Está en la página 1de 32

HINDALCO INDUSTRIES LIMITED

(UNIT BIRLA COPPER)

P.O. Dahej
Dist. Bharuch
Gujarat 392130
India

1000 TPD COPPER CONTAINING SMELTER SLAG BENEFICIATION


PLANT
AT DAHEJ, GUJARAT

TECHNICAL SPECIFICATION
FOR

VARIABLE SPEED DRIVE


SPECIFICATION NO. K8L06-DOC-E-330-SP-0110

February, 2009

DEVELOPMENT CONSULTANTS PRIVATE LIMITED


CONSULTING ENGINEERS
24 PARK STREET

KOLKATA 700 016

Page 0 of 30

1000 TPD COPPER CONTAINING SMELTER SLAG BENEFICIATION


PLANT AT DAHEJ, GUJARAT

SPECIFICATION NO. K8L06-DOC-E-330-SP-0110


FOR
VARIABLE SPEED DRIVE
INDEX

SECTION

DESCRIPTION

PART - A

PART B

I.

NOTICE INVITING OFFER

II.

INSTRUCTION IN CONNECTION WITH SUBMISSION OF OFFERS

III.

TECHNICAL SPECIFICATION

IV.

PROPOSAL EXHIBIT SHEETS

PRICE SCHEDULE

Page 1 of 30

PART - A
SECTION - I
NOTICE INVITING OFFER
For and on behalf of AVP(Projects), Hindalco Industries Ltd, Dahej sealed offers are invited from approved
agencies for carrying out design, engineering, manufacture, supply, supervision(optional) during erection,
testing & commissioning of variable speed drives for the 1000 TPD copper containing smelter slag
beneficiation plant located at Dahej, Distt. Bharuch, Gujarat.
Details
1.

Reference No. of Offer

K8L06-DOC-E-330-SP-0110

2.

Nature of Work

Design, manufacture and supply,

3.

Office where offer is to be


submitted.

Hindalco Industries Limited (Unit Birla Copper)


P.O. Dahej, Dist. Bharuch, Gujarat 392130

4.

Delivery period

_____ weeks from the date of placement


of order.

AVP(Projects)
Hindalco Industries Limited (Unit Birla Copper).
Dahej

*****

Page 2 of 30

SECTION II
INSTRUCTION IN CONNECTION
WITH SUBMISSION OF OFFERS
1.

The offer documents are divided into two parts, namely Part-A and Part-B.
Part-A, Technical and Commercial part, comprises the followings:
a.

Notice inviting offer

b.

Instruction in connection with submission of offers

c.

Technical specification

d.

Proposal exhibit sheets

Part-B, Price part, comprises the Price break up and the Summary of Prices.
Both to be duly filled in by the Offerer.
2.

It will be presumed that the offerer has carefully examined the terms and conditions, as contained in the
offer documents, thoroughly and carefully, and fully acquainted himself with all the details of the site,
location, materials, weather characteristics, labour conditions and all other information and data
pertaining to and needed for the work.

3.

The offered rates should be typed or written by hand in English in the price schedules in the offer
documents in ink, both in words and figures. The amount against the respective items of work should
be calculated and totaled on each page and grand totaled on last page.

4.

The rates should be written in Rupees and Paisa only.

5.

The offerer should quote his rates only for those items of work against which quantities have been
furnished in the price schedules.

6.

All pages of the Offer documents including addenda/corrigenda, if any, should be initialed at the lower left
hand corner. The offer document shall be signed by the offerer. In the event of the offer being
submitted by a firm, it must be signed by each partner thereof, and in the absence of any partner, it
shall be signed on his behalf by a person, holding the power of attorney from the absenting partner,
authorizing him to do so.

7.

No alterations or modifications should be made in the contents of the offer document except filling up the
rates to be quoted in the offer document Part-B. Any offer that is not accompanied with the complete
set of offer documents, and/or which does not include rates of all the items price schedules shall be
considered incomplete and shall be rejected.

8.

HIL/DCPL reserves the right to extend the date for submission of offers. HIL/DCPL also reserves the
right to revise and/or amend the offer documents, prior to the date notified for the receipt of price bids
or the extended date for the same, as the case may be. Such revision, amendments or extensions, if
any, shall be intimated to the offerers in the form of addenda, letters, fax or e-mails, as may be
considered suitable.

9.

On receipt of offer documents, the same will be opened by HIL. HIL does not bind itself to accept the
lowest or any offer and will not assign any reason for the rejection of any or all offers. Also HIL
reserves their right to negotiate with the lowest or any other offerer.

10. Offers are to be submitted in sealed envelopes, both for Part A and Part B. Any open offer received will
be rejected. Also any offer received after the due date is likely to be rejected.
11. Any further information required in connection with this offer can be obtained on any working day, during
office hours from:
The Project Manager
Hindalco Industries Limited (Unit Birla Copper),
Dahej.

Page 3 of 30

SECTION III
TECHNICAL SPECIFICATION

C ONTENTS
SECTION

D E SC R IPTIO N

PAGE NO.

1.00.00

INTENT OF SPECIFICATION

2.00.00

SCOPE OF WORK

3.00.00

GENERAL REQUIREMENTS

4.00.00

SITE CONDITIONS

5.00.00

DESIGN CRITERIA

6.00.00

SPECIFIC REQUIREMENTS

10

7.00.00

TESTS

11

8.00.00

DRAWINGS, DATA & MANUALS

12

ANNEXURES
ANNEXURE A

RATINGS & REQUIREMENTS A.C. DRIVES 13

ANNEXURE B

LIST OF VARIABLE SPEED DRIVES


TO BE SUPPLIED

Page 4 of 30

14

S P E C I F I C ATI O N F O R VAR I A B L E S P E E D D R I V E
1.00.00 INTENT OF SPECIFICATION
1.01.00 This specification is intended to cover the design, manufacture, assembly, testing at
manufacturer's works, supply & delivery, properly packed for transport to site of variable
speed drives, complete with all accessories for efficient and trouble-free operation.
1.02.00 The scope of work shall also include, at the option of the Owner/Purchaser, the supervision
of erection, testing, commissioning and putting into successful commercial operation of all
equipments furnished under this specification.
1.03.00 The work is subject to all the terms and conditions detailed in the documents listed below,
which shall form part of this specification as if bound together.
a) Offer Notice
b) Instruction to Bidders
1.04.00 In the event of any discrepancy with listed documents, the stipulation of this specification
shall govern.
2.00.00 SCOPE OF WORK
2.01.00 Scope of Supply
2.01.01 The following equipment with accessories as listed below shall be the scope of supply of the
Bidder:
a) Variable speed drives of the ratings and quantity as per Annexure B.
2.01.02 Base channel frame of the drive panel.
2.01.03 One set of special tools and tackles.
2.01.04 Recommended spare parts for two (2) years operation.
2.01.05 All relevant drawings, data and instruction manuals.
2.02.00 Exclusion from Scope of Work
2.02.01 All concrete foundation works.
2.02.02 Labour and equipment for unloading and installation.
2.02.03 Power & control cables for connection with equipment supplied by others.
3.00.00 GENERAL REQUIREMENTS
3.01.00 Codes and Standards
3.01.01 All equipment and materials shall be designed, manufactured and tested in accordance with
the latest applicable Indian Standards (IS) and IEC except where modified and/or
supplemented by this specification.

Page 5 of 30

3.01.02 Equipment and material conforming to any other standard which ensures equal or better
quality, may be accepted. In such case, copies of the English version of the standard
adopted shall be submitted along with the bid.
3.01.03 The electrical installation shall meet the requirements of Indian Electricity Rules as
amended up to date and relevant IS Codes of Practice. In addition, other rules and
regulations applicable to the work shall be followed.
3.02.00 Drawings & Annexures
3.02.01 All drawings and annexures appended to this specification shall form part of this
specification and supplement the requirements specified herein.
3.02.02 This specification shall be read and construed in conjunction with the drawings and
annexures to determine the scope of work and terminal points.
3.02.03 The quantities shown on drawings and annexures are tentative for bidding purpose only.
Any variation arising during detailed engineering stage shall be taken into account for
adjustment of contract price based on unit rates quoted in the bid.
3.03.00 Completeness of Supply
3.03.01 It is not the intent to specify completely herein all details of the equipment. Nevertheless,
the equipment shall be complete and operative in all aspects and shall conform to highest
standard of engineering, design and workmanship.
3.03.02 Any material or accessory which may not have been specifically mentioned but which is
necessary or usual for satisfactory and trouble-free operation and maintenance of the
equipment shall be furnished without any extra charge.
3.03.03 The supplier shall supply all brand new equipment and accessories as specified herein with
such modification and alteration as agreed upon in writing after mutual discussion.
3.03.04 Make of bought-out items are subject to Owner/Purchasers approval. The contractor shall
furnish relevant details to the Owner/Purchaser for his concurrence before procurement.
3.04.00 Proposal Data
The proposal data (exhibit) sheets attached to this document shall be filled in without any
ambiguity by typing in appropriate place on each page. These pages must be properly
signed by authorized representative of the bidder as verification of the data and submitted
along with the bid to form part of the bidder's formal proposal.
3.05.00 Guaranteed Performance
The performance figures quoted in Proposal Exhibit sheets shall be guaranteed within the
tolerance permitted by relevant standards. In case of failure of the equipment to meet the
guarantee, the equipment may be liable for rejection.
3.06.00 Deviation
3.06.01 Should the Bidder wish to deviate from this specification in any way, he shall draw specific
attention to such deviation.
3.06.02 All such deviations shall be clearly mentioned on the Deviation Sheet format enclosed,
with reference to the respective clause of the specification.

Page 6 of 30

3.06.03 Unless such deviations are recorded in the deviation sheets and submitted with the offer, it
shall be taken for granted that the offer is made in conformity to this specification in all
respects.
3.07.00 Drawing Approval
3.07.01 Before starting manufacture of any equipment, the supplier shall have to take approval of
relevant drawings and data from purchaser in writing.
3.07.02 Any manufacture done prior to the approval of drawings/data shall be rectified in
accordance with the approved drawings/data by the supplier at his own cost and the
equipment shall be supplied within the stipulated period.
3.08.00 Experience & Qualifying Requirement
3.08.01 Necessary information about the financial and technical resources, organization and
experience to undertake the manufacturing and supply of such equipment shall be supplied
by the bidder as an evidence of his capability for satisfaction of the Owner/Purchaser.
3.08.02 The bidder shall submit along with his bid a list of major contracts for supply of similar
equipment executed/being executed by him during last 5 years giving detailed particulars
such as quantity, equipment rating, contract value, name of the Owner/Purchaser, year of
commissioning etc.
3.08.03 The bidder shall submit the documentary evidence that equipment of similar rating has been
manufactured by him and are in successful operation for more than two (2) years in two or
more projects of similar nature on the date set for opening of the bid.
3.08.04 Not withstanding anything stated above, the Owner/Purchaser reserves the right to assess
bidders financial and other capabilities to execute the contract.
3.09.00 Quality Assurance
3.09.01 The Contractor shall follow his standard procedures for quality assurance and control. A
copy of the said standard procedures shall be submitted to the Owner/Purchaser for his
reference. However, Owner/Purchaser reserves the right to review the same and give his
observations, if any, for compliance.
3.09.02 The procedures shall be in such a form as to clearly delineate the manufacturing sequence,
inspection points, tests and test procedures, acceptable ranges / values, reference drawings
etc.
3.09.03 The Owner/Purchaser shall inform the Contractor as to which of the inspection points and
tests shall be witnessed. As a minimum, inspection and testing of the finished equipment
shall be made prior to shipment, unless specifically waived by the Owner/Purchaser. The
contractor shall give at least seven (7) days advance notice regarding readiness of the
equipment.
3.09.04 Manufacturing and quality control procedures shall be available for audit to the
Owner/Purchaser and/or its representative at the place of manufacture.
3.09.05 The Owner/Purchaser reserves the right to inspect the equipment at the point of
manufacture and witness factory and other such tests as may be necessary to ensure
conformance to the specification.
3.09.06 The Owner/Purchaser may inspect the contractor's facilities prior to award of contract.

Page 7 of 30

3.09.07 The Owner/Purchaser may witness any or all of the tests stipulated in the relevant standards
and this specification.
3.09.08 The Owner/Purchaser may conduct surveillance of the Contractor's facilities for compliance
to his standard procedures of Quality Assurance and Quality Control while work on the
specified equipment is in progress.
3.10.00 Packing for Shipment
3.10.01 The equipment complete with its fittings & accessories, spares, special tools and tackles
shall be suitably protected by respective packing for shipment considering handling during
transit, distance and weather conditions involved. The Contractor shall submit the
packaging method for shipment to be adopted by him, if so desired by the
Owner/Purchaser.
3.10.02 Each consignment shall be marked with Equipment name, Owner/Purchasers name &
address, Project details, handling instruction etc. It shall be completed with part list and
identification details. The copies of the part list of each consignment shall also be furnished
to the Owner/Purchaser after dispatch.
3.10.03 Equipment shall be packaged for transportation so as to meet the space and weight
limitation of transport facilities. The contractor shall obtain approval from concerned
authorities for transportation of over dimensioned consignment/ package, if any, before
starting manufacture of such equipment.
4.00.00 SITE CONDITIONS
4.01.00 Location
The plant site is located at Dahej, Dist. Bharuch, Gujarat. Site accessibility from nearby
important places are as below:
a) Nearest village ( Dahej )
:
00 Km
b) Railway station ( Bharuch )
:
45 Km
c) Airport ( Baroda )
:
75Km
4.02.00

Site ambient conditions:


a) Annual Rainfall
b) Design ambient temperature
c) Maximum temperature
d) Minimum temperature
e) Relative humidity
f) Site elevation
g) pH of the soil
h) Wind speed
i) Wind direction

Page 8 of 30

:
:
:
:
:
:
:
:
:

550 to 700mm
45oC
42C during summer
8C during winter
60%(dryseason)&90%(monsoon)
10 to 11m
7.7 to 8.4
90 -150 Km./h
South West

5.00.00

DESIGN CRITERIA

5.01.00

Variable Frequency AC Drive & Panel

5.01.01

All inverters shall be 3 phase full-wave (six pulse) and fully controlled. The speed
control range for frequency controlled AC variable speed drives shall be 1:10.

5.01.02

Accuracy of speed control for frequency controlled AC drives shall be + % of full


load speed considering the following simultaneously:
i. 10% change in AC incoming line voltage.
ii. 5% change in incoming AC line frequency.
iii. 25% load change occurring two times a minute.
iv. 50% load change occurring gradually over a period of an hour.
v. 25% change in ambient temperature.

5.01.03

The variable frequency drives shall be controlled by microprocessor based, voltage


source converters and should possess the following features at a minimum:
a) The converters shall be suitable for single and sectional drives.
b) They should permit good dynamic drive performance and stable motor operation
over the speed control range.
c) Fully digital, microprocessor based.
d) Simplified tuning and start-up.
e) Quick fault diagnostics through plain and simple text display.
f) Remote control and monitoring feasibility of the drive.
g) Proper provision for suppression of harmonics.
h) Adequate provision of drive bypass arrangement through DOL starting
for emergency operation against drive failure.

5.01.04

The units should be digitally controlled voltage source converters capable of


accepting three (3) phase AC incoming supply of fixed frequency and voltage and
feed the connected induction motor with step-less variable frequency.

5.01.05

The converter along with the grading and control section, protection and monitoring
equipment, switchgear with controls indication and diagnostics with operator
prompting, cubicle fans etc. shall be provided.

5.01.06

The control panel on the front door of the cubicles shall contain all the control
elements, measurements and status displays necessary for operation of the converter
and drive.

5.01.07

The converter should have the facility to connect the converter to a higher level
process automation system or to control it remotely from a control room.

5.01.08

The converter should be capable for four quadrant operation without extra
equipment.

5.01.09

They should be able to deliver the maximum permissible torque over the whole
speed range.
Page 9 of 30

5.01.10

5.01.11

The following protections along with fault diagnostics and operator prompting shall
be provided:
a)

Power supply failure

b)

Defective module

c)

Line fault

d)

Over current

e)

Over voltage

f)

Earth fault

g)

Under voltage

h)

Motor protections

Contractor shall indicate the availability of the following optional features on the
panel:
a)

To synchronize the converter output frequency with the motor speed when
the converter is switched onto a running drive, to enable the motor to
develop the full torque within the shortest possible time.

b)

Automatic restarting of the drive or resetting the fault signal as soon as the
normal power is revived after a power failure.

c)

Isolating transformers for analog output signals.

d)

Electrical Emergency off.

6.00.00

SPECIFIC REQUIREMENTS

6.01.00

Efficient forced cooling arrangement shall be provided in the inverter panels and its
operation shall be so interlocked that the drive shall trip automatically in absence of
forced cooling system.

6.02.00

All equipment and accessories required for individual drives shall be segregated and
housed separately in sheet steel enclosed cubicles.

6.03.00

Necessary control equipment and accessories shall be provided to achieve control,


indication, metering and annunciation from central control panel. Drive control shall
have communication capability with PLC system.

6.04.00

Necessary protection and annunciation shall be provided for inverters, transformers,


diodes, gate pulsing system, motors, etc., against overloads, over current, over
voltage, under voltage, external and internal faults, failure of cooling system, over
speed, failure of fuse, field failure, voltage transients, commutation failure and any
other abnormalities which may arise during operation.

6.05.00

Provision shall be made to limit the maximum current drawn from the inverter so
that it does not exceed the maximum load current of the respective drive.

6.06.00

Fuses for protection shall be provided with fuse alarm contacts.

Page 10 of 30

6.07.00

Suitable inter phase barriers shall be provided for link type fuses.

6.08.00

Front door of the converter/converter cubicle for each drive panel shall contain.
a)

Push buttons for ON / OFF / MORE / LESS / RESET / EMERGENCY


TRIP operation.

b)

Ammeters for input and output

c)

Voltmeter for input and output

d)

Frequency meter for input and output.

e)

Fault indication for trouble with the element in the inverter panel.

f)

Indicating lamps as required.

g)

Any other items, though not specifically mentioned here, but are required
for satisfactory operation.

6.09.00

Each panel shall be properly tagged and ferruled in compliance with the approved
drawings.

6.10.00

All terminals shall be properly tagged and ferruled in compliance with the approved
drawings.

6.11.00

All bolts and nuts exposed to external atmosphere shall be cadmium plated or zinc
passivated.

6.12.00

The panels (where required) shall consist of vertical sections, fabricated from a
minimum 2 mm. thick sheet steel, shaped and reinforced to form a rigid freestanding structure. All panels will be of same depth and height. The doors shall have
concealed hinges and easy operating type fasteners.

6.13.00

Base channel frames complete with anchor bolts and/or foundation bolts, nuts and
levelling attachments for fixing the equipment to the floor shall be furnished along
with the panels where required.

6.14.00

The panels will be located indoor in a humid and tropical atmosphere, highly
polluted with dust. All equipment, accessories and wiring shall be provided with
tropical finish for prevention of fungus growth and the panels shall be made dust
tight and the paints shall be such as to prevent corrosion.

6.15.00

The Inverter panels for 37 kW and above shall be independent panel with provision
of connection of incoming and outgoing cables. The Inverter panels for smaller
rating may be mounted in a common panel with modular construction with provision
of connection of incoming and outgoing cables for each. The cable entry shall be
from the detachable type bottom gland plate.

7.00.00

TESTS

7.01.00

Routine Test
The tests shall include but not necessarily be limited to the following:

Page 11 of 30

7.02.00

a)

Operation under simulated service condition to ensure accuracy of wiring,


correctness of control scheme and proper functioning of the equipment.

b)

All wiring and current carrying part shall be given appropriate High Voltage
Test.

c)

Primary current and voltage shall be applied to all instrument transformers.

d)

Routine test shall be carried out on all equipment such as switchfuse,


contractors, relays, meter etc.

Type Test
The following tests on drive panel of each rating shall be conducted.
i. Short time withstand test on main circuit and earth circuit.
ii. Temperature rise test.
Test reports for following type tests shall be submitted:
i. Degree of protection test.
ii. Mechanical endurance test.
iii. Electrical endurance test

8.00.00

DRAWINGS, DATA & MANUALS TO BE SUBMITTED


Drawings, data & manuals for the motors shall be submitted as indicated below:

8.01.00

8.02.00

Along with the Bid


(i)

Data sheet

(ii)

Control schematic

(iii)

Manufacturers technical catalogue

After award of Contract


(i)

General arrangement drawing

(ii)

Single Line Diagram

(iii)

Control schematic & Operational Write-up

(iv)

Wiring diagram

(v)

Instruction manual

(vi)

Functional and routine test reports

(vii)

Manufacturers technical catalogue


Page 12 of 30

ANNEXURE-A
RATINGS AND REQUIREMENTS - A.C. DRIVES

1.0

General

Frequency controlled AC drive

Type

Enclosed panel

Service

Indoor

Enclosure

IP 55

Voltage

415V + 10%

Frequency

50 Hz + 3%

3.0

Duty

Continuous

4.0

Application

Motor speed control

5.0

Overload

160% of rated output for 30 secs. (minimum in


every 5 minutes)

6.0

Braking of Motor

Dynamic

2.0

System

Page 13 of 30

ANNEXURE B
LIST OF VARIABLE SPEED DRIVES TO BE SUPPLIED
Sl.
No.

Motor Tag No.

Item Description

kW
rating

Quantity

1.

320-VF-01M

Vib. Fdr. at Stockpile

2.

330-FE-01M

Reclaim Belt Feeder

11

3. 330-PP-01M / 02M

Mill Discharge Pump

90

4. 331-PP-01M / 02M

Flotation Feed Pump

15

5. 331-PP-09M / 10M

Flotation Tail Pump

15

6. 332-PP-01M / 02M

Concentrate Thickener U/F Pump

7.5

7.

Concentrate Thickener

8. 333-PP-01M / 02M

Tailings Thickener Underflow


Pump

11

9.

333-TH-01M

Tailings Thickener

5.5

10.

334-FL-01M

Disc Filter

332-TH-01M

12. 334-PP-01M / 02M

Concentrate Filter Feed Pump

3.7
2.2
5.5

13.

Vacuum belt filter

90

14. 335-PP-01M / 02M

Tailing Filter Feed Pump

15

15. 360-PP-01M / 02M


/03M
16. 360-PP-05M / 06M
/ 07M

Flocculant Dosing Pump

1.1

Frother Dosing Pump

0.55

335-FL-01M

Page 14 of 30

SECTION - IV
PROPOSAL EXHIBIT SHEETS
CONTENTS
Schedule No.

Description

I.

Key Information

II.

Equipment Data Sheet

III.

List of recommended spares

IV.

Deviations

V.

Experience List

Page 15 of 30

SECTION-IV
PROPOSAL EXHIBIT SHEETS

SCHEDULE - I
KEY INFORMATION ABOUT THE PROPOSAL
The Offerer shall submit this proforma properly filled-in in a complete and unambiguous manner, failing
which the offer will be liable to rejection. No cross-reference to any other part/page of the offer will be
accepted.
1.

Name of the Offerer

2.

Complete postal address,

3.

Telephone number
Fax number
E-mail address

:
:

4.

Name and Designation of the


responsible officer of the offerer.

5.

Proposal Number and Date

6.

Validity of the offer counted from


the date of opening of the offerer.

7.

Whether any alternative proposal


furnished in addition to the base offer

yes/no

Whether all price Schedule sheets


have been properly filled-up.

yes/no

Whether any deviation taken from


the Technical specifications. If `yes,
then whether Clause no V. of this section
has been properly filled-up covering
all such deviations.

yes/no

Whether Bidder agrees to comply with


the delivery requirement as stipulated in this
specification.

yes/no

8.
9.

10.

Page 16 of 30

SCHEDULE - II

EQUIPMENT DATA SHEET


NOTE:

1.

The Offerer must submit along with the Bid atleast those data which are
marked with asterisk (*).

2.

After award of contract, the successful Offerer shall resubmit completely


filled in datasheets.

1.0

A.C. supply voltage*

2.0

No. of converters/inverters

3.0

No. of phases per converter/inverter

4.0

Whether full wave fully controlled

5.0

Speed control range

6.0

Overload factor *

7.0

Efficiency at
a)

100% load*

b)

75% load

c)

50% load

d)

25% load

8.0

Enclosure protection class*

9.0

Average ON state current at


85 deg.C base

10.0

V RRM

11.0

V DRS

Page 17 of 30

Yes/No

Yes/No.

12.0

V RSM

13.0

V DSM

14.0

TSM (10 m sec.) Non-repetitive


peak ON State current

Thermal Resistance junction/base


(Deg.C/Watt)

16.0

Typical turn ON time

17.0

Typical turn OFF time relays

18.0

Maximum rate of rise on ON


State current (di/dt) Amps/ sec.

19.0

Junction operating temperature

20.0

Maximum rate of rise of Anode


Voltage (dv/dt)

21.0

GT to fire

22.0

Type of encapsulation

23.0

ON State Voltage (VT) at 3 times


average on state current

24.0

Forward break over voltage

25.0

Forward blocking voltage

26.0

Range of firing angle

27.0

Short-time rating

16.0

a)

2 hrs.

b)

1 min.

B.

TRANSFORMER

1.0

Rating in kVA

2.0

Voltage

3.0

a)

Primary

(Volts)

b)

Secondary

(Volts)

No. of Phases

Page 18 of 30

4.0

Percentage impedance

5.0

Type of Cooling

6.0

Location of Transformer

C.

ENCLOSURE

1.0

Degree of protection*

2.0

Minimum thickness of sheet *


metal
mm

D.

CONSTRUCTION*

1.0

Completely compartmentalised

2.0

Working height from floor level

3.0

Removable back cover provided

4.0

All meters, lamps, window facia


annunciation flush/semi-flush
mounted

E.

BUSBAR

1.0

Make

2.0

Material & Grade

3.0

Reference Standard

4.0

Continuous current rating

5.0

Conductor section

6.0

Max. temp. rise above 45 deg.C


Ambient

1.0

Short time current rating for


1 second

8.0

Phase to phase clearance

9.0

Phase to ground clearance

F.

INSULATOR

1.0

Make

2.0

Type

:
Page 19 of 30

3.0

Reference Standard

4.0

Voltage Class

5.0

Catalogue furnished

G.

SWITCH

1.0

Make

2.0

Type

3.0

Reference Standard

4.0

Catalogue furnished

H.

FUSE

1.0

Make

2.0

Type

3.0

Reference Standard

4.0

Catalogue furnished

5.0

Rupturing capacity

6.0

Fuse characteristics furnished

I.

CONTACTORS

1.0

Make

2.0

Type

3.0

Reference Standard

4.0

Catalogue furnished

5.0

Duty class

6.0

Utilization coil voltage

7.0

Operating coil voltage

o Rated

o Pick up

o Drop out

:
Page 20 of 30

8.0

Auxiliary contacts

8.1

Normally open

8.2

Normally closed

J.

PUSH BUTTONS

1.0

Make

2.0

Type

3.0

Catalogue furnished

4.0

Contact rating

K.

LAMPS

1.0

Make

2.0

Type

3.0

Catalogue furnished

4.0

Watts/volts

5.0

Lamp & lens replaceable from front

L.

METER

1.0

Make

2.0

Type

3.0

Reference standard

4.0

Catalogue furnished

5.0

Size

6.0

Scale

7.0

Accuracy class

M.

SECONDARY WIRING

1.0

Type of insulation

2.0

Voltage grade

Page 21 of 30

3.0

Conductor material

4.0

Conductor size

N.

TERMINAL BLOCK

1.0

Make

2.0

Type

3.0

Reference Standard

4.0

Catalogue furnished

5.0

Voltage grade

6.0

20% spare terminal provided?

O.

CABLE TERMINATION

1.0

Cable entry from top/bottom?

2.0

Power cable lugs

2.1

Type

2.2

Material

3.0

Power cable glands

3.1

Make

3.2

Type

3.3

Material

P.

GROUND PLATE

1.0

Material

2.0

Size

Q.

NAME PLATE

1.0

Material

2.0

Size

3.0

Thickness

R.

SPACE HEATER
Page 22 of 30

1.0

Separate Switch-Fuse unit provided

2.0

Provision for supplying


Motor space heater provided

3.0

Cubicle heater watt/volt

4.0

Cubicle heater thermostatically


controlled

Page 23 of 30

SCHEDULE - III
LIST OF RECOMMENDED SPARES
Sl.No.

Description

Page 24 of 30

Identification Code

SCHEDULE - IV
DEVIATIONS
The Offerer shall furnish an exhaustive list of deviations if there is any, in his proposal as
per the following format. The Price implication column shall be filled up only with yes or
no, not with any price figures.
Sl.No.

Reference from
Specification document

Description of Deviation

Page 25 of 30

Price implication
(yes/no)

SCHEDULE - V
EXPERIENCE LIST
The Offerer shall tabulate below a list of jobs already executed by him as regards to the
supply and/or turnkey execution of similar packages/projects. The list shall contain all
relevant information on type, capacity, client, project/order values, scheduled and actual
time of execution and any other pertinent information as may be considered worth
mentioning for the purpose of assessing his capability.
Sl.
No.

Construction
Schedule

Actual time
of
Completion

Type of Work
&
Capacity

Location

Page 26 of 30

Name of
Project &
Order value

Name of
Client /
Owner

Supervising
Consultant

PART - B
PRICE PART
Price Break up

Page 27 of 30

PART - B
PRICE PART
Price Break up
(Figures in Rs)
Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

Landed
price at
site
(3+4+5+6
+7)

1.

320-VF-01M Vib. Fdr. at Stockpile

2.

330-FE-01M Reclaim Belt Feeder

11

3.

330-PP-01M /
02M
331-PP-01M /
02M
331-PP-09M /
10M
332-PP-01M /
02M

Mill Discharge Pump

90

Flotation Feed Pump

15

Flotation Tail Pump

15

Concentrate Thickener U/F


Pump

7.5

4.
5.
6.
7.

332-TH-01M Concentrate Thickener

8.

333-PP-01M / Tailings Thickener


02M
Underflow Pump

11

9.

333-TH-01M Tailings Thickener

5.5

Sl. No.

Motor tag no.

Description

kW rating

Quantity

(1)
Ex-works

(2)

(3)

(4)

Packing & FOR works Excise duty


Forwarding
(1+2)

(5)

(6)

(7)

(8)

Sales tax

Local Govt.
Taxes ( if
any)

Freight &
transit
insurance

Landed
price at
site
(3+4+5+6
+7)

10.

334-FL-01M Disc Filter

12. 334-PP-01M / Concentrate Filter Feed


02M
Pump
13. 335-FL-01M Vacuum belt filter
14. 335-PP-01M / Tailing Filter Feed Pump
02M
15. 360-PP-01M / Flocculant Dosing Pump
02M /03M
16. 360-PP-05M / Frother Dosing Pump
06M / 07M

Page 29 of 31

3.7
2.2
5.5

90

15

1.1

0.55

RECOMMENDED SPARES

Sl.No.

Description

Identification Code

Page 30 of 39

Unit price

RECOMMENDED SPARES

Sl.No.

Description

Identification Code

Page 31 of 31

Unit price

También podría gustarte