Professional Documents
Culture Documents
TECHNICAL SPECIFICATION
FOR
BELT CONVEYOR SYSTEM AND OTHER EQUIPMENTS
TS NO.: MEC/S/C38S/C/21/17/0923
CONTENTS
Page No./No.
Chapter Description
of Sheets
- Revision Status Amendment –Record Sheet 1 Sheet
01. Technical Specifications 1 Sheet
02. Special Instructions to the Tenderer 6 Sheets
03. Introduction & intent of Specification 2 Sheets
04. General Instruction to the Tenderer 6 Sheets
05. Scope of Work 6 Sheets
06. Technical Specification Mechanical 20 Sheets
07. Technical Specification Electrical 25 Sheets
08. Performance Guarantee & Test 4 Sheets
09. Delivery Schedule 1 Sheet
ANNEXURES:
Annexure – I Format for Quotation (Technical) 2 Sheets
Annexure – II Format for Inspection Call Letter 1 Sheet
Annexure – III A Quality Assurance Plan (Technical) 1 Sheet
Annexure – III B Quality Assurance Plan (Electrical) 3 Sheets
Annexure – IV Bill of Quantity 1 Sheet
Annexure – V Questionnaire 2 Sheets
Annexure – VI Format for Deviation from Technical Specification 1 Sheet
DRAWINGS:
DRG. NO. – COB7-8/CUI/CS/T/BE/0232 Rev-0 – Basic Engineering Coke
1) Screening Station – Process Flow Diagram
APPENDIX:
Appendix – I List of Approved Sub-Contractors / Vendors 27 Sheets
Appendix – III Inter Plant Standard for Safety in Steel Industry 22 Sheets
TECHNICAL SPECIFICATION
FOR
BELT CONVEYOR SYSTEM AND OTHER EQUIPMENTS
Rev.
Date Sheet Amended Description Remarks
No.
01.01.07 Quantity to be supplied : As per above drawing and Table-A Equipment List.
01.01.11 Remarks :
a) For details refer subsequent clauses of TS.
b) The Successful tenderer shall use such items of steel as are made by Steel Authority of
India Limited (SAIL) - Refer Cl. No. 02.13.
02.01 General:
02.01.01 The supply items shall meet the requirements stipulated in the technical specifications
and drawings and standard method of manufacturing.
02.01.02 Use of inferior materials which can impair the quality and mechanical properties is not
allowed.
02.01.03 Depending on the performance of the manufacture, purchaser reserves the right to cancel
the order or increase or decrease the quantity ordered at the same price / rate without any
financial implications on the purchaser’s part or any compensation to the tenderer.
02.01.04 The tenderer shall submit the quotations (technical part) exactly as per the enclosed
‘Format for Quotation’ given in Annexure – I (Sheet 1 of 2). NO ADDITIONAL
WRITE-UP OR DIFFERENT FORMAT WILL BE ACCEPTED.
02.01.05 The tenderer shall furnish drawings / documents / catalogues, if applicable, along with
the tender to enable evaluation of his offer. These drawings shall be furnished in 2 sets
with each copy of the tender.
For approval, the successful tenderer will send scan copy of drawings / documents by
email as well as submit 7 sets of hard copies of the drawing/ documents to MECON,
which will be sent to the Employer / Consultant for scrutiny. After scrutiny, the scan
copy of the drawings with comments of Employer / Consultant / MECON, if any, will
be sent to the successful tenderer by email within 14 days of receipt of hard copies of
drawings / documents by MECON. After receipt of the above scanned copy of the
commented drawing from Employer / Consultant / MECON through e-mail, the
successful tenderer will send 7 sets of hard copies of the commented drawings to
MECON.
In case, the drawings are not approved, the successful tenderer will prepare the revised
drawing, after suitably incorporating the comments given by Employer / Consultant /
MECON, and submit 7 sets of hard copies of revised drawings / documents for approval,
as well as scan copy of the same by email to MECON for scrutiny of Employer /
Consultant / MECON. The above process will be continued till the drawing is approved.
After approval and stamping, MECON will send the scan copy of the approved drawing
to the successful tenderer by email. The successful tenderer will take 12 prints of the
approved drawings / documents and send to MECON.
All safety regulations, labour laws, code of practices for power supply,
manufacturer, installation, erection, commissioning etc. envisaged by the State
Govt. / Central Govt. or any authorities / bodies shall be strictly complied without
any increase in cost.
02.04.02 Items for which only analogous drawings are enclosed with this specification, those
items which will be supplied as per the design of supplier and for the standard bought
out items, the QAP shall be prepared and furnished by the tenderer based on the format
of enclosed with this specification as Annexure – III (A) & III (B). The QAP shall be
submitted for approval as per the procedure mentioned for drawings under Cl. No. 02.02
above.
02.04.03 Inspection for all items will be carried out only as per the QAP approved by BSP
(Employer) / CET (Consultant) / MECON.
02.04.04 Material Test Certificate pertaining to Chemical, Physical and Other test, if any,
conforming to the relevant standard shall be submitted by the successful tenderer from
Govt. approved laboratory.
02.05 Inspection:
02.05.01 Inspection will be carried out by BSP / BSP’s authorized representative / MECON who
reserves the right to carryout stage inspection during manufacture and at final stage at
the manufacturer’s works and at site.
02.05.02 Inspection shall be carried out on the basis of the purchaser’s drawings / manufacturer’s
approved drawings, approved QAP and instructions contained in the specifications.
Inspection call will be submitted by the Successful Tenderer as per Annexure-II in their
letter head clearly mentioning ‘Proposed date of Inspection’.
02.05.05 Following documents are to be sent by the successful tenderer along with their
Inspection Call :
a) Internal inspection report including dimension sheet.
b) Material test certificate, wherever required.
c) All other required documents as per approved QAP.
02.05.06 Access to the works: At all times for the authorised representatives of BSP / MECON.
(a) If the raised inspection call by the successful tenderer is found to be incomplete,
then the same will be returned back to them without taking into Cognizance of the
raised inspection call. This inspection call will be treated as Null & Void. So, the
successful tenderer are requested to raise inspection call in proper format along with
necessary documents / certificates.
(b) If the raised inspection call by the successful tenderer is in proper format along with
necessary documents / certificates, then same shall be processed by MECON for
carrying out inspection at their premises.
It is necessary that the successful tenderer will also submit hard copy of above raised
inspection call along with all related documents / certificates through Courier. It shall
ensure that there should not be any discrepancy between scan copy & hard copy of
inspection call & documents.
02.05.09 Tenderer shall submit their plan to complete the scope of work of the tender within
Completion schedule as per the format- Annexure-I (Sheet 2 of 2) along with their
offer.
Tenderer has to ensure that the Inspection call for last lot of scope of supply shall be
suitably raised before the Completion schedule, so that, time line specified for different
stages (from inspection call to issue of dispatch clearance) and time taken to supply
material (as per scope) from tenderer's works to BSP site shall be within Completion
schedule. However, delays in execution of order on account of Employer / Consultant /
MECON, shall be governed as per terms and conditions of Purchase Order.
02.07 Painting :
All the un-machined steel surfaces of the items shall be thoroughly cleaned and freed
from scale, rust and grease etc. before application of Paint. If painting procedure is not
specifically mentioned in Chapter 6.0, then, painting shall be done with two coat of zinc
phosphate (lead and chromate-free) primer as per IS:13238-1991 / IS:13759-1993 after
inspection and before dispatch of goods from the manufacturer works. All machined
surfaces including threading shall be coated with anti-corrosive grease.
02.08 Marking and Packing :
All the items shall be properly marked with drawing number and item number / tag
number using white weatherproof oil paint. The marking of dispatch should contain
inscriptions such as recipient, destination, weight of shipment etc. After inspection,
mark of acceptance or rejection should be made by punching the appropriate seal on the
item.
All items depending on its size and intricacy shall be suitably packed to avoid any
©2022 MECON LIMITED, ALL RIGHT RESERVED 02-4
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
damage during transportation and storage at site. For big structures, which cannot be
packed, unprotected parts which are vulnerable for damage shall be protected. Proper
stiffeners shall be provided to items which are liable to deform. Loose items such as
plugs, bolts, nuts, washers, non-asbestos gaskets etc. shall be packed in gunny bags.
02.10 Weight:
The tenderer shall study the specification, specification drawings (views, details and bill
of quantities therein) to appreciate the full scope of supply involved. In cases, where
items like fasteners, non-asbestos gaskets, packing material, non-asbestos rope, wood,
etc. are included in the bill of materials but not included in the total wt. of steel items
indicated, tenderer shall include them also in their scope of supply. The rate quoted by
the tenderer shall be inclusive of cost of above materials also. Additional claims and
disputes on this account would not be entertained after placement of order.
All fasteners like nuts, bolts, washers, gaskets, etc. shall be supplied 10% extra in
addition to the actual quantity required.
02.11 Guarantee:
As per Commercial Document.
02.13 The tenderer shall use primarily such items of steel as are made by Steel Authority of
India Limited (SAIL) and which are required for execution of all civil and building
structural work including sheeting and technological structures. Such items of steel as
are made by SAIL and required for the work shall be procured from SAIL-Stockyards.
To ensure availability of steel items required for the Facilities, the successful tenderer
has to give at least four (4) weeks advance intimation of such requirement to SAIL. In
case SAIL steel is not available within the said period, the successful tenderer shall
submit non-availability report / certificate from SAIL to MECON. Accordingly, NOC
shall be given by BSP / MECON for procurement of steel from other integrated steel
plant.
All the vendor drawings (as applicable above), shall be prepared in CAD and editable
format soft copy of the drawing in CD / pen drive shall be provided to MECON.
03.01 INTRODUCTION
Bhilai Steel Plant (BSP), an integrated steel plant of SAIL is located at Bhilai in Durg
district. BSP desires to rebuild its two Coke Oven Batteries viz. Battery No. 7 & 8 of
height 4.3 m along with common facilities. This rebuilding work has been awarded to
MECON.
Under the rebuilding work, belt Conveyor System along with associated electrical
equipment and standard accessories has to be provided.
All equipment shall be designed, fabricated and selected as per relevant Indian
Standard/International Standard and up to date engineering practices and necessary
inspection/ test certificates shall be submitted along with equipment supply to certify the
quality and genuineness of critical components.
04.01 This specification shall be read in conjunction with other documents attached with the
Tender. All these documents shall form the complete “Tender Document” and shall as
a whole, comprises complete specification. In case of contradiction between other
enclosed documents and the subject technical Specification, the stipulations on
technical matters in the technical Specification shall prevail.
Transportation from Tenderer’s manufacturing works to site will be in the scope of the
Tenderer. Unloading at site, Storage and Re-conservation at site, Transportation at site
for erection will be in the scope of Erection contractor of MECON. Erection, trial run,
commissioning and PG test of the Belt Conveyor System and other equipments with
mounted electrics and accessories shall be done by the Erection Contractor of
MECON under the supervision of the Tenderer.
The erection, testing, commissioning & PG of the equipment shall be taken up by the
erection contractor based on erection manuals and instructions of the site engineers of
the Tenderer who shall visit site as and when requisitioned. However the Tenderer
shall be responsible for the correctness of installation and its performance thereof. The
Tenderer in its offer shall clearly mention the phase of erection, testing and
commissioning when their presence is required.
The commissioning & performance guarantee test shall be conducted of the whole
system which includes equipment as well as equipment supplied by others. The
erection contractor shall conduct the PG test in presence of the Tenderer. Any shortfall
/ defects observed during the tests shall be rectified by the Tenderer (while erection
contractor shall provide assistance by providing man power and erection consumables)
without any price implication to MECON.
04.03 Tenderer shall quote for full scope of work as covered under Chapter 05.00 of this
specification.
©2022 MECON LIMITED, ALL RIGHT RESERVED 04-1
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
The Tenderer shall visit the site, study drawings / documents, available space for
limiting dimensions, material receiving / discharge and mounting details of existing
Belt Conveyor System (dismantling of existing Belt Conveyor System is in the scope
of other Contractor) for the installation of new Belt Conveyor System with complete
drive system including associated accessories. The Tenderer shall discuss with the
Employer (BSP) / Purchaser (MECON) / Consultant (CET), if required, regarding any
technical clarification and get satisfied with respect to the nature and extent of work
involved. The Tenderer shall also obtain first-hand information regarding location,
work terrain, climate condition, railways, roads, airports and communication etc.
before offering the bid for the job.
The Tenderer shall be deemed to have familiarized with the site condition and the
entire scope of work before submitting their tender.
Additionally, Tenderer shall have deemed to have visited site prior to Bid submission
in order to ascertain the actual amount of work involved. A declaration in this regard
shall be submitted by the Tenderer with their offer (refer Annexure-VII).
7. Submission of test certificates and data sheet from approved third part testing
laboratory or manufacturer respectively.
8. All instructions in the manuals for assembly, erection, testing and commissioning
of the equipment shall be in English.
9. Supervision for erection, testing & commissioning of the equipment and post-
commissioning services for six months.
10.Conduction of no-load and on-load trial runs, Commissioning and exhibition of
Performance Guarantee test. Un-skilled manpower required during these test shall
be arranged by MECON.
11.The scope of work shall stand supplemented by such details as are given in
this specification, tender drawing, Instructions to the Tenderer, general conditions
of contract or any other part of the tender document.
04.06 The Load data and other information required for designing of civil
foundation/support structures drawings/static and dynamic Loading on foundation,
requirement of control dimensions and other necessary details for the entire Belt
Conveyor System & other associated equipment/items to accommodate the anchor bolt
locations and size (including threaded length and grout) etc. shall be submitted to
MECON within 14 (fourteen) days of letter of acceptance of Contract.
04.07 Tenderer shall undertake the design of Belt conveyor system and other associated
equipment for Coal Handling Plant, Coke Sorting Plant and Coke Spillage Conveyor.
Tenders shall be accompanied with General Arrangement drawing for Belt conveyor
system and other equipment showing to scale the elevation, side view and plan of the
equipment along with information such as clearances, arrangement and disposition of
all the drives, other equipment, etc. and duly filled up questionnaire to enable MECON
to assess the important technical features of the equipment offered and the fitment of
the Belt conveyor system and other equipments.
04.08 The Tenderer shall also clearly specify any request for deviation from technical
specification in the format enclosed in Annexure-VI. Deviation indicated elsewhere
other than enclosed format will not be considered.
04.09 The Tenderer shall submit detailed time schedule in the form of PERT NETWORK
indicating starting and completion dates showing break up of time required for raw
material procurement, engineering, various shop activities, order placement for bought
out items and their delivery to shop, assembly, testing, inspection and dispatch to site,
schedule of erection, testing and commissioning of the Belt conveyor system and other
associated equipments. The same shall be updated from time to time. This is essential
in view of maintaining time schedule. The successful Tenderer shall have to submit
©2022 MECON LIMITED, ALL RIGHT RESERVED 04-3
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
04.10 The equipment furnished by the Tenderer shall be complete in every respect, with all
mountings, fittings, fixtures and standard accessories normally provided with such
equipment and/or those needed for erection, completion and safe operation,
performance, & maintenance of the equipment and for the safety of the operating
personnel, as required by applicable codes, though they may not have been specifically
detailed in the respective specifications, unless included in the list of exclusions.
04.11 All similar standard components/ parts of similar standard equipment provided shall
be interchangeable with one another.
04.12 All drawings shall be sufficiently detailed with dimensions and shall be clear and
legible. All the drawings and documents will be in English Language.
04.13 In addition to the codes and standards specifically mentioned in the relevant technical
specifications for the equipment / plant / system, all equipment parts, systems and
works covered under this specification shall comply with all currently applicable
statutory regulations and safety codes of the Republic of India as well as of the locality
where they will be installed.
04.15 Dimension of all parts used on Belt conveyor system and other associated
equipment/items shall conform to metric standards.
04.16 All mechanical and electrical component shall be of reputed make and proven quality
with regard to their performance. The make shall be as per approved list (refer
Appendix – I & II).
04.17 The successful Tenderer shall strictly follow the design as asked for in various
chapters. However, any minor deviation needed to suit the requirement of the plant,
betterment of the system suggested in the tender will be done during detailed
engineering stage after obtaining prior approval of BSP/CET/MECON.
04.18 If any clarifications or approvals are required to be taken from statutory bodies, the
same shall be the responsibility of the successful Tenderer.
04.19 Following drawings shall be submitted for Belt conveyor system and other associated
equipment/items to MECON in stages for approval / reference the timeframe
stipulated in the Commercial document of the Tender:
©2022 MECON LIMITED, ALL RIGHT RESERVED 04-4
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
- Load data of Belt conveyor system and other associated equipment/items, showing
requirement of pockets, inserts, opening etc, to enable MECON to take up
engineering / strengthening of Building/Junction Houses.
- General arrangement drawing of conveyors & equipment under scope of work
containing all information as described in clause no. 04.05 & 04.06 above.
- Calculation for Belt conveyor system and other associated equipment/items & its
drive arrangement i.e. Motor, Coupling & Gear Box, etc. bought out items.
- Fabrication/Manufacture/Detail drawings of technological structure of conveyors
and conveyor components.
- GA of Pulley schedule, GB schedule, Idler/roller schedule, Motor Schedule,
Coupling schedule, conveyor belt schedule, brake schedule etc.
- Centralised/Manual Lubrication arrangement for the complete equipment.
Lubrication schedule giving recommended grade, frequency of lubrication, points
of application and quantity required for initial fill.
- Electrical Drawings and Documents as listed in electrical portion.
- Quality Assurance Plan.
- Submission of balance equipment (other than conveyor) drawings, documents,
structural, mechanical and electrical calculations for scrutiny and reference, if
required.
04.20 The technical parameters to be furnished are subject to scrutiny/ approval at the
detailed design stage which may undergo minor changes keeping in view the system
requirement and various codes of practices/regulation by the statutory bodies. This is
also true for drawings. The parameters not specifically mentioned in the tender
document shall be decided at the time of detailed engineering subject to approval of
BSP/CET.
04.21 Approval of drawings by BSP/CET/MECON will not relieve the supplier of his
responsibilities for correctness, adequacy of the design and completeness of his work
as per the contract. The drawing shall be submitted as per the schedule furnished in the
PERT diagram during agreement.
04.22 Successful Tenderer shall make necessary correction / modification in the drawing as
per actual work and shall prepare as built drawings. The Successful Tenderer shall
supply Editable format soft copies (3 sets) on CD/DVD of all “As-Built” drawings
(full set of drawings as per the approved drawing list) and manufacturing drawings of
critical parts, spares and fast wearing parts.
04.23 If BSP/CET/MECON returns the drawings and other particulars, because they are
incomplete or incorrect, the Tenderer shall not be given any extension of time on this
account. It will be the responsibility of Tenderer to incorporate all the comments of
BSP/CET/MECON without any commercial implication.
04.24 The following documents shall be supplied prior to commissioning of the Belt
conveyor system and other equipment/items:
04.25 The Tenderer shall include in his scope and provide with all and any
spares, initial fill of lubricants, cleaning/flushing fluids, etc required for proper
erection and commissioning of the equipment until final acceptance following
demonstration of performance guarantee.
04.26 Any special tools and tackles required for erection, testing, commissioning, PG and
operation / maintenance of the equipment shall be supplied along with equipment. A
list of such tools shall be furnished with the quotation.
04.27 The supplier shall ensure that minimum amount of assembly at site is necessary for
early commissioning of the Belt conveyor system and other equipment/items after
delivery. Site welding and riveting shall be avoided as far as possible. The Supplier,
before proceeding with design details shall satisfy him about the site conditions so as
to avoid any difficulty in erection, arising out of design.
04.28 Conducting tests prescribed in the relevant acts, rules, regulations, codes of practices
of Indian Standard and as necessitated by generally adopted sound engineering
practices during erection and commissioning shall be followed.
04.29 Rectification of problems detected during erection, testing, commissioning and PG test
by making necessary changes in the design and / or installation and supply of
equipment, accessories and material shall be in the scope of the successful Tenderer.
04.30 Addition and or alteration as found necessary during erection, tests, commissioning
and PG test to achieve the objective shall be in the scope of the successful Tenderer.
04.31 If any other work not specifically mentioned but are required to be done to complete
the plant shall be deemed to be included in the scope of work.
05.01 The scope of work of the Tenderer shall consist of design, engineering, manufacture,
fabrication / assembly, inspection, shop testing, painting at manufacturer’s shop, packing,
loading & transportation, supply F.O.R. BSP Site, Supervision of Erection, trial run,
commissioning & demonstration /exhibition of Performance Guarantee of Belt conveyor
system and other associated equipment/items complete with their electrical equipment
and standard accessories with attachments as per technical parameters indicated below
and enclosed TS drawings at SAIL-BSP site.
This document shall be read in conjunction with the technical specifications/ features of
Belt conveyor system and other associated equipment/items given in this tender under
Chapter-06.
Existing Facilities (To be dismantled by Others- Not in the scope of Tenderer- These
are being furnished for information)
a) Coal feeding belt conveyor Y-45 discharges coal either to shuttle conveyor Y-46 or
shuttle conveyor Y-47 through a bifurcating chute.
b) Belt conveyors Y-46 & Y-47 are travelling type reversible shuttle conveyors finally
discharging coal to the coal tower hoppers.
The scope of work for Tenderer for mechanical works shall include supply and
installation of the following facilities/equipment in line with the existing system:-
New technological structures like drive frame, head frame, tail frame, short post,
stringer, deck plate, skirt board protection cage, hood etc., drive motor, gear box,
take-up unit with take-up structure; inter connecting chute with electro-
mechanical type flap gate, internal and 2 nos. external scrapers, safety switches,
sensor of material availability on the belt, brakes, couplings with guard etc.
Conveyor gallery floor shall have pre-cast slab construction in walkway & at the
position of seal plate. Motorised flap gate will be provided in the coal conveyor
Y-45 feeding to the shuttle conveyors.
All idlers shall be as per IS 8598:1987. Carrying side trough rollers shall be of 35
deg. and the return side roller shall be flat. All carrying side roller shall be of
staggered type except under chute which shall be in-line impact rollers.
Interconnecting chutes of the conveyor shall be made of 10 mm thick MS plate
with 8 mm thick SS-409M liner plate.
Proposed spillage coke conveyor system shall be provided at the pusher side and coke
side along with complete drive arrangement.
Metallic coke conveyor SCC-1 (by other) shall receive spillage coke and discharge
onto SBC-2 at Pusher side. And, Metallic coke conveyor SCC-2 (by other) shall
receive spillage coke and discharge onto SBC-1 at coke side and further discharge
over SBC-2.
Conveyor SBC-2 shall discharge the spillage coke at JH-3 which shall be provided
with bifurcated two way flap Gate. One side of gate will discharge spillage coke to
Hopper at JH-3 for further dumping over Truck and other side of gate shall discharge
the material over SBC-3. Conveyor SBC-3 shall further discharge the material over
existing coke conveyor J16-DC-1.
Scheme for Spillage coke conveying system is shown in Annexure No. 2.1.4-1. All
conveyor galleries shall be of open type. MS hood over the spillage belt conveyor
shall be provided in the open gallery. Proper water spraying system before belt
conveyor & at coal tower area is to be provided.
Skirt boards with sealing arrangement shall be provided for all receiving and discharge
chutes.
Spillage belt conveyor system will have rated capacity of 10 tph. Belt conveyors shall
be complete with belting, technological structures like drive frame, head frame, tail
frame, short post, stringer, seal plate, deck plate, skirt board, take up arrangement with
protection cage, hood, drive motor, drive unit (couplings, gear boxes with hold back),
pulleys with bearings and Plummer blocks, idlers, take-up unit, inter connecting chutes
and discharge chute with liners, internal and external scrapers (sprung bladed tungsten
tipped), brakes, safety switches, coupling guard, cord for pull cord switches, brackets
for belt sway switches etc.
All idlers shall be as per IS 8598:1987. Carrying side trough rollers shall be of 35 deg.
and the return side roller shall be flat. All carrying side roller shall be of staggered
type except under chute which shall be in-line impact rollers.
No special tools and tackles are anticipated for erection, testing and commissioning.
However, successful tenderer shall furnish a list of such special tools & tackles with the
quotation.
All the equipment shall be provided with necessary safety devices such as emergency
stop switches, overload protection, wire-netting, railing or guards, brakes, etc. wherever
applicable.
No paint containing lead or lead products shall be used except in the form of paste or
readymade paint.
05.06 TRAINING
The plant personnel responsible for operation & maintenance of the plant and deputed by
BSP shall be properly trained, if required, by the successful Tenderer free of cost so that
the persons are fully conversant with the assembly and sub-assembly of the equipment,
detail circuit of the electrical control system including, hydraulic system & operation and
maintenance etc. The plant personnel shall be in a position to rectify any defects of the
equipment developed during operation of the plant for efficient running with minimum
down time after handing over the plant.
05.07 Exclusions:
Civil engineering & civil works, structural engineering & structural works for building
structures, junction houses & gallery structures are excluded from the scope of work of
the Tenderer. However, the Tenderer shall supply all relevant data of the equipment
which is in scope of supply, for design & carrying out civil & structural engineering work
by the Purchaser.
All civil construction is excluded from Tenderer’s scope of work. However, Tenderer
shall submit details of foundation plan alongwith load data, bolt plan, floor plan for
Purchaser/ Consultant to do the civil design.
Also following equipment/ facilities are excluded from tenderer’s scope of supply within
©2022 MECON LIMITED, ALL RIGHT RESERVED 05-5
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
battery limits:
i) Metallic coke conveyor SCC-1 alongwith discharge pulley with frame and feed
chute.
ii) Metallic coke conveyor SCC-2 alongwith discharge pulley with frame and feed
chute.
iii) Bunker at JH-3
iv) Electric Hoists
v) Manual Hoists
06.01 GENERAL
13. There should be minimum clearance of 200 mm between ground and the return belt
throughout the length of the conveyor i.e., including tail end and discharge end.
i) Steel structure specified herein shall be applied to steel structures such as conveyor
stringers, short posts, head frame, drive frame, take up structure, tail frame etc. The
spacing of short posts of conveyors shall not exceed 3000 mm spacing. The
construction of stringer and short post shall be of ISMC 150 for coal conveyors &
conveyors in the area of coke sorting plant. The same shall be of size ISMC 125 in
the spillage coke conveyor system.
ii) All conveyor galleries in coal handling area & coke sorting plant areas shall be of
closed type. All conveyor galleries in spillage coke conveyor area shall be open type.
iii) Construction of steel structures shall be rigid being made by shaped steel and steel
plate.
iv) Conveyors shall be provided with continuous MS deck plate/ sheet of 3 mm
thickness (minimum) of MS plate in coal as well as in coke areas.
v) Conveyors shall be provided with skirt plate of 3m length at every discharge point.
vi) Couplings shall be covered with protection covers made of 3.15 mm thick sheet (IS
2062:2011).
vii) Tail pulleys shall be covered with protection cages.
viii) Belt changing arrangement/provision shall be provided for all conveyors.
i) All transfer points shall be provided with non-choking chutes and shall be designed
such that impact of the material on the conveyor is minimum. It shall be designed to
ensure continuous flow of material to the center of the belt. Chutes shall be made of
10 mm thick MS plates with angle stiffeners and shall be rectangular cross-section
with welded connection. Chutes shall be constructed in pieces of suitable size and
length so as to facilitate their maintenance. Chute pieces shall be joined together by
bolted flange connection with rubber sealing in between two flanges. Inclination
angle of chutes shall be sufficient to facilitate easy flow of materials.
ii) Materials of interconnecting chutes of all conveyors shall be provided as per the
detail mentioned in the clause 05.02.
iii) Snub pulley and belt cleaner for head pulley shall be provided inside the chute to
prevent raw materials from spilling from the conveyors. Each chute shall be provided
with inspection hole with hinged cover at suitable height and location and platform.
Adequate sized flanged openings with inspection doors are to be provided near bends
etc. where there is chance of clogging for inspection and poking to clear the
accumulation. Chute construction below gate shall be such that there shall not be any
clogging of materials between chute and gate in that zone.
iv) In case of bifurcating chute, individual flap gate shall be provided with common
motorized actuator.
v) Rigid steel made skirt boards of minimum 3000mm length shall be provided at each
feeding point of conveyors and shall terminate above an idler. The width of skirt
shall be two third of conveyor width. The thickness of the skirt plate shall be 10 mm
with 10 mm thick wear resistant Mn steel liners conforming to IS 276:2000 (Grade-I)
fitted with countersunk bolts. Skirt shall flare slightly outwards in the direction of
belt travel to prevent material from wedging. The height of the skirt boards shall be
450 mm and shall be sufficient to contain the material volume as it is loaded on the
belt. The skirt plates shall be fitted with rubber strips (300 mm wide X 12mm thick)
having Shore-A hardness 65-70 deg, by means of vertically slotted holes to permit
©2022 MECON LIMITED, ALL RIGHT RESERVED 06-3
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
adjustment. Cut pieces of conveyor belting shall not be used. Rubber strips shall be
so fixed as to facilitate their replacement. Edges of rubber strips shall have an angle
for providing better seal. All care shall be taken while designing to combine sealing
with minimum belt wear. Rubber curtains shall be provided at the exit of skirt to
enclose the chute outlet. The thickness of top cover plate shall be 3.15 mm.
vi) Discharge hood over the head pulley of the conveyors shall be made of 6 mm thick
MS plate with stiffeners and shall be provided with hinged and gasket inspection
doors with a suitable access to them. The serrated rubber seals shall also be provided
at the very inlet of head chute to minimize dust nuisance. Discharge hood shall be
detachable type.
i) Specification of the conveyor belts for K7-1, K7-2, K7-3 & K7-5 shall be as per IS
1891(Part-2):1993. Duty type of belt conveyors will be of SHR grade (T3) capable to
handle coke upto 200 deg C.
Conveyor No. Belt Width Grade Cover Thickness (Top/Bottom)
(mm)
K7-1 1400 6/3 mm
EP (SHR
K7-2 1400 6/3 mm
grade (T3))
K7-3 1400 6/3 mm
ii) Specification of the conveyor belts for other conveyors shall be as follows:
SBC-1, SBC-2 650 EP grade SHR belt (T3) capable to handle coke
& SBC-3 upto 200 deg.C as per IS 1891(Part-2):1993.
iii)The belting shall provide adequate flexibility to give a troughing angle of 350.
Troughing angle for the conveyors under spillage coke conveyor system shall be 35o
and return idlers flat. All belts shall be joined by hot vulcanising method. All the
belting shall be of moulded edge construction.
BELTING
13. Counter weight shall be chosen based on min 80% of Full load starting.
14. Actual running Tension shall be calculated based on counter weight provided.
i) There will be two external belt cleaner/ scrapers, one primary scraper of poly
urethane type and one secondary scraper of sprung bladed tungsten carbide tipped
with modular segments complete with all accessories for all the conveyors. The
modular units shall be easily replaceable and the design of scraper shall be robust
and proven.
ii) Internal belt cleaners of V-plough type made of mild steel flats and hard rubber strips
shall be provided for all the conveyors.
06.07 BELT TAKE-UP ARRANGEMENT
Screw take up shall be provided for all conveyors as per basic engineering drawings and
in line with the IS 11592:2000.
i) The carrying idlers shall be placed 1000 mm apart along the profile of the belt
conveyor and 500 mm where there is a convex bend.
ii) Suitable design & adequate no. of transition idler shall be located at the head as well
as tail end of all the belt conveyor. The transition distance shall be approximately
equal to the belt width.
iii) Impact idlers each at a spacing of 400 mm shall be located at each feed point of
material of the belt conveyor, along the profile of the belt conveyor.
iv) Self-aligning carrying idlers shall be provided for all the conveyors at a distance of
15 m.
©2022 MECON LIMITED, ALL RIGHT RESERVED 06-6
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
v) Self-aligning return idlers shall be provided for all the conveyors at a distance of 30
m.
vi) The return idlers shall be placed 3000 mm apart along the profile of the belt
conveyors.
vii) Impact idlers shall be inline whereas carrying idlers shall be staggered type.
viii) On the carrying side two sets of self aligning troughing idlers shall be placed at 5
meter spacing from head and tail pulleys. On the return side two sets of self aligning
return idlers shall be placed at 10 meter spacing from head & tail pulleys.
06.09 SPACING FOR SAFETY SWITCHES
i) Pull cord switches shall be provided for emergency stoppage of conveyors. The first
switch shall be about 4000 mm away from the head end/ tail end and subsequently at
not more than 15 m interval. The pull wires shall run along the entire length of each
conveyor on both sides.
ii) Belt sway switches shall be provided on each conveyor for protection against
excessive sway of the belt. A pair of switch shall be installed within 5000mm near
the head end and a pair near the tail end and in between, a pair of switch shall be
installed at 30 m interval thereafter.
iii) One zero speed switch shall be provided at tail pulley for each conveyor.
06.10 TENTATIVE DETAIL OF THE PROPOSED BELT CONVEYORS:
Each conveyor of Coke sorting Plant shall be provided with two drives, one running and
other standby, with easy coupling and decoupling facility with either drive. All drives
shall be of 1500 rpm except the geared motors of the LT drive of shuttle conveyors Y-46
& Y-47. Detail of the proposed drives of belt conveyors shall be as below:
Sl. Belt Conveyor Qty. Motor Rating (kW) – (Each)
No. (No. Of
drives)
Coke Sorting Plant
1. K7-1 2 30 x 2
2. K7-2 2 30
3. K7-3 2 30
4. K7-5 2 7.5
Coal Handling System
1. Y-45 1 55
2. Y-46 (Reversible Shuttle 1 9.3 kW (Conveyor)
Conveyor) + 4.5 kW Shuttle
3. Y-47 (Reversible Shuttle 1 9.3 kW (Conveyor)
Conveyor) + 4.5 kW Shuttle
Spillage Belt Conveyors
1. SBC-1 1 7.5
2. SBC-2 1 11
©2022 MECON LIMITED, ALL RIGHT RESERVED 06-8
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
i) The gearbox casing shall be of fabricated construction and free from harmful
defects.
ii) The Gear Box rating shall be 1.5 times (minimum) the selected motor kilowatt for
the conveyors.
iii) All the Gearboxes shall be triple stage helical & foot mounted.
iv) Breathers, inspection covers, drain out plugs and dowel holes shall be provided at
conveniently accessible location. There shall be a provision for indicating the level
of oil. Dowel pins shall be supplied along with the gearbox.
v) The joints of the casing shall be oil tight, dust proof and waterproof.
vi) The bearings shall be of antifriction type. The offered bearing life shall be
minimum 20000 working hours.
vii) There shall not be any seepage of oil at the sealing edges of oil seals.
viii) Oil splash lubrication shall be provided.
ix) Gear boxes shall be provided with hold back facility. Hold back ratings shall be 1.5
times the maximum calculated torque of gear box. It shall be integral with gearbox.
x) Every gear box shall have a name plate bearing the following particulars:
Manufacturer’s name, trade-mark and year of manufacture
Designation of gear box indicating its size, reduction ratio, input power, input
speed and output torque
Manufacturer’s serial number
xi) Each gear box shall be accompanied with the following information:
Specification and quantity of lubricant
Bearings and oil seals used
List and specification of wearing parts
xii) The Gear box input couplings, output couplings and drive pulleys shall be
assembled at supplier’s works by the Tenderer and shall be despatched after
dismantling the coupling bolts only with half coupling fitted on the respective
shafts. Care must be taken while despatching to avoid any damage to the mounted
coupling or shaft. Proper markings are to be given for easy assembling at site.
©2022 MECON LIMITED, ALL RIGHT RESERVED 06-9
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
06.13 COUPLING
a) All high speed coupling shall be flexible coupling (resilient type) & all low
Speed coupling shall be geared type.
b) For coal conveyors, high speed coupling shall be of pin bush type.
06.14 BRAKE
DC Electromagnetic brake will be provided on input shaft of Gear Box for conveyors
with coasting time more than or equal to 6 seconds. Brakes will be suitable for
minimum 1.5 times maximum calculated torque rating.
06.15 PULLEYS
i) All Pulleys shall be of welded construction as per IS 8531:1986 and end plates and
bosses shall be of mono-block construction as far as possible.
ii) All drive pulley surfaces shall be hot lagged with vulcanised natural rubber lagging,
grooved in diamond pattern. The lagging thickness shall be 20 mm thick grooved in
diamond pattern with grooves 6 mm wide x 6 mm deep. The maximum out of
roundness shall be limited to 0.5% of nominal diameter.
iii) All non-drive pulley surfaces shall be hot lagged with vulcanised natural rubber with
plain lagging. The minimum lagging thickness shall be 12 mm.
iv) Requirement of lagging shall be as follow:
v) The pulley shall be made from mild steel conforming to IS 2062: 2011 and shall be
key fitted to shaft.
vi) The plummer blocks for pulleys shall be horizontally split type construction made of
cast iron. The plummer blocks shall be dust tight with double labyrinth seals. Conical
head shape nipples conforming to IS 4009 (Part II): 1981 shall be provided for
greasing. Side covers of plummer blocks shall be heavy-duty metallic sheets. No
plastic components shall be used. The plummer blocks shall be manufactured
conforming to IPSS-2-03-007-88.
vii) All pulleys shall be supplied with antifriction bearings.
viii) Fasteners of proper sizes shall also be provided for the plummer blocks.
ix) Static balancing of pulleys shall be carried out after rubber lagging. Shell thickness
for drive pulleys & non drive pulleys shall be 16 mm (min.) & 10 mm (min.)
respectively.
4. Shaft : 45c8/En-8
8. All Pulleys will be of welded construction as per IS 8531:1986 and end plates and bosses
will be of mono-block construction as far as possible.
06.16 IDLERS
1. Carrying Idlers
ii) Pipe dia./ thickness (mm) : For Coal & Coke For spillage coke
conveyors will have 159 conveyor - 114.3 mm
©2022 MECON LIMITED, ALL RIGHT RESERVED 06-12
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
iii) Bore of bearing (mm) : 25 for coal & Coke 20mm for Spillage
conveyor
ii) Pipe dia./ thickness (mm) : For coal & Coke For spillage coke
conveyors - 159 mm dia. conveyor 114.3 mm
with wall thickness 6.3 dia. with wall
mm thickness 4.5mm
3. Impact idlers
ii) Pipe dia./ thickness (mm) : For coal & Coke For Spillage
conveyors 190 mm outer conveyors 114.3 mm
dia (108 steel dia) with outer dia (63.5 steel
5.4mm shell thickness. dia) with 4.5mm shell
thickness.
iii) Bore of Bearing (mm) : For coal & Coke For Spillage conveyor
conveyors 30mm 20mm
Flap gate shall have steel construction conforming to IS 2062: 2011 Grade E 250. The
gate shall be fabricated out of 12 mm thick MS plates with wear resistant, replaceable
liners on both sides and suitably stiffened to withstand material impact.
The liners shall be 20 mm thick manganese steel conforming to IS 276: 2000 (Grade I)
fitted with countersunk bolts. Actuator shall be heavy duty of electromechanical type.
The stroke and thrust selected shall be supported with calculation. Motorised Flap gates
shall be provided in the 2-way bifurcated chutes.
The material of shaft shall be EN-8 or equivalent material. The diameter of the shaft shall
be suitable for motor stalled conditions and associated twisting.
The actuators will be mounted on the chute body/ or on a working/ maintenance platform
suitably. Wherever additional platforms are to be provided for the actuator, the same shall
be considered in the scope of the Tenderer.
The gate shall be capable of changing the direction of material on remote mode of control
even when the material is being discharged from the feeding conveyor pulley.
The equipment shall be capable of being operated for at least 15 switchings per hour at
rated load and thrust and shall be suitable for 10 Nos. consecutive switchings at rated
load and thrust. The equipment shall be shop tested to prove the requirement.
The motor rating for the actuator shall be so selected as to provide sufficient thrust (min.
2500 kg) for operation of the flap gates against the moving weight of material and/or flap
gate.
The flap gate travel shall be in the range of 60° to 70°. Limit switches shall be provided
to indicate extreme positions. Lever arm shall be provided between actuator and flap gate
shaft for obtaining required thrust. Each gate shall be provided with a shaft, a hand lever
and self aligning type anti-friction bearings with adequate sealing for dust proofing.
The actuators shall be capable of preventing any over travel. Suitable travel dependent
limit switches controlling the travel; of the flap gates on either direction shall provided.
These shall be placed internal to the drive unit and shall be completely dust-proof. The
limit switches shall be capable of adjustments to vary to total length of travel of the gates.
Suitable thrust dependent limit switches (torque limit switches) shall be provided. This
shall trip off the actuator motor in case of excessive thrust due to jamming the gates
during its travel in either direction.
Provision for alternative manual operation shall also be made using disengageable hand
wheel. The diameter of hand wheel shall be selected considering a 25 kg (max.) force to
be applied by a single operator.
Suitable self aligned double row ball bearings of approved make in dust tight housing
shall carry the gate shaft. Suitable provision for re-greasing shall be provided.
Spillage coke from Coke Oven Battery no. 7 & 8 shall be transported through series of
belt conveyors. The coke shall be received at proposed Junction house JH-3 and with the
help of two way chute, it will either be stored in hopper at JH-3 or further transported up-
to existing belt conveyor system. The capacity of hopper at JH-3 shall be 12t and of
bottom discharge type. The opening of bottom discharge shall be closed/ opened by
motorized sector gate.
1. Material : Coke
3. Bulk Density
4. Moisture Content 4%
Sector gates shall be fitted below hopper and shall be operated through motorized linear
actuator to regulate the discharge of material from the hopper.
Single arc sector gate shall be hinged at center from both sides of opening. The bottom
opening size of the hopper shall be 600mm x 600mm. The gate shall be hinged at one end
by linear actuator for opening / closing.
The sector gates shall be constructed out of materials having good resistance against
impact and sliding wear rolled Mn steel plates after hardening and tempering to HRC 25-
30. The material of pin shall be C-45 (IS: 1570 – Latest). Wear resistant liner plate shall
be of stainless steel, SS409M. Liner shall be provided on the gate main body and bottom
portion. Antifriction ball and roller bearings shall be used throughout.
All bolts except those with nyloc nuts shall be provided with grip lock nuts or washers.
Stud or body bolts shall not be used as fastners for mechanical items.
Antifriction bearings shall be as per preferred Make. Manual lubrication nipples shall be
provided for all the bearings.
The linear actuator shall have enough thrust rating to open the gate in loaded condition as
well as shall have provision of manual operation with max. effort of 25kg.
v Bulk Density
Mechanical
i) Samplers shall be of dust tight construction with heavy cutter and self-contained
type.
ii) The cutter lips should be parallel and cut the stream at a 90 degree angle to the
centre-line of the conveyor being sampled.
iii) The cutter aperture width must be not less than three times the nominal top size of
the material.
iv) The arc formed from the leading edge to the trailing edge of the sidewalls must be
sufficient for the cutter to cover the width of the material on the belt at full loading.
v) The cutter should cut through the complete cross-section of the stream during one
continuous operation with a uniform velocity and a minimum cutter velocity of 1.5
times the velocity of the belt.
vi) Striker plates for prohibiting the entry of non-sample material must be installed on
both the upstream and downstream sides of the cutter exit opening with gaps between
the exiting cutter and striker plate held to not more than 10 mm.
vii) The gap between the cutter side plates and the conveyor belting should not be greater
than 10 mm at any point across the belt.
viii) The cutter should be equipped at the rear with an effective and durable wiper that
cleanly scrapes the belting.
ix) The cutter should not be fitted with internal supports that could interfere with
material entering or exiting the cutter.
x) Cutters should be counterweighted. This avoids potential structural problems with
the conveyor belt.
xi) No material shall remain in the cutter after the cutter has collected and discharged an
increment. This is to be verified visually and by tests of the sampling ratio.
xii) The cutter should have a capacity sufficient to accommodate the increment mass
obtained at the maximum flow rate of the material.
xiii) Any flexible blades, brushes or skirts fitted to the cutter should remain in close
contact with the surface of the moving conveyor belt to ensure that the complete
material cross-section in the path of the cutter is collected from the belt.
xiv) Sampler should be engineered to accommodate worst case loading.
xv) Sampler should have adjustable skirt boards and striker plates.
xvi) Striker plates ensure only the material within the cutter is collected with the
increment.
xvii) Sampler should have side hinged access doors to allow for easy access without
leaning into enclosure and should have electrical safety interlock to prevent operation
when doors are open.
xviii) Sampler should have spiral enclosure and material impact wall should at 65°
angle to prevent sticking of sample on enclosure walls.
xix) Sampler should have chute inspection door with Lockable latches for easy chute or
cutter access and should have inner liner to keep inside of enclosure as flat as
possible, reducing places for material to stick.
xx) The sample cutter should collect the sample and discharge in a bucket placed on the
ground floor.
xxi) The cutter shall be fabricated with wear resistant liner material and the lip shall be
lined with Mn Steel liners.
Electrical System
i) Electrical design shall confirm to the requirements of latest revisions of IEC, Indian
Standards, IE Rules, local rules and regulations.
ii) The de-rating of all equipment shall be done for an ambient temperature of 50°C.
Weather proof enclosures having degree of protection IP 55 shall be adopted for
outdoor locations.
iii) Climate proofing of all equipment and accessories shall be done in accordance with
IS: 3202.
One set of fixed type belt-changing devices for quick replacement of conveyor belt of
1400mm widths shall be provided. The equipment shall safely unwind belts as well as
wind and replace worn out belts. The equipment shall be provided with belt change reel
stands, power belt reeler including pipe shaft, half split bush bearing at ends, motor with
reducer, etc.
3 Mandrels : 4 numbers mandrels (to put inside the wooden belt reels
for rotation, 2 numbers working, 2 numbers spare)
same on the reel) and to un-wind new belt out of the reel
“Loaded belt reel”.
7 Manual Winch : Capacity 3t with 60m of wire rope for threading the old
belt to the empty reel
8 Belt gripping : Two Nos. (one for old and one for new belt) made of
devices Aluminum alloy and shall be mounted on self-locking
chuck. One spare gripping device meant for spare belt
shall also be provided.
The belt changing device shall consists of a manual winch (with 60m of wire rope for
threading the old belt to the empty reel), drive assembly for rotating an “Empty reel” (for
pulling the old belt out of the conveyor system and winding the same on the reel) and to
un-wind new belt out of the reel from Loaded belt reel, equipment for maintaining
constant circumferential speed of both belt reels and complete with motor starter panel,
electrical controls & instrumentation. Alternatively, low speed-high torque hydraulic
motors with power pack etc mounted on the platform trailer, may also be considered. The
system shall also be provided with 4 numbers mandrels (to put inside the wooden belt
reels for rotation, 2 numbers working, 2 numbers spare) and 2 Nos. wooden reels (for
belts), along with any other accessories that may be required to for belt changing
operation.
Two numbers stationary base frames shall be provided for mounting of “Empty reel as
well as “Loaded belt reel”. The two reels shall be mounted individually on mandrels
(minimum 100 mm square bars/ hollow sections) of adequate length, for supporting them
over pivot block of respective base frame. The belt reels shall be “locked” longitudinally
on the mandrels. One end of the square bar is coupled with drive mechanism through
Oldham coupling. Mandrel shall be placed on a chuck so that after placement it can be
locked with chuck. Both sides of mandrels shall be placed on bearing block to offer least
resistance during operation.
07. ELECTRICAL :
The electrical equipment shall be designed on the basis of the following ambient and
power supply conditions.
LT Parameter :
Frequency Variation ± 5%
Absolute minimum 40 C
Note: Maximum humidity and temperature are not likely to occur simultaneously.
7.1.2 The equipment shall be designed in such a manner that the system performance is not
affected under the variation of power supply system stated above.
7.1.3 All equipment shall be de-rated for 50 deg C for indoor equipment and 55 deg C for
outdoor equipment.
7.1.4 All equipment and components shall be located indoor in hot, humid, tropical and dusty
atmosphere in an adverse environment as prevalent in coke-oven area of a steel plant.
Equipment shall be subjected to vibration and oil/water vapour dust etc.
7.1.5 Supply & installation of all equipment shall comply with the statutory
requirements of Govt. of India, state government where the plant is located & Indian
electricity rules 1956 as amended up to date.
7.1.6 Inspection of equipment shall be carried out as per the “approved” QAP.
7.1.7 All equipment/ items shall generally comply with the latest revision of the following:
a) The Electricity Rules, 2005 and the Indian Electricity Rules, 1956
b) Indian Electricity Act, 2003
c) Regulations laid down by local statutory authorities and Electrical Inspectorate
7.1.8 Equipment shall comply with the statutory requirement of Govt. of India, Govt. of
Chhatisgarh & Indian electricity rules 1956 as amended up to date.
The number of jockeys shall be selected based on the span of the shuttle conveyor,
cable size and minimum clearance as required for smooth travel. All the jockeys shall be
connected with link chain smaller than the cable length so that load is not transferred on
the cable during pulling of the jockeys. The cable shall have ample length and shall be
supported by means of properly designed movable clamps.
f) Safety switches / devices, Trip Indictor Panel / Belt Watch System, addressable type Pull
Chord Switches (PCS), addressable type Belt Sway Switches (BSS), proximity type Zero
Speed Switches (ZSS), Chute Jamming Switches, limit switches, warning hooter, etc. as
per technological requirement to achieve desired functions for ensuring safe operation of
the system.
Limit switches shall have adequate NO/ NC potential free contacts for interfacing with
PLC system.
Trip Indictor Panel / Belt Watch System shall be provided for conveyors and shall be
located in respective Electrical Room / CSP Control Room. Final location of Trip Indictor
Panel / Belt Watch System shall be finalized during Detail Engineering.
g) Control Junction Box (CJB) for each Conveyor shall be provided by the tenderer for
termination of cables to field devices, brake and brake rectifier panels etc. as per the
technological requirement. Control Junction Box shall be made of Stainless Steel.
Quantity of CJB shall be provided as per requirement. Location of CJB shall e finalized
during Detail Engineering.
h) All control cables from Safety switches / devices, pull chord switches, belt sway
switches, zero speed switches, chute jamming switches, limit switches, etc. upto Trip
Indicator Panel / Belt Watch System (for addressable PCS & BSS) / Control Junction
Box shall be provided by the Tenderer.
Control cables from Tenderer's Trip Indicator Panel / Belt Watch System / Control
Junction Box to Purchaser's MCC/PLC shall be provided by the Purchaser.
Control Cables shall be HRPVC insulated of 2.5 sq.mm copper multicore, FRLS type.
i) One NC contact of PCS, BSS and ZSS of each conveyor shall be wired in series and
terminated at CJB for interlocking to MCC. One NC/ NO contact of PCS & BSS shall be
wired to Trip Indicator Panel / Belt Watch System for hooking up to PLC.
j) Cable trays and cable trays supporting structures, GI conduit, etc. for mounting on
conveyor short post for control cables supplied by the tenderer. Cable trays for size less
than 300mm shall be perforated type.
k) Erection materials and accessories.
l) Industrial Hooters shall be provided to indicate the operation of the machine and the
conveyor belts of the system. Hooters shall be of 240V. Hooter alarm siren sound
ranged shall be finalised during Detail Engineering.
m) Commissioning spares, as required, till the plant commissioned and handed over to the
Employer.
n) Special tools and tackles and Testing Equipment required for installation, operation and
maintenance of supplied electrical equipment.
o) Supervision of Erection, testing & commissioning, as & when required, till system is
stabilized & handed over to employer.
p) Getting Approval of various drawings & documents from employer (BSP) / its consultant
(CET).
q) Assistance in liquidating punch points for PAC, Performance guarantee & handing over
to employer.
r) Preparation of drawings/documents including preparation of as built drawings.
s) Preparation of “As built drawings”, submission of As built drawings in bound volumes &
in soft copies, handing over etc.
t) Inspection of equipment shall be carried out as per the enclosed approved QAP.
u) Inspection at manufacturer’s work, follow-up/ expediting I/C, Dispatch Clearance & weigh
bill.
v) All Equipment shall be provided from enclosed Preferred make list.
w) Any other equipment / material required for completion and successful commissioning of
the system as per technological requirement shall be included in the scope.
1.1 All equipment shall be suitable for continuous operation delivering rated output without
exceeding permissible temperature rise.
1.2 Motors shall be suitable for operation through DOL / VFD arrangement.
1.3 Motors shall meet the following design criteria:
i. Motor body shall be made of cast Iron.
ii. Casing feet shall be integral with the motor body.
iii. Bearing & lubrication shall be as per IPSS norms.
iv. Shaft extension as per requirement.
v. Lifting eye bolts for frame size 100 & above shall be provided with blind threaded
hole.
vi. All motors shall be rated for continuous operation.
vii. All motors shall have metallic fan.
viii. Name plate shall be provided as per manufacturer standard.
ix. Space heater shall be provided as per as per manufacturer standard. Power supply
voltage shall be 240V, AC.
x. Grounding of motor body at two points shall be provided as per manufacturer
standards.
xi. Frame sizes & ratings as per latest revision of IPSS-1-03-001-95 & IS -1231.
xii. Motors shall be de-rated for 50deg C for indoor equipment and 55 deg C for outdoor
installation.
xiii. No. of starts/hour for pump motors suitable for DOL starting shall be 2 nos. in
successive hot condition, 2 nos. & others as per operational need in cold condition
and 3 nos. equally spread.
xiv. All motors shall be selected for satisfactory operation without effecting rated outputs
even under mentioned voltage & frequency variation without affecting the load
condition of the machine.
02. Standards :
i. The equipment/ items/ components supplied shall comply with the relevant Indian
Standards. In case Indian Standards are not available, the relevant international
standards shall be followed.
ii. All equipment shall also comply with the latest revision of the Indian Electricity Act
and Indian Electricity Rules as regards safety, earthing and other essential
revisions specified therein for installation and operation. The installation shall also
comply with the statutory requirements of the Government of India and the State
Government of Chhattisgarh.
iii. 2.3The motors shall comply with the following publications of Bureau of Indian
Standards and IPSS:
Code No. Description
IS 325:1996 Three phase Induction Motors
IS 900:1992 Code of practice for installation and maintenance of
Induction Motors
IS 1231: 1974 Dimensions of three phase foot mounted motor
IS 4691:1985 Degree of protection provided by enclosures for
rotating electrical machinery
IS 2253:1974 Designation for types of construction and mounting
arrangement of rotating electrical machines
03. The motors shall comply with the technical specification as stipulated below:
25. Fault withstand current and time for 50 kA for 0.25 Sec
terminal box
26. Grounding pads Each motor frame shall have two distinct
grounding pads, one on each side and
complete with tapped hole & bolt.
27. Painting The motors shall be finish painted as per
shade No. 631 (light grey) of IS: 5-1994.
The construction of motor enclosures shall
undergo rigorous metal treatment. The
treatment shall be followed by spraying of
two coats of red oxide primer and two coats
of finished stove enamelled painting of
above specified shade.
28. Power cables for the motors Power cables for the motors shall have 3.5/
4 core. The cable size shall be finalized
during DE stage.
The motors to be controlled from variable frequency drives shall have suitable insulation
system to withstand the high voltage spikes from IGBT-type VFD.
Motor shall be suitably designed for variable speed application using VVVF (Variable
Voltage Variable frequency) drive. Confirmation shall be obtained from the Motor
manufacturer regarding suitability of the motor with VVVF drive.
04 Terminal box :
01 Standards :
a) The variable frequency drives and all components shall be designed, manufactured,
tested installed and commissioned in accordance with the NEMA standard ICS 7-
1993, ICS 7.1-1993 and latest applicable standards of IEC and IEEE & VDE.
b) If any part, whole or specific aspect of VFD is not being covered under the above
standards, the same shall comply with the relevant Indian Standards. In case Indian
Standards are also not available, relevant latest IEC standards shall be applicable.
c) All VFD shall also conform to the latest Indian Electricity Rules as regards safety,
earthing and other essential provisions specified therein for installation and
operation.
d) All VFD shall also comply with the statutory requirement of the Government of India
and the state government in which the plant is located as given in the contract.
02 Design Criteria & Selection Criteria :
a) Design criteria :
System voltage & site conditions shall be as specified elsewhere in TS.
b) Selection criteria :
Design and selection of VFD shall be done taking into consideration the fact that the
VFD are called upon to operate continuously and hence all facilities to simplify
inspection, testing, maintenance, cleaning can be carried out at site without
disrupting process / prolonged shutdowns.
Matching the drive to the load characteristics of the specified application, shall be a
primary consideration in selecting the VFD. The following criterion shall be
considered to classify the motor loads in the constant torque, constant power and
variable torque categories :
Constant Torque- Lift load shall require the same amount of torque at low speed as
at high speed and thus the torque demanded by the load is constant throughout the
speed range. These loads are usually the friction loads where the constant torque
characteristics are needed to overcome friction. Most occasionally, the starting
torque requirement might be in the range of 150-160%. For such applications, the
VFD power rating shall be selected on the basis of starting torque requirement not
on the running load requirement.
Variable Torque - With this group of loads, the load torque increases with the
speed and the applications include centrifugal fans, pumps and compressors. The
starting torque requirement in such applications is very low, however if solids are
present in pumping application, a high starting torque may be required when the
pump starts from rest. This must be taken into account when determining the power
rating of the VFD. VFD for variable torque loads shall be 'selected to provide
adequate torque and kW at the maximum speed that shall be required. Also, for high
inertia fans VFD shall have sufficient capacity to accelerate the motor in a
reasonable time to avoid overheating the motor and VFD
Constant power- In this group the load decreases with increasing speed. This
application usually applies to the processes that are changing diameters, such as
winders, unwinders and metal working applications (drilling or boring, tapping,
turning, planing, milling, grinding, wire drawing, etc.). With the large diameter,
maximum torque and slow speeds are required. As the diameter decreases, the
torque decreases, but speed increases to provide constant surface speed. Constant
power loads shall be handled by matching the VFD's output torque with the
machine's requirement at low speed.
Rating of VFD shall be minimum 1.5 times motor kW rating.
03 Technical Specification :
a) All the VFD drives shall be suitably derated with respect to temperature (1.5 % /
deg.C rise) and due to voltage and frequency variation as specified in design
condition. The drives shall be able to meet the load torque requirement at all range
of the speed.
b) The motors to be controlled from variable frequency drives shall have suitable
insulation system to withstand the high voltage spikes from IGBT-type VFD.
c) Technical specification of VFDs is as mentioned below :
1. Basic design particulars Digital control technology with vector
control (with programming (PG) unit as per
requirement).
IGBT based with sine coded PWM control.
VFD shall communicate to basic
automation system on system
communication bus.
Suitable for variable torque or constant
torque applications requiring harmonic
controls defined by IEEE519-1992.
The drive shall have an internal EMC filter
capable of meeting the second
environment levels for the EMC directive
without the need for additional components.
Shall conform to IEC 146 - International
Electrical Code.
2. Duty Rated for continuous duty with frequent
intermittent overloads without exceeding
temperature limits.
3. Drive controller Software configurable to Sensorless
technology Dynamic Torque Vector mode. (single
motor).
Full, closed loop flux vector control shall be
available for constant torque applications.
Drive can be operated with motor
©2022 MECON LIMITED, ALL RIGHT RESERVED 07-10
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
drive.
10. Terminal blocks Separate for control and power wiring.
Power terminal blocks to withstand a
minimum of 90 deg C and marked for both
inputs and outputs.
11. Input reference voltage +/- 10 V DC/ 0 -10 V DC/4- 20 mA
13.2 Output frequency Shall have provision for minimum 6 step set
points or as per operational requirement
13.3 Output Waveform The inverter section should produce a pulse
width modulated (PWM) waveform using latest
generation IGBTs
13.4 Output frequency 0.01 Hz.
resolution
The tests to be carried out on equipment are subdivided under the following heads :
Factory tests
Site tests
a) Factory Tests :
All type tests and routine tests as per relevant standards referred above shall be
carried out on VFD at the manufacturer's works. The following routine and type test
shall be considered:
b) Routine test :
Visual check up and disposition of components and wiring, assembly and
painting.
Dimension of the panel
Panel earthing
Measurement of IR
High voltage test
Dielectric test
Light load test
01 LT Power Cables:
LT power cables shall be 1.1 kV grade multicore heavy duty HR PVC insulated, FRLS
PVC outer sheathed, PVC inner sheathed, steel wire/ flat armoured with stranded
Aluminium conductor as per IS: 1554 (Part - 1)- 1988. The inner sheath shall be of
extruded PVC (ST2) as per IS: 5831-1984 and outer sheath shall be of FRLS PVC (ST2)
as per IS: 5831- 1984, relevant IEC/ASTM standard.
02 Control Cables:
Control cables shall be 1.1 kV grade multicore heavy duty HR PVC insulated, FRLS
PVC outer sheathed, PVC inner sheathed, steel wire armoured with 2.5 sq. mm stranded
copper conductor as per IS: 1554(Part - 1) - 1988. The inner sheath shall be of extruded
PVC (ST2) as per IS: 5831 - 1984 and outer sheath shall be of FRLS PVC (ST2) as per
IS:5831-1984, relevant IEC/ASTM standard.
03 Flexible Cables :
Flexible trailing cables shall be 1.1kV, multi stranded, heavy duty type tinned annealed
high conductivity flexible copper conductors, ethylene propylene (EPR) insulated and
Poly chloroprene (PCP) sheathed conforming to IS:8130-1984, IS6380-1984 and
IS:9968 (Part-I)-1988
04 General Technical Aspects:
The cables shall be capable of withstanding all mechanical, electrical and thermal
stresses under steady state and transient conditions.
The power cable cores shall be colour coded Red, Yellow & Blue (with 1/2 Core black).
Control cables cores shall be identified as per IS 1554: 1988 for cables up to 5 core and
for cables with more than 5 cores the identification of all cores shall be additionally done
by printing legible alphabet on all cores at an interval of 100 mm.
7.3.4 Safety Switches:
The Tenderer shall comply with the technical specifications of the pull cord switch
as stipulated below:
The Tenderer shall comply the technical specifications of the belt sway switch as
stipulated below:
The Tenderer shall comply with the technical specifications of the under speed monitors
as stipulated below:
Limit Switches shall be provided as per technological requirement to stop the shuttle
drive before hitting the mechanical buffer..
Heavy Duty type Limit Switches shall be provided for positioning of shuttle travel drive.
Limit Switches shall be as per relevant clause of IS 3938:1983. These limit switches
shall automatically reset, when position returns to normal.
7 Degree of protection of IP 55
conversion equipment
compartment
8 Degree of protection of IP 55
brake coil enclosure
The Successful Tenderer shall prepare drawings based on the order placed by MECON.
The successful tenderer shall submit these drawings to MECON for approval. Approval
for above drawings / documents shall be obtained by Tenderer / MECON from the
Employer / Consultant, which shall be subsequently communicated to the successful
tenderer.
For approval, the successful tenderer shall send scan copy of drawings / documents by
email as well as submit 7 sets of hard copies of the drawing/ documents to MECON,
which shall be sent to the Employer / Consultant for scrutiny. After scrutiny, the scan
copy of the drawings with comments of Employer / Consultant / MECON, if any, shall be
sent to the successful tenderer by email within 20 days of receipt of hard copies of
drawings / documents by MECON. After receipt of the above scanned copy of the
commented drawing from Employer / Consultant / MECON through e-mail, the
successful tenderer shall send 7 sets of hard copies of the commented drawings to
MECON.
In case, the drawing are not approved, the successful tenderer shall prepare the revised
drawing, after suitably incorporating the comments given by Employer / Consultant /
MECON, within 15 days time from the date of employer’s comment. and resubmit 7 sets
of hard copies of revised drawings / documents for approval, as well as scan copy of the
same by email to MECON for scrutiny of Employer / Consultant / MECON. The above
process shall be continued till the drawing is approved.
In order to expedite the approval of drawings, discussion shall be held with the tenderer
at Bhilai/ Ranchi.
After approval and stamping, MECON shall send the scan copy of the approved drawing
to the successful tenderer by email. The successful tenderer shall take 12 prints of the
approved drawings / documents and send to MECON for further distribution.
01 The successful Tenderer shall submit following Drawings & Documents as per technical
specification :
a) Dimensional and mounting / foundation details of electrical equipment, cable entry
position and load data.
b) Motor Data Sheet, Motor GA drawings including Torque speed characteristics and
terminal box GA drawing.
c) SLD, GA, BOM & Control Schematic Diagram of VFD panel, Control Panel, Brake Panel,
Trip Indictor Panel / Belt Watch System etc.
d) Data Sheet, GA drawings, schematic diagram etc. of safely switches, Limit Switches etc.
e) Erection, operation & maintenance manuals for all the equipment.
f) Test Certificate, test report & catalogue of all the equipment.
g) Design calculations for the selection of all electrical equipment and system etc.
h) Detail dimensional general arrangement drawings showing constructional feature, cable/
conduit entry, grounding, fixing arrangement etc. of all items in the scope of supply
i) Cable Schedule & Cable layout drawing
j) Cable termination plans of all equipment with terminal block arrangement and markings
k) Bill of materials, location & technical specification of items
02 Approval given by the employer/ their consultant shall not relive the successful Tenderer
of their obligations under the contract.
03 Drawing / Document submitted by the successful tenderer shall be thoroughly checked
and signed by them before submission. The drawings shall be complete with bill of
material.
04 All Design / Data / Drawings shall be submitted & got approved as per agreed time
schedule.
05 In addition to above drawings the following Drawings / Documents / Data shall be
submitted in 12 sets along with one set of soft copies (in CD / Pen drive).
i) Complete details and technical data of all equipment/items.
ii) Test, Inspection and guarantee certificates of all equipment/items.
iii) As Built drawings.
The list of acceptable makes is enclosed. The tenderer shall adhere to the makes
indicated in the list. Only one make shall be adopted for each type of equipment for plant
standardization.
08.01 START UP
On completion of erection of the equipment and before start-up, each item of the
equipment shall be thoroughly cleaned and then inspected jointly by
BSP/CET/MECON and the successful Tenderer for correctness and completeness of
installation and acceptability of start-up, leading to initial pre-commissioning tests at
site. The list of pre-commissioning tests to be performed shall be as mutually agreed.
The plant shall then be on trial operation during which period all necessary
adjustments shall be made while operating over the full load-range enabling the plant
to be made ready for performance and guarantee tests.
The duration of trial operation of the complete equipment shall be fourteen (14) days
out of which at least seventy two (72) hours shall be continuous operation on full load
or any other duration as may be agreed to, between BSP/CET/MECON and the
successful Tenderer. The trial operation shall be considered successful, provided that
each item of the equipment can operate continuously at the specified operating
characteristics, for the period of trial operation.
For the period of trial operation, the time of operation with any load shall be counted.
Minor interruptions not exceeding four (4) hours at a time, caused during the
continuous operation shall not affect the total duration of trial operation. However, if
in the opinion of BSP/CET/MECON, the interruption is long, the trial operation shall
be prolonged for the period of interruption.
The successful tenderer shall supervise and carry out the operation under their
instruction and guidance during performance guarantee tests and shall take full
responsibility of the operation.
All the equipment, tools and tackles required for the successful completion of the
performance and guarantee tests shall be provided by the successful Tenderer, free of
cost.
All the instruments for the performance tests, as required, shall be supplied by the
successful tenderer and shall retained by them till the satisfactory conclusion of all
tests at site. All costs associated with the supply, calibration, installation and return of
the test equipment shall be included in the scope of supply. All test instruments shall
be as per standards approved by the Purchaser.
If the successful tenderer fails to achieve the guarantee and performance parameters,
he shall investigate the causes and shall rectify and/ or replace, free of cost to the
Purchaser the defects of the equipment/ system within a period of one (1) month from
the date of commencement of performance and guarantee tests and again prove the
guarantees. In such cases, the cost of modifications including labour, materials and
cost of additional testing etc. shall be borne by successful tenderer.
If even after necessary alteration and modifications are affected, the performance and
guarantee tests are not fulfilled, the Purchaser reserves the right to reject the
equipment. In the event of exercising this right, the successful tenderer shall replace
the defective equipment/ system with the equipment / system that meets the
performance guarantee parameters. The cost of replacement inclusive of labour,
materials and repeat testing to prove compliance with the performance guarantees
shall be borne by the successful tenderer.
The specific tests to be conducted on equipment have been brought out in the technical
specifications.
Performance and guarantee test shall make allowance for instrumentation errors as
may be decided by BSP/CET/MECON.
©2022 MECON LIMITED, ALL RIGHT RESERVED 08-2
T.S. No.: MEC/S/C38S/C/21/17/0923
MECON LIMITED
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
BHILAI STEEL PLANT
BELT CONVEYOR SYSTEM
(BATTERY PROPER PKG.-1)
PG tests shall be conducted for 1 hour in a day consecutively for seven (7) days.
Guarantee and Warrantee terms and conditions for the Belt conveyor system and other
associated equipment/items shall be as per commercial volume of this Tender.
2. Noise level Shall not exceed Not Not Applicable Less than
85 dB at 1 meter Applicable rated
distance. capacity
All the equipment shall be guaranteed for proper design, manufacture, installation and
functioning as per specification for a period as specified in commercial document.
2. Tenderers shall submit a time bar chart along with the tender indicating starting
and completion dates, schedule of erection, testing and commissioning of the
Belt conveyor system and other associated equipment/items.
3. Timely completion is the essence of this T.S. The Tenderer must satisfy himself
about his ability for completing the work as per delivery schedule, before
submitting his offer.
Annexure – I
Sheet 1 of 2
4. We confirm that commercial part of the tender has been submitted separately.
Signature:
Name:
Designation:
Date:
Annexure - I
Sheet 2 of 2
Sl. Item Qty. Uni Total Drg. Offer Delivery 1st Monthl Total Remarks
No Descrip quoted t Wt. Nos. of lot (qty to be y rate deliver
-tion for Wt. sampl indicated) in of y
e (in no of days supply period
no. of from sample
days approval
from
LOI)
1 2 3 4 5 6 7 8 9 10 11
Annexure - II
Sheet 1 of 1
FORMAT FOR INSPECTION CALL LETTER
ANNEXURE-III(A)
Sheet 1 of 1
FORM NO. 11.20(DQM) F-9 Rev. 2
REBUILDING OF COKE OVEN BATTERY NO. 7 & 8
CONTRACTOR MECON LIMITED PROJECT BATTERY (PACKAGE-1)
QUALITY ASSURANCE PLAN BHILAI STEEL PLANT
ORDER No. & DT. -- FOR PACKAGE No.
MANUFACTURER STRUCTURAL & MECHANICAL PACKAGE NAME
EQUIPMENT
TS No.
ORDER No. & DATE
INSTRUCTIONS FOR FILLING UP: CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1. QAP shall be submitted for each of the equipment separately with break-up of assembly / sub-assembly & part /
component or for group of equipment having the same specification. CODEDESCRIPTION CODEDESCRIPTION CODEDESCRIPTION
D7. Approved Erection procedures
2. Use numerical codes as indicated for extent of inspection & tests and submission of test certificates & documents. 1. Visual (Welding, etc.) 17. Vibration Test 34. Calibration Un priced sub P. O. with
Additional codes & description for extent of inspection & tests may be added as applicable for the plant & equipment. 2. Dimensional 18. Amplitude Test 35. Safety Device Test D8. specification and amendments, if
3. Assembly, Fitment & Alignment 19. Sponge Test 36. Ease of Maintenance any.
3. Separate identification number with quantity for equipment shall be indicated wherever equipment having same 4. Physical Test (sample) 20. Dust / Water Ingress Test 37. Pouring witness Calibration Certificates of all
specifications belonging to different facilities is grouped together. 5. Chemical Test (sample) 21. Friction Factor Test 38. Load / Deflection test of springs D9. measuring Instruments and gauges
6. Ultrasonic Test 22. Adhesion Test 39. Sample Guarantee Certificate
4. Weight in tonnes (T) must be indicated under column 5 for each item. Estimated weights may be indicated 7. Magnetic Particle Test 23. Performance Test / Heat Curve
wherever actual weights are not available. 8. Radiography Test Characteristic curve DOCUMENTS D10. Physical & chemical test
9. Dye Penetration Test 24. No Load / Free Running Test D1. Approved GA drawings D11. certificate
10. Metallographic Exam. 25. Load / Overload Test D2. Information and other D12. IBR / Other Statutory agencies
11. Welder’s Qualification & weld 26. Measurement of speeds reference drg. / stamped Compliance certificate
procedure Test 27. Acoustical Test drgs. released for mfg. D13. Manufacturer’s Test
12. Approval of Test and Repair 28. Geometrical Accuracy D3. Relevant catalogues Certificates for bought
procedure 29. Repeatability & Positioning D4. Bill of matl. / Item No out items
13. Heat Treatment Accuracy D5. Identification Relevant D14. Internal Inspection Report by
ABBREVIATIONS USED : 14. Pressure Test 30. Proving Test catalogues ,Match mark Contractor
15. Leakage Test 31. Surface preparation details
CONTR : CONTRACTOR 16. Balancing 32. Hardness Test D6. Line / Layout diagram D15.
MFR : MANUFACTURER 33. Spark Test for Lining
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
Annexure – IV
Sheet 1 of 1
BILL OF QUANTITY
Quantity
Common facilities for both
Sl. COB#7 & COB#8
Item No. Description Remarks
No.
These will come under COB#7 as
common facilities are with
COB#7
1 SS-921 BELT CONVEYOR SYSTEM AND OTHER EQUIPMENTS 10 Nos.
Note: - 1. Tenderer to note that rate is to be quoted ONLY in COMMERCIAL PART on Unit rate basis for items mentioned
above from Sl. No. 1 to 2.
2. L1 tender will be determined on overall basis.
Annexure – V
QUESTIONNAIRE (To be filled up and submitted along with the Tender):-
a) Rated (guaranteed) :
b) Design :
2. Belt width, mm :
5. Lift, m :
a) Concave :
b) Convex :
8. Details of take-up :
a) Type of take-up :
b) Boom/Intermediate Conveyor :
9. Belting
i) Type of fabric :
Sl. Description
No
- Face cover, mm :
- Back cover, mm :
v) Troughing angle :
02. CHUTES
Sl. Description
No
1. Chutes construction :
4. Liner details :
Annexure – VI
Format for deviations from Technical Specification (For Technical Part only)
Signature:
Name:
Designation:
Date:
1. The deviations with respect to Technical Specification are to be mentioned by the Tenderer in the
above format only and any deviation mentioned elsewhere in the offered document shall not be
considered.
2. In case of no deviation, “NO DEVIATION” shall be mentioned in above format by the Tenderer.
Annexure – VII
I, hereby, declare that I have visited the site to understand the site conditions, and acquainted
myself with atmosphere prevalent therein. I have also understood the extent of total works
involved for this package including required interfacing of this package along with existing
site condition.
Signature:
Name:
Designation:
Date:
\ -r-
J
\
r-I
I
~ I.;.
('f)
r-I
4-1
C\1 0
ill C\1
H 0
.~
;j .w
0'>
~ ill
ill ill
!=: ..c:.
CI)
~
.,
.-
~
:g 1<0'~
\-;»
Q.)
L() ...Q
0),
Q)'
..::s:.
0
Co)
Q.)
0'1
•.---_
0
c..
(/)
...
I
'n
hI
~
0
c,
0
."E
8
~g
a;i
.c'
.3 '"
I
'0
"->: '"
~8.~
I Jj~ bI
0;
~,
e
.2
U ~
~
~ ~
~
t
....
I
'<I'
'"
I
.... M 0;
4-1
C\l
0 §
Q)
M
~
.!!
"
;::l
>:
Q)
+J
Q)
U
~
~
Q)
..c::
~ UJ
Appendix - II
MAY 2017
CET
LIST OF ACCEPTABLE MAKES PAGE 1 OF 1 MAY 2017
PREAMBLE
The ‘Makes’ of various equipment and supplies are listed out in this document. It is
essential that the equipment/component/materials to be supplied indigenously by the
bidder will be of any one of the makes listed against that particular
equipment/component/material in this document.
CET
LIST OF ACCEPTABLE MAKES PAGE 1 OF 1 MAY 2017
A. ELECTRICAL
10. 33kV/ 132kV/ 220 kV STJ/ RAYCHEM, CCI (Cable Corporation of India),
Termination kit KABELDON
II MEDIUM VOLTAGE –
INDOOR
(3.3 kV to 11kV)
1. Switchgear (Circuit Breaker ABB, ANDREW YULE, SCHNEIDER, BHEL, CGL,
with panels) JYOTI, SIEMENS, L&T
2. Motor control centre (MCC) up ABB, L&T, SCHNEIDER, SIEMENS, BCH, C&S,
to 1000 Amps and PDB MEDITRON, SEN & SINGH, SWITCHING CIRCUITS,
HAVELLS, MARINE ELECTRICAL, IEE PROJECTS,
PCE PROJECTS
3. Motor control centre (MCC) ABB, L&T, SCHNEIDER, SIEMENS, C&S, BCH
above 1000 Amps
5. Moulded case circuit breaker ABB, BCH, L&T, SCHNEIDER, SIEMENS, C&S,
(MCCB) HAVELLS
(with positive isolation)
6. Motor Protection Circuit ABB, GE, SCHNEIDER, SIEMENS, L&T, C&S,
Breaker (MPCB) SPRECHER & SCHUH
10. Thermal bimetallic Overload ABB, ANDREW YULE, BCH, L&T, SIEMENS,
relays SCHNEIDER, ROCKWELL, C&S
11. Electronic over current relay/ ABB, SCHNEIDER, SIEMENS, L&T, C&S, SPRECHER
Electronic motor protection & SCHUH
relay (EOCR/ EMPR)
12. LT bus duct ECC, KGS (STAR DRIVE), LOTUS POWER, L&T,
SPEARHEAD
V Illumination
1. Lighting fixtures BAJAJ, CROMPTON GREAVES, GE LIGHTING,
HAVELLS, PHILIPS, SURYA, WIPRO
CET
LIST OF ACCEPTABLE MAKES PAGE 2 OF 31 MAY 2017
SL.NO. ITEMS MAKE
VII DRIVES
1. Variable frequency drive ABB, HITACHI-HIREL, ROCKWELL AUTOMATION,
(VFD) SIEMENS, TMEIC, TOSHIBA, GE POWER
CONVERSION
2. Thyristor Converter ABB, DANFOSS, HITACHI-HIREL, ROCKWELL,
AUTOMATION, SCHNEIDER, SIEMENS, YASKAWA
3. Soft starter ABB, L&T, SIEMENS, ROCKWELL AUTOMATION,
PARKER
4. FCMA /series reactor type ABB, ROCKWELL AUTOMATION, SCHNEIDER,
softstarter SIEMENS
VIII MOTORS
1. Synchronous Motor ABB, SIEMENS, BHEL
2. Synchronous Motor with Load ABB, SIEMENS
Commutated Inverter (LCI)
3. HT – AC ABB, MARATHON, BHEL, CGL, KIRLOSKAR,
ELECTRIC COMPANY, SIEMENS, WEG
4. LT – AC ABB, AREVA, BHARAT BIJLEE, CROMPTON,
KIRLOSKAR, SIEMENS, MARATHON, WEG
IX CABLES
1. HT(up to 11kv) CCI, GLOSTER, NICCO, KEC
UNIVERSAL, KEI, HAVELLS, CRYSTAL, POLYCAB
I FIELD INSTRUMENTATION
1. Pressure/differential EMERSON, FUJI, E&H, YOKOGAWA, HONEYWELL,
pressure/Level/Flow SIEMENS, ABB
Transmitter
2. RTD / Thermocouple TEMPSENS, PYRO ELECTRIC, BAUMER, DETRIV,
TOSHNIWAL, GIC (GAUGE BOURDEON), GIC
(THERMAL INSTRUMENT), TEMCON
3. Temperature Transmitter EMERSON, HONEYWELL, ABB, FUJI,
YOKOGAWA, SIEMENS, E&H
4. Pressure / DP switch SWITZER, DANFOSS, ASHCROFT, INDFOSS,
WIKA, BAUMER
5. Tuning Fork/Rod type Level E&H, VEGA, EMERSON, SIEMENS, SAPCON, ABB,
Switch NIVO CONTROL
CET
LIST OF ACCEPTABLE MAKES PAGE 4 OF 31 MAY 2017
SL.NO. ITEMS MAKE
6. Conductivity/RF/Capacitance E&H, VEGA, NIVO CONTROL, SAPCON, P&F
type Level Switch
7. Float type Level Switch LEVCON, TRAC, ENDRESS & HOUSER, NIVO
CONTROL, BAUMER, SAPCON, EMERSON, KROHNE
MARSHALL
8. Ultrasonic / Radar Type Level E&H, VEGA, SIEMENS, EMERSON, KROHNE
Instrument MARSHALL, P&F, SICK
9. Electro Magnetic Flow meter EMERSON, YOKOGAWA, E&H, SIEMENS,
KROHNE MARSHALL
10. Rotameter ROTA INSTRUMENTS, PLACKA, KROHNE
MARSHALL, INSTRUMENTATION ENGINEER
11. Flow Elements ( ENGG SPECIALTIES, EMERSON, UNI CONTROL,
Orifice/Venturi/flow MICRO PRECISSION
nozzle/Pitot tube/Annubar )
12. Radiation Pyrometer LAND, IRCON, CHINO, RAYTEK, EUROTHERM,
(online/portable) AMERICAN SENSORS, KELLER
13. Pressure Gauge BUDENBERG, ANI, WIKA, FIEBIG, BAUMER,
SWITZER, ASHCROFT,FORBES MARSHALL,
GAUGES BOURDEN, GENERAL
INSTRUMENTS(THERMAL)
14. Temperature Gauge ANI, WIKA, FIEBIG, FORBES MARSHALL,GIC
(GAUGES BOURDEN), GIC (THERMAL
INSTRUMENT), BAUMER, ASHCROFT
15. Level SW/ Transmitter CONCORD (BERTHOLD), E&H, THERMOFISHER
(Nucleonic type)
16. Temperature Switch E&H, WIKA, IFM, HYDAC
17. Flow Switch IFM, EMERSON, KROHNE, MARSHAL, KOBOLD
18. Vortex Flow Meter EMERSON, KROHNE, MARSHAL, YOKOGAWA,
E&H, SIEMENS, VORTEX INSTRUMENTS
19. Mass( Coriolis) Flow EMERSON, YOKOGAWA, KROHNE MARSHAL, ABB,
SIEMENS, E&H
20. Level Gauge (Magnetic & CHEMTROL, KROHNE MARSHELL, BAUMER
Reflex Type)
21. Level Switch/Transmitter EMERSON, CHEMTROL, LEVCON, MASONEILAN,
(Displacer Type) DK INSTRUMENTS
II CONTROL VALVES
1. Globe Valve IL Palakkad, FISHER, KOSO, SAMSON, FORBES
MARSHALL, AIRA, SEVERN
2. Butterfly Valve IL Palakkad, FISHER, KOSO, DEL VAL, AIRA,
FOURESS, SEVERN
3. Pneumatic Actuator IL Palakkad, KOSO, SAMSON, OM CONTROL,
ROTEX,
FORBES MARSHALL, DEL VAL, AIRA
CET
LIST OF ACCEPTABLE MAKES PAGE 5 OF 31 MAY 2017
SL.NO. ITEMS MAKE
4. Electro-hydraulic Actuator REINEKE, VOITH, REXA
5. Electrical Motor Actuator BHEL, BERNARD, ROTORK, AUMA,
LIMITORQUE
6. I/P Converters FORBES MARSHALL, ABB, FISHER, EMERSON,
HONEYWELL, MARSH BELLOFRAM,
YOKOGAWA, SIEMENS
7. Solenoid Valve ROTEX, SCHRADER SCHOVILL, ASCO, HERION,
BURKERT, AIRA
8. Fittings SWAGLOK, PARKER, HYLOC, SANDVIK
9. Air Filter Regulator SHAVO NORGREN, PLACKA, DELAIR,
SCHRADER SCHOVILL
10. Electro Pneumatic Positioner SIEMENS, EMERSON, FORBES MARSHALL, ABB
V ANALYSERS
1. Gas Analyser ABB(H&B), EMERSON, YOKOGAWA,
PANAMETRICS, SIEMENS, FUJI, CHEMTROL
(AMETEK), HONEYWELL, FORBES MARSHALL,
SICK
2. Gas Detector BEILER & LANG, DRAGGER, MSA, OLDHAM,
DETRONICS, INDUSTRIAL SC. CORPN
3. Flame Detector HONEYWELL, DURAG, YAMATAKE, ENDEE,
SICK
4. Moisture Analyzer (Nucleonic) CONCORD, EMERSON, THERMO FISHER, CHINO
5. Moisture Analyzer MOISTECH, NDC (EMC), CHEMTROL, ABB,
(Microwave/ Capacitance SIEMENS
Type)
6. Opacity Analyser CODEL, SICK MAIHEK, DURAG, FUJI
7. Calorific Value Analyser UNION CALORIMETER, REINEKE, YOKOGAWA,
CHEMTROL(AMS)
8. pH / Conductivity / ORP EMERSON, YOKOGAWA, E&H, FORBES
Analyser MARSHAL, ABB, HONEYWELL
9. SOX / NOX/ CO Analyser EMERSON, SIEMENS, ABB, FUJI, HONEYWELL,
SICK, FORBES MARSHAL, YOKOGAWA
10. Elemental Analyser PANALYTICAL, JICO, THERMO SCIENTIFIC,
SCANTECH, MAYA, REAL TIME
VI WEIGHING
1. Electronic Weighing System TRANSWEIGH, ABB, SCHENK, SARTORIUS,
(Hopper Weighing/ Platform/ KELK, PRECIA MOLEN, RICELEK, ACME
Scales/ In-motion W.B.)
2. Belt Weigher/ Weigh feeder SCHENCK, SIEMENS (MILTRONICS), FLSMIDH
System PFISTER, PRECIA MOLEN, ACME
3. Load Cells & Accessories HBM, SIEMENS, FLINTEK, SARTORIUN, PRECIA
MOLEN, RICELEK, SCHENCK, ABB
VII MILL INSTRUMENTATION
1. Thickness Gauge TOSHIBA, THERMO SCIENTIFIC, IRM, IMS,
MESACON
2. Hot Metal Detector TOSHIBA, DELTA, DANIELI, SICK, AMERICAN
SENSORS
3. Width Gauge TOSHIBA, PSYSTEME, ABB, DELTA, DANIELI,
IMS, THERMO SCIENTIFIC
CET
LIST OF ACCEPTABLE MAKES PAGE 7 OF 31 MAY 2017
SL.NO. ITEMS MAKE
4. Roll Force/ Tension ABB, KELK
Measurement System
5. Strip Profile Gauge TOSHIBA, THERMO SCIENTIFIC, IRM, IMS,
MESACON
6. Flatness/ Shape Gauge ABB, P-SYSTEME, THERMO SCIENTIFIC, DELTA,
SIEMENS, IMS
7. Laser Doppler Velocity Meter KELK, DELTA, LASER SPEED, ACCUSPEED,
AMERICAN SENSORS
8. Coating Thickness Gauge THERMO SCIENTIFIC, ACT
9. Optical Barrier PAULI, SICK, ABB, DELTA, AMERICAN SENSORS
10. Position Transducer SONY MAGNESCALE, NSD, TEMPOSONIC,
LEONARD BAUR
11. Optical Encoder HUBNER, STEGMANN, LINE & LINDEY
12. Surface Inspection System SIEMENS, COGNEX, PARSYTEC, ABB, IMS,
SURCON
I IT EQUIPMENT
1. Desktop PC DELL, HP, LENOVO, ACER
2. Industrial PC RUGGEDCOM, ADVANTEC, SIEMENS
3. Laptop DELL, HP, LENOVO, SONY, TOSHIBA
4. Server DELL, IBM, HP, SUN
5. Network Switch (IT, office) CISCO, HP/HPE, BROCADE, EXTREME, AVAYA
6. Security Appliances like CISCO, JUNIPER, CHECK POINT, CYBEROAM
Firewall, UTM etc.
7. Router CISCO, JUNIPER
8. Passive Network Component / MOLEX, TYCO(AMP), SYSTIMAX, PHINOLEX,
accessories DIGILINK
9. Industrial FLTP Converter PHOENIX, MOXA, HIRSCHMANN, SIEMENS -
SCALANCE
10. Network Switch (Industrial SIEMENS, CISCO, SCHNEIDER, ROCKWEL,
grade) HIRSCHMANN,
11. Wireless Network Controller CISCO, JUNIPER, MOXA
(to control Wi-Fi access points)
12. Data Storage System HP, IBM, EMC, HITACHI
13. Laserjet Printer HP, CANNON, SAMSUNG, XEROX
14. Dot Matrix Printer EPSON, TVSE, SAMSUNG
15. Plotter HP, GRAPHTEC, CALCOMP
16. Scanner HP, CANNON, EPSON
17. Computer Furniture GODREJ, USHA LEXUS, ZUARI, WIPRO,
METHODEX
CET
LIST OF ACCEPTABLE MAKES PAGE 9 OF 31 MAY 2017
SL.NO. ITEMS MAKE
II CCTV SYSTEM
1. CCTV System HONEYWELL, PELCO, BOSCH, SONY, SIEMENS,
PANASONIC
2. Attendance System LENEL, BOSCH, GE CASIRUSCO
3. Card Reader HID, BOSCH, LENEL, SUPREMA
4. LCD Projector HITACHI, CANON, PANASONIC, SONY, SHARP,
HP
III COMMUNICATION CABLES
1. UTP Cable MOLEX, TYCO(AMP), SYSTIMAX, DIGILINK,
ELKAY TELELINK, UNIVERSAL
2. FO Cable MOLEX, TYCO(AMP), SYSTIMAX, DIGILINK,
BELDEN, FINOLEX, LUCENT, STARLITE
D. MECHANICAL
I GENERAL
1. Gearbox ELECON, NAW, SIEMENS-FLENDER, SHANTHI,
PREMIUM ENERGY TRANSMISSION, SUMI-
CYCLO DRIVE INDIA PVT.LTD., KIRLOSKAR,
HEC, SAN ENGG. LOCOMOTIVE COMPANY LTD.,
ESENPRO, ESSENTIAL POWER TRANSMIOSSION,
SUMITOMO, BONFIGLIOLI, ROSSI
2. Geared Motor IC BAUER, POWER BUILD, BONFIGLIOLI,
SHANTHI, NORD, SEW-EURO DRIVE, CYCLO
TRANSMISSION, SUMI-CYCLO DRIVE INDIA
PVT.LTD. ROSSI, SIEMENS, ESENPRO
3. Geared Coupling NAW, FLEX-TRAN INDUSTRIES, CONCORD
STEEL WORKS PVT. LTD., ELECON, WELLMAN
WACOMA, GBM, RATHI, ROMA, ALLIANCE
ENGG. CO., LOVEJOY, SIEMENS-FLENDER,
TIMKEN. ESCO, BUDHADEB ENMTERPRISES
4. Pin Bush/ Bibby Coupling NAW, ELECON, GBM, RATHI, ROMA, BUDHADEB
ENMTERPRISES, GBM, LOVEJOY
5. Barrel Coupling RINGFEDER POWER TRANSMISSION (TSCHAN),
MALMEDIE, JAURE
6. Fluid Coupling VOITH, FLUIDOMAT, PREMIUM ENERGY
TRANSMISSION, ELECON, GHATKE-PATIL
INDUSTRIES
7. Resilient Coupling WELLMAN WACOMA, NAW, ELECON, LOVEJOY,
FENNER, TIMKEN
8. Transmission ROLCON, ROLON, REYNOLD, DIAMOND,
Chain & Sprocket ROLKOBO, GOLDEN ENGG & ENTREPRISE
9. DCEM Brake BCH ELECTRIC LTD, ELECTROMAG, KATEEL,
CET
LIST OF ACCEPTABLE MAKES PAGE 10 OF 31 MAY 2017
SL.NO. ITEMS MAKE
SIBRE, KAKKU,SPEED-o-CONTROL, PETHE
10. Hydraulic thruster brake EMCO PRECIMA, SIBRE, KATEEL, BUBANZER
11. Paint (Equipment) ASIAN , J&N, GARWARE , BERGER , SHALIMAR,
ICI, NEROLAC , BRITISH PAINTS
12. Non metallic Liner TEGA, KAVERI, THEJO
11. EOT Crane (all capacities) HEC ,MUKAND, KONE , UNIQUE INDUSTRIAL
HANDLERS, FAFECO, SMACO, ANUPAM
INDUSTRIES, DEMAG CRANES, JINDAL STEEL &
POWER,TATA GROWTH SHOP
12. EOT Crane (maximum 50 t) ARMSEL-KITO, CENTURY CRANE, ELECTRO
THERAPY, ELECTROMECH, MELTECH CRANES
PVT. LTD.
13. EOT Crane (maximum 10 t) SHIVPRA, EDDY CRANE, TUBROFURGUSON
14. Electric Hoist ARDEC, REVA ENGG, HERCULES HOIST LTD.,
ELECTROTHERAPY, ARMSEL-KITO, EDDY
CRANE, SHIVPRA, BRADY& MORRIS, GRIP
ENGRS., HI-TECH INDUSTRIES, CENTURY
CRANE,DEMAG,MELTEC
15. Electric Winch BOMBAY CRANES, PULLMAN, ELECTROMECH
MHS PVT. LTD. ENGG, EDDY CRANE, HTMC
ENGG. CO., ELECTROTHERAPY
16. Jib Crane BRADY & MORRIS, ARMSEL-KITO,
MELTEC,GRIP ENGG,CENTURY CRANES
17. Transfer Cars HEC, L&T, MUKAND, ITW-SIGNODE,TGS,
ARMATIC
18. Chain Pulley HERCULES HOIST LTD., BRADY& MORRIS,
Block & Hand TRACTEL TRIFOR, REVA ENGG, CENTURY
Operated CRANES, LIGHT LIFT IND., HI-TECH.
Travelling Crane
19. Underslung Cranes ARMSEL,FAFECO, MUKAND, WMI-KONE,
ANUPAM INDUSTRIES, SHIVPRA,
TUBROFURGUSON, BRADY & MORRIS
20. Crane rail clips and pads GANTRAIL,GANTREX, BEMO,BEKET
21. Hydraulic Buffer OLEO, ENIDINE
22. Electro Magnet SGM,VAZZOLER,TRUNNINGER, ELECRTOMAG
23. Grab Bucket YELLOW STONS INDIA,MRS GIFFER,TOBO,MAC
24. Tongs YELLOW STONS
INDIA,SOMERS,HEPPENSTALL,LUDWIG,BUCK
25. Stacker & Reclaimer ELECON, L & T, McNALLY SAYAJI
ENGINEERING LIMITED, METSO, FL SMIDTH,
TRF, THYSSENKRUPP, HEC, SANDVIK ASIA
26. Stacker-cum-Reclaimer L & T, McNALLY SAYAJI ENGINEERING
LIMITED, METSO, FL SMIDTH, TRF,
CET
LIST OF ACCEPTABLE MAKES PAGE 13 OF 31 MAY 2017
SL.NO. ITEMS MAKE
THYSSENKRUPP, HEC, SANDVIK ASIA
27. Bucket-Wheel Reclaimer L & T, McNALLY SAYAJI ENGINEERING
LIMITED, METSO, FL SMIDTH, TRF,
THYSSENKRUPP, HEC
28. Wagon Tippler ELECON, L & T, McNALLY SAYAJI
ENGINEERING LIMITED, METSO, FL SMIDTH,
TRF, THYSSENKRUPP, HEC
29. Belt Feeder ACME, SHENCK, ELECON, TRF
30. Hanging Magnet/ Cross belt METSO, HUMBOLDT WEDAG, ELECTRO ZAVOD,
/Inline Magnetic Separator ELEKTROMAG, McNALLY SAYAJI
ENGINEERING LIMITED, MAGNET INDUSTRIES
(CAL) PVT. LTD.
31. Fork Lift GODREJ,VOLTAS,TIL
32. Crusher (Cone / Gyratory METSO, SANDVIK, L&T,TRF, McNALLY SAYAJI
/ Jaw) ENGINEERING LIMITED,HEC, FLSMIDTH,
URALMASH,THYSSENKRUPP, EARTHTECHNICA,
ECOMAN
33. Impact / Hammer Crusher TRF, McNALLY SAYAJI ENGINEERING LIMITED,
L&T, SANDVIK, HEC, METSO, THYSSENKRUPP,
EARTHTECHNICA, TERRASOURCE, ECOMAN
McLANAHAN,
34. Roll Crusher FLSMIDTH, ELECON, TRF, McNALLY SAYAJI
ENGINEERING LIMITED, HEC, SANDVIK,
URALMASH, L&T, THYSSENKRUPP,
EARTHTECHNICA, ECOMAN, McLANAHAN
35. Sizer FLSMIDTH, MMD, THYSSENKRUPP, SANDVIK,
TERRASOURCE, McLANAHAN
36. Ball / Rod / Ag Mill McNALLY SAYAJI ENGINEERING LIMITED, L&T,
SANDVIK , HEC, METSO, TENOVA- DELKOR,
URALMASH, CEMTEC, OUTOTEC,
THYSSENKRUPP, CHANDERPUR WORKS PVT.
LTD., ECOMAN
37. Rotary Breaker L&T, McNALLY SAYAJI ENGINEERING LIMITED,
McLANAHAN, TERRASOURSE, THYSSENKRUPP,
TRF
GENERAL
1 PUMPS
1.1 Centrifugal Pumps WILO-MATHER & PLATT, SULZER, WPIL, BEST &
(Horizontal CROMPTON, BHEL, JYOTI, CHEMFLO,
Split Casing Type) FLOWMORE, FLOW SERVE, KIRLOSKAR (KBL)
1.2 Centrifugal Pumps KSB, WPIL, WILO-MATHER & PLATT, BEST &
(Horizontal CROMPTON, BHEL, SULZER, CHEMFLO, JYOTI,
Back Pullout Type) SAM, SPX FLOW (JOHNSON), CALAMA,
FLOWMORE, FLOW SERVE, CRI, MICROFINISH, SJ
INDUSTRIES
1.3 Centrifugal Pumps (Vertical WPIL, JYOTI, FLOWMORE, SULZER, FLOW SERVE,
Turbine) WILO-MATHER & PLATT, SAM, CRI, XYLEM,
KIRLOSKAR (KBL)
1.4 Centrifugal Pumps (Vertical KSB, JYOTI, WPIL, SULZER, CHEMFLO, BEST &
axial, Volute & Mixed CROMPTON, SPX FLOW (JOHNSON), FLOW SERVE
flow)
1.5 Boiler Feed Pumps, BHEL, KSB, SULZER, KEPL (For Boiler upto 50 tph)
1.6 Condensate Extraction BHEL, KSB, SULZER, KEPL
CET
LIST OF ACCEPTABLE MAKES PAGE 17 OF 31 MAY 2017
SL.NO. ITEMS MAKE
Pumps
1.7 Submersible pump KSB, WPIL, SULZER, SU MOTORS, CALAMA,
FLOWMORE, JYOTI, KISHOR PUMPS, DARLING,
SAM, VARAT, XYLEM, LUBI, CRI
1.8 Multi-stage Pumps SULZER, FLOWMORE, MATHER & PLATT, BEST &
CROMPTON, CHEMFLO, SAM, KEPL
1.9 Horizontal Centrifugal METSO, WEIR MINERALS, SAM, FLOW SERVE,
Pumps For Slurry Handling FLOW MORE, CRI, BEST & CROMPTON, FL SMIDTH
(DORR OLIVER)
1.10 Reciprocating Slurry Pump FL SMIDTH (DORR OLIVER), ROTO, WEIR
MINERALS
1.11 Vertical Centrifugal Pumps METSO, SAM, WEIR MINERALS , JYOTI
for Slurry Handling
1.12 Pumps For Fire Fighting MATHER & PLATT, FLOWMORE, KIRLOSKAR,
Applications WPIL, BEST & CROMPTON
1.13 Screw pump TUSHACO, ROTO, AIRAUTO, UT PUMPS,
BORNEAMAN, ALLWEILER, FLOW SERVE
1.14 Gear Pump UT PUMPS, AIRAUTO, TOWN INDUSTRIAL
ENGINEERS, FLOW SERVE, TUSHAKO, DEL-PD, SPX
FLOW (JOHNSON), SJ INDUSTRIES
1.15 Reciprocating Pumps ACME, SWELORE, FLOW SERVE (WORTHINGTON),
AIRAUTO, CHEMTROL ENGG., TOWN INDUSTRIAL
ENGINEERS,
1.16 Diaphragm Pumps (Air WILDEN, YAMADA, BLAGDON,
Operated) SWELORE, SOLTECH PUMPS
1.17 Liquid Ring Pump FLOWMORE, KIRLOSKAR, ACMEVAC, KAKATI,
VINDI
1.18 Dosing pump ANTICO (TRANSFER PUMPS), MATZ ENGINEERS,
VK PUMP, MILTON – ROY, SHAPOTOOL, ION
EXCHANGE, SJ INDUSTRIES
2 VALVES
2.1 GENERAL SERVICES
2.1.1 Gate and Globe BHEL, L&T, KSB, WEIR-BDK, KIRLOSKAR, IVC,
(Cast Steel) TYCO VALVES, NSSL, FOURESS, INTERVALVE,
JOSHI JAMPALA, GM ENGG., FLUIDTECH EQUPT.,
MASCOT, HYDRO TECH ENGG., UNIVERSAL
ENGG., OSWAL INDUSTRIES, VTI, UNIVERSAL
CET
LIST OF ACCEPTABLE MAKES PAGE 18 OF 31 MAY 2017
SL.NO. ITEMS MAKE
ENGG. CONCERN, STEELSTRONG
2.1.2 Gate, Globe and Non-return BHEL, L&T, KSB, FOURESS, HYDRO TECH ENGG.,
Valves (Forged Steel) WEIR-BDK, OSWAL INDUSTRIES, VTI,
INTERVALVE, KIRLOSKAR (KBL), JOSHI JAMPALA
2.1.3 Gate and Globe Valves BHEL, KSB, L&T, FOURESS, OSWAL INDUSTRIES,
(SS & Alloy Steel) INTERVALVE, WEIR-BDK (Alloy Steel)
2.1.4 Non-return Valves (Cast L&T, KSB, BHEL, WEIR-BDK, FOURESS, DEZURIK,
Steel) ADVANCE, INTERVALVE, FLUIDTECH EQUPT.,
KIRLOSKAR, UNIVERSAL ENGG., GM ENGG.,
OSWAL INDUSTRIES, VTI, UNIVERSAL ENGG.
CONCERN, STEELSTRONG
2.1.5 Gate, Globe, Non-Return IVC, SHIVA DURGA, CALSEN, KIRLOSKAR,
Valves LEADER, UPADHYAY, UNIVERSAL ENGG., SIGMA
(Cast Iron, & SG Iron) FLOW, GM DALUI, FLUIDTECH EQUPT., BANKIM,
DURGA VALVES, UNIVERSAL ENGG. CONCERN,
JOSHI JAMPALA, CHEMTECH
2.1.6 Double Eccentric Butterfly FOURESS, DELVAL FLOW CONTROLS,
Valves INTERVALVE, WEIR –BDK, STAFFORD (VIRGO),
VTI, JOSHI JAMPALA, DEMBLA
2.1.7 Triple Eccentric Butterfly L&T, ADAMS ARMATUREN GmBH, FOURESS,
Valves EMERSON (VIRGO), PENTAIR (TYCO),
INTERVALVE, DELVAL, WEIR-BDK, JOSHI
JAMPALA
2.1.8 Butterfly Valve FLOW SERVE , KSB, DELVAL, FOURESS, DEZURIK,
INTERVALVE, STAFFORD CONTROLS, METSO,
UNIVERSAL ENGG., WEIR-BDK, SIGMA FLOW,
TYCO VALVES, BRAY CONTROLS, MASCOT, VTI,
DURGA VALVES, JOSHI JAMPALA., UNIVERSAL
ENGG. CONCERN, ROTEX, KIRLOSKAR, DEMBLA
2.1.9 Fabricated Valves (Gate L&T, FOURESS, FLUIDTECH EQUPT., JOSHI
Valves) JAMPALA,
2.1.10 Fabricated Valves L&T, FOURESS, FLUIDTECH EQUPT., JOSHI
(Butterfly Valves) JAMPALA, INTERVALVE
2.1.11 Goggle Valves FOURESS JOSHI JAMPALA
2.1.12 Plug Valve (CI / CS / FS / FLOW SERVE, KSB, MICROFINISH, XOMOS,
SS) DEZURIK, NSSL, WEIR-BDK, UNIVERSAL ENGG.
CONCERN
2.1.13 3 or 4 Way Cock/Plug valve FLOWSERVE, UNIVERSAL ENGG. CONCERN
CET
LIST OF ACCEPTABLE MAKES PAGE 19 OF 31 MAY 2017
SL.NO. ITEMS MAKE
(CI / CS/ FS)
2.1.14 Ball Valve (SS/CS / FS / L&T, KSB, WEIR-BDK, DELVAL, INTERVALVE, AL
CI) SAUNDERS, NSSL, MICROFINISH, EMERSON
(VIRGO), PENTAIR (TYCO), , MASCOT, OSWAL
INDUSTRIES, AQUA VALVES, ROTEX
2.1.15 Float Valve LEVCON, SHIVA DURGA, LEADER, IVC,
UPADHAYA, CALSEN
2.1.16 Foot Valve DEZURIK , LEVCON, IVC, CALSEN, UPADHAYA,
SHIVA DURGA, WEIR-BDK, LEADER, KIRLOSKAR
(KBL)
2.1.17 Piston Valve UNI KLINGER, FORBES MARSHALL
2.1.18 Diaphragm Valve FLUID SYSTEM, WEIR-BDK, MASCOT, CRANE
PROCESS
2.1.19 Air Release Valve LEVCON, SHIVA DURGA, CALSEN, UPADHYAY,
IVC, SIGMA FLOW, BANKIM, LEADER
2.1.20 Safety Valve BHEL , IL, PENTAIR (TYCO), MEKASTAR, J.N.
MARSHALL, WEIR-BDK
2.1.21 Needle Valve SEIMAG, AIR CHEM, SCHRODER
2.1.22 Knife-edge Gate Valve PENTAIR (TYCO), DEZURIK, HABONIM VASS,
ORBINOX, WEIR-MINERALS, , METSO, JASH, JOSHI
JAMPALA
2.1.23 Plunger Valve VAG-RIKO, UNI-KLINGER
2.1.24 Valves (Non-Metallic) GEORGE FISCHER, UNP-POLY VALVE
2.1.25 Pressure Reducing Valve J.N.MARSHALL, IL, MEKASTER, CRESCENT,
FLOWTEK
2.1.26 Sluice Gate JASH, IVPL, LEVCON, IM ENGG
2.1.27 Non-Ferrous Valves AKSONS, CRESCENT, BOMBAY METAL, LEADER,
(General FLUIDLINE, ASCO, GM DALUI, SANT VALVES
Purpose)
2.1.28 Solenoid Valves BURKERT, SIEMAG, SCHARDAR, ROTEX
2.1.29 Dampers – For Isolation & DTL, FOURESS, , INTERVALVE, STAFFORD, JOSHI
Control Purpose (Air and JAMPALA
Gas services)
2.2 STEAM SERVICE
2.2.1 Gate and Globe BHEL, L & T, KSB, FOURESS, WEIR-BDK, NSSL,
(Cast Steel & Forged Steel) INTERVALVE, HYDRO TECH ENGG., OSWAL
CET
LIST OF ACCEPTABLE MAKES PAGE 20 OF 31 MAY 2017
SL.NO. ITEMS MAKE
INDUSTRIES, PRUSS(HS) , HOPKINSONS-WEIR
2.2.2 Non-return Valves (Cast BHEL, L&T , KSB, DEZURIK, WEIR-BDK, FOURESS,
Steel & Forged Steel) INTERVALVE
2.2.3 Gate, Globe & Non-return BHEL, KSB, L & T, FOURESS, OSWAL INDUSTRIES,
Valves HOPKINSONS-WEIR
(SS & Alloy Steel)
2.2.4 Ball valves (Cast Carbon BHEL, KSB, L & T, THERMAX, OSWAL INDUSTRIES
Steel and alloy Steel)
3 HEAT EXCHANGERS
3.1 Heat Exchanger (Plate IDMC, ALFA LAVAL, SWEP, TRANTER, APV
Type)
3.2 Heat Exchanger (Shell & TEMA INDIA, BHEL, L&T, TEXMACO, THERMAX,
Tube ING-TECH ENGG. CO., RELIANCE, GODREJ,
Types) EUREKA ENGG., AIR CARE EQUIPMENTS,
PRECISION COOLING, THERMAL SYSTEMS, APV,
ALFA LAVAL, REILIENCE, EASTERN EQUIP
ENG(EEE)
4 COOLING TOWERS PAHARPUR, WET BULB, GAMMON, PALTECH,
SHRIRAM TOWER,
GEA COOLING TOWERS
5 FILTERS / STRAINERS
5.1 Filters /Strainers AMIAD, OTOKLIN, SUPERFLO, SUREFLO
FILTRATION ENGINEERS, PUROLATOR,
5.2 Pressure Filters THERMAX, ION EXCHANGE, EUREKA ENGG. RESIN
INDIA, FILTRATION ENGINEERS, DRIPLEX, ING-
TECH ENGG. CO., VA TECH, PENTAIR WATER,
DOSHI ION-VEOLIA, EFFWA, VOLTAS, OTOKLIN,
McLANAHAN
5.3 Activated Carbon Filter THERMAX, RESIN INDIA, ION EXCHANGE,
OTOKLIN, ARUDRA, VASMYL, PENTAIR WATER,
VOLTAS, SUREFLO
5.4 Iron Removal Filter THERMAX, ZEOLITE INDIA (P) LTD., ION
EXCHANGE, VOLTAS, SPARKLE
5.5 Y-Strainer DRAYTON-GREAVES, UNIKLINGER, OTOKLIN,
SUPERFLO, J.N. MARSHALL, CADILLAC,
FILTRATION ENGINEERS
CET
LIST OF ACCEPTABLE MAKES PAGE 21 OF 31 MAY 2017
SL.NO. ITEMS MAKE
5.6 Cyclone Separator LAKOS, TIMEX (AMIAD), SUPERFLO
6 EXPANSION
JOINTS/COMPENSATO
RS
(Utility & Services)
6.1 Expansion Joints / FLEXICAN, PRECISION ENGINEERS, SUR
Compensators INDUSTRIES, METALLIC BELLOWS, LONE STAR,
( Metallic) BD ENGINEERS, ATHULYA, FLEXITHERM,
DWREN
6.2 Expansion CORI ENGG., SUR INDUSTRIES, PRECISION
Joints/Compensators ENGRS., STANDARD PRECISION BELLOWS, KELD
( Rubber) ELLENTOFT INDIA, GBM , DWREN
7 CENTRIFUGAL GAS TLT, ANDREW YULE, JAMES HOWDEN, AEROTO
BOOSTER BOLDROCCHI, BHEL
(BF/CO/BOF/MIXED
FUEL GAS)
CET
LIST OF ACCEPTABLE MAKES PAGE 22 OF 31 MAY 2017
SL.NO. ITEMS MAKE
11.4 DI Pipes TATA METALIKS DI PIPE LTD., JINDAL SAW,
ELECTRO STEEL CASTINGS.
11.5 HDPE Pipes, PVC Pipes & GEORGE FISHER, ASTRAL, ORIPLAST, FINOLEX,
Fittings EMCO, POLYFIX, CHEMPLAST, EMOCOTHENE, PIL,
POLYOLEFINS,
11.6 FRP Pipes & Fittings GEORGE FISHER, GLASS ROLL INDUSTRIES, FIBRE
GLASS, FIDRO PLASTICHEM, COROMANDAL,
NOCIL, PIL, ORIPLAST
11.7 Hoses (Rubber & Stainless D.WREN, HYDRA, OTOKILN, FLEXICAN, INALSA,
Steel) AEROFLEX, TEKSONS, MARKWEL, QUALITY
STAINLESS
12 PIPE FITTINGS
12.1 Steel Pipe Fittings TUBE BEND, ITC (S&L), NL HAZRA, AJANTA,
ENGINEERING SERVICE ENTERPRISE, NAVKAR,
MS FITTINGS, WELSPUN, M.S. FITTINGS, S. NOMI,
SWASTIK LLOYDS, KHANDELWAL BROS., SHYAM
ENGG, POONAM ENTERPRISES, NAV DURGA,
FLUID CONTROLS
12.2 SS Pipe Fittings TUBE BEND, ITC (S&L), N.L. HAZRA, M.S. FITTINGS,
ENGINEERING SERVICE ENTERPRISE, NOBLE
TUBES, NAVKAR, HEAVY METAL TUBES, POONAM
ENTERPRISES, SHYAM ENGG, NAV DURGA, FLUID
CONTROLS
13 WATER TREATMENT
AND DM WATER
PLANT
13.1 DM , Soft Water Plant, RO THERMAX, ION EXCHANGE, EUREKA FORBES,
PLANT DOSHI ION- VEOLIA, RESIN INDIA, DRIPLEX,
PENTAIR WATER, TRIVENI ENGG., GEA ENERGY
SYSTEMS, ISGEC, GE POWER & WATER, EFFWA,
VOLTAS,SPARKLE
13.2 Waste Water Treatment HINDUSTAN DORR OLIVER, TRIVENI ENGG., ING-
Plant (Exclusive for water TECH ENGG. CO., THERMAX, EUREKA FORBES,
treatment projects) KIRLOSKAR, KAAF, DOSHI ION-VEOLIA, GE
POWER & WATER, EFFWA, VOLTAS, OTOKLIN,
13.3 Water Pre-Treatment TRIVENI ENGG., THERMAX, ION EXCHANGE,
DORR OLIVER, KIRLOSKAR, KAAF, EUREKA
FORBES, GE POWER & WATER
13.4 Clarifier HINDUSTAN DORR OLIVER, EIMCO-KCP, JORD
CET
LIST OF ACCEPTABLE MAKES PAGE 23 OF 31 MAY 2017
SL.NO. ITEMS MAKE
ENGINEERS, EUREKA FORBES, TRIVENI ENGG.,
McNALLY SAYAJI
13.5 Effluent Treatment Plant VA TECH, GEA ENERGY SYSTEM,TRIVENI ENGG.,
(Exclusive for Effluent UEM INDIA, EUREKA FORBES, DOSHIION, GE
treatment projects) POWER & WATER, EFFWA, VOLTAS,SPARKLE,
OTOKLIN,
13.6 Chemical Dosing System HINDUSTAN DORR OLIVER, TELLABS CHEMICALS,
NALCO, GE POWER & WATER, TRIVENI ENGG, SJ
INDUSTRIES, CHEMBOND
13.7 Chlorine Dioxide Generator PURITA, GE POWER & WATER
13.8 Filter Press ANDRITZ, FL SMITH, SUREFLO, FILTER MACHINE,
PANAMA, DINSHAW
14. EQUIPMENT &
SYSTEM FOR AIR AND
GAS
14.1 Turbo-Blower MAN TURBO, SIEMENS, MES, KAWASAKI, CKD,
BHEL
14.2 Compressor (Centrifugal) SEIMENS, ATLAS COPCO, INGERSOLL RAND, FS-
ELLIOTT, ELGI, KIRLOSKAR, KAZAN, KOBE,
COOPER
14.3 Compressors (Screw) KIRLOSKAR PNEUMATIC, ELGI, ATLAS COPCO,
INGERSOLL RAND, KAEZER
14.4 Compressors KIRLOSKAR PNEUMATIC, INGERSOL RAND, ELGI,
(Reciprocating) BURCKHARDT COMPRESSION
14.5 Portable Air Compressors HOLMAN CLIMAX, ELGI, ATLAS COPCO,
KIRLOSKAR, INGERSOLL RAND
14.6 Centrifugal Blowers & Fans – For all applications except fuel gas
Capacity < 80,000 m3/h AEROTO BOLDROCCHI, MAXFLOW, TLT ENGG.,
BATLIBOI, EFE, ANDREW YULE, REITZ, AIRLINK,
HOWDEN, BHEL, C.DOCTOR
Capacity > 80,000 m 3/h BHEL, ANDREW YULE, AEROTO BOLDROCCHI,
TLT, HOWDEN
14.7 Lobe Blower ACME-AIR, KAY, SWAM PNEUMATICS
14.8 Air Drier DELAIR, TRIDENT, SANPAR, ATLAS COPCO, ROOS
TEMPKOOL, EXAL, INGERSOL RAND
14.9 Air Trap DRAYTON GREAVES, UNI KLINGER, FORBES
MARSHAL
CET
LIST OF ACCEPTABLE MAKES PAGE 24 OF 31 MAY 2017
SL.NO. ITEMS MAKE
14.10 Moisture Separator UNIKLINGER, NUCON, THERMAX, VELJAN,
HYDAIR, FESTO CONTROL, SCHRADER, ROSS,
SMC, DRYTECH ENGINEERS
14.11 Air Receiver INGERSOLL RAND, KIRLOSKAR, EUREKA ENGG.,
AIR EQUIPMENT & SYSTEM, DELAIR, TRIDENT
15 POWER PLANT
EQUIPMENT
15.1 Boilers (Stoker, Pulverised, BHEL, ABB, THERMAX, ISGEC, ALSTHOM, THYSEN
AFBC, CFBC) KRUPP,ENMAS
CET
LIST OF ACCEPTABLE MAKES PAGE 26 OF 31 MAY 2017
SL.NO. ITEMS MAKE
17.6 Cabin Air Conditioning KABU PROJECTS PVT. LTD., SUNBEAM, DOCON
System AIR CONDITIONING PVT. LTD., LINTERN,
FRIGORTEC
17.7 Cooling Tower VOLTAS, DBR, FRICK INDIA, ADVANCE COOLING
(ACVS) TOWERS, MIHIR ENGINEERS, ARMEC, HIMGIRI,
PAHARPUR, WET BULB, GAMMON INDIA,
SOUTHERN COOLING TOWERS
17.8 Air Handling Unit VOLTAS, BLUE STAR, ALSTOM, ROOTS COOLING,
ETA, FEDDERS LLYOD, ZAMIL
17.9 Tube Axial Fan KHAITAN, EFE, HUMIDIN, MESINA, FLOWLINK,
KRUGER, SH ENGG., CARYAIRE, AEROVENT,
DUSTVEN, TUBOFLOW, MAXFLOW, ANDREW
YULE, ABLE AIR-O TECH
17.10 Panel Filter For Air FMI, EFE, FLOW LINK, CADILLAC, C.DOCTOR, GEC,
ACCO, ABB, WFI, BHARAT, PUROLATOR
17.11 Air Washer EFE , ROOTS COOLING , SYMPHONY, AIRLINK,
MARCO, HUMIDIN, MESINA
17.12 Propeller Fan ABB, VENTURA, DUVENT, ACCO, MESINA,
AEROVENT, TUBOFLOW, SH ENGG.
17.13 Man Coolers KHAITAN, C. DOCTOR, ORIENT, ALMONARD,
FLOWLINK, VENTURA, ANDREW YULE,
17.14 Roof Extractors ALMONARD, KRUGER, CARYAIRE, FLOWLINK,
VENTURA, EFE, AIRLINK, HUMIDIN, C. DOCTOR, ,
ANDREW YULE
17.15 Vapor Absorption Machine VOLTAS, BLUE STAR, CARRIER, KIRLOSKAR
18 OXYGEN SERVICE
18.1 Cryogenic Pump CRYOSTAR, CRYOPUMP, ICL
18.2 Oxygen Filter VEE BEE, CLASSIC, ORSEAL, NOVINTEC,
CARBERN, SHIPHAM
18.3 Non Ferrous fittings SHIPHAM, CARBERN
18.4 Non Ferrous Control Valves FISHER, SAMSON, SEVERN GLOCON, MACK,
METSO, LEEDS, BLACKHALL
18.5 Non Ferrous Self-regulating FISHER, TYCO, SEVERN GLOCON, SAMSON,
Valves BROADY, BALEY BRIKETT
18.6 Non Ferrous Valves (Gate, FLUIDLINE, LEADER, CRESCENT, MICROFINISH
CET
LIST OF ACCEPTABLE MAKES PAGE 27 OF 31 MAY 2017
SL.NO. ITEMS MAKE
Globe, Ball) - < DN50
18.7 Non Ferrous Valves (Gate, FISHER, SAMSON, HEROSE, SEVERN GLOCON,
Globe, Ball) - > DN50 MACK, METSO, SHIPHAM, BESTOBELL,
BROOKSBANK, LEEDS
18.8 Safety Relief Valve JN MARSHALL, ARCA, SEMPELL, KEYSTONE,
TYCO, IL, SEBIM, KUNKLE, BAILEY BRIKETT,
FARRIS, DARLING MUESEO, CROSSBY, BROADY
18.9 Vaporizers BOC, CRYOQUIP, IWI CRYOGENICS, INOX, SHELL
& TUBE, ICL
19 FIRE FIGHTING
EQUIPMENT
19.1 Portable Fire Extinguishers FIREX, MINIMAX, NITIN, FIRE SHIELD, SAFEX,
GUNNEBO, ZENITH, KANADIA FYR FYTER,
DEFLAME, SUPREMEX
19.2 Fire hydrant NEWAGE, GUNNEBO, ASCO, ZENITH, STEELCO,
MINIMAX, NITIN
20 REHEATING FURNACE WESMAN, ENCON, TECHNOTHERM, HYPERTHERM,
(Pusher/Rotary) ANDRITZ, FIRESTEIN, TENOVA
21 MISCELLANEOUS
ITEMS
21.1 Steam Traps THERMAX, DRAYTON GREAVES, FORBES
MARSHALL, UNIKLINGER
21.2 Surge Tanks ANUP ENGG., ZENITH ERECTORS, PERFECT ENGG.,
SAKTHI HITECH
21.3 Oil Skimmer JVM ENG., PREMIER OIL SKIMMER, HI-TECH
ENGRS, POTENTIAL ENGG
21.4 Sludge Scrapper TRIVENI, GEOMILLER, MATA INDIA, NEO-
PARISTRUTAN
21.5 Agitator V MIX, SJ INDUSTRIES, STANDARD ENGINEERS
21.6 Traveling Water Screen MACMET, TRIVENI, MAHINDRA ASTECH,
SWAMINA INT., Mc.GALE, OTOKLIN
21.7 Vibration Isolator DUNLOP, EMARALD
21.8 Electrical Heat Tracer THERMON, THERMOPAD, RAYCHEM, NICROPAD
21.9 Spring Supports for BHEL, SARATHI
Pipelines
CET
LIST OF ACCEPTABLE MAKES PAGE 28 OF 31 MAY 2017
SL.NO. ITEMS MAKE
21.10 Flanged Dismantling Joint DIENS FLEXO, NL HAZRA, ENGINEERING SERVICE
ENTERPRISE
21.11 Mechanical Seal EAGLE BURGMANN, SEALOL, DURAMETALLIC
H. REFRACTORY
CET
LIST OF ACCEPTABLE MAKES PAGE 30 OF 31 MAY 2017
SL.NO. ITEMS MAKE
5 Slab Insulation HYDERABAD INDUSTRIES LTD., MEGHA
INSULATION, NEWKEM PRODUCT CORPORATION
6 Expansion Plastics VOLCAN ENTERPRISES, PLASTIC ABHIYANTRA
CET
LIST OF ACCEPTABLE MAKES PAGE 31 OF 31 MAY 2017