volume 1 notice inviting...
TRANSCRIPT
TENDER DOCUMENT
TENDER NO.: DLI/C&E/WI-675/318
FOR
Tender for Design, Engineering, Manufacturing, Supply &
Supervision of Installation of “Air Canons for 5 Nos.
Silos” for the project of “Augmentation of Fuel and Flux
Crushing Facilities (Package No. 064) of Bhilai Steel
Plant (SAIL)”
VOLUME – 1
NOTICE INVITING TENDER
ENGINEERING PROJECTS (INDIA) LIMITED (A GOVT. OF INDIA ENTERPRISE)
Core-3, Scope Complex, 7, Lodhi Road,
New Delhi-110003
TEL NO. 011-24361666 FAX NO. 011-24363426
Email: [email protected]
CONTENTS
S. No. Description
1. Notice Inviting Tender (NIT)
2. Affidavit (Annexure-A)
3. Memorandum
4. Instructions to Tenderer (Suppliers)
5. Addendum to Instructions to Tenderers (Suppliers)
6. General Purchase Conditions (GPC)
7. Additional Purchase Conditions (APC)
8. Proforma for Bank Guarantee in Lieu of Earnest Money Deposit
9. Procedure for e-tendering e-procurement
EPI–New Delhi NIT Page 1 of 4
ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise)
NOTICE INVITING e-TENDER (NIT)
DLI/C&E/WI-675/318 Date: 13.01.2020
Tender for Design, Engineering, Manufacturing, Supply & Supervision of Installation of
“Air Canons for 5 Nos. Silos” for the project of “Augmentation of Fuel and Flux
Crushing Facilities (Package No. 064) of Bhilai Steel Plant (SAIL)”
Engineering Projects (India) Ltd. invites the online item rate tender for the above work
through e-Tendering for Bhilai Steel Plant (SAIL) in Bhilai, Chhattisgarh from eligible
vendors for the following work:
S. No. Name of work Period of Completion
1. Design, Engineering, Manufacturing and
Supply & Supervision of Installation of
“Air Canons for 5 Nos. Silos” for the
project of “Augmentation of Fuel and Flux
Crushing Facilities (Package No. 064) of
Bhilai Steel Plant (SAIL), Bhilai,
Chhattisgarh”.
60 Days from the date of
manufacturing clearance
The brief scope of work included in this tender shall include (but not limited to) design,
engineering, manufacture, shop fabrication, assembly, testing & inspection at
manufacturer’s works, packing, dispatch, transportation, delivery to site, required
fabrication & assembly at site, performance guarantee testing, final painting and handing
over to Bhilai Steel Plant (SAIL), Bhilai / EPI of “Air Canons for 5 Nos. Silos” at Bhilai
Steel Plant (SAIL), Bhilai, Chhattisgarh as per specification of NIT.
The detailed scope of work is given in the tender document.
Time schedule of tender activities:
i) Last Date & Time of Online
Submission of Tenders
: On or before 03.02.2020
upto 10:00 AM
ii) Date & Time of Online Opening
Envelope-1 (Techno-Commercial Bid)
: 03.02.2020 at 10:30 AM
1.0 Offers from following preferred make of Air Canons as indicated by M/s Bhilai
Steel Plant, SAIL-Bhilai are only acceptable.
- Kaveri Ultra Polymers Ltd., BMH Concare Technology, Thejo Engineering, Tega
Industries
(a) The following documents are required to be submitted alongwith offer
(i) Valid PAN (Permanent Account Number of Income Tax).
(ii) Should have valid GST Registration No. Copy of the GST Registration is
to be enclosed
2.0 Bidders have to submit confirmation letter whether they are registered under
NSIC/MSME Act or not and if yes, then relevant copies of the registration letter
(Registered under single point registration scheme of NSIC, Govt. of India, Ministry
of MSME, New Delhi vide Gazette Notification dated 26.03.2012 along with the
EPI–New Delhi NIT Page 2 of 4
form of Memorandum-2 with the concerned DIC) to be enclosed in Technical Bid
Envelope-1 and a request letter for claiming exemption from submission of Tender
fee and EMD.
3.0 Tender documents comprising of the following are available on the website of EPI:
www.engineeringprojects.com, CPP Portal: www.eprocure.gov.in and as well as on
MSTC portal: https://www.mstcecommerce.com/eprochome/epil
S.
No. Volume DESCRIPTION
i) Vol – 1 Notice Inviting Tender (NIT)
ii) Memorandum
iii) Instructions to Tenderers (Suppliers)
iv) Addendum to Instructions to Tenderers (Suppliers)
v) General Purchase Conditions (GPC)
vi) Additional Purchase Conditions (APC)
vii) Proforma for Bank Guarantee in lieu of Earnest Money Deposit
viii) Procedure for e-tendering / e-procurement
ix) Vol – 2A General Specifications
x) Vol – 2B Technical Specifications
xi) Vol – 3 Price Bid Format
4.0 In order to participate, the bidder should have Digital Signature Certificate (DSC)
from one of the authorized Certifying Authorities.
5.0 Interested bidders have to necessarily register themselves on the portal
https://www.mstcecommerce.com/eprochome/epil through M/s MSTC,
New Delhi to participate in the bidding under this invitation for bids. It shall be
the sole responsibility of the interested bidders to get themselves registered at the
aforesaid portal for which they are required to contact M/s MSTC, New Delhi at
following address to complete the registration formalities:
M/s MSTC Limited,
30 / 31A, 1st Floor, Jeevan Vikas Bhawan,
Asaf Ali Rd, New Delhi, Delhi-110006
Contact No.: 033-22901004, 011-23212357, 011-23215163,
011-23217850
Availability: 10 AM to 5:30 PM on all working days.
Email-ID: [email protected]
Please mention “Helpdesk” as subject while sending emails.
They may obtain further information regarding this tender from ED (C&E) at the
address given at Clause No. 16.0 below from 10:00 hours to 17:00 hours on all
working days till the last date of online submission of Bidding Documents.
For proper uploading of the bids on the portal namely
https://www.mstcecommerce.com/eprochome/epil (hereinafter referred to as the
‘portal’), it shall be the sole responsibility of the bidders to apprise themselves
adequately regarding all the relevant procedures and provisions as detailed at the
portal as well as by contacting M/s MSTC, New Delhi directly, as and when
required, for which contact details are mentioned above. EPI in no case shall be
responsible for any issues related to timely or properly uploading/submission of the
bid in accordance with the relevant provisions of Section: Instruction to Bidders of
the Bidding Documents.
6.0 Bidders can download the bid document from the portal without paying document
fees in advance, any time from 18:00 Hrs on 13.01.2020; however interested
bidders have to pay tender fees for participating in the tendering and submitting the bid. For this purpose the interested bidders shall be required to pay ` 3,000.00
EPI–New Delhi NIT Page 3 of 4
plus 18% GST amounting to ` 3,540.00 (Rupees Three Thousand Five Hundred
Forty Only) as non-refundable document fees in the form of Demand Draft in
favour of “Engineering Projects (India) Ltd.” payable at New Delhi. However,
tenders submitted without or insufficient tender fees shall be rejected.
7.0 E-Bids must be submitted/uploaded after paying the required transaction fees of
MSTC along with scanned copies of relevant documents mentioned in Clause No.
1.0 to 3.0 under Single Stage Two Cover Bidding Procedure on the MSTC portal on
or before last date & time of online bid submission. Late bids will not be accepted.
Under the above procedure, only first cover (Technical Part) shall be opened in the
presence of the bidders’ representatives who choose to attend in person at the
address given below on scheduled date & time of bid opening or may be viewed by
the bidders by logging in to the portal as per features available to them. Second
cover i.e. Price Bid part shall be opened only of technically qualified bidders.
The bid must be accompanied by an Earnest Money Deposit (EMD) of ` 55,080.00 (Rupees Fifty Five Thousand Eighty Only). This can be either in
the form of Crossed Demand Draft or Pay Order of any Nationalized
Bank/Scheduled Bank for the full amount of EMD favouring “Engineering Projects
(India) Ltd.”, payable at New Delhi or in the form of Bank guarantee of any
Nationalized Bank/Scheduled Banks, in accordance with the prescribed Performa,
favouring “Engineering Projects (India) Ltd.”. The EMD shall be valid for minimum
period of 150 days (one hundred fifty) from the last day of submission of tender.
Tenders submitted without EMD or inadequate amount of EMD shall be rejected.
The bid shall be valid for 90 days from date of opening of Price Bid. Bidders
submitting EMD through BG, need to attach SFMS form from the BG issuing Bank.
EMD shall be forfeited in case the bidder withdraws his offer after
submission of bid and also be forfeited in case the L1 bidder refuses to
accept the LOI.
Tender fee, EMD (in original), Relevant Documents, NSIC/MSME certificate
as per Clause No. 2 if bidder is claiming EMD/Tender fee exemption,
Affidavit as per Annexure-A and Power of Attorney must be submitted in
physical form at the address given at Clause No. 15.0 below on or before Last
date and time of online bid submission. If the above documents are not received in
time then their offer shall not be considered and EPI shall not be responsible for
any postal delay in respect of submission of hard copy part of the bids.
8.0 The Terms & Conditions contained in this NIT and tender documents shall be
applicable.
9.0 EPI reserves the right to accept any tender or reject any or all tenders or split the
work of tender or annul this tendering process without assigning any reason and
liability whatsoever and to re-invite the tender at its sole discretion.
10.0 In case of non-approval of PARTY’s association with EPI for this work by
BSP/MECON due to any reason, the tender submitted by them shall be rejected
and the PARTY shall have no claim/liability on EPI.
11.0 The corrigendum or addendum, extension, cancellation of this NIT, if any, shall be
hosted on the EPI’s website/CPP portal as well as on MSTC portal
https://www.mstcecommerce.com/eprochome/epil. The bidders are required to
check these websites regularly for this purpose, to take into account before
submission of tender. All Corrigendum and addendum are to be submitted duly
signed & stamped with tender documents as bid Annexure.
12.0 The price bid of those bidders whose bid has been technically accepted on the basis
of documents submitted shall only be opened. However, it is made clear that the
EPI–New Delhi NIT Page 4 of 4
offer of the L-1 bidders shall be accepted subject to the confirmation of authenticity
of the BG from the concerned bank.
13.0 Time is the essence of this NIT and timeline of supply will be strictly adhered to.
14.0 In case of tie-tender, where two firms are bidding lowest, EPI reserves the right to
split the work among these bidders and/or EPI reserve the right to award the
tender to any one of such bidder.
15.0 All correspondence with regard to the above shall be to the following address (By
Post/In Person):
Executive Director (Contracts & Engineering)
ENGINEERING PROJECTS (INDIA) LTD.
3rd Floor, Core-3, Scope Complex,
7, Lodhi Road,
New Delhi – 110003
Tel No.: 011-24361666 Ext. 2328, 2339, 2331
Fax No.: 011-24363426
E-mail – [email protected]
16.0 EPI reserves the right to place the work order on the bidders from the following
addresses:
ENGINEERING PROJECTS (INDIA) LTD.
Core-3, Scope Complex,
7, Lodhi Road,
New Delhi – 110003
OR
ENGINEERING PROJECTS (INDIA) LTD.
B-32, Phase II, Surya Vihar,
Bhilai – 490020
For more information on EPI, visit our website at: www.engineeringprojects.com
For more information on the e-tender, visit website of M/s MSTC at:
https://www.mstcecommerce.com/eprochome/epil
Annexure-A
AFFIDAVIT
(To be submitted by bidder on non-judicial stamp paper of Rs. 100/- (Rupees Hundred
only) duly attested by Notary Public)
(To be submitted in Envelope-1 i.e. Technical bid)
Affidavit of Mr. .............................................. S/o ………………………………………………….. R/o
..............................................
I, the deponent above named do hereby solemnly affirm and declare as under:
1. That I am the Proprietor/Authorized signatory of M/s ……………………………………………………..
having its Head Office/Regd. Office at ........................................................................
2. That the information/documents/Experience certificates submitted by M/s
............................................. along with the tender for ……………………………(Name of
work)…………………. to EPl are genuine, true and nothing has been concealed.
3. I shall have no objection in case EPl verifies them from issuing authority(ies). I shall
also have no objection in providing the original copy of the document(s), in case EPI
demand so for verification.
4. I hereby confirm that in case, any document, information & / or certificate submitted
by me found to be incorrect / false / fabricated, EPI at its discretion may disqualify /
reject / terminate the bid/contract and also forfeit the EMD /All dues.
5. I shall have no objection in case EPI verifies any or all Bank Guarantee(s) under any of
the clause(s) of Contract including those issued towards EMD and Performance Guarantee
from the Zonal Branch/office issuing Bank and I/We shall have no right or claim on my
submitted EMD before EPl receives said verification.
6. That the Bank Guarantee issued against the EMD issued by (name and address of the
Bank) is genuine and if found at any stage to be. Incorrect / false / fabricated, EPI shall
reject my bid, cancel pre-qualification and debar me from participating in any future
tender for three years.
I …………………………………….………..……………., the Proprietor / Authorised Signatory of M/s
............................................................. do hereby confirm that the contents of the
above Affidavit are true to my knowledge and nothing has been concealed there from
…………………… and that no part of it is false.
Verified at …………………… this …………………… day of ………………………..
DEPONENT
ATTESTED BY (NOTARY PUBLIC)
EPI-New Delhi Vol-I, ITT (Memorandum) Page 1 of 2
MEMORANDUM
Ref.: Tender for Design, Engineering, Manufacturing, Supply & Supervision of
Installation of “Air Canons for 5 Nos. Silos” for the project of “Augmentation of
Fuel and Flux Crushing Facilities (Package No. 064) of Bhilai Steel Plant (SAIL)”
NIT No.: DLI/C&E/WI-675/318
S.
No. ITEMS DESCRIPTION
i) Name of work Tender for Design, Engineering, Manufacturing,
Supply & Supervision of Installation of “Air Canons
for 5 Nos. Silos” for the project of “Augmentation of
Fuel and Flux Crushing Facilities (Package No. 064)
of Bhilai Steel Plant (SAIL)”
ii) Owner/Client/Employer Bhilai Steel Plant (SAIL)
iii) Type of Tender Lump Sump
iv) Earnest Money Deposit ` 55,080.00 (Rupees Fifty Five Thousand Eighty
Only)
v) Estimated Cost -
vi) Time for completion of work 60 Days from the date of manufacturing clearance
vii) Mobilization Advance Not applicable
viii) Interest Rate on
Mobilization Advance
Not applicable
ix) Number of Instalments for
recovery of Mobilisation
Advance
Not applicable
x) Validity of Tender
90 (Ninety) days from the date of opening of price
bid of the tender by EPI
xi) Security Deposit cum
Performance Guarantee
5% (Five Percent only) of contract value in the form
of Bank Guarantee within 7 days from the date of
issue of letter of Intent of acceptance of tender and
validity of Bank Guarantee upto 90 (Ninety) days
after expiry of defect liability period.
xii) Time allowed for starting
the work
The date of start of contract shall be reckoned from
date of issue of letter of Intent (LOI).
xiii) Defect Liability Period 12 (Twelve) Months from the date of completion of
supply in all respect
EPI-New Delhi Vol-I, ITT (Memorandum) Page 2 of 2
xiv) Arbitration Amended as per Clause No. 28.0 of APC
xv) Jurisdiction Courts in DELHI/NEW DELHI
SIGNATURE OF TENDERER
NAME (CAPITAL LETTERS) _________________________________________
OCCUPATION _________________________________________
ADDRESS _________________________________________
_________________________________________
SEAL OF TENDERER
EPI – New Delhi Vol – 1, IIT (Suppliers)
INSTRUCTIONS TO TENDERERS (Suppliers)
1. Sealed tenders in the prescribed from are invited by Engineering Projects
(India) Limited, New Delhi.
2. The tenderer is requested to sign each page of tender document and return
the complete tender documents.
3. Tenders shall be submitted in sealed envelope marked with ‘Title’, ‘Number’
and ‘Last Date of receipt of Tender’ for the items as given in the ‘Covering
Letter inviting Tender’ at the following address by Registered Post or through
messenger with in the last date of receipt of tender given in the letter inviting
Tender:
The General Manager (Contracts)
Engineering Projects (India) Limited,
Core-3, Scope Complex,
7, Institutional Area,
Lodhi Road, New Delhi – 110003
4. The tenderer is required to submit their offer in 2 separate sealed and super
scribed envelopes indicating the following:-
1st Envelope (Techno-Commercial Bid)
The tenderers are requested to furnish the documents as required in clause
no. 25 in respect of the credentials of the tenderer in this envelope.
In this envelope the tenderer should also keep the complete tender
documents duly signed and stamped by them on each page as their
acceptance, deviation sheet and unpriced copy of price bid and super scribe
the envelope with “Techno-Commercial Bid”.
2nd Envelope (Price Bid)
The form of Price Bid duly filled in with the item rates both in words and
figures in the same form as issued to tenderers should be submitted in this
envelope, with superscription “Price Bid” No terms and conditions or
deviations if any or any other thing should be kept in this envelope.
The sealed price bid of such tenderers who are found suitable on scrutiny of
documents furnished by them i.e. pre-qualification and technically acceptable
shall only be opened. The tenders of all such parties, who are not found
suitable, shall not be considered and their earnest money deposit will be
returned.
The two envelopes should be enclosed again in a sealed cover super scribed
as mentioned in Para. -3.
5. The bidders should quote in words as well as in figures the item rates quoted
by them. In absence of which the bids may not be considered and are likely
EPI – New Delhi Vol – 1, IIT (Suppliers)
to be rejected. The amount of each item should be worked out and requisite
totals given.
All corrections / cuttings should be signed by the tenderer. Each page of the
tender should be signed by the tenderer. In the event of discrepancy between
rate in figures and words the rate quoted in words shall be treated as correct.
In case there is discrepancy between rate and amount worked out the rate
quoted shall be taken as correct and not the amount.
6. EPI takes no responsibility for tenders lost / delayed in postal transit and
therefore, tenderers should lodge their tenders sufficiently in advance.
7. Tenders shall be accompanied by Earnest Money deposit for the amount
indicated in the ‘Covering Letter inviting Tender’ in the form of crossed
Demand Draft drawn in favour of “Engineering Projects (India) Ltd.” payable
at Delhi or Bank Guarantee from a Nationalized Bank / Schedule Bank in the
prescribed enclosed performa valid for 120 days from the due date of tender.
Tender not accompanied with Earnest Money are liable to be rejected.
This must be submitted in 1st envelope super scribed as “Techno –
Commercial”. The tenderer must not keep Earnest Money with Price Bid in 2nd
envelope.
8. The EPI’s format for Bank Guarantee towards ‘Earnest Money Deposit’ and
“Security Deposit cum Performance Guarantee” is enclosed herewith.
9. EPI reserves the right to postpone the tender due date and issue required
amendment, if any. There will be no public tender opening. However, selected
tenderers may be called for discussions / clarifications after the tenders have
been scrutinized.
10. Earnest Money shall be returned to the unsuccessful tenderer after decision
has been taken on award of the contract.
11. Earnest Money of the successful tenderer shall be converted in to a part of
the security deposit / returned on receipt of Security Deposit and
unconditional acceptance of the order.
12. Tenders must be duly signed with date and sealed. An attested copy of power
of attorney / affidavit / Board Resolution executed as under shall accompany
the tender documents.
a) In case of Sole Proprietorship, an affidavit of Sole Proprietorship and if
the tender is signed by any other person Power of Attorney by the Sole
Proprietor in favour of signatory.
b) In case of Partnership, if document is not signed by all the partners,
Power of Attorney in favour of the Partner / person signing the
documents authorizing him to sign the documents. The person signing
the documents should also have a specific authority to refer disputes
with the partnership firm to arbitration.
EPI – New Delhi Vol – 1, IIT (Suppliers)
c) In case of Company, copy of the Board Resolution authorizing the
signatory to sign on behalf of the Company.
13. The tenderer shall furnish the name (s) and designation of relative (s) if any,
employed by EPI.
14 Tenders with following discrepancies are liable for rejections;
a) Tenders with over-written or erased rates or rates and amounts not
written in both figures and words.
b) Tender that is incomplete, ambiguous, and not accompanied by the
documents asked for.
c) Tender received after specified date / time whether due to postal or
other delays.
d) Tender in respect of which canvassing in any form is resorted to by the
tenderer.
e) If the tenderer deliberately gives wrong information in his tender or
resorts to unfair methods in creating circumstances for the acceptance
of his tender, EPI reserves the right to reject such tender at any stage.
15. No deviation shall be allowed from the terms and conditions stipulated in the
tender documents and tender containing deviations are liable to be rejected.
Deviations, if insisted upon must be specified in a separate ‘Deviation Sheet’
and kept in 1st envelope along with techno-commercial bid, otherwise, the
tenderer shall be deemed to have accepted all conditions specified in these
tender documents. Normally no deviation is accepted.
16. EPI reserves the right to split the order.
17. The tender shall remain open for acceptance for a period of 90 days from the
due date for receiving the tender by EPI. If any tenderer withdraws his tender
before the said period or makes any modifications in the terms and conditions
of the tender which are not acceptable, Engineering Projects (India) Limited
without prejudice to any other right or remedy shall be at liberty to forfeit the
Earnest Money deposited.
18. These instructions to tenderers shall form part of the tender documents.
19. Successful tenderer must furnish Security Deposit as specified in tender
documents within the time specified in the letter-communicating acceptance
of his offer failing which the Earnest Money will be forfeited. The successful
tenderer may also be required to enter into a contract agreement with EPI.
20. Submission of a tender by the tenderer implies that he has read the complete
contract documents and has made himself aware of the scope, terms &
condition and specifications etc. No claim within the purview of this clause
shall be entertained at any stage.
EPI – New Delhi Vol – 1, IIT (Suppliers)
21. EPI reserves the right to reject any or all tenders without assigning any
reasons thereof and does not bind itself to accept the lowest tender.
22. In case the tender cannot be submitted for any reasons the complete set of
Tender Documents in full shall be returned promptly but not later than 15
days from the due date to the address mentioned above for submitting the
tender failing which the defaulting tenderer may not be considered for issue
of future enquiries by EPI.
23. The order shall be governed by the Indian Laws for the time being in force.
24. Jurisdiction: All disputes shall be subject to Delhi Courts alone.
25. Tenderer shall submit the following documents in respect of their credentials
along with their tender in the ‘first envelope’.
a) List of orders of similar items executed during the last 5 years
indicating name of the client, value, date of order and delivery.
b) List of order under execution indicating name of the client, value, date
of order and delivery.
c) Audited balance sheet and profit and loss account for the last 3 years.
d) Registration Certificate / Memorandum of Association / Partnership
Deed.
e) Copy of letters of registration with various authorities like CPWD, State
PWD, MES and Public Sector Undertakings, etc.
f) Sales Tax Clearance Certificate.
Seal and signature of
the Tenderer
----------------------------------------------------------------------------------------------------------------------------- ------------
EPI – New Delhi Volume I, Addendum to ITT (Suppliers) Page 1 of 2
ADDENDUM TO “INSTRUCTIONS TO TENDERER (SUPPLIERS)”
1.0 CLAUSE NO. 1 of Instructions to Tenderers (Suppliers) stands amended as
below:
Tender shall be submitted through e-Bids only. Kindly refer “Special instructions to
Bidders for e-Tendering” for downloading & uploading of tender documents as per
NIT.
2.0 CLAUSE NO. 2 of Instructions to Tenderers (Suppliers) stands amended as
below:
The tenderer is requested to sign & stamp each page of tender document and upload
the complete tender documents as per NIT.
3.0 CLAUSE NO. 3 of Instructions to Tenderers (Suppliers) stands amended as
below:
Tenders shall be submitted through e-Bids only. Kindly refer “Special instructions to
Bidders for e-Tendering” for downloading & uploading of tender documents as per
NIT.
4.0 CLAUSE NO. 4 of Instructions to Tenderers (Suppliers) stands amended as
below:
The tenderer is required to submit their offer online in 2 separate envelopes
indicating the following:-
1st Envelope (Techno-Commercial Bid)
The tenderers are requested to upload the documents as required in “Notice Inviting
Tender” Clause No. 1.0 in respect of the credentials of the tenderer in this envelope.
In this envelope the tenderer should also enclose the complete tender documents
duly signed and stamped by them on each page as their acceptance, and unpriced
copy of price bid. Deviations if any, to be submitted in this envelope.
Bidders have to submit confirmation letter whether they are registered under MSME
Act or not and if yes, then relevant copies of the registration letter (Registered under
single point registration scheme of NSIC, Govt. of India, Ministry of MSME, New Delhi
vide Gazette Notification dated 26.03.2012 along with the form of Memorandum-2
with the concerned DIC) to be enclosed in Technical Bid Envelope-1 and a request
letter for claiming exemption from submission of Tender fee and EMD.
2nd Envelope (Price Bid)
The form of Price Bid duly filled in with the item rates both in words and figures in
the same form as issued to tenderers should be enclosed in this envelope. No terms
and conditions or deviations if any or any other thing should be kept in this
envelope. In case of commercial deviations, the cost of withdrawal of commercial
deviations if any, to be submitted in this envelope.
----------------------------------------------------------------------------------------------------------------------------- ------------
EPI – New Delhi Volume I, Addendum to ITT (Suppliers) Page 2 of 2
The price bid of such tenderers who are found suitable on scrutiny of documents
furnished by them i.e. pre-qualification and technically acceptable shall only be
opened. The tenders of all such parties, who are not found suitable shall not be
considered and their earnest money deposit will be returned.
5.0 CLAUSE NO. 7 of Instructions to Tenderers (Suppliers) stands amended as
below:
Earnest Money deposit for the amount indicated in the ‘Notice inviting Tender’
required to be submitted shall be in the form of crossed Demand Draft drawn in
favour of “Engineering Projects (India) Ltd.” payable at New Delhi or Bank
Guarantee from a Nationalized Bank / Schedule Bank in the prescribed enclosed
performa valid for 150 days (One Hundred Fifty Days) from the due date of tender.
Tender not accompanied with Earnest Money shall be rejected.
6.0 CLAUSE NO. 11 of Instructions to Tenderers (Suppliers) stands deleted.
7.0 CLAUSE NO. 15 of Instructions to Tenderers (Suppliers) stands deleted.
8.0 CLAUSE NO. 17 of Instructions to Tenderers (Suppliers) stands amended as
below :
The tender shall remain open for acceptance for a period of 90 days from the date of
opening of price bid of the tenderer by EPI. If any tenderer withdraws his tender
before the said period or makes any modifications in the terms and conditions of the
tender, Engineering Projects (India) Limited without prejudice to any other right or
remedy shall be at liberty to forfeit the Earnest Money deposited.
9.0 CLAUSE NO. 22 of Instructions to Tenderers (Suppliers) stands deleted.
All other provisions of “Instructions to Tenderers (Suppliers)” shall remain unchanged.
DLI/LCP/ITD/203
ENGINEERING PROJECTS (INDIA) LTD.
(A GOVT OF INDIA ENTERPRISE)
MATERIALS MANAGEMENT DIVISION
GENERAL PURCHASE CONDITIONS
1. DEFINITION
1.1 The ‘Buyer’ means Engineering Projects (India) Limited, a Company incorporated in
India and having its registered office and Corporate Office at Core 3, Scope Complex,
Lodi Road, New Delhi-110003.
1.2 ‘Supplier’ means the tenderer whose tender has been accepted and shall include his
its/their heirs, executors, administrators or successors and permitted agents as the
case may be.
1.3 'Purchase Order' means the letter of memorandum, communicating to the supplier, the
acceptance of his tender and include an advance acceptance of his tender.
1.4 'Consignee' means where the stores are required by the purchase order to be
dispatched by rail, road, air or steamer, the person specified in the Purchase Order to
whom they are to be delivered at the destination, where the stores are required by the
Purchase Order to be delivered to a person as an interim consignee for the purpose of
dispatch to another person, such other person and in any other case the person to
whom the stores are required by the Purchase Order to be delivered in the manner
specified therein.
1.5 ‘Inspectors’: Inspectors deputed by BUYER.
2. TERMS & EXPRESSIONS
Terms & expressions not herein defined shall have the same meanings as assigned to
them in the Indian Sales of Goods Act, 1930, Indian Contract Act, 1872 and General
Clause Act, 1897.
3. PRICES
Prices accepted by the BUYER shall be considered as firm and not subject to escalation
due to any variations in the prices of materials, labour and/or any other reasons
whosoever which may occur while the order is being carried out.
4. Payment Terms
Unless otherwise agreed upon between the parties, payment for delivery of the stores
will be made on submission of bills in accordance with instruction given in the
purchase order by a cheque or demand draft in accordance with the following
procedure.
4.1 90% of the price of the equipment/material shall be paid on proof of dispatch to the
consignee through bank or delivery to an interim consignee, if any, and on production
of Inspection Note issued by the Inspector, Maker's Test Certificate, the number- and
date of the Railway receipt, postal receipt, bill of lading or consignment note under
which the goods charged for in the bill are dispatched by rail, post, sea or air
respectively and the number and date of the letter with which such railway receipt,
post receipt, bill of lading shall also be attached to the bill and in the case of stores
dispatched by post, the postal receipt shall be attached in original to the bill. The bank
charges shall be borne by the supplier.
4.2 Balance 10% of price of equipment/material shall be released within 30 days after
expiry of the warranty period as per Clause No. 17.
5. Insurance to be arranged by BUYER.
6. Inspection, Checking, Testing
The stores covered by the Purchase Order shall be subject to preliminary inspection
and testing at any time prior to shipment and/or dispatch and final inspection within a
reasonable time after arrival at the place of delivery. The Inspector shall have the right
to carry out the inspection and testing which include raw materials at manufacturer's
work and at the time of actual dispatch before and after completion of packing.
The supplier shall inform the BUYER at least 21 days in advance of the exact place,
date and time of rendering the stores for required inspection, provide free access to
Inspectors during normal working hours at supplier's or his/its sub-supplier's works
and places at their disposal, internal test reports, material/component test certificates,
approved drawings and all useful means of performing, checking, marking, testing,
inspection and final stamping at his own expenses. Stores offered without internal
testing shall be treated as a lapse on the part of supplier.
If, after receiving inspection call from the supplier/manufacturer the inspector on
reaching the works finds that the equipment/materials offered for inspection is not
fully ready or fails to meet vital requirements, it will be deemed to be a fake inspection
call. Issue of a fake inspection call shall be treated as a serious lapse on the part of
the supplier.
In the event of rejection of stores due to defective workmanship/material/design or
fake inspection call, the stores would be offered for re-inspection at the earliest. The
BUYER shall have the right to deduct the cost of re-inspection from the supplier's
invoices.
Even if inspections and tests are fully carried out, supplier shall not be absolved to any
degree from their responsibilities to ensure that stores supplied, comply strictly with
requirements, of the purchase order at the time of delivery, inspection on arrival at
site, after its erection or start-up and guarantee period.
In any case, the stores must be strictly in accordance with the Purchase order failing
which the BUYER shall have the right to reject goods and hold the supplier liable for
non-performance of contract.
7. Maker's Test Certificate:
Maker's Test Certificate shall be supplied by the supplier at the time of inspection.
Failure to comply may cause delay in the issue of certificate of inspection and
consequent delay in delivery and payment.
8. Packing, Marking and Painting:
A. The stores shall be dispatched by the supplier adequately packed in appropriate
packing which should be suitable for sea and inland carriage and ensure complete
safety of goods from any kind of damage in transport both on sea and land and all
equipment should be properly lubricated.
B. Each package shall contain packing list in English. Each packing shall bear the
following marking in English, in indelible paint:
(i) Address of the Ultimate Consignee (ii) Address of the Interim Consignee, if any (iii)
Name of Railway Station for ultimate and interim consignee, (iv) Supplier's name (v)
Name of Equipment (vi) Railway Station from where dispatched (vii) Purchase Order
No. & Date (viii) Package Number (ix) Gross Weight in Kg (x) Net Weight in Kg (xi)
Outer Dimension in cm (xii) TOP' 'Do NOT TURN OVER' 'HANDLE WITH CARE' etc.
The package shall indicate the centre of gravity with a red vertical line, wherever
required, together with marking for slings.
The package which cannot be so marked shall have metal tags with the above marking
on them.
As far as possible, size of packing shall remain within the permissible limit allowed by
the Indian Railways. If this is not possible, timely information will be given and
necessary over dimension sanction obtained.
9. Security Deposit:
The successful tenderer shall be required to furnish security deposit equal to 5% of the
value of the contract within 7 days from the date of intimation of the acceptance of
Purchase Order for due and proper fulfillment of the contract. The security deposit is to
be deposited in the form of unconditional irrevocable bank guarantee from a
Nationalized Bank (if from any other bank the bank guarantee should be duly
countersigned by State Bank/Reserve Bank). The bank guarantee should remain valid
till completion of supplies.
10. Dispatch Instructions:
Dispatches of stores will be arranged by Public Tariff rates. In case of FOR Station of
Dispatch stores shall be booked at full wagon rates whenever available and by the
most economical route or by most economical tariff available. Failure to do so will
render the supplier liable for any avoidable expenditure caused to the BUYER.
11. Assembly, after sales service and training:
If required by the BUYER the supplier shall be fully responsible for the assembly of the
equipment at destination site and completeness of the machinery from the angle of its
end use.
The supplier shall provide necessary "After Sales Service" and also impart training to
the Consignee's staff in the operation and maintenance of the equipment free of cost
to the satisfaction of the consignee. Furthermore, all tools and plants particularly
heavy cranes, which are generally used as well as semi- skilled and unskilled labour
for the assembly of such machinery will be provided by the BUYER free of cost to the
supplier with consumable stores, like fuel, oil, lubricants, battery acids, cotton waste,
grease etc., free of cost for the purpose of starting the machines, testing and putting
them into good working order.
12. Respect of Delivery Date:
The time and delivery date as agreed to between the BUYER and Supplier shall be the
essence of the contract. No variation shall be permitted, except with prior
authorization in writing from the Buyer. Goods should be delivered securely packed
and in good order and conditions at the place and within the time specified for their
delivery.
13. Penalty for late deliveries:
The time and date of delivery of stores, materials, equipment as agreed to shall be
deemed to be the essence of the contract. In case of delay in execution of the order
beyond the date of delivery as agreed to for any reason, the BUYER shall recover from
the supplier as penalty a sum equivalent to 0.5% of the value of the entire contract for
every week of delay or part thereof limited to an aggregate of 5%.
14. Risk Purchase on Default
In case of default on the part of the supplier to supply all the stores or part thereof
covered by the contract upto the standard/specifications within the contractual
delivery period stipulated in the contract, the BUYER shall have the right to purchase
such stores or other of similar description at the risk and cost of the supplier.
However, supplier shall be liable to pay penalty under clause 13 above for resultant
delay.
15. Delay due to force majeure
If any time during the continuance of the contract the performance in whole or part by
either party on any obligation under the contract shall be prevented or delayed by
reason of any war, hostility, explosions, epidemics, quarantine restrictions, or other
acts of God, then provided, notice of the happening of any such event is given by
either party to the other within twenty one days from the date of occurrence thereof,
neither party shall be reason of such event be entitled to terminate this contract nor
shall either party have any claim for damages against the other in respect of such
non-performance and delay in performance and deliveries under the contract shall be
resumed as soon as practicable after such event has come to an end or ceased to exist
and the decision of the Chairman and Managing Director, EPI, New Delhi as to whether
the deliveries so resumed shall be final and binding on both the parties. In case Force
Majeure Condition persists for a period exceeding sixty (60) days, either party may at
its option terminate the contract.
BUYER shall be at liberty to take over from the supplier at a price to be fixed by the
Chairman and Managing Director, EPI, New Delhi which shall be the final, all unused,
undamaged and acceptable material, bought out components and stores in course of
manufacture in the possession of the supplier at the time of such termination or
portion thereof as the BUYER may deem fit.
16. Rejection, Removal of Rejected Goods and Replacement
In case the testing and inspection at any stage by inspectors reveal that the
equipment, material and workmanship do not comply with the specifications and
requirements, the same shall be removed by the Supplier at his/its own expenses and
risk within the time allowed by the BUYER. The BUYER shall be at liberty to dispose of
such rejected goods in such manner as he may think appropriate, in the event the
supplier fails to remove the rejected goods within the period as aforesaid.
All expenses incurred by the BUYER for such disposal shall be to the account of the
supplier. The freight paid by the BUYER, if any, on the inward journey of the rejected
material shall be reimbursed by the supplier to the BUYER before the rejected
materials are removed by the Supplier. The supplier will have to proceed with the
replacement of that equipment or part of equipment without claiming any extra
payment if so required by the BUYER. The time taken for replacement in such event
will not be added to the contractual delivery period.
17. Warranty
The supplier shall warrant that every material/plant, machinery and equipment to be
supplied be new and free from all defects and faults in design, material, workmanship
and manufacture and shall be of the highest quality.
The items should be consistent with the established, recognized or stipulated
standards for material of the type usually used for the purpose and in full conformity
with the specifications and drawings or samples, if any. Equipment offered must be
capable, during operation, of withstanding extreme dusty, wet, humid and sultry
conditions. The warranty shall continue not withstanding inspection, payment,
acceptance of tendered equipment and shall expire except in respect of complaints
notified to supplier prior to such date within 12 months from the date of
commissioning or 18 months from the date of dispatch whichever is earlier.
18. Performance Guarantee
The supplier shall guarantee that any/all material used in execution of the Purchase
Order shall be in strict compliance with characteristics requirements and specifications
agreed upon and that same shall be free from any defects.
The supplier shall guarantee that all material and equipment shall be repaired or
replaced as the case may be at his own expense in case the same have been found to
be defective in respect of material, workmanship or smooth and rated operation within
a period of 12 months after the same has been put in service or 18 months from the
date of dispatch of last consignment, whichever is earlier. The guarantee period for the
replacement parts shall be 12 months starting from the date on which the replacement
parts are commissioned. Acceptance by the BUYER or his inspectors of any equipment
and materials or their replacement will not relieve the supplier of his/its responsibility
concerning the above guarantee.
19. Indemnity
The supplier shall at all times indemnify the BUYER against all claims which may be
made in respect of stores for infringement of any right protected by patent,
registration of design or trade mark. Provided always that in the event of any claim in
respect of alleged breach of patent, registered designs or trade mark being made
against the BUYER, the BUYER shall notify the supplier of the same and the supplier
shall at his own expense either settle any such dispute or conduct any litigation that
may arise therefrom.
The supplier shall not be liable for payment of any royalty, license fee or other
expenses in respect of or for making of patents or designs with respect to which he is,
according to the terms of the contract, to be treated as an agent of the Government
for the purpose of making use of the patent or trade mark of fulfillment of the
contract.
20. Spare Parts
The supplier shall furnish itemized and priced list of spare parts required for two years
normal operation of the equipment alongwith the quotation
21. Drawings
The supplier shall furnish the general arrangements and dimensional drawings in three
sets within four weeks from date of placement of order.
22. Literature of Equipment
Following literature and documents for the equipment shall be supplied in five copies
each free of cost alongwith the equipment
(a) Operator's instructions (b) Service Manual (c) Illustrated and detailed parts
catalogues (d) Specifications (e) A list of service tools required for routine servicing of
the equipment.
23. Arbitration
Except where otherwise provided for in the contract all questions and disputes relating
to the meaning of the specifications, designs, drawings and instructions herein before
mentioned and as to the quality of workmanship or materials used on the work or as
to any other questions, claim, right matter or thing whatsoever if any, arising out of or
relating to the contract, designs, drawings, specifications, estimates, instructions,
orders or any contradictions or otherwise concerning the purchase order or the
execution or failure to execute the same whether arising during the progress of the
work or after the completion or abandonment thereof shall be referred to the sole
arbitration of the Chairman and Managing Director/General Manager (accepting
authority) of Engineering Projects (India) Ltd. and if the Chairman and Managing
Director/General Manager is unable or unwilling to act to the sole arbitration some
other person shall be appointed by the Chairman and Managing Director/General
Manager willing to act as such arbitrator. There will be no objection if the arbitrator so
appointed is an employee of Engineering Projects (India) Ltd., and that he had to deal
with matters to which the contract relates and that in the course of his duties as such
he had expressed views on all or any of the matters in disputes or difference. The
arbitrator to whom the matter is originally referred being transferred or vacating his
office or being unable to act for any reason, such Chairman and Managing
Director/General Manager as aforesaid at the time of such transfer, vacation of office
or inability to act, shall appoint another person to act as an arbitrator in accordance
with the terms of the contract. Such person shall be entitled to proceed with the
reference from the stage at which it was left by his predecessor. It is also a term of
this contract that no person other than a person appointed by such Chairman and
Managing Director/General Manager as aforesaid should act as arbitrator and if for any
reason that is not possible, the matter is not to be referred to arbitration at all.
Cases where the amount of award in claim is Rs. 50,000/- (Rupees fifty thousand
only) and above, the arbitrator shall give reasons for the award.
Subject as aforesaid the provisions of the arbitration act 1940 or any statutory
modification or re- enactment thereof and the rules made thereunder and for time
being in force shall apply to the arbitration proceedings under this clause.
It is a term of the contract that the party invoking arbitration shall specify the disputes
or dispute to be referred to arbitration under this clause together with the amount or
amounts claimed in respect of each such dispute.
The arbitrator may from time to time with consent of the parties enlarge the time, for
making and publishing the award.
The work under the contract shall, if reasonably possible continue during the
arbitration proceedings.
The arbitrator shall be deemed to have entered on the reference on the date he issues
notice to both the parties fixing the date of the first hearing.
The arbitrator shall give a separate award in respect of each disputes or difference
referred to him.
The avenue of arbitration shall be such place as maybe fixed by the Arbitrator in his
sole discretion.
The award of the arbitrator shall be final, conclusive and binding on all parties to the
contract.
24. Court Jurisdiction
Disputes of any nature that may arise in connection with the execution of the contract
shall be subjected to the jurisdiction of courts situated in Delhi/New Delhi only.
Format No: EPI/MMD/F-07 Check List for Evaluation & Selection of Suppliers / Vendors
1. Name
2. Address
3. Contact Person
4. Proprietor
5. a) Phone Nos.
b) Fax Nos.
6. Items / Products
7. Manufacturer
Distributor
Dealer
Stockist
8. Facilities Available In House Through External Agency
a) Testing Facilities
i) For Incoming materials
ii) For In process
iii) For Final Product
b) Can Issue Test Certificate Yes No
c) Details of Manufacturing Facilities
d) Products being manufactured
(Product Catalogues)
9. Annual Turn Over
10. Whether ISO 9000 certified or not
11. Whether IS certified or not 12. Reference list of important customers during last five years
13. Ability to give after sales service
14. Sample sent or not
To Incharge MMD Signature of Vendor / Supplier
EPI Name
Designation
Date
__________________________________________________________________________
For use in EPI
Data has been collected over phone verbally.
Signature of person collecting data
Evaluation & Review Yes No
Reviewed the details of vendor Product is suitable
If Yes basis
Sample checked
Specification checked
Supplier’s details reviewed
Enjoys goodwill / Reputation
Testing facilities adequate
Enquiries from customers
of sub suppliers
Past performance with
EPI
_
Approved Reviewed
Signature Signature
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 1 of 8
ADDITIONAL PURCHASE CONDITIONS (APC)
1.0 The following Additional Purchase Conditions shall be read in conjunction with
General Purchase Conditions. If there are any provisions in these Additional
Purchase Conditions, which are at variance with the provisions of General
Purchase Conditions, the provisions in these Additional Purchase Conditions shall
take precedence.
2.0 INTRODUCTION
As part of expansion project of the owner/client viz Bhilai Steel Plant (BSP), SAIL,
was conceived in the Second Five Year Plan with a steel production capacity of 1.0
MTPA. BSP has expanded its production capacity in two phases. First phase
expansion to 2.5 MTPA of steel was completed in 1967 and second phase
expansion to 4.0 MTPA of steel was completed in 1988. The corporate plan of BSP
envisages expansion of its production capacity to 7.0 MTPA of Crude Steel by
2011-12.
The capacity of the present system of receiving, storing and transporting coal for
Coke oven will increase in view of the increase in crude steel production to 7.0
MTPA. To meet the additional requirement of coke for new proposed blast furnace
no. 8, one new coke oven battery no. 11 has been envisaged. The system of
feeding coal to new coal tower and coke sorting plant for the new battery has
been envisaged in this specification.
Presently, Blast furnace returns are being transported through C-line belt
conveyors to the Junction house 127 of Sinter Plant III (SP-III). These belt
conveyors are crossing the proposed Coke Dry & Cooling Plant (CDCP, which shall
be executed through other package). Therefore, Dismantling and re-routing of
these belt conveyors are envisaged in this package. This package shall also cover
the transportation & integration of Proposed BF#8 return fines with re-routed C-
line conveyor up-to the existing JH-127 of SP-III.
Further, in order to cater to increased requirement of fuel and flux for the new
sinter machine of SP-III, following three facilities have been envisaged under this
package:
1. Up gradation/addition of coke crushing and screening facilities.
2. Up gradation/addition of Coke Grinding facilities
3. Up gradation of Flux crushing & screening facilities.
The project, once implemented, shall ensure a smooth operation in transportation
of the coking coal to new battery no. 11 and coke & sinter to new blast furnace
no. 8, which in turns caters to enhancement of raw material required for the 7.0
MTPY of Crude steel stage.
3.0 SCOPE OF WORK INCLUDED IN THE CONTRACT
The brief scope of work included in this tender shall include (but not limited to)
Design, Engineering, manufacture, shop fabrication, assembly, testing &
inspection at manufacturer’s works, packing, dispatch, transportation, delivery at
site, performance guarantee testing, final painting and handing over to Bhilai
Steel Plant, SAIL, Bhilai/EPI of “Air Canons for 5 Nos. Silos” at Bhilai Steel
Plant (SAIL), Bhilai, Chhattisgarh.
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 2 of 8
4.0 QUALIFICATION OF TENDERERS
To be eligible for this tender the bidders should fulfill the requirements for
eligibility as mentioned in the Notice Inviting Tender (NIT). The Bidders are
required to fulfill all the eligibility criteria as stipulated in NIT and elsewhere in the
Tender documents. The price bid of bidders who fulfill the eligibility criteria as per
evaluation of EPI shall only be opened. The decision of EPI in this regard shall be
final & binding on the bidders.
5.0 DISQUALIFICATION
In addition to clause no. 14 of Instructions To Tenderers (Suppliers), the bidders
may note that they are liable to be disqualified and may not be considered for the
opening of Price Bid if;
a) Representation in the forms, statements and attachments submitted in the
pre-qualification document are proved to be incorrect, false and misleading.
b) They have record of poor performance during the past 10 years such as
abandoning the work, rescinding of contract for which the reasons are
attributable to the non-performance of the bidder, inordinate delay
incompletion, consistent history of litigation/arbitration awarded against the
bidder or any of its constituents or financial failures due to bankruptcy etc. in
their ongoing/past projects.
c) They have submitted incompletely filled in formats without attaching certified
supporting documents and credentials to establish their eligibility to participate
in the Tender.
d) If the bidders attempt to influence any member of the Tender Scrutiny
committee.
e) Non-submission of valid NSIC certificate/relevant copies of registration letter
(in the form of Memorandum-2 with the concerned DIC) under MSME Act for
claiming exemption from payment of Tender fee.
f) Non-submission of valid NSIC certificate/ relevant copies of registration letter
(in the form of Memorandum-2 with the concerned DIC) under MSME Act for
claiming exemption from EMD submission.
EPI reserves its right to take appropriate action including disqualification of
tenderer(s) as may be deemed fit and proper by EPI at any time without giving
any notice to the bidder in this regard. The decision of EPI in the matter of
disqualification shall be final and binding on the Bidders.
6.0 EPI reserves the right to independently verify the performance of the bidder from
the Existing owners/users/owners’ Consultants. In case any installation of the
bidder is found to be performing unsatisfactorily, EPI reserves the right to reject
the tender and price bid of such bidder shall not be opened, even if the bidder is
meeting the technical and other qualifying criteria.
In such circumstances the bidder shall have no claim on EPI of whatsoever nature.
7.0 PAYMENT TERMS
7.1 The Clause No. 4 of GPC shall be replaced as under:
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 3 of 8
The bidder shall reimburse the EPI all costs, charges, damages or expenses which
the EPI may have paid or incurred on behalf of the bidder, if and to the extent to
which the bidder is liable under this Contract to pay within thirty (30) days upon
written request of the Engineer Incharge of EPI, failing which such costs, charges,
damages or expenses shall be deducted by the EPI from any money due or
becoming due by the EPI to the bidder under this Contract or any other Contract
failing which such amounts shall be considered as debt from the Successful bidder
to the EPI and shall be recoverable accordingly.
Any Indian Income Tax which EPI may be required to deduct by law or statute,
shall be deducted at the source and the same shall be paid to Income Tax
Authorities on account of the bidder. EPI shall provide the bidder a certificate for
deduction of TDS. The bidder shall indicate their Permanent Account Number with
the relevant Income Tax Authority to EPI. Bidders shall maintain books of account
and shall get the account audited as per Section 44DA of Income Tax Act.
If the bidder is exempted from the deduction/recovery of Income Tax, no such
recovery shall be made by EPI provided Bidder shall furnish valid exemption
Certificate issued by Income Tax Department to this effect.
Following breakup of payment shall be followed:
i) 5% of the total order value specified in Price Schedule excluding taxes, duties
shall be released after approval of drawings & QAP from EPI/MECON/BSP.
ii) 90% of the total order value specified in Price Schedule excluding taxes,
duties shall be released towards progressive payments as per approved billing
schedule (Billing Schedule to be submitted by successful vendor for EPI’s
approval) on receipt of material at site in good condition and submission of
MRC (Material Receipt Certificate) from EPI site office and 100% of the taxes
and duties shall be released on submission of documentary evidence.
iii) 5% of the total order value specified in Price Schedule excluding taxes, duties
shall be released on completion of testing & commissioning of the plant in all
respect or 12 months from the date of receipt of last consignment at site,
whichever is earlier against submission of Performance Bank Guarantee of
equal amount valid till guarantee period as per EPI’s Proforma.
7.2 Taxes & Duties:
i) Price quoted by the bidder shall be inclusive of all the taxes & duties including
GST as per the price schedule of NIT document. All the columns of taxes &
duties shall be duly filled without blank space. The Invoice shall be raised on
EPI as per GST Complaint Invoices. Failure to provide Tax Invoices in desired
format or non-payment of taxes or non-filling of GST returns/ mismatch of
Invoices would lead to non-availability of Input Tax Credit to BSP/EPI.
Thereby is to be borne by bidder and EPI shall deduct such amount along with
Interest/penalty/late fees, etc., if any paid by EPI on account of disallowance
of ITC, from the next payment/dues due to supplier. Bidder while quoting the
rates in the tender must also consider the ITC credit applicable for the works,
if any.
ii) In case any tax/duty is not applicable, the bidder has to either write NIL or
NA.
iii) Transit Insurance will be in EPIL scope however all documents related to
transit insurance will be provided by the bidder.
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 4 of 8
iv) Bidder must have registration under GST.
v) Taxes & duties/GST besides all direct and indirect cost of works, infra-
structures are included in the party’s quoted rates.
8.0 While raising invoice for such goods, the invoice should contain the following:
a) Tax payer Identification Number under GST Act.
9.0 VARIATION IN TAXES, DUTIES, LEVIES AND IMPOSITION OF NEW TAXES
ETC.
In case of any reduction in rate of GST or other taxes in future or the project
getting exemption status prior to the late date of bid submission or afterwards,
the subcontractor shall pass on the benefit to EPIL immediately, failing which EPIL
shall have the right to recover the differential amount from the amounts due to
the sub-contractor. Further, in case of any increase in rate of GST or other taxes
in future or the project losing exemption status prior to last date of bid submission
or afterwards, the said increase of taxes shall be paid/reimbursed to the
subcontractor, subject to the condition that the client reimburses the said
increased taxes to EPIL.
10.0 For Dispatch of materials to Site, the vendor shall mark consignee as “Bhilai Steel
Plant, SAIL A/c EPIL, Bhilai” and follow dispatch instruction to be given by EPI.
11.0 COMPLETION PERIOD
Completion Period of the total work as mentioned in the NIT & tender documents
shall be 60 Days as detailed below:
Completion schedule to be followed for this tender should be as given below.
S.
No. Period from the date of Start
Description of work to be completed
during the period specified under
column no. 2 (Milestone)
1 2 3
1. 60 Days from the date of
manufacturing clearance to be
given by EPI
Design, Engineering, Manufacturing &
Supply of equipment at site after
inspection of complete items by
BSP/MECON/EPI
Submission of GA drawings will be done within 10 days from the date of LOI/PO.
12.0 The bidder shall comply with legal orders & directions of law of local bodies. The
bidder shall give to the Municipality, Police, Local Bodies and concerned
Governmental authorities all necessary notices relating to work that may be
required under the law and obtain all requisite licenses/permissions. Nothing extra
shall be paid by EPI on this account.
13.0 GUARANTEE
The bidder shall guarantee that the materials and workmanship of the equipment
supplied by him, under these specifications shall be new and first class in every
respect. He will make good any defect, which may develop within 12 months from
the date of commissioning of the installation or 18 months from the date of last
lot of supply at site whichever is earlier, without any extra cost to EPI/BSP.
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 5 of 8
14.0 PERMITS AND INSPECTIONS
The bidder shall obtain all necessary permits from local bodies, provincial or
central authorities and shall make arrangement for inspection and tests etc. as
required at their own cost.
15.0 LICENCES
The bidder shall arrange for obtaining the license for the operation and approval
of drawings for the equipments etc. as required from the local Government/
authorities at their own cost & nothing extra shall be payable.
16.0 The work shall be carried out in accordance with the drawings approved by the
EPI/BSP/MECON. Before the commencement of any item of work, the bidder shall
correlate all the relevant drawings/documents/specification issued for the work
and satisfy themself that the information available there from is complete and
unambiguous. The discrepancy, if any, shall be brought to the notice of Engineer-
In-Charge of EPI before the execution of work. The bidder alone shall be
responsible for any loss or damage occurring by the commencement of work on
the basis of any erroneous and/or incomplete information. Nothing extra shall be
paid on this account.
17.0 The bidder shall give performance tests of the entire installation(s) as per
specifications and drawings before the work is finally accepted and nothing extra
whatsoever shall be payable to the bidder for these performance tests.
18.0 BOQ
Bill of Quantities shall be read in conjunction with NIT, Instructions to Tenderers
(Suppliers), General Purchase Conditions (GPC), Additional Purchase conditions
(APC), Technical Specifications, Drawing, Schedules, and Annexure & Addendum
etc. to tender Document.
19.0 After completion of installation, testing and commissioning of all the equipment as
per tender specifications, the bidder shall, however, provide proper training to the
Owner’s employees/representatives for maintenance and operation of the
equipment without any additional cost.
20.0 The bidder has to arrange for inspection of equipment and shall submit internal
inspection certificate/document and nothing extra shall be paid.
21.0 Care shall be taken in handling of material to avoid damage. Any damages made
to the equipment during transit shall be made good by the bidder at their own
cost.
22.0 TEST CERTIFICATE
All manufacturer’s certificates of test showing that the materials have been tested
in accordance with the requirements of the relevant standard specification and the
copy of the test certificate as well as standard shall be supplied free of cost to EPI
for onward submission to BSP/MECON.
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 6 of 8
23.0 INITIAL INSPECTION AT MANUFACTURER’S WORK:
The bidder shall provide such facilities at their own cost as will be necessary for
inspection of the material before dispatch at their or their associate’s works and
also for witnessing such tests as per technical specifications, as are done at the
works if so required by BSP/MECON/EPI. The bidder shall give minimum two
weeks notice regarding the dates proposed for inspections. The Tenderer shall
submit list of test on components of equipments, which shall be carried out at
manufacturer’s premises.
24.0 INSPECTION DURING INSTALLATION AND FINAL INSPECTION:
The bidder shall arrange for checking and testing at their own cost the installation
as per technical specifications. All instruments and materials required for testing
shall be the responsibility of the successful bidder. The final inspection of the
installation and testing of equipment may be carried out by EPI/MECON/BSP. The
taking over of equipment after trial run shall be subject to removal of defects by
the successful bidder at their own cost, if any, pointed out during the inspection.
25.0 It will be the sole responsibility of bidder to obtain all statutory approvals and
completion clearance from all the relevant statutory bodies and for all other
services as included in the scope of contract etc. from the concerned department
as required within the stipulated time frame. Liaison work on behalf of EPI with
the local bodies will also have to be done by the bidder. Nothing extra shall be
payable to bidder on this account. No claim whatsoever in this regard shall be
entertained.
26.0 LIQUIDATED DAMAGES DUE TO DELAY IN “COMPLETION OF THE
FACILITIES”:
The Clause No.13 of GPC shall be amended & replaced as under:
If the Successful bidder fails to attain completion of the work within the time of
completion or any extension thereof, due to reasons not attributable to the EPI,
the EPI shall recover the amount of Liquidated Damages, but not by way of
penalty, by making deductions from the Successful bidder’s RA bills or by
encashment of their Bank Guarantees at the rate of 0.5% of the Contract Price
plus escalation, if any, excluding taxes & duties per complete week of delay or
part thereof subject to a maximum of 5% of the contract price plus escalation, if
any, excluding taxes & duties.
However, the payment of liquidated damages shall not in any way relieve the
successful bidder from any of its obligations to complete the facilities or from any
other obligations and liabilities of the successful bidder under the contract.
27.0 CENVAT/ITC ON GST
27.1 The Bidder will ensure dispatches of their own manufactured as well as all bought
out plant, equipment & materials directly to work site of the BSP/EPI by issue of
Tax Invoice so that the BSP/EPI will get the ITC (Input Tax Credit) of GST paid on
all such supplies including imported plant & equipment.
27.2 The Bidder shall issue E-way bill under GST as per the rules prescribed under GST
Law and requirements if any under GST rules shall also be complied with by
BSP/EPI.
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 7 of 8
28.0 CONCILIATION AND ARBITRATION
Before resorting to arbitration as per the clause given below, the parties if they so
agree may explore the possibility of conciliation as per the provisions of Part III of
the Arbitration and Conciliation Act, 1996 as amended by Arbitration and
Conciliation (Amendment) Act, 2015. When such conciliation has failed, the
parties shall adopt the following procedure for arbitration:
28.1 Except where otherwise provided for in the contract, any disputes and differences
relating to the meaning of the Specifications, Design, Drawing and Instructions
herein before mentioned and as to the quality of workmanship or materials used
in the work or as to any other questions, claim, right, matter or things
whatsoever in any way arising out of or relating to the Contract, Designs,
Drawings, Specifications, Estimates, Instructions, or these conditions or otherwise
concerning the works of the execution or failure to execute the same whether
arising during the progress of the work or after the completion or abandonment
thereof shall be referred to the Sole Arbitrator appointed by the Chairman &
Managing Director (CMD) of Engineering Projects (India) Limited (EPI) or any
other person discharging the functions of CMD of EPI. The person approached for
appointment as Arbitrator shall disclose in writing circumstances, in terms of Sub-
Section (1) of Section (12) of the Arbitration and Conciliation Act, 1996 as
amended by Arbitration and Conciliation (Amendment) Act, 2015 as follows:
(i) such as the existence either direct or indirect, of any past or present
relationship with or interest in any of the parties or in relation to the subject-
matter in dispute, whether financial, business, professional or other kind,
which is likely to give rise to justifiable doubts as to his independence or
impartiality; and
(ii) which are likely to affect his ability to devote sufficient time to the arbitration
and in particular his ability to complete the entire arbitration within a period of
twelve months.
The Arbitrator shall be appointed within 30 days of the receipt of letter of
invocation of arbitration duly satisfying the requirements of this clause.
28.2 If the arbitrator so appointed resigns or is unable or unwilling to act due to any
reason whatsoever, or dies, the Chairman & Managing Director aforesaid or in his
absence the person discharging the duties of the CMD of EPI may appoint a new
arbitrator in accordance with these terms and conditions of the contract, to act in
his place and the new arbitrator so appointed may proceed from the stage at
which it was left by his predecessor.
28.3 It is a term of the contract that the party invoking the arbitration shall specify the
dispute/ differences or questions to be referred to the Arbitrator under this clause
together with the amounts claimed in respect of each dispute.
28.4 The Arbitrator may proceed with the arbitration ex-parte, if either party, in spite
of a notice from the arbitrator, fails to take part in the proceedings.
28.5 The work under the contract shall continue as directed by the Engineer-In-Charge
of EPI, during the arbitration proceedings.
28.6 Unless otherwise agreed, the venue of arbitration proceedings shall be at the
venue given in the ‘Memorandum’ to the ‘Form of Tender”.
28.7 The award of the Arbitrator shall be final, conclusive and binding on both the
parties.
DLI/C&E/WI-675/318
EPI - New Delhi Vol – 1, APC Page 8 of 8
28.8 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act,
1996 as amended by Arbitration and Conciliation (Amendment) Act, 2015 or any
statutory modifications or re-enactment thereof and the Rules made there under
and for the time being in force shall apply to the arbitration proceedings and
Arbitrator shall publish his Award accordingly.
Note: Not withstanding anything contained herein above, this clause shall not be
applicable where the dispute is between EPI and another Public Sector
Enterprise or Govt. Department for which a separate Arbitration Clause is
provided vide Clause No. A given below:-
A. ARBITRATION BETWEEN PUBLIC SECTOR ENTERPRISES INTERSE/
GOVERNMENT DEPARTMENTS
1. In the event of any dispute of difference relating to the interpretation and
application of the provisions of the contracts, such dispute or differences shall be
referred by either party for Arbitration to the sole Arbitrator in the Department of
Public Enterprises to be nominated by the Secretary to the Government of India
incharge of the Department of Public Enterprises. The Arbitration and Conciliation
Act, 1996 and The Arbitration and Conciliation Act, 2015 shall not be applicable to
arbitration under this clause. The award of the Arbitrator shall be binding upon the
parties to the dispute, provided, however, any party aggrieved by such award
may make a further reference for setting aside or revision of the award to the Law
Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of
India. Upon such reference the dispute shall be decided by the Law-Secretary or
the Special Secretary/Additional Secretary, when so authorized by the Law-
Secretary, whose decision shall bind the Parties finally and conclusively. The
Parties to the dispute will share equally the cost of arbitration as intimated by the
Arbitrator”.
2. Subject to any amendment that may be carried out by the Government of India
from time to time the procedure to be followed in arbitration shall be as is
contained in F. No. 4(1)/2013-DPE(PMA)/FTS-1835 Dated: 11/04/2017 of
Department of Public Enterprises, Ministry of Heavy Industries & Public
Enterprises or any modification issued in this regard.
PROFORMA FOR BANK GURANTEE IN LIEU OF
EARNEST MONEY DEPOSIT
In consideration of Chairman & managing Director, Engineering Projects (India) Limited, (A Govt. of India Enterprise), Core-3, Scope Complex, Lodhi Road, New Delhi Pin- 110003. (hereinafter called the EPI) having agreed to accept bank Guarantee of Rs ................... in lieu of EARNEST MONEY DEPOSIT from ..................................................................... (hereinafter called the Supplier/ Contractor/ Sub-Contractor, which expression shall include its heirs, successors and assignees) in respect of the Tender for .................................................................................................................
We, ........................................ bank having its registered/head office at ................................... (hereinafter referred to as the Bank) do hereby agree and undertake to pay to EPI without demur or protest an amount not exceeding Rs............................. on demand by EPI.
We the above said Bank further agree and undertake to pay the said amount of Rs.......................... without any demur on demand within 48 hours. Any demand made on the Bank by EPI shall be conclusive as regards the amount due and payable by the Bank under this guarantee.
We the above said Bank further agree that the guarantee herein contained shall be in full force and in effect until ............................................................... date ..............................
Unless a demand or claim under this guarantee is made on us in writing on or before ....................................... date ............................... , we shall be discharged from all liabilities under this guarantee thereafter.
We, the above said Bank, further agree that EPI shall have full liberty, without our consent and without affecting in any manner our obligation to verify, modify or delete any of the conditions.
We, the above said Bank, lastly undertake not to revoke this guarantee during its currency except with the prior consent of EPI in writing.
Dated………………..…..this day of……………..200.
For and on behalf of the Bank
NOTE: on a Non-Judicial stamp paper of Rs. 100/- (Rupees One hundred only)
Page 1 of 7
Procedure for e-tendering / e-procurement
Bidder’s guide for EPIL portal:
1. Use browser to go to https://www.mstcecommerce.com/eprochome/EPIL
Digital Signatures
To login into the portal both Users (EPIL Officials) and Bidders will require a Class 2 or 3
Digital Signature. Bidders should have at least Signing type Digital Signatures.
A digital signature can be obtained from any Certifying Authority (CA) as per the List of
CAs issued by Controller of Certifying Authorities, Ministry of Electronics and Information
Technology. The list is available at http://www.cca.gov.in/cca/?q=licensed_ca.html.
The list is as under:
a) Safescrypt
b) IDRBT
c) National Informatics Centre
d) TCS
e) GNFC
f) e Mudhra CA
g) CDAC CA
h) Capricorn CA
i) NSDL e-Gov CA
System Settings
a. This portal is compatible with multiple browsers (Google Chrome, Mozilla Firefox,
Internet Explorer, Opera etc.)
b. On the system where this portal is being used, the user may open the portal and
click on Install Components button on the left side as shown below:
Page 2 of 7
c. On clicking the button, a new window will open as shown below:
d. In this window, please save the MSTCSIGNER28082018_v2.exe file and install it.
e. Additionally, please click on Add to chrome button, to add the chrome extension,
as shown below:
For other browsers please install the extension as applicable.
2. On the right side of the page click on Register as a Vendor:
3. Fill the form that appears to create username and password.
Page 3 of 7
4. Once the registration is done, login with your user name and password:
5. System will ask you to verify your digital signature
6. Press Ok and select your digital signature from the List:
7. Your digital signature will be verified
8. Once login is complete, a bidder can access My Menu through the left side of the
page:
Page 4 of 7
9. Here click on Download NIT/Corrigendum button to download the NIT/Corrigendums.
Select Event number and click on download to download the files:
10. To submit the bid a bidder can proceed to Bid Floor through the left side My Menu. In
Bid Floor click on live events to view a list of Live events. In live events select the
tender number where you wish to submit a bid.
11. On clicking the event number, if the bidder has not paid transaction fee, system will
prompt them to pay the transaction fee. They can pay the transaction fee by going to
Transaction Fee payment link in their login, and pay the same through online payment
(debit card, credit card, net banking etc) or RTGS/NEFT (Challan).
12. Tender can be of multiple types with price bid uploading in Excel or Technical-Price
type. The bid floor for each type of event will change automatically. On clicking the
tender number one of the following screens will appear:
For 2 cover with price bid in excel
E-Tender Technical cum Price Bid
Page 5 of 7
13. For each type of event the event details including start time and close time the
details will be given on the top of the page.
14. To submit the tender the bidder has to start from top left and submit the details one
by one.
15. For 2 cover with price bid in excel, the bidder has to submit technical bid, by filling the
details and clicking the save button.
a. After the technical bid is saved, a bidder can proceed to uploading documents
through the link upload docs:
b. Please note that under no circumstance the price bid excel has to be uploaded
here.
c. After the documents have been uploaded, the bidder can click on download excel
to download the excel format.
d. Fill up the excel sheet as per the details given therein and tender document.
e. To upload the filled up excel click on Upload Price Button, click on browse to select
the file and then click on Upload and Save encrypt file.
f. The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end the
bid must be final submit, otherwise the same will not be considered.
Page 6 of 7
16. For E-Tender Technical Cum Price Bid:
a. In the manner similar to above the bidder has to fill up Common terms, then press
save button to submit.
b. Then the bidder has to upload documents as per the list shown therein.
c. Once the documents are uploaded the bidder has to submit the Technical and Price
bids.
d. The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end the
bid must be final submit, otherwise the same will not be considered.
Bidder’s may note that in each case using the Delete bid button will only delete the bids
and then the bidder can resubmit upload tender before closing time.
Using the withdraw button the bid will be withdrawn and the bidder will not be
allowed to submit any further bid in that event.
For any assistance regarding the Tender Document and/or term and conditions the
bidders may contact at EPIL:
Executive Director (Contracts & Engineering)
Engineering Projects (India) Ltd.
Core 3, scope complex, Lodhi Road, New Delhi – 110003
Tel No. – 011-24361666, Extn: 2339, 2331 Fax No. – 011-24363426
E-mail - [email protected]
For any assistance during bid submission, system settings etc. bidders may contact at
MSTC:
Phone Number: 033-22901004, 011-23212357, 011-23215163, 011-23217850
Email: [email protected]
Please mention “Helpdesk” as subject while sending emails
Availability: 10 AM to 5:30 PM on all working days.
Some Bidding related Information for this Tender (Sealed Bid)
The entire bid-submission would be online on MSTC Portal (unless specified for Offline
Submissions).
Broad outline of submissions are as follows:
Submission of Bid-Parts / Envelopes
Technical-Part
Financial-Part
Offline Submissions:
The bidder is requested to submit the following documents offline to the under mentioned
address before the start of Public Online Tender Opening Event in a Sealed Envelope.
1. Original copy of the Tender Fee of ` 3,540/- (Rupees Three Thousand Five Hundred
Forty Only) (Including GST @ 18%) in the form of DD in case of not registered with
NSIC/MSME.
2. Original copy of the EMD of ` 32,200/- (Rupees Thirty Two Thousand Two Hundred
Only) in the form of a Bank Guarantee/DD in case of not registered with
NSIC/MSME.
3. Original copy of power-of-attorney to sign the tender documents.
Page 7 of 7
4. Documentary evidence with regard to registration with NSIC/MSME as mentioned in
Clause No. 1 of NIT for tender fees & EMD waiver.
5. Affidavit as per Annexure-A of NIT.
Contact Persons Name:
Executive Director (Contracts & Engineering)
Engineering Projects (India) Ltd.
Core 3, scope complex, Lodhi Road, New Delhi – 110003
Tel No. – 011-24361666, Extn: 2339, 2331 Fax No. – 011-24363426
Note:
1. The envelope shall bear (the project name), the tender number and the words ‘DO
NOT OPEN BEFORE’ (due date & time).
2. The Bidder should also upload the scanned copies of all the above mentioned
original documents as Bid-Annexures during Online Bid-Submission in addition to
PQ documents listed in NIT Clause no. 1.
3. Bidders are required to pay applicable transaction fees on line at the time of bid
submission.
TENDER DOCUMENT
TENDER NO.: DLI/C&E/WI-675/318
FOR
Tender for Design, Engineering, Manufacturing, Supply & Supervision of Installation of “Air Canons for 5 Nos. Silos” for the project of “Augmentation of Fuel and Flux Crushing Facilities (Package No. 064) of Bhilai Steel Plant (SAIL)”
VOLUME – 2A
GENERAL SPECIFICATIONS
ENGINEERING PROJECTS (INDIA) LIMITED (A GOVT. OF INDIA ENTERPRISE)
Core-3, Scope Complex, 7, Lodhi Road,
New Delhi-110003
TEL NO. 011-24361666 FAX NO. 011-24363426
Email: [email protected]
CONTENTS
Sl. No.
DESCRIPTION
1.
GENERAL SPECIFICATION
2.
PROJECT SYNOPSIS
GENERAL TECHNICAL REQUIREMENTS (GTR)
PERFORMANCE GUARANTEE
GENERAL SPECIFICATION OF QUALITY SYSTEM, INSPECTION & TEST
OF PLANT & EQUIPMENT AT MANUFACTURER’S PREMISES
PAINTING
3.
LIST OF APPROVED MAKES
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 1 of 37
GENERAL SPECIFICATION
GENERAL
The following General Specification shall be read in conjunction with General
Technical Specification (GTS) of Bhilai Steel Plant, SAIL. If there are any provisions
in these General Specification, which are at variance with the provisions of General
Technical Specification (GTS) of Bhilai Steel Plant, SAIL, the provisions in these
General Specification shall take precedence.
1.0 PROJECT SYNOPSIS
1.1 Site Conditions
1.1.1 Location
Bhilai Steel Plant (BSP), SAIL is located at Bhilai in Durg District of the state of
Chhatisgarh in the central region of India. The site lies between 21.15o North
latitude and 81.22o East latitude. The nearest convenient railhead is Durg which is
about 12km west Bhilai. Bhilai /Durg stations are on the Howarh-Mumbai rail line of
SEC Railway of the Indian railways.
The location of Bhilai is as follows:
From New Delhi, the national capital -- 1359 kms
From Kolkata -- 868 kms
From Chennai -- 1269 kms
From Mumbai -- 1100 kms
The distance from State Capital Raipur to Bhilai Steel Plant is 30km. It is well
connected by the rail and road network. The nearest national highways are NH 6 &
NH 43 crossing through Raipur.
1.1.2 Meteorological Data
In the absence of meteorological data at Bhilai/Durg, the data of the state capital
Raipur, 30kms away, are considered. The meteorological details at Raipur are given
below:
Ambient Temperature
Absolute maximum : 47.7o C
Absolute minimum : 3.9o C
Highest of mean monthly : 45.2o C
Ambient Air
Ambient air quality : Industrial
Relative Humidity
Maximum : 100%
Minimum : 7%
Climate : Tropical Humid
Rainfall
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 2 of 37
Harvest rainfall in 24 hours : 370.3mm
Annual Average : 1288.8mm
Wind
Predominant wind direction : SW to NE (Oct- Feb) and West to
East (Mar- Sep)
Mean wind speed : 6.8 kmph
Maximum mind speed : 45 kmph
Altitude
Average altitude of the land is 300 m above MSL. Temperature inside shop
premises is generally taken as 5o C above ambient, unless otherwise specified.
1.1.3 Infrastructure Facilities Outside the Plant
Railway
Bhilai Steel Plant is connected to Indian Railways network via Bhilai/Durg Stations
of SEC Railway on the Howarh-Mumbai line. The track gauge of SEC Railways as
well as of the plant tracks are standard broad gauge i.e 1676 mm.
Road
The plant is well connected to the country by road. National Highways NH6 & NH43
both pass through Raipur.
Sea Port
The nearest sea port is Vishakhapattanam approximately 550 km away from the
site by rail.
Air Traffic
The nearest air port connected to the national network is Mana at Raipur, 30kms
away.
1.1.4 Infrastructure Facilities Inside the Plant
Railway
The track guage for the entire plant corresponds to the Indian Railway standard
broad guage i.e. 1676mm.
Road
Main road and side of the Plant shall have roadways of 7.0m and 4.0m width
respectively and the temporary roads provided during the construction stage shall
be designed to cater the needs of movement of heavy construction vehicles.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 3 of 37
2.0 GENERAL TECHNICAL REQUIREMENTS (GTR)
2.1 General Rules and Regulations
All plant units with respect to their location. layout, general arrangement and
design of equipment, structural design, etc. shall be safe to the personnel and
conform to the relevant statutory requirements issued by Chhattisgarh Government
and the Government of India but not limited to the following.
- Chhattisgarh State Factory Rules/Acts
- Indian Electricity Rules/Acts
- Electricity Regulatory Commission Act
- Indian Petroleum Regulations/Acts
- Indian Boiler Regulations/Acts
- Indian Explosives Acts
- Gas Cylinders Rules/Acts
- Carbide of Calcium Rules/Acts
- State and mobile Pressure Vessels Codes (unifired) Rules/Acts
- Fire Protection Manual issued by Tariff Advisory Committee (India)
- Pollution Control Regulations/Acts
Pollution control measures shall be provided considering the latest norms and
international standards. These should satisfy the stipulations of Central Pollution
Control Board and Department of Environment and the Forest, Government of
India.
2.1.1 Standard
Preferred Makes of Equipment & Supplies
To restrict/minimize stock/inventory of spares, the Purchaser considering will limit
the makes of equipment & supplies to those listed in the “preferred makes of
equipment and supplies” unless other-wise expressly so agreed
Unit of Measurement
All dimensions & weights shall be given in metric system.
Language
All drawings, documents etc. shall be in English language. 2.2 Safety
2.2.1 Safety Regulations The Vendor shall comply with the, relevant Safety Rules and Regulations but not
limited to the following:
- Chhattisgarh State Factory Rules/Acts
- Indian Electricity Rules/Acts
- Electricity Regulatory Commission Act
- Indian Petroleum Regulations/Acts
- Indian Boiler Regulations/Acts
- Indian Explosives Acts
- Gas Cylinders Rules/Acts
- Carbide of Calcium Rules/Acts
- State and mobile Pressure Vessels Codes (Unifired) Rules/Acts
- Fire Protection Manual issued by Tariff Advisory Committee (India)
- Pollution Control Regulations/Acts
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 4 of 37
Strict attention shall be paid to all statutory regulations and safety rules for
prevention of accidents.
The safety posters/regulations for prevention of accidents shall be displayed by the
Vendor at appropriate places. Notices and warning signs shall be displayed for all
sources of dangers.
The Vendor is not permitted to construct any temporary road crossing on the rail
tracks for the sake of their convenience at work site.
When the work is carried out at night or in the obscure day light, adequate
arrangements for flood lighting in the working area shall be made by the Vendor at
his own cost and got approved by the Purchaser.
All handling/transport and the rigging equipment including lifting tools and tackles
shall be checked at regular intervals and kept in good and safe working condition.
A register is to be maintained regarding the results of periodical tests/checks and
other particulars in respect of each and every such equipment.
The Vendor must take sufficient care in moving his construction plant and
equipment from one place to another, so that those do not cause any damage to
the property of the Purchaser or obstruct construction activities of other Vendors.
The Vendor shall depute a full time safety engineer who will exclusively look after
all the jobs pertaining to safety at site and keep close liaison with
Purchaser/Consultant. He will be responsible for maintaining safe working
conditions at site, promoting safety consciousness among the workmen and
reporting to concerned authorities in case of accident/dangerous occurrences.
Before execution of work in hazardous area like
- Gas contamination
- Working at height
- Storage of inflammable materials
- Danger of electric shocks
- Explosion risks
- Excavation more than 2m deep, etc.
A protocol should be prepared in association with the agencies of the Purchaser /
Consultants.
2.2.2 Safety while Working with Explosives
Explosives shall not be used on the work site by the Vendor without the written
permission of the Purchaser and that too only in the manner and to the extent to
which it has been prescribed
Explosives shall be stored in special premises approved by Purchaser and at the
cost of the Vendor who shall be liable for all damages, loss or injury to any person
or property and shall be responsible for complying with all statutory obligations in
these respects.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 5 of 37
2.2.3 Safety Appliances
The Vendor shall provide the safety appliances conforming to the relevant Indian
standards to all their workmen and supervisors engaged by them as well as by the
sub- contractors.
The Vendor shall ensure that all the workmen and supervisors, are using the safety
appliances regularly during work at site.
Any form of compensation in lieu of safety appliances shall not be permitted. Any
violation in safety provisions of failure to maintain safe working conditions will lead
to serious penalty on the Contractor and finally may lead to termination on the
Contract.
The workmen of the Vendor deployed for construction and erection in hazardous
areas shall be provided with personnel protective safety appliances of special
nature suitable for hazardous working conditions.
2.2.4 Safety during Construction/Execution
The Vendor shall be responsible for the safety of his workmen and employees. The
Vendor shall ensure that safety practices are followed so as to present personal
injury to his workmen and also to other persons working/passing by in that area.
The Vendor shall ensure that in case of any accidents, the same are reported
without delay to the Purchaser/Statutory Authorities as per Rules. In case of any
injury/accident the Vendor shall bear all the expenditure for medical treatment and
shall pay the compensation in case of permanent disability or death.
The Vendor shall ensure that all personnel employed do not stray into others areas.
Any injury caused due to this shall be the sole responsibility of the Contractor.
The Vendor shall ensure that skilled labours required for specific works have
necessary trade certificates and adequate experience of the job. This is likely to be
checked by the Purchaser. The concerned operator, mechanics, electricians, fitters,
riggers, etc. must be fully conversant with the hazards associated in
operation/maintenance of their relevant equipment.
2.2.5 Safer Working Platforms
Vendor shall use strong and secured planks and boards of the right sizes.
These planks shall be painted at the edges brightly to warn the workers for any
misuse (usually zebra paint)
Vendor shall make sure that scaffolds are erected by the trained scaffolders.
Supervisors must inspect scaffolds once every week.
2.2.6 Falling Objects and Debris
No loose materials which can fall down should be kept on the working platforms.
Overhead shelters should be provided to minimize damage from tailing objects.
Strong nets to be provided to catch these objects or debris.
Nets must envelop all sides of the building.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 6 of 37
2.2.7 Personal Safety Equipment
Workers must wear approved safety helmets and shoes.
For those working in high places safety belts shall be provided.
The safety belts must be attached to strong anchorage points.
2.2.8 Operating Construction Machine
Vendors shall make sure that those operating the construction machinery are well
trained for their jobs.
The keys of such machinery shall be kept with the authorized persons.
The keys shall be removed after use of the machine.
2.2.9 Safer Electrical Installations
Vendor shall use approved types of electrical sockets and plugs.
Proper insulators for all electrical wiring shall be provided.
Wiring should not be allowed to lie on the floor or on the ground.
2.2.10Safety in Designing of Equipment
All machinery and equipment must be equipped with safety devices. The safety
provisions shall conform to the recognized standards, safety codes and statues.
All safety measures as required to be adopted as per statutory regulations and the
safety rules of the plant shall be strictly followed by the Vendor during the
execution of the Contract.
2.3 Drawing and Documents
2.3.1 Drawing
The drafting standards adopted in preparation of drawing shall be such that good
clean and legible print of the drawing can be obtained.
For preparation of original drawing guidelines contained in Indian Standard
specification IS: 10164-1985 (preparation of engineering drawing and diagrams)
shall be followed
Size Code Working Space
(mm)
Cut Size
(mm)
Uncut
(mm) A0 811 X 1144 841 X 1189 880X 1230
A1 564 X 796 594X 841 625 X 880
A2 390 X 549 420 X 594 450 X 625
A3 267 X 375 297 X 420 330 X 450
A4 180 X 252 210 X 297 240 X 330
However, Vendor’s standard drawings are exempted from the above limitations. It
is desirable to keep the same size of all drawings for ease of filing, reference and
record keeping.
All drawings shall be oriented to match the plant layout drawings and shall have a
key plan identifying the plant area to which they apply.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 7 of 37
There shall sufficient reference notes and cross-references on the drawings to
permit identification of all related drawing and documents, which are required for
proper understanding.
When a drawing is revised by the Vendor/ Sub- Contractor, every change made
shall be identified on the drawing by placing the revision number in a small triangle
so as to be easily recognizable. In addition, a record of revisions along with the co-
ordinates showing the location of revisions shall be indicated at the left hand
bottom corner of the drawings as per standard practice. In case of revision of
drawing, for which different number is allotted, the new drawing shall clearly
indicate the number of the drawing which it supersedes.
Approval of drawings from the statutory authorities such as the Indian Boiler
Inspectorate, Inspectorate of Explosives, Electrical Inspector, etc. is the
responsibility of the Vendor/ Sub-Contractor.
Any additional drawings not specifically mentioned by the EPI/BSP/MECON but are
the required for the approval of drawings, shall be submitted by the Vendor/ Sub-
Contractor.
The Title block of the drawing shall be enclosed as Annexure I.
2.3.2 Approval of Drawings
Approval of Vendor’s drawings will generally be accorded within four (4) weeks of
receipt.
Approval of Vendor’s drawings means that these will be checked for conformity with
applicable specifications and general conformity with the engineering requirement
for the areas covered in the scope of work. It is understood that approval by the
Purchaser’s Consultant does not include checking for drafting and other errors but
only reviews of basic concepts and general principles involved.
The Vendor shall be responsible for any discrepancy, errors and omissions in the
drawings have been approved by the Purchaser/Consultants or not. The Vendor
shall bear all extra cost due to alterations necessitated by reasons of any
discrepancies, errors or omissions in the drawings and particulars supplied by the
Vendor.
Drawing furnished by the Vendor shall be certified as correct for use and shall bear
the signatures of responsible persons of the Vendor.
Approval of Vendor’s drawing shall not relieve the Vendor of his responsibility to
comply with the intent of the contract; manufacture/fabrication or procurement
prior to approval of drawings shall be at the Vendor’s risk.
The Vendor shall submit drawing to EPI/BSP/MECON for approval by the Purchaser
/Consultant as per clause 3.4 to 3.6 of GTR.
If the drawing is “Approved” then one print shall be returned back to the Vendor
duly stamped “Approved” by Consultant.
If the drawing is “Not approved” or “Approved as Noted”, then one stamped print
with appropriate comments shall be returned back to the Vendor for incorporation
of comments and re-submission of revised drawings for approval sets with in 7
days as per clause 3.4 to 3.6 of GTR.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 8 of 37
After approval of drawings the Vendor shall submit 12 sets of approved drawings to
the EPI. The Vendor shall incorporate the following note on the drawing before
“Approved by MECON vide letter no………….dtd…”
The drawing shall become a contract drawing after approval and there after the
Vendor shall not deviate from them in any way whatsoever except with the written
permission of the EPI/BSP/MECON.
All reference and information category drawings shall be submitted in 12 sets to
EPI. These drawings shall be submitted to Purchaser before forwarding the same to
erection Vendor at site for constructive/erection activities.
The information category drawings shall not be approved by the Consultant.
However, information category drawings shall be stamped “For Information Only”
and one set shall be returned back to the Vendor.
In case any discrepancy is observed on these drawing, same shall be informed to
the Vendor by marking the comments on the drawings. The Vendor shall resubmit
these drawings after incorporating the comments in 12 sets to the EPI.
After receipt of stamped “For Information Only” the Vendor shall submit 10 sets of
drawings to the EPI. The Vendor shall incorporate the following note on the tracing
before taking additional prints for submission to the EPI.
Stamped “For Information Only” by MECON vide their letter no…….. dtd…….
2.3.3 Submission of Drawings, CD Reproducible and Documents
The Vendor shall submit the following drawing/documents to EPI and these will be
distributed to BSP/ MECON as detailed below.
Drawings MECON BSP EPI
1. Approval category drawings for approval
of consultants .
8 sets 2 sets 2 sets
2. Fabrication drawing for approval of
consultants
8 sets 4 sets
3. Drawing after approval along with list of
Drawings (for distribution)
10 sets 4 sets
4. Information category drawings 8 sets 2 sets 2 sets
5. Information category drawings after
stamping “For Information Only” by
consultants.
8 sets 2 sets 2 sets
6. Erection drawings
8 sets 2 sets 4 sets
7. As built drawings 2 sets 2 sets
8. Spare parts drawings 2 sets 2 sets
9. Wearing parts drawings 2 sets 2 sets
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 9 of 37
Compact Disc and Reproducibles
1. As built drawing of approval category 1 sets 1 sets
2. As built drawing of information category 1 sets 1 sets
3. Spare parts drawings 1 sets 1 sets
4. Wearing parts drawings 1 sets 1 sets
5. All manuals 1 sets 1 sets
Documents
1. Erection manual 1 set 6 sets 3 sets
2. Operating and maintenance manuals 1 set 6 set 2 sets
3. Storage and reconservation manuals 1 set 6 set 2 sets
4. Safety manuals 1 set 6 set 3 sets
5. List of consumables 1 set 6 set 3 sets
6. List of lubricants and hydraulic 1 set 6 set 3 sets
7. List of special tools and tackles 1 set 6 set 3 sets
8. Test certificates and inspection
certificates in bound volume
1 set 6 set 2 sets
Soft copy (AutoCADD format) of drawings / documents shall be submitted by the
successful bidder to EPI during engineering activities for approval & onward
submission to Client.
2.3.4 Progress Report
The Vendor shall submit a detailed PERT Network showing completion time which
would indicate starting and completion dates of all activities of engineering,
purchasing, procurement of materials, manufacturing, inspection, dispatch,
erection, testing, and commissioning, etc. under his scope of work.
The Vendor shall submit the progress report in such details as may be required by
the Purchaser so as to enable them to monitor the progress of work.
The Vendor shall submit the progress report every month in the proforma mutually
discussed and agreed.
2.3.5 Coding Scheme
All drawings/documents/equipment/spare parts/shipments shall have a coded
number which shall be finalized with the successful tenderer.
2.3.6 Title Block of Drawing
Separate file is attached as soft copy. Hard copy is enclosed as Annexure - A
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 10 of 37
3. PERFORMANCE GUARANTEE
General
On completion of erection of the plant units along with utilities and auxiliaries by
respective package contractors as per approved drawings / documents as well as
detailed drawings, the Contractor shall undertake preliminary Acceptance Test
(PAT) i.e. cold test, to prove that the unit has been supplied as per agreement and
after erection the unit is fit to be started up and commissioned. The PAT shall be
followed by commissioning (hot trials) to demonstrate that the unit is fit for
commercial production.
3.1.1 Preliminary Acceptance Test (PAT)
01 Cold tests shall be performed on the individual sub-assemblies of the unit and
shall be designed to conduct the systematic check of the components and of the
functional operation thereof.
02 Cold tests shall comprise idle, no-load tests. Cold tests shall be conducted by
the Contractor under his sole responsibility. The Employer will provide skilled
operating personnel during the cold test.
03 A detailed programme of cold tests shall be drawn up by the Contractor and
shall be subject to the approval of the Employer / consultant. Such programme
may be revised and adjusted as may be required by the Employer during the
test run.
04 Results of cold tests shall be recorded jointly by the Contractor and the
Employer.
05 On completion of preliminary acceptance tests, and liquidation of the defects
list, preliminary acceptance certificates shall be issued by the Employer.
3.1.2 Commissioning (Hot Trials)
01 After issue of preliminary acceptance certificates, the Contractor shall start-up
and commission the unit in an integrated manner under his sole responsibility
as per commercial volume of contract.
02 During the start-up and commissioning, the Contractor shall perform the
required adaptation, adjustment and hot run the Plant & Equipment to
demonstrate its production capacity.
03 The Employer shall, for the purpose of start-up and commissioning, provide
operating personnel as may be available with him for normal operation, who
shall work under the instructions and guidance of the Contractor.
04 Start-up and commissioning of the unit shall be taken up only when material
handling system, electrical power system, inter-plant fluid system and
auxiliaries serving the unit as well as the preceding / succeeding plant units are
under normal operation and / or feed material is available. The Contractor shall
rectify the defects observed during commissioning.
05 The quantities of starting material and facilities necessary for conducting the
commissioning shall be mutually determined by the Contractor and Employer.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 11 of 37
06 Commissioning of the unit shall be deemed to be only completed, when the
total commercial production of about 10,000 tonnes of material – or - ten(10)
days of rated material is transported, for the particular circuit.
07 Results of start-up tests and commissioning shall be recorded jointly by the
Contractor and the Employer.
08 On completion of commissioning of the unit and its commencement of
commercial production as per clause 06.01.02.006, commissioning certificate
shall be issued by the Employer within 15 days.
09 The unit shall be taken over by the Employer when:
a) Commissioning certificate as per clause 06.01.02.008 has been issued by
the Employer.
b) The Contractor has submitted all final documents in compliance with the
provisions of this specification.
c) The Contractor has supplied all consumables, change parts, special tools
and tackles and commissioning spares.
d) The Contractor has met, to the satisfaction of the Employer, all the
observation, if any, contained in the Preliminary Acceptance certificate.
Performance Guarantee Tests (PG)
01 After commissioning of the plant & equipment, the Contractor shall offer the
plant for conducting performance guarantee tests as mutually agreed upon
between the Employer and Contractor. PG test shall be carried out on full load
within six months from commissioning.
02 The Contractor shall supervise and carry out the operation under their
instruction and guidance during performance guarantee tests and shall take full
responsibility of the operation. The Employer will make available necessary
operating and maintenance personnel as per the agreed manning schedule as
well as the raw materials, utilities and services etc, as specified.
03 The Contractor shall submit the scope, general preconditions, test procedures,
guaranteed values and test evaluation methods.
04 The performance tests for all plant equipment shall be carried out to satisfy all
operating parameters as per the relevant clauses of the Technical specification
for the equipment under consideration.
Performance Guarantee Test
01 Performance Guarantee Parameters
(i) Conveyor capacity shall be as per rated capacity given in conveyor data
sheets.
(ii) Crusher capacity should not be less than 300 tph.
(iii) The equipment shall operate at rated capacity without undue vibration
and undue noise etc. Noise level shall not exceed 85 dB at 1 meter
distance.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 12 of 37
(iv) Granulometry of the product
(-) 3 mm size: 81 % minimum
(-) 0.5 mm size: 35 % maximum
(v) Hammer life in term of throughput : Not less than 0.5 Mill. Tonnes/Set
of hammers)
(vi) Life of breaker plates / grate bar : Not less than 2 Mill. Tonnes/set
02Acceptable Limits & LD
The performance guarantee parameters, PG value and their acceptance limits
with Liquidated Damages (LD) shall be as follows:
PERFORMANCE GUARANTEE FOR COAL HANDLING PLANT
Sl. No.
Description Acceptable Acceptable
with LD Liquidated Damages
Rejected
1. Conveyor capacity
As per rated capacity indicated in data sheet
Not Applicable Not Applicable
Less than rated capacity
2. Discharge from Reversible hammer crusher
300 tph 289 to 299 tph
0.25% of Order value for every 1 tph decrease
Less than 289 tph
3. Product size (-3 mm) from the Crusher.
-3 mm size upto 81 %
(-)0.5mm size up to 35
%.
-3 mm size upto 79 %. (-)0.5mm size more than 35 to up to 38 %.
0.25% of Order value for every 0.5% decrease. 0.25% of Order value for every 0.5% increase
5 Environment Norms
As specified in TS
- Not achieving norms
Not achieving norms
PERFORMANCE GUARANTEE FOR COKE SORTING PLANT Sl. No.
Description Acceptable Acceptable with LD
Liquidated Damages
Rejected
1. Conveying capacity
As per rated capacity
Nil Not applicable
Less than acceptable limits
2. 80mm grizzly screen
Total misplacement ≤15%
1 to 15% 0.125% of order value for every 3%
More than acceptable limits
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 13 of 37
Sl. No.
Description Acceptable Acceptable with LD
Liquidated Damages
Rejected
increase.
3. Coke crusher +80% <5% 1 to 5% 0.25% of order value for every 1% increase
More than acceptable limits
4. 30mm vibrating screen
Total misplacement ≤15%
1 to 15% 0.125 % of order value for every 3% increase
More than acceptable limits
5. 60mm Grizzly screen
Total misplacement ≤15%
1 to 15% 0.125 % of order value for every 3% increase
More than acceptable limits
6. Dust Suppression
Up to 5mg/ Nm3
1mg/ mg3 to 5mg/Nm3
0.3% of order value for every 1mg/Nm3 increase
More than acceptable limits
PERFORMANCE GUARANTEE FOR AUGMENTATION OF FUEL &
FLUX PREPARATION FOR SP III & FINES CONVEYORS
Sl. No.
Description Acceptable Acceptable
with LD Liquidated Damages
Rejected
1.0
Flux crushing at output of closed circuit
(-) 5mm - 100% (-) 3mm - 95%
Nil
Not applicable
Below TS value
2.0
Fuel (Coke) crushing
(-) 5mm - 100% (-) 3mm - 90% (-) 1mm < 50% (-) 0.5mm < 30%
Nil
Not applicable
Below TS value
3.0 Conveying capacity
As per rated capacity
- Not applicable
Less than rated capacity
However, total liquidated damage on all account shall be limited to 7.5% of
contract value.
The performance guarantee test shall be performed for each sub section
continuously for 7 days. Continuity of operation however, be limited by availability
of raw materials for unloading and stacking and availability of storing capacity on
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 14 of 37
delivering end. Wherever equipment in the sub section is of stand by nature, each
such equipment shall operate for at least 10 hours on load in the period.
The performance guarantee test shall also be performed for the complete system
for 5 days on round the clock basis.
In case the test is disrupted due to equipment or facilities supplied by others, the
performance is to be repeated for two more times after rectification of fault of the
equipment or facilities supplied by others. Repair / Rectification of fault shall be
done by others. If the test is disrupted even after that, the performance test shall
be on the basis of total hours of uninterrupted operation of the system, 200 hours
for sub section and 100 hours for total system. However, there should not be any
failure of the equipment supplied by Contractor between starts and finish of this
time counting. If the operation stops due to failure of any item supplied by
contractor, the operating hours prior to such failure will not be counted.
In case some equipment can not be tested within the period of testing because of
failure of equipment or facility provided by others, the same will be accepted on the
basis of load test result for the limited period or no – load test result where load
test could not be performed at all.
The contractor shall prepare and submit a draft performance test procedure for
each equipment and system within 12 months of order. The final performance test
procedure will be prepared jointly by the Employer / consulting engineers and the
contractor based on the draft performance test prepared by the contractor and
various requirement indicated in the contract specification and the order.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 15 of 37
4.0 GENERAL SPECIFICATION ON QUALITY SYSTEM, INSPECTION & TEST OF PLANT & EQUIPMENT AT MANUFACTURER’S PREMISES
4.1 General
Inspection & testing of plant & equipment shall be carried out by BSP/MECON/EPI
at the works of successful tenderer during manufacturing and/or on final product to
ensure conformity of the same with the acceptable criteria of technical
specifications, approved drawings, manufacturing drawings applicable national /
international standards.
4.2 Quality System Requirements
The successful tenderer must recognise the importance of quality and follow
defined quality programme in all stages of manufacturing and quality control
activities of the product. Vendor / Contractor must define and implement the tasks
and control that will provide needed assurance, in case manufacturing of product is
sub-contracted either partly or fully and/ or for the procured from vendors which
are duly approved by the project authority.
BSP/MECON/EPI reserve the right to verify the quality programme of tenderer & its
vendors/sub- vendors to assure the effectiveness of the programme to meet the
intended and specified quality of the product. 4.3 Quality Assurance Plan (QAP)
4.3.1 The successful tenderer shall furnish Quality Assurance Plan (QAP) for respective
equipment after completion of detailed engineering and finalisation of billing
schedule / equipment identification number for Consultant’s approval at least one
month prior to start of manufacturing.
4.3.2 QAP shall be prepared & furnished by Vendor / Contractor for structural &
mechanical equipment, electrical equipment and refractory materials etc., QAPs
must be submitted in four (4) sets duly signed and stamped by tenderer for
BSP/MECON/EPI approval.
4.3.3 The successful tenderer shall indicate procurement source and furnish to
BSP/MECON/EPI, during the submission of QAP, copies of P.O., Sub-P.O., T.S.,
approved GA drawings/ data sheets & detailed manufacturing drawings, as backup
reference materials for scrutiny & final approved by BSP/MECON/EPI. The
submission & subsequent approval of QAPs shall be ensured to be restricted to one
round only.
4.3.4 Inspection and test requirements shall be decided with due consideration of factors
like safety, duty cycle, operating conditions, equipment life, environmental
conditions, place of installation and statutory regulations, as applicable, for a
particular equipment. Any, additional type or special tests or routine tests if found
necessary to establish the intended quality after detailed engineering then the
same shall have to be incorporated in the QAP without any commercial implication.
4.3.5 Detailed QAP shall be prepared by the successful tenderer in consultation with their
Sub-contractors / Manufacturers to avoid any complicacy later.
4.4 Calibration of Measuring Equipment
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 16 of 37
4.4.1 All the measuring equipment used for inspection & testing shall be calibrated and
appropriate accuracy class of measuring equipment shall be used. Calibration
standards used for calibration of measuring equipment shall be traceable to
national standards of National Physical Laboratory (NPL), New Delhi with unbroken
chains of comparison.
4.4.2 Valid calibration certificate for all measuring equipment used during inspection and
testing at manufacturer’s works, with traceability to national standards of NPL/
NABL accredited laboratories shall be furnished prior to undertaking inspection by
BSP/MECON/EPI.
Calibration certificate shall also indicate reference no. of calibration standards
calibrated by NPL/NABL accredited laboratories and copies of such calibration
certificates of calibration standards shall be included in the complied dossiers of
inspection/test results.
4.5 Test Certificates and Documents
4.5.1 For each of the items being manufactured as per approved QAP, following test
certificates and documents, as applicable for each of the equipment, in requisite
copies including original, duly endorsed by the Manufacturer/successful tenderer
with appropriate linkage to project, purchase order and acceptance criteria etc shall
be submitted to Consultant/Purchaser.
i) Raw materials identification & physical and chemical test certificates for all
materials used in manufacture of the equipment (except IS: 2062-1999
Gr.A & IS: 210 –1993, FG-150).
ii) WPS, PQR & WPQ documents as per applicable code.
iii) Details of stage wise inspection & rectification records for fabricated items,
castings, forgings and machined articles.
iv) Control dimension chart with records of alignment, squareness etc.
v) Manufacturer’s material and performance/ relevant test certificates for all
bought-out items.
vi) Details of heart-treatment and stress relieving charts as per specification.
vii) Non-Destructive Test reports as per respective code.
viii) Static/dynamic balancing certificate for rotating components/machines.
ix) Hardness test certificate.
x) Pressure/Leakage Test Certificates.
xi) Performance Test Certificates for all characteristics.
xii) Routine / type / calibration / acceptance / special test (Type Tests etc)
certificates for electrical items.
xiii) Surface preparation and painting certificates.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 17 of 37
xiv) Certificates from competent authority for the items coming under statutory
regulations.
4.5.2 Where physical and chemical test certificates of material are not available, the
successful tenderer/Sub-contractor shall arrange to have specimens and test
samples of the materials, tested in his own laboratory at his cost and submit the
copies of test results in requisite numbers to BSP/MECON/EPI for review. Number
of test samples against each heat/cast/lot or batch of materials, as applicable shall
be as per relevant Indian or International Standards.
4.5.3 Where facilities for testing do not exist in the successful tenderer/Sub-contractor’s
laboratories or in case of any dispute, samples and test pieces shall be drawn by
the successful tenderer/Sub-contractor in presence of BSP/MECON/EPI and sealed
sample shall be sent to any Govt. approved /NABL accredited laboratory for
necessary tests at former’s own cost.
4.5.4 The BSP/MECON/EPI shall have the right to be present and witness all tests being
carried out by the successful tenderer/Sub- contractor at their own laboratory or
approved laboratories. Also, the Inspection Agency shall reserve the right to call for
confirmatory test on samples, at his discretion.
4.6 Internal Inspection by Successful Tenderer/Manufacturer
4.6.1 Inspection and tests shall be carried out by Contractor/ Manufacturer in accordance
with approved drawing, T.S., P.O., and approved QAP. They shall maintain records
of each inspection and test carried out and signed documents shall be submitted to
Purchaser/ Consultant for verification.
4.6.2 The successful tenderer shall carry out their internal inspection & obtain clearance
from statutory bodies e.g. IBR, CCE, TAC, Weights & Measures, safety, IE rules etc.
prior to offering any equipment for BSP/MECON/EPI’s inspection in accordance with
approved QAP.
4.6.3 The successful tenderer/ Manufacturers shall identify all the inspected
equipment/component/raw materials & shall maintain the record of status of
inspection viz. inspected & found acceptable, require rectification/rework, rejected
etc.
4.6.4 The successful tenderer shall establish and maintain procedures to ensure that the
product that does not confirm to specified requirements is prevented from
inadvertent use or installation. The description of non-conformity that has been
accepted subsequently by BSP/MECON/EPI by concession and/ or of repairs, shall
be recorded.
Repaired and reworked product shall be offered for re-inspection to
BSP/MECON/EPI along with records of corrective action taken.
4.7 Manufacturing and inspection schedule
All Vendors / contractors shall submit the schedule for manufacturing and
inspection indication equipment / components, sub- assembly/ assembly. Date of
approval of drawings / data sheets. Address of manufacturer with contact person
and scheduled date of inspection. Such reports shall be submitted to respective
Consultant Inspecting Offices with a copy to Inspection Co-ordinating Office once in
a month. These monthly reports shall state the planning for next three months.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 18 of 37
Submission of first reports must commence one month prior to commencement of
manufacturing activities of the product.
4.8 Method of Undertaking Inspection & Testing by Consultant /
Purchaser
4.8.1 Inspection call shall be given only on readiness of the equipment/ assembly/ sub-
assembly & after approval of all relevant drawings and QAP, In case equipment/
assembly/sub-assembly offered for inspection are found not ready, all the cost of
visit of Consultant’s engineer shall have to be borne by the successful tenderer.
If the equipment/assembly/sub-assembly after inspection found not acceptable,
require rework and involve Consultant’s re-inspection, all the cost of such re-
inspections shall also have to be borne by the successful tenderer.
4.8.2 Inspection call shall be floated to BSP/MECON/EPI, in the approved duly filled in,
with ten days clear margin, enclosing all documents like test Certificates, Internal
Inspection Reports, P.O., Sub-P.O., T.S., Approved QAP, approved GA drawings/
data sheets and manufacturing drawings. Inspection calls without above documents
shall be treated as invalid and shall be ignored. The hard copy of such documents
must also accompany a CD (comprising computer readable files) containing the
identical documents.
4.8.3 The successful tenderer shall offer substantial quantities for economical inspection
consistent with the size of order.
4.8.4 On receipt of the Inspection call, pertaining to particular package / equipment/
item, QA & Inspection group of MECON, Ranchi (Overall co-ordinating office for
Inspection activities) shall organize inspection visit or will issue Inspection
assignment to other Consultant’s office (based on nearness to the vendor’s
manufacturing works / relevant job expertise ). For further inspection pertaining to
the same package / equipment / item, successful tenderer may forward the
subsequent inspection calls to the respective Consultant’s offices (as identified per
initial assignment ), with a copy to QA & Inspection Section, Ranchi.
4.9 Obligations of Successful Tenderer
4.9.1 The successful tenderer shall provide all facilities and ensure full and free access of
the Inspection Engineer of BSP/MECON/EPI to their own or their Sub-Contractor’s
premises at any time, during contract period, to facilitate him to carry out
inspection & testing of the product during or after or after manufacture of the
same.
4.9.2 The successful tenderer shall delegate a Representative / Co-ordinator to deal with
BSP/MECON/EPI on all inspection matters. Representative of successful tenderer
shall be present during all inspection at Sub-Contractor’s works.
4.9.3 The successful tenderer shall comply with instructions of BSP/MECON/EPI fully and
with promptitude.
4.9.4 The successful tenderer/ Sub-Contractor shall provide all instruments, tools,
necessary testing & other inspection facilities to BSP/MECON/EPI free of cost for
carrying out inspection.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 19 of 37
4.9.5 The cost of testing welds by ultrasonic, radiographic and dye penetration tests etc.
in the fabrication workshop shall be borne by the successful tenderer. These tests
need to be witnessed by ASNT/ISNT Level-II qualified NDT personals.
4.9.6 The successful tenderer shall ensure that the equipment/ assembly/ component of
the plant and equipment required to be inspected, are not dismantled or dispatched
before inspection.
4.9.7 The successful tenderer shall not offer equipment for inspection in painted condition
unless otherwise agreed in writing by BSP/MECON/EPI.
4.9.8 The successful tenderer shall not offer equipment and materials once rejected by
the BSP/MECON/EPI, are not re-used in the manufacture of the plant and
equipment. Where parts rejected during inspection have been rectified as per
agreed procedures laid down in advance, such parts shall be segregated for
separate inspection and approval, before being used in the work.
4.10 Stamping and Issue of Inspection Documents
4.10.1 Inspection Memo:- For rejected items/ items, which do not conform to Technical
Specification in one or more quality characteristics requiring rectification / rework,
Inspection Memo shall be issued indicating therein the details of observation &
remarks. All the non-conformities with respect to specification of the product shall
be indicated in the Inspection Memo for further quality control by successful
tenderer.
4.10.2 Inspection Certificate:- On satisfactory completion of final inspection & testing.
All accepted plant & equipment shall be stamped suitably and Inspection Certificate
shall be issued by the Consultant for the accepted items.
4.11 General Clause
4.11.1 Inspection & tests carried out by Consultant/Purchaser shall no absolve the
responsibility of the successful tenderer/ Manufacturer to provide acceptable
product as per the terms of contract nor shall it preclude subsequent rejection.
4.11.2 Purchaser/ Consultant reserve the right to inspect any product at any stage of
manufacturing beyond pre-identified stages & hold points of approved QAP. 4.12 Format
Performa for inspection of all equipment shall be as per EPI / EPI’s clients
requirement.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 20 of 37
5.0 PAINTING 5.1 General
5.1.1 This specification covers the materials, tools, facilities and quality requirement for
surface preparation and painting of steel structures, equipment, piping, ducts,
chutes, wood work etc.
5.1.2 This is only a general guideline of the painting scheme to be followed by the
Tenderer, However, in case a specific painting procedure is stipulated in any
tendering specification, then this general guideline shall be superseded. Any special
case which may arise from time to time shall be dealt with individually on the merit
of each case.
5.1.3 The term “painting” referred herein covers rust preventive, fungus/insects
preventive and decorative coating along with surface protection of the following
area but not limited to the areas indicated below.
i) Structural steel works
ii) Mechanical equipment
iii) Electrical equipment
iv) Instrumentation and control equipment.
v) Pipe work
vi) Oxygen plant, etc.
5.1.4 Surfaces made of asbestos, aluminum, brass, bronze, galvanized steel, stainless
steel, cast iron and other corrosion resistant alloys and rubber/synthetic
polymer/fiber reinforcement plastic and buried pipe work are not required to be
painted unless specified except for aesthetic purposes or for identification bands,
wherever relevant.
5.1.5 The complete paint system for any item includes the following basic activities:
i) Proper surface preparation
ii) Application of primer coats
iii) Application of intermediate coats
iv) Application of finished coats
All the above coats shall be of quality paint products and of approved make. The
scope of work shall also include supply of all paint materials as per specification
described herein.
5.1.6 If the contractor desires to adopt alternative paint system for any specific item for
an improvement or equivalent to the system specified here-in or as per
recommendations of paint manufacturer, may do so subject to purchaser’s approval
in advance.
5.2 Surface Preparation
5.2.1 Surface preparation required for paint application, shall be such as to clean the
surface thoroughly of any material which will be conducive to premature failure of
the paint substrates.
5.2.2 All surfaces shall be cleaned of loose substances, and foreign materials, such as
dirt, rust, scale, oil, grease, welding flux, etc. in order that the prime coat is rigidly
anchored to the virgin metal surface. The surface preparation shall confirm to
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 21 of 37
pictorial representation of surface quality grade of Swedish Standards Institution
SIS – 055900 or equivalent standards such as SSPC – VIS – 1.67 or DIN 55928
(Part 4) or BS 4232 or IS 1477 – 1971 (Part I).
5.2.3 The acceptable surface preparation quality /grade are described under each paint
system. The procedures include solvent cleaning. Hard tool cleaning, power tool
cleaning, blast cleaning, wood surface cleaning, flame cleaning and pickling. The
will ensure surface quality as required by the specific primer paint. For ready
reference surface preparation quality grade to be adopted in respect of SIS 055900
and DIN 55928 (Part – 4) is given in Annexure -01.
5.2.3.1 Solvent Cleaning
The surface shall be cleaned by wiping, immersion, spraying or vapour contacting
of a suitable solvent or washing with an emulsion or alkaline solution to remove oil,
grease, dirt, old paint, etc. Solvent cleaning shall not remove rust, scales, mill
scales or weld flux. Therefore, before application of paint, solvent cleaning shall be
followed by other cleaning procedures as stated in subsequent clauses.
5.2.3.2 Hand Tool Cleaning
The surface shall be cleaned manually by vigorous wire brushing as per grade St -2
quality of Swedish Standard Institution SIS 055900 and DIN 555928. This method
effectively removes loosely adherent materials, but would not affect residues of
rust or mill scales that are intact are firmly adherent. Finally the surface is to be
cleaned with a vacuum cleaner or with clean compressed air or with clean brush.
After preparation the surface shall have a faint metallic shine. The appearance shall
correspond to the prints designated St-2.
5.2.3.3 Power Tool Cleaning The surface shall be cleaned by electric or pneumatic tools, such as brushes,
sanding machines, disc abrasive grinder, rotary disc scaler etc, to St -3 quality. The
tools shall be used carefully to prevent excessive roughening of surface and
formation of ridges and burrs. This method will remove loosely adherent materials
but would not affect residues of rust or mill scales that are firmly adherent and
intact.
5.2.3.4 Blast Cleaning
The surface shall be cleaned by impingement of abrasive materials, such as graded
sand at high velocity created by clean and dry compressed air blast as per the
grade according to Swedish Standard Institution SIS 055900. This method will
remove loosely adherent materials as well as adherent scales and mill scales. Prior
to application of blast, heavy deposit of oil and grease are removed by solvent
cleaning excessive surface scales are removed by hand tools or power tool
cleaning. The extent of removal of adherent scales is varied, depending on the
application and are defined by the surface quality grades Sa 1, Sa 2, Sa 2.5 and Sa
3 in the order of increasing cleanliness. The blast cleaning is not recommended for
sheet metal work.
5.2.3.5 Flame Cleaning
The surface is cleaned by rapid heating by means of oxyacetylene flame to loosen
the adherent scales, followed immediately by wire brushing. This method will
remove loosely adherent materials as well as most of the adherent scales and mill
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 22 of 37
scales. In order to minimize or prevent distortion flame cutting shall not be used on
members having thickness of 6 mm and lower.
5.2.3.6 Pickling
In this method the surface is cleaned of mill scales, rust or rust scales by chemical
reaction or electrolysis or both.
5.3 Paint Application
5.3.1 Paints
5.3.1.1 Paint shall be applied in accordance with paint manufacturer’s recommendations.
The work shall generally follow IS 1477 – 1971 (Part II) for jobs carried out in India
and SSPC-PA-1 or DIN 55928 of equivalent for jobs carried out outside India.
5.3.1.2 General compatibility between primer and finishing paints shall be established by
the paint manufacturer supplying the paints.
5.3.1.3 In the event of conflict between this general procedure on painting and the paint
manufacturer’s specification, the same shall be immediately brought to the notice
of the Purchaser. Generally in cases of such conflicts, Manufacturer’s specifications
/ recommendations shall prevail.
5.3.1.4 Before buying the paint in bulk, it is recommended to obtain sample of paint and
establish “Control Area of Painting”. On Control Area, surface preparation and
painting shall be carried out.
5.3.1.5 If required, samples of paint shall be tested in laboratories to establish quality of
paint with respect to:
(i) Viscosity
(ii) Adhesion/Bond of paint in steel surfaces.
(iii) Adhesion/Simulated salt spray test.
(iv) Chemical analysis (percentage of solids by weight).
(v) Normal wear resistance as encountered during handling & erection.
(vi) Resistance against exposure to acid fumes, etc.
5.3.1.6 Whole quantity of paint for a particular system of paint shall be obtained from the
same manufacturer.
5.3.1.7 The main Contractor shall be responsible for supply of paints and this responsibility
shall not be passed on to the sub-contractor.
5.3.1.8 The painting material as delivered to the Contractor, must be in the manufacturer’s
original container bearing thereon manufacturer’s name brand and description.
Paint/Painting material in containers without labels or with illegible labels shall be
rejected, removed from the area and shall not be used.
5.3.1.9 Thinners wherever used shall be those recommended by the paint manufacturers
and shall be obtained in containers with manufacturer’s name and brand name of
thinner legibly printed, failing which the thinner is liable to be rejected and shall not
be used.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 23 of 37
5.3.1.10 All paint containers shall be clearly labeled to show the paint identification, date of
manufacture, batch number, special instruction, shelf life etc. The container shall
be opened only at the time of use.
5.3.1.11 All paints shall be stored in accordance with the requirements of laid down
procedure by the paint manufacturer.
5.3.1.12 All ingredients in a paint container shall be thoroughly mixed to break-up lumps
and disperse pigments before use and during application to maintain homogeneity.
5.3.1.13 The proposed make, quality and shade of the paint shall have the approval of the
client.
5.3.1.14 The colour code of the finishing paint to be followed shall be intimated to the
successful Tenderer after finalisation of order. The undercoat shall have different
tint to distinguish the same from the finishing coat. 5.3.1.15 The Contractor shall furnish paint manufacturer’s test report or technical data sheet
pertaining to the paint selected. The data sheet shall indicate among other things
the relevant standards, if any, composition in weight percent of pigments, vehicles,
additives, drying time, viscosity, spreading rate, flash point, method of application,
quality of surface preparation required, corrosion resistance properties and colour
shades available.
5.3.1.16 For details of paint materials refer Annexure -02.
5.3.2 General
5.3.2.1 Each coat of paint shall be continuous, free of pores and of even film thickness
without thin spots.
5.3.2.2 Each coat of paint shall be sufficiently dry before application of next coat.
5.3.2.3 Paint shall be applied at manufacturer’s recommended rates. The number of coats
shall be such that the minimum dry film thickness specified is achieved. The dry
film thickness of painted surfaces shall be checked with ELCOMETER of measuring
gauges to ensure application of specified DFT.
5.3.2.4 Zinc rich primer paints which have been exposed several months before finishing
coat is applied shall be washed down thoroughly to remove soluble zinc salt
deposits.
5.3.2.5 The machine finished surfaces shall be coated with white lead and tallow before
shipment or before being put out into the open air.
5.3.2.6 Areas which become inaccessible after assemble shall be painted before assembly
(after obtaining painting clearance from the inspecting authority) after requisite
surface cleaning as specified.
5.3.2.7 Paint shall not be applied when the ambient temperature is 5 deg C and below or
45 deg C and above. Also paint shall not be applied in rain, wind, fog or at relative
humidity of 80% and above unless the manufacturer’s recommendations permit.
Applications of paint shall be only be spraying or brushing as per IS 486 – 1983
and IS 487 -1985.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 24 of 37
5.3.2.8 Primer paint shall be applied not later than 2 -3 hours after preparation of surface,
unless specified otherwise.
5.3.2.9 Edges, corners, crevices, depressions, joints and welds shall receive special
attention to ensure that they receive painting coats of the required thickness.
5.3.2.10 Surfaces which cannot be painted but require protection shall be given a coat of
rust inhibitive grease according to IS 958 – 1975 or solvent deposited compound
according to IS 1153 – 1975 or IS 1674 – 1960.
5.3.2.11 Surfaces in contact during shop assembly shall not be painted. Surfaces which will
be inaccessible after assembly shall receive minimum two coats of specified primer.
5.3.2.12 Surfaces to be in contact with wood, brick or other masonry shall be given one
shop- coat of the specified primer.
5.3.3 Site/Field Painting 5.3.3.1 Wherever shop primer painting is scratched, abraded or damaged, the surface shall
be thoroughly cleaned using emery paper and power driven wire brush wherever
warranted, and touched up with corresponding primer. Touching up paint shall be
matched and blended to eliminate conspicuous marks.
5.3.3.2 If more than 50% of the painted surface of an item requires repair, the entire item
shall be mechanically cleaned and new primer coats shall be applied followed by
intermediate and finishing coats as per painting specification.
5.3.3.3 All field welded areas on shop painted items shall be mechanically cleaned
(including the weld area proper, adjacent areas contaminated by weld spatter or
fumes and areas where existing primer paint is burnt). Subsequently, new primer
and finishing coats of paint shall be applied as per painting specification.
5.3.3.4 The first coat of finish paint at site shall be applied preferable within three months
of the shop paint.
5.3.4 Structural
5.3.4.1 All fabricated steel structure, fabricated steel pipes, etc. shall have a minimum of
two coats of primer paint before dispatch to site.
5.3.4.2 Parts of steel structures embedded in concrete shall be given a protective coat of
Portland cement slurry immediately after fabrication and after surfaces of this part
is thoroughly cleaned from grease, rust mill scales, etc. No paint shall be applied on
this part.
5.3.4.3 All structures shall receive appropriate number of primer and finishing coats in
order to achieve overall DFT as per design drawings/ specification. 5.3.5 Hot Surfaces
5.3.5.1 Total DFT for heat resistant paints should no exceed 100 – 120 microns, otherwise
flaking occurs (as per paint manufacturer’s recommendations).
5.3.5.2 Heat resistant paints should be applied by brush.
5.3.5.3 Primer coat should not be applied on the surfaces having temperature condition
more that 120 deg C.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 25 of 37
5.4 Painting Schemes
For a complete painting scheme of any item being printed, all types of paints are to
be procured from the same manufacturer as approved by the purchaser.
5.4.1 Legend
SP - Surface preparation quality as per SIS standard
2P1 - Two (2) coats of Primer paint type P1
1I1 - One (1) coats of Intermediate paint type I1
2F1 - Two (2) coats of Finish paint type F1
DFT - Dry Film Thickness in microns developed
CRT - Clean and Retouch
Type of paint products like P1 to P9, I1 to 14 and F1 to F10 have been specified under
Annexure-02.
5.4.2 The painting scheme to be followed for various structure/equipment exposed to
different condition is briefly given in Annexure-03 for guidance to the tenderer.
5.4.3 The colour code for different applications are indicated in Annexure-04. Wherever
colour codes are not specified, the same is to be mutually agreed between the
Purchaser and Contractor.
5.5 Guarantee
5.5.1 The Contractor shall guarantee that the physical and chemical properties of the
paint materials conform with the specification of paint products.
5.5.2 The Contractor shall submit internal test reports from paint manufacturers
regarding the quality of paint whenever asked by the BSP/MECON/EPI.
5.5.3 Guarantee period shall commence from the date of completion of finishing coat of
paint. The guarantee period will be indicated depending on the type of surface
preparation and system of painting. To fulfill this obligations the Contractor may
obtain from the painting manufacturer, guarantee for the performance of
paint/painted surfaces.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 26 of 37
Annexure- 01
Surface Preparation Grade
Sl
No. Surface Preparation Swedish
Std SIS
055900
DIN Std. Din 55928 (Part 4)
1 Blast cleaning to white metal
Removal of all visible rusts, mill-scales,
paint and foreign matters.
Sa 3 Sa 3
2 Blast cleaning to near white metal:
95% of any section of surface area is free
from all rusts, mill-scales and visible
residues.
Sa 2.5 Sa 2.5
3 Blast cleaning to commercial quality:
At least 2/3 of any section of the surface
area is free from all rusts, mill-scales and
visible residues.
Sa 2 Sa 2
4 Brush-off blast cleaning:
Removal of all loose mill-scales, rust and
foreign matters etc.
Sa 1 Sa 1
5 Power tool cleaning:
Very thorough scrapping and wire brushing
to remove loose mill-scale, rust and foreign
matters to have pronounced metallic shine.
St 3 St 3
6 Hand tool cleaning:
Removal by hand brushing of loose mill-
scale, loose rust and foreign matters.
St 2 St 2
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 27 of 37
Annexure - 02 PAINT MATERIALS
01. PRIMER PAINTS (P)
Primer paint products shall be applied only on dry and clean surfaces.
01.01 Primer Paint –P1 (Phenolic – Alkyd Based)
A single pack air drying phenolic modified alkyd composition with zinc phosphate as
a primer paint conforming generally to IS : 2074.
Air drying time - About 60 minutes (touch dry)
- Overnight (hard dry)
Dry film thickness (DFT)/ Coat - 40 microns (min)
Temperature resistance - Upto 1000C dry heat
01.02 Primer Paint – P2 (Chlororubber Based)
A single pack air drying high build chlorinated rubber based zinc phosphate primer.
Percent chlororubber - 20 to 22 (% Chlorine above 65% in
Chlororubber)
Air drying time - About 15 minutes (touch dry)
- Overnight (hard dry)
DFT/ Coat - 50 microns (min)
Temperature resistance - Up to 650 C dry heat
01.03 Primer Paint – P3 (PVC Copolymer Alkyd Based)
Polyvinyl chloride (PVC) - Alkyd zinc phosphate – redoxide
Based primer
Ratio - PVC copolymer + alkyd reisn (1.1)
Pigments - Zinc phosphate & Fillers
Air drying time - 24 hours
DFT/Coat - 80 microns
Temperature - Upto 800 C dry heat
01.04 Primer Paint – P4 (Epoxy Based)
A two pack air drying Epoxy polyamide resin based red oxide – zinc phosphate
primer.
Epoxy content (% wt.) - 15 to 18
Air drying time - About 30 minutes (touch dry)
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 28 of 37
- overnight (hard dry)
DFT/Coat - 30 microns (min)
Temperature resistance - Upto 1200C dry heat
01.05 Primer Paint – P5 (Epoxy Based)
A two pack air drying Epoxy polyamide with zinc dust of at least 92% zinc dust on
the dry film
Epoxy content (% wt.) - 8 to 10
Air drying time - Less than 10 minutes (touch dry)
Less than 2 hours (hard dry)
DFT/Coat - 40 microns (min)
Temperature - Upto 3000C dry heat
01.06 Primer Paint – P6 (Poly – Vinyl Butyral Resin Based)
A two pack air drying polyvinyl butyral resin based wash primer with rust inhibitive
pigments.
Air drying time - 5 to 7 minutes (touch dry)
- 2 hours (hard dry)
DFT/Coat - 8 microns
Temperature resistance - Upto 650C dry heat
Application for - Galvanised iron, aluminium, light
alloys etc. on which the adhesion of
conventional paints are poor.
01.07 Primer Paint – P7 (Ethyl Zinc Silicate, EZS Based).
A two pack heavy duty zinc dust rich silicate primer which protects the surface with
just a single coat.
Total solids (3 wt) - 84 +/- 2
Density (g / cc) - 3. 07 +/- 0.05
Air drying time - To top coat 16 hours
DFT / Coat - 60 microns
Temperature resistance - Upto 450 deg C dry heat
01.08 Primer Paint – P8 (high Build Coal Tar Epoxy)
A two pack cold cured H. B. epoxy coal tar coating –no primer is required.
Mixing ratio - Base: Hardener (4:1 by vol.)
Air drying time - 48 hours (hard dry)
Full cure 7 days
DFT / Coat - 100 microns
01.09 Wood Varnish –P9
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 29 of 37
Treated oil based primer pigmented with suitable pigments:
Air drying time - 16 hours for application of top coat.
Coverage - 10 to 14 sq. m/litre
02. INTERMEDIATE PAINTS (I)
These paints shall be applied over primer coats as an intermediate layer to provide
weather proof seal of primer coats.
02.01 Intermediate Paint-II (Phenolic alkyd based)
A single pack high build phenolic based paint with micaceous iron oxide (M 10).
Air Drying Time - 4 to 6 hours (touch dry)
2 days (hard dry)
DFT / Coat - 75 microns (min)
Temperature resistance - Upto 100 deg C dry heat
Compatible with - Primer P1
02.02 Intermediate Paint -12 (Chlororubber based)
A single pack air drying high build chloro based paint with MIO.
Air Drying Time - 15 minutes (touch dry)
- 24 hours (hard dry)
DFT/Coat - 70 microns (min)
Temperature resistance - Upto 65 deg C dry heat
Compatible with - Primer P2, P3 & P4
02.03 Intermediate Paint -13 (PVC – Alkyd Based)
PVC Coploymer - Resin 1 : 1
Pigments - Micaceous iron oxide (MIO)
DFT/Coat - 80 microns
Temperature resistance - Upto 80 deg C dry heat
Compatible with - Primer P2 & P3
02.04 Intermediate Paint -14
A two pack air drying high build epoxy resin based paint with MIO.
Air drying time - 6 to 8 hours (touch dry)
- 7 days (full cure)
DFT / Coat - 100 microns
Temperature - Up to 1800C dry heat
Compatible with - Primer P4 & P5
03. FINISH PAINTS (F)
Finish paint costs shall be applied over primer coats and intermediate coats after
proper cleaning and touch up of primed surface.
03.01 Finish Paint – F1
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 30 of 37
A single pack air drying high gloss phenolic alkyd modified synthetic enamel paint
suitably pigmented.
Air drying time - 3 to 4 hours (touch dry)
- 24 hours (hard dry)
DFT/Coat - 25 microns (min)
Temperature - Upto 1000C dry heat
Compatible with - Primer P1
Intermediate I1
Colour - Generally all shades
03.02 Finish Paint –F2
A single pack air drying polyurethane enamel of high gloss and hard finish suitably
pigmented.
Air drying time - 2 to 2 ½ hours (touch dry)
- 6 hours (hard dry)
DFT/Coat - 30 microns (min)
Temperature resistance - Upto 1000C dry heat
Compatible with - Primer P1 & P8 and
Intermediate I1
Colour - Generally all shades
03.03 Finish Paint – F3
A two pack air drying bituminous aluminum paint.
Air drying time - 1 to 2 hours (touch dry)
- 21 hours (hard dry)
DFT/Coat - 25 microns (min)
Temperature resistance - Upto 1000C dry heat
Compatible with - Primer P1 and Intermediate I1
Colour - Bright metallic
03.04 Finish Paint – F4
A ready mixed oil –alkyd based synthetic enamel paint of high gloss and hard
wearing properties.
Air drying time - 6 to 8 hours
Coverage - 14 to 16 Sq. m/litre
Temperature resistance - Upto 600C dry heat
Compatible with - P8
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 31 of 37
Colour - Generally all shades
03.05 Finish Paint –F5
A single pack air drying plasticized chlororubber paint suitably pigmented.
Air drying time - 30 minutes (touch dry)
- 24 hours (hard dry)
DFT/Coat - 35 microns (min)
Temperature resistance - Primer 650C dry heat
Compatible with - Primer P2 & P3,
Intermediate I2 & I3
Colour - Nearly all shades except few.
03.06 Finish Paint – F6
A PVC - Copolymer alkyd based enamel.
Density - 1.17 ± 0.05
Total solids (1 wt) - 55 ± 2
DFT/Coat - 40 microns
Compatible with - P2 and P3
03.07 Finish Paint – F7
A two pack air drying epoxy polyamide enamel suitably pigmented.
Air drying time - 2 to 3 hours (touch dry)
- 7 days (full cure)
DFT/Coat - 40 microns (min)
Temperature resistance - Up to 1300C dry heat
Compatible with - Primer P4 & P5,
Intermediate 14
Colour - Generally all shades.
03.08 Finish Paint – F8
A single pack synthetic rubber based aluminum paint.
Air drying time - 2 hours (touch dry)
- 24 hours (hard dry)
DFT/Coat - 25 microns (min)
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 32 of 37
Temperature resistance - Upto 2000C dry heat
Compatible with - No Primer paint except primer P6 is
applicable in case of non- ferrous
substrate.
Colour - Smooth aluminium.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 33 of 37
Annexure – 03
PAINTING SCHEME
Sl.
No.
Description Painting Scheme Total
DFT
At Shop At Site
1.0 Steel Structures
(Temp. not exceeding 800C)
(Refer
Note-1)
1.1 Technological steel structures for plant
and equipment
Indoor
Outdoor
SP – Sa 2.5
2P1
SP – Sa 2.5
2P1 1/1
CRT
2F1
CRT
2F1
130
205
1.2 Fabricated steel structures at site for rung
ladders, cat-ladders, gates, rolling
shutters, etc. (Springs/rubbing surfaces
excluded)
- Indoor / Outdoor
SP –St-2 and /
Or St-3
2P1
CRT
2F1
130
1.3 Walkways, stairs, platforms etc. which are
of wearing surface
- Indoor
-Outdoor
SP – St -2 and
/
or St -3
2P1
SP-St2 and /
Or St -3
2P1 1/1
CRT
2F1
CRT
2F1
130
205
1.4 Steel doors and windows
-Indoor / outdoor
SP- St-2 and /
or St-3
2P1 1/1
CRT
2F2
215
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 34 of 37
Sl.
No.
Description Painting Scheme Total
DFT
At Shop At Site
2.0 MECHANICAL EQUIPMENT
2.1 Mechanical equipment
(Temp. not exceeding 800C)
2.1.
1
Static equipment like storage tanks,
vessels, bins, bunkers, heat exchangers,
coolers, Cyclones, scrubbers, etc.
-Indoor
-Outdoor
SP –Sa 2.5
2P2/2P3
SP –Sa 2.5
2P2/2P3+1/2 /
1/3
CRT
2F5/2F6
CRT
2F5/2F6
170/240
240/320
2.1.
2
Rotary/moving equipment and
machineries like crushers, mills, vibratory
screens, bin activators, blowers, fan,
air/gas compressors, pumps, gear boxes,
machine housings etc.
-Indoor
-Outdoor
SP –Sa 2.5
2P3/2P4
SP –Sa 2.5
2P3+1/3 / 1/4
CRT
2F6/2F7
CRT
2F6/2F7
240/140
320/340
Sl.
No.
Description Painting Scheme Total
DFT At Shop At Site
3.0 Pipe / Duct work (Over ground)
3.1 Non – insulated
(temperature up to 800C)
-Indoor
-Outdoor
SP –St2 and
or St3
2P1
SP –St2 and/
or St3
2P1 + 111
CRT
2F1
CRT
2F1
130
205
3.2 Insulated (hot)
-Indoor / Outdoor
SP – St2 and/
or St3
1P1
Remove
paint and
insulate
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 35 of 37
4.0 Oxygen Plant
4.1 Outdoor steel
structures
SP – St2 and /
or St3
2P1 + 1I1
CRT
2F3
205
4.2 Rotary equipment like air compressors Sa 2.5
2P4
CRT
2F7
140
5.0 Others
5.1 Standard mobile equipment like chasis of
trucks, dumpers, crawler cranes
bulldozers,
Railway rakes, chasis of slag cars, ladle
cars, etc.
As per manufacturer’s standards
5.2 Laboratory equipment like ovens, screens,
magnetic stirrers, samplers, etc.
Stove enameling CRT 110
5.3 Steel structures partly immersed in water SP – Sa 2.5
2P8
CRT
200
Notes:-
1. Painting scheme of all fabricated steel structures, fabricated pipe work, building structures,
conveyor galleries, pipe trestles etc. is indicated in the Technical Specification of steel
structures.
2. Primer Paint
Primer coat shall be suitable for intended temperature applications as per manufacturer’s
recommendation. The primer selection shall be generally in line with the specification laid
down in Annexure -02.
3. Finish Paint
In case of Aluminium cladding final painting will not be required.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 36 of 37
ANNEXURE - 04
COLOUR CODE The colour codes are mentioned for all the items including pipe work. Shades of finish coat
of paint applied over respective item indicated below are tentative and subject to
alteration as per Purchaser’s request or due to compatible paint system adopted. The
service for which colour code/bands are not specified are to be mutully agreed for by the
Purchaser & the Contractor.
Sl. No.
Items Painted Colour Colour No. of IS:5
1. Structures Building frames including bracings,
side girts, louvers etc.
Aircraft grey 693
Crane girders Azure blue 104 Crane stops Post office red 538 Gutters Black bituminous
aluminium
- Fire escape platforms ladders, etc. Signal red 537
General hand railing, top runners Lemon yellow 355 Rung ladders Lemon yellow 355 All members blocking passages for movement
Lemon yellow 355
Trestles, towers and pipe bridges Dark admiralty grey 632 Conveyor gallery structures Aircraft grey 693 Steel chimneys Aluminium -
2. Equipment and Machinery General indoor equipment Light grey 631
General outdoor equipment Dark admiralty 632 Crane bridges, trolleys, hooks etc.
and other mobile equipment
Base : Lemon yellow Stripes : Black (100 mm wide)
355
Furnaces Aluminium Tanks Base : Same as for
general equipment Strips : Same shade as for piping around the tnk at half the tank height
Fire-fighting equipment Signal red 537
3. Pipe work Colours shall be as given below. The base colour shall be applied throughout entire length
except on surfaces of materials such as asbestos, aluminium, brass, bronze, galvanized
steel, stainless steel and other corrosion resistant alloys and rubber / synthetic polymers.
In such cases identification colour bands of at least 500mm width shall be provided near
each branch, valve and at distances not exceeding 10m either as local colour coatings or
coloured adhesive type of suitable material or label attached to the pipe work. Additional
identification bands superimposed over the base colour shall be provided near each
branch, valve and at distance not exceeding 10m. The bands shall be atleast 25mm wide
except in care of double bands where the first band shall be about 100mm wide. Direction
of flow shall be clearly marked on the pipelines at intervals not exceeding 10m and all
branches and change of directions.
------------------------------------------------------------------------------------------------------------------- EPI Volume-2A, Rev.0 Page 37 of 37
Service Colour Colour No. of IS:5
Sea or river water (untreated) Base – Sea green Band - White
217 -
Cooling water Base – Sea green Band - White
217 166
Boiler feed water Base – Sea green 217 Condensate Base – Sea green
Band – Light brown 217 410
Drinking water Base – Sea green First band - French blue Second band – Signal red
217 166 537
Industrial water Base – Sea green Band – Light orange
217 557
Compressed air Base – Sky blue 101 Instrument air Base – Sky blue
Band – Light brown 101 410
Drainage Base – Black - Fuel oil Base – Light brown
Band – Signal red 410 537
Coke oven/BF gas/other fuel gases
Base – Canary yellow Band – Signal red
309 537
Argon Base – Canary yellow Band – French blue
309 166
Acetylene Base – Canary yellow Band – Dark violet
309 796
LP Gas (LPG) Base – Canary yellow First band – Signal read Second band – Traffic green
309 537 267
Nitrogen Base – Canary yellow Band – Black
309 -
Oxygen Base – Canary yellow Band – White
309 -
Non-acidic slurries Base – Sea green Band – White
217 -
Fire-fighting system Base – Signal red 537 Rain water down pipes Base – Sea green
Band – Sky blue 217 101
Duct work Base – Aluminium -
Note: For these services, hazard marking as per fig. 4C of IS:2379 shall also be provided.
6.0 LIST OF APPROVED MAKES
Approved makes for all the items to be supplied shall be as per BSP / MECON‘s list, which
is enclosed / attached.
Please Refer: 1 Preferred makes (Chapter – 13 of GTS of BSP)
2 Appendix - 6 of BSP’s Technical Specification.
Appendix-6 List of approved vendors.
Page 1 of 32
APPENDIX – 6
LIST OF APPROVED SUB-CONTRACTORS / VENDORS
1.0 The following Sub-Contractors / Vendors are approved for carrying out the item of
the Facilities indicated against each of them. Where more than one Sub-
Contractor / Vendor is listed, the Contractor is free to choose between them, but
it must notify the Employer of its choice well in advance time prior to appointing
any selected Sub-Contractor / Vendor. In accordance with the Sub-Clause 19.1 of
GCC, the Contractor is free to submit proposals for Sub-Contractors / Vendor for
additional items from time to time. No Sub-Contractors / Vendors shall be placed
with any such Sub-Contractors / Vendors for additional items until the Sub-
Contractors / Vendors have been approved in writing by the Employer and their
name have been added to this list of approved Sub-Contractors / Vendors. I. HYDRAULIC EQUIPMENS AND SPARES
SN SPARE / EQUIPMENT NAME OF THE PREFERRED/ REPUTED MANUFACTURES
1 COMPLETE HYDRAULIC SYSTEM
1.1 COMPLETE HYDRAULIC SYSTEM WITH SERVO CONTROL
BOSCH REXROTH, EATON VICKERS, MOOG
1.2 COMPLETE HYDRAULIC SYSTEM WITH PROPORTIONAL AND CONVENTIONAL CONTROLS
BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER
2 HYDRAULIC PUMPS
2.1 AXIAL PISTON PUMPS BOSCH REXROTH, EATON VICKERS, PARKER
2.2 VANE PUMPS BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER
2.3 REDIAL PISTON PUMPS BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER, L & T, HAWE
2.4 GEAR PUMPS BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER
3 HYDRAULIC MOTOR BOSCH REXROTH, EATON VICKERS, PARKER, L & T, HAGLUNDS, DANFOSS
4 SERVO VALVES MOOG, BOSCH REXROTH
5 PROPORTIONAL VALVES MOOG, BOSCH REXROTH EATON VICKERS
Appendix-6 List of approved vendors.
Page 2 of 32
YUKEN, PARKER
6 HYDRAULIC CONTROL VALVES
6.1 DIRECTIONAL CONTROL VALVES BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER
6.2 PRESSURE CONTROL VALVES BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER
6.3 FLOW CONTROL VALVES BOSCH REXROTH, EATON VICKERS, YUKEN, PARKER
7 HYDRAULIC CYLINDERS
7.1 CRITICAL APPLICATION CYLINDERS
AS PER DRAWING
WIPRO, OSCAR, USHA – TELEHOIST VEIJAN
AS PER CATALOGUE
BOSCH REXROTH, EATON VICKERS, PARKER
7.2 GENERAL APPLICATION CYLINDERS
AS PER DRAWING WIPRO, OSCAR, VEIJAN, IPH, SALZGITTER, USHA - TELEHOIST
AS PER CATALOGUE
BOSCH REXROTH, EATON VICKERS, PARKER
8 HYDRAULIC FILTERS
8.1 FILTER FOR SYSTEMS HAVING SERVO AND PROPORTIONAL CONTROL VALVES
HYDAC, PALL, STAUFF
8.2 FILTER FOR SYSTEMS HAVING CONVENTIONAL CONTROL VALVES
HYDAC, PALL, STAUFF, EPE, PARKER
9 SEALS
9.1 SEALS FOR CRITICAL HYDRAULIC CYLINDERS **
HUNGER, PARKER, BUSAK – SHAMBAN, MERKEL
9.2 SEALS FOR GENERAL PURPOSE HYDRAULIC CYLINDERS
IMPORTED HUNGER, PARKER, BUSAK – SHAMBAN, MERKEL
INDIGENOUS SPAREAGE, OMCO, VAKO, SOFTEX, REECO
Appendix-6 List of approved vendors.
Page 3 of 32
MACHINED SEALS SEALJET, ANKSEALS
10 BALL VALVES STAUFF, PARKER, HYDAC
11 ACCUMULATORS HYDAC, EPE, FAWCET – CHRISTIE
12 HYDRAULIC PIPE CLAMPS HYD- AIR, STAUFF, PARKER, HYDAC
13 BARE HOSES SEA 100 R1/R2/R9/R10/R11/ R13, EN 853 1 ST /ISN/2ST/2SN, EN 856 4SP/4SH
DUNLOP – HIFLEX, AEROQUIP, MANULI, GATES
SAE 100 R1/R2, EN 853 1 ST /ISN/2ST/2SN
PARKER – MARKWEL, PIX, SUPERSEAL
14 PIPE FITTINGS HYD – AIR, PARKER, HYLOC – HYDROTECHNIC, STAUFF
15 QUICK RELEASE COUPLINGS AEROQUIP, PARKER, STAUFF, STERLING, HOLMBURY
16 PRESSURE GAUGES WIKA, PARKER – UCC
17 MINIMESS HOSE & COUPLINGS PARKER, STAUFF, HYDROTECHNIC
** CRITICAL MEANS THE ITEMS WHOSE FAILURE MAY CAUSE MORE THAN TWO HOURS PRODUCTION LOSS II PNEUMATIC EQUIPMENTS AND SPARES
1 AIR BOOSTER PUMPS/ INTENSIFIERS MAXIMATOR, HASKEL
2 a) CONTROL VALVES b) DIRECTIONAL CONTROL VALVES c) PRESSURE CONTROL VALVES d) FLOW CONTROL VALVES e) LOGIC CONTROL VALVES
PARKER, ROSS, NUCON, SPIRAX, MARTONAIR, SCHRADER BELLOW, CROUZET TELEMECANIQUE, FESTO
3 a) AIR PREPARATION UNITS b) FILTERS c) REGULATORS d) LUBRICATORS e) COMBINATION UNITS
AIRMATIC, PARKER, VEIJAN HYDRAIR, SCHREDER BELLOWS, NUCON,
Appendix-6 List of approved vendors.
Page 4 of 32
f) DIFFUSERS g) SILENCERS h) MUFFLERS i) BREATHERS
FESTO, HYDROLINE
4 AIR DRIERS EMSKAKY
5 PIPES & FITINGS VARIOUS TYPES OF PIPE FITTINGS, PVC, PU AND NYLONE TUBINGS
MECMAN, LEGRIS, PARKER
TOOLS & TACKLES
1 HACKSAW BLADE MIRANDA, BIPICO, L & T
2 FILES JK, HINDUSTAN
3 SLEDGE HAMMER KUMAR, TAPARIA, EVEREST, TATA, AGRICO
4 BALL PIN HAMMER KUMAR, TAPARIA, EVEREST, TATA, AGRICO
5 ALLEN KEYS UNBRAKO, JHALANI, EVEREST, TVS, GKW
6 PILER TAPARIA , JHALANI, EVEREST
7 REAMER ZENITH- ITM, ADDISON, JESON, SRP
8 SCREW DRIVER TAPARIA, JHALANI, EVEREST, MEKASTER
9 ADJUSTABLE SPANNERS TAPARIA, JHALANI, EVEREST, MEKASTER
10 D.E. SPANNER TAPARIA, JHALANI, EVEREST, MEKASTER
11 S.E. SPANNER TAPARIA, JHALANI, EVEREST, MEKASTER
12 RING SPANNER TAPARIA, JHALANI, EVEREST, MEKASTER
13 BOX SPANNER SET JHALANI, EVEREST, MEKASTER, SNAP-ON, POWER MASTER, TRISTER
14 THREADING TAPS ADDISON, ITI, JESON, SRP, TOTEM, JK, MIRANDA
15 PIPE WRENCHES JHALANI, TAPARIA, EVEREST, MEKASTER
16 PNEUMATIC CHISELS APT, TAPARIA, CP, BOYD SMITH
17 DRILL CHUCK JUG, PITTIE
18 END MILL CUTTER ADDISON, ITI, JESON, SRP, TOTEM, ITM (ZENITH)
19 DRILLS ADDISON, JESON, ITI, SRP, JK FILES & TOOLS
20 SLOT DRILLS ADDISON, JESON, ITI, SRP, JK FILES & TOOLS, ITM (ZENITH)
21 DRILL SLEEVES PITTIE, BHARAT, JK, TRUMAX
22 VERNIER CALIPER MITUTOYO, FORBES
23 MEASURING STEEL TAPE FREEMAN, TRUFLEX
24 BENCH VICE APEX, CITCO
25 PUNCHES BRADMA, R & R
26 STEEL SCALE STAINLESS STEEL
KRISTEEL SHINWA
27 BAND SAW BLADE (FOR METAL)
MIRANDA, BIPICO
BAND SAW BLADE (FOR WOOD)
ESI, ANIL
28 CARBIDE TIPS SANDVIK, ZENITH, KENNANETAL, SICO, RAPICUT CERATIZIT
29 PHILLIP HEAD SCREW DRIVER
TAPARIA
30 PLIERS FOR CIRCLIPS (INTERNAL & EXTERNAL)
TAPARIA, SAM-FRANCE, SNAP-ON
Appendix-6 List of approved vendors.
Page 5 of 32
PORTABLE MAINTENANCE TOOLS A. ELECTRICAL EQUPTS.
1 2 3 4 5 6
ST. GRINDERS ANGLE GRINDERS DRILLING M/C BENCH GRINDERS 6” SANDERS/ POLISHERS SANDER
M/S RALLIWOLF M/S BOSCH POWER TOOLS M/S KULKARNI POWER TOOLS M/S BLACK & DECKER
B. LIFTING / PULLING EQUIPMENTS
1 2 3 4 5
PULLING & LIFTING M/C HAND OPERATED CHAIN PULLEY BLOCK HAND OPERATED GEAR TRAVELING TROLLIES HYD. JACKS a) REMOTE CONTROLLED TYPE (OPERATING PRESSURE + 700 BAR) b) ELECT. HYD. POWER PACK (OPERATING PRESSURE + 700 BAR) HYD. BEARING PULLERS
TIRFOR, MAXPULL, INDEF INDEF INDEF OEW, ORIONE, ENERPACK OEW, ORIONE, ENERPACK SUPER UNIQUE, OMAR STAR, POWER RAM
C. PNEUMATIC TOOLS
1 2 3 4 5 6
CHIPPING HAMMER ST. GRINDER ANGLE GRINDERS DRILLING M/C DIE GRINDERS IMPACT WRENCHES
CPT PNE – TECH
D. MISC. TOOLS
1 2 3
DIE LESS HYD. CRIMPING TOOLS (6- 500 SQ.MM. SIZE) RING SPANNERS OF ASSORTED SIZES SOCKET SPANNERS
ISMAL MAKE TAPARIA, JHALANI, EVEREST, MEKASTER TAPARIA, MEKASTER
III. EARTHMOVING EQUIPMENT & VEHICLES
S.No. Equipment/ Vehicle Preferred makes
1. DOZERS (ENGINE HP UP TO 100) KOMATSU
2. DOZERS (ENGINE HP MORE THAN 100 up to 450)
BEML
3. DUMPERS (35 TON REAR DUMP) BEML
4. DUMPERS (50 T REAR DUMP) HM, BEML
Appendix-6 List of approved vendors.
Page 6 of 32
5. HYDRAULIC EXCAVATORS (UP TO 1.5 CuM BUCKET CAP).
BEML
6. EXCAVATORS (MORE THAN 1.5 CUM UP TO 3.50 CUM)
L & T, TITAGARH WAGON
7. EXCAVATORS (MORE THAN 3.50 CUM UP TO 5.50 CUM)
BEML
8. EXCAVAOPRS WITH ROCK BREAKER (UP TO 1.0 CU M BUCKET CAPACITY)
TATA HITACHI
9. WHEELED LOADERS (UP TO 1.0 CU M BUCKET CAPACITY)
ESCORTS, JCB
10. WHEELED LOADERS (MORE THAN 1.0 CU UP TO 2.0 CU M)
BEML, HM
11. WHEELED LOADERS (MORE THAN 2.0 CU M UP TO 3.0 CU M)
BEML
12. WHEELED DOZER (ENGINE HP UP TO 160) BEML
13. MOTOR GRADER (ENGINE HP UP TO 250) BEML
14. FRICTION CRAWLER CRANE (18 T – 20 T) TELCON
15. TRACK TYPE LOADER (UP TO 2.0 CU M BUCKET SIZE)
CATERPILLER
16. PICK AND CARRY CRANE (UP TO 8 T) ESCORTS
17. HYDRAULIC ROUGH TERRAIN CRANE (UP TO 20 T)
VOLTAS OMEGA, ESCORTS
18. HYDRAULIC ROUGH TERRAIN CRANE (40 T – 45 T)
VOLTAS OMEGA
19. TRACTOR (ENGINE HP UP TO 70) HMT
20. VIP CARS (ENGINE HP UP TO 100) HINDUSTAN MOTORS
21. JEEPS (ENGINE HP UP TO 100) MAHINDRA & MAHINDRA
22. PICKUP VAN (ENGINE HP UP TO 100) TATA
23. TRUCKS (ENGINE HP UP TO 140) TATA, ASHOK LEYLAND
24. TIPPERS (ENGINE HP UP TO 140) TATA, ASHOK LEYLAND
25. AMBULANCE (ENGINE HP UP TO 100) TATA
26. LIME TANKERS (ENGINE HP UP TO 170, 12 T CAPACITY TANKER)
TATA
27. WATER TENDERS (ENGINE HP UP TO 170) TATA, ASHOK LEYLAND
28. FOAM TENDERS (ENGINE HP UP TO 170) TATA, ASHOK LEYLAND
29. EME TENDERS (ENGINE HP UP TO 170) TATA, ASHOK LEYLAND
30. DCP TENDERS (ENGINE HP UP TO 170) TATA, ASHOK LEYLAND
31. COMB. TENDERS (ENGINE HP UP TO 170) TATA, ASHOK LEYLAND
32. GARBAGE TRUCKS (ENGINE HP UP TO 140) TATA, ASHOK LEYLAND
33. WATER TANKERS (ENGINE HP UP TO 140) TATA, ASHOK LEYLAND
IV. INDIGENOUS EOT CRANE
1 HOT METAL HANDLING FOUR GIRDER CRANE, LADLE HANDLING CRANE - 2 GIRDER & 4 GIRDER, MILL DUTY CRANES, MAGNET CRANES, TONGS CRANES & GRAB MAGNET CRANES
M/S HEC M/S JESSOP M/S MUKAND
2 SERVICE CRANES USED IN VARIOUS SHOPS - CLASS-2, 3 DUTY CAPACITY UP TO 300 T
M/S HEC M/S JESSOP M/S MUKAND, MUMBAI
3 SERVICE CRANES UP TO 200T CAPACITY M/S HEC M/S JESSOP M/S MUKAND, MUMBAI M/S WMI
Appendix-6 List of approved vendors.
Page 7 of 32
M/S ANUPAM M/S UNIQUE INDUSTIRES M/S FAFE CO
4 SERVICE CRANES UP TO 50 T CAPACITY M/S HEC M/S JESSOP M/S MUKAND, MUMBAI M/S WMI M/S ANUPAM M/S UNIQUE INDUSTIRES M/S FAFE CO SHAKTI INDUSTIRES
V. AIR CONDITIONING AND VENTILATION EQUIPMENT
1 ROOM AIR CONDITIONERS - CAP 1.5 TR AS PER IS
VOLTAS, LG VIDEOCON, BLUESTAR, ELECTROLUX SIEL AIR CON (NOT RECOMMENDED FOR CONTINUOUS OPERATION)
2 SPLIT AIR CONDITIONERS INCLUDING CASSETTE TYPE, WALL MOUNTED FLOOR MOUNTED AND CEILING MOUNTED - CAP. 1.5 TR & 2 TR
VOLTAS, BLUE STAR, LG, DAIKIN, VIDEOCON
3 DUCTABLE AND TOWER TYPE AIR CONDITIONERS - CAP. 5.5 TR
VOLTAS BLUE STAR, LG, CARRIER, DAIKIN
4 PACKAGE AIR CONDITIONERS (WATER COOLED) 5- TR, 7.5 TR, 10 TR & 15 TR
VOLTAS, MESINA, BLUE STAR, FRICK, FEDDERS LLOYD, BATLIBOI
5 PACKAGE AIR CONDITIONERS (AIR COOLED) – CAP - 5 TR & 7.5 TR
VOLTAS, MESINA, BLUE STAR, FRICK, FEDDERS LLOYD, BATLIBOI
6 PACKAGE (CAP - AS PER REQUIREMENT) AIR CONDITIONERS FOR HIGH AMBIENT TEMPERATURE (ABOVE 55 DEG C) FRO APPLICATIONS LIKE CRANES, MOBILE EQUIPMENT ETC.
LINTERN, WEISSHAR, FRIGORTEC, SULTZER, PHILIP DOYAL
7 CENTRAL AIR CONDITIONERS (CAP. 30 TR AND ABOVE) VAPOUR COMPRESSION TYPE WITH WATER COOLED CONDENSERS ONLY WITH OPEN TYPE RECPROCATING COMPRESSORS
VOLTAS, BATLIBOI BLUE STAR, FRICK
8 AIR HANDLING UNITS FOR CHILLED WATER COOLING SYSTEMS (CAP - AS PER REQUIREMENT)
C. DOCTOR, FRICK, VOLTAS, BLUE STAR, MESINA
9 AIR WASHER UNITS AND PLENUM VENTILATION SYSTEMS (CAP. MINIMUM 10,000 CUM/HR AND IN MULTIPLES OF 10,000 CUM/HR AND UP TO 1,20,000 CUM/HR FOR NORMAL CASES)
SAKET, S.K. SYSTEMS, MESINA, VOLTAS, AIR TECHNIKO, F.HARLEY - FOR SYSTEMS OF CAPACITY UP TO 80,000 CUM/ HR AND
Appendix-6 List of approved vendors.
Page 8 of 32
ACCO, C.DOCTOR, VOLTAS, ABB FOR SYSTEMS OF CAPACITY UP TO 1,20,000 CUM/ HR (CAPACITY CAN BE REVIEWED FOR SPECIAL CASES)
10 WATER COOLERS OF STORAGE TYPE (CAP - 80/ 40 LITERS)
VOLTAS, USHA, SHRIRAM, BLUE STAR
11 REFRIGERATORS (CAP. 165 LT TO 265 LT)
GODREJ, VIDEOCON, LG, KELVINATOR, WHIRLPOOL, SAMSUNG
12 SEALED ROTARY/ RECIPROCATING/ SCROLL COMPRESSORS FOR ROOM AIR CONDITIONERS AND SPLIT TYPE AIR CONDITIONERS (CAP. 1.5 TR & 2 TR)
SHRIRAM TECUMESH, HITACHI, KIRLOSKAR COPLAND CARRIER, DAIKIN
13 SEALED ROTARY/RECIPROCATING /SCROLL COMPRESSORS FOR PACKAGE AIR CONDITIONERS - CAP. 7.5 TR
KIRLOSKAR COPLAND, INDFOSS/ DAFOSS, DAIKIN, CARRIER
14 SEMI SEALED COMPRESSORS FOR PACKAGE AIR CONDITIONERS UP TO 15 TR.
VOLTAS, BATLIBOI, KIRLOSKAR, PNEUMATIC
15 OPEN TYPE COMPRESSORS FOR PACKAGE AND CENTRAL AIR CONDITIONERS.
FRICK, FREEZE KING, KIRLOSKAR, PNEUMATIC, BOCK, ACCEL, BLITZER, SULTZER, BATLIBOI (DAIKIN), VOLTAS
VI CABLES
Category of Cables Vendors
HT XLPE Cables (IS 7098 P-II-1985)
1. Crystal Cables 2. KEI Industries 3. Fine cab Cable 4. Cable Corporation of India 5. NICCO Cables 6. Poly Cab Cables 7. R.P.G. Cables 8. Uniflex Cables 9. Universal Cables 10. Krishna Elect. Industries 11. Torrent Cables
LT XLPE Cables ( IS 7098 P-I,1985)
1. Shriram Cables 2. Crystal Cables 3. Gloster Cable 4. Fine Cab Cable 5. Gems Cab Ind. Delhi 6. Krishna Elect.Industries 7. Ravin Cables Ltd, Maharashtra. 8. Mansfield 9. Special Cable 10. Pagoda Cables 11. Teracom
Appendix-6 List of approved vendors.
Page 9 of 32
12. KEI Industries 13. Poly Cab 14. Uniflex 15. RPG Cables 16. NICCO 17. Universal Cables 18. Cable Corporation of India 19. Havells India LTD. 20. Insucon Cables 21. CAPCAB Ind, N Delhi
Rubber Cables (IS-9968 Pt-1)
(EPR /CSP, VIR/TRS & SR cables)
1. I M T CABLES 2. Nangalwala Impex 3. United Cables 4. Bhagwati Cables 5. Cable Corpo of India 6. Govind Cables 7. KEI Industries 8. NICCO Cables 9. Shyam Cables 10. Sky Tone Elect. 11. Uniflex Cables 12. Universal Cables 13. Servel cables 14. K. N. G. PLASTIC 15. Mansfield Cables 16. R J Elect. 17. BMI Cables 18. TERACOM Pvt Ltd
HRPVC Cables (IS 1554: Pt 1: 88 -license Endorsed for insulation of Type C & sheath ST2) (Power & Control Copper & Aluminium -Armored & Unarmored)
1. Ajanta Elect, 2. Fine cab Cable 3. Insucon Cables 4. KEI Industries 5. Shanti Cables 6. Shyam Cables 7. Servel Cables 8. GEMS Cab 9. Mans Field Cables 10. Pagoda Cables 11. Universal Cables 12. Electrical Cable Indu. 13. Special cable 14. BMI Cables 15. Brimson Cables 16. RJ Indu. 17. Diamond Power 18. Grid India power cable 19. Bhansali Cables 20. Kalinga Cables & conduit Co. 21. Asian cable Co, Raigarh 22. Paragon cable India ltd
PVC Control cables (IS 694)
1. Rishabh Industries 2. Bhansali 3. Gems Cab Industries, Delhi 4. Servel Pvt. Ltd. 5. Mansfield 6. Special Cables
Appendix-6 List of approved vendors.
Page 10 of 32
7. Pagoda 8. Ravin Cables 9. Super Star Cable 10. Brimson Cables 11. Vijaya Cables 12. Electrical Cable Ind. 13. BMI Cables Pvt. Ltd. 14. Teracom Cables 15. Insucon Cables 16. Guardin Cables & Conductors 17. CAPCAB Ind, N Delhi 18. Ajanta Elect, 19. Asian cable Co, Raigarh 20. Paragon cable India ltd 21. Thermo Cable Industries, Hyd, 22. Sri Siddhi Vinayak ind, Indore 23. POLYFLEX cables Pvt Ltd, Delhi
Thermocouple, Compensating Cables, PTFE Cables
1. Skytone Elect.
2. Toshniwal Cables
3. Servel cables
4. Paramount Cables
5. M.E.M. Industries, Kolkolta
6. Electrical Cable Indu.
7. Cap Cab Cables
8. R.J. Industries. Corporation.
9. Mansfield Cable Corporation.
10. TERA COM
11. Special cable
12. Pagoda Cables
13. Udey pyro cables
14. Brooks Cables
15. Cords Cables
16. Friends Cables
17. Makcon Industries, Raipur
Welding Cables IS 9857 (Aluminium & Copper)
1. IMT Cable Pvt. Ltd, New Delhi. 2. K.N.G. Plastic, 3. Nangalwala Impex 4. Poly cab wires Mumbai. 5. Uniflex Cables Ltd, 6. Skytone cables, Faridabad. 7. Universal cables Satna. 8. NICOO corpo. Kolkata. 9. Shyam Cable. 10. Teracom 11. Super Star Cable 12. Bhagwati Cables 13. Govind Cable Industries
Data Communication, Instrumentation, Screened , Co-axial and special Cables
1. Toshniwal Cables 2. Delton 3. Finolex Cables 4. LAPP. Cables 5. M.E.M. Industries 6. R.P.G. Cables 7. Uniflex Cables 8. Servel cable
Appendix-6 List of approved vendors.
Page 11 of 32
9. Mansfield Cable Co. 10. TERA COM 11. Special cable 12. Pagoda Cables 13. Universal Cables 14. Brooks Cables 15. Asian cables 16. Bhansali Cables
Telephone Cables
1. Shri Ram cables, Delhi
2. Bhansali Cables & Conductors Pvt. Ltd, New Delhi.
3. Birla Ericsson Optical Ltd, Rewa.
4. Delton Cables Ltd, New Delhi.
5. Finolex Cables, Pune.
6. Paramount communications Ltd, New Delhi.
7. Elkay Telelinks Ltd., Faridabad.
8. Vindhya Telelinks, Rewa.
9. Usha Beltron Ltd ,Ranchi.
10. Uniflex Cables
Optical Fibre Cable, UTP Cable, Data cables, Profibus cables
1. Avaya 2. Lucent Technologies 3. Molex Ltd, Bangalore 4. Paramount 5. Tera Com 6. Finolex Cables 7. Uniflex Cables 8. Birla Ericsson Optical Ltd, Rewa. 9. Systimax, 10. Amp India Limited, Banglore 11. Bhansali Cables 12. Dax networks ltd, Chennai
HT Trailing Cables IS 9968-II (Reeling & Unreeling Duty)
1. Cable Corporation of India 2. NICCO Cables 3. Sky Tone Elect. 4. Uniflex Cables 5. Universal Cables 6. KEI Industries Limited
Arial Bunch Cables 1. Hindustan Vidyut Products Ltd 2. Laxmi Power Cables, Mumbai 3. Shri Ram cables 4. R.J. Industries. Corporation. 5. CAPCAB Ind, N Delhi 6. Paramount Cables 7. Ravin Cable 8. Chandresh Cables Ltd., Ahemdabad
High temperature fire survival cables for special applications
1. Tyco thermal controls India Pvt Ltd. 2. HELUKABEL 3. LAPP. Cables
VII. LAMPS & FIXTURES
1 LAMPS (GLS) PHILIPS, BAJAJ, OSRAM, MYSORE LAMPS, SURYA ROSHNI, CROMPTON GREAVES, G.E. LIGHTING, WIPRO
Appendix-6 List of approved vendors.
Page 12 of 32
2 LIGHTING FICTURES PHILIPS, BAJAJ, MYSORE LAMPS, CROMPTON GREAVES, G.E. LIGHTING, WIPRO, DEEPSON
3 FLAME PROOF FITTINGS BALIGA, BANGALORE; BAJAJ, FLEX PRO., KOLKATA, HANSU – CONTROL, MUMBAI
4 AVIATION LIGHTS BINOY, PHILIPS, G.E. LIGHTING, ALTOS, PUNE
5 EXPLOSION PROOF LIGHTING FITTINGS
GOVAN INDUSTRIES, MUMBAI
(*) M/s Mysore Lamps & M/s Surya Roshni should give ‘Quality Assurance’. VIII. HV EQUIPMENTS
1 220 KV & 132 KV POWER TRANSFORMERS UP TO 160 MVA
BHEL, TELK, CGL, EMCO, AREVA, ABB, SIEMENS
2 33 KV, 11 KV, 6.6 KV OIL FILLED/ DRY TYPE DISTRIBUTION/ RECTIFIER TRANSFORMERS 1000 KVA AND ABOVE
CGL, AREVA, TRANSFORMERS & RECTIFIERS LTD, KEC, INTRA VIDYUT, KANOHAR, VOLT AMP, BHARAT BIJLEE, ANDREW YULE, BHEL, EMCO, ABB, SIEMENS
2A 33 KV, 11 KV, 6.6 KV OIL FILLED/ DRY TYPE DISTRIBUTION/ RECTIFIER TRANSFORMERS BELOW 1000 KVA
CGL, AREVA, TRANSFORMERS & RECTIFIERS LTD, KEC, INTRA VIDYUT, KANOHAR, VOLT AMP, BHARAT BIJLEE, ANDREW YULE, BHEL, EMCO, ABB, SIEMENS, STAR DELTA TRANSFORMERS LTD, SOMANI ELECTRICAL PVT LTD, VISHAL TRANSFORMERS, SHILCHAR ELECTRONICS LTD, ATLANTA ELECTRICAL PVT LTD, EMCO LTD, JALGAON.
3 33 KV, 11KV, 6.6 KV OIL FILLED FURNACE TRANSFORMERS
CGL, EMCO, AREVA, BHEL, ABB
4 220 KV AND 132 KV SF 6 CIRCUIT BREAKERS
ABB , CGL, SIEMENS AREVA
5 33 KV, 22 KV, 11 KV, 6.6KV VACUUM CIRCUIT BREAKERS
SIEMENS, BHEL, CGL, SCHNEIDER, AREVA, ABB, JYOTI (JYOTI – UP TO 11 KV ONLY)
6 6.6 KV, 11 KV VACUUM CONTRACTORS
BHEL, AREVA, SIEMENS, ANDREW YULE, JYOTI, CGL
7 220 KV AND 132 KV CURRENT TRANSFORMERS (CT)
ABB, TELK, BHEL, CGL, AREVA
8 33 KV, 22 KV, 11 KV, 6.6 KV CURRENT TRANSFORMERS (CT)
PRAGATI,INSTRANS, PRAYOG, INTRAVIDYUT, INSUTECH INDUSTRIES, ABB
9 220 KV AND 132 KV VOLTAGE TRANSFORMER (PT)
ABB, TELK, BHEL, CGL, AREVA
10 33KV, 22KV, 11KV, 6.6KV VOLTAGE TRANSFORMER (PT)
ABB, PRAGATI, PRAYOG, INTRAVIDYUT, JYOTI
11 220 KV AND 132 KV CAPACITANCE VOLTAGE TRANSFORMER (CVT)
AREVA, ABB, CGL, BHEL,
12 220 KV AND 132 KV LIGHTINING ARRESTOR (LA)
OBLUM, ELPRO, AREVA, CGL,
Appendix-6 List of approved vendors.
Page 13 of 32
13 220 KV AND 132 KV ISOLATORS S&S, PONDICHERRY, ELPRO, WS-INSULATORS, ABB, AREVA, CGL
14 33KV, 11KV, 6.6KV ISOLATORS LOAD BREAK SWITCH
A- BOND STRANDS, DRESCHER & PANICKER, ABB, SIEMENS, CGL
15 11 KV AIR – BREAK SWITCH PACTIL, PANCHKARI & KAYAL & CO., A-BOND STRAND, PANIKER
16 220 KV AND 132 KV CONDENSER BUSHINGS
BHEL, CGL, AREVA, TELK (THE TRANSFORMER MANUFACTURERS MAY GIVEN THEIR OWN/ ANY OTHER MAKE WITH QAP)
17 33KV, 11 KV, AND 6.6 KV CAPACITORS
ABB, UNISTAR (UNIVERSAL CABLE), BHEL, MEHER, BANGALORE.
18 33KV, 11KV, AND 6.6KV SURGE SUPPRESSORS
OBLUM, ELPRO, WS- ISOLATORS,TOSHIBA, SIEMENS
19 33KV, 22KV, 11KV, 6.6KV CABLE JOINTING KITS (HEAT SHRINKABLR TYPE)
RAYCHEM, M/S HEAT SHRINK TECHNOLOGY, 3M (FOR 11 KV AND 6.6 KV)
20 BATTERY CHARGERS CHHABI ELECTRICALS, STANDARD, HI-RECT., SHERENE ELECTRO CONTROL, AMARA RAJA
21 LEAD ACID STATION BATTERY EXIDE, AMCO, AMARA RAJA
21 A
BATTERIES FOR OTHER APPLICATION
EXIDE, KIRLOSKAR BATTERIES, CELTEK, HBL – NIFE, MYSORE THERMO ELECTRIC, BUI
21B NICKEL – CADMIUM BATTERIES AMCO, SAB-NIFE
22 ELECTRONIC ENERGY METERS (TRIVECTOR / KWH)
SEMS, L&T, SATEC, CONZERVE, DUKATI, ABB, SIEMENS, AREVA, SCHNEIDER
23 PROTECTION & AUXILIARY RELAYS
ABB, SIEMENS, L&T, AREVA, SCHNEIDER
24 RECORDERS (CHARTLESS TYPE) CHINO, YOKOGAWA INDIA LTD, OKHURA, FUJI, EUROTHERM (CHESSEL), TATA HONEYWELL, HIOKI, FLUKE, ABB, PYROTECH, UDAIPUR.
25 ANNUNCIATORS MINILEC, SPA, PROCON, UASHMUN, PYROTECH (UDAIPUR)
26 PANEL/ INDICATING METERS IMP, AE, MECO, L&T, MOTWANI, CONZERVE
27 LT AIR CIRCUIT BREAKERS L&T, SIEMENS, SCHNEIDER, ABB, GE POWER CONTROL, CONTROL & SWITCHGEAR (TRIAL PARTY).
28 EHT/HT INSULATORS
1. PORCCLAIN INSULATOR WS- INSULATORS, JAYASHREE, BHEL, A-BOND STRAND, S&S, AREVA, OBLUM
2. EPOXY INSULATOR A-BOND STRAND, POWER CAM ELECTRICAL PVT LTD, BARODA; BUSHINGS, S & C ELECTRIC CO. (AMERICA), RISHO KOGYO CO. LTD (JAPAN)
29 HT HRC FUSES S&S, GE POWER CONTROL, BUSMAN, SIEMENS, ABB,
Appendix-6 List of approved vendors.
Page 14 of 32
DRESCHER PANIKER
30 HV/ LV BUS DUCT BEST & CROMPTON, ECC (KOLKATA), STAR DRIVE (CHENNAI), ENPRO (CHENNAI), ADVANCE POWER CONTROL (ADVANCE POWER CONTROL ONLY FOR LV BUS DUCT)
IX. L V EQUIPMENTS
31 MOULDED CASE CIRCUIT BREAKER (MCCB)
SCHNEIDER (CG & MG), L&T ANDREW YULE, ABB, SIEMENS, BCH (BIL), GE POWER CONTROL, MOELLER, CONTROL & SWITCHGEAR.
32 MOTOR PROTECTION CIRCUIT BREAKERS (MPCB)
SCHNEIDER (TELEMECANIQUE), L&T, ABB, GE POWER CONTROL, MOELLER, ROCKWELL AUTOMATION, CONTROL & SWITCHGEAR.
33 MANIATURE CIRCUIT BREAKER (MCB)
SIEMENS, L&T, GE POWER CONTROL, SCHNEIDER (PROTEC/MG), STANDARD, INDO-ASIAN, HAVELLS, MDS (LEGRAND), ABB, CONTROL & SWITCHGEAR.
34 EARTH LEAKAGE CIRCUIT BREAKER
GE POWER CONTROL, STANDARD, HAVELLS, ABB, SIEMENS, SCHNEIDER
35 SWITCH FUSE UNIT / FUSE DISCONNECTOR (FUSE SWITCH UNIT), AIR BREAK SWITCH
GE POWER CONTROL, L&T, SIEMENS, BASANT PRAN & CO, HAVELLS, STANDARD, INDO-ASIAN, CONTROL & SWITCH GEAR, ANCHORE
36 HRC FUSE FOR LT APPLICATION GE POWER CONTROL, L&T, SIEMENS, BHARAT LINDER, INDO ASIAN, HAVELLS, STANDARD, BUSSMAN, CONTROL & SWITCH GEAR, ABB
37 POWER CONTACTOR FOR CRANE/ MILL DUTY OPERATION
1. BOX TYPE (AC/DC) ABB, SIEMENS, SCHNEIDER, (TELEMECANIQUE), L&T, MOELLER, GE POWER CONTROL, ROCKWELL, AUTOMATION, CONTROL & SWITCHGEAR (TRIAL PARTY).
2. VACUUM CONTACTOR SIEMENS, L&T, MOELLER, ABB, SCHNEIDER (TELEMECANIQUE),
3. AC/DC POWER CONTACTOR – CLAPPER TYPE/ BAR MOUNTED – MILL DUTY/ CRANE DUTY
BCH (BIL), BHEL, L&T, SCHNEIDER (TELOMECANIQUE), GE (USA), ABB, LENIOR ELEC (FRANCE), MICROELECTRICA SCIENTIFIC (ITALY)
38 POWER CONTACTOR FOR GENERAL PURPOSE & CONTINOUS DUTY OPERATION
ABB, SIEMENS, SCHNEIDER, L&T, ROCKWELL AUTOMATION, ANDREW YULE, SCHNEIDER (CG) BCH (BIL), MOELLER, CONTROL &
Appendix-6 List of approved vendors.
Page 15 of 32
SWITCH GEAR
39 OVER LOAD RELAY
1. THERMAL (BIMETALLIC) BCH (BIL), L&T, SIEMENS, SCHNEIDER (TELOMECANIQUE), ANDREW YULE, SCHNEIDER (C.G.), ROCKWELL AUTOMATION, CONTROL & SWITCHGEAR.
2. ELECTRONIC OVER LOAD RELAYS
SIEMENS, L&T, ROCKWELL AUTOMATION, MOELLER, BCH, SCHNEIDER – SAMWHA
3. ELECTRO MAGNETIC OVER LOAD RELAY
BCH, KILBURN, BHEL, SCNEIDER (TELEMECANIQUE)
40 AUX. CONTRACTORS/ CONTROL REALYS
OEN, L&T,SCHNEIDER, ANDREW YULE, GE POWER CONTROL, BCH (BIL), EASUN REROLLE, JYOTI, ROCKWELL AUTOMATION, CONTROL & SWITCHGEAR.
41 TIME DELAY RELAY
1. ELECTRO PNEUMATIC BCH (BIL), SCHNEIDER (TELOMECANIQUE), BHEL, ESAUN REFOLLE
2. ELECTRONIC TMER SELECTRON, SIEMENS, BCH (BIL), ALSTOM, L&T, ROCKWELL AUTOMATION IFM, SCHNEIDER (TELOMECANIQUE)
3. TIME SWITCHES L&T, GE POWER CONTROL, EAPL, INDO ASIAN, SCHNEIDER (MG)
42 MASTER CONTROLLER EPCC, INDUSTRIAL SYNDICATE, STROM KRAFT, SCHNEIDER (SQUARE D), SCHNEIDER (TELEMECANIQUE)
43 LIMIT SWITCHES
1. CRANE & HEAVY DUTY APPLICATION
EPCC, SCHNEIDER, INDUSTRIAL SYNDICATE, STROM KRAFT, JAI BALAJI
2. MICRO & OTHER ACTUATING TYPE
ESSEN DEINKI, L&T, BCH (BIL), SIEMENS, SCHNEIDER (TELEMECANIQUE), JAI BALAJI
44 RESISTANCE BOXES (FECHRAL EDGE WOUND)
EPCC, RSI, KINGS, TALSON
45 ELECTROMAGNETIC DC BRAKE ASSEMBLY
EPCC, BCH (BIL), INDUSTIRAL SYNDICATE
X. POWER CONTROL AND ELECTRONICS ITEMS
46 THYRISTOR CONVERTERS
1. GENERAL PURPOSE UP TO 1 KA
BHEL, SIEMENS, SSD DRIVES, ABB, NELCO, ABIL, CONVERTEAM
2. CRITICAL APPLICATION UP TO 5 KA
BHEL, SIEMENS, ABB, SSD, CONVERTEAM, ROCKWELL AUTOMATION
3. CRITICAL APPLICATION MORE THAN 5 KA
BHEL, SIEMENS, ABB, CONVERTEAM
47 PLC ROCKWELL AUTOMATION, L&T (QUANTAM), SIEMENS, ABB, GE
Appendix-6 List of approved vendors.
Page 16 of 32
FANUE, BCH, SCHNEIDER
48 SOFT STARTERS (LT MOTOR) ABB, ROCKWELL AUTOMATION, BHEL, SCHNEIDER, N.N. PLANNER, SIEMENS, INNOVATIVE TECHNOMICS, KIMO ELECTRONICS, TOSHIBA
49 SOFT STARTERS (FOR HT MOTORS)
1.WITH ENERGY SAVING MODE ABB, ROCKWELL AUTOMATION, BHEL, SIEMENS
2. WITHOUT ENERGY SAVING MODE
INNOVATIVE TECHNOMICS
50 VVVF DRIVES
1. GENERAL PURPOSE LT MOTORS
ABB, ROCKWELL AUTOMATION, BHEL, SIEMENS, NELCO (HITACHI), T.B. WOOD, VACON, SCHNEIDER, SSD DRIVES, JELTRON (TOSHIBA), L&T (YASKAWA)
2. CRITICAL APPLICATION FOR LT MOTORS
ABB, BHEL, SIEMENS, L&T, (YASKAWA), SCHNEIDER, VACON, ROCKWELL AUTOMATION, SSD, JELTRON (TOSHIBA)
3. FOR HT MOTORS MV DRIVE/ HI-LO-HI DRIVE
ABB, ROCKWELL AUTOMATION, BHEL, SIEMENS, CONVERTEAM (UK), TMEIC
51 THYRISTOR DEVICES WEST CODE, ABB, BHEL, EUPEC, HIND RECFIFIER, RUTTON SHAW, SEMIKRON RECTIFIER
52 POWER DIODES RUTTON-SHAW , USHA RECTIFIER, HIND RECTIFIER, INSEL, SEMIKRON RECTIFIER, WEST CODE, EUPEC
53 CONTROL DIODES ECIL, BEL, HIND RECTIFIER, INSEL
54 SEMICONDUCTOR FUSES GE POWER CONTROL, SIEMENS, LA-FERRAZ, BUSSMAN
55 UPS FOR GENERAL DUTY HI-REL, ILK (FUJI), TATA LIBERT (EMERSON), SIEMENS, APC-MG TVSE, DB POWER ELECTRONIC (P) LTD, APLAB
55A UPS FOR INDUSTRIAL DUTY HI-REL, ILK (FUJI), TATA LIBERT (EMERSON), SIEMENS, DB POWER ELECTRONIC (P) LTD, APLAB
56 IGBT WEST CODE, FUJI, EUPEC
XI. MOTORS
57 LT SQUIRREL CAGE MOTORS ABB, BHARAT BIJLEE, CGL, KEC, LAXMI HYDRAULIC PVT LTD, (SOLAPUR), MARATHON, SIEMENS, ELGI, JYOTI, NGEF, SEW, NORD, HINDUSTAN MOTORS, LENZE, EMIC, SIMO, MBH.
58 LT SLIPRING MOTORS (CRANE/ MILL DUTY)
CGL, MARATHON, KEC, BHARAT, BIJLEE, EMIC
59 LT AC ROLL TABLE MOTORS KEC, CGL, MARATHON, ABB, SEW, MARK ELECTRIC, BAUER, LHP, EMIC, DARSHANA MOTORS &
Appendix-6 List of approved vendors.
Page 17 of 32
ENGINEERING PVT. LTD.
60 LT AC GEARED MOTORS LAXMI HYDRAULICS PVT LTD. (SOLAPUR), INTERNATIONAL COMBUSTION, RAJENDRA ELECTRICAL INDUSTRIAL LTD, MUMBAI (REMI), BONFIGLIOLI- COIMBATORE, POWER BUILD, SEW, NORD, LENZE.
60A GEARED MOTORS FOR CRANE AND ROLL TABLE APPLICATION
INTERNATIONAL COMBUSTION, SEW, NORD, BAUER, DEMAG, LENZE
61 HT AC MOTORS (SQUIRREL CAGE SLIPRING & SYNCHORONOUS MOTORS)
MARATHON, CGL, KEC, ABB, BHEL, JYOTI, SIEMENS, WEG, TMEIC
62 LT FLAME PROOF SQUIRREL CAGE MOTOR
MARATHON, BHARAT BIJLEE, CGL, KEC, LAXMI HYDRAULICS PVT LTD, (SOLAPUR)
63 STALL TORQUE VIRBATOR MOTOR
DEMAG, ELECTROMAG, INTERNATIONAL COMBUSTION, NORD, ELECTRO MAGNETICS, BOSECO, DARSHANA MOTORS & ENGINEERING PVT. LTD.
64 ACTUATOR MOTORS AUMA, ROTORK, LIMITORQUE
65 DC MOTORS KEC, BHEL, CGL, IEC, BANGALORE; EMIC
XII. ELECTRONIC COMPONENTS/ SENSORS
66 PROXIMITY SWITCHES (INDUCTIVE, CAPACITIVE AND MAGNETO)
IFM, SIEMENS, SICK, ROCKWELL AUTOMATION, PEPPERL FUCHS, SCHNEIDER
67 ENCODER IFM, HUBNERM, HEIDENDINE, LEONARD, DIPL, ENG.H. WENGORZ, GmbH, SICK
68 ZERO SPEED SWITCH SCHNEIDER – SAMWHA, IFM, ROCKWELL AUTOMATION, SIEMENS, PEPPERL + FUCHS, PYROTECH
69 SENSORS/ SWITCHES *LIGHT BARRIERS *DISTANCE *LEVEL
IFM, SICK, ROCKWELL AUTOMATION, PEPPERL + FUCHS, SIEMENS, SCHNIEDER, DIMETIX AG
70 SWITCH MODE POWER SUPPLY SIEMENS, IFM, ROCKWELL AUTOMATION, BHEL, SCHNIEDER, HONEYWELL
71 ELECTRONIC FLOW SWITCHES FOR OIL/ AIR/ WATER
EVERLY, NELCO, IFM, SCHNIEDER, SIEMENS, KRONE, ENDRESS & HAUSSER (E&H)
XIII. PANELS & PANEL COMPONENTS (LOW VOLTAGE)
72 PANEL BOARD (FIRE RETARDENT BOARD)
LAMTUF PLASTIC, HYDERABAD
73 PANEL ENCLOSURES EPCC, BCH, RITTAL, TRANSRECT, ADVANCE POWER CONTROL, CONTROL & SWITCHGEAR.
Appendix-6 List of approved vendors.
Page 18 of 32
74 TERMINAL BLOCKS EPCC, ELMEX, PHONIX CONTACT, CONNECT WELL, ESSEN DEINKI, WAGO
75 SELECTOR SWITCHES & CONTROL SWITCHES
ABB, GE POWER CONTROL, BCH, EPCC, KAYCEE, SIEMENS, TEKNIK, L&T, RECOM
76 CONTROL TRANSFORMERS AEI, UNITECH, EPI, POWER & COMMUNICATIONS, TRANSRECT, ADVANCE POWER CONTROL, EEW, CONTROL & SWITCHGEAR.
77 MIMIC PANELS & ANNUCIATION PANELS
L&T, ADVANI OERLIKON, GE POWER CONTROL, BHEL, BCH, TRANSRECT, MINLEC, TIRUPATI ELECTRONICS, ADVANCE POWER CONTROL, CONTROL & SWITCHGEAR.
78 M.C.C. (DRAW OUT TYPE) SIEMENS, BCH, L&T, ANDREW YULE, SCHNEIDER ELECTRIC/ CGL, CONTROL & SWITCH GEAR, ABB, ADVANCE POWER CONTROL
79 M.C.C. (NON DRAW OUT TYPE) SIEMENS, BCH, MAHESWARI ELECT., L&T / ECC, ANDREW YULE, SCHNEIDER ELECTRIC/ CGL, CONTROL & SWITCH GEAR, ABB, GE POWER CONTROL, TRANSRECT, ADVANCE POWER CONTROL. TRIAL PARTIES – MEDITRON, SWITCHING CKT
80 POWER DISTRIBUTION BOARDS (PDB) / ROLL TABLE DISTRIBUTION BOARDS
ABB, GE POWER CONTROL, ANDREW YULE, BCH, SCHNEIDER ELECTRIC, MAHESWARI ELECT, SIEMENS, L&T, TRANSRECT, HAVELLS, STANDARD, TRICOLITE, ADVANCE POWER CONTROL, CONTROL & SWITCHGEAR.
81 POWER CONTROL CENTRE (PCC)
EPCC, BCH, TRANSRECT INDUSTIRES, ANDREW YULE, SCHNEIDER ELECT., CONTROL & SWITCH GEAR, L&T, SIEMENS, MAHESHWARI ELECT, GE POWER CONTROL, ABB, NGEF, ADVANCE POWER CONTROL. TRIAL PARTIES – MEDITRON, PECON, SWITCHING CKT, HANSU CONTROL, MANJUSHREE
82 LOCAL CONTROL STATION (LCS) & CONTROL DESK STATION
EPCC, BCH, TRANSRECT INDUSTIRES, ANDREW YULE, SCHNEIDER ELECT., CONTROL & SWITCH GEAR, L&T, SIEMENS, MAHESHWARI ELECT, GE POWER CONTROL, ABB, NGEF, ADVANCE POWER CONTROL, EEW (EEW FOR INDOOR APPLICATION ONLY). TRIAL PARTIES - MEDITRON,
Appendix-6 List of approved vendors.
Page 19 of 32
PECON, SWITCHING CKT, HANSU CONTROL, MANJUSHREE
83 MAIN LIGHTING DISTRIBUTION BOARD (MLDB)
SIEMENS, L&T/ ECC, TRANSRECT, HAVELLS, STANDARD, SCHNEIDER ELECTRIC, MAHESWARI ELECT., GE POWER CONTROL, EEW (EEW FOR INDOOR APPLICATION AND UP TO 200 A ONLY), MDS, ADVANCE POWER CONTROL, TRIAL PARTIES – MEDITRON, SWITCHING Ckt.,S&S, CONTROL& SWITCHGEAR.
84 PUSH BUTTONS GE POWER CONTOL, BCH, CONTROL & SWITCH GEAR, L&T, SIEMENS, TECHNIK, ESSEN, TELEMECHANIQUE. TRIAL PARTIES – VAISHNO, S&S
85 INDICATING LED LAMP ASSEMBLY
BINOY, ESSEN DEINKI, SIEMENS, TECHNIK, BCH, L&T, ALTOS, CONTROL& SWITCHGEAR.
86 OPEN TYPE PANELS EPCC, TRANSRECT, EEW , CONTROL& SWITCHGEAR.
87 CURRENT TRANSFORMER (LV) ABB, JAYSHREE, PRAGATI, KAPPA, INTRAVIDUT, CONTROL & SWITCHGEAR.
88 CONTROL PANEL SONITECH, EPCC, TIRUPATI ELECTRONICS, TRANSRECT, ADVANCE POWER CONTROL, EEW, CONTROL& SWITCHGEAR.
XIV. TELECOM EQUIPMENTS
89 C.C.T.V. SYSTEM
1. CAMERA PELCO, SANYO, SHARP, SONY, SAMSUNG
2. MONITOR SHARP, HITACHI, PHILIPS, LG, SAMSUNG, SONY, SANYO
90 WALKIT – TALKIE SYSTEM
1. HAND HELD SETS 2. FIXED STATIONS
MOTOROLA, YAESU, VERTEX STANDARD
91 DISTRIBUTED AMPLIFIER SYSTEM
BOSCH, MEGA
92 PROGRAMABLE LOUD SPEAKING INTER COM SYSTEM (PROPAM SYSTEM)
PHI-AUDIOCOM, BOSCH, MEGA
93 CONFERENCING SYSTEM 1. AMPLIEFIERS 2. CHAIRMAN DELEGATE UNIT 3. SPEAKERS. NOTE : ALL UNIT SHOULD BE OF SAME MAKE (IN SET)
BOSCH, AHUJA, MEGA, SHURE, STUDIO MASTER
94 DESPATCHER SYSTEM (EPABX)/ INTER COM/ HOT- LINES (ONLY EXCHANGE)
SIEMENS, ERICSSION, AVAYA, GLOBAL CONNECT, ALCATEL BUSINESS SYSTEM, NORTEL,
Appendix-6 List of approved vendors.
Page 20 of 32
CORAL TELECOM
95 BATTERIES (MORE THAN 400 AH) LEAD ACID BATTERIES / MAINTENANCE FREE BATTERIES
EXIDE, AMARA RAJA, AMCO
96 TELEPHONE INSTRUMENT BEETEL, SIEMENS, PANASONIC
97 YARD COMMUNICATION SYSTEM PHI-AUDIO COM, AHUJA, MEGA, BOSCH
98 SHOP ANNOUNCEMENT SYSTEM PUBLIC ADDRESS SYSTEM (PAS)
AHUJA, PHILIPS, BOSCH, MEGA, STUDIO MASTER, SHURE
99 CABLE JOINTING KITS RAYCHEM
100 OPTICAL FIBRE CABLE MOLEX, LUCENT, FINOLEX, ERICSON, STERLITE, HFCL, OPTEL
XV. PAINTS - CATEGORY A – CRITICAL APPLICATION
1 ENAMEL PAINT AIR-CRAFT GREY COLOUR
M/S BOMBAY PAINTS & ALLIED PRODUCTS. M/S KANSAL NEROLAC PAINTS LTD M/S ASIAN PAINTS M/S JENSON & NICHOLSON M/S ICI PAINTS M/S ARCOY INDUSTRIES M/S BERGER PAINTS M/S SHALIMAR PAINTS
2 ENAMEL PAINT CANARY YELLOW COLOUR
3 ENAMEL PAINT WHITE COLOUR (CRITICAL APPLICATION)
4 ENAMEL PAINT SIGNAL RED COLOUR
5 ENAMEL PAINT ALUMINIUM ORDINARY (CRITICAL APPLICATION)
6 ENAMEL PAINT RED OXIDE (CRITICAL APPLICATION)
7 ENAMEL PAINT ZINE CHROMATE
8 HEAT RESISTANT ALUMINIUM PAINT
CATEGORY B – (PROPRIETORY ITEMS) - CRITICAL APPLICATION
1 DUCO PAINT M/S ICI PAINTS
2 DULUX PAINT
CATEGORY – NON CRITICAL APPLICATION
1 ENAMEL PAINT BLACK COLOUR.
M/S BOMBAY PAINTS & ALLIED PRODUCTS. M/S KANSAL NEROLAC PAINTS LTD M/S ASIAN PAINTS M/S JENSON & NICHOLSON M/S ICI PAINTS M/S BERGER PAINTS M/S SHALIMAR PAINTS M/S ARCOY INDUSTRIES M/S SYNORGANIC PAINTS PVT LTD, BHILAI. M/S SP INDUSTRIES, RAIPUR M/S KUKREJA INDUSTRIES, BHILAI.
2. ENAMEL PAINT BLUE COLOUR.
3 ENAMEL PAINT GREEN COLOUR
4 ENAMEL PAINT POST OFFICE RED COLOUR
5 ENAMEL PAINT GREY COLOUR
6 ENAMEL PAINT YELLOW COLOUR
7 ENAMEL PAINT RED OXIDE NON-CRITICAL APPLICATION)
8 ENAMEL PAINT ALUMINIMUM ORDINARY (NON-CRITICAL APPLICATION)
Appendix-6 List of approved vendors.
Page 21 of 32
9 ENAMEL PAINT WHITE COLOUR (NON – CRITICAL APPLICATION)
XVI. INSTRUMENTATION ITEMS A. FIELD INSTRUMENTS
1 PRESSURE INSTRUMENTS
1.1 PRESSURE/DIFFERENTIAL PRESSURE GAUGE
WIKA, ASHCROFT, BUDENBERG-UK, FORBES MARSHALL, WAAREE, STANDARD INSTRUMENT, H.GURU, A.N.INSTRUMENT, TIWAC (WALCHANDRA)
1.2 A. PRESSURE/DIFFERENTIAL PRESSURE SWITCHES (MECH. TYPE)
SWITZER, SOLON, ASHCROFT, INDFOS
B. PRESSURE/ DIFFERENTIAL PRESSURE SWITCHES (ELECTRONIC TYPE)
-WITH DIGITAL INDICATION
IFM, WIKA, KOBOLD, HYDAC, WAAREE
1.3 PRESSURE/ DIFFERENTIAL PRESSURE/ LEVEL/ FLOW TRANSMITTERS
EMERSON (ROSEMOUNT), HONEYWELL, YOKOGAWA, SIEMENS, E&H, ABB, FUJI (INDIA)
1.4 COMPACT TYPE PRESSURE TRANSMITTER
IFM, E&H, KOBOLD, WIKA, ABB, FORBES MARSHALL, WAAREE
2 TEMPERATURE INSTRUMENTS/ SENSORS
2.1 TEMPERATURE GAUGE WIKA, ASHCROFT, BUDENBERG, WAAREE, STANDARD INSTRUMENT, H.GURU, MANOMETER INDIA, A.N.INSTRUMENT
2.2 THERMOCOUPLE & RTD TEMPSENS, TEMPTECH, TOSHNIWAL INDUSTIRES, TEMCON, TECHNO INSTRUMENTS, OMEGA, WAAREE INSTRUMENTS
2.3 THERMOWELL & THERMOCOUPLE ASSEMBLIES
TEMPSENS, KUMAR MANUFACTURING, TEMCON, TECHNO INSTRUMENTS, OMEGA, WAAREE INSTRUMENTS
2.4 TEMERATURE SWITCH IFM, WIKA, KOBOLD, OMEGA, TRINITY TOUCH, E&H
2.5 TEMPERATURE TRANSMITTER EMERSON (ROSEMOUNT), YOKOGAWA, HONEYWELL, MTL, PHOENIX, P&F, OSNA, RADIX, ABB, OMEGA, E&H
2.6 INFRARED RADIATION PYROMETER (ON LINE/ PORTABLE)
LAND, RAYTEK, IRCON, KELLER HCW (CELLA TEMP-PS), MASIBUS (WILLAMSON GOLD), OMEGA
3 FLOW INSTRUMENTS/ SENSORS
3.1 ROTAMETERS FORBES-MARSHALL, EUREKA INSTRUMENTS, CHEMTROLS, ROTA INSTRUMENTS, SMC, WAAREE
Appendix-6 List of approved vendors.
Page 22 of 32
3.2 ORIFIC PLATE & FLANGES ASSEMBLY/ VENTURI, FLOW NOZZLE
ENGINEERING SPECIALTIES, MICRO-PRECSION, INSTRUMENTATION LTD, UNI-CONTROL, EMERSON
3.3 FLOW SWITCH IFM, KOBOLD, MOBREY, KHRONE MARSHALL
3.4 ELECTROMAGNETIC FLOW METER
YOKOGAWA, EMERSON (ROSEMOUNT), FORBES-MARSHALL, ENDRESS & HAUSER, HONEYWELL, ABB
3.5 VORTEX FLOW METER EMERSON (MICRO-MOTION), FORBES-MARSHALL, YOKOGAWA, ENDRESS & HAUSER, VORTEX INSTRUMENTS
3.6 MASS (CORIOLIS) FLOW METER EMERSON (ROSEMOUNT), YOKOGAWA, FORBES-MARSHALL, ENDRESS & HAUSER
4 LEVEL INSTRUMENTS
4.1 LEVEL GAUGE (MAGNETIC & REFLEX TYPE)
CHEMTROL, MOBREY (EMERSON), FORBES MARSHALL, SOLARTRON, HI-TECH (LEVELSTAT), WAAREE INSTRUMENT
4.2 LEVEL SWITCH (CONDUCTIVITY TYPE)
(VEGA) CHEMTROL, ENDRESS & HAUSER, PEPPERAL & FUCHS
4.3 LEVEL SWITCH (CAPACITANCE/ RF TYPE)
VEGA, ENDRESS & HAUSER, SAPCON, P&F, NIVO CONTROL, TRINITY TOUCH
4.4 LEVEL SWITCH (TUNING FORK/ROD TYPE)
CHEMTROL (VEGA), ENDRESS & HAUSER, PEPPERAL & FUCHS, SIEMENS, TRINITY TOUCH, SOLATRON
4.5 LEVEL SWITCH (FLOAT TYPE) EMERSON, FORBES MARSHALL, SOLON, V-AUTOMAT, WAAREE
4.6 LEVEL SWITCH/ TRANSMITTER (DISPLACER TYPE)
EMERSON, CHEMTROLS (ECKARD), SOLARTRON, MASONIELAN, OM CONTROL
4.7 LEVEL SWITCH/ TRANSMITTER (ULTRASONIC TYPE)
SICK, ENDRESS & HAUSER, FORBES-MARSHALL, SIEMENS (MILTRONICS), PEPPERAL & FUCHS
4.8 LEVEL SWITCH/ TRANSMITTER (RADAR TYPE)
SICK, EMERSON (ROSEMOUNT), ENDRESS & HAUSER, FORBES-MARSHALL, SOLARTRON, PEPPERAL & FUCHS, SIEMENS
4.9 LEVEL SWITCH TRANSMITTER (NUCLEONIC TYPE)
CONCORD INTERNATIONAL (DR. BERTHOLD), EMERSON (KAY RAY), E&H, CHEMTROL (THERMOFISHER)
5 CONTROL VALVES AND ACCESSORIES
5.1 CONTROL VALVE FISHER-XOMOX, INSTRUMENTATION LTD, MIL CONTROL, MASCOT, SAMSON CONTROLS, FORBES MARSHALL (ARCA), DEMBLA, KOSO FLUIDS
Appendix-6 List of approved vendors.
Page 23 of 32
5.2 ELECTRICAL ACTUATOR AUMA, LIMITORQUE, BERNARD, BECK, ROTORK, KOSO-REXA
5.3 PNEUMATIC ACTUATOR FISHER-XOMOX, INSTRUMENTATION LTD, MIL CONTROL, MASCOT, SAMSON CONTROLS, FORBES MARSHALL (ARCA), DEMBLA, KOSO FLUIDS
5.4 ELECRO-HYDRAULIC ACTUATOR REINEKE, VOITH, OM CONTROL
5.5 SELF-REGULATING PRESSURE CONTROL VALVE
SAMSON CONTROLS, FORBES MARSHALL, INSTRUMENTATION LTD, FISHER-XOMOX
5.6 I/P CONVERTERS FORBES MARSHALL (MOORE PRODUCTS), ABB, EMERSON, HONEYWELL, BELLS, MARSH BELLOFRAM
5.7 PNEUMATIC POSITIONER INSTRUMENTATION LTD, SMC, DRESSER INDUSTRIES (MASONEILAN), SAMSON CONTROLS, FORBES MARSHALL (ARCA), KOSO CONTROL, ABB, MASCOT,DEMBLA, YOUNGTECH CO LTD.
5.8 ELECTRO-PNEUMATIC POSITIONER
FISHER-XOMOX, SIEMENS, MIL CONTROL, SAMSON CONTROLS, INSTRUMENTATION LTD, FORBES MARSHALL (ARCA), YAMATAKE, ABB, YOUNGTECH CO LTD.
5.9 ELECTRO-PNEUMATIC POSITIONER (SMART)
ABB, YOUNGTECH, METSO, SAMSON
5.10 SOLENOID VALVE MAC (ARDEE), HERION, ROTEX, SCHRADER – SCHOVILL, ASCO, YOUNGTECH CO LTD.
5.11 AIR FILTER REGULATOR SHAVO-NORGREN, MARSH-BELLOFRAM, PLACKA, SCHRADER-SCHOVILL, MASCOT, YOUNGTECH CO LTD.
5.12 FITTINGS SWAGELOK, HYLOK, PARKER
6 CABLES
6.1 PVC CONTROL COPPER CABLES TOSHNIWAL CABLES, BELDEN, LAPP CABLES, M.E,M INDUSTRIES, KOLKATA, UNIVERSAL CABLES, SATNA, DELTON, BROOKS CABLES
6.2 THERMOCOUPLE, COMPENSATING CABLES, PTFE CABLES
TOSHNIWAL CABLES, PARAMOUNT CABLES, MEM INDUSTRIES, KOLKATA, UDEY PYRO-CABLES, BROOKS CABLES, BELDON, LAPP CABLES
6.3 LOAD CELL CABLE HBM, SIEMENS, FLINTEC, SARTORIUS MECHETRONICS, VISHAY TRANSDUCERS (SENSOTRONICS, TEDIA, BLH), PRECIA- MOLEN, RICE LAKE, SCHENCK
6.4 INSTRUMENTATION, SCREENED, CO-AXIAL AND SPECIAL CABLE
TOSHNIWAL CABLES, DELTON, FINOLEX CABLES, LAPP CABLES,
Appendix-6 List of approved vendors.
Page 24 of 32
MEM INDUSTRIES, UNIVERSAL CABLES, BROOKS CABLES, BELDEN
B. CONTROL ROOM INSTRUMENTATION
7.1 DISTRIBUTED CONTROL SYSTEM (DCS)
YOKOGAWA, HONEYWELL, EMERSON
7.2 DCS FOR POWER PLANT APPLICATION
BHEL, SMAR-LAXONS, EMERSON, INSTRUMENTATION LTD.
7.3 DAS YOKOGAWA, EUROTHERM, EMERSON, HONEYWELL, NATIONAL INSTRUMENTS
7.4 PROGRAMMABLE LOGIC CONTROLLERS
REFER AUTOMATION LIST.
7.5 DIGITAL INDICATOR PEPL, YOKOGAWA, MICRO CONTROLS, MASIBUS, LECTROTEK, RADIX, PANTECH, TOSHNIWAL
7.6 PROGRAMMABLE DIGITAL INDICATOR
OMRON, MCIH, YIL, ABB, EUROTHERM
7.7 BAR GRAPH INDICTOR MASIBUS INSTRUMENTS, ABB YOKOGAWA, LECTROTEK, PANTECH, MCIH
7.8 RECORDERS (CHART LESS) EUROTHERM, YOKOGAWA, HONEYWELL, ABB, BRAIN CHILD
7.9 MICROPROCESSOR BASED CONTROLLER (WITH BAR GRAPH DISPLAY & DUAL LOOP)
YOKOGAWA, SIEMENS, HONEYWELL, EUROTHERM FORBES MARSHALL, TOSHIBA, ABB
7.10 PID CONTROLLER MCS, MCIH, RADIX, CHINO, YOKOGAWA, ABB, HONEYWELL
7.11 DIGITAL SCANNERS RADIX, MICRO CONTROLS SYSTEM, MASIBUS INSTRUMENTS, PEPL
7.12 DC POWER SUPPLY UNIT APLAB, PHOENIX, P&F, MTL, ANURADHA, ELNOVA, ALLEN BRADLY (ROCKWELL), OSNA, OMRON
7.13 AUTO MANUAL STATION YOKOGAWA, MASIBUS, FORBES MARSHALL, MTL, EUROTHERM, HONEYWELL, PANTECH
7.14 IS INTERFACE/ ZENNER BARRIER
PEPPERL & FUCHS, MTL, RS COMPONENT
7.15 SIGNAL ISOLATORS PEPPERL & FUCHS, MTL, YOKOGAWA, FORBES MARSHALL (PROTECH), PHOENIX, OSNA, RADIX, MASIBUS, PANTECH
7.16 ANNUNCIATION SYSTEM (LED TYPE ONLY)
IIC, MINILEC, DIGICONT, MTL, BETA INSTRUMENTS, PROCON
7.17 INSTRUMENT PANELS
RITTAL, PYROTECH, INSTRUMENTATION LTD
7.18 TOTALIZER MASIBUS, PEPL, LECTROTEK, ABB, MCIH, YOKOGAWA INDIA LTD.
C. ANALYTICAL/ SPECIAL INSTRUMENTS
8.1 GAS ANALYSERS ABB (H&B), EMERSON, SIEMENS, YOKOGAWA INDIA LTD, CHEMTROL (SICK MAIHAKL), SERVOMAX
Appendix-6 List of approved vendors.
Page 25 of 32
8.2 GAS DETECTORS CROWCON, MSA, DRAGGER, BW TECHNOLOGIES, INDUSTRIAL SCIENTIFIC CORPN.- USA, REIKEN KAIKI
8.3 CALORIFIC VALUE (CV) ANALYZERS
REINEKE, UNION, YOKOGAWA
8.4 MOISTURE ANLYZERS (NUCLEONIC)
CONCORD INTERNATIONAL (DR. BERTHOLD), EMERSON (ANALYTICAL), SICK, THERMO-FISHER (MOLA)
8.5 DISSOLVED O2 /PH/ CONDUCTIVITY METER/ TRANSMITTER
EMERSON (ANALYTICAL), FORBES MARSHALL (POLYMETRON), YOKOGAWA, ABB, E&H
8.6 IR TYPE MOISTURE ANALYZER MOISTECH, NDC (EMC), CHEMTROL
8.7 FLAME DETECTOR HONEYWELL, DURAG INSTRUMENTS, YAMATAKE, ENDEE
8.8 VIBRATION SENSORS & MONITORS
A. TURBOVISORY SYSTEM BENTLEY NEVADA, SHINKAWA (FORBES- MARSHALL)
B. VIBRATION SYSTEM AS PER API-670 COMPLIANCE
BENTLEY NEVADA, SHINKAWA (FORBES- MARSHALL), VIBROMETER, SUJYOTI (SKF), PROVIB-TECH, SPM, IRD MECH ANALYSIS
B. FOR OTHER APPLICATIONS ROCKWELL, MASIBUS, IFM, UNIVERSAL, SPM
8.9 OPACITY /DUST CONCENTRATION METER
CODEL (FORBES MARSHALL), DURAG, EMERSON, LAND, GE SENSING, CHEMTROL
9 WEIGHING SYSTEMS
9.1 STATIC RAIL WEIGH-BRIDGE M/S SCHENCK PROCESS INDIA LTD. M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S SARTORIUS MECHATRONICS INDIA PVT. LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S METTLER-TOLEDO INDIA PVT. LTD. M/S ACME AUTOMATION PVT. LTD. M/S IPA PVT. LTD.
9.2 IN-MOTION RAIL WEIGHING SYSTEMS
M/S SCHENCK PROCESS INDIA LTD. M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S METTLER-TOLEDO INDIA PVT. LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S MERIDIAN ENGINEERS, AUSTRALIA ( M/S ACME AUTOMATION PVT. LTD.) M/S AMTAB, SWEEDEN
Appendix-6 List of approved vendors.
Page 26 of 32
M/S WEIGH WELL, U.K
9.3 ROAD WEIGH BRIDGE M/S SCHENCK PROCESS INDIA LTD. M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S ASHBEE SYSTEMS PVT. LTD. M/S METTLER-TOLEDO INDIA PVT. LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S SARTORIUS MECHATRONICS INDIA PVT. LTD. M/S ACME AUTOMATION PVT. LTD M/S IPA PVT. LTD. M/S ELDIGI MEASUREMATICS PVT. LTD.- MUMBAI
9.4 HOPPER WEIGHING/ BATCH WEIGHING SYSTEM
M/S SCHENCK PROCESS INDIA LTD. M/S SARTORIUS MECHATRONICS INDIA PVT. LTD. M/S SIEMENS LTD. M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S TRANSWEIGH INDIA LTD. M/S KISTLER-MORSE AUTOMATION LTD. M/S PRECIA MOLEN INDIA LTD. M/S METTLER-TOLEDO INDIA PVT. LTD. M/S ACME AUTOMATION PVT. LTD M/S IPA PVT. LTD. M/S ELDIGI MEASUREMATICS PVT. LTD.- MUMBAI
9.5 BELD WEIGHER & WEIGH FEEDER
M/S SCHENCK PROCESS INDIA LTD. M/S TRANSWEIGH INDIA LTD. M/S KRISTLER-MORSE AUTOMATION LTD M/S PRECIA MOLEN INDIA LTD M/S POWER BUILD LIMITED M/S SARTORIUS MECHATRONICS INDIA PVT. LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S PROCON ENGINEERING LTD. (M/S RAMAN INSTRUMENTS PVT. LTD.) M/S ACME AUTOMATION PVT. LTD M/S DOSATEC, SWITZERLAND
9.6 CRANE WEIGHING SYSTEM (TOTAL SYSTEM INCLUDING LOAD CELLS, SUMMATION/ JUNCTION BOX, LOAD CELL CABLE AND WEIGHING ELECTRONICS ETC.)
M/S ABB LIMITED M/S VISHAY TRANSDUCERS INDIA LTD. M/S SCHENCK PROCESS INDIA LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S TECHNICAL WEIGHING
Appendix-6 List of approved vendors.
Page 27 of 32
SERVICES-USA M/S ELDIGI MEASUREMATICS PVT. LTD.- MUMBAI M/S EILON ENGINEERING IND. WEIGHING SYSTEMS LIMITED - UK M/S EHP WAEGETECCHINK GMBH - GERMANY
9.7 LOAD CELL AND ACCESSORIES INCLUDING MOUNTING KIT, LOAD CELL SUMMATION/ JUNCTION BOX AND LOAD CELL CABLE ETC.
M/S HBM M/S SIEMENS M/S FLINTEC M/S SARTORIUS MECHETRONICS M/S VISHAY TRANSDUCERS (SENSOTRONICS, TEDIA, BLH) M/S PRECIA- MOLEN M/S RICE LAKE M/S SCHENCK
9.8 PLAT FORM SCALES M/S SCHENCK PROCESS INDIA LTD. M/S SARTORIUS MECHETRONICS INDIA PVT. LTD. M/S PRECIA- MOLEN INDIA LTD. M/S METTLER-TOLEDO INDIA PVT. LTD. M/S ACME AUTOMATION PVT. LTD M/S ESSAE TEROKA LTD.
9.9 BAGGING SCALE M/S TRANSWEIGH INDIA LTD. M/S POWER BUILD LIMITED M/S JASUBAHI MATERIAL HANDLING SYSTEMS PVT. LTD. M/S INDUS CONTROL AND AUTOMATION PVT. LTD.
9.10 WEIHING ELECTRONICS/ CONTROLLER / INDICATOR
M/S SCHENCK PROCESS INDIA LTD. M/S SARTORIUS MECHATRONICS INDIA PVT. LTD. M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S PRECIA MOLEN INDIA LTD M/S FLINTEC SALES PVT. LTD. M/S EUROTHERM DEL INDIA LTD. M/S TRANSWEIGH INDIA LTD. M/S RICE LAKE M/S GSE SCALES SYSTEMS M/S RED LION CONTROLS M/S VISHAY TRANSDUCERS INDIA LTD. M/S ASHBEE SYSTEMS PVT. LTD.
9.11 WEIGHT TRANSMITTER M/S SARTORIUS MECHATRONICS INDIA PVT. LTD. M/S FLINTEC SALES PVT. LTD. M/S SCHENCK PROCESS INDIA LTD. M/S PRECIA MOLEN INDIA LTD
9.12 AC/DC DRIVES & CONTROLLERS (FOR WEIGHING APPLICATIONS)
AS PER BSP ELECTRICAL PREFERRED MAKE.
9.13 TRACK SWITCHES M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S RAILAC M/S SENLOGIC
Appendix-6 List of approved vendors.
Page 28 of 32
M/S R.K.ENGINEERING WORKS M/S SCHENCK PROCESS INDIA LTD. M/S METTLER-TOLEDO INDIA PVT. LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S MERIDIAN ENGINEERS (M/S ACME AUTOMATION PVT. LTD.) M/S AMTAB – SWEEDEN M/S WEIGH WELL - UK
9.14 LOAD CELL/ WEIGH LINE RAIL SENSORS AND ELECTRONICS FOR IN-MOTION RAIL WEIGH BRIDGES
M/S STRATEGIC WEIGHING SYSTEMS LTD. (SWSL) M/S SCHENCK PROCESS INDIA LTD. M/S METTLER-TOLEDO INDIA PVT. LTD. M/S WEIGHLOAD TECHNOLOGIES PVT. LTD. (PIVOTEX, S-E-G, TAMTRON) M/S MERIDIAN ENGINEERS (M/S ACME AUTOMATION PVT. LTD.) M/S AMTAB – SWEEDEN M/S WEIGH WELL - UK
XVII. VALVES
1 C.S. GATE/GLOBE VALVE
A. (NON-IBR- FOR ALL SIZES AND RATINGS)
M/S B.D.K. ENGG. INDUSTRIES LTD. HUBLI, M/S BHEL, TIRUCHIRAPALLI, M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD, M/S K.S.B. PUMPS LTD, KOLKATA, M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI, M/S LEADER VALVES LTD, JALANDHAR, M/S OSWAL INDUSTIRES LTD, AHMEDABAD
2 BUTTERFLY VALVE M/S ADVANCE VALVES PVT LTD., NOIDA, M/S AVCON CONTROL PVT LTD, MUMBAI, (FOR ACTUATOR OPERATED VALVES), M/S B.D.K. ENGG. INDUSTRIES LTD, HUBLI. M/S CRANE PROCESS FLOW TECH(INDIA) LTD, PUNE, M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD, M/S INTER VALVES (PVT) LTD. PUNE, M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI, M/S TYCO VALVES, BARODA,
Appendix-6 List of approved vendors.
Page 29 of 32
M/S VIRGO ENGINEERS LTD, PUNE
3 BALL VALVES M/S B.D.K. ENGG. INDUSTRIES LTD, HUBLI, M/S DELVAL FLOW CONTROL PVT LTD, PUNE M/S FISHER XOMOX SANMAR, TRICHURAPALLI. M/S FLOWCHEM IND., AHMEDABAD, M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD, M/S HABONIM VAAS AUTOMATION PVT LTD, CHENNAI, M/S INTER VALVES, PUNE. M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI, M/S OSWAL INDUSTIRES LTD, AHMEDABAD, M/S VIRGO ENGINEERS LTD, PUNE
4 CI SLUICE GATE VALVES
A. FOR ALL SIZES AND RATINGS
M/S B.D.K. ENGG. INDUSTRIES LTD, HUBLI, M/S CALSENS PRIVATE LTD, KOLKATA, M/S G.M. DALUI & SONS, HOWRAH, M/S H. SARKER & CO., KOLKATA, M/S HAWA ENGINEERS LTD, AHMEDABAD, M/S KIRLOSKAR BROTHERS, NAGPUR, M/S LEADER VALVES LTD, JALANDHAR, M/S VENUS PUMP & ENGG. WORKS, HOWRAH, MS/ NETA VALVES PVT LTD, JALANDHAR
B. FOR SIZES UP TO NB 100 MM & PN 16 RATINGS
M/S RONEX ENGG. COMPANY, KOLKATA, M/S UPADHYAYA VALVE MANUF. PVT LTD, KOLKATA, M/S STEAM & MINING INDUSTIRES, KOLKATA. (VENDORS APPEARING UNDER ’A’ SHALL BE ELIGIBLE FOR ’B’ ALSO)
5 PLUG VALVE M/S B.D.K. ENGG. INDUSTRIES LTD, HUBLI, M/S FISHER XOMOX SANMAR, LTD, CHENNAI, M/S HABONIM VAAS AUTOMATION PVT LTD, CHENNAI, M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI
6 COCK VALVE FOR GAS APPLICATIONS
M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI
7 CHECK/NON-RETURN VALVE M/S ADVANCE VALVES PVT LTD, NOIDA,
Appendix-6 List of approved vendors.
Page 30 of 32
M/S B.D.K. ENGG. INDUSTRIES LTD, HUBLI, M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD, M/S INTER VALVES (PVT) LTD, PUNE, M/S K.S.B. PUMPS LTD, KOLKATA. M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI, M/S LEADER VALVES PVT LTD, JALANDHAR. M/S OSWAL INDUSTRIES LTD., AHMEDABAD
8 FABRICATED GATE VALVE M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD. M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI, M/S ZIMMERMANN & JANSEEN, DUREN, GERMANY.
9 PISTON VALVE M/S SPIRAX MARSHALL LTD, NAGPUR, M/S UNI-KLINGER LTD, PUNE
10 VALVES FOR STEAM APPLICATION
A. FOR ALL SIZES AND RATINGS
M/S B.D.K. ENGG. INDUSTRIES LTD, HUBLI, M/S OSWAL INDUSTIRES LTD, AHMEDABAD, M/S LARSEN & TOUBRO LTD (AUDCO), CHENNAI, M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD. M/S K.S.B. PUMPS LTD, KOLKATA, M/S BHEL, TRICHURAPALLI, M/S LEADER VALVES LTD, JALANDHAR
B. FOR SIZES UP TO 50 MM AND CLASS # 150 RATINGS
M/S NETA VALVES PVT LTD, JALANDHAR, HAWA VALVES (INDIA) PVT. LIMITED, MUMBAI M/S M.H. VALVES PVT LTD, AHMEDABAD. (VENDORS APPEARING UNDER ‘A’ SHALL BE ELIGIBLE FOR ‘B’ ALSO)
11 KNIFE EDGE GATE VALVE M/S ENERGO ENGG. NOIDA, DELHI M/S FOURESS ENGG. (INDIA) LTD, AURANGABAD. M/S ORBINOX INDIA PVT LTD, COIMBATORE. M/S VASS IND. PVT LTD, CHENNAI
12 NON-FERROUS VALVE M/S LEADER VALVES LTD, JALANDHAR MS/ NETA VALVES PVT LTD, JALANDHAR M/S SANT VALVES PVT LTD, JALANDHAR
Appendix-6 List of approved vendors.
Page 31 of 32
M/S ZOLOTO IND., JALANDHAR
XVIII. AUTOMATION & INFORMATION SYSTEM
1. PLC ABB, GE-FANUC, ROCKWELL AUTOMATION, SIEMENS, SCHNEIDER
2. COMPUTER (SERVICES) IBM, HP, SUN
3. COMPUTER (PC/ WORK STATIONS/ LAP TOP)
IBM, HP-COMPAQ, LENOVO, DELL, HP
4. DOT MATRIX PRINTER EPSON, TVSE
5. LASER/ INKJET PRINTER, SCANNERS
HP
6. LCD PROJECTORS HITACHI, CANON, PANASONIC, SONY, SHARP, HP
7 LARGE FORMAT DISPLAYS/ MONITORS (LCD, 42’’ OR BIGGER)
LG, HP, NEC, SAMSUNG, SONY, PANASONIC
8 DISPLAY WALLS (DLP/ LCD) BARCO, MITSUBISHI ELECTRIC
9 NETWORK EQUIPMENT
9.1 ACTIVE COMPONENTS – SWITCHES & ROUTERS
CISCO
9.2 ACTIVE COMPONENTS – OTHERS (INCLUDING FO/UTP MEDIA CONVERTERS, MODEMS ETC.)
ALLIED TELESYS/ TELESYN, RAD, ZYXEL
9.3 PASSIVE COMPONENTS – CABLING (INCLUDING FO CABLE, UTP CABLE ETC.)
LUCENT, AMP, SYSTIMAX, MOLEX, R&M
9.4 PASSIVE COMPONENTS – RACKS
APW PRESIDENT, RITTAL, KRONE
9.5 INDUSTRIAL GATE ETHERNET SWITCHES
HIRSCHMANN, SIXNET
10 COMPUTER FURNITURE GODREJ, METHODEX, WIPRO
11 UPS/ CVT AS PER PREFFERED MAKE LIST OF ELECTRICAL.
XIX. CONVEYOR BELTS 1. M/s Phoenix Yule Limited. … All grades – M24, HR & SHR 2. M/s Mercury Rubber Mills … -do- 3. M/s Forech India Limited … -do- 4. M/s NRC Industries Limited … -do- 5. M/s Oriental Rubber Industries Ltd. … -do- 6. M/s Anil Rubber Mills Pvt. Ltd. … -do- 7. M/s Sempertrans Nirlon Ltd. … -do- 8. M/s Hindustan Rubbers (Silvasa) … -do- 9. M/s Northland Rubber Mills … -do- 10. M/s Jhonson Rubber Industries … Only for M-24 Grade.
Appendix-6 List of approved vendors.
Page 32 of 32
XX. FIRE FIGHTING EQUIPMENT.
1. FIRE EXTINGUISHERS AND MODULARS.
ISO – 9001-2000 M/S KANADIA FYR FYTER PVT.LTD. MUMBAI.
2. Carbon Monoxide Detector, Pocket Size, Micro processor based. (As per approved specification).
a) Range – 0 to 1500 ppm & above, but not more than 2000 ppm.
M/s Respo Products M/s Detection Instrument Ltd. M/s Joseph Leslie Draeger. M/s MSA M/s Industrial Scientific
b) Range – 0 to 500 ppm & above, but not more than 1000 ppm.
M/s Respo Products M/s ABN India (MSA) M/s Joseph Leslie Draeger M/s Detection Instruments Ltd. M/s BW Technologies M/s Ambetronics.
XIX. POLYMER CHUTE LINER.
1. POLYMER CHUTE LINER.
- M/S JYOTI CERO RUBBER, JAMSHEDPUR.
***
STEEL AUTHORITY OF INDIA LIMITED BHILAI STEEL PLANT
GENERAL SPECIFICATION FOR
PREFFERED MAKES (GS – 13)
MECON LIMITED
RANCHI – 834002
No. MEC/S/1901/11/38/0/00/00/F1889/R2 JULY, 2007
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 1 of 1
GS-13
CONTENTS
SL. NO. DESCRIPTION PAGE
NO. 01 PREAMBLE 1
02 FLUID SYSTEM 2
03 VENTILATION, AIR CONDITIONING AND AIR
POLLUTION CONTROL EQUIPMENT
9
04 HANDLING & HOISTING EQUIPMENT 11
05 REPAIR & MAINTENANCE FACILITIES 16
06 ELECTRICAL 17
07 INSTRUMENTATION 25
08 FIRE PROTECTION SYSTEM 30
09 BOF GCP EQUIPMENT 30
10 INFORMATION SYSTEM 32
11 FLUID SYSTEMS & PIPING ENGG
(LUBRICATION & HYDRAULICS)
34
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 1 of 37
GS-13
01. PREAMBLE
This document “PREFERRED MAKES OF EQUIPMENT AND SUPPLIES” is a part of the tender specification for various packages of BHILAI STEEL PLANT.
The makes of various equipment and supplies in respect of imported/indigenous equipment/components/materials are listed out in this document. It is essential that the equipment/component/materials to be supplied from imported/indigenous sources by the Tenderer will be of any one of the makes listed against that particular equipment/ component/material in this documents..
In case the Tenderer/ Contractor intends to substitute any particular make of equipment / components/ materials by a make other than that listed in this document, the Tenderer shall clearly bring out the same in his tender along with justification and indicate the alternative makes offered by him. It will be prerogative of the Purchaser to accept or reject the alternative makes so offered.
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 2 of 37
GS-13
01 FLUID SYSTEM
01.01 Water Supply Facilities
Sl. No.
Item Description Manufacturers
1 Horizontal Centrifugal Pumps
: Kirloskar Brothers, KSB, Beacon Weir, Khimline, Jyoti, Sintech, Ghaziabad.
2 Vertical Turbine Pumps
: Kirloskar Brothers, Voltas, WPIL, Jyoti,
3 Vertical Wet Pit Type Pumps
: SU Motors, Kishore Pumps, Kirloskar Brothers, KSB.
4 Submersible Pumps : KSB, SU Motors, Kirloskar Brothers, Kishore Pumps, Darling, Beacon Weir.
5 Slurry Pump : Akay, Sam Engg., MBE, KBL, KSB Pumps, WARMAN.
6 Dosing Pump : Shapo Tools, Asia LMI (Madras), Positive Metering Pumps, Toshniwal, Milton Roy India.
7 Cooling Towers : PCTPL, Shri Ram Tower Tech, Gammon, Himgiri, Southern Cooling Tower, BDT, GEA
8 Pressure Filters : Thermax, Ion-Exchange, Resin India, Driplex, Doshion, VA Tech Wabag, UEM, Aquatech
9 Sluice Gates : Jash Engineering, IVPL
10 Travelling Water Screen
: Macmet, Triveni, Otokiln, Mecgale (Nagpur), General Mechanical
11 Sludge Scrapper : Triveni, Neo – Parisrutan, Mata India, Geomiller
12 Fire Hydrants : New Age Industries, Steelage Industires, ASCO, Strumech, Vijay Fire, Zenith
13 Basket Strainers : Filteration Engrs, J.N Marshall, Masturlal Fabrication , ARF Engg, Purolator Filters, ABB, Filters Mfd India
14 Duplex Strainers : Filteration Engrs., Otokiln, Superflo
15 Rubber Dismantling Joints
: BDX, CORI Engineers, D.Wren,
16 Diesel Engine : Cummins/Ashok Layland/Ruston
17 Softening & DM Plant
: Doshi / Resin India / Thermax / Thermax Cullinyan / VA
Tech / Ion Exchange /Triveni / GEA Energy Systems/ Driplex Water Engg, Triveni,
18 R O Plants : UEM India, VA Tech, GEA Energy Systems, Ion Exchange,
Driplex Water Engg, Triveni,
19 Effluent Treatment Plant
: UEM India, VA Tech, GEA Energy Systems, Triveni,
20 Drinking water Treatment Plant
: UEM India, VA Tech, GEA Energy Systems, Driplex Water
Engg , Triveni,
21 Basalt Liners : DEMECH, Vidyut Green Bank, Enviro Abrasian, Garden
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 3 of 37
GS-13
Sl. No.
Item Description Manufacturers
Reach Ship Builders & Engg.
22 Oil Skimmer : JVM Engg.
23 Plate Heat Exchangers
: Alfalaval, GEA Ecoflex, IDMC
24 Surge Tanks : Anup Engg., Zenith Erectors, Haldia., Perfect Engg., Sakthi Hitech
25 C.I. Valves (gate, globe, NRV)
: Kirloskar Brothers, Steam & Mining, IVPL, AV Valves, Shiv Durga, BDK, Fouress.
26 CS Valves (gate, NRV)
: Audco, Fouress, BHEL, Sakhi, KSB, Steam & Mining, BDK, Kirloskar, Virgo
27 Plug Valves : Audco- L&T, Vass Ind., Xomox, Virgo, BDK, Steam & Mining.
28 Ball Valves : Audco, KSB, AL Saunders, Xomox, Virgo, BDK, Virgo ,
29 GM Valves : Leader, Steam & Mining, NECO, Upadhyay Valves, Kalpana Valves
30 Butterfly Valves (Manually & electrically operated)
: L&T, Fouress, Kirloskar Brothers, IVPL, VIRGO, AL Saunders, Steam & Mining, Keystone, BDK, XOMOX.
31 Diaphragm Valves : AL Saunders, Fluid System, BDK , Steam & Mining.
32 Float Valve :
Leader, IVPL, IM Engineers, Steam & Mining.
33 Control Valve : BHEL, L&T, Fouress, IL, MIL Controls, NECO Scharbet, Darling
34 Solenoid Valve : Rotex, Sicmag, Scharder, NECO INDFOS, Eastern Pneumatic, Bluestar, AVCON, ASCO, Mercury
35 Air Release Valve : Shiva Durga, IVPL, IM Engineers, Steam & Mining,
Schroder Duncum, Fluid Line Valves.
36 Pressure Reducing Valve
: JNM, Fouress, Bestobell, IL, Mazda, Nirmal Ind., Forbes
Marshal
37 Strainer/Filter : Otokiln, Superflo, Triveni Plenty, Filter Mfg. Ind., Purolator,
Filteration Engineers
38 Electric Actuators : Beacon Rotork, Auma, Marsh Engineers, Keystone,
Limitorque, Antrieb, IL, Palghat
39 Rotory Pneumatic Actuators
: AL Saunders, Xomox, EL-O-Matic, Virgo, L&T, Flocon,
Precision Processing Equipt. Co.
40 Hoses : Aeroflox/Markwel/Senior Flexonics, Inalsa, Teksons
41 Pipes a) MS/GI : SAIL/TATA/Jindal/Zenith/Man/SAW/Surindra/Welspun/Prakesh
b) DI : Electro Steel Casting
42 RCC Pipes & Fittings
: SUR Industrial Pipes, Hind Ceramics, Indian Hume Pipes, Daya Cuncrching.
43 HDPE Pipes & : EMCO, KWH Heliplastic Polyolefins, Oriplast
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 4 of 37
GS-13
Sl. No.
Item Description Manufacturers
Fittings
44 PVC Pipes & Fittings
: Oriplast, Finolex, Bharat Pipe & Fittings, Supreme Industries.
45 SS Pipes / SS Fittings
:
Heavy Metal Tubes, Nobel Tubes, Rajendra Mech. Ind., Vitrag, SAIL, Poonam Enterprises, N.L.Hazra, M.S.Fittings
46 Seamless, Stainless Steel Pipes/Tubes
:
Choksy Tubes, MJ Patel, Nagardas Kanji, Poonam Enterprises, Sandulk Asia, Noble Tubes, Allied Steel, SAIL, Maharastra Seamless (P) Ltd,
47 Fittings for the above Pipes/Tubes
:
EBY Ind., High-Tech, Hydro technic, Hydro-Air Engg., Project Toolings, Shivananda, M.J.Patel, Nobles Tubes, Allied Steel, Poonam Enterprises, N.L.Hazra, M.S.Fittings
48 Wrapping & Coating for pipes
: Rustech Products, HOTACO, IWL, M P Tar Products
49 Chemical Dosing System
Hindustan Dorr Oliver, Tellabs Chemicals, Chembonddrewtreat ltd., NALCO
01.02 Valves For Fuel Gas, Steam, Nitrogen, LPG & Compressed Air Facilities
Item Description Manufacturers
C.I. Valves for Fuel Gas & Compressed Air (gate, globe, NRV)
: Kirloskar Brothers, GM Dalui, Steam & Mining, H.Sarker, IVPL, AV Valves, Leader, Associated tooling, BDK, Kalpana Valves
CS, FS, SS Valves for Steam, Feed Water, & LPG (Gate, Globe, NRV)
: L&T (Audco Div), Fouress, BHEL, KSB, GM Dalui, Leader, BDK, NECO, Associated Tooling, Hawa Egr., Vass Ind, Advance Valves, Kalpana Valves
CI, CS, SS & FS Plug Valves
: Vass Ind., Xomox, Virgo, BDK, Leader, Steam and Mining, GM Dalui, H.Sarkar, Audco
Ball Valves :
Audco, Vass Ind, KSB, BDK, Microfinish, Niton,AL Saunders, Xomox, Virgo, United Engineers, Steam & Mining, Hi-Tech B.Valves
GM Valves :
Bombay Metals, GM Dalui, Leader, NECO, Kalpana Valves
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 5 of 37
GS-13
Butterfly Valves :
Audco, Fouress, Kirloskar Brothers, IVPL, Inter Valve, Virgo, AL Saunders, Keystone, BDK, Leader, AVC Engg., Crowley & Ray, Xomox, Tyco, Hi-Tech.
Diaphragm Valves :
AL Saunders, Fluid System, Leader, BDK, Xomox, Steam & Mining
Pressure Control Valve/Pressure Reducing Valve
:
JNM, Fouress, Bestobell, IL, Mazda, Nirmal Ind., Vanaz, Kosan Metal, Vass Ind., RK Control, Fluid Line, Forbes Marshal, Leader.
Large Diameter Goggle Valve
:
Audco, Fouress, Cimmco, L&T
Fabricated Gate Valves :
Fouress, Cimmco, BECO, Beekay, L&T, Kalpana Valves
Safety Relief Valve (Pressure relief Valves)
:
BHEL, Keystone, Bliss Anand, L&T (Audco Div.), Sempell, Fainger, Leser Valves (P) Ltd., IL, Anderson, Kosan.
02.03 Miscellaneous Gas Facility & Compressed Air Equipment
Item Description Manufacturers
Oxygen Acetylene & LPG Manifolds
:
Kamrup Industrial Gases, INOX, Titan Engg., BOC, Ramba Hydrogen, Asiatic Oxygen
SS Bellows Expansion Joints
:
Flexican, Flexatherm, SURR Ind., Pressel (Cuttack), BD Engr., Eludyne Engr., SPB, SEPL, PEBI, Lonestar, GBM Mfg., TI Flexible Tube.
Centrifugal Gas Booster :
Andrew Yule, TLT, James Howden (U.K), Donkin (U.K), Hibhen
Twin Lobe Type Booster :
Skoda, CKD Kompressors, MD Pneumatics, Demag Delavl, Bryan Donkin Sulzer, Oil & Gas Plant Engg., (Tuthill), Kay International
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 6 of 37
GS-13
Gas/Air Compressors :
Ingersoll Rand, Atlas Copco, KG Khosla, Kirloskar Pneumatic, Chicago Pneumatic, Mannesman Demag, Eliat, Cooper, Sulzor, Corken (USA)
Hoses :
Flexican, Gaytri Industrial Corpn., Inalsa, Teksons, Sudeep Industries, Markwell
Valves for Oxygen Services:
Item Description Manufacturers
1. Non-Ferrous:
For Isolation :
Bestobell (UK), ETH IRELAND (France), RT Orseal (UK), Truflo (Belgium), Worcestor Controls (UK),
Quick Sheet-off Valve : Bestobell (UK), ETH IRELAND (France), RT Orseal (UK), Truflo (Belgium), Worcestor Controls (UK), Moorco, SEBIM
Pressure Control Valve (PCV) &
Flow Control Valve (FCV)
: SEVERN (UK), NELES SECK GLOKON (UK), IL (Palghat)
Solenoid Valve : AVCON, SEITZ, ROTEX, ASCO
Safety Relief Valve (SRV) : KUNKLE (USA), KEYSTONE (USA), BROADY (UK), MOORCO, SEBIM, IL (Palghat)
Pressure Regulators (Self regulating with pressure gauge)for Oxygen
: ESAB, BOC, Speciality Gases, Kamrup Industrial Gases, Venaz Engineers, Nirmal Ind.
2. Stainless Steel (SS)
(manual)
: Precision Engg., BDK, Niton, Akay, Leader, Audco, Sakhi & Co., KSB
POWER & ENERGY
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 7 of 37
GS-13
Item Description Manufacturers
Air Drying Uuit :
Chemech, Cleanair, Delair, Indcon, Mellcon, Mirch Mirex, Gasoenergy System Pune.
Condensate Pumps :
KSB, BHEL, Kirloskar Brothers, Mather & Platt, Khimline, Sigma
Ejector :
BHEL, Weigand, Newfield, Mazda
Trap & Strainer for Compressed Air & Steam
:
Uniklinger, ESCO, JNM, Dryton Greaves, Forbes Marshall, Hawa Engrs., Mazda
Actuators
Electrical
:
AUMA India, Beacon Rotork Controls, Continental Profiles, Emtork Actuators, Limitorque
Pneumatic
:
Marsh Engg., Keystone, IL, Massoneilan, EL-O-MATIC, Virgo, AL Saunder, L&T, Flocan
Heat Exchanger
(Shell & Tube Type)
:
BHPV, Kaveri, Texmaco, Thermax, Babcock & Wicox, Parkair Engg., Rhine, Universal Heat Exchanger, Godrej, L&T, GEI Godavari, Patel Air Temp., Hindustan Radiaton
Control Valves :
Blue Star, Fouress Engg., IL, JNM, Mazda, Forbes Marshall
Pressure Vessel & Tanks :
Beekay Engg., BHPV, ISGEC, Kaveri Engg., TSL, Lloyds Steel, Mukand, Parkair Engg., Grasim Industries, Anup Thermal System, Texmaco, SV Tank, Grasim Industries, Hyderfuel Industries.
Thermal Insulation :
Hyderapad Industries, Lloyds Insulation, Rockwool, Thermax Heat Tracers, U.P. Twiga Fibreglass.
Suction Filters :
FMI, KAAF, L&T, Flakt, Autokiln Filter, GEC Alsthom, Filtration Engr., ARF Engg., ABB, Dyna Filter, Purolator Filters, GM Dalui
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 8 of 37
GS-13
02.04 Pipes & Fittings for Water Supply, Gas Facilities, Steam and Compressed Air Facilities.
Item Description Manufacturers
SW/SAW, ERW/EFW MS Pipes
:
SAIL, BHEL, TISCO, Jindal, Ajanta, Zenith, Saw Pipes, Welspun, Man Industries, Surindra Engg., Maharastra Seamless, Indian Seamless, BST, Advance Steel, Good Luck, Indus Tubes, Mukat, Lloyds, Poonam Enterprises, Soor Neogi Koumar.
SS Pipes / SS Fittings :
Heavy Metal Tubes, Nobel Tubes, Rajendra Mech. Ind., Sterling Supply Agency, Vitrag, SAIL, Poonam Enterprises, N.L.Hazra, M.S.Fittings
Seamless, Stainless Steel Pipes/Tubes
:
Amardeep Steel, Choksy Tubes, MJ Patel, Nagardas Kanji, Poonam Enterprises, Sandulk Asia, MEC Tubes, Nagardas & Kusai, Noble Tubes, Allied Steel, Kamlesh Tube, Menilal & Bro, Uday Tubes, SAIL, Maharastra Seamless (P) Ltd, Imperial Steel, Soor Neogi Koumar.
Fittings for the above Pipes/Tubes
:
EBY Ind., High-Tech, Hydro technic, Hydro-Air Engg., Project Toolings, Shivananda, M.J.Patel, Nagardas & Kusai, MEC Tubes, Nobles Tubes, Amardeep Steel, Allied Steel, Kamlesh Tube, Menilal & Bros, Poonam Enterprises, N.L.Hazra, M.S.Fittings
RCC Pipes & Fittings :
SUR Industrial Pipes, Hind Ceramics, Indian Hume Pipes, Daya Cuncrching.
HDPE Pipes & Fittings : EMCO, KWH Heliplastic Polyolefins, Oriplast
PVC Pipes & Fittings :
Oriplast, Finolex, Bharat Pipe & Fittings, Supreme Industries.
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 9 of 37
GS-13
03. VENTILATION, AIR CONDITIONING & AIR POLLUTION CONTROL EQUIPMENT
Item Description Manufacturers
Centrifugal fans for Ventilation
: C.Doctor, EFE, AEROVENT, Flow Link, Andrew Yule, RIECO, ISEL, BATLIBOI, Flaktwood, REITZ, ACCEL, Dustven, INDFAN,
Centrigugal fans for Dedusting
:
BHEL, TLT, C.Doctor, Andrew Yule, RIECO, Batliboi, F.Harley, Flaktwood, REITZ, DUSTVEN, ISEL, INDFAN
Tube axial fans / Propeller Fans
: C.Doctor, EFE, Flow Link, ALMONARD, ACCEL, KHAITAN, AEROVENT, ISEL, INDFAN
Panel filter for air : FMI, Clean Filter Industries, EFE, ACCEL, FILTRONIC, FLOWLINK, CADILLAC, C. DOCTOR
Air washer :
C.Doctor, EFE, FLOW LINK, FHARLEY, ALSTOM, Dustven, BATLIBOI, FMI
Man coolers :
C.Doctor, Ventura, LM ENGINEERS, KHAITAN, ALMONARD, DUSTVEN, FLOWLINK
Roof exhauster :
C.Doctor, EFE, ACCEL, ALMONARD, FLOWLINK, INDFAN, AEROVENT
Window air conditioners :
Fedders Lloyd, VOLTAS, Blue Star, ARCTIC, Carrier Aircon, LG, Samsung, HITACHI
Packaged air conditioners :
VOLTAS, Blue Star, KIRLOSKAR, ACCEL, BATLIBOI, EMERSON, FEDDERS LLOYDS, ROOS TEMPKOOL, ROOTS COOLING
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 10 of 37
GS-13
Item Description Manufacturers
Packaged chillers :
VOLTAS, Blue Star, ALSTOM, Batliboi, ACCEL, FEDDERS LLOYD, KIRLOSKAR, PNEUMATIC
Air handling units :
VOLTAS, BLUE STAR, ALSTOM, BATLIBOI, PATELS AIR TEMP, ROOTS COOLING
Cooling towers :
PAHARPUR, MIHIR, ADVANCE, GAMMON INDIA, Southern Cooling Towers Ltd., SHRIRAM TOWER TECH.
Refrigerant compressors : VOLTAS, SHRIRAM, ACCEL, BLUE STAR, , Atlas Copco, Kirloskar, HITACHI
Cyclones :
THERMAX, RIECO, ALSTOM, C.DOCTOR, F.HARLEY, Dustven, EFE
Multicyclones : THERMAX, ALSTOM, C. DOCTOR, BATLIBOI, RIECO, F.HARLEY, EFE
Bag filters
(Cap – 10,000 m3/h to 80, 000 m3/h)
: THERMAX, ALSTOM, ANDREW YULE, RIECO, C.DOCTOR. F.HARLEY, Dustven, BATLIBOI, FMI
Bag filters
(Cap –Above 80,000 m3/h)
:
ALSTOM, RIECO, THERMAX, VAI, Dustven, BATLIBOI
Wet scrubbers :
ALSTOM, THERMAX, BATLIBOI, RIECO, C.DOCTOR, F.HARLEY, EFE, SOIL & ENVIRO SYSTEM
Venturi scrubbers :
BATLIBOI, THERMAX, RIECO, ALSTOM, Dustven
Electrostatic precipitators :
ANDREW YULE, THERMAX, BHEL, VOLTAS, ABB, VAI
Insulation TWIGA, LLOYDS, BAKELITE HYLAM, MALANPUR ENTECH
Valves for air conditioning : DANFOSS, HONEYWELL, BLUE STAR
Vibration isolators : DUNLOP, EMERALD
Centrifugal horizontal pumps
:
KSB, BEACON WEIR, VOLTAS, KIRLOSKAR
Horizontal split casing pumps
:
VOLTAS, BEACON WEIR, KSB, KIRLOSKAR
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 11 of 37
GS-13
04. HANDLING & HOISTING EQUIPMENT & COMPONENTS 04.01 Equipment
Item Description Manufacturers
EOT Crane (Up to 10T capacity)
: Armsel, Avon, FAFECO, Mukand, WMI, Anupam, Shivpra, Tubrofurguson
EOT Crane (Up to 50 T capacity)
:
HEC, Jessop, Mukand, Hyderabad Ind. Ltd., WMI, FAFECO, Unique, Anupam
EOT Crane (Above 50 T capacity)
: Jessops, HEC, Mukand, FAFECO, Unique, WMI, .
Underslung Cranes (Upto 5t only)
: Armsel, Brady & Morris, Shivpra
Electric Hoists : Armsel, Shivpra,WH Brady, Brady & Morris, Grip Engrs., Hi-tech, Century Crane
Transfer Cars : HEC, L&T, Hyderabad Ind., Mukand, Eqipt Engrs, ELECON, TRF
Chain Pulley Blocks & hand operated travelling cranes.
: Armsel, Century Cranes, Brady & Morris, Light Lift Ind., Hi-tech, MR Engg. Lifting Equipment
Shunting Winch : Beekay, HEC, Armsel, Century Cranes, Nirmal Equipments, Mining & MH Equipment, Cyclo transmission
Jib Crane : Brady & Morris, Century Cranes, Hi-tech, Grip Engrs., Elite, Light Lifting, Armsel
Crawler Mounted Mobile Crane
: TIL, Hyderabad Industries, TATA-P&H
Excavator/ Shovel : TIL, HEC, Hyderabad Industries, BEML
Elevator/Lift : OTIS, OMEGA, Kone, ECE
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 12 of 37
GS-13
04.02 Mechanical Components/ Equipment
Item Description Manufacturers
Hooks : Herman Mohta, Free Trading Corporation, Steel Forgings & Engg..
Flexible / Geared coupling : Hicliff, Concord, Wellman, GBM, Alliance, New Allenbery Works,Elecon,
Wire rope : Bharat Wire Rope, Orion Ropes, Usha Martin
Bearings for Cranes : SKF, FAG
Bearings for other equipment
: SKF, FAG, Tata Timken, Asian Bearings, NRB,MBM
Oil Seals : Vaco Oil Seals, Rubber Equipment & Engg. Sealjet India (Pune), Sealpack, Champion Seals
Lubrication Fittings : Lubcon, AFMC, Prakash, Lincoln
Lubricating Systems : AFMC, Prakash, Grindwell Norton, Lincoln Helios
Gear box : New Allenburry, Greaves Cotton, ELECON, Shanti Gears, Flender, AR Engg, Kirloskar,I.C.
Hydraulic Systems : Vickers Sperry, Yuken, Manesmann, Rexroth, Hugglands Denison-Parker
Hydraulic Coupling : Fluidomat, Ghatge Patil, VOITH, Prembrill
Centrifugal blowers : REITZ, Flaht Wood, James Howden (UK) Burners : Stein Heurtey, Techint, LOI, Weswan North
American, Ecllpse, Hotwork Recuperators : Eastern Equipment, GEFFI (Germany)
SAFMAT (France), North American Minnt. Co. Thermal Transfer Corporation (USA)
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 13 of 37
GS-13
Item Description Manufacturers
Hydraulic Power/Cylinders
: Rexroth, Vickers, Wipro, Usha Telehoist, Veljan, Yuken, Oscar.
High Pressure Vane/Piston Pump
: Vickers, Yuker, Rexroth, Hugglands, Denison
Crusher : Sayaji, HEC, McNally Bharat, TRF, ELECON
DCEM Brake : Electromag, BCH, Industries Syndicate, Storm Kraft, Speed-O-Control
Track type Limit Switch : Electromag, BCH, Speed-O-Control, Jayshree, EP&C, Bengal Technocrats
Thruster Brake : Electromag, BCH, Speed-o-Control, Elite
Belt changing Device : Nilos, Shawalmex
Conveyor Belting : Northland Rubber, Phoenix-Yule, Oriental Rubber
Vibrating Screen : IC, TRF, ELECON, McNally Bharat, L &T, HEC, Orien, Electromag, Hydrabad Industries
Vibratory Feeder : Electromag, IC, TRF, Orien Engineers, ELECON, McNally Bharat
Magnetic Separators : Electromag, WMI, Magnet Corporation, Electro magnetic Ind., Ericz, Sartorius, Hans Bockels, Krupp Forder, Technick ,L & T
Pneumatic Actuators : Prepec, Technomech, Nucon Industries, OSCAR Equipt, Veljan Hydair.
Electro Mechanical Actuators
:
PREPEC, Technomech, Pebco
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 14 of 37
GS-13
Item Description Manufacturers
Rubber liner : TEGA, Kaveri
Polymer liner :
TEGA, Kaveri
Polyethelene liner :
Kaveri, Tega
Polyurethane liner :
Kaveri, Tega
Cast Basalt liner :
DECCAN, Enviro Abrasion
Belt Scraper/ Belt Cleaner
: Hosch Equipment, Vinar IDC, Kaveri Macmet, Hindustan Udyog Ltd., Karam Chand Thapper, Cobit Engg, Elecon, TRF, Promac, BMH Concare
Belt Switches : Jayshree, PROTO CONTROL, EPC Bin Vibrator :
Electromag, Electromagnetic Industries, IC
Samplers :
Prisector (UK), Ramsay Engg (USA), Eastmn Crusher, Advanced system sampling (P) Ltd.
Belt Vulcanisers :
Shaw Almex, Nilos India, SV Dattar
Sector Gates, Diverter Gates, Rack and Pinion Gates etc.
:
Vinar, IDC, Macmet, TRF, Precision Processing, Moktali, Holtzman, Mining & Material, Chennai Radha,
Flexowel Conveyors :
METSO, Flexowel
Drag Chain Conveyors :
Moktali Engrs., TRF, Equipt Engrs, Redler India, Enviro Abrasion, Karam Chand Thapar,
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 15 of 37
GS-13
Item Description Manufacturers
Bucket Elevator :
Moktali, Golden Electrical, Hindustan Udyog, Vinar, Cobit, Shree Conveyor, IDC, Orien, Macmet, Elecon, TRF
Belt Feeder :
Vinar, IDC, HEC, Orien, Macmet, Elecon, TRF, Cobit
Reclaimer :
Metso, L&T, Elecon, TRF, HEC
Stacker :
Metso, L&T, Elecon, TRF, HEC
Stacker – Cum- Reclaimer
:
Metso, L&T, Elecon, TRF, HEC
Wagon Tippler :
L&T, HEC, Elecon, TRF, Metso
Wagon Loader :
L&T, HEC, Elecon, TRF, Metso
Belt Weigh Feeders & Weigh Hopper
:
Kistler – Morse, Sartorius Mechatronics, Transweigh, Avery, Jenson Nicholson
Belt Weigh Scale :
Kistler-Morse, Transweigh, Avery, Sartorius Mechatronics, Jenson Nicholson
Conveyor belt pulleys : Elecon, TRF, McNally Bharat, Macmet, HEC
Conveyor Idlers :
Elecon, TRF, McNally Bharat, Kali, Hindustan Udyog Ltd., Macmet
Pneumatic Handling Equipment
:
TTG, Scorpio
Front – end – loader :
TIL, Hyderabad Industries Ltd.,
Fork-lift-truck :
Godrej, Voltas, TIL
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 16 of 37
GS-13
05. REPAIR & MAINTENANCE FACILITIES
Item Description Manufacturers
Centre Lathe :
HMT, Mysore Kirloskar, HEC
Universal Milling m/c :
HMT, BFW, Batliboi
Shaper :
PAL, P&B, Loyal
Radial Drilling m/c :
HMT, Batliboi, Kerry Jost, HEC
Horizontal Boring m/c :
HMT, HEC, PAL
Submerged Arc Welding Set
: Advani, ESAB, ADOR, Mogora, COSMIC
Welding Rectifier : Advani, ESAB, ADOR, Mogora, COSMIC
Welding Transformer : Advani, ESAB, MEMCO
Universal Tool and Cutter Grinding m/c
: HMT, Praga, Batliboi
Hydraulic Press : BEMCO, P&B, Centerprise
Cast Iron Plate : Jash, Madras Gauge, P&B
Power Hacksaw : ITL, P&B, EIFCO
Column Drilling m/c : HMT, Thakoor, Kerry Jost, EIFCO, Batliboi
Bench Drilling m/c : Accuax, EIFCO, P&B, Thakoor
Double-ended Pedestal Grinder
: Grind Tools, GECO, AMC, P&B
Cylindrical Grinder : HMT, Mysore Kirloskar, ELP
Tools & Tackles : P&B, Mekaster, Centerprise, Ally
Measuring Tools and Gauges
: P&B, Bombay Tools
Garage Equipment : ELGI, USHA, WAP, P&B
Oiling & Greasing : ELGI, P&B
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 17 of 37
GS-13
06. ELECTRICAL
The list of acceptable makes for various electrical and automation equipment is given below. A ) POWER DISTRIBUTION EQUIPMENT
SL. NO.
EQUIPMENT PREFERRED MAKES
1. TRANSFORMERS
a) DISTRIBUTION TRANSFORMER (OIL TYPE) (11 or 6.6/0.433 KV)
ABB / AREVA / / CGL / BHEL / BHARAT BIJLEE / VOLT AMP/ KIRLOSKAR /INTRA VIDYUT /
b) DRY TYPE TRANSFORMER
INTRA VIDYUT / VOLTAMP / KEC
2. 11kV / 6.6KV ISOLATOR A BOND STRAND / S&S,MADRAS / HIVELM / SIEMENS / DREISCHER-PANICKER.
3. 415V SWITCHBOARD SIEMENS / L&T / GE POWER / SCHNEIDER
4. LT BUSDUCT STARDRIVE / C&S / PCE / ECC / BRIGHT ENGINEERS/ VIDHYUT CONTROL
5. BATTERY
a) NICKEL - CADMIUM AMCO / HBL NIFE
b) VALVE REGULATED LEAD ACID MAINTENANCE FREE BATTERY (VRLA)
HBL NIFE / AMARARAJA / EXIDE
c) BATTERY ( PLANTE) HBL NIFE / AMARARAJA / EXIDE
6. BATTERY CHARGER/ DCDB
CHHABI / HBL NIFE/ CALDYNE / AMARA RAJA / KIRLOSKAR
7. PROTECTIVE RELAYS AREVA / ABB / SIEMENS/ER
8. AUXILIARY RELAYS ABB / ER / SIEMENS / AREVA
9. HEAT SRINKABLE CABLE JOINTING KITS/ STRAIGHT THROUGH JOINTS (H.T)
RAYCHEM / DENSON / M-SEAL
10. METER (ANALOGUE TYPE)
IMP / AE / MECO / SECURE METERS / CONZERV / L&T / RISHAV
11. CURRENT TRANSFORMERS
ABB / SILKANS / INSTRANS / PRAGATI / IMP/ AE / KAPPA / PRAYOG / SIEMENS / L&T
12. POTENTIAL TRANSFORMER
ABB / BHEL / SILKANS / PRAGATI / IMP / KAPPA / PRAYOG /SIEMENS / ABB / INDOCOIL / PRECISION
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 18 of 37
GS-13
SL. NO.
EQUIPMENT PREFERRED MAKES
13. 11KV/ 6.6KV CABLES ASIAN CABLES (RPG) / CCI / UNIVERSAL / NICCO / POLYCAB / HAVELLS
14. DIGITAL TYPE MULTIFUNCTION METER
CONSERVE / L&T / SECURE / ER / RISHAV
B ) LT PANELS , DRIVES , AUTOMATION & CONTROL ACCESSORIES.
SL.NO. SUB GROUP MAKES
1. MCC (NON DRAW OUT)
SCHNEIDER / L&T / SIEMENS / GEPOWER
2. POWER DISTRIBUTION BOARD (PDB)
HINDUSTAN CONTROL / VENUS / SIEMENS / ABB / L&T / GEPC / HAVELLS
3. CONTROL DESK &POST
HINDUSTAN CONTROL / POWER & PROTECTION / ECC / VENUS / BCH / HAVELLS / GEMCO
4. LOCAL CONTROL STATION (LCS)
HINDUSTAN CONTROL / POWER & PROTECTION / ECC / VENUS / BCH / HAVELLS / GEMCO
5. LIGHTING DISTRIBUTION BOARD MLDB, SLDB
HINDUSTAN CONTROL / POWER & PROTECTION / ECC / VENUS / GEPC / BCH
6. VVVF AC DRIVE ABB / ROCKWELL AUTOMATION / SIEMENS / VACON / SCHNEIDER / L&T
7. SOFT STARTER ROCKWELL AUTOMATION / ABB / SCHNEIDER / SIEMENS
8. PROGRAMMABLE LOGIC CONTROLER (PLC)
ABB ( 800 XA) / GE-FANUC ( PAC Rx7i) / ROCKWELL AUTOMATION (CONTROLOGIX) / SIEMENS (S7 SERIES)
9. UNINTERRUPTED POWER SUPPLY (UPS)
TATA LIBERT (EMERSON) / GE / FUJI / DB ELECTRONICS
10. LT AC MOTOR (SQ. CAGE)
ABB / BHARAT BIJLEE / CGL / KIRLOSKAR ELECTRIC ALSTOM / SIEMENS
11. LT AC MOTORS (CRANE DUTY)
ALSTOM / KEC / CGL / SIEMENS
12. HT AC MOTOR BHEL / ABB / CGL / SIEMENS / KIRLOSKAR ELECTRIC / ALSTOM / WEG / GE
13. LT AC GEARED KIRLOSKAR ELECTRIC / POWERBUILD / NEW ALLEN
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 19 of 37
GS-13
SL.NO. SUB GROUP MAKES
MOTOR BERRY / IEC / AUMA
14. FLAME PROOF LT SQUIRREL CAGE AC MOTOR
ALSTOM / BHARAT BIJLE / ABB / CGL KIRLOSKAR ELECTRIC / SIEMENS
15. SLIPRING MOTOR (OTHER THAN CRANE DUTY)
CGL / ALSTOM / SIEMENS / KIRLOSKAR ELECT CO.
16. LT AC VVVF MOTORS FOR ROLLER TABLE APPLICATION
SIEMENS / ABB / KIRLOSKAR ELECT CO. / ALSTOM / CGL
17. STALL TORQUE MOTOR
DEMAG
18. ACTUATOR AUMA / ROTORK / LIMITORQUE
19. MOTOR PROTECTION CIRCUIT BREAKER (MPCB)
SCHNEIDER / ABB / L&T / GEPOWER / SIEMENS
20. MOULDED CASE CIRCUIT BREAKERS (MCCB)
SIEMENS / ABB / L&T / GEPOWER / SCHNEIDER
21. MINIATURE CIRCUIT BREAKER (MCB)
HAVELLS / MDS LEGRAND / SCHNEIDER / STANDARD / GEPOWER / HAGAR (L & T) / ABB / SIEMENS
22. EARTH LEAKAE CIRCUIT BREAKER.(ELCB)
HAVELLS / MDS LEGRAND / SCHNEIDER / STANDARD / GEPOWER / HAGAR (L & T) / ABB / SIEMENS
23. HRC FUSES L&T / SIEMENS / BUSMAN / GEPOWER / INDO-ASIAN
24. VACUUM CONTACTOR (LT)
SIEMENS / L&T / ABB / SCHNIEDER
25. AC POWER CONTACTORS
ABB / L&T / SCHNEIDER / SIEMENS / GE POWER / BCH
26. CRANE DUTY POWER CONTACTORS
ABB / SCHNEIDER / L&T / SIEMENS / GEPOWER
27. THERMAL OVER LOAD RELAY
ABB / C&S / BCH / L&T / SCHNEIDER/ GEPOWER / SIEMENS
28. ELECTRONIC THERMAL OVERLOAD RELAY
FANOX / SAMWHA / MOELLER / LG / SPECHER & SCHUH
29. CONTROL SWITCHES / SELECTOR SWITCHES
ABB / ALSTOM / BCH / KAYCEE / GEPOWER / SIEMENS
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 20 of 37
GS-13
SL.NO. SUB GROUP MAKES
30. PUSH BUTTONS BCH / L&T / SCHNEIDER / SIEMENS / GEPOWER
31. TIMERS/TIME DELAY RELAY
ABB / BCH / L&T / GEPOWER / SIEMENS / EAPL
32. AUXILIARY RELAYS ABB / BCH / L&T / SCHNEIDER / GEPOWER / SIEMENS
33. MASTER CONTROLLER
EPCC (KAKKU) / SCHNIEDER / SIEMENS / STROMKRAFT / TELEMECHANIQUE
34. LIMIT SWITCHES BCH / EPCC (KAKKU) / AG MECHANIC / ESSEN GEPOWER / JAIBALAJI / SCHNEIDER / SIEMENS
35. PULL CORD SWITCHES
EPCC (KAKKU) / AG MECHANIC / TELEMECHANIQUE / JAYSHREE ENTERPRISES / STROMKRAFT / PROTO CONTROL
36. BELT SWAY SWITCH EPCC (KAKKU) / AG MECHANIC / TELEMECH / JAYSHREE ENTERPRISES / STROMKRAFT / PROTO CONTROL
37. GRAVITY TYPE LIMIT SWITCH
EPCC (KAKKU) / STROMKRAFT / KAYCEE
38. ROTARY LIMIT SWITCH
EPCC (KAKKU) / AG MECHANIC ENTERPRISE / SCHNEIDER / TELEMECH
39. PROXIMITY &PHOTO ELECTRIC SENSORS
ROCKWELL / SCHNIEDER / SIEMENS/ OMRON / SICK / DELTA / LINE & LINDE / TELEMECHANIQUE
40. PULSE ENCODER HUBNER / HEIDENHEIN / ROCKWELL AUTOMATION (ALLEN BRADLEY) / LEONARD BAUR GERMANY / SICK (GERMANY)
41. INDICATING LAMP LED TYPE
SIEMENS / L&T / BINAY / ESSEN / BCH / VAISHNO
42. HOOTER / BUZZER / BELL / SIRENS
EPCC (KAKKU) / KHERAJ
43. SOLID STATE ANNUNCIATOR
ADVANI OERLIKON / AREVA / APLAB/ CONTROL & DYNAMICS / DIGICON INSTRUMENTATION LTD. / L&T / MINILEC
44. TEMP. SCANNER ADVANI OERLIKON / ECIL / INSTRUMENTATION LTD. / MASIBUS / PYROTECH / SIEMENS
45. LAMPS BAJAJ / CROMPTON GREAVES / GE LIGHTING / PHILIPS / OSRAM / SIGMA
46. LIGHT FITTING (FIXTURES)
BAJAJ / CROMPTON GREAVES / GE LIGHTING / PHILIPS
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 21 of 37
GS-13
SL.NO. SUB GROUP MAKES
COMPLETE WITH ALL ACCESSORIES EXCEPT LAMP.
47. LIGHTING WIRE (PVC) CCI / DELTON / FINOLEX / NICCO / UNIVERSAL
48. 5A/15A PIANO SWITCH ANCHOR / ELLORA / MDS LEGRAND / PRECISION / HAVELLS
49. FLAME PROOF LIGHT FITTING
GOVAN / BALIGA / FLEXPRO / SUDHIR / CEAG / FCG / SIGMA
50. EXHAUST FANS CGL / KHAITAN / BAJAJ
51. CEILLING FANS CGL / KHAITAN / HAVELS
52. PERSONAL COMPUTER
HP / DELL. / LENOVO / IBM
53. LAP TOP/ NOTEBOOK IBM / HP / LENOVO / DELL
54. HRC FUSE (SEMICONDUCTOR PROTECTION)
BUSMANN / JE MULLER / FERRAZ / GEPOWER / SIEMENS
55. ELECTRONIC WEIGHING SYSTEM
ABB / SARTORIOUS / SANMAR / SCHENK / TRANSWEIGH / KELK
56. PVC POWER CABLES (LT)
CCI / UNIVERSAL / NICCO / RPG CABLES (ASIAN) / POLYCAB / FINOLEX / TORRENT / HAVELLS
57. PVC CONTROL CABLES
CCI / LAPP / NICCO / RPG CABLES (ASIAN) / UNIVERSAL / POLY CAB / FINOLEX / TOSHNIWAL / DELTON
58. HEAT RESISTANT CABLES (EPR/CSP & SR)
CCI / LAPP / NICCO / RPG CABLES (ASIAN) / UNIVERSAL / TOSHNIWAL / DELTON
59. SCREENED CABLES & SPECIAL CABLES
CCI / BELDEN / LAPP / FINOLEX / POLY CAB / NICCO / TOSHNIWAL / DELTON
60. CABLE TERMINATION KITS (XLPE)
MSEAL, 3M / RAYCHEM
61. TERMINAL CONNECTOR
CONNECT WELL / ESSEN-DINKY / PHOENIX / WAGO / LAPP
62. TRAILING CABLES LAPP / CCI / UNIVERSAL / ASIAN / NICCO
63. WELDING SOCKET BCH / SCHNIDER / BEST & CROMPTON / GEPOWER / HAVELL / JAIBALAJI
64. LIFTING MAGNETS ELECTROMAG / EPCC (KAKKU) / STERLING MAGNETICS / SUPERLIFT
65. POWERPACK FOR MAGNETS
ELECTROMAG / BCH / EPCC (KAKKU)
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 22 of 37
GS-13
SL.NO. SUB GROUP MAKES
66. RESISTORS (CRANE) BCH / ELECTROMAG / AMP CONTROL / EPCC / SIEMENS / RESITECH / NARKHEDGE
67. LT CAPACITORS GEPOWER / ABB / CGL / UNI STAR / BHEL
68. CABLE REELING DRUM
BENGAL TECHNOCRAT, / ELECTRO ZAVOD / ELECTROMAG
69. DC ELECTROMAGNETIC BRAKE
BCH
70. ELECTRO MAGNETIC OVERLOAD RELAYS
BHARAT HEAVY ELECTRICALS LTD / BHARTIA CUTLER-HAMMER LTD / KILBURN ELECTRICALS LTD.
71. OIL DASH POT OVERLOAD RELAYS
KILBURN ELECTRICALS LTD / ELECTROGEAR
72. CONTROL TRANSFORMERS
SIEMENS LTD. / INDCOIL MANUFACTURING CO. / INTRAVIDYUT / AUTOMATIC ELECTRIC LTD. (AE) / INDUSHREE / BHARTIA CUTLER-HAMMER LTD.
73. CRANE CONTROL PANELS
HINDUSTAN CONTROL / ECC / VENUS / MEDITRON / EPCC
C) FIRE DETECTION & ALARM. (F.D.A) SYSTEM
SL.NO.
DEVICES
MAKES
1. INTELLIGENT DETECTORS
( PHOTO ELECTRIC, HEAT, THERMAL) UL /FM / APPROVED
SIMPLEX / NOTIFIER / EDWARDS
2. INTELLIGENT FIRE ALARM CONTEROL PANELS UL /FM / APPROVED
-DO-
3. ADDRESSABLE MANUAL CALL POINTS INCLUDING HAND SETS . UL /FM / APPROVED
-DO-
4. MONITOR MODULES UL /FM / APPROVED
-DO-
5. FAULT ISOLATION MODULE UL /FM / APPROVED
-DO-
6. CONTROL MODULES UL /FM / APPROVED
-DO-
7. UV FLAME DETECTORS UL /FM /APPROVED
PATOL / DETRONICS / SPECTREX
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 23 of 37
GS-13
8. BEAM DETECTORS UL /FM / APPROVED
EDWARDS / NOTIFIER / SIMPLEX
9. IR FLAME DETECTORS SOLAR BLIND EMBER, FIRE UL /FM / APPROVED
ODTI / PATOL / DET-TRONIX / SPECTREX
10. ANALOG LINEAR HEAT SENSING CABLE A) WITH METAL BRAID STEEL/BRONZE,
COPPER B) WITH NYLON BRAID UL /FM / APPROVED
KIDDE / L.G.M / PATOL.
11. DIGITAL LINEAR HEAT SENSING CABLE A) WITH NYLON BRAID B) WITH METAL BRAID STEEL,
BRONZE, COPPER . UL /FM / APPROVED CONTROL UNIT FOR DIGITAL LHS CABLE UL /FM / APPROVED
KIDDE / L.G.M / PATOL
12 VIDEO DISPLAY UNIT INCLUDING CPU, PC, MONITOR, PRINTER ETC.
DELL / HP / HCL / WIPRO / IBM COMPATIBLE.
13 SIREN KHERAJ / BEMCO / TULU 14 CABLES
A: FOR DETECTOR CABLING (I) IMPORTED (II) INDIGENOUS
BELDON / SOUTHWEST / ALPHA FINOLEX / DELTON / UNIVERSAL / NICCO / POLYCAB / FORTGLOSTER / HAVELLS
15 POWER CABLE FINOLEX / DELTON / UNIVERSAL / NICCO / POLYCAB / FORTGLOSTER / HAVELLS
16 SIGNAL CABLE USHA BELTON / HCL / DELTON / VINDHYA TELELINK
17 M.S.CONDUIT AS PER IS-9537-PART-II-1981
NICCO / BHARAT / ZENITH / BEC / CENTURY
18 GI CONDUITS BEC / NICCO / ZENITH 19 ROAD CROSSING G.I PIPES NICCO / TATA / JINDAL
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 24 of 37
GS-13
20 F.D.A SYSTEM SUPPLIERS
1. ELECTRONICS CORPORATION
OF INDIA LTD, 2. TECHNICAL TRADE LINKS PVT.
LTD. 3. GUNNEBO INDIA LTD., 4. MATHER & PLATT PUMPS (I) LTD. 5. M/S AGNICE FIRE PROTECTION
LIMITED. 6. M/S TECHNICO (INDIA) PVT. LIMITED. 7. NOTIFIER. 8. SIEMENS. 9. TECHNO FIRE. 10. NEW FIRE. 11. TYCO FIRE & SECURITY.
21
ELECTRONIC PRIVATE AUTOMATIC BRANCH TELEPHONE EXCHANGE (EPABX) SUPPLIERS
1. M/S INDIAN TELEPHONE INDUSTRIES LIMITED. 2. M/S AVAYA GLOBAL CONNECT LIMITED. 3. M/S SIEMENS LIMITED. 4. M/S ALCATEL. 5. M/S B.P.L TELECOM PVT.
LIMITED. 6. M/S CROMPTION GREAVES LIMITED. 7. ERICSSON.
22 C.C.T.V SYSTEM SUPPLIERS
1. M/S E.C.I.L. 2. M/S NELCO LIMITED. 3. M/S DATAMATICS INFORMATION TECHNOLOGY LIMITED. 4. M/S PHILIPS/BOSCH 5. M/S PELCO
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 25 of 37
GS-13
23
LOUD SPEAKER TALK BACK(LSTB) / LOUD SPEAKER INTERCOMMUNICATION(LSIS) SYSTEMS SUPPLIERS
1. M/S POWER SYSTEMS.
2. PHI-AUDIOCOM.
3.M/S MOTAWANE PRIVATE LIMITED
24 TELEPHONE CABLE SUPPLIERS
1. DELTON CABLES.
2. TELE-LINK NICCO. 3. FINOLEX.
25
FIBRE OPTIC (F.O) CABLE. MOLEX/LUCENT/AMPHINOL/BIRLA ERRICSSON/OPTEL.
26
V.H.F SYSTEM MOTORALA/ YEASU/SIMOCO/ADINO
07. INSTRUMENTATION
Sl. No.
ITEM DESCRIPTION PREFERRED MAKES
A. Field Instruments:
1. Pressure / Differential Pressure gauge : WIKA, Manometer India, A.N. Instruments, Precision Industries, General Instruments, Waaree instruments, Forbes Marshall, Walchandnagar (Tiwac) , Hirlekar (DP gauge)
2. Pressure / Differential Pressure switches.
: Ifm. WIKA, Kasturba (Orion-Ashcroft),Switzer, Indfoss, Vasutech,
3. Pressure / Differential Pressure Transmitters
: Emerson (Rosemount), Chemtrols (Fuji), Honeywell, Yokogawa, Siemens , ABB
4. Temperature gauges : WIKA, Manometer India, A.N. Instruments, General instruments, Waaree instruments, GE gauges, Walchandnagar, Precision Industries.
5. Thermocouple & RTD / thermowell : General Instruments, Nagman Instruments, Toshniwal
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 26 of 37
GS-13
Sl. No.
ITEM DESCRIPTION PREFERRED MAKES
Industries, Tempsens, Pyro-electric Instruments, Industrial Instrumentation, Altop, Waree, Detriv.
6. Temperature Switch : WIKA, Manometer India, A.N.Instruments, General Instruments, Indfoss, Switzer, Vasutech.
7. Temperature transmitter : Emerson (Rosemount), Yokogawa, Honeywell, Siemens, Fuji (Chemtrols,) , ABB
8. Rotameters : Krohne-Marshall, Instrumentation engineers, Trac, Eureka instruments. Chemtrols, Rota Instruments.
9. Orifice Plate & flanges Assembly/ Venturi , Flow nozzle
: Engineering Specialities, Micro-precision, Hydro-pneumatics, Chemtrols-Samil, Instrumentation ltd,
10. DP type Flow / Level Transmitters : Emerson (Rosemount), Chemtrols (Fuji), Honeywell, Yokogawa, Siemens , ABB
11. Flow Switch : Ifm. , Krohne-Marshall, Switzer, Levcon, D.K. Instruments,
12. Electromagnetic flow meter : Yokogawa, Emerson (Rosemount), Krohne-Marshall, Endress & Hauser, ABB.
13. Vortex Flow meter : Emerson(Rosemount), Krohne -Marshall, Yokogawa, Vortex Instruments
14. Mass (coriolis) flow meter Emerson (Rosemount) , Yokogawa, Krohne –Marshall, ABB, Endress & Hauser, Rockwin.
15. Level gauge (magnetic & reflex type) Chemtrol, Levcon Instruments, Pratolina Instruments, Waaree Instruments, Forbes Marshall, Techtrol, Sigma, Asian Industrial Valves & Instruments.
16. Level Switch (Conductivity type) : Chemtrol (Vega), Endress & Hauser, Switzer Instruments, SB Electro-mechanical, Techtrol, Nivo Controls, Level-Tech
17. Level Switch (Capacitance/RF type) : Chemtrol (Vega), Endress & Hauser, Switzer Instruments, SB Electro-mechanical, Techtrol, Nivo Controls, Level-Tech
18. Level Switch (Tuning fork/ Rod type) : Chemtrol (Vega), Endress & Hauser, S.B. Electro-mechanical, ,Nivo Controls
19. Level Switch (Float type) : Emerson,Trac, Chemtrols, Forbes Marshall, D K Instruments, Levcon Instruments, Techtrol , V-Automat, Warree
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 27 of 37
GS-13
Sl. No.
ITEM DESCRIPTION PREFERRED MAKES
20. Level Switch/ Transmitter (Displacer type)
: Emerson, Chemtrols (Eckard), Trac, D K Instruments, Levcon Instruments,
21. Level Switch/ Transmitter (Ultrasonic type)
: Chemtrol (Vega) , Endress & Hauser, Krohne Marshall, Siemens (Miltronics) ,Toshbro controls (Enraf)
22. Level Switch/ Transmitter (Radar type) : Chemtrol (Vega) , Emerson (Rosemount), , Endress & Hauser ,Toshbro controls (Enraf), Krohne- Marshall
23. Level Switch/ Transmitter (Nucleonic type)
: Concord International (Dr. Berthold), Emerson (Kay Ray), ECIL.
24. Level switch (Electro- mech type) : Nivo Controls, Endress & Hauser, S.B. Electro-mechanicals.
25. Control valve : Fisher-Xomox ,Instrumentation Ltd, Dresser Industries (Masoneilan) , Valtek, Samson Controls(Globe type), Forbes Marshall ( Arca ), ABB, Fouress, Tyco valves (Keystone- Butterfly), MIL Controls, Dembla
26. Electrical Actuator : Auma, Limitorque, Marsh, Instrumentation Ltd
( Bernard), Rotork, Keystone.
27. Pneumatic Actuator : Fisher-Xomox , Instrumentation Ltd., Dresser Industries (Masoneilan), Valtek, Samson Controls, ABB, MIL Controls, Forbes Marshall (Arca), Keystone, Virgo, Habonim Vaas..
28. Electro-hydraulic actuator : Reineke, Askania
29. Self- regulating pressure control valve : Samson Controls, Nirmal Industries, Forbes Marshall, Instrumentation Ltd.
30. I/P converters : Shreyas-Barton, Fisher –Xomox, Forbes Marshall (Moore products), Marsh-Bellofram, MIL controls, ABB, Watson –Smith.
31. Pneumatic Positioner, : Instrumentation Ltd., Fisher-Xomox , Dresser Industries (Masoneilan), Samson Controls, Forbes Marshall ( Arca), ABB, Fouress, MIL,
32. Electro- pneumatic positioner Fisher-Xomox, ,Siemens, Dresser Industries (Masoneilan), Samson Controls, Instrumentation Ltd., Forbes Marshall (Arca), ABB, Fouress, MIL controls.
33. Solenoid Valve : Burkert, Herion, Rotex, Schrader-Schovill, Jucomatic, Avcon, .Asco
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 28 of 37
GS-13
Sl. No.
ITEM DESCRIPTION PREFERRED MAKES
34. Air filter regulator : Shavo-Norgren, Marsh-Bellofram, Placka, Schrader-Schovill.
B. Control room Instrumentation
1. Distributed Control System (DCS) : Yokogawa (CS 3000), Honeywell (Experion +C 300), ABB (AC 800 XA), Emerson (Delta V), Siemens (PCS 7+ S7400H).
2. Programmable Logic Controllers. : Refer Electrical list.
3. Digital Indicator : Pyrotech Electronics, Lectrotek, Chino-Laxsons, Micro systems, Master Electronics, Masibus Instruments, Ranutrol, Honeywell.
4. Bargraph Indicator : Chino-Laxsons , Masibus Instruments , Pyrotech Electronics, Lectrotek, Teletherm. Ranutrol
5. Recorders (Chart Less) : Eurotherm, Yokogawa, Chino-laxsons, Honeywell, Siemens, ABB.
6. Microprocessor based controller : Yokogawa, Siemens, Honeywell, Eurotherm, Fuji, ABB, Forbes Marshall,Toshiba
7. Digital scanners : Lectrotek, Micro systems, Master Electronics, MB controls, Masibus Instruments, Procon.
8. DC Power Supply Unit : Aplab, Elnova,Siemens, Phoenix, Schneider,
9. IS Interface/Zenner Barrier Pepperl & Fuchs, MTL, Stahl
10. Signal isolators : Pepperl & Fuchs, MTL, Stahl, Yokogawa, Forbes Marshall (Protech), Chino-Laxsons, Phoenix
11. Annunciation system : IIC, Procon, Micro Systems & Controls, Minilec, Instrumentation Ltd, Lectrotek, Piri systems, Pyrotech Electronics, MB controls & Systems Semuda.
12. Instrument Panels/ Control Desk : Rittal, Pyrotech, Radha Krishna Controls, Instrumentation Ltd.
13. Instrumentation Cable Universal Cables, Delton, Thermopads, KEI industries, Paramount Cables, Lapp cables, Cords cables, Uniflex cables, Brooks Cables, Elkay Telelinks, Rajnigandha, Special Cables, TCL Cables, Friends Cable, Daksha Cable, Crystal Cables, Udey Pyro-Cables, Elkay Telelinks, Fort Gloster
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 29 of 37
GS-13
Sl. No.
ITEM DESCRIPTION PREFERRED MAKES
14. Thermocouple Compensating Cable : Toshniwal Cables, General Instruments, Paramount Cables, Udey pyro-cables, Cords cables, Brooks, Daksha Cables, Friends Cable.
C. Analytical / Special Instruments
1. Gas analysis Instruments : ABB (H&B), MSA, Emerson, Siemens, Chemtrols (Maihak), Forbes Marshall, Fuji, Beiler & lang (CO-Monitor), Honeywell, Yokogawa.
2. Gas Detectors Beiler & lang (CO-Monitor), Dragger, Oldham, Industrial Scientific Corporation, Detronics.
3. Calorific Value (CV) analyzers : Reineke, Union. Yokogawa
4. Moisture Analyzers (Nucleonic) : Concord International (Dr. Berthold), Emerson (Analytical)
5. ORP/PH/ Conductivity meter / Transmitter
: Emerson (Analytical), Forbes Marshall (Polymetron), Yokogawa, ABB, Ion Exchange, Honeywell.
6. Moisture Sensor & Transmitter : Invensys (Foxboro), Bartec, GE-Panametrics
7. Flame Detector : Honeywell, Durag Instruments
8. Vibration sensors & monitors : Bentley Nevada, Schenck -Avery, Josts Engineering (Bruel & Kjaer), SPM Instruments, , Mechanalysis India (IRD).
9. Positive Displacement meter : Toshbro controls.(Bopp & Reuther), Forbes Marshall ( Moorco products), Liquid Controls, Emerson.
10. Annubar / Flow tube : Emerson, Switzer Instruments.
11. Infrared radiation pyrometer : Land, Chino-Laxsons, Toshniwal (Raytek), Ircon, Nagman (Wahl),
12. Dip lance type Molten metal temperature measurement system & T/C Tips
: Ardee Enterprise ( Electronite) , Ferrotran
13. Slag detection system : Elof Hanson (EMLI), Land.
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 30 of 37
GS-13
Sl. No.
ITEM DESCRIPTION PREFERRED MAKES
14. SPM analyser Emerson, Yokogawa, Durag, ABB, Honeywell, Forbes Marshall (Codel).
15. SOx- NOx analyser Forbes Marshall, Emerson, Yokogawa, ABB, Honeywell
08. FIRE PROTECTION SYSTEM 1. Steel pipes - SAIL, ITC, JINDAL, Ajanta, Maharastra
Seamless, Prakash Tubes Gujarat Steel tubes,
2. Steel pipes fittings - Tube Bends, Jindal, Ajanta Shivananda,
EBY Industries. 3. Spray nozzles/Projectors - Laxmi sprinklers, Reliable, Avon, Mather
and Platt, HD Fire. 4. Deluge valves - Mather & Platt, ACE turnkey, Vijay Fire
Protection System Ltd, HD Fire. 5. Outside coating& Wrapping - Llyods/STP for pipes 6. Quartzoid bulb detector - H.D. Fire Protect Co., Mather & Platt, Any other TAC approved make 7. Diesel Engine : Kirloskar-Cummins, Crompton-
Greaves, Ashok Leyland 8. Fire extinguishers : New Fire, VIPL, Zenith, ASCO
Strumech 9. Fixed fire protection system - New Age, Agnice, Vijay Industries& Project , Lloyds
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 31 of 37
GS-13
Insulation, Techno Fire Controls New Fire Engineers 10. Passive Fire protection Llyod, 3M, Vijay System, Signum
09. BOF GCP EQUIPMENTS:-
Following equipment/supplies specific to BOF-Gas Cleaning Plant shall be
manufactured by any of the following vendors listed below:-
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 32 of 37
GS-13
SL. NO. EQUIPMENT VENDOR/MANUFACTURER
1. Hood, Stack and Lance sealing device
ISGEC, ACC-BABCOCK (ABL), BHPVL, L & T
2. Hood traverse carriage, Stack inspection device, Hood bottom closure device
L&T, WMI CRANES, JESSOP, MUKAND
3. Pressure vessels
- Expansion vessel, Mixing drum, Make-up water tank, Sample cooler, Blow-down & drainage expansion tanks and Emergency spray vessel
ISGEC, ABL, BHPVL, TSL, KAVERI ENGG.
4. Additive feeding system BEEKAY, SIMPLEX, MUKAND
5. Gas holder MICCO, SMS-DEMAG, CLAYTON – WALKER
6. Fabricated gas ducts (Dia> 1200 mm), Trestles/Duct Supports, Flare stack structure Walkways/Accesses
BEEKAY, ROURKELA FABRICATION, BHARAT WEST – FALIA, SUBURBAN ENGG., KM UDYOG, OTTO, APV
7. Electrostatic precipitator (wet type)
VOLTAS, OTTO, ORIENT, ANDREW YULE
8. ID fan NEU (France), JAMES HOWDEN (UK), ROTHEMUHLE (Germany), DONKIN (UK), FLAKTWOODS
9. Centrifugal horizontal CW pumps
INGERSOLL, SULZER
Fabricated equipments
- Stack cover plate, Saturator, Hydraulic seal Recycling tank, Convergent/Divergent ducts, Changeover device, Hydraulic non-return valve, Condensate seal pots, Sump cover
NHEC, BHPVL, KCP, BINNY ENGG. WORKS, ABL, ISGEC, OTTO
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 33 of 37
GS-13
- For any other equipment/supplies which are not covered above, the
make/manufacturer’s name shall be mutually agreed between Purchaser /Consultant
and the successful Tenderer.
10. INFORMATION SYSTEM
Preferred Makes for Level-II automation
Server Computers : IBM/HP/SUN Client Computers (PC) : IBM/Lenovo/HP-Compaq/DELL Network Equipment • Active components : CISCO • Passive components : LUCENT/AMP Application software including Process control models : Technology Supplier
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 34 of 37
GS-13
11. FLUID SYSTEMS & PIPING ENGG (LUBRICATION & HYDRAULICS)
PREFERRED MAKE OF ITEMS
SL. NO. ITEM MAKE AREA
1 Piston / Vane Pumps & Hydraulic Motors
Rexroth / Parker / Kawasaki / Eaton Hydraulics
2 Gear Pump Del Pd Pumps (ROTODEL) / Tushaco / Rexroth / Parker / Alfa
Hydraulics / Oil Lubrication
3 Screw Pump IMO / Allwiler / Nortek Hydraulics / Oil Lubrication
4 Centrifugal Pump for Descaling System KSB / Halberg / Wier Descaling
5 Piston Pump for Descaling System Uraca / Wepuko / Hauhinco Descaling
6 Centrifugal Pump (12 Bar & below)
KSB / Kirloskar / Voltas / Mather & Platt / Beacon / Wier Water
7 Submersible Type Sump Pump KSB / Flygt / Grundfos Sump
8 Grease Lubrication System Lincoln Helios / Bijur Delimon / Nortek Grease
9 Oil Lubrication System Lincoln Helios / Shaan Lube Oil Lubrication
10 Air Oil System Rebs / Dropsa / Bijur Delimon / Nortek Air-Oil Lubrication
11 Air Controls Rotex, / Schrader Duncan / Shavo Norgren / Nucon / Ross / SMC / Rexroth / Parker
Pneumatics
12 Hydraulic Proportional Valve Rexroth / Parker / Eaton / Yuken (Japan)
13 Hydraulic System Rexroth / Parker / Eaton / Yuken 14 Hydraulic Control Valve Rexroth / Parker / Eaton / Yuken Hydraulics 15 Hydraulic Servo Valve Moog / Rexroth 16 Manual Valves
16.1 Manual Gate / Globe Valves with & without gear for High Pressure application
KSB / BHEL / AUDCO / BDK
16.2
Manual Gate / Globe Valves with & without for Low Pressure application (16 Bar and Low)
KSB / BHEL / VIRGO / AUDCO / BDK / Fouress / Akay
16.3 Butterfly Valve AUDCO / VIRGO / BDK
16.4 Ball Valve AUDCO / FOURESS / BDK / VIRGO /
16.5 Check Valve (Disc Type) – AUDCO / BDK / FOURESS
Oil Lubrication / Descaling
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 35 of 37
GS-13
SL. NO. ITEM MAKE AREA
Low Pressure
16.6 Check Valve ( Spring Loaded) – Low Pressure AUDCO / BDK / FOURESS
16.7 Check Valve (Spring Loaded) – High Pressure AUDCO / BDK
16.8 Check Valve (Disc Type) – High Pressure AUDCO / BDK
17 Control Valve for oil lubrication system
Forbes Marshall / Samsung / Fisher / RK Controls / Nirmal Industrial Controls
Oil Lubrication
18 Spray Valve for Descaling System Hunt / Elwood Descaling
19 Air Release Valve Upadhyay / Steam & Mining / BDK Water
20 Air / Gas Safety Relief Valve Moorco / L & T / Fainger / Mankenberg Descaling
21 Actuators for operating Valves L& T / Virgo / Rotex / AVCON Oil Lubrication
22 Accumulator with safety shut off block Christie / Hydac / Parker / EPE Hydraulics
23 Accumulator Charging Kit Christie / Hydac / Parker / EPE Hydraulics
24 Accumulator for Descaling System WSR / BHPV / ISGEC Descaling
25 Pressure Filter Hydac / Pall / Internormen / Parker Hydraulics 26 Return Filter Hydac / Pall / Internormen / Parker Hydraulics
27 Basket Filter Internormen / Hydac / Pall / Ball Filters Oil Lubrication
28 Auto Back wash Filter Ball & Kirch, / Hydac / Fluid engineering Descaling / Water
29 Basket Strainer for water Superflo / Hydac / EPE / Internormen / Multitex
Hydraulics / Oil Lubrication
30 HP Compressor Ingersoll Rand / Aerotechnic Coltri Descaling
31 Heat Exchanger Alfa Laval / Indswep / Tranter Hydraulics / Oil Lubrication
32 Level Indicator Switch Sigma / Levcon / Shridhan / Magnetrol / Buhler / Tectral / WEKA / Peneberthy / Kobold
Hydraulics / Oil Lubrication / Descaling
33 Pressure Gauge & Temperature Gauge
A.N. Instruments / H.Guru / Wika / Forbes Marshal / Stauff / Hydac / kobold
Hydraulics / Oil Lubrication / Descaling / Utility Services
34 Pressure Switch Rexroth / Switzer / Hydac / Parker / Dadfoss (Indfoss) / Kobold
Hydraulics / Oil Lubrication / Descaling
35 Differential Pressure Fisher Rosemount / Forbes Descaling
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 36 of 37
GS-13
SL. NO. ITEM MAKE AREA
Transmitter Marshall
36 Thermostat Switzer / Hydac / Stauff / Verma Trafag / Johnson Control / Kobold
Hydraulics / Oil Lubrication / Descaling
37 Differential Pressure Gauge cum Switch Switzer / Danfoss / Indfoss / Hydac
Hydraulics / Oil Lubrication / Descaling
38 Pressure Transmitter Hydac / Forbes Marshall Hydraulics
39 Temperature Transmitter Hydac / Forbes Marshall / Kobold / Johnson Control /
39 Flow Switch Forbes Marshall / Stauff / Kobold / Rockwin / SMC / HYLOC / Flow Mon
40 Flowmeter cum Totaliser Rockwin / Forbes Marshall
Oil Lubrication / Descaling
41 Pipes / Tubes
41.1 Carbon Steel Seamless Pipes / Tubes
Jindal / Ratnamani / Maharashtra Seamless / MJ Patel / Indian Seamless / Gandhi Special Tubes / BHEL
41.2 Stainless Steel Seamless Pipes / Tubes
Jindal / Choksi Tubes / Ratnamani / MJ Patel
41.3 Carbon Steel ERW - SAW Pipes / Tubes
Maharashtra Seamless / MJ Patel / Gandhi Special Tubes / SAIL / Jindal Saw / Ratnamani / Surya Roshni / MAN / Wellspun
Hydraulics / Oil Lubrication / Descaling
42 Pipes / Tubes Fittings
Hyd-air / Hyloc Hydoitechnic / MS Fittings / NL Hazra / Project Tooling Systems / Tube Bend / Parker / AVIT / Zest Technologies
Hydraulics / Oil Lubrication / Descaling
43 Clamps (Polypropylene Clamp, U-Bolts)
Project Tooling Systems / Stauff / Hydair
Hydraulics / Oil Lubrication / Descaling
44 Hose with end fittings Hydrokrimp / Indo-industrial / Hydrolines / Superseals / Parker
Hydraulics / Oil Lubrication / Descaling
45 Flanges Echjay / NL Hazra / MS Fittings Hydraulics / Oil Lubrication / Descaling
46 SAE Flange AVIT / Parker / Hyloc / Stauff Hydraulics
47 Electrical Heater Escorts / Alco / Helios Hydraulics / Oil Lubrication
48 Air Breathers Internormen / Parker / Hydac Hydraulics / Oil Lubrication
49 Portable Filter Unit Internormen / Hydac / Rexroth / Hydraulics
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Preferred Makes Page 37 of 37
GS-13
SL. NO. ITEM MAKE AREA
Parker
50 Contamination Analysis Kit PALL / Hydac / Internorman / Parker Hydraulics
51 Centrifuge Alfa Laval / Westfalia Hydraulics / Oil Lubrication
52 Vacuum Dehydrator Filtervac / Pall / Parker / Nortek Hydraulics / Oil Lubrication
53 Electrostatic Liquid Cleaner KLEENTEK / Ferrocare Hydraulics
54 Mobile Motorised Pump-Motor-Filter Unit for Oil Filling
PALL / Hydac / Internorman / Parker
Hydraulics / Oil Lubrication
55 Chain Pulley Blocks & Hand Operating Traveling Cranes Batliboi / Moris / WH Brady & Co. Hydraulics / Oil
Lubrication
56 Spray Nozzles Lechler / Spraying system Descaling / Gear boxes
57 Nitrogen Booster Station Hydac / Parker Hydraulics 58 Water in Oil detector IMA / Parker / UCC
59 Lubricating oil Indian oil / HP / BP / Castrol / Mobil Exxon
60 Hydraulic oil Indian oil / HP / BP / Castrol / Mobile Exxon
61 Flushing Oil Indian oil / HP / BP / Castrol / Mobile Exxon
62 Grease Indian oil / HP / BP / Castrol / Balmer Lourie
63 Expansion Joint ESBI / STANFLEX / ELAFLEX
(A Government of India Enterprise)
MECON LIMITED
7.0 MTPA EXPANSION
BHILAI STEEL PLANT,BHILAI, CHHATTISGARH
SPACE FOR SUB-CONTRACTOR/
SUB-VENDOR
CRUSHING FACILITIES ( Pkg. 064 )
AUGMENTATION OF FUEL & FLUX
TENDER DOCUMENT
TENDER NO.: DLI/C&E/WI-675/318
FOR
Tender for Design, Engineering, Manufacturing, Supply & Supervision of Installation of “Air Canons for 5 Nos. Silos” for the project of “Augmentation of Fuel and Flux Crushing Facilities (Package No. 064) of Bhilai Steel Plant (SAIL)”
VOLUME – 2B
TECHNICAL SPECIFICATIONS
ENGINEERING PROJECTS (INDIA) LIMITED (A GOVT. OF INDIA ENTERPRISE)
Core-3, Scope Complex, 7, Lodhi Road,
New Delhi-110003
TEL NO. 011-24361666 FAX NO. 011-24363426
Email: [email protected]
Air Canons for 5 Nos. Silos DLI/C&E/WI-675/318
Page 1 of 6
CONTENTS
S. No. DESCRIPTION
1. Documents/Information to be furnished alongwith offer
2. Scope of Supply
3 Technical Specifications of Air Canons
4. Spares
5. GS Chapter 5 - Inspection
Air Canons for 5 Nos. Silos DLI/C&E/WI-675/318
Page 2 of 6
GENERAL
The following Technical Specification shall be read in conjunction with General Technical
Specification (GTS) of Bhilai Steel Plant, SAIL and General Specification. If there are any
provisions in this Technical Specification, which are at variance with the provisions of
General Technical Specification (GTS) of Bhilai Steel Plant, SAIL and General Specification,
the provisions in this Technical Specification shall take precedence.
1.0 DOCUMENTS/INFORMATION TO BE FURNISHED ALONGWITH OFFER
(i) Clear Scope of supply.
(ii) Exclusions, if any.
(iii) Type and quantity of oil, lubricants for initial fill till successful commissioning of
equipments.
(iv) Type and quantity of consumables for three months of operation after
commissioning of equipments.
(v) List with unit rates of special tools and tackles, if any required.
(vi) Price Schedule for supply, commissioning spares & recommended spares as per the
formats enclosed.
(vii) List of recommended spare parts for 3 (Three) years trouble free operation and
maintenance alongwith unit rates as per the format enclosed in price schedule.
(viii) Weight of the equipments in Kgs.
(ix) Catalogues/Leaflets and O&M Manuals.
(x) Copies of G. A. Drawing of the equipments.
(xi) Quality Assurance Plan.
(xii) Un-priced Copy (Furnish un-priced copy of Price Schedule for supply, commissioning
spares & recommended spares alongwith the Technical Bid).
2.0 SCOPE OF SUPPLY
The scope of work includes design, engineering, manufacture, shop fabrication,
assembly, testing, calibration & inspection at manufacturer’s works, packing,
dispatch, transportation, delivery to site, performance guarantee testing, final
painting and handing over to Bhilai Steel Plant (SAIL), Bhilai/EPI of “Air Canons
for 5 Nos. Silos” as per specifications and scope defined in tender documents
complete with all accessories, which are not mentioned specifically but are required
for the efficient and trouble free operation of the equipment/system.
a) Following items are also included in bidder’s scope
(i) Complete equipments including all the mechanical & electrical items as per the
Air Canons for 5 Nos. Silos DLI/C&E/WI-675/318
Page 3 of 6
details given in the specifications.
(ii) Commissioning spares, spares for two years of operation and maintenance, starter
and switch fuse unit, standard accessories, foundation bolts, initial fill of oil and
grease and consumables for three months of operation after commissioning, local
dust extraction system and any other item which is not mentioned in this
specification but is required for smooth and proper functioning of the equipment for
the intended purpose is in the scope of bidder.
(iii) All equipments and it’s components shall be of latest model and shall be designed,
assembled and tested in accordance with the latest amendments of relevant Indian
Standards and standards of the country of manufacture (in case of imported
equipment) pertaining to the sample preparation and physical testing of
metallurgical coke and shall offer various equipments accordingly.
(iv) The scope of work of the bidder shall include special tools and tackles.
(v) Recommended spare parts for (3) three years trouble free O&M.
(vi) Painting of complete equipments (including final painting before handing over to the
Employer) as per Clause no. 5 of Vol – 2A.
(vii) The bidder shall stand guarantee for the overall performance of all the offered
equipments.
(viii) All drawings/documents along with operation and maintenance manuals as per
requirement mentioned elsewhere in the tender document.
(ix) Getting approval of design/drawings and any other design calculation related to the
equipments from BSP/MECON/EPI.
(x) Carrying out any modifications/deletions/addition/alteration in design/drawings/
documents as required by client & client’s consultant and EPI for proper execution of
work at site till completion and handing over of the project to client.
Exclusions:
(i) Civil works including grouting.
b) Tenderer to note the following:
(i) The equipments should be suitable for smooth, efficient and trouble free service in
the tropical humid climate prevailing at plant site and under the ambient
temperature conditions indicated above for the different shops and areas. In hot
areas of higher temperature conditions, the equipments will be adequately
protected against damage from radiant heat and hot air.
(ii) All bought-out items shall be as per preferred make list of Vol – 2A.
(iii) Drawings/documents to be furnished along with the equipments:
a) General Arrangement drawings and all data/catalogues.
b) Supply of report on shop tests and material test certificate to be furnished along
with the equipments.
Air Canons for 5 Nos. Silos DLI/C&E/WI-675/318
Page 4 of 6
c) Supply of all operating manual, maintenance schedule & lubrication chart to be
furnished along with the equipments.
3.0 TECHNICAL SPECIFICATION OF SILOS
Capacity
of SILO
Nos.
of
SILO
MOC
of
SILO
SILO
wall
thickness
Diameter
of SILO
Thickness &
Type of
Liner in
SILO
Material
Being
Handled
Lump
Size of
Materials
500 Ton 5 RCC 250mm
thk.
6000mm For Vertical
Portion at
height 1 mtr.
& conical
portion (slope
60°) SS-
409M 8mm
thk. Plate
Coal -80mm
4.0 SPARES
1. Commissioning Spares and Insurance Spares
Supply of commissioning spares and insurance spares as required shall be in scope
of supply of the Bidder alongwith the equipment. It shall cover requirements of
erection, cold tests, startup and initial operation of the plant till integrated testing &
successful commissioning and commencement of commercial production up to a
period of six months. Any leftover commissioning spares shall be the property of the
Purchaser. Any commissioning spares required over and above the list given by the
Bidder shall have to be provided by the Bidder free of cost up to the successful
commissioning & commencement of commercial production of the plant and
equipment. The Bidder shall supply adequate insurance spares to ensure smooth
operation and maintenance of the plant.
2. Consumables
The Bidder shall supply all consumables such as initial fill of lubricants, oils, grease,
chemicals, refractories, resins etc. as required of all equipments for commissioning
and shall have a shelf life of minimum one year. The scope of consumables shall
include electrodes, shims, packings, bolts, nuts, gaskets, rivets, washers etc. as
applicable.
The Bidder shall also furnish Indian equivalent of oils, lubricants, refractories and
other consumables along with necessary specifications, drawings, catalogues etc. to
enable the Purchaser to procure them from indigenous sources.
The Bidder shall indicate the annual requirement of all such consumables.
3. Operating, Maintenance and Two Years’ Spares:
Air Canons for 5 Nos. Silos DLI/C&E/WI-675/318
Page 5 of 6
a) The Bidder shall ensure the interchangeability of the parts wherever possible.
The Bidder shall furnish an itemized list of interchangeable spares.
b) The list of spares as necessary and recommended by the respective
manufacturer for two years’ of reliable and trouble free operation and
maintenance of all equipment under this package shall be in the scope of the
Bidder. The same shall be quoted separately. In the event of order the
successful Bidder shall furnish complete specification of the same.
c) Spares list giving complete list of the replaceable parts, fully illustrated shall be
supplied. The list shall include the following information.
Item designation
Reference drawings
Quantity installed
Quantity recommended for two years’ normal operation including the
insurance spares
Weight of each spare part
Supplier or sub-supplier’s catalogue number
Recommended minimum stock
Expected replacement time
Installation instruction in detail shall be supplied both for original installation
and future, for replacement of major electrical equipment, circuit wiring
diagram shall be provided.
4. Special Erection/Maintenance Tools and Tackles:
a) The Bidder shall supply a complete and unused wet of all the special tools and
tackles including required number of tool boxes as required for erection,
maintenance, overhaul or complete replacement of the equipment and
components required for the plant. The Bidder shall submit a list of such special
erection and maintenance tools and tackles.
b) All the tools shall be supplied in separate containers clearly marked with the
name of the equipment for which they are intended.
c) The Successful Bidder shall indicate list of construction machineries, handling
equipment and other facilities including tower crane or equivalent for erection at
high elevation required for the execution of work based on their previous
experience, considering site conditions and other considerations of work and
furnish resource deployment plan. The successful Bidder shall mobilize these
equipment at site for the execution of work and this is an important requirement
of the project. The availability of required facilities shall be ensured for
completeness of the project in time.
d) For any fabrication/control assembly (necessary for erection) work to be done in
the plant premises the plan shall be indicated by the Bidder. The necessary
equipment such as plate bending machines, special purpose welding machines,
fixtures, tools & tackles and other equipment required for fabrication shall be
arranged by the successful Bidder.
e) The successful Bidder shall carry out the testing of welded joints by radiographic
and ultrasonic methods. They must have only qualified/certified welders with
them for completing all the welding jobs.
Air Canons for 5 Nos. Silos DLI/C&E/WI-675/318
Page 6 of 6
f) All the measuring instruments shall be calibrated having reference to NPL
(National Physics Laboratory).
g) All tools and tackles, apparatus, special instruments required for erection,
testing, commissioning and establishment of the Performance Guarantee Test,
measurements required for establishing the pollution control norms and such
other instruments, as required, shall be arranged by the successful Bidder. After
commissioning, the successful Bidder shall handover all the special tools &
tackles to the Purchaser.
h) The successful Bidder shall supply all required consumables, initial fill, oil,
lubricants, construction and erection materials including but not limited to
shims, packing plates, joining compounds, kerosene, solvents, sealing
compounds, tapes, connectors, brazing and soldering materials, welding and
brazing gases and rods, electrodes and wires, erection bolts, nuts, rivets, piano
wire, packing sheet and packing compounds, temporary supports, spacer
templates, jute and cotton waste cloth, sand and emery paper etc. for the
commissioning of the plant.
i) For load testing of handling equipment, loads shall have to be arranged by the
successful Bidder. Electrical/ operation tests, as per standard practice, shall also
be arranged and completed by them.
j) All materials, equipment, tools, tackles etc. brought at site by the successful
Bidder within the plant area shall not be removed without the written permission
of the Purchaser. Similarly, all enabling works built/erected and/or acquired by
them within the plant premises shall not be dismantled and removed without the
written permission of the Purchaser.
INSPECTION
(CHAPTER-05)
STEEL AUTHORITY OF INDIA LIMITED
BHILAI STEEL PLANT
GENERAL SPECIFICATION FOR
QUALITY SYSTEM, INSPECTION & TEST OF PLANT / EQUIPMENT AT
MANUFACTURER’S PREMISES (GS – 05)
MECON LIMITED RANCHI – 834002
No. MEC/S/1901/11/38/0/00/00/F1889/R2 JULY, 2007
�����
�������������� ���������������
�����������������
General Technical Specification
© 2006 MECON Limited All rights reserved
Contents Page 1 of 1
GS-05
CONTENTS
SL. NO. DESCRIPTION PAGE NO.
01. GENERAL 1
02 QUALITY SYSTEM REQUIREMENTS 1
03 QUALITY ASSURANCE PLAN 1
04 CALIBRATION OF MEASURING EQUIPMENT 2
05 TEST CERTIFICATES & DOCUMENTS 2
06 INTERNAL INSPECTION BY SUCCESSFUL TENDERER/MANUFACTURER
3
07 MANUFACTURING & INSPECTION SCHEDULE 3
08 METHOD OF UNDERTAKING INSPECTION & TESTING BY MECON/BSP
4
09 OBLIGATIONS OF SUCCESSFUL TENDERER
4
10
STAMPING AND ISSUE OF INSPECTION DOCUMENTS 5
11 GENERAL CLAUSES 5
ENCLOSURES:
i) Form No. 11.20.(DQM)F-09 Rev-0 - QAP for Structural & Mechanical Equipment
ii) Form No. 11.20.(DQM)F-10 Rev-0 - QAP for Electrical Equipment
iii) Form No. 11.20.(DQM)F-11 Rev-0 - QAP for Refractory Materials
iv) Form No. 11.20.(DQM)F-5/2 Rev-0 - Inspection Call Proforma
v) LIST OF MECON OFFICES and Contact Address Details
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Inspection Page 1 of 5
GS-05
GENERAL SPECIFICATION ON QUALITY SYSTEM, INSPECTION & TEST OF PLANT & EQUIPMENT AT MANUFACTURER'S PREMISES 1.0 GENERAL 1.1 Inspection & testing of plant & equipment shall be carried out by Consultant/ Purchaser
at the works of successful tenderer during manufacturing and/or on final product to ensure conformity of the same with the acceptable criteria of technical specifications, approved drawings, manufacturing drawings and applicable national / international standards.
2.0 QUALITY SYSTEM REQUIREMENTS The successful tenderer must recognise the importance of quality and follow defined
quality programme in all stages of. manufacturing and quality control activities of the product. Contractor must define and implement the tasks and controls that will provide needed assurance, in case manufacturing of product is sub-contracted either partly or fully and/or for the procured components of the product. All bought-out equipment or component shall be procured from vendors which are duly approved by the project authority.
Consultant/ Purchaser reserve the right to verify the quality programme of tenderer & its vendors/sub- vendors to assure the effectiveness of the programme to meet the intended and specified quality of the product.
3.0 QUALITY ASSURANCE PLAN (QAP) 3.1 The successful tenderer shall furnish Quality Assurance Plan (QAP) for respective
equipment after completion of detailed engineering and finalisation of billing schedule / equipment identification number for Consultant's approval at least one month prior to start of manufacturing.
3.2 QAP shall be prepared & furnished by Contractor in Form Nos. 11.20(DQM) F- 09,10 ,
11 (specimen copy enclosed) / detailed manufacturing QAP for structural & mechanical equipment, electrical equipment and refractory materials respectively , QAPs must be submitted in four ( 4 ) sets duly signed and stamped by tenderer for MECON approval .
3.3 The successful tenderer shall indicate procurement source and furnish to Consultant,
during the submission of QAP, copies of P.O., Sub-P.O., T.S., approved GA drawings/ data sheets & detailed manufacturing drawings, as backup reference materials for scrutiny & final approval by Consultant. The submission & subsequent approval of QAPs shall be ensured to be restricted to one round only.
3.4 Inspection and test requirements shall be decided with due consideration of factors like
safety, duty cycle, operating conditions, equipment life, environmental conditions, place of installation and statutory regulations, as applicable, for a particular equipment. Any, additional type or special tests or routine tests if found necessary to establish the intended quality after detailed engineering then the same shall have to be incorporated in the QAP without any commercial implication.
3.5 Detailed QAP shall be prepared by the successful tenderer in consultation with their
Sub-contractors / Manufacturers to avoid any complicacy later .
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Inspection Page 2 of 5
GS-05
4.0 CALIBRATION OF MEASURING EQUIPMENT 4.1 All the measuring equipment used for inspection & testing shall be calibrated and
appropriate accuracy class of measuring equipment shall be used. Calibration standards used for calibration of measuring equipment shall be traceable to national standards of National Physical Laboratory (NPL), New Delhi with unbroken chains of comparison.
4.2 Valid calibration certificate for all measuring equipment used during inspection and
testing at manufacturer’s works, with traceability to national standards of NPL/ NABL accredited laboratories shall be furnished prior to undertaking inspection by Consultant/ Purchaser.
Calibration certificate shall also indicate reference no. of calibration standards calibrated
by NPL/NABL accredited laboratories and copies of such calibration certificates of calibration standards shall be included in the compiled dossiers of inspection/test results.
5.0 TEST CERTIFICATES AND DOCUMENTS 5.1 For each of the items being manufactured as per approved QAP , following test
certificates and documents, as applicable for each of the equipment, in requisite copies including original, duly endorsed by the Manufacturer/successful tenderer with appropriate linkage to project, purchase order and acceptance criteria etc shall be submitted to Consultant/ Purchaser.
i) Raw materials identification & physical and chemical test certificates for all materials
used in manufacture of the equipment (except IS: 2062-1999 Gr.A & IS: 210-1993, FG-150).
ii) WPS, PQR & WPQ documents as per applicable code.
iii) Details of stagewise inspection & rectification records for fabricated items, castings, forgings and machined articles.
iv) Control dimension chart with records of alignment, squareness etc.
v) Manufacturer's material and performance/relevant test certificates for all bought-out
items. vi) Details of heat-treatment and stress relieving charts as per specification. vii) Non-Destructive Test reports as per respective code. viii) Static/dynamic balancing certificate for rotating components/machines. ix) Hardness test certificate. x) Pressure/Leakage Test Certificates. xi) Performance Test Certificates for all characteristics. xii) Routine / type / calibration /acceptance / special test ( Type Tests etc) certificates for
electrical items.
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Inspection Page 3 of 5
GS-05
xiii) Surface preparation and painting certificates. xiv) Certificates from competent authority for the items coming under statutory
regulations. 5.2 Where physical and chemical test certificates of material are not available, the successful
tenderer/Sub-contractor shall arrange to have specimens and test samples of the materials, tested in his own laboratory at his cost and submit the copies of test results in requisite numbers to Consultant/Purchaser for review. Number of test samples against each heat/cast/lot or batch of materials, as applicable shall be as per relevant Indian or International Standards.
5.3 Where facilities for testing do not exist in the successful tenderer/Sub-contractor's
laboratories or in case of any dispute, samples and test pieces shall be drawn by the successful tenderer/Sub-contractor in presence of Consultant/ Purchaser and sealed sample shall be sent to any Govt. approved /NABL accredited laboratory for necessary tests at former’s own cost.
5.4 The Consultant/ Purchaser shall have the right to be present and witness all tests being
carried out by the successful tenderer/Sub- contractor at their own laboratory or approved laboratories. Also, the Inspection Agency shall reserve the right to call for confirmatory test on samples, at his discretion.
6.0 INTERNAL INSPECTION BY SUCCESSFUL TENDERER/MANUFACTURER 6.1 Inspection and tests shall be carried out by Contractor/ Manufacturer in accordance with
approved drawings, T.S., P.O., and approved QAP. They shall maintain records of each inspection and test carried out and signed documents shall be submitted to Purchaser/Consultant for verification.
6.2 The successful tenderer shall carry out their internal inspection & obtain clearance from
statutory bodies e.g. IBR, CCE, TAC, Weights & Measures, safety, IE rules etc. prior to offering any equipment for Purchaser/Consultant's inspection in accordance with approved QAP.
6.3 The successful tenderer/ Manufacturers shall identify all the inspected
equipment/component/raw materials & shall maintain the record of status of inspection viz. inspected & found acceptable, require rectification/rework, rejected etc.
6.4 The successful tenderer shall establish and maintain procedures to ensure that the
product that does not conform to specified requirements, is prevented from inadvertent use or installation. The description of non-conformity that has been accepted subsequently by Consultant/ Purchaser by concession and/or of repairs, shall be recorded.
Repaired and reworked product shall be offered for re- inspection to Consultant/ Purchaser alongwith records of corrective action taken.
7.0 MANUFACTURING AND INSPECTION SCHEDULE
All contractors shall submit the schedule for manufacturing and inspection indicating equipment / components, sub- assembly/ assembly. Date of approval of drawings / data sheets. Address of manufacturer with contact person and scheduled date of inspection. Such reports shall be submitted to respective Consultant Inspecting Offices with a copy
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Inspection Page 4 of 5
GS-05
to Inspection Co- ordinating Office once in a month. These monthly reports shall state the planning for next three months. Submission of first reports must commence one month prior to commencement of manufacturing activities of the product.
8.0 METHOD OF UNDERTAKING INSPECTION & TESTING BY
CONSULTANT/PURCHASER 8.1 Inspection call shall be given only on readiness of the equipment/ assembly/
sub-assembly & after approval of all relevant drawings and QAP. In case, equipment/ assembly/ sub-assembly offered for inspection are found not ready, all the cost of visit of Consultant's engineer shall have to be borne by the successful tenderer.
If the equipment/assembly/sub-assembly after inspection found not acceptable, require rework and involve Consultant's re- inspection, all the cost of such re-inspections shall also have to be borne by the successful tenderer,.
8.2 Inspection call shall be floated to Consultant, in the enclosed Form
No.11.20(DQM)F-05/2.REV-0 duly filled in, with ten days clear margin, enclosing all documents like test Certificates, Internal Inspection Reports, P.O., Sub-P.O., T.S., Approved QAP, approved GA drawings/ data sheets and manufacturing drawings. Inspection calls without above documents shall be treated as invalid and shall be ignored. The hard copy of such documents must also accompany a CD ( comprising computer readable files ) containing the identical documents .
8.3 The successful tenderer shall offer substantial quantities for economical inspection
consistent with the size of order. 8.4 On receipt of the Inspection call, pertaining to particular package / equipment / item, QA
& Inspection group of Consultant, Ranchi ( Overall co-ordinating office for Inspection activities ) shall organize inspection visit or will issue Inspection assignment to other Consultant’s office ( based on nearness to the vendor's manufacturing works / relevant job expertise ). For further inspection pertaining to the same package / equipment / item, successful tenderer may forward the subsequent inspection calls to the respective Consultant’s offices ( as identified per initial assignment ), with a copy to QA & Inspection Section, Ranchi.
9.0 OBLIGATIONS OF SUCCESSFUL TENDRER 9.1 The successful tenderer shall provide all facilities and ensure full and free access of the
Inspection Engineer of Purchaser/Consultant to their own or their Sub-Contractor's premises at any time, during contract period, to facilitate him to carry out inspection & testing of the product during or after manufacture of the same.
9.2 The successful tenderer shall delegate a Representative / Co-ordinator to deal with
Consultant/ Purchaser on all inspection matters. Representative of successful tenderer shall be present during all inspection at Sub-Contractor's works.
9.3 The successful tenderer shall comply with instructions of Consultant/ Purchaser fully and with promptitude.
9.4 The successful tenderer/ Sub-Contractor shall provide all instruments, tools, necessary
testing & other inspection facilities to Consultant/ Purchaser free of cost for carrying out inspection.
9.5 The cost of testing welds by ultrasonic, radiographic and dye penetration tests etc. in the
fabrication workshop shall be borne by the successful tenderer .These tests need to be
�����
�������������� ���������������
�����������������
General Technical Specification
© 2007 MECON Limited All rights reserved
Inspection Page 5 of 5
GS-05
witnessed by ASNT/ISNT Level-II qualified NDT personals 9.6 The successful tenderer shall ensure that the equipment/assembly/ component of the
plant and equipment required to be inspected, are not dismantled or dispatched before inspection.
9.7 The successful tenderer shall not offer equipment for inspection in painted condition
unless otherwise agreed in writing by Consultant/ Purchaser. 9.8 The successful tenderer shall ensure that the equipment and materials once rejected by
the Consultant/Purchaser, are not re-used in the manufacture of the plant and equipment. Where parts rejected during inspection have been rectified as per agreed procedures laid down in advance, such parts shall be segregated for separate inspection and approval, before being used in the work.
10.0 STAMPING AND ISSUE OF INSPECTION DOCUMENTS 10.1 Inspection Memo:- For rejected items/items, which do not conform to Technical
Specification in one or more quality characteristics requiring rectification / rework, Inspection Memo shall be issued indicating therein the details of observation & remarks. All the non-conformities with respect to specification of the product shall be indicated in the Inspection Memo for further quality control by successful tenderer.
10.2 Inspection Certificate:- On satisfactory completion of final inspection & testing, all
accepted plant & equipment shall be stamped suitably and Inspection Certificate shall be issued by the Consultant for the accepted items.
11.0 GENERAL CLAUSE 11.1 Inspection & tests carried out by Consultant/Purchaser shall not absolve the
responsibility of the successful tenderer/ Manufacturer to provide acceptable product as per the terms of contract nor shall it preclude subsequent rejection.
11.2 Purchaser/ Consultant reserve the right to inspect any product at any stage of
manufacturing beyond pre-identified stages & hold points of approved QAP.
CONTRACTOR PROJECT
ORDER NO. & DATE PACKAGE NO.
SUB - CONTRACTOR PACKAGE NAME ORDER NO. & DATE
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1 QAP shall be submitted for each of the equipment separately w ith break Code Description Code Description Code Description DOCUMENTS : up of assembly / sub-assembly & part/component or for group of equip- ment having same specif ication. 1. Visual(Welding etc.) 19. Sponge test 34. Internal Inspection report D1. Approved GA draw ings
2. Dimensional 20. Dust/Water Ingress test by Contractor D2. Information and other reference2 Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 21. Friction Factor Test 35. Hardness test drg / stamped drgs released
submission of test certif icates & documents. Additional codes & des- 4. Physical Test(Sample) 22. Adhesion Test 36. Spark test for Lining for manufacture cription for extent of inspection & tests may be added as applicable for 5. Chemical Test (Sample) 23. Performance Test/ 37. Calibration D3. Relevant catalogues the plant and equipment. 6. Ultrasonic Test Characteristic curve 38. Safety device test D4. Bill of Material/ item no./
7. Magnetic Particle Test(MPT) 24. No. Load/Free Running Test 39. Ease of Maintenance identif ication.3 Separate identif ication number w ith quantity for equipment shall be 8. Radiography test 25. Load/Overload Test 40. Thickness measurement D5 Matchmark details
indicated w herever equipment having same specif ication belonging to 9. Dye Penetration Test 26. Measurement of speeds of Zinc coating D6 Line/Layout diagram different facilities are grouped together. 10. Metallographic Exam. 27. Accoustical test D7 Approved erection procedures
11. Welder's Qualif ication & 28. Geometrical Accuracy D8 Unpriced sub P.O.w ith4 Weight in tonnes (T) must be indicated under column 5 for each item. Weld Procedure Test 29. Repeatability and Positioning specif ication and amendments
Estimated w eights may be indicated w herever actual w eights are not 12. Approval of Test and Repair Accuracy if any available. Procedure 30. Proving Test D9. Calibration Certif icate of all
13. Heat Treatment 31. Surface Preparation measuring instrument and ABBREVIATIONS USED : 14. Pressure Test 32. Manufacturer's Test Certif icates gauges.
15. Leakage test for bought out items D10. Ordering Specif ication CONTR : CONTRACTOR 16. Balancing 33 IBR/Other statutory agencies'
17. Vibration Test compliance certif icate MFG : MANUFACTURER 18. Amplitude test
E Q U I P M E N T D E T A I L S INSPECTION AND TESTS Raw Material and Inprocess Test Certif icates & Acceptance Criteria
Sl. Description (w ith equipment Identif ication Quantity Manufacturer's Expected Sche- stage Inspection Final Inspection / Test by documents to be Standards/IS/BS/ REMARKS/No. heading,place of use and No. No / M T Name and Address dule of Final submitted to MECON ASME/Norms and SAMPLING PLAN
brief specif ication) Inspn MFR CONTR MECON MFR CONTR MECON Documents1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
( Q . A . P . NO. TO BE ALLOTTED BY MECON )For CONTRACTOR / SUB - CONTRACTOR NO. / / / M- REV.
for MECON ( Stamp & Signature ) (Stamp & Signature ) SHEET : OF
STRUCTURAL & MECHANICAL
FORM NO. 11.20 (DQM) F-09, REV-0
EQUIPMENT
QUALITY ASSURANCE PLANFOR
CONTINUATION SHEET E Q U I P M E N T D E T A I L S INSPECTION AND TESTS
Raw Material and Inprocess Test Certif icates & Acceptance CriteriaSl. Description (w ith equipment Identif ication Quantity Manufacturer's Expected Sche- stage Inspection Final Inspection / Test by documents to be Standards/IS/BS/ REMARKS/No. heading,place of use and No. No / M T Name and Address dule of Final submitted to MECON ASME/Norms and SAMPLING PLAN
brief specif ication) Inspn MFR CONTR MECON MFR CONTR MECON Documents1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
( Q . A . P . NO. TO BE ALLOTTED BY MECON )For CONTRACTOR / SUB - CONTRACTOR NO. / / / M- REV.
for MECON ( Stamp & Signature ) (Stamp & Signature ) SHEET : OF
FORM NO. 11.20 (DQM) F-09, REV-0
CONTRACTOR PROJECT
ORDER NO. & DATE PACKAGE NO.
SUB - CONTRACTOR PACKAGE NAME
ORDER NO. & DATE INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1 QAP shall be submitted for each of the equipment separately w ith break Code Description Code Description Code Description DOCUMENTS : up of assembly / sub-assembly & part/component or for group of equip- ment having same specif ication. 1. Visual 14. Impalse Test. D1. Approved GA draw ings
2. Dimensional 15. Partial Discharge Test. D2. Approved single line /2 Use numerical codes as indicated for extent of inspection & tests and 3. Fitment & Alignment 16. Heat run test/Temp. rise Test. schematic diagram.
submission of test certif icates & documents. Additional codes & des- 4. Physical Test(Sample) 17. Enclosure protection Test. D3. Catalogues / Approved data sheet cription for extent of inspection & tests may be added as applicable for 5. Chemical Test (Sample) 18. Calibration. D4. Approved bill of materials. the plant and equipment. 6. Ultrasonic Test 19. Noise & Vibration. D5. Unpriced P.O. copy.
7. Magnetic Particle Test(MPT) 20. Test Certif icates for bought D6. Calibration Certif icate of all measuring 3 Separate identif ication number w ith quantity for equipment shall be 8. Radiography test out components. instrument and gauges
indicated w herever equipment having same specif ication belonging to 9. Dye Penetration Test 21. Tank pressure Test. different facilities are grouped together. 10. Measurement of IR Value : 22. Paint shade verif ication.
a) Before HV Test 23. Short time rating. 4 Weight in tonnes (T) must be indicated under column 5 for each item. b) After HV Test 24. Operation & functional
Estimated w eights may be indicated w herever actual w eights are not 11. High voltage test/Dielectric check. available. test. 25. Overspeed Test.
12. Routine test as per relevant 26. Flame proof Test ABBREVIATIONS USED : IS/other standard. 27. Clearance and creepage
13. Type tests as per relevant IS/ distance. CONTR : CONTRACTOR other standard. 28. Acceptance Tests
as per relevant IS MFG : MANUFACTURER
E Q U I P M E N T D E T A I L S INSPECTION AND TESTS Raw Material and Inprocess Test Certif icates & Acceptance Criteria
Sl. Description (w ith equipment Identif ication Quantity Manufacturer's Expected Sche- stage Inspection Final Inspection / Test by documents to be Standards/IS/BS/ REMARKS/No. heading,place of use and No. No / M T Name and Address dule of Final submitted to MECON ASME/Norms and SAMPLING PLAN
brief specif ication) Inspn MFR CONTR MECON MFR CONTR MECON Documents1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
( Q . A . P . NO. TO BE ALLOTTED BY MECON )For CONTRACTOR / SUB - CONTRACTOR NO. / / / E- REV.
for MECON ( Stamp & Signature ) (Stamp & Signature ) SHEET : OF
ELECTRICAL EQUIPMENT
FORM NO. 11.20 (DQM) F-10, REV-0
QUALITY ASSURANCE PLAN FOR
CONTINUATION SHEET E Q U I P M E N T D E T A I L S INSPECTION AND TESTS
Raw Material and Inprocess Test Certif icates & Acceptance CriteriaSl. Description (w ith equipment Identif ication Quantity Manufacturer's Expected Sche- stage Inspection Final Inspection / Test by documents to be Standards/IS/BS/ REMARKS/No. heading,place of use and No. No / M T Name and Address dule of Final submitted to MECON ASME/Norms and SAMPLING PLAN
brief specif ication) Inspn MFR CONTR MECON MFR CONTR MECON Documents1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
( Q . A . P . NO. TO BE ALLOTTED BY MECON )For CONTRACTOR / SUB - CONTRACTOR NO. / / / E- REV.
for MECON ( Stamp & Signature ) (Stamp & Signature ) SHEET : OF
FORM NO. 11.20 (DQM) F-10, REV-0
FORM NO.11.20(DQM) F-11 REV-0
CONTRACTOR PROJECT
ORDER NO. & DATE PACKAGE NO.
SUB - CONTRACTOR PACKAGE NAME ORDER NO. & DATE
INSTRUCTIONS FOR FILLING UP : CODES FOR EXTENT OF INSPECTION, TESTS, TEST CERTIFICATES & DOCUMENTS :
1 QAP shall be submitted for each of the equipment separately with break Code Description Code Description DOCUMENTS : up of assembly / sub-assembly & part/component or for group of equip- ment having same specification. 1. Visual 18. Drying & firing shrinkage D1. Laboratory test report
2. Dimensions and geometry 19. Sieve analysis D2. Dimensional drgs. showing2 Use numerical codes as indicated for extent of inspection & tests and 3. Chemical composition 20. Warpage plan, elevation, side view
submission of test certificates & documents. Additional codes & des- 4. Apparent porosity 21. Drip slag test & cross sectional view duly cription for extent of inspection & tests may be added as applicable for 5. True specific gravity 22. Permeability test approved. the plant and equipment. 6. Bulk density/true density 23. Hydration resistance test D3. Copies of sub P.O. &
7. Cold crushing strength 24. Lap joint strength Technical Specification.3 Separate identification number with quantity for equipment shall be 8. Pyrometric cone equivalent 25. Abrasion resistance D4. Calibration Certificate of all
indicated wherever equipment having same specification belonging to 9. Refractoriness under load 26. Cold bonding strength measuring instruments and different facilities are grouped together. 10. Spalling resistance 27. Oxidation resistance gauges.
11. Permanent linear change 28. Workability 4 Weight in tonnes (T) must be indicated under column 5 for each item. after heating 29. Surface area
Estimated weights may be indicated wherever actual weights are not 12. Modulus of Rupture/ 30. Corrosion resistance available. Flexural strength 31. Consistency
13. Reversible thermal expansion 32. Internal Inspection Report ABBREVIATIONS USED : 14. Resistance to dis-integration effect 33.Safe working temp.
of carbon monoxide gas. 34. Lot sampling CONTR : CONTRACTOR 15. Water absorption 35. Part assembly
16. Acid resistance 36.Control assembly. MFR : MANUFACTURER 17. Thermal conductivity
E Q U I P M E N T D E T A I L S INSPECTION AND TESTS Raw Material and Inprocess Test Certificates & Acceptance Criteria
Sl. Description (with equipment Identification Quantity Manufacturer's Expected Sche- stage Inspection Final Inspection / Test by documents to be Standards/IS/BS/ REMARKS/No. heading,place of use and No. No / M T Name and Address dule of Final submitted to MECON ASME/Norms and SAMPLING PLAN
brief specification) Inspn MFR CONTR MECON MFR CONTR MECON Documents1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
( Q . A . P . NO. TO BE ALLOTTED BY MECON )For CONTRACTOR / SUB - CONTRACTOR NO. / / / R- REV.
for MECON ( Stamp & Signature ) (Stamp & Signature ) SHEET : 1 OF 2
QUALITY ASSURANCE PLANFOR
REFRACTORY MATERIALS
CONTINUATION SHEET FORM NO.11.20(DQM) F-11 REV-0E Q U I P M E N T D E T A I L S INSPECTION AND TESTS
Raw Material and Inprocess Test Certificates & Acceptance CriteriaSl. Description (with equipment Identification Quantity Manufacturer's Expected Sche- stage Inspection Final Inspection / Test by documents to be Standards/IS/BS/ REMARKS/No. heading,place of use and No. No / M T Name and Address dule of Final submitted to MECON ASME/Norms and SAMPLING PLAN
brief specification) Inspn MFR CONTR MECON MFR CONTR MECON Documents1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
( Q . A . P . NO. TO BE ALLOTTED BY MECON )For CONTRACTOR / SUB - CONTRACTOR NO. / / / R- REV.
for MECON ( Stamp & Signature ) (Stamp & Signature ) SHEET : 2 OF 2
Form No. 11.20(DQM)F-05/2 Rev.0 Page No. 1 of 1
INSPECTION CALL PROFORMA
Inspection Call No. Date :
Contractor's Order No.& Date
Sub-Contractor Place of Inspectionwith address, with address, Fax & Fax & Ph. No. Ph. No.Proposed Date Name & Designation ofof Inspection Contact Person withManufacturer's Ph. No. Off-day
List of items offered for inspection :Item Item Description Drawing No. Drawing QAP No. & Quantity (No./M) with tonnage
Identication No. with Revision Approval Status Total Total OfferedStatus Ordered Accepted
A/AAN/INF
A = Approved, AAN = Approved as Noted, INF = Information Category
List of documents & Test Certificates enclosed in four (4) sets.
for Contractor/Sub-Contractor
PurchaserProject
Contractor
Ref No. & DateDescriptionRef No. & Date Description
LIST OF MAJOR INSPECTING OFFICES OF MECON
SL. DETAILED ADDRESS AREA OF OPERATIONNO.
1. ������������������������������������
D.G.M. Karnataka ,A.P.& KeralaInspection SectionMECON Ltd.,89, South End Road,Basavanagudi,
Bangalore-560 004 (Karnataka)
Gram : MECONINDFax : 080-6576352Phone : 080-6571661-68/6576476E-mail : [email protected]
2. ������������
Dy.General Manager Bhilai, Nagpur, Raipur, Bilaspur,MECON Ltd., Bhopal,Satna & KatniIspat Bhawan, Ist floor,Bhilai-490 001 (M.P. )
Gram : MECONFax : 0788-224452Phone : 0788-220107/224101/224454E-mail : [email protected]
List of Inspecting Offices_Seq_9 1 of 3 As on 7/26/2007
LIST OF MAJOR INSPECTING OFFICES OF MECON
SL. DETAILED ADDRESS AREA OF OPERATIONNO.
4. ��������������������
DGM I/C Chennai & total Tamil NaduMECON Ltd.,J-5, Plot No. 3552,6th Aveniue, Annanagar East,Chennai- 600 102
Gram : MECONINDFax : 044-26261474Phone : 044-26261911,26269743E-mail : [email protected]
5. ����� ���������������������������������� ���������������������������������� ���������������������������������� �����������������������������
DGM Kolkata, Howrah, Bhubaneswar, Inspection Section Cuttack & BaripadaMECON Ltd.,50, Chwringhee Road,Kolkata- 700 071 (W.B.)
Gram : MECONCALFax : 033-22824441Phone : 033-22822381 to 83,22822284,22822857E-mail :[email protected] [email protected]
6. ��������������������
DGM (I/C) Maharashtra (except Nagpur),Inspection Section, Gujarat & GoaMECON Ltd., 3rd Floor, Tower No. 7,International Infotech Park,Vashi Railway Station Complex, Vashi, Navi Mumbai-400 703
Fax : 022-27812275Phone : 022-27812155 to 58, 27812276E-mail : [email protected] [email protected]
List of Inspecting Offices_Seq_9 2 of 3 As on 7/26/2007
LIST OF MAJOR INSPECTING OFFICES OF MECON
SL. DETAILED ADDRESS AREA OF OPERATIONNO.
7. �� �!���� �!���� �!���� �!��
DGM Delhi, Punjab, Rajasthan Inspection Section, MECON Ltd.,Scope Minar, 14th & 15th Floor,North Tower, Laxmi Nagar,Delhi-110 092
Fax : 011-22401203,22041214Phone : 011-22041201/22041315
22041238E-mail : [email protected]
8. ����������������
Mr. P. Dutta, DGM (I/C) Ranchi, Dhanbad, Jamshedpur,QA & Inspection Section Allahabad, Naini and all over India,MECON Ltd., if need arises for whatever reason.Ranchi-834 002 (Jharkhand)
Gram : MECONFax : 0651-2480216/2480002/2262194Phone : 0651-2481002/2481216 Extn : 7330 2482183 (P & T) DirectE-mail : [email protected], [email protected]
List of Inspecting Offices_Seq_9 3 of 3 As on 7/26/2007
TENDER DOCUMENT
TENDER NO.: DLI/C&E/WI-675/318
FOR
Tender for Design, Engineering, Manufacturing, Supply & Supervision of Installation of “Air Canons for 5 Nos. Silos” for the project of “Augmentation of Fuel and Flux Crushing Facilities (Package No. 064) of Bhilai Steel Plant (SAIL)”
VOLUME – 3
PRICE BID FORMAT
ENGINEERING PROJECTS (INDIA) LIMITED (A GOVT. OF INDIA ENTERPRISE)
Core-3, Scope Complex, 7, Lodhi Road,
New Delhi-110003
TEL NO. 011-24361666 FAX NO. 011-24363426
Email: [email protected]
S. No. Item Description Amount (Rs.)
a Total Price for Supply of Air Canons for 5 Nos. Silos complete as per technical
specifications.
-
b Total Price for Supervision of Installation, testing & Commissioning of Air
Canons for 5 Nos. Silos complete as per technical specifications.
-
TOTAL QUOTED PRICE (F.O.R. Bhilai inside BSP at PKG-064 store) -
SUMMARY SHEET (SUPPLY & SUPERVISION)
Total Basic Price
(4*5)
In Figure In Words In Figure
Unit Qty (`) (`) (`) (`) (`) (`)
1 2 3 4 6 7 8 9 10 11
1 Design, manufacture, testing
at manufacturer’s works,
packing & forwarding,
transportation to site
complete with all mechanical
accessories as per terms &
conditions of tender
documents and technical
specifications.
a) Air Canon Sets 5 0
1
_______________________________________________________________________________________________________
GST on 6
Signature with stamp
Bidders to indicate the Break-up of Taxes, Duties, GST etc. The break-up is also required for evaluation of offers and the position of L1. The unpriced copy of Price Bid
should indicate the Break-up's i.e. "Quoted" or "Not Quoted" so as to facilitate evaluation of offers.
TOTAL PRICE IN WORDS
Project: Augmentation of Fuel & Flux Crushing Facilities (Package No. 064) of Bhilai Steel Plant, Bhilai (SAIL)
Air Canons for 5 Nos. Silos
TOTAL PRICEUnit Price
(`)
Note:
Volume of
work
PRICE SCHEDULE (SUPPLY)
Our prices for the above package of above mentioned project as per the technical specifications, drawings, terms & conditions given in the tender enquiry are as given below:-
DescriptionS.
No.
E
P
I
S
C
O
P
E
GST on 8
5
Transit
Insurance
Inland
Freight upto
site
Page 1 of 1
GSTTotal Price
(Including GST)
(In Figure) (In Words) (`) (`)
1 2 3 4 6 7
1 Supervision of Installation,
testing & Commissioning of
Air Canons for 5 Nos. Silos
complete as per technical
specifications.
5 Sets 0
TOTAL PRICE IN WORDS
Signature with stamp
PRICE SCHEDULE (SUPERVISION)
Project: Augmentation of Fuel & Flux Crushing Facilities (Package No. 064) of Bhilai Steel Plant, Bhilai (SAIL)
Air Canons for 5 Nos. Silos
Our prices for the above package of above mentioned project as per the technical specifications, drawings, terms & conditions given in the tender
enquiry are as given below :-
Item Description Qty. Unit
Unit Price
(`)
5
_____________________________________________________________________________________
NOTE: PAYMENT TERMS FOR SUPERVISION, PLEASE SEE CLAUSE NO. 7.1 OF APC.
PER DAY SUPERVISION RATE FOR ADDITIONAL PERIOD IF REQUIRED BY EPI OVER & ABOVE 15 DAYS @
RS.