You are on page 1of 286

PARADIP PORT TRUST

ELECTRICAL & MECHANICAL DEPARTMENT

NAME OF WORK: OPERATION & MAINTENANCE OF


MECHNISED COAL HANDLING
PLANT

E-TENDER CALL NOTICE NO: EM/MCHP-19/ 17

INSTRUCTION TO BIDDER [ITB],


&
GENERAL CONDITIONS OF CONTRACT [GCC]

VOLUME-1

Office of the MCHP Division,


E&M Department, Paradip Port Trust
Second Floor, Administrative Building,
Post: Paradip – 754 142, Dist: Jagatsinghpur (Odisha).
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

PARADIP PORT TRUST


ELECTRICAL & MECHANICAL DEPARTMENT
TENDER DOCUMENT FOR e-Tendering

VOLUME –I
Comprising of
Instruction to Bidder (ITB)
&
General Conditions of Contract (GCC)

INSTRUCTIONS TO BIDDERS

CLAUSE NO. DESCRIPTION


01.0 SCOPE
02.0 NOTICE INVITING BID AND OBTAINING BID DOCUMENTS
03.0 ELIGIBLE BIDDERS
04.0 COST OF BIDDING
05.0 SITE VISIT
06.0 CONTENTS OF BID DOCUMENTS
07.0 CLARIFICATION ON BIDDING DOCUMENTS
08.0 AMENDMENT TO BID DOCUMENTS
09.0 LANGUAGE OF BID
10.0 BID PRICES
11.0 BID VALIDITY
12.0 BID CURRENCIES
13.0 EMD
14.0 SECURITY DEPOSITS
15.0 DOCUMENTS COMPRISING THE BID
16.0 FORMAT AND SIGNING OF BID
17.0 PAYMENT OF EMD AND COST OF TENDER DOCUMENT
18.0 SECURITY OF BID SUBMISSION
19.0 DEADLINE FOR SUBMISSION OF THE BIDS
20.0 LATE BIDS
21.0 MODIFICATION AND WITHDRAWAL OF BIDS
22.0 OPENING OF BID
23.0 CLARIFICATION ON BIDS
24.0 CONVERSION TO SINGLE CURRENCY
25.0 EVALUATION AND COMPARISON OF BIDS
26.0 CONTACTING PARADIP PORT TRUST
27.0 AWARD CRITERIA
28.0 PURCHASER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL THE
BIDS
29.0 NOTIFICATION OF AWARD
30.0 SIGNING OF CONTRACT

Page 2 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

31.0 BANK GURANTEE (BG)


32.0 MEMORANDUM OF SETTLEMENT
33.0 DESIGN CRITERIA
34.0 DRAWINGS
35.0 MANUALS
36.0 SITE SAFETY & ENVIRONMENT PROTECTION
37.0 QUALITY ASSURANCE PLAN, INSPECTION AND TESTING
38.0 THIRD PARTY INSPECTION
39.0 TIME IS THE ESSENCE OF THE CONTRACT
40.0 PURCHASER’S OBLIGATION
41.0 CONTRACTOR’S OBLIGATION
42.0 VENDOR LIST
43.0 SCRAP DISPOSAL
44.0 UNDERTAKING BY THE BIDDERS
45.0 DISCLOSURE BY THE BIDDER
46.0 CESS TO BE REMITTED TO THE ORISSA BUILDING AND OTHER
CONSTRUCTION WORKERS WELFARE BOARD
47.0 INTEGRITY PACT

INSTRUCTIONS TO BIDDERS (ITB)

1.0 SCOPE:
Paradip Port Trust (hereinafter referred to as the “Purchaser”) intends to receive Bids
online on the website eprocure.gov.in/eprocure/app from the interested eligible bidders for
the work as mentioned in the Tender call Notice (TCN). All Bids shall be completed and
submitted on line on the website eprocure.gov.in/eprocure/app in accordance with the
Instructions to the Bidders. No bid shall be accepted off-line.

2.0 NOTICE INVITING BID AND OBTAINING BID DOCUMENTS:


2.1 Executive Engineer is hereby nominated as “Officer inviting the Bid” who will deal with all
matters relating to the subject tender.
2.2 PARTICIPATING IN THE BID IN THE E-PROCUREMENT PORTAL: The
Contractor/Bidder intending to participate in the bid is required to register in the Portal with
some information about the firm/Contractor. This is a onetime activity for registering in
Portal. During registration, the contractor has to attach a Digital Signature Certificate (DSC)
to his / her unique user ID. The DSC used must be of appropriate class (Class II or Class III)
issued from a registered Certifying Authority such as n-Code, Sify, TCS, MTNL etc. If the
bidder is an individual person then he/she should register himself under “Individual” category
and if the bidder is a proprietorship firm/partnership firm /Joint venture or consortium/
Company then registration should be under “Corporate” category. The registration should be
in name of bidder, whereas DSC holder may be either bidder himself or his duly authorized
person.

Page 3 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

2.2.1 To log on to the portal, the Bidder / Contractor is required to type his/her username and
password. The system will again ask to select the DSC and confirm it with the password of
DSC. For each login, a user’s DSC will be validated against its date of validity and also
against the Certificate Revocation List (CRL) of respective CAs stored in system database.
The system checks the unique ID, password and DSC combination and authenticates the login
process for use of portal.
2.2.2 Any prospective bidder can view or down load the bid documents from the web site
eprocure.gov.in/eprocure/app during the period as indicated in TCN/Contract Data.
2.2.3 In the case of any failure, malfunction or breakdown of the electronic system used during the
e-Procurement process, the tender inviting officer shall not accept any responsibility for
failures or breakdowns other than in those systems strictly within their own control.
2.2.4 Any third party/company/person under a service contract for operation of e-procurement
system in the PPT shall be ineligible to participate in the procurement processes that are
undertaken through the e-procurement system irrespective of who operates the system.
3.0 ELIGIBLE BIDDERS:
The invitation for bid is open to all bidders including an individual, proprietorship
firm, partnership firm, company or a Joint Venture/Consortium fulfilling all the requirements
as mentioned in the Tender Call Notice (TCN) and having Digital Signature Certificate
(DSC) issued from any agency authorized by Controller of Certifying Authority (CCA),
Govt. of India and which can be traced up to the chain of trust to the Root Certificate of CCA.
If the bidder himself is the DSC holder bidding on line then no document is required.
However, if the DSC holder bidding on-line on behalf of the bidder then the Power of
Attorney or any sort of legally acceptable document for the authority to bid on behalf of the
bidder is required.
Bidders should have (i) EPF registration certificate (ii) ESI / Mediclaim Policy/
Employment injury & Compensation. If the firm is having any type of Mediclaim Policy or
Employment injury & Compensation scheme other than ESI, then the firm has to submit an
undertaking that if the work is awarded in their favour then the firm would get registered
under the ESI Scheme.(iii) Permanent Account Number [PAN] (iv) Income Tax Return of
preceding three years, (v) Service Tax Registration Certificate and (vi) VAT/Sales Tax
Registration on works contract etc.
Bidders who have been debarred / blacklisted by any purchaser at the time of bidding
shall not be allowed to participate in this tender.
Successful execution and completion of “Similar Works” on or before the last day of
month previous to the one in which e- Tender has been invited (i.e. e-Publication date of
TCN) only shall be considered for evaluation of eligibility criteria. In case of continuation of
works such as Operation and Maintenance work, the work experience for the completed
period shall be considered only and if there is no discontinuity in the period of such work,
then the work shall be treated as one work. In case of work experience issued by Private
Organizations, the bidder has to submit the TDS certificate in addition to the work experience
certificate, failing which it shall not be considered.
Conditions for participation of Joint Venture (JV) Firms (Applicable to the tenders with
estimated cost put to tender is more than Rs.5.0 Crore.

Page 4 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

(1) Joint Venture (JV) firms are allowed to participate in the tenders having the cost of
work put to tender is more than Rs.5.00 Cr.
(2) No. of Joint Venture partners would be limited to three (including the lead partner) with
at least 26% equity holding by each member in case of a Company. In case a Joint
Venture is formed for the specific work only, each of the Joint Venture partner
including the lead partner shall have work experience of minimum value not less than
26% for atleast one single work of the estimated cost put to tender as indicated in TCN
to become eligible to be a member of Joint Venture. One of the partners shall be
nominated as Lead Partner for signing Agreement with Paradip Port Trust and shall be
authorized to incur liabilities and receive instructions for and on behalf of any and all
the partners of joint venture. This authorization shall be evidenced by submitting
registered power of attorney signed by all the partners.
(3) All partners of the Joint Venture shall be liable jointly and severally during the bidding
process and for the execution of the contract in accordance with the provisions of
contract and a statement to this effect shall be included in the authorization as above.
The bid shall be signed so as to legally bind all the partners jointly and severally.

Joint ventures must comply with the following requirements


The joint venture must satisfy collectively the eligibility criteria as described in this
section. For this purpose, the following information of each member of the joint
venture may be submitted which will be added together to assess the collective
eligibility criteria:
i) Average Annual Turnover
ii) Specific work Experience
iii) Capacity of key personnel
iv) Ability to own / lease relevant equipment
Each JV Partner including the lead partner shall meet not less than 26% of the
following criteria:
i) Average Annual Turnover
ii) Specific work Experience
All the partners together shall satisfy 100% of the criteria.
A copy of the joint venture agreement (JVA) specific to this work, if entered into by the
partners shall be submitted along with the Bid. Alternatively, the Memorandum of
Understanding (MoU) to execute a JVA in the event of successful bid shall be signed
by all partners and submitted with the bid. In any case, it is mandatory that a JV
agreement is entered into before the award of the work.
Pursuant to the foregoing, the Joint Venture Agreement shall include among other
things, the joint venture objectives, the proposed management structure, the
contribution of each partner in the Joint venture, the commitment of the partners to
joint and several liability for due performance, recourse / sanctions with in the joint
venture in the event of default or withdrawal of any partner and arrangements for
providing the required indemnities.

A. Similar Work Experience for Joint Venture (JV) Firm:


The partners of Joint venture shall individually or jointly meet the similar work
experience criteria and the relevant work experience documents shall be
furnished. Each JV partner including the lead partner shall have work

Page 5 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

experience of minimum value not less than 26% for atleast one single work of
the estimated cost put to tender as indicated in TCN. The single work/two
works/three works as indicated in the eligibility criteria shall not be split which
means in case of a single work one JV partner should have executed the single
work in full on his own as specified in Tender Call Notice and in case of two
works / three works, if JV partners proposed to collectively meet the
experience then they should have individually done each of the works in full on
their own as per example given below.

Example –
A joint venture is constituted by three firms namely A, B and C and the
estimated cost of the work put to tender is Rs. 10,00,000/-. Then the eligibility
criteria for meeting similar work experience shall be
i) Single work of value 80% equal to Rs. 8,00,000/-
ii) Two works of value 50% each equal to Rs. 5,00,000/-
iii) Three works of value 40% each equal to Rs. 4,00,000/-
JV may meet the similar work experience criteria either any of the following
categories.

(i) For Single work category of value Rs. 8,00,000/-


Any one Joint Venture Partner should have executed the Single work
of value Rs.8.00 lakh in full individually on his own.

(ii) For two works category of value Rs. 5,00,000/- each


Value of each work executed by JV Partner shall be Rs.5.00 lakh in
full individually on his own.

(iii) For three works category of value Rs. 4,00,000/- each


Value of each work executed by JV partner shall be Rs.4.00 lakh in
full individually on his own.

B. Financial Turnover : The average annual turnover of each partner of the JV


individually shall not be less than 26% of average annual turnover as indicated
in the eligibility criteria in TCN/ Tender Document. Turnover of individual
partner of the JV will be added together for each financial year to meet
eligibility of the Average Turn Over.

4.0 COST OF BIDDING:


The Bidder shall bear all costs associated with the preparation and submission of its
Bid and Paradip Port Trust will in no case be responsible or liable for those costs regardless
of the conduct or outcome of the bidding process.

5.0 SITE VISIT:


5.1 Paradip Port Trust may conduct joint site visit, pre-bid and/or post-bid meeting. The bidder
should attend the site visit as well as the pre-bid meetings, if any.
5.2 Bidders are strongly advised to inspect and assess the site conditions and its surroundings and
satisfy themselves before submitting their bids. In general, they shall themselves obtain all
necessary information as to risks, contingencies and other circumstances which may influence

Page 6 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

or affect their bid. A Bidder shall be deemed to have full knowledge of the site, whether he
inspects it or not and no extra charges arising out of any misunderstanding or otherwise shall
be allowed. Bidders shall submit a realistic offer for the execution of the work at their own
cost without any liability on Paradip Port Trust (PPT).
5.3 Submission of a bid by a bidder implies that he has read the Tender document and has made
himself aware of the terms & conditions and scope and specifications of the work to be done
and local conditions and other factors having a bearing on the execution of work.
BIDDING DOCUMENTS
6.0 CONTENTS OF BID DOCUMENTS:
6.1 The Notice Inviting Tender documents uploaded shall consists of
a) Tender Call Notice (TCN) and Contract Data
b) Technical (fee / (pre-qualification or eligibility) / technical) document
Volume-1 Instructions to Bidders (ITB),
General Conditions of Contract (GCC).
Appendices.
Appendix No. Description
01 Bill Entry Format
02 Techno – Commercial Information
03 Eligibility Information
04 Bank Guarantee Format for ISD
05 Bank Guarantee Format for PSD
06 Bank Guarantee Format for Advance
07 Corporate Performance Guarantee
08 LOI Format
09 Work Order Format
10 Format for Agreement.
11 Format for Integrity Pact Agreement.
12 Bank Guarantee format for stage Payment
13 Joint Venture / Consortium Agreement format
14 Mandate form for electronic fund transfer/RTGS Transfer
15 Format for Refund of EMD

Volume-2 Special Conditions of Contract (SCC),


Technical Specifications & drawings, if any
Scope of Work
c) Price Schedule [Bill of Quantity (BOQ)]
6.2 The bidder is required to down load all the documents including the drawings for preparation
of his bid. Any other drawings and documents if any pertaining to the works available with
“Officer inviting the Bid” will be provided for inspection by the bidders. The bidders are
strongly advised to examine all the instructions, forms, terms and specifications in the
Bidding documents. Failure to furnish all the information required by the Bidding Documents
or submission of a Bid not techno-commercially responsive, in every respect, will be at the
Bidder’s risk and shall result in the rejection of its Bid.

Page 7 of 286
Paradip Port Trust Instruction to Bidder
Mechanised Coal Handling Plant

7.0 CLARIFICATION ON BIDDING DOCUMENTS:


A prospective Bidder requiring any clarification (pre-bid queries) on the Bidding
Documents may request Paradip Port Trust online in the e-procurement portal using his DSC;
provided the questions are raised during the period as mentioned in the TCN / Contract
data/home page of portal. The identity of the bidder will not be disclosed by the system.
Reply to clarifications shall be sent by PPT only if the clarifications requested for, are
considered appropriate by PPT. The clarifications given by PPT will be visible to all the
bidders intending to participate in the tender. Also, on the request of the unsuccessful bidders,
the reasons for rejection of their offers shall be communicated to them by PPT.

8.0 AMENDMENT TO BID DOCUMENTS:


8.1 At any time prior to the deadline for submission of Bids, Paradip Port Trust may, for any
reason, whether at its own initiative or in response to a clarification sought by any
prospective bidder, modify the bidding documents by issuing Corrigendum and/or
Addendum.
8.2 Any addendum thus issued shall be part of bidding documents and shall be notified in the
website eprocure.gov.in/eprocure/app and through paper publication if required. Bidders
intending to participate in the tender shall be solely responsible to check the portal for the
amendment issued in shape of Corrigendum and/or Addendum.
8.3 In order to afford prospective bidders, reasonable time to take the amendment into account in
preparing their bids, Paradip Port Trust may at its discretion, extend the deadline for the
submission of bids.

PREPARATION OF BIDS
9.0 LANGUAGE OF BID:
The Bid prepared by the Bidder and all correspondences and documents relating to the
Bid exchanged by the Bidder and Paradip Port Trust shall be written in English language,
provided that any printed literature furnished by the Bidder may be written in another
language so long as it is accompanied by an English translation of its pertinent passages in
which case for purpose of interpretation of the Bid, the English translation shall be
considered. The English translation shall have to be certified to be the true copy by the bidder
or the person who has translated the same.

10.0 BID PRICES:


10.1 The Bidder shall indicate on the prescribed Bill of Quantity, the landed prices of all the
goods and services at Paradip Port Trust. It must include all the taxes (except Service Tax),
duties, fees, all types of Cess, insurance, transportation, packing, forwarding and all other
incidentals required for execution of the contract in all respect. Variation in taxes due to
change in Govt. Regulations only shall be considered, provided such change has taken
place within the period from 28 days prior to the last date of bid submission to the original
completion date of the Contract. The extended period of Contract shall only be considered
on merit.

Page 8 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

10.2 The Contractor shall have to submit the break-up prices of different items of the Bill of
Quantity in the following prescribed format within 30 days from the date of drawing
approval. In-case there is no provision of drawing approval in the contract; the break-up
prices shall be submitted by the contractor within 30 days of issue of Work Order. Where
the contractor expects to incur expenditure on unforeseen item, then the contractor may
keep a reasonable amount under “Miscellaneous Items”. In any case, the total of the
break-up prices shall not exceed the amount originally quoted in the Bill of Quantity. The
notional break-up prices given by the contractor are to be followed for making stage
payments. The contractor shall ensure that the break-up prices are rational, reasonable and
approved by the Port for effecting stage payments. In case the Contractor can not furnish
the break-up prices in the following format for all the items, the reasons must be clearly
mentioned by the contractor.
Sl. Description of Base All Taxes, Duties, Cess etc. Insurance, Total
items price Transport Landing
No.
Incidentals etc. Cost
ED CST Cess

10.3 The break-up price and the price quoted in the BOQ format should match.
10.4 Paradip Port Trust does not have ‘C’ or ‘D’ form facility. The Contractor may arrange way
bill at his cost for inter-state transportation of all the materials required for successful
execution of the work.

11.0 BID VALIDITY:


11.1 The bids shall be valid for a period of 120 days from the last date of submission of bids. A
Bid valid for a shorter period shall be rejected as non-responsive.
11.2 In exceptional circumstances, prior to expiry of the original time limit, the “Officer inviting
the Bid” may request the bidders to extend the period of validity for a specified additional
period. The request and the bidders’ responses shall be made in writing or by cable or by e-
mail. A bidder may refuse the request without any risk of forfeiture of his Earnest Money
Deposit (EMD).
11.3 A bidder agreeing to the request will not be required or permitted to modify his bid but will be
required to extend the validity of his bid for the period of the extension.

12.0 BID CURRENCIES.


The prices shall be quoted in the currency of Indian Rupees only. The price quoted in
the currency of Indian rupees in the Bill of Quantity shall be firm and shall not be varied on
account of exchange rate fluctuation during the bid validity / contract period.

Page 9 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

13.0 EARNEST MONEY DEPOSIT (EMD) :


The bidders shall furnish the prescribed EMD in accordance with the Clause No 17 of ITB.
The EMD shall be returned to all the unsuccessful bidders within 30 days of technical/
financial evaluation of the bid. The EMD shall be forfeited under the following circumstances:
1. If the Bidder withdraws its Bid during the period of bid validity, after bid opening or
2. If the bidder revises it’s price offer after opening of the price bid or
3. If the Bidder submits fraudulent documents and / or wrong information in support of
it’s eligibility / qualification or
4. If the Bidder, having been notified of the acceptance of its bid by Paradip Port Trust
during the period of bid validity,
a) fails to sign the Agreement or
b) fails to submit the required initial security deposit, Extra Additional Security
Deposit (EASD) if applicable, and /or does not agree to carry out the work as
per the tender conditions.
Refund of EMD and paper cost will be made to bidders who have not uploaded their bid
offers in the tender process at all.

EMD will be refunded to bidders who have deposited EMD & Paper cost, uploaded their bids
and has applied online for withdrawal of bid before stipulated time & date of opening bid.

Please refer Clause No.14.0 for returning of EMD to the successful bidder.

NB: Deposit of EMD is exempted for the bidder(s)/Firms(s) who are registered with the Central
Purchase Organisation, National Small Industries Corporation (NSIC) or the concerned
Ministry or Department. Documentary evidence in support of such registration must be
submitted by the bidder in Cover-A, Clause No ITB-15 failing which his/her bid shall be
rejected.

14.0 SECURITY DEPOSITS:


A sum of 10% of accepted value of the tender shall be deposited by the successful bidder
(Contractor) as Security Deposit (SD). This will be deposited initially 1% value of the
contract as initial security deposit (ISD) in shape of a Bank Guarantee or Demand Draft
(DD) / Banker’s Cheque drawn in favour of FA&CAO, Paradip Port Trust (DD/ Banker’s
cheque shall be payable at Paradip) within 15 days of issue of Letter of Intent (LOI). After
deducting the EMD and ISD from the stipulated security deposit, the balance amount will
be recovered in instalment through deduction at the rate of 10% of the value of each running
account bill subject to attaining the required amount by the last running bill. In case of
exemption of EMD, the successful bidder has to deposit initially 3% of the contract
value as ISD instead of 1% of contract value.
The Contractor may submit Bank Guarantee for the balance amount after deducting the
EMD and ISD from the stipulated security deposit in which case there will be no
deduction from the running bills towards security deposit.
EMD of the successful bidder may be refunded to the bidder after receiving an equivalent
amount of Bank Guarantee only after issue of work order and signing of agreement.

Page 10 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

The Contractor may also submit Bank Guarantee for a sum of 10% of accepted value of
tender as Security Deposit (SD) within 15 days of issue of Letter of Intent (LOI) in that
case (i) deposit of 1% ISD will not be required; (ii) there will be no deduction from the
running bills towards security deposit; and (iii) ‘EMD of the successful bidder will be
refunded to the bidder after issue of work order and signing of agreement.
The security deposits shall be returned to the Contractor within 45 days of successful
execution and acceptance of the work. The BG shall be as per Appendix-4 and valid till 45
days after the scheduled date of completion of the work.
14.1 PERFORMANCE SECURITY DEPOSIT (PSD):
The Contractor shall furnish PSD equivalent to 5% of the contract price in shape of a Bank
Guarantee as per Appendix-5 or Demand Draft (DD) / Banker’s Cheque drawn in favour of
FA&CAO, Paradip Port Trust (DD/ Banker’s cheque shall be payable at Paradip) on or
before date of completion of work. The PSD shall be retained by Paradip Port Trust till
successful completion of the warranty period. The PSD shall be released within 60 days of
successful completion of the warranty period. The BG shall be valid till 60 days after
completion of warranty period. In case the Contractor fails to furnish PSD on or before
scheduled date of completion of work, the PSD will be adjusted from the Security deposit and
the balance amount of security deposit will be returned to the Contractor.
15.0 DOCUMENTS COMPRISING THE BID:
15.1 All the volumes/documents of TD shall be provided in the portal by the “Officer inviting the
Bid”. The bidder shall carefully go through the document and prepare the list of required
documents those are asked for submission including cost of Tender document & EMD. The
bid shall be technical bid and financial bid. The bid shall be prepared as under and store in the
system for uploading the same through E-Procurement Portal online in three cover system and
digitally signed by the authorized representative of the bidder as follows:
Cover A--- “FEE” shall comprise
Self signed acknowledgements indicating e-TCN No. towards deposit of Cost of Tender
Document and EMD as per TCN, Clause No.13 and Clause No.17 of ITB.
Cover B--- “Technical Bid” shall comprise the documents for eligibility criteria for pre-
qualification as mentioned in the Tender Call Notice and the technical proposal
Pre-qualification Documents
1.0 EPF & ESI Registration Certificates.
2.0 Permanent Account Number [PAN]
3.0 Income Tax Return of preceding three years.
3.0 Service Tax Registration Certificate
4.0 VAT/Sales Tax Registration on works contract
5.0 Power of Attorney or any sort of legally acceptable document if the DSC holder
bidding on-line on behalf of the bidder
6.0 Eligibility information as per Appendix-3 filled in all respect.
a. The supporting documents (Work Orders, Completion Certificates, etc) of
details of works/projects executed to meet similar works experience as per the
eligibility criteria indicated in the Tender Call Notice.
b. In case of work experience issued by private organization, the bidder has to
submit the TDS certificate in addition to the work experience certificate.

Page 11 of 286
Paradip Port Trust Instruction to Bidder
Mechanised Coal Handling Plant

c. The supporting documents related with financial capabilities shall be affidavit /


certificate from CA mentioning turnover of last 3(three) years ending 31st
March of the previous financial year.
Technical Proposal document
7.0 Technical proposal comprising of the scope of work, detail specifications, the offered
equipment/system [wherever applicable] conforming to the technical requirements in
consonance with the tender document.
8.0 In addition, the following information as detailed below should also be submitted
a. Techno-commercial information as per Appendix-2 filled in all respects.
b. Preliminary project plan indicating the outlay and details of programme for
execution of the work, if applicable.
c. Details of Technical Manpower deployed or to be deployed by the firm for
execution of the said work if asked in Special Condition of Contract or Scope
of work.
d. Vendor list of the bidders/renderers, if any, in connection with the work.
e. Documents relating to Consortium or Joint Venture by the firm, if any.
f. An undertaking or declaration in any appropriate format regarding no
disputes/blacklisting/ban of business.
g. A declaration in any appropriate format regarding whether any of his relations
working under PPT or not.
h. An undertaking of not making any payment or illegal gratification to any
person / authority connected with the bid process so as to influence the bid
process and have not committed any offence under the Prevention of
Corruption Act (PC Act) in connection with the bid as per Clause No. 45 of
ITB.
i. The filled in & signed Integrity pact as per Appendix – 11 prepared in Non-
judicial stamp paper, if applicable as per Clause No.48 of ITB.
9.0 Any other information required for eligibility relating to the subject work or additional
information for improvising the work which the firm may provide for the benefit of
the organization.
NB: Please note that the bidder needs not to send any documents (Hard Copy) to the
Tender Inviting Authority before opening of tender.
Cover C----“Financial Bid “shall comprise
1.0 Priced Bill of Quantity
2.0 Break-up Price, if any.
15.2 PRICE PROPOSAL BY THE BIDDER:
i) In the E-Procurement Portal, an intelligent Bill of Quantity in Microsoft Excel format
shall be made available to the bidder.
ii) For Item rate tenders, the bidder shall fill in rates in figures and should not leave any
cell blank. The line item total in words and the total amount shall be calculated by the
system and shall be visible to the bidder. He has to only write the figures, the words
will be self generated.

Page 12 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

iii) In case of percentage tender, the bidder will only fill in the designated cell and activate
“less” or “excess” to indicate how much his/her price offer is excess or less than the
estimated amount.
iv) The bidder shall bid for the whole works as described in the Bill of Quantities.
v) If break up price is asked for along with BOQ then bidder shall upload scanned copies
of break-up price duly signed by authorized representative in PDF format at the
designated location “Finance” of the portal. The bidder shall ensure that grand total of
break-up should match with total price quoted in the BOQ. This break-up price may be
used as for reference or for evaluation if required.
vi) The contractor shall be deemed to have satisfied himself/herself as to the correctness
and sufficiency of the Tender and the rates and prices quoted in the Bill of Quantities,
all of which shall cover all his/her obligations under the Contract (including those in
respect of the supply of goods, materials, plant & services, etc) and all matters &
things necessary for the proper execution and completion of the work and the
remedying of any defects therein.
Note: Please ensure that the macros are enabled in the downloaded format of BOQ.
15.3 Bidders shall submit offers that fully comply with the requirements of the Tender documents.
Conditional offer or alternative offers will not be considered in the process of bid
evaluation.
15.4 The bidders are required to upload the documents in PDF format related to their fee / pre-
qualification or eligibility information/ Technical proposal and Price proposal duly filled in.
The bidders should upload only the documents those are asked in the preceding clauses.
Please note that it is not necessary for the part of the Bidder to upload the entire Tender
document while uploading his/her bid online and said documents will be deemed to be part of
the bid.
16.0 FORMAT AND SIGNING OF BID:
16.1 The bidder can undertake the necessary preparatory work of preparation of bids off-line.
Thereafter the bidder shall log on to the portal with his/her DSC and move to the desired
tender for up-loading the scanned documents one by one in Portable Document Format (PDF)
to the portal in the designated locations of Technical Bid simultaneously checking the
documents. The Bidder will fill up the rates of items or percentage in the BOQ down loaded
for the work in designated Cell and uploads the same in designated locations of Financial Bid.
Submission of document shall be effected by using DSC of appropriate class.
16.2 The protected BOQ uploaded by the Officer Inviting to Bid is the authentic BOQ. Any
alteration or deletion or manipulation in BOQ shall lead to cancellation of Bid.
16.3 The bidder shall upload the completed bid at his/her convenience within the final date and
time of submission. The bidder shall only submit single copy of the required documents and
Price Bid in the portal. The Bidders are advised to upload the completed Bid document well
ahead of bid closure time to avoid any last moment problem of power failures, failure of
network etc. for which PPT shall not be responsible in any manner.

Page 13 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

16.4 Tender cannot be pre-opened and cannot be submitted after due date and time. Therefore only
after satisfying that all the documents have been uploaded, the Bidder should activate
‘Submit’ button.
16.5 In the e-procurement, each process is time stamped as per server time. The system can
identify each individual who has entered in to the portal for any bid and the time of entering
in to the portal.
16.6 The bidder shall ensure correctness of the bid prior to uploading and take print out of the
system generated summary of submission to confirm successful submission/uploading of bid.
The Bidder should also ensure clarity/legibility of the document up loaded by him/her to the
portal especially the scanned documents by taking out sample printing. Non-submission of
legible documents may render the bid non-responsive. However, the Officer inviting the
Bid if so desires can ask for legible copies or original copies of scanned documents and
statements uploaded in the portal within specified period for verification provided such
document in no way alters the Bidder’s price bid. If the Bidder fails to submit the original
documents with in the stipulated date, his EMD shall be forfeited.
16.7 The online bidder shall digitally sign on all the statements, documents, certificates, uploaded
by him/her, owning responsibility for their correctness/ authenticity. The bidder must note
that misrepresentation of facts and/or submission of fraudulent documents or submission of
bid in an irresponsible manner may disqualify the bidder to participate in any tender of
Paradip Port Trust and result in forfeiture of the EMD and also, termination of any other on-
going contracts with forfeiture of the Security Deposit. Paradip Port Trust reserves the right
to verify the authenticity of the documents / information submitted by the bidder.
17.0 PAYMENT OF EMD AND COST OF TENDER DOCUMENT:
The bidder shall furnish as part of his/her bid, an EMD and cost of Tender Document for the
amounts mentioned in the TCN as per the following procedures.
17.1 The deposit of tender paper cost and EMD by the participating bidders will be made by
National Electronic Fund Transfer (NEFT) / Real Time Gross Settlement (RTGS), only to a
specific account of PPT, details of which are mentioned below.
Account No. : 34390705999
In favour of : Paradip Port Trust
Type of Account : Saving
Branch : State Bank of India, Bank Street, Paradip.
IFSC : SBIN0003945
For effecting any bid, the Bidder will deposit the Tender paper cost and EMD separately to
the above account number and obtain the acknowledgements of the above transactions on or
before last date & time of bid submission. A self signed copy of these acknowledgements
should be uploaded by the bidder to the portal in designated place Cover-A (Clause No.15 of
ITB) while submitting the tender in respect of documents regarding EMD and Tender paper
cost. Bidder is also requested to mention the e-TCN No in acknowledgements. If the Bidder
fails to upload scanned copy of self signed acknowledgement towards deposit tender paper
cost & EMD,his/her bid shall be declared as non-responsive and rejected. It is the
responsibility of the bidder to ensure that the cost of Tender Paper Cost and EMD is deposited

Page 14 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

into the account of the PPT before the scheduled last date and time of submission of bid. The
amount shall be credited into the account of PPT before the scheduled time and date of bid
submission.
The Bidder should ensure that the transaction will be within stipulated bidding period for that
tender. No previous dues of the bidder shall be adjusted towards the above transaction of
tender paper cost and EMD. The bidder shall not use the same transaction in more than one
tender; otherwise his bid will be rejected.
The account from which the tender paper cost and EMD will be deposited should be in the
name of the Firm/Contractor/authorized person of the firm who have digitally signed the bid.
In case the cost of tender paper and EMD is submitted from the account of any authorized
personnel the firm needs to submit an undertaking in Cover-A (Clause No.15 of ITB)
specifying that the account from which the cost of Tender paper and EMD transferred to PPT
account is of authorized person/Proprietor of the firm. Refund of EMD in respect of
unsuccessful bidders will also be made to that specific account of the bidder.
17.2 The self signed acknowledgement uploaded by the bidder in respect of tender paper cost and
EMD should be verified by the tender inviting authority and confirmation of the same may be
obtained from the Finance Department, PPT. This verified acknowledgement will be a part of
agreement in case of the successful bidder and will be used for refund of EMD in case of
unsuccessful bidders. Refund of EMD to unsuccessful bidders and successful bidders will be
made using a standard form as per Appendix-15.
NB: If the bidder is exempted from the deposit of EMD due to registered with the Central
Purchase Organisation, National Small Industries Corporation (NSIC) or the concerned
Ministry or Department, he/she shall upload the documentary evidence in support of such
registration in Cover A ,Clause No.15 of ITB.
17.3 If the Bidder fails to upload scanned copy of self signed acknowledgement towards deposit
tender paper cost & EMD, his/her bid shall be rejected. Also furnishing scanned copy of such
documents is mandatory failing which the bid shall be declared as non-responsive and
rejected.
NB: If exempted bidder fails to upload documentary evidence in support of exemption
of EMD (as mentioned in clause No. 17.2 & 13 of ITB) in Cover A , Clause No.15 of
ITB, his/her bid shall be rejected.
17.4 Extra Additional Security Deposit (EASD) wherever applicable will be collected from the
successful bidder along with the initial security deposit (ISD) after issuing the letter of intent.
Back out from the offer by the participating bidder after opening of technical bid (in case of
two bid system) or price bid (in case of single bid) OR non-deposit of EASD by the successful
bidder will liable for forfeiture of EMD and debarment of the bidder from participating in any
future tender of PPT. EASD may be accepted in form of Demand Draft, Bankers Cheque,
Bank Guarantee in favour of FA&CAO, Paradip Port Trust.

18.0 CONFIDENTIALITY & SECURITY OF BID:


18.1 Strict confidentiality is observed during bid processing. All bid data uploaded by the Bidder to
the portal will be encrypted by the DSC of the bidder(s). The system shall require all the

Page 15 of 286
Paradip Port Trust Instruction to Bidder
Mechanised Coal Handling Plant

mandatory forms and fields filled up by the bidder during the process of submission of the
bid/tender.
18.2 The Bid shall be received in encrypted format by the system which can only be decrypted /
opened by the authorized openers only on or after the due date and time.
18.3 The bidder must ensure that all the information required in the tender documents is furnished
appropriately, failing which the bid shall be rejected.

19.0 DEADLINE FOR SUBMISSION OF THE BIDS :


19.1 The online bidding will remain active till the last date and time of the bid submission. Once
the date and time (Server date and time) is over, the bidder will not be able to submit the bid.
The date & time of bid submission shall remain unaltered even if the specified date for the
submission of bids declared a holiday for the Officer inviting the Bid.
19.2 The officer inviting the bid may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause No.8.0, in which case all rights and obligations of the
officer inviting the bid and the bidders previously subject to the original deadline will then be
subject to the new deadline. The new date after extension shall be available in the website.
20.0 LATE BIDS :
The system shall reject submission of any bid through portal after closure of the receipt time.
For all purpose the server time displayed in the e-procurement portal shall be the time to be
followed by the bidder and concerned officers.
21.0 MODIFICATION AND WITHDRAWAL OF BIDS :
21.1 In the E-Procurement Portal, it is allowed to modify the bid any number of times before the
final date and time of submission. The bidder shall have to log on to the system and resubmit
the documents as asked for by the system including the price bid. In doing so, the bids already
submitted by the bidder will be removed automatically from the system and the latest bid only
will be admitted. But the bidder should avoid modification of bid at the last moment to avoid
system failure or malfunction of internet or traffic jam or power failure etc. If the bidder fails
to submit his/her modified bids within the designated time of receipt, the bid already in the
system shall be taken for evaluation.

21.2 In the E-Procurement Portal, withdrawal of bid is allowed. But in such case the bidder has to
write a confidential letter with appropriate reasons for his/her withdrawal addressed to the
Officer inviting the bid and uploads the scanned document to portal in the respective bid
before the closure of submission / receipt of the bid. The system shall not allow any
withdrawal after expiry of the closure time of the bid.

OPENING AND EVALUATION


22.0 OPENING OF BID:
22.1 There should be at least one day gap between date & time of submission of bids and date &
time of opening of bids.
22.2 Bid opening dates are specified during publishing of tender or can be extended vide
corrigendum. These dates are available in TCN, tender document as well as the home page of
portal. The bids shall be opened on the specified date and time only. The bidders who

Page 16 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

participated in the on line bidding can witness opening of the bid from any system logging on
to the portal with the DSC away from opening place. Bidders are not required to be present
during the bid opening at the opening location if they so desire.
22.3 In the event of the specified date of bid opening being declared a holiday for Paradip Port
Trust, the bids shall be opened at the appointed time on the next working day.
22.4 The designated officers authorized to open the bid shall use their DSC and open the bids. The
Bid openers; who have been pre-defined shall log on to the portal with their respective DSC.
22.4.1 The Opening Officers will check the self signed acknowledgement uploaded by the bidder in
respect of tender paper cost and EMD. If found in order, they will continue opening of all
other documents in the system provided under Technical Bid.
22.4.2 The bids with appropriate tender document cost and EMD will be taken up for evaluation as
per the information furnished by the Bidders with respect to the eligibility/pre-qualification
Information and Techno-commercial & other information in accordance with Clause 14.0.But
evaluation of the bid does not exonerate the bidders from checking their original documents.
Paradip Port Trust reserves the right to verify the authenticity of the documents / information
submitted by the bidder.
As per Section-468 (Forgery for the purpose of Cheating) and Section – 471 (using as
genuine, a forged document) of IPC-1860, use of fraudulent/forged document for the purpose
of participating in any tender is a punishable offence. Hence, in such cases, PPT shall have no
other option than to take following actions against the firm, which has restored to use of
forged/fraudulent document in any tender. It is also applicable if at a later date the bidder is
found to have misled the evaluation through wrong information.
At the time of bidding stage
a) Forfeiture of the EMD and also, termination of any other on-going contracts with
forfeiture of the Security Deposits.
b) Black listing of firm under Prevention of Corruption Act, 1988 for a period of seven years
from the date of blacklisting.
At the time of contract execution
a) Termination of the contract with forfeiture of the Security Deposits.
b) Forfeiture of the EMD and also, termination of any other on-going contracts with
forfeiture of the Security Deposits.
c) Black listing of firm under Prevention of Corruption Act, 1988 for a period of seven years
from the date of blacklisting.
22.5 After technical evaluation of the bidders and selection of the qualified bidders offline, Officer
Inviting Bid will log on to the site with their DSC and record their comments on the Technical
evaluation page in the system. Upon acceptance of technical evaluations in the system, all the
bidders will get information regarding responsiveness of their bid along with date of opening
of Price bid on their personalized dash board and also by system generated e-mail.
22.5.1 The Officer inviting Bid shall ensure that all the Bidders are individually intimated about the
date, time & venue of opening of the financial bid along with the responsiveness of the
Technical Bid.

Page 17 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

22.6 The Financial Bid of the technically qualified bidders will be opened on the notified date &
time in the presence of bidders or their authorized representative who wish to be present.
22.6.1 Officers in charge of opening of bid (Bid openers) i.e. Members of the bid opening committee
log on to the system in sequence and open the financial bids for the technically qualified
bidders. The opening of financial bid by the opening officers using their DSC shall decrypt
the financial bids.
22.6.2 At the time of opening of “Financial Bid”, the names of the bidders whose bids were found
responsive will be announced. The bids of only those bidders will be opened. The remaining
bids will be rejected. The price offers of the technically qualified bidders shall be announced
after opening of the financial bid.
22.6.3 Special conditions and/or rebate/discount offer if any uploaded to the system shall be declared
and recorded first.
22.6.4 The Financial bid of the bidders shall be opened one by one by the bid Openers. The system
shall auto generate the Comparative statement.
22.7 The participating bidders can witness the principal activities and view the
documents/summary reports on line for that particular work by logging on to the portal with
his DSC from anywhere. The bidder will get the information regarding the status of their
financial bid and ranking of bidders on website.
23.0 CLARIFICATION ON BIDS:
23.1 To assist in the examination, evaluation and comparison of the technical bids, Paradip Port
Trust may, at its discretion, ask the Bidder for a clarification on its Bid documents and his
rates including breakdown of unit rates. The request for clarification and the response shall be
in writing and no change in price or substance of the Bid shall be sought, offered or
permitted. If required, the Purchaser reserves the right to ask the bidders to submit the
deficiency documents or required documents which are in possession with the bidder at
the time of bid submission only.
23.2 Paradip Port Trust reserves the right to conduct joint post bid discussion after opening the
technical bids, for clarification on techno-commercial offers and may amend the techno-
commercial requirements so as to bring all the bidders on to a common platform. In case of
any alteration in the techno-commercial requirements, all the bidders shall be given equal
opportunity to submit supplementary price offers for that item in which alterations have been
made. The supplementary offer must indicate the amount which shall be added to or
subtracted from the original price offered for that item. The supplementary price offer shall
be submitted in hand at the time of opening of bid or by registered post/speed post/courier
within the stipulated date and time. Both the original and the supplementary offer shall be
evaluated jointly.
24.0 CONVERSION TO SINGLE CURRENCY:
The payment shall be made to the Contractor only in Indian Rupees. In case of any expenses
which the bidder expects to make in any foreign currency, the same shall be converted to
Indian Rupees by the bidder and the rate of conversion shall be mentioned in the document
for reference purpose only.

Page 18 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

25.0 EVALUATION AND COMPARISON OF BIDS:


Conditional bids may be rejected by Paradip Port Trust. The technical evaluation shall be
made strictly on the basis of the documents submitted by the bidders in support of the
eligibility, the technical and commercial response. The financial evaluation shall be made on
the basis of the total price as indicated in the Bill of Quantity. Paradip Port Trust is not bound
to accept the lowest quoted offer. Conditions, if any, on any document enclosed with Price
Bid shall not be considered for any purpose.

26.0 CONTACTING PARADIP PORT TRUST:


Bidder shall not contact Paradip Port Trust on any matter relating to its Bid from the time of
the Bid Opening to the time the contract is awarded. Any effort by any Bidder to influence
Paradip Port Trust in the Bid Evaluation, Bid Comparison or Contract Award decision shall
result in disqualification of the bidder and forfeiture of the EMD.
AWARD OF CONTRACT
27.0 AWARD CRITERIA:
The officer inviting the bid on behalf of Paradip Port Trust will award the contract to the
bidder whose bid has been evaluated to be techno-commercial responsive and the lowest
evaluated Bid. A system generated e-mail will be communicated to the successful bidder &
un-successful bidder regarding their status. Paradip Port Trust, if so required, reserves the
right to:
i) split the work and award the work in favour of more than one firm,
ii) award the work separately as Supply, Execution, Operation & maintenance / operation
/ maintenance as applicable.

28.0 PURCHASER’S RIGHT TO ACCEPT OR REJECT ANY OR ALL THE BIDS:


Paradip Port Trust reserves the right to accept or reject any bid and to annul the bidding
process at any time prior to award of contract without thereby incurring any liability to the
affected Bidder or Bidders on the grounds of Paradip Port Trust’s action.
29.0 NOTIFICATION OF AWARD:
Prior to expiration of Bid Validity, in the E-Procurement Portal, the system shall generate the
template of award letter and the Officer Inviting the Bid shall mention the amount of Initial/
Performance Security and additional security required to be furnished in the letter and
intimate the successful bidder in his e-mail ID. The issue of the letter of acceptance shall be
treated as closure of the Bid process. However Paradip Port Trust will notify the Contractor
in writing by registered letter or by fax (to be confirmed in writing by registered letter) that its
Bid has been accepted (Letter of Intent - LOI). The communication by fax followed by
registered letter with any additional information/requirement will supersede the email through
E-Procurement Portal.
30.0 SIGNING OF CONTRACT:
Within 15days of issue of Letter of Intent (LOI), the Contractor shall furnish: i) Required
non-judicial stamp paper, ii) Initial Security Deposit (ISD) and iii) Bar Chart etc. as per the
Tender Conditions. Then the formal work order shall be issued and the Contract agreement
shall be signed.

Page 19 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

31.0 BANK GURANTEE (BG):


a) The bidder/ Contractor should furnish BG strictly in the prescribed format, from any of the
scheduled banks. The BG should bear the TCN No. and name of the work for future
references.
b) The Bank issuing the BG should send the same in original to Paradip Port Trust in the address
as given in the TCN so that it reaches Paradip Port Trust on or before the stipulated date.
However, in exceptional cases only, the Contractor may submit the required BG to Paradip
Port Trust and ensure that the issuing bank sends an un-stamped duplicate copy of the BG
directly to the beneficiary by Regd. Post / speed post / courier with A/D with a covering letter
requesting the beneficiary to compare the duplicate with the original received from the
Bidder/Contractor and confirm that it is in order. The duplicate BG should bear the stamp,
signature and specimen signature of the Branch Manager along with date and Branch seal.
This duplicate BG should also be superscripted with the words “Duplicate BG” on body of the
BG in red ink.
c) The Contractor shall make no attempt at any time to revoke the BG executed in favour of PPT
before completion of all the contractual obligations.
32.0 MEMORANDUM OF SETTLEMENT:
The Contractor shall not sign any memorandum of settlement with any agency such as Trade
Unions etc. in any form at any level without the prior approval of Paradip Port Trust in
relation to any work under taken by him in the Port premises.

33.0 DESIGN CRITERIA:


The bidder may please note that the specifications mentioned in the tender document are
indicative only.

All the material, equipment offered and used in the execution of the work shall be suitable
for sustained service in a marine atmosphere and cyclone prone environment.

In the event of repeated failure of any component or material or fitting, within the warranty
period , it shall be treated as failure on the part of the Contractor and the Contractor shall
have to promptly rectify the same at his own cost failing which Paradip Port Trust shall have
the right to recover the cost from any other outstanding amount of the Contractor lying with
PPT and / or any amount that may become due to the Contractor and the Contractor shall be
debarred to participate in any of the tender of PPT in future.

34.0 DRAWINGS:
Where the work requires submission of drawings, the Contractor shall adopt an agreed
system for numbering of the drawings and submission thereof. The Contractor shall submit a
numbering plan to Paradip Port Trust for acceptance. 4 sets of the General Arrangement (GA)
Drawings must be submitted to Paradip Port Trust for approval (3 for PPT + 1 to be returned
to the Contractor). The GA drawings must clearly indicate the location of important

Page 20 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

installations, important dimensions etc. and the execution shall be done strictly in accordance
with the approved drawing.
The construction drawings must be prepared prior to the commencement of
construction and it should be promptly supplied to Paradip Port Trust’s representative for
inspection of the work. On completion of the work, 6 sets of the “As Built” drawings, duly
incorporating all the changes made during the construction, shall be supplied to Paradip Port
Trust. A comprehensive list of the drawings shall be submitted along with the “As Built”
drawings.
The drawing sizes shall be as under:
GA Drawings – A0 (1189 x 841 mm).
Construction Drawings – Mechanical: A1(841 x 594 mm), Electrical: A3 (420 x 297 mm).
As Built Drawings – Mechanical: A1 (841 x 594 mm), Electrical: A3 (420 x 297 mm).
Data Sheets & Manuals: A4 (297 x 210 mm).
In addition to the above, the Contractor shall supply 2 sets of soft copies of all the
drawings and manuals in electronic forms in CDs.

35.0 MANUALS:
All the manuals shall be sufficiently informative so as to smoothly carry out operation and
maintenance after the work is completed and accepted by Paradip Port Trust. Two sets of
draft manuals shall be submitted by the Contractor, within 15 days of acceptance of the work,
for approval. Paradip Port Trust may make observations to improve the standard of the
manual and the Contractor, after incorporating the changes in the manuals, shall submit 4 sets
of the final copy for acceptance by Paradip Port Trust. Two set of soft copies of the accepted
version of the manuals shall be supplied by the Contractor in CDs. The following guide lines
may be followed by the Contractor for preparation of the manuals.
A) Operation Manual : The manual must cover, inter alia, the principal features of the machine
/ equipment / system, as applicable, the control philosophy used, pre-starting checks, starting
procedures, checks to be made during operation, stopping procedures, DOs and DONTs,
trouble shooting, emergency procedures, safety trips etc.
B) Maintenance Manual: The manual must include, inter alia, important maintenance
procedures, preventive maintenance schedule, Lubrication Chart, various tolerance limits and
list of special tools. The maintenance manual must contain dismantling and assembling
procedures of important components clearly showing positioning of special tools, fixtures,
measuring instruments etc. with diagrams.
C) Spare Parts Manual: The manual must contain, inter alia, spare parts details such as
drawing no., part no, specifications of all the assemblies. For bought out items, the cross
sectional drawings giving details of parts, dimensions etc. has to be supplied to Paradip Port
Trust. The bearing nos and oil seal nos of all the bearings and oil seals used in the work must
be listed clearly giving their make and the location where used.
36.0 SITE SAFETY & ENVIRONMENT PROTECTION:
The Contractor, during the execution of the work, shall be solely responsible for
complying all the statutory requirements of Government bodies or any statutory bodies with
respect to site health, safety and environment.

Page 21 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

37.0 QUALITY ASSURANCE PLAN, INSPECTION AND TESTING:


37.1 QUALITY ASSURANCE PLAN:
The Contractor shall submit a quality assurance plan (QAP) for acceptance by the Purchaser
before commencement of the work. The QAP shall, contain:
a) List of the tests and inspections proposed to be done to ensure quality.
b) List of the standards to be followed for execution of the work as well as tests and
inspections.
One set of the standards to be followed for the execution of the work / test and inspection
shall have to be submitted, by the Contractor along with the QAP for reference, to Paradip
Port Trust within 30 days of issue of LOI.
37.2 INSPECTION & TEST:
The Contractor shall submit an inspection plan compatible with the QAP. The test and
inspection report shall contain the description of the part / component / equipment, the date
and place of testing, the standard followed for conducting the test, the actual test result
recorded and the allowable limits, the name and designation and signature of the Contractor’s
representative, Paradip Port Trust’s representative and Third Party representative who
witnessed the test. The test report shall be forwarded to Paradip Port Trust within 15 days of
completion of the test for record and reference.
Paradip Port Trust reserves the right to subject any part / component / equipment for
re-test and on written instruction from Paradip Port Trust, the Contractor shall arrange for
the re-test and the cost shall be reimbursed by Paradip Port Trust as per actual, only if the
test results are satisfactory. In case of unsatisfactory test results, the part / component /
equipment shall be rejected and the Contractor shall be responsible for replacement of the
item at his own cost and also bear the cost of the re-test.
The Contractor shall inform Paradip Port Trust, at least 7 days in advance, about the
inspection / tests planned for and assist Paradip Port Trust in witnessing the same, if so
desired by Paradip Port Trust.
Paradip Port Trust’s right to inspect, test and, where necessary, reject the Goods after
the Goods’ arrival in Paradip Port Trust’s premises shall in no way be limited or waived by
reason of the Goods having previously been inspected, tested and passed by Paradip Port
Trust or its representative prior to the Goods’ shipment from the place of origin.
The Contractor shall submit an inspection and test plan (ITP) before commencement
of the work and it should inter-alia cover the following:
1. Identifications of tests/inspections to be conducted during execution of the Contract.
2. Hold points and witness points.
3. The list of records to be maintained.
Hold Points: Means a position in the execution beyond which work shall not proceed without
mandatory verification and acceptance by Paradip Port Trust or his representative.
Witness Points: Means a position in the execution where Paradip Port Trust may exercise it’s
option to witness some tests for acceptance.

Page 22 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Instruction to Bidder

38.0 THIRD PARTY INSPECTION:


The Contractor shall avail the services of a third party, acceptable to Paradip Port
Trust, if required as per the contract, and bear the cost of the Third Party inspection. The
responsibility of the third party shall, inter alia, be to ensure and certify that the work is
being executed as per the relevant standards as given in the approved QAP. Paradip Port
Trust reserves the right to replace the Third party during the execution of the Contract if the
third party inspection is not satisfactory. Additional cost, if any, for such change shall have
to be borne by the Contractor.
In case of any technical dispute between the purchaser and the contractor in
connection with design, construction, erection, testing etc, the matter shall be referred to the
third party for a reasoned decision which shall be reviewed by Paradip Port Trust.

39.0 TIME IS THE ESSENCE OF THE CONTRACT:


Time is the essence of the contract and the Contractor shall ensure that all the
obligations under the contract are completed within the agreed time schedule. The
Contractor shall be solely responsible for all the delays including the delays caused by it’s
vendors. In case of delay in progress of the works, Paradip Port Trust reserves the right to
withhold the payment, cancel the contract unilaterally or complete the work departmentally
or by engaging another agency at the cost and risk of the contractor.
40.0 PURCHASER’S OBLIGATION :
i) Electricity, water and land for execution of supply, installation, commissioning of the
system shall be provided to the contractor on payment of applicable tariff of PPT but
during operation and maintenance of the system, PPT shall provide free electricity and
water.
(ii) Upon request of the Contractor, PPT may provide Port Trust Quarters, during the
period of work, subject to availability and on payment of applicable Tariff.
(iii) Administrative support only, for obtaining clearance from any statutory authority,
shall be provided by Paradip Port Trust.
(iv) On successful completion of all the obligations under the contract and on the request
of the Contractor, Paradip Port shall issue a “ Work Done Certificate “ in the
prescribed format only and with the approval of the Chief Mechanical Engineer, PPT.
In case of association the work done certificate shall be issued in favour of the
association clearly indicating the names of it’s members.
41.0 CONTRACTOR’S OBLIGATION:
(i) All the materials and works, including labour, required to complete the work
satisfactorily is covered under the scope of the Contractor.
(ii) It shall be the responsibility of the Contractor to ensure that the persons engaged for
the work are clear from Security angle.
(iii) Contractor shall nominate an Authorized Representative for carrying out all the
transactions with PPT including receipt of payment.
(iv) The Contractor, at his own cost, shall be solely responsible for the following:
a) To pay all the taxes, duties, cess, fees, levies and all other dues imposed by any
authority in India or abroad as the case may be, except service taxes. Service Tax
shall be paid by Paradip Port Trust on claim and submission of Service tax
Registration Certificate.

Page 23 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

b) To execute the work with due diligence, efficiency and in conformity with sound
engineering, administrative and financial practices to protect the interest of the
Purchaser.
c) To follow metric system and follow the latest design criteria and ensure that the
design is suitable for the intended purpose, even though the GA Drawings are
approved by Paradip Port.
d) To co-ordinate with outside agencies for obtaining permission / approval /
clearances etc. that may be required to execute the work.
e) To extend all reasonable opportunities to other Contractors employed by the
Purchaser for carrying out their work.
f) To keep the work site free from obstruction.
g) To maintain site account of materials, including the departmental supply, clearly
indicating relevant information such as description of the material, source, date of
delivery at site, date of consumption at site. The Contractor shall forward a copy
of monthly site account of materials to the Engineer in Charge at the end of every
month. On completion of the work under the contract, the Contractor shall submit
to the Engineer in Charge a copy of the site account of the materials from the date
of commencement to date of acceptance. The Contractor shall also maintain
hindrance register, site instructions register, complaint register and daily progress
monitoring register and the EIC shall verify the registers as and when required and
sign the same, duly recording his remarks.
h) To arrange for transport, gate pass, accommodation, medical facility etc. for the
work men deployed under this contract at his own cost.
i) The Contractor shall include due percentage of SC/ST workers in outsourcing
work as laid down by the Government from time to time.
42.0 VENDOR LIST:
The Bidder, in it’s technical offer, must submit a vendor list of reputed makers for various
components / bought out items which is going to be followed for execution of the work. The
same shall be followed only after approval of Paradip Port Trust.
43.0 SCRAP DISPOSAL:
Unless otherwise specified, Scope of the contractor for the scrap disposal is as under:
(a) In case of one time repair and / or replacement and /or maintenance contracts scrap
generated during execution shall be the property of Paradip Port Trust.
(b) In case of operation and/or annual maintenance contracts, if the stores and spares
supply is included in the scope of the contractor, then the scrap generated during the
execution of the contract shall be the property of the contractor.
(c) In case of project works, scrap generated out of dismantled components /structures
during the execution of the work shall be the property of the PPT. Scrap generated out
of new materials supplied by the Contractor shall be the property of the contractor.
Scrap generated out of new materials supplied by Paradip Port Trust shall be the
property of Paradip Port Trust.

44.0 UNDERTAKING BY THE BIDDERS:


The bidders shall give an undertaking that they have not made any payment or illegal
gratification to any person / authority connected with the bid process so as to influence the bid

Page 24 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Instruction to Bidder

process and have not committed any offence under the Prevention of Corruption Act (PC Act)
in connection with the bid.
45.0 DISCLOSURE BY THE BIDDER:
The bidder shall disclose any payment made or proposed to be made to any intermediaries
(agents etc.) in connection with the bid.

46.0 CESS TO BE REMITTED TO THE ORISSA BUILDING AND OTHER


CONSTRUCTION WORKERS WELFARE BOARD:
Govt. of Orissa vide Resolution No.12653 dt.15.12.08 have decided to collect a Cess of 1%
of the cost of construction incurred by the employer/ builder. The cost, however, would not
include the cost of land and other compensation paid or payable to a worker/his kin under the
Workmen’s Compensation Act, 1923.
The imposition of Cess would attract incase of construction, alteration, repairs,
maintenance or demolition interalia of/or in relation to the followings and such other works
as may be specified by the Government:-
1) Building 2) Streets 3) Roads
4) Railways 5) Air-fields 6) Irrigation
7) Drainage 8) Embankment 9) Navigation works
10) Flood Control works (including storm water drainage works, generation, transmission
and distribution of water)
11) Oil and gas installations 12) Electric lines
13) Wireless 14) Radio 15) Television
16) Telephone 17) Telegraph & Overseas communications
18) Dams 19) Canals 20) Reservoirs
21) Water courses 22) Tunnels 23) Bridges
24) Viaducts 25) Aqueducts 26) Pipelines
27) Towers 28) Cooling towers
29) Transmission towers
This, however, would further not include buildings or other constructions work to
which the Factories Act, 1948 and the Mines Act, 1952 apply.
The Act applies to every establishment, which employs 10 or more workers in all the
aforesaid works or has employed such number of workers on any day during the preceding 12
months.
47.0 INTEGRITY PACT:
For every work / procurement / contract the value of which is Rs. 5crores and above,
the integrity pact agreement format as given at Appendix – 11 shall form a part of the tender
document. The filled in & signed Integrity pact as per Appendix – 11 shall be prepared in
Non-judicial stamp paper and submitted in original along with Technical bid in case of
conventional tender by all the participating bidders . In case of e-tendering, scanned copy of
filled in & signed Integrity pact as per Appendix – 11 prepared in Non-judicial stamp paper
shall be uploaded along with technical bid and the original shall be submitted to Notice
Inviting Tender Authority within 7days of opening of tender by all the participating bidders.
The Integrity pact signed by the Purchaser and the bidder (successful bidder –Contractor)
shall be made part of contract agreement.

Page 25 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

GENERAL CONDITIONS OF CONTRACT ( GCC )

Clause No Description
1.0 Definitions
2.0 Use of Contract Document
3.0 Change Orders
4.0 Sub-Contracts
5.0 Payment to Sub-Contractors
6.0 Liquidated Damage
7.0 Acceptance
8.0 Warranty
9.0 Bar Chart
10.0 Payment Terms
11.0 Time Extensions
12.0 Termination for Default
13.0 Resolution of Dispute
14.0 Force Majeur
15.0 Insurance
16.0 Compliance with Statute, Regulations
17.0 Indemnification
18.0 Deduction
19.0 Variations in Conditions of Contract
20.0 Supply of Materials & Equipment
21.0 Idle Charges
22.0 Personal Protective Equipment
23.0 Conduct
24.0 Accident
25.0 Watch and Ward
26.0 Engineer – in – Charge
27.0 Agreement Copy
28.0 Undertaking by the Contractor

Page 26 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

GENERAL CONDITIONS OF CONTRACT(GCC)


1.0 DEFINITIONS:
In this contract, the following terms shall be interpreted as indicated.
(a) “The Contract” means the agreement entered into between Paradip Port Trust and the
Contractor as recorded in the Contract Form signed by the parties including all attachments
and appendices thereto and all documents incorporated by reference therein.
(b) “The Contract Price” means the sum stated in the Letter of intent / Work Order as payable to
the Contractor for the execution and completion of the works and the remedying of any
defects therein in accordance with the Contract.
(c) “The Goods” means all of the equipment, machine / equipment / system, as applicable, and/or
other materials including the design and drawings which the Contractor is required to supply
to Paradip Port Trust under the Contract.
(d) “Services” means services ancillary to the supply of the Goods, such as transportation and
insurance and any other incidental services such as installation, commissioning, provision of
technical assistance, training and other such obligations of the Contractor covered under the
Contract.
(e) The “Purchaser” is the Board of Trustees, Paradip Port Trust (PPT). Paradip Port Trust may,
from time to time, by notice in writing to the Contractor, nominate a representative or
representatives to perform specific duties of Paradip Port Trust under the Contract. The notice
shall specify the duties which the representative or representatives shall perform on behalf of
Paradip Port Trust.
(f) The Contractor is _________________ (Name of Contractor to be inserted at the time of
signing the Contract).
(g) (i) “Works” means the permanent Works and the Temporary Works or
either of them as appropriate.
(ii) “Permanent Works” means the permanent works to be executed including all the
goods and services in accordance with the Contract.
(iii) “Temporary Works” means all temporary works of every kind (other than Contractor’s
Equipment) required in or about the execution and completion of the Works and the
remedying of any defects therein.
(iv) “Plant” means machine / equipment / system, as applicable, apparatus and the like
intended to form or forming part of the Permanent Works.
(v) “Contractor’s Equipment” means all appliances and things of whatsoever nature (other
than Temporary Works) required for the execution and completion of the Works and
the remedying of any defects therein but does not include Plant materials or other
things intended to form or forming part of the Permanent Works.
(vi) “Section” means a part of the Works specifically identified in the Contract as a
Section.
(vii) “Site” means the places provided by Paradip Port Trust where the Works are to be
executed and any other places as may be specifically designated in the Contract as
forming part of the site.
(h) “Time for Completion” means the time for completing the execution of the Works or any
section or part thereof as stated in the Contract.

Page 27 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

(i) “Purchaser’s Representative” means the person appointed by Paradip Port Trust to act as the
Engineer for the purpose of the Contract and named as such in Special Conditions of
Contract.
(j) “Contract” means these Conditions, the Specification, the Drawings, the Schedule of Prices,
the Tender, the Notification of Award, the Contract Agreement (if completed) and all such
further documents as may be expressly incorporated in the Notification of Award or Contract
Agreement (if completed).
(k) “Commencement Date” means the date as recorded in the Letter of Intent / Work Order issued
by Paradip Port Trust.
(l) “Delivery Period” means the period elapsed between the commencement and completion date
as recorded in the Letter of Intent / Work Order issued by Paradip Port Trust.
(m) “Bill of Quantity” means any schedule included in the Tender and any subsequent schedule
requested during implementation of the Contract which, in respect of any section or item of
work to be carried out, shows the amount or respective rate of payment for the execution of
that work.
(n) “Drawings” means all drawings, designs and calculations and technical information of a like
nature provided by the Engineer to the Contractor under the Contract and all drawings,
calculations, samples, patterns, models, operation and maintenance manuals and other
technical information of a like nature submitted by the Contractor and approved by the
Engineer.
(o) “Tender” means the Contractor’s priced offer to Paradip Port Trust for the execution and
completion of the Works and the remedying of any defects therein in accordance with the
provisions of the Contract, as accepted by the Notification of Award.
2.0 USE OF CONTRACT DOCUMENT:
The Contractor shall not, without prior consent, make use of any document except for
the purpose of performing this contract.

3.0 CHANGE ORDERS:


At any time during the execution of the contract, by a written notice to the Contractor,
changes may be made in the general scope of contract. The Engineer In-charge (EIC), with
due approval of competent authority, may make any changes in the quality and/or quantity of
the work or any part thereof that may, in his/her opinion, be necessary and for that purpose
the Engineer In-charge shall have the power to order the Contractor to do and the Contractor
shall do any of the following:
a. Increase or decrease or split the quantity of work included in the contract,
b. Omit any such work,
c. Change the character, quality or kind of any such work,
d. Change the dimensions of any such work,
e. Execute additional work of any kind necessary for completion of the work under the
contract, and no such change shall in any way vitiate or invalidate the contract but the
cost, if any, arising out of all such changes shall be taken into account in ascertaining
the total amount of the contract price. Where the rate is available in the contract and
the same is applicable to the additional work, in the opinion of the EIC, the cost of the
additional work shall be determined as per this available rate. But, if the rate for
additional work is not available in the contract, the same shall be determined by the
EIC taking into account the market rate and labour cost at the site for similar works
and shall be final.

Page 28 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

f. Deviations from the specifications as contained in the tender agreement including


the make / model, shall not be accepted. In case of any such deviation, payment
shall not be made for that part of the work / item, even if it is meeting the functional
requirements and has been accepted by the purchaser. The payment for such
portion of the work / item can only be released if the contractor makes good the
deviations before the expiry of the warranty period so as to meet the specifications of
the tender agreement in all respects.

4.0 SUBCONTRACTS:
The Contractor shall not sub-contract all or any part of this contract without getting
PPT’s prior approval in writing and the Contractor shall guarantee that the Sub-Contractor,
for any part of the work under this contract will comply fully with the terms and conditions of
the contract. The Contractor shall clearly indicate the purpose for which the Sub-Contractor is
to be deployed. The Contractor shall ensure that:
a. The Sub-Contractor has not been de-barred to participate in any tender either by PPT
or any other Govt. Organisation and
b. The Sub-Contractor is competent to undertake the work assigned to him.

5.0 PAYMENT TO SUB-CONTRACTORS:


The Contractor shall ensure that timely payment is made to it’s sub-contractors. In
case of dispute between the Contractor and its sub-Contractor, PPT shall have the right to
withhold adequate money from the dues of the Contractor till the Contractor settles the
dispute with its sub-Contractor and submits documentary evidences in support of such
settlement. PPT shall also have the right to make payment to the sub-Contractor directly for
that part of the claim which has been certified for payment by the Contractor but not paid.

6.0 LIQUIDATED DAMAGE: (L. D.)


a. Unless otherwise specified, in case of delay in completing the work, liquidated damage shall
be charged to the Contractor at the rate 0.25% of the contract price for a delay of one week or
part thereof subject to a maximum of 5% of the contract price if the original execution period
is 90 days or more. Where the original execution period is less than 90 days, liquidated
damage shall be charged to the Contractor at the rate of 0.1% of the contract price for a delay
of one day or part thereof subject to a maximum of 5% of the contract value. Where the
Liquidated Damage amount exceeds the maximum limit, Paradip Port Trust reserves the
right to :-
i) Terminate the contract and / or ii) Forfeit the Initial Security Deposit (ISD).
b. In case of “substantial completion” of a section of work and subsequent taking over by the
purchaser within the scheduled date of completion, the liquidated damage shall be levied on
the cost of balance portion of the works which are completed after the scheduled date. “
Substantial Completion “ of a section shall mean that the section has been completed,
passed the tests, if any, to meet it’s intended purpose and can be used by the purchaser for
that purpose.

Page 29 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

7.0 ACCEPTANCE:
Upon completion of work under this contract, the Board may accept the works and/or
services after installation, if defects or shortcomings are not considered essential and, the
Contractor agrees to make good the deficiencies in confirmation with this contract. No work
shall be accepted before the Contractor clears the site of scraps, unused materials, work shed,
equipment and all such materials which were used for execution of the work and not required
any more at the work site. Also, the Contractor has to submit all the documents and final “as
built” drawings as per the contract agreement without which no work shall be treated as
complete.

8.0 WARRANTY:
8.1 The warranty period shall be valid up to six / twelve months (6 months for repairs and 12
months for new works including supplied items) with effect from the date of acceptance of
the work and/or services, unless otherwise specified in the scope of work / Special Conditions
of Contract (SCC).
8.2 The Contractor shall warrant the Board that the goods and services under this contract will
comply strictly with the contract, shall be first class in every particular case and, shall be free
from defects. The Contractor shall further warrant the Board that all materials, equipment and
the supplies furnished by him/her will be new and fit for their intended purposes.
8.3 The Board shall promptly notify the Contractor in writing of any claim arising under this
Warranty. Upon receipt of such notice, the Contractor shall promptly repair or replace the
defective goods and/or services at no cost to the Board.
8.4 If the Contractor, having been notified, fails to remedy the defects in accordance with the
contract, the Board may proceed to take such remedial action as may be necessary, at the
Contractor’s risk and cost.
9.0 BAR CHART:
The Contractor shall submit a bar chart, before signing the agreement, clearly indicating the
plan for timely execution of the work. The bar chart must indicate the individual activities
and commencement and completion dates of each activity. The bar chart shall be used for
monitoring the progress of the work.
10.0 PAYMENT TERMS:
10.1 Completed Bill Entry Format issued by the Engineer In-charge and the warranty certificate
issued by the Contractor shall be attached to the bills. Unless otherwise provided, payment
will be released after deduction of security deposit as per Clause No.14 of ITB within 30 days
of submission of bills for the works completed in all respects. The deduction amount towards
security deposit shall be released within 30 days after successful completion of the work.
The Contractor may submit Bank Guarantee for the balance amount after deducting the EMD
and ISD from the stipulated security deposit or BG for the stipulated security deposit as per
Clause No.14 of ITB in which case 100 % of the contract price shall be released for payment.
Payment shall be made only for the actual quantity executed. The payment to the Contractor
may be made through electronic payment, if the required data are given by the Contractor and
the e-payment mechanism is available in the local bank. Besides, the Contractor has to issue

Page 30 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

receipt confirmation immediately in writing for such payments. Payment can be made on
pro-rata basis.
10.2 STAGE PAYMENT:
Stage payment may be made, where not originally provided for, only when the work
has been delayed because of non-availability of work fronts and any other cause beyond the
reasonable control of the Contractor, up to 75% of the payment due to the Contractor for
completed portion of the work and for the goods which has been already delivered at the site
against BG of an equivalent amount with mutually agreed valid period as per Appendix-12.
10.3 ADVANCE PAYMENT:
Provision of Mobilization Advance should essentially be need-based. Paradip Port
Trust reserves the right to provide mobilization advance on case to case basis which will be
defined in Special Condition of Contract or clarifications issued to pre-bid queries. Otherwise
Advance payment will not be entertained.
The Mobilization advance limited to 10% of the contract amount (Excluding the
O&M component, if any in the BOQ) may be made as per the following terms and conditions
provided the Contractor
a. Makes a written request to avail advance payment with a refund plan.
b. Submits an irrevocable Bank Guarantee from a schedule bank at least of 110% of the
advance amount in the prescribed format valid till 30 days after the agreed date of
completion of the work. The Contractor may submit Part ‘Bank Guarantees’ (BGs)
against the mobilization advance in as many numbers as the proposed recovery
instalments and should be equivalent to the amount of each instalment. This would
ensure that at any point of time even if the contractor’s money on account of work
done is not available with the organization, recovery of such advance could be ensured
by encashing the BG for the work supposed to be completed within a particular period
of time.
c. Agrees to pay interest of 14% ( to be stipulated depending on the prevailing rate at the
time of issue of TCN). The interest on the advance shall be calculated from the date of
payment to the date of recovery, both days inclusive.
d. Agrees to receive advance in not less than two instalments.
e. Agrees to refund the advance amount as per the approved refund plan which will be
commenced after 10% of work is completed and the entire amount together with
interest shall be recovered by the time 80% of the work is completed.
f. Agrees to furnish utilization certificate for the mobilization advance. Subsequent
instalments should be released after getting satisfactory utilization certificate from the
contractor for the earlier instalment.
11.0 TIME EXTENSIONS:
The Contractor may claim extension of the time limits in case of:
a. Changes ordered by Paradip Port Trust.
b. Delay in supply of any materials or services which are to be provided by PPT.
c. Force Majeure;
d. Delay in performance of work caused by orders issued by Paradip Port Trust.

Page 31 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

The Contractor shall submit the claim, within 30 days of occurrence of such delay,
clearly indicating the justification for such extension and with necessary documentary
evidence.

12.0 TERMINATION FOR DEFAULT:


12.1 The Board may, without any prejudice to any other remedy for breach of contract, by written
notice of default sent to the Contractor, terminate the contract in whole or in part:
i) if the Contractor fails to execute the work within the period as specified in the
contract, or any extension granted by the Board;
ii) if the Contractor fails to perform any other obligation under the contract and if the
Contractor does not cure, after receipt of a notice of default, its failure within the time
specified in the notice. The notice of default shall specify the nature of default as well
as the time within which the default has to be cured by the Contractor.
12.2 In the event of Board’s termination of the contract in whole or in part, the Board may execute
the remaining work or procure goods similar to those undelivered by the Contractor, and the
Contractor shall remain liable to the Board for any excess cost for such works or goods and
risks, if any.
12.3 No payment shall be released in favour of the Contractor till all the balance works are
completed in all respects. After the balance works are completed, the Board may consider
payment for the items / goods that have been completed / supplied by the Contractor and
accepted by Paradip Port Trust after adjustment of any additional cost that have been incurred
for completing the balance works.
12.4 In case of termination of contract for default by the Contractor, the Board may forfeit the
initial security deposit and may not permit the Contractor to participate in any of the future
tender of Paradip Port Trust.
12.5 The contract may be terminated by either party by giving written notice to the other, at least
30 days in advance and neither party shall have any right of any claim on the other on
account of such termination.

13.0 RESOLUTION OF DISPUTE:


a) The Executing office and the Consultant shall make every effort to resolve any disagreement
or dispute arising between them in connection with the contract amicably as per terms
conditions of contract by direct informal negotiations. In case of non-resolve, the dispute
shall be referred to CME, PPT for amicable settlement. However, in case of failure of
negotiation between the CME and the Contractor, the parties shall refer their present and
future disputes relating to the contract itself or arising out of or concerning or in connection
with or in consequence of the contract to the Chairman, PPT whose decision shall be final
and binding on both the parties. The contract shall be governed by The Indian Contract Act,
1872.
b) JURISDICTION OF COURTS:
All disputes which could not be resolved at the intervention of Chairman, PPT shall be
subjected to exclusive jurisdiction of courts at Kujang only.

Page 32 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

14.0 FORCE MAJEURE:


14.1 In the event that the Contractor is delayed in performing its obligations in the contract, and
such delay is caused by force majeure including war, civil resurrection, strikes (other than the
strike solely by the Contractor’s men), fire, flood, epidemics, earthquakes, extremely adverse
climatic conditions, such delay may be excused and the period of such delay may be added to
the time of performance of the obligations without any addition to the contract price.
14.2.1 If a force majeure situation arises, the Contractor shall promptly notify the Board in writing of
such condition and the cause thereof, but not later than 7 days from it’s occurrence. Unless
otherwise directed by the Board in writing, the Contractor shall continue to perform its
obligations under the contract as far as reasonably practicable. The Contractor shall
demonstrate to the Board’s satisfaction that it has used its best endeavor to avoid or overcome
such causes of delay and the parties will mutually agree upon remedies to mitigate or
overcome such causes of delay without having any right to any claim on account of such force
majeure.
14.3 In any other situation, which is beyond the reasonable control of the Contractor in the opinion
of the Engineer In-charge, and where the Contractor has promptly notified the Board in
writing about such situation, it may be considered as “Force Majeure” situation.
15.0 INSURANCE:
15.1 All the men/women to be deployed by the Contractor for performing the contract shall be
insured against injury / accidents/death, by the Contractor at his own cost.
15.2 The Contractor shall indemnify Paradip Port Trust against all losses and claims in case of
death or injury caused to any person by him/her during the execution of the work.
16.0 COMPLIANCE WITH STATUTES, REGULATIONS:
16.1 The Contractor shall comply in all respects, with all statutes and regulations as may be
necessary, including clearance from State/Central Govt. authorities, Pollution Control Boards,
labour enforcement and local authorities. The Contractor shall, at all times during the
continuance of the contract, so far as it may be necessary, comply with all the existing
enactments including Central and State legislation as well as any by-laws of any local
authorities regarding labour, particularly the Minimum wages Act, Factories Act, Workmen’s
Compensation Act, Employees’ Provident Fund and Family Pension Fund Act, Employees’
State Insurance Act, Contract Labour (Regulation and Abolition) Act, Payment of Wages Act,
Maternity Benefit Act, National and Festival Holidays Act, Shop and Establishment Act, The
Apprentice Act and keep the Employer indemnified against any loss or claim arising out of
contravention of the provisions of the above said enactments by the Contractor. The price
quoted by the Contractor in the Bill of Quantity shall be deemed to include all expenses
whatsoever the Contractor may be required to incur for the compliance with the provisions of
the above said legislation. The Contractor shall make necessary arrangements for the
Employer to witness the payment made by the Contractor to his/her staff and labour.
The Contractor shall to cover all its workmen under EPF & ESI irrespective of the no.
of workmen engaged in the work. The Contractor shall produce documentary evidence in
support of the EPF & ESI coverage to its workers within 30days of induction of contractual
worker(s). This will also be applicable to the sub-contractor(s) appointed by the Contractor
for the subject work.

Page 33 of 286
Paradip Port Trust General Conditions of Contract
Mechanised Coal Handling Plant

The Contractor shall make payment of wages to its workmen deployed in the work
within 7th day of the succeeding month positively. In case of failure to make payment by this
date , a deduction will be made from the monthly bill@2% of the monthly bill in case of
AMC & other contracts with a provision of monthly payment and Rs.25,000/- from the
Running Bill in case of other works in addition to the caution notice for such default. In case
of default by the Contractor for more than two times in a contract year then the Initial
Security Deposit (ISD) or any other security deposits will be forfeited and contract will be
terminated with immediate effect if the reason for default is attributable to the Contractor.
This will also be applicable to the sub-contractor(s) appointed by the Contractor for the
subject work. If the reason of default is not attributable to the Contractor in accordance with
“Force Majeure” clause of GCC, then no deduction/penalty will be imposed. This clause is
also applicable in case of default by the Contractor including in fulfilling its obligations for
all types of statutory rules & regulations mentioned in the contract including EPF, ESI &
Bonus.

16.2 OBSERVANCE BY SUB-CONTRACTORS


The Contractor shall be responsible for observance by his Sub-Contractors of the foregoing
provisions.

17.0 INDEMNIFICATION:
The Contractor shall indemnify, protect and defend at its own cost, Paradip Port Trust
and its agents and employees from and against any / all actions, claims, losses or damages
arising out of
a. any violation by the Contractor in course of its execution of the contract of any legal
provisions or any right of third parties;
b. Contractor’s failure to exercise the skill and care required for satisfactory execution of
the contract.
18.0 DEDUCTION:
18.1 Deduction of taxes at source shall be made from the bill of the Contractor in accordance with
the prevailing rules of Paradip Port Trust.
18.2 While performing under the contract, the damages caused by the Contractor or his/her
workmen to any of the Port Trust property shall be promptly made good by the Contractor at
his/her own cost. In case the Contractor fails to repair/replace the damage, Paradip Port Trust
shall have the right to take steps to make good the damages and all the cost on this account
shall be recovered from the bills of the Contractor or any money due to the Contractor from
this contract or any other contract or any other transaction. In determination of the damage,
the opinion of the Engineer In-charge (EIC) shall be conclusive.
18.3 Any dues arising out of failure on the part of the Contractor to carry out any obligation under
the contract shall be deducted from the bills of the Contractor or from any money due to the
Contractor from this contract or any other contract including Initial Security and Performance
Security.

Page 34 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

19.0 VARIATION IN CONDITIONS OF CONTRACT :


In case of any variation in Instructions to Bidders (ITB), General Conditions of
Contract (GCC) and Special Conditions of Contract (SCC), the Special Conditions of
Contract – if any, shall prevail. But in case of any requirement / condition specified in the
Scope of Work, it shall prevail over all other conditions. It may please be noted that at any
time prior to the dead line for submission of Bids, Paradip Port Trust may, for any reason,
whether at it’s own initiative or in response to a clarification requested by any prospective
bidder, modify the tender document by amendment / issue of addendum. In such cases,
Paradip Port Trust may, at it’s discretion, extend the dead line for submission of bid.

20.0 SUPPLY OF MATERIALS AND EQUIPMENT:


On request of the Contractor, Port Trust may supply materials and/or provide
equipment to the Contractor for the work subject to availability and Contractor’s acceptance
of the prevailing Port Trust conditions.
On request of Paradip Port Trust (PPT), to avoid delay, the Contractor shall supply
materials / spares which are not available with PPT and not included in the scope of the
Contractor and payment for such supply shall be made by PPT as per actual on the basis of
documentary evidences like purchase vouchers etc.

21.0 IDLE CHARGES:


All efforts shall be made for timely supply of materials and/or equipment where it is
included in the scope of Paradip Port. However, the Contractor shall not be entitled to any
idle charges for delay in supply of materials and/or equipment by the Port Trust. Further, in
case of any delay due to stoppage of work ordered by the Port Trust to avoid interruption in
other important activities of Port Trust, the Contractor shall not claim any idle charges.

22.0 PERSONAL PROTECTIVE EQUIPMENT: (PPE)


The Contractor shall be solely responsible, at his own cost, for the supply of required
PPE to his/her workers and staff and he/she shall also ensure the use of PPE such as helmets,
nose masks, hand gloves etc. by his/her staff at site.

23.0 CONDUCT:
The Contractor, at all times during execution of the contract, shall take all measures to
prevent any unlawful, riotous or disorderly conduct by or amongst his staff at the site and for
the preservation of peace and protection of persons and property at the work site as well as in
the neighbourhood of the works.
In case of any unlawful / riotous / disorderly conduct by any workman of the
Contractor, PPT reserves the right to direct the Contractor to disengage the worker
temporarily or permanently with a suitable replacement. If the Contractor does not take action
as directed, PPT may terminate the contract and / or forfeit the security deposit of the
Contractor.

Page 35 of 286
Paradip Port Trust
Mechanised Coal Handling Plant General Conditions of Contract

24.0 ACCIDENT:
The Contractor shall, within 24 hours of the occurrence of any accident, at or about the work
site or in connection with execution of the contract, report such accidents to the Engineer
Incharge giving all the details. He/She shall also provide additional information about the
accident as requested by the EIC.

25.0 WATCH AND WARD:


During the execution of the contract, it shall be the responsibility of the Contractor to arrange
watch and ward of the work including the raw materials, machine / equipment / system used
for the work at his/her own cost till the date of acceptance of the work by Paradip Port Trust.

26.0 ENGINEER INCHARGE: (EIC)


The EIC of this contract shall be as specified in the LoI / Work Order.

27.0 AGREEMENT COPY:


The agreement shall be made in two sets, one original and one copy. One copy of the
agreement shall be given to the Contractor. For each additional copy, the Contractor shall
have to pay the cost of the bid documents and 20% overhead charges.

28.0 UNDERTAKING BY THE CONTRACTOR:


Having understood all the terms and conditions of the tender document and having assessed
the site conditions, we hereby confirm that the price offered by us is a firm price and includes
all the taxes(excluding service tax), duties, fees, Cess etc. and all incidental charges.

Page 36 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX-01 (1 of 2)

BILL ENTRY FORMAT FOR E & M WORKS


(Vide F. C. no. 1534/FA dt. 09/06/03 & approval no. 2442/DCM dt. 17/06/03)

Name of the work :


Name of the Agency :
Work Order No. :
Head of Account : Capital / Revenue
Chargeable Head :___/___/___
Date of commencement :
Date of completion :

Sl. Description of works / materials as Unit Qty. as Qty. Rate Amount (Rs.)
No. per Bill of Quantity (BOQ) per BOQ Executed (
R
s
.
)

(Use this format and submit the information in separate sheets.)

Additional items, if any, are to be indicated separately, but in the above format.
Accepted the above entries.

Signature of the EIC Signature of the Contractor

Certified that the Contractor has discharged all the obligations under the contract satisfactorily.

Remarks, if any, of EIC:

C/s by Executive Engineer Signature of the Engineer Incharge

Bill No.: ______________ Date: _________________

Gross Value of the Work: Rs. __________________


Less Recoveries:
a. Rs. ______________
b. Rs. ______________
c. Rs. ______________
Total Recoveries ( - ) Rs. _______________
Net amount payable: Rs. __________________
Passed for Rs.______________ (Rupees ______________________________________________)

Under Revenue / Capital Code No. _ _ _ _ / _ _ _ _ / _ _ _ _ .


Continued ----

Page 37 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX – 1 (2 of 2)

BILL ENTRY FORMAT FOR E&M WORKS

For making e-payment, the contractor shall have to furnish the following information in the
prescribed format along with each bill.

Name of the Name of the Bank and Payee’s name Accounts Amount to be
contractor/firm/ branch where payment number [CBS] released after
supplier will be made with address. deduction.

All payments above Rupees Ten lakhs shall have to be made through e-payment only.
Payment below rupees ten lakhs shall also be made through e-payment in due course.

Signature of the D.D.O.

Page 38 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX -02
TECHNO-COMMERCIAL INFORMATION

Sl.No. Information required Bidders response


01. Name of the Bidder
02. Present address with at least two phone nos., fax nos,
email address and name of the contact person (s).
03. Do you accept all the Terms and Conditions of the Yes / No
Tender
04. Joint Venture / Consortium Documents, if any - Required/Not Required
(Applicable for the works having estimated cost put to - If required, please indicate
tender more than Rs.5.0 Crores) Enclosed as per Clause No.
2 of ITB
/ Not enclosed
05 An undertaking or declaration in any appropriate - Enclosed/Not Enclosed
format regarding no disputes/blacklisting/ban of
business.
06 A declaration in any appropriate format regarding - Enclosed/Not Enclosed
whether any of his relations working under PPT or
not.
07. An undertaking in any appropriate format of not - Enclosed/Not Enclosed
making any payment or illegal gratification to any
person / authority connected with the bid process so
as to influence the bid process and have not
committed any offence under the Prevention of
Corruption Act (PC Act) in connection with the
bid.(ITB Cl-44)
08. Brief Technical information on major supply items Separate sheets may be used, if
indicating the make, model, capacity etc, where required.
applicable.

Signature of the Bidder

Page 39 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX - 03
ELIGIBILITY INFORMATION
1. SIMILAR EXPERIENCE:
Name of the work Work W. Order Completion Completion
Order no. value Date Certificate no.

(Fill up the above table & attach legible copies of the supporting documents i.e. Work orders and Completion
certificates)
N.B.: In case of work experience issued by private organization, the bidder has to submit the TDS certificate
in addition to the work experience certificate, failing which it shall not be considered.
2. FINANCIAL CAPABILITY: (Average Annual Turn Over)

Financial Year: Financial Year: Financial Year: Average

Rs. Rs. Rs. Rs.

(Fill up the above table and attach copy of affidavit / certificate from Chartered Accountant.)

3. OTHER ELIGIBILITY REQUIREMENTS, IF ANY, AS PER THE TCN:

Sl. No. Information required Bidders response


01 Bidder’s Permanent Account Number(PAN) a)
Enclosed/Not enclosed
b)
PAN No.___________
02 Bidder’s ESI Registration Certificate a)
Enclosed/Not enclosed
b)
Code No.__________
03. Bidder’s EPF Registration Certificate a)
Enclosed/Not enclosed
b)
Code No.__________
04. Bidder’s Income Tax Return of preceding three years, a)
Enclosed for financial years
________,_________,________ /
Not enclosed
05. Bidder’s Service Tax Registration Certificate a) Enclosed/Not enclosed
b) Code No.___________
06. VAT/Sales Tax Registration certificate on works a) Enclosed/Not enclosed.
contract. b) Regd.No.__________
12. TDS Certificate, if any - Required/Not Required
- If required, Enclosed/Not enclosed
(Please strike out which is not applicable, fill up the blanks & attach legible copies of the supporting
documents)
4. The bidder must attach the eligibility documents as mentioned in Sl. No. 1, 2 and 3 above and clearly
mention the number of sheets attached.
We hereby confirm that copies of supporting documents for above are attached to this sheet (Total
nos. of pages including this sheet - ________). Originals shall be presented for verification, if
required by Paradip Port Trust.

Signature of the Bidder

Page 40 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX-04

BANK GUARANTEE FORMAT FOR INITIAL SECURITY DEPOSIT (ISD)

To : The Paradip Port Trust


Paradip Port – 754 142
ORISSA, INDIA.
Ref: Name of the Work : _______________________________________________________ .
LOI No. : ____________________________________ Date: _____________________ .

WHEREAS ____________________________________ (Name of Contractor) hereinafter called


“the Contractor” has undertaken, in pursuance of Letter of Intent No __________ dated __________
20 ___ to execute the work ( Name of the Work ) hereinafter called “the Contract”.

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with the Contractor’s performance obligations during the execution in accordance
with the Contract AND WHEREAS we have agreed to give the Contractor a Guarantee :
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the
Contractor, up to a total of ___________________________ (Amount of the Guarantee in Words
and Figures) and we undertake to pay you, upon your first written demand declaring the Contractor
to be in default under the Contract and without cavil or argument, any sum or sums within the limits
of Rs.__________ (Amount of Guarantee) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.
This Bank Guarantee shall be payable on submission of a request letter for revocation at
_______________Branch with code no __________ at Paradip in case there is a branch at Paradip
and in case there is no branch at Paradip, then at a branch nearest to Paradip strictly following the
guidelines issued by RBI from time to time.(The detailed postal address of the branch of the bank
where the BG can be encashed is to be mentioned.)

This guarantee is valid until the __________________ day of ___________ 20__

The above reference (LOI No.) must be used for all correspondences on this Bank Guarantee.

Authorised Signature of the Bank


Date: Name & Address:

Page 41 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX-05

BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY


DEPOSIT (PSD) DURING WARRANTY PERIOD.

To : The Paradip Port Trust


Paradip Port – 754 142
ORISSA, INDIA.
Ref: Name of the Work : _______________________________________________________ .
Work Order No. : __________________________________ Date: _________________ .

WHEREAS ____________________________________ (Name of Contractor) hereinafter called


“the Contractor” has undertaken, in pursuance of Work Order No __________ dated __________ 20
___ to execute the work (Name of the Work) hereinafter called “the Contract”.

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with the Contractor’s performance obligations during the WARRANTY PERIOD
in accordance with the Contract AND WHEREAS we have agreed to give the Contractor a
Guarantee : THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Contractor, up to a total of ___________________________ (Amount of the Guarantee
in Words and Figures) and we undertake to pay you, upon your first written demand declaring the
Contractor to be in default under the Contract and without cavil or argument, any sum or sums
within the limits of Rs.__________ (Amount of Guarantee) as aforesaid, without your needing to
prove or to show grounds or reasons for your demand or the sum specified therein.
This Bank Guarantee shall be payable on submission of a request letter for revocation at
_______________Branch with code no __________ at Paradip in case there is a branch at Paradip
and in case there is no branch at Paradip, then at a branch nearest to Paradip strictly following the
guidelines issued by RBI from time to time.(The detailed postal address of the branch of the bank
where the BG can be encashed is to be mentioned.)

This guarantee is valid until the __________________ day of ___________ 20__

The above reference (Work Order No.)must be used for all correspondences on this Bank Guarantee.

Authorised Signature of the Bank


Date: Name & Address:

Page 42 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX-06

BANK GUARANTEE FORMAT FOR ADVANCE PAYMENT


( To be used only where advance payment provision is there. )
To : The Paradip Port Trust
Paradip Port – 754 142.
ORISSA, INDIA.

Ref: Name of the Work : _______________________________________________________ .


Work Order No. : ___________________________ Date: _______________________ .

Gentlemen:
In accordance with the provisions of the Contract for “Advance Payment” (Clause No. _______) ,
_______________________________ (Name and address of Contractor) (hereinafter called “the
Contractor”) shall deposit with The Paradip Port Trust a bank guarantee to guarantee his proper and
faithful performance under the said Clause of the Contract in an amount of
________________________________ (Amount of Guarantee in Words and Figures).

We, the ______________________________ (Bank), as instructed by the Contractor, agree


unconditionally and irrevocably to guarantee as primary obligator and not as Surety merely, the
payment to The Paradip Port Trust on his first demand without whatsoever right of objection on our
part and without his first claim to the Contractor, in the amount not exceeding
________________________ (Amount of Guarantee in Words and Figures).

We further agree that no change or addition to or any modification of the terms of the Contract to be
performed thereunder or of any of the Contract documents which may be made between The Paradip
Port Trust and the Contractor, shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.

This Bank Guarantee shall be payable on submission of a request letter for revocation at
_______________Branch with code no __________ at Paradip in case there is a branch at Paradip
and in case there is no branch at Paradip, then at a branch nearest to Paradip strictly following the
guidelines issued by RBI from time to time.(The detailed postal address of the branch of the bank
where the BG can be encashed is to be mentioned.)

This guarantee shall remain valid and in full effect from the date of the advance payment under the
Contract until The Paradip Port Trust receives full repayment of the same amount from the
Contractor.

The above reference (Work Order No.) must be used for all correspondences on this Bank
Guarantee.

Yours truly,

Signature and Seal _____________________


Name of Bank/
Date: _____________________________

Page 43 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX- 07
CORPORATE PERFORMANCE GUARANTEE
Ref: Name of the Work : _______________________________________________________ .
Work Order No. : _______________________________ Date: ___________________ .

(Name of the Firm), having their Head Office at ……………………, hereinafter called as
“the Contractor” do hereby offer guarantee to Paradip Port Trust, Paradip herein called Paradip Port
Trust for supply of goods and services as specified in the Purchase/Work Order No.………………..
for satisfactory performance for a period of ___years from the date of acceptance subject to the
following conditions in addition to the clauses/conditions mentioned in the above purchase/work
order and subsequent revision.

1. The Guarantors obligation under this guarantee shall be to repair all defects with material and
labor free of charge during the guarantee period of ___ years. “Defects” during the guarantee
period shall mean as under:
a)
b)
c)
2. The guarantee shall commence on the date of acceptance of the goods and services as
specified in the contract agreement.
3. The defects shall be rectified by appropriate as deemed necessary so as to meet the
specifications and/or instructions of the Engineer – in – Charge so that the repair work shall
not show any defects as defined above within guarantee period.
4. The guarantor shall rectify the defects within four weeks from the date of receipt of the
notice from the owner giving brief details of the nature of the defects, unless otherwise
specified.
5. If the guarantor fails to perform his obligation as per this guarantee, PPT reserves the right to
rectify the defects by another agency at guarantors risk and cost.
6. The guarantor shall have no liability under this guarantee for the following:

a) Damage caused by physical abuse, fire, explosion, accident.

7. Force Majeure: The Guarantor(s) obligations are automatically waived and void to the extent
that it becomes unreasonably difficult or impossible to carry out the claims procedure or
repair as a consequence of strikes, war, invasion, acts of terrorists or foreign enemies,
hostilities( whether war be declared or not), civil war, rebellion, revolution, insurrection,
military or power, confiscation or nationalization or requisition or destruction of damage to
property by or under the order of any Government or Authority and to the extent that loss or
damage is directly or indirectly caused by such circumstances.
The above reference (Work Order No.) must be used for all correspondences on this
Corporate Guarantee.

Corporate Seal: Authorised Signatory


Date:

Page 44 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX - 08
LETTER OF INTENT FORMAT
No.: ___________________ Date: ________
To
M/s.____________________
____________________
Sub: ( Name of the Work.)

Dear Sir(s),
With reference to your above offer and subsequent correspondences on the subject, we are
pleased to inform you that your offer has been accepted by the competent authority and you are hereby
requested to initiate actions for fulfillment of all necessary formalities, as indicated in the tender
document for the above said work, at the earliest. The Engineer In-charge for this work shall be Mr.
________________.
Agreed Schedule date of commencement of the work is ____________ and Schedule date of completion
of the work is ________________ w.e.f the date of issue of Work Order, unless otherwise specified.
Total Contract Price is Rs. ______________ .
You are requested to sign the Agreement and fulfill other formalities as per the tender conditions.
Yours faithfully,

(Signature of the Controlling Officer)

****************************
APPENDIX - 09
WORK ORDER FORMAT
W. O. No.: ___________________ Date: ____________
To
M/s.____________________
____________________
Sub: (Name of the Work)
Ref: Letter of Intent dtd. ________________ .
Dear Sir(s),
We are pleased to inform you that your offer for the above work has been approved by the
competent authority and you are requested to execute the work in accordance with the terms and
conditions of the contract and complete the work / services to the full satisfaction of the Engineer In-
charge (EIC) within the stipulated time period.
Agreed date of commencement
& completion of the Work/Services: ______________________________ w.e.f the date of issue of
Work Order, unless otherwise specified.
Total Contract Price : Rs. ________________
Payment: In accordance with the provisions of the Contract, the bills along with all the required
documents in triplicate shall be submitted to the EIC for certification and other processing for the
payment within thirty (30) days of submission of bills in full shape.
Warranty: The warranty period for this work shall be ________ from the date of acceptance of the
work / services.
Yours faithfully,
(Signature of the Controlling Officer)

Page 45 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX – 10
FORMAT FOR AGREEMENT

This Agreement made this Day of _______________________________ of Two Thousand


__________between the Board of Trustees of Paradip Port Trust, a body corporate under the Major
Port Trusts Act (38 of 1963) herein after called the Board which expression shall unless excluded by
or repugnant to the context be deemed to include their successors in office of the one part and
M/s___________________________________(hereinafter called the contractor) which expression
shall unless excluded by or repugnant to the context be deemed to include his surviving or other
partners and the persons entitled to share including his heirs, executors, administrators,
representatives and assignees of successors in the other part.

WHEREAS the Board is desirous of executing the work


“__________________________________________________” at _________________ and
WHEREAS the contractor______________________________________________ has offered to
execute, complete and maintain such work in perfect condition till handing over to Board and
whereas the Board has accepted tender of the contractor for an amount of
Rs.________________(Rupees ___________________________________________) only for
execution/supply/maintenance and WHEREAS the Contractor has agreed to take up the above work
in accordance with the conditions of contract and to the entire satisfaction of the Board of Trustees.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:


1. In this agreement, words and expressions shall have the same meaning as are respectively
assigned to them in all the conditions of the contract herein after referred to.
2. The following documents consisting of __________pages shall be deemed to form and be
read and considered as part of the agreement.
i) The tender call notice
ii) The original Tender Document
iii) Bid document uploaded by the Bidder.
iv) Letter of Intent.
v) Letter of acceptance of letter of intent.
vi) Work Order.
vii) Any other letter(s) exchanged between Contractor & Paradip Port Trust in connection
with the relevant tender till issuance of work order.

3. The contractor hereby covenant with Board to execute, complete and maintain the work till
handing over to the Board in all respects.

4. The parties may refer their present or future dispute relating to the contract itself or arising
out of or concerning or in connection with or in consequence of the contract to the Chairman,
PPT and the decision of the Chairman, PPT will be final and binding on both the parties. The
contract shall be governed by the Indian Contract Act, 1872.

5. It is agreed that neither of the parties to the agreement shall be competent to resort to
Arbitration under the Arbitration and Conciliation Act, 1996 for adjudication of claim.

Page 46 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

6. All such disputes, present or future between the parties relating to the Contract, which could
not be settled at the intervention of Chairman, PPT can only be raised and adjudicated by the
courts situated within the jurisdiction of Kujang.

7. It is agreed by the contractor that the Board shall recover the ground rent towards
construction of site office / camp etc. as will be determined by the Sr. Asst. Estate Manager,
PPT from time to time from his dues recoverable under the agreement.

8. The structure of the site office / camp shall be temporary in nature and the final dues of the
contractor shall be settled only after handing over vacant possession of the work site to the
Board after demolition of the site office / camp by the contractor at his own cost.

9. The Board hereby covenant to pay the contractor in consideration of such execution,
completion and maintenance of the work “The Contract Price” at the time and manners
prescribed by the Contract.

In witnesseth where of the parties here unto have set their hands and seals the day and
year first above written.

Signature of the Contractor Chief Mechanical Engineer,


Paradip Port Trust.
For & on behalf of the Trust Board, PPT.
Witnesses: 1)
2)

Finance Vetting: UOI No.1958/FA dtd.06.10.2010


Legal Vetting: UOI No. 807/DS(law) dtd. 09.10.2010.
Admn. Approval: Approval dtd. 21.10.2010 vide UOR No. 4567/CD dtd. 11.10.2010.
File No.: EM/PD/08/2008

Page 47 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX – 11
INTEGRITY PACT

Paradip Port Trust (PPT) hereinafter referred to as “The Principal” , which includes Purchaser /
employer.
And

…………………………………………….……hereinafter referred to as “The Bidder / Contractor”


Preamble
The Principal intends to award , under laid down organizational procedures, a contract for < nature
of contract, in brief > . The Principal values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources, and of fairness/ transparency in its relations with its
Bidder (s) and / or Contractor(s).
The Principal will nominate an Independent External Monitor (IEM) by name at the tender stage /
will appoint in case of receipt of any reference, from the panel of IEMs, for monitoring the tender
process and the execution of the contract in order to ensure compliance with the Integrity Pact by all
the parties concerned.
Section –1 Commitments of the Principal / Purchaser / Employer :
a. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles :-
(a) No employee of the Principal, personally or through family members, will in
connection with the tender for, or the execution of a contract, demand, take a promise
for or accept , for self or for third person, any material or non material benefit which
the person is not legally entitled to.
(b) The Principal will, during the tender process treat all bidders with equity and reason.
The Principal will in particular, before and during the tender process, provide to all
Bidders the same information and will not pride to any Bidder confidential /
additional information through which the Bidder (s) could obtain an advantage in
relation to the tender process or the contract execution.
(c) The Principal will exclude from the process all known prejudiced persons.
b. If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC /PC Act, or if there be a substantive suspicion in this regard,
the Principal will inform Chief Vigilance Officer of PPT and in addition can initiate
disciplinary action.
Section 2 – Commitments of the Bidder(s) / Contractor (s) :
(1) The Bidder (s) / Contractor (s) commits to take all measure necessary to prevent corruption.
He commits to observe the following principles during his participation in the tender process
and during the contract execution.
(a) The Bidder (s)/ Contractor (s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal’s employees involved in the tender
process or the execution of the contract or to any third person any material or other

Page 48 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

benefit which he/she is not legally entitled to , in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the execution
of the contract or to vitiate the Principal’s tender process or contract execution.
(b) The Bidder(s) / Contractor (s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or any other actions to restrict competitiveness or to introduce
cartelization in the biding process or to vitiate the Principal’s tender process or
execution of the contract.
(c) The Bidder(s)/ Contractor(s) will not commit any offence under the IPC /PC Act;
further the Bidder (s) / Contractor(s) will not use improperly, for purposes of
competition of personal gain, or pass on to others, any information or document
provided by the Principal as part of the business relationship regarding plans,
technical proposal and business details including information contained or
transmitted electronically.
(d) The Bidder(s) / Contractor (s) of foreign origin shall disclose the name and address of
the Agent (s) / representative (s) in India, if any. Similarly, the Bidder(s) / Contractor
(s) of Indian nationality shall furnish the name and addresses of foreign supplier/
contract Agency, if any. Further details, as mentioned in the Guidelines on Indian
Agents of Foreign “Suppliers/Contract agencies”, shall be disclosed by the Bidder(s)
/ Contractor (s) wherever applicable. Further, as mentioned in the guidelines, all the
payments made to the Indian agent(s) / representative (s) have to be in Indian Rupees
only.
Copy of the guidelines on Indian Agents of Foreign “Suppliers / Contract
agencies” is enclosed.
(e) The Bidder(s) / Contractor(s) will, when presenting his bid, disclose any and all
payments he has made or committed to or intends to make to the agents, brokers or
any other intermediaries in connection with the award of the contract.
(2) The Bidder (s) / Contractor (s) will not instigate third person to commit offences outlined
above or be an accessory to such offences.
Section 3 - Disqualification from tender process and exclusion from future contracts :
(1) A transgression is considered to have occurred, if the principal after due consideration of the
available evidence, concludes that reasonable doubt is possible.
(2) If the Bidder(s) / Contractor (s), before award of contract or after award of contract has
committed a transgression through a violation of Section 2 above or in any other form such as
to put his reliability or credibility in question, the Principal is entitled to disqualify the
Bidder(s) from the tender process or to terminate the contract, if already awarded, for that
reason, without prejudice to other remedies available to the principal under the relevant GCC
of the tender / Contract.
(3) If the Bidder(s) / Contractor(s) has committed transgression through a violation of any of the
terms under Section 2 above or in any other form such as to put his reliability of credibility

Page 49 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

into question, the Principal is entitled also to exclude the bidder / contractor from future
tenders/ contract award processes. The imposition and duration of the exclusion will be
determined by the principal keeping in view the severity of the transgression. The severity
will be determined by the circumstances of the case, in particular the number of
transgression, the position of the transgressors within the company hierarchy of the bidder /
contractor and the amount of the damage.
(4) If it is observed after payment of final bill but before the expiry of validity of Integrity Pact
that the contractor has committed a transgression through a violation of any of the terms
under Section 2 above during the execution of contract, the Principal is entitled to exclude the
contractor from future tender/ contract award processes.
(5) The exclusion will be imposed for a minimum period of six (6) months and a maximum
period of three (3) years.
(6) If the Bidder/ contractor can prove that he has restored / recouped the damage to the Principal
caused by him and has installed a suitable corruption prevention system, the Principal may
revoke the exclusion before the expiry of the period of such exclusion.
Section 4 – Compensation for Damages :
(1) If the Principal has disqualified the bidder from the tender process prior to the award in
accordance with Section 3 above, the Earnest Money Deposit (EMD) furnished, if any, along
with the offer as per the terms of the Invitation to Tender (ITT) shall be forfeited. This is
apart from the disqualification of the Bidder as may be imposed by the Principal as brought
out at Section 3 above.
(2) If the Principal has terminated the contract in accordance with Section 3 above, or if the
Principal is entitled to terminate the contract in accordance with Section 3 above, the Security
Deposit / performance bank guarantee furnished by the contractor, if any, as per the terms of
the ITT / Contract shall be forfeited without prejudicing the rights and remedies available to
the principal under the relevant General Conditions of contract.
This is apart from the disqualification of the Bidder, as may be imposed by the Principal , as
brought out at Section 3 above.
Section 5 – Previous transgressions:-
(1) The Bidder declares that, to the best of his knowledge, no previous transgression occurred in
the last three (03) years with any other company in any country conforming to the anti-
corruption approach or with Government / any other public sector enterprise in India that
could justify his exclusion from the tender process.
(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process. The contract, if already awarded, can be terminated for such reason.
Section 6 – Equal treatment of all Bidders / Contractors / Subcontractors :-
(1) The Bidder (s) / Contractor (s) undertakes to demand from all his subcontractors a
commitment in conformity with this Integrity pact, and to submit it to the Principal before
seeking permission for such subcontracting.
(2) The Principal will enter into agreements with identical conditions as this one with all Bidders
and Contractors.
(3) The Principal will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.

Page 50 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

Section 7– Criminal charges against violating Bidder(s) / Contractor (s) / Subcontractor(s)


If the Principal obtains knowledge of conduct of a Bidder, Contractor, Subcontractor or of
any employee or a representative or an associate of a Bidder/ Contractor/ Sub-contractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal will
inform the same to CVO of PPT.
Section 8 – Independent External Monitor(s) (IEMs)
(1) The Principal appoints competent and credible Independent External Monitor (s) (IEMs)
with clearance from Central Vigilance Commission and Transparency International (India) .
IEMs reviews independently, the cases referred to him/them to assess whether and to what
extent the parties concerned comply with the obligations under this Integrity Pact.
(2) In case of non compliance of the provisions of the Integrity Pact, the complaint/
noncompliance is to be lodged by the aggrieved party with the Nodal Officer only appointed
by Chairman, PPT. The Nodal Officer shall refer the complaint / non compliance so received
by him to the IEM, already appointed or to be appointed for that case.
(3) The IEM is not subject to instructions by both the parties and performs his functions
neutrally and independently. The IEM (s) will submit report to the Chairman, PPT.
(4) The Bidder(s) / Contractors (s) accepts that the IEM has the right to access without
restriction, to all tender/ contract documentation of the Principal including that provided by
the Bidder/ Contractor. The Bidder/ Contractor will also grant the IEM upon his request and
demonstration of a valid interest, unrestricted and unconditional access to his tender/ contract
documentation. The same is applicable to subcontractor also. The IEM is under contractual
obligation to treat the information and documents of the Bidder(s)/
Contractor(s)/subcontractor(s) with confidentiality.
(5) The Principal will provide to the IEM sufficient information about all meetings among the
parties related to the tender/contract for the cases referred to IEM, provided such meetings
could have an impact on the contractual relations between the Principal and the contractor.
The parties offer to the IEM the option to participate in such meetings.
(6) As soon as the IEM notices, or believes to notice, a violation of this pact, he will so inform
the Principal and request the Principal to discontinue or take corrective action or to take other
relevant action. The IEM can in this regard submit non binding recommendations. Beyond
this, the IEM has no right to demand from the parties that they act in a specific manner,
refrain from action or tolerate action.
(7) The IEM will submit a written report to the Chairman, PPT within four (04) to six (06)
weeks from the date of reference or intimation to him by the Principal and, should the
occasion arise, submit proposals for corrective actions for the violations or the breaches of
the provisions of the agreement noticed by the IEM.
(8) IEM may also submit a report directly to the CVO of PPT and the Central Vigilance
Commission, in case of suspicion of serious irregularities attracting provisions of the IPC /
PC Act.
(9) Expenses of IEM shall be borne by PPT as per terms of appointment of IEMs.
(10) The word “Monitor” means Independent External Monitor and would include both singular
and plural.

Page 51 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

Section 9 – Duration of the Integrity Pact:


(1) This Pact comes into force upon signing by both the Principal and the Bidder/Contractor. It
expires for the contractor twelve (12) months after the payment under the contract, and for all
unsuccessful Bidders, six(06) months after the contract has been awarded and accordingly
for the Principal after the expiry of respective periods stated above.
(2) If any claim is made/lodged during the valid period of the IP, the same shall be binding and
continue to be valid even after the lapse of this pact as specified above, unless it is
discharged/ determined by the Chairman, PPT.
Section 10 – Other provisions:-
(1) This agreement is subject to India Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e Chairman, Paradip Port Trust , State of Orissa, India.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements to this pact have not been made.
(3) If the contractor is a partnership firm/ consortium, this agreement must be signed by all
partners / consortium members or their Authorized Representative (s) by duly furnishing
Authorization to sign Integrity Pact.
(4) Should one or several provisions of this agreement turnout to be invalid, the remaining part
of this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intensions.
(5) Wherever he or his is indicated in the above sections, the same may be read as he/she or
his/her, as the case may be.

(For & on behalf of the Principal) (For & On behalf of Bidder /


Contractor)
(Office Seal)

Place…………………………
Date…………………………
Witness 1 :
(Name & Address )
____________________________
____________________________
____________________________
Witness 2 :
(Name & Address )
____________________________
____________________________
____________________________

Page 52 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

GUIDELINES FOR INDIAN AGENTS OF FOREIGN


“SUPPLIERS / CONTRACT AGENCIES”

1.0 There shall be compulsory registration of Indian agents of foreign suppliers/ contract
Agencies with PPT in respect of all global (Open) Tenders and Limited Tenders. An Agent
who is not registered with PPT shall apply for registration in the prescribed Application form
(Annexure – I).
1.1 Registered agent needs to submit before the placement of order by PPT, an Original
certificate issued by his foreign supplier / contract Agency (or an authenticated Photostat
copy of the above certificate duly attested by a Notary Public) confirming the agency
agreement and giving the status being enjoyed by the agent along with the details of the
Commission / remuneration / salary/ retainer being paid by them to the agent (s).
1.2 Wherever the Indian representative has communicated on behalf of their foreign supplier/
contract agency and/or the foreign supplier/contract agency have stated that they are not
paying any commission to their Indian agent(s) but paying salary or retainer, a written
declaration to this effect given by the foreign supplier/contract agency should be submitted
before finalizing the contract.
2.0 DISCLOSURE OF PARTICULARS OF AGENT(S)/ REPRESENTATIVE(S) IN
INDIA , IF ANY
2.1 Bidders of foreign nationality shall furnish the following details in their quotation/bid.
2.1.1 The name and address of their agent(s)/ representative (s) in India, if any, and the extent of
authorization and authority given to them to commit them. In case the agent (s) /
representative (s) is a foreign company, it shall be confirmed whether it is a really substantial
Company and details of the Company shall be furnished.
2.1.2 The amount of commission/remuneration included in the quoted price(s) for such agent(s)
representative (s) in India.
2.1.3 Confirmation of the Bidder that the commission/ remuneration if any, payable to his agent(s)/
representative (s) in India shall be the responsibility of the bidder for which the bidder may
keep such provision included in the price bid and make the payment to the
agent/representative directly in Indian currency only. The Port Trust shall in no case shoulder
the responsibility for payment of such commission/ remuneration to the agent/representative,
if any, in India.
3.0 DISCLOSURE BY INDIAN AGENT(S) OF PARTICULARS OF THEIR FOREIGN
SUPPLIERS/CONTRACT AGENCY AND FURNISHING OF REQUISITE
INFORMATION :
3.1 Bidders of Indian Nationality shall furnish the following details/ certificates in/along
with their offers.
3.1.1 The name and address of foreign supplier/contract agency indicating their nationality as well
as their status, i.e , manufacturer or agent or manufacturer holding the Letter of Authority.

Page 53 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

3.1.2 Specific authorization letter by the foreign supplier/contract agency authorizing the agent to
make an offer in India in response to tender either directly or through their
agent(s)/representative(s) .
3.1.3 The amount of commission/ remuneration included for bidder in the price(s) quoted.
3.1.4 Confirmation of the foreign supplier/contract agency that the commission/remuneration, if
any, reserved for the bidder may be paid to the bidder himself in India in equivalent Indian
currency. The Port Trust shall in no case shoulder the responsibility for payment of such
commission/ remuneration, if any.
4.0 In either case, in the event of materialization of contract, the terms of payment will provide
for payment of the commission/ remuneration payable, if any, to the agent(s)/
representative(s) in India in Indian Rupees, as per terms of the contract.
4.1 Failure to furnish correct information in detail, as called for in para 2.0 and/or 3.0 above will
render the bid concerned liable for rejection or in the event of materialization of contract; the
same is liable for termination by PPT. Besides this, other actions like banning business
dealings with PPT, payment of a named sum etc., may also follow.
*****

Page 54 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

Annexure-I
PARADIP PORT TRUST

APPLICATION FORM FOR REGISTRATION OF INDIAN AGENTS

IMPORTANT INSTRUCTIONS:

1. Indian Agents representing a Foreign Supplier in tenders of Paradip Port Trust (PPT) shall
submit application in the format for registration. It shall be valid for the contract, If
(awarded) finalized on the Foreign Supplier, which the agent represents.

2. No Indian Agent shall be permitted to represent more than one Foreign Supplier in a Tender

3. Full and unambiguous reply to each query must be given or else application may not be
processed at all.

4. Wherever necessary extra sheet can be attached and mention of this may be made against the
appropriate column of the application.

REF. NO. : ___________________


(Not to be filled by Applicant)

Page 55 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

PARADIP PORT TRUST

PART – I
1. Name of the firm :

2. Date of incorporation :
(DD MM YY)

3. Address of the Registered Office :


Pin Code
Tel No.
Fax No.

4. Address of the Head Office :


Pin Code
Tel No.
Fax No.

5. Address of the Branches :


Pin Code
Tel No.
Fax No.

6. If you are registered with DGS&D, give registration No.

PART – II

Status of Firm & Company :


(Put a tick mark to whichever is applicable)

1. Proprietorship concern
2. Partnership concern
3. Private Limited
4. Public Limited
5. Central Govt. Undertaking
6. State Govt. Undertaking

(Detailed structure of your firm or company may be furnished at Appendix “A”)

Page 56 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

PARADIP PORT TRUST

PART – III
a. Name of the Principal :
(Whose agent is seeking registration)

b. Address
Pin Code :
Tel No. :
Fax No. :

c. i Details of the agreement / contract with principal.


ii Are you sole selling agent for the principal : Yes / No
(If yes, furnish copy of valid agreement duly attested)
a. Date of appointment as sole selling agent
b. Date up to which appointment is valid
c. Percentage of commission
d. Whether the agent has the authority to : Yes / No
commit and sign on behalf of the Principal
iii. Whether you are prepared to quote and receive : Yes / No
payment in Indian Rupees
iv. Do you have facility to offer after sales service? : Yes / No
If yes, give details of facilities at Appendix 'B'
v. Have your firm/partners/proprietors/
directors have business in the past with : a. PPT : YES / NO
b. DGS&D : YES / NO
c. Any other : YES / NO
Govt. Dept.
(If yes, give details at Appendix 'C')

Place : Signature of the Applicant


Date : Proprietor / Partner / Director

Page 57 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX - A
PARADIP PORT TRUST

STATUS OF THE FIRM :


1. Is your firm incorporated under the Companies Act or any other law. If so specify.

2. Is your firm registered under the Indian Partnership Act 1932

3. If Company registered under the Indian Companies Act, I of 1956, State :

a) Name in which it is registered (Furnish Articles of Association and


Memorandum)
b) The place at which registered along with registration
c) Registration Certificate No. & Date of Registration (True copy authenticated by a Notary
Public to be furnished).
d) Whether Private of Public Limited
e) Authorized Capital of the Company
f) Issued / Subscribed Capital
g) Paid-up Capital
h) Place from which business is carried on
i) Income-Tax Circle/Ward/District in which the company assessed for Income-Tax and
GIR.PAN NO.
j) Managing Director / Whole time Director / Manager-Name & Address
k) Board of Directors (Name & Address)
l) If a subsidiary of an Indian or Foreign / Holding Company.
m) Full details of any other companies in India of the parent / holding Company
n) Details of other companies in which the Directors have financial interest or are represented
on the Boards.

PARTNERSHIP FIRMS :

a) Whether the firm is registered under the India Partners hip Act, 1932 or any other Act,
requiring the registration of the firm/partnership .

b) Name and / or style in which it is registered.

c) Name and address of the Registrar with whom registered

d) Date of such registration and number and date of Registration Certificate

e) Name and addressed of all partners with the extent of share held by each partner
f) Place from which the business of partnership is carried on.

Page 58 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

g) i. Whether in accordance with the partnership deed, any one partner has been
authorized to sign and represent the firm in all contractual matters including power to refer
the cases to arbitration ?
If so, furnish one copy of partnership deed duly authenticated by a Notary Public.
ii. If the answer is negative, whether a separate power of attorney exists in favour of any
particular partner to perform such functions. In such a case, a copy duly attested by a
Notary Public should be submitted.

h) Whether Income-Tax has been paid by each partner during all the previous years.
i. Income-Tax Circle/Ward/District in which the partnership assessed
ii . Income-Tax Circle/Ward/District in which the partners are separately assessed with
PAN/GIR No.
iii . Whether partners have any connection with other Undertaking / Firm. If so, full
details to be given indicating names, address of the undertaking, the extent of shares
etc.

PROPRIETORSHIP FIRM AND OTHERS :

a) Name and / or Style of the firm.


b) Proprietor's name and address.
c) Full details of other undertakings owned/controlled by the proprietor.
d) Name and Style in which business is carried out.
e) Place from where business is carried out.
f) Names and addresses of all members/co-partners, with nature and extent of their interest. (In
the case of a joint family, information on all persons to be given).
g) Income-Tax Circle/Ward/District in which the concern and it's proprietor member/co-
partners are assessed for Income-tax with PAN/GIR No. of each person.
h)
i. Whether the applicant firm, Directors/Partners were at any time prosecuted for any
offence by any court for Civil/Criminal/Economic offences.
ii. If yes, give details of offence and penalty.

APPENDIX B

DETAILS OF AFTER SALES SERVICE :

a. Name and address of branches in India where such facilities are available.
b. Manpower details indicating :
i. Total :
ii. Qualification of each :
iii. Work Experience of each :
iv. Arrangement to supply the equipment and spare parts :
v. Extent of stock and value maintained.

Page 59 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX C
PARADIP PORT TRUST

DETAILS OF BUSINESS DONE WITH PARADIP PORT TRUST OR ANY


OTHER GOVT. DEPT. IN THE PAST

1. Are you already registered with any of the PSUs / Govt. Depts.? If yes, please furnish details
of Registration.

2. Are you doing business with Paradip Port Trust under any other name ? If so, give details.

3. Have the Partners / Proprietors / Directors of your firm done business with Paradip Port Trust
in the past? If so, indicate name and addresses, and the contract / relevant reference number
& dates.

4. Have you executed any order placed on you by Paradip Port Trust or any other department of
the Govt. of India in the last three years? If so, details to be furnished.
1) I ______________________________________________________Son of
_______________________ certify that the agency agreement is current and that the
applicant firm has no other agreement with any of its Principals for payment of commission
other than what is stated herein either abroad, or in India in foreign currency.

2) I also certify that I am duly authorized to submit this application on behalf of the firm
proprietor / authorized partner / authorized constituted attorney.

3) I confirm that in the event of any change in agency agreement, termination of the agreement
and / or change in the management of the applicant firm, the same will be duly intimated to
Paradip Port Trust within 15 days of such change.

(Signature of the applicant)


Proprietor / Authorized Partner / Director
Witness by (1)
(2)
Date:

Page 60 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

PARADIP PORT TRUST

DOCUMENTS TO BE ENCLOSED WITH THE APPLICATION FORM


(Check List)
1. Copy of the valid agreement with the foreign principal duly attested by a Notary
Public. Agreement should invariably include the following:

a. Date of appointment of the Indian Agent.


b. Date up to which appointment is valid.
c. Percentage of commission.
d. If the Indian Agent has the authority to commit, sign on behalf of the principal.
e. Indian Agent / Agency commission in rupees only.
f. Area/Place for which agreement is valid.
g. Stores / Item included in the agreement.

2. Documentary proof of the status of the firm:


a. For the Limited Companies :
i. Copy of the Memorandum and Articles of the Association duly notarized.
ii. Copy of the Certificate of incorporation, authenticated by Notary Public.
iii. General Power of Attorney in respect of officer, if any.

b. Partnership Firms:
i. Copy of Partnership deed fully authenticated by Notary Public.
ii. Power of Attorney in respect of Partner, if any, duly notarized.
iii. Certified copy of Entry in for 'a'.

 Copy of Income-Tax Clearance Certificate.


 Copy of Balance Sheet.
 Affidavit of banning on non-judicial stamp paper of Rs.5/- duly notarized (sample
enclosed).

Performance against orders placed by DGS&D / Central Govt. Dept./ State Govt. Depts./Public
Sector Undertaking, if any. (To be executed on Non Judicial Stamp Paper and attested by a Notary
Public or 1sr. Class Magistrate).

Page 61 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

PARADIP PORT TRUST

AFFIDAVIT

I/We_______________________________________________________son of
_________________________________________am / are Proprietor/ Partner / Directors of
M/s.___________________________________________________
with their registered office at ________________________________________.

I/ We solemnly affirm that there has been no change in the address of our firm/ or factory / bankers /
in the constitution of the firm / in the plant and machinery installed in the factory / and in the line of
products being manufactured by the firm or reduction / changes in technical personnel, quality
control arrangements since the date of grant of last registration by Paradip Port Trust.

The information given above are true to the best of my / our knowledge and belief.

Signature of Deponent(s)
Firm's Company Seal
Place:
Date:

Sworn / Affirmed before a Notary public or 1st Class Magistrate on the


____________________________ day of ___________________________20

Note : Please strike out the entries which are not applicable. The changes, if any, should be indicated
in your forwarding letter.

PARADIP PORT TRUST

Agents / Agency Particulars Register


Firms Represented by M/s. Code :

Vendor Code Supplier’s Name Remarks


(1) (2) (3)

List consolidated as above shall be communicated periodically to ENFORCEMENT


DIRECTORATE / MHRD.

Page 62 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX – 12
BANK GUARANTEE FORMAT FOR STAGE PAYMENT
( To be used only where payment against BG provision is there. )

To : The Paradip Port Trust


Paradip Port – 754 142.
ORISSA, INDIA.
Ref: Name of the Work : _______________________________________________________ .
Work Order No. : ___________________________ Date: _______________________ .
Gentlemen:
In accordance with the provisions of the Contract for “ Payment” (Clause No. _______) ,
_______________________________ (Name and address of Contractor) (hereinafter called “the
Contractor”) shall deposit with The Paradip Port Trust a bank guarantee to guarantee his proper and faithful
performance under the said Clause of the Contract in an amount of ________________________________
(Amount of Guarantee in Words and Figures).

We, the ______________________________ (Bank), as instructed by the Contractor, agree unconditionally


and irrevocably to guarantee as primary obligator and not as Surety merely, the payment to The Paradip Port
Trust on his first demand without whatsoever right of objection on our part and without his first claim to the
Contractor, in the amount not exceeding ________________________ (Amount of Guarantee in Words and
Figures).

We further agree that no change or addition to or any modification of the terms of the Contract to be
performed thereunder or of any of the Contract documents which may be made between The Paradip Port
Trust and the Contractor, shall in any way release us from any liability under this guarantee, and we hereby
waive notice of any such change, addition or modification.

This Bank Guarantee shall be payable on submission of a request letter for revocation at
_______________Branch with code no __________ at Paradip in case there is a branch at Paradip
and in case there is no branch at Paradip, then at a branch nearest to Paradip strictly following the
guidelines issued by RBI from time to time.(The detailed postal address of the branch of the bank
where the BG can be encashed is to be mentioned.)

This guarantee shall remain valid and in full effect from the date of the payment and up to
__________ (the period is to be mentioned as per the relevant terms and conditions of the Contract).

The work order no. must be used for all correspondences on this Bank Guarantee.

Yours truly,

Signature and Seal _____________________


Name of Bank/
Date: _____________________________

(Finance Vetting: UOI 1829/FA dtd.16.09.2010 & Approval by Chairman dtd.16.09.2010, File No.
EM/PD/08/09)

Page 63 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX - 13
STANDARD FORMAT FOR JOINT VENTURE/CONSORTIUM AGREEMENT
(TO BE EXECUTED ON Rs.100/- NON-JUDICIAL STAMP PAPER)
(Legal Vetting: UOR 352/DCLO dtd.05.04.13, Finance Vetting: UOI.2082/FA dtd.04.06.13, Admn Approval:UOR.1714/CD dtd.04.06.13)

This Joint Venture / Consortium Agreement (herein after called the “Agreement”) made and
entered into on this ………………………day in the month of ……and year… by and among :-
Name and address of the leading member herein after called …………………………….,
which expression shall include its successor, legal representatives and permitted assignees, for the
purpose of this agreement shall hereinafter be called “leading member “.
And Name and address of the other member herein after called …………………………,
which expression shall include its successor, legal representatives and permitted assignees, for the
purpose of this agreement shall hereinafter be called “Principal foreign/ local member “.
Whereas Paradip Port Trust (herein after referred to as “Purchaser” invites sealed offers for
the work “………………………………………………………………………………….” and
whereas the members, in consideration of their complementary technical and commercial resources
and capabilities, intend to co-operate and join efforts to prepare and submit a bid for the project.
In consideration of the aforesaid, the members wish to establish and record the preliminary
principles of their co-operation in this Agreement.
M/s …………………………………would be the leader of the Joint Venture/Consortium
and M/s ……………………………would be a member of the Consortium. All the correspondences
shall be made with the lead member and the Work Order will be issued in favour of the lead member
on behalf of the joint venture/consortium. Payment for the work shall be made in favour of the lead
member of the joint venture.
Now therefore, the members hereto in consideration of their mutual covenants hereinafter set
forth and intending to be legally bound hereby, agree as follows:-
1. DEFINITION :
1.1. “Contract” shall mean the contract signed between the Purchaser and the Joint Venture /
Consortium for the execution of the project.
1.2 “Bid” shall mean the bid to be submitted by the Lead Member on behalf of the Joint
Venture/Consortium to the Purchaser in accordance with this agreement.
2. CO-OPERATION :
2.1 Subject to the terms and conditions of this Joint Venture/Consortium agreement, the
members agree to co-operate with each other on an exclusive basis in the preparation and
submission of bid for the project, and if the contract is awarded, for satisfactory
implementation of the project. The mode of co-operation shall be in accordance with clauses
laid herein.

Page 64 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

2.2 The members agree to co-operate fully with each other to ensure a smooth and timely
progress towards satisfactory completion of bid submission, to do all the things necessary to
assist each other and to provide mutual disclosure of relevant knowledge so as to procure the
award of the contract from the Purchaser. The members also undertake not to participate in
the subject tender either in individual capacity or with any other joint venture/consortium. In
case of any violation, Paradip Port Trust reserves the right to reject their bids and forfeit their
EMD.
3. SCOPE OF WORK AND PREPARATION OF BID:
3.1 The general and tentative Scope of Work of the members is outlined as under:-
Scope of Work of the project to be performed by the members.

Sl. Item of works To be executed by To be executed by To be executed by


the Lead Member the Member the Member
No.
M/s…………………. M/s…………………. M/s………………….

3.2 The Members acknowledge that competitive pricing is a critical element in achieving a
successful outcome of this co-operation and shall use their best efforts to ensure that the
prices submitted will be competitive.
4. MODE OF CO-OPERATION :
4.1 M/s …………………………… shall be the Leader of the Consortium and shall submit the
bid to the Purchaser. The bid document shall be binding on all the members of Joint
Venture/Consortium. Based on the requirement of the enquiry issued by the Purchaser, the
other members shall submit its price and technical and commercial documents to the Leader
for its part of Scope of Work before submission of final price bid. However, the Leader shall
be entitled to modify the scope and / or price after consulting with the other members. The
other members shall revise their prices and technical and commercial documents
accordingly, if necessary. The revised price submitted by the other members shall be subject
to the Leader’s final confirmation, which shall constitute the final price for performance of
its scope of work.
4.2 Once the Purchaser decides to enter into a contract with the Joint Venture/Consortium, prior
to signing the contract, a detailed internal agreement, in line with the principle of this
agreement, shall be signed which shall include without limitation, the scope and price, the
obligation , responsibilities and liabilities of each member.
4.3 The Scope of Work for the Project will be divided between the members as per Clause 3.1.
The Members shall be responsible for the performance of their respective parts of the Scope
of work in accordance with the internal agreement. However, all the Members shall be
jointly and severally liable to the Purchaser for successful completion of the Scope of Work
as per terms and conditions under the Contract.

Page 65 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

4.4 After award of the Contract, the Leader shall appoint a representative as Project Manager.
Other members (……………………………..) shall submit a general authorisation
document, giving the Project Manager all authority necessary to act on the Consortium’s
behalf under the Contract. The Project Manager shall consult with the Members for those
parts under Scope of Work of the Members. The lead partner shall be solely responsible for
project management of work.
4.5 The Members shall be individually responsible for the guarantee and performance of their
respective parts of the Scope of Work. When required, performance guarantee and other
guarantees shall be supplied by each Member in proportion to their actual contract amount
under the Contract.
4.6 The Agreement shall not be assignable to 3rd party without the prior permission of Paradip
Port Trust.
4.7 After award of the Contract, the Members shall perform their respective parts of the Scope of
work in accordance with the internal agreement and the Contract. Neither member shall
withdraw from the Consortium without the prior approval of the other Members of the Joint
Venture/Consortium agreement in writing. In the event of default by any member, the
defaulting member shall be responsible to compensate the other members of the Joint
Venture/Consortium agreement for any loss incurred thereof.
4.8 The agreement shall not, in any way, constitute an association of partnership agreement and
the association of persons.
4.9 The Members shall abide by the requirements and stipulations of the Bidding document and
the Contract.
5. COST
Each Member shall bear its own expenses incurred in connection with the performance of its
obligations under this agreement including submission of the bid.
6. DISPUTE RESOLUTION
The Members shall endeavor to resolve any dispute arising out of or in connection with this
agreement among themselves through amicable negotiations. Any such dispute including any
question regarding the existence, validity or termination of the agreement which the
Members are unable to resolve between themselves, shall be referred to and finally be settled
by arbitration in accordance with the Indian Arbitration and Conciliation Act, 1996 with an
arbitral tribunal comprising of three members and proceeding thereof shall be in English
Language. Award of arbitrators shall be final and binding to all the Members and shall not be
further challenged in the Court of law. The venue of arbitration shall be Cuttack /
Bhubaneswar, Odisha.
7. TERMINATION
This agreement shall come into force on the date of signing of the same and valid till Time of
Completion of the Project period. This agreement shall expire upon the date of occurrence of
any one of the following events, which ever shall occur first :

Page 66 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

a) Project is officially called off by the Purchaser.


b) The Purchaser has awarded the Contract for the Project to any other Bidder;
c) The completion of the Scope of Work and its obligations and liabilities of the
members under this agreement and the Contract ;
d) Become insolvent or bankrupt, or enter into a temporary receivership with any
creditors or enter into compulsory or voluntary liquidation (except for purposes of
recovery)
8. CONFIDENTIALITY
The Members hereto agree and undertake that all information and details, whether written or
oral, including but not limited to drawings, designs, information and data, in connection with
the Project shall not be disclosed to any other third party without prior written consent of the
other members of the agreement except for this agreement.
9. HEADINGS
The heading of this agreement is solely for reference and has no legal effect whatsoever and
shall not in any way affect the interpretation or constitution of this agreement.
10. FORCE MAJEURE
No Party shall be liable for any failure to perform its obligations under this agreement if the
failure results from events under Force Majeure. For the purpose of this agreement, such
events shall include, without limitation, strikes, lockouts, riots, civil disturbances, action or
inaction of governmental authorities, epidemics, wars, embargoes, acts of God or other
catastrophes.
11. MISCELLANEOUS
This agreement will conform to all relevant Indian laws and regulations. Any difference that
may exist will be negotiated in good faith and will not impact the effectiveness of the other
clauses.
IN WITNESS WHEREOF, the Members hereto have caused their respective duly authorized
representatives to execute this agreement the day and year first above written.

SIGNED BY

For and On Behalf of For and On Behalf of


M/s …………………………. M/s ………………………….

(Authorised Signatory) (Authorised Signatory)


Name: Name:
Common Seal of the Company Common Seal of the Company

Page 67 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX - 14
PARADIP PORT TRUST
MANDATE FORM FOR ELECTRONIC FUND TRANSFER/RTGS TRANSFER

Sub : Authorization for release of payment / dues from Paradip Port Trust through
Electronic Fund Transfer/RTGS Transfer.
1. Name of the Party/Firm/Company/Institute:
2. Address of the Party: _____________________________________
3. City __________________________ Pin Code ______________
4. E-Mail ID ___________________________ Mob No: __________
5. Permanent Account Number ______________________________
6. Particulars of Bank
Branch Name Branch Name
Branch Place Branch City
PIN Code Branch Code
MICR No
(9 Digit number appearing on the MICR Bank of the Cheque supplied by the Bank, Please
attach a Xerox copy of a cheque of your bank for ensuring accuracy of the bank name,
branch name and code number)
IFS Code: (11 digit alpha numeric code)
Account Type Savings Current Cash Credit
Account Number:
Supplier’s name as per Account

DECLARATION
I hereby declare that the particulars given above are correct and complete. If any transaction
delayed and not effected for reasons of incomplete or incorrect information I shall not hold Paradip
Port Trust responsible. I also undertake to advise any change in the particulars of my account to
facilitate updating of records for purpose of credit of amount through NEFT/RTGS Transfer.
Place: _______________
Date: ________________
Signature & Seal of the Authorized Signatory of the Party

Certified that particulars furnished above are correct as per our records
Bankers Stamp:
Date: ______________
Signature of the Authorized Official from the Bank

__________________________________________________________________________
Page 68 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX -15
FORMAT FOR REFUND OF EMD FOR THE E-TENDERING IN E&M DEPT.PPT

SL EMD Particulars
No
01 Name of the Bidder with address

02 Name of the Work

03 Tender No. / TCN No.& Date

04 Dept./Divn. of PPT

05 Amount of EMD in Rs. Rupees(………..)Only

06 Details of Bank Account from which the payment towards EMD was made
i) A/C No

ii) Bank/Branch

iii) IFSC Code

07 Reason for Refund

(Signature of Bidder / Contractor with date & seal)

Passed for Rs…………………………(Rupees.................................…………………………


…………………………………….……………………………………………………) only

Signature of the Controlling Authority


Concerned Division/Section/cell
Paradip Port Trust

Received Rs…………………………(Rupees……………………………………………. …
…………………………………………………………………………………) only
Signature of the Bidder /Contractor
With full postal address
__________________________________________________________________________
Page 69 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

PARADIP PORT TRUST

ELECTRICAL & MECHANICAL DEPARTMENT

NAME OF WORK: OPERATION & MAINTENANCE


OF
MECHNISED COAL HANDLING PLANT

E-TENDER CALL NOTICE NO: EM/MCHP-19/ 17

E-TENDER CALL NOTICE (TCN),


SPECIAL CONDITIONS OF CONTRACT (SCC),
TECHNICAL DETAILS OF MCHP, SCOPE OF WORK,

VOLUME-2
Paradip Port Trust
Mechanised Coal Handling Plant

E-TENDER CALL NOTICE

Page 71 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

PARADIP PORT TRUST


ELECTRICAL & MECHANICAL DEPARTMENT
MECHANISED COAL HANDLING PLANT
********
NO.: EM/MCHP/Tender-1/17/278 Date : 01.04.2017

e-TENDER CALL NOTICE (TCN) No. EM/MCHP-19/17


1. Paradip Port Trust invites online tenders from eligible bidders for the following work.
Sl. Name of work Estimated Cost E.M.D. Tender fee/ Period of
No of Work(in Rs) (in Rs.) Cost of Contract
Tender
Document
(in Rs.)
1 2 3 4 5 6
01 Operation & Maintenance 189,26,50,422/- 1,99,26,505/- * 20,000/- * 03 (three) years
. of Mechanised Coal
Handling Plant

*To be deposited through NEFT/RTGS as per Clause No.13, 15 &17 of ITB.


2. Bidders with the following eligibility criteria only may participate:
a) Similar Work Experience :
The bidders who have successfully executed similar work(s) as under within 7 years
ending on Dt.31.03.2017 (any one of the following) only may participate in the
tender.
i) One similar work of value not less than `151,41,20,338/- OR
ii) Two similar works of value not less than `94,63,25,211/- each OR
iii) Three similar works of value not less than `75,70,60,169/- each.
Similar work(s) shall mean:
(i) “Design, supply, erection and commissioning / Supply, erection and commissioning
of bulk material handling equipment such as stacker / reclaimer / stacker-cum-
reclaimer / ship-loader / ship un-loader / wagon tippler / wagon loader of capacity not
less than 1000 TPH. The equipment must have operated satisfactorily for at least 3
years after commissioning in a Sea Port or in a Power Plant or in a Steel Plant or in
mines exclusively where large bulk material such as iron ore, sinter, coal, lime stone
and dolomite are used.”
OR
(ii) Installation & commissioning of bulk material handling plant which includes
conveyor system and at least two bulk material handling equipments such as stacker/
reclaimer / stacker-cum-reclaimer / ship-loader / ship un-loader / wagon tippler /
wagon loader of capacity not less than 1000 TPH. The plant must have operated
satisfactorily for a period of at least 3 years after commissioning in a Sea Port or in a
Power Plant or in a Steel Plant or in mines exclusively where large bulk material such
as iron ore, sinter, coal, lime stone and dolomite are used.
OR

Page 72 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

(iii) “Maintenance” or “Operation & Maintenance” of a bulk material handling plant of


capacity not less than 1000 TPH comprising of conveyor system and at least two bulk
material handling equipment such as stacker/ reclaimer / stacker-cum-reclaimer / ship-
loader / ship un-loader / wagon tippler / wagon loader satisfactorily for a period of at
least 3 years in a Sea Port or in a Power Plant or in a Steel Plant or in mines
exclusively where large bulk material such as iron ore, sinter, coal, lime stone and
dolomite are used.
OR
(iv) The bidder must have proven technology and must have designed, manufactured,
supplied, erected and commissioned two nos. of Raw Material Handling Systems with
capacity of 1000 TPH and above. One no. of these Raw Material Handling Systems
must have operated satisfactorily for a minimum period of 3 years in a Sea Port or in
a Power Plant or in a Steel Plant or in mines exclusively where large bulk material
such as iron ore, sinter, coal, lime stone and dolomite are used.
b) Financial Turnover:
The bidder must have an average annual turnover of Rs.56,77,95,127/-(Rupees Fifty
Six Crore Seventy Seven Lakh Ninety Five Thousand One Hundred Twenty Seven)
only or more during last 03(Three) financial years ending on 31st March 2016.
c) Bidders should have (i) EPF Registration Certificates (ii) ESI/ Mediclaim Policy/
Employment injury & Compensation. If the firm is having any type of Mediclaim
Policy/ Employment injury & Compensation, etc. other than ESI, then the firm has to
submit an undertaking that if the work awarded in their favour, then the firm would
get registered under the ESI Scheme, (iii)Permanent Account Number [PAN],
(iv) Income Tax Return of preceding three years (FY: 2013-14, 2014-15 & 2015-16) ,
(v) Service Tax Registration Certificate and (vi) VAT/Sales Tax Registration on
works contract etc.
3. Bidders who have been debarred / terminated by any principal employer because of
breach of contract during the last 7 years shall not be allowed to participate in this
tender.
4. In case of continuation of the work such as operation & maintenance work, the work
experience for the completed period shall be considered only and if there is no
discontinuity in the period of such work, then the work shall be treated as one work.

5. Copies of supporting documents(work orders, completion certificates, etc.) of the


details of works / projects executed to meet similar work experience as per the
eligibility criteria indicated in the Tender Call Notice must be furnished by the bidders
in the Technical Bid. In case of work experience issued by private organizations, the
bidder has to submit the TDS certification in addition to the work experience
certificate, failing which it shall not be considered.

6. The prescribed Tender Document will be available in the website:


https://eprocure.gov.in/eprocure/app and www.paradipport.gov.in 1700 Hrs.
Dt.03.04.17 to 17:00 Hrs of Dt.22.05.2017 for online bidding.

Page 73 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

7. The bidder must possess compatible Digital Signature Certificate (DSC) of Class-II or
Class-III. Those Contractors not registered in the above mentioned website are
required to get themselves registered before hand with valid DSC.

8. Bids shall be received only “Online” on or before Dt.22.05.2017 upto 17:00 Hrs.

9. Bids received online shall be opened at 1100 Hrs on Dt.24.05.17. Bidders who
participated in the bid can witness the opening of bids after logging on to the site
through their DSC. In the event of the specified date of bid opening being declared a
holiday for Paradip Port Trust, the bids shall be opened at the appointed time on the
next working day.

10. Other details can be seen in the bidding documents.

11. The authority will not be held responsible for any technical snag or network failure
during on-line bidding.

12. The authority reserves the right to cancel any or all bids without assigning any reason.

Executive Engineer
MCHP Division
Paradip Port Trust
Copy forwarded to:
2. The PRO, PPT with a request to publish the TCN in the Port gazette Dt.15.04.2017
and publish the same in Newspapers as per norms and enclosed format in an early
date. The copy of Port gazette and news paper cuttings may please be sent to this
office for further action.
3. All HOD/Commandant, CISF/C.V.O,PPT / Heads of Offices/OOGF / Notice Board.
4. The Hindi Officer, PPT with a request to translate the TCN in Hindi and circulate.

Page 74 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

(Format for Publication of e-TCN in the News Paper)

PARADIP PORT TRUST


e-TENDER NOTICE

Name of the work “Operation & Maintenance of Mechanised Coal Handling Plant”
Estimated cost: Rs. 189,26,50,422/-. Last date & time of submission of bid: Dt. 22.05.2017
upto 1700 Hrs. Refer our Website for details https://eprocure.gov.in/eprocure/app and
www.paradiport.gov.in.

Executive Engineer
MCHP, PPT

Page 75 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

CONTRACT DATA
(A) GENERAL INFORMATIONS
SL.NO. ITEMS DESCRIPTIONS
1. Name of Work Operation & Maintenance of Mechanised Coal
Handling Plant
2. Department/Organization ELECTRICAL & MECHANICAL DEPARTMENT /
PARADIP PORT TRUST
3. Executing Division MCHP Division.
4. Officer Inviting the Bid Executive Engineer (MCHP)
5. Immediate Next Authority Superintending Engineer (MCHP)
6. Sanctioning Authority Trust Board
7. Executing Authority Executive Engineer

(B) BID INFORMATION


Sl. No Item Date Time
1 Tender e-publication date 03.04.2017 1700 hrs.
2.a) Document download start date 03.04.2017 1700 hrs.
b) Document download end date 22.05.2017 1700 hrs.
3.a) Start date for seeking Clarification on-line 03.04.2017 1715 hrs.
b) Last date for seeking Clarification on-line 24.04.2017 1700 hrs.
4. Date of Pre-bid Meeting 28.04.2017 1200 hrs.
5. Date of uploading response to Clarifications sought 08.05.2017 1700 hrs.
6.a) Bid Submission start date 03.04.2017 1715 hrs.
b) Bid Submission end date 22.05.2017 1700 hrs.
7. Cost of Tender document/Tender fee of On or before
Rs.20,000/- only to be deposited through 22.05.2017 1700 hrs.
NEFT/RTGS and on following A/c details
as per Clause No.17.0 of ITB
Account No. : 34390705999
In favour of : Paradip Port Trust
Type of Account: Saving
Branch : State Bank of India,
Bank Street, Paradip.
IFSC : SBIN0003945
8. EMD of Rs.1,99,26,505/- only to be deposited On or before
through NEFT/RTGS and on following 22.05.2017 1700 hrs.
A/c details as per Clause No.17.0 of ITB
Account No. : 34390705999
In favour of : Paradip Port Trust
Type of Account: Saving
Branch : State Bank of India,
Bank Street, Paradip.
IFSC : SBIN0003945
9. Bid opening date 24.05.2017 1100 hrs.
10. Bid Validity period 180 days
11. Currency of Contract Indian Rupee
12. Language of Contract English
Page 76 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

SPECIAL CONDITIONS OF CONTRACT

Clause No. Description


1.0 SITE VISIT, PRE-BID MEETING AND CLARIFICATION TO BIDDERS
2.0 BID PRICE
3.0 BID VALIDITY
4.0 SECURITY DEPOSITS
DOCUMENTS ESTABLISHING BIDDER’S ELIGIBILITY &
5.0
QUALIFICATION
6.0 CONTRACT PERIOD
7.0 DATE OF COMMENCEMENT OF WORK
8.0 DATE OF COMPLETION OF WORK
9.0 PRICE VARIATION
10.0 PAYMENT TERMS
FACILITIES TO BE PROVIDED BY THE PURCHASER / PURCHASER’S
11.0
OBLIGATION
12.0 DRAWINGS & MANUALS OF THE PLANT
13.0 DEDUCTION ON DEFAULT
14.0 EVALUATION OF YEARLY PERFORMANCE
15.0 TERMINATION OF THE CONTRACT
16.0 WARRANTY
REQUIREMENT OF PAY-LOADERS, HYDRA CRANES, MAINTENANCE
17.0
VEHICLES
18.0 REQUIREMENT OF OPERATION OF 2nd RECEIVING STREAM
19.0 REQUIREMENT OF INITIAL WORKS
20.0 RESPONSIBILITY TO RECTIFY LOSS OR DAMAGE
21.0 INCENTIVE SCHEME
22.0 SUBCONTRACTORS
THE CLAUSES OF THE TENDER DOCUMENT –
23.0
VOLUME-1 STANDS DELETED FOR THE SUBJECT TENDER
24.0 CONTENTS OF BID DOCUMENTS

Page 77 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

SPECIAL CONDITION OF CONTRACT (SCC)


1.0 SITE VISIT, PRE-BID MEETING AND CLARIFICATION TO BIDDERS:
1.1 The prospective bidders are strongly advised to depute their technical experts at their
cost with authorization letter to visit the site to assess and examine the site conditions,
requirement, the nature and quantum of work so as to prepare a realistic and
competitive bid for the execution of the work. It is the responsibility of bidders to
collect all information to their satisfaction in order to fulfill the obligations under the
contract.
1.2 A prospective bidder requiring any clarification on the Bid documents may request /
forward their queries to the Chief Mechanical Engineer, Paradip Port Trust in writing
on or before Dt.24.04.2017 in accordance with clause no. 7.0 of ITB. Queries raised
after Dt.24.04.2017 shall not be accepted. A pre-bid discussion based on the queries
received from the bidder will be held at 1200 hrs. on Dt.28.04.2017 in the chamber of
Dy.Chairman, PPT. In the pre-bid discussion, maximum 02 members from each firm
are allowed to participate. Consolidated list of queries by the bidders and response of
PPT will be issued by PPT as addendum in the website on or before Dt.08.05.2017
pursuant to Clause No.8 of ITB only if the clarifications requested for, are considered
appropriate by PPT.

2.0 BID PRICE:


2.1 The contract shall be for the whole works as described, based on the price submitted
by the bidder. The Bidder shall indicate in the prescribed Bill of Quantity tender
document, the prices towards fulfilling all obligations under the contract. The amount
indicated at Sl.No.1 of the BOQ i.e. “O&M of MCHP” is applicable for the first
contract year only. Similarly, the amount indicated at Sl.No.2 of the BOQ i.e. “One
time mandatory initial works” is a one-time payment and will be paid only after
satisfactory completion of the work listed at clause no. 19.0(ii) of SCC. The amount
quoted by the bidder must include all the costs including labour, materials for
operation & maintenance of equipment and systems including “One time mandatory
initial works”, transport charges, custom duties, octroi / entry tax, excise duty, sales
tax, works contract tax, turnover tax, all types of Cess, any other duties, taxes or
incidentals, insurance, compliance with statutes & regulations, retrenchment benefit
etc excluding service tax whatsoever payable for satisfactory performance of the
contractor’s obligations under this contract. PPT MAY REJECT ANY BID, WHICH
IS PRICED IN VIOLATION OF THE ABOVE REQUIREMENTS. The evaluation
and comparison of bids by PPT shall be made accordingly. The contract price for
item at Sl. no.1 of BOQ i.e. “O&M of MCHP” from second year onwards will be
governed by the price variation clause 9.0 of SCC.
2.2 Items not specially listed in the Bill of Quantity but required to be executed for
satisfactory compliance with the bid requirements as specified, shall not be separately
paid by PPT when executed and shall be deemed to be covered under price contained
in bidder’s Price bid. In order to prepare a realistic and competitive bid, the bidders
are advised to assess the site conditions, nature and quantum of the work to be done,
material and manpower requirements etc. correctly before submission of the bid.

Page 78 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

2.3 For financial evaluation, the amount quoted for “Operation & Maintenance of
Mechanised Coal Handling Plant” for 12 months (per year) at Sl.No.1 of BOQ will be
multiplied with 03 (three) to find out the O&M cost for 03 years, which will be added
with the amount quoted for “One time mandatory initial works” at Sl.No.2 of BOQ to
find out the total price for evaluation purpose.
2.4 Mechanized Coal Handling Plant has been designed to handle sized coal of -100 mm
size. But oversize coal / big size coal are being handled in a continuous manner.
Hence bidders are advised to quote their prices considering the O & M cost arising
out of handling normal/oversized/big size coal.
2.5 The price to be quoted for “Operation & Maintenance of Mechanised Coal Handling
Plant” at Sl.No.1 of BOQ (Rate per month x 12 months) is applicable for Operation &
Maintenance cost of the Plant for the first contract year. The price quoted for “One
time mandatory initial works” at Sl.No.2 of BOQ is a one-time payment which will be
paid only after satisfactory completion of the work listed at clause no. 19.0(ii) of
SCC. The prices and rates quoted by the Bidder shall hold good and shall be binding
on the bidder, not withstanding any increase in the prices of materials & labour,
Taxes, Duties or any other charges whatsoever and the bidder shall not be entitled to
claim any increase over the rates quoted by him during the period of the contract.
However, price variation clause as brought out under clause no 9.0 of SCC will be
applied once in a year from second year onwards to revise the rate / price after
completion of each contract year for the price quoted for “Operation & Maintenance
of Mechanised Coal Handling Plant” at Sl.No.1 of BOQ. No price variation is
applicable for the price quoted for “one time mandatory initial works” at Sl.No.2 of
BOQ.
2.6 The break-up price of Bill of Quantity shall be submitted separately in the formats
given at Annexure-I, II, III, IV & V in cover C-“Financial Bid” in order to facilitate
necessary deductions for non-utilization / non-execution of respective systems/ sub
systems/ equipment. Further, the above break-up price shall be also applicable in
order to facilitate necessary deduction for non-performance of the respective systems/
sub systems as brought out under clause no. 13.0 of SCC. The sum of the breakup
prices and the price quoted in the BOQ format should match. In case of discrepancies
the lower price shall be accepted. Similarly, if different prices have been quoted by
any bidder for the same item, the lower price shall be accepted. If sum of break-up
prices is at higher side, then the differential amount shall be deducted in equal
distribution from break-up components so as to match the lower price.
2.7 Paradip Port Trust does not have ‘C’ or ‘D’ form facility. The contractor may arrange
way bill at his cost for inter-state transportation of all the materials required for
successful execution of the work. The bidder must quote its price accordingly.

3.0 BID VALIDITY:


The bids shall be valid for a period of 180 days from the date of submission of bids.

Page 79 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

4.0 SECURITY DEPOSITS:


4.1 INITIAL SECURITY DEPOSIT (ISD):
The contract will be awarded initially for a period of 3(three) years. Therefore, the
Contractor shall furnish an ISD equivalent to 10% each of 3 times of the contract
price for “O & M of MCHP” for the 1st contract year and “one time mandatory initial
works” i.e. 10% x [3 x (contract price for item at Sl.No.1 of BOQ i.e. O&M of MCHP
for 1st contract year) +(Contract price for item at Sl.No.2 of BOQ i.e. One Time
Mandatory Initial Works)] in accordance with the provisions laid down at Clause
No.14.0 (Security Deposit) of Instruction to Bidder [ITB] of Volume-1 of the Tender
Document. In case of extension of contract for further period of 2 years, the
Contractor has to furnish another ISD within 15 days of issue of such letter of
extension in the shape of a Bank Guarantee equivalent to 2 times of 10% of the
contract price for “O&M of MCHP” for the 3rd year (contract price for the item at
Sl.No.1 of BOQ i.e. O&M of MCHP for 3rd contract year) valid up to 45 days after
completion of the extended contract period of 2 years. The Security towards ISD for
the initial 3 years shall be returned back on submission of ISD for extended period of
2 years within 45 days of successful completion of contract period of initial 3 years.
4.2 PERFORMANCE SECURITY DEPOSIT (PSD):
The PSD is not applicable for the work at Sl.No.1 of BOQ i.e. Operation &
Maintenance of MCHP. However, the same shall be applicable for the work at
Sl.No.2 of BOQ i.e. “One time mandatory initial works” as specified at Clause
No.10.1.2 of SCC.

5.0 DOCUMENTS ESTABLISHING BIDDER’S ELIGIBITY & QUALIFICATION:


In addition to the procedure and documents outlined at Clause No.15.0 (Documents
comprising the bid) at Instruction to Bidder (ITB) of the Volume-1 of the Tender
Document, “Schedule of Supplementary Information” to be submitted as per the
format given in Appendix-16 attached to the Volume-II of the Tender Document in
the Cover-B “Technical Bid”.

6.0 CONTRACT PERIOD:


Initially, the Contract period is for 3 years extendable by further 2 years subject to
satisfactory performance. The initial contract period of 3 years shall comprise of
3(Three) contract years from the date of commencement. Each Contract year means
twelve calendar months commencing from the date of commencement.

7.0 DATE OF COMMENCEMENT OF WORK:

The date of commencement of work will be treated as 01.11.2017.

8.0 DATE OF COMPLETION OF WORK:


This work is meant initially for a contract period of 3 years extendable by further
2 years subject to satisfactory performance. Hence initially the date of completion will
be treated as 3 (three) years from the date of commencement.

Page 80 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

9.0 PRICE VARIATION:

9.1 Since this contract is intended for 3 (three) years, the price variation shall be allowed
once in a year from the 2nd year onwards i.e. if the contract commenced on say
01.11.2017, then the price variation shall be allowed on 01.11.2018 which will
continue for the 2nd year and the next price variation shall be allowed on 01.11.2019
for the 3rd year.

The contract price shall be adjusted in accordance with the following escalation
formula:-
Pr= Po/100 (15+30 Mn/Mo+55 Ln/Lo).

Where;
Pr = Adjusted price.
Po = Price accepted.

Mn = Index number of wholesale price in India (average) for Machinery and


Machine Tools, as applicable on the 1st day of the contract year, published in
RBI Bulletin.
Mo = Index number of wholesale price in India (average) for Machinery & Machine
Tools as applicable on the base date i.e. due date of submission of bid,
published in RBI Bulletin.
Ln = Consumer Price Index Number for Industrial Workers (All India Average) as
published in RBI Bulletin , applicable on the 1st day of the contract year.
Lo = Consumer Price Index Number for Industrial Workers (All India Average) as
published by RBI Bulletin, as applicable on the base date i.e. due date of
submission of bid.
Mo and Lo shall remain unchanged during the contract period.
Po = Price accepted shall mean that the contract price for the 1st year of the contract
period as indicated in the LOI/Work Order i.e. for the item at Sl.No.1 of BOQ
“Cost of Operation & Maintenance of Mechanised Coal Handling Plant valid
for the 1st year of the contract period”.
.

Price escalation as per the above formula shall only be applicable for the 2 nd year
onwards.
9.2 In price escalation formulae, value for Mn/Mo and Ln/Lo shall be taken considering
2(two) digits after decimal and price adjustment shall be calculated accordingly.
9.3 In case of extension of the contract for further 2 years, the contract price for 4th year
and 5th year shall be adjusted as per price escalation formula mentioned above and it
shall be allowed on 01.11.2020 which will continue for the 4th year and the next price
variation shall be allowed on 01.11.2021 for the 5th year.
9.4 In case of delay in publication of RBI index, the previous year’s escalation will
continue provisionally subject to adjustment after publication of the RBI Index.
9.5 No price escalation is applicable for the item at Sl.No.2 of BOQ i.e. “One time
mandatory initial works”.
Page 81 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Special Conditions of Contract

10.0 PAYMENT TERMS:


10.1.1 The monthly payment for the item at Sl.No.1 of BOQ i.e. Operation & Maintenance
of Mechanised Coal Handling Plant shall be made as under.
The Contractor shall submit his bill in triplicate at the end of every month in specified
bill entry format. The pre-receipted bill in triplicate along with necessary satisfactory
performance certificate, supporting documents as required under this contract and
prescribed check list shall be submitted duly certified by the Engineer-In-charge for
the release of payment. The payment shall be made as below.
100% payment shall be made on monthly basis on every succeeding month within
15 days from the date of submission of bill provided bill submitted should be in order
in all respect. Recovery/ deduction, if any, shall be made from the monthly bill. Bills
submitted for less than a month shall be calculated on pro-rata basis considering a
month as 30 days.

10.1.2. The payment for the item at Sl.No.2 of BOQ i.e. One time mandatory initial works
shall be made as under :-

On satisfactory completion of all the one time mandatory initial works listed at Clause
No.19.0 (ii) of Special Conditions of Contract (SCC), 95% payment shall be released.
Balance 5% shall be retained towards Performance Security Deposit (PSD) for
warranty period. The warranty period is one year from the date of acceptance of the
works. The PSD shall be released within 60 days of successful completion of the
warranty period.

10.2 PAYMENT DURING CONTRACT PERIOD


For 1st year :-- Payment will be made pursuant to clause no 10.1.1 of SCC for the item
at Sl.No.1 of BOQ i.e. Operation & Maintenance of Mechanised Coal Handling Plant
based on 1st contract year price as indicated in the LOI/Work Order.
For 2nd year and 3rd year :-- Payment will be made pursuant to clause no 10.1.1 of
SCC for 2nd year and 3rd year contract price which will be derived as per clause
No.9.0 of SCC basing on price escalation formula and price indexes published by
RBI. The contractor shall submit the relevant documents in support of price indexes
published by RBI promptly so that contract price for 2nd year and 3rd year can be
calculated and communicated to the contractor with approval of PPT.
In case of extension of the contract for further 2 years, the payment for 4th year and 5th
year will be made as per the above guideline.
For payment towards one time mandatory initial works : -- One time payment will be
made pursuant to Clause No.10.1.2 of SCC. No escalation is applicable for this work.
10.3.1 At present, tendering for installation of Dry Fog Dust Suppression System (DFDS) at
RRS, Transfer Towers and installation of plain water sprinkling system at Stackyards
is under process. The work is expected to be executed and put into operation during
the tenure of this O&M contract. Once, the installation of new system is commenced,
the operation & maintenance of the existing DCS in the following locations will be
discontinued.
Special Conditions of Contract
Page 82 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

(a) Maintenance of 02 nos. of pumps and its installations at Process Water Pump
House.
(b) O&M of existing DCS at RRS including high pressure pump house.
(c) O&M of existing DCS at both the stackyard sprinklers.
(d) O&M of sprinkling system at Transfer Towers

Hence, the amount quoted for the above items in the break-up price at
Annexure-V(K) 1(b)[ proportionate cost of 02 nos of pumps], 2, 3, 4 shall not be paid
to the contractor from the date of discontinuation of O&M of above systems.

10.3.2 In case, it is decided to dismantle the conveyor S-11 & S-12 and the Switch Bin, the
amount quoted in the break-up price at Annexure-II - A (b)(ii) 29 “Up-keeping of
S-11 & S-12 and Switch Bin” shall not be paid to the contractor from the date of
intimation.

10.3.3 At present, Enterprise Resource Planning (ERP) is under tendering process. It is


expected that the ERP will be implemented during the tenure of this O&M contract.
Once the same is implemented, all the data related to the Plant are to be fed into the
system by the O&M contractor as per requirement. The amount quoted at break-up
price at Annexure-I (M) shall be paid from the actual date of implementation of ERP
at MCHP.

11.0 FACILITIES TO BE PROVIDED BY THE PURCHASER/PURCHASER’S


OBLIGATION :
Clause No.40.0 of ITB is amended as under:-
a) Electricity, water for execution of the work shall be provided free of cost to
the Contractor. It is the responsibility of the contractor to utilize the electric
and water sources provided in Transfer Towers, Drive Towers, Conveyors,
Machines, Substations, etc safely with up-to date maintenance of all the
sources.
b) Land inside harbour area and outside area for execution of the work may be
provided on payment of applicable tariff notified by Paradip Port Trust from
time to time. The Contractor shall have to indicate their requirement with
definite purpose in the technical bid for consideration by PPT in Appendix-16.
c) The space utilized for store inside PMR, some rooms in PMR, some rooms
inside amenity building and change room will be provided to the contractor on
free of cost for establishing site office, store and refreshment of Contractor’s
personnel. All office equipment including PCs, Telephone, Internet etc.
required for the Contractor’s establishment shall be arranged by the contractor
at his own cost.
d) The workshop building will be provided to the contractor free of cost for the
purpose of maintenance activities like fabrication / repairs / overhauling /
disassembly / assembly etc, storing of spares & stores & POL items, etc.
e) Upon request of the Contractor, PPT may provide Port Trust Quarters, during
the period of work, subject to availability and on payment of applicable Tariff.
The contractor shall specify the requirement in the technical bid in
Appendix-16.

Page 83 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

f) Medical facility will not be provided by the PPT to the Contractor. However
the contractor’s personnel can be provided with medical facilities at PPT
Hospital in emergency cases only on payment basis.
g) Issuance of Gate passes by PPT to Contractor’s personnel for entering into the
prohibited area shall be governed by the policies of PPT which is notified by
PPT from time to time from security angle.
h) Administrative support only, for obtaining clearance from any statutory
authority, shall be provided by Paradip Port Trust.
12.0 DRAWINGS AND MANUALS OF THE PLANT:
Drawings, specification and manuals of the plant, equipment, buildings, substations,
etc. whatever available with Paradip Port Trust in the plant information library shall
be handed over to the contractor. In addition to this, the programme for PLCs
available with Paradip Port Trust shall be handed over to the contractor. It is the
responsibility of the contractor to keep the above in the safe custody with
satisfactorily indexed. Photos of important activities may also be kept. The contractor
is also responsible for preparing drawings afresh for missing drawings or non
available drawings and updating the Plant drawings on a regular basis to ensure that
they are always maintained in a current state. Further, the contractor is also
responsible for preparing the drawings, manuals of the Plant, equipment, buildings,
substations etc. (Both existing and new) in the form of soft copy. However, the
drawings, manuals, etc are the property of Paradip Port Trust the secrecy of which
shall be maintained by the Contractor except for the scopes under contractual
obligations and same shall be returned to PPT on completion of the contract.

13.0 DEDUCTION ON DEFAULT:


Availability factor of machines, equipment and systems as per norms on demand,
maintaining the rated plant capacity, up keeping of proper cleanliness/housekeeping,
carrying out proper maintenance, attending breakdown in time (rectification of faults),
inventory management and following the safety aspects, statutory norms and
regulations are the essence of this contract. Therefore the Contractor shall meet the
performance parameters / norms / obligations pursuant to the contract. Failure on the
part of the Contractor to comply with the requirements shall attract a deduction on
account of underperformance. All the deductions on account of underperformance is
effective from the date of commencement of the work except for one time mandatory
initial works listed under clause No.13.7 of SCC.While calculating any deduction on
default only two digits after decimal will be considered for evaluation of ratios.
13.1 AVAILABILITY FACTOR OF MAIN SYSTEM:
The contractor shall ensure that the machine, equipment / system are available on
demand all the time. The Contractor shall guarantee an Availability factor of 95% in a
given month for the Main System i.e. shipping streams and receiving streams on
demand.
The percentage of availability shall be calculated as under.
A = Total demand time.
B = Stoppages on account of the Contractor
during the demand time.
% of Availability = (A-B) /A X 100.

Page 84 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

Availability of Shipping Streams for a given month shall be taken as the average of
individual availability of the Shipping streams. Similarly availability of Receiving
Streams for a given month shall be taken as the average of individual availability of
the receiving streams.

DEDUCTION ON ACCOUNT OF NON ACHIEVEMENT OF AVAILABILITY FACTOR:


Failure on the part of the contractor to meet the availability factor shall attract a
deduction due to underperformance on monthly basis and to be deducted from the
monthly bill.
i) Receiving Stream:
There are 4(four) possible combinations for receiving operation (i.e. Unloading of
coal from wagons, transportation through Conveyors, stacking of coal in the stackyard
by stacker(s). These routes are (a) Rail Receival 1 to stacker1, (b) Rail Receival 1 to
stacker2, (c) Rail Receival 2 to stacker1, and (d) Rail Receival 2 to stacker2.
However at any time maximum two routes can be put into operation as per demand.

The Deduction for underperformance shall be as follows:


Route Availability Deduction
95.0% and above NIL
>=90% and < 95% 2%
>=85.0% and < 90% 6%
>=80% and <85% 10%
The deduction shall be made from the quoted amount per month against operation &
maintenance of receiving streams in the break-up price Annexure-I A(a).

In case availability of receiving stream in a month is found to be below 80% then,


20% of the monthly quoted amount in Annexure-I, A (a) shall be deducted from the
monthly bill.

ii) Shipping streams:


There are 8(Eight) possible combinations for shipping operation (i.e. Reclaiming of
coal from stack-yard by Reclaimers, transportation through Conveyors, loading in the
ship(s) by Shiploader(s) OR loading of coal by ship-loaders through conveyors
directly from RRS). These are (a) Reclaimer1 to Shiploader1, (b) Reclaimer1 to
shiploader2, (c) Reclaimer2 to Shiploader1, (d) Reclaimer2 to Shiploader2, (e) Rail
Receival 1 to Shiploader1, (f) Rail Receival 1 to Shiploader2, (g) Rail Receival 2 to
Shiploader1, and (h) Rail Receival 2 to Shiploader2. Similarly there are 4(four)
possible combination for recycling operation (i.e. reclaiming the coal from one stack-
yard, transporting it through conveyors, and stacking in the same or another stack-
yard by Stacker(s)) which will be treated as the shipping stream. These are a)
Reclaimer1 to Stacker1, b) Reclaimer 1 to Stacker 2, c) Reclaimer 2 to Stacker1, and
d) Reclaimer 2 to Stacker2. At any time either one or two routes can be put into
operation.

Page 85 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Special Conditions of Contract

In case of requirement, vessel can be loaded by using two shiploaders


simultaneously (dual loading operation). Further, blending of coal i.e. high grade with
low grade shall be done (blending operation). In blending operation, coal unloaded at
RRS will be blended at Transfer Tower-1 with the coal conveyed in the recycling
operation.

The Deduction for underperformance shall be as follows:

Route Availability Deduction


95.0% and above NIL
>=90% and < 95% 2%
>=85.0% and < 90% 6%
>=80% and <85% 10%
The deduction shall be made from the quoted amount per month against operation &
maintenance of receiving streams in the break-up price Annexure-I, A (b).

In case availability of shipping stream in a month is below 80%, then 20% of the
monthly quoted amount in Annexure-I, A (b) shall be deducted from the monthly bill.

N.B
a) Demand time for shipping stream= Time of berthing of vessel to the time of
completion of vessel.
b) Demand time of Receiving Stream = Time of rake placement in Rail Receival
Station (RRS) to time of completion of unloading of rake.
c) In case of no ship/no rake in the berth/in RRS deck, demand time will be
treated as nil.
d) Two receiving streams will be operated at a time as per demand. However the
O&M Contractor shall operate the receiving streams alternatively taking into
account the back loading operation and depending on cargo particulars.
e) Availability of shipping streams & receiving streams will be calculated for a
month basing on daily availability of shipping and receiving streams
respectively.
f) In case of direct loading, the availability shall be calculated for the shipping
stream.
g) In case of dual loading, availability of individual route used for loading
operation shall be calculated separately.
h) In case of blending operation, availability of the recycling route used for the
purpose shall be calculated.

Stoppages of streams/routes due to following shall not be considered while


calculating Availability factor.
a) Stoppages due to power failure i.e. non availability of incoming Power supply
at SS#6, Ship’s account, No cargo, Stockpile changing, Hatch Change, Bench
Change, Draft Survey, Deballasting problem.
b) Stoppages due to Force majeure conditions like cyclone, flood, heavy rain etc.
c) Non working day declared by PPT.

Page 86 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

d) Stoppages due to removal of foreign materials, stone, concrete sleeper,


jamming of big size coal /stone/concrete sleeper, etc in-between the wagon
doors, engine dragging problem, non response of engine driver, ship account
in case of direct loading, railway track jamming and other Railway related
problems.
e) Stoppages due to machine placement depending on plot orientation.
f) Chute jamming by big size coal/ stone/ sticky cargo.
g) Delay in commencement of unloading of rakes after placement beyond control
of the Contractor.
h) Any other cause of stoppages which is beyond the reasonable control of the
Contractor for which the Contractor has promptly notified Paradip Port Trust
with sufficient justification and acceptable to the Engineer-In-Charge will not
be considered on account of contractor. In case of disagreement in
determining whether the cause is beyond the reasonable control of the
Contractor or not, the decision of Chief Mechanical Engineer, PPT shall be
final & binding.
Stoppages of streams/routes due to following shall be considered while calculating
Availability factor.
a) Apart from the stoppages mentioned above, all the stoppages shall be
considered on the account of the Contractor.
b) In case of route change over due to fault occurred in pre selected
shipping/receiving stream, then time taken for rectification of fault of the that
pre-selected route shall not be taken as non available time on account of the
Contractor though change over route is put into operation to meet the demand.
c) Unusual delay in stockpile changing, hatch change, clearing chute jamming &
spillage cleaning, clearing of RRS hopper grid as decided by the representative
of PPT shall be on account of the Contractor.
All the stoppages shall be communicated to the Engineer-In-Charge
designated by PPT or his representative at the time of occurrence and
subsequently in writing in suitable format.

13.2 DESIRED OPERATIONAL RATING OF MAIN SYSTEM.


Unless specified by the vessel, the contractor shall guarantee to maintain the loading
rate @3500 TPH (excluding the stoppages beyond contractor’s control) as desired
operational rating of shipping stream. However, the loading rate below the desired
rating as asked by the vessels shall be maintained by the Contractor. Dual loading of
vessel are covered under the operational requirement of the Plant. During dual
loading, calculation will be made as per the loading rate (for both the shiploaders)
specified by the vessel maximum upto 7000 TPH [@3500 x 2]. No separate
calculation will be made w.r.t. individual shipping stream. Similarly, the norm for
unloading of a rake (consisting of 58/59 wagons) is 1 hr. 45 mins. (Excluding the
stoppages beyond contractor’s control) which includes 15 mins. buffer for placement
of rake from top point to RRS table. The timing will be calculated from arrival of the
rake at top point/ departure of the previous rake from RRS in that route clearing the
down point (whichever is later) to completion of the rake.

Page 87 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

DEDUCTION ON ACCOUNT OF NON-COMPLIANCE TO DESIRED OPERATIONAL


RATING.

Shipping Stream
Failure on the part of the contractor to maintain the operational rating of the plant
shall attract a deduction due to under performance and to be deducted from the
monthly bill.
Calculation of operational rating of shipping stream:
M = Total quantity loaded as per the ship’s figure in Metric Tonnes.
T1 = Actual time period taken for completion of the vessel i.e. from time of
clearance for commencement of loading to the time of loading
completion excluding stoppages beyond control of the Contractor.
T2 = Scheduled time for completion of the vessel based on the loading rate
asked by vessel subject to the maximum rating of 3500 TPH.
T3 = (T1 – T2) = Excess time taken by the Contractor to complete the
Vessel.
Based on the above formula, excess loading hrs. (if any) for each
vessel handled during the given month shall be calculated and total
excess time over & above the scheduled loading hrs. shall be derived
for deduction as defined under;
‘A’ = Amount quoted per month against operation & maintenance of
Shipping stream as in Annexure-I, A (b).
∑T3 = Summation of T3 calculated for each Vessel in a month. (-ve figure of
T3 shall not be considered for calculation of ∑T3)
∑T2 = Summation Scheduled time for completion of the vessel based on the
loading rate asked by vessel subject to the maximum rating of 3500 TPH.
Deduction to be made from the monthly bill = A x ∑T3 / ∑T2
Receiving Stream
The contractor shall endeavor to promptly release BOBR rakes from the Rail Receival
Station (RRS) as per norm as fixed. Failure on the part of the contractor to release the
rakes within the schedule unloading time shall attract a deduction due to under
performance and to be deducted from the monthly bill.
Calculation of operational rating of receiving stream:
T1 = Actual time taken for unloading of a rake in hh:mm i.e. from arrival
of the rake at top point/ departure of the previous rake from RRS in
that route clearing the down point (whichever is later) to completion
of the rake to completion of the rake excluding stoppages beyond
control of the Contractor.
T2 = Scheduled time for completion of the rake i.e. 01 hr. 45 mins.
T3 = (T1 – T2) = Excess time taken by contractor in hr. for unloading of the
rake.

Page 88 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

Based on the above formula, excess unloading hrs. (if any) for each rake handled
during the given month shall be calculated and total excess hrs. over & above the
scheduled unloading hrs. shall be derived for deduction as defined under;
‘A’ = Amount quoted per month against operation & maintenance of
Receiving stream as in Annexure-I, A(a)
∑T3 = Summation of T3 in hr. calculated for each rake in a given month (-ve
figure of T3 shall not be considered for calculation of ∑T3).
N = No. of Rakes handled in a given month.
Deduction to be made from the monthly bill = A x ∑T3 / (1hr 45 min. x N).

Stoppages of streams due to following shall not be considered while calculating


desired operational ratings.

a) Stoppages due to power failure i.e. non availability of incoming Power supply
at SS#6, on Ship’s account, No cargo, Stockpile changing.
b) Stoppages due to Force majeure conditions like cyclone, flood, heavy rain etc.
c) Non working day declared by PPT.
d) Stoppages due to removal of foreign materials, stone, concrete sleeper,
jamming of big size coal /stone/concrete sleeper in-between the wagon doors,
Engine dragging problem, non response of engine driver, ship account in case
of direct loading ,Railway track jamming, other Railway problems.
e) Stoppages due to machine placement depending on plot orientation.
f) Chute jamming by big size coal/ stone/ sticky cargo.
g) Delay in commencement of rakes after placement beyond control of
contractor.
h) Slow operation due to non availability of required loadable cargo in the
stackyard / any other relevant reason to achieve the desired feed rate (Timing
of slow operation and quantity handled during that period shall be deducted
from the total operation time & total quantity handled respectively to evaluate
the rating factor).
i) Any other cause of stoppages which is beyond the reasonable control of the
Contractor for which the Contractor has promptly notified Paradip Port Trust
with sufficient justification and acceptable to the Engineer-In-Charge will not
be considered on account of contractor. In case of disagreement in determining
whether the cause is beyond the reasonable control of the Contractor or not,
the decision of Chief Mechanical Engineer, PPT shall be final & binding.
j) Delay in placement from top point due to grid cleaning for oversize coal,
foreign material, stone of the previous rake and handled in the same stream.

Stoppages of streams/routes due to following shall be considered while calculating


desired operational ratings.
a) Apart from the stoppages mentioned above, all the stoppages shall be
considered on the account of the Contractor.
b) Unusual delay in stockpile changing, hatch change, clearing chute jamming &
spillage cleaning, clearing of RRS hopper grid as decided by the representative
of PPT shall be on account of the Contractor.

Page 89 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

13.3 AVAILABILITY FACTOR OF ILLUMINATION SYSTEM


The contractor shall ensure that the illumination system is available at all the time.
The contractor shall guarantee the available factor of 99% as a whole keeping the
intensity of light as per industrial safety norms i.e. 10 lux in non-working area and
25 lux in working area as acceptable to the Engineer-in-Charge designated by PPT.

DEDUCTION ON ACCOUNT OF NON-AVAILABILITY OF ILLUMINATION:

The inspection of illumination system will be made by PPT once in a month without
any prior notice. Failure on the part of the contractor to meet the availability factor
during surprise inspection shall attract a deduction due to under performance and to
be deducted from the monthly bill. Availability of illumination system will be
calculated as given below.
The percentage of availability shall be calculated as under.
A : Installed quantity of light fittings as mentioned
in Data sheet.
B : Light fittings not in proper condition
including non-glowing.
% of availability : (A-B) / A x 100
The Deduction for underperformance shall be as follows:
Availability Deduction
99.0% and above NIL
>=98% and < 97% 2%
>=97.0% and < 96% 4%
>=96.0% and < 94% 6%
>=94.0% and < 92% 8%
>=92.0% and < 90% 10%
Below 90% 20%

The deduction shall be made w.r.t. quoted amount per month against Operation
& Maintenance of Illumination System as indicted in the break-up price
Annexure-I (D).

In case of availability below 90%, the contractor shall be given a time period of
7 days to rectify the system. If he fails to revive the system then 100% of the quoted
amount per month against Operation & Maintenance of Illumination System shall be
deducted from the monthly bill.

13.4 DEDUCTION DUE TO POOR OPERATION &MAINTENANCE OF MAIN SYSTEM


- RECEIVING STREAM & SHIPPING STREAM, AUXILIARY SYSTEM, HEAVY
EQUIPMENTS

Poor Operation & Maintenance shall mean


i) Operation of machines / equipments / systems / subsystems in abnormal
condition (s).
ii) Compromising in safety of machines and conveyor system by repeated &
prolonged by-passing of safety devices, field devices, and
monitoring/controlling devices during operation.

Page 90 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

iii) Tampering of Operational limits of the plant.


iv) Consecutive failure of machine / system / equipment or any component / sub-
system.
v) Maintenance not following the sound engineering practice.
vi) Non availability of any component in position.
vii) Nonworking of any system without information to PPT.
viii) Non availability of spares either new one or in overhauled/repaired condition.
ix) Non execution of deficiencies communicated by PPT in a mutually agreed
period.
x) Non attendance and non completion of breakdown in time agreed between
PPT and the Contractor.
xi) In case of failure of any component/ system of a machine / conveyor system/
substation, the Contractor may continue the operation of the stream by any
stopgap local mode in place of permanent arrangement / normal auto mode.
But, fault so occurred will be treated as poor maintenance.

Operation & Maintenance of different machines, substations, conveyor


systems, etc included in main system (receiving stream & shipping stream), auxiliary
system and heavy equipments shall be treated under poor operation and maintenance
if there is occurrence of any one situation or combination of situations as mentioned
above as per the EIC. This will attract a deduction from the monthly bill. The
deduction to be made is as under.
10% of the quoted amount for the individual machines, conveyor system,
substations, etc with reference to Annexure II, III, IV and V shall be deducted from
the monthly bill.

In case of disagreement, the decision of CME, PPT is final & binding for both.

13.5 DEDUCTION DUE TO POOR MAINTENANCE OF EOT CRANES, ELECTRICAL


& MANUAL HOISTS, CATHODIC PROTECTION SYSTEM, COMMUNICATION
FACILITY; i.e. INTERCOM, VHF COMMUNICATION etc.

Poor Maintenance shall mean


i) Non –operation of equipments at the time of requirement.
ii) Consecutive failure of any equipment / system or any component.
iii) Maintenance not satisfactory.
iv) Non availability of spares either in overhauled/repaired condition or new one.
v) Non execution of deficiencies communicated by PPT in a mutually agreed
period.
vi) Non-execution of OEM inspection w.r.t. schedule as per Clause No.5.3.6 of
Scope of Work.
Maintenance of different equipments shall be treated under poor maintenance if there
is occurrence of any one situation or combination of situations as mentioned above as
per the EIC. This will attract a deduction of 10% of the quoted amount for the items
with reference to Annexure I from the monthly bill.
In case of disagreement, the decision of CME, PPT is final & binding for both.
Page 91 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Special Conditions of Contract

13.6 DEDUCTION DUE TO POOR MAINTENANCE & REPAIR OF SUBSTATION


BUILDINGS, PUMP HOUSES, CHANGE ROOM, PLANT MONITOR ROOM,
AMENITY BUILDING, COMPRESSOR ROOM, BELT WEIGHING ROOM,
WORKSHOP, YARD TOILETS, and CABLE PITS ETC.
Poor Maintenance shall mean non maintenance (Civil, mechanical & electrical
maintenance) of above buildings, pump houses, other rooms, etc including painting as
per scope of work.
In case of poor maintenance to be judged on annual basis as per the EIC, 10% of the
yearly quoted amount of the item with reference to Annexure-I (H) shall be deducted
from the 1st monthly bill of succeeding year.
In case of disagreement, the decision of CME, PPT is final & binding for both.
13.7 DEDUCTION DUE TO POOR OPERATION & MAINTENANCE OF EXISTING
DUST CONTROL SYSTEM.
Poor operation & maintenance shall mean
i) Operation of Pumps / equipments / systems / subsystems in abnormal
condition (s).
ii) Consecutive failure of Pumps / equipments / systems or any component / sub-
system.
iii) Maintenance not following the sound engineering practice.
iv) Non-availability of any component in position.
v) Non-working of any system without information to PPT.
vi) Non-availability of spares either new one or in overhauled/repaired condition
at the time of requirement.
vii) Non-execution of deficiencies communicated by PPT in a mutually agreed
period.
viii) Non-attendance and non completion of breakdown in time agreed between
PPT and the Contractor.
Operation & Maintenance of different equipments shall be treated under poor
maintenance if there is occurrence of any one situation or combination of situations
as mentioned above as per the EIC. This will attract a deduction of 10% of the quoted
amount as indicated in the break-up price Annexure-V for that item from the monthly
bill for that month. Since the revamping of existing DCS has been covered under
“One time mandatory initial works”, a period of one year from the date of
commencement of the work shall be given to revamp the existing system and during
this period, no deduction shall be applicable. However, deduction due to poor
operation & maintenance of existing DCS will be effective after one year from the
date of commencement of the contract.
In case of disagreement, the decision of CME, PPT is final & binding for both.
13.8 DEDUCTION DUE TO POOR HOUSE KEEPING /CLEANINESS
It is the responsibility of the Contractor to maintain the cleanliness on daily basis. In
case, the level of cleaning / housekeeping is not upto the satisfaction of EIC during
inspection, the contractor shall initiate immediate steps to undertake
cleaning/housekeeping work including internal drain & grass and bush cutting in a
time bound manner failing which the Contractor shall be liable for penalty of
`50,000/-for the 1st violation and `1,00,000/- for the 2nd violation. For the 3rd
violation, 10% of the quoted amount for the item i.e. “Housekeeping /Cleanliness”
with reference to Annexure-I (I) or `2,00,000/- whichever is more shall be deducted
from the monthly bill.
In case of disagreement, the decision of CME, PPT is final & binding for both.
Page 92 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

13.9 DEDUCTION DUE TO VIOLATION OF SAFETY NORMS


The Contractor shall comply with all the requirements of safety regulations as
applicable and comply in all respect with all applicable laws of any duly constituted
Authority in India. Paradip Port Trust is certified with ISO 9001:2008 and ISPS. The
Contractor shall ensure that the maintenance work and documentation are maintained
to comply with the above said ISO requirements.
Without any prejudice, for any violation of safety requirements, the Contractor shall
be liable for a deduction of ` 10, 000/- for the 1st violation and ` 20, 000/- for the 2nd
violation. For the 3rd violation, the Contractor may be liable to be debarred from
execution of the contract and PPT shall have the right to get the contracted work done
by a 3rd party at the risk and cost of the Contractor. The cost thereof shall be deducted
from the Contractor’s bill or any other dues payable to the Contractor along with an
overhead charge of 20% of the cost.
14.0 EVALUATION OF YEARLY PERFORMANCE:
The performance of the contract shall be judged depending upon the fulfillment of
obligations of the contract such as (a) availability factor of receiving & shipping
streams on demand, (b) maintaining the desired operational rating of plant, (c) up
keeping of proper cleanliness/housekeeping, and (d) carrying out proper operation and
maintenance, attending breakdown in time (rectification of faults), inventory
management, etc. Failure on the part of the Contractor to comply with the
requirements shall attract a deduction on account of default as outlined in clause
no.13.0 of SCC.
The overall performance of the contractor shall be treated as satisfactory if the total
deduction amount on default in a contract year does not exceed 10% of the contract
price in the concerned contract year.
15.0 TERMINATION OF THE CONTRACT:
15.1 In pursuant to clause no.12 of GCC, the contract may also be liable for termination if;
i) The availability of shipping & receiving stream on an average is found below
80% consecutively for 3 months.
ii) Total deduction on default in a contract year exceeds 10% of contract price for
the year.
15.2 The Board will pay the Contractor on pro-rata basis for the services rendered by the
contractor during the month within 30 days after the Contractor’s receipt of notice of
termination.
15.3 The Clause No.12.5 of GCC is amended as “The contract may be closed on mutual
closure basis by giving written notice of at least 120 days in advance and neither
party shall have any right of any claim on the other on account of such closure of
contract”.
16.0 WARRANTY:
The materials purchased by the Contractor except the self life items during execution
of the contract and handed over to PPT after completion of the contract shall be
warranted for a period of 12 months from the date of receipt of materials by PPT for
which the contractor shall furnish a BG amounting to 10% of the handed over
materials valid up-to 60 days beyond the expiry of the warranty period.
Cost of materials handed over to PPT by the Contractor shall be released only after
submission of BG towards warranty of the materials.
Page 93 of 286
Paradip Port Trust Special Conditions of Contract
Mechanised Coal Handling Plant

17.0 REQUIREMENT OF PAY-LOADERS, HYDRA CRANES, MAINTENANCE


VEHICLES:

The Contractor shall maintain the above mentioned available equipments. In case of
requirement, PPT shall requisition the equipments giving 4 hrs. notice and the
Contractor shall provide the equipments with operator to PPT. For the period of
operation which shall commence from the time of Departure of the equipment from
the parking space and terminate on arrival of the equipment at the parking space, the
cost of the diesel only shall be reimbursed by PPT on monthly basis as follows w.r.t
Hour-meter:
a) Pay loader BL-200 ----- 8 Ltr. /hr
b) Pay loader –BL-40 ----- 25 Ltr./hr
c) Hydra Crane, 11 Ton – I/II ----- 3 Ltr./hr
d) Maintenance Vehicle- I / II ----- 1 Ltr. /3 KM.
e) DG Welding M/c ----- 1.5 Ltr./ hr.

18.0 REQUIREMENT FOR OPERATION OF 2ND RECEIVING STREAM:


Highest 24 nos. of BOBRN rakes are handled in a day at RRS of MCHP.
Accordingly, the contractor should make all arrangements at RRS to handle
maximum no. of rakes available. The present scope of work for Operation &
Maintenance of MCHP includes operation of both the receiving stream. However, in
case of requirement, PPT may discontinue the operation of 2nd receiving stream by
giving 30 days notice in advance and in such case, the rates furnished by the
Contractor in the break up price at Annexure-I,A(a)(ii) i.e. “Operation of 2nd
Receiving Stream” shall not be paid to the contractor.

19.0 REQUIREMENT OF INITIAL WORKS :


(i) The successful bidder is advised to make thorough survey/inspection of the plant
before taking over the plant and plan the initial works if any in his opinion required to
ensure the availability factor and desired operational rating of the plant in a consistent
manner during tenure of the contract period. The contractor shall give priority to the
works which are affecting the operational activity, safety aspects and also to avoid
further deterioration of the components which may affect in achieving the desired end
objective of the contract. All the materials, manpower required to carry out the works
is covered under the scope of the contractor and no extra payment will be made by
PPT on such account. Accordingly, the cost of such repairs shall be integrated in the
quoted price.

Time period to take up the initial works, if any, as opined by the Contractor shall be
taken up in a mutually agreed time schedule during operational gap.

Page 94 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Special Conditions of Contract

(ii) Mandatory Initial Works :-


Following initial works are mandatory in nature and are to be carried out by the
contractor and complete the same within one year from the date of commencement of
the contract.
(a) Revamping of existing Dust Control System :-
(b) Replacement of civil structurals of counter weight sheeve pulley of R-7 & R8.
(c) Shifting of belt weigher (Conveyor S-13 & S-14) from existing location

The details of above works to be executed have been described in the Scope of Work.
In case the contractor failed to carry out the above mandatory initial works within the
above time period, the work will be taken up by PPT at the cost & risk of the
contractor.

20.0 RESPONSIBILITY TO RECTIFY LOSS OR DAMAGE:


If any loss or damage happens to the works/property, or any part thereof due to
negligence of the Contractor for which the Contractor is supposed to take care thereof
during the period of the contract, the Contractor shall, at his own cost, rectify such
loss or damage to the works/property to the satisfaction of the PPT. The Contractor
shall also be liable for any loss or damage like damage to vessels / Railway wagons in
the course of any operations carried out by him and rectify the same in a time bound
manner for the purpose of complying with his obligations under the contract.

In the event of an emergency where, in the judgment of PPT, delay would cause
serious loss or damage, repairs or adjustments may be made by PPT or a third party
chosen by PPT without advance notice to the contractor and the cost of the work shall
be paid by the contractor.

21.0 INCENTIVE SCHEME :


Annual capacity of the Plant has been enhanced from 20 Million Ton to 28 Million
Ton. For handling beyond 28 Million Ton (shiploading quantity) per annum i.e. in a
financial year, additional amount shall be paid on pro-rata basis. That is the total
contract price for that financial year [for item at Sl.No.1 of BOQ i.e. Operation &
Maintenance of MCHP” ] divided by 28 million will be the rate per ton to be paid for
quantity above 28 Million Ton in that financial year.

In case shifting cargo is handled i.e. the cargo not unloaded at RRS of MCHP, but
shifted to the Stackyard of MCHP manually for shiploading purpose will be
considered for calculation of total quantity handled (shiploading quantity) in the
Plant. For calculation of above incentive scheme, the per ton rate for shifting cargo
will be calculated separately deducting the amount paid to the contractor towards
operation & maintenance of receiving stream as indicated in the break-up price as the
receiving operation is not carried out for handling of shifting cargo.

Page 95 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Special Conditions of Contract

22.0 SUBCONTRACTORS :-
Pursuant to Clause No.4.0 (Subcontractors) of General Conditions of Contract of
Volume-1 of the Tender Document, “Important activities of O&M contract cannot be
subcontracted. However, ancillary support services of the Plants such as
housekeeping, painting, providing services for heavy earth moving equipment can
only be subcontracted with prior approval of PPT.”

23.0 THE FOLLOWING CLAUSES OF THE TENDER DOCUMENT- VOLUME-1


STANDS DELETED FOR THE SUBJECT TENDER:
1. Clause No. 33.0 (Design Criteria), Clause No.34.0 (Drawings), Clause No.35.0
(Manuals), Clause No.37.0 (Quality Assurance Plan, Inspection& Testing),
Clause No.38.0 (Third Party Inspection), Clause. 42.0 (Vender list) of the
Instruction to Bidder (ITB)

2. Clause No.6.0 (Liquidated Damage), Clause No. 10.2 (Stage Payment),


Clause No. 10.3 (Advance Payment) of the General Conditions of Contract
(GCC).

3. Appendix-06 ((Bank Guarantee Format for Advance Payment), Appendix-07


(Corporate Performance Guarantee), Appendix-12 (Bank Guarantee Format for
Stage Payment).

24.0 CONTENTS OF BID DOCUMENTS :-


In addition to the contents of the Tender Document indicated at Clause No.6.1 of ITB,
following shall also form a part of Volume-2 of the Tender Document :–
Appendix-16 Schedule of Supplementary Information
Appendix-17 List of Long lead spares
Appendix-18 List of OEMs for Spare procurement
Appendix-19 Record keeping & Report generation for
Management Information System.

Page 96 of 286
Paradip Port Trust
Mechanised Coal Handling Plant

TECHNICAL DETAILS
OF
MECHANISED COAL HANDLING PLANT

Page 97 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

TECHNICAL DETAILS OF MECHANISED COAL HANDLING PLANT

The Port of Paradip is one of the 12 Major Ports in India. It is a self financing body under
the administrative control of the Ministry of Shipping, GOI. The port is governed by the Major Port
Trust Act–1963 and the Indian Ports Act-1908. The port is headed by Chairman who is assisted by
the Deputy Chairman and functional Departmental Heads.
Paradip Port is situated on the east coast of India, in the state of Odisha, at a latitude of 200 -
15’- 58”.63 North and longitude 860- 40’-27”.34 East and is the only Major Port in the State of
Odisha. Paradip Port is situated 210 nautical miles south of Kolkata and 260 nautical miles north of
Visakhapatnam. The foundation stone for the Port was laid by late Prime Minister, Pandit
Jawaharlal Nehru on 3rd January, 1962. The Port was opened to traffic with a single berth for
handling Iron Ore on 12th March 1966. Paradip Port was declared as the Eighth Major Port of India
on 18th April, 1966.
Paradip Port has excellent facility for handling variety of cargoes with modern cargo
handling plant & equipments, bagging and stitching plants, adequate back up space and storage
facilities. Paradip is a customer friendly ISO-9001-2008 certified and ISPS compliant port
rendering satisfactory service to the importers and exporters. The port functions round the clock,
365 days.
Meteorological Data:
Maximum temperature : 41o C
Minimum temperature : 8.9o C
Annual rain fall (average) : 1500 mm.
Average wave height : 2.76 mtr. to 3.07 mtr.
Maximum wave height : 6.14 mtr.
Minimum tide : 0.40 mtr.
Maximum tide : 3.46 mtr.
Wave direction (Apr-Sept.) : S-N
Wave direction (Oct.-Dec.) : N-E
Average wind speed (summer) : 35-42 km/hour
Average wind speed (winter) : 18-24 km/hour
Maximum wind speed : 180 km/hour as recorded on 29.10.1999

Port may experience strong winds and gales when any depression, storm or cyclone develop
in the Bay of Bengal and come close to the Paradip coast. Other technical details in this context
may be obtained by the bidder from the Meteorological Department.

Page 98 of 286
Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

ABOUT MECHANISED COAL HANDLING PLANT

Paradip Port Trust has installed a fully Mechanised Coal handling Plant with a handling
capacity of 28 million tones. The Coal handling Plant has been commissioned on 11.09.2001. The
plant is under commercial operation and working on 3-shift basis.
The Mechanised coal Handling System consists of a Rail Receiving Station (RRS) with two
parallel train unloading pits, a two row stock pile with two stacking conveyors with one stacker in
each line, two reclaiming lines in between the stock piles with two reclaimers over the same berm
& track & two ship loaders on the wharf. The system can unload two trains & load two vessels at
the same time. The stacking, reclaiming & vessel loading capacities are 4000TPH in each stream
with a designed annual Plant capacity of 20 million Ton which has been enhanced to 28 Million
Tons.

Apart from these, the plant have facilities for pollution control, communication, fire fighting
and fire detection system, ventilation and air-conditioning, water supply, drainage, approach roads
and auto plant control including measuring and monitoring instruments.
Paradip Port Trust now intends to outsource the Operation & Maintenance of the
Mechanized Coal Handling Plant with mandatory initial works in a consolidated manner to an
outside agency with sufficient experience in this field for which Paradip Port Trust (PPT) invites
bids online on the website eprocure.gov.in /eprocure/app from interested eligible bidders for the
work “Operation and Maintenance of Mechanised Coal Handling Plant”.
The following information in the Bid Document has been provided to assist the bidder in
preparing the tender. The Purchaser does not guarantee the accuracy or the completeness of the
information. Before using any of the information, the Bidder shall satisfy himself as to its
suitability, accuracy and completeness.

Page 99 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
1.0 SALIENT FEATURES OF MCHP:
PLANT COMMISSIONED ON - 11TH SEPTEMBER 2001
PROJECT COST - Rs. 831 CRORES
ANNUAL DESIGNED THROUGHPUT - 20 Million mT
PRESENT ANNUAL THROUGHPUT 28 Million mT
RATED PLANT CAPACITY - 2 X 4000 TPH
NUMBER OF STREAMS - 2
SIZE OF VESSEL - PANAMAX / SUPRAMAX / HANDYMAX
BASIN DEPTH - 14.5 Mtrs
BERTH DIMENSION - 520m X 20.45m
DRAUGHT - 14.5Mtrs
AIR DRAUGHT - 19Mtrs
TYPE OF BERTH - DECK ON PILES
TRAIN SIZE - 59 X 62mT BOBR WAGONS
HOPPER DIMENSION - 44 X 4mtr
CAPACITY - 700mT
Merigo Round Bulb Distance - RR2-1805Mtrs, RR1-1765Mtrs
RADIOUS - 330~350Mtrs
n
DISTANCE FROM PDP. RLY.ST TO RRS - 8Kms
MODE OF UN-LOADING - INDEXING
STACKYARD CAPACITY - 9 LAKHS Mt (Coal)
HEIGHT OF STACKING - 10 Mtrs (NORMAL), 15 Mtrs (MAXIMUM)
NO. OF STOCK PILES - 2
RIVER SIDE (STOCKPILE-1) - 60,600 M²
PORT SIDE (STOCKPILE-2) - 61,600 M²
TOTAL - 1,22,200 M²
STACKERS (Track Centre: 12m) - 2 NOS., BOOM – 57 MTRS, 4000 TPH EACH
RECLAIMERS (Track Centre: 14m) - 2 NOS., BOOM – 60 MTRS, 4000 TPH EACH
SHIPLOADERS(Track Centre: 12m) - 2 NOS., BOOM – (EXTENDED - 38 Mtrs.)
- (RETRACTED - 26 Mtrs.)
NO OF SURGE BINS - 2 (600 mT EACH )
CONVEYORS - LENGTH–9KMS,WIDTH–1800 / 2200/ 2400mm
-& SPEED – 4.0 Mtrs /Sec
-
2.0 CARGO HANDLED IN MECHANISED COAL HANDLING PLANT:

Sl. No. YEAR No. of rakes No. of Ships Qty. Loaded in mT


1 2001-02 596 47 1,855,812
2 2002-03 1,937 155 6,850,150
3 2003-04 2,311 181 8,001,368
4 2004-05 2,291 154 7,946,236
5 2005-06 2,511 214 8,286,208

6 2006-07 2,758 232 10,079,252


Page 100 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

7 2007-08 3,023 224 10,478,804

8 2008-09 3,126 247 10,821,401

9 2009-10 2814 223 98, 18,024

10 2010-11 2533 204 88,29,781

11 2011-12 2700 213 10,057,265


12 2012-13 3424 270 13,612,763
13 2013-14 4398 352 18,818,682
14 2014-15 5227 388 21,151,580
15 2015-16 5653 416 23,683,568
2016-17
16 4817 301 17,855,792
(Upto Feb-17)

3. 0 SYSTEM DESCRIPTION:
3.1 GENERAL
The Mechanized Coal Handling Plant consists of the following major equipment / system /
Building:
Machine / Equipment / system
Sl.No. Equipment Quantity
1 Belt feeder 4
2 Arc gate 4
3 Belt conveyor 18
4 Shuttle head 4
5 Tramp metal magnet 4
6 Stacker 2
7 Reclaimer 2
8 Flow Diverter 2
9 Rack & pinion gate 4
10 Vibro- feeder 4
11 EOT crane 4
12 Manual Hoist with electrical operated trolley 4
13 Manual Hoist 36
14 Ship loader 2
15 Belt scale 4
16 Ventilation and Air Conditioning System
17 Dust suppression system
18 Sewage & effluent system and portable water system.
19 Electrics, control, Illumination and communication system

Page 101 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

Buildings / Galleries / Sub-stations


Sl.No. Description
1 Rail Receival Station and Tunnel
2 Transfer Tower TT-1
3 Transfer Tower TT-2
4 Transfer Tower TT-3
5 Drive House DT-4
6 Drive House DT-5
7 Transfer Tower TT-6
8 Transfer Tower TT-7
9 Transfer Tower TT-8
10 Drive House DT-9
11 Conveyor galleries
12 9nos Sub-stations
13 Plant Monitoring Room
14 Stores & Workshop
15 Amenity building, Change room, Compressor room, Pump houses, Building at up
& down railway point, Watch tower building, Belt weigher room near TT#8, etc.

3.2 RAIL RECEIVAL SECTION:


3.2.1 Railway:
A total of approximately 20Km of 60 Kg Railway track is laid with two separate lines in the
RRS area of the loop for independent & simultaneous unloading from two trains. The
holding yard at the station end has five tracks & is connected to the unloading loop through
a double track link. On arrival at Paradip station, trains move either to the Rail Receival
Station (RRS) via the rail loop or if the RRS is occupied or out of service, to the holding
yard.
3.2.2 Rail Receival Operation:
There are two parallel independent rail-unloading pits, one on each of the parallel
tracks of the loop. Presently coal is delivered in unit train of approximate 3658 tonnes
payload comprising of 59 nos. of 62 tonnes bottom dump wagons. The train called as rake
passes through the receival station at a low speed and the rake unloading is being done in
indexing method.
Beneath the rail receival station there are four un-loading hoppers 1, 2, 3 and 4
each with a capacity of 350 tones. There are four feeder conveyors. 2400mm wide Feeder
conveyors R1A and R1B are installed below rail unloading hoppers 1 and 2 respectively.
2400mm wide Feeder conveyors R2A and R2B are installed below rail unloading hoppers 3
and 4 respectively. Feeder conveyors R1A and R1B discharge the coal on to conveyor R3.
Similarly feeder conveyors R2A and R2B discharge the coal on to conveyor R4. Both
conveyors R3 and R4 start from bottom floor of Rail Receiving Station and terminate at
transfer tower TT-1. Arc gate ARG1, ARG2, ARG3 and ARG4 are provided with feeder
conveyor R1A, R1B, R2A and R2B respectively. Arc gates are provided to control the
discharge of coal from respective feeder conveyor. At present, the Arc gates are not in use.
The speed of feeder conveyor is automatically controlled by VVVF drives.

Page 102 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
The coal dumped to hoppers by the train gets transferred to the main conveyor
R3/R4 by the 2400mm wide feeder conveyors & pass through Tramp magnet on its way to
either to the vessel or to the coal stockyard.

3. 3 STOCK PILING:
3.3.1 Technical Data of Conveyor System:
There are total 18 conveyors apart from 4 feeder conveyors in two streams. There are
16 routes of operation for stacking & ship loading which is selected by the operator from
one of the end machines or the Plant Monitoring Room. Four conveyor shuttles are located
at transfer tower TT1 at the head ends of conveyors R3,R4(from RRS) & S3, S4 (from
reclaimers) to enable each to discharge at four different transfer points. Flow diverters are
provided at transfer tower TT-7 & to feed from S7 & S8 either to the transfer vessel loading
conveyors S9 & S10 or to the Switch bin conveyors S11 & S12 as per requirement. Flow
diverters, conveyors S11 & S12, Switch bin in the above arrangement at present are
not in use. All the conveyors except the yard conveyors are covered.
3.3.2 Stacker:
Two rails mounted travelling; slewing & luffing stackers operate along the berm on
the northern & southern side of stock piles. An on-board PLC system allows automatic
operation of the stackers.
3.3.3 Stock Piling Operation:
Conveyor R3 and R4 feed coal to 4 Nos. each of transfer chutes through motorised
travelling type shuttle heads SH3 and SH4 respectively. After positioning of respective
heads over transfer chutes, coal can be transferred from conveyors R3 and R4 to any one of
conveyor S5, S6, R5 and R6 in transfer tower TT-1. Conveyors S5 and S6 direct the coal to
the ship loaders while conveyor R5 and R6 direct the coal to the stockpile.
Stockpile transfer conveyor R5 receives coal from transfer tower TT-1 and
discharges it to stock out conveyor R7 in transfer tower TT-3. Similarly stockpile transfer
conveyor R6 receives coal from transfer tower TT-1 and discharges it to stack out conveyor
R8 in transfer tower TT-2.
Stack out conveyors R7 and R8 discharge coal to the stockpile 1 and 2 via their
stacker ST-1 and ST-2. Conveyor R7 and R8 are long horizontal conveyors with drives
located at drive tower DT-5 and DT-4 respectively.

3.4 SHIPLOADING:
3.4.1 Reclaimer- :
Two bucket wheel Reclaimers operate on a central berm between the stock pile pads.
Both reclaimers travel on the same track of long travel rails but each reclaimers feed on to a
separate parallel reclaiming conveyors. The reclaimers are capable of controlled reclaiming
in range from 2500TPH to 4000TPH to enable the loading of ships with limited ballast
pumping capacity. The surge-bin with feeder conveyor has been incorporated on each
reclaimer to absorb the surges of bucket-wheel delivery & to feed a steady flow of coal to
the conveyor system & limit any surges to 4400 TPH peak design capacity. On board PLC
allows automatic control of the machine.

Page 103 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
3.4.2 Re-Circulation:
Recycling of coal from any location of the coal yard to another location in the same
pile row or the other at a rate of 4000TPH is done to prevent spontaneous combustion of
coal owing to prolonged storage by following means. Other purpose of recycling is to
accumulate scattered coal at one point to ease the reclamation during vessel loading.
Blending of coal i.e. high grade with low grade shall be done (blending operation). In
blending operation, coal unloaded at RRS will be blended at Transfer Tower-1 with the coal
conveyed in the recycling operation.

Coal reclaimed from the stockpile by reclaimers RC-1 and RC-2 is conveyed to
transfer tower TT-1 by means of conveyors S3 and S4 respectively. Reclaim conveyors S3
and S4 are equipped with shuttle head SH-1 and SH-2 respectively and discharge at various
points. For recycling of stacked coal, the shuttle heads SH1 and SH2 direct the coal to
conveyor R5 and R6 in transfer tower TT-1. For vessel loading of stacked coal shuttle head
SH-1 and SH-2 direct the coal to conveyors S5 and S6.

3.4.3 Switch-bins :
Two off line switch-bins each of 600T capacity are provided in the circuit between the
reclaiming & ship loading operations. During reclaiming operations, the switch-bins are by-
passed & the coal is conveyed directly to the ship-loader. When the ship-loader is required
to change the hatches, the coal is directed into the switch-bins where it is temporarily stored.
Thus the reclaimers & the conveyors can operate at a sustained output without stoppages.
The switch-bins are provided with 2 Vibrating feeders on each to feed to the wharf
conveyors. But the above system at present is not in use.

3.4.4 Shiploader:
Two Rail mounted, slewing, luffing & shuttling ship-loaders operate on the wharf to load
vessels between 30,000DWT to 90,000DWT. Each ship-loader is supplied by a separate
ship-loading conveying system. The ship-loaders have been provided with swiveling
loading spout equipped with a rotating & tilting spoon to direct the trajectory of the coal
stream as required for loading & trimming.

3.4.5 Ship loading Operation:


Ship loading conveyors S5 and S6 receive feed in Transfer tower TT-1 either from rail
receival station or from stockpile and direct it to conveyors S7 and S8 respectively in
transfer tower TT-6. From conveyor S7, coal feed to conveyor S9. Similarly from conveyor
S8, coal feed to conveyor S10. Conveyors S9 and S10 feed directly to wharf conveyors S13
and S14 respectively in transfer tower TT-8. Conveyor S-13 and S-14 supply coal to ship
loaders SL-1 and SL-2 respectively. The drives of conveyors S-13 and S-14 are located in
drive tower DT-9.

3.5 ELECTRICAL SYSTEM:


The existing 132 / 33 kV sub-station with two 40MVA 132KV/33KV transformers caters to
the power requirement of the entire Paradip Port which includes Mechanised Coal Handling
Plant also. Power supply at 132 kV is received from Paradip Garh sub-station in double
circuit at the 132 kV Receiving Gantry Towers of the sub-station. The power at 132 kV is
fed to 40 MVA transformers through the 132 kV indoor sub-station. The 33 kV switch-
board receives power from the 40 MVA transformers.

Page 104 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
For the Mechanised Coal Handling Plant there are six (6) major sub-stations namely sub-
station - 1,2,3,4,5 & 6. Sub-station-6 (33 / 6.6KV, 2 nos. 20 MVA transformers) is called in
the plant as Main sub-station as this Sub-station-6 receives main power of 33 kV from 132 /
33 kV sub-station and steps down to 6.6 kV and feeds other sub-stations, main machines
like stacker, reclaimer, shiploader etc. In this connection it may be mentioned here that the
operating voltage of the main drives of the plant are 6.6KV.

The 132 KV substations is equipped with PLC system, which is linked to the plant PLC
system at SS#6 through radio modem for auto operation of the capacitor bank.
The details of the power distribution is given in the “Block diagram of Power distribution
system” enclosed with this Document. A key single line diagram is also enclosed which
gives over all distribution scheme. The scope of the Bidder starts from 33 kV bus incomer
breakers in sub-station-6 downstream up to the ship loaders and other installations including
other 8 substations in the plant.

In addition to the above there are 3 smaller 6.6 kV / 415 V sub-stations in the plant to
feed various drives / machines / systems pertaining to the Mechanised Coal Handling Plant.

HT / LT switch gear, power distribution boards, PLC panels, Motor Control Centers,
ACDB, DCDB, LPDB etc. as per requirement are located in sub-stations.
3.5.1 Demand & Loading factor of MCHP:
1) Total connected load of the Coal Handling Plant is 18.5 MVA approx.
2) Total operational load of two receiving Streams & two Shipping streams is 12 MVA
approx. at peak load.
Main machines like stackers, reclaimers, ship-loaders etc. have their own electrical
Transformers, MCC Panels, PLC Panels, VVVF controllers, LPDB, HT Isolator etc.
installed on the machines itself.
In addition to the main machines / equipment / systems, the plant also has many auxiliary
systems with associated electrical drives and control like air conditioning system,
ventilation systems, dust suppression system, fire detection & alarm system, inter plant
communication system, plant illumination etc.
In case the Bidder wants to know more details of the plant elelctrics, he shall visit site,
interact with Purchaser and obtain the required information / data / drawings etc.
3.6 CENTRALISED MONITORING AND AUTO-REMOTE AND AUTO-SEQUENCE
CONTROL:
Summary;
The Control system is based on a centralised monitoring arrangement from the Plant Control
Room (PMR). The operation can be controlled from the machine operators at the destination
point or the operators at PMR. There are 08 possible combinations of routes for routing the
coal unloaded from the wagons either to the stack-yard or to the Ships. There are 04
possible combinations of routes for reclaiming of coal for shipping operation. There are 04
possible combinations of routes for re-circulation of coal to prevent spontaneous
combustion of coal owing to prolonged storage. The operator has to select the intended
route he wants to take the coal before starting the system. The status of all the routes is
available to him by the Human Machine Interface (HMIs) in the cabin or in the PMR. The
electronic data processing system is linked to the belt weighers and the operator of the
equipment programme the ship-loading plan using the control system. Data can be keyed in

Page 105 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
at all the points so that printouts for reports etc. can be generated at the PMR. Interface with
the main electronic data processing unit is not planned now. It is possible to link up if
necessary in future. The auxiliary operations like dust suppression etc. can be controlled
from either from the PMR or in a localised manner.
The control system architecture is designed for efficient operation of the plant and alteration
in the field parameters can be done using programming units.

3.6.1 Control System Overview:


The Coal Handling Plant is provided with a fully networked Programmable Logic
Controller (PLC) based Control System. Siemens PLCs S7 - 400 & Win CC operator based
Control System is employed. There are 21 nos. of PLCs net worked together which includes
2 Nos. of Gateway PLCs at PMR for interfacing the even and odd networks available in the
system.
All fixed plant PLCs within the Coal Handling Plant are linked via plant communication
network that will allow peer to peer data transfer between the respective PLCs.
The mobile machine PLC's shall communicate directly with their respective yard conveyor
PLC's, that in turn provide this information to the network. This will be a serial
communication link via copper flexible reeling cables and slip rings onto the machines.
The 132 kV substation PLC communications using a serial communication link via a radio
modem connection to the 33kV coal handling plant substation PLC for auto operation of
capacitor bank installed at SS#6.
There are 5 types of communication adopted in MCHP.
1) Ethernet communication
It is connected with gateway PLC (20, 21) in PMR to SCADA software (WinCC
Siemens).
2) Profibus communication
In PMR, both gateway PLCs are connected with two types of Bus 1) Odd, 2) Even.
Even / Odd PLC’s are connected with all substations.
3) Point to Point
Substation PLC to machines PLC is connected with serial modem.
4) Radio frequency
It is used at shiploader for remote operation of both Tx & Rx. These are connected
with related PLC.
5) Wireless communication
132 KV substation is connected to SS#6 (main Receiving substation of MCHP) by
using wireless modem. This line of sight around 2.5 KM & data transferring is done
in both ways (both way communication).

3.6.2 Control Philosophy:


The coal transfer system has been designed to operate as two independent parallel streams
but routes can be set up using elements from both streams.
All drives onboard the machines are controlled by machine operators. All applicable routes
can be selected or deselected by the operators at either end of the route or from Plant
monitoring room. The selection of a route will not start any drives. Since all sequences
depend upon the downstream drives operating, the downstream machine operator (Stackers
or Shiploaders) is required to initiate the route sequence start from on-board machine. The
boom conveyor on the downstream machine will then start up followed by the subsequent
plant drives along the selected route. With all down-stream plant and drives running, the up-
stream operator (Reclaimer or Rail Receival) may then start the source of coal. A sequence
stop of the route can be initiated from operators at either end of the route.

Page 106 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

Page 107 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

Page 108 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
3.7 PLANT OPERATION MODES:
3.7.1 Auto/Local Mode (for fixed plant):
Control of the individual drives will depend upon the mode of operation selected. Each
individual drive in the fixed plant (i.e. conveyor, feeder, shuttle, pump etc.) shall have an
associated auto/local mode.
These modes of control are defined as follows:
Local: In local mode each drive shall be started and stopped from a local start/stop station
adjacent to the drive motor. Only hardwired interlocks for each drive such as overload,
emergency stop, travel limits and statutory safety devices will remain part of the motor
control circuit. This mode is to be used during maintenance, testing and for local control.
Auto: In Auto Mode, each drive shall be started & stopped as part of an automatic sequence
of the selected route.
For process stream drives (conveyors, feeders, shuttles, etc.), auto/local selection will occur
upon selection/de-selection of routes respectively i.e. all drives comprising a selected route
will be set to auto mode. A route cannot be selected, if any of the required plant drives are
running in local or is faulted.
For non-process stream drives (sewage and water pumps, dust suppression sprays, etc.),
auto/local selection will be via field selector switches.

3.7.2 Manual/Local Mode (for mobile machines):


Each stacker, reclaimer & shiploader will be controlled by an operator from the non-board
control cabin and will be equipped with its own PLC and operator interface screens. The
machines shall be capable of being operated in manual/local mode. The manual/local mode
is synonymous with the auto/local mode for fixed plant i.e. in manual mode, each drive will
be started and stopped as part of the automatic PLC controlled sequence, in response to
commands from the operator. The local mode is same as for fixed plant machines and is
meant for maintenance purpose.

3.7.3 Plant Control Points:


The Control system Philosophy is designed for efficient operation of the plant & alteration
in the field parameters. The plant controls are performed from the plant monitoring room,
rail receival station, stackers, reclaimers and / or ship loaders depending on the route in
operation.
Plant control includes the following operations.
(a) Selecting plant routes
(b) Starting / stopping machines & plant routes
(c) Machine movement (Travel, slew, luff , shuttle ) & modes ( manual / Local )
(d) Acknowledging alarms
(e) Setting plant variables (i.e. feed rates etc.)

3.7.4 Rail Receival Station:


Rail Receival Station can unload coal either to stockpiles via the stackers, or directly to the
ships via the ship loaders.
The rail receival station is equipped with two operator interface stations from which the
operation of drives associated with both streams can be controlled.
The rail unloading signaling system is controlled independently from the Plant Control
System and is performed by the rail receival station operator.
Page 109 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
All drives and equipment used to transfer coal from the rail receival area to the stackers or
direct to the ship loaders are monitored from the rail receival station operator interface
stations. All associated route selections may be selected from either of these operator
interfaces. However, the stacker or ship loader operator will initiate the sequence starting of
these routes.
Indication of the current status of drives in each part is displayed in order to enable the
operator to select a flow path for the coal when commencing rail unloading operation.
Co-ordination with Loco drivers during unloading of coal wagons is carried out over hand
held radio sets.

3.7.5 Stackers, Reclaimers and Ship-loaders:


Control of the operation functions of each of these machines is performed by the respective
on board operator.
Each machine is equipped with an operator interface OP-37 of Siemens make. The operator
interface provides a means of monitoring machine positional status, drive status and alarm
indication.
The current status (ready/running/faulted) of all major drives within the plant relevant to
machine routes will be monitored and displayed by each operator interface.

3.7.6 Plant Monitoring Room:


Coal handling plant system monitoring and co-ordination is performed at the Plant
Monitoring Room. Limited operator control of the coal handling plant is possible from the
plant monitoring room operator interface screens. This is restricted to non-process stream
equipment such as stockpile dust suppression sprays.
The function of the Plant Monitoring Room is to provide a centralised point for plant co-
ordination, system performance monitoring, reporting and alarm logging.

3.7.7 Local Stop/Start Stations:


Adjacent to each drive is a local start/stop control station with start and lockout stop push
buttons. The start push-button shall only be effective when the drive is in Local Mode.
When operating from the local start/stop stations adjacent to the drives all hardwired
interlocks and protection devices such as emergency stop, pull wire and isolation switches
will be operable but no drive to drive interlocking or blocked chute interlocking is provided.

3.8 PLANT SEQUENCING:


3.8.1 General
On receipt of a route sequence start command from the downstream machine operator, all
selected conveyor equipment will start in sequence from the downstream through to the
most upstream. Immediately preceding the start of each drive the respective warning siren
shall be sounded. All equipment shall be interlocked in Auto mode such that it cannot run
without its immediate downstream drive running.
A route sequence stop command will drain the system of coal and subsequently shutdown
the plant in a controlled sequence.
The Plant control system incorporates trip sequences which will shutdown necessary plant if
any stoppage occur in any part of the plant. A stoppage may be caused by deselecting a

Page 110 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
route, by switching a machine to local, by pressing the emergency stop or by any one of the
protective trips. All upstream equipment will immediately stop. The downstream equipment
from such a fault will continue to operate for a predetermined time period or until the fault
is rectified and reset. The upstream drives can then be restarted by initiating another route
sequence start command from the downstream machine. For this purpose, the status of the
relevant routes must be clearly displayed to the machine operators.

3.8.2 Route Selection:


Each Rail Receival, Stacker, Reclaimer and Shiploader Operator shall be able to select one
of the four possible routes for their respective equipment via their operator interface screens.
Routes may be selected by Operators at either end the coal flow path.
Upon receipt of a route selection request, the Control System (after validating availability of
the requested route) shall place all inclusive drives in Auto mode. Shuttles and flow diverter
gates shall then automatically move to the required positions. Any condition preventing
setting of the selected route (e.g. required drives unavailable, shuttle failed to move etc.)
shall be clearly displayed to the relevant operators. Only when the route has been
successfully set, then only a route sequence start is possible. These conditions are clearly
displayed to the downstream operator via the operator interface screen.
Any drive with provision for controlled feed rates such as rail receival belt feeders,
reclaimer belt feeders and shiploading switch bin vibrating feeders shall ramp up at a
controlled rate from the minimum value to the desired set point as set by the respective
operator.

3.8.3 Route Sequence Start:


Sequence is started beginning with the most downstream drive in the selected route.
Successive upstream drives are started after the preceding drive is running and required
minimum speed has achieved. Route sequence starts or restarts can only be initiated from
the operator for the downstream machine (stacker and shiploader). For the start sequence to
commence, the route must be successfully set, no required drives faulted and the
downstream must be ready.

3.8.4 Route Sequence Stop:


A route sequence stop shall have set time delays between each conveyor stopping to allow
the plant equipment to completely empty coal from the conveyors. Route sequence stops
may be initiated from Operators at either end of the route. Selection of a sequence stop shall
be clearly displayed to both operators on the route via their operator interface screens.

3.8.5 Sequence Trips:


In the event of a fault occurring on a selected drive the faulted drive plus the upstream
drives shall stop immediately. Downstream drives shall continue to operate for a pre-set
time delay before shutting down. Restarting part of or the entire route shall be by the
downstream Operator’s route sequence start command.

Page 111 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
3.8.6 Fault Detection:
As most of the likely faults and their cause are programmed in the software, the system
helps in identification of almost all faults.
Whenever a fault occurs in the plant, it will be automatically displayed on the monitor
screen of all the operators indicating the unit that has developed a fault. A red light will be
blinking in the mimic page indicating that area. A message will also come at the top of the
screen showing the type and region of fault that has occurred. The operator of the Control
Room In-charge can further see the list of faults occurred and cleared by operating the
keyboard. This helps to attend the fault without loss of time.

3.9 ANTI-COLLISION SYSTEM:


As two reclaimers and two shiploaders travel on the same track located in the reclaimer
berm & on the wharf respectively, to prevent collision between the two machines anti-
collision sensors are provided.

3.10 WEGHING SYSTEM:


In order to maintain accurate accounts of loading and stock pile inventory a weighing
system has been incorporated in to the coal handling system located in the wharf conveyers
S13 & S14 and in the booms of stackers. The weighing system works on the principle of
Load Cells.
Auxiliary Equipment
Tramp metal magnet MA-1, 2, 3 and 4 have been provided on conveyors R3, R4, S3 and S4
respectively.

3.11 VENTILATION SYSTEM


Ventilation systems of 6000 cum. per hour capacity for supply of fresh and filtered air by
fan, ducting and supply air grills have been provided in sub-stations SS1, SS2, SS3, SS4,
SS6, Rail Receival Station and tunnel of conveyors R3 & R4.

3.12 AIR-CONDITIONING SYSTEM


15 TR capacity air conditioning system has been provided for air conditioning of
switchboard room and control room.

3.13 GENERAL & ANCILLARY ELEMENT SYSTEM:


3.13.1 Dust Control System (D.C.S)
The system is installed in MCHP for suppression of dust generated from different sources in
the year 2010. This comprises of the followings;
(a) PWPH
(b) Process Water Underground & Overhead pipe network
(c) High Pressure Pump House at RRS
(d) All Transfer Towers
(e) Stack-yard (Sprinklers and Fire monitors)

At present, tendering for installation of Dry Fog Dust Suppression System (DFDS) at
RRS, Transfer Towers and installation of plain water sprinkling system at Stackyards is
under process. The work is expected to be executed and put into operation during the tenure
of this O&M contract. The operation & maintenance of new DFDS system at RRS, Transfer
Tower and plan water sprinkling system at Stackyards is not included in the scope of this
contract.
Page 112 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
3.13.2 Service Water System
Wash down points are provided at different points in the coal handling plant for washing
purpose. These points are provided in each reinforced concrete floor of transfer towers, rail
receival Station and conveyor galleries.

3.13.3 Fire Detection and Alarm System


An automatic fire detection and alarm system is installed to cover all strategic points of the
plant. The detection and alarm system comprises of a number of individually addressable
fire detectors, manual break glass type call points, microprocessor based main fire alarm
panel and some repeater panels. The repeater panels repeat the annunciation processed in
the main panel and activate the local sounders to alert the nearby operating personnel. They
give indication of the area affected by fire and the exact location of actuated detector. For
coal conveyers, transfer points and tunnels infrared detectors have been provided which will
immediately stop the conveyer drive motor if a fire is detected. An “OPEN” type medium
velocity spray system is provided in the conveyor tunnel that will be activated by infrared
detector and solenoid actuated deluge valves. In the substations Electronic rate of rise of
temperature cum fixed temperature type of heat detectors have been provided.
For extinguishing small local fires, portable fire extinguishers are provided at transfer
towers and rail receival station.
There are plant hydrant system for conveyors, transfer towers and rail receival station.
These hydrants are fed from a common header for process water, dust suppression and fire
fighting. From these hydrant valves the water is directed to the fire through hose & nozzle.
3.13.4 Environmental Protection Measures:
To prevent pollution to Marine Environment & leakage to ground water, precautions have
been taken. Stockyards have been constructed with longitudinal & transverse gradients to
enable easy drainage of water to two settling ponds. The water from the settling ponds over-
flows to the process water pond situated in between the settling ponds for ready discharge.
An impermeable foundation material like LDPE (Low density Polyethylene) liner has been
laid under the stockyards, stackers, & reclaimers berms & slopes & bed of the settling &
process water ponds to prevent contamination of ground water. Dust control is achieved by
water spray system at both sides of the stockyard & water sprinkling at all the transfer
towers including rail receival stations & by provision of enclosed structures at all transfer
towers & covered conveyors wherever possible.
A green belt has been developed by the Port for the coal handling plant. The area around the
stockyard, near the buildings & adjacent to security wall are getting landscaped with trees &
other plants of natural Indian species. These shall provide a windbreak thereby reducing
wind impact on the coal stockpiles & minimizing air borne dust problems.

Page 113 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

4.0 TECHNICAL DETAILS OF EQUIPMENT, MACHINES, AND SYSTEMS


ETC.
4.1 MAIN SYSTEM (SHIPPING & RECEIVING STREAM)
4.1.1 Stacker-1 & Stacker-2
4.1.2 Reclaimer-1 & Reclaimer-2
4.1.3 Shiploader-1 & Shiploader-2
4.1.4 Data sheet of pulleys for machines (Stackers, Reclaimers & Shiploaders)
4.1.5 Conveyor -1 A / 1 B & 2 A / 2 B
4.1.6 Conveyor R3 / R4
4.1.7 Conveyor R5 / R6
4.1.8 Conveyor R7 / R8
4.1.9 Conveyor S3 / S4
4.1.10 Conveyor S5 / S6
4.1.11 Conveyor S7 / S8
4.1.12 Conveyor S9 / S10
4.1.13 Conveyor S13 / S14
4.1.14 Status of Conveyor Belt
4.1.15 Status of Gear Box
4.1.16 Brief Description of Dust Control System
4.1.17 Substations – 1 to 9
4.1.18 Automation System
4.1.19 Rail Receival Station, Arc gate ,Compressor and Ventilation system
4.1.20 Chutes
4.1.21 Track line of Machines
4.1.22 Belt weighing system
4.1.23 Tramp Magnet
4.2 AUXILIARY SYSTEM
4.2.1 Raw water, Sewage water & Effluent water Pump house
4.2.2 Potable water system
4.2.3 DG set
4.2.4 Air conditioning system in MCHP
4.3 HEAVY EQUIPMENT
4.4 ILLUMINATION
4.5 EOT CRANES, ELECTRICAL & MANUAL HOISTS:
4.5.1 Electric Operated Trolley Crane
4.5.2 Manual Hoist
4.6 CATHODIC PROTECTION
4.7 COMMUNICATION FACILITY, I.E. INTERCOM, VHF COMMUNICATION ETC.
4.8 CLEANLINESS / HOUSEKEEPING
4.8.1 Drain Layout & Details
4.8.2 Grass Cutting & Details
4.9 PAINTING AREA OF THE PLANT

Page 114 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
4.1 MAIN SYSTEM (SHIPPING & RECEIVING STREAMS)
4.1.1 STACKER-1 & 2:
Name of Manufacture : LARSEN & TOUBRO with JV
STRACHAN& HENSHAW LTD.; U.K.
No. of Equipment : 02 Nos.
The stacker runs on four rails (double track on each side) with the base frame being
supported on three legs with fully compensated bogies. The base frame carries a
combination ball and roller bearing slew ring with external gear ring. The upper half of the
slew ring carries the boom and slew structure. The machine is of rocker type. The
counterweight is located on the tail boom which ensures that the machine remains back
heavy under all conditions of operation ensuring stability. The boom and luff superstructure
are raised and lowered by means of twin double acting hydraulic cylinders. The combined
center of gravity is at all times within the slew ring diameter. The boom carries the stacking
belt conveyor. The operator’s cabin is located on the slew-deck to provide optimum
visibility to the operator. Power is fed to the slewing structure by means of a looped cable
system. Access to all components requiring maintenance and inspection is provided.
Stacker consists of the following main assembly units:-
1. Bogie assembly and Long travel drive units
2. Main Structure
3. Slew deck and Slew drive unit.
4. Boom Assembly
5. Conveyors
6. Boom support and Luff Super Structure
7. Hydraulic system for Luff Operation
8. Tripper Assembly
9. Electric Gantry
10. Chutes & Skirt boards
11. Other Accessories
a) Power and Control cable reeling drum.
b) Manual & Auto Control lubrication system.
c) Belt cleaning system
d) Air Conditioning System

A) MAIN PARAMETERS:
Stacking Capacity (Avg.) : 4000 TPH
Stacking Capacity (Designed) : 4400 TPH
Total M/c weight : 675 MT
Stock Pile Shape : Trapezoidal
Maximum Height : 15 meters.
Length of Stockpile : River side:-1134 meters.
Port side:- 1155 meters.
Track gauge : 12 meters.
Rail Size : 60 kg/m.
Length of the Travel : 1074meters/1086meters
Counter weight : 121MT
No of points of support of main frame: 3
Rope size in Boom Side :  55x38982mm – 02 Nos
Rope size in Tail Side :  95x24161mm – 02 Nos

Page 115 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
B) LONG TRAVEL:
Total no of wheel : 72 nos
Two wheel Bogie unit : 34 nos
One wheel bogie unit : 04 nos
No of drive : 30 nos
Wheel model : Double flanged type
Material of the wheel : Cast steel BS: 3100 Gr.BT – 3
Shaft size :  132 mm
Material : Cast steel (BS: 3100 Gr-BT-3)
Travel speed : 3-30 m/min.
Travel wheel bearing type : Taper roller bearing
Bearing no : AJ 6431135
Long travel provided with rail cleaners and storm lock.
Motor:-
Make : SEW EURO DRIVE ( GERMANY)
Power : 5.5 KW
Rpm : 1430
Gear box:-
Make : SEW EURO DRIVE
Type : KH97TDVI32S4BMG/HR
Speed ratio : 70.54:1
Gear type : Helical gear
Oil Qty & grade : 18 litres & SERVO MESH SP 220
Oil seal no & Qty : 95x170x13/10mm & 02nos
Shaft size :  132 mm
Brake:-
Type : Inbuilt Electro Magnetic disc brake

C) PCRD:-
Nos. : 01
Make : Electro Zavod
Type : Barrel (Motorized cable reeling)
Size :  2000 x 3000 x 4 mm
Gear box:-
Make : I C BAUER
Type : G52-10-SN
Speed ratio : 19.28:1
Oil Qty & grade : 3.5 liters & SERVOMESH SP 220
Oil seal No
Input : 50 x 68 x 8
Output : 55 x 80 x 8
Bearing No : 6208 Z:-02, 6311:-01 & NJ306E:-02

D) CCRD:-
Nos. : 01
Make : Electro Zavod
Type : Barrel (Motorized cable reeling)
Size :  1200 x 2300 x 4 mm

Page 116 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Gear box:-
Make : I C BAUER
Type : G22-10-SN
Speed ratio : 25.55:1
Oil Qty & grade : 0.9 Liters & SERVOMESH SP 220
Oil seal No
Input : 35x62x7, 38x55x7
Output : 42x62x8
Bearing No : 6206 – 02 Nos
: 6306 – 01 No
E) SLEWING:-
Slewing speed : n= 3-30 mtrs./min.
Slewing angle : +/-115
Slew bearing:-
Make : SKF-RKS SA
Type : Antifriction with external gear
Dia. Of Slew bearing ID :  4370
OD :  7500
Slew drive:-
No of drive unit : 03 nos (VVVF Type speed control)
Drive : Electro Mechanical drive
Motor:-
Make : NGEF
Frame : 180L
Power : 11 KW
Rpm : 1485
Coupling:-
Make : Flender – Bocholt AG
Type : Slip clutch type
Model : KPPLG–N-EUPEX
D200–ALMAR62RR Gr. 5
Type of control : Slipping clutch type (3 Nos)
Brake:-
Brake lever
Make : Bubenzer (Germany)
Model : Disc Brake
Type : SB 14.11.400.23/5
Brake torque : 50 – 300 Max
Thrust Brake motor:-
Type : BB 25/5 S
Force : 250N
IP : 65
Voltage : 415V

Page 117 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Gear box:-
Type : Vertical Planetary gears
No. of Drive units : 03
Make : Flender-Bocholt AG
Model : P 3KL 16
Ratio : 1092.871:1
Type of lubrication : Immersed
Oil qty & grade : 65 Liters & SERVO MESH SP 320
Oil seal No
Input : 40 x 52 x 7
Output : 340 x 380 x 20
Bearing Number:-
Rolling contact Bearing : 22308 E/C3 - 01 No.
Rolling contact Bearing : WAELZL 33209 - 01 No.
Rolling contact Bearing : WAELZL 33210 - 02 Nos
Rolling contact Bearing : WAELZL 33210 B - 01 No.
Rolling contact Bearing : WAELZL 32309 B - 02 Nos
Rolling contact Bearing : WAELZL 183018 SL C3 - 01 No.
Rolling contact Bearing : WAELZL 181848 SL - 01 No.
Rolling contact Bearing : WAELZL 181864 SL - 01 No.
Rolling contact Bearing : WAELZL 22312 E/C3 - 01 No.
F) LUFFING :-
Hydraulic luff cylinder:-
No. of cylinder : 02 No.
Luffing angle : +10.25 up & -2.75 down
Make : VICKERS system international ltd.
Oil Qty & grade : 200 litres & SERVO SYSTEM 68
Size of the cylinder : 160 x 280 X 1105mm
Piston Dia. :  280 mm
Piston rod Dia. :  160 mm
Stroke length : 1105 mm
Power pack unit:-
Motor:-
Make : CROMPTON GREAVES
Motor power : 22KW
Rpm : 1475
Frame size : 180 M
Pump:-
Make : VICKERS system international ltd.
Model : PVH57Q1C-RSF-IS-10-C-25V-31
Type : Axial Piston
Working pressure : 34 lpm (210 bar)

Page 118 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
G) BOOM CONVEYOR ARRANGEMENTS:
Motor:-
Name : CROMPTON GREAVES
Type : 3  Squirrel cage induction motor
Power : 150 KW
RPM : 1485 rpm
Volt : 415V
Frame : 315 L

Fluid coupling:-
Make : VOITH
Model : 487-TVVV-YR
Type : DELAYED FILL
Installed Qty : 02 Nos.
Oil Qty & Grade : 18 LITERS & HLPB 32
Fluid coupling bearing : 6214 – 02 Nos.

Gear box:-
Make : FLENDER
Type : KEN 280
Speed ratio : 12.5:1
Oil Qty & Grade : 46 liters & Servo System 460
Installed Qty : 02Nos
Type of Gear : Bevel/Helical

Bearing Number of the gear box:


Input shaft : 31315(13A) – 02 Nos.
Input shaft : 23NU16EC – 01 No.
Intermediate : 32217A – 02 Nos.
Output Shaft : RSL/SL18 3028 A – 02 Nos.
Gear box seal No:-
Input oil seal : 85X110X12/10
Output oil seal : 140X170X12

Spigot rigid coupling:-


Drive side coupling :  130 x  470 x 205
Driven side coupling :  195 x  470 x 250
No. of Bolts : 16Nos.
Hexagonal head plug : ¼” BSP
Heating Temp for drive side coupling : 230˚C – 250 ˚C
Heating Temp for driven side coupling : 200˚C – 220 ˚C

Page 119 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Pulleys:-
Pulley Name Drum Bearing Shaft Brg. Bearing Brg. Sleeve Locking Torque
(in Dia length C-C Housing No. Assy. In Nm
mm) (in mm) (in mm) (in mm)
Drive 800 200 3550 2576 SDD 23144/ OH3144H RFN 7012 295
3144 CCK/ 240 X 305
W33
Tail 800 240 2500 THDD 23152 OH3152H RFN 7012 295
3152 CCK/ 320 X 405
W33

Lagging
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley

Belt :-
Boom Length : 58.15 mtrs.
Belt speed : 4.9 mtr/sec
Counter Weight : 121 MT
Take up type & travel length : Sliding with hydraulic jack & 500mm
Width : 1800 mm
Type & strength : Steel cord -ST 800/900 Grade M

Belt cleaners:-
Primary Cleaner : 1set, Thejo /Martin Make
Secondary Cleaner : 1set, Thejo /Martin Make
Return Belt Cleaner : 1 set, Fabricated “V” Scrapper.

Idlers:-
No of troughing idlers : 128 nos.
Size of the idlers :  35 X  152.4 X 670mm
Bearing no : 6307
No of transition idlers : 07 nos
Size of the idlers :  35 X  152.4 X 900mm
Bearing no : 6307
No of impact idlers : 33 nos
Size of the idlers :  35 X  190 X 670mm
Bearing no : 6307
No of Return idlers : 24 nos
Size of the idlers :  30 X  152.4 X 1000mm
Bearing no : 6306
No of Flat idlers : 02 nos
Size of the idlers :  30 X  152.4 X 2000mm
Bearing no : 6306

Page 120 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Idler’s frame:-
No of troughing idler frame : 34 nos
No of transition idler frames : 07 nos
No of impact idler frames : 11 nos
No of troughing self alignment frames: 04 nos
No of return idler frames : 10 nos
No of return self alignment frames : 02 nos

H) TRIPPER CAR:
Pulleys:-
Pulley Drum Bearing Shaft Brg. Bearing Brg. Sleeve Locking Torque
Name (in Dia (in length C-C Housing No. Assy. In Nm
mm) mm) (in mm) (in mm)
Drive 800 200 3550 2576 SDD 23144 / OH3144H RFN 7012 295
3144 CCK / 240X 305
W33
Tail 800 240 2500 THDD 23152 OH3152H RFN 7012 295
3152 CCK/ 320X 405
W33

Idlers:-
No of troughing idlers : 125 nos
Size of the idlers :  35 X  152.4 X 670mm
Bearing no : 6307
No of transition idlers : 07 nos
Size of the idlers :  35 X  152.4 X 900mm
Bearing no : 6307
No of Return idlers : 22 nos
Size of the idlers :  30 X  152.4 X 1000mm
Bearing no : 6306
No of Flat idlers : 01 no
Size of the idlers :  30 X  152.4 X 2000mm
Bearing no : 6306

Idler’s frame :-
No of troughing idler frames : 34 nos
No of transition idler frames : 07 nos
No of troughing self alignment frames: 03 nos
No of return idler frames : 10 nos
No of return self alignment frames : 01 nos

Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make

Page 121 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
I) ELECTRICAL SYSTEM:
The machine is fed from a land mounted 6.6KV Junction Box located at midpoint of
travel through 6.6 KV flexible trailing cable and onboard barrel type CRD for reeling and
unreeling of the trailing cable while the machine is traveling. The CRD feeds 6.6 KV
Power to on machine 6.6KV load break switch located inside the onboard E house and in
turn to the Oil immersed type (ONAN) transformer with Class F insulation. The transformer
is located outside the E house but provided with suitable enclosure with proper ventilations.
The transformer steps down the 6.6 K.V. power to 433V +/- 5% and the L.T. power is fed to
the MCC located inside the electric house. Total installed Power is 527 KW(Approx.)
1. All the motors required for running of the machine as well as allied auxiliary is fed from
MCC through a combination of Armored and flexible cables.
2. Voltage and power supply conditions:
Low voltage supply
Voltage (V) : 433V ± 5%
Frequency : 50 Hz ± 4%
Phases : 3
Neutral : Earthed through earth shoe on
both side rails.
Auxiliary voltages : 230 +/- 10%
Control (V) : 230 V, 48V DC
Lighting (V) : 230 V
Solenoid valves (V) : 48V DC
Electronic equipment (V) : 48V DC (PLC)
Control voltages : 48V DC
Digital I/O(V) : 48V DC
Signal lamp (V)/Field devices : 48V DC
3. Degree of protection:
All outdoor panels : IP 65
All indoor panels : IP 54
All field devices : IP 65
All Motors : IP 65
4. Operation of the machine is achieved by a PLC system having a Central processing Unit
located inside the electric house and a remote I/O panel located inside the operator’s
cabin connected by a RIO Link cable for communication.
5. The machine is controlled by an operator control desk having joysticks and push buttons
and HMI.
6. Hardware signal exchange between the stacker machine and the Central Control room of
the Plant is achieved through a control trailing cable and control CRD to the land
mounted control Junction Box.
7. Operational and safety limits of the drives and their motions are cut off by a no. of limit
switches, proximity switches located strategically all over the machine.
8. Long travel and slew drives of the machine are controlled through variable voltage
variable frequency (VVVF) converters located inside the Electric house for wide range
of speed control.
9. Travel position, slew position, luffing position of machine is detected through HMI and
Plant monitoring room.
10. Communication within the machine and with Central control station is achieved via
wireless system.

Page 122 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
11. HT Isolator details:
Installed Qty. : 1 No.
Make : A. Bond Strands (P) Ltd.
Year of Manufacture : 1999
Type : TKL3
Un : 12 KV
Ith : 31.5 KA
In : 630 A

12. MCC Panel (Non drawn out type) of Stacker-1 & 2


Sl. Description Type of switch Type of Type of overload
No. gear Starter protection
1 Incomer ACB - With shunt trip,O/L and
E/F module
2 Conveyor SFU DOL With Microprocessor
based Motor protection
relay
3 Boom Luffing SFU DOL Bi-metallic thermal type
overload relay with single
phasing preventor.
4 Long Travel MCCB VVVF Bi-metallic thermal type
Control overload relay with single
phasing preventor.
5 Slewing MCCB VVVF Bi-metallic thermal type
Control overload relay with single
phasing preventor.
6 Other drives like, SFU DOL Bi-metallic thermal type
Centralized overload relay with single
lubrication system etc. phasing preventor
7 Lighting transformer SFU
8 Welding sockets SFU
9 Control transformer MCCB
(Incoming &
outgoing)

J) Manual Lubrication system has been provided for bogie assemblies.


Auto lubrication system has been provided for slewing system.

4.1.2 RECLAIMER-1 & 2:


Make : LARSEN & TOUBRO with JV
STRACHAN & HENSHAW Ltd.; U.K.
No. of equipment : 02 Nos.
The Reclaimer runs on four rails (double track on each side) with the base frame
being supported at three points through equalizing beam and fully compensated bogies. The
base frame carries a live roller slew bearing with internal gear ring. The upper half of the
slew ring carries the boom and slew structure. The counterweight is connected to the tail
boom, so that the stability of machine is maintained under all conditions of operation. The
boom and luff superstructure are raised and lowered by means of twin double acting

Page 123 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
hydraulic cylinders. The combined center of gravity is at all times within the slew ring
diameter. The boom carries a bucket wheel assembly along drive, chutes, etc at the extreme
end of the boom. The reclaimed material from the bucket wheel is fed to a boom conveyor
which in turn feeds to yard conveyor via feeder conveyor. The operator’s cabin located on
the boom provides the optimum visibility for the operator. Power to the slewing structure is
fed through a cable drag chain arrangement. Access to all components requiring
maintenance and inspection is provided.
Reclaimers consists of the following main assembly units
1. Bogie assemblies and Long travel drive units
2. Main Structure
3. Slew deck and Slew drive unit.
4. Boom Assembly
5. Conveyors
6. Boom support and Luff Super Structure
7. Hydraulic system for Luff Operation
8. Surge hopper and belt feeder
9. Chutes & Skirt boards
10. Electric Gantry
11. Cable drag chain with housing
12. Other Accessories
a) Power and Control cable reeling drum
b) Manual & Auto Control lubrication system.
c) Belt cleaning system
d) Operator cabin hydraulic system
e) Air Conditioning System
f) Hanging frame, etc
A) MAIN PARAMETERS:
Reclaiming Capacity (Avg. ) : 4000 TPH
Reclaiming Capacity (Designed) : 5000 TPH
Total M/c weight : 935 MT
Stock Pile Shape : Trapezoidal
Maximum Height : 15 meters.
Length of Stockpile(meters) : 1134-SP#1/1155-SP#2.
Track Gauge : 14meters.
Rail Size : 60 kg/m.
Reclaimer bund length : 1152meters.
Counter weight : 200MT
No of points of support of main frame: 3
Rope size in Boom Side : Ø80x49750mm – 04 Nos
Rope size in Tail Side : Ø90x32552mm – 04 Nos
B) LONG TRAVEL:
Total no of wheel : 98 nos
Two wheel Bogie unit : 48 nos
One wheel bogie unit : 02 nos
No of drive : 48 nos
No of driven : 50 nos
Wheel model : Double flanged type
Material of the wheel : Cast steel BS: 3100 Gr.BT - 3
Travel speed : 3-30 m/min
Travel wheel bearing type : Taper roller bearing
Bearing no : AJ 6431135

Page 124 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Motor:-
Make : SEW EURO DRIVE, GERMANY
Power : 5.5 KW
Rpm : 1430
Gear box:-
Make : SEW EURO DRIVE
Type : KH97TDVI32S4BMG/HR
Speed ratio : 70.54:1
Gear type : Helical gear
Oil Qty & grade : 18 litres & SERVO MESH SP 220
Oil seal no & Qty : 95 x 170 x 13/10mm & 02 Nos
Shaft size :  132 mm
Brake:-
Type : Inbuilt Electro Magnetic disc brake
C) PCRD:
Nos. : 01
Make : Electro Zavod
Type : Barrel (Motorized cable reeling)
Size :  2000 x 3000 x 4 mm
Gear box:-
Make : I C BAUER
Type : G52-10-SN
Speed ratio : 19.28:1
Oil grade : SERVOMESH SP 220
Qty. : 3.5 Liters
Oil seal No
Input : 50x68x8-01no
Output : 68x90x8-01no
Bearing No : 6208 Z-02nos
: 6311-01no
: NJ306E-02nos
D) CCRD :
Nos. : 01
Make : Electro Zavod
Type : Barrel (Motorized cable reeling)
Size :  1200 x 2300 x 4 mm
Gear box:-
Make : I C BAUER
Type : G22-10-SN
Speed ratio : 25.55:1
Oil Qty & grade : 0.9 Liters & SERVOMESH SP 220
Oil seal No
Input : 35x62x7, 38x55x7
Output : 42x62x8
Bearing No : 6206 – 02 Nos
: 6306 – 01 No

Page 125 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
E) SLEWING:-
Slewing speed : 3-30 m/min
Slew angle : +165 to -161
Dia of slew bearing : 8750 PCD of slew ring/7500 of slew
gear live roller type
Type of bearing : Roller bearing
No of rack segment : 15
Size of rack segment bolt & Qty : M33X150, 30nos
Size of rack segment bolt & Qty : M30X150, 90nos
No of reaction rails : 15
Size of rails fixing bolt & Qty : M24x120, 120nos
No of reaction roller : 04 Nos
Drag chain:-
Length of PCRD Drag chain : 5 Meters
No. of bottom & side rollers : 30 & 30 respectively
Length of CCRD Drag chain : 5 Meters
No. of bottom & side rollers : 30 & 30 respectively
Slew Drive:-
No of drive unit : 03 nos (VVVF Type speed control)
Drive : Electro Mechanical drive
Motor:-
Make : NGEF
Frame : 180L
Power : 22KW
Rpm : 1485
Coupling:-
Make : Flender – Bocholt AG
Type : Slip clutch type
Model : KPPLG – N- EUPEX D 200 –
ALMAR 62 RR Gr.5
Type of control : Slipping clutch type No.3
Brake:-
Brake lever:
Make : Bubenzer (Germany)
Model : Disc Brake
Type : SB 14.11.400.23/5
Brake torque : 50 – 300 Max
Thrust Brake motor:-
Type : BB 25/5 S
Force : 250N
IP : 65
Voltage : 415V
Gear box:-
Make : Flender D – 46393 Bocholt AG
Type : Vertical planetary gear
Model : P 3KL 17
Speed ratio : 751.48:1
Page 126 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Gear type : Bevel/Helical
Input KW Rating : 22
Oil Qty & grade : 80 liters &Servo mesh SP 320
Input oil seal : 40x52x7
Output Oil seal no : 340x380x20
Bearing Number:-
Rolling contact Bearing : 22308E/C3 - 01 No.
Rolling contact Bearing : WAELZL 33209 - 01 No.
Rolling contact Bearing : WAELZL 33210 - 01 No.
Rolling contact Bearing : WAELZL 33210 B - 02 Nos
Rolling contact Bearing : WAELZL 32309 B - 02 Nos
Rolling contact Bearing : WAELZL 183020 SL C3 - 01 No.
Rolling contact Bearing : WAELZL 181852 SL - 01 No.
Rolling contact Bearing : WAELZL 181868 SL - 01 No.
Rolling contact Bearing : WAELZL 22312 E/C3 - 01 No.
Gear Material : 42 Cr Mo 4V
Pinion Material : 17 Cr Ni Mo 6 (Case Hardened)
F) LUFFING:
Hydraulic luff Cylinder:-
No of cylinder : 02 nos
Make : Vickers system International Ltd
Size of the cylinder : 180 x 360 X 2265mm
Piston Dia. :  360 mm
Piston rod Dia. :  180 mm
Stroke length : 2265 mm
Oil Qty & grade : 800 liters & Servo system 68
Maximum pressure : 285 Kg/cm2
Power pack unit:-
Motor:
Make : Siemens
Motor power : 45 KW
Rpm : 1500
Frame size : 225 M
Pump:
Make : VICKERS System International Ltd.
Pump type : Axial piston
Model No : PVH98QIC-RSF –1S –10–C25V-31
Capacity : 115 LPM
Pressure : 175 bar
1. Working pressure: 190kg/cm2
2. Test pressure: 285kg/cm2 (by isolated pump with ext)
3. Use seamless pipe conforming to DIN 2391/C up to ǿ38mmOD

Page 127 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
G) BELT FEEDER:
Motor:-
Name : NGEF
Type : 3 Ǿ Squirrel cage induction motor
Power : 90 KW
RPM : 1485 rpm
Volt : 415V
Bush coupling:-
Model : Bush coupling
Bolt size : M16x75 with bush
No of Bolts : 09 Bolts
Gear box:-
Type &Make : KCN 400, ELECON
Speed ratio : 80:1
Oil Qty : 180 liters
Oil Grade : Servo Mesh SP320
Installed Qty : 01 No
Type of Gear : Bevel/Helical
Bearing Number of the gear box:-
Input shaft : 31315 – 02 Nos(Taper roller),
22315 – 01Nos(Spherical roller)
Intermediate : 32319 – 02Nos(Spherical roller),
22326–02Nos (Spherical roller)
Output Shaft : 32038 – 02 Nos(Taper roller)
Gear box seal no:-
Input oil seal : 90 X 110 X 12/10 mm
Output oil seal : 210 X 240 X 15 mm
Rigid coupling:-
Drive side coupling :  170 x  470 x 235
Driven side coupling :  195 x  470 x 300
No. of Bolts : 16nos
Hex Head plug : 1/4”BSP
Heating Temp for drive side coupling : 230˚C – 250 ˚C
Heating Temp for driven side coupling : 200˚C – 220 ˚C
Pulleys:-
Pulley Drum Bearing Shaft Brg. Bearing Brg. Sleeve Locking Torque
Name (in Dia length C-C Housing No. Assy. RFN In Nm
mm) (in mm) (in mm) (in mm) 7012
Drive 800 220 3397 2800 SDD 23148 300 X 275 190
3148 OH 3148
CCK/
H
W33
Tail 500 180 2990 2800 THDD 23140 OH 3140 220 X 285 190
3140 CCK/ H
W33
Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley

Page 128 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Belt:-
Width : 2200mm
Strength : Fabric EP 800/5 Grade M
Speed : variable speed (0.2 to 0.7 m/sec)

Idlers:-
Frame Type : Retractable
Idler frames : 11 Nos.
Size of Impact idler :  40x 190 x 300 mm
Installed qty of impact idlers : 22Nos
Impact idler :  40 x 190 x 1800 mm
Installed qty of impact idlers : 11Nos
Flat idler : Ø 30 X Ø152.4 X 2400
Installed qty of impact idler : 01Nos
Hanging frame : 08 Nos
Size of Impact idler :  35 x 190 x 670 mm
Installed qty of impact idlers : 24Nos
Belt cleaners:-
Secondary Cleaner : 1set, Thejo /Martin Make
Return Belt Cleaner : 1 set, Fabricated “V” Scrapper.
H) BOOM CONVEYOR ARRANGEMENTS:
Motor:-
Name : Siemens
Type : 3 Ǿ Squirrel cage induction motor
Power : 200 KW
RPM : 1485 rpm
Volt : 415V
Frame : 315 L

Fluid coupling:-
Make : VOITH
Model : 1487-TVV-YR
Type : DELAYED FILL
Installed Qty : 02 Nos
Oil Qty : 18 LITERS
Oil Grade : HLPB 32
Bearing number : 6214 (FAG/SKF)
Gear box:-
Make : FLENDER
Type : KEN 280
Speed ratio : 12.5:1
Oil Qty : 46 liters
Oil Grade : Servo System 460
Installed Qty : 02 Nos
Type of Gear : Bevel/Helical

Page 129 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Bearing Number of the gear box:-
Input shaft : 31315(13 A) – 02 Nos
Input shaft : 23 NU 16 EC – 01 No
Intermediate : 32217A – 02 Nos
Output Shaft : RSL/SL18 3028 A – 02 Nos
Gear box seal no:-
Input oil seal : 85X110X12/10
Output oil seal : 140X170X12
Rigid coupling:-
Drive side coupling :  130 x  470 x 205
Driven side coupling :  195 x  470 x 250
Hex Head bolt : M 36 X 285 long
No of Bolts : 16 Nos
Hex Head plug : 1/4”BSP
Heating Temp for drive side coupling: 230˚C – 250 ˚C
Heating Temp for driven side coupling: 200˚C – 220 ˚C
Pulleys:-
Pulley Drum Bearing Shaft Brg. Bearing Brg. Sleeve Locking Torque
Name (in Dia length C-C Housing No. Assy. In Nm
mm) (in mm) (in mm) (in
mm)
Drive 800 200 3550 2600 THDD 23144/ OH RFN 295
3144 CCK/W3 3144H 7012
3 240 X
305
Tail 900 180 2780 2580 SDD314 23140 OH RFN 295
0 CCK/W3 3140 7012
3 H 240 X
305
Lagging:
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley

Belt :-
Width : 1800 mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.9m/sec
Boom length : 60meter
Belt thickness : 16mm
Take up type : Sliding with hydraulic jack
Take up travel : 500mm
Idlers:-
Transition Idler : Ø 35 X Ø152.4 X900
Troughing idler : Ø 35 X Ø152.4 X670
Impact idler : Ø 35 X Ø190 X 670
Return idlers : Ø 30 X Ø152.4 X1000
Flat idler : Ø 30 X Ø152.4 X2000

Page 130 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Installed qty of idlers:-
Troughing idler : 133nos.
Transition Idler : 05 nos.
Impact idler : 24nos
Return idlers : 26nos.
Flat idler : 07nos.
Idler’s frame details:-
No of troughing idler frames : 37 nos
No of transition idler frames : 05 nos
No of return idler frames : 11 nos
No of troughing self alignment frames: 04 nos
No of return self alignment frames : 02 nos
No of impact frames : 08 nos
Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo /Martin Make
Return Belt Cleaner : 1 set, Fabricated “V” Scrapper.
I) BUCKET WHEEL DRIVE:
Motor:
Name : Siemens
Type : 3 Ǿ Squirrel cage induction motor
Power : 200 KW
RPM : 1492 rpm
Volt : 415V
Fluid coupling:-
Type : Delayed fill
Make : VOITH
Model : 1562 TV-R
Oil type : SERVO PRIME 46
Quantity : 17.5 Liters
Bearing number : 6219 FAG/SKF
Thruster brake:
Make : Bubenzar Bremsen
Model : EBN 400-80/6
Type : Electro Hydraulic Thruster operated
Rated Torque : 118 kg
Brake type : Drum
Size of the drum :  400X150mm
Gear box:-
Make : FLENDER
Model : P2 KA-25
Type : Bevel helical planetary gear.
Input Seal No. : 125 x 100 x 12
Output seal No : 540 x 500 x 20
Ratio : 292.983:1
Type of Lubrication : Forced
Oil type : SERVOMESH SP 320
Quantity : 220 Liters
Total weight without oil:-
Torque arm : 952 Kg(Approx)
Swing : 650 Kg (Approx)
Gear box : 6150 Kg (Approx)
Total weight : 7752 Kg (Approx)

Page 131 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Bucket:-
Diameter Of Wheel : 9.2 meters
RPM : 4.84
Plummer block : CSDD 3176
Bearing number : 23176
Make : MS Body with Alloy steel Lip
Numbers : 10 Nos
Capacity : 2150 Liters
Dimension (Each) : 1571 x 1466 x 1640mm
Weight (Each) : 650 kg
J) ELECTRICAL SYSTEM:
The machine is fed from a land mounted 6.6KV Junction Box located at midpoint of
travel through 6.6 KV flexible trailing cable and onboard barrel type CRD for reeling and
unreeling of the trailing cable while the machine is traveling. The CRD feeds 6.6 KV
Power to on machine 6.6KV load break switch located inside the onboard E house and in
turn to the Oil immersed type (ONAN) transformer with Class F insulation. The transformer
is located outside the E house but provided with suitable enclosure with proper ventilations.
The transformer steps down the 6.6 K.V. power to 433V +/- 5% and the L.T. power is fed to
the MCC located inside the electric house. Total Installed Power is 996KW (Approx.).
1. All the motors required for running of the machine as well as allied auxiliary is fed from
MCC through a combination of Armored and flexible cables.
2. Voltage and power supply conditions:
Low voltage supply
Voltage (V) : 433V
Voltage fluctuations % : ± 5%
Frequency : 50 Hz
Frequency fluctuations : ± 4%
Phases : 3
Neutral : Earthed through earth shoe on
both side rails.
Auxiliary voltages : 230 +/- 10%
Control (V) : 230 V, 48V DC
Lighting (V) : 230 V
Solenoid valves (V) : 48V DC
Electronic equipment (V) : 48V DC(PLC)
Control voltages : 48V DC
Digital I/O(V) : 48V DC
Signal lamp (V)/Field devices : 48V DC
3. Degree of protection:
All outdoor panels : IP 65
All indoor panels : IP 54
All field devices : IP 65
All Motors : IP 65
4. Operation of the machine is achieved by a PLC system having a Central
processing Unit located inside the electric house and a remote I/O panel located inside
the operator’s cabin connected by a RIO Link cable for communication.
5. The machine is controlled by an operator control desk having joysticks and push buttons
and HMI.

Page 132 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
6. Hardware signal exchange between the reclaimer machine and the Central Control room
of the Plant is achieved through a control trailing cable and control CRD to the land
mounted control Junction Box.
7. Operational and safety limits of the drives and their motions are cut off by a no. of limit
switches, proximity switches located strategically all over the machine.
8. Long travel and slew drives of the machine are controlled through variable voltage
variable frequency ( VVVF) converters located inside the Electric house for wide range
of speed control.
9. Travel position, slew position, luffing position of machine are detected through HMI
and Plant monitoring room.
10. Communication within the machine and with Central control station is achieved via
wireless system.
11. HT isolator details:
Installed Qty. : 1 No.
Type : TKL3
Un : 12 KV
Ith : 31.5 KA
In : 630 A
Make : A. Bond Strands (P) Ltd.
Year of Manufacture : 1999
12. MCC Panel (Non drawn out type) of Reclaimer-1 & 2
Sl. Description Type of Type of Type of overload protection
No. switch gear Starter
1 Incomer ACB - With shunt trip,O/L and E/F module
2 Conveyor MCCB DOL With Microprocessor based Motor
protection relay
3 Boom Luffing SFU DOL Bi-metallic thermal type overload
relay with single phasing preventor.
4 Bucket Wheel MCCB DOL With Microprocessor based Motor
protection relay
5 Long Travel MCCB VVVF Bi-metallic thermal type overload
Control relay with single phasing preventor.
6 Slewing MCCB VVVF Bi-metallic thermal type overload
Control relay with single phasing preventor.
7 Belt feeder MCCB VVVF Bi-metallic thermal type overload
Control relay with single phasing preventor.
8 Other drives like, SFU DOL Bi-metallic thermal type overload
Centralized relay with single phasing preventor
lubrication system
etc.
9 Lighting SFU
transformer
10 Welding sockets SFU
11 Control transformer MCCB
(Incoming
and outgoing)

Page 133 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
K) Manual Lubrication system has been provided for bogie assemblies.
Auto lubrication system has been provided for slewing system and bucket wheel system.
4.1.3 SHIP LOADER-1 & 2:
Name of the Manufacture : KRUPP FORDERTECHNIK
No. of Equipment : 02 Nos.
Ship-loader consists of the following main assembly units
1. Travel gear
2. Portal
3. Slewing gear
4. Hoisting gear
5. Boom
6. Shuttle head
7. Belt conveyor on the boom and in the shuttle head
8. Loading chute
9. Tripper car
10. Accessories
a) Power and Control cable reeling drum
b) Automatic central lubrication system.
c) Electrical Hoist units
d) Wash down and fire fighting system
e) Belt cleaning system
f) Operator cabin hydraulic system
g) Air Conditioning System
A) MAIN PARAMETERS:
Capacity : 4000 TPH
Type of vessels Handled : 30,000 MT to 90,000 MT
Total Machine Weight : 735 MT
Total Installed Power : 605 KW
B) LONG TRAVEL:
Track gauge : 12 meters
Travel Speed : 4.5 to 30Mtr/minute
No of Wheels in Sea Side : 17nos
No of Wheels in land Side : 23
Total No. of Wheels : 40
No of Drive Wheel : 22
No of Driven Wheel : 18
Size of the Wheel : 630mm
No. of Rail Clamp : 01(EACH SIDE)
No. of Motor : 22
No. of Gear Box : 22
No. of Thrust Brake Motor : 22
No. of Track Cleaner : 22
Rail cleaners : 8

Page 134 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
LT motor:-
Type & MAKE : 200L & CROMPTON GREAVES
Power : 11KW
Rpm : 975
Voltage : 415V
Efficiency : 88%
Brake:-
Brake type : Drum
Lever make : Sigerland bremsen
Type : SB 200/220 with Eldro Ed 23/5
Thrust Brake Motor:-
Make : Emg-eltma D39387 Oschersleben
EB : 220-50/3 SII
Power : 0.16KW
IP : 66
Bj : 99
Voltage : 415V
Hub : 50mm
Stellkraft : 220N
S1 and S3 bis : 2000 C/h
Weight of the motor : 9.6kg
Gear box:
Make : Getribebau Nord
Type : Bevel wheel gearbox
SK 9062AZSH-DWIII
Ratio : 55.42
Rail clamps:-
Runner wheel for rail clamp : 02(each side)
No of hydraulic rail clamp : 02
Holding power : 300KN
Holding power pack:-
Motor:
Power : 1.5KW
Pump : 6 LPM
Pressure : 100BAR
Type : 80/45-270
Piston diameter : 80mm
Piston rod : 45mm
Stroke : 270mm
Power Cable Reeling Drum (PCRD):-
Type : BNA 47. IC55 M1448 VS/3T H12
Diameter : 1800/4800mm
Control Cable Reeling Drum (CCRD):-
Type : BNA 47.IC33 M1642/19TCO10+15AG
Diameter : 1600/4200mm

Page 135 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Hose Reeling Drum (HRD):-
Type : BNA 47. 2C55 M1131 VST 2.5”
Diameter : 1100/3100mm

C) TRIPPER CAR:
Length of tripper car : 69 meters
No of frame in carrying : 58nos
No of troughing idlers : 174nos
No of impact idler : 01no
No of return idlers using in tripper car: 04nos
Size of troughing idler : 30x165X670mm
Size of impact idler : 35X190X670mm
Size of return idler : 30X152.4X2000mm
Bearing number for 30mm shaft : 6306
Bearing number for 35mm shaft : 6307
Details of belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin make
Secondary Cleaner : 1set, Thejo/ Martin make
Tripper Car Pulleys:
Discharge pulley : 01 no
Discharge pulley dimension : 1000X2000mm
Bearing housing for discharge pulley : SD3144
Bearing no : 23144 CCK/W33
Bend pulley : 02 nos
Bend pulley dimension : 1000X2000mm
Bearing housing for bend pulley : SD3144
Hold down pulley : 01 no
Dimension of hold pulley : 400X1800mm

D) LUFF HYDRAULIC:-
No of cylinder : 01 no
Type : CYTUMP5/0360/0200/03351D10/D1KLDKWAN
Piston dia : 360mm
Piston Rod : 200mm
Stroke : 3351mm
Maximum Pressure : 250bar
Mass without fluid : 2908 Kg
Oil grade : Servo system 68
Quantity : 250 liters
Inner seal : 360mm
Outer seal : 200mm
Boom angle (Maneuvering position) : +13
Upper working position : 0
Lower working position : -17

Page 136 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
E) BOOM CONVEYOR OF SHIP LOADER:
Boom and shuttle conveyor:-
Boom Conveyor speed : 4.4m/Sec
Belt Width : 1800mm
Type of belt : ST 800/900 Grade M Steel Cord
Boom length at the stage of extended : 38 meters
Boom length at the stage of retracted : 26 meters
Axial Distance extended : 45250mm
Axial Distance retracted : 28870mm
No of frames using in carrying : 44 nos
No of troughing idlers : 111 nos
Troughing idler dimension : 30X165X670mm
No of impact idlers : 21 nos
Impact idler dimension : 35X190X670mm
No of rubber return idlers : 22 nos
Rubber idler dimension : 30X190X2000mm
No of heavy duty idler in return : 01 no
Heavy duty idler dimension : 50X175X2000mm
Flat idler : 01 No.
Flat idler dimension : 30X190X2000mm
Details of belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin make
Secondary Cleaner : 1set, Thejo/ Martin make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper.
Pulley:-
Drive pulley : 01no
Dimension of drive pulley : 800X2000mm
Bearing housing : SD3138
Bearing No : 23138 CCK/W33
Non Drive pulleys : 01no
Dimension of discharge pulley : 630X2000mm
Bearing housing : SD3136
Bearing No : 23136
Return pulleys : 01nos
Dimension of return pulley : 630X2000mm
Bearing housing : SD3136
Bearing No : 23136
Take up pulley : 01no
Dimension of take up pulley : 630X2000mm
Bearing housing : SPA2236
Bearing No : 22236
Snub pulleys : 03nos
Dimension of drive pulley : 400X2000mm
Bearing housing : SNH528
Bearing No : 22228 CCK/W33
Deflector pulleys : 01no
Page 137 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Dimension of deflector pulley : 400X2000mm
Bearing housing : SNH528
Bearing No : 22228 CCK/W33
Screw Take up:-
No of hydraulic cylinder : 02 nos
Piston diameter : 100mm
Piston rod diameter : 70mm
Stroke : 600mm
Motor:-
Make : Crompton greaves
Type : ND 315L
Power : 200KW
Speed : 1490RPM
Fluid coupling:-
Type : TVN 487 with MTS
Oil Grade & Qty : SHELLTEGULA 32&11.3 Liters
Flexible coupling:-
Type : GBT 194 GG-315-118
Brake:-
Type : SBH 315 with eldro ED50/6
Braking moment : set to 700Nm
Gear box:-
Make : Krupp Fordertechnik
Type : Kszg280pu
Combination of gear : Shaft mounted bevel spur wheel gear
Power : 200KW
Input Speed : 1500Rpm
Oil : Servo mesh sp 220
Quantity : 160 liters
Shuttle head:-
Shuttle track Gauge : 3000mm
Travelling speed : 0 to 7.2 m/min
Travel length : 16meter
Runner wheel diameter : 315/630mm
No of 315mm dia wheels : 02
No of 630mm dia wheels : 08
Chain wheels:-
No of chain : 02 nos
Type : Ro4B
Breaking Load : 700KN
Length : 396 links
Drive chain wheel : 02 nos
Pitch circle dia : 497.6mm
No of teeth : 15
Pitch : 103.45mm
Non Drive chain wheel : 02nos

Page 138 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Pitch circle dia : 497.6mm
No of teeth : 15
Pitch : 103.45mm
Deflection chain wheel : 04 nos
Pitch circle dia : 367.15mm
No of teeth : 11
Pitch : 103.45mm
Chain supporting roller : 48nos
Length : 160mm
Diameter : 108mm
Motor:-
Make : Crompton greaves
Type : ND 250M
Power : 37.5KW
Speed : 1475Rpm
Flexible coupling:-
Type : GBT 148 GG-250-95
(Additional brake disc dia 250x95)
Brake:-
Design : Drum
No of drums : 02
Brake lever:-
Make : Sigerland Bremsen D-35708 Haiger
Type : TE 250/220
M.Br : 40-325
Reibwert :  0.4
Thrust brake motor:-
Make : EMG ELTMA D 39387 Oschersleben
P : 0.16KW
IP : 66
Bj : 99
Voltage : 415V
Stellkraft : 220N
Hub : 50mm
S1 and S3 bis : 2000 C/h
Weight of the motor : 9.6kg
Gear box:-
Make : Krupp Fordertechnik
Type : K3szg450
Combination of gear : Shaft mounted bevel spur wheel gear
Power : 55KW
I : 315
n1 : 1450Rpm
Oil Qty & grade : 160 litres & Servo mesh sp 220

Page 139 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Loading chute:-
Length of the chute : 8200mm
Diameter of the pipe : 1050mm
Thickness o f the pipe : 13mm
Wear lining : Manganese
F) SLEWING DRIVE UNIT:
Motor : Geared motor
Make : Bauer D73734 Esslingen
Type : BG 60-37/D09LA4-S/Z008 A8
Power : 1.5KW
Speed : 21 to 1400 min-1
Voltage : 415V
Brake : Double disc spring loaded
Type : Z008 A8
Braking moment : set to 12 Nm
Slewing connection : Large diameter antifriction
bearing with external Toothing
Type : 061.25.1145.000.27.1503
Dimension : 1288/1050X68mm
Z : 126
M : 10
Drive pinion for slew connection:-
Z : 14
M : 10
Kicking angle : 20
Hydraulic power pack:-
Motor power : 3 KW
Pump : 12 LPM
Pressure : 175 bar
Hydraulic cylinder detail:-
Piston diameter : 160mm
Piston rod diameter : 110mm
Stroke : 1146 mm
Trimmer spoon:-
Thickness : 50mm
Adjusting angle : -17  to +21
Hydraulic power pack:-
Motor power : 1.5 KW
Pump : 6 LPM
Pressure : 120 bar
Hydraulic cylinder detail:-
Piston dia : 63mm
Piston rod dia : 45mm
Stroke : 750 mm

Page 140 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Central lubrication system:-
Travel gear portal : Automatic lubrication system
SL1 : Land side 36 Points / Water side 24 points
SL2 : Land side 24 Points / Water side 36 points
Type : F2A/B with IMB 14 C90-63 X 0,
0.018 KW, 400V, 50HzX1500min-1
Lubrication Interval : approx 1:20
SLEW GEAR:-
Slewing speed : 0.06 U/min
Max .slew speed : 15m/min (Referred to the boom tip)
Boom slewing angle during operation: -45to 143 (Referred to the tripper car)
Max. Slewing angle (SL1) : +194(In out of operation position referred to
the tripper car)
Max. Slewing angle (SL2) : +180(In out of operation position referred to
the tripper car)
No of drive units : 03 nos
Electric motor:-
Make : Crompton greaves
Type : ND 160L
Power : 5.5KW
Speed : 970rpm
Flexible coupling
Make : KTR
Type : 48 BSA-200-75X32 with
slewing torque Limitation + over
load hub SI-DK X FT-7542
BRAKE:-
Brake lever:
Make : Sigerland Bremsen D-35708 Haiger
Type : TE 200/220
M.Br : 50-300
Reibwert :  0.4
Kom. Nr : 115572
Thrust Brake motor:-
Make : EMG ELTMA D 39387 Oschersleben
EB : 220-50/2 II
Voltage : 415V
Hub : 50mm
Stellkraft : 220N
S1 and S3 bis : 2000 C/h
Weight of the motor : 9.6kg
Bj : 99
Gear box:-
Type : HK 210 (Angular gear box)
I : 4

Page 141 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Slew Bearing:-
Large diameter antifriction bearing with external toothing
Type : 121.32.4000/100.41.1502
Dimension : 4256 X 3808 x 161mm
Z : 210
M : 20
No of drive pinion for slewing connection: 03
Z : 16
M : 20

G) AUTOMATIC LUBRICATION SYSTEM:


Travel gear : Tripper Car SL1 & SL2 each
side has 14 lubrication points in
water side and land side
Type : F2A/B with IMB 14 C90-63X0,
.018 KW ,400V, 50Hz X 1500min-1
Lubrication Interval : approx 1:20
Lubrication at portal:-
Slewing gear and slew connection SL1 & SL2 lubrication points both at race way (51) and
toothing (3X2).
Fixed leg : 36 lub points
Pendulum leg : 24 lub points
Pump type : F2A/B with IMB 14 C90-63X0,
0.018 KW ,400V, 50HzX1500min-1

H) ELECTRICAL ARRANGEMENTS OF MACHINES


The machine is fed from a land mounted 6.6KV Junction Box located at midpoint
of travel through 6.6 KV flexible trailing cable and onboard barrel type CRD for reeling and
unreeling of the trailing cable while the machine is traveling. The CRD feeds 6.6 KV
Power to on machine 6.6KV load break switch located inside the onboard E house and in
turn to the Oil immersed type (ONAN) transformer with Class F insulation. The transformer
is located outside the E house but provided with suitable enclosure with proper ventilations.
The transformer steps down the 6.6 K.V. power to 433V +/- 5% and the L.T. power is fed to
the MCC located inside the electric house.
1. All the motors required for running of the machine as well as allied auxiliary is fed from
MCC through a combination of Armored and flexible cables.
2. Voltage and power supply conditions:
Low voltage supply
Voltage (V) : 433V
Voltage fluctuations % : ± 5%
Frequency : 50 Hz
Frequency fluctuations : ± 4%
Phases : 3
Neutral : Earthed through earth shoe on both side rails.
Auxiliary voltages : 230 +/- 10%
Control (V) : 230 V, 48V DC
Lighting (V) : 230 V
Solenoid valves (V) : 48V DC
Electronic equipment (V) : 48V DC(PLC)
Control voltages : 48V DC
Digital I/O(V) : 48V DC
Signal lamp (V)/Field devices : 48V DC

Page 142 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
3. Degree of protection:
All outdoor panels : IP 65
All indoor panels : IP 54
All field devices : IP 65
All Motors : IP 65
4. Operation of the machine is achieved by a PLC system having a Central
processing Unit located inside the electric house and a remote I/O panel located inside
the operator’s cabin connected by a RIO Link cable for communication.
5. The machine is controlled by an operator control desk having joysticks and push buttons
and HMI.
6. Hardware signal exchange between the Shiploader machine and the Central Control
room of the Plant is achieved through a control trailing cable and control CRD to the
land mounted control Junction Box.
7. Operational and safety limits of the drives and their motions are cut off by a no. of limit
switches, proximity switches located strategically all over the machine.
8. Long travel and slew drives of the machine are controlled through variable voltage
variable frequency ( VVVF) converters located inside the Electric house for wide range
of speed control.
9. Travel position, slew position, luffing position of machine are detected through HMI
and Plant monitoring room.
10. Communication within the machine and with Central control station is achieved via
wireless system.
11. HT Iisolator details:
Installed Qty. : 1 No.
Type : TKL3
Un : 6.6 KV
Ith : 31.5 KA
In : 830 A
Make : A. Bond Strands (P) Ltd.
Year of Manufacture : 1999
12.MCC Panel (Non drawn out type) of Shiploader-1 & 2
Sl. Description Type of Type of Type of overload protection
No. switch gear Starter
1 Incomer ACB - With shunt trip,O/L and E/F module
2 Conveyor SFU DOL With Microprocessor based Motor
protection relay
3 Boom Luffing SFU DOL Bi-metallic thermal type overload
relay with single phasing preventor.
5 Long Travel MCCB VVVF Bi-metallic thermal type overload
Control relay with single phasing preventor.
6 Slewing MCCB VVVF Bi-metallic thermal type overload
Control relay with single phasing preventor.

7 Shuttle drive MCCB VVVF Bi-metallic thermal type overload


Control relay with single phasing preventor.

Page 143 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
8 Other drives like, SFU DOL Bi-metallic thermal type overload
Centralized relay with single phasing preventer
lubrication system
etc.
9 Lighting SFU
transformer
10 Welding sockets SFU

11 Control transformer SFU


(Incoming &
Outgoing )
12 Chute slew, SFU DOL Bi-metallic thermal type overload
trimmer flap, Kick relay with single phasing preventer
off

4.1.5 CONVEYOR-1A, 1B, 2A & 2B


BELT MOVING DIRECTION

2 1

1. DRIVE PULLEY 2.TAIL PULLEY

1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel Cage induction motor
Power : 400 KW
RPM : 987 rpm
Volt : 415V
Motor wt : 3600 Kg
Frame : TPC400
2. Gear coupling:-
Make : Elecon
Model : BZWG2240
Type : crowned toothed
3. Gear box:-
Make : Elecon
Type : KCN560
Speed ratio : 76.029:1
Oil : Servo mesh SP320
Oil Capacity : 370 Liters

Bearing Number:-
Input shaft : 31322 – 02 No’s ( Tapper roller Bearing )
Input shaft : 22322 – 01 No’s ( Spherical roller bearing )
Intermediate : 22326 – 02 No’s ( Spherical roller bearing )
Intermediate output : 22338 – 02 No’s ( Spherical roller bearing )
Output Shaft : 23056 – 02 No’s ( Tapper roller Bearing )

Page 144 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
4. Rigid coupling:-
Drive side coupling
Outer Dia : 825mm
Inner Dia : 250mm
Length : 415mm
Driven side coupling
Outer Dia : 825mm
Inner Dia : 375mm
Length : 515mm
Bolt M 36 X 285mm : 24 Nos

5. Pulleys:-
Pulley Drum Brg. Total Brg. Bearing Bearing Sleeve Locking Torque Weight
Name (in Dia shaft C-C Housing number Assy In Nm in Kg
mm) (in lg.(in (in RFN
mm) mm) mm) 7012
Drive 1000 380 4545 3480 SDJD 23180 520 X 1000 11591
OH
(D1) 3180 CAK/C3/ 630
3180 H
W33
Tail 1000 260 3664 3200 TDD 23256CA OH235 360 X 780 6600
(N1) 3256 K/C3/W3 6H 455
3

6. Belt :-
Width : 2400mm
Strength : ST 2000 Grade A Steel cord
Speed : 0.2m/sec to 0.7 m/sec
7. Idlers:-
Frame Type : Retractable
Impact Idler frames : 57 Nos.
Size of Impact idler : 35 x 190 x 380 mm
Installed qty of impact idlers : 399Nos
Frame Type : Transition
Installed qty of transition frame : 01No
Size of transition idler :  30 x 152.4 x 380 mm
Installed qty of transition idlers : 07Nos
Flat idler : Ø 30 X Ø152.4 X2600
Installed qty of Flat idler : 07Nos
8.Belt cleaners:-
Primary Cleaner : 1set, Thejo Martin Make
Secondary Cleaner : 1set, Thejo Martin Make
Return Belt Cleaner : 1set,Fabricated “V” Scrapper

TAKE UP:-
Type : Screw

Page 145 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
4.1.6 R3 & R4 CONVEYOR

BELT MOVING DIRECTION

10 8 1
2
12 11
9 7 3

4
6 5
1. SHUTTLE HEAD PULLEY 2. SHUTTLE RETURN PULLEY
3. SHUTTLE BEND PULLEY 4. HT SNUB PULLEY
5. DRIVE A 6. DRIVE B
7. TAKE UP BEND PULLEY (TOWARDS HEAD END) 8. TAKE UP PULLEY
9. TAKE UP BEND PULLEY (TOWARDS TAIL END)
10. LT BEND AT CENTER 11. DEFLECTOR PULLEY
12. TAIL PULLEY

1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel cage induction motor
Power : 300 KW
RPM : 1500 rpm
Volt : 6.6 KV

2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -580
Type : DELAYED FILL
Installed qty : 02 nos
Oil Qty : 38 LITERS in each F/C
Oil Grade : SERVO PRIME 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 1450 + 50
FUSIBLE PLUG 1650 + 50
3. Gear box:-
Make : Elecon
Type : KCN400
Inst. Qty of gear box : 02 Nos
Speed ratio : 17.8299:1
Oil Qty & grade : 180 Liters &Servo mesh - SP320
Type of Gear : Bevel/Helical

Page 146 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

Bearing Number:-
Input shaft : 31315–02 Nos(Tapper roller Bearing )
Input shaft : 22317–01 No.(Spherical roller bearing )
1stIntermediate : 32319 – 02 No.’s (Spherical roller bearing )
2ndIntermediate output : 22326 – 02 Nos (Spherical roller bearing )
Output Shaft : 32038 – 02 Nos (Tapper roller bearing
Gear box seal no:-
Input oil seal : 90x110x12mm– 02 Nos. (5RG/10RG)
Output oil seal : 210x240x15mm– 02 Nos. (5RG/10RG)
4. Rigid coupling:-
Drive side coupling
Outer Dia : 470mm
Inner Dia : 170mm
Length : 235mm
Driven side coupling:
Outer Dia : 470mm
Inner Dia : 195mm
Length : 300mm
Bolt M30X120mm : 16 Nos
5.Pulleys:--

Pulley Name Dru Brg. Total Brg. Bearing Brg. Sleeve Lockin Torque Wt.
m (in Dia shaft C-C Housing No. g Assy In Nm in Kg
mm) (in lg.(in (in RFN
mm) mm) mm) 7012
SH. HEAD, 1000 220 3064 2576 SDD 2314 OH 320 X 580 4140
SH. RETURN, 3148 8 3148H 405
SH. BEND&
HT BEND
(N5)
Drive A & B 1000 200 3235 2576 SDD31 2314 OH 280 X 405 3700
(D2) 44 4/C3 3144H 355
Take up Bend 630 140 2850 2500 SSNHD 2223 H 3132 220 X 295 1660
(H.E.D) & 532 2/C3 285
(T.E.D), Take
up, Tail (N2)
Deflector 323. 75 2400 2300 SN 517 2217 H 317 417.3
9 K

Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley
6. Belt:-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4 m/sec

Page 147 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
7. Idler:-
No of troughing idlers : 550 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6307
No of transition idlers : 05 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of impact idlers : 39 nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Non magnetic idlers : 06 nos
Size of the idlers : 35X152.4X670mm
Bearing no : 6307
No of garland idlers : 21 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of Return idlers : 126 nos
Size of the idlers : 35X152.4X1000mm
Bearing no : 6307
No of Flat idlers : 14 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8.Idler’s frames:-
No of troughing idler frames : 166 nos
No of transition idler frames : 0 5nos
No of impact idler frames : 13nos
No of troughing self alignment frames: 16nos
No of return idler frames : 57nos
No of return self alignment frames : 06nos
No of garland idler links : 07 nos
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo / Martin Make
Return Belt Cleaner : 1set,Fabricated “V” Scrapper
10.Shuttle Head
Quantity : 4 Nos.
Make : L&T
Type : Reversible
Travel length : 12 m
Travel speed : 0.2 m/sec
Drive : Rack & pinion
Pinion detail : 30 teeth, 12 module 20o involute
Rack detail : 12 Module, 20o involute teeth
Motor quantity : 2 Nos. Crompton Greaves make
Motor power : 11 KW
Page 148 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Gear box quantity : 2 Nos. Elecon make
Type : Bevel/ helical, KCN-225/ S
Gear ratio : 90 : 1
Fluid coupling quantity : 2 Nos. Pembril make
Type of fluid coupling : Traction type, 14.5 FCU
No. of brakes : 2 Nos. Kateel make
Type of brake : Disc., KCHF – 700
Wheel dia. : 160 mm
Material of rail : CR- 60

4.1.7 R5 / R6 CONVEYOR

6. DRIVE PULLEY 3. TAKE UP BEND PULLEY (H) 2. TAKE UP PULLEY


4. TAKE UP BEND PULLEY (T) 1. DEFLECTOR PULLEY 5. TAILPULLEY

1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel cage induction motor
Power : 300 KW
RPM : 1500 rpm
Volt : 6.6 KV

2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -580
Type : DELAYED FILL
Installed Qty : 01 No
Oil Qty : 38 LITERS
Oil Grade : SERVO PRIME SP 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220,6022 each 01 No
Safety devices : FUSIBLE TRIP 145o + 50C
FUSIBLE PLUG 1650 + 50C

Page 149 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

3. Gear box:-
Make : Elecon
Type : KCN400
Speed ratio : 17.8299:1
Oil Qty : 180 liters
Oil Grade : Servo mesh SP320
Installed Qty : 01 No
Capacity : 550Kw
Type of Gear : Bevel/Helical
Bearing Number:-
Input shaft : 31315 – 02 No’s (Tapper roller bearing)
Input shaft : 22317 – 01 No. (Spherical roller bearing)
Intermediate : 32319 – 02 No’s. (Spherical roller bearing)
Intermediate output : 22326 – 02 No’s (Spherical roller bearing)
Output Shaft : 32038 –02 No’s (Tapper roller bearing )
Gear Box Seal No.:-
Input oil seal : 90x110x12mm
Output oil seal : 210x240x15mm
4. Rigid coupling:-
Drive side coupling
Outer Dia : 470mm
Inner Dia : 170mm
Length : 235mm
Driven side coupling
Outer Dia : 470mm
Inner Dia : 195mm
Length : 300mm
Bolt M30X120mm : 16 Nos
5. Pulleys:-

Pulley Drum Brg. Total Brg. C- Bearin Brg. Sleeve Lockin Torque Wt. in
Name (in Dia shaft C (in g No. g Assy In Nm Kg
mm) (in lg.(in mm) Housin RFN
mm) mm) g 7012
Drive 1000 200 3235 2576 SDD31 23144/ OH314 280 X 405 3700
(D2) 44 C3 4H 355
Take up 630 140 2850 2500 SSNH 22232/ H 3132 220 X 295 1660
Bend D 532 C3 285
(H.E.D) &
(T.E.D),
Take up,
Tail (N2)
Deflector 323.9 75 2400 2300 SN 517 2217 K H 317 417.3

Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley

Page 150 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
6. Belt:-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.0 m/sec
7. Idler:-
No of troughing idlers : 190 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 05nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of impact idlers : 132 nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Return idlers : 64 nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 02 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8.Idler’s frames:-
No of troughing idler frames : 54 nos
No of transition idler frames : 05nos
No of impact idler frames : 44 nos
No of troughing self alignment frames: 06nos
No of return idler frames : 28nos
No of return self alignment frames : 04nos
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make
Return Belt Cleaner : 1set,Fabricated “V” Scrapper

TAKE UP:-
Type : Vertical
Weight : 8.7MT

4.1.8 R7 / R8 CONVEYOR

9
1

Page 151 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
10. DRIVE B 11. DRIVE A 4.TAKE UP BOTTOM BEND
2. TAKEUP 3.TAKE UP TOP BEND 6. DEFLECTOR
5. TAIL PULLEY. 9.TRIPPER DISCHARGE 1. TRIPPER BEND

1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel cage induction motor
Power : 450 KW
RPM : 1500 rpm
Volt : 6.6 KV
2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -660
Type : DELAYED FILL
Installed Qty : 02 Nos
Oil Qty : 38 LITERS in each F/C
Oil Grade : SERVO PRIME SP 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 145o + 50C
FUSIBLE PLUG 1650 + 50C
3. Gear box:-
Make : Elecon
Type : KCN450
Speed ratio : 18.045:1
Oil Qty : 220 liters in each G/B
Oil Grade : Servo mesh SP320
Type of Gear : Bevel/Helical
Bearing Number:-
Input shaft : 31322 – 02 No’s ( Tapper roller bearing )
Input shaft : 22322 – 01 No. ( Spherical roller bearing )
st
1 Intermediate : 22326 – 02 No’s ( Spherical roller bearing )
nd
2 Intermediate : 22338 – 02 No’s ( Spherical roller bearing )
Output Shaft : 23056 – 02 No’s ( Tapper roller bearing )

Gear box seal no:-


Input oil seal : 90x110x12mm(5RG / 10RG)
Output oil seal : 210x240x15mm(5RG / 10RG)
4. Rigid coupling:-
Drive side coupling
Outer Dia : 580mm
Inner Dia : 190mm
Length : 255mm

Page 152 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Driven side coupling:
Outer Dia : 580mm
Inner Dia : 255mm
Length : 340mm
Bolt M30 X 160mm : 22Nos
5. Pulleys:-
Pulley Drum Brg. Total Brg. Bearin Brg. Sleeve Lockin Torque Wt. in
Name (in mm) Dia shaft C-C g No. g Assy In Nm Kg
(in lg.(in (in Housin RFN
mm) mm) mm) g 7012
Drive (D4) 1000 260 3280 2568 SDD 23156 OH 320 X 580 4610
3156 CCK/C 3156H 405
3/W33
Take up 630 150 2950 2572 SDD 23134 H3134 240 X 295 1840
bend ( Top 3134 CCK/C 305
&Bottom) 3/W33
N3
Take up 630 160 2866 2470 SDD 23136 OH 240 X 295 1855
(N4) 3136 CCK/C 3180H 305
3/W33
Deflector 323.9 75 2400 2300 SN 517 2217 K H 317 417.3
Tail(N4) 630 160 2470 2500 SSNH 22232/ H 3132 220 X 295 1660
D 532 C3 285
6. Belts:-
Width : 1800mm
Strength : ST 900 Grade M Steel cord
Speed : 4.0 m/sec
7. Idlers:-
No of troughing idlers : 2710 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 05 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of impact idlers : 33nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Return idlers : 900nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 01nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8.Idler’s frames:-
No of troughing idler frames : 795nos
No of transition idler frames : 05nos
No of impact idler frames : 11nos
No of troughing self alignment frames: 105nos
No of return idler frames : 410nos
No of return self alignment frames : 40nos
Page 153 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper
TAKE UP:-
Type : Horizontal
Weight : 17.8MT
No. Of sheave pulley : 10 No’s
4.1.9 S3 & S4 CONVEYOR:

7. SHUTTLE HEAD PULLEY 8. SHUTTLE RETURN PULLEY


9. SHUTTLE BEND PULLEY 12. HT SNUB PULLEY
10. DRIVE A 11. DRIVE B
4. TAKE UP BOTTOM BEND PULLEY 2. TAKE UP PULLEY
3. TAKE UP TOP BEND PULLEY 1. LT BEND AT CENTER
6. DEFLECTOR PULLEY 5. TAIL PULLEY
1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel cage induction motor
Power : 350 KW
RPM : 1500 rpm
Volt : 6.6 KV
2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -580
Type : DELAYED FILL
Installed qty : 02 nos
Oil Qty : 38 LITERS
Oil Grade : SERVO PRIME 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 1450 + 50C
FUSIBLE PLUG 1650 + 50C
3. Gear box:-
Make : Elecon
Type : KCN400 (EXTENDED SHAFT)
Inst. Qty of gear box : 02 Nos
Speed ratio : 17.8299:1

Page 154 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Oil : Servo Mesh SP320
Oil Qty : 180 Liters in each G/B
Type of Gear : Bevel/Helical
Bearing Number:-
Input shaft : 31315 – 02 No’s (Tapper roller bearing)
Input shaft : 22317 – 01 No. (Spherical roller bearing)
Intermediate : 32319 – 02 No’s. (Spherical roller bearing)
Intermediate output : 22326 – 02 No’s (Spherical roller bearing)
Output Shaft : 32038 – 02 No’s (Tapper roller bearing)
Gear box seal no:-
Input oil seal : 90 x 110 x 12mm(5RG / 10RG)
Output oil seal : 210 x 240 x 15mm(5RG / 10RG)
4. Rigid coupling:-
Drive side coupling
Outer Dia : 530mm
Inner Dia : 170mm
Length : 237mm
Driven side coupling
Outer Dia : 530mm
Inner Dia : 235mm
Length : 325mm
Bolt M30x140mm : 20 Nos
5.Pulleys :
Pulley Name Drum Brg. Total Brg. C- Bearing Brg. Sleeve Locking Torque Wt. in
(in mm) Dia shaft C (in Housing No. Assy In Nm Kg
(in lg.(in mm) (RFN
mm) mm) 7012)
Sh.Head, 1000 220 3064 2576 SDD 23148 OH 320X 580 4140
Return,Bend, 3148 3148H 405
HT Bend (N5)
Drive (D3) 1000 240 3280 2574 SDD 23152 OH 320 X 580 4400
3152 CCK/C3 3152H 405
Take up Bend 630 150 2950 2572 SSD 23134CC H 3134 240 X 295 1840
(N3) (Top & 3134 K/C3/W33 305
Bottom)
LT bend at 630 140 2850 2500 SSNHD 22232/C3 H 3132 220 X 295 1660
center , 532 285
Take up (N2)
Deflector 323.9 75 2400 2300 SN 517 2217 K H 317 417.3
Tail (N4) 630 160 2470 3458 SDD 23136CC H 3132 240 X 295 1855
3136 K/C3/W33 305
Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley
6. Belt :-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.0 m/sec

Page 155 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
7. Idlers:-
No of troughing idlers : 2583 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 05 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of Non magnetic idlers : 06 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of garland idlers : 21 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of Return idlers : 126 nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 14 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8.Idler’s frame:-
No of troughing idler frames : 753 nos
No of transition idler frames : 05 nos
No of troughing self alignment frames: 104 nos
No of return idler frames : 378 nos
No of return self alignment frames : 37 nos
No of garland idler links : 7 nos
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo / Martin Make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper
10.Take up:-
Type : Horizontal
Weight : 15 MT
No. Of sheave pulley : 14 Nos
11.Shuttle Head
Quantity : 4 Nos.
Make : L&T
Type : Reversible
Travel length : 12 m
Travel speed : 0.2 m/sec
Drive : Rack & pinion
Pinion detail : 30 teeth, 12 module 20o involute
Rack detail : 12 Module, 20o involute teeth
Motor quantity : 2 Nos. , Make-Crompton Greaves
Motor power : 11 KW
Page 156 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Gear box quantity : 2 Nos. , Make-Elecon
Type : Bevel/ helical, KCN-225/ S
Gear ratio : 90: 1
Type of Lubrication : Immersed lubrication.
Oil type : Servo Mesh SP-320
Quantity : 40 Litres
Fluid coupling quantity : 2 Nos. , Make-Pembril
Type of fluid coupling : Traction type, 14.5 FCU
Rotation : Unidirectional
Oil type : Servo system 46
Oil Qty : 11 Litres
Oil Degree : 650
Safety devices : Fusible trip 1450±50
Fusible plug 1650 ±50
No. of brakes : 2 Nos. , Make-Kateel
Type of brake : Disc., KCHF – 700
Wheel diameter : 160 mm
Material of rail : CR- 60

4.1.10 S5 / S6 CONVEYOR:

6. DRIVE PULLEY 3. TAKE UP BEND PULLEY (H)


2. TAKE UP PULLEY 4. TAKE UP BEND PULLEY (T)
1. DEFLECTOR PULLEY 5. TAILPULLEY
1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel Cage induction motor
Power : 300 KW
RPM : 1500 rpm
Volt : 6.6 KV
Weight : 3300 Kg
2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -580
Type : DELAYED FILL
Installed qty : 01 no
Oil Qty : 38 Litres
Oil Grade : SERVO PRIME 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 1450 + 50C
FUSIBLE PLUG 1650 + 50C
Oil filling degree : 650

Page 157 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
3. Gear box:-
Make : Elecon
Type : KCN400
Speed ratio : 17.8299:1
Oil Qty : 180 liters
Oil Grade : Servo Mesh SP320
Installed Qty : 01 No
Capacity : 550KW
Type of Gear : Bevel/Helical
Bearing Number:-
Input shaft : 31315 – 02 Nos. (Taper roller bearing)
Input shaft : 22317 - 01 No. (Spherical roller bearing)
Intermediate : 32319 – 02 Nos. (Spherical roller bearing)
Intermediate output : 22326 – 02 Nos. (Spherical roller bearing)
Output Shaft : 32038 – 02 Nos. (Taper roller bearing)
Gear box seal no:-
Input oil seal : 90x110x12mm (5RG / 10RG)
Output oil seal : 210x240x15mm (5RG / 10RG)
4. Rigid coupling:-
Drive side coupling
Outer Dia : 470mm
Inner Dia : 170mm
Length : 235mm
Driven side coupling
Outer Dia : 470mm
Inner Dia : 195mm
Length : 300mm
Bolt M30X120mm : 16 Nos
5. Pulley:-
Pulley Name Drum Brg. Total Brg. Bearing Brg. Sleeve Locking Tor Wt. in
(in Dia shaft C-C Housing No. Assy que Kg
mm) (in lg.(in (in RFN In
mm) mm) mm) 7012 Nm
Drive (D2) 1000 200 3235 2576 SDD 23144C OH 280X 405 3700
3144 CK/C3/ 3144H 355
W33
Take up 630 140 2850 2500 SSNHD 22232/ H 3132 220 X 295 1660
Bend(H.E.D 532 C3 285
& T.E.D),
Take up,
Tail (N2)
Deflector 323.9 75 2400 2300 SN 517 2217 K H 317 417.3

Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley

6. Belts:-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.0 m/sec

Page 158 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

7. Idler :-
No of troughing idlers : 330 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 18 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of Impact idlers : 132 nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Return idlers : 90 nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 03 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8. Idler’s frames:-
No of troughing idler frames : 101 nos
No of transition idler frames : 06 nos
No of troughing self alignment frames: 09nos
No of return idler frames : 40 nos
No of return self alignment frames : 05 nos
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper
10.Counter weight:-
TYPE : VERTICAL
WEIGHT : 10 MT

4.1.11 S7 / S8 CONVEYOR:

1
6. DRIVE PULLEY 3. TAKE UP BEND PULLEY (H)
2. TAKE UP PULLEY 4. TAKE UP BEND PULLEY (T)
1. DEFLECTOR PULLEY 5. TAILPULLEY
1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel cage induction motor
Power : 350 KW
Page 159 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
RPM : 1500 rpm
Volt : 6.6 KV
Weight : 3400 Kg
2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -580
Type : DELAYED FILL
Installed qty : 01 nos
Oil Qty : 38 LITERS
Oil Grade : SERVO PRIME 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 1450 + 50C
FUSIBLE PLUG 1650 + 50C
Oil filling degree : 650
3. Gear box:-
Make : Elecon
Type : KCN400 (EXTENDED SHAFT)
Speed ratio : 17.8299:1
Oil Qty : 180 liters
Oil Grade : Servo mesh SP320
Installed Qty : 01 No
Capacity : 550 KW
Type of Gear : Bevel/Helical
Bearing Number:-
Input shaft : 31315 – 02 No’s (Tapper roller bearing)
Input shaft : 22317 – 01 No. (Spherical roller bearing)
Intermediate : 32319 – 02 No’s. (Spherical roller bearing)
Intermediate output : 22326 – 02 No’s (Spherical roller bearing)
Output Shaft : 32038 – 02 No’s (Tapper roller bearing)
Gear box seal no:-
Input oil seal : 90x110x12mm (5RG / 10RG)
Output oil seal : 210x240x15mm (5RG / 10RG)
4. Rigid coupling:-
Drive side coupling
Outer Dia : 530mm
Inner Dia : 170mm
Length : 237mm
Driven side coupling
Outer Dia : 530mm
Inner Dia : 235mm
Length : 325mm
Bolt M30x140mm : 20 Nos

Page 160 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
5. Pulley status:-
Pulley Drum Brg. Total Brg. Bearing Brg. Sleeve Lockin Torque Wt. in
Name (in Dia shaft C-C Housing No. g Assy In Nm Kg
mm) (in lg.(in (in RFN
mm) mm) mm) 7012
SDD 23152 OH 320 X
Drive (D3) 1000 240 3280 2574 580 4400
3152 CK/C3 3152H 405
Take up 630 140 2850 2500 SSNHD 22232/ H 3132 220 X 295 1660
Bend 532 C3 285
(H.E.D) &
(T.E.D),
Take up,
Tail (N2)
417.3
Deflector 323.9 75 2400 2300 SN 517 2217K H 317
Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley

6. Belts:-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.0 m/sec
7. Idlers:-
No of troughing idlers : 531 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 06 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of Impact idlers : 33 nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Return idlers : 213 nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 03 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306

8.Idler’s frame details:-


No of troughing idler frames : 155 nos
No of transition idler frames : 06 nos
Impact idler frames : 11 nos
No of troughing self alignment frames: 18nos
No of return idler frames : 66nos
No of return self alignment frames : 05 nos

Page 161 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
9. Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper
10.Counter weight:-
TYPE : VERTICAL
WEIGHT : 10 MT
4.1.12 S9 / S10 CONVEYOR

1
6. DRIVE PULLEY 3. TAKE UP BEND PULLEY (H)
2. TAKE UP PULLEY 4. TAKE UP BEND PULLEY (T)
1. DEFLECTOR PULLEY 5. TAILPULLEY

1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel Cage Induction Motor
Power : 300 KW
RPM : 1500 rpm
Volt : 6.6 KV
Motor wt : 3300 Kg

2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -580
Type : DELAYED FILL
Installed qty : 01 no
Oil Qty : 38 LITERS
Oil Grade : SERVO PRIME 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 1450 + 50C
FUSIBLE PLUG 1650 + 50C
Oil filling degree : 650

3. Gear box:-
Make : Elecon
Type : KCN400
Speed ratio : 17.8299:1
Oil Qty : 180 liters
Oil Grade : Servo mesh SP320
Installed Qty : 01 No
Type of Gear : Bevel/Helical

Page 162 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Bearing Number :-
Input shaft : 31315 – 02 No’s (Tapper roller bearing)
Input shaft : 22317 – 01 No. (Spherical roller bearing)
Intermediate : 32319 – 02 No’s. (Spherical roller bearing)
Intermediate output : 22326 – 02 No’s (Spherical roller bearing)
Output Shaft : 32038 – 02 No’s (Tapper roller bearing)

Gear box seal no:-


Input oil seal : 90x110x12mm – 02 Nos. (5RG / 10RG)
Output oil seal : 210x240x15mm – 02 Nos. (5RG / 10RG)
4. Rigid coupling :-
Drive side coupling
Outer Dia : 470mm
Inner Dia : 170mm
Length : 235mm
Driven side coupling
Outer Dia : 470mm
Inner Dia : 195mm
Length : 300mm
Bolt M30X120mm : 16 Nos

5. Pulleys:-
Pulley Name Drum Brg. Total Brg. Bearing Brg. Sleeve Locking Torque Wt.
(in Dia shaft C-C Housing No. Assy In Nm in Kg
mm) (in lg.(in (in RFN
mm) mm) mm) 7012
Drive (D2) 1000 200 3235 2576 SDD 23144 OH 280 X 405 3700
3144 CCK/C 3144H 355
3/W33
Take up Bend 630 140 2850 2500 SSNHD 22232/ H 3132 220 X 295 1660
(H.E.D & 532 C3 285
(T.E.D), Take
up, Tail (N2)
Deflector 323.9 75 2400 2300 SN 517 2217 K H 317 417.3
Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley
6. Belt :-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.0 m/sec
7. Idler:-
No of troughing idlers : 471 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 03 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306

Page 163 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
No of Impact idlers : 33 nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Return idlers : 128 nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 03 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8.Idler’s frame:-
No of troughing idler frames : 139 nos
No of transition idler frames : 03 nos
Impact idler frames : 11 nos
No of troughing self alignment frames: 16 nos
No of return idler frames : 56nos
No of return self alignment frames : 08 nos
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper
10.COUNTER WEIGHT:-
Type : Vertical
Weight : 10 mt
4.1.13 S13 / S14 CONVEYOR
6
7
8

10. DRIVE A 11. DRIVE B 1. LT SNUB


4. LT BEND AT CENTER 3. TAKE UP BEND 2.TAKE UP
5.TAIL PULLEY 6.TRIPPER DISCHARGE 7.TRIPPER TOP BEND
8.TRIPPER BOTTOM
1. Motor:-
Name : Crompton greaves
Type : 3 Ǿ Squirrel Cage Induction Motor
Power : 350 KW
RPM : 1500 rpm
Volt : 6.6 KV
Motor wt : 3400 Kg
2. Fluid coupling:-
Make : M/s PEMBRIL
Model : SDFC -660
Type : DELAYED FILL
Installed Qty : 02 Nos

Page 164 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Oil Qty : 48 LITERS in each F/C
Oil Grade : SERVO PRIME SP 46
Fluid coupling oil seal : 110x140x13mm
Fluid coupling bearing : 6220, 6022 each 01 No
Safety devices : FUSIBLE TRIP 145o + 50C
FUSIBLE PLUG 1650 + 50C
Oil filling degree : 650
3. Gear box:-
Make : Elecon
Type : KCN450
Speed ratio : 18.045:1
Oil Qty : 180 liters in each G/B
Oil Grade : Servo mesh SP320
Type of Gear : Bevel/Helical
Bearing Number of Gear Box:-
Input shaft : 31322 – 02 No’s ( Tapper roller bearing )
Input shaft : 22322 – 01 No. ( Spherical roller bearing )
1stIntermediate : 22326 – 02 No’s ( Spherical roller bearing )
2ndIntermediate output : 22338 – 02 No’s ( Spherical roller bearing )
Output Shaft : 23056 – 02 No’s ( Tapper roller bearing )

Gear box seal no:-


Input oil seal : 100x130x12mm – 02 Nos. (5RG / 10RG)
Output oil seal : 220x250x15mm – 02 Nos. (5RG / 10RG)
4. Rigid coupling:-
Drive side coupling
Outer Dia : 530mm
Inner Dia : 190mm
Length : 252mm

Driven side coupling


Outer Dia : 530mm
Inner Dia : 235mm
Length : 325mm
Bolt M30X140mm : 20Nos
5. Pulleys:-
Dru Brg. Total Lockin
Brg. C- Torqu Wt.
m Dia shaft Bearing Brg. g Assy
Pulley Name C (in Sleeve e in
(in (in lg.(in Housing No. RFN
mm) In Nm Kg
mm) mm) mm) 7012
SDD 23152 OH 320X4
Drive(D3) 1000 240 3280 2574 580 4400
3152 CK/C3 3152H 05
23134
SDD 240X3
LT snub (N3) 630 150 2950 2572 CCK/C H 3134 295 1840
3134 05
3/W33
LT bend at
center,Take up SDD OH 240X3
630 160 2866 2470 23136 295 1855
bend,Take up 3136 3180H 05
& Tail (N4)

Page 165 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
Lagging:-
 16mm Thickness with diamond groove lagging for Drive pulley
 12mm Thickness with plain lagging for Non Drive pulley
6. Belt :-
Width : 1800mm
Strength : ST 800/900 Grade M Steel cord
Speed : 4.0 m/sec
7. Idlers:-
No of troughing idlers : 1373 nos
Size of the idlers : 30X152.4X670mm
Bearing no : 6306
No of transition idlers : 04 nos
Size of the idlers : 30X152.4X900mm
Bearing no : 6306
No of Impact idlers : 69 nos
Size of the idlers : 35X190X670mm
Bearing no : 6307
No of Return idlers : 520 nos
Size of the idlers : 30X152.4X1000mm
Bearing no : 6306
No of Flat idlers : 05 nos
Size of the idlers : 30X152.4X2000mm
Bearing no : 6306
8.Idler’s frames:-
No of troughing idler frames : 405 nos
No of transition idler frames : 04 nos
Impact idler frames : 23 nos
No of troughing self alignment frames: 50nos
No of return idler frames : 240nos
No of return self alignment frames : 020 nos
9.Belt cleaners:-
Primary Cleaner : 1set, Thejo/ Martin Make
Secondary Cleaner : 1set, Thejo/ Martin Make
Return Belt Cleaner : 1set, Fabricated “V” Scrapper
10.Take up:-
Type : Horizontal
Weight : 22MT
No. Of sheave pulley : 10 Nos

4.1.14 STATUS OF CONVEYOR BELT


Sl. Conveyor ST-800 ST-900 Gr. ST-2000 Gr. EP-800/5 Gr. Total Installed Qty.
No. Name Gr. M M A M (in Mtrs.)
1 RR1-(A+B) 50+50 100
2 RR2-(A+B) 50+50 100
5 R3 485 485
6 R4 470 470
7 R5 196 196
8 R6 219 219
9 R7 2767 2767

Page 166 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
10 R8 2760 2760
11 S3 2000 622 2622
12 S4 1288.5 1335 2623.5
13 S5 313 313
14 S6 345 345
15 S7 462 462
16 S8 433 433
17 S9 420 420
18 S10 418 418
19 S13 514.5 926 1440.5
20 S14 688 762 1450
21 ST-1 120 120
22 ST-2 120 120
23 RC-1 B/C 127 127
24 RC-2 B/C 127 127
25 RC-(1+2) B/F 12+12 24
27 SL-1 105 105
28 SL-2 105 105
Total: 7874 10254 200 24 18352

Specific Parameters
Type of take
Sl. No. Conv. No. C to C length, m Lift, m No. of Pulleys
up unit
1. R3 242.5 25.4 VG 11
2. R4 235.0 25.4 VG 11
3. R5 98.0 7.3 VG 5
4. R6 109.5 7.3 VG 5
5. R7 1383.5 2.65 HG 6
6. R8 1380.0 2.65 HG 6
7. S3 1311.0 4.75 HG 11
8. S4 1311.8 4.75 HG 11
9. S5 156.5 6.0 VG 5
10. S6 172.5 6.0 VG 5
11. S7 231.0 10.0 VG 5
12. S8 216.5 10.0 VG 5
13. S9 210.0 8.0 VG 5
14. S10 209.0 8.0 VG 5
15. S13 720.25 23.0 HG 7
16. S14 725.0 23.0 HG 7

Page 167 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
Year Wise Consumption of Conveyor Belt-
Year ST-800 ST-900 ST-2000 ST-630 ST-500 EP-800 TOTAL
2001 – 02
2002 – 03 20 377 397
2003 – 04 252 107 359
2004 – 05 70 54 105 229
2005 – 06 178 348 148 731 12 1417
2006 – 07 588 256 844
2007 – 08 65 27 995 785 12 1884
2008 – 09 50 106 156
2009 – 10 30 49 127 10.5 216.5
2010 – 11 56 250 314.5 620.5
2011 – 12 395 45 51 12.5 503.5
2012 – 13 1080 252 90 81 13 1516
2013 – 14 733 792 50 1575
2014 – 15 2407 3717 50 66 6240
2015 – 16 2747 4978.9 50 36 7811.9
2016 - 17 787.9 830 50 1667.9
TOTAL 9070.9 11129.9 350 2495 2229.5 162 25437.3
Present status of conveyor belts as on dt:01.03.17
Sl.
BELT NUMBER GRADE BELT LENGTH DISTANCE REPLACED DATE
No.
1 RR1A
15307 ST-2000 Gr. A 50 05.09.14
TOTAL 50
2 RR1B
102900 ST-2000 Gr. A 50 18.08.11
TOTAL 50
3 RR2A
15328 ST-2000 Gr. A 50 29.08.16
TOTAL 50
4 RR2B
15328 ST-2000 Gr. A 50 07.03.16
TOTAL 50
5 R3
19483 250 0 - 250 21.05.16
ST-900 Gr. M
18290 235 0 - 235 07.05.15
TOTAL 485
6 R4
19484 235 15 - 250 24.07.16
ST-900 Gr. M
18292 235 5 - 240 02.04.15
TOTAL 470
7 R5
19113 ST-800 Gr. M 196 54 - 250 06.05.15
TOTAL 196
R6
16720 ST-800 Gr. M 219 30 - 249 12.04.12
TOTAL 219
Page 168 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
8 R7
19488 250 0 - 250 03.05.16
19096 95 115 - 250 03.05.16
19101 250 0 - 250 16.07.15
19100 250 0 - 250 16.07.15
18279 250 0 - 250 07.08.14
18287 250 0 - 250 07.08.14
ST-900 Gr. M
18293 300 0 - 300 06.09.14
18281 250 0 - 250 06.09.14
18282 250 0 - 250 06.09.14
18285 250 0 - 250 09.09.15
19099 250 0 - 250 09.09.15
18286 122 0 - 122 09.09.15
TOTAL 2767
9 R8
4 05 2665 250 0 - 250 19.10.05
8456 205 0 - 205 03.05.14
8455 250 0 - 250 03.05.14
8454 85 0 - 85 06.11.10
18277 250 0 - 250 08.06.14
19098 145 105 - 250 13.12.15
19487 ST-900 Gr. M 250 0 - 250 13.12.15
19486 250 0 - 250 13.12.15
19097 250 0 - 250 13.12.15
15123 75 0 - 75 13.12.15
19485 250 0 - 250 13.12.15
8459 250 0 - 250 30.05.13
8460 250 0 - 250 30.05.13
TOTAL 2760
10 S3
18291 250 0 - 250 20.04.15
19115 250 0 - 250 20.04.15
18274 250 0 - 250 05.10.14
18273 250 0 - 250 05.10.14
18272 250 0 - 250 09.06.14
17897 ST-800 / 900
250 0 - 250 09.06.14
Gr. M
18269 250 0 - 250 09.06.14
18276 250 0 - 250 09.06.14
19094 250 0 - 250 20.04.15
19095 250 0 - 250 20.04.15
18289 122 0 - 122 20.04.15
TOTAL 2622
11 S4
19090 ST-800 / 900 250 0 - 250 03.07.15
19102 Gr. M 250 0 - 250 03.07.15
Page 169 of 286
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
19103 250 0 - 250 03.07.15
19118 250 0 - 250 04.08.15
19117 250 0 - 250 04.08.15
19116 250 0 - 250 04.08.15
16719 190 0 - 190 13.10.12
19113 53.5 0 - 53.5 24.04.16
8458 85 15 - 100 04.02.12
2558 45 0 - 45 15.09.13
17892 250 0 - 250 15.09.13
19093 250 0 - 250 05.06.15
19114 250 0 - 250 05.06.15
TOTAL 2623.5
12 S5
8453 165 0 - 165 08.05.11
ST-800 Gr. M
8452 148 102-250 08.05.11
TOTAL 313
13 S6
16723 295 5 - 300 23.10.12
ST-800 Gr. M
16719 50 195 - 245 23.10.12
TOTAL 345
14 S7
19111 250 0 - 250 03.06.15
ST-800 Gr. M
19112 212 0 - 122 03.06.15
TOTAL 462
15 S8
17895 250 0 - 250 26.07.14
ST-800 Gr. M
17894 183 67 - 250 26.07.14
TOTAL 433
16 S9
2554 100 0 - 100 17.12.14
19112 38 212 - 250 08.04.16
ST-800 Gr. M
8453 35 175 - 210 21.06.11
16722 247 0 - 247 14.09.13
TOTAL 420
17 S10
19496 250 0 - 250 02.04.16
ST-800 Gr. M
19495 168 0 - 168 02.04.16
TOTAL 418
18 S13
18283 250 0 - 250 18.12.14
18284 250 0 - 250 18.12.14
8449 ST-800 / 900 22.5 227.5 - 250 14.04.16
18270 Gr. M 230 20 - 250 01.05.14
17896 143 0 - 143 01.05.14
17893 50 195 - 245 31.10.13

Page 170 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
8461 176 59 - 235 25.06.14
2555 24 0 - 24 03.01.17
8457 250 0 - 250 25.06.14
1959 30 220 - 250 24.07.04
104399 15 180 - 195
TOTAL 1440.5
19 S14
2553 248 0 - 248 02.10.06
18288 230 0 - 230 29.07.14
18280 250 0 - 250 29.07.14
2557 ST-800 / 900 130 120 - 250 19.09.05
8461 Gr. M 32 0 - 32 12.12.14
18278 250 0 - 250 12.12.14
2555 200 50 - 250 17.05.06
2556 110 135 - 245 02.10.06
TOTAL 1450
20 ST#1
19497 ST-800 Gr. M 120 0 - 120 20.08.16
TOTAL 120
21 ST#2
8449 ST-800 Gr. M 120 105 - 225 14.12.10
TOTAL 120
22 RC#1 (B/C)
18286 ST-900 Gr. M 127 123 - 250 16.04.15
TOTAL 127
23 RC#2 (B/C)
19497 ST-800 Gr. M 127 123 - 250 17.03.16
TOTAL 127
24 RC#1 (B/F)
18518 EP-800/5 12 36 - 48 02.07.15
TOTAL 12
25 RC#2 (B/F)
18518 EP-800/5 12 48 - 60 12.09.15
TOTAL 12
26 SL#1
19498 ST-800 Gr. M 105 145 - 250 14.07.16
TOTAL 105
27 SL#2
19092 ST-800 Gr. M 105 0 - 105 13.11.15
TOTAL 105

Page 171 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
TECHNICAL SPECIFICATION OF CONVEYOR BELT.
A. ST-800 Gr. M
PARAMETERS SPECIFICATION
1. Belt Dimensions
Belt Width 1800 mm
Belt Thickness 16.4 mm
Top Cover Thickness 8.0 mm
Bottom Cover Thickness 5.0 mm
2. Steel Cords
Number Cords 128 no.
Diameter of Cords 3.4 mm
Cord Pitch 13.8 mm
Cord Construction 7x7
3. Cover Plate Rubber
Tensile Strength 25.0 N/mm2
Elongation at Break 500 %
Tensile Strength / at 70°C for 7 days 25 N/mm2
Elongation at Break / at 70°C for 7 days 500 %
Abrasion 125 mm3
4. Adhesion
Top Cover / Bonding rubber 12.0 N/mm
Bottom Cover / Bonding rubber 12.0 N/mm
Cord Pull Out Strength of cord 70 N/mm
After Thermal Treatment 150°C – 150 min. 65 N/mm
5. Troughability (35°) 0.14 Min.

Cord Construction (7 x 7)
STANDARD
Unit mm kN % mm g/m g/m2 g/m2 N / mm %
Minimum 3.30 12.30 - 24.25 43.60 24.60 22.80 90.00 60.00
Maximum 3.50 0.350 25.75 46.40 41.00 38.00

B. ST-900, Gr. M
PARAMETERS SPECIFICATION
1. Belt Dimensions
Belt Width 1800 mm
Belt Thickness 16.8 mm
Top Cover Thickness 8.0 mm
Bottom Cover Thickness 5.0 mm
2. Steel Cords
Number Cords 115 no.
Diameter of Cords 3.8 mm
Cord Pitch 15.3 mm
Cord Construction 7x7
3. Cover Plate Rubber
Tensile Strength 25.0 N/mm2
Elongation at Break 500 %
Tensile Strength / at 70°C for 7 days 25 N/mm2
Page 172 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Elongation at Break / at 70°C for 7 days 500 %
Abrasion 125 mm3
4. Adhesion
Top Cover / Bonding rubber 12.0 N/mm
Bottom Cover / Bonding rubber 12.0 N/mm
Cord Pull Out Strength of cord 78 N/mm
After Thermal Treatment 150°C – 150 min. 74 N/mm
5. Troughability (35°) 0.14 Min.

Cord Construction (7 x 7)
STANDARD
Unit mm kN % mm g/m g/m2 g/m2 N / mm %
Minimum 3.64 14.90 - 26.40 53.20 27.60 23.40 95.00 60.00
Maximum 3.96 0.350 29.60 56.80 46.00 39.00

C. ST-2000, Gr. A
PARAMETERS SPECIFICATION
1. Belt Dimensions
Belt Width 2400 mm
Belt Thickness 24.4 mm
Top Cover Thickness 12.0 mm
Bottom Cover Thickness 6.0 mm
2. Steel Cords
Number Cords 136 no.
Diameter of Cords 6.4 mm
Cord Pitch 17.3 mm
Cord Construction 7 x 19
3. Cover Plate Rubber
Tensile Strength 21.0 N/mm2
Elongation at Break 450 %
Tensile Strength / at 70°C for 7 days 21 N/mm2
Elongation at Break / at 70°C for 7 days 450 %
Tear Resistance 15.0 M / mm
Hardness 63 Shore A
Abrasion 70 mm3
4. Adhesion
Top Cover / Bonding rubber 12.0 N/mm
Bottom Cover / Bonding rubber 12.0 N/mm
Cord Pull Out Strength of cord 118 N/mm
After Thermal Treatment 150°C – 150 min. 110 N/mm
5. Dynamic pull out strength 10000 Cycles
6. Troughability (35°) 0.14 Min.
Cord Construction (7 x 19)
STANDARD
Unit mm kN % mm g/m g/m2 g/m2 N / mm %
Minimum 6.20 37.90 - 46.00 147.00 28.20 22.80 135.00 60.00
Maximum 6.60 0.350 50.00 157.00 47.00 38.00

Page 173 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

D. EP-5, 800, 5.0/5.0, Gr. – M


PARAMETERS SPECIFICATION
1. Belt Dimensions
Belt Width 2200 mm
Top Cover Thickness 5.0 mm
Bottom Cover Thickness 5.0 mm
2. Belt Characteristics
Breaking force warp direction 800.0 N/mm
Elongation at break warp direction 10.0 %
Reference elongation (10%FBmin) 4.0 %
3. Adhesion Strength
Top cover to fabric ply 4.50 N/mm
Between fabric ply 5.25 N/mm
Bottom cover to fabric ply 4.50 N/mm
4. Cover Rubber
Tensile strength 24.0 N/mm2
Elongation at break 450.0 %
Tensile strength / at 70°C for 72 hours +10/ -20
Elongation at break / at 70°C for 72 hours +10/ -25
Abrasion 150.0 mm3
5. Troughability (35°) 0.11 Min.

4.1.15 STATUS OF GEAR BOX


Machine Gear Box Sl. No. & Last Replacement Date
CONVEYOR GEAR TYPE OF GEAR LAST REPLACEMENT
SL. No. SERIAL NO.
BOX NAME BOX DATE

1 RR1A KCN- 560 WHG 19553 LH

2 RR1B KCN- 560 WHG 19551 RH

3 RR2A KCN- 560 WHG 19550 LH

4 RR2B KCN- 560 WHG 19552 RH

5 R7A KCN-450 WHG 18411 LH 26.04.12

6 R7B KCN-450 WHG 500068 LH 21.12.07

7 R8A KCN-450 WHG 500069 RH 04.11.16

8 R8B KCN-450 WHG 503853 RH 07.06.14

9 S13A KCN-450 WHG 18386 RH 27.10.09

10 S13B KCN-450 WHG 18374 LH

Page 174 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
11 S14A KCN-450 WHG 503834 LH 09.12.16
12 S14 B KCN-450 WHG 18416 RH 21.08.13

13 R3 A KCN 400 WHG18341 RH 29.11.10

14 R3B KCN-400 WHG 26427 RH

15 R4A KCN-400 WHG 19545 LH 24.12.10

WHG 18258 LH
16 R4B KCN-400 03.07.08
( S11 )

17 R5 KCN-400 WHG 18257 LH 11.01.17

18 R6 KCN-400 WHG 18315 RH 26.08.09

19 S3A KCN-400 WHG 18302 LH EX

20 S3B KCN-400 WHG 18336 RH EX 11.05.12

21 S4A KCN-400 WHG 18274 LH EX 24.01.11

22 S4B KCN-400 WHG 26426 RH 19.01.10

23 S5 KCN-400 WHG 18256 LH 21.12.11

24 S6 KCN-400 WHG 18316 RH 22.02.13

25 S7 KCN 400 WHG19544 RH EX 26.11.10

26 S8 KCN-400 WHG 18276 RH 12.11.15

27 S9 KCN-400 WHG 19546 LH 08.01.16

28 S10 KCN-400 WHG 19543 RH 22.02.13

Machine Gear Box Sl. No. & Last Replacement Date


LAST
SL. TYPE OF
MACHINE LOCATION SERIAL NO. REPLACEMENT
NO GEAR BOX DATE
BOOM CONV.
1 KEN 280 9834.5001.001.5 13.02.17
( Drive -1 )
ST#1
BOOM CONV.
2 KEN 280 9834.5001.001.2 07.01.15
( Drive -2)
BOOM CONV.
3 KEN 280 9834.5001.001.5 13.10.16
( Drive -1 )
ST#2
BOOM CONV.
4 KEN 280 9834.5001.001.1 27.04.11
( Drive -2)

Page 175 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
BOOM CONV.
5 KEN 280 9834.5001.002.4
( Drive -1 )
RC#1
BOOM CONV.
6 KEN 280 NFO 1001703 03.01.16
( Drive -2)
BOOM CONV. 3003480564 /
7 KEN 280 05.06.16
( Drive -1 ) 101
RC#2
BOOM CONV.
8 KEN 280 9834.5001.002.3
( Drive -2)
9 SLEW DRIVE 1 P3KL 16 445.808.005.006.5 14.04.11
10 ST#1 SLEW DRIVE 2 P3KL 16 445.808.005.006.1
11 SLEW DRIVE 3 P3KL 16 445.808.005.006.3
12 SLEW DRIVE 1 P3KL 16 445.808.005.006.7
13 ST#2 SLEW DRIVE 2 P3KL 16 445.808.005.006.2
14 SLEW DRIVE 3 P3KL 16 445.808.005.006.6
15 SLEW DRIVE 1 P3KL 17 445.808.005.010.4
16 RC#1 SLEW DRIVE 2 P3KL 17 445.808.005.010.2
17 SLEW DRIVE 3 P3KL 17 445.808.005.010.1 05.03.15
18 SLEW DRIVE 1 P3KL 17 445.808.005.010.7 10.11.11
19 RC#2 SLEW DRIVE 2 P3KL 17 445.808.005.010.3 13.09.16
20 SLEW DRIVE 3 P3KL 17 445.808.005.010.6 03.10.12
21 RC#1 BELT FEEDER KCN-400 WHG 19549 LH 24.06.10

22 RC#2 BELT FEEDER KCN-400 WHG 19548 LH

23 RC#1 BUCKET GEAR BOX P2KA25 445.808.005.001.1 14.10.16

24 RC#2 BUCKET GEAR BOX P2KA25 445.808.005.001.3 27.03.16


SHUTTLE DRIVE
25 K3SZG450 G25013
(SL#1)
SHUTTLE DRIVE
26 K3SZG450 G25013
SL#1 & (SL#2)
SL#2
27 BOOM DRIVE (SL#1) KSZG280PU G24946 14.06.16

28 BOOM DRIVE (SL#2) KSZG280PU G24946 10.09.16

29 SLEW DRIVE 1 K3P160 9/991914200.001

30 SL#1 SLEW DRIVE 2 K3P160

31 SLEW DRIVE 3 K3P160

32 SLEW DRIVE 1 K3P160 9/991914200.001

33 SL#2 SLEW DRIVE 2 K3P160

34 SLEW DRIVE 3 K3P160

Page 176 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

4.1.16 BRIEF DESCRIPTION OF DUST CONTROL SYSTEM IN MCHP:

The original Dust Control System in MCHP commissioned by M/s.SPML was revamped and the
new system was commissioned during January, 2011by M/s.KUPPL. The system includes dust control as
well as fire-fighting in MCHP. The dust control and fire-fighting system operates using raw water drawn
from Balijhara Water Reservoir. The Dust Control System has got two Pump Houses i.e. Raw Water Pump
House and Process Water Pump House. Raw Water Pump House is utilized to draw water from the Balijhara
Water Reservoir and is stored in the Process Water Pond having a capacity of 90,000 m3 at MCHP.
From the Process Pond, water is being distributed to three different locations i.e. Rail Receival Station,
Stackyard and for the Shipping Stream through the Process Water Pump House.
The Raw Water Pump House has got two nos. of Pumps each of capacity 37 KW having a discharge
capacity of 275 m3 per hour. The Process Water Pump House has got four nos. of Pumps each of capacity
125 KW having a discharge capacity of 300 m3 per hour. Further,
(i) To control dust at Rail Receival Station, the system has 320 nos. of high pressure nozzles and 120
nos. of multi-tip nozzles at the hopper RR-1 & RR-2.
(ii) To control dust at the Shipping & Receiving Stream, the system is equipped with 478 single-tip
nozzles & 02 nos. multi-tip nozzles at different Transfer Towers as well as in machines.
(iii) To control dust at the Shipping & Receiving Stream, additional sprinkling provision by through
holes in pipes at R-7 & R-8 tail end, S-3 & S-4 after magnet and S-7 & S-8 conveyor are incorporated.
(iv) To control dust at both the Stackyards, the system has 108 nos. of auto-swivel sprinklers and for
fire-fighting, the system has 52 nos. of fire monitors & 04 nos. fire hydrants. Also for fire fighting, the
system has 72 nos. of fire hydrants.
(v) The total average water consumption of the system is 4000 m3 per day.

4.1.16.1 Existing Dust Control System (D.C.S) of MCHP:-


The system is installed in MCHP for control of dust generated from different sources in the year 2011.
This comprises of the followings;
(a) PWPH
(b) Process Water Underground & Overhead pipe network
(c) RRS
(d) All Transfer Towers
(e) Stack-yard
(f) RRS including High Pressure Pump House
Most of the existing DCS are in a defunct condition. PPT is in the tendering process for installation of
Dry Fog Dust Suppression System (DFDS) at RRS, Transfer points and separate pipelines at the
existing stackyards for installation of new sprinklers. The work is expected to be completed during the
tenure of this O&M contract. Once the installation of new system is commenced, the existing DCS
system will be left with only fire fighting system at RRS, Transfer Points and Fire hydrants and Fire
monitors in both the stackyards. The installations of existing DCS which will be retained shall be
revamped under this contract in mandatory initial works.
4.1.16.2 Pump Details:-
Sl.
Location Specification Qty. Date of Installation
No.
Motor-125KW/167HP, 1485rpm, Crompton Greaves Make
1 Model No.: DSM 150/46 A, Head: 105 Mtrs. 4 Nos.
Capacity: 300m3/Hour, Make: Kirloskar Brothers Ltd.
PWPH Model: KV 30, Size: 32x32, 2840 RPM, Max. Vacuum 2007
developed: 65mm of Hg, Max. Intake rate: 55.0 m3/Hr.,
2 2 Nos.
Working fluid pressure: 0.15 Kg/cm2, KW/HP: 5.5/7.5, 4.7
Amp., 415 Volt, Make: Kirloskar Brothers Ltd.
3 Motor-30KW/40HP, 1470rpm, ABB Make
HPPH 6 Nos. 2011
Head: 11 Mtrs. Discharge-103 lpm,Make: Kaveri.

Page 177 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
4.1.16.3. Process Water Pipeline details:
Size of Pipe (in mtr.)

UPVC MS / GI SS

200 150 100 80 300 250 200 150 100 80 65 50 25 25


NB NB NB NB NB NB NB NB NB NB NB NB NB NB

6580 278 192 373 25 100 235 600 3500 2700 250 1300 250 500

4.1.16.4. Layout of Process Water Pipe Line and Plant :-

Page 178 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
4.1.16.5. SPECIFICATIONS-
ITEM CI AIR RELEASE VALVE
BODY CI IS 210 Gr. 200
BODY COVER CI IS 210 Gr. 200
PROTECT COVER CI IS 210 Gr. 200
BALL NEOPRENE COATED TIMBER
SEAT NEOPRENE / NITRILE
COVER BOLTS & NUTS CARBON STEEL
BODY TEST PRESSURE 15 Kg/cm2

GATE VALVE WITH NON RISING SPINDLE &


TYPE
BOLTED BONNET
BODY CAST IRON AS PER IS : 210 - 1993, GR-200
BONNET BOLTED(CAST IRON AS PER IS : 210 - 1993, GR-200)
SPINDLE SS AS PER AISI - 410
DISC CAST IRON AS PER IS : 210 - 1993, GR-200
BODY SEAT RING &
SS AS PER AISI - 410 (13 % Cr.)
DISC SEAT RING
END CONNECTION FLANGE END TO IS IS : 6392 T 17 RF
PRESSURE RATING PN - 1.6
HAND WHEEL CAST IRON AS PER IS : 210 - 1993, GR-200
APPLICATION WATER
BODY TEST PR. 24 KG/CM2
SEAT TEST PR. 16 KG/CM2
BOLTS & NUTS CARBON STEEL, IS: 1363-1992, CI - 4
GASKET CAF, IS : 2712, Gr - C
PACKING GRAPHITED ASBESTOS
PAINTING GREEN (AS PER IS:14846)

TYPE GLOBE VALVE WITH NON RISING SPINDLE


BODY CAST IRON AS PER IS : 210 - 1993, GR-200
BONNET WITH
CAST IRON AS PER IS : 210 - 1993, GR-200
YOKE, GLAND
HAND WHEEL CAST IRON AS PER IS : 210 - 1993, GR-200
BODY SEAT RING &
SS AS PER AISI - 304
DISC SEAT RING
YOKE BUSH,
LEADED TIN BRONZE IS : 318 -1981, LTB - 2
BACK SEAT BUSH
SEAM STAINLESS STEEL, AISI : 410 (13% Cr.)
SLEEVE LEADED TIN BRONZE IS : 318 -1981, LTB - 2
END CONNECTION FLANGED END (IS - 6392, T-17)
APPLICATION WATER
HYDROSTATIC TESTING PN 1.6
BODY TEST PR. 24 KG/CM2
SEAT TEST PR. 16 KG/CM2
BOLTS, STUDS & NUTS CARBON STEEL, IS: 1363-1992
GASKET CAF, IS : 2712, Gr - C
PACKING GRAPHITED ASBESTOS
PAINTING GREEN (AS PER IS:9338)
ITEM C.I Pr. RELIEF VALVE
SIZE OF VALVE 100 NB
BODY CAST IRON AS PER IS : 210 - 1993, GR-200
COVER, BRIDGE, DISC CAST IRON AS PER IS : 210 - 1993, GR-200
SPINDLE SS AS PER AISI - 410(13% Cr.)
STAY ROD MILD STEEL IS : 2062

Page 179 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
BODY SEAT RING &
STAINLESS STEEL AISI 304
DISC SEAT RING
SLEEVE STAINLESS STEEL AISI 304
END CONNECTION FLANGE END TO IS : 6392 T 17 RF
ADJUSTABLE
0 - 15 KG/CM2
PRESSURE RANGE
BODY TEST PR. 24 KG/CM2
SEAT TEST PR. 12 KG/CM2
GASKET CAF, IS: 2712, Gr. C
SPRING CARBON STEEL, IS: 1363-1992
BOLTS & NUTS CARBON STEEL, IS: 1363-1992

ITEM CONTROL CABLE


APPLICATION DUST SUPPRESSION SYSTEM
CONTROL CABLE-1.1KV GRADE FRLS OUTER SHEETHED,
TYPE
PVC INNER SHEETHED,ARMOURED, COPPER CONDUCTOR
MANUFACTURING STD AS PER IS :1554(PART-2)
MAXIMUM OPERATING CONDUCTOR TEMPERATURE 85
HEAT RESISTING
DGREE FOR 1.1KV
CONDUCTORS IS:8130-1984
BENDING RADII 12D FOR MULTI CORE FOR 1.1 KV CABLE
IR VALUE >100 Ohms.BETWEEN ALL PHASE & ARMOURED
D.E STRENGTH 2.5 KV FOR 1 MIN.

ITEM CONTROL PANEL


ENCLOSURE 2MM THICK CRCA SHEET FABRICATED
INCOMING SUPPLY 230V/AC, 50 Hz.
MOUNTING WALL
DEGREE OF
IP-55
PROTECTION
PROVISION OF EARTH
STUD
TERMINAL
PAINTING RAL-7032
SIZE OF INCOMING
AS PER REQUIREMENT
CABLE
MAKE OF SW. GEAR &
MEASURING REPUTED MAKE
INSTRUMENT
IR VALUE >100 Ohms.AT PHASE TO NEUTRAL & PHASE TO EARTH.

ITEM CI FLOAT VALVE


SIZE OF VALVE(NB) 40
DESIGN
GK FIG-H-48
STANDARD
TYPE CAST IRON BALL FLOAT VALVE
BODY,
COVER,PISTON,DISC CAST IRON AS PER IS : 210 - 1993, GR-200
GLAND NUT
FLOAT COVER
SEAT RING GM IS: 318 LTB
VALVE FACE NEOPRENE RUBBER
SPINDLE 13% Cr. STEEL
FULCRUM, LEVER,
MS IS : 2062(GALVANISED)
HINGE, GLAND
PILOT VALVE & SEAT SS AISI 304
END CONNECTION FLANGED END (IS - 6392, T-17)
APPLICATION WATER
Page 180 of 286
Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
BODY TEST PR. 15 KG/CM2
SEAT TEST PR. 10 KG/CM2
BOLTS, STUDS & NUTS CARBON STEEL, IS: 1367-1992
PACKING GRAPHITED ASBESTOS

ITEM HIGH PRESSURE NOZZLE


TYPE HIGH PRESSURE FOG TYPE
FLUID WATER
BODY BRASS WITH ZINC COATING
CAPACITY 0.5 LPM
TIPS SS-304
CONNECTION SCREWED 3/16" (BSW)
WORKING PRESSURE 60 TO 100Kg/CM2

ITEM HIGH PRESSURE PUMP


TYPE RECIPROCATING PLUNGER TYPE
MODEL KAV DC-100/150(DIAMOND)
NO OF PLUNGER 3 NOS
RPM 850
CAPACITY 100 LPM
MAX. RATED PRESSURE 100 Kg/CM2
MAIN BODY CAST IRON
PLUNGER SS-316 WITH CERAMIC COATING
MANIFOLD SS-316
CRANK SHAFT NITRITE CHROMEMOLYBDENUM STEEL
PLUNGER SEAL POLYTETRAFLUORO ETHYLENE
DRIVE MOTOR
COUPLING PULLY WITH V BELT
INLET SIZE 40 NB
OUTLET SIZE 25 NB

ITEM HIGH PR. BALL VALVE


MANUFACTURING
BS 5159 / BS 5351 (R.B.)
STANDARD
BODY ASTM A 105
CONNECTOR ASTM A 105
BALL AISI 304 / ASTM A351 Gr. CF8
STEM AISI 304
GLAND AISI 304
BALL SEALS PTFE
BODY SEALS PTFE
STEM PACKING PTFE
GLAND PACKING PTFE
BODY BOLTS & NUTS ASTM A193 Gr. B7 & ASTM A194 Gr. 2H
GLAND NUTS & STEM
AISI 304
NUTS
HANDLE CARBON STEEL
SLEEVE PVC
END CONNECTION SCREWED END BSP (M)
BODY TEST PRESSURE 5400 PSIG (380 KG/cm2)
SEAT TEST PRESSURE 4000 PSIG (281 KG/cm2)

Page 181 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
ITEM HYDRANT / LANDING VALVE
SIZE OF VALVE(NB) 65
MANUFACTURING
IS : 5290/93
STANDARD
BODY GUN METAL IS:318
BONNET GUN METAL IS:318
SPINDLE BRASS IS:319
STOP VALVE GUN METAL IS:318
VALVE SEAT RUBBER IS:937
GLAND GUN METAL IS:318
GLAND NUT GUN METAL IS:318
HAND WHEEL CAST IRON IS :210
MALE BLANK CAP ABS PLASTIC
FEMALE ADAPTOR GUN METAL IS:318
RUBBER GASKET RUBBER IS:937
SPRING PHOSPOR WIRE IS:7608
CHECK NUT GUN METAL IS:318

ITEM JUNCTION BOX


WAY 4/10/20/40/80 WAY
ENCLOSURE 2 MM THICK CRCA SHEET FABRICATED
MOUNTING WALL
DEGREE OF
IP-55
PROTECTION
PROVISION OF EARTH
STUD
TRMINAL
PAINTING RAL-7032

ITEM LOCAL PUSH BUTTON STATION


ENCLOSURE 2 MM THICK CRCA SHEET FABRICATED
SIZE AS PER APPROVED DRG.
INCOMING SUPPLY 230V/AC, 50Hz
MOUNTING WALL
DEGREE OF PROTECTION IP-55
PROVISION OF
STUD
EARTH TERMINAL
PAINTING RAL-7032(80 TO 100 MICRON)
MAKE OF SW. GEAR &
MEASURING REPUTED MAKE
INSTRUMENT
IR VALUE >100 Ohms.AT PHASE TO PHASE & PHASE TO EARTH

ITEM MCC-CUM-CP
ENCLOSURE 2 MM THICK CRCA SHEET FABRICATED
INCOMING SUPPLY 415V,AC, 50HZ, 3 PHASE & N
CONTROL SUPPLY 230V,AC,50Hz
MOUNTING FLOOR MOUNTING/ WALL MOUNTING
CONTROL WIRING 1.5MM2 COPPER FLEXIBLE WIRE
BUSBAR SIZE 25X6 MM FOR PH. AND 20X6 MM FOR NUTRAL(aluminium)
DEGREE OF PROTECTION IP-55
PROVISION OF EARTH
STUD
TERMINAL
PAINTING RAL 7032(80 TO 100 MICRON)
SIZE OF INCOMING
AS PER REQUIREMENT
CABLE

Page 182 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
MAKE OF SW.GRAR &
MEASURING REPUTED MAKE
INSTRUMENT
D.E STRENGTH 2.5 KV FOR 1 MIN
IR VALUE >100 Ohms.AT PHASE TO PHASE & PHASE TO EARTH.

ITEM LT MOTOR
KW/HP 30/40
FREQUENCY 50(Hz)
VOLTAGE 415V
CURRENT 54.50(Amps)
INSULATION CLASS F
SPEED 1470(RPM)
AMBIENT 50(Degree C)
DUTY S1
DEGREE OF PROTECTION IP-55
PROVISION OF EARTH
STUD
TERMINAL
TERMINAL
TOP
ORIENTATION

ITEM MS TANK
CAPACITY 3000 LITRE
TYPE VERTICAL
MOUNTING FLOOR
THICKNESS OF PLATE 3 MM
WORKING PRESSURE 10Kg/cm2
DESIGN PRESSURE 15Kg/cm2

ITEM FINEMIST NOZZLE


SIZE OF NOZZLE 3 LPM 2 LPM
STRAINER MESH 80 80
NOZZLE TIPS SS 304 SS 304
STRAINER BRASS IS - 318 NA
WORKING PRESSURE 4.5 KG/ CM2 4.5 KG/ CM2
ADAPTER OF NOZZLE BRASS IS - 318 BRASS IS - 318
CAST IRON AS PER IS : 210 - CAST IRON AS PER IS : 210
BODY 1993, GR-200 - 1993, GR-200
GASKET "O" RING RUBBER "O" RING RUBBER
END CONNECTION SCREWED - BSP (FEMAL) SCREWED - BSP (FEMAL)
CAST IRON AS PER IS : 210 - CAST IRON AS PER IS : 210
CAP 1993, GR-200 - 1993, GR-200

ITEM FINEMIST NOZZLE


SIZE OF NOZZLE 15 LPM
STRAINER MESH 100
NOZZLE TIPS SS 304
STRAINER BRASS IS - 318
WORKING PRESSURE 4.5 KG/ CM2
BODY CAST IRON AS PER IS : 210 - 1993, GR-200
GASKET & "O" RING RUBBER
END CONNECTION SCREWED - 1"BSP (FEMAL)
CAP CAST IRON AS PER IS : 210 - 1993, GR-200

Page 183 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
ITEM MS-GI STEEL PIPE
SIZE OF PIPE 20 NB, 25 NB, 50 NB, 65 NB, 80 NB, 100 NBNB
TYPE GI ERW
20 NB TO 150 NB IS : 1239 PART – 1&IS:3589(Hot deep
STANDARD Galvanized)
CLASS OF PIPE HEAVY DUTY
MOC MILD STEEL
ITEM POWER CABLE
POWER CABLE-1.1KV GRADE PVC OUTER SHEATH, PVC
TYPE
INNER SHEATH,ARMOURED, ALUMINIUM CONDUCTOR
MANUFACTURING STD AS PER IS :1554(PART-2)
MAXIMUM OPERATING CONDUCTOR TEMPERATURE 85
HEAT RESISTING
DGREE FOR 1.1KV
CONDUCTORS IS:8130-1984
BENDING RADII 12D FOR MULTI CORE FOR 1.1 KV CABLE
IR VALUE >100 Ohms.BETWEEN ALL PHASE & ARMOURED
D.E STRENGTH 2.5 KV FOR 1 MIN.
ITEM SIMPLEX STRAINER
SIZE 200 NB
BODY MS IS - 2062
STRAINER ELEMENT SS 304
END CONNECTION FLANGED END TO IS : 6392 T 17 RF
TOP COVER FLANGE BS - 10, TABLE -E
STRAINER MESH 80
WORKING PRESSURE 13 Kg/ cm2
TEST PRESSURE 16 Kg/cm2
BOLTS & NUTS CARBON STEEL, IS: 1363-1992, CI - 4
PRESSURE DROP 0.12 BAR

ITEM SPRINKLER
TYPE OF SPRINKLER PART CIRCLE
THROW RADIOUS 30 - 35 MTR
DISCHARGE 550 LPM
END CONNECTION 80 NB FLANGED (DRILLED AS PER ANSI B 16.5)
WORKING PRESSURE 6 KG/CM2
BODY DIE CAST ALLUMINIUM - IS - 617
DEFLECTOR ARM C.I. (IS : 210, FG-220)
NOZZLE SS - 304
INCLINATION 40 DEG
SPRING SS - 304
PAINTING ORANGE (SYNTHATIC ENNAMEL)

ITEM UPVC PIPE


SIZE OF PIPE 80 NB, 150 NB, 200 NB
TYPE U - PVC
STANDARD ASTM D - 1785
CLASS OF PIPE SCH 80 / HEAVY DUTY
MOC PVC 1120 / 2120
SPECFIC GRAVITY 1.41 - 1.46
WORKING PRESSURE 10KG/CM2
DESIGN PRESSURE 16KG/CM2
IMPACT STRENGTH AT 20
DEG C 3 KGF/CM2
VICAT SOFTENING POINT 80 DEG C

Page 184 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
ITEM ELECTRONIC SPEED SWITCH
MODEL RM E214 - BL
TYPE OF SENSOR SP12 - ES100
SUPPLY VOLTAGE 110/240V AC
SPEED RANGE 100 - 1000 RPM
NO. OF FLAGS 2 imp/rev
O/P CONTACTS 2 NO + 2 NC
CONTACTS RANGE 5 A resistive AT 240V AC
ITD 1 - 20 S
NTD 2 - 20 S
EFFECTIVE SN BUILT IN
GLAND SIZE 3/4 INCH
ENCLOSURE MATERIAL MU CAST ALUMINIUM / IP 65
ENCLOSURE MATERIAL SP CAST ALUMINIUM / IP( 67) 65
PAINT SHADE LIGHT GRAY
DIMENSIONS MU 210(L)X135(W)X95(D)
DIMENSIONS SP O / LENGTH 353 MOUNTING C/C 100 mm
BASE PLATE DIMENSIONS 245X280X3 mm
ITEM FIRE WATER MONITER
SIZE 63mm
MANUFACTURING
STANDARD AS PER IS : 8442 - 1977
TYPE SWIVELLING AROUND BOTH AXIS
MINIMUM VERTICAL
JET DISTANCE 22 M
MINIMUM HORIZANTAL
JET DISTANCE 50 TO 80 MTR.
HORIZONTAL SWIVEL 360 DEG
WATER PRESSURE
AT INLET 8 KG/cm2g
TYPE OF JOINT BALL BEARING
BASE FLANGE IS : 6392
DRAIN VALVE BRASS
REDUCER M.S. I.S. : 1239 PART - II
SWIVEL JOINT BRONZE IS : 318 LTB - II
GREASE NIPPLE BRASS
LOCK NUT BRASS IS : 291 LTB - I
HANDLE M.S. I.S. : 1732 - 1971
WATER BARREL SEAMLESS PIPE IS : 1239 PART - I
NOZZLE BRONZE IS : 318 LTB - II OR ALUMINIUM IS : 617

ITEM Y- STRAINER
SIZE OF STRAINER (NB) 40
BODY CAST IRON AS PER IS : 210 - 1993, GR-200
STRAINER ELEMENT SS
STRAINER SS 304
GASKET CAF
BOLTS & NUTS MS
STRAINER MESH SIZE 80
PRESSURE DROP 0.12 BAR
END CONNECTION FLANGED END (IS - 6392, T-17)

Page 185 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
ITEM Y- STRAINER
SIZE OF STRAINER (NB) 25 20 15
BODY CAST IRON AS PER IS : 210 - 1993, GR-200
STRAINER ELEMENT BRASS
STRAINER SS 304
STRAINER MESH SIZE 80
PRESSURE DROP 0.12 BAR
END CONNECTION SCREWED - BSP (FEMALE)
ITEM CI NON RETURN VALVE
SIZE OF VALVE 40 NB
MANUFACTURING
STANDARD IS: 5312
TYPE SWING CHECK
BODY CAST IRON AS PER IS : 210 - 1993, GR-200
COVER CAST IRON AS PER IS : 210 - 1993, GR-200
HINGE (BRACKET) CAST IRON AS PER IS : 210 - 1993, GR-200
FLAP CAST IRON AS PER IS : 210 - 1993, GR-200
BODY SEAT RING &
FLAP SEAT RING SS AS PER AISI - 410
HINGE PIN SS AS PER AISI - 304
END CONNECTION FLANGE END TO IS IS : 6392 T 17 RF
PRESSURE RATING PN - 1.6
APPLICATION WATER
BODY TEST PR. 24 KG/CM2
SEAT TEST PR. 16 KG/CM2
BOLTS & NUTS CARBON STEEL, IS: 1367, CL-4.6 & 4.0
GASKET CAF, IS : 2712, Gr - C
GI FLANGE FLANGE ENDS TO BS 10 TABLE - D/ISS/1538
AIR RELEASE VALVE BODY, BODY COVER, PROTECT COVER : CI IS 210 Gr.200,
BALL:NEOPRENE COATED TIMBER, SEAT : NEOPRENE/
NITRILE, COVER BOLTS & NUTS : CARBON STEEL, BODY TEST
PRESSURE : 15 Kg/Cm2, , END CONNECTION : FLANGE ENDS TO
BS 10 TABLE - D/ISS/1538
GI BEND SIZE OF PIPE : 50 NB TO 200 NB
STANDARD : 50 NB TO 200 NB IS : 1239 PART - 1/ IS :3589 (Hot
Deep Galvanised)
CLASS OF PIPE : HEAVY DUTY
DEGREE : 90
MOC : MILD STEEL
200 NB UPVC SOCKET / TYPE : U - PVC, STANDARD : ASTM D - 1785, CLASS OF PIPE,
TAIL PIECE SCH 80 / HEAVY DUTY, SCH 80 / HEAVY DUTY, MOC : PVC 1120
/ 2120, SPECFIC GRAVITY : 1.41 - 1.46, WORKING PRESSURE :
10KG/CM2, DESIGN PRESSURE : 16KG/CM2, IMPACT STRENGTH
AT 20 DEG C :3 KGF/CM2, VICAT SOFTENING POINT :80 DEG C
SOLVENT CEMENT FOR UPVC Pipe Joint – 500 POWER

Page 186 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
4.1.17 SUBSTATION #1, #2, #3, #4, #5, #6, #7, #8, #9
a) Transformer details of MCHP:

MANUFACTURE /
INSTALLATION
YEAR OF
RATING OF
SL NO

SL NO OF INST.
LOCATION TRANSFORMER OEM
TRANSFORMER QTY
(KVA)

500
1 SS#1 GEC ALSTHOM D 1693
(6.6KV/433V)
2 1998/2000
500
2 SS#1 GEC ALSTHOM D 1691
(6.6KV/433V)

3 SS#2 2500 (6.6KV/433V) GEC ALSTHOM 14149


2 1998/2000
4 SS#2 2500 (6.6KV/433V) GEC ALSTHOM 14150

250
5 SS#3 GEC ALSTHOM D 1687
(6.6KV/433V)
2 1998/2000
250
6 SS#3 GEC ALSTHOM D 1686
(6.6KV/433V)
500
7 SS#4 GEC ALSTHOM D 1692
(6.6KV/433V)
2 1998/2000
500
8 SS#4 GEC ALSTHOM D 1690
(6.6KV/433V)
250
9 SS#5 GEC ALSTHOM D 1688 2 1998/2000
(6.6KV/433V)
250
10 SS#5 GEC ALSTHOM D 1689
(6.6KV/433V)
16/20 MVA
11 SS#6 GEC ALSTHOM B-29414
(33KV/ 6.6KV)
16/20 MVA
12 SS#6 GEC ALSTHOM B-29414
(33KV/ 6.6KV)
250
13 SS#6 GEC ALSTHOM D 1684 5 1998/2000
(6.6KV/433V)
250
14 SS#6 GEC ALSTHOM D 1685
(6.6KV/433V)
500
15 SS#6 GEC ALSTHOM D 1704
(433V/6.6KV)

16 SS#7 1000 (6.6KV/433V) GEC ALSTHOM D 2233 1 1998/2000

500
17 SS#8 GEC ALSTHOM D 2234 1 1998/2000
(6.6KV/433V)

18 SS#9 1000 (6.6KV/433V) GEC ALSTHOM 581 1 1998/2000

630
19 ST#1 EMCO 775 1 1998/2000
(6.6KV/433V)
630
20 ST#2 OTPL 9305 1 2006/2007
(6.6KV/433V)
21 RC#1 1250 (6.6KV/433V) EMCO 775 1 1998/2000

Page 187 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

22 RC#2 1250 (6.6KV/433V) EMCO 776 1 1998/2000

800
23 SL#1 KIRLOSKAR 99P/KC001/1 1 1998/2000
(6.6KV/433V)
800
24 SL#2 OTPL 9304 1 2006/2007
(6.6KV/433V)
SPARE 630
25 EMCO 776 1 1998/2000
(ST) (6.6KV/433V)
SPARE
26 1250 (6.6KV/433V) OTPL 9303 1 2006/2007
(RC)
SPARE 800
27 KIRLOSKAR 99P/KC001/2 1 1998/2000
(SL) (6.6KV/433V)

b) Technical details of Capacitor bank:


Installed Qty. : 6 Nos.
(It is installed at substation # 6
for voltage regulation of the plant)
Power Capacitor:
Type : Discharge Resistor fitted
Range : 151.25 KVAR, 35.85A Conn.1Ø
Voltage : 422 KV, 50 Hz, 1L 22/60
Dielectric : PP
Impregnate : NPCB
Weight : 32 Kg
Make : Meher Capacitor (P) Ltd. (Now Schenider)
Qty. : 12 Nos.
Expulsion Fuse:
Type : ASSMPLY / CARRIER
Range : 80 A
Make : THERMS INDIA
Qty. : 12 Nos.
Reactor:
Type : Dry Type Series Reactor
Rated KVAR : 3.63 KVAR
Rated Voltage : 7200 V, 3 PH, 50 Hz
Over current factor : 16.6
Impedance / Phase : 0.644Ω
Type of Cooling : ANAN
Ins. Class : F
Total Weight : 145 Kg
Qty. : 1 No.
Guaranteed Max. temperature rise at 130% of rated current of winding by resistance 105oC.

Page 188 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Residual Voltage Transformer (RVT):
Type : GWI-0/7.2
(Three phase voltage transformer)
Ratio : 7.2 KV / 110 – 190 V
Rating : V.F:1.2, Cont. and 1.9 for sec. 50 Hz, 1L
22 / 60 KV
Connection : Star / Star – Open Delta
Sec Winding 1 : 50 VA, Class.1, Terminal Marking
-abcn
Sec Winding 2 : 50 VA, Class.3P, Terminal Marking
- da dn
Make : Gyro Laboratories (P) Ltd.,
Bombay – 400002
Qty. : 1 No.

c) HT Breaker Details:

MANUFACTURE/
INSTALLATION
INST. QTY

YEAR OF

TOTAL
SPARE
OEM
SUBSTATIONS
RATING TYPE

1 2 3 4 5 6 7 8 9

Schenider) (Schenider) Schenider) Schenider) Schenider) Schenider)


ALSTOM ALSTOM ALSTOM ALSTOM
(AREVA/ (AREVA/ (AREVA/ (AREVA/

1999 /
2000
400A, VACCUM
12 4 8 4 28 2 30
6.6KV (HWC) 1999 /
2000

630A, VACCUM
6 6 1 7
6.6KV (VMX)
1999 /
2000

800A, VACCUM
7 5 7 7 19 45 2 47
6.6KV (HWX)
1999 /
2000

2000A, VACCUM
3 3 1 4
6.6KV (HWX)
(AREVA/ VOLTAS

1999 /
2000

SF6
800A, 33KV 5 5 0 5
(GMH)
ALSTOM

1999 /
2000

LINE PT
HWX 2 2 2 2 2 10 0 10
6.6KV

Page 189 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

Schenider) Schenider)
ALSTOM ALSTOM
(AREVA/ (AREVA/
CAPACITOR

1999 /
2000
BANK 1812 VMX 6 6 0 6
KVAR

1999 /
2000
BUS PT
HWX 2 2 0 2
6.6KV

1999 / 2000
(Schenider)
VOLTAS
LINE PT HEXA
2 2 0 2
33KV PACK

Schenider)
ALSTOM
(AREVA/
TEST

1999 /
2000
CABINET 1 1 1 1 1 5 5
6.6KV

(Schenider)
VOLTAS
TEST

1999 /
2000
CABINET 1 1 1
33KV

Schenider)
ALSTOM
(AREVA/
EARTH

1999 /
2000
TRUCK 1 1 1 1 1 5 5
6.6KV

1999 / 2000
(Schenider)
EARTH VOLTAS
TRUCK 1 1 1
33KV

RING
SOUDI
LAUSI

1999 /
2000
MAIN 1 1 1 3 0 3
FEEDER

Page 190 of 286


d)
4000A 1250A 2000A 1000A 800A RATING

ACB ACB ACB ACB ACB TYPE

3
1

3
4
2

3
3
Paradip Port Trust

3
4

3
L.T Breaker Details:

5 6
Mechanised Coal Handling Plant

1
7
SUBSTATIONS

1
8

1
9

1
ST#1

1
ST#2

1
RC#1

1
RC#2
MACHINES

1
SL#1

1
SL#2

3
2
2
6

INST. QTY
15

L&T /
L&T Siemens Siemens L&T OEM
Siemens
1999/ 1999/ 1999/ 1999/ 1999/ YEAR OF MANUFACTURE/
2000 2000 2000 2000 2000 INSTALLATION
2
1
1

SPARE
3
4
3
7

Page 191 of 286


15

TOTAL
Technical Details of MCHP
Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
e) Relay Details of MCHP:

TOTAL RELAY
RELAY TYPE

1&2

SL # 1 & 2
ST# 1 & 2
SL. NO

OEM

SS#1
SS#2

SS#3

SS#4

SS#5

SS#6
DESCRIPTION

RC#
OVER
Alstom
CURRENT
1 CDG31 ( AREVA / 8 6 6 8 8 29 -- -- -- 65
RELAY:(INVE
Schenider)
RSE)
Alstom EARTH
2 CDG11 ( AREVA / FAULT 6 4 6 8 6 30 -- -- -- 60
Schenider) RELAY:(51N)
INSTANTANIO
Alstom
US EARTH -
3 CAG14 ( AREVA / -- -- -- -- 4 -- -- -- 4
FAULT -
Schenider)
RELAY (64R)
OVER
Alstom
CURRENT -
4 CDG61 ( AREVA / -- -- -- -- 2 -- -- -- 2
RELAY(INVER -
Schenider)
SE)
Alstom AUX
-
5 VAA23 ( AREVA / RELAY(30A& 8 4 4 4 4 -- -- -- 24
-
Schenider) B):
Alstom AUXILARY
-
6 VAA33 ( AREVA / RELY -- -- -- -- 6 -- -- -- 6
-
Schenider) (63.1,2&3)
Alstom TRIP CIRCUIT
7 VAX31 ( AREVA / SUPERVISION 10 7 8 10 10 33 -- -- -- 78
Schenider) RELAY(74)
Alstom
MASTER
8 VAJH13 ( AREVA / 20 6 10 16 12 27 -- -- -- 91
RELAY
Schenider)
Alstom
MASTER -
9 VAJH23 ( AREVA / -- _ _ _ 4 -- -- -- 4
RELAY(33K.V) -
Schenider)
Alstom
ANTIPUMPIN -
10 VAA11 ( AREVA / 7 5 7 7 41 -- -- -- 67
G RELAY(94) -
Schenider)
Alstom
DC FAIL -
11 VAA21 ( AREVA / 8 6 8 8 29 -- -- -- 59
RELAY (80F) -
Schenider)
Alstom
CONTROL -
12 VAJC11 ( AREVA / 7 5 7 7 26 -- -- -- 52
RELAY(52X) -
Schenider)
Alstom
DEFENITE -
13 VTT ( AREVA / -- -- -- -- 10 -- -- -- 10
TIME RELAY -
Schenider)

Page 192 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Alstom OVER
-
14 VDG11 ( AREVA / VOLTAGE -- -- -- -- 6 -- -- -- 6
-
Schenider) RELAY
Alstom UNDER
-
15 VDG13 ( AREVA / VOLTAGE -- -- -- -- 6 -- -- -- 6
-
Schenider) RELAY
Alstom INSTANTANIO
-
16 VAGM22 ( AREVA / US UNDER -- -- -- -- 6 -- -- -- 6
-
Schenider) VOLTAGE
Alstom FUSE
-
17 VAPM31 ( AREVA / FAILURE -- -- -- -- 2 -- -- -- 2
-
Schenider) RELAY(98)
NEUTRAL
Alstom
DISPLACEME -
18 VDG14 ( AREVA / -- -- -- -- 6 -- -- -- 6
NT -
Schenider)
RELAY(27N)
MiCom Alstom
MOTPRO + -
19 P220/P22 ( AREVA / 12 4 4 4 _ -- -- -- 24
RELAY -
5 Schenider)
3 ELEMENT -
20 APR31P Ashida -- -- -- -- -- 2 2 2 6
O/C RELAY -
INSTANTANE
-
21 ACAG14 Ashida OUS E/F -- -- -- -- -- 2 2 2 6
-
RELAY:
TRIP CKT
ATSR31 SUPER -
22 Ashida -- -- -- -- -- 2 2 2 6
A VERSION -
RELAY
IDMTL E/F -
23 APR11E Ashida -- -- -- -- -- 2 2 2 6
RELAY -
EMERGENCY -
24 AVA33 Ashida -- -- -- -- -- 2 2 -- 4
TRIP RELAY -
EMERGENCY
TRIP RELAY -
25 AVAG11 Ashida -- -- -- -- -- -- -- 6 6
PROTECTION -
RELAY
LOCKOUT
AVAJH- -
26 Ashida TRIPING -- -- -- -- -- 2 2 2 6
13 -
RELAY
EARTH
RQE0001 AREVA -
27 LEAKAGE -- -- -- -- -- 10 16 12 38
092 (Schenider) -
RELAY
7SJ6001-
6EA00- -
28 Siemens MOT PRO -- -- -- -- -- 4 6 -- 10
0DA0 -
/BB
TOTAL 660

Page 193 of 286


f)
9 8 7 6 5 4 3 2 1 SL
Fluid
Long travel Take up Under ITEMS/
Block chute thermal HOOTER RBD BSS PCS
limit switches travel Speed LOCATION
limit
1 2 4 2 R1A
1 2 4 2 R1B
1 2 4 2 R2A
Paradip Port Trust

1 2 4 2 R2B
4 2 1 1 3 2 4 4 R3
4 2 1 1 3 2 4 4 R4
Mechanised Coal Handling Plant

1 1 1 1 1 2 4 2 R5
1 1 1 1 1 2 4 2 R6
2 1 1 3 2 4 14 R7
2 1 1 3 2 4 14 R8
Details of Field Devices at MCHP:

4 2 1 1 4 2 4 14 S3
4 2 1 1 4 2 4 14 S4
CONVEYORS

1 1 1 1 1 2 4 2 S5
1 1 1 1 1 2 4 2 S6
1 1 1 1 1 2 4 2 S7
1 1 1 1 1 2 4 2 S8
1 1 1 1 1 2 4 2 S9
1 1 1 1 1 2 4 2 S10
2 1 1 2 2 4 8 S13
2 1 1 2 2 4 8 S14
1 2 1 2 1 4 8 ST#1
1 2 1 2 1 4 8 ST#2
1 3 1 2 1 6 6 RC#1
1 3 1 2 1 6 6 RC#2
MACHINES

1 2 1 1 3 1 6 9 SL#1
1 2 1 1 3 1 6 9 SL#2

Page 194 of 286


Technical Details of MCHP

2 32 36 16 22 50 46 112 150 TOTAL


17 16 15 14 13 12 11 10 SL
Boom Conveyor Boom Slew Travel - Long travel Long travel
Luff Boom Travel bogie Slew thruster ITEMS/
thruster brake Conveyor Over travel brake end limit
limit switch - Tripwire brake sensor LOCATION
sensor Tripwire Limit sensors sensor
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
R4
Mechanised Coal Handling Plant

R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
ST#1
ST#2
RC#1
RC#2
MACHINES

1 2 4 3 3 2 22 1 SL#1
1 2 4 3 3 2 22 1 SL#2

Page 195 of 286


Technical Details of MCHP

2 4 8 6 6 4 44 2 TOTAL
24 23 22 21 20 19 18 SL
Tripper conveyor Tipper Boom Conveyor Boom Conveyor
PCRD tight cable PCRD center Boom Conveyor ITEMS/
Belt mis- car pull Under speed Belt Mis-
forward RHS point bypass Ripped Belt switch LOCATION
Alighnment switch wire switch Alighnment switch
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
R4
Mechanised Coal Handling Plant

R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
ST#1
ST#2
RC#1
RC#2
MACHINES

1 1 2 2 1 4 1 SL#1
1 1 2 2 1 4 1 SL#2

Page 196 of 286


Technical Details of MCHP

2 2 4 4 2 8 2 TOTAL
31 30 29 28 27 26 25 SL
PCRD
Rail clamp engaged / CCRD cable CCRD tight cable CCRD tight cable CCRD center PCRD tight cable ITEMS/
cable
disengaged sensors slagness forward LHS forward RHS point bypass forward LHS LOCATION
slagness
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
R4
Mechanised Coal Handling Plant

R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
ST#1
ST#2
RC#1
RC#2
MACHINES

2 1 1 1 1 1 1 SL#1
2 1 1 1 1 1 1 SL#2

Page 197 of 286


Technical Details of MCHP

4 2 2 2 2 2 2 TOTAL
38 37 36 35 34 33 32 SL

Shuttle storm anchoring chute slew clockwise and Shuttle end Shuttle forward & Shuttle over Shuttle chain Shuttle thruster ITEMS/
bolt sensor limit switch backward sensor speed sensor balancing sensor brake sensor LOCATION
anti clockwise sensor
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
Mechanised Coal Handling Plant

R4
R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
ST#1
ST#2
RC#1
RC#2
MACHINES

1 2 2 2 1 2 2 SL#1
1 2 2 2 1 2 2 SL#2

Page 198 of 286


Technical Details of MCHP

2 4 4 4 2 4 4 TOTAL
44 43 42 41 40 39 SL

Travel coded All power pack oil level sensor All power pack oil Kick off Monitoring storm Travel gears storm ITEMS/
position sensor (Except Hoist power pack) temperature sensor Pendulum anchoring bolt sensor anchoring spindols sensor LOCATION
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
Mechanised Coal Handling Plant

R4
R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
ST#1
ST#2
RC#1
RC#2
MACHINES

5 5 6 10 4 SL#1
5 5 6 10 4 SL#2

Page 199 of 286


Technical Details of MCHP

10 10 12 20 8 TOTAL
51 50 49 48 47 46 45 SL

Long Travel limit Slew Over Travel Slew Over Travel Slew thruster brake PCRD, CCRD Travel Travel lubrication ITEMS/
switches ACW Limit switch CW Limit switch limit switch Cam switch anticollision pump control card LOCATION
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
Mechanised Coal Handling Plant

R4
R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
4 3 3 3 2 ST#1
4 3 3 3 2 ST#2
4 2 2 3 2 RC#1
4 2 2 3 2 RC#2
MACHINES

1 6 SL#1
1 6 SL#2

Page 200 of 286


Technical Details of MCHP

16 10 10 12 8 2 12 TOTAL
58 57 56 55 54 53 52 SL
Boom Conveyor - Long Travel -
Operator cabin - Wind Tilt Slew Encoder Check Emergency Long Travel - Tie ITEMS/
Anti-Collision Coded Post sensor
Speed sensor Switch Limit sensor Stop Down limit switch LOCATION
sensor
R1A
R1B
R2A
Paradip Port Trust

R2B
R3
Mechanised Coal Handling Plant

R4
R5
R6
R7
R8
S3
S4
CONVEYORS

S5
S6
S7
S8
S9
S10
S13
S14
1 1 3 9 2 5 ST#1
1 1 3 9 2 5 ST#2
4(Infrared sensor) 1 3 8 2 5 RC#1
4(Infrared sensor) 1 3 8 2 5 RC#2
MACHINES

SL#1
SL#2

Page 201 of 286


Technical Details of MCHP

8 4 2 12 34 8 20 TOTAL
Paradip Port Trust
Mechanised Coal Handling Plant

CONVEYORS MACHINES

LOCATION
ITEMS/

TOTAL
SL

RC#1
RC#2
ST#1
ST#2

SL#1
SL#2
R1A

R2A
R1B

R2B

S10
S13
S14
R3
R4
R5
R6
R7
R8
S3
S4
S5
S6
S7
S8
S9
Boom Counter weight -
Sensor
59

3
3

6
g) ACDB Details of MCHP:

/ INSTALLATION
MANUFACTURE
SUBSTATIONS

INST. QTY
Technical Details of MCHP

YEAR OF
RATING

TOTAL
SPARE
TYPE

1 2 3 4 5 6 7 8 9

400A CSSF -- 2 -- -- -- 2 -- -- 4 1998/1999 4

250A CSSF250 -- 1 2 -- 2 1 -- -- 6 1998/1999 6

125A CSSF 125 3 2 4 3 -- 3 -- -- 15 1998/1999 1 16

125A FN 125 -- -- -- -- -- 1 -- -- 1 1998/1999 1

63A CSSF 63 2 7 2 4 1 4 -- -- 20 1998/1999 20

32A CSSF32 12 16 9 9 10 27 -- -- 83 1998/1999 2 85

Page 202 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
h) DCDB with battery bank details of MCHP:

MANUFACTURE/
SUBSTATIONS

INSTALLATION
INST. QTY

YEAR OF
RATING

TOTAL
SPARE
TYPE
FULLY 1 2 3 4 5 6 7 8 9
FLOAT: 50-53V DC

41-66VDC (10A)
(12A) BOOST:

WAVE
CONTROLLED

1 1 1 1 1 1 -- -- -- 6 1998/1999 -- 6
M 0480121
FULL
LEAD ACID, TM 150 P
BATTERY BANK (2V

150 AH AT 10 HR.
X 24 NOS.)

1 1 1 1 1 1 -- -- -- 6 1998 / 1999 -- 6

i) UAF Details of MCHP:


SUBSTATIONS INSTALLATION
MANUFACTUR
YEAR OF
RATING

TOTAL
SPARE
TYPE

INST.
QTY

E/

1 2 3 4 5 6 7 8 9

63A FFO 1 1 1 1 -- 1 -- -- -- 5 1998/1999 5


32A FFO 1 1 1 1 -- 1 -- -- -- 5 1998/1999 5
j) LPDB Details of MCHP:
RATING

SUBSTATIONS YEAR OF
TOTAL
SPARE

INST.
TYPE MANUFACTURE
1 2 3 4 5 6 7 8 9 QTY
/ INSTALLATION
CSSD
125A -- -- -- -- -- 1 -- -- 1 1998/1999 1
125D1
CSSD
125A -- -- 1 -- -- -- -- -- 1 1998/1999 1
125D3
CSSD
125A -- -- _ _ 1 -- -- -- 1 1998/1999 1
125D3
OETL
63A 1 -- -- 1 -- -- -- -- 2 1998/1999 2
63K3
125A FN 125 -- 1 -- -- -- -- -- -- 1 1998/1999 1

Page 203 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
k) LT MCC Details of MCHP:
SUBSTATIONS YEAR OF

INST. QTY

TOTAL
SPARE
MANUFA
RATING TYPE CTURE/
1 2 3 4 5 6 7 8 9
INSTALL
ATION
630A FN630 _ 2 _ _ _ _ _ _ 2 1998/1999 0 2
400A DM-400 _ _ _ _ _ _ _ _ 4 4 2010 0 4
250A FN250 2 _ 2 2 2 _ _ _ 8 1998/1999 0 8
250A DN2-250N _ _ _ _ _ _ _ _ 2 2 2010 0 2
100A FSB100 _ _ _ _ _ _ 4 _ 4 1998/1999 0 4
3KL5130-
100A _ _ _ _ _ _ _ 4 4 1998/1999 0 4
1YA00
125A FN125 4 8 2 6 2 _ _ _ 22 1998/1999 0 22
3KL5230-
125A _ _ _ _ _ _ _ 1 1 1998/1999 0 1
1YA00
3 2 1 1
63A FN63 9 _ _ _ 96 1998/1999 0 96
3 1 8 5
1
63A FSB63 _ _ _ _ _ _ _ 19 1998/1999 0 19
9
3KL5030- 1
63A _ _ _ _ _ _ _ 16 1998/1999 0 16
1YA00 6
32A FSB32 _ _ _ _ _ _ 5 _ 5 1998/1999 0 5
3KL4730-
32A _ _ _ _ _ _ _ 4 4 1998/1999 0 4
1YA00
TRIPPING
48-50v RELAY
2 1 2 2 2 _ _ _ 9 1998/1999 0 9
DC VAJH13YF
59B

Page 204 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
SUBSTATIONS YEAR OF

INST. QTY

TOTAL
SPARE
MANUFA
RATING TYPE CTURE/
1 2 3 4 5 6 7 8 9
INSTALL
ATION
TRIPPING
48-50v RELAY
_ 5 _ _ _ _ _ _ 5 1998/1999 0 5
DC VAJH13YF
59A
EARTH
FAULT
48-50v
RELAY 4 4 4 4 3 _ _ _ 19 1998/1999 0 19
DC
CDG11AF0
16SA(M)
EARTH
FAULT
48-50v
RELAY _ 4 _ _ _ _ _ _ 4 1998/1999 0 4
DC
CDG3FF01
4SB(M)
OVER
CURRENT
48-50v
RELAY 6 6 6 6 6 _ _ _ 30 1998/1999 0 30
DC
CDG31FF0
12SA(M)
OVER
CURRENT
48-50v
RELAY _ 8 _ _ _ _ _ _ 8 1998/1999 0 8
DC
CDG31FF0
14SB(M)
TRIP
CIRCUIT
SUPERVIT
48-50v
ION 3 7 3 3 3 _ _ _ 19 1998/1999 0 19
DC
RELAY
VAX31ZG8
073B(M)

l) Motor Details of MCHP:


RATING
INSTA SPARE YEAR OF
SL. OF TOTAL
LOCATION LLED AVAIL MANUFACTURE /
NO. MOTOR QTY
QTY ABLE INSTALLATION
( KW)
CONV
1 350 10 1 1999/2001 11
S3,S4,S7,S8,S13,S14
2 CONV R7,R8 450 4 1 1999/2001 5
CONV
3 R3,R4,R5,R6,S5,S6,S9,S1 300 14 1 1999/2001 15
0, S11, S12

Page 205 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

RATING
INSTA SPARE YEAR OF
SL. OF TOTAL
LOCATION LLED AVAIL MANUFACTURE /
NO. MOTOR QTY
QTY ABLE INSTALLATION
( KW)
4 RC#1 (B/W) 200 1 0 1999/2001 1
5 RC#2 (B/W) 200 1 1 1999/2001 2
6 RC(B/C) 200 4 1 2004/2005 5
7 RC BELT FEEDER 90 2 1 1999/2001 3
8 RC(LT) 96
5.5 8 1999/2001 164
9 ST(LT) 60
10 RC(SLEW) 22 6 1 1999/2001 7
11 RC(HPP) 45 2 1 1999/2001 3
12 RC(PCRD) 8.5 2 1 1999/2001 3
13 RC(CCRD) 2.3 2 1 1999/2001 3
14 ST(B/C) 150 4 1 1999/2001 5
15 ST(HPP) 22 2 1 1999/2001 3
16 ST(SLEW) 11 6 1 1999/2001 7
17 ST(PCRD) 8.5 2 1 1999/2001 3
18 ST(CCRD) 2.3 2 1 1999/2001 3
19 SL(B/C) 200 2 1 1999/2001 3
20 SL(SHUTTLE) 37.5 2 1 1999/2001 3
21 SL(SLEW) 5.5 6 1 1999/2001 7
22 SL(HPP#1) 18.5 2 1 1999/2001 3
23 SL(HPP#2) 1.5 2 1 1999/2001 3
24 SL(HPP#3) 2.2 2 1 1999/2001 3
25 SL(HPP#4) 1.5 2 1 1999/2001 3
26 SL(LT) 11 44 1 1999/2001 45
27 SL (CCRD,PCRD) 1.5 4 1 1999/2001 5
28 SL(RAIL CLAMP) 1.5 4 1 1999/2001 5
29 SL(WATER HOSE) 1.5 2 0 1999/2001 2
30 SHUTTLE(TT#1) 11 8 1 1999/2001 9
31 RR1A,1B,2A,2B 400 4 1 1999/2001 5
RR1A,1B,2A,2B
32 3 4 1 1999/2001 5
(COOLING FAN)
33 VIBRO FEEDER 15 4 0 1999/2001 4
34 FLOW DIVERTER 7.5 2 0 1999/2001 2

Page 206 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
4.1.18 TECHNICAL DETAILS OF PLC SYSTEM:
a) Automation drive details (VVVF):
Sl DRIVE TYPE / INSTALLED INSTALLED
LOCATION OEM RATING
No. DETAILS YEAR QTY.
CMIR 616 G5 L&T
1 Stacker -Slew 11 KW 1999/2000 6
A 4011 Automation
CIMR
Stacker - Long L&T
2 AD4A0058AMA 160KW 2013/2014 2
Travel Automation
1000
CMIR 616 G5
18.5KW 1999/2000 4
A 40180C
L&T
3 CIMR Reclaimer- Slew
Automation 2013/2014
AD4A0058AMA 22KW 2
2015/2016
1000
CMIR 616 G5 Reclaimer-Belt L&T
5 110KW 1999/2000 2
A 41100C Feeder Automation
CMIR 616 G5
1999/2000 1
A 43000C
Reclaimer Long L&T
6 CIMR 300KW
Travel Automation
AD4A0058AMA 2016/2017 1
1000)
CIMR G5
18.5KW 1999/2000 1
A 40180C
L&T
7 CIMR Shiploader- Slew
Automation
AD4A0058AMA 22 KW 2016/2017 1
1000)
CIMR G5 L&T
8 Shiploader- Shuttle 55KW 1999/2000 2
A 40550C Automation
CIMR G5 Shiploader- Long L&T
9 300KW 1999/2000 2
A 43000C travel Automation
CMIR G5 L&T
10 RRS-Belt Feeder 600KW 1999/2000 4
A 46000C Automation

NOTE : The Plant is in the process of replacing some of G5 model of VVVF drive into A1000
model VVVF drive.

b) Automation PLC details (Comprising of 21 Nos. PLC network):


Sl. INSTALLED INSTALLED
PLC TYPE / NO. OEM TOTAL I/O
No LOCATION YEAR
1 S7-400 PLC-1 132kv substation Siemens 1999/2000 128
2 * S7-400 PLC-2 SS-6 Siemens 1999/2000 184
3 * S7-400 PLC-3 SS-1 Siemens 1999/2000 384
4 S7-400 PLC-4 SS-1 Siemens 1999/2000 408
5 S7-400 PLC-5 SS-2 Siemens 1999/2000 232
6 S7-400 PLC-6 SS-2 Siemens 1999/2000 232

Page 207 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

7 S7-400 PLC-7 SS-3 Siemens 1999/2000 120


8 S7-400 PLC-8 SS-3 Siemens 1999/2000 120
9 * S7-400 PLC-9 SS-4 Siemens 1999/2000 248
10 S7-400 PLC-10 SS-4 Siemens 1999/2000 248
11 S7-400 PLC-11 SS-5 Siemens 1999/2000 120
12 S7-400 PLC-12 SS-5 Siemens 1999/2000 120
13 S7-400 PLC-14 ST-1 Siemens 1999/2000 528
14 S7-400 PLC-15 ST-2 Siemens 1999/2000 528
15 * S7-400 PLC-16 RC-1 Siemens 1999/2000 624
16 * S7-400 PLC-17 RC-2 Siemens 1999/2000 624
17 * S7-400 PLC-18 SL-1 Siemens 1999/2000 672
18 * S7-400 PLC-19 SL-2 Siemens 1999/2000 672
19 * S7-400 PLC-20 PMR Siemens 1999/2000 0
20 * S7-400 PLC-21 PMR Siemens 1999/2000 0

NOTE : The CPUs of above PLCs marked with * have been upgraded from 413-1 to 412-1/412-2.

c) Details of Monitoring 8 Control stations:


Location Equipment installed Purpose
WinCC panel – 3 Nos. For monitoring & control of
Plant Monitoring Room
V-7.0 / OS- WinXP plant operation
WinCC panel – 2 Nos.
For monitoring & control of
RRS Control station V-4.0 / OS- Win95/WinNT /
receiving stream
Win2000
For monitoring & control of
Reclaimer-1 MP-370
Reclaimer-1
For monitoring & control of
Reclaimer-2 MP-377
Reclaimer-2
For monitoring & control of
Stacker-1 MP-370
Stacker-1
For monitoring & control of
Stacker-2 MP-370
Stacker-2
For monitoring & control of
Shiploader-1 OP-37
Shiploader-1
For monitoring & control of
Shiploader-2 MP-370
Shiploader-2

Page 208 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

4.1.19 RAIL RECEIVAL STATION, ARC GATE,COMPRESSOR AND VENTILATION


SYSTEM:

1.Rail Receival Station:


Number of Tracks : 2 Nos.
Name of Manufacturer : L&T
Design Operation:
Unloading Capacity : 4000 TPH
Length of Track : 50 m each
Gauge : 1750 mm
Hoppers : 2 Nos. / Track
Capacity of Hoppers : 350 Ton

2.Arc Gate:
Make : Hindustan Machine Tools Corporation
Type : Hydraulic operated
Location : For conv. R-1A, R-1B, R-2A, R-2B
Quantity : 4 Nos.
Hydraulic cylinders : Stroke – 675 mm
Working stroke – 670 mm
Power pack : 2 Nos.
Power pack oil specification : SERVO SYSTEM 68
Qty of oil : 550 lts
Oil changing duration : 12 months

3.Compressor:
Motor
Sl. Compressor Free Air Working Oil Motor
Model Make Qty. Oil type Rated
No. Tpe Deliver Pressure Qty. Power
Speed
Screw 02 4.53 9.5 Air Lube 1467
1 E30-13 ELGI 20 Ltr. 30 KW
Compressor Nos. m3/min kgf/cm2 Plus RPM
Reciprocating HV 40 02 3.40 10 Servo 1470
2 ELGI 3 ltr. 40 HP
base mounted 100 Nos. m3/min kgf/cm2 SP 150 RPM
Reciprocating TS 15 01 1.06 12 Servo 1500
3 ELGI 1.1 ltr. 15 HP
Tank mounted 120 No. m3/min kgf/cm2 SP 150 RPM

Page 209 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP

4. Ventilation System:
Location : Substation SS1, SS2, SS3, SS4, SS6. RRS and
tunnel of R-3, R-4.
Make : M/s C Doctor & Co. Pvt. Ltd.

System No. V-1A V-2A V-3A V-6A V-8A

Location SS1 SS2 SS6 SS3 SS4 RRS Tunnel

182 200 200 150 165 402 402SWS


Fan size
SWS1 SWS1 SWS1 SWS1 SWS1 SWS1 1

Fan speed 1652 1485 1671 1924 1800 857 960

System
6000 6000 6000 6000 6000 6000 6000
cap.m3/hr
---------------------------------- CROMPTON & GREAVES---------------------
Motor make
--------------
Motor
2.2 3.7 3.7 1.5 2.2 11.0 15.0
rating
Nos. of
10 6 7 7 10 20 20
grills
275 x 300 x 600 x 230 x 225 x 400 x 400 x
Grill size
150 300 150 150 150 200 200
---------------------------------- KIRLOSKAR -------------------------------------
Pump, make
------------
Cap., m3/h
Pump
KDS355 KDS225 KDS355 KDS355 KDS355 KDS225 KDS225
model
Total head
25 30 30 30 30 25 25
in meter
Pump motor
cap. 2.2/’2 1.5/2 2.2/2 2.2/2 2.2/2 1.2/2 1.5/2
kW/pole

Page 210 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
4.1.20 CHUTE DETAILS:
Intermediate Spill over
Head Chute Lower Chute Skirt Board
Location Chute chutes
(in Nos.) (in Nos.) (in Nos.)
(in Nos.) (in Nos.)
TT-1 4 16 16 16 0
TT-2 1 1 1 1 0
DT-4 0 0 0 0 1
DT-5 0 0 0 0 1
TT-6(A) 1 1 1 1 0
TT-6(B) 1 1 1 1 0
TT-7 2 2 2 2 0
TT-8 2 2 2 2 0
DT-9 0 0 0 0 2

4.1.21 TRACK LINE OF MACHINES.


a) Track line of Reclaimers:
Track centre : 14 m
No. of Tracks : 2 Nos.
Gauge Distance : 1074 ± 3 mm
Rail size : 60 kg/m
Reclaimer bund length : 1152 m
Pre-stressed Concrete Sleeper : 1700 / track
b) Track line of Shiploaders:
Gauge : 12 m
Rails : ISCR 100
c) Track line of Stackers:
No. of Tracks : 2 Nos.
Length : 1150 mtrs
Gauge Distance : 1074 ± 3 mm
Track Centre : 12000 ± 10 mm
Pre-stressed Concrete Sleeper : 1700 / track

4.1.22 BELT WEIGHING SYSTEM:


Belt Scale
Type : Electronic, digital totaliser with indicator
Flow indicator : Digital type
Make : Power Build Ltd.
Model : Micro – Mate (100 – 2001)
Location : On Conv. No. S-13, S-14,
Stacker (2 Nos.)
Belt speed, : 4 m/sec
Belt width, mm : 1800
Troughing angle, degree : 35
Accuracy : (minimum)  0.5 over the range of
1000 to 5000 t/h
Total installed Qty. : 04 Nos.

Page 211 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
4.1.23 TRAMP MAGNET:
Make : ERIEZ MAGNETS, SE-7938
Installed Qty. : 4 Nos.
Location : R3, R4 & S3, S4
Operating Height : 700 to 800 mm from the centre top of
belt
Cooling requirement : Oil cooled
Oil Specification : TEXACO – 55
Oil Qty. : 1750 Ltrs. for each
Operating Temp. : 70C
Electro magnet coil material : Aluminum
Size and weight of Tramp iron : Rail wagon brake shoes, reclaimer
to be lifted bucket teeth, round bars 25 dia x 1000m, plate
upto 300 x 300 x 12mm thick

4.2 AUXILIARY SYSTEM:


4.2.1 RAW WATER, SEWAGE WATER & EFFLUENT WATER PUMP HOUSE:
Date of Purchase
Sl.
Location Specification Qty. / Receipt from
No.
other department
Model No.: DSM 150/38 A
Head: 40 Mtrs.
1 Capacity: 270m3/Hour, 50 KW 2 Nos 2007
Make: Kirloskar Brothers Ltd.
Serial: 174600-6156 to 6157
RWPH
Model: KV 30, Size: 32x32, 2840 RPM,
Max. Vaccum developed: 65mm of Hg,
2 Max. Intake rate: 55.0 m3/Hr., Working fluid 1 No. 2007
pressure: 0.15 Kg/cm2, KW/HP: 2.2/3, 4.7
Amp., 415 Volt, Serial: A7CAJL0290
Head: 50 Mtrs.
3 SWPH Capacity: 50m3/Hour, 5.5 KW 2 Nos 2001
Make: Kirloskar Brothers Ltd.
Head: 11 Mtrs.
4 EWPH Capacity: 25m3/Hour, 1.1 KW 2 Nos 2001
Make: Mather & Plate

Raw Water Pipeline details:


Sl. Size of Pipe (UPVC) Size of Pipe (MS)
Location
No. 250NB 200NB 150NB 100NB 80NB 250NB 80NB
1 RWPH to PWPH 3381.5 120 23.8

4.2.2 POTABLE WATER SYSTEM:


Size of UPVC pipe
25 NB 65 NB 80 NB 100 NB
250 m 2500 m 900 m 900 m

Page 212 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

Page 213 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
4.2.3 DG SET:
Engine Specifications
Make Caterpillar
Number of Cylinders 12 – V – 65 deg
Bore 137mm (5.4 in)
Stroke 152mm (6.00 in)
Aspiration T or TA or STA
Displacement 27L (1689 cu.in)
Firing Order 1-4-9-8-5-2-11-10-3-6-7-12
Rotation (viewed for flywheel) Counterclockwise
AC Generator Specifications
Make Kirloskar Electric Co. Ltd.
Frame 4AB 355/D2
KVA 500
RPM 1500
VOLT 415
AMP 695.6
EXTN 52.0 V
EXTN 1.5 A
PROTECTION XXXX
P.CODE FEROT CODE-2916
RATING S1TD IS-4722-1992, STF-/RT=/EX F, ALTD-
1000M
HZ 50
PH 3
CONN STAR
COOLANT TEMP 40OC
VIEWING AT DRIVEN END CW/ACW
BEARINGS DE-6319 / NDE-6316-22
M/C NO. 9731013-04

4.2.4 AIR CONDITIONING INSIDE MCHP CANTEEN & PMR


a) Central Air Conditioned Package of Plant Monitoring Room Technical Details:
Compressor:
Installed Qty. : 3 Nos.
Make : ACCEL
Model : SMC/8/65
Ton : 25
Gas : R22
Motor:
Installed Qty. : 3 Nos.
Make : ABB
Rating : 30 KW / 40 HP
Chiller pump , Condenser pump:
Installed Qty. : 3 Nos.
Rating : 5 HP
Make : Best crompton Engg. Ltd., Madras

Page 214 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
AHU:
Installed Qty. : 3 Nos.
Make : ABB
Rating : 3.7 KW / 5 HP
Cooling Tower:
Installed Qty. : 1 No.
Rating : 2.2 KW

b) Package Air Conditioned System of MCHP Canteen:


11 TR Unit:
Installed Qty. : 2 Nos.
Make : Blue Star
Model : D.P.A 132 1R1-I
NOM Capacity : 33000 KCal / Hr.
Power Supply : 415 V, 3 Phase, 50 Hz, 23 A
Gas : R-22
5.5 TR Unit:
Installed Qty. : 1 No.
Make : Blue Star
Model : DPA 66 1R1-I
NOM Capacity : 16500 KCal / Hr.
Power Supply : 415 V, 3 Phase, 50 Hz, 13 A
Gas : R-22

c) Air Conditioned System of All substations, machines, amenity building and workshop:

SUBSTATIONS MACHINES
WORKSHOP

S S R R SL SL-2
BUILDING
AMINITY
RATING

TYPE

T- T- C C -1
1 2 3 4 5 6 7 8 9 1 2 - -
1 2

Package
15T 1 1 1
AC
Package
10T 3 1 2
AC
2.5T Split 2 2

1.5T Split 1 1 1 1 1 1 1

1T Window 1
3T Split 2 4 3

2T Split 2 2 2 2

Page 215 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

4.3 HEAVY EQUIPMENT:


Specification Make Capacity Quantity
Hydra Crane ACE 11 Ton 2 Nos.
Pay-loader- BL200 BEML 1.7m3 1 No.
Pay-loader-BL40 BEML 4.7m3 1 No.
Maintenance Vehicle (SA 1210),
TELCO 10 Ton 1 No.
Crane mounted (N80) with
Portable Welding Diesel Generator-II National Crane
2 Ton 1 No.
TIL Ltd.
ESSAB 1 No.
Maintenance Vehicle ( SA 1210),
TELCO 10 Ton 1 No.
Crane mounted (N80) -I
National Crane
2 Ton 1 No.
TIL Ltd.

4.4 ILLUMINATION:
Illumination Details of MCHP
DESCRIPTIO

CONVEYOR

HIGH MAST
SUBSTATIO

INSTALLED
N OF LIGHT

TRANSFER

(ST/RC/SL)
MACHINE
TOWER

TOWER

TOTAL
09 Nos.

09 Nos.

24 Nos.

23 Nos.

06 Nos.

QTY
N

2 X 40 WATTS
273 NIL NIL NIL 51 324
TUBE
1 X 70 WATTS
1 190 986 NIL 488 1665
HPSV
1 X 150 WATTS
NIL 12 12 NIL NIL 24
HPSV
1 X 250 WATTS
55 11 54 NIL NIL 120
HPSV
1 X 400 WATTS
15 11 26 NIL 56 108
HPSV
2 X 400 WATTS
NIL 5 3 276 NIL 284
HPSV

4.5 EOT CRANES, ELECTRICAL & MANUAL HOISTS:


4.5.1 ELECTRIC OPERATED TROLLEY CRANE:
Location Make Capacity Span length Quantity
Workshop Reva 8 Ton 18 m 01 No.

Workshop Reva 16 Ton 18 m 01 No.

Page 216 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
Location Make Capacity Span length Quantity
TT-1 Reva 8 Ton 11.5 m 2 Nos.

Mono rail /
RRS Top* Reva 16 Ton 4 Nos.
ISMB-600
Mono rail /
RRS Bottom Reva 16 Ton 2 Nos.
ISMB-600
Mono rail /
Ship loader Demac 2 Ton 2 Nos.
ISMB-250

Tramp Magnet Reva 15 Ton ISMB-500 4 Nos.

* Removed & kept at Workshop

4.5.2 MANUAL HOIST


Make Reva Industries Ltd
Loc. T8 T8 BIN T7 T7 T6 T6 T4/ T2/ T2/ T1 RR RR RR
T5 T3 T3 S S S
12.
Cap. 7.5 5 10 6.5 8.5 7.5 6.0 10 5 7.5 5 10 5
5
Nos. 1 1 2 1 1 2 2 6 2 2 6 4 5 1
Lengt 14.41 14.7 10.22 16.5 15. 13.0 13.0 9.6 13.7 13.7 6.5 6.0 6.0 5.0
h 3 9 5 0 0 0 0 5 5 5 0 0 0 0

4.6 CATHODIC PROTECTION:


Cathodic protection system is a process for mitigating corrosion on a metallic structure in
contact with a corrosive electrolyte by introducing an electrolytic action greater in strength
and opposite in direction to the electrolyte corrosion activity. Based on this principle a CP
system has been designed, installed and commissioned to protect all the steel piles of the
Mechanised Coal Handling Plant jetty.
The overall protection area is the Mechanised Coal Handling Plant jetty. The protections are
is split into four parts.
1) Main Wharf
2) Access bridge
3) Mooring dolphin
4) Maintenance roadway and conveyor support
The CP system installed is an impressed current cathodic protection (ICCP) utilizing mixed
metal oxide (MMO) anode with transformer rectifier to power the system and also other CP
components were also installed to complete the installation of the CP system. The system
comprises of 392 Nos. of Steel tubular piles.
The ICCP system for the protection of tubular piles comprises of 2 Nos. oil cooled
transformer rectifier units (DC output 15V/ 600A), 86 Nos. mixed metal oxide tubular
anodes (1.25” dia x 48” long), 13 Nos. anode junction boxes and associated cables. Two
separate monitoring terminals (M1 & M2) have been provided in each junction box to
monitor performance of cathodic protection system.

Page 217 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
Technical details;
Sl.
Description Qty.
No.
Transformer rectifier oil cooled, 600A/15V output, step control,
1 415V, 3 phase 4 wire with necessary transducer for converting 2 Nos.
current output to 4-20mA signal for alarm relay output.
Impressed current anode (mixed metal oxide anode) 1.25” dia x
2
2 48” long, connected with 1x 16mm Halar / HMWPE cable 86 Nos.

Anode junction box with resistors / shunts and two monitoring


3 13 Nos.
point each.
4 Ag/Agcl reference electrode for potential measurement 2 Nos.

4.7 COMMUNICATION FACILITY;


VHF COMMUNICATION, INTERCOM ETC.
a) VHF Communication:
Basically the VHF systems are used for communication purpose at different locations of the
plant for smooth operation and maintenance of the plant.
There are two types of VHF sets in use (MOTOROLA Make)
i) Fixed Station (Base Station) – GM-338 - 21 Nos.
ii) Hand Set – GP-338 - 65 Nos.
iii) Repeater for signal enhancement - 04 Nos.
b) Intercom:
All machines / substations are equipped with intercom facility & centrally controlled from
PMR. .

Page 218 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP
4.8 CLEANLINESS / HOUSEKEEPING:

4.8.1 DRAIN LAYOUT & DETAILS:

Page 219 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Drain details:
D1/1 92.5 D1/12 87.5 D1/23 97.5
D1/2 370 D1/13 45 D1/24 74.5
D1/3 47.5 D1/14 75 D1/25 15
D1/4 107.5 D1/15 95 D1/26 326.5
D1/5 64 D1/16 50 D1/27 567.5
D1/6 50.1 D1/17 207 D1/28 574
D1/7 90 D1/18 125 D1/29 767
D1/8 67.5 D1/19 11.5 D1/30 17.5
D1/9 80 D1/20 11.5 D1/31 37.5
D1/10 7.5 D1/21 35 D1/32 65
D1/11 45 D1/22 26.5
D1 Total: 4332.6

D2/1 105 D2/3 135 D2/5 23.5


D2/2 D2/4 130
D2 Total: 393.5

D3/1 205 D3/2 180 D3 Total: 385

D4/1 47.5 D4/2 55 D4 Total: 102.5

D5/1 82.5 D5/3 927.5 D5/5 440


D5/2 57.5 D5/4 432.5
D5 Total: 1940

D7/1 127.5 D7/3 127.5


D7/2 122.5 D7/4 127.5 D7 Total: 505

D8/1 571.5 D8/2 150 D8 Total: 721.5

D9/1 57 D9/3 57
D9/2 57 D9/4 57 D9 Total: 228

D10/1 177.5 D10/2 240 D10 Total: 417.5

D11/R7 1200 D11/S3 1200


D11/R8 1200 D11/S4 1200 D11 Total: 4800

D1/SS2
D1/Tunnel to Plot 87.5 90
Surrounding
D1/Tunnel to RRS
57.5 D1/RRS Back side 46.5 D1 Total: 281.5
front side

D1/SS3 D1/SS6
80 185
Surrounding Surrounding
D1/workshop D1/SS4
200 150 D1 Total: 615
surrounding Surrounding

Total Length: 14722.1

Page 220 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
Note:
Width (in mm)
D1 400
D2 500
D3 600
D4 750
D5 900
D7 3000
D8 3250
D9 4940 – 5260
D10 3.96 - 6.716 3.13 - 3.295
D11 2000

Page 221 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
4.8.2 GRASS & BUSH CUTTING & DETAILS:

Page 222 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant
Grass & Bush Cutting area details:
Location (Approx.) Area in Sq. mtr.
PMR surrounding area 4000
Canteen surrounding area 1000
Change Room surrounding area 1000
SS-7 surrounding area 200
SS-4 surrounding area 700
TT-8 surrounding area 1000
TT-6 to TT-7 surrounding area 3500
Workshop surrounding area 1000
SS-8 surrounding area 100
Change Room to TT-6 service road area 1000
SS-6 surrounding area 1000
Sewage pump house surrounding area 1000
TT-1 to TT-2 Area 500
R6 Front room surrounding area 500
Slope TT-1 to S-3/4 track 1000
Slope TT-2 to R-8 track 1000
Slope TT-3 to R-7 track 1000
Slope DT-4 to R-8 track 1000
Slope DT-5 to R-7 track 1000
Slope Stack-yard-1 R7 side 15000
S3 side 15000
Slope Stackyard-2 R8 side 15000
S4 side 15000
Slope R-8 track to pond 15000
Slope R-7 track to Service road 15000
SS-1 to SS-3 Service road 6000
SS-3 to TT-6 Service road 6000
TT-1 to RRS 2000
SS-6 front to Tunnel surrounding 2000
Process pump house surrounding 1000
Process pond service road surrounding 1000
Effluent pump house 1000
Raw water pump house 1000
Yard Toilet surrounding 1000
Sewage pond surrounding 1000
R8 track main drain to R7 track main drain 2000
PMR to SS-1 service road 1000
TT-6 to TT-1 Area 1000
Surrounding SS#1 Area 1000
TT-1 to TT-3 Area 1000
Settling pond Surrounding area 1000
Watch Tower-1 Service road 2000
Watch tower-1 to Railway point area 1000
Gate No. 2 to Railway point area 2000
R7 Service Road 1500
R8 Service Road 1500
S3 / S4 Service Road 1500
Total: 150000

Page 223 of 286


Paradip Port Trust
Mechanised Coal Handling Plant Technical Details of MCHP
4.9 PAINTING AREA OF THE PLANT:
Approximate Structural Surface Area
Location
(in Sq. mtr)
TT-01 17,500
Drive/Transfer Tower:

TT-02 1084
TT-03 1416
DT-04 1338
DT-05 1338
TT-06 (A+B) 3035
TT-07 4581
TT-08 2186
DT-09 1770
STACKER-01 5041
STACKER-02 5276
Machines:

RECLAIMER-01 6,902
RECLAIMER-02 6,902
SHIPLOADER-01 6,934
SHIPLOADER-02 6,800
S-11 CONVEYOR 3904
S-12 CONVEYOR 4244
SURGE BIN & STRUCTURE 5456
S-14 CONVEYOR 8677
S-13 CONVEYOR 8790
CONVEYOR S#10 3149
CONVEYOR S#09 3149
CONVEYOR S#08 2630
Conveyors:

CONVEYOR S#07 2695


CONVEYOR-S#06 1620
CONVEYOR S#05 1377
CONVEYOR S#04 5051
CONVEYOR S#03 5051
CONVEYOR R#8 3909
CONVEYOR R#7 3909
CONVEYOR R#6 1006
CONVEYOR R#5 1006
CONVEYOR R#4 1339
CONVEYOR R#3 1433
RRS 11472
WORK SHOP 12350
MISC. STRUCTURE 2000
STRUCTURE AT SS 1050
DCS PIPE & STRUCTURALS(EXISTING) 5630
Total: 1,73,000

Page 224 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Technical Details of MCHP

Page 225 of 286


Paradip Port Trust Technical Details of MCHP
Mechanised Coal Handling Plant

Page 226 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

SCOPE OF WORK

Clause No. Description

1.0 BROAD SCOPE OF OPERATION AND MAINTENANCE OF MCHP

2.0 EXCLUSION FROM THE O&M OF CONTRACT

3.0 SERVICES DURING THE MOBILIZATION PERIOD

4.0 STANDARDS OF PERFORMANCE OF SERVICES

5.0 SERVICES DURING TERM OF CONTRACT

6.0 OTHER WORKS

7.0 MONTHLY REPORTS

8.0 FINAL INSPECTION, ACCEPTANCE AND PAYMENT

Page 227 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant

SCOPE OF WORK

The Mechanized Coal Handling Plant (MCHP) in Paradip Port Trust was commissioned on
Dt.11.09.2001. The coal handling system consists of a Rail Receival Station (RRS) with two
parallel train unloading pits, a two row stockpile with two stacking conveyors having one Stacker in
each line, two reclaiming lines in between the stockpiles with two Reclaimers over the same track
and two Ship-loaders on the wharf. The system can unload two trains and load two vessels at the
same time. The stacking, reclaiming and ship-loading capacities are 4000TPH in each stream with
designed annual plant capacity of 20 Million Tons which is enhanced to 28 Million Tons.
Paradip Port Trust now intends to outsource the “Operation & Maintenance (O&M) of the
Mechanised Coal Handling Plant (MCHP)” in a consolidated manner to a resourceful outside
agency with sufficient expertise in the field. The main objective of the work “Operation and
Maintenance (O&M) of Mechanized Coal Handling Plant (MCHP)” is underlined below.
i) To ensure efficient, safe, and reliable operations of the Plant.
ii) To maintain the plant in a healthy and efficient condition.
iii) To ensure high availability of the plant in a consistent manner.

Therefore this contract will be an outcome based service agreement, vesting responsibility
on successful bidder to achieve the desired level of performance.

It may be noted that Mechanized Coal Handling Plant has been designed to handle sized
coal of -100 mm size. However, BOBR wagons received at RRS very often contain oversized coal,
big size coal, boulders, stones & concrete blocks etc.. There is provision of grids in the RRS hopper
having width maximum up to 250mm in order to prevent the big size coal / oversize coal / stones /
concrete blocks etc. from directly falling into the hopper. The coal having size more than 250mm
are getting accumulated over the grid and the same is being pushed to hopper after breaking the
same to the required size. Also impact idlers under the chutes have been provided. Due to handling
of big size coal / oversize coal / stones / concrete blocks etc., belt damages like pot hole & through
cut has been occurred .In the last 5 years, around 1800 mtrs of Conveyor belts have been replaced
due to through cut by foreign material. In addition to above temporary repairs in form of Hot
vulcanizing patch has been carried out in many occasions. The bidder while quoting the price shall
take into account the prevailing situation and will integrate the repairing/replacement cost in the
O&M price without any additional claim provision towards damage claim. Accordingly the
successful bidder is advised to plan and execute the operation and maintenance of MCHP at his
own cost without any price implication to Paradip Port Trust as per the scope outlined in this
section.
Also, in case of exigency, cargo other than coal i.e. iron ore pellet, iron ore fines and coke
are to be handled in the Plant for a temporary period without any additional financial implication.

Page 228 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
1.0 BROAD SCOPE OF OPERATION AND MAINTENANCE OF MCHP:
The scope of the contractor shall cover the following broad functional activities:
1.1 Operation and Maintenance
1.1.1 Operation and Maintenance of main system of plant;
Main system consists of
i) Rail Receival Station (RRS) including pneumatic system, ARC gate, and ventilation
System of RRS.
ii) All machines i.e. Stackers (2 Nos.), Reclaimers (2 Nos.), Ship-loaders (2 Nos.)
iii) 33/6.6 KV substation (1 no.) & 6.6KV/415V substations (8nos.)
iv) PLC Network comprising of 21 PLCs.
v) VVVF drives.
vi) Conveyor system comprising 10 nos. receiving conveyors and 10nos. shipping
conveyors.
vii) Transfer towers, drive towers, etc.
viii) Belt Weighing system and Tramp magnet.
ix) Air conditioning System of substations, machines, amenity building near RRS,
workshop and belt-weighing room.
x) Ventilation System in all Substations.
xi) Track-line of Ship-loaders, Reclaimers, Stackers and RRS.
xii) All Plant structures, technological structures, Chutes, hoppers, walkway, handrails,
conveyor galleries, etc.
xiii) All safety devices, field devices and monitoring devices.
xiv) Cable Networking (HT, LT, Control &Communication) of plant.

1.1.2 Operation and Maintenance of Auxiliary System;


Auxiliary System consists of
i) Raw water pump house and raw water pipe line.
ii) Sewage and Effluent system,
iii) Potable Water System
iv) 500KVA D.G set
v) Sump Pump and slurry disposal system in tunnel
vi) Air Conditioner System inside MCHP Canteen and PMR.

1.1.3 Operation and Maintenance of Heavy equipments.


Heavy equipments consist of
i) Hydra Crane-I (11 T)
ii) Hydra Crane-II (11 T)
iii) Pay loader-BL200
iv) Pay loader-BL 40
v) Maintenance Vehicle-I
vi) Maintenance vehicle-II with DG set.

Page 229 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
1.1.4 Operation and Maintenance of Illumination System of plant including High mast lighting
systems installed /fitted in different equipment /areas viz:
i) Conveyors and conveyor galleries
ii) Transfer / Drive towers, tunnel.
iii) Rail Receival Station
iv) Substations lighting (Indoor and Outdoor)
v) Amenity building, compressor room, change room, pump houses, plant monitor
room, building at top & down railway point, watch tower buildings, workshop, yard
toilets and other buildings in MCHP premises.
vi) Stackers, Reclaimers & Ship-loaders.
vii) Security gate No.1
viii) Other working and non working areas.
1.1.5 Maintenance of Cathodic Protection System and hand-railings of Coal Berth i.e. CB-1 &
CB-2.
1.1.6 Maintenance of EOT cranes, hoists, electrical hoists of plant and belt splicing machine.
1.1.7 Maintenance of communication facility such as intercom, VHF communication, etc.
1.1.8 Maintenance including maintenance of civil installations.
Buildings consist of 9 nos. of substations, amenity building, change room, compressor
room, pump houses, plant monitor room, building at up & down railway point, tunnel, RRS
& feeder, transfer tower/drive tower pits, pedestals of columns & stringer post, watch tower
building, workshop, belt weigher room near TT#8, cable pits and yard toilets, etc.
1.1.9 Housekeeping and cleanliness of plant.
It includes conveyors, machines, substations, drive towers, transfer towers, RRS, Tunnel &
pits, all the buildings and near all watch tower, etc and shifting of debris to the earmarked
locations. It also includes cleaning of all internal drains, grass/bush cutting inside plant and
disposal.
1.2 Proper stores management and inventory control of spares with supply of all types of spares
including imported spares, store items, conveyor belts, steel materials, consumables, T&P,
special T&P and instruments, etc. Stores management like record keeping, spares part
planning, consumables planning and procurement is under the scope of the Contractor.
1.3 Administration, Engineering support, Safety, Training, Record keeping and report
generation, Management Information system.
1.4 All other works, facilities and services required for successfully achieving the objectives of
O&M of the plant and other obligation of the contract are included in the scope of work.
1.5 The liasioning activities with agencies related to RRS and backloading operation such as
Railways and Traffic Department of PPT.
1.6 Operation & Maintenance of existing Dust Control System and Process water pump house.
1.7 Cleaning of debris beneath the conveyor galleries, service roads and coal berths.
1.8 Operation of ERP.
1.9 Minor repairing of defective wagons at RRS.
N.B Operation of main stream means operation of two shipping streams and two receiving
streams including RRS operation but excluding back-loading operation.

Page 230 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
2.0 EXCLUSION FROM THE O & M CONTRACT.
i) The liasioning activities with Shipping agents, cargo agents, handling contractor for
loading operation.
ii) Operation of Arc Gate, Shipping Conveyor S11 & S12, Switch Bin, Flow Diverter,
Rack & Pinion Gate, Vibro Feeders.
iii) Maintenance of Flow Diverter, Rack & Pinion Gate, Vibro Feeder.
iv) Civil maintenance of (i) internal and outside drains, (ii) Settling & Process ponds and
sewage ponds, (iii) Maintenance of Main roads and Service roads.
v) Stack-yard Management.
vi) MCHP Canteen operation and maintenance.
vii) Cleaning of outside drain.
viii) Plant horticulture.
ix) Disposal of spillage coal.
3.0 SERVICES DURING THE MOBILIZATION PERIOD:
The plant will be handed over by PPT and taken over by the successful bidder for
O&M of the plant on dtd.01.11.2017 in operating condition on “As is where is basis”.
However the successful bidder upon being selected for Operation and Maintenance (O&M)
of Mechanized Coal Handling Plant shall be provided maximum 30 days for mobilization
prior to 01.11.2017.
Services during mobilization period includes following activities
3.1 ESTABLISHMENT
3.1.1 The contractor shall set-up its establishment such as office & office facilities and initiate
related activities for taking over the plant and equipment for operation and maintenance
w.e.f. 01.11.2017.
3.1.2 Nomination of Authorized representative.
The Contractor shall nominate his representative as Over All In-Charge for the Contract to
ensure that all the obligations under the Contract are discharged smoothly. He shall be
authorized and empowered by the Contractor on all matters concerning this Contract. In all
such matters, the Contractor shall be bound by the communications, directions, requests and
decisions issued in writing by the Contractor’s Representative.
The Contractor’s representative will report to the PPT’s designated officer(s) in matters
relating to performance of the Services under the contract.
3.2 STAFF SELECTION & DEPLOYMENT
3.2.1 The Contractor shall ensure that all the required personnel / resources are available at the
time of the handover so as to be able to appropriately takeover and commence the intended
services in relation to each systems and equipments.
3.2.2 The Contractor’s personnel shall be recruited and/or deputed by the contractor whose trade,
grade, experience and qualification shall suit to the intended purpose.
3.2.3 The Contractor shall submit organization structure and job descriptions in reasonable details
for each category of the contractor’s personnel (O & M staff) and staffing plan before
commencement of work for a) administration, b) operation of two receiving stream and two
shipping streams including PMR operation & other auxiliary services and c) maintenance of
plant and equipments to support round the clock operation of plant including all the scope
described at Clause No.1.0 of Scope of Work.

Page 231 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
3.2.4 The Contractor shall submit a consolidated list of contractor’s personnel (O&M staffs)
indicating the name, date of birth, trade, grade, experience, qualification etc. for the
operation and maintenance of the plant and equipment.
3.3 PRELIMINARY WORKS FOR SMOOTH HANDING OVER AND TAKING OVER OF
THE PLANT
3.3.1 The handing over and taking over process includes joint inspection of the plant, equipment,
systems, buildings, substations, spares and store items, mobile equipment by the
representative of Purchaser and the Contractor. The joint inspection report shall contain the
condition and status of the plant, equipment, systems, buildings, substations, spares and
store items, mobile equipment with specific comments on the detected visual abnormalities.
These Report / documents are treated as base level document for effecting proper operation
& maintenance planning and monitoring. PPT will provide all drawings, manuals, past
maintenance record and major failures, test records, log books etc. if available, to the
Contractor.
3.3.2 The spares and stores items, consumables and lubricants available in good condition with
Paradip Port Trust applicable for the plant and equipment shall be handed over to the
Contractor for safe custody and use. During handing over of spares, stores and consumables,
a list shall be prepared indicating the details through joint inspection.
3.3.3 Development of formats, schedules and procedure acceptable to the EIC during the term of
the contract for reporting the feed-back, status of O&M activities and maintaining records &
log books, etc. shall be the responsibility of the Contractor.
4.0 STANDARDS OF PERFORMANCE OF SERVICES:
The Services shall be performed in accordance with the express and implied standards
including the following:
a) The provisions of this Contract.
b) The Operating logic of Plant.
c) Obtaining forecast of rakes, providing starting order for movement of empty rakes to
backloading zones / Station and load BOBRN rakes from backloading zones to
Station, operation of receiving stream including rake unloading operation in co-
ordination with Loco-driver of East coast Railway, and Shipping streams w.r.t hatch
plan of vessels & in coordination with authorized representative of vessels. Sharing
of operational informations as per requirement.
d) Operation and Maintenance as per the O&M Manuals taking into account the current
status of plants and equipment.
e) Prudent Utility Practices.
f) All Directives.
g) Compliance with Dock safety regulation and all relevant orders & directives of PPT
and regulating Authorities i.e. Dock Safety Inspector or any Govt. Authority
appointed under any law from time to time.
h) Compliance with statutes, regulations as per clause 16.0 of GCC.
i) Compliance with the provision of Major Port Trust’s Act, 1963 as amended from
time to time, by laws, rules & regulations made there under, any administrative or
other directions given under the said Act and all other statutory enactment in relation
to the “Operation and Maintenance of MCHP.”
j) Quality Control in accordance with the requirement of ISO.
Page 232 of 286
Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
k) The contractor shall agree and undertake not to use the Plant and MCHP site for any
purpose other than for the work or any other designated purposes specified in the
contract without obtaining prior written consent from PPT.
l) Operate and Maintain the plant facilities & services in accordance with sound
industrial practice, financial & administrative practice and ensuring that the plant
facilities and services to be transferred to PPT on expiry of the contract period in
good working condition.

5.0 SERVICES DURING TERM OF CONTRACT:

5.1 GENERAL
5.1.1 Contractor’s personnel
a) “Contractor’s Personnel” mean the Managers, engineers, supervisors, technicians and
other personnel including labours to be provided and deployed by the Contractor for
smooth Operation and Maintenance of the Plant.
b) The Contractor must engage appropriately trained, qualified and experienced staff for
smooth, safe & trouble free operation and maintenance of the machine/
equipment/system, as applicable. The core personnel of the contractor including
engineers so deployed must have adequate qualification & experience in their
respective fields such as assembly and sub-assembly of the machine/system
/equipment, electrical circuit of electrical power/control system, PLC & VVVF
system (Automation System), maintenance of HT/LT equipment, lighting system,
earthing system, hydraulic system, structural, Dust Control System etc. preferably in
Bulk Material Handling Plant and are in a position to rectify any defects developed
during the operation of the Plant with minimum down time.
c) The Contractor shall deploy adequate workmen such as operator, electrician, fitter,
etc so as to discharge all the obligations under the contract during the contract period.
In emergency situations, the Contractor shall plan and make arrangements and bear
all the costs associated with such arrangements for ensuring the presence of staff on-
site for uninterrupted operation and maintenance of the Plant.
d) Where PPT reasonably determines that the Contractor has not employed the required
resources at the Plant for the Services, then PPT shall have the right to ask the
Contractor to arrange for such resources. In case the contractor does not respond
reasonably within eight hours period from the receipt of PPT’s request, PPT shall
have the right to arrange for such resources at the cost of the Contractor.
e) The normal deployment of Contractors’ personnel shall be preferably on 8 hrs. basis
per day. However, in exigencies, extended duty may be performed by the
Contractors’ personnel. The duty hour for each shift shall be 8 hours. Extended duty
beyond the shift hour can be adopted only on special requirements and certainly not
as a practice.
f) The Contractor must disengage immediately the workmen in case of indiscipline,
misconduct, negligence in duty, suppression of facts, deliberate mishandling of
machine & equipment, sabotage, professional incompetency etc and replace him with
due intimation to PPT.
g) Any damage caused by the workmen engaged by the Contractor to any machinery or
equipment or installation of PPT due to negligence, ignorance or malafide intention
shall be made good at the cost of the Contractor within a reasonable period of time
Page 233 of 286
Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
acceptable to PPT, failing which the cost of the damages assessed by PPT shall be
deducted from the bill of the Contractor or any money due to the Contractor.
h) All individuals engaged in the performance of the Contractor’s obligations under this
contract shall be the employees of the Contractor and their working hours, rates of
compensation and all other matters relating to their employment shall be determined
solely by the Contractor in accordance with the applicable laws & regulations. The
Contractor shall be solely responsible for employment policies that specify the
requirements for staff working under him and such policies are to be consistent & in
conjunction with the applicable labour laws and any government directives
applicable on the PPT.
i) During the continuance of the Contract, if the Contractor intends to induct new
workmen or make alterations in their grade, the Contractor shall communicate the
same for appraisal of PPT.

The Contractor shall employ a shift-in-charge in each shift for overall co-ordination of operation
and maintenance of the plant apart from managers, engineers, supervisor for different
departments/systems /equipments and Overall-in-charge, who will oversee and be responsible for
all the functions of plant operation and maintenance. The shift-in-charge shall co-ordinate with
shift –in-charge of PPT posted in each shift or EIC for smooth execution of the contract. The
overall-in-charge shall review day-to-day activities, co-ordinate with the Engineer-in-Charge and
Executive Engineer(s) of PPT & shall handle all administrative matters including labour problems
etc. He has to ensure smooth & trouble free operation and maintenance of plant with execution of
the instructions & requirements duly intimated by PPT from time to time.

5.1.2 Tools and tackles, special tools and tackles, testing equipment, consumables, scaffolding
etc. required for operation and maintenance shall be arranged by the Contractor. However
tools and tackles, if any available with PPT shall be handed over to the Contractor for use.
At the time of contract closure, these tools and tackles shall be returned back to PPT by the
Contractor in proper usable condition.

5.1.3 During the O&M contract watch and ward of the systems & equipment under the scope of
the contractor shall be the responsibility of the Contractor.

5.1.4 The Contractor shall observe all applicable regulations regarding safety of man and
machine.

5.1.5 Authority for Access: No persons other than Contractor’s Personnel shall be allowed on the
plant premises except with the consent of PPT. The personnel of the Contractor must
possess proper identity card having their photographs. The Contractor shall grant access to
all plant related data, records, reports and software that is being generated or used as part of
its services for the plant for verification of PPT. All such data shall be the property of PPT
and shall not be used by the Contractor for any purposes other than contractual
requirements. Use of such information for any other purpose by the contractor is strictly
prohibited.

5.1.6 Routine interaction with PPT / his authorised representative regarding plant operation and
maintenance shall be held every day or as desired by PPT.
5.1.7 The O&M activities and also other activities(if any) shall be reviewed/discussed weekly in
the site meeting to plan the operational & maintenance requirements which will be presided

Page 234 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
by Superintending Engineer / Executive Engineer, MCHP. The Overall in-charge, Managers
of the Contractor and Shift-in-charges along with the Engineers from PPT shall attend this
meeting.
5.1.8 PPT shall conduct inspections/audit of the plant to check the health of the plant and
maintenance & operation standards followed by the Contractor. The Contractor shall
provide all necessary assistance / documents for such inspections/audit as desired by PPT.
Non- conformance observed during the inspection/audit shall have to be complied by the
Contractor within the mutually agreed time failing which PPT shall have the right to make
good the non-conformance at the Contractor’s risk and cost.
5.1.9 The contractor shall notify PPT promptly regarding the occurrence of any emergency
situation and take quick action to prevent any threatened damage, injury or loss to the plant
or persons or property inside the plant.
5.2 OPERATION
5.2.1 The plant will operate in 3 Shift basis (24 hrs a day) & 365 days a year. The normal shift
timings are as follows:
1st Shift - 0600 hrs to 1400 hrs
nd
2 Shift - 1400 hrs to 2200 hrs
3rd Shift - 2200 hrs to 0600 hrs
Arrival & Departure of staff should be well-planned to up-keep the operation and
maintenance requirement in tact round the clock.
5.2.2 Normally the plant operation i.e. main system operation can be divided into following 4
activities for transportation of cargo through conveyor system, connecting chutes and
machines.
- Rail Receival operation:
Receipt and unloading of cargo from railway (BOBR) wagons at Rail
Receival Station.
- Stockpiling operation (Receiving Operation):
Receipt of cargo at Rail Receival Station and stock piling in the stock yard.
- Ship-loading Operation (Shipping Operation) :
Reclamation of cargo from stock yard and loading into the vessel.
Receipt of cargo at Rail Receival Station and directly loading into the vessels
bypassing stockyard, if required.
Receipt of manually shifted cargo through Dumpers at Stockpile and loading
through Reclaimers into the vessel.
- Recycling Operation (Recirculation)
Recirculation and Blending operation as and when required, to avoid self-
ignition of cargo / fire-hazards / as required by PPT for operational
requirements and mixing of high grade with low grade coal respectively.
N.B: Back-loading operation is not under the scope of the Contractor. However the
isolation operation of OHE line for back-loading operation, maintenance of RRS and for
any other purpose shall be done by the Contractor. The nominated personnel of the
Contractor will be trained with the help of East Coast Railways for isolation operation
during the term of the contract.
The contractor shall manage the operation following the operating logic of the plant on all
time and shift basis as per the requirement. Stacking of cargo in stockyard, reclaiming of
stacking/ manual shifting cargo from stockyard, direct loading and recycling / blending shall
be made as per plot plan, requirement and in consultation with PPT. Allotment and

Page 235 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
adjustment of plots to different exporters is under the scope of PPT. Reclaiming of cargo
shall be based on “First Come First Basis” or as per the directions of PPT in order to avoid
long storage of cargo which may lead to self combustion. The contractor shall ensure that
there is no ridge formation while reclaiming.
5.2.3 Depending on the placement of rakes in RRS and stacking of cargo in its designated plot,
the route shall be selected as per scheduled requirement of the plant or as desired by PPT.
Similarly the shipping route shall be selected depending on berthing of vessels in berths and
designated plot from where reclaiming is to be done as per scheduled requirement of the
plant or as desired by PPT. Once the route is selected, then the route will be treated as a
running stream. The plant shall be operated in the sequence described in control philosophy.
5.2.4 Unless specified by the vessel, the loading facility shall be operated at its rated capacity i.e.
to maintain the loading rate @3500 TPH for loading of vessel with one loader and @7000
TPH for dual loading (i.e. loading of vessel using two loaders) (excluding stoppages beyond
control of the Contractor) as desired operational rating of shipping stream. However, the
loading rate below the desired rating as asked by the vessels shall be maintained by the
Contractor. Similarly, the norm for unloading of a rake (consisting of 58/59 wagons) is
1hr. 45 mins. (Excluding the stoppages beyond contractor’s control) which includes
15mins. buffer for placement of rake from top point to RRS table. The timing will be
calculated from arrival of the rake at top point/ departure of the previous rake from RRS in
that route clearing the down point (whichever is later) to completion of the rake.

5.2.5 During operation of plant all field devices, safety devices and monitoring devices shall be in
working condition and set as per the designed parameters. In any circumstances these
settings alongwith plant operational limits shall not be tampered/ or modified. Normally
bypassing of field devices and monitoring devices is not permissible. However, the same if
done for operational urgency should be made good promptly.
5.2.6 Before and during operation of plant, observance of basic rules of operation, systematic and
careful inspection of the individual parts of the system and equipment, checking the
functions of all sub-assemblies and components in time are essential and to be ensured. The
checks have to be made strictly in accordance with the check lists for the concerned
machine/equipment.
5.2.7 In order to have safe operation of the facilities, the operating personnel should be conversant
with the functional requirement and control philosophy of system(s) & equipment and
should be capable of recording the events / incidents during operation, noting the parameters
& maintain the log books at the following stations as per the scheduled requirement and
instructions issued by PPT from time-to-time.

 Rail Receival Station


 All Substations
 All Six (6) machines (Stackers, Reclaimers, Ship-loaders)
 Plant Monitoring Room

5.2.8 The engineers / supervisors attached to operation must be conversant with the technology of
various systems, equipment, machines and conveyor systems and has to co-ordinate with the
operating personnel for smooth operation. They have to be vigilant & should promptly
respond to any operational requirements.

Page 236 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
5.2.9 During operation, if any abnormality, defect / fault are noticed, the same shall be promptly
communicated and remedial steps must be taken under intimation to the Shift-in-charge of
PPT. The contractor shall place a suitable mechanism for rectification of problems so that
delay in operation can be avoided.

5.2.10 In no case, running of machine/ equipment should be without proper & required no. of
manpower. Similarly operation of machine /equipment /system /subsystem shall not be
carried out in abnormal condition (s) and by compromising with safety of machines and
conveyor system by repeated & prolonged by-passing of safety devices, field devices, and
monitoring/controlling devices. The plant shall be operated consistently with the operational
limits, safety and Prudent Utility Practices.

5.2.11 The shift in charge/Engineers/Supervisors of the Contractor associated with operation shall
plan & co-ordinate all the operational activities including pre-operational checks. Also,
necessary interaction with Shippers, Agents & Railways for operational requirements should
be done in close co-ordination with Shift-in Charge / Engineer-in-charge of PPT.

5.2.12 Stoppages during operation, any type of abnormalities including adverse operating condition
or characteristics, bypass of safety devices shall be recorded and same shall be intimated to
Shift-in Charge / Engineer-in charge with follow–up action.

5.2.13 The contractor shall be responsible for proper documentation of operational activities in
order to furnish management information system data to PPT on daily, weekly, monthly and
yearly basis and its analysis. At present, implementation of Enterprise Resource Planning
(ERP) is under tendering process. It is expected that the ERP will be implemented during
the tenure of this O&M contract. Once the same is implemented, all the data related to the
Plant are to be fed into the system by the O&M contractor as per requirement.

5.2.14 In addition to main system operation, the Contractor shall be responsible for other
operations such as

- Operation of auxiliary system


- Operation of heavy equipments
- Operation of Illumination system.
- Operation of existing Dust Control System

Page 237 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
5.3 MAINTENANCE

5.3.1 Maintenance of plant primarily aims at keeping the plant & equipment under the scope of
the Contractor (as indicated in clause no1.0 of Scope of work) in efficient and reliable
operating conditions, minimizing the downtime during operation so as to ensure their
maximum availability and productivity.

5.3.2 The contractor’s scope covers deployment of different maintenance teams comprising of
engineers, supervisors, technicians, skilled / semiskilled workmen for efficient and effective
preventive, predictive and corrective maintenance during the term of the contract.

5.3.3 The maintenance of machine / system / equipment shall be done by the Contractor in
accordance with recommendation of Original Equipment Manufacturer and taking into
account the current status of system / machinery / equipment by following sound
engineering practice and proper maintenance standards.

5.3.4 The contractor shall carry out the maintenance activities to prevent failures and also execute
improvement activities / repair activities for prolong equipment life, reduce maintenance
hours in order to ensure maximum availability of the system & equipment optimizing
productivity.

5.3.5 The contractor shall follow the maintenance practices/activities as under:

Generally there are two types of maintenance in use:


a) Preventive Maintenance :
- The care and servicing for the purpose of maintaining the systems and
equipment in satisfactory operating conditions by providing systematic
inspection, detection and correction of incipient failures either before they
occur or before they develop into major defects.

- Maintenance including tests, measurements, calibration and part/component


replacement performed specially to prevent occurrence of faults /failures.

b) Corrective Maintenance (Unscheduled Maintenance):


- Maintenance which is required when an item has failed or worn out to bring
it back to working order.

Preventive Maintenance:
Preventive maintenance can be divided into following subgroups

 Planned maintenance or Scheduled maintenance.


Maintenance Activities to be done as per Schedule or Plan (Preventive Maintenace
Schedule) which may be related to Time like Daily / Weekly/ Monthly / Qtrly /Half
Yeary / Yearly basis and so on or equipment running hours or other paramenters as
per recommendation of OEM. Besides the PMS shall be reviewed and modified
taking into account the aging of systems / machinery / equipment, operational
conditions (environment) and operational requirement, etc.

Page 238 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
 Conditioned based Maintenance.
Maintenance activities to be done when need arises. CBM is based on using real
time data to priortize and optimize maintenace resources. This is being achieved by
observing the state of the system known as condition monitoring by extensive
instrumentation of equipment and together with better tools for analysing condition
data. Such a system will determine the equipment’s health, and act only when
maintenance is actuall necessary. Ideally condition-based maintenance will allow the
maintenance personnel to do only the right things, minimising spares parts cost,
system downtime and time spent on maintenance. Condition Based Maintenance is
aimed at avoiding the unnecessary shutdowns and increase the availability time of
the equipment.

Another variant of preventive maintenance is Predictive Maintenance which tends to


do maintenance activities in time by regular observation of the operation of
systems/machines/equipment.

Condition based maintenance together with planned maintenance comprises the


preventive maintenance, in which maintenance event is preplanned, and all future
maintenance is pre-programmed. The effectiveness of a preventive maintenance
schedule depends on the Reliability Centered Maintenance (RCM) analysis. RCM
enables to monitor, assess, predict and understand the working of the assets i.e.
plant. RCM shall be implemented to create a cost effective maintenance strategy to
address dominant causes of equipment failure and it is a systematic approach in
defining a routine maintenance programme composed of cost-effective tasks that
preserve important functions in a defined operating context for systems / machinery /
equipment. RCM emphasizes the use of Predictive techniques in addition to
traditional preventive measures.

Corrective Maintenance or Un-scheduled Maintenance.


During operation abnormalities/ defects/faults are observed and some cases failures of
components are occurred resulting breakdown of plant or equipment. Corrective
Maintenance is a maintenace activity to identyfy, isolate and rectify a fault so that the failed
component,equipment,machine or system can be restored to an operational condition within
the tolerances or limits by repairing otherwise by replacement.

Corrective Maintenance can be divided into following subgroups

 Immediate Corrective Maintenace (Breakdown maintenance) --- Work starts


immediately after failure. It signifies repair work, which is to be carried out after the
failure of the equipment in service, to restore it to its working condition and unlike
other maintenance, cannot be given careful advance planning.
 Defereed corrective maintenace (post fault maintenace) --- Works which can be
delayed in conformation to a given set of maintenace rules depending on the nature
of abnormalities/defects/faults and its effect on operation.

Page 239 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
5.3.6 Basing on maintenance practices as mentioned above, following are the gist of the
maintenance to be adopted.

 The contractor shall take up mechanical maintenance, electrical maintenance,


automation maintenance, automobile maintenance, structural maintenance and
hydraulic maintenance, etc of different systems, machines and equipment by using
predictive maintenance techniques in addition to traditional preventive measures so
as to maintain the plant in efficient and reliable manner with an objective to increase
in plant uptime and productivity.

 The contractor shall prepare a routine maintenance plan and ensure timely
maintenance of the systems, machines and equipment as per the plan. While
deciding on the schedule maintenance plan (PMS), the manufacturer’s
recommendations should be followed. However, the schedule may be reviewed and
amended from time to time, if necessary and in consultation with the Engineer-in-
charge with a view to make it more appropriate to meet the site needs.
The Contractor shall submit to the EIC the PMS for equipment, machines and
system, etc under his scope during the mobilization period which are to be carried
out in this contract for approval. The same is to be approved by the EIC with
corrections, if any, and to be returned to the contractor within 30 days from the date
of receipt of format. The maintenance activity shall be carried out as per the
approved PMS from the 1st month of commencement of work.

 The contractor shall prepare and implement long term maintenance, major
maintenance & overhaul schedules. The Contractor shall be responsible for any
additional resources as necessary for all major overhauls, shutdowns and other
repairs/replacements.

 Planning of maintenance work as to what job are to be done, how they are to be
carried out (Determining the best method of carrying out the work), when they
should be taken up and the various resources required to execute the work shall be
done by the Contractor.
The maintenance planning shall be made on the basis of
Routine maintenance plan ( Preventive Maintenance Schedule)
Pending scheduled activities
Observation made during execution of PMS
Observation made during operation
Condition monitoring
Observation of PPT inspection
Observation of OEM experts
Any additional works /requirements

Shutdown :
 For undertaking the major maintenance activities, planning shall have to be done by
the Contractor in advance and in consultation with the Engineer-in-charge so as to
make the best use of the idle period. The contractor shall properly plan for execution
of maintenance activities during non-operational time of systems/equipments.

Page 240 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
 Routine inspection and Condition monitoring
Inspection of all equipment shall be carried out by the Contractor in accordance with
maintenance manual of individual equipment / manufacturer’s recommendation.
Before and after operation of plant, the Contractor shall carry-out careful and
detailed inspection of all equipment and its components. An effective maintenance
practice should include Condition Monitoring and assessment along with Visual
inspection. Effective monitoring of such information and intelligent analysis of the
same can provide valuable information on the condition of the equipment and can
avoid failure while in operation. Most of the tasks associated with Condition
Monitoring are generally caried out while the equipment is in service or when the
equipment is shut down for some other reason.
The Contractor shall prepare a check list in order to ensure correct and proper
inspection. Inspection and condition monitoring shall also include use of inspection
equipment and testing devices to determine the extent of defect at the cost of the
Contractor.
Action shall be taken on the observations during inspection and condition
monitoring.
 Periodic Inspection through OEM :
The Contractor shall have to arrange for periodic inspection of specialized
equipment such as control and automation system (PLC & it’s networking and
VVVF Drives), Electricals ( Relays, Transformers, both LT & HT Breakers, Belt
Weigher, Fire Detection System, Centralized Air-conditioning System at PMR and
Package ACs ), hydraulic system, conveyor system (Conveyor Belt), Civil Structural
(RRS including Tunnel, Counter Weight, Columns), Steel Structurals (all machines,
Conveyors, Transfer / Drive Towers, Pumps at Raw Water Pump House and
Process Water Pump House) once in a year by the manufacturer’s experts to assess
the health of the systems and make suitable recommendations to maintain the
reliability of the system. Manufacturer’s experts shall mean that the representative
from the OEM, but not the authorized dealer / system house. However, the first
inspection should preferably be done during first six months from the date of
commencement of the work. The inspection report shall contain present condition,
recommendations covering the works to be carried out, spares to be replaced and
stock/ inventory to be maintained for smooth operation & maintenance. In case the
OEM did not respond for inspection, the contractor will request written permission
from Purchaser to carry out the inspection through a competent person i.e. through
authorized dealer / system house or any other expert in the field other than the
representative of OEM with all supporting documents as required. The cost of such
inspections to be conducted by the experts shall have to be borne by the Contractor
without any additional financial liability to Paradip Port Trust. A copy of the
inspection report and action plan thereof shall be forwarded by the Contractor to the
Engineer-in-charge for reference and monitoring of implementation of
recommendation. However PPT reserves the right to have independent audits of the
health of the systems and equipment by OEMs at the cost of the Contractor and the
contractor shall implement the findings of such audits in a mutually agreed schedule.

Page 241 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
Lubrication:
Lubrication is an important activity in the system of maintenance. The Contractor
shall prepare and implement the lubrication schedule as per the maintenance manual
for all equipment in MCHP. The Contractor shall supply all type of lubricants
recommended by the equipment manufacturer. A well-conceived lubrication
schedule should include its application by the right method, at proper frequency,
storage, handling and identification.
 Contractor shall conduct i) periodic test of gauges, meters, wire rope, handling
tackles etc., ii) periodic load test of lifting appliances such as EOT cranes, test
weights, hoists, and chain pulleys, etc and iii) periodic calibration of relays,
voltmeter, ammeter, current transformer, potential transformer, other electrical
metering devices, electrical testing instruments, etc as per the ISO requirement and it
shall be his responsibility to make good any defects promptly.
 The contractor shall maintain all field devices, safety devices and monitoring
devices in perfect working condition, functional all the time and set as per the
designed parameters. In any circumstances these settings along with plant
operational limits shall not be tampered/ or modified. In case of malfunctioning of
field devices, safety devices and monitoring devices during operation, the same may
be bypassed if feasible for continuous operation. However prompt action shall be
taken to rectify the faults for which the field devices, safety devices and monitoring
devices are bypassed and put into services.
 Breakdown Maintenance:
During operation, fault /defect if any once appeared/observed shall be identified,
isolated, and rectified so that the failed equipment,machine, or system can be
restored to an operational condition in a shortest possible time. However defects
which can be deferred for the regular periodic maintenance (provided it will not
have any type of adverse effect on equipment,machine, or systems) shall be recorded
and reported in a suitable form for follow up action.
Faults once observed shall be promptly attended and rectified to avoid major
failures. In case it is not possible to rectify the faults/defects due to any constraints,
alternate feasible temporary arrangement shall be made to restore the system and
resume operation at the shortest possible time. The permanent measures shall be
taken up thereafter in the next immediate operational gap. Also, if the services of
any expert are required, the Contractor shall arrange the same in the most
expeditious manner at his own cost.
In the event of any break down maintenance, the Contractor shall put in it’s best
effort to promptly attend the break down and bring the machine to an operating
condition as early as possible. If necessary, the Contractor shall arrange and deploy
more manpower and other resources to reduce the break down period.
 Overhauls/ Repairs of Plant and Equipment:
Overhauling, both major and minor repairing and replacement of components /
equipment and systems & subsystems are under the scope of the Contractor. The
Contractor shall supplement the Plant personnel with additional resources as
necessary for all major overhauls, shutdowns and other repairs.

Page 242 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Scope of Work
Overhauling Maintenance:
The equipment of machines or systems which are removed either due to
defective/breakdown condition or as per schedule planning shall be overhauled with
replacement of defective /worn out /aging components and kept as stand by spares
for future requirement. Besides the overhauled items shall be tested if required to
ascertain its performance so that it can be used whenever required. The overhauled
equipment shall be preserved as per proper engineering standard. The overhauled
components are to be kept properly with proper lubrication. The contractor shall
avoid overhauling of equipments in-situ.

Repair / Replacement Maintenance:


Both major and minor repairing and replacement of components/equipment and
systems & subsystems due to normal wear and tear or due to defects / failures are
under scope of the Contractor. The spares which were repaired shall be installed or
put into service immediately after repair for assessing its performance. Repairing
activities shall be made in such a manner that the equipment can run its balance life
without further deterioration in its performance otherwise replacement of equipment
shall be considered.

In case of repair of electrical equipments like motors & transformers for winding
damage, if the equipment is de-rated beyond 10%, then the equipment shall be
discarded and new procurement shall be processed. Similarly, in case of damage to
the rotor of motors, the rotors should be replaced without going for repair.

For circuit breakers, in case of failure of spring charging mechanism, the breakers
shall be discarded.

For Gear boxes, any damage to the gear components & the shaft shall not be
repaired and new replacement shall be done. Similarly, in case of damage to the
housing like enlargement of bore & development of cracks on the body, repair if
feasible can be done once beyond which the same shall be discarded.

If there is any damage / worn-out to the shaft, shell, failure of welding of end disc,
the pulley is to be discarded & suitably replaced.

For fluid couplings, crack on the body & continuous oil leakage after over hauling,
the fluid couplings shall be discarded.

In case of pitting on the surface of the shell & wear out of the shell, the rollers shall
be completely discarded. No repair to the shaft of the rollers is permissible.

In case of pitting on the surface of the piston rod, the same is to be replaced.
Hydraulic pumps & valves shall be discarded & suitably replaced if the pressure
development & the flow rate are not proper as per the ratings.

For other important components of plant and equipment, repairing shall be


considered if feasible as per standard engineering practice, otherwise the same shall
be discarded.

Page 243 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
 Modification/Improvement Maintenance:
During the course of the contract, the contractor may take up improvement /
modification activities to avoid repeated nature of breakdown of a particular
component to facilitate easy maintenance, operational convenience and to bring
more reliability & efficiency of machines/ equipment / systems at his cost without
compromising with the basic design, operational logic, characteristics, and safety
aspect under intimation to Engineer-in charge.
 Other Specific Maintenance
 Structural of Drive/Transfer Tower, Conveyors & conveyor galleries & columns,
RRS, Workshop, and Machines, etc:
Due to normal wear & tear and saline climate, the structural of the plant are prone to
damage. The contractor has to carry out the routine inspection of various structural
of the plant with special attention to important load bearing members. Any
defect found in the structure shall be made good promptly by the Contractor. The
Contractor shall be responsible for carrying out repair/replacement of worn out,
corroded, pitted, and damaged structures of drive/transfer towers, conveyors &
conveyor galleries & columns, RRS, workshop, machines, etc in time as per
requirement so as to avoid premature failure of structures with application of epoxy
paint having thickness 350 micron DFT & proper surface preparation.

It shall be ensured by the contractor that replacement of structure shall not be done
in piecemeal basis. The section either from bolting to bolting or welding to welding
shall be replaced. In no case welding joints shall be increased. Similarly the
dimensions of structures shall not be altered in any case. The drawings, specification
if available or otherwise physical dimensions shall be referred / taken for fabrication
of the structures. The fabrication and erection shall be made as per applicable
standards. The thickness of structures if found reduced then it shall be completely
replaced.
Replacement of damaged colour coated corrugated sheets (either pitted in the
surface, formation of pot holes) shall also be done by the Contractor.
Up keeping of structures of S-11, S-12, switch bin and etc. are under the scope of the
contractor.
The sheet metal items including outdoor & indoor Junction boxes (control & power)
shall be maintained properly and in case of damage or depleted; the same shall be
replaced immediately which shall be either GI sheet or aluminum sheet. The
handrails, seal plates, chequered plates, gratings to be fitted during the term of the
contract shall be galvanized.
 Conveyor Belt Maintenance:
Repair work on conveyor belt like longitudinal through-cut, groove cutting, edge
damages, pot holes, surface damages, perforation repair, and strip cut by suitable
methods are included in the scope of the Contractor. In case of damage to the belt
during operation, temporary repairs may be done in order to resume the operation
followed with permanent repair in the next non operation time. The belt shall be
replaced if repairing of belt is not possible. The belt replacement due to wear & tear,
Page 244 of 286
Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
damage of belt beyond economic repair & repairs not sustainable to the remaining
life, etc are included in the scope of the Contractor with belt jointing including
supply of belt. In case of side/edge cut of the belt resulting in damage and exposure
to steel cord and affecting the rated carrying capacity of the belt, then replacement of
belt is to be done by the Contractor.
The initial conveyor belt repair/replacement if any in the opinion of the contractor
shall have to be done by the Contractor, the cost of which shall be included in the
quoted price. The belt repairs/ renewal work shall be done by the Contractor during
tenure of the contract period.
Different types of belts like; ST-500, ST-630, ST-800, ST-900, EP-800/5 & ST-2000
are being used in the plant presently. During the contract the old belt ST-500, ST-
630 will be replaced with ST-800/ST-900 after consumption of the available stock.
 Maintenance including civil maintenance Work:
All type of civil maintenance and repairs including door locker, door lock, door,
window and shutters, etc of installations like all machines,9 nos of substations,
workshop, amenity building, change room, compressor room, all pump houses, plant
monitor room, building at up & down railway point, tunnel, RRS & feeder, pedestals
of columns & stringer post, Counter weight Sheeve pulley, transfer tower/drive
tower pits, cable pits, yard toilets, belt weigher room and watch tower buildings etc.
are to be done regularly by the Contractor. The maintenance of electrical system
including lighting, drinking water system & sanitation & maintenance of doors /
windows are included in the scope of the contractor.
 Maintenance of Tie-down Towers:
Tie-down towers have been installed for six (6) machines i.e. Stacker-1 & 2,
RC-1 & 2, Shiploader-1 & 2 to tie-down the machines safely during cyclonic
weather and to carry out various maintenance activities. However, the area where the
tie-down structure of Reclaimer-2 is located is presently used as storage area
(stackyard), thereby the tie-down of RC-2 is not in place. Accordingly, the
Contractor will make an alternative arrangement in form of temporary structures to
be used to take up the maintenance work of Reclaimer-2 in place of Tie-down tower.
 Maintenance of Earthing system:
Earthing system is provided for substations, machines, rail tracks, conveyor
structural and control system keeping the earth resistance value below 1.
Substations  There are nine (09) nos. substations provided with solidly earthed
system except two nos. of 20MVA transformers which are resistance earthed. All
the solidly earthed points are interconnected with each other to form a grid. The said
earthing system is provided to ensure the proper earthing of substations.
Machines  The neutral of transformers (LV side) is provided with earth cables,
connected with earth shoe fitted in travel bogie to ascertain continuous earth through
rail track.
Rail Track  Rail track earthing is provided for R-7, R-8, S-3, S-4 & ship-loaders
track line. There are 06 nos. of earth pit in each of the track-lines R-7, R-8, S-3 & S-
4 and strips are provided with rigid welding with rail track from the earth electrodes
Page 245 of 286
Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
and rails are also interconnected through earth strips. Ship-loaders’ track is earthed
through GI strips run from the piles.

Structural  Structural earthing of each transfer tower is provided through two


separate earth pits with continuous running G.I. strips along the conveyor structures.

Control System  Separate earthing system is provided for control system of the
Plant with separate earth pit and GI strips connecting the earth electrode with the
earth point of control panels.

Maintenance will be referred to as the monthly, quarterly, bi-annual or annual


inspection monitoring and repair / replacement of the earthing system. The
contractor should perform the timely inspection & monitoring of the system as per
the recommended and preferred frequency as per the O & M manual.

The contractor shall take the measurement of earth resistance and measurement data
shall be produced in quarterly basis for healthy monitoring of the system.

Cable Schedule and Maintenance:


There are different types of cables spread around the plant:

HT Cable (Power):
XLPE, 11KV grade HT cable network of length around 18 km is spread to different
locations of the plant of sizes 25, 50, 150, 185, 300 & 400 Sq.mm. The cables are
laid in trenches and also over-ground in aluminum cable trays dressed with
aluminum clamps.

No. of existing joints are defined in cable schedule. In case of failure of cable
beyond existing jointing locations, new joint has to be made and same shall be
incorporated in the cable schedule for future reference. However in case, increase in
no of joints affects the reliability of the cable, the cable is to be entirely replaced.

LT Cable (Control & Power):


PVC armored, 1.1KV & 650V grade LT cable (Control & Power) network of around
42km in different sizes & span is spread to different locations of the plant.

The Control & Power cables are mostly laid on aluminum cable trays dressed with
aluminum clamps.

Profibus Communication cable:


24V grade, screen communication cable (profibus) network of around 12 KM. is
spread in the plant. The no. of joints in the cable network is restricted to maximum
one joint per KM.

Trailing cable (Control & Power):


Copper flexible Trailing power cable (6.6KV grade) and trailing control cable
(1.1KV grade) are used in stacker, reclaimer and ship-loader. There are 6 spans of
trailing power cable and also 6 spans of trailing control cable.

Page 246 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
No joint is allowed in the trailing cable. In case of failure of cable, the complete span
of the cable is to be replaced by new one.

 Corrosion Maintenance of Structures, Electrical panels & outdoor / indoor junction


box and Painting of Civil Installations:

Painting of all equipment, structures and civil buildings shall be done as per the
following specification by the Contractor. In all the cases, the Contractor shall have
to make thorough surface preparation before application of coating.

Paint of reputed make such as Shalimar, Berger, Asian Paint, J&N or equivalent
shall be used.
Complete painting of the Plant is to be carried out minimum once in 02(two) years
from the date of commencement of the work in the tenure of the 03(three) years
contract and the same is to be maintained for the balance period of the contract. In
case of extension, the contractor has to repaint the complete plant minimum once
during the extension period as per the initial painting. Special attention shall be
given to the areas like welding joints, and other critical areas, etc.

Protective coating colour schedule:


AS 2700 Colour
Item Colour OR
Equivalent Standard
Structural Steel work, equipment etc. Grey Blue B-43
Handrails Golden Yellow Y-14
Equipment excluding guards Primrose Yellow Y-21
Equipment guards Light Orange X-15
Electric Motors Bright Blue B23
Underside of floors, interior surfaces White
of wall cladding
Electrical panels & Junction boxes Grey
Pipelines:
 Fresh water Middle Blue B15
 Process water (from pond) Emeraid Green G13
 Fire fighting systems Signal Red R13
 Compressed Air Arctic Blue B25
 Hydraulic Oil Brown TBA

Coating may be applied using conventional, air atomizing or airless spray


equipment.

Previously coated structures:


 All steel surfaces to be coated showing traces of oil, grease or other
contaminants shall be thoroughly cleaned with an approved solvent,
preferably with an approved emulsifying degreasing agent, and washed with
clean water before commencement of coating application.

 Apply a quick drying surface tolerant self priming epoxy coating to achieve a
minimum dry film thickness 100 m with appropriate surface preparation as
per requirement.

Page 247 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
NOTE: Thickness of original coatings should be measured prior to commencement
of coating operation to allow gauging of upgraded coatings.
 Apply two components of high build micacious iron oxide coating to achieve
a minimum dry film thickness 100 m (200 m total thickness).
 Apply intermediate epoxy coating to achieve a minimum dry film thickness
100 m (300 m total thickness).
 Apply modified polyurethane coating to achieve a minimum dry film
thickness 50 m (350 m total thickness).

All Steel works:


 Abrasive blast cleaning shall be carried out by grit blasting using compressed
air nozzles. For all steelwork the blast cleaned surface shall have a profile of
not less than 25m or greater 50m as measured by a probe type surface
profile gauge.
 Apply a quick drying surface tolerant self priming epoxy coating to achieve a
minimum dry film thickness 100 m.
 Apply two components of high build micacious iron oxide coating to achieve
a minimum dry film thickness 100 m (200 m total thickness).
 Apply intermediate epoxy coating to achieve a minimum dry film thickness
100 m (300 m total thickness).
 Apply modified polyurethane coating to achieve a minimum dry film
thickness 50 m (350 m total thickness).

Equipment (including Electrical panels & Junction Boxes):


As per recommendation in O & M manual.

Civil building:
Outside of the building shall be painted with two coats of weather coat whereas
inside shall be painted with two coats of distemper of reputed brand such as
Shalimar, Asian Paint, Berger, and J & N. These painting shall be done once in every
contract year.

 Maintenance of Communication Facility:

The contractor shall be responsible for maintenance of communication facility such


as intercom system and VHF communication system in healthy condition with
supply of all instruments, spares, networking components during the term of the
contract. This is very much essential for smooth operation, maintenance of the plant.
The contractor shall be responsible for providing and maintaining VHF
communication system at Area Controller, and Main yard, etc in connection with
unloading operation of rake at RRS. Minimum 20 VHF handsets with batteries and
spare 20 batteries alongwith chargers are to be handed over to Eco. Railway in
connection with unloading operation of rake at RRS.
At the time of hand over of plant, PPT shall handover the existing VHF sets
(handsets, base stations, etc) to the Contractor for his use. At the end of the contract
the Contractor shall return the VHF sets and other communication facility received
from PPT in reasonably good and working condition.

Page 248 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
 Operation and maintenance of Cathodic protection system provided for marine
structure of coal berth:

The operation & maintenance procedure generally relate to specific inspection,


current & potential measurement, general checks and tests, repair & replace the
components / equipments of CP system. All testing and maintenance works shall be
performed as per applicable project specification and relevant documents. The
operation & maintenance shall also be in accordance with established and accepted
procedural practices. It should be properly maintained in order to operate the system
effectively. To accomplish this efficient, diligent monitoring & maintenance are
required.
Maintenance will be referred to as the monthly, quarterly, bi-annual or Annual
inspection monitoring and repair / replacement of the cathodic protection system.
The contractor should perform the timely inspection & monitoring of the system as
per the recommended and preferred frequency as per the equipment manufacturer’s
operation & maintenance instructions.
The contractor shall take the measurement of current drawn by each anode and the
voltage difference between a buried or submerged metallic (Steel piles) structure and
a reference electrode (Ag/Agcl) in contact with the electrolyte. The above
measurement data shall be produced in monthly basis for healthy monitoring of the
system.

 Maintenance of Illumination System:


The contractor shall be responsible for maintenance of illumination system of plant
for desired illumination level in different areas of plant during day and night
operation of the plant as per requirement which is very much essential from
operation and safety point of view.

 Maintenance of Fire detection and Fire fighting System :


The contractor shall be responsible for maintenance of fire detection system in
machines, substations and fire fighting system in RRS & Tunnel for safety point of
view.

 Maintenance of Auxiliary system, heavy equipments and EOT cranes, Electrical &
Manual hoists, Belt Splicing Machine, etc:

The contractor shall be responsible to maintain the auxiliary system, heavy


equipment and EOT cranes, and Electrical & Manual hoists in healthy condition to
meet the requirement as and when required. The existing heavy machineries
available in MCHP are in good operating conditions. Withdrawal of any heavy
equipment due to non-availability of spares/ ageing during the contract can be
decided on case to case basis subject to submission of documentary evidence and the
contract price shall be adjusted accordingly i.e. the amount quoted for that heavy
equipment in the break-up price shall not be paid.

Page 249 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
 Operation & Maintenance of existing Dust Control System :-
The contractor is to operate and maintain the dust control system and fire fighting
system installed at MCHP in an effective manner on round the clock basis to fulfill
the requirement of the Pollution Control Board norms from time to time. The work
involves O&M of Process Water Pump House, Fire Monitors at Stackyards, Pipeline
connecting Process Water Pump House to Fire Monitors at Stackyards and all the
Fire Hydrants located in the Plant.

The Contractor is responsible for carrying out proper maintenance, attending


breakdown in time (rectification of faults). During operation, if any abnormality,
defect / fault are noticed, the same shall be promptly communicated and remedial
steps must be taken under intimation to the Shift-in-charge of PPT.

The Contractor shall closely co-ordinate with the respective Engineer


in-charge and plans the work so as to avoid interruptions in operations of dust
control system and fire fighting system.
 Additional work:
Additional work is any work which neither applies to scheduled service nor to
emergency service work. It may arise from the identification of failures and non-
compliance during inspections which the Contractor executes at regular intervals
without any price implication to PPT.

 Minor repair to the defective wagons –


During unloading of BOBRN rakes at RRS, defective wagons are observed.
These wagons are either of damaged door, door not opening, cylinder pin
removed. In order to either unload the cargo from these wagons or to close
the wagon door after unloading, minor repairing of wagon like cutting,
welding of wagon door, cylinder pin welding / cutting are to be carried out.
These works are covered under the scope of the contractor without any price
implication to PPT. As and when such requirement comes, the Contractor
will take up the work in consultation with the representative of E.Co.
Railway available at RRS on round the clock of basis.

 Mandatory Initial Works :-


Following mandatory initial works are to be carried out by the contractor and
complete the same within one year from the date of commencement of the
contract. The Contractor will submit the requirement of shutdown if any to
the EIC 30 days prior to commencement of work for acceptance. The
contractor will ensure that the plant operation is least affected during the
shutdown period.
- Revamping of existing Dust Control System:-.
- Replacement of civil structurals of counter weight sheeve pulley of
R-7 & R8.

- Shifting of belt weigher at S-13 & S-14 from existing location


i.e. near TT-8.

Page 250 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant

(a) Revamping of existing Dust Control System:-.


At present, there is one existing Dust Control System available in the Plant covering
RRS hopper, Transfer Towers, Stackyard. In the Stackyard, both fire hydrant & fire
monitors and stackyard sprinklers are available. Most of the DCS are in a defunct
condition. PPT is in the tendering process for installation of Dry Fog Dust
Suppression System (DFDS) at RRS, Transfer points and separate pipelines at the
existing stackyards for installation of new sprinklers. The work is expected to be
completed during the tenure of this O&M contract. Once the installation of new
system is commenced, the existing DCS system will be left with only fire fighting
system at RRS, Transfer Points and Fire hydrants and Fire monitors in both the
stackyards.
In view of above, the revamping of existing DCS system will cover the following
work:-
(i) Stackyard : - The spool piece available for 108 sprinklers at both the stackyard
are to be replaced with 200 NB UPVC pipe with socket and tail piece. All the 52
nos. of fire monitors available with damaged spool pieces and globe valve
wherever required in the stackyards are to be replaced with a new one. The
leakages available in the 200 NB UPVC pipe line at the stackyard are to be either
arrested or replaced with a new one as per requirement. The supporting steel
structurals of the fire monitors are to be either repaired or replaced as per
requirement.
(ii) Fire Fighting System :
The fire fighting system available in the Plant are to be revamped. The damaged
pipelines, fire hydrants, different types of valves such as globe, gate and air
release valve with fittings shall be replaced with a new one. Where there is a
provision for fire hydrant, but the same is either not available or blocked will be
replaced with a new fire hydrant valve.
All the fire fighting and stackyard, DCS equipments are to be painted as per the
painting schedule provided in the scope of work. Materials used in the work shall
be as per the specification given in Technical Details of MCHP.
(b) Replacement of civil structurals of counter weight sheeve pulley of R-7 & R8.
The existing civil structurals for counter weight sheeve pulleys of conveyor R-7 & R-8
are to be replaced with new civil structural. The replacement work is to be carried out as
per the existing design. The work is to be taken up one after another for each conveyor.
30 days prior to commencement of the work, the contractor will submit the details of
work to be executed alongwith bar chart indicating the minimum shutdown requirement
for acceptance of EIC. As shutdown of this conveyor will stop one of the Stacking route,
the contractor will make his best effort so as to handle maximum no. of rakes available
in the other available stream without any dislocation in RRS operation.
(c) Shifting of belt weigher from existing location.
As per the plant design, the belt weigher room is installed near the Transfer Tower-8
(TT-8). Due to elevation of surrounding roads, now the belt weigher room is below the
road level resulting in deposition of rain water. The belt weigher of conveyor S-13 & S-
14 alongwith its installations are to be suitably installed in the nearby substation i.e.
Substation-4. The contractor will shift the belt weigher into the Substation-4 alongwith
its cables and other installations at suitable location. In case of requirement of any
additional spares for this work, the same are to be provided by the Contractor at his cost.
Page 251 of 286
Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant

5.3.7 Adequate precautions shall be taken to prevent danger from electrical equipment. When
workers are employed on electrical installations, which are already energised, insulating
mats, working apparels such as gloves, sleeves and boots as may be necessary shall be
provided by the Contractor.
5.3.8 Written Clearance: All the maintenance activities shall be executed after taking shutdown
and issuance of L.C. from substations or E-house of machines. The Contractor must obtain
written clearance, in a format (maintained in shutdown register) acceptable to PPT, clearly
indicating the nature of maintenance intended to be undertaken, the equipment name,
expected time of commencement and completion. The Contractor shall also mention the
time that he would require to bring the machine to operational condition in the event of any
emergency need.
5.3.9 The contractor shall prepare the Plant and systems for inspections and allow inspections of
the Plant by Competent Authorities;
5.3.10 The Contractor shall use the workshop building with EOT cranes for the purpose of
maintenance activities like fabrication / repairs / overhauling/ disassembly-assembly, etc
and also storing of spares & stores & POL items. In case the Contractor has intention to
install machine tools, then statutory clearance as applicable shall be obtained by the
contractor before installation of machine tools. PPT is having some workshop equipments
which will be handed over to the Contractor. On closure of the contract, the machinery shall
be handed over to PPT in efficient operating condition.
5.3.11 The contractor shall ensure that all the components of equipments, machines and systems as
per O& M manual shall be available in all time. In case of defect, the same shall be replaced
with the spare one.
5.4 HOUSE-KEEPING:
Good housekeeping is essential for efficient operation of plant and maintaining good health
of the plant & equipments.
5.4.1 The contractor shall be responsible for good housekeeping and cleanliness. The scope of the
Contractor shall cover, but not limited to, the following:
a) Cleaning of all equipment (like Stackers, Reclaimers & Shiploaders), conveyors&
Conveyor galleries, various floor of transfer towers/ drive towers and its surrounding
& pits, all substation, other buildings of plant from all muck, spillage, debris and
lubricants, etc.
b) Muck deposit, spillage on ground near take-up unit, drive end.
c) Muck deposit, spillage inside tunnel and various floors of Rail Receival Station.
d) Muck and spillage clearance in case of spillage due to any reason and make ready
the equipment, machine or system for operation.
e) Cleaning of muck accumulated on ground due to non working of scrappers.
f) Pit cleaning.
The muck and spillage shall be disposed at earmarked location acceptable to PPT.
g) All scrap material shall be sent to the scrap yard and kept in a segregated manner
like MS scrap, rubber items, belt, sheets and electrical & automation items, etc.
h) Removal of tramp iron from respective bin and transfer to the scrap yard.
i) Dumping of waste material at a place within plant boundary specified by the PPT.

Page 252 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
j) Shrub/ Bush cutting in the Plant area as per details specified in technical details of
MCHP.
k) Internal drain cleaning including pit cleaning near transfer towers inside the plant
area (approx. 9km length) as per details specified in technical details of MCHP.
(The main drain between the Road from Gate No.2 to Gate No.1 and MCHP is
excluded from the scope of the Supplier).
l) It shall be the responsibility of the Contractor to keep the sewage system and
effluent system and drainage system inside MCHP always in good working
condition. Special attention in this regard shall be given prior to monsoon to avoid
water logging.
m) Dewatering of cable pits.
n) Floor of the Coal Berths.
o) Area under all conveyor galleries at ground level.
p) Service Road cleaning.
5.4.2 Special attention shall be given for keeping the structures clean and free from trash, spill
over and debris. The Contractor shall employ sufficient personnel to thoroughly clean all the
work areas continuously and shall ensure that the plant and equipment are clean.
5.4.3 Material shall be stored in locations, which will not block access ways and permit easy
cleaning of the area. In areas where equipment might drip oil or cause damage to the floor
surface, a protective cover shall be provided between the equipment and the floor surface so
that no oil or grease drips to the floor surface.
5.4.4 All hoses, cables, and similar items shall be located, arranged, and grouped so that they will
not block any access way and will permit easy cleaning and maintenance.
5.4.5 All trash, debris, and waste materials shall be collected, stored, and deposited in waste
collection areas as designated by the Contractor acceptable to the Purchaser.
The Contractor shall ensure that scrappers shall work all the time so that muck deposit on
floor of the coal berths, area under all conveyor galleries shall be minimum .
5.5 SPARES AND STORE MANAGEMENT:
5.5.1. All the spares (mechanical, automation, electrical, and automobile etc) including insurance
spares, imported spares, steel materials, store items (hardwares, paints, etc), consumables,
POL, conveyor belt etc. required for satisfactory execution and performance of the work
“Operation and Maintenance of MCHP” during the Contract period shall be supplied,
controlled and maintained by the contractor at his cost. The contractor shall maintain
desirable inventory of spares &store items, consumables and POL, etc to meet the
requirement.
5.5.2 DURING TAKING OVER THE PLANT BY THE CONTRACTOR.
a) The spares and store items, consumables and POL available in good condition with
Paradip Port Trust applicable for the plant and equipment shall be handed over to the
Contractor for safe custody and use. During handing over of spares & store items,
consumables, and POL, etc, a list shall be prepared in the joint inspection indicating
the details. These items shall be consumed by the contractor on priority basis on
payment of the purchase cost with 3.5% overhead which will be recovered from the
bill of the contractor in the succeeding month.

Page 253 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
b) Some of the insurance spares called as long lead spares as given at
Appendix-17 available with PPT shall be handed over to the Contractor for safe
custody and use with proper up-keeping. The Contractor shall use the long lead
spares available with PPT on exchange basis only i.e. it shall be the Contractor’s
responsibility to replenish the stock of Paradip Port Trust by either overhauling the
spare one which is removed /replaced. In case the removed / replaced unit is
damaged / could not be overhauled, then the Contractor shall have to procure a new
unit of the same make or as approved by PPT to replenish the stock of PPT. The
overhauling cost and/or replacement cost shall have to be borne by the Contractor.
The contractor shall plan additional procurement of such spares if necessary to meet
the contractual obligations. Inventory of other long lead spares not covered in
Appendix-17 is included in the scope of the contractor.

5.5.3 PROCUREMENT, INSPECTION, STORAGE, MAINTENANCE AND USE OF


INVENTORY:
Following the taking over of plant, the Contractor shall plan and prepare a detailed report on
the inventory of spare & store items, consumables, POL, steel materials and conveyor belt,
etc and initiate procurement action so that the materials are timely available in site as per the
requirement.
a) The required spares & store items including imported spares, consumables, POL,
hardware, steel material, and conveyor belt, etc shall confirm to applicable standard,
specifications, drawings and suitable for intended purpose and shall be new and
genuine.
b) The Spares and components shall be procured from OEMs (Appendix-18) or from
their authorized representatives. The authorization certificate and renewal shall be
submitted to PPT from time to time. During procurement of spares & illumination
items, contractor shall ensure that the materials procured are of the latest version of
the OEM and energy efficient.
c) Maintaining the quality of materials is the essence of healthiness of plant which
results in increase in reliability of plant. Therefore material shall be procured
following predetermined QAP in order to maintain the quality of the material where
ever required.
d) The contractor shall forward copy of purchase order along with specification and
QAP if applicable to PPT for reference.
e) After receipt of material (Spares, steel materials, conveyor belts, hardware,
fasteners-above 8.8 grades) at site store, intimation shall be given to PPT for
inspection and acceptance of material in accordance with specification, drawing and
test & inspection certificates. Without test certificate materials shall not be accepted.
Acceptance of material by PPT shall not relieve the contractor from its obligations.
The test certificate is to be issued by OEM of the material. For important items such
as conveyor belts, rollers and idlers, scrappers, the Component Test Certificate of
OEM i.e. Steel Cord for Conveyor Belt, Pipes for Scrappers and Bearings for
Rollers, Idlers, Gear Box and Motors are to be submitted in addition to OEM Test
Certificate. Further, for lifting appliances and wire ropes, test certificate of statutory
authorities as required are to be submitted.

Page 254 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
f) Paradip Port Trust reserves the right to subject any part / component / equipment for
re-test and on written instruction from Paradip Port Trust, the Contractor shall
arrange for the re-test and the cost shall be reimbursed by Paradip Port Trust as per
actual, only if the test results are satisfactory. In case of unsatisfactory test results,
the part / component / equipment shall be rejected and the Contractor shall be
responsible for replacement of the item at his own cost and also bear the cost of the
re-test.
g) Paradip Port Trust’s right to inspect, test and, where necessary, reject the Goods
after the Goods’ arrival in Paradip Port Trust’s premises shall in no way be limited
or waived by reason of the Goods having previously been inspected, tested and
passed by Paradip Port Trust or its representative prior to the Goods’ shipment from
the place of origin.
h) The entire inventory shall be stored in accordance with ISO. Maintenance of
inventory shall be made following the applicable standards and procedures. No
material on any of the sites of the MCHP shall be so stacked or placed as to cause
danger or inconvenience to any person.
i) The lubricants shall be stored in a clean and dry place under cover to prevent
deterioration and contamination due to exposure to varying environment. Drums of
lubricants shall be stored in the condition prescribed by the lubricant supplier.
Receptacles shall be kept clean/ open. Lubricants, which are contaminated with dirt
or other foreign materials, shall not be used. Storage & disposal of waste &
hazardous oil and used cotton waste and cotton rags are to be carried out following
the guidelines of State Pollution Control Board from time to time.
j) The rubber items shall be stored properly and consumed before its expiry date;
otherwise expired rubber items shall be disposed off following standard procedure.
k) Material brought into the site shall not be taken out without the gate pass issued by
PPT.
l) The steel materials must be of reputed make i.e. SAIL /TATA / Vizag Steel / Jindal
conforming to IS 2062. All materials shall be new, free from loose rust, pitting,
flaws, cracks & any other defects and shall have a smooth uniform finish. The test
certificate for the steel materials is to be produced by the contractor.
m) Materials once issued and used shall not be returned to the contractor’s store.
n) During the term of this contract, the Contractor shall maintain adequate record of
spare parts procurement, inventory and usage and shall submit a report as and when
required by PPT.
o) Maintenance of Long lead spares of PPT shall be done by the Contractor.
p) First In – First Out (FIFO) is generally the basis for consumption of items and
specifically for items having self life. Stock of handed over materials of PPT shall be
used first before using materials purchased by the Contractor.

5.5.4 INVENTORY CONTROL.


Inventory shall be planned depending on categorization of material i.e. Vital (Insurance) –
Essential - Desirable and basing on consumption pattern i.e. fast moving - slow moving. The
Contractor shall ensure that stock of items available at end of the contract is within 10% of
the installed capacity of MCHP for all spares except long lead / insurance items which will
be decided on mutually agreed terms. A proper balance is to be maintained between the
consumption and procurement of materials with proper analysis and timely action so as to
avoid the unwanted situations like non availability & overstock of materials.
Page 255 of 286
Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
At the end of the contract, the Contractor can handover to PPT the balance stock of
materials as per the following guidelines.
a) Spill-over PPT materials at the end of the contract shall be taken over by PPT in
complete shape.
b) Inventory of spill-over materials inclusive of PPT materials at the end of the contract
should not exceed 10% of the installed capacity of the respective items in MCHP.
c) The spill-over materials at the end of the contract procured by the contractor during
execution of the contract shall be taken over by PPT on re-imbursement basis subject to
the following conditions.
i. The payment to the contractor for the handed-over materials shall be as per the
actual procurement cost of materials for which the contractor has to produce
supporting purchase documents.
ii. Taking over of the materials by PPT shall be on priority for spill-over PPT
materials first & then short-fall quantity w.r.t. maximum 10% installed quantity
of respective items from the materials procured by the contractor except long
lead/ insurance items which shall be decided on mutual terms.
d) The surplus materials if any procured by the contractor during contract after above
mentioned handing over of materials to PPT at the end of the contract can be taken back
by the contractor with the certification & approval from PPT.
5.5.5 During the term of contract following situation may arise.
Case-1
Some of the components or equipments or systems will be getting obsolete and spares will
not be available but the components or equipments or systems are getting upgraded or new
versions developed with new features & compatible with plant requirement.
In this case the Contractor shall procure the higher version/upgraded components or
equipments compatible with plant requirement without affecting plant efficiency /
performance at his own cost.
Case-2
(i) Some of the components or equipments or systems will be getting obsolete and spares
will not be available and the OEM has closed his business.
(ii) Some of the components or equipments or systems are not available in spite of best
effort of the Contractor from OEM.
In both the cases following procedure shall be followed by the Contractor.
(a) Intimation with supporting documentation to PPT regarding closure of OEM / non
availability of material from OEM after exploring all options / materials getting
obsolete & OEM is no more existing.
(b) The Contractor may make written request to PPT for acceptance of the use of
alternative equipment or materials. Such request shall contain complete data to show
that such alternative item is quality wise same and has the required characteristics
for the intended use with proof of performance from users.
(c) The contractor shall make such request at least 30 calendar days before a final
decision to be taken by PPT.

Page 256 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant
(d) Within 30 calendar days following receipt of all requested information from the
Contractor, PPT will determine whether the proposed alternative and change meets
the requirements of the Contract and will inform the Contractor in writing of its
decision. However, the decision shall not relieve the Contractor of his obligations
under this contract.
(e) No cost shall be borne by PPT on this account.
Case-3
Some of the components or equipments or systems are not through OEM, but through some
other firm/Agency who have taken over the manufacturing / assembling / marketing of the
products from OEM.
a) Intimation with supporting documentation to PPT regarding non availability of
material from OEM due to either the OEM stopped assembly or marketing or taken
over by the other firm/agency.
b) The Contractor may make written request to procure components or equipments or
systems from the new vendor with all supporting documents.
c) Upon request, the Contractor shall furnish to PPT such additional information
relating to such cases as PPT may require.
d) The contractor shall make such request at least 30 calendar days before a final
decision to be taken by PPT.
e) Within 30 calendar days following receipt of all required information from the
Contractor, PPT will determine whether the proposed alternative and change meets
the requirements of the Contract and will inform the Contractor in writing of its
determination. However, the decision shall not relieve the Contractor of his
obligations under this contract.
f) No cost shall be borne by PPT on this account.

5.6 ADMINISTRATION, ENGINEERING SUPPORT, SAFETY, TRAINING:

The objectives of Engineering Support, Training and Administration & Safety have been
summarized in clause no.1.0 of Scope of Work. Accordingly the contractor shall establish
the procedures, plan & schedules and resources to accomplish the intended objectives which
are required for smooth operation and maintenance of the plant. Timely compliance to
statutory requirement is the foremost responsibility of the plant.

The contractor shall responsible to ensure the safety of the Plant and all of the Plant
personnel, and other personnel employed by the Contractor for the service and other
individuals and invitees who are at any time on the Plant. The contractor shall provide first
aid equipment for on-site emergency medical treatment and deploy a safety engineer to
enforce and refreshment of safety measures among all the Contractor’s personnel. The
contractor shall provide on-going and refresher training for all his personnel which will help
in increase productivity.

Page 257 of 286


Paradip Port Trust Scope of Work
Mechanised Coal Handling Plant

5.7 RECORD KEEPING & REPORT GENERATION FOR MANAGEMENT


INFORMATION SYSTEM:

During execution of the contract, the Contractor shall maintain adequate records and
generate reports for management information system. Record keeping & report generation
for the following activities of the plant should be done.

i) Operation
ii) Maintenance.
iii) House-keeping & cleanliness
iv) Stores & Spares.
v) Administration, Engineering support, Safety, ERP and Training, etc.

Building up of data / records and its analysis is one of the basic aspects of proper operation
and maintenance of the system. Various decisions involved in respect of fulfilling the
performance of this contract i.e. i) maintaining the operational rating of plant at its rated
capacity and improvement in availability of plant combined with safety of plant & personnel
are all dependent on an analysis of accurate data. The Contractor shall maintain the data to
determine the cause of failures and take decision on the corrective action for operation and
maintenance and improving the performance of the plant and equipment.

The Contractor shall develop a framework of systems or adopt the existing system
implemented in MCHP, procedures and guidelines towards record keeping and report
generation for proper O & M management. The log books and reports mentioned in
Appendix-19 for various functional activities are to be maintained by the Contractor. The
requirement of records and reports may vary from time to time depending upon the
requirement of either PPT or the Contractor. Formats, schedules and procedures for record
keeping and report generation are already developed for monitoring of operation,
maintenance, inventory and administration and the same may be followed by the Contractor.
If required the formats and procedure can be further customized/modified on mutually
agreed terms between EIC and Contractor. Also these may be reviewed, monitored and
modified, by mutual agreement, if required, during the term of contract. The Contractor may
develop computerized log books and reports instead of conventional method of record
keeping and report generation under Management Information System.

The Contractor shall keep PPT appraised of the plant health and operating performance
data. The Contractor shall furnish the management information system (MIS) data to PPT
on daily, weekly, monthly and yearly basis and its analysis regarding plant performance.

6.0 OTHER WORKS:


At present, a new Raw Water Pump House similar to the existing Raw Water Pump House
at Balijhara is under tendering process. It is expected that the new Raw Water Pump House
will be operational during the tenure of this O&M contract. Once the same is functional, the
operation and maintenance of new Raw Water Pump House shall be covered under the
scope of the contractor without any price implication to PPT.

Page 258 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Scope of Work
7.0 MONTHLY REPORTS.
The Contractor shall submit the following monthly reports in a format acceptable to PPT
along with the Bills
a) Monthly availability factor of main system as per the format acceptable to PPT.
b) Operation rating of plant as per the format acceptable to PPT.
c) Extract of Preventative maintenance as per the format acceptable to PPT.
d) Extract of Corrective maintenance as per the format acceptable to PPT
e) Report on house -keeping & safety as per the format acceptable to PPT
f) Spares Consumption Report as per the format acceptable to PPT.
g) Satisfactory compliance to site order or site instruction of PPT.
h) An Undertaking that all statutory rules and regulation shall have been followed.
Without these reports Bills shall not be processed for payment.
8.0 FINAL INSPECTION, ACCEPTANCE AND PAYMENT.
8.1 The Contractor shall, three months prior to the expiry of the Contract Period, notify PPT in
writing to take-over the system. Paradip Port Trust shall make a final inspection within 45
days of receiving such Notice from the Contractor and take over the system on expiry of the
Contract in fully working and reasonable good condition.. In case of any defect or
abnormality, observed during inspection, the same shall be made good by the Contractor at
his own cost within a reasonable period failing which, the final payment shall be withheld.
8.2 The Contractor shall remove all of the Contractor’s tools, equipment and materials brought
by the Contractor.
8.3 The Contractor shall hand-over an updated inventory list taking into account all additions
and deletions during the term of the this Contract and deliver to the PPT all the then-
existing inventory and documents in accordance with clause no.5.5.4 of Scope of Work.
8.4 The Contractor shall remove its entire personnel except as otherwise instructed by PPT. The
Contractor shall be solely liable for resettlement, compensation or any other obligations in
respect of the Contractor’s personnel engaged during the term of the contract. The
Contractor shall keep PPT indemnified against claims, if any, pertaining to his personnel.
8.5 The Contractor shall settle all dues, recoveries, insurance claims, if any, with PPT.
8.6 The Contractor shall handover all the records / instruction manuals/ drawings / documents
received from PPT in properly bound and documented condition.
8.7 The Contractor shall prepare and handover all the records such as, but not limited to, plant
performance, logs and history data of the equipment which may or may not be part of day to
day report in hard and soft copy.
8.8 The Contractor shall remove & dispose from the site premises all scraps, petroleum, waste
materials, rubbish and other debris generated during the term of contract, as well as all tools,
his equipment, machinery and surplus material and shall leave the site premises area in a
neat, clean and usable condition. All cleanup and disposal activities of the Sub-contractor
shall be conducted in accordance with all applicable laws and applicable procedures.
8.9 Upon receipt of the certificate of final acceptance, the Contractor will make application to
PPT for final payment i.e (monthly payment for 3 months) within
30 days. PPT shall make payment to the Contractor within 30 days after receiving the final
payment application, complete in all respect.

Page 259 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
APPENDIX-16

SCHEDULE OF SUPPLEMENTARY INFORMATION

The bidder shall submit following information relevant to the contract which are reasonably
justified for smooth execution of the contract.

1. Tentative Organization Structure for the subject work with duty and responsibilities
in reasonable details.

2. Tentative manning & deployment plans along with their qualification and
experience.

3. Any other details /information like

a) Requirement of open space inside harbor area and outside harbor area.

b) Requirement of PPT quarters A type, B type & C type.

c) Other relevant information if any.

Page 260 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

APPENDIX-17
LIST OF LONG LEAD SPARES

Available Qty.
Sl. No. Description Unit
As on dt.01.03.17
MECHANICAL SPARES - CONVEYOR SYSTEM
1 Steel Cord Belt ST-800, Grade: M Mtr 405
2 Steel Cord Belt ST-900, Grade: M Mtr 1781.5
3 Steel Cord Belt ST-500, Grade: M Mtr 172
4 Steel Cord Belt ST-630, Grade: S Mtr 163
Belt EP 800/S Grade: M (Fabric Polyster)
5 Mtr 42
Nylon No. of Plies-05, Width : 2200mm
6 Gear Box KCN 225 No 2
7 Gear Box KCN 400 No 2
8 Gear Box KCN 450 No 2
9 Gear Box KCN 560 No 2
10 Pulley Type D1 No 1
11 Pulley Type D2/ D2B No 3
12 Pulley Type D3 No 2
13 Pulley Type D4 No 1
14 Pulley Type N1 No 1
15 Pulley Type N2 No 9
16 Pulley Type N3 No 1
17 Pulley Type N4 No 6
18 Pulley Type N5 No 2
19 Pulley type Deflector No 2
20 Pulley type N4 (Extended Shaft) No 1
21 Fluid Coupling Type SDFC 580 No 1
22 Fluid Coupling Type SDFC 660 No 1
23 Fluid Coupling Type FCU 14.5 No 1

MECHANICAL SPARES - SHIP LOADER


1 LT Drive Wheel Catridge Non Drive Bogie No 1
2 LT Drive Wheel Catridge Drive Bogie No 1
3 Long Drive Wheel & Shaft Assy. No 1
4 Long Travel Drive Gear Box No 1
5 Slew Drive Gear Box & Pinion With Bracke No 1
6 Slew Bearing Assy. No 1
7 Luffing Hydraulic Cylinder No 1
8 Luffing Hydraulic Pump No 1
Boom Conveyor Drive Pulley without
9 No 1
Pillow Block Assy.
Boom Conveyor Head Pulley without
10 No 1
Pillow Block Assy.
Boom Conveyor Snub Pulley without Pillow
11 No 1
Block Assy.
Boom Conveyor Bend Pulley without
12 No 1
Pillow Block Assy.

Page 261 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

Sl. No. Description Unit Available Qty.


13 Boom Conveyor Gear Box No 1
14 Boom Conveyor Fluid Coupling No 1
15 Trailing Tripper Discharge pulley No 1
Trailing Tripper Wheel & Shaft Assy. (Hold
16 No 1
down pulley)
17 Boom Shuttle Drive Gear Box with Brake No 1
18 Boom Shuttle Wheel Assy. No 1
19 Loading Spout Tube Chute No 1
20 Trimmer Flap No 1
21 Loading Spout Hydraulic Kick up Cylinder No 1
22 Loading Spout Hydraulic Trimmer Cylinder No 1
23 Loading Chute Bearing Assy. No 1

MECHANICAL SPARES - STACKER


1 Drive Wheel & Shaft Assy. (Wheel & Shaft) No 1
2 Luffing Hydraulic Cylinder No 1
3 Luffing Hydraulic Pump No 1
4 Boom Conveyor Gear Box [KEN-280] No 1
5 Slew Gear Box No 1
6 Boom Conveyor Fluid Coupling No 2
Boom Conveyor Drive Pulley (without
7 No 1
Pillow Block Assy)
Boom Conveyor Head Pulley (without
8 No 1
Pillow Block Assy)
Trailing Discharge Pulley (without Pillow
9 No 1
Block Assy)
Trailing Tripper Wheel & Shaft Assy. (Hold
10 No 1
down pulley)
Trailing Tripper Bend Pulley (without Pillow
11 No 1
Block Assy)
12 Slew Bearing No 1

MECHANICAL SPARES – RECLAIMER

1 Non Drive Wheel Assy. (Wheel & Shaft) No 1


2 Drive Wheel Assy (Wheel & Shaft) No 1
3 Bucket Wheel Drive Gear Box No 1
4 Luffing Hydraulic Pump No 1
5 Boom Conveyor Gear Box [KCN-280] No 1
6 Slew Drive Gear Box No 1
7 Boom Conveyor Fluid Coupling No 1
8 Bucket Wheel Coupling No 1
9 Bucket Wheel Shaft No 1
10 Slew Bearing Assy. No 1
Boom Conveyor Drive Pulley (without
11 No 1
Pillow Block Assy)
Hopper Feeder Tail Pulley (without Pillow
12 No 1
Block Assy)

Page 262 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

Sl.
Description Unit Available Qty.
No.
Hopper Feeder Head Pulley (without Pillow
13 No 1
Block Assy)
14 Luffing Hydraulic Cylinder No 1
15 Bucket Wheel Buckets No 4
16 Bucket Wheel Fluid Coupling No 1
Boom Conveyor Tail Pulley (without Pillow
17 No 1
block Assy)
18 Belt Feeder Gear Box No 1

ELECTRICAL SPARES

1 Trailing Power Cable (610 Mtr.), 6.6 KV Grade Roll 2


Trailing Control Cable (610 Mtr.), 1.1 KV
2 Roll 2
Grade
Trailing Control Cable (262 Mtr.), 1.1 KV
3 Roll 1
Grade
5 PCRD Motor No 2
6 CCRD Motor No 1
8 ACB 2000 Amp. No 1
9 Cable 3C x 185 Sqmm. Mtr 202
10 Cable 3C x 150 Sqmm. Mtr 198
11 Cable 3C x 300 Sqmm. Mtr 195
13 Cable 4C x 50 Sqmm. (3.5 x 95Sqmm) Mtr 60
14 ACB 1000 Amp. No 1
15 CP 443-1 No 1
16 CP 441-1 No 1
19 CP 443 – 5 No 1
21 IM 461 – 3 No 1
22 Control Kit (EUA - 6150 - 6x) No 1
23 Power Supply Unit (EUS - 6150 - 1X) No 1
24 Earthing Truck Assy. 33 KV No 1
25 VCB Panel (HWX) 6.6 KV (2000 Amp.) No 2
26 VCB Panel (HWX) 6.6 KV (800 Amp.) No 1
27 VCB Panel (VCU) 6.6 KV (400 Amp.) No 2
28 VCB Panel (VMX) 6.6 KV (630 Amp.) No 1
29 Test Cabinets (6.6 KV) No 5
30 H.T Motor 6.6 KV (300 KW) No 1
31 H.T Motor 6.6 KV (350 KW) No 1
32 H.T Motor 6.6 KV (450 KW) No 1
33 Boom Conveyor Motor 150 KW For Stracker No 1
34 Boom Conveyor Motor 200 KW For Reclaimer No 1
Boom Conveyor Motor 200 Kw For Ship
35 No 1
Loader

Page 263 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
APPENDIX-18
LIST OF OEMs FOR SPARE PROCUREMENT

OEM
Equipment / Machine
M/s.
(a) Conveyor System (Mechanical):
Idler TRF Ltd. / Jana & Co.
Gear Box Elecon
Fluid Coupling Pembril Engineering Pvt. Ltd. / Premium
Spigoted Rigid coupling Birtley / L&T
Crowned toothed coupling Elecon
Scrapper Hosch / Usha Martin / Thejo Martin
Tramp metal magnet ERIEZ Magnetics
Electric hoist, Electrically operated trolley, Reva Industries Ltd.
Manual Hoist, EOT Crane
Disc Brake Kateel Engineering industry
Sump pump Kirloskar Bros.
DG Set TIL Ltd.
Ventilation System C.Doctor & Co. (P) Ltd.
Arc Gate Hindustan Machine Tools
Take-up belt tensioning system Vankos
Plummer Block SKF / FAG
(b) Conveyor System (Electrical):
Belt weigher system Power build Ltd., Kolkata
HT Motors Crompton Greaves Ltd.
Illumination System Bajaj/ Crompton Greaves/ Havells
Hooter Kheraj Electrical Industries (P) Ltd.
Pull Cord, Belt sway, Zero speed, Take-up travel Jayashree Electron (P) Ltd., Pune
limit switches, Tilt Switch
Rip Belt detector limit switches Davis Durvey, London
Local control station Teknic control gear (P) Ltd., Kolkata /Vaishno
Power & Control cable Cable corporation of India.
Fluid thermal limit switch BCH
Junction Box Exceltech
VVVF L&T Control & Automation (Yaskawa, Japan)
RRS Belt feeder Motor (LT) Crompton Greaves Ltd. / ABB
(c) Stacker / Reclaimer (Mechanical):
Long Travel SEW EURO Drive
PCRD / CCRD Electro Zavod
PCRD / CCRD Gear Box I C BAUER
Slew Clutch Coupling Flender / Siemens
Brake (Slew & Bucket Wheel) Bubenzer
Gear Box (Slew & Bucket Wheel) Flender / Siemens
Luff Hydraulic Vickers / Eaton
Boom Conveyor Gear box Flender / Siemens
Fluid coupling (Boom Conv. & Bucket Wheel) Voith
Idler TRF / Jana & Co.
Scrapper Hosch / Usha Martin / Thejo Martin
Slew drag chain Electromac
Boom Conveyor Brake Kateel

Page 264 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
OEM
Equipment / Machine
M/s.
Take-up component Enerpac
Maintenance Jacks Vankos
Wire rope Usha Martin
Plummer Block SKF / FAG
Centralised Lubrication System AFMC / CENLUB
(d) Stacker / Reclaimer (Electrical):
Long Travel SEW EURO Drive GmBH & Co.
Belt feeder motor NGEF
PCRD / CCRD Motor Bauer Geared motors, Germany
Slew Motor NGEF, Kolkata
Thruster brake Motor Bubenzer Bresmen, Germany
Hydraulic power pack motor Siemens
Boom Conveyor motor Siemens / Crompton Greaves
Bucket wheel motor Siemens / ABB
Bucket wheel brake motor Bubenzer Bresmen
Incremental encoder Rajdeep industrial products Ltd., pune
Anti Collision System Neo Tech Control System,Rajkot
HT Isolator A. Bond strand (P) Ltd., Chennai
Trailing cable Incab Industries Ltd./ Universal cables
Illumination system Crompton Greaves Ltd.
Transformer EMCO Transformer Ltd., Maharastra/
OTPL, Orissa
RIP Belt switch Communication and Control Engineering Co.
Ltd., Noltinghan
Belt weigher system Power build Ltd., Kolkata
VVVF Drives L&T-Control & Automation, Navi Mumbai
(Yaskawa, Japan)
PLC Siemens Ltd., Kolkata
Anemometer Lawrence and Mayo, New Delhi
Hooter & Flasher Siren Electrical, Kolkata/
Kheraj electrical industries (P) Ltd., Mumbai
Inductive Proximity switches, Tilt switches, Zero Jayashree Electro devices (P) Ltd., Pune
speed switch
MCC Engineering Construction corporation
Local Control station Hotline switchgear & control, Delhi
Receptacles Control device, Kolkata
Cable tray Techofab manufacturing Ltd., Kolkata
Junction Box – HT Control device, Kolkata
Surge Weighing System(Reclaimer) Schenck Process /IPA Pvt Ltd.,Bengaluru

Control & Lighting JB Electrofabric Engineers, Kolkata


Cable reeling Drum (PCRD / CCRD) Electro Zavod (P) Ltd., Kolkata
Pull cord switch, Belt sway Jayashree Electro devices (P) Ltd., Pune
Complete electrical package Siemens Ltd., Kolkata
(e) Shiploader (Mechanical):
Long Travel, Boom Conveyor, Shuttle, Slew Sigerland Bremsen
Brake
Long Travel Gear Box Getribebau Nord
Scrapper Hosch / Usha Martin / Thejo Martin

Page 265 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
OEM
Equipment / Machine
M/s.
Hydraulic component Rexroth / Bosch Rexorth
Boom Conveyor Gear Box Krupp Fordertechnik
Boom Conveyor Fluid coupling Voith
Shuttle Gear Box Krupp Fordertechnik
Slew Drive Bauer Esslingen
Central Lubrication System Delimon
Rail Clamp KF

(f) Shiploader (Electrical):


Boom Conveyor / Shuttle / Long Travel / Slew / Crompton Greaves Ltd., Ahmednagar,
Hoisting gear motor Maharastra
Thruster brake, ED-23/5, ED-50/6 Siegerland Bremsen Emde GmbH & Co.,
Germany
Inductive Proximity switches Schmersal / Jayashree Electron (P) Ltd., Pune
Tilt switch, speed switch, pull cord switch, belt Jayashree electron (P) Ltd., Pune
sway switch, heavy duty limit switch
Absolute encoder TR Electronic GmbH Englishalde 6,
Trossingen
Local control station Teknic control gear (P) Ltd., Kolkata
Anemometer Lambrecht GmbH, Gohirgen / Lawrence and
Mayo, New Delhi
Cabin Glass wiper Casteels
Illumination system Bajaj, Crompton greaves, Havell’s
Hooter & Flasher Kheraj electrical industries (P) Ltd.,
Mumbai/Bajaj
VVVF Drives L&T-Control & Automation, Navi Mumbai
(Yaskawa, Japan)
PLC Siemens Ltd., Kolkata
Rail clamp hydraulic pump motor, Trimmer flap Siemens / Crompton greaves
kick-off motor
Chute slew motor Bauer Gear Motors, Germany
EOT Crane Demag, Germany
PCRD, CCRD, WHRD Siemens
PCRD, CCRD, WHRD system Delachawx, 30 Avenue Brillant Savarin,
France
Pendulum Switch Ramsey Electrical
Auto lubrication pump system Delimon Fluthre GmbH, Germany
Remote Controller & their unit Theimeg Elektonikgerte GmbH & Co.,
Germany
Transformers 6.6 KV / 800 KVA Kirloskar power equipment Ltd., Pune/
OPTL, Orissa
Fire Alarm unit Electron Associates, Pune
Ladder type cable tray Debashish Industries, Kolkata
HT Isolator A. Bond strand (P) Ltd.
Trailing Cable Power cable corporation of India/ Universal
Cables

Page 266 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
g) Heavy Equipments (Mechanical):
OEM
Equipment / Machine
M/s.
Payloader BL-40 Bharat Earth Movers Ltd.
Payloader BL-200 Bharat Earth Movers Ltd.
Hydra Crane ACE
Maintenance Vehicle TIL Ltd.
Belt Splicing Machine Shaw Almex India
DG Set ESSAB

(g) Substations (Eelctrical):


6.6 KV DOL starter panels / 6.6 KV HT feeder GEC Alsthom India Ltd., Kolkata/Areva
Vaccum contactors for 6.6 KV HT panels GEC Alsthom India Ltd., Kolkata/Areva
Motor protection relay GEC Alsthom India Ltd., Kolkata/Areva
All protection relays GEC Alsthom India Ltd., Kolkata/
Areva/Ashida electronics (P) Ltd.
Current transformer & Potential transformers Kappa electrical, Bangalore/ Emmess Control,
Chennai
Capacitors & Capacitor banks Meher capacitors (P) Ltd., Bangalore /
Schenider
Aux. plug & socket for 6.6 HT panels Allied electronics
Aux. contactors Siemens Ltd.
500 KVA DG Set TIL Ltd. / Kirloskar Electric Co. Ltd.
7.2 KV Indoor RVT Gyro Laboratories Pvt. Ltd., Mumbai
Ventilation system C. Doctor & Co. (P) Ltd.
Battery bank Exide Industries Ltd.
Package AC Blue Star
Window/Split AC Carrier/ LG/ Himgiri/ Blue Star
33 KV HT feeder Voltas/Schneider electric India (P) Ltd.
Automatic Voltage regulator relay, winding Pradeep Sales & Service, Mumbai
temperature indicator for 20 mVA transformer
Transformers Alstom
Tap charges for 20 mVA transformer Easun-MR tap chargers (P) Ltd., Chennai
MCB’s MDS/Siemens/ C&S
LT ACB L&T
PLC Siemens Ltd.
DCDB Panel Electro Service India Ltd., Kolkata
LTMCC Panel L&T
ACDB Panel Exceltech.

(h) Others:
Welding material ESSAB / L&T / Advani Oerilikon / D&H /
Other reputed make
Steel Material(As per IS standard) SAIL / TISCO / Jindal / Vizag Steel
Conveyor Belt Phoenix Yule
Raw and Process water Pump Kirloskar Bros. Ltd
Raw and Process water Pump Motor Crompton Greaves Ltd., Ahmednagar,
Maharastra
All machines Operator Cabin Pagoda Industries

Page 267 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
APPENDIX-19

RECORD KEEPING & REPORT GENERATION FOR MANAGEMENT


INFORMATION SYSTEM:

OPERATION
Operation records / log books but not limited to the followings.

Responsibility
Sl. Ref Register PPT O& M
Description Purpose
No. No. Contrac
tor
EM/MCHP/R- List of Registers & Files 
1 Index Register
01/17 maintained in MCHP
EM/MCHP/R- 
2 Shift-in-Charge Register Information of shift in brief
02/17
EM/MCHP/R- 
3 P.M.R. Log Book
03/17
Ship particulars, shift wise 
EM/MCHP/R-
4 Ship-Loading Log Book loading and stoppages
04/17
details.
Rake particulars, rake-wise 
EM/MCHP/R-
5 Receiving Log Book unloading in shift and
05/17
stoppages details.
EM/MCHP/R- Status of Shipping Route Pre inspection and Post 
6
06/17 Register. inspection of selected route
EM/MCHP/R- Status of Receiving Route Pre inspection and Post 
7
07/17 Register. inspection of selected route
Details of Operational 
EM/MCHP/R- Operational Fault Register
8 faults (Mech. ) and
08/17 (Mech.)
Analysis
Details of Operational fault 
EM/MCHP/R- Operational Fault Register
9 (Elect. & Auto) and
09/17 (Elect. & Automation)
Analysis
Rake-wise unloading 
EM/MCHP/R-
10 MCL Log Book timing, Oversize coal /
10/17
stoppages / wagon details.
Details of operation and 
EM/MCHP/R- Capacitor Bank Operation
11 information from 132KV
11/17 Register
substation.
Overhead Electric Traction 
EM/MCHP/R- Details of operation of
12 line Isolator Operation
12/17 isolators and purpose.
Register
Details of running hours, 
stoppages and other
Machine log books
EM/MCHP/R- important information
13 (ST#1, ST#2, RC#1, RC#2,
13 to 18 / 17 (shutdown) for calculation
SL#1 & SL#2)
availability.

Page 268 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Responsibility
Sl. Ref Register PPT O& M
Description Purpose
No. No. Contrac
tor
Operation observations and
EM/MCHP/R- rectification Register (All Details of observation and
14 
19 / 17 machines, substations and remedial action.
conveyor system)
Malfunctioning / bypassing
EM/MCHP/R- Reason of mal functioning
15 of field, safety and 
20 / 17 and remedial action.
monitoring devices
EM/MCHP/R-
16 Shut down Register Particulars of shutdown. 
21 / 17
Details of operational data
EM/MCHP/R- of RWPH, PWPH, SWPH,
17. Utility Log book 
22/ 17 EWPH, HPPH, TSP &
Sprinklers.
Day-wise incoming and
EM/MCHP/R-
18. Cargo status Register. outgoing of cargo ( plot and 
23/ 17
party wise)
Rake particulars, rake-wise
EM/MCHP/R-
19 RRS Log Book unloading in shift with 
24/ 17
stoppage details.
Rake Information Log Details of Rake Particulars
EM/MCHP/R-
20 Book from Station to Station 
25/ 17
(Showing Rake TRT)

OPERATION REPORTS BUT NOT LIMITED TO THE FOLLOWINGS.

Responsibility
Type of O&M
Sl. No Description Report No Purpose
Reports PPT Contra
ctor
A 1 Morning Details of Receiving, EM/MCHP  Information to
Information Shipping data & Major /OPN/F-01 authorities.
Report maintenance works data
carried out from 06:00
previous day till 06:00 day.
B Daily Reports:
1 Daily Performance Report EM/MCH  Internal
P/OPN/F- Analysis
02
Summary Abstract of Daily
performance of Receiving
& Shipping Stream
Rake Details Details of Rake particulars
handled in the day
Receiving Details of stoppages in
Stoppages Receiving stream during
the day
Shipping Details of stoppages in
Stoppages Shipping stream during the
day

Page 269 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Rake TRT Details of Rake Turn
Around Time indicating
delays & Pie chart
Utilization of Details of Utilization of
RRS RRS for the day showing
break-ups
Shipping Abstract of Ship stoppages
Stoppages Analysis for the month
2 Ministry MCHP Performance Report EM/MCH
Report (Shipping) P/OPN/F-
03
3 Penalty Report Shipping Penalty EM/MCH
P/OPN/F-
04
4 Railway Rake Indent to Railway EM/MCH
Report P/OPN/F-
05
5 Ship-loading Ship-loading performance EM/MCH  Internal
Performance analysis of completed P/OPN/F- Analysis &
Vessel 08 Submission to
DM (MS),
PPT
6 Starting Order Starting order for EM/MCH 
movement of Rakes from P/OPN/F-
RRS / Backloading Zone. 06

Responsibility
Type of O& M
Sl. No Description Report No Purpose
Reports PPT Contra
ctor
C Weekly Reports:
1 Report on Account of delay of rakes EM/MCH  Submission to
delayed Rake beyond MCHP control P/OPN/F- TM, PPT
operation 07

Responsibility
Type of O& M
Sl. No Description Report No Purpose
Reports PPT Contra
ctor
Monthly Reports:
D 1 Monthly Ship- Ship-loading performance EM/MCHP  Internal
loading analysis for the Month /OPN/F-08 Analysis &
Performance Submission
to DM(MS),
PPT
2 Cumulative Cumulative Month-wise EM/MCHP  Internal
Receiving Receiving performance /OPN/F-09 Analysis &
Performance analysis of Rakes Submission
to EE, P&D
Cell, PPT
3 Cumulative Month-wise cumulative on EM/MCHP  Submission
Monthly Rakes handled & ships /OPN/F-10 to Dy. CEE
Report loaded, Average time and
Berthday output etc.

Page 270 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
4 Monthly Rake Details of Rake operation EM/MCHP  Submission
Turn around and delay time in different /OPN/F-11 to Dy. CEE
Report accounts w.r.t to the fixed & Internal
norm. Analysis
5 Cumulative Month-wise Cumulative of EM/MCHP  Internal
Monthly Turn Turn Around Analysis /OPN/F-12 Analysis
Around Report
6 Non- Details of Major break- EM/MCHP   Submission
Conformance downs including /OPN/F-13 to EE, P&D
Report respective Corrective & Cell, PPT
Preventive measures.
7 Monthly Availability & Utilisation EM/MCHP   Submission
Availability & analysis w.r.t to previous /OPN/F-14 to EE, P&D
Utilisation month & up to the month Cell, PPT
Report previous year.
8 Cumulative Cumulative Month-wise EM/MCHP  Internal
monthly Analysis of unloading of /OPN/F-15 Analysis
unloading rakes w.r.t. presence of
performance Oversize coal.
report w.r.t.
Oversize coal
9 9 Demurrage Consignee-wise Rakes EM/MCHP  Submission
Claim report affected during the month /OPN/F-16 to TM, PPT
on account of due to Oversize coal
oversize coal
10 Report on Stoppages Analysis of EM/MCHP ✔
delay delay in operation for Over /OPN/F-17
operation Size / Big Size coal
11 Performance Comparison of Traffic EM/MCHP ✔
Parameter w.e.f to Previous Year / /OPN/F-18
Month of Receiving &
Shipping Stream
12 MBO of Target Achievement of EM/MCHP ✔
MCHP Receiving & Shipping /OPN/F-19
Stream
13 Result Frame Achievement Parameter EM/MCHP ✔
work w.r.t to Target. /OPN/F-20

Page 271 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Responsibility
Type of O& M
Description Report No Purpose
Sl. No Reports PPT Contra
ctor
Annual Reports:
E 1 Annual Shipping & Receiving EM/MCHP  CME, PPT
Performance Analysis w.r.t. previous /OPN/F-21
Report two years
2 Record Record performances this
Performance year w.r.t. last year & last
record
Annual Ships Loaded, berth-day,
Performance availability - utilisation,
Report stoppages, records etc. for
(Shipping) the current year.
Annual Rakes handled, Average,
Performance availability - utilisation,
Report stoppages, records etc. for
(Receiving) the current year.
Statistics of No. of Ships, Quantity,
Shipping berthday & stoppages w.r.t.
Analysis previous years.
Statistics of No. of Rakes, Average,
Receiving back loaded rakes &
Analysis stoppages w.r.t. previous
years.
Abstract of Cost Per Ton & Operating 
Monthly Ratio Analysis
Expenditure
2 Party-wise Party-wise Rakes handled EM/MCHP 
Cargo handling & Ship-loading done w.r.t. /OPN/F-22
Analysis previous years since
inception.

Page 272 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
MAINTENANCE:
Maintenance Records / Log books but not limited to the followings to be maintained by the
Contractor.

Department
Description
Sl. Equipment / machines /
Ref Register No. Purpose
No. systems

Mechanical &
Maintenance
Preventive

Structural
ii) RRS,
EM/MCHP/ To be Recorded
1. iii) Pneumatic System,
MANT-R-01/17 i) Execution of work as per
iv) Arc gate
preventive maintenance
schedule.
EM/MCHP/ All Machines including ii) Observation of PM
2.
MANT- R-02/17 structures. iii) Execution of work as per
Receiving & Shipping observation.
EM/MCHP/
3 Conveyor Systems iv) Execution of works as
MANT- R-03/17
including structures. per condition monitoring,
i) Transfer Towers, v) Execution of works as
EM/MCHP/ ii) Drive Towers per operational
4
MANT-R-04/17 iii) Connecting Chutes, observation.
iv) Tramp Magnet vi) Execution of works as
Track line Maintenance of per PPT observation.
i) RRS, vii) Execution of works as
EM/MCHP/
5 ii) Stackers, per OEM observation.
MANT-R-05/17
iii) Reclaimers viii) Any additional work
iv) Ship-loaders. ix) Consumption of spares
EM/MCHP/ (new, overhauling,
6 Heavy equipments repair)
MANT-R-06/17
a) EOT cranes,
EM/MCHP/
7 b) Electrical hoists & c)
MANT-R-07/17
Manual Hoists

a) Ventilation System
b) Belt weighing System,
Preventative Maintenance

Electrical & Mechanical

c) Sump pump,
d) 500 KVA D.G Set,
e) Fire detection & Fire
EM/MCHP/ fighting System,
8
MANT-R-08/17 f) Earthing system
g) Air Conditioning
system of
i) PMR, ii) Canteen,
iii) Workshop,
iv) Amenity Building

Page 273 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
a) Raw water Pump
house & pipeline,
b) Sewage system
EM/MCHP/ c) Effluent system,
9
MANT-R-09/17 d) Portable Water System
e) Existing Dust Control To be Recorded
& Fire Fighting i) Execution of work as
system. per preventive
maintenance schedule.
EM/MCHP/ All Substations (9 nos) and ii) Observation of PM
10
MANT-R-10/17 VVVF drive of RRS. iii) Execution of work as
per observation.
EM/MCHP/ iv) Execution of works as
11 All machines (6nos)
MANT-R-11/17 per condition
EM/MCHP/ Receiving & Shipping monitoring,
12 Electrical and Automation
MANT-R-12/17 Conveyor Systems. v) Execution of works as
Preventive Maintenance

Illumination System of per operational


i) Conveyors and observation.
conveyor galleries vi) Execution of works as
per PPT observation.
ii) Transfer / Drive vii) Execution of works as
towers, tunnel. per OEM observation.
iii) Rail Receival viii) Any additional work
EM/MCHP/ Station ix) Consumption of spares
13 (new, overhauling,
MANT-R-13/17
iv) Machines repair)
v) Substations lighting
(Indoor and
Outdoor)
vi) High mast towers.
vii) Other buildings.etc
EM/MCHP/
14 Cathodic Protection System
MANT-R-14/17
Automation and Control
i) PLC
EM/MCHP/ ii) OP-37,
15
MANT-R-15/17 iii) Plant Monitoring
System
iv) Net working system.
& Electrical

Periodical lubrication of
Lubrication

Mechanical, structural, Electrical, Mechanical


Log Book

different equipment of
EM/MCHP/
16 All equipments machines and conveyors., etc
MANT-R-16/17

All major equipments


i) All machines
Condition Monitoring

To be recorded
ii) All conveyors
i) Monitoring of condition
iii) All Substations
Automation

ii) Analysis of condition


iv) Plant Automation and
EM/MCHP/ iii) Course of Action
17 Control system.
MANT-R-17/17 iv) Execution
v) Auxillary System
vi) Cathodic Protection
System. etc

Page 274 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

structural, Electrical,
i) Reason for overhauling

Overhauling, Major
Repair Log Book
/repairs

Mechanical,

Automation
ii) Details of Overhauling/
EM/MCHP/ major repairs
18 All equipments
MANT-R-18/17 iii) Testing if any to ensure
its designated
parameters.

i) All machines i) Recording major

Mechanical, structural,
Electrical, Automation
ii) All conveyors works
iii)All Substations ii) Modification date
History Book
iv) Plant Automation with reason
EM/MCHP/ and Control system. iii) Major breakdown
19
MANT-R-19/17 v) Auxillary System rectification and fault
vi) Cathodic Protection analysis
System. etc iv) Corrective action to
be taken to avoid
repetition of failure.
Mechanical, Electrical,
Testing and Calibration

i) Gauges, meters, wire


rope, handling tackles
Automation
Log book

ii) Lifting appliances Previous schedule, Results of


EM/MCHP/
20 iii) Electrical measuring tests and calibration, next
MANT-R-20/17
and monitoring schedule.
instruments.
Mechanical, Electrical, Automation
( Operational Maintenance)
Unscheduled maintenance

Receiving streams and


EM/MCHP/ Operational faults and
21 shipping streams
MANT-R-21/17 immediate rectification
(Below 1 hr. Stoppage)
( Break down Maintenance)
Unscheduled maintenance

Mechanical, Electrical,

i) Timing of breakdown
and nature of
Automation

breakdown
Receiving streams and
EM/MCHP/ ii) Reason of breakdown
22 shipping streams
MANT-R-22/17 iii) Procedure of
(Above 1 hr. Stoppage)
rectification for critical
breakdowns.
iv) Complete analysis

Page 275 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

Unscheduled maintenance
( Post-fault Maintenance)

Mechanical, Electrical,
i) Reason for temporary

Automation
arrangement / bypass
EM/MCHP/ Receiving streams and
23 of devices
MANT-R-23/17 shipping streams
ii) Corrective action
taken

Mechanical, Electrical,
House-keeping and

Automation
Cleanliness
EM/MCHP/ Mechanized Coal handling
24 Details of housekeeping
MANT-R-24/17 Plant

i) Weekly safety meetings.


ii) Safety violation and
Mechanical, Electrical,

enquiry.
iii) First aid facility
iv) PPE utilization
Automation
Safety

v) Checking of walkway,
EM/MCHP/
25 Man & Machines handrails and safety
MANT-R-25/17
guards, etc & action
taken.
vi) Accident and reporting
the authority, Enquiry ,
delivery of
compensation.
Buildings consist of
i) 9 nos of substations,
ii) amenity building,
iii) Change room,
iv) Compressor room,
Civil and Electrical Maintenance

v) Pump houses,
vi) Plant monitor room,
vii) Building at top &
down railway point,
EM/MCHP/ viii) Tunnel, Details of maintenance and
26 ix) Watch tower building,
MANT-R-26/17 repair works.
x) Workshop,
xi) Belt weighing room
near TT#8,
xii) Cable pits and yard
toilets, etc.
xiii) RRS & Feeder
xiv)Yard Toilet
xv) Transfer Tower pits &
etc.

Page 276 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
MAINTENANCE REPORTS BUT NOT LIMITED TO THE FOLLOWINGS.

Department
Ref
Sl. No. Description Purpose
Report No.

Planning of
i) Maintenance as per PMS
ii) Maintenance of Pending PM
iii) Observation of PM
iv) Observation of condition
EM/MCHP/
1 Daily work plan monitoring
MANT-F-1/17
v) Critical observation
vi) Operational observation.
vii) PPT observation.
viii) OEM observation.
ix) Any additional work
EM/MCHP/ Execution status of previous day work
2 Daily work status
MANT-F-2/17 plan with information in brief.
(i) Daily checking of all machines
EM/MCHP/
3 Daily check list and conveyors as per checklist.
Mechanical, Structural, electrical and Automation

MANT-F-3/17
(ii) Entry of any abnormalities.
Weekly pending
EM/MCHP/ Pending list of the planed jobs of
4 job list (from
MANT-F-4/17 preceding week.
work plan)
Monthly pending
EM/MCHP/ Pending list of the planed jobs of
5 job list (work
MANT-F-5/17 preceding month.
plan)
Belt Weighers, Encoders, Safety
EM/MCHP/
6 Monthly status switches, Field devices & Monitoring
MANT-F-6/17
devices of all conveyors & machines.
Gear box, Fluid coupling, Belt, Pulley,
EM/MCHP/
Pumps, Motor Relays, Earth pits,
7 MANT-F- Quarterly status
Breakers, Transformers, VVVF drive and
07/17
other vital equipments.
(i) Point to point communication
EM/MCHP/
(ii) Profibus communication
8 MANT-F- Monthly status
(iii) Ethernet communication
08/17
(iv) Wireless Communication
EM/MCHP/
9 MANT-F- Monthly status Illumination system & high mast tower
09/17
EM/MCHP/ i) Replacement of corroded structural
Yearly status of
10 MANT-F- points.
structures
10/17 ii) Painting of structures.
EM/MCHP/
11 MANT-F- Monthly status % of achievement of planned works
11/17
EM/MCHP/
Monthly Major Major replacement / Repair of
12 MANT-F-
Works Status equipment / component.
12/17

Page 277 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
STORES MANAGEMENT.
Maintenance of Record / Log books but not limited to the followings is under the
scope of the Contractor.
(a) Receipt & Issue Log Book
(b) Inventory of Critical Spares
(c) Master list
(d) Monthly report on status of Stores materials
(e) Monthly consumption report
(f) Annual report on Spares
(g) Indent file
(h) Purchase order file

ADMINISTRATION AND TRAINING ETC.

The maintenance of records but not limited to the followings is under the scope of
the Contractor.
(a) Manpower status
(b) Training particulars
(c) Programmes on Safety & Environment
(d) Recording on accidents
(e) Establishment records
(f) Labour & Welfare
(g) ISO requirement & compliance
(h) Compliance to Statutory bodies

Page 278 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

BILL OF QUANTITY (BOQ)

Tender Inviting Authority :Executive Engineer MCHP,E&M Department, PPT


Name of Work: Operation & Maintenance of Mechanised Coal Handling Plant
Contract No: EM/MCHP-19/17
Bidder
Name
:
PRICE SCHEDULE [BILL OF QUANTITY (BOQ)]
(This BoQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns,
else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only)
N.B.: The above quoted price is inclusive .of all the taxes, duties, cess, etc..and all other incidentals like transport, insurance etc excluding.service tax.
Sl. Item Description Qty. Units Estimated Rate RATE per month In Figures To AMOUNT
No. for one year be entered by the Bidder Rs. P
(12 months) Rs. P
(in. Rs.)
Figures For 12 In
months Words
1.00 Operation & Maintenance of Mechanised Coal 12 Month 62,79,59,586
Handling Plant
2.00 One Time Mandatory Initial Works 1 LS 87,71,664

Total in Figures

Quoted Rate in Words INR Zero Only

Page 279 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

BOQ - BREAK-UP PRICE

Page 280 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Annexure-I
BREAK UP PRICE
RATE PER MONTH AMOUNT FOR 12 MONTHS
Sl. DESCRIPTION (In Indian Rupees) (In Indian Rupees)
In figures In figures

OPERATION & MAINTENANCE OF MECHANISED COAL HANDLING PLANT


A Operation & Maintenance of Main System (Receiving & Shipping Stream)
(a) Operation & Maintenance of Main System - Receiving Stream
(i) Operation of Main System Receiving Stream 0
(excluding operation of 2nd Receiving Stream)
0
(ii) Operation of 2nd Receiving Stream
Maintenance of Main System - Receiving 0
(iii)
Stream
Total of A(a) = Summation of a(i) to a(iii) 0 0
(b) Operation & Maintenance of Main System - Shipping Stream
(i) Operation of Main System - Shipping Stream 0 0
Maintenance of Main System - Shipping 0 0
(ii)
Stream
Total of A(b) = Summation of b(i) and b(ii) 0 0
Total of A = A(a) +A (b) 0 0
B Operation & Maintenance of Auxiliary System 0 0
C Operation & Maintenance of Heavy Equipment 0 0
D Operation & Maintenance of Illumination System 0
E Maintenance of EOT Cranes, Electrical and Manual Hoists 0
F Maintenance of Cathodic Protection System 0
Maintenance of Communication facility; i.e. intercom, VHF 0
G
communication etc.
H Maintenance of Buildings, Substations, Cable pits etc. 0
Cleanliness/House Keeping including cleaning of debris 0
I
beneath the conveyor gallery & coal berth
J Painting of Plant 0
K Operation & Maintenance of existing Dust Control System 0 0
L One Time Mandatory Initial Works
(i) Revamping of Existing Dust Control System 0
Replacement of Civil Structurals of counter weight 0
(ii)
sheeve pulley of R-7 & R-8.
(iii) Shifting of belt weigher from existing location 0
Total of L = Summation of L(i) to L(iii) 0
M Operation of ERP 0
GRAND TOTAL (Summation of Sl. A to M) : 0 0
GRAND TOTAL (Summation of Sl. A to M) in words :
NB: 1) The Total of the break-up prices as above should match with the total price quoted for item No.1 & 2 of BOQ.
2) The total of the Break-up Prices as above [summation of Sl. A to K & M( excluding L)] should match with the
price quoted for item No.1 of BOQ. Similarly, break-up price as above at Sl. L should match with the price quoted
for item No.2 of BOQ.
3).Bidders need to enter the rates in figure and grand total in words in green coloured cells.
4) Bidders shall advised to fill the break up price in the original given excel format and upload the same by converting
it into PDF
5) Bidders are advised to start filling the break up price starting from Annexure-II, III, IV, V and then I.
6) Total price quoted at item no.A(a)(iii) & A(b)(ii) corresponds to Annexure-II, B, corresponds to Annexure-III,C,
corresponds to Annexure-IV and K corresponds to Annexure-V.
Name of the Bidder :
Date :

Page 281 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Annexure-II
BREAK UP PRICE
Sl. DESCRIPTION RATE PER MONTH AMOUNT FOR
( In Indian Rupees) 12 MONTHS
( In Indian Rupees)
In figures In figures

OPERATION & MAINTENANCE OF MECHANISED COAL HANDLING PLANT


A Operation & Maintenance of Main System (Receiving & Shipping Stream)
(a)(iii) Maintenance of Main System – Receiving Stream.
1 Stacker-1 0
2 Stacker-2 0
3 Substation # 1 0
4 Substation # 2 0
5 Substation # 3 0
6 Substation # 6 0
7 Conveyor-1A 0
8 Conveyor-1B 0
9 Conveyor-2A 0
10 Conveyor-2B 0
11 Conveyor-R3. 0
12 Conveyor-R4. 0
13 Conveyor-R5. 0
14 Conveyor-R6. 0
15 Conveyor-R7. 0
16 Conveyor-R8. 0
17 PLC Network comprising of 21 PLCs. 0
18 Rail Receival Station, Arc Gate and 0
Ventilation System.
19 Transfer Tower-TT1, connecting Chutes 0
20 Transfer Tower-TT2, connecting Chutes 0
21 Transfer Tower-TT3, connecting Chutes 0
22 Drive Tower –DT4, connecting Chutes 0
23 Drive Tower –DT5, connecting Chutes 0

24 Track-line Maintenance of Stacker-1 0


25 Track-line Maintenance of Stacker-2 0
26 Belt weighing System 0
27 Tramp Magnets 0
28 Compressors 0
Total of A (a)(iii) = summation of Sl. 1 to 28: 0 0
Total of A(a)(iii) in words

Page 282 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
RATE PER AMOUNT FOR
MONTH 12 MONTHS
( In Indian ( In Indian Rupees)
Sl. DESCRIPTION
Rupees)
In figures In figures

(b)(ii) Maintenance of Main System – Shipping Stream.


1 Reclaimer-1 0
2 Reclaimer-2 0
3 Shiploader-1 0
4 Shiploader-2 0
5 Substation # 4 0
6 Substation # 5 0
7 Substation # 7 0
8 Substation # 8 0
9 Substation # 9 0
10 Conveyor-S3. 0
11 Conveyor-S4. 0
12 Conveyor-S5. 0
13 Conveyor-S6. 0
14 Conveyor-S7. 0
15 Conveyor-S8. 0
16 Conveyor-S9. 0
17 Conveyor-S10. 0
18 Conveyor-S13. 0
19 Conveyor-S14. 0
20 Transfer Tower-TT6A, connecting Chutes 0
21 Transfer Tower-TT6B, connecting Chutes 0
22 Transfer Tower-TT7, connecting Chutes 0
23 Transfer Tower-TT8, connecting Chutes 0
24 Drive Tower –DT9, connecting Chutes, 0
moveable Trolley arrangement
25 Track-line Maintenance of Reclaimer-1 / 2 0
26 Track-line Maintenance of Shiploader-1 / 2. 0
27 Belt weighing System 0
28 Tramp Magnets 0
29 Up-keeping of Conveyor S-11 & 0
S-12 and Switch Bin
Total of A(b)(ii) = summation of Sl. 1 to 29: 0 0

Total A(b)(ii) in words


NB: 1) The Total of the break-up prices as above will reflect at item No.A(a)(iii) and A(b)(ii) of Annexure-I.
2)Bidders need to enter the rates in figure and total in workds in green coloured cells.
3) ) Bidders shall advised to fill the break up price in the original given excel format and upload the
same by conerting it into PDF.

Name of the Bidder :


Date :

Page 283 of 286


Paradip Port Trust
Mechanised Coal Handling Plant

Annexure-III

BREAK UP PRICE
RATE PER MONTH AMOUNT FOR
( In Indian Rupees) 12 MONTHS
Sl. DESCRIPTION ( In Indian Rupees)
In figures In figures

OPERATION & MAINTENANCE OF MECHANISED COAL HANDLING PLANT


B Operation & Maintenance of Auxiliary System.

1 Raw water Pump house 0

2. Raw water Pipe Line 0

3 Sewage system 0

4 Effluent system 0

5 Portable Water System 0

6 D.G set 0

7 Air Conditioner inside 0


MCHP Canteen & PMR.
Total of B = summation of Sl. 1 to 7: 0 0

Total of B in words

NB: 1) The Total of the break-up prices as above will reflect at item No.B of Annexure-I.
2) Bidders need to enter the rates in figure and total in words in green coloured cells.
3) Bidders shall advised to fill the break up price in the original given excel format and upload the same
by conerting it into PDF.

Name of the Bidder


Date :

Page 284 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Annexure-IV

BREAK UP PRICE

Sl. DESCRIPTION RATE PER MONTH AMOUNT FOR 12 MONTHS


(In Indian Rupees) ( In Indian Rupees)
In figures In figures

OPERATION & MAINTENANCE OF MECHANISED COAL HANDLING PLANT


C Operation & Maintenance of Heavy Equipment.
Hydra Crane-I 0
1
Hydra Crane-II 0
2
BL-200 Pay Loader 0
3
BL-40 Pay Loader 0
4
Maintenance Vehicle-I 0
5
Maintenance Vehicle-II 0
6
Maintenance Vehicle 0
7 DG set
0
Total of C=summation of Sl. 1 to 7: 0

Total of C in words

NB: 1) The Total of the break-up prices as above will reflect at item No.C of Annexure-I.
2)Bidders need to enter the rates in figure and words in green coloured cells.
3) Bidders shall advised to fill the break up price in the original given excel format and upload the same by
conerting it into PDF.

Name of the Bidder


Date

Page 285 of 286


Paradip Port Trust
Mechanised Coal Handling Plant
Annexure-V

BREAK UP PRICE

Sl. DESCRIPTION RATE PER MONTH AMOUNT FOR


(In Indian Rupees) 12 MONTHS
( In Indian Rupees)
In figures In figures

OPERATION & MAINTENANCE OF MECHANISED COAL HANDLING PLANT


K Operation & Maintenance of Existing Dust Control System.
Process Water Pump House 0
1

(a) Operation 0
Maintenance of 04 nos. 0
(b)
pumps & its installation
Total of 1 = summation of (a) and (b): 0 0
RRS including High Pressure 0
2
Pump House
Both the Stackyard 0
3 Sprinklers
Sprinkling system at Transfer 0
4 Tower
Fire Fighting System 0
5
0
Total of K = summation of Sl. 1 to 5: 0

Total of K in words

NB: 1) The Total of the break-up prices as above will reflect at item No.K of Annexure-I.
2) Item at Sl.No.1(b) of above is meant for 04 times of maintenance of one no. pump
and its installation.
3)Bidders need to enter the rates in figure and total in words in green coloured cells.
4) Bidders shall advised to fill the break up price in the original given excel format and upload the
same by conerting it into PDF.

Name of the Bidder


Date :

Page 286 of 286

You might also like