT 9094785-009 UNT 1
STS94001 SHAFT 9024342-000 UNT 4
STS94002 SHAFT 9001573-000 UNT 3
167 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR STS IMCC


STS94003 SHAFT 9010381-009 UNT 6
STS94005 SCREW(MC 65x45) 3002269-379 UNT 8
STS94006 SCREW 3001786-465 UNT 16
STS94007 SCREW 3002102-536 UNT 2
STS94008 Drive Shaft 3088597 / 71- k16 - 3088597 UNT 3
STS94010 Shock Absorber for Operator Cabin UNT 4
STS94012 Slide with straight locking handle for Svic console adjustment left console P/N UNT 2
48401
STS94013 Slide rail nr. 136227 left hand side without notching P/N 12153 UNT 2
STS94014 Slide with straight locking handle for Svic console adjustment right console P/N UNT 2
48400
STS94015 Slide rail nr. 136187 right hand side without notching P/N 12098 UNT 1
STS96000 THERMISTOR MOTOR PROTECTION - 3RN1011- 2CB00 <STS96/1> UNT 1
STS96001 THERMISTOR MOTOR PROTECTION - 3RN1062- 2CW00 <STS96> UNT 2
STS96002 SUPPORT assy(TOOL) - WIRE ROPE UNT 2
STS96004 TUBE FOR TWISTLOCK LINKAGE BAR 1001590 UNT 1
STS96005 THYRISTOR BLOCK WITH SNUBBER RC NETWORK TYPE A 6SY7010-0AB05 UNT 3
STS96006 THYRISTOR BLOCK WITH SNUBBER RC NETWORK TYPE B 6SY7010-0AB06 UNT 3
STS96008 TUBE 9005439-009 UNT 10
STS96009 Pulse TRANSMITTER 9097868-102 UNT 2
STS96010 Thermostat (Ref:C04AY) Q74112801 UNT 1
STS96011 Wind Transmitter Compact Pt No 4.3519.00.141 THIES CLIMA UNT 4
STS96014 Hoist Thruster ED301/6 (2LL5571-1) S/N 06/77732 - Hoist Brake UNT 1
STS96015 Boom Thruster ED 80/7 (2LL5041-1) S/N 06/549885 - Boom Brake UNT 1
STS96016 Boom Latch Thruster EB 3000 120D 11T (S/N 350838 12/06) - Boom Latch UNT 2
STS97000 Current Transformer 6000:1 / 0.3:1800A 6SY7010-5AA04 - R/R unit UNT 2
STS97001 Current Transformer ES2000-9725. 2000A 6SY7000-0AC07 - Hoist Drive UNT 2
STS97002 Current Transformer ES1000-9662 390A 6SY7000-0AB21 - Trolley Drive UNT 2
STS97003 Current Transformer ES500-9661 390A 6SY7000-0AB20 - Gantry Drive UNT 2

Spares for Bromma Spreaders


SP010000 Twistlock Actuator(Cylinder) 74147 UNT 1
SP010003 Twistlock Arm BR57059 UNT 17
SP011001 Gear Ring Coupling 79558 UNT 6
SP011002 Casing for ODU Female(Plug) 73523 UNT 2
SP011004 Cabinet 1039L 35656 UNT 1
SP060000 Pedestal Bearing 37399 UNT 1
SP060001 Bushing(Bearing for F/Housing) 51284 UNT 4
SP060002 Bushing 55447 UNT 6
SP070000 Buffer 49292 UNT 1
SP070001 Landing Buffer 49295 UNT 4
168 Section VI. Scope of Service and Performance Specifications

Spares for Bromma Spreaders


SP070002 Air Breather 78960 UNT 3
SP106000 SHOCK RELIEF VALVE 78371 UNT 4
SP106001 SOLENOID VALVE (KDG4V-5-2C-50N-H-MU-H7-30 - 701233 UNT 1
SP106002 SHOCK VALVE (EXT-RET MOTOR) 76061 UNT 1
SP106004 Directional Control Valve 73096 UNT 5
SP106006 Valve Block 78413 UNT 1
SP106008 Valve Manifold Block 73119 UNT 2
SP111000 Spherical Washer BR53968 / BR41683 UNT 11
SP111001 WASHER D120 x23 DIN 1013 UNT 3
SP111002 Spring WASHER 16 DIN 7980 UNT 10
SP120000 TWIN CYLINDER 23528 UNT 1
SP160001 Telescopic Drive assy 37412 UNT 1
SP210000 ABS Encoder 10-30V 1001448 / Diagram Ref : A1+0 / 7.00 UNT 1
SP210001 EEPROM 700006 UNT 1
SP260007 Flap Assy 49371 UNT 10
SP310006 Oil Level Gauge 79957 UNT 3
SP310008 Guide Block 100430 UNT 2
SP380002 Gear HOUSING 51173 UNT 1
SP410002 Insert 55P F.M ODU 76618 UNT 3
SP410003 Insert 55P (M) ODU 73985 UNT 2
SP510000 KEY(20X12X45)MM 70320 UNT 25
SP510002 KEYS (20X12X30) 72010 - Flipper gearbox shaft middle pos UNT 10
SP510003 KEYS (20x12x55) 73576 - Flipper gearbox shaft ends UNT 38
SP510005 Twistlock Key BR1000434 UNT 6
SP560000 LINKAGE kit 1001604 UNT 2
SP600000 VALVE BLOCK CHARLYNN 76922 UNT 7
SP600001 MAIN MANIFOLD BLOCK 79966 UNT 1
SP600003 Blokading Piece 43654 UNT 7
SP610005 Helical Worm Geared Motor 402374 UNT 1
SP610006 Mounting 46679 UNT 10
SP660001 Hydraulic NIPPLES(Coupling Straight) GE10-SR 3/8" 74564 UNT 3
SP660010 Twistlock NUT 120 / M56 x 4-77 UNT 2
SP660011 Nut locking M20 75052 UNT 1
SP700000 BEARING ZX100K 42521 UNT 1
SP700004 BUSH D180 / 63Y85 DIN 1013 UNT 3
SP700005 Joint BEARING GX60F UNT 4
SP760001 POWER SUPPLY 25V/30A DC 1001859 - Bromma UNT 3
SP760002 SCS2 PLC Rack with Software License 37524/700020 Model STR45 UNT 2
SP760003 Plug ODU 310 74422 UNT 2
SP770000 GLIDE PLATE (300X160X30)MM 400192 UNT 4
SP770001 GLIDE PLATE (160 X 150 X 20)MM 400193 UNT 4
SP770002 GLIDE PLATE (300X160X25)MM -400229 UNT 2
SP770003 GLIDE PLATE(310 X 125 X 25)MM 49314 UNT 2
169 Section VI. Scope of Service and Performance Specifications

Spares for Bromma Spreaders


SP770004 GLIDE PLATE (150 X 120 X 20)MM 49313 UNT 4
SP770005 TENSION ROD PIN ASSY 400242 UNT 6
SP770006 Locking Pin 74044 UNT 5
SP770007 Blockading PINS 49883 - Twistlock assy UNT 6
SP770012 Twistlock Pin 1701427 UNT 3
SP770013 Spring Type PIN 8 x 80 ISO 8752 UNT 3
SP770015 Led indicator Panel 1001406 UNT 2
SP770016 Plate 49358 UNT 2
SP770017 Mounting Plate 1003574 UNT 4
SP860001 Tension Rod(front) 1000859 UNT 2
SP860002 Tension Rod(Rear) 1000860 UNT 1
SP870001 Current RELAY SR11 700499 UNT 3
SP870002 Current Relay SR15 ( 79125 ) UNT 4
SP880000 Repair Set for Geared Motor and Brake S47DFT71D4/BMG/HR 01844016 UNT 3
SP910002 STOP ASSY 20FT 49319 UNT 3
SP910003 SPRING for blockading pin - 70429 UNT 4
SP910006 FLAT Head SCREW M16 x 35 DIN 7984 UNT 15
SP910007 20' Stop Assembly 49319 UNT 8
SP910008 Spacer 47678 UNT 2
SP910010 Shaft 49361 UNT 3
SP910011 Stop Assembly 49418 UNT 3
SP910012 Cup Spring 71686 UNT 20
SP920001 Ultrasonic SENSOR 700198 UNT 4
SP920002 IFM Sensor II 5910 P/N 1034213 UNT 25
SP920003 Socket ODU 310 74834 UNT 2
SP930002 Seal Kit Charlynn 500cc 1007332 UNT 3
SP960000 Twistlock assy BR23869 UNT -1
170 Section VI. Scope of Service and Performance Specifications

ANNEX C3- AVAILABLE SPARE PARTS FOR RTG IMCC


AVAILABLE SPARE PARTS FOR RTG IMCC
RTG01000 Inlet Adaptor 7C-9222 UNT 2
RTG01002 Armature Plate 001063500214 UNT 4
RTG01006 Toa Car Amplifier Model No CA-130 UNT 3
RTG01008 Load Cell Amplifier 24V DC UNT 4
RTG01100 Unbilical CABLE YSLTO-J [42 X 2.5sq mm M 33
RTG01101 Unbilical CABLE YSLTO-J [42 X 2.5sq mm M 36
RTG01102 Seal COVER DB A4 – Antisway UNT 1
RTG01104 Pre-wired female CONNECTOR XZC P1865L5(Telemecanique) UNT 3
RTG01105 Clip 1B-8471 UNT 12
RTG01106 Clamp 5P-0598 UNT 7
RTG01107 Clamp 8T-6726 UNT 7
RTG01108 Clamp 5P-4868 UNT 8
RTG01110 Profibus Cable IGUS CF CF11.05.01.02.LCD M 274
RTG01111 Magnetic Pick-up Connector 8T-8730 UNT 2
RTG01200 Auxiliary Contactor 3RT1045-1AV104 UNT 8
RTG01201 Coil Hydraforce 6316230 UNT 14
RTG01202 Auxilliry Contact Module for 3RT1 3RT19 11-1HA12 UNT 14
RTG01203 AC Contactor 7A 230V AC 50HZ 3RT10 15-1AP01 UNT 11
RTG01204 AC Contactor 12A 230V AC 50HZ 3RT1017-1AP01 UNT 2
RTG01206 AC Contactor 400V AC 3RT 1045-1AV04 UNT 1
RTG01207 Coil 400V AC 50HZ 3RT 1945-5AV01 UNT 4
RTG01208 DTI Cards 6SE7090-OXX84- 3DB1 UNT 4
RTG01210 Circuit Breaker NS630NA M x 24V 20F (Merlin Gerin LV) UNT 2
RTG01211 Inverter Protection Circuit 6SE7038-6EK84- IGFO UNT 1
RTG01212 Inverter Protection circuit 6SE7038-6EK84- IGGO UNT 1
RTG01213 AC Contactor 3TF6944- OCM7 UNT 2
RTG01214 AC Contactor 3RT1076-6AP36 AC Operated UNT 2
RTG01215 AC Contactor 3RT1016 - 1BB42 DC Operated UNT 3
RTG01216 Circuit Breaker 400- 800A 3VF71 11-IBK60-OAN1 UNT 1
RTG01220 Central Processing Unit CPU315-2DP Siemens 6ES7 315-2AH14-OABO UNT 1
RTG01221 Small Connector UNT 10
RTG01222 Connector for Sensor BKS-S20-4-PV-03 UNT 16
RTG01223 ABO Card 6SE7035-1EJ84- 1BH0 UNT 3
RTG01224 Siemens Spare Card IGD7 6SE7035-1EJ84-1JC1 UNT 1
RTG01300 Radiator Cap 294-9052 7PSI UNT 2
RTG01301 Rotex KTR Coupling assembly GS 14 - 80ShA- GS 1.0-Dia 11 1.0-Dia 11 UNT 10
RTG01303 Coupling for Gantry Motor UNT 1
RTG06000 Bearing SL04 5010PP UNT 5
RTG06002 Bearing GE70ES 2RS UNT 11
RTG06003 Bearing NNF5014ADA-2LSV - Guide roller UNT 2
RTG06004 Plain Bearing / Bushing PAP 4530 P10 UNT 8
171 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG06005 Bearing SL04 5018 PP UNT 6
RTG06006 Bearing 32218 J2 (SKF) UNT 2
RTG06007 Bearings 32318 J2 (SKF) UNT 2
RTG06008 Bearings 6018 C3 (SKF) UNT 1
RTG06009 Bearing 6320ZZC3 UNT 1
RTG06010 Bearing 6322C3 UNT 1
RTG06011 Bearing SL182956 UNT 2
RTG06012 Bearing SL192322 C3 UNT 2
RTG06013 Bushing for Trim Equaliser UNT 3
RTG06014 Bearing GE50ES 2RS UNT 10
RTG06015 Bearing 6313 ZZC3 UNT 4
RTG06016 Bearing 32026AX UNT 24
RTG06017 Bearing 32028X UNT 24
RTG07000 BELT 4N-8216 UNT 4
RTG07002 Belt 6N-6657(CAT) UNT 5
RTG07003 Electromagnetic Spring Set Brake SFB25H - S/N 902450037669 UNT 2
RTG07006 Brush AS-6T-2031 UNT 2
RTG07007 Bulb metalhallide 400W E40 UNT 1
RTG07008 Ballast for HID floodlight 400W 3 Terminals 230V AC - 50 HZ UNT 29
RTG07009 Brake Lining Disc SFB 25-H / KFB40 - Gantry UNT 1
RTG07010 Braking Unit 510-620V DC 100 KW (6SE7031- 6EB87-2DAO) UNT 1
RTG07011 Braking Unit 510-650 V DC 170 KW (6SE7032- 7EB87-2DAI) UNT 1
RTG07012 Brake Assembly SB28 - 560 x 30 - 201/16 (S/N 43046 - 1.1 - Hoist Brake UNT 1
RTG07013 Brake Disc NZ30-500 x 30 UNT 1
RTG08001 Adjusting Bolt Rope Joint C45 (Drawing No 1605-6000-052) UNT 2
RTG09000 Adaptation board ADB (6SE7090-OXX84-OKAO) UNT 4
RTG10002 ADAPTER 7C9222 - W.PUMP UNT 1
RTG10003 ALTERNATOR 24V 6T-1395 UNT -1
RTG10004 Toa car AMPLIFIER model no CA-130 UNT 4
RTG10600 Varimeter (Phase Monitor) - BD9080 <RTG106> UNT 2
RTG10700 Varistor (SLOV-B32-K55O ) - Siemens UNT 1
RTG11001 Auxiliary Contactor 3RH1122-1BB40 <RTG12/5> UNT 1
RTG11002 Auxiliary Contactor 3RH1140-1AP00 <RTG12/8> UNT 5
RTG11005 Auxiliary Contactor 3RT1024-1AP04 <RTG12/11> UNT 1
RTG11006 Auxiliary Contactor 3RT1024-1BB40 <RTG12/12> UNT 1
RTG11008 Auxiliary Contactor 3RT1025-1BB40 <RTG12/10> UNT 1
RTG11009 Auxiliary Contactor 3RT1035-1AP04 <RTG12/1> UNT 1
RTG11010 Auxiliary Contactor 3RT1044-1AP04 <RTG12/2> UNT 1
RTG11012 Auxiliary Contactor 3RT1516-1BB40 <RTG12/13> UNT 1
RTG11013 Auxiliary Contactor Relay 3R1140-1BB40 <RTG12/14> UNT 1
RTG11015 Cable - Spreader YSLO-J (35 Mts) <RTG11/6> UNT 1
RTG11016 Cable Chain Assembly, EH40, P/N 37407 <RTG11/5> UNT 2
RTG11018 Coupling Rotex 42 D48/55, No.0081820 <RTG11A> UNT 1
172 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG11020 Cover for Terminal Bolts 3TX7696-0A <RTG11/10> UNT 1
RTG11022 Pulse Counter 190 110 VAC, P/N 70779 <RTG11/4> UNT 2
RTG11023 Time Counter 632 110 VAC, P/N 70779, BROMMA <RTG11/4A> UNT 3
RTG11024 CUR Card with Eprom "SIEMENS" 6SE7090-0XX85- 1DA0 <RTG13/1> UNT 5
RTG11026 Clamp 5P0598 <RTG14/1> UNT 1
RTG11027 Clamp 5P4868 <RTG14> UNT 4
RTG11029 Coil (Hydraforce) - 6316230 <RTG13> UNT 1
RTG11030 Connector (large) <RTG11/11> UNT 10
RTG11031 Connector (small) <RTG11/12> UNT 1
RTG11037 RADIATOR CAP 14 PSI – 2955458 UNT 1
RTG11041 Siemens auxiliary CONTACT 3TY7561-1KA00 - crane UNT 3
RTG11042 Battery CHARGER 12-33V AL1024 UNT 1
RTG11100 WASHER 7W4486 - Nozzle <RTG111/2> UNT 29
RTG11101 Washer Sperical 20 x 69.5/42.5 P/N 53968 <RTG111/1> UNT 1
RTG11102 WASHER 7W4487 – Nozzle UNT 5
RTG11103 Washer 48-ISO 7089 ( ID52) (Drawing ref 1605- 6000-000-2 Item53) UNT 2
RTG11104 Conical Washer 56 - DIN 6319 (Drawing ref 1605- 6000-000-1, Item17) UNT 2
RTG11105 Spherical Washer 50 - DIN 6319 (Drawing Ref 1605-6000-000-1, Item18) UNT 1
RTG11201 Wiper Arm Front - P/N 521031000 <RTG1/5> UNT 1
RTG11202 Wiper Arm Side - P/N 521024000 <RTG1/9> UNT 1
RTG11205 Wiper Motor & Assy Front - P/N 511031000 <RTG61/3> UNT 1
RTG11206 Wiper Motor & Assy Side - P/N 511037000 <RTG61/5> UNT 3
RTG11207 Wedge complete SB23 and SB28 8-635.002.03 for Disc Brake UNT 17
RTG11208 Woodward 2301a Speed Control 9907-014 UNT 2
RTG12000 CARBON BRUSH (SAME AS RS110042) UNT 1
RTG12003 Flexible electric cable 4 SQMM X 5 CORES M 104
RTG12007 DTI - Card 6SE7090- 0XX84-3DB1 UNT -2
RTG16000 Diode Bridge A-FN922 - 230 <RTG16/2> UNT 1
RTG16001 Diode Negative 7T-0677 - ALT. <RTG16/4> UNT 2
RTG16002 Diode Positive 7T-0676 - ALT. <RTG16/3> UNT 1
RTG16003 DIODE 1N5404 200V 1A UNT 4
RTG21001 EPROM V98113-A1680-A101- 48 <RTG21/2> UNT 3
RTG21003 Encoder Hubner POG 10 DN 1024 <RTG21> UNT 7
RTG21005 Element A.F 9M2342 UNT 2
RTG21006 Element CRA220CV1 - Skew trim UNT 8
RTG21007 Element CRA230CV1 - Skew trim UNT 10
RTG26000 Air Filter 4N-0015 <RTG26> UNT 26
RTG26001 Fuel Filter 1R0749 UNT 58
RTG26002 Oil filter 1R0716 UNT 1
RTG26003 Filter Element - 06276001030 Separ 2000 UNT 13
RTG26004 Filter Hydraulic Skewtrim MPF180-1-A-G1- A06-H / RA220CD1 SOFIMA 112 UNT 17
<RTG26/5>
RTG26005 Floodlight 400W with Bracket Metal Halide 220-240V/50-60HZ IP65 E40 UNT 2
173 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG26006 Friction Lining Group SFB10-H/ KFB16 ( 000597700214) - Trolley UNT 15
<RTG27/3>
RTG26008 Fuse - Size:NH000 Rating:50A - 500VAC for Fuse Holder Q300 <RTG26/7> UNT 10
RTG26009 Fuse Link 200A 3NE3 225 <RTG26/8> UNT 11
RTG26010 SITOR Fuse Link 250A 3NE3 227 <RTG26/9> UNT 3
RTG26011 Fuse Link 50A 3NA3820 <RTG26/6> UNT 7
RTG26013 Air Filter TM178B4 (MP Filtri) - Antisway UNT 2
RTG26015 Filter unit SK3238.200 UNT 6
RTG26016 Fan Unit SK 3238.100 UNT 6
RTG26017 Fuse 450 Amp 3NE3233 Siemens UNT 11
RTG26018 Fuse 315A 3NE3230 UNT 6
RTG26019 Fuse 630A 3NE 3336 UNT 6
RTG27000 Fuel Indicator GAUGE P262 UNT 3
RTG27001 Siemens Radial Cooling Fan Unit 6SY7000-OAB30 UNT 10
RTG27002 Siemens Radial Cooling Fan Unit 6SY7000-0AB28 UNT 2
RTG31000 Gasket 4N1156 <RTG32/1> UNT 2
RTG31001 Gasket 7C-0307 - Cooling System <RTG32> UNT 6
RTG31002 Fuel Pressure GAUGE 2W-3687 UNT 2
RTG31003 Oil Pressure GAUGE 2W-3681 UNT 1
RTG31004 Water Temperature GAUGE 1W-0700 UNT 1
RTG31005 GASKET 1P0436 CAT UNT 6
RTG31008 Oil level GAUGE SF2TH - Antisway UNT 3
RTG31009 Oil Level GAUGE LVA 20 T A - Skew trim UNT 6
RTG31010 Gasket kit 210-1991 UNT 2
RTG31011 Gasket kit 1S-4295 UNT 4
RTG31012 Gasket 4N-1418 UNT 3
RTG31013 Gasket kit 128-2922 UNT 2
RTG31014 Gasket 1S-6595(CAT) UNT 2
RTG31015 Gasket 1S-4810(CAT) UNT 2
RTG31016 Gasket 4N-0699(CAT) UNT 2
RTG32000 Grease Fittings M10 <RTG27> UNT 4
RTG32001 Guide Arm Assy, E40/45, P/N 37404 <RTG31/3> BOX 2
RTG32002 Guide Block ISO, Floating, P/N 22238 <RTG31/1> UNT 4
RTG32003 Guide Plate Assy E40/45, P/N 37411 <RTG31/2> UNT 4
RTG32004 Trolley Gear Box, Kads 128 K2 - 160, H-03-A <RTG31> UNT 1
RTG36000 Hose 6N7031 - Dia. 63mm <RTG36> UNT 3
RTG36001 Hose STK 5P1296 - O/D 90mm <RTG36A> UNT 1
RTG36003 Hose 4V-1878 UNT 3
RTG36004 Hose STK 5P-5991 M 14
RTG36005 Hose STK 5P1296 M 1
RTG36006 Mann Tek S211A2201 Hose unit 2"- 2" NPT/BR VITON PS 16 Bar UNT 1
RTG36020 Hyd. Hose + Fittings 3/8 x 0.80mt x 2P - JIC 3/4 <RTG36/6> UNT 2
RTG37001 HANDLE & LOCK RS105 for canopy door UNT -5
174 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG37002 High Volume Signaling Hooter Model HPW11 (230 V) 21225107 UNT 2
RTG37004 Lamp Holder 24 V 3SB3400-IGVDE0660 UNT 8
RTG37006 Extended Standard Rotary Handle LV432598(Compact NS X 400/630) UNT 1
RTG41001 Impeller - 1299907 <RTG41/1> UNT 1
RTG41002 Indicator - PR2660889 <RTG41/3> UNT 1
RTG41003 Indicator Air Filter 1454212 <RTG41/4> UNT 3
RTG41004 Inverter Master Drive 6SE7031-8TF60 <RTG92/1> UNT 1
RTG41006 Air cleaner Indicator 8N-2694 UNT 2
RTG41008 Moving Coil Instrument PQ72K 0-10V/0-45T UNT 2
RTG46000 Joystick(Gessmann Multi- Axis controller) V-8 Left V8LDV-1ZP + 1ZP-B- UNT 1
A98P194
RTG46001 Recond. Joystick(Master controller) for RTG IMCC UNT 1
RTG46002 Rope Fastening Joint (Drawing Ref 1605-6000- 022) UNT 2
RTG51000 Key 12 x 8 x 20 TK, DIN 6885B, P/N 79098 <RTG51> UNT 6
RTG51001 Rebuild Kit - 1386744 <RTG86/3> UNT 1
RTG51002 KIT GASKET 128-2922 - WTR PUMP UNT 1
RTG56000 Lamp Indicator 3SB3001- 6AA70 <RTG56/9> UNT 1
RTG56001 Lamp Globe Clear (Large), P/N K1822 <RTG56/4> UNT 1
RTG56003 Lamp Globe Red (Large), P/N K1417 <RTG56/5> UNT 1
RTG56004 Lamp Large Clear Wiska, P/N 73118 <RTG56/1> UNT 4
RTG56006 Lamp Large Red, P/N 71016 <RTG56/2> UNT 2
RTG57000 Lock Chain Simplex 1 1/2" 177 H, P/N 1512 <RTG56> UNT 2
RTG57001 Lock Door - IS-945918 / IS-9414000504 <RTG17> UNT 2
RTG57002 Load Cell, 20T, D=60mm, with Cable <RTG56/7> UNT 1
RTG57007 Friction Lining Group SFB25-H/KFB40- 4000798300214E - Gantry UNT 1
RTG60000 Needle Roller Bearing K045 x 055 x 020 <RTG6/9> UNT 24
RTG60001 Taper Roller Bearing 30212, Kessler Axle <RTG6/6> UNT 2
RTG60002 Taper Roller Bearing 31312, Kessler Axle <RTG6/5> UNT 1
RTG60003 Taper Roller Bearing 31314, Kessler Axle <RTG6/4> UNT 1
RTG60004 Taper Roller Bearing 32014, Kessler Axle <RTG6/3> UNT 1
RTG60005 Taper Roller Bearing 32017, Kessler Axle <RTG6/2> UNT 1
RTG60006 Taper Roller Bearing 32022XA <RTG6/8> UNT 23
RTG60008 Taper Roller Bearing 32028 X <RTG6/7> UNT 8
RTG60011 BEARING 7204 UNT 4
RTG60012 BEARING SL045010-CP-2NR UNT 2
RTG60013 BEARING AS 108-7930 - WTR PUMP UNT 2
RTG61000 Module Analog Input 20mA, 6ES7134-4GB00-0AB0 <RTG62/2> UNT 5
RTG61001 Module Analog Output 10V, 6 ES7135-4FB00-0AB0 <RTG62/3> UNT 1
RTG61002 Module Digital Input ET200S 4 Inputs 6ES7131- 4BD00-0AA0 <RTG62> UNT 4
RTG61005 Module Output DC 24V(Siemens) 6ES7138-4 0A00-0AA0 <RTG62/4> UNT 3
RTG61009 Intercom MODULE NHT-1 UNT 1
RTG61010 Intercom MODULE NHT-2 UNT 2
RTG61011 Intercom/PA MODULE NHT-3 UNT 3
175 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG61014 Toa Dynamic Microphone DM-524B UNT 2
RTG61015 Interface Module IM151 ET 200S 6ES7151-1AA00- 0AB0 UNT 7
RTG61016 Digital input module 6ES7323-1BH01-OAAO UNT 6
RTG61017 EBI Terminal Module (6SE7090-OXX84-OKBO) UNT 4
RTG61020 Interface Module 6SE7038-6GL84-IBG2 UNT 2
RTG61021 Inverter Triggering Module 6SE7031-OEE84- IJCO UNT 1
RTG61022 DTI Tachometer Interface Module 6SE7090-OXX84- 3DBI UNT 4
RTG61023 SITOP Ups -Module 6EPI931-2ECO1 UNT 1
RTG61024 Siemens Simatic DP Terminal Module TP- P15C23-A0 / 6ES7193- 4CD30- UNT 4
0A0
RTG62002 Motor Hoist DRKF 315L - 6 bbt <RTG61/2> UNT 1
RTG62003 Motor Trolley DRKO 180- 1 4/SFB 10 ht <RTG61> UNT 1
RTG62005 AC Motor FYP100LB-4 3/3.6Kw - Antisway UNT 1
RTG62006 AC Motor ip55(AI)15kW B5/V1(without feet) 230V/50Hz - Wheel turning UNT 1
RTG62007 AC MotorIP55, 5,5kW B5/B1(without feet) 230V/50Hz - Skew trim UNT 1
RTG62011 Electric Motor ( M2QA 112 M4A ) UNT 1
RTG63000 Rubber Mount 3E-4903 - Radiator UNT 8
RTG66000 Nozzle - 4W7017 <RTG67> UNT 2
RTG66001 Nut M39 Twistlock Float, P/N 44524 <RTG66> UNT 8
RTG66002 Nylock Nut Hex M48 - Hoist wire rope UNT 23
RTG66006 Hex. Nut M48 - ISO 4032 (Drawing ref 1605-6000- 000-2 Item 19) UNT 6
RTG70000 BC-Box, P/N 400290 <RTG8> UNT 4
RTG70001 Auxiliary Contact Block 3RV1901-1F <RTG9/4> UNT 1
RTG70002 Auxiliary Contact Block 3RV1901-1E <RTG9/5> UNT 7
RTG70003 Bracket - Water Seperator <RTG7/5> UNT 1
RTG70005 Brake Flange for Trolley - SFB10H <RTG7/7> UNT 8
RTG70006 Brake Flange for Gantry SFB25H - 4-000797300214 <RTG7/6> UNT 1
RTG70008 Brake Pad for Hoist <RTG76> UNT 1
RTG70009 Bridge for Rectifier 32mm DIN - A2B09-1-2P <RTG8/9> UNT 1
RTG70010 BRUSH 6T-2031 - ALT <RTG9> UNT 1
RTG70011 Bulb 130V, 40w B22, P/N 71437, BROMMA <RTG8/4> UNT 10
RTG70016 EBI Terminal Expansion Board, 6 SX 7010-0KB00 <RTG8/1> UNT 1
RTG71000 O.Ring 1H1023 - Fuel Pipe <RTG71> UNT 30
RTG71001 Seal O.Ring 109-0076 - Cooling System <RTG91/4> UNT 5
RTG71002 Seal O.Ring 5P5678 - Valve Cover <RTG91/9> M 3
RTG71003 Seal O.Ring 8- 042572360000 - Trolley <RTG91/8> UNT 4
RTG71004 SEAL O.RING 117-1385 - LINES FUEL UNT 24
RTG71005 Seal O.Ring 1142687(CAT) UNT 2
RTG71006 Seal 0.Ring 4L-8337(CAT) UNT 4
RTG76000 Water Pump GP 10R0482 <RTG77> UNT 2
RTG76001 DELIMONS AUTOLUBE PUMP ASSY - ALEO2AO10BO1 UNT 3
RTG76004 PUMP AS 1375541 CAT UNT 3
RTG76008 Gear PUMP 0510425009 - Skew trim UNT 5
176 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG77000 Armature Plate for SFB25 4-000594900214 - Gantry <RTG1/6> UNT 17
RTG77001 Armature Plate SFB 10 - Gantry <RTG1/7> UNT 18
RTG77005 Phasereverser - LC2D 1201F7, P/N 79050 <RTG76/4> UNT 3
RTG77007 Profibus CABLE CF11.05.01.02LC.D - crane UNT 86
RTG77008 Profibus Bus Connector Simatic 6ES7972-OBA12- OXAO - crane UNT 7
RTG77010 PIN pulley D90F8 X 216 Drawing ref 1605-4000-021 UNT 2
RTG77011 PIN pulley D90F8X180 Drawing ref 1605-8000-015 UNT 8
RTG77012 PIN pulley RD100 Dia 90hbx378 Drawing ref 1605-6007-004 UNT 1
RTG77013 PIN pulley RD70 Dia 65/50F8-95 Drawing ref 1605-6010-015 UNT 2
RTG77014 PIN pulley RD55 Dia 50hb-110 Drawing ref 1605-8005-003 UNT 2
RTG77015 Rubber Base Plate RBP (80 x 80 x 150mm) Order No 0712/4943 UNT 8
EE/7000ET(set of 6 pcs)
RTG77016 Profibus Bus Connector(12Mbaud) 6GK1500-0EA02 UNT 6
RTG77017 Push Button Enclosure 60P 3SB3 806-0AA3 UNT 4
RTG77018 Magnetic Pick-up Plug Kit 155-2270 UNT 1
RTG77019 Push button emergency stop 3SB3801-ODG3 UNT 6
RTG77022 Power Link Supply 24V/40A 6EPI437-2BA10 UNT 1
RTG78000 Rope Pulley 710/790/90 X 13.5(Drawing ref 1605- 4000-000a) S45C EN8 UNT 4
RTG78001 Rope Pulley 560/630/90X13 (Drawing ref 1605-6007-000A) S45C EN8 UNT 2
RTG78002 Rope Pulley 315/355/50 X 6.5 (Drawing ref 1605- 6010-000A1) S45C EN8 UNT 4
RTG78005 Round Pin dia 25 x 145mm UNT 2
RTG78006 Round Pin dia 32 x 145mm UNT 2
RTG78009 Induction Hardened Pin 70mm(Dia) x 282mm UNT 3
RTG79000 Pinion SFB 16-25 / KFB 25-40 (for RTG07003) UNT 1
RTG79001 Pinion KFB 40 (for RTG07004) UNT 2
RTG79002 Link Plate 60 x 168 x 15mm UNT 4
RTG80000 Circuit Breaker 0.45- 0.63A 3RV1421-0GA10 <RTG10/8> UNT 1
RTG80001 Circuit Breaker 0.9- 1.25A 3RV1021-OKA10 <RTG10/5> UNT 1
RTG80003 Circuit Breaker 11-16A 3RV1021-4AA10 <RTG10/2> UNT 1
RTG80004 Circuit Breaker 2.2-3.2A 3RV1421-1DA10 <RTG10/4> UNT 1
RTG80005 Circuit Breaker 28-40A 3RV1031-4FA10 <RTG10/6> UNT 1
RTG80006 Circuit Breaker 3RV1121- 0KA10 <RTG10/10> UNT 4
RTG80007 Circuit Breaker 400-800a 3VF7111-1BK60-0AN1 <RTG10/9> UNT 1
RTG80008 Circuit Breaker 5.5-8A 3RV1421-1H10 <RTG10/1> UNT 1
RTG80009 Circuit Breaker 70-90A 3RV1041-4LA10 <RTG10/7> UNT 1
RTG80010 Thermal Magnetic Circuit Break, P/N 79043 <RTG7/14> UNT 4
RTG86001 Galv. steel wire rope 12MM X 34M 32X7 1960 MPA RHOL GREASED UNT 6
RTG86002 Ungalv Steel W.ROPE 24mm x 63M 6X36WS+IWRC 1960 N/MM2 LHOL UNT 20
<RTG86/4>
RTG86003 Galv. Steel Wire Rope 24mm x 63M - 6 x 36 IWRC RHOL Greased UNT 22
<RTG86/2>
RTG86004 SLIP RING 3N-1200 - ALT <RTG87/6> UNT 2
RTG86005 ROTOCOIL AS 4W-2474 - CYL HEAD UNT 24
177 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG86007 Adjusting Rod Device (Drawing Ref 1605-6000- 016) UNT 2
RTG87000 Relay Attachment S7M 78980 - Spreader <RTG87/1> UNT 11
RTG87003 Relay 2 VXL, QR-C, P/N 79341 <RTG87> UNT 7
RTG87005 Regulator 248-5513 <RTG87/3> UNT 2
RTG87006 REGULATOR 134-8278 - ALT <RTG87/5> UNT 2
RTG87007 Rotor 24V 3N1202 - ALT <RTG87/7> UNT 2
RTG87008 CERAMIC RESISTOR 120OHM 5W UNT 4
RTG87011 RELAY 24VDC - 2966171 UNT 24
RTG87012 RELAY C10 - A10X DC24V CIH - Spreader ZPMC UNT 10
RTG87013 RELAY C12 - A21X230VAC - Spreader ZPMC UNT 7
RTG87014 RELAY C12 - A21X24VDC BIM - Spreader ZPMC UNT 19
RTG87015 Emergency Stop Relay BH5928.93/000 0,3-3s DC24 - crane UNT 1
RTG87016 Emergency Stop RELAY BN3081.63 AC/DC 24V - crane UNT 1
RTG87017 Bridge Rectifer P5B35/O8 ( 57A 264 ) - Burklin UNT 1
RTG87023 Main RCT 3AC480V 60 H2 720A 4EU3652 - 84AOO - 0AA0 UNT 1
RTG88004 Repair Set 01844075 UNT 12
RTG88005 Rectifier 08253846 UNT 12
RTG91000 Seal Oil 40-52-8 <RTG91/7> UNT 3
RTG91001 Seal Oil Hub - 180 x 210 x 15 <RTG91/3> UNT 9
RTG91004 Seal 9L9098 - Nozzle <RTG91/6> UNT 16
RTG91005 Seal Kit 06152810528 <RTG91/2> UNT 10
RTG91006 Sealing Set Hyd. Cylinder 125-70 x 1104 <RTG91> UNT 1
RTG91008 SEAL RING 8H -2778 - FUEL FILTER (STRAINER) UNT 1
RTG91009 OIL SEAL 17 X 30 X7 UNT -1
RTG91010 OIL SEAL 30 X 62 X 7 UNT 2
RTG91011 SEAL GP 128-0317 - WTR PUMP UNT 1
RTG91014 SEAL KIT SNH 30-125/70 - Gantry wheel turning UNT 4
RTG91015 SEAL KIT SNH 30-140/80 - Hoist trim UNT 4
RTG91016 Seal Kit 5266570 SNH 30- 80/40 -Skew cylinder UNT 17
RTG91017 Seal Kit 5265668 - Anti- sway cylinder UNT 3
RTG91018 SEAL tank GR10884 - Skew trim UNT 4
RTG91019 Oil Seals 90 x 110 x 12 UNT 2
RTG91020 Oil Seals 280 x 320 x 12.5 UNT 4
RTG92000 Switch Auxiliary Circuit 5ST3010 <RTG93/11> UNT 6
RTG92001 Coordinate Switch 3SB1 201-7FV01 <RTG93/7> UNT 20
RTG92003 Switch Ronis Key Operated - 3SB3202- 4AD11 <RTG93/9> UNT 1
RTG92004 Switch Selector Black 3SB3000-2DA11 <RTG93/10> UNT 1
RTG92005 Switch - 1083190 <RTG93/4> UNT 1
RTG92006 Switch / Sender FGW 622- 340 <RTG93/6> UNT 2
RTG92007 Switch A - 6T4949 <RTG93/3> UNT 1
RTG92008 Switch AS - PR1620782 <RTG93/2> UNT 1
RTG92010 End Stop Assy, P/N 400244 <RTG92/7> UNT 5
RTG92011 SOLENOID SWITCH 193-8570 <RTG92/3> UNT 1
178 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG IMCC


RTG92012 Solenoid Stop Injection, P/N 8C-6099 (engine) <RTG92/4> UNT 1
RTG92013 SOLENOID VICKERS - WHEEL TURNING EP 02-331818 - TRIM/SKEW UNT 3
RTG92014 STARTER MOTOR 24V - 207-1564 / Make: Delco Remy 1993802 UNT 1
RTG92017 FUEL INDICATOR SENSOR U214 HINGE FLOAT UNT 4
RTG92018 Battery Main Switch 24V 100A UNT 4
RTG92019 Level monitoring SENSOR (PLS 40) 420454 DC9-36V 023217 UNT 4
RTG92021 Inductive Proximity Sensor XS630B1MAU20(Telemecanique) UNT 10
RTG92022 Metal Bodied Limit Switch D-U1ZRW 604.1118.229 UNT 1
RTG92024 Limit Switch XCKJ10541 UNT 7
RTG92025 Magnetic Pick-up Sensor 189-5746 UNT 1
RTG92026 Sensor(Pepperl + Fuschs) UC6000-30GM-E6R2-V15 UNT 35
RTG92032 Recond. Starter UNT 1
RTG93002 Sproket Chain Wheel E112-1-11, P/N 51515 <RTG92/6> UNT 1
RTG93003 Stator 24V 143-9760 - ALT <RTG92/9> UNT 2
RTG93004 Surge Suppressor 3RT1916-1BB00 <RTG94/4> UNT 13
RTG93005 Surge Suppressor 3RT1926-1BB00 <RTG94> UNT 2
RTG93006 Surge Suppressor 3RT1926-1CC00 <RTG94/1> UNT 2
RTG93007 Surge Suppressor 3RT1926-1CF00 <RTG94/3> UNT 1
RTG93008 Surge Suppressor 3RT1936-1CC00 <RTG94/2> UNT 2
RTG93009 Surge Suppressor RC 3RT1916-1CD00 <RTG94/5> UNT 17
RTG93010 Stop Assy Twenty Foot , P/N 49319 <RTG92/8> UNT 1
RTG93011 KIT STARTER(BUSHING KIT) 7T3267/1989497 UNT 2
RTG93012 SHAFT 135-4928 - WTR PUMP UNT 2
RTG93016 Surge Suppressor RC 3RT 1936-1CF00 UNT 2
RTG94001 LOUD-SPEAKER YH10-2 UNT 1
RTG94004 STEERING UNIT S10297 - Skew trim UNT 1
RTG94006 Gas spring(Piston) UNT 2
RTG94007 Pressure Spring 047010012009 UNT 20
RTG94008 Pressure Spring 047010011005 UNT 7
RTG94014 Pulley Support TILTED 3.5 DEG (DWG:1605-6014- 000) UNT 2
RTG94015 Pulley Support TILTED 8 DEG (DWG : 1605-6015- 000) UNT 2
RTG94016 Spacer D70/50.5 X 4 (DWG:1605-6010-008) UNT 16
RTG96002 Twistlock Arm Assy E40/45, P/N 49349 <RTG1> UNT 3
RTG96005 Tosca Phone UNT 11
RTG96006 Recond Turbocharger HX82 UNT 3
RTG96008 Thruster ED 201/16 (2LL5 561-1) S/N 041/64563 - Hoist Brake UNT 1
179 Section VI. Scope of Service and Performance Specifications

ANNEX C4- AVAILABLE SPARE PARTS FOR RTG ZPMC


AVAILABLE SPARE PARTS FOR RTG ZPMC
ZPC01005 Oil Service Bladder Accumulator IHV 10- 330/90K UNT 1
ZPC01006 Oil Service Bladder Accumulator GNX 4-35/85 UNT 1
ZPC01008 Alternator(Cummins) 3016627 UNT 1
ZPC01105 POD Protective Cover 6AV6574-1AE00-4AX0 UNT 4
ZPC01106 Cable Carrier Assy CBCSE00-00a UNT 1
ZPC01107 Chain Tightener Assy SES-060300 UNT 1
ZPC01108 Cable GYDEFR-J-0.6/1KV 18x2.5 (roll of 48metre) M 48
ZPC01200 Gantry Motor Coupling (Connection Coupling) UNT 1
ZPC01201 Disc Brake Coupling MLPK6 UNT 1
ZPC01205 Disc Brake Coupling MLPK11 UNT 1
ZPC01207 Shaft End Coupling 1 JL202060105 UNT 1
ZPC01208 Shaft End Coupling 2 JL202060110 UNT 1
ZPC01209 Coupling Assy Hoist Rope Drum Coupling(D.E) JL202.DC11A UNT 1
ZPC01300 AC Contactor ( 400A,220V240Vac,40-60HZ ) 3RT1075-6AP36 UNT 1
ZPC01302 Contactor CAD32P7 230V- 50/60HZ ( Make Schneider ) UNT 4
ZPC06001 Bearing 30313 J2/Q UNT 6
ZPC06002 Bearing 32218 J2/Q UNT 8
ZPC06003 Bearing 22214 E1K C3(FAG/SKF/Timken) UNT 2
ZPC06005 Guide Roller Bearing 22214CC / W33 UNT 8
ZPC06007 Bearings 22322E / C3 - Trolley Wheel UNT 4
ZPC06008 Hoist Rope Drum Bearing (N.D.E) 22224E UNT 1
ZPC06009 SKF BEARING 22222E UNT 2
ZPC06010 SKF BEARING 22234 CC/W33 UNT 2
ZPC06011 SKF BEARING 22252 CC/W33 UNT 2
ZPC06012 SKF BEARING 23072 CC/W33 UNT 2
ZPC06013 SKF BEARING 23220 CC/W33 UNT 2
ZPC06014 SKF BEARING 22313 E UNT 2
ZPC06015 SKF BEARING 22310 E UNT 2
ZPC07000 Brake Assembly YP11- 315X20.11B.RL-H UNT 1
ZPC07001 Brake Assembly YP31A- 2000-630x30. 11B.RL.H - Hoist UNT 1
ZPC07006 Adaptation Board ADB(Motion control) 6SE7090-0XX84-0KA0 UNT 2
ZPC08000 End Stop Buffer BHF100-105 UNT 2
ZPC08001 Cone Buffer YS-0035B UNT 4
ZPC08002 Electric Panel Buffer YS-0035C UNT 4
ZPC08003 Block 20FT Stop Buffer : TEL4000-03 UNT 5
ZPC08004 Bladder For 10 lts Accumulator UNT 4
ZPC09000 Transmission Bolt for QD313.44-00 Drive Axle UNT 15
ZPC11000 CHAIN ROLLER - 24B-1X117 UNT 1
ZPC11001 COIL MFZ12-37YC / 205VDC - Emergency brake system UNT 9
ZPC11002 CPU 416-2 6ES7416-2XN05- OABO - Make SIEMENS UNT 1
ZPC11003 Rondoflex electric CABLE (N)GRDGOEU-J 4x25 black 0.6/1KV 48M 4 X 25 UNT 1
180 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG ZPMC


ZPC11005 CPU 317-2DP-6ES7-2AJ 10 -OABO UNT 1
ZPC11006 COIL CONTACTOR 3RT19 44- 54L21 UNT 5
ZPC11100 Wiper ARM and BLADE assy UNT 2
ZPC16000 HOIST HIGH SPEED COUPLING'S ELASTIC SPIDER AND BRAKE DISC(INCUDING UNT 2
DISC BOLTS) - MT11-B
ZPC16001 HOIST HIGH SPEED COUPLING'S BRAKE DISC(INCL. DISC BOLTS) - 630*30 UNT 4
ZPC16002 TROLLEY HIGH SPEED COUPLING'S BRAKE DISC(INCL. DISC BOLTS) - 315*20 UNT 4
ZPC17000 Drive Shaft UNT 1
ZPC21002 Communication PROCESSOR CP443-1 6GK7443-1EX11- OXEO UNT 1
ZPC21003 Incremental Encoder Huebner POG 10 DN 1024 I for Hoist/Trolley UNT 2
ZPC26000 FILTER AIR - AF25708M SET 40
ZPC26001 FILTER FUEL - FS1040 F/GUARD SET 1
ZPC26002 FILTER OIL LF9000 / LF9070 - F/GUARD SET 3
ZPC26003 FILTER OIL - 0110R010BN3HC UNT 1
ZPC26004 Water Filter WF2126 Fleetguard UNT 34
ZPC26005 Water separator filter 2020pm-OR - RACOR PARKER UNT 44
ZPC26006 Fuel filter FS1040 Fleetguard UNT 35
ZPC26007 Oil filter LF9000 Fleetguard UNT 42
ZPC26010 EMI Filter ( PNF221-G- 10A ) UNT 2
ZPC26011 EMI Filter ( DNF05-20A ) UNT 2
ZPC27000 Festoon Cable System : Towing Slings JL2020803 UNT 3
ZPC27001 Festoon Carrier Type 1 DLC50100S UNT 1
ZPC27002 Festoon Carrier Type 2 DLC50200S UNT 1
ZPC27003 Festoon Carrier Type 3DLC50300S UNT 1
ZPC28000 Fuse Link (800A) 500 Vac ( 3NA3475 ) UNT 6
ZPC28001 Sitor Fuse Link 250A,1000Vac ( 3NE3227 ) UNT 6
ZPC31000 Thermostat housing Gasket 3684336(Cummins) UNT 16
ZPC31001 Thermostat Housing Cover Gasket 3680602(Cummins) UNT 16
ZPC32000 Guide Plate Assy Type 1: TBS40D01-02B UNT 8
ZPC32001 Guide Plate Assy Type 2: TBS40D01-04 UNT 6
ZPC32002 Guide Plate Assy Type 3:TEL4000-15 UNT 14
ZPC32004 Guide Arm Device :FLPFW00-00 UNT 4
ZPC36001 HOSE - F381151908080C- 600MM UNT 2
ZPC36002 HOSE - F381153908080C- 1250MM UNT 2
ZPC36003 HOSE - F381153908080C- 950MM UNT 2
ZPC36004 HOSE - F381151508080C- 700MM UNT 2
ZPC41000 By-pass level INDICATOR Type : BPA11B1K-112 UNT 2
ZPC41002 Indicator White Nanhua DC - C - PCS (W) - 8 M/24VDC UNT 2
ZPC41003 Indicator (RED) Nanhua DC - C -PCS (R) - 8M/24VDC UNT 2
ZPC41004 Indicator(Green) Nahua DC - C -PCS (G) 8M/24VDC UNT 5
ZPC41005 Level Indicator(Gauge) YWZ-76 UNT 10
ZPC41006 Led Indicator 24V XB2- BVB3LC (Red) UNT 6
ZPC41007 Led Indicator 24V XB2- BVB3LC (White) UNT 6
181 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG ZPMC


ZPC41008 Led Indicator 24V XB2- BVB3LC (Green) UNT 6
ZPC42000 1GBT ( BSM300GA120DN2FS- E3256 ) UNT 6
ZPC46000 JOYSTICK VNSO22FN18 K KVR IZ 9P1 . 9P1 UNT 1
ZPC46001 JOYSTICK VNSO 2FN 18 S KER I Z 9P1 UNT 1
ZPC51000 KIT Addressing unit and cable accessories 3RK1 904 - 2AB01 UNT 1
ZPC51001 AFR Kit For 10 lts Accumulator UNT 4
ZPC51002 Afer Kit For 4 lts Accumulator UNT 4
ZPC56000 FLOODLIGHT(Casing, Bulb & Transformer) - HNF003 SON-T400W NB SET 13
ZPC56001 LIGHT WALKWAY(2ft) - DCD12-2 (230V 50HZ) SET 10
ZPC57000 Anti- Collision Limit Switch Z4V10H 335-11Z-2506 SET 24
ZPC57001 TROLLEY TRAVEL L.S - TD441-11Y SET 4
ZPC57003 LUBRICATOR (GREASE FITTING) - DIN3404 M10*1 UNT 19
ZPC57007 Lever Mechanism SVIC14- 06 KPL (14152) UNT 2
ZPC60000 BEARING KNUCKLE - GX42/K(A) UNT 4
ZPC60001 BUFFER FESTOON - DLC50160 SET 16
ZPC60002 Block 20FT Stop Buffer - TEL4000-03 UNT 2
ZPC60003 BLOCK 40' BUFFER - TEL4000-06A UNT 1
ZPC60004 BLOCK ANTIFRICTION I - TBS40D01-03 UNT 2
ZPC60005 BLOCK ANTIFRICTION II - TBS40D01-04 UNT 2
ZPC60006 BLOCK ANTIFRICTION - TEL4000-12 UNT 1
ZPC60007 BLOCK ANTIFRICTION - TEL4000-15 UNT 2
ZPC60008 BASE WITH PANEL & ADAPTER S9-M UNT 15
ZPC60009 Fan BELT 3106099(Cummins) UNT 1
ZPC60010 Alternator BELT 3100141(Cummins) UNT 1
ZPC61000 MOUNT SHOCK - DU12 UNT 1
ZPC61003 SM321 16DI MODULE 6ES7321-1BH02-OAAO UNT 4
ZPC61004 SM322 16DO MODULE 6ES7322-1HH01-OAAO UNT 1
ZPC61005 MODULE AC2470 UNT 1
ZPC61007 MODULE(Circuit Breaker) 3RK1207-1BQ40-0AA3 UNT 12
ZPC61008 Microphone(SED) UNT 1
ZPC61009 T300 Module ( 6SE7090- 0XX84-0AH2 ) UNT 2
ZPC61010 T300 Software Module ( Hoisting Gear V1.22 ) 6GA7010-1SM76 UNT 2
ZPC61011 CPB2 Profibus Comm Module(Motion control) 6SE7090-0XX84-0FF5 UNT 4
ZPC61012 Inverter Interface Module IVI ( 6SE7038- 6GL84-1BG2 ) UNT 2
ZPC61013 Power Supply Module ( 6SE7031-7HG84-1JA1 ) UNT 2
ZPC61014 3 Pole MCCB(Breaker) VL160X (50V63A ) 3VL1706-1DD33-0AB1 UNT 1
ZPC61015 3 Pole MCCB(Breaker) VL160X ( 63V80A ) 3VL1708-1DD33-0AB1 EA 1
ZPC61016 3 Pole MCCB(Breaker) VL160X ( 80V100A ) ( 3VL1710 -1DD33-0AB1 ) UNT 1
ZPC61017 3 Pole MCCB9Breaker) VL630 (500V630A) 3VL5763-1DC36-0AC1 ) UNT 1
ZPC61018 PF Correction Module drp-240-24 UNT 2
ZPC61019 Power Module Bridge DGBZ - A(RIGHT) UNT 4
ZPC61020 Power Module Bridge DGBZ-A(LEFT) UNT 4
ZPC62002 AC Motor 1LA8 317- 6PB90-Z No : N- WD1252979010001-2008 - UNT 1
182 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG ZPMC


Hoist/Trolley/Gantry
ZPC62003 AC Motor 1LG4 207-4CA90- Z - Hoist/Trolley/Gantry UNT 1
ZPC62004 AC Motor 1LP4 208-4CA99- Z - Hoist/Trolley/Gantry UNT 1
ZPC62006 Electric Motor(3 phase,100L-04) + Electromagnetic Brake JNDT05-460-2 - UNT 1
Skew drive
ZPC66000 Nozzle Injector 4062569 UNT 36
ZPC72000 Optical Link Module OLM/G 11 V3 / 6GK 1503- 2CB00 for profibus UNT 1
ZPC76000 PUMP OIL FOR FUEL TANK - BB-10 SET 1
ZPC76001 WATER PUMP assy 4089909 UNT 1
ZPC77002 BRAKE PADS FOR HOIST EMERGENCY BRAKE - MATCH WITH BRAKE MODEL PR 3
OF SB400
ZPC77003 BRAKE PAD TROLLEY - YP11-315X20-ED3000-50 UNT 4
ZPC77004 BRAKE PAD EMERGENCY - SB400 UNT 4
ZPC77005 BRAKE PAD HOIST - Y931A- 630X30-ED2000-60 UNT 2
ZPC78000 POWER SUPPLY TYPE : CY220-24-10 - Spreader UNT 2
ZPC78001 PS307 POWER SUPPLY 6ES7307-1EA00-OAAO UNT 3
ZPC78002 PLC CP343-1 6GK7 343-1EX 30-OXEO UNT 1
ZPC78003 POD-TP177A Touch Panel 6AV6642-0AA11-0AX1 - Siemens UNT 4
ZPC78004 Power Supply Unit ( DR- 120-24 ) PF Correction Module ( DRP-240-24 ) UNT 2
ZPC78005 ASI Power Supply ( AC1216 ) UNT 2
ZPC78006 Electric DC Power Supply ( ABL8RPS24050 ) UNT 2
ZPC79000 Hoist Sheave Pin(Shaft Type 1) JL6706030101 UNT 2
ZPC79001 Hoist Sheave Pin(Shaft Type 2) JL15806030201 UNT 2
ZPC79004 Alternator Pulley(Cummins) 3680082 UNT 1
ZPC80003 Taper roller BEARING 30222J2 UNT 15
ZPC86001 ROLLER ASSEMBLY FESTOON SIDE - DLC50140 SET 40
ZPC86002 ROLLER ASSEMBLY FESTOON TRAVEL - DLC50120A SET 80
ZPC86006 Wire Rope with one end IWRC 6x WS (36) Dia 28mm X 43.8M - Hoist UNT 1
ZPC86007 WIRE ROPE IWRC 6xws36) Dia 28mm 41m with one rope end UNT 1
ZPC86008 WIRE ROPE IWRC 6xWS(36) Dia 28mm 42.2m with one rope end UNT 23
ZPC86012 Wheel Turning Screw Rod Drive JNDT18-1022(Right) UNT 1
ZPC87000 HOIST WIRE ROPE - 6XWS(36)-IWRC-28-1770 & ROPE END - JL167060306 M 269
ZPC87001 Motor Reducer FH495.40.A2A.00 UNT 1
ZPC87005 Slewing Ring (Ball Bearing) 010.30.500.001 UNT 1
ZPC87006 Thrust Ring (OD 90 ID 69) - Drive axle UNT 1
ZPC87010 Horizontal Adjustment Rail SM11618-B (29432) UNT 7
ZPC87011 Horizontal Adjustment Rail SM11618-C (22805) UNT 7
ZPC87012 Horizontal Adjustment Rail SM11618-D (22803) UNT 8
ZPC87013 Rotating ring SVIC14-02C (12385) UNT 2
ZPC88000 RELAY C12-A21X 230Vac - SPREADER UNT 20
ZPC88001 RELAY C9-A41X / DC 24V UNT 7
ZPC88002 Phase Motor Reverser SV 969500 - Spreader UNT 4
ZPC88003 Automatic voltage REGULATOR MX321 AVR UNT 2
183 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG ZPMC


ZPC88004 Rectifier FWR-PE400 / 150 / 3 "BRAKE MODULE" - Gantry brake UNT 2
ZPC88006 Emergency/Safety Brake Pressure Relay(Pressure Actuated Switch)B2T- UNT 2
A48SS-P5
ZPC88007 3 Phase Network Control Relay RM4TR32(Schneider Electric) UNT 4
ZPC88009 Electromechanical Relay(Safety Switch) 3TK2825-1AL20 ) UNT 4
ZPC88010 Safety Relay(Switch) 3TK2830-1AL20 ) UNT 2
ZPC88011 Switching Regulator ( DRP-480-24 ) UNT 2
ZPC88012 Timer Relay ( H3BA ) UNT 2
ZPC88013 Frequency Protective Relay ( 253-PHDW ) UNT 2
ZPC88014 Safety Relay ( 3TK2824- 1AL20 ) UNT 3
ZPC91000 Hoist Sheave ZMHL760-A- 1(760) UNT 5
ZPC91001 TROLLEY HIGH SPEED COUPLING'S ELASTIC SPIDER - MT6-B UNT 2
ZPC91002 SPRING PLUNGER - ETWLTS00-03 UNT 2
ZPC91004 STEP - BT600A UNT 10
ZPC91006 SIMATIC DP ET 200M 6ES7153-1AA03-0XB0 UNT 3
ZPC91007 Tie down Sling 6x19 Dia 28mm UNT 2
ZPC91008 Outdoor Sirene & Led Light( BC-8S) 230-240V 6W / 106 dB Tone : D1B UNT 16
ZPC91009 Transmission Shaft (Long) QD313.44-03 UNT 2
ZPC91010 Transmission Shaft (Short) QD313.44-08 UNT 2
ZPC91011 Cardan Shaft Drive F6CS UNT 1
ZPC91012 Propeller Shaft - Universal Shaft A5-2 UNT 1
ZPC91015 Stopper Mechanism SVIC14-06-2 KPL (14153) UNT 2
ZPC91016 Stud bolt W4059 M6 (P/N 00131903) UNT 17
ZPC92004 Schmersal magnetic switch Type BN 20-11rz- M16 IP67 UNT 7
ZPC92005 LIMIT SWITCH spreader 7 headblock BI10-M30- A23X/S90(8M) UNT 1
ZPC92006 MICROSWITCH Burgess Grp 8-001138600249 UNT 10
ZPC92007 Level SENSOR Type : EFB- 1420-3 UNT 4
ZPC92008 Battery SWITCH 24V 125- 150A (4943EE) UNT 1
ZPC92010 Schmersal Limit switch Z-4VH-335-11Z-RVA-2272 UNT 1
ZPC92011 Load Sensor XZBEI-ASS TC 20 T UNT 2
ZPC92012 Load Sensor XZBEI-ASS TC 15T UNT 1
ZPC92013 Matsushima Limit Switch Type:ELAW-2 I N S Z UNT 10
ZPC92014 Schmersal Limit Switch 1203457 Type:TD 441-11Y-2512 UNT 4
ZPC92016 Emergency Safety Brake Thermometer Switch STW 400-70-CC UNT 2
ZPC92017 Thermo Switch ( SK3110.000 ) EA 2
ZPC92020 Turck Sensor Type :Bi5- M18- AZ3X/S90 20...250VAC 3...400MA UNT 6
ZPC92021 Turck Sensor Type :Ni8- M18-AP6X UNT 6
ZPC93001 Trolley Wheel Seal Type 2 JB/ZQ 4075-1997 Z105 SET 3
ZPC93002 OIL SEAL - PD130X160X15 UNT 4
ZPC93003 OIL SEAL - PD40X62X12 UNT 2
ZPC93004 Oil Seal PD140x170x15 - Trolley UNT 2
ZPC93005 Oil Seal 170 X 200 X 15 UNT 30
ZPC93006 Oil SEAL 60 X 78 X 9 UNT 3
184 Section VI. Scope of Service and Performance Specifications

AVAILABLE SPARE PARTS FOR RTG ZPMC


ZPC93007 Seal Thermostat 3084879(Cummins) UNT 16
ZPC93010 Motor Reducer Seals: SB110 x 140 x 14 UNT 4
ZPC93011 Motor Reducer Seals : SC110 x 140 x 14 UNT 2
ZPC93012 Motor Reducer Seals SC360 x 420 x 25 UNT 2
ZPC93013 OIL SEAL 50 X 72 X 12 UNT 2
ZPC93014 OIL SEAL 100 X 125 X 13 UNT 4
ZPC93015 Seal AB 5846 A0 - Hoist UNT 2
ZPC96000 Brake Thruster(Excluding brake lining) - ED2000- 60 RL(400V 50HZ) - Hoist SET 2
ZPC96002 TWISTLOCK - ETWLS00-06 UNT 2
ZPC96003 TROLLEY FESTOON - DLC50100S UNT 4
ZPC96005 Thermostat Kit 4973373(Cummins) UNT 16
ZPC96006 Rondoflex electric CABLE (N)GRDGOEU-O 6x(2x1)c black 0.6/1KV 48M UNT 1
ZPC96008 Telescopic Drive System - TELE0001186.00 UNT 1
ZPC96009 Twistlock BX0200 UNT 4
ZPC97001 Control Transformer ( JBK3-ZP-3000 400/230 ) UNT 2
Spares for Spreader for RTG ZPMC
SPZ01000 Twistlock Arm (ETWLSD04-01A) weldment UNT 4
SPZ01001 Twistlock arm (ETWLSD04- 02A) weldment UNT 4
SPZ01002 Down pivoted arm (weldment) ETWLSDE00- 1160-0200 UNT 4
SPZ06000 Knuckle Bearing GX42/K(A) GcR15SiMn UNT 4
SPZ06001 Knuckle Bearing SALJK18C UNT 8
SPZ06002 Knuckle Bearing SA20C UNT 4
SPZ07000 Feedback block ( weldment) ETWLSDE00- 1100-01 UNT 8
SPZ07002 Cushian Block Nylon 66 ETWLSD04-04B UNT 4
SPZ11100 Washer (ETWLSD04-03A) 35 UNT 8
SPZ16000 20/40/45 Position Device TEL4501-0200 UNT 3
SPZ46000 Joint Q235 ETWLSDEL00-0300 UNT 4
SPZ66000 Twistlock Nut (35CrMo) ETWLTS00-01B UNT 1
SPZ77000 Plunger 42CrMo ETWLTS00-01A UNT 7
SPZ86000 Connecting rod (35) ETWLSDE00-1100-03 UNT 4
SPZ86001 Connecting rod II (35) ETWLSDE00-1100-04 UNT 4
SPZ91001 Twistlock Guide Sleeve ZG35SiMnMo ETWLTS00-05 UNT 2
SPZ91002 Sleeve (QAL9-4) ETWLSDE00-1160-01 UNT 8
SPZ91003 Link Stopper 45 ETWLTS01-03A UNT 1
SPZ91004 Shaft 42CrMo ETWLSDE00-1160-03 UNT 2
SPZ96000 Twistlock 42CrMo ETWLTS00-06 UNT 1
185 Section VI. Scope of Service and Performance Specifications

ANNEX C5- EXPECTED AVAILABLE SPARE PARTS FOR RTG


HHMC

EXPECTED AVAILABLE SPARE PARTS FOR RTG HHMC Quantity


GEAR BOXES
Trolley gear box 1
Gantry gear box 1
SHEAVES
Main hoist 2
ROPES
Hoist Wire Rope 4
BEARINGS
Main hoist gear box 1 Set
Trolley gear box 1 Set
Gantry gear box 1 Set
Main hoist sheaves 4
Trolley sheaves 4
Trolley wheels 4
Gantry wheels 4
CLUTCHES/COUPLINGS
Main hoist low speed 2
Main hoist high speed 2
Trolley low speed 1
Trolley high speed 1
BRAKES (complete unit)
Main hoist service barke 2
Trolley service brake 1
Gantry motor brake 4
MOTORS
Main hoist 1
Trolley 1
Gantry 2
HYDRAULICS
Cylinder for T/L/S 4
CABLES
Spreader cable 1
ELECTRICS
Inverter power pack for infeed 2
Inverter power pack for main hoist 2
Inverter power pack for trolley 2
Inverter power pack for gantry 2
PLC CPU 1
Ink.-Encoder main hoist 2
186 Section VI. Scope of Service and Performance Specifications

Ink.-Encoder trolley 2
Ink.-Encoder gantry 2
Abs.-Encoder main hoist 2
Abs.-Encoder trolley 2
Master controller left (joystick) 2
Master controller right (joystick) 2
Proximity limit swicth type#1 5
Proximity limit swicth type#2 5
Proximity limit swicth type#3 5
Proximity limit swicth type#4 5
Proximity limit swicth type#5 5
Proximity limit swicth type#6 5
Lever limit switch type#1 3
Lever limit switch type#2 3
Lever limit switch type#3 3
Lever limit switch type#4 3
LED light 5
SPREADER
Twist locks 16
Telescoping Motor and Gear 2
Lock / Unlockmotor an Gear 2
Proximity limit swicth type#1 4
Proximity limit swicth type#2 4
Proximity limit swicth type#3 4
Proximity limit swicth type#4 4
Spreader indicator lamp (set) 6
Gantry
Tyres 8
187 Section VI. Scope of Service and Performance Specifications

ANNEX C6- EXPECTED AVAILABLE SPARE PARTS FOR STS


HHMC

EXPECTED AVAILABLE SPARE PARTS FOR STS HHMC Quantity


GEAR BOXES
Main hoist gear box 1
Trolley gear box 1
Gantry gear box 2
SHEAVES
Main Hoist 4
Trolley 4
Catenary 4
ROPES
Main hoist ropes 4
Trolley ropes 4
Catenary ropes 4
BEARINGS
Main hoist gear box 1 Set
Trolley gear box 1 Set
Gantry gear box 1 Set
Main hoist sheaves 4
Trolley sheaves 4
Catenary sheaves 4
Boom sheavs 4
Trolley wheels 4
Gantry wheels 4
Catenary wheels 4
CLUTCHES/COUPLINGS
Main hoist low speed 2
Main hoist high speed 2
Trolley low speed 1
Trolley high speed 1
Boom hoist low speed 1
Boom hoist high speed 1
BRAKES (complete unit)
Main hoist service barke 2
Main hoist safety brake 1
Trolley service brake 1
Trolley safety brake 1
Boom hoist service brake 1
Gantry motor brake 4
Gantry strom brake 1
188 Section VI. Scope of Service and Performance Specifications

EXPECTED AVAILABLE SPARE PARTS FOR STS HHMC Quantity


Spreader cable reel brake 1
Power cable reel brake 1
MOTORS
Main hoist 1
Trolley 1
Boom hoist 1
Gantry 2
Spreader cable reel 1
Power cable reel 1
HYDRAULIKS
Cylinder for T/L/S 4
CABLES
Spreader cable 1
ELECTRICS
Inverter power pack for infeed 3
Inverter power pack for main hoist 3
Inverter power pack for trolley 3
Inverter power pack for boom hoist 3
Inverter power pack for gantry 3
PLC CPU 1
Ink.-Encoder main hoist 2
Ink.-Encoder trolley 2
Ink.-Encoder boom hoist 2
Ink.-Encoder gantry 2
Abs.-Encoder main hoist 2
Abs.-Encoder trolley 2
Abs.-Encoder boom hoist 2
Abs.-Encoder gantry 2
Master controller left (joystick) 2
Master controller right (joystick) 2
proximity limit swicth type#1 5
proximity limit swicth type#2 5
proximity limit swicth type#3 5
proximity limit swicth type#4 5
proximity limit swicth type#5 5
proximity limit swicth type#6 5
lever limit switch type#1 3
lever limit switch type#2 3
lever limit switch type#3 3
lever limit switch type#4 3
LED light 5
SPREADER
Flipper 8
189 Section VI. Scope of Service and Performance Specifications

EXPECTED AVAILABLE SPARE PARTS FOR STS HHMC Quantity


Twist locks 16
Hydraulic cylinder type#1 2
Hydraulic cylinder type#2 2
proximity limit swicth type#1 4
proximity limit swicth type#2 4
proximity limit swicth type#3 4
proximity limit swicth type#4 4
Spreader indicator lamp (SET) 6
190 Part III - Maintenance Contract

Part III - Maintenance Contract


191 Section VII. Maintenance Contract

Section VII. Maintenance Contract


THIS AGREEMENT is made the …………………….day of ………………….2017.

Between:

THE CARGO HANDLING CORPORATION LTD, whose registered office is at the CHCL
Building, Mer Rouge, Port Louis, and hereafter referred to as CHCL represented by its
Managing Director,

On the other part,

and …………………………………………………………………...................(Name of
Private Contractor to be inserted by Bidder) whose registered office is at
…………………………………………………………………… (Official address of Private
Contractor to be inserted by Bidder) and hereafter referred to as the PRIVATE
CONTRACTOR represented by its ...............................…………………………………….…
………………………………………………………………………….. (Position and Name
to be inserted by Bidder)

On the other part,

WHEREAS: The CHCL wishes to retain the services of the Private Contractor for the
maintenance of Port Equipment, as defined hereunder, which is the property of the CHCL
and the Private Contractor is agreeable to do so on the terms and conditions of this contract.

NOW IT IS AGREED AND COVENANTED BETWEEN THE PARTIES AS FOLLOWS:-

Article 1: Object of Contract

The Cargo Handling Corporation Ltd, a private company established under the
Companies Act, has decided to entrust the maintenance of port equipment as
described in section V1- Scope of Services and Performance Specifications
to……………………………………………………………………………(Name of
Private Contractor to be inserted by Tenderer) according to the conditions defined in
this contract.
192 Section VII. Maintenance Contract

Article 2: Definitions

2.1 In this Contract, the following words and expressions shall have the meaning defined
hereunder.
Port Equipment Means the items of equipment described in section VI
(Scope of Services and Performance Specifications) - which
are the property of the CHCL and which are situated at the
Mauritius Container Terminal, Mer Rouge, Port Louis.
Schedule of Prices Means the prices – and rates that are described in Schedule
of rates that form the basis of remuneration to the Private
Contractor under this contract.
Manufacturer Means a manufacturer of the Port Equipment or a
component part thereof.
Stock of Spare Means the spare parts owned by the CHCL for use in
Parts maintaining and repairing the Port Equipment.
Port Regulations Means the set of rules and regulations governing access to
within the port area, which rules shall be furnished by the
CHCL to the Private Contractor, as the same may be
modified or otherwise amended from time to time by CHCL
CHCL’s Means the person appointed by the CHCL to act as CHCL
Representative Representative for the purpose of this Contract.
Private Means the person named as such in this Contract of such
Contractor’s replacement thereof as may be agreed by CHCL.
Representative
This Contract Means this Maintenance Contract with all Annexes and
Schedules referred to herein.
Services Means all work to be performed by the Private Contractor.
Subcontractors Means any subcontractor employed by the Private
Contractor to perform part of the Services.
Commencement Means the starting date
Date
End Date of this Means the ending date
Contract
Plant & Equipment Means all items of machinery, apparatus for monitoring and
testing of equipment and other things provided by the
Private Contractor to enable the services to be performed not
including machinery, apparatus or other things consumed
during the performance of the Services or fitted or fixed
permanently to the Port Equipment as part of the Services.
Senior Terminal Means that officer or representative of CHCL responsible for
193 Section VII. Maintenance Contract

Manager overall control and running of the port operations.


2.2 The headings in this Contract are inserted for convenience only and do not affect its
interpretation.

2.3 Subject to the other provisions of this contract, where under this agreement the time
limited for the doing of an act expires or falls on a Saturday or a Public Holiday, the
act may be done on the following day that is not a public holiday.

Article 3: CHC’s Representative

The CHCL shall appoint a CHCL’s Representative to act for the purpose of this
Contract or other person appointed from time to time by the CHCL and notified to the
Private Contractor in writing.

Article 4: Instructions by CHCL’s Representative

Unless unreasonable, the Private Contractor shall comply with instructions given by
the CHCL’s Representative in accordance with this Contract.

Article 5: Private Contractor’s Representative

For the purposes of this Contract the Private Contractor shall appoint a Private
Contractor’s Representative and the person shall be named as such.

The Private Contractor shall not revoke the appointment of its Representative without
the prior consent in writing of CHCL. The Private Contractor’s Representative shall
give his whole time in the execution of the Services. Except as otherwise stated in
this Contract, the Private Contractor’s Representative shall receive (on behalf of the
Private Contractor) all notices, instructions, consents, approvals and other
communications under this contract.

Article 6: Equipment to be maintained

The Port Equipment owned by the CHCL for which the Private Contractor is to
undertake the maintenance consists of those items of equipment mentioned in section
VI- Scope of Services and Performance Specifications

In addition other equipment pertaining to these cranes may be added to this Contract
by the written instruction of the CHCL subject to the agreement of the Private
Contractor and agreement of any necessary amendment to the remuneration pursuant
to additional tasks within scope of the contract stated in Schedule of rates
194 Section VII. Maintenance Contract

Article 7: Scope of Services

7.1 Maintenance Services

The Private Contractor shall undertake those services detailed in the scope of services
and performance specifications at Section VI- Scope of Services and Performance
Specifications. The services, as defined in Section VI, shall include:-

o Daily Checks
Preventative Maintenance, carried out within or at the time periods specified
by the manufacturers
o Corrective Maintenance

Preventive maintenance of the cranes shall be carried out in coordination with the
officials of the CHCL and as per the schedules within the recess period hours or when
the crane is not in use. The period of hours when the crane remains under scheduled
daily or weekly maintenance shall be counted as breakdown hours while calculating the
percentage monthly availability for the particular crane.

The planned scheduled maintenance works are to be carried out in operational gaps in
minimum reasonable time. For this the Contractor shall have to apply to the Senior
Terminal Manager as per the "Request for Shutdown Form" (to be prepared mutually,
after award of contract) and obtain written consent (clearance for shutdown) from him.

The "Request for Shutdown Form" should contain the following:-


(a) Jobs to be taken-up;
(b) Shutdown duration indicating the time of commencement and completion.
(c) Minimum Notice period that would be required by the Contractor to put back
the machines into operation in emergency requirements.

The Contractor shall have to make all efforts to make the cranes available within the
scheduled shutdown period.

7.2 Other Services

In addition to the maintenance function, the Private Contractor will be responsible for
other services in accordance with the Section V1- Scope of Services and Performance
Specifications

7.3 Reporting Procedures

The Private Contractor shall in accordance with those requirements described in


Section V1 – Scope of Services and Performance Specifications maintain details of the
195 Section VII. Maintenance Contract

maintenance and other services provided and prepare all reports and issue to the
CHCL.

Article 8: Obligations of Private Contractor

The Private Contractor shall fulfill all obligations detailed in this Contract and as
described in Scope of Services, in a timely and professional manner to ensure that the
Port Equipment is available for at all times in accordance with the provisions of this
Contract.

The contractor shall have to render effective service round the clock for daily checks,
preventive maintenance, corrective maintenance and improvement works of fourteen
nos. RTG Cranes and Seven SHIP TO SHORE CRANES for ensured availability of the
crane in all the shifts for 366 days in a year. The scope of work is more fully described
in scope of services at section V1- Scope of Services and Performance Specifications.
The contractor shall have to maintain an office at the site at the Mauritius Container
Terminal or other suitable location, and ensure availability of spares, materials and
deployment of necessary manpower for round the clock maintenance of the cranes.
The Contractor shall be responsible for all liabilities regarding payment, termination,
leave, statutory contributions etc for their own officers, staff and workmen without any
obligation/involvement/liability on the part of CHCL.

The contractor may at their cost be allowed to sub-contract any of the work, if
considered necessary, with permission from the CHCL. The contractor shall be liable
for any act, omission and default of the subcontractor employed for the tendered work.
The contractor shall be responsible for all liabilities regarding payment, termination,
leave, statutory contributions etc, of their own workmen as also for the workmen of
their sub-contractors without any obligation/ involvement/liability on the part of the
CHCL.

For any non-performance on the part of the contractor or their subcontractors due to
industrial relation problems, non-supply of spare parts and consumables etc non-
availability of the equipment, shall debar the contractor from getting paid. The CHCL
reserves the right to get the work done through any other agency or departmentally
and the cost shall be borne by the Contractor.
The contractor shall have to arrange for all necessary tools, tackles, equipment,
specialized tools for diagnosis & troubleshooting, test benches etc., required for the
maintenance/repair work at no extra cost.

Services, if any, required from local/foreign companies/Original Equipment


Manufacturer (OEM) will be arranged by the contractor at no extra cost to the CHCL.
196 Section VII. Maintenance Contract

Article 9: Performance of the Private Contractor

The performance of the Private Contractor shall be measured in accordance with


Performance Target as specified below.

In order to assess the effectiveness of the maintenance and other services provided by
the Private Contractor a system of Performance Indicators will be introduced. These
will be used to set the Performance Targets for the year.

The performance indicators are:

Breakdown Indicator
1. MTBF: Mean time between failures
MTBF= Total Operating Hours
Number of Breakdowns causing stoppages

2. BR: Breakdown Rate


BR= 100 x (Breakdown time)
Operating Hours

3. SDI: Ship Dissatisfaction Index


SDI= 100 x (Maintenance time)
Booking time

Availability Indicator

STS CRANES
4. Operational Availability (STS) for each crane: Availability of equipment within the
booking time
OPA: 100 x (Operating hours –breakdown time)
Operating Hours
The Average availability for STS cranes will be the average of the OPA for the seven STS
cranes

RTG CRANES

5. Percentage monthly availability for each RTG =B/AX100 where


A=The maximum possible equipment availability hours obtained by multiplying the number
of working days in a month by 24 hours /excluding the non-working hours on CHCL
Holidays.
B=The number of Hours the equipment was available for use and is equal to A minus total
number of hours the equipment remains under breakdown/maintenance.
The Average availability for RTG cranes will be the average of the Availability of the
fouteen RTGS.
197 Section VII. Maintenance Contract

6. NAR: Non Availability rate


NAR= 100 x (Maintenance time)
Booking time

7. Cost Price Indicator


PMCP: Per Movement Cost Price
PMCP= Maintenance Cost
Number of Movements

8. Damage Downtime Indicator


DDR: Damage Downtime rate
DDR= Downtime Hours due to Damage
Operating Hours

The following definitions are applicable:

Operating Hours: Hours when a quayside container crane is allocated to discharge a ship,
whether working or standby.

Breakdown Time: Hours when a quayside container crane is stopped due to a breakdown
whilst it is being in use.

Maintenance Time: Hours when a quayside container crane is unable to be used due to
maintenance/breakdown during the calculation period.

Booking Time: Hours when a quayside container crane would be required to discharge
the ship.

Downtime Hours: Hours when a quayside container crane is not available due to damage.
Or break down.

As part of the monthly report the Private Contractor will calculate the various performance
indicators and in an agreed spreadsheet format with detail of:

The indicators calculated on an average 12 monthly basis.


The indicators for the previous month.
A summary of the main events for the previous month.

The Performance Targets for this contract are as follows:


OPA of 95% for ship to shore cranes and monthly activity of 95%for Rubber Tyre Gantry
cranes
Year 2017 2018 2019
OPA (STS Cranes) >95% >95% >95%
Availability(RTG) >95% >95% >95%
MTBF 24 hrs 24 hrs 24 hrs
BR 2% 2% 2%
198 Section VII. Maintenance Contract

BENCHMARKS
The Private Contractor shall apply the following benchmarks/performance targets in the
execution of the contract.
Mobilisation for Emergency Repairs
The Private Contractor shall ensure full mobilization of the required personnel for emergency
repairs within a maximum of two (2) hours from the time of occurrence of the breakdown.

Crane Availability/Performance Targets


Item Targeted Value
MTBF Minimum 24 Hours
BR 2%
OPA (Operational Availability) Minimum 95%
Availability (RTG) Minimum 95%

Wire Rope/Cable
Component Replacement Maximum Working Hours For Replacement
Hoist wire ropes 10 Hours
Trolley Wire Rope Landside 6 Hours
Trolley Wire Rope Waterside 6 Hours
Boom Hoist Wire Rope 15 Hours
Trailing Cable 24 hours
Festoon Cable 12 hours
Hoist Motor 18 hours
Spreader Cable 12 hours

The monthly reports to the CHCL will include details of the performance achieved.

Article 10: Sub-Contracting

The Private Contractor may subject to the CHCL’s prior approval sub-contract work.

Article 11: Supervision of Work


The CHCL and the contractor will nominate a number of officers indicating the chain
of command at the field level who will supervise the work within the terms of the
contract to ensure the guaranteed level of availability of the equipment. The contractor
is responsible to carry out the instructions of the said supervisors to satisfy that the
crane is available in all the shifts for 366 days in a year.

Article 12: Quality Assurance


The Private Contractor shall institute a Quality Assurance system, which complies with
the normal ISO 9001: 2000 Quality Assurance requirements, to demonstrate
compliance with the requirements of this Contract. Compliance with the Quality
Assurance system shall not relieve the Private Contractor of any of his duties,
obligations or responsibilities under this Contract.
199 Section VII. Maintenance Contract

Article 13: Obligations of the CHCL

The CHCL shall be responsible to provide the following to the private contractor.
(a) Appointment of a CHCL’s Representative to administer the contract.
(b) Details of the anticipated operations within the container terminal will be issued to
the Private Contractor. Maintenance of the RTG and STS Cranes shall be carried
out as per schedules within the recess periods of when the RTG and STS Cranes
are not in use and in coordination with the Senior Terminal Manager.
(c) Decisions regarding the execution of any exceptional maintenance work e.g. major
overhaul or improvement maintenance will be made by the CHCL based upon
adequate information provided by the Private Contractor.
(d) During the course of port operations accidental damage to port equipment may
occur. The CHCL will be responsible for liaising with other parties including
insurance companies, should such damaged be caused by third parties. The private
contractor shall promptly inform CHCL.
(e) The CHCL shall at the request and cost of the private contractor; assist him in
applying for security and other permits, licences or approvals, which are required,
for the services to be provided.

Article 14: Management of Stock of Spare Parts

The CHCL has a stock of spare parts for the Port Equipment which shall be made
available to the Private Contractor to use in the performance of the Services.

The Contractor shall ensure that there are adequate spares at all times for round the
clock operation of the cranes.

14.1 Procurement of Spare Parts by Private Contractor

All spares/materials required not available from CHCL’s stock for the contract work
shall be supplied by the contractor and shall be guaranteed against manufacturing
defects and shall be accompanied with test certificates wherever applicable/felt
necessary.
200 Section VII. Maintenance Contract

The private contractor will be entitled to a mark-up on the invoice value as specified
below.
PROCUREMENT MATERIALS, SPARE PARTS AND SERVICES
Percentage for
Description Private
Contractor’s Costs
To a value of up to Rs 50,000 per consignment 5
OUTSIDE
MAURITIUS
To a value over Rs 50,000 per consignment 8
WITHIN
All local purchases 5
MAURITIUS

Capping of margins on procurement of materials

The Private Contractor shall cap its margin up to a maximum of Rs 15,000 per order
both on local and foreign procurements, subject to the followings:-
(i) Purchases are ordered in the name of the Cargo Handling Corporation
Limited;
(ii) Purchases are financed by the Cargo Handling Corporation Limited.

The contractor shall, wherever applicable, provide at least 3 quotations from potential
suppliers (including the maker) of parts and the most competitive bid shall be selected
for procurement. Detailed information (description and part/reference number of the
parts, quantity to be ordered, usage, warranty, lead time etc.) with relevant supporting
documents should be furnished to the CHCL for approval.

Use of spares in the work should be certified by the CHCL officials for the purpose of
payment and the bills shall be supported with the relevant documents. The contractor
will maintain a register of work done in which the details of spare, its cost and relevant
documents should be recorded every day for the purpose of payment towards spares

Article 15: Facilities provided by CHCL

Water and toilet facility, as available within the Container Terminal area shall be
extended to the contractor's men free of cost.
The CHCL will provide, as may be available, space for office, stores and working
area to the contractor. .Any additional requirement for space will be on a chargeable
basis. Space provided under this contract is not permitted to be used for any other
purpose not specified in the contract.
201 Section VII. Maintenance Contract

Electricity will be provided free of cost for carrying out the contractual works

Article 16: Responsibilities of the Private Contractor

The Private Contractor shall indemnify CHCL, the CHCL’s Representative, their
Contractors, agents and employees from and against all claims, damages, losses and
expenses arising out of or resulting from the performance of or any failure to perform
the Services.

These indemnification obligations shall be limited to claims, damages, losses and


expenses which are attributable to bad workmanship, negligence, mishandling, bodily
injury, sickness, disease or death, or to injury to or destruction of physical property
including consequential loss of use. Such obligations shall also be limited to the
extent that such claims, damages, losses or expenses are caused in whole or in part by
a breach of duty of care by the Private Contractor or any anyone directly or indirectly
employed by the Private Contractor.

Article 17: Protection of the Environment

The Private Contractor shall take all reasonable steps to protect the environment (both
in and outside the Container Terminal) and to limit damage and nuisance to people
and property resulting from pollution, noise and other results of his operations. The
Private Contractor shall ensure that air emissions, surface discharges and effluent
from the Container Terminal throughout the duration of this Contract arising out of
his activities or otherwise under his control shall comply with the norms imposed by
law.

Article 18: Insurance

18.1 The Private Contractor shall effect and maintain insurance in the joint names of the
CHC and the private contractor against any loss or damage of the port equipment:

(a) other than a loss or damage attributable to CHCL as per Article 18.4 and
(b) to the extent that the loss or damage arising out or results from the performance or
any failure by the private contractor to perform the services.

Such insurance shall be effective from the Commencement Date until the two weeks
after the End Date of this Contract.

The amount of insurance shall be MUR 100 M

18.2 The Private Contractor shall effect and maintain insurance of his Plant and
Equipment, against all loss or damage. Such insurance shall be for a limit of not less
202 Section VII. Maintenance Contract

than the full replacement value (including delivery to the Mauritius Container
Terminal) of the Plant and Equipment. Such insurance shall be in such a manner that
each item of Plant and Equipment is insured while it is being transported to the
Container Terminal. The insurance policy shall include statement whereby any
recourse against the CHCL, any employee or agent of CHCL is renounced.

18.3 The Private Contractor shall effect and maintain insurance against losses and claims
arising from the death or, injury to any person employed by the Private Contractor or
any Subcontractor including employees of CHCL. For Subcontractor’s employees
such insurance may be effected by the Subcontractor, but the Private Contractor shall
be responsible for compliance with this Clause.

The insurance policy shall include statement whereby any recourse against the CHC,
any employee or agent of CHCL is renounced.

18.4 The CHCL risks are:-


 War, hostilities, (whether war be declared or not), invasion, act of foreign
enemies,
 rebellion, revolution, insurrection, or military or usurped power, or civil war,
 lonising radiations, or contamination by radio-activity from any nuclear fuel,
or from any nuclear waste from the combustion of nuclear fuel, radio-active
toxic explosive, or other hazardous properties of any explosive nuclear
assembly or nuclear component of such assembly,
 pressure waves caused by aircraft or other aerial devices travelling at sonic or
supersonic speeds,
 riot, commotion or disorder, unless solely restricted to employees of the
Private Contractor or of his Subcontractors and arising from the conduct of the
works.
 loss or damage due to the use or occupation by the CHC of any part of the
Port Equipment, except as may be provided for in this Contract, and
 any operation of the forces of nature against which an experienced Private
Contractor could not reasonably have been expected to take precautions.

The Private Contractor shall give notice, to the CHCL, of any CHCL risk upon it being
foreseen by, or becoming known to, the Private Contractor. If any CHCL risk results
in loss or damage, the Private Contractor shall rectify such loss or damage to the extent
required by the CHCL. If the Private Contractor incurs any cost or expense as a result
of an CHCL risk, the Private Contractor shall give further notice to the CHCL. After
receipt of such further notice the CHCL’s Representative shall determine the amount of
such cost or expense (if any), shall be added to the amount payable to the Private
Contractor, and shall notify the Private Contractor accordingly.
203 Section VII. Maintenance Contract

Article 19: Performance Security

The Private Contractor shall obtain at his cost a performance security from a local
reputable bank equivalent to 10% of the value of the contract, and to deliver it to the
CHCL within 21 days from the letter of award. The performance security shall be
valid for 37 months and as per specimen in Section VIII. Contract Forms.

The performance security shall be valid until the Private Contractor has executed and
completed the Services. It shall be returned to the Private Contractor 30 days after
the End Date of this Contract. Prior to making a claim under the performance
security, the CHCL shall, in every case, notify the Private Contractor stating the
nature of the default for which the claim is to be made.

Article 20: Observation of Rules, Particular Instructions and Policy Measures

A copy of the Port Regulations and other requirements as may be in force from the
time to time will be provided by the CHC to the Private Contractor. The Private
Contractor must observe the laws and regulations applicable to its profession as well
as the general rules and particulars relating to Port Operation.

The Private Contractor shall conform to any general or particular instructions in force
and to those which may be given by the Senior Terminal Manager on duty. Any
instructions so received shall be acknowledged in writing by the Private Contractor
and shall be deemed to be an instruction pursuant to Article 4.

Article 21: Duration of this Contract

The intended Commencement Date shall be as from date of signature of contract.


Accordingly a mobilization time up to 3 months may be provided to start the works.
The duration of contract shall be for three years.

Article 22: Contract Price and Payment

The Private Contractor shall be paid in accordance with the rates and prices as per the
price schedule following presentation of an invoice together with such supporting
documentation as the CHC may reasonably require.

Invoices shall be presented after completion of each intervention on an RTG Crane or


associated equipment and payment shall be made by the CHC within 45 days of
receipt of an acceptable invoice.
204 Section VII. Maintenance Contract

Article 23: Taxes, Permits and Levies

The Private Contractor shall be responsible for and pay all taxes, duties, permits,
levies and imposts of any nature required by Government and other authorities.

Article 24: Default of the Private Contractor

If the Private Contractor fails to carry out any of his obligations, or if the Private
Contractor is not executing the Services in accordance with this Contract, the CHCL
may give notice to the Private Contractor requiring him to make good such failure
and remedy the same within a specified reasonable time.

If the Private Contractor:


 fails to comply with a notice under this Article,
 abandons or repudiates this Contract;
 becomes bankrupt or insolvent, goes into liquidation, has a receiving or
administration order made against him, compounds with his creditors, or
carries on business under a receiver, trustee or manager for the benefit of his
creditors, or if any act is done or event occurs which (under any applicable
Law) has a similar effect to any of these acts or events.
 assigns the Contract or subcontracts the Services without the required consent,

then the CHCL may, after having given 30 days’ notice to the Private Contractor, terminate
the contract and within 3 days of the termination remove all plant and equipment belonging
to it and vacate the premises. The Private Contractor shall, within 3 days of such expulsion,
deliver to the CHCL’s Representative all belongings to the CHCL and shall forthwith remove
all Plant and Equipment from the Mauritius Container Terminal. Any Plant and Equipment
not removed within 3 days of such termination, shall be deemed to have been abandoned by
the Private Contractor and may be used or sold or otherwise disposed of the CHCL without
any liability to the Private Contractor. The Private Contractor shall not be released from any
of his obligations or liabilities under this Contract.

The CHCL may upon such termination undertake the Services himself and/or by any other
Private Contractor.
205 Section VII. Maintenance Contract

Article 25: Force Majeur

For the purposes of this Contract, “Force Majeure” means an event


25.1 Definition
which is beyond the reasonable control of a Party and which makes
a Party’s performance of its obligations under the Contract
impossible or so impractical as to be considered impossible under
the circumstances.
The failure of a Party to fulfill any of its obligations under the
25.2 No Breach of
contract shall not be considered to be a breach of, or default under,
Contract
this Contract insofar as such inability arises from an event of Force
Majeure, provided that the Party affected by such an event (a) has
taken all reasonable precautions, due care and reasonable
alternative measures in order to carry out the terms and conditions
of this Contract, and (b) has informed the other Party as soon as
possible about the occurrence of such an event.
Any period within which a Party shall, pursuant to this Contract,
25.3 Extension of Time
complete any action or task, shall be extended for a period equal to
the time during which such Party was unable to perform such
action as a result of Force Majeure.

Article 26: Conditions for Extension of this Contract

Under exceptional circumstances, the duration of this Contract may be extended by


mutual agreement in compliance with the provisions under the Public Procurement
Act. Any request by either party for an extension of this Contract must be submitted
to the other party eight (8) weeks before the End Date of this Contract.
206 Section VII. Maintenance Contract

Article 27:
Termination

The Employer may terminate this Contract, by not less than thirty
27.1 By the CHC
(30) days’ written notice of termination to the Private Contractor, to
be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Sub-Clause 27.1:
(a) if the Private Contractor does not remedy a failure in the
performance of its obligations under the Contract, within thirty (30)
days after being notified or within any further period as the
Employer may have subsequently approved in writing;
(b) if the Private Contractor becomes insolvent or bankrupt;
(c) if, as the result of Force Majeure, the Private Contractor is
unable to perform a material portion of the Services for a period of
not less than sixty (60) days; or
(d) if the Private Contractor, in the judgment of the Employer
has engaged in corrupt or fraudulent practices in competing for or in
executing the Contract.
For the purposes of this Sub-Clause:
(i) “corrupt practice” is the offering, giving,
receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the
actions of another party;
(ii) “fraudulent practice” is any act or omission,
including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a
party to obtain a financial or other benefit or to
avoid an obligation;
(iii) “collusive practice” is an arrangement between
two or more parties designed to achieve an
improper purpose, including to influence
improperly the actions of another party;
(iv) “coercive practice” is impairing or harming, or threatening
to impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party;
(v) “obstructive practice” is deliberately destroying, falsifying,
altering or concealing of evidence material to the investigation or
making false statements to investigators in order to materially
impede an investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its knowledge
of matters relevant to the investigation or from pursuing the
investigation.
(e) Notwithstanding the above the Employer may terminate the
207 Section VII. Maintenance Contract

contract for its convenience after giving a prior notice of 30 days.


(f) In case of average percentage monthly availability of the forteen
RTGs and seven Ship to Shore Cranes remain less 60% for
consecutive two months, the maintenance contract shall be liable
for termination at the cost and risk of the Private Contractor.
The Private Contractor may terminate this Contract, by not less than
27.2 By Private
thirty (30) days’ written notice to the Employer, such notice to be
Contractor
given after the occurrence of any of the events specified in
paragraphs (a) and (b) of this Sub-Clause 27.2:
(a) if the Employer fails to pay any monies due to the Private
Contractor pursuant to this Contract and not subject to dispute
pursuant to Article 22 within forty-five (45) days after receiving
written notice from the Private Contractor that such payment is
overdue; or
(b) if, as the result of Force Majeure, the Private Contractor is
unable to perform a material portion of the Services for a period of
not less than sixty (60) days.
Upon termination of this Contract pursuant to Sub-Clauses 27.1 or
27.3 Payment upon
27.2, the CHC shall make the following payments to the Service
Termination
Provider:
(a) remuneration for Services satisfactorily performed prior to
the effective date of termination;
(b) except in the case of termination pursuant to paragraphs (a),
(b), (d) of Sub-Clause 27.1, reimbursement of any reasonable cost
incident to the prompt and orderly termination of the Contract,
including the cost of the return travel of the Personnel.

Article 28: Particular Arrangements at the End of Contract

At the end of this contract, whether it results from a procedure of termination as


provided herein, or a non-renewal or any other cause, the Private Contractor will
return to the CHC:-

any facilities or other items provided by CHCL;


all documentation, manuals and the like provided by CHCL;
records and other information relating to the maintenance and other services.
208 Section VII. Maintenance Contract

Article 29: Method of Payment

The percentage monthly availability for payment of monthly service charges shall be
calculated based on a weighted average basis between the averages of two lots:

Lot A (Ship to Shore Cranes)


Carrying 60% weightage

Lot B (RTG Cranes)


Carrying 40% weightage

The percentage monthly availability for RTG cranes will be calculated


as follows:

Percentage monthly availability for each crane = B / A X 100/ where

A = the maximum possible equipment availability hours obtained by


multiplying the number of working days in a month by 24 hours/
excluding the non-working hours on CHCL holidays;
B = number of hours the equipment was available for use and is equal
to A minus total number of hours the equipment remains under
breakdown/maintenance.

The average availability Lot 2 will be the average of the availability of the
8 RTGs.

The percentage availability of STS cranes (Lot 1) will be calculated as


follows:

OPA: 100 x (Operating hours –breakdown time)


Operating Hours

Operating hours Breakdown Time are described in Article 9

For payment of monthly service charges overall availability shall be


determined by a weighted average method calculated as follows:

0.60 x Operational Availability + 0.4 x Availability of RTG

The payment of monthly service charges will be as per the following


payment structure for the whole lot of cranes

Assume that the quoted rate of monthly service charge for the Eight RTG
and the five Cranes is Rs X per month.
209 Section VII. Maintenance Contract

(iii) For average percentage, monthly availability of more than or equal


to 90 % the payable amount monthly shall be Rs X;

(iv) For availability below 95%and more than 90% for any of the lots
for three consecutive months, the payable amount shall be Rs.
0.9X.

(iii) for average percentage monthly availability of less than 90% but
more than or equal to 80 % the payable amount monthly shall be
Rs 0.85 X;
(iv) for average percentage, monthly availability of less than 80 % but
more than or equal to 70%/ the payable amount monthly shall be
Rs 0.75 X;
(v) for average percentage, monthly availability of less than 70 % but
more than or equal to 60 % the payable amount monthly shall be
Rs 0.65 X

For average percentage, monthly availability falling below 60 %/ no


payment whatsoever shall be made on this account. Average monthly
availability below 60 % shall be considered as failure of the contractor in
performing the obligations under the contract and the provision made under
Article 24 of the General Conditions of Contract shall apply.

The values submitted by the maintenance contractor shall be jointly assessed


and discussed to determine the liability of the maintenance Contractor
before application of penalty.

Article 30: Annual Survey Repair


The Annual Survey Repair of each equipment is detailed in scope of work (- Terms of
Reference) shall have to be carried out once in every year. Failure to carry out such
annual survey repair of any of the equipment once in every year shall make the
Performance Security liable for forfeiture. The period of Survey Repair will not be
considered as downtime and the percentage availability of the equipment will be
calculated on the basis of the equipment hours available theoretically in that month
without considering the hours of annual survey repair period. The calculation of
percentage monthly availability of the equipment under annual survey repair shall be
as follows:
A :=: total maximum possible hours in a calendar month and is equal to no. of days
in the month X 24 hours a day
B :=: Equipment Working Hours (E.W.H) :=: A - (total no. of hours the equipment
remains under breakdown/maintenance + total no. of hours on CHCL's holidays)
In case of the annual survey period exceeds the scheduled 10 days period the total no.
of hours (period) the equipment remains under annual survey repair shall be treated as
down time and the percentage of monthly availability for the equipment shall be
210 Section VII. Maintenance Contract

calculated as specified below.

“The days of CHCL holidays when the cranes are not booked shall not be counted
while calculating the maximum possible equipment hours for the cranes for the
particular month. The contractor will be informed beforehand about non-working
holidays. In case of booking of equipment for one/two shift on holidays the same
shall be taken into consideration while calculating the no. of maximum possible
equipment hours for the particular month.”

In case of annual survey repair of the RTG Cranes AND SHIP TO SHORE cranes not being
done as per Schedule, payment of the service charges for the particular months shall not be
made to the contractor.

Article 31: Labour Clause

31.1(a) The remuneration and other conditions of work of the employees of the
Private Contractor shall not be less favourable than those established for work of the same
character in the trade concerned-
(i) by collective agreement applying to a substantial proportion of the
employees and employers in the trade concerned;
(ii) by arbitration awards; or
(iii) by Remuneration Orders.

(b) Where remuneration and conditions of work are not regulated in a manner
referred to at (a) above, the rates of the remuneration and other conditions of work shall be
not less favourable than the general level observed in the trade in which the contractor is
engaged by employers whose general circumstances are similar.

31.2 No Contractor shall be entitled to any payment in respect of work performed


in the execution of the contract unless he has, together with his claim for payment filed a
certificate:
(a) showing the rates of remuneration and hours of work of the various categories of
employees employed in the execution of the contracts;
(b) stating whether any remuneration payable in respect of work done is due;
(c)containing such other information as the Managing Director of CHCL
administering the contract may require to satisfy himself that the provisions under this clause
have been complied with.

31.3 Where the Managing Director of CHCL is satisfied that remuneration is still
due to an employee employed under this contract at the time the claim for payment is filed
under subsection 1, he may, unless the remuneration is sooner paid by the Private Contractor,
arrange for the payment of the remuneration out of the money payable under this contract.

31.4 The Private Contractor shall display a copy of this clause of the contract at the place
at which the work required by the contract is performed.
211 Section VII. Maintenance Contract

Article 32: Governing Laws

The contract will be governed by the laws in force in Mauritius.

Article 33: Disputes

Any dispute arising out of the execution or in relation to the interpretation of the
present Contract shall be settled amicably.

If, after twenty-eight (28) days, the parties have failed to resolve their dispute or
difference by such mutual consultation, then either the Purchaser or the Supplier may
give notice to the other party of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect of this matter may
be commenced unless such notice is given. Any dispute or difference in respect of
which a notice of intention to commence arbitration has been given in accordance
with this Clause shall be finally settled by arbitration.

Made in duplicate at Port Louis on the …………………………………day of


………………………….2017

For: Cargo Handling Corporation Ltd For: (Private Contractor)

Managing Director Managing Director


212 Section VIII. Contract Forms

Section VIII. Contract Forms


Table of Forms

Bank Guarantee for Advance Payment .............................................................................213

Performance Security ..........................................................................................................214

Preference Security ..............................................................................................................214

Letter of Acceptance ............................................................................................................216


213 Section VIII. Contract Forms

Bank Guarantee for Advance Payment (Not Applicable)

To: ______

Gentlemen:

In accordance with the provisions of the Conditions of Contract, Sub-Clause 6.4 (“Terms and
Conditions of Payment”) of the above-mentioned Contract, __________ (hereinafter called
“the Service Provider”) shall deposit with _________ a Bank Guarantee to guarantee his
proper and faithful performance under the said Clause of the Contract in an amount of
_________ _________

We, the __________________, as instructed by the Service Provider, agree unconditionally


and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to
__________________ on his first demand without whatsoever right of objection on our part
and without his first claim to the Service Provider, in the amount not exceeding _________
_________

We further agree that no change or addition to or other modification of the terms of the
Contract or of Services to be performed there under or of any of the Contract documents
which may be made between __________________ and the Service Provider, shall in any
way release us from any liability under this Guarantee, and we hereby waive notice of any
such change, addition, or modification.

This Guarantee shall remain valid and in full effect from the date of the advance payment
under the Contract until __________________ receives full repayment of the same amount
from the Service Provider.

Yours truly,

Signature and seal:

Name of Bank:
Address:
Date:
214 Section VIII. Contract Forms

Performance Security

...........................................Bank’s Name and Address of Issuing Branch or


Office..............................................................

Beneficiary: .............................................Name and Address of Public


Body................................................................
Date...
PERFORMANCE GUARANTEE
No.:..........................................................................................
We have been informed that ..................................name of the Contractor............................
(hereinafter called "the Contractor") has entered into Contract No.............reference number
of the Contract............ dated........ with you, for the execution of ......................................
name of Contract and brief description of services ....................(hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
security is required.
At the request of the Contractor, we ................................. name of Bank ..................hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ..........
amount in figures (amount in words)........................................... such sum being payable in
the types and proportions of currencies in which the Contract Price is payable, upon receipt
by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation(s) under the Contract, without your needing to prove
or to show grounds for your demand or the sum specified therein.
This guarantee shall expire not later than twenty-eight days from the date of issuance of the
Certificate of Completion/Acceptance Certificate, calculated based on a copy of such
Certificate which shall be provided to us, or on the................................day of
.................................., .................., whichever occurs first. Consequently, any demand for
payment under this guarantee must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
758. (Applicable to overseas contractor only).

………....................................................Seal of bank and

Signature(s).............................................................
215 Section VIII. Contract Forms

Preference Security (Not Applicable)


(Bank Guarantee)

To: ______________________________________________________ [name of


Employer]
______________________________________________________ [address of
Employer]

WHEREAS __________________________________________ [name and


addresses of the contractor] (hereinafter called “the Contractor"), has undertaken in
pursuance to Contract No. ________ dated ______________________ to execute
_____________________________________ [name of Contract and brief Description of
Works], (hereinafter called “the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the
Contractor shall furnish you with a Bank Guarantee by a local commercial bank for the sum
specified therein as security for compliance with his obligation stated in Sub-Clause 49.2 of
the Conditions of Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Contractor, up to a total of _______________________ [amount of
Guarantee] 7, we undertake to pay you, upon your first written demand and without your
having to substantiate such demand any sum within the limit of
_________________________ [amount of Guarantee].1

We hereby waive the necessity of demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of


the Contract or of the Works to be performed thereunder or of any of the Contract documents
which may be made between you and the Contractor shall in anyway release us from liability
under this guarantee, and we hereby waive notice of any such change, addition or
modification.

This guarantee is valid until the date of the Completion Certificate.

Signature and Seal of the Guarantor _______________________________________


Name of Bank _______________________________________
Address _______________________________________
Date _______________________________________
7
Amount to be inserted by the Guarantor in accordance with Sub-Clause 49.2 of the General Conditions of Contract
216 Section VIII. Contract Forms

Letter of Acceptance
[date]

To: [name and address of the Service provider]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract and
identification number, as given in the Special Conditions of Contract] for the Contract Price
of the equivalent of [amount in numbers and words] [name of currency], as corrected and
modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if
the Bidder has not objected the name proposed for Adjudicator. The second option if the
Bidder has objected the proposed Adjudicator and proposed a mane for a substitute, who was
accepted by the Employer. And the third option if the Bidder has objected the proposed
Adjudicator and proposed a name for a substitute, who was not accepted by the Employer.

We confirm that [insert name proposed by Employer in the Bidding Data],

or

We accept that [name proposed by bidder] be appointed as the Adjudicator

or

We do not accept that [name proposed by bidder] be appointed as Adjudicator, and by


sending a copy of this letter of acceptance to [insert the name of the Appointing Authority],
we are hereby requesting [name], the Appointing Authority, to appoint the Adjudicator in
accordance with Clause 37.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision
of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature:
Name and Title of Signatory:
Name of Agency:

Attachment: Contract
217 Section VIII. Contract Forms

CHECK LIST FOR DOCUMENTS TO BE SUBMITTED WITH PROPOSALS


Yes/No
1 Copies of original documents defining the constitution or legal status,
place of registration, and principal place of business. Form ELI – 1.1
2 Written power of attorney of the signatory of the Bid or any other
acceptable document to commit the Bidder.
3 Total monetary value of Services performed for each of the last five
years.
4 Experience in Services of a similar nature and size for each of the last
five years, and details of Services under way or contractually
committed; and names and address of clients who may be contacted
for further information on those contracts
5 List of major items of equipment proposed to carry out the Contract
6 Qualifications and experience of key site management and technical
personnel proposed for the Contract. Forms PER – 1 and PER – 2.
7 Reports on the financial standing of the Bidder, as filed at the Registrar
of Companies Mauritius, where applicable, such as profit and loss
statements and auditor’s reports for the past five years;
8 Evidence of adequacy of working capital for this Contract (access to
line(s) of credit and availability of other financial resources.
9 Bid Security
10 Authority to the Employer to seek references from the Bidder’s
bankers
11 Information regarding any litigation, current or during the last eight
years, in which the Bidder is involved, the parties concerned, and
disputed amount. Form OON – 2.
12 Proposals for subcontracting components of the Services amounting to
more than 10 percent of the Contract Price.
13 Information Sheet on JV (Where applicable) Form ELI 1.2
14 Information on Current Contract
13 Bid Submission Form duly signed
14 Price Schedules

You might also like