You are on page 1of 5

Page : 1 / 5 OIL INDIA LIMITED (A Govt.

Of India Enterprise) Tel :033 2230 1657, 1658 4, India Exchange Place, Fax :91 33 2230 2596 Kolkata-700001 E-mail :oilcalmn@cal2.vsnl.net.in ANNEXURE-I

Tender No. : KID4026P07/04 Tender Date : 15.01.2007 Quantity UOM 1 NO

Item No./ Material Description Mat. Code 10 SUPPLY, ERECTION, COMMISSIONING AND TESTING OF 20/5 TON 0C000103 CAPACITY DOUBLE GIRDER ELECTRIC OVERHEAD TRAVELLING CRANE ---------------------------------------------------------------Technical Specifications & design parameters of 20 Ton capacity Double Girder Electric Over Head Traveling Crane as per latest edition of IS: 3177/807/800 1 Type of crane: Double Girder EOT crane. 2.Duty or Class of Crane: Class II as per latest edition of IS:3177/807 3 Capacity/SWL: Main Hoist: 20 Ton Auxiliary Hoist: 5 Ton. 4 Span: 8.5 meter (approx)(Supplier to determine span accurately) 5 Lift: 5.09 meter(Approx)(Supplier to determine lift accurately) 6 Long Travel: 172.5 meter(Approx) (Supplier to determine LT length accurately) NOTE FOR DIMENSIONS: The EOT crane to be specifically designed to suit and match dimensionally the DG EOT crane presently in operation at GWS of Oil India Ltd., Duliajan, Assam. The prospective bidder may take all measurements at site of the crane and all other relevant data required for dimensional matching of the supplied crane with the existing crane so that the supplied crane can be mounted on the existing crane girder free from any dimensional miss-match. 7 Speed: a) Main Hoist Speed: 2 mete./min. b) Creep Speed: 0.2 meter./min. c) Auxiliary Hoist Speed: 6 meter./min d) Cross Travel: 10 meter/min(max.) e) Long Travel: 20 meter/min(max.) 8.Location: Indoor. 9.a) Type of Control: The EOT Crane must have provision for operation/control of the crane from both operator's cabin/ pendant push-button station or remote. (The crane must be able to be operated by any one of the above at a time). In case of operation/control by Pendant Push button - The EOT Crane must be controlled from moving type pendent push button station from floor,throughout the span of the crane at 110 volts. b) The pendant switch must be capable of withstanding rough handling without being damaged and the cover must be effectively secured. c) Suspension of Pendant Switch: The mass of the pendant must be supported independently of electric cable by means of chain or wire rope.If the pendant is of metal', it must be effectively earthed. 10.Safe Working Load in Tones: a. Main Hoist: 20T b. Auxiliary Hoist: 5T 11. Rope Drum: M.S. Plate rolled & fabricated, flanged, left hand/right hand helical grooved.

Page : 2 / 5 ANNEXURE-I Item No./ Mat. Code Material Description 12. Electro Hydraulic Thruster Brakes must be provided for all the motions. The brakes must be as per relevant IS standards. Main hoist to be fitted with 2 brakes. 13. Gear Box: All gear Boxes must be totally enclosed helical/spur gear splash lubricated as per IS: 4460 and of reputed make. 14. Girder: Plate box type double girder fabricated from tested M.S. plate as per IS: 2062. 15. End Carriage: Box type fabricated from tested MS plate, M S section channels, angle plate as per IS: 2062. 16. Buffers: Rubber for end carriage and trolley. 17. Crab trolley: Box type fabricated from tested MS plate, M S section channels, angle plate as per IS: 2062. 18. Platform: All through (span wise) chequered plate platform with toe guard, hand railings shall be provided in addition two short platforms to be provided at both ends of the opposite side for maintenance of power feeding system and LT wheels. 19. Couplings: Gear type flexible coupling for output shaft and brake drum type couplings for input shaft of reputed make, must be provided 20. Wheel: Double flanged made of carbon steel case, hardened to 250-275 BHN on tread, each fitted two nos. of bearings on "L" type wheels.No open reduction to be allowed in any motion. 21. Wire Rope: USHA MARTIN Make, fiber core, un-galvanized, 6x36/6x37 const. Wire rope is to be used. 22. Bearings: Bearings should be of SKF/FAG/NTN/ZKL make. 23. Electrical Details: a) Power Supply & Control: All power and control equipment must be suitable for operation on 415 volts, 3 phase 50 Hz power supply. Voltage to be used for brake magnet,control circuit and lighting to be indicated and must be as per IS standard. b) Motors: Motor for main hoist, auxiliary hoist, cross travel and long travel must be of TEFC weather proofed type with class F insulation, IP 55 protection and shall be suitable for crane duty service. The motors confirm to IS: 325 latest edition. The motor ratings must be minimum 15% higher than the respective absorbed powers required for full rated capacity load handling. The bidder must give calculation for motor ratings along with the offer. We would prefer squirrel cage type induction motor. c) Make: Crompton Greaves, Bharat Bijlee, Siemens, Kirloskar. d) Control Panel: Control Panels must be of dust and vermin proof enclosure having cubicle door, hinged and lockable. These are to be fabricated out of minimum 14-gauge sheet steel. All necessary equipment to be mounted inside the cubicle. Panel to be mounted in such a way that minimum 150mm clearance between bottom of the panel and floor is maintained. Panel must be provided with adequate number of lifting lugs. All components must be of OIL approved make. Enclosures must be minimum of IP-54. Both Local and Remote control console to be provided. Local control in the operator's cabin and the hand operated remote Pendant control console to be operated from the shop floor. The control supply to be provided through 100mA RCCB. e) Limit Switches: All motions such as over hoisting, traveling in both directions and over lowering shall be controlled by heavy-duty limit switches & fail safe limit switches. f) Lighting: Two numbers 500W lights to be provided on bridge. Bulkhead fittings with dust cover to be used for the purpose. Tender No. : KID4026P07/04 Tender Date : 15.01.2007 Quantity UOM

Page : 3 / 5 ANNEXURE-I Item No./ Mat. Code Material Description g) Cables: The control wires must be PVC insulated, multi-stranded, 110V grade and minimum 2.5 sqr. mm copper and confirming to IS:694. Power cables for motors will be PVC insulated, PVC sheathed G.I. wire/strap armored heavy duty cable conforming to IS: 1554. Conductor materials for control and power must be copper only. h) Earthing and Safety: All the equipment/devices must be complete with safety devices as applicable for operation and maintenance of the Crane. Adequate Earthing to be provided, wherever required as per regulations and Indian Standards(IS-3043). i) Emergency trip facility must be provided through a Push Button with OFF to lock facility on both the consoles in order to isolate the main power supply. j) Suitable earth leakage protection must be provided by the bidder. k) The bidder is required to supply and install suitable size angle iron type DSL system for the crane for 172.5(LT length) meter bay. l) Horn/hooter:Suitable Horn/hooter must be installed in the crane. The horn/hooter must be such that the horn is activated during LT motion only. m) Bidder will have to give an undertaking with their offer stating that design and selection of the crane electric will ensure that the crane can safely lift and move the specific working load. 24. Other Safety Provisions: Wire rope ladder for easy escape, Fire Extinguisher must be supplied along with the crane. 25. Inspection: All equipment/components will be subjected to inspection both, during manufacture and on completion, by OIL representatives prior to despatch. 26. Testing: All necessary testing both in manufacturers' works & OILs premises to be carried out as per IS: 3177 of 1977. 27. Commissioning: Complete erection and commissioning as well as load testing (required load to be arranged by bidder) of the EOT at site will be under the purview of the successful bidder. 28. Guarantee: The complete scope of supply to be guaranteed for design, workmanship material and performance for a period of twelve months from the date of commissioning or 18 months from the date of dispatch which ever is earlier. All defects and deficiencies which may arise during guarantee period will be rectified/replaced to OIL's satisfaction by the party free of cost. 29. Paintings: Material crane is to be supplied with one coat of red oxide primer. Two coats of synthetic enamel paints of approved shade, of reputed make are to be painted after erection of the crane at site. 30. Certification : Material certificate for all supplied material and guarantee certificate from the date of final load testing will be required. 31. Load test certificate of the crane must be submitted from the accredited Certifying agency. 32. Site Condition: The crane will be required to be operated at the following site conditions: Max ambient Temp : 450 Centigrade Min ambient Temp : 5 - 70 Centigrade Humidity : 95% Hence, the components of the crane to be designed considering above factors. 33. Erection, commissioning & testing must conform to the relevant ules, regulations, standards etc. The EOT crane mustcomply with relevant safety regulations under the Factory Act& Indian Electricity Rules & statutory regulations as applicable. Tender No. : KID4026P07/04 Tender Date : 15.01.2007 Quantity UOM

Page : 4 / 5 ANNEXURE-I Item No./ Mat. Code Material Description 34. Deflection test of the crane to be carried out at site with safe working load at rest. 35. The offered EOT crane must be specifically designed to suit and match dimensionally the DG EOT crane presently in operation at GWS of OIL, Duliajan. 36. Documentation: (i) General Arrangement Drawing showing to scale Elevation and Plan Views indicating Clearance, Construction of Bridge Structure, Hook. Approaches, Height of the Lift, Location of Pendant, Wheel Base, Wheel Loads, Wheel Diameters, Wheel Spacing, Over Buffer Dimensions, Motor Rating and Absorbed Power, Speed for all Drivers, arrangement of all the Drives and other equipment installed on the crane, other technical characteristics, duty and class of the crane, ambient temperature etc. are to be furnished in details as per the enclosed Data Sheet vide Annexure I. (ii) General layout drawing of the trolley etc. (iii) Panel, Panel wiring, Circuit diagram showing the wiring for the complete crane including the following are to be furnished. (a) Speed torque characteristics of each drive (b) Electrical equipment lay out drawing. (c) Electrical schematic diagram (d) Current collection arrangement for the crane (e) Power supply arrangement to the trolleys. (f) Lubrication arrangement for the complete crane. (g) In addition to the above, OIL may ask for submission of other drawings, documents, structural, mechanical and electrical calculation of the crane for scrutiny and comments if required. 37. Spares: Two years maintenance spares, item wise must be quoted separately which will not be considered for evaluation. The bidders should ensure that components / spares must be available for at least 10 years. 38. Three sets of Operation & Maintenance manuals for the EOT crane shall be supplied along with the crane. 39. BID ELIGIBILITY CRITERIA : a. Bidder must have supplied at least one no. similar capacity EOT crane to any Govt, semi-Govt or any reputed private company during the period of five years ending on the date of bid opening. Supporting documents to be provided along with the offer failing which the offer is liable for rejection. b. Bidder must ensure arrangement of Govt authorized competent person from the locality to witness & certify the inspection and load testing of the crane during commissioning at site ie GWS, Duliajan, Assam as per Govt rules. The required load for testing of the EOT crane at site,GWS, Duliajan, Assam will be provide by OIL. However, any risk involvement to either the crane or any other equipment during the testing process shall be to supplier's account. c. Bidder must ensure after sale service and agree for supplying maintenance spares for ten years after commissioning, and must agree for maintenancecontract if necessary. Also the bidder must indicate the nearest service station. d. The bidder must agree to train up operation of the crane to OIL's personnel before formally handing over the EOT crane. e. Bidder must submit filled in Data Sheet and technical Check List as shown in the Annexure A & B. f. The offer must comply with the above terms & conditions of clause no.39 'a' Tender No. : KID4026P07/04 Tender Date : 15.01.2007 Quantity UOM

Page : 5 / 5 ANNEXURE-I Item No./ Mat. Code Material Description through 'e' without which the offer may be liable for rejection. 40.N.B.: a) Special terms for Payment: Payment will be made in four phases as under: (i) Design, construction and supply of EOT crane in first phase with 50% payment which shall be paid only after receipt of these items in good condition at site i.e GWS Duliajan. (ii) Erection of EOT crane at site i.e GWS Duliajan, in second phase 30% payment. (iii) Commissioning of EOT crane at site i.e GWS Duliajan, Assam in third phase with 10% payment (iv) Testing and handing over in 4th phase with 10% payment. b) Special terms for safety: i). The party shall be responsible for safety of all personnel engaged by them and also safety of the company's personnel and property involved (if any) during erection, commissioning and testing. ii) The party has to follow strictly all the provision under oil mines regulation 1984 and other safety related to execution of work. iii) The bidder must ensure that all men engaged by him/her are provided with appropriate protective clothing and safety wear like helmets, hand gloves, safety belts, safety boots, and welding musk and goggles, hand gloves for electrical jobs etc in accordance with regulation 89(a) and 89(b) in oil mines regulations in 1984. Tender No. : KID4026P07/04 Tender Date : 15.01.2007 Quantity UOM

Special Notes : 1. The bidder must submit technical literature / catalogue of the offered product in duplicate along with the offer, failing which offer may be liable for rejection. 2. Materials must be guaranteed for fabrication, workmanship and performance for a period of 18 months from the date of despatch or 12 months from the date of commissioning whichever is earlier and relevant guarantee certificates have to be provided along with the bill / despatch documents. 3.Bidder must quote separately the charges towards supply, design, erection & commissiong, training and load testing by Govt. authorised agency, clearly indicating the applicable tax.

You might also like