Professional Documents
Culture Documents
TECHNICAL SPECIFICATIONS
Requirement of Conveyors :
A . Under Ground
S.No CONVEYOR LENGTH LIFT TPH SPEED Width Power kW Quantity in Conveyor
IN MTS in mts mps in mm Nos belting
Proposed
1 Trunk (UG1) 1200 240 3500 4.0 1600 3x 4x 315 1set ( one ST 4000
Main and
two tripper
drives)
2 UG 2,3,4 500 96 3500 4.0 1600 4x315 3 PVC type
12
One main drive with 2 tripper drives of 4x 315 KW each and 3 nos of 4 x 315 drives are in
series with suitable Electricals NFLP Motors, controls and starters 3500 TPH, 1600 mm wide, 4.0
mps speed with length, lift, and Power as specified in above table are proposing for under ground coal
clearance from Long Wall panel Gate Belt Conveyor to Surface of the Adriyala Punch Entries.
The Main Trunk Belt consists of the Main Discharge Assembly with Backstop, with Two
Tripper Discharge Assembly with Backstops, Two Tripper Loading Assemblies, Tail Take Up
Assembly and Floor Mounted Belt Structure & Belting
Two nos of 4x 450 KW, one each of 2 x 450, 1x112 KW tripper trolley and 2 nos of 450 KW
drives are in series with suitable Electricals NFLP Motors, controls and starters with length, lift,
wide, speed and Power as specified in above table are proposing for Surface coal clearance from UG
Trunk Conveyor discharge at Surface of the Adriyala Punch Entries to OCP 1 Conveyor.
The Main Trunk Belt Drives ( except Tripper Trolley conveyor)consists of the Main Discharge
Assembly with Backstop, Tail Take Up Assembly, and Floor Mounted Belt Structure with loop take up
arrangements.
1
SPECIFICATIONS:
A. Under ground
V. Conveyor Drive : B2
Capacity 3000 t/h
Material ROM Coal
Belt width 1600 mm
Belt speed 4.0 m/s
Type of Belt proposed Type 6
Belt weight (Approx) 35 kg/ sq.m
Belt storage capacity (Minimum) 120 m
Maintenance and vulcanisation station To be provided
Centre line distance 750 m
Height / lift 10 m
Main Drive unit with an installed power of 450kW
1.Conveyor Belting :
Conveyor belting as proposed with required & suitable belt jointing equipment and material shall be
supplied.
2. Description :
Communication, control system with Pre-start warning, pull cord arrangement, belt sway switches,
zero speed protector should be provided for the length of all conveyors,
The Drive units are equipped with lagged drive drums with minimum of 12mm thick diamond grooved
fire resistant anti static neoprene lagging, snub drums, discharge drum etc., with belt spur gearboxes,
which are mounted to the pulley, and the drives are equipped with brakes. Pulley and shaft diameters
are designed according to the loads and the proposed belt type.
NFLP power units (VFD compatible motors included in the electrical package) should be installed. The
power units shall be connected directly to the drive drum shafts using rigid flange couplings and are
torque mounted to eliminate misalignment between power units and drive drums. The gearboxes shall
be fitted with torque limiting plate controlled release backstop units to prevent runback of the conveyor
The belt drive should be designed as a compact double drum drive and is equipped with required
drives. The driving drum should be rubberized and equipped with a shaft coupling where the gear unit
is mounted to. It consists of a base frame which can be anchored and a bearing for the rubberised
driving and reversing drums.
The driving unit should be a stable welded construction and screwed torsion-resistant. Torque
supports screwed to the base frame allow for particularly low construction height.
Horizontal hydraulic Loop take up arrangements to accommodate a minimum of 40 mts loop with
suitable auto arrangement for receipt of loop take up belting with a maintenance table.
The unit should be supplied with suitable pulleys, sheaves, ropes, auto tensioner etc. as a complete
set
All motors shall be NFLP. The main drive motors have cooling fans. The load centres and VFD’s for
the main drive shall be of robust, FLP style of construction though certification is not necessary.
The VFD’s shall not require cooling water but shall have a closed loop cooling system if necessary.
Harmonic contamination of the supply is to minimised by the use of phase shifting transformers or
VFD active front end techniques.
Any power transformers required shall be air filled and of a robust mining type construction similar to
FLP standard.
Electrical starters, switchgears, VFD’s and motors should be constructed in a robust manner similar to
flameproof standard, such that a minimum degree of protection to IP54 is achieved along with the associated
ruggedness and durability.
2.4 In addition to the above the firm should confirm the following:
3.4 Features: 315/450/ 112 KW Power Modules, on the Drives should be available.
All the motors should be controlled by using variable frequency drives VFD’s. 315/450 / 112 kW Motor.
SCCL will provide 6600 V supply to a control switch provided by bidder near the drives.
Features:
The static tension of the conveyor is automatically monitored and is controlled automatically when the
belt is running.
3.7 A Horizontal hydraulic take up shall be installed for the belts including maintenance
table.
-Rope sheave system
-Loop control unit
• The electrical supply requirement to be provided at the head drive and the tripper drives.
• The electrical control system incorporates variable speed technology which allows the
conveyor speed to be variable, usually between the limits of 20% and 120%.
• The control system monitors the speed, power and torque of each motor along with the belt
tension at the drives to determine the desired operating conditions.
• Advanced vector control algorithms in the drives ensure that the motors are operating at their
optimum condition.
• Operational of this system should include:-
• Total tension of the belt to be adjusted;
• The acceleration of the belt is smooth and progresses along a defined ramp.
• Surges in belt speed and spikes in the belt tension during starting are to be eliminated;
• All of the sections accelerate simultaneously to minimize start up times;
• Acceleration ramps are to be optimized to give a smooth run up in the minimum time;
• The belt speed setting should be set to match the loading so that unnecessary mechanical
wear and energy wastage are minimized;
• Data is collected form the key positions and made available at the surface so that the belt is
suitable for automation. Data may be retained for trending and analysis
Belt drives may be selected for control either in automatic mode, remote from the surface or
locally at the belt drive.
Note:
The voltage and currents for the communication signaling & pre-start system may be as per the
design. All the signaling, pre-start and communication system should be intrinsically safe with FLP
power source and approved by the DGMS. The mains supply for the FLP power source and Relay
panel should be obtained from one of the motor starter or through a separate P.T..
The required cables, glands from one Battery Amplifier to another Battery amplifier and one
signal Key to another signal key to be supplied.
Signaling keys spaced every 100m and audible amplifier keys every 200m;
1 x Blocked chute;
2 x smoke detectors;
1 x belt speed / slip sensor;
1 x belt sequence sensor
Loop limit switches;
1 x Alignment switches at the loop;
1xTorn belt sensor;
1 x Belt spillage;
Brake position and temperature where brakes are fitted.
Power pack oil level and temperature switches.
Control desk in the surface control room (housing the relay panel) should contain the following
indications through signals/transducers connected at appropriate places along with belt conveyor
The Control desk should have display face, operating face and desk face. The operating face
should have feature like telephone hand set, control switches, push buttons, energy stop buttons,
annunciated /alarm etc. The Display face may have voltmeter, ammeters, power indicators, status
indicator and fault indicators & operating indications.
Communication Amplifiers, signaling keys, pre-start warning generator and Anti sway switches,
smoke detectors, belt slip detector, zero speed / Belt sequence switches are to be designed to be
intrinsically safe and approved by DGMS. Mounting brackets for fixing them at appropriate places on
belt conveyor structure and the required cables from the transducer/switch to the Main control desk
are to be supplied by the tenderers.
6. Painting
All fabricated steelwork and all bare material such as new welds and sawn ends are to be coated with
Red Oxide prior to any fabricated steelwork being stored outside.
The surfaces to be coated shall be clean and free from dust and other contaminants and shall be
checked using clear adhesive tape. All topcoats will be applied by airless spray techniques, and the
wet film thickness shall be measured periodically to ensure conformance to the paint manufacturers
recommendations (approximately 40 microns).
The Manufacturing Supervisor showing the level of primer coat and full finish coat thickness(s)
attained shall produce a paint inspection report. A copy of this report shall be submitted
7.1 All the equipment should be warranted for one year of operation.
7.2 Steel cord conveyor belting should be guarantee for minimum of 10 M. tonnes of Coal
transportation.
7.3 PVC Type 12 conveyor belting should be guarantee for minimum of 8 M. tones for type 12 of
Coal transportation
7.4 PVC Type 6 conveyor belting should be guarantee for minimum of 3 M. tonnes of Coal
transportation
8.0 Spares:
8.1 The spares and consumables required during the warranty period of 12 months shall be
supplied along with the conveyors. Over and above the spares (supplied along the conveyor drive
Units ) required during the warranty period shall be supplied by the firm at free of cost at site.
8.2 Initial fill of oils, Lubricants should be supplied along with the drive units. Approximate quantity
of oils, Lubricants, for one year operation to be submitted along with offer. Suitable for oils and
lubricants of Indian makes like IOC, etc. and the list of Indian equivalents shall be submitted along
with offer.
8.3 The essential & insured spares (like motor, gear box, drive drum, discharge drum, tail end
drum, snub drum etc.,) required for smooth operation for 2 years after warranty for maintenance and
consumables, should be offered separately. which is added to the landed cost of the equipment to
decide the commercial status and the same will be purchased by SCCL. Any spares required over
and above the quoted spares should be supplied free of cost during the 2 years period. Any spares
consumed during the warranty period from the above supplied items, the same shall be replaced free
of cost within 4 weeks time.
9.0 General:
The tenderers may offer the conveyor unit of their proven design to our operating duty
parameters furnished above. They have to submit all details clearly in their offer along with
drawings.
Successful tenderers have to submit detailed drawings for our approval before supply.
Foundation drawing to be submitted well in advance to enable us to arrange site preparation. 3
sets of operation & maintenance and spare parts manuals are to be supplied.
The successful tenderer has to take up all the works of erection& Commissioning of the conveyors as
a turnkey project, and hand over the system in full capacity of running. The required man power &
material shall be arranged by bidder only.
9.4 Tenderers shall offer separate prices for the following items to procure as spare at our option.
(a) Motor
(b) Gear Box
(c) Drive drum/ Tripper drum
(d) Complete Structure/ 30 mts
(e) Tail drum Unit
(f) Discharge drum
(g) Anti run back systems
(h) Slow speed coupling
(i) Belt sway switches
(j) Lockout / emergency stop switch
(k) Communication amplifier & Cables
(l) Pre-start warning generator
(m) Electricals ( Major assemblies)
9.5 Training :
SCCL Engineers and Technicians and operators are to be imparted adequate training
at site during commissioning in proper operation & maintenance.
The conveyor drive head comprising of motor, reduction gear Mechanical, coupling
drive drum etc. mounted on a composite rigid base frame should be subjected to a no-
load test at your works in the presence of SCCL's engineer. Noise and vibration should
be recorded
Annexure – II
NOTE: All Duties and Taxes applicable are to be clearly / specifically mentioned.
The details of Indigenous Equipment under the scope of The Singareni Collieries Co. Ltd should also
be furnished.
---